Loading...
HomeMy Public PortalAboutORD14447 BILL NO. 2008-99 46 SPONSORED BY COUNCILIM�.AN'f Penfold ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH WISCH AND VAUGHN CONSTRUCTION FOR GREASE AND SEPTAGE ACCEPTANCE BUILDING. WHEREAS, Wisch and Vaughn Construction has become the apparent lowest and best bidder on the Grease and Septage Acceptance Building project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Wisch and Vaughn Construction is declared to be the lowest and best bid and is hereby accepted. Section 2.The Mayor and City Clerk are hereby authorized to execute an agreement with Wisch and Vaughn Construction for Grease and Septage Acceptance Building. • Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. V Passed: I. - ft provecj/Q r iding Officer Mayor ATT ST: APPP OV4D AS TO FORM: 47e � City Clerk City Counselor L44ql CONTRACT DOCUMENTS LLD • 49 0 CITYaty��l►tirbil..r► OF • VY, a li } 5 Y � h " tai £ ♦ .� S�;'� �� I� x, i y 3 tc," 4 M l'� 'A FFF i SPECIFICATIONS AND CONTRACT DOCUMENTS tPROJECT NO. 31087 r New Grease and Septage Acceptance Building - Jefferson City RWRF of miss ' ��e4oa0000Rn�e�,�,o 1 IAA -16 6 r•'{4�0 1-146#111 ESSQ®� (6- -0�� t Jefferson City Department of Community Development October, 2008 TABLE OF CONTENTS Advertisement for Bids ' 0 Notice to Bidders • Information for Bidders • Bid Form * ' 0 Bid Bond * ' 0 Anti-Collusion Statement • Contractor's Affidavit Minority Business Enterprise Statement ' 0 Minority Business Utilization Agreement • Affidavit of Compliance with Prevailing Wage Law ' Prevailing Wage Determination • Affidavit of Compliance Public Works Contracts Law • Excessive Unemployment Exception Certification ' 0 Construction Contract • Performance, Payment, and Guarantee Bond • General Provisions ' 0 Special Provisions • Attachments • Addendums ( If Any ) (* INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) ADVERTISEMENT FOR BIDS Sealed bids will be received at the office of the Purchasing Agent, 320 East IVcCarty Street, Jefferson City, Missouri 65101, until 1:30 PM, on Tuesday, October 21,2008. ' The bids will be opened and read aloud in the Council Chambers at 1:30 PM on that same day. ' The proposed work for the project entitled "Project No. 31087, New Grease and Septage Acceptance Building -Jefferson City RWRF"will include the furnishing of all material, labor, and equipment to install grease equipment and relocate septage station and build new building for Wastewater Plant. A pre-bid conference will be held at 1:30 PM, on Tuesday, October 14, 2008 in the Jefferson City Regional Water Reclamation Facility, 401 Mokane Road, Jefferson City, MO 65101. All prospective bidders are urged to attend. ' Copies of the contract documents required for bidding purposes may be obtained from n the Director of Community Development, 320 East McCarty Street, Jefferson Cit\ , Missouri. A non-refundable deposit of Twenty Dollars ($20.00) will be required For each set of plans and specifications. Individual full size sheets of the plans may �e obtained for Three Dollars ($3.00) per sheet. ' The contract will require compliance with the wage and labor requirements and the payment of minimum wages in accordance with the Schedule of Wage Rates established by the Missouri Division of Labor Standards. The City reserves the right to reject any and all bids and to waive informalities therein, ' to determine which is the lowest and best bid and to approve the bond. ' CITY OF JEFFERSON ' Terry Stephenson Purchasing Agent Publication Dates Sunday, October 5, 2008 ' NOTICE TO BIDDERS ' Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 320 East McCarty Street,Jefferson City, Missouri, until 1:30 PM on Tuesday,October 21, 2003. ' The bids will be opened and read aloud in the Council Chambers at 1:30 PIVL on that same day. ' The proposed work for the project entitled "Project No. 31087, New Grease and Septage Acceptance Building -Jefferson City RWRF" will include the furnishing of ' all material, labor, and equipment to install grease equipment and relocate seatace station and build new building for Wastewater Plant. ' A pre-bid conference will be held at 1:30 PM, on Tuesday, October 14, 2008 in the Jefferson City Regional Water Reclamation Facility, 401 Mokane Road, Jefferson .City, MO 65101. All prospective bidders are urged to attend. All equipment, material, and workmanship must be in accordance with the plans, specifications, and contract documents on file with the Director of Community ' Development, Jefferson City, Missouri. Copies of the contract documents required for bidding purposes may be obtained'from ' the Director of Community Development, 320 East McCarty Street, Jefferson city, Missouri. A non-refundable deposit of Twenty Dollars ($20.00) will be required.o- t each set of plans and specifications. Individual full size sheets of the plans ray be ' obtained for Three Dollars ($3.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amours: ' equal to five (5) percent of the total amount of the bid must accompany each proposal. A one-year Performance and Guarantee Bond is required. ' The owner reserves the right to reject any or all bids and to waive informalities therein to determine which is the lowest and best bid and to approve the bond. . ' CITY OF JEFFERSON, MISSOURI Patrick E. Sullivan, PE ' Director of Community Development 1 1 ' INFORMATION FOR BIDDERS IB-1 SCOPE OF WORK ' The work to be done under this contract includes the furnishing of all technical personnel,Gabor, materials,and equipment required to perform the work included in the project entitled"Protect No. 31087, New Grease and Septage Acceptance Building - Jefferson City RVURi=" in ' accordance with the plans and specifications on file with the Department of Community Development. The proposed work for this project will include the furnishing of all material, labor, acid equipment to install grease equipment and relocate septage station and build a neon, building for Wastewater Plant. I13-2 INSPECTION OF PLANS, SPECIFICATIONS, AND SITE OF WORK ' The bidder is required to examine carefully the site of the proposed work, the bid, plan-s-1 specifications,supplemental specifications, special provisions,and contract documents before submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish all materials and labor necessary to carry out the provisions of the contract. I13-3 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, at least five (5) days prior to the date fixed for the bid ' opening, that an interpretation be made and an addendum be issued by the City, which shall then be delivered to all bidders to whom Plans and Specifications have been issued. ,411 addenda issued shall become part of the contract documents. Failure to have requester ' 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 Specifications to provide a workable project. IB-4 QUALIFICATIONS OF BIDDERS The City of Jefferson may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted-by the bidder':or investigation of�such'bidder-fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. ' I13-5 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 approval of the City. 1 ' I13-6 BID SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City of Jefferson for five percent (5%) of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. Should the successful bidder fail or refuse to execute the bond and the contract required,within seven (7)days after he has received notice of acceptance of his bid, he shall forfeit to the City I , as liquidated damages for such failure or refusal, the security deposited with his bid. I13-7 PREPARATION OF BIDS Bids must be made upon the prescribed forms attached in these Contract Documents. Only sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. ' All blank spaces in the bid must be filled in and no change shall be made in the phraseoiogy of the bid, or addition to the items mentioned therein. Any conditions, limitations or prov:sior:= attached to bids will render them informal and may be considered cause for their rejection. ' Extensions of quantities and unit prices shall be carried out to the penny. ' I13-8 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 Plans and Specifications. Section 144.062 RSMo provides that the City's sales tax exemption may be used for t`;e purchase of goods and materials for this project. The contract for the project will author and direct the Contractor to utilize the City's sales tax exemption in the purchase of goods an materials for the project. This provision shall apply to only those purchases totaling over S-500 from an individual supplier. All sales taxes on those items which do not qualify for the use of the City's sales tax exemption and for which sales tax might lawfully be assessed against the City are to be paid by ti e ' Contractor from the monies obtained in satisfaction of the Contract. It being understood by the bidder, that the bid prices submitted for those items shall include the cost of such taxes. ' I13-9 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 bid will not be used in establishing final payment due the successful Contractor. The quantities stated on which unit prices are so invited are approximate only and each bidder shall make his own estimate from the plans of the quantities required on each item ' and calculate his unit price bid for each item accordingly. Bids will be compared on the basis of number of units stated in the bid. Such estimated quantities, while made from the best information available, are approximate only. Payment of the Contract will be based on actual number of units installed on the complete work. 1 ' IB-10 LUMP SUM ITEMS 1 • Payment for each lump sum item shall be at the lump sum bid for the item, complete in place, and shall include the costs of all labor, materials, tools and equipment to construct the item as described herein and to the limits shown on the Plans. ' IB-11 SUBMISSION OF BIDS The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked "Project No. 31087, New Grease and Septage Acceptance Building - Jefberscrl City RWRF". ' IB-12 ALTERNATE BIDS In making the award, if alternate bids have been requested, the alternate bid which will be in ' the best interest of the City will be used. IB-13 WITHDRAWAL OF BIDS If a bidder wishes to withdraw his bid, he may do so before the time fixed for the opening, without prejudice to himself. No bidder may withdraw his bid for a period of ninety (90) ud?yS ' after the scheduled closing time for the receipt of bids. No bids received after the time set for opening for bids will be considered. IB-14 RIGHT TO REJECT BIDS • The City 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 judgement will be in the best interests of the Cite sf Jefferson. IB-15 AWARD OF CONTRACT If, within seven (7) days after he has received notice of acceptance of his bid, the successfu! bidder or bidders shall refuse or neglect to come to the office of the Director of Community Development and to execute the Contract and to furnish the required Performance and Payment Bonds and Insurance, properly signed by the Contractor and the Surety and Sureties satisfactory to the City of Jefferson as hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit the deposit. ' IB-16 PERFORMANCE AND PAYMENT BOND A Performance and Payment Bond in an amount equivalent to one hundred percent (100%) ' of the Contract price, must be furnished and executed by the successful bidder or bidders. A form for the bidders use is contained in these Contract Documents. ' The issuing 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 City of Jefferson. 1 ' IB-17 INDEMNIFICATION AND INSURANCE 1 • The Contractor agrees to indemnify and hold harmless the City from all claims and suits for ions of or damage to property, including loss of all judgments recovered therefore, and from all expense in defending said claims, or suits, including court costs, attorney fees and other 1 expense caused by any act or omission of the Contractor and/or his subcontractors, their respective agents, servants or employees. ' The Contractor shall be required to provide the City of Jefferson with a Certificate of insurance outlining the coverage provided. IB-18 BID SECURITY RETURNED TO SUCCESSFUL BIDDER Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to ' the bidder unless the same shall have been presented for collection prior to such time, in which case the amount of the deposit will be refunded by the City. IB-19 NONDISCRIMINATION IN EMPLOYMENT ' Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. IB-20 PREVAILING WAGE LAW The principal contractor and all subcontractors shall pay not less than the prevailing wape • hourly rate 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 20,02110" through 290.340 inclusive of the Revised Statutes of Missouri, 1994 as amended. (See Determination included herewith.) ' IB-21 GUARANTEE The Contractor shall guarantee that the equipment, materials and workmanship furnished ' under this contract will be as specified and will be free from defects for a period of one year from the date of final acceptance. In addition,the equipment furnished by the Contractor shall be guaranteed to be free from defects in design. Within the guarantee period and upon notification of the Contractor by the City, the Contractor shall promptly make all needed adjustments, repairs or replacements arising out of defects which, in-the judgment=of-the-City-become necessary during such-period.- - The cost of all materials, parts, labor, transportation, supervision, special tools, and supplies required for replacement of parts, repair of parts or correction of abnormalities shall be paid by ' the Contractor or by his surety under the terms of the Bond. The Contractor also extends the terms of this guarantee to cover repaired parts and all ' replacement parts furnished under the guarantee provisions for a period of one year from the date of installation thereof. If within ten days after the City gives the Contractor notice of defect, failure, or abnormality of ' the work, the Contractor neglects to make, or undertake with due diligence to maize, the ' necessary repairs or adjustments, the City is hereby authorized to make the repairs or . adjustments itself or order the work to be done by a third party, the costs of the work to be paid ' by the Contractor. In the event of an emergency where, in the judgment of the City delays would cause serious ' loss or damage, repairs or adjustments may be made by the City or a third party chosen by the City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. ' IB-22 NOTICE TO PROCEED ' A written notice to begin construction work will be given to the Contractor by the City of Jefferson within ten (10) days after the Contract is approved by the City Council. The time for completion of the project shall begin to run on the date established in this notice. ' IB-23 WORK SCHEDULE To insure that the work will proceed continuously through the succeeding operations to its ' completion with the least possible interference to traffic and inconvenience to the public, the Contractor shall, at the request of the City, submit for approval a complete schedule of his proposed construction procedure,stating the sequence in which various operations of wort:are ' to be performed. IB-24 CONTRACT TIME The contract time shall be 120 calendar days. ' IB-25 ACTUAL DAMAGES Actual damages shall be assessed at the rate of Two Hundred Eighty-Two Dollars(�2E�2.00 per calendar day until the work is complete, should the project not be completed within to 1e contract time. IB-26 POWER OF ATTORNEY Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. ' I13-27 BID PACKET ' Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, the bidder's address, and the name of the project for which the bid is being submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another ' envelope addressed as follows: • ' Purchasing Agent City of Jefferson, MO ' 320 E. McCarty Street Jefferson City, MO 65101 For the convenience of bidding this project, a "BID PACKET" has been included with the ' project manual. This packet contains the necessary forms to be submitted with the bid proposal. The contents of this packet include the following: 1) BID FORM 2) BID BOND 3) ANTI-COLLUSION STATEMENT 4) CONTRACTOR'S AFFIDAVIT 5) MINORITY BUSINESS UTILIZATION AGREEMENT I ' END OF INFORMATION FOR BIDDERS • ' BID E OPIM ' Name of Bidder 9);,5ctl AAA {/• Gc 9, A Al Cow` ,ucTi�o.tl CG+, 1 Address of Bidder. PQ, Cif 1140 ' To: C17Y OF JEFFERSON 320 East McCarty Street Jefferson City, Missouri 65101 1 THE UNDERSIGNED BIDDER, having examined the plans, speciTications, reauiations of the Contract, Special Conditions, other proposed contract documents and all 1 addenda thereto; and being acquainted with and fully understanding (a) the character of the work covered by this Bid; (b) the location, arrangement, and s _ requirements for the proposed work; (c) the location, character, and condition 1 existing streets, roads, highways, railroads, pavements, surfacing, walks, curbs, gutter, trees, sewers, utilities, drainage courses, structures, and installations, both surface and underground which may affect or be affected tiv -== 1 proposed work; (d) the nature and extent of the excavations.to be made and ti.-E character, and general condition of materials to be excavated; (e) the handling and rehandling of excavated materials; (f)the location and extent of neC -.,. 1 or probable dewatering requirements; (g)the difficulties and hazzards to the weri: might be caused by storm and flood water; (h) local conditions relative to transportation, hauling,and rail defiveryfaciiities; and (i)all otherfactors and 1 affecting or which may be affected by the work. HEREBY PROPOSED to furnish all required materals, supplies, equipment, plant; to perform all necessary labor and supervision; and to construct, install, e and complete all work stipulated, required by, and in accordance with the.pr contract documents and the drawings, specifications, and other documents ref er-&:-i 71 1 therein (as altered, amended, or modified by addenda) in the manner and of :e prescribed and that he will accept in full payment sums determined b.y applying to the Quantities of the following items, the following unit prices and/or any lump sum payments provided, plus or minus any special payments and.adjustments provided in the specifications and he understands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work 1 shown on the drawings and described in the specifications, and that increases or decreases maybe made over or under the Contract estimated quantities to provide for needs that are determined during progress of the work and that prices bid shall apply ' to such increased or decreased quantities as follows: W. f 1 h i 1 y 1 - BID FORM (Revised October 17, 2008) Bidder will complete the work in accordance with the Contract Documents for the following price(s): Septage Buildin . Complete and installed oN� � / e ` LEilt=�/ T/�aussaNd JCLG�9,P_S ro c@ ,tt9 Cc'?�Ts ($!I 006 , O 0 } ( use words ) (figures) I A 1 r . r _ . SL'BCO NIT RACTORS • if the Bidder intends to use any subcontractors in the course of the construction, Ine shall list them. / y� 4os 6oNS(t �'jtC.41J6Flcd� P 1✓SKO�%/L P. �Gt:µ.�p �Qj ' ,Q�JC/�E,Q Su�o,�Gv c-^ �if�=�Hf'•or� l�ntv�� i TiME Or COMPLET ION The undersigned hereby agrees to complete the project within 120 caiendar subject to the stipulations of the regulations of the Contract and the Special Provisio-s. It is understood and agreed that if this bid is accepted, the prices quoted above include all applicable state taxes and that said taxes shall be paid by the Contractor. ' The undersigned, as Bidder, hereby declares that the only persons or firms i te-es in the bid as principal or principals is or are named herein and that no other ' firms than herein mentioned have any interest in this bid or in the Contrasts entered into; and this bid is made without connection with any other person, coE ;pa ry or parties making a bid; and that it is in all respects fair and in good faith, it :c_;- collusion or fraud. The undersigned agrees that the accompanying bid deposit shall become the of the Owner, should he fail or refuse to execute the Contract or furnish Bond 1 for in the specifications within the time provided. ' If written notice of the acceptance.of this bid is mailed,telegraphed,-or deHvera.' undersigned within sixty (60) days after the date of opening of bids, or ai y r.--e thereafter before this bid.is withdrawn, the undersigned will, within ten (10) days - �r the date.of such mailing, telegraphing, or delivering of such notice, execute andeii_e- a Contract in the form of Contract attached. ' The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed, or delivered:` s ` `r N'Q. v , - �K 1O Zf 3 Ss ���'�eAl e�7;/ 1"✓1� �'s'i/o ' it is understood and agreed that this bid may be withdrawn at any time prior to the scheduled time for the opening of bids or any authorized postponement thereof. ' Attached hereto is a Bid Bond for the sum of 570 o f -re 4 i?r D011ars (cashier's check),.make payable to the City of Jefferson. . f t _ ' Signature of Bidder: • :If an individual. , doing ' as If a partnership, member or ri by ' If corporation, V44t ,t/ e vw�44 cTviv e-6 j,,_../vc- by Title �h► �.'� SEA! - Business Address of Bidder /'0 3 8,00 If Bidder is a corporation, supply the following information: 4 State in which incorporated S'Sd cc i2 I. Name and Address of its: President 3A,-I? f3F. 1 r S c.�,! ' Secretary /71 L S Cate c C% z .O Y S.WOL IRS A M Notary PubNC-Kota Seal Comm.Number 08498S30 ' STATE-of M15SOURI Cole Coun. 22 2012 MY ---- - v+Hv.,u PAGE 0>;:'08 ' BID BOND • KNOW ALL. MEN BY THESE PRESENTS that vv E!, th,e undersigned,wisch and Va tr�j:LQ1L omnany, Inc.—as f'rinci�ul, and Liberty Mutual Insurance Company as Surety, are hereby held and fiimiy ' bound unto the CiTY OF JEi'FERSOM, MISSOUM , as owner, in the penal au of Five Percent(57,,1 of Price Ri a ------------ for the payment of which, vv ill and ' truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns, this 24th day of October 2008 The condition of the above obligation is such that whereas the Principal has submitted to the CM' OF JEFFERSON, MISSOURI a certain Bid, attached hereto and hereby „saes- a part' hereof to enter into a contract in writing, for the project entitled'. ' "Project No. 31087, New Grease and Septaape Acceptance Building -Jefferson City M s ' NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, ' (b) If said Bid shall be accepted and the Principal shall execute and deik;er e contract in the Form of Contract attached hereto (properly compeed in ' accordance with said Bid) and shall furnish a bond for his faithful perF0r- :a;:::e of said contract, and for the payment of all persons performing ear o; furnishing materials in connection therewith, shall in all other respecis the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect, i- e; expressly understood and agreed that the liability of the Surety for any and all claims ' shall, in no event, exceed the penal amount of, this obligation as herein stated. The Surety,forvalue received,hereby stipulates and agrees that the obligation.-^f laic; ' Surety and its bond shall be in no way impaired or affected by the extension of the time within which the Owner may accept such.Bid; and said Surety does hereby waive notice of any such extension. ' IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers,the day and year first set forth ' above. (L.S.) ' Principal ompany, Inc. SEAL � cSidc.✓% b Mutual Surety Wk,1� ' Thomas S. Naught,Attorney-Ins act 2026287 THIS POWER OF ATTORNEY-IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,:and they have no authority to bind the Company except in the mariner and to the extent herein stated. LIBERTY MUTUAL,INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company .(the °Company"), a Massachusetts stock insurance company,pursuant to and by authority of the By law and Authorization hereinafter set forth,does hereby name constitute and appoint THOMAS S NAUGHT,:RICHARD L.NAUGHT, HARRYD-.NAUGHT,TERESA M.STEPHENSON,TIMOTHY °.= STIN, WILMA J. KEISER,BETHANY NAT IONS;:JOE R BRADSHAW,ALL OF.THE CLTY OF COLUMBfA,STAT=O=`J2:�SU3I ...... .... .. ... ..... ............................................................. each individually if there be more than one named;its true and lawful attorneyin factao make,.execute,§eai ,acknowledge and deliver.Tor and on its .behalf as' surettyy and as its act and deed;a�and all undertakings;bonds recogrpzances and othersurety obli ations in.-the penal sum not exceeding TWENTY-FIVE'MILLION AND'00/t00* *'************ ** g DOLLARS: t 25,000,000:00*••*• )each, and the execution of such undertakings bonds re'cogn¢ances and other surety obligations i.n pursuance of these presents shall be as binding upon the Compan y.as if they ha. been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power'is made and execufedpursbantto and:by authonty of.ttie following By-law and Authorization ' V ARTICLE Xtll Execution of Contracts Section 5 Surety Bonds and lndertakings Any officer of the Company authorized for that purpose in writing by the chairman or the president and subject to such limitations as the- chairman or the president may prescribe,shall appomt such attorneys-in-fact,as m&y be necessary to act in behalf of the Company to make., ca execute, seal, acknowledge and deliver as sure n ty any and all undertakings, bonds, recognizances and other sure obligations. Such y attorneys-m-fact, subject to the limitations set forth in theirrespective.powers of attomey,shall have full.power to bind the omcariv by their, �. C. signature and execution of any such instruments and to attach thereto the seal of the:Company. When so.executed such insLru„ient� shall be 1 m as binding as if signed by the president and attested by the secretary. a d Bythe following instrument the chairmari.or"the president has:authorized the officer or:other official named therein to.appoint attorneys-in-tact: . ;p C. Pursuant to Article XIII, Section 5 of the:By Laws, Gamat W. Elliott, Assistant Secretary.of Liberty Mutual.Insurance Company, is hereby. .^�. authorized to appoint such attorneys-in-fact.as maybe necessary to act in bet of the.Company to make,execute,seal. acknowledge aria 'Q deliver as surety any and all undertakings,bonds,.recognizances and othersurety obligatons. i�, �+ L'01 ! Ul Q): That the By law and the AuthonzaUon set forth above are true copies thereof and are now in full:force and,e_ect,- i LLI >_ IN WITNESS WHEREOF;this Power of Attorney has been subscribed b ail authorised officer or official of the>. y y and the omaate_ ..Z-al'o =% Liberty Mutual Insurance Company has been affixed thereto in P.lymouth.Meeting,Pennsylvania this. 25th day of September at.�. .. 2Q06 M LIBERTY MUTUAL 1NSURANGE COMPAW.- a. ? E Garnet W.Elliott,Assistant Secretary m COMMONWEALTH OF PENNSYLVANIA ss o t.u) COUNTY OF MONTGOMERY l — Cf i 10._ On this 5t day of- September.. 2006 ,before me a-Votary Public, personally came Gamet W Elliott to hie known, and acknowieaoed a that.he is an Assistant Secretary of Liberty Mutual Insurance Company that he knows the seal.:of s. :corporation and that he executeo the above!.— , ai Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance.Company thereto wgith the authority and at the:direction of.said corporation. > o ea. �o a IN TESTIMONY WH unto subscribed my name and affixed my notarial seal at Plymouth Meeting Pennsylvania,on the day and year s 1. to c first above wntten: . ONW .. N. > .d Eco tdoivtal saw tq. Z t) OF Teies�tt odes N,0tW.Ptm6c � _Co . Tw"a MNY By O O. ' `ape�.,,,, @ rMhlZi Exares:Mer E8 2t :: Ter sa Paste.Ila,Notary Public mm"ber panrteyivanuAneomiWnNOwlaa O CERTIFICATE of f"r I,the undersigned,Assistan, ecretary of i.ibe'rty Mutual Insurance Company,do hereby;ceRify that the priginaI power of attorney of which the foregoing is a lull,.true and.correct copy,is in full force.and effecf on the;date of this cet`tiftcate,an i do futther certify that the o iicer'or offcial who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman o._the president to.appoint:attomeys in-fact as provided rn 4rticle :X111,Sections 5 of the_By-laws of Liberty Mutual insurance_Compar►Y.: This certificate and the above power of attorney may be signed by facsimile.or mechanically_reproduced signatures under and by authority of the ' following vote,of the.board of directors of Liberty Mutual.Insurance Company at a meeting duly called and held on the f:2th day of March 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary:of the:company wherever appearing upon a certfied copy.of any power of attomey issued ty the company Jn..connei; with surety bonds,shall be valid and binding upon the company with the same force and effect as though manually affixed, TESTIMONY WHEREOF,I have`hereunto subscribed my name and affixed the corporate seaF:of the said company this ..24th uay c` ' October 2008. _ i By , Davi M Carey,Ass t Secretary 1 N1 E 1-LOLL USION ST AT`M_ - I 1 STATE OF SSdct.R COUNTY OF 1 s CAI being first � 1 duly swom, deposes and says that he is Rx 5-6 t`ctc � of 1 - TITLE OF PERSON SIGNING & A,,Vd l/.t A Cal-r S 1 NAME OF BIDDER that all statements made and facts set out in the bid for the above project ar ' correct; and that the bidder (the person, firm, association, or corporation makii,g s.=io" bid) has not, either directly or indirectly, entered into any agreement, participa__O' , anY collusion, or otherwise taken any action in restraint of free competitive bidding i7i connection with such bid of any contract which result from its acceptance. Affiant further certifies that bidder is not financially interested in, or financially a�-; = 1 with, any other bidder for the above project. 1 (BY� �- 1 (BY) 1 Swom to before me this 4_day of _, 200 . 1 AMY S.WOLTERS -Notary Public-'Notary Seal , Gor+nm.Number 08498530 STATE of Mlssouai i AP PUBLIC 1 Gok County M om EmlWon Feb ,2012 1 -- My..commission expires:_`:' 411 0 SD/ — J 1 - A I CO KITRACTO P,'S AFFIDAVI T This affidavit is hereby made a part of the Bid, and an executed copy there-of accompany each Bid submitted. STATE :OF x'1/1 NSS�cc�p i ) ss COUNTY OF C a _ A The undersigned, ,q- �-3 of lawful age, being first duly sworn states upon oath that he is ZI ANd �� f�C.,- � / C'itrtl L'l t c o c�✓ GG9: :rV= S Ithe contractor submitting the attached bid, that he knows of his own knowledc_ s K4- ates it to be a fact that neither said bid nor the computation upon which it isVec� include any amount of monies, estimate or allowance representing wages, mop:e I expenses, however designated, proposed to be paid to persons who are not to furnish material or actually perform services upon or as a part of the prod, ' project. AFFIANT Subscribed and sworn to before me a Notary ublic in and for the Count and S=ate rY � Y aforesaid, this oIL4 day of (gr&1X y , 20 OF AMY S.WOLTERS Notary Public-Notary Seal ' Comm.Numbe[.'M498530 STATE OF MISSOURI NOTARY PUBLIC Cole Coun MY Commission rea b. 2012 My Commission Expires: a 0�� • 1 - ' MINORITY BUSINESS ENTERPRISE STATEMENT Contractors bidding n City contracts shall take the following affirmative steps to assure 9 Y 9 P that small,women owned, and minority business are utilized when possible as sources of suppliers, services, and construction items. ' 1. Contractor's will submit the names and other information if any, about their M5= sub-contractors along with their bid submissions. ' 2. Sufficient and reasonable efforts will be made to use qualified MBE sub- contractors when possible on City contracts. ' 3. Qualified small, women owned, and minority business will be included on solicitation lists as sub-contractors for City supplies, services, and constru;;tiori. ' 4. Qualified small, women owned, and minority business will be soR--ited whenever they are potential sources. 5. When economically feasible, Contractors will divide total requirements into smaller tasks or quantities so as to permit maximum small, women owned, and minority business participation. 6. Where the requirement permits, Contractor will establish delivery schedules ' which will encourage participation by small, women owned and minority businesses. 7. Contractor will use the services and assistance of the Small Business Administration, the Office of Minority Business Enterprise, and the Community Services Administration. 8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works. 1 1 MINORITY BUSINESS UTILIZATION AGREEMENT 1 A. The bidder agrees to attempt to expend at least two 2 % of the contract, if awarded,for Minority Business Enterprise (MBE). For purposes of this goal, the 1 term "Minority Business Enterprise" shall mean a business: 1. Which is at least 51 percent owned by one or more minorities or women, 1 or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such individuals. ' "Minority Group Member"or"Minority" means a person who is a citizen or lawful permanent resident of the United States, and who is: ' 1. Black(a person.having origins in any of the black racial groups of 2. Hispanic (a person of Spanish or Portuguese culture with origins in Mexico, South or Central America, or the Caribbean Island, regardie-s of race); ' 3. Asian American (a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian sub-continent, or the �aci�ic Islands); 4. American Indians and Alaskan Native (a person having origins in any of the original peoples of North America); 5. Member of other groups, or other individuals, found to be economical€y and socially disadvantaged by the Small Business Administration under ' Section 8(a) of the Small Business Act, as amended [15 U.S.C. 637(a)]. ' 6. A female person who requests to be considered as an MBE, and who "owns" and "controls" a business as defined herein. ' Minority Business Enterprises may be employed as contractors,subcontractors, or suppliers. 1 1 1. B. The bidder must indicate the Minority Business Enterprises) utilization as part of this contract as follows.: Name and Addresses Nature of Dollar Vaiue of ' of Minority Firms Participation Particic=tioin Total laid Amount: Total: ' Percentage of Minority Enterprise Participation: C1 C. The bidder agrees to certify that the minority firm(s) engaged to ' materials or services in the completion of this project: (a) is a bona fide Business Enterprise; and (b) has executed a binding contract to provide ' materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be fumisi:=- � `= ' City of Jefferson. The bidder will provide written notice to the Liaison . the City of Jefferson indicating the Minority Business Enterprise(s) it ir_e- use in conjunction with this contract. This written notice is due five c- - notification to the lowest bidder. Certification that the Minority Business Enterprise(s) has executed , contract with the bidder for materials or services should be provided to r Coordinator at the time the bidder`s contract is submitted to tE:e Coordinator. ' D. The undersigned hereby certified that he or she has read the terns of this agreement and is authorized to bind .the bidder to the agreement herein set forth. ' NAME OF AUTHORIZ D OFFICER DATE - ' SIGNATURE OF AUTHORIZED OFFICER r _ i CONTRACTOR'S . QUALIFICATIONS CITY OF JEFFERSON I 320 East McCarty Street Jefferson City, _Missouri 65101 ' Wisch and Vaughan Construction Co. , Inc. P.O. Box 104388 Jefferson City,. .MO 65110-4388 ' Date 10/24/2008 (573) 893-4880 Corporation X Partnership_ Individual_ CONSTRUCTION CAPABILITIES: General X Electrical _ Plumbing_ Heating, Air Conditioning and Ventilation Other ' OR CORPORATION ONLY Federal I D No. 43-110 :362 Date of Incorporation- 6/01/77 Name of state (s) incorporu=ed Missouri Certificate No. 00192085 Date Certified 6/01/77 President: James B. Wisch Vice-President: Susie Wisch ' Secretary: Amy: Wolters Treasurer: Susie Wisch FOR PARTNERSHIP . ONLY ' Date of Organization: Is the artnershi : General Limited P p — Association- 1 . Name and addresses of all partners with zip codes Federal I. D. Number or Social Security Number GENERAL INFORMATION Percent of work done by your own staff--3.5o Number of .permanent employees--30 Geographical limits of operations--Outstate Missouri Number of years in business--31 If you have done business under a different name, please give name and location--n/a ' Has firm ever failed to complete project or defaulted on a contract? No . Has firm ever been engaged in litigation over any contract? No LIST OF PROJECTS CURRENTLY UNDER CONSTRUCTION, INCLUDING COST OF EACH: Project Location Cost North/Callaway Hills School Jefferson City,MO $409,100.00 ' Moreau Heights/East School Jefferson City,MO $401,400.00 Bank of Lake Ozark Eldon,MO $1,690,126.00 FUMC Jefferson City,MO $189,122.00 Latter Day Saints Fayette,MO $130,900.00 ' RR Donnelley Jefferson City,MO $217,438.00 Wilson's Fitness Center Jefferson City,MO $327,468.00 Adair County School Brashear,MO $123,125.00 ' Fayette School Fayette,MO $608,425.00 A 1 - 1 1 1 ' LIST OF COMPLETED PROJECTS WITHIN PAST FIVE YEARS, INCLUDING COST OF EACH: ' Project Location Cost West Truman Partners Jefferson City,MO $2,000,000.00 Hickman High School Columbia,MO $854,000.00 ' DeLong's Jefferson City,MO $318,300.00 Well House No. 7 Jefferson City,MO $ 38,800.00 Cole County Courthouse Jefferson City,MO $ 44,333.00 ' Missouri Builders Jefferson City,MO $ 55,625.00 Hulston Hall Columbia,MO $ 82,500.00 American Shoe Lake Ozark,MO $ 55,169.15 Immaculate Conception School Jefferson City,MO $231,241.00 ' Salvation Army Chapel Reno.& New Shelter Jefferson City,MO $1,615,000.00 First Church of God Jefferson City,MO $120,600.00 a Al Scheppers Motor Co. Jefferson City,MO $439,370.00 ' Universal Mechanical Jefferson City,MO $178,600.00 St Joseph Home Jefferson City,MO $135,887.00 LU Ballfield Jefferson City,MO $ 86,500.00 ' Conservation Employees Credit Union Jefferson City,MO $1,148,633.00 Reid Millard Funeral Home Jefferson City,MO $174,283.00 Meadowlake Acres Country Club. New Bloomfield,MO $1,379,800.00 Riley Oldsmobile, Cadilac,Toyota Jefferson City,MO $225,090.00 ' Gannet Hall Columbia,MO $126,200.00 American Shoe Columbia,MO $ 74,712.00 Bellacinos Jefferson City,MO $ 72,450.00 ' Convenience Store Holts Summit,MO $392,937.00 Columbia Fire Station#8 Columbia,MO $1,1181778.28 US Courts Renovation Jefferson City,MO $ 19,750.00 Central Bank-Fulton Fulton, MO $1,112,903.98 ' Blind Boone Family Center Columbia,MO $100,381.52 Deer Park C Store Columbia,MO $403,456.41 Arts&Science-MU Columbia,MO $108,010.45 ' 911 Communication Center Jefferson City, MO $131,001.00 Boone County Fire Station#14 Columbia,MO $498,420.00 417 South 5d'St. Warehouse Columbia,MO $512,460.00 Missouri American Water Jefferson City,MO $215,908.00 ' Ag.Building-MU Columbia,MO $252,765.00 Ramada Inn Jefferson City,MO $119,114.00 Capital Region Jefferson City,MO $147,207.00 ' Bee Seen Signs Jefferson City,MO $ 73,185.00 Lage Cabinet Shop Jefferson City,MO $109,260.00 Dalton Building Jefferson City,MO $824,764.68 Nunn Condo Complex Jefferson City,MO $452,032.00 ' Knights of Columbus St. Martins,MO $210,395.75 IC Church (Fire Repair) Owensville,MO $ 48,080.00 Tennis Courts—MU Columbia,MO $150,995.00 ' Telecom North Node—MU Columbia,MO $328,140.96 Duckhead Point Renovations Lake Ozark,MO $182,456.60 Main Post Office Jefferson City,MO $ 92,800.00 West Truman Condo Complex Jefferson City,MO $850,000.00 Sam Cook's Garage Jefferson City,MO $223,299.53 Roly Poly Jefferson City,Mo $ 45,000.00 Osage Beach Library Osage Beach,MO $483,000.00 . Fulton Church Fulton,MO $349,310.00 1 Project Location Cost . Lincoln University-Ballfields Jefferson City,MO $112,850.00 Moniteau County R-I School California,MO $420,560.00 Helias High School Jefferson City,MO $825,973.00 California City Hall California,MO $1,845,950.00 ' Water District No. 1 Jefferson City,MO $265,000.00 Ameren UE Jefferson City,MO $302,400.00 Central Bank Fulton,MO $122,000.00 J C High School Press Box Jefferson City,MO $209,000.00 Alphonse J. Schwartze Center Jefferson City,MO $3,870.000.00 Central Bank-Main Jefferson'City,MO $925,000.00 Central Bank-Motor Jefferson City,MO $227,000.00 ' Duckhead Caretaker Residence Osage Beach,MO $520,000.00 Lincoln University President's Office Jefferson City,MO $ 90,000.00 Jefferson City Police Department a. Jefferson City,MO. $110,500.00 California School California,MO $132,800.00 ' Midwest Litigation Jefferson City,MO $112,900.00 Colton's Steak House Jefferson City,MO $700,000.00 Tipton Middle School Tipton,MO $2,560,000.00 ' MU Endoscopy Columbia,Mo $905,000.00 Wellsville.School Wellsville,MO $303,120.00 Gerald School Gerald,MO $146,918.00 Bank of Lake Ozark Osage Beach,MO $233,138.63 ' St.Peters School Jefferson City,MO $3;966,609.00 Callaway Ambulance Fulton,Mo $487,100.00 Salvation Army Jefferson City,MO $ 40,000.00 ' Owensville School Owensville,MO $276,500.00 Brydon,Swerengen,England Jefferson City,MO $110,000.00 Latter Day Saints Jefferson City,MO $235,000.00 Michael Berry Office Jefferson City,MO $342,000.00 ' Fire Stations Columbia,MO $751,400.00 LU Youth Camp Jefferson City,MO $548,000.00 Cornell Hall Columbia,MO $690,000.00 ' Harrison Gym Fulton,MO $1,261,600.00 Allied Waste Jefferson City,MO $119,300.00 Coltons Steakhouse Sedalia,MO $1,364,000.00 1 ' AFFIDAVIT COMPLIANCE WITH PREVAILING ' WAGE LAW Before me, the undersigned Notary Public, in and for the County of ' State of , personally came and appeared NAME POSITION of the NAME OF COMPANY (A corporation)(a partnership)(a proprietorship)and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions ' and requirements and with Annual Wage Order No. 15, Section 014, CaGIiaway County in carrying out the contract and work in connection with Project No. : a&7, ' New Grease and Septage Acceptance Building - Jefferson City RWRF located at- Jefferson City in Callaway County, Missouri, and completed on the day of • , 20 ' SIGNATURE ' Subscribed and sworn to me this day of , 20 ! NOTARY PUBLIC ' My commission expires: ' STATE OF MISSOURI ) ss ' COUNTY OF ) 1 1 Missouri Division of Labor Standards 1 WAGE AND HOUR SECTION ' 1 F THE O �p p 6•• S T v p tp• � • .p O -n bP�u s�rN'n Oy 1 �y MDcccl.N 1 MATT BLUNT, Governor 1 Annual Wage Order No. 15 Section 014 ' CALLAWAY COUNTY In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of this 1 Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection in triplicate with the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO 65102-0599. Such objections must 1 set forth in writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of 1 State of Missouri. 1 Original Signed by Paul Buckley,Director 1 Division of Labor Standards This Is A True And Accurate Copy Which Was Filed With The Secretary of State: March 10, 2008 1 Last Date Objections May Be Filed: April 9, 2008 Prepared by Missouri Department of Labor and Industrial Relations 1 1 Building Construction Rates for REPLACEMENT PAGE Section 014 CALLAWAY County -Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Asbestos Worker $31.24 55 60 $14.61 , Boilermaker $31.10 57 7 $18.90 Bricklayers-Stone Mason 1 $26.981 59 1 7 1 $11.20 Carpenter $23.23 60 15 $9.96 ' Cement Mason $22.34 9 3 $10.09 Electrician Inside Wireman $28.18 28 7 $10.69+ 13% Communication Technician USE ELECTRICIAN INSIDE WIREMAN RATE Elevator Constructor a $38.715 26 54 $17.675 I Operating Engineer Group 1 5/08 $25.52 86 66 $17.35 Group II 5/08 $25.52 86 66 $17.35 Group III 5/08 $24.27 86 66 $17.35 ' Group III-A 5/08 $25.52 86 1 66 $17.35 Group IV 5/08 $23.29 86 66 $17.35 Group V 5/08 $26.22 86 66 $17.35 ' Pipe Fitter b 1 $32.25 91 69 $19.18 Glazier $29.48 87 31 $16.13+ 13.2% Laborer(Building): General $18.921 110 1 7 $9.43 ' First Semi-Skilled $20.921 110 1 7 $9.43 Second Semi-Skilled $19.921 110 1 7 $9.43 Lather JUSE CARPENTER RATE ' Linoleum Layer&Cutter JUSE CARPENTER RATE Marble Mason $26.98 59 7 $11.20 Millwright $24.23 60 15 $9.96 Iron Worker $27.83 11 8 $15.125 ' Painter $20.40 18 7 $8.77 Plasterer $21.36 94 5 $9.88 Plumber b 1 $32.25 91 69 $19.18 Pile Driver $24.23 60 15 $9.96 ' Roofer $25.75 12 4 $10.69 Sheet Metal Worker $26.12 40 23 $11.93 Sprinkler Fitter $30.59 33 19 $14.30 ' Terrazzo Worker $26.98 59 7 $11.20 Tile Setter 1 $26.98 59 7 $11.20 Truck Driver-Teamster Group 1 3/08 $22.50 101 5 $8.30 ' Group II 3/08 $23.15 101 5 $8.30 Group III 3/08 $22.65 101 5 $8.30 Group IV 3/08 $23.15 101 5 $8.30 Traffic Control Service Driver , Welders-Acetylene&Electric Fringe Benefit Percentage is of the Basic Hourly Rate , Attention Workers: If you are not being paid the appropriate wage rate and fringe benefits contact the Division of Labor Standards at(573)751-3403. **Annual Incremental Increase 1 *SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO.15 6/08 ' Building Construction Rates for Section 014 CALLAWAY County Footnotes ' Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Welders receive rate prescribed for the occupational title performing operation to which welding is incidental. Use Building Construction Rates on Building(s)and All Immediate Attachments. Use Heavy Construction rates for remainder of project. For the occupational titles not listed in Heavy Construction Sheets, use Rates shown on Building Construction Rate Sheet. ' -Vacation: Employees over 5 years-8%; Employees under 5 years-6% All work over$7 Million Total Mechanical Contract-$32.25, Fringes-$19.18 All work under$7 Million Total Mechanical Contract-$30.91, Fringes-$14.65 1 ' ANNUAL WAGE ORDER NO. 15 3/08 CALLAWAY COUNTY ' OVERTIME SCHEDULE-BUILDING CONSTRUCTION FED: Minimum requirement per Fair Labor Standards Act means time and one-half(1 '/2)shall be paid for all work in excess ' of forty(40)hours per work week. NO.9: Means the regular workday starting time of 8:00 am.(and resulting quitting time of 4:30 p.m.)may be moved forward to ' 6:00 a.m. or delayed one hour to 9:00 a.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half(1'/2) times the regular pay. In the event time is lost during the work week due to weather conditions,the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and ' holidays shall be compensated for at double the regular rate of wages. The work week shall be Monday through Friday,except for midweek holidays. NO. 11: Means eight(8)hours shall constitute a day's work,with the starting time to be established between 6:00 a.m.and 8:00 , a.m.from Monday to Friday. Time and one-half(1'/2)shall be paid for first two(2)hours of overtime Monday through Friday and the first eight(8) hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double (2) time rate. Double(2)time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays. ' NO. 12: Means the work week shall commence on Monday at 12:01 a.m. and shall continue through the following Friday, inclusive of each week. All work performed by employees anywhere in excess of forty(40)hours in one(1)work week,shall be paid for at the rate of one and one-half(1'/2)times the regular hourly wage scale. All work performed within the regular working , hours which shall consist of a ten(10)hour work day except in emergency situations. Overtime work and Saturday work shall be paid at one and one-half(1'/2)times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two (2) times the regular hourly rate. NO. 18: Means the regular work day shall be eight(8)hours. Working hours are from six(6)hours before Noon(12:00)to six ' (6)hours after Noon(12:00). The regular work week shall be forty(40)hours,beginning between 6:00 a.m. and 12:00 Noon on Monday and ending between 1:00 p.m. and 6:00 p.m. on Friday. Saturday will be paid at time and one-half(1'/2). Sunday and , Holidays shall be paid at double(2)time. Saturday can be a make-up day if the weather has forced a day off,but only in the week of the day being lost. Any time before six (6)hours before Noon or six(6)hours after Noon will be paid at time and one-half (1'/2). 9 NO.26: Means that the regular working day shall consist of eight(8)hours worked between 6:00 a.m.,and 5:00 p.m., five(5) ' days per week,Monday to Friday,inclusive.Hours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades. (The above working hours may be changed by mutual agreement). Work performed on , Construction Work on Saturdays,Sundays and before and after the regular working day on Monday to Friday,inclusive, shall be classified as overtime,and paid for at double(2)the rate of single time. The employer may establish hours worked on a jobsite for a four(4)ten(10)hour day work week at straight time pay for construction work;the regular working day shall consist of ten(10) hours worked consecutively,between 6:00 a.m.and 6:00 p.m.,four(4)days per week,Monday to Thursday,inclusive. Any work ' performed on Friday,Saturday,Sunday and holidays,and before and after the regular working day on Monday to Thursday where a four(4)ten(10)hour day workweek has been established,will be paid at two times(2)the single time rate of pay. The rate of pay for all work performed on holidays shall be at two times(2)the single time rate of pay. s ANNUAL WAGE ORDER NO. 15 ' A W 15 014 OT.doc Page I of 4 Pages ' CALLAWAY COUNTY OVERTIME SCHEDULE-BUILDING CONSTRUCTION NO. 28: Means a regular workday shall consist of eight(8)hours between 7:00 am. and 5:30 p.m., with at least a thirty(30) ' minute period to be taken for lunch. Five(5)days a week,Monday through Friday inclusive,shall constitute a work week. The Employer has the option for a workday/workweek of four(4)ten(10)hour days(4-10's)provided: -The project must be for a minimum of four(4)consecutive days. ' -Starting time may be within one(1)hour either side of 8:00 a.m. -Work week must begin on either a Monday or Tuesday: If a holiday falls within that week it shall be a consecutive work day. (Alternate: If a holiday falls in the middle of a week, then the regular eight (8) hour schedule may be implemented). -Any time worked in excess of any ten(10)hour work day(in a 4-10 hour work week)shall be at the appropriate overtime rate. All work outside of the regular working hours as provided,Monday through Saturday,shall be paid at one&one-half(1'/2)times the employee's regular rate of pay. All work performed from 12:00 a.m.Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at double(2)the straight time hourly rate of pay. Should employees work in excess of twelve(12) ' consecutive hours they shall be paid double time(2X)for all time after twelve(12)hours. Shift work performed between the hours of 4:30 p.m.and 12:30 a.m.(second shift)shall receive eight(8)hours pay at the regular hourly rate of pay plus ten(10%) percent for seven and one-half(7'/2)hours work. Shift work performed between the hours of 12:30 a.m.and 8:00 a.m.(third shift) shall receive eight(8)hours pay at the regular hourly rate of pay plus fifteen(15%)percent for seven(7)hours work. A lunch ' period of thirty(30)minutes shall be allowed on each shift. All overtime work required after the completion of a regular shift shall be paid at one and one-half(1'/2)times the shift hourly rate. ' NO.33- Means the standard work day and week shall be eight(8)consecutive hours of work between the hours of 6:00 a.m.and 6:00 p.m.,excluding the lunch period Monday through Friday,or shall conform to the practice on the job site. Four(4)days at ten (10)hours a day may be worked at straight time,Monday through Friday and need not be consecutive. All overtime,except for Sundays and holidays shall be at the rate of time and one-half(1'/2). Overtime worked on Sundays and holidays shall be at double ' (2)time. NO.40: Means the regular working week shall consist of five(5)consecutive(8)hour days'labor on the job beginning with ' Monday and ending with Friday of each week. Four(4) 10-hour days may constitute the regular work week. The regular working day shall consist of eight(8)hours labor on the job beginning as early as 7:00 a.m.and ending as late as 5:30 p.m. All full or part time labor performed during such hours shall be recognized as regular working hours and paid for at the regular hourly rate. All hours worked on Saturday and all hours worked in excess of eight(8)hours but not more than twelve(12)hours during the regular ' working week shall be paid for at time and one-half(1'/2)the regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of twelve(12)hours during the regular working day shall be paid at two(2)times the regular hourly rate. In the event of rain,snow,cold or excessively windy weather on a regular working day,Saturday may be designated as a"make-up"day. Saturday may also be designated as a"make-up"day,for an employee who has missed a day 1 of work for personal or other reasons. Pay for"make-up"days shall be at regular rates. NO. 55: Means the regular work day shall be eight(8)hours between 6:00 a.m. and 4:30 p.m. The first two(2)hours of work ' performed in excess of the eight(8) hour work day,Monday through Friday, and the first ten(10) hours of work on Saturday, shall be paid at one&one-half(1%2)times the straight time rate. All work performed on Sunday,observed holidays and in excess of ten(10)hours a day,Monday through Saturday,shall be paid at double(2)the straight time rate. ' NO.57: Means eight(8)hours per day shall constitute a day's work and forty(40)hours per week,Monday through Friday,shall constitute a week's work. The regular starting time shall be 8:00 a.m. The above may be changed by mutual consent of authorized personnel. When circumstances warrant,the Employer may change the regular workweek to four(4)ten-hour days at the regular time rate of pay. It being understood that all other pertinent information must be adjusted accordingly. All time worked before and after the established workday of eight(8)hours,Monday through Friday,all time worked on Saturday,shall be paid at the rate of time and one-half(1'/2) except in cases where work is part of an employee's regular Friday shift. All time worked on Sunday and recognized holidays shall be paid at the double(2)time rate of pay. ANNUAL WAGE ORDER NO.15 ' A W 15 014 OT.doc Page 2 of 4 Pages CALLAWAY COUNTY , OVERTIME SCHEDULE-BUILDING CONSTRUCTION NO.59: Means that except as herein provided,eight(8)hours a day shall constitute a standard work day,and forty(40)hours per week shall constitute a week's work. All time worked outside of the standard eight(8)hour work day and on Saturday shall be classified as overtime and paid the rate of time and one-half(1'/z). All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double(2)time. The Employer has the option of working either five(5)eight hour days or four (4) ten hour days to constitute a normal forty (40) hour work week. When the four (4) ten-hour work week is in effect, the ' standard work day shall be consecutive ten(10)hour periods between the hours of 6:30 a.m.and 6:30 p.m. Forty(40)hours per week shall constitute a weeks work,Monday through Thursday,inclusive. In the event the job is down for any reason beyond the Employer's control,then Friday and/or Saturday may,at the option of the Employer,be worked as a make-up day;straight time not ' to exceed ten(10)hours or forty(40)hours per week. When the five day (8)hour work week is in effect, forty (40)hours per week shall constitute a week's work, Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control,then Saturday may,at the option of the Employer, be worked as a make-up day; straight time not to exceed eight(8)hours or forty(40)hours per week. The regular starting time(and resulting quitting time)may be moved to 6:00 a.m. or ' delayed to 9:00 a.m. Make-up days shall not be utilized for days lost due to holidays. NO.60: Means the Employer shall have the option of working five 8-hour days or four 10-hour days Monday through Friday. If an Employer elects to work five 8-hour days during any work week,hours worked more than eight(8)per day or forty(40) per ' week shall be paid at time and one-half(1'/z) the hourly wage rate plus fringe benefits Monday through Friday. SATURDAY MAKE-UP DAY: If an Employer is prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather(rain or mud),Saturday or any part thereof may be worked as a make-up day at the straight time rate. ' It is agreed by the parties that the make-up day is not to be used to make up time lost due to recognized holidays. If an Employer elects to work four 10-hour days,between the hours of 6:30 a.m.and 6:30 p.m. in any week,work performed more than ten (10) hours per day or forty(40) hours per week shall be paid at time and one half(1'/z) the hourly wage rate plus fringe benefits Monday through Friday. If an Employer is working 10-hour days and loses a day due to inclement weather,the Employer may ' work ten(10)hours on Friday at straight time. Friday must be scheduled for no more than ten(10)hours at the straight time rate. but all hours worked over the forty(40)hours Monday through Friday will be paid at time and one-half(1'/s)the hourly wage rate plus fringe benefits. All Millwright work performed in excess of the regular work day and on Saturday shall be compensated for at time and one-half(1'/z)the regular Millwright hourly wage rate plus fringe benefits. The regular work day starting of 8:00 a.m. ' (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one (1) hour to 9:00 a.m. All work accomplished on Sundays and recognized holidays,or days observed as recognized holidays, shall be compensated for at double (2) the regular hourly rate of wages plus fringe benefits. NOTE: All overtime is computed on the hourly wage mte plus a ' amount equal to the fringe benefits. NO.86: Means the regular work week shall consist of five(5)days,Monday through Friday,beginning at 8:00 a.m.and ending at 4:30 p.m. The regular work day beginning time may be advanced one or two hours or delayed by one hour. However, the , Employer may have the option to schedule his work week from Monday through Thursday at ten(10)hours per day at the straight time rate of pay with all hours in excess of ten(10)hours in any one day to be at the applicable overtime rate. If the Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control, inclement weather or holiday,he shall have the option to work Friday at the straight time rate of pay to complete his forty(40)hours. If an employee , declines to work Friday as a make-up day,he shall not be penalized.All overtime work performed on Monday through Saturday shall be paid at time and one-half(1'/z)of the hourly rate plus an amount equal to one-half('/�)of the hourly Total Indicated Fringe Benefits. All work performed on Sundays and recognized holidays shall be paid at double (2) the hourly rate plus an amount ' equal to the hourly Total Indicated Fringe Benefits. NO. 87: Means eight(8)hours starting between 6:00 a.m. and 8:00 a.m. and ending between 2:30 p.m. and 4:30 p.m. at the Employers discretion shall constitute a day's work. Any work prior to 6:00 a.m. or after eight (8)hours shall be paid at the , overtime rate. Five(5)days from Monday through Friday inclusive shall constitute a regular work week. All hours before and after these regular hours shall be considered overtime and shall be paid for at the rate of double(2)time. All work on Saturday and Sunday shall be paid at double(2)the prevailing scale of wages. , s ANNUAL WAGE ORDER NO. 15 ' A W 15 014 OT.doc Page 3 of 4 Pages ' CALLAWAY COUNTY OVERTIME SCHEDULE-BUILDING CONSTRUCTION NO.91: Means eight(8)hours shall constitute a day's work commencing at 8:00 a.m.and ending at 4:30 p.m.,allowing one-half ' ('/z)hour for lunch. The option exists for the Employer to use a flexible starting time between the hours of 6:00 a.m.and 9:00 a.m. The regular workweek shall consist of forty(40)hours of five(5)workdays,Monday through Friday. The workweek may consist of four(4)ten(10)hour days from Monday through Thursday,with Friday as a make-up day. If the make-up day is a holiday,the ' employee shall be paid at the double(2)time rate. The employees shall be paid time and one-half(1'/z)for work performed before the regular starting time or after the regular quitting time or over eight(8) hours per work day (unless working a I0-hour work day, then time and one-half(1%2) is paid for work performed over ten(10)hours a day)or over forty(40)hours per work week. Work performed on Saturdays,Sundays and recognized holidays shall be paid at the double(2)time rate of pay. NO.94: Means eight(8)hours shall constitute a days work between the hours of 8:00 a.m. and 5:00 p.m. The regular workday starting time of 8:00 a.m.(and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 a.m.or delayed one(1)hour to ' 9:00 a.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half(1'/z) times the regular pay. In the event time is lost during the work week due to weather conditions,the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. ' NO.101: Means that except as provided below,eight(8)hours a day shall constitute a standard work day,and forty(40)hours per week shall constitute a week's work,which shall begin on Monday and end on Friday. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rate of time and one-half(1'/z)(except as herein provided). All time ' worked on Sunday and recognized holidays shall be classified as overtime and paid at the rate of double (2) time. The regular starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 a.m. or delayed one(1) hour to 9:00 a.m. The Employer has the option of working either five(5)eight-hour days or four(4)ten-hour days to constitute a normal ' forty(40)hour work week. When a four(4)ten-hour day work week is in effect, the standard work day shall be consecutive ten (10)hour periods between the hours of 6:30 am. and 6:30 p.m. Forty(40)hours per week shall constitute a week's work Monday through Thursday,inclusive. In the event the job is down for any reason beyond the Employer's control,then Friday and/or Saturday may, at the option of the Employer,be worked as a make-up day;straight time not to exceed ten(10)hours per day or forty(40) hours per week. Starting time will be designated by the employer. When the five(5)day eight(8)hour work week is in effect,forty (40)hours per week shall constitute a week's work,Monday through Friday,inclusive. In the event the job is down for any reason beyond the Employer's control,then Saturday may,at the option of the Employer,be worked as a make-up day;straight time not to ' exceed eight(8)hours per day or forty(40)hours per week. Make-up days shall not be utilized for days lost due to holidays. NO.110: Means eight(8)hours between the hours of 8:00 a.m.and 4:30 p.m.shall constitute a work day. The starting time may be advanced one(1)or two(2)hours. Employees shall.have a lunch period of thirty(30)minutes. The Employer may provide a ' lunch period of one (1) hour, and in that event, the workday shall commence at 8:00 a.m. and end at 5:00 p.m. The workweek shall commence at 8:00 a.m. on Monday and shall end at 4:30 p.m. on Friday(or 5:00 p.m. on Friday if the Employer grants a lunch period of one(1) hour),or as adjusted by starting time change as stated above. All work performed before 8:00 a.m. and after 4:30 p.m.(or 5:00 p.m.where one(1)hour lunch is granted for lunch)or as adjusted by starting time change as stated above or on Saturday,except as herein provided,shall be compensated at one and one-half(1'/2)times the regular hourly rate of pay for the work performed. All work performed on Sunday and on recognized holidays shall be compensated at double(2)the regular hourly rate of pay for the work performed. If an Employer is prevented from working forty(40)hours,Monday through Friday,or any part thereof by reason of inclement weather(rain and mud), Saturday or any part thereof may be worked as a make-up day at the straight time rate. The Employer shall have the option of working five eight(8)hour days or four ten(10)hour days Monday through Friday. If an Employer elects to work five(5)eight(8)hour days during any work week_,hours worked more than eight (8)-per day or forfy_(40)hours_per week shall.be_paid-af rime and.one=half( 1/2) the--hourly rate Monday_through_Friday. -Ifan ' Employer elects to work four(4)ten(10)hour days in any week,work performed more than ten(10)hours per day or forty(40) hours per week shall be paid at time and one-half(1'/z)the hourly rate Monday through Friday. If an Employer is working ten(10) hour days and loses a day due to inclement weather, they may work ten (10) hours Friday at straight time. Friday must be scheduled for at least eight(8)hours and no more than ten(10)hours at the straight time rate,but all hours worked over the forty ' (40)hours Monday through Friday will be paid at time and one-half(1%)overtime rate. ANNUAL WAGE ORDER NO.15 ' AW 15 014 OT.doc Page 4 of 4 Pages CALLAWAY COUNTY , HOLIDAY SCHEDULE-BUILDING CONSTRUCTION NO.3:All work done on New Year's Day,Decoration Day,July 4th,Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Whenever any such holidays fall on a Sunday,the following , Monday shall be observed as a holiday. NO.4:All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving and Christmas Day ' shall be paid at the double time rate of pay. If any of the above holidays fall on Sunday,Monday will be observed as the recognized holiday. If any of the above holidays fall on Saturday,Friday will be observed as the recognized holiday. NO.5: All work that shall be done on New Year's Day,Memorial Day,Fourth of July,Labor Day,Veteran's Day, ' Thanksgiving Day,and Christmas Day shall be paid at the double(2)time rate of pay. NO.7:All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, ' and Christmas Day shall be paid at the double time rate of pay. If a holiday falls on a Sunday,it shall be observed on the following Monday. If a holiday falls on a Saturday,it shall be observed on the preceding Friday. NO.8:All work performed on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving ' Day,and Christmas Day,or the days observed in lieu of these holidays,shall be paid at the double time rate of pay. . NO.15:All work accomplished on the recognized holidays of New Year's Day,Decoration Day(Memorial Day),Independence ' Day(Fourth of July),Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day,or days observed as these named holidays,shall be compensated for at double(2)the regular hourly rate of wages plus fringe benefits. If a holiday falls on Saturday,it shall be observed on the preceding Friday. If a holiday falls on a Sunday,it shall be observed on the following ' Monday. No work shall be performed on Labor Day,Christmas Day,Decoration Day or Independence Day except to preserve life or property. NO.19:All work done on New Year's Day,Memorial Day,July 4th,Labor Day,Thanksgiving Day,and Christmas Day shall ' be paid at the double time rate of pay. The employee may take off Friday following Thanksgiving Day. However,the employee shall notify his or her Foreman,General Foreman or Superintendent on the Wednesday preceding Thanksgiving Day. When one of the above holidays falls on Sunday,the following Monday shall be considered a holiday and all work performed on either ' day shall be at the double(2)time rate. When one of the holidays falls on Saturday,the preceding Friday shall be considered a holiday and all work performed on either day shall be at the double(2)time rate. NO.23:All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, ' Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate of pay. When a holiday falls on Sunday,the following Monday shall be considered a holiday. NO.31:All work done on New Year's Day,Presidents Day,Good Friday,Memorial Day,Fourth of July,Labor Day,Veteran's , Day,Thanksgiving Day,Friday after Thanksgiving Day,Christmas Day,and Employee's Birthday shall be paid at the double time rate of pay. If a holiday falls on Sunday,the following Monday will be observed as the recognized holiday. If a holiday falls on Saturday,the preceding Friday will be observed as the recognized holiday. ' NO.54:All work performed on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day,the Friday after Thanksgiving Day_,and Christmas Day shall be pZ at the double_(2)time rate of pay_. When a holiday_ falls on Saturday,it shall be observed on Friday. When a holiday falls on Sunday,it shall be observed on Monday. ' NO.60: All work performed on New Year's Day,Armistice Day(Veteran's Day),Decoration Day(Memorial Day), Independence Day(Fourth of July),Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No , work shall be performed on Labor Day except when triple(3)time is paid. When a holiday falls on Saturday,Friday will be observed as the holiday. When a holiday falls on Sunday,the following Monday shall be observed as the holiday. 1 s ANNUAL WAGE ORDER NO. 15 ' AW015014BHol.doc Page I of 2 Pages r r CALLAWAY COUNTY HOLIDAY SCHEDULE-BUILDING CONSTRUCTION NO.66: All work performed on Sundays and the following recognized holidays,or the days observed as such,of New Year's ' Day,Decoration Day,Fourth of July,Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day,shall be paid at double (2)the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a ' Sunday,the following Monday shall be observed as a holiday. NO.69: All work performed on New Year's Day,Decoration Day,July Fourth,Labor Day,Veteran's Day,Thanksgiving Day or Christmas Day shall be compensated at double(2)their straight-time hourly rate of pay. Friday after Thanksgiving and the ' day before Christmas will also be holidays,but if the employer chooses to work these days,the employee will be paid at straight -time rate of pay. If a holiday falls on a Sunday in a.particular year,the holiday will be observed on the following Monday. r r r r 1 r r r r r r r ANNUAL WAGE ORDER NO. 15 AW015014BHol.doe Page 2 of 2 Pages r Hea vy Construction Rates for REPLACEMENT PAGE Section 014 , CALLAWAY County *Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule CARPENTER ' Journeymen 5/08 $28.31 7 16 $9.96 Millwright 5/08 $28.31 7 16 $9.96 ' Pile Driver Worker 5/08 $28.31 7 16 $9.96 OPERATING ENGINEER Group 1 5/08 $24.60 21 5 $17.25 ' Group II 5/08 $24.25 21 5 $17.25 Group III 5/08 $24.05 21 5 $17.25 ' Group IV 5/08 $20.40 21 5 $17.25 Oiler-Driver 5/08 $20.40 21 5 $17.25 LABORER General Laborer 5/08 $23.9 7 2 4 $8.88 ' Skilled Laborer 5/08 $24.57 2 4 $8.88 ' TRUCK DRIVER-TEAMSTER Group 1 5/08 $25.82 22 19 $8.65 Group II 5/08 $25.98 22 19 $8.65 ' Group 111 5/08 $25.97 22 19 $8.65 Group IV 5/08 $26.09 22 19 $8.65 1 For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the ' Building Construction Rate Sheet. 1 s 'Annual Incremental Increase ANNUAL WAGE ORDER NO. 15 6108 r 1 CALLAWAY COUNTY OVERTIME SCHEDULE—HEAVY CONSTRUCTION NO.2: Means a regular workweek shall be forty(40)hours and will start on Monday and end on Friday. ' The regular work day shall be either eight(8)or ten(10)hours. If a crew is prevented from working forty (40)hours Monday through Friday,or any part thereof,by reason of inclement weather, Saturday or any part thereof maybe worked as a make-up day at the straight time rate. Employees who are part of a ' regular crew on a make-up day,notwithstanding the fact that they may not have been employed the entire week,shall work Saturday at the straight time rate. A workday shift is to begin at the option of the Employer,between 6:00 a.m. and not later than 9:00 a.m. However,the project starting time may be advanced or delayed if required. If workmen are required to work the enumerated holidays or days observed as such or Sundays,they shall receive double(2)the regular rate of pay for such work. NO.7: Means the regular work week shall start on Monday and end on Friday, except where the ' Employer elects to work Monday through Thursday,ten(10)hours per day. All work over ten(10)hours in a day or forty(40)hours in a week shall be at the overtime rate of one and one-half(1'/z)times the regular hourly rate. The regular workday shall be either eight(8)or ten(10)hours. If a job can't work forty(40)hours Monday through Friday because of inclement weather or other conditions beyond the control of the Employer,Friday or Saturday may be worked as a make-up day at straight time(if working 4-10's). Saturday may be worked as a make-up day at straight time(if working 5-8's). Make-up days ' shall not be utilized for days lost due to holidays. A workday is to begin at the option of the Employer but not later than 11:00 a.m. except when inclement weather,requirements of the owner or other conditions beyond the reasonable control of the Employer prevent work. Except as worked as a make-up day,time on Saturday shall be worked at one and one-half(1'/z)times the regular rate. Work performed ' on Sunday shall be paid at two(2)times the regular rate. Work performed on recognized holidays or days observed as such, shall also be paid at the double(2)time rate of pay. ' NO.21: Means the regular workday for which employees shall be compensated at straight time hourly rate of pay shall,unless otherwise provided for,begin at 8:00 a.m. and end at 4:30 p.m. However,the project starting time may be advanced or delayed at the discretion of the Employer. At the discretion of the Employer,when working a five(5)day eight(8)hour schedule, Saturday may be used for a make-up day. if an Employer is prohibited from working on a holiday,that employer may work the following Saturday at the straight time rate. However,the Employer may have the option to schedule his work from Monday through Thursday at ten(10)hours per day at the straight time rate of pay with all hours in excess of ten(10)hours in any one day to be paid at the applicable overtime rate. if the Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control,he shall have the option to work Friday or Saturday at the straight time rate of pay to complete his forty (40) ' hours. If an Employer is prohibited from working on a holiday,that Employer may work the following Friday or Saturday at the straight time rate. Overtime will be at one and one-half(1'h)times the regular rate. If workmen are required to work the enumerated holidays or days observed as such, or Sundays, ' they shall receive double(2)the regular rate of pay for such work. NO.22: Means a regular work week of forty(40)hours will start on Monday and end on Friday. The regular work-day shall-be either eight(8)-or ten(10)hours. If a-crew is-prevented from working-forty - (40)hours Monday through Friday,or any part thereof by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up day,notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. A workday is to begin between 6:00 a.m. and 9:00 a.m. However,the project starting time may be advanced or delayed if mutually agreed to by the interested parties. For all time worked on recognized holidays, or days observed as such,double(2)time shall be paid. ' ANNUAL WAGE ORDER NO. 15 AW015 014 HOT.doc Pagel of 1 Page 1 CALLAWAY COUNTY HOLIDAY SCHEDULE—HEAVY CONSTRUCTION NO.4: All work performed on New Year's Day,Memorial Day,Independence Day, Labor Day,Thanksgiving ' Day,Christmas Day,or days observed as such, shall be paid at the double time rate of pay.When a holiday falls on a Sunday,Monday shall be observed. NO. 5: The following days are recognized as holidays: New Year's Day, Memorial Day,Fourth of July,Labor ' Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday.No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week,Monday through Friday,it shall be counted as eight(8)hours toward a forty(40)hour week;however,no reimbursement for this eight (8)hours is ' to be paid the workman unless worked. If workmen are required to work the above recognized holidays or days observed as such, or Sundays,they shall receive double(2)the regular rate of pay for such work. The above shall apply to the four 10's Monday through Friday work week. The ten(10) hours shall be applied to the forty (40) hour work week. ' NO. 16: The following days are recognized as holidays:New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on Sunday, it shall be observed on the ' following Monday. If a holiday falls on Saturday,it shall be observed on the preceding Friday. No worl:shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week,Monday through Friday, it s ;ai; be ' counted as eight(8)hours toward the forty (40)hour week;however,no reimbursement for this eight(8) hours is to be paid to the worker unless worked. If workers are required to work the above recognized holidays or days observed as such,they shall receive double(2)the regular rate of pay for such work. ' NO. 19: The following days are recognized as holidays:New Year's Day,Memorial Day,Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal wort:week, Monday through Friday, it shall be counted as eight(8) hours toward the forty (40)hour week; however, no ' reimbursement for this eight(8)hours is to be paid the workmen unless worked. An Employer working a four (4) day, ten(10) hour schedule may use Friday as a make up day when an observed holiday occurs during the work week. Employees have the option to work that make up day. If workmen are required to wort: the above ' enumerated holidays,or days observed as such, they shall receive double(2)the regular rate of pay for such work. AWO15 014 HHoLdoc ANNUAL WAGE ORDER NO. 15 Page 1 of 1 Page OUTSIDE ELECTRICIAN These rates are to be used for the following counties: ' Adair,Audrain,Boone,Callaway,Camden,Carter,Chariton,Clark,Cole,Cooper,Crawford,Dent,Franklin, Gasconade,Howard,Howell,Iron,Jefferson,Knox,Lewis,Lincoln,Linn,Macon,Maries,Marion,Miller,Moniteau, Monroe,Montgomery,Morgan,Oregon,Osage,Perry,Phelps,Pike,Pulaski,Putnam,Ralls,Randolph,Reynolds, Ripley,St.Charles,St.Francois,St.Louis City,St.Louis County,Ste.Genevieve,Schuyler,Scotland,Shannon,Shelby, Sullivan,Texas,Warren,and Washington COMMERCIAL WORK Occupational Title Basic Total ' Hourly Fringe Rate Benefits Joumeyman Lineman $32.38 $4.75 +41.55% ' Lineman Operator $27.96 $4.75 +41.55% Groundman $21.62 $4.75 +41.55% 1 OVERTIME RATE:Eight(8)hours shall constitute a work day between the hours of 7:00 a.m.and 4:30 p.m.Forty (40)hours within five(5)days,Monday through Friday inclusive,shall constitute the work week.Work performed in the 9th and 10th hour,Monday through Friday,shall be paid at time and one-half(1'/z)the regular straight time rate of pay. ' Contractor has the option to pay two(2)hours per day at the time and one-half(1'/z)the regular straight time rate of pay between the hours of 6:00 a.m.and 5:30 p.m.,Monday through Friday.Work performed outside the regularly scheduled working hours and on Saturdays,Sundays and recognized legal holidays,or days celebrated as such,shall be paid for at ' the rate of double(2)time. HOLIDAY RATE:All work performed on New Year's Day,Memorial Day,Fourth of July,Labor Day,Veteran's Day, Thanksgiving Day,Christmas Day,or days celebrated as such,shall be paid at the double time rate of pay. When one of ' the foregoing holidays falls on Sunday,it shall be celebrated on the following Monday. UTILITY WORK Occupational Title Basic Total Hourly Fringe Rate Benefits ' Journeyman Lineman $32.38 $4.75+37.55% ' Lineman Operator $27.96 $4.75 +37.55% Groundman $21.62 $4.75 +37.55% OVERTIME RATE:Eight(8)hours shall constitute a work day between the hours of 7:00 am.and 4:30 p.m.Forty ' (40)hours within five(5)days,Monday through Friday inclusive,shall constitute the work week.Work performed in the 9th and 10th hour,Monday through Friday,shall be paid at time and one-half(1'/Z)the regular straight time rate of pay. Contractor has the option to pay two(2)hours per day at the time and one-half(1'/x)the regular straight time rate of pay ' between the hours of 6:00 a.m.and 5:30 p.m.,Monday through Friday. Worked performed in the first eight(8)hours on Saturday shall be paid at the rate of one and eight tenths(1.8)the regular straight time rate. Work performed outside these hours and on Sundays and recognized legal holidays,or days-celebrated as such,shall be paid for at the rate of double(2)time. ' HOLIDAY RATE:All work performed on New Year's Day,Memorial Day,Fourth of July,Labor Day,Veteran's Day, Thanksgiving Day,Christmas Day,or days celebrated as such,shall be paid at the double time rate of pay. When one of ' the foregoing holidays falls on Sunday,it shall be celebrated on the following Monday. ANNUAL WAGE ORDER NO. 15 3/08 OUT STL AW I5Aw ! AFFIDAVIT OF COMPLIANCE PUBLIC WORKS CONTRACTS LAW I, the undersigned, , of lawful age, first ! being duly sworn, state to the best of my information and belief as follows: ! 1. That I am employed as , by ! 2. That was awarded a public works contract for Project No. 31087, New Grease and Septage Acceptance ! Building - Jefferson City RWRF. ' 3. That I have read and am familiar with Section 290.290 RSMo (1.2 4 as amended) an act relating to public works contracts,which impose certain ' requirements upon contractors and subcontractors engaged in a pubiic works construction project in the State of Missouri. ' 4. That has fully complied with the provisions and requirements of Section 290.290 RSMo us ' amended) FURTHER AFFIANT SAYETH NAUGHT. AFFIANT ' Subscribed and sworn to before me this day of , 20 NOTARY PUBLIC My Commission Expires: STATE OF MISSOURI ) ' ) COUNTY OF ) ss 1 EXCESSIVE UNEMPLOYMENT EXCEPTION CERTIFICATION I, the undersigned, , of lawful age, first being duly sworn, state to the best of my information and belief as follows: 1. That I am employed .as by 1 2. That was awarded a public ' works contract for Project No. 31087, New Grease and Septage Acceptance Building - Jefferson City RWRF. 3. That I have read and am familiar with Section 290.290 RSMo (19;4 as ' amended)an act relating to public works contracts,which impose cei Lain requirements upon contractors and subcontractors engaged in a public ' works construction project in the State of Missouri. 4. Although there is a period of excessive unemployment in the State OT ' Missouri, which requires the employment of only Missouri laborers and laborers from non-restrictive states on public works projects or improvements, an exception applies as to the hiring of since no Missouri laborers or laborers from non-restrictive states are available or ca ,ab:s of performing ' FURTHER AFFIANT SAYETH NAUGHT. AFFIANT ' Subscribed and sworn to before me this day of , 20 . ' NOTARY PUBLIC ' My Commission Expires: APPROVED BY: Director of Community Development, City of Jefferson, MO CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT, made and entered into this day of &g e� f , 2008, by and between Wisch and Vaughan Construction Co. Inc. hereinafter referred to ' as"Contractor", and the City of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as "City". WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the following City improvements: ' Project No. 31087, New Grease and Septage Acceptance Building - Jefferson City RWRF. ' NOW THEREFORE, the parties to this contract agree to the following: 1. Scope of Services. Contractor agrees to provide all labor, equipment, hardware and supplies to perform ' the work included in the project entitled "New Grease and Septage Acceptance Building - Jefferson City RWRF" in accordance with the plans and specifications on file with the Department of Community Development. ' 2. Manner and time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, ' materials and supplies necessary to perform said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws, within 120 calendar days from the date Contractor is ordered to proceed,which order shall be issued by the Director of Community Development within ' ten (10) days after the date of this contract. 1 3. Prevailing Wages. To the extent that the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less than the "prevailing hourly rate of wages" for work of a similar character in this locality, as established by Department of Labor and ' Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that ' Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 15, Section 014, Callaway County rates as set forth. The Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed in connection with the work to be performed under the terms of this contract. The record shall show the actual wages paid to the workmen in connection with the work to be performed under the terms of this contract. A copy of the record shall be delivered to the Purchasing Agent of the Jefferson City Finance Department each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City Ten Dollars ($10.00) for each workman employed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. ' 4. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: 1 (a) Workmen's Compensation Insurance for all of its employees to be engaged in work under this contract. ' (b) Contractor's Public Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single occurrence and $300,000 for any one 1 person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo., and Contractor's Property Damage Insurance in an amount not less than $2,000,000 for all ' claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. ' (c) Automobile Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (d) Owner's Protective Liability Insurance -The Contractor shall also obtain ' at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City of Jefferson as the insured, in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $500,000 ' for any one person in a single accident or occurrence,except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. (e) Subcontracts-In case any or all of this work is sublet,the Contractor shall 1 require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and (c) hereof and in like amounts. ' (f) Scope of In and Special Hazard. The insurance required under Sub-paragraphs(b)and (c)hereof shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from ' operations underthis contract,whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. ' NOTE: Paragraph(f)is construed to require the procurement of Contractor's protective insurance (or contingent public liability and contingent property damage policies) by a ' general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy(or rider attached thereto)of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. 5. Contractor's Responsibility for Subcontractors. It is further agreed that Contractor shall be as fully responsible to the City for the acts ' and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may ' exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. ' 6. Damages. The Parties agree that the City may deduct Two Hundred Eighty-Two Dollars ' ($282.00) as actual damages from any amount otherwise due under this contract for every day the Contractor fails or refuses to prosecute the work, or any separable part ' thereof, with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that ' Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 7. Termination. The City reserves the right to terminate this contract by giving at least five(5)days prior ' written notice to Contractor,without prejudice to any other rights or remedies of the City should Contractor be adjudged .a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be appointed for 1 Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor should refuse or fail to make prompt payment to any person supplying labor ' or materials forthe work underthe contract, or persistently disregard instructions of the City or fail to observe or perform any provisions of the contract. ' 8. City's Right to Proceed. In the event this contract is terminated pursuant to Paragraph 7, then the City may take over the work and prosecute the same to completion, by contract or otherwise, and ' Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and ' structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, city ordinances, and state and federal laws. 9. Indemnity. • To the fullest extent permitted by law, the Contractor will indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from and against any and all claims,damages, losses,and expenses including attorneys'fees arising out 1 of or resulting from the performance of the work, provided that any such claim,damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to ' injury to or destruction of tangible property(other than the Work itself)including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor,any subcontractor,anyone directly or indirectly employed by any ' of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Paragraph. 1 10. Payment for Labor and Materials. The Contractor agrees and binds itself to pay for all labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. ' 11. Supplies. The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062 RSMo 1994 as amended. Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the City. ' 12. Payment. The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Director of Community Development and in accordance with the rates and/or amounts stated in the bid of Contractor dated October 24, 2008 which are by reference made a part hereof: No partial payment to the Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this contract shall not exceed One Hundred Eleven Thousand Dollars and No Cents ($111,000.00). 13. Performance and Materialman's Bonds Required. Contractor shall provide a bond to the City before work is commenced, and no later ' than ten (10) days after the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment of amounts due to all suppliers of labor ' and materials, the payment of insurance premiums for workers compensation insurance and all other insurance called for under this contract, and the payment of the prevailing wage rate to all workmen as required by.this contract, said bond to be in a form approved by the City, and to be given by such company or companies as may be acceptable to the City in its sole and absolute discretion. The amount of the bond shall be equal to the Contractor's bid. 14. Knowledge of Local Conditions. • Contractor hereby warrants that it has examined the location of the proposed work and ' the attached specifications and has fully considered such local conditions in making its bid herein. ' 15. Severabilit . If any section, subsection, sentence,or clause of this Contract shall be adjudged illegal, invalid, or unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not so adjudged. ' 16. Governing Law. The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri shall have jurisdiction over any dispute which arises under this Icontract, and each of the parties shall submit and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce this contract, the City shall be entitled to recover its attorney's fees and expenses incurred in such action. 17. Contract Documents. ' The contract documents shall consist of the following: a. This Contract f. General Provisions b. Addenda g. Special Provisions ' c. Information for Bidders h. Technical Specifications d. Notice to Bidders I. Drawing and/or Sketches e. Signed Copy of Bid ' This contract and the otherdocuments enumerated in this paragraph,form the Contract between the parties. These documents are as fully a part of the contract as if attached hereto or repeated herein. 18. Complete Understanding, Merger. 1 Parties agree that this document including those documents described in the section entitled "Contract Documents"represent the full and complete understanding of the parties. This contact includes.only those goods and services specifically set out. This contract supersedes all prior contracts and understandings between the Contractor and the City. ' 19. Authorship and Enforcement. Parties agree that the production of this document was the joint effort of both parties and that the contract should not be construed as having been drafted by either party. In the event that either party shall seek to enforce the terms of this contract through litigation, the prevailing party in such action shall be entitled to receive, in addition to any other relief, its reasonable attorneys fees, expenses and costs. ' 20. Amendments. This contract may not be modified, changed or altered by any oral promise or statement by whomsoever made; nor shall any modification of it be binding upon the City until such written modification shall have been approved in writing by an authorized officer of the City. Contractor acknowledges that the City may not be responsible for paying ' for changes or modifications that were not properly authorized. ' 21. Waiver of Breech . Failure to Exercise Rights and Waiver: Failure to insist upon strict compliance with any of the terms covenants or conditions herein shall not be deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more times be deemed a waiver or relinquishment at any other time or times by any right under the terms, covenants or conditions herein. 22. Assignment. ' Neither party may sell or assign its rights or responsibilities under the terms of this agreement without the express consent of the remaining party. 23. Nondiscrimination. Contractor agrees in the performance of this contract not to discriminate on the ground or because of race, creed, color, national origin or ancestry, sex, religion, handicap, ' age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. 24. Notices. All notices required to be in writing may be given by first class mail addressed to City ' of Jefferson, Department of Community Development, 320 East McCarty, Jefferson City, Missouri,65101,and Contractor at P.O. Box 104388,Jefferson City, MO 65110- ' 4388. The date of delivery of any notice shall be the second full day after the day of its mailing. 1 • IN WITNESS WHEREOF,the parties hereto have set their hands and seals this 7J day of DeU mbe I- , 2008. ' CITY OF JEFFERSON CONTRACTOR 1 ayor et :-TAM 4537 ' ATTEST: ATTEST: 1 _ _ City Clerk Title: APPROVED AS TO FORM: 1 City &Uns6lor 1 • 1 Bond# 674010178 PERFORMANCE, PAYMENT AND GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Wisch and Vaughan Construction Co. Inc. , PO Box 104388, .Teffergnn Ciro, Mn 65110-4388 hereinafter, referred to as "Contractor" and Liberty Mutual Insurance Company, 175 Rerklpy StrApt, ncrnn, MA 02117 a Corporation organized under the laws of the State of MacGachusetts and authorized to transact business in the State of ' Missouri as Surety, are held and firm) bound unto the Y Y City of Jefferson hereinafter referred to as"Owner° ' in the penal sum of one Hundred Eleven Thousand Dollars & NO/loo---- DOLLARS ($ 1 I I ,000.oo ), lawful money of the United States of America for the payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. 1 THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; 1 WHEREAS, the above bounded Contractor has on the 1st day ' of December ,2008 ,entered into a written contract with the aforesaid Owner forfurnishing all materials,equipment,tools,superintendence, labor,and otherfacilities ' and accessories, for the construction of certain improvements as designated, defined and described in the said Contract and the Conditions thereof, and in accordance with ' the specifications and plans therefore; a copy of said Contract being attached hereto and made a part hereof: ' NOW THEREFORE, if the said Contractor shall and will, in all particulars,well,duly and ' faithfully observe, perform and abide by each and every covenant, condition, and part of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law and other Contract Documents thereto attached or, by reference, made a part thereof, according to the true intent and meaning in each case, and if said contractor shall replace all defective parts, material and workmanship for a period of one year after acceptance by the Owner, then this obligation shall be and become null and void; ' otherwise it shall remain in full force and effect. ' PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries ' and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or ' its subcontractors in performance of the work contracted to be done,the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with ' interest as provided by law: PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the ' contract, or the work to be performed thereunder, or the specifications accompanying the same, shall in any wise affect its obligation on this bond and it does hereby waive ' notice of any change, extension of time, alteration, or addition to the terms of the contract, or to the work, or to the specifications: PROVIDED FURTHER, that if the said Contractor fails to pay the prevailing hourly rate ' of wages, as shown in the attached schedule, to any workman engaged in the construction of the improvements as designated, defined and described in the said ' contract, specifications and conditions thereof, the Surety will pay the deficiency and any penalty provided for by law which the contractor incurs by reason of an act or ' omission, in any amount not exceeding the amount of this obligation together with interest as provided by law: r t 1 IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the said Surety has caused these presents to be executed in its name, and its corporate seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at ' Jefferson City, Missouri on this the 1st day of December , 20 08 ' T.iherty Mutual Insurance ompany . , Inc. SURETY COMPANY CONTRACTOR . BY (SEAL) B f�� EAL) H�F cod S'G� �iQ ESi c/EAJ i ' (SEAL) BY (SEAL) ' Attorney-in-fact Tera Huesgen (State Representative) (Accompany this bond with Attorney-in-fact's authority from the Surety Company ' certified to include the date of the bond.)d ) 1 r 2430167 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT 1S PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY OW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance *mpany,pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint THOMAS S. NAUGHT, RICHARD L. NAUGHT, HARRY-:D NAUGHT,TERESA.:M::STEPHENSON,TIMOTHY P. EASTIN, WILMA J. KEISER, BETHANY NATIONS, JOE R BRADSHAW.TERA HUESGEN, ALL OF THE:CITY OF COLUMBIA, STATE OF MISSOURL..... ........ .................. ........ ......... ................:. .......... .... ... . .. . .... .... each individually if there be more than one named, its true and lawful attorney in-fact to make execute,seal acknowledge and deliver,for and on.its behalf as surety and as its act and:deed;any and all undertakings, bonds, recognizances and other.surety obligations m:the penal sum not exceeding TWENTY FIVE MILLION AND 00%100****.***********`*** DOLLAR§,($ 25,000,0_00.00***"* )each,and the execution of such undertakings; bonds;. recognizances and other surety obligations in pursuance-,bf.these presents,-shall be as binding upon the Company as if they had been duly signed by the.presidentand attested by the:sgcretary of_the Company:in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law.and Authorization ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such a attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their y signature and execution of any such instruments and to attach thereto the seal.of the Company. When so executed such instruments shall be C y as binding as if signed by the president and attested by the secretary. N By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: d C C Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary.of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute;seal, acknowledge and e v deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. 0 rn vH 3 That the By-law and the Authorization set forth above are true copies thereof and are now in full.force and effect. W . . c £ m IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 22nd day of October c Qcv) pet C LIBERTY MUTUAL INSURANCE COMPANY 3 w� C to CD M Garnet W.Elliott,Assistant Secretary w o COMMONWEALTH OF PENNSYLVANIA ss d y COUNTY OF MONTGOMERY c 0 cOn this 22nd day of October 2008 , before me, a Notary Public,personally came Garnet W. Elliott,to me known, and acknowledged 2d2 0•— that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation;and that he`executed the above .�F *i Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. R IN TESTIMONY WH P unto subscribed my nameand affixed my notarial seal at Plymouth Meeting Pennsylvania,on the day and year «N u first above written. q �,oNw m COMMONwEAII H OF AENN Yi VANtA E N _ Cl) OF Teresa Pester Notary Fides By O 00 Q er �� Ter sa Pastella,Notary Public 0 r res 7�.v� �G MamDmrPannsi�vaniaAsrmclatlanotNWartos - CERTIFICATE V I,the undersigned,Assistan ecretary of Liberty Mutual Insurance Company do hereby certify that the original power;of attorney of which the foregoing is a full,true and correct co py;is In full;force and effect on the date of.thls.certificate and-l:do:further certi that ihe:officer or official who executed the said power of attorney is an AssistantSecretary specially authoriied by the chairman or'. r the president to appoint attorneys-in-fact as provided in Article XIII,Section 5 of the By-laws of Liberty Mutual Insurance Company This certificate and the above power of attorney may be signed by facsimile.or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and.held on the 12th day of March,1980.. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the'company, wherever appearing upon a certified copy of any power of attorney issued by the company..in connection with surety bonds,shall be valid and.binding upon the company with the same force and effect as though manually affixed. TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said company,this 1st day of e mber 2008 k k,��> David M.Carey,Ass' nt Secretary ' ACORD w CERTIFICATE OF LIABILITY INSURANCE OP ID cN DATElscx-1 11/25/0 1/25/oa PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ' Winter-Dent & Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 101 E. McCarty Street HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P.O. Box 1046 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. efferson City MO 65102-1046 hone: 573-634-2122 2 Fax:573-636-7500 INSURERS AFFORDING COVERAGE NAIC# ' SURED INSURER A: 55003 Builders Arse. Self-Insurers INSURER B: united Fire a casualty company 13021 Wisch & Vaughan Construction INSURER C: 10804 Company, Inc Continental Was tam insurance' P.O. BOX 104388 INSURER D: Jefferson City MO 65110-4388 INSURER E: COVERAGES ' THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE(MM/DD/YY) DATE(MMIDD/YY) LIMITS ' GENERAL LIABILITY EACH OCCURRENCE $ 1000000 B X COMMERCIAL GENERAL LIABILITY 60329771 12/31/07 12/31/08 PREMISES(Eaoccurence) $ 100000 CLAIMS MADE a OCCUR MED EXP(Any one person) $5000 ' PERSONAL BADVINJURY $ 1000000 GENERAL AGGREGATE $2000000 GEHL AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2000000 POLICY X JPEcO L0C ' AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1000000 B X ANY AUTO 60329771 12/31/07 12/31/08 (Eeaccident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Perpers on) HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per accident) $ ' PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ ' AUTO ONLY: AGG $ EXC AI ESSMBRELLaLIABILITY EACH OCCURRENCE $4000000 B X OCCUR 0 CLAIMSMADE 60329771 12/31/07 12/31/08 AGGREGATE $4000000 $ DEDUCTIBLE $ X RETENTION $10000 $ WORKERS COMPENSATION AND X I TORY LIMITS I ER EMPLOYERS'LIABILITY ' A 08WC0429 01/01/08 12/31/08 E.L.EACH ACCIDENT $ 100000 ANY PROPRIETORlPAR1NER/EXECLRIVE OFFICER/MEMBEREXCLUDED? E.L.DISEASE-EA EMPLOYEE $ 100000 It yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $500000 OTHER ' C Install Floater CWP239603828 12/31/07 12/31/08 Limit 600000 C Builders Risk CNP239603828 12/31/07 12/31/08 Limit 2000000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS - ' RE: New Grease and Septage Acceptance Building - Jefferson City RWRF, Project #31087. ' CERTIFICATE HOLDER CANCELLATION JEFFE-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION ' DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.BUT FAILURE TO DO SO SHALL 7-320 ity Of Jefferson IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR East McCarty REPRESENTTAATTIVVES. �7ry Jefferson City MO 65101 A ZED� ED -_ SENT � ACORD 25(2001/08) �! ©ACORD CORPORATION 1988 1 1 IMPORTANT 1 If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 1 If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 1 DISCLAIMER 1 The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 1 1 1 1 i 1 1 i 1 i ACORD 25(2001108) 1 ' ' GENERAL PROVISIONS FORWARD ' The following Articles GP-1 through GP-48 are"General Provisions of the Contract",modified as set forth in the Special Provisions. ' GP-1 . CONTRACT DOCUMENTS It is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders,General Provisions,Special Provisions,Bid,Contract,Performance and One Year Guarantee Bond, Specifications, other documents listed in the Table of Contents and bound in this Volume. Plans,all Addenda thereto issued prior to the time of opening bids for the work,all of which are hereto attached,and other drawings,specifications,and engineering data which may be furnished by the ' Contractor and approved by the Owner, together with such additional drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the intent of the specifications and drawings, are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary,and what is called for by any one shall ' be as binding as if called for by all. The intention of the Documents is to include the furnishing of all materials,labor,tools,equipment and supplies necessaryfor constructing complete and ready to use the work specified. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. ' The Contract shall be executed in the State and County where the Owner is located. Three (3) copies of the contract documents shall be prepared by the Contractor, each containing an exact copy of the ' Contractor's bid as submitted,the Performance Bond properly executed,a Statutory Bond where required, and the contract agreement signed by both parties thereto. These executed contract documents shall be filed as follows: One(1)with the City Clerk of the City of Jefferson One(1)with the Jefferson City Director of Community Development One(1)with the Contractor GP-2 DEFINITIONS Wherever any work or expression defined in this article, or pronoun used in its stead, occurs in these contract documents, it shall have and is mutually understood to have the meaning herein given: t1. "Contract"or"Contract Documents"shall include all of the documents enumerated in the previous article. ' 2. "Owner", "City", or words"Party of the First Part", shall mean the party entering into contract to secure performance of the work covered by this Contract and his or its duly authorized officers -or agents.,Generally this_will-be=the"City.of,Jefferson". 3. "Contractor"or the words"Party of the Second Part"shall mean the party entering into contract for the performance of the work covered by this contract and his duly authorized agents or legal representatives. 4. "Subcontractors"shall mean and refer to a corporation, partnership,or individual having a direct contract with the Contractor, for performing work at the job site. ' 5. "Engineer"shall mean the authorized representative of the Director of Community Development, (i.e.,the Engineering Division Director). 6. "Construction Representative"shall mean the engineering or technical assistant duly authorized ' by the Engineer limited to the particular duties entrusted to him or them as subsequently set forth herein. 7. "Date of Award of Contract" or words equivalent thereto, shall mean the date upon which the ' successful bidder's proposal is accepted by the City. 8. "Day"or"days", unless herein otherwise expressly defined, shall mean a calendar day or days ' of twenty-four hours each. 9. "The work" shall mean the work to be done and the equipment, supplies and materials to be ' furnished under this contract, unless some other meaning is indicated by the context. 10. 'Plans"or"drawings"shall mean and include all drawings which may have been prepared by the Engineer as a basis for proposals, all drawings submitted by the successful bidder with his ' proposal and by the Contractor to the City, if and when approved by the Engineer, and all drawings submitted by the City to the Contractor during the progress of the work,as provided for herein. ' 11. Whenever in these contract documents the words"as directed","as required","as permitted","as allowed", or words or phrases of like import are used, it shall be understood that the direction, requirement, permission, or allowance of the City and Engineer is intended. „ , 12. Similarly the words"approved","reasonable", suitable,,"acceptable", properly", "satisfactory", or words of like effect and import, unless otherwise particularly specified herein, shall mean approved,reasonable,suitable,acceptable,proper or satisfactory in the judgment of the City and , Engineer. 13. Whenever any statement is made in these Contract Documents containing the expression"it is understood and agreed"or any expression of the like import,such expression means the mutual understanding and agreement of the Contractor and the City. 14. "Missouri Highway Specifications" shall mean the latest edition of the "Missouri Standard ' Specifications for Highway Construction"prepared by the Missouri Highway and Transportation Commission and published before the date of this contract. 15. "Consultant" shall mean the firm, company, individual, or its/his/her duly authorized ' representative(s)under separate agreement with the City of Jefferson that prepared the Dlans, specifications, and other such documents for the work covered by this contract. GP-3 THE CONTRACTOR ' It is understood and agreed that the Contractor, has by careful examination 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 local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer, agent or ' employee of the City,either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. The relation of the Contractor to the City shall be that of an independent contractor. ' GP-4 THE ENGINEER The Engineer shall be the City's representative during the construction period and he shall observe the ' work in process on behalf of the City by a series of periodic visits to the job site. He shall have authority to act on behalf of the City. 1 ' The Engineer assumes no direction of employees of the Contractor or subcontractors and no supervision of the construction activities or responsibility for their safety. The Engineer's sole responsibility during construction is to the City to endeavor to protect defects and deficiencies in the work. ' Any plan or method of work suggested by the Engineer, or other representative of the City, to the Contractor, but not specified or required,if adopted or followed by the Contractor in whole or in part,shall be used at the risk and responsibility of the Contractor; and the Engineer and the City will assume no ' responsibility therefore. GP-5 BOND ' Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the full amount of the contract sum. This surety bond, executed by the Contractor to the City, shall be a guarantee: (a) for the faithful performance and completion of the work in strict accordance with ' the terms and intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might in any manner become a claim against the City; (c) for the payment to the City of all sums due or which may become due by the terms of the contract, as well as by reason of any violation thereof by the Contractor; and for a period of one year from and immediately following the ' acceptance of the completed project by the City,the payment to the City of all damage loss and expense which may occur to the City by reason of defective materials used,or by reason of defective or improper workmanship done, in the furnishing of materials, labor, and equipment in the performance of the said ' contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the property sureties through a company licensed and qualified to operate in the ' state and approved by the City. Bond shall be signed by an agent resident in the state and date of bond shall be the date of execution of the contract. If at any time during the continuance of the contract the surety on the Contractor's bond becomes ' irresponsible,the City shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the City within ten(10)days after notice to do so. In default thereof,the contract may be suspended, all payments or money due the Contractor withheld, and the contract ' completed as hereinafter provided. GP-6 INSURANCE GP-6.1 GENERAL: The Contractor shall secure,pay for and maintain during the life of the Contract, insurance of such types ' and amounts as necessary to protect himself, and the City, against all hazards enumerated herein. All policies shall be in the amounts,form and companies satisfactory to the City. The insuring company shall deliver to the City certificates of all insurance required, signed by an ' authorized representative and stating that all.provisions of the following specified requirements are complied with. All certificates of insurance required herein shall state that ten(10)days written notice will be given to the ' City before the policy is canceled or changed. All certifications of insurance shall be delivered to the City prior to the time that any operations under this contract are started. ' All of said Contractor's certificates of insurance shall be written in an insurance company authorized to do business in the State of Missouri. GP-6.2 BODILY INJURY LIABILITY&PROPERTY DAMAGE LIABILITY INSURANCE ' (1) Bodily Injury Liability insurance coverage providing limits for bodily injuries,including death,of not less than$2,000,000 per person and $300,000 per occurrence. (2) Property Damage Liability insurance coverage for limits of not less than $2,000,000 per one ' occurrence nor less than$2,000,000 aggregate to limit for the policy year. GP-6.3 CONTRACTOR'S PROTECTIVE BODILY INJURY LIABILITY & PROTECTIVE PROPERTY ' DAMAGE LIABILITY INSURANCE: (COVERING OPERATIONS OF SUBCONTRACTORS) (1) Contractors contingent policy providing limits of at least$300,000 per person and $2,000,000 per occurrence for bodily injury or death. , (2) Property Damage Liability providing limits of at least $2,000,000 per occurrence and $2,000,000 aggregate. GP-6.4 CONTRACTUAL LIABILITY , Property Damage coverage with $2,000,000 aggregate limit. , GP-6.5 OWNER'S PROTECTIVE LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage insurance ' issued in the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor or his subcontractors in fulfilling this contract. The minimum amount of such insurance shall be the same as required for Bodily Injury Liability and ' Property Damage Liability Insurance. This policy shall be filed with the Owner and a copy filed with the Engineer. GP-6.6 EXCLUSIONS , The above requirements GP-6.2, 6.3,6.5 for property damage liability shall contain no exclusion relative ' to: (1) Blasting or explosion. (Consult Technical Specifications Part I for possible deletion of this requirement on subject project.) t (2) Injury or destruction of property below the surface of the ground, such as wires, conduits, pipes, mains, sewers, etc., caused by the Contractor's operations. ' (3) The collapse of,or structural injury to,any building or structure on or adjacent to the City's premises, or injury to or destruction of property resulting therefrom, caused by the removal of other buildings, structures, or supports, or by excavations below the surface of the ground. ' GP-6.7 AUTOMOBILE BODILY INJURY LIABILITY & AUTOMOBILE PROPERTY DAMAGE LIABILITY INSURANCE Contractor shall carry in his name, additional assured clauses protecting City, Liability Insurance with Bodily Injury or Death Limits of not less than $300,000 per person and$2,000,000 per occurrence, and property damage limits of not less than $300,000 with hired car and non-owned vehicle coverage or , separate policy carrying similar limits. The above is to cover the use of automobiles and trucks on and off the site of the project. GP-6.8 EMPLOYER'S LIABILITY AND WORKMEN'S COMPENSATION , Employer's and Workmen's Compensation Insurance as will protect him against any and all claims ' resulting from injuries to and death of workmen engaged in work under this contract, and in addition the Contractor shall carry occupational disease coverage with statutory limits, and Employer's Liability with a limit of$300,000 per person. The"All State"endorsement shall be included. 1 ' In case any class of employees is not protected under the Workmen's Compensation Statute, the Contractor shall provide and cause such contractor to provide adequate employer's liability coverage as Will protect him against any claims resulting from injuries to and death of workmen engaged in work under this contract. ' GP-6.9 INSTALLATION FLOATER INSURANCE ' This insurance shall insure and protect the Contractor and the City from all insurable risks of physical loss or damage to materials and equipment, not otherwise covered under Builder's Risk Insurance, when in warehouses or storage areas, during installation, during testing and until the work is accepted. It shall be of the"All Risks"type,with coverage designed for the circumstances which may occur in the particular ' work included in this contract. The coverage shall be for an amount not less than the value of the work at completion,less the value of the material and equipment insured under Builder's Risk Insurance. The value shall include the aggregate value of the City-furnished equipment and materials to be erected or ' installed by the Contractor not otherwise insured under Builder's Risk Insurance. Installation Floater Insurance shall also provide for losses, if any,to be adjusted with and made payable to the Contractor and the City as their interests may appear. ' If the aggregate value of the City-furnished and Contractor-furnished equipment is less than$10,000 such equipment may be covered under Builder's Risk Insurance, and if so covered, this Installation Floater Insurance may be omitted. ' GP-6.10 CONTRACTOR'S RESPONSIBILITY FOR OTHER LOSSES ' For the considerations in this agreement heretofore stated, in addition to Contractor's other obligations, the Contractor assumes full responsibility for all loss or damage from any cause whatsoever to any tools owned by the mechanics, any tool machinery, equipment, or motor vehicles owned or rented by the Contractor's, his agents, sub-contractors, material men or his or their employees; to sheds or other ' temporary structures, scaffolding and staging, protective fences, bridges and sidewalk hooks. The Contractor shall also assume responsibility for all loss or damage caused by,arising out of or incident to larceny,theft,or any cause whatsoever(except as hereinbefore provided)to the structure on which the ' work of this contract and any modifications, alterations, enlargements thereto, is to be done, and to materials and labor connected or to be used as a part of the permanent materials,and supplies necessary to the work. ' GP-6.11 CONTRACTOR'S RESPONSIBILITY ON DAMAGES&CLAIMS INDEMNIFYING CITY The Contractor shall indemnify and save harmless the City and Engineer and their officers and agents, of and from all losses,damages,costs, expenses,judgments, or decrees whatever arising out of action or suit that may be brought against the City or Engineer or any officer or agent of either of them,for or on account of the failure,omission,or neglect of the Contractor to do and perform any of the covenants,acts, matters,or things by this contract undertaken to be done or performed,or for the injury, death or damage ' caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors, workmen,_material men,.or,suppliers,of,machinery.and parts.thereof,equipment„power.tools and supplies incurred in the fulfillment of this contract. ' GP-6.12 NOTIFICATION IN EVENT OF LIABILITY OR DAMAGE Upon the occurrence of any event, the liability for which is herein assumed, the Contractor agrees to forthwith notify the City, in writing such happening, which notice shall forthwith give the details as to the happening,the cause as far as can be ascertained, the estimate of loss or damage done,the names of witnesses, if any, and stating the amount of any claim. GP-7 ASSIGNMENT OF CONTRACT , The Contractor shall not assign or transfer this contract nor sublet it as a whole, without the written consent of the City and of the Surety on the Contractor's bond. Such consent of Surety, together with copy of assignment, shall be filed with the City. No assignment, transfer or subletting, even though , consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him in a satisfactory manner, the City may at his option annul and terminate Assignee's contract. ' GP-8 SUBCONTRACTS, PRINCIPAL MATERIALS &EQUIPMENT Prior to the award of the contract, the Contractor shall submit for approval of the City a list of ' subcontractors and the sources of the principal items of materials and equipment which he proposes to use in the construction of the project. The Contractor agrees that he is as fully responsible to the City for the acts and omissions of his ' subcontractors and of person either directly or indirectly employed by them as he is for the acts and omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors. ' Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the City. No officer, agent or employee of the City, including the Engineer, shall have any power or authority , whatsoever to bind the City or incur any obligation in its behalf to any subcontractor, material supplier or other person in any manner whatsoever. , GP-9 OTHER CONTRACTS The City reserves the right to let other contracts in connection with this work. The Contractor shall afford , other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results on the work of any other ' contractor,the Contractor shall inspect and promptly report to the Engineer any defect in such work that renders it unsuitable for such proper execution and results. His failure so to inspect and report all constitute an acceptance of the other contractor's work as fit and ' proper for the reception of his work,except as to defects which may develop in the other contractor's work after the execution of his work. ' Wherever work being done by the City's forces or by other contractors is contiguous to work covered by this Contract,the respective rights of the various interests involved shall be established by the Engineer, in order to secure the completion of the various portions of the work in general harmony. ' GP-10 LEGAL RESTRICTIONS, PERMITS AND REGULATIONS The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature and shall give due and adequate notice to those in control of all properties which may be affected by his operations. Rights-of-way and easements for permanent structures or permanent changes in existing facilities shall be provided by the City unless otherwise specified. The Contractor shall give all notices and ' comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn or specified. GP-11 ROYALTIES AND PATENTS ' It is agreed that all royalties for patents or patent claims, infringement whether such patents are for processes or devices, that might be involved in the construction or use of the work, shall be included in ' the contract amount and the Contractor shall satisfy all demands that may be made at any time for such and shall be liable for any damages or claims for patent infringements,and the Contractor shall at his own expense, defend any and all suits or proceedings that may be instituted at any time against the City for infringement or alleged infringement of any patent or patents involved in the work,and in case of an award ' of damages,the said Contractor shall pay such award;final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. ' GP-12 SCOPE AND INTENT OF SPECIFICATIONS AND PLANS GP-12.1 GENERAL ' These Specifications and Project Plans are intended to supplement, but not necessarily duplicate each other, and together constitute one complete set of Specifications and Plans so that any work exhibited in the one and not in the other, shall be executed just as if it has been set forth in both, in order that the work shall be completed according to the complete design of the Engineer. Should anything be omitted from the Specifications and Plans which is necessary to a clear understanding of the work,or should it appear various instructions are in conflict,then the Contractor shall secure written instructions from the Engineer before proceeding with the construction affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning and intent of the contract, specifications and plans. ' GP-12.2 FIGURED DIMENSIONS TO GOVERN Dimensions and elevations shown on the plans shall be accurately followed even though they differ from ' scaled measurements. No work shown on the plans,the dimensions of which are not indicated shall be executed until the required dimensions have been obtained from the Engineer. ' GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES The Contractor shall check all dimensions,elevations and quantities shown on the plans,and schedules given to him by the Engineer,and shall notify the Engineer of any discrepancy between the plans and the ' conditions on the ground, or any error or omission in plans,or in the layout as given by stakes, points,or instructions,which he may discover in the course of the work. The Contractor will not be allowed to take advantage of any error or omission in the plans or contract documents,as full instructions will be furnished by the Engineer should such error or omission be discovered, and the Contractor shall carry out such instructions as if originally specified. The apparent silence of the Plans and Specifications as to any detail or the apparent omission from them of a detailed description concerning any point, shall be regarded as meaning that only the best general practices, as accepted by the particular trades or industries involved, shall be used. GP-12.4 STANDARD SPECIFICATIONS ' Reference to standard specifications of any technical society,organization or association,or to codes of local-,or state authorities,-shall-mean-the=latest standard;code,-specification;-or-tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. GP-13 CONSTRUCTION REPRESENTATIVE AT PROJECT ' The City may appoint or employ such "Construction Representative" as the City may deem proper, to observe the work performed under this Contract, to the end that said work is performed, in substantial accordance with the plans and specifications therefor. ' The Project Representative assumes no direction of employees of the Contractor or Subcontractors and no supervision of the construction activities or responsibility for their safety. The sold duty of the Project Representative during the construction is to the City to endeavor to protect against defects and ' deficiencies in the work. The Contractor shall regard and obey the directions and instructions of the Construction Representative , so appointed,when the same are consistent with the obligations of this contract and the specifications therefor, provided, however, that should the Contractor object to any order given by the Construction Representative,the Contractor may make written appeal to the Engineer for his decision. ' The Construction Representative and other properly authorized representatives of the City shall be free at all times to perform their duties, an intimidation or attempted intimidation of any one of them by the Contractor or by any of his employees shall be sufficient reason, if the City so decides, to annul the ' contract. Such construction representation shall not relieve the Contractorfrom any obligation to perform said work ' strictly in accordance with the plans and specifications or any modifications thereof as herein provided, and work not so constructed shall be removed and made good by the Contractor at his own expense,and free of all expense to the City, whenever so ordered by the Engineer, without reference to any previous oversight in observation of work. Any defective material or workmanship maybe rejected by the Engineer ' at any time before the final acceptance of the work, even though the same may have been previously overlooked and estimated for payment. The Construction Representative shall have no authority to permit any deviation from the plans and ' specifications except on written order from the Engineer,and the Contractor will be liable for any deviation except on such written order. All condemned work shall be promptly taken out and replaced by satisfactory work, and all condemned ' materials shall be promptly removed from the vicinity of the work. Should the Contractor fail or refuse to comply with instructions in this respect the City may,upon certification by the Engineer,withhold payment or proceed to terminate contracts as herein provided. , Reexamination of questioned work may be ordered by the Engineer,and if so ordered the work must be uncovered by the Contractor. If such work be done in accordance with the Contract Documents,the City shall pay the cost of reexamination and replacement. If such work be found not in accordance with the ' Contract Documents,the Contractor shall pay such cost,unless he shall show that defect in the work was caused by another contractor of the City and in that event the City shall pay such cost. The Contractor shall furnish samples of testing purposes of any material required by the Engineer, and ' shall furnish any information required concerning the nature or source of any material which he proposes to use. GP-14 LINES AND GRADES The Department of Community Development will set construction stakes establishing lines,scopes,and continuous profile grade in road work, and center-line and bench marks for culvert work, and 1 appurtenances as may be deemed necessary, and will furnish the Contractor, with all necessary information relating to lines, slopes, and .grades, to lay out the work correctly. The Contractor shall maintain these lines, grades, and bench marks and use them to lay out the work he is to perform under ' this contract. The Contractor shall notify the Department of Community Development not less than 48 hours before stakes are required. No claims shall be made because of delays if the contractors fail to give such notice. , The Contractor shall carefully preserve stakes and bench marks. If such stakes and bench mark become damaged,lost,displaced,or removed by the Contractor,they shall be reset at his expense and deducted , from the payment for the work. Any work done without being properly located and established by base lines,offset stakes,bench marks, or other basic reference points checked bythe Construction Representative may be ordered removed and , replaced at the Contractor's expense. 1 ' GP-15 CONTRACTOR'S RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for the condition of all materials furnished by him, and he shall replace at his own cost and expense any and all such material found to be defective in design or ' manufacture,or which has been damaged after delivery. This includes the furnishing of all materials and labor required for replacement of any installed materials which is found to be defective at any time prior to the expiration of one year from the date of final payment. ' The manufacturer of pipe for use on this project shall certify in writing to the City that all materials furnished for use in this project do conform to these specifications. Whenever standard tests are conducted, he shall forward a copy of the test results to the City. GP-16 WATER All water required for and in connection with the work to be performed shall be provided by the Contractor at his sole cost and expense. ' GP-17 POWER All power for lighting, operation of the Contractor's plant or equipment or for any other use by the ' Contractor, shall be provided by the Contractor at his sole cost and expense. GP-18 SUPERINTENDENCE AND WORKMANSHIP The Contractor shall keep on his work, during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. ' The Contractor shall provide proper tools and equipment and the services of all workmen, mechanics, tradesmen,and other employees necessary in the construction and execution of the work contemplated and outlined herein. The employees.of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly, intemperate or incompetent ' or who neglects or refuses to perform his work in a satisfactorily manner, shall be promptly discharged. It is called particularly to the Contractor's attention that only first class workmanship will be acceptable. GP-19 MAINTENANCE OF TRAFFIC Whenever any street is closed,the Police Department, Fire Department, and Ambulance Services shall be notified prior to the closing. When a portion of the project is closed to through traffic,the Contractor shall provide proper barricades and shall mark a detour route around the section of the project if applicable. The route of all detours shall be approved by the Director of Community Development. All detour signing shall conform to the latest edition of the"Manual on Uniform Traffic Control Devices". ' Throughout the project,wherever homes are served directly from a street or portion of a street which is to be reconstructed under this project,the Contractor shall make every effort to provide access to each home every night. This work shall be subsidiary to the construction and no direct payment will be made for it. tGP-20 BARRICADES AND LIGHTS ----- --7 -- All:streets,.roads;,highways=an&other public,thor..ougl fares=which-,are=closed to trafricshall=be-Aprotected:_ �- by means of effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations shall be provided with suitable barriers, signs, and lights to the extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. ' All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be so placed,and the work at all times shall be so conducted,as to cause the minimum obstruction and inconvenience to the traveling public. All barricades, signs, lights and other protective devices shall be installed and maintained in conformity , with applicable statutory requirements, and in conformance with the Manual of Uniform Traffic Control Devices. All necessary barricades, signs, lights and other protective devices will be furnished, installed and maintained bythe Contractor. This work shall be subsidiary to the construction and no direct payment , will be made for it. GP-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES Pipe lines and other existing underground installations and structures in the vicinity of the work to be done , hereunder are indicated on the plans according to the best information available to the City. The City does not guarantee the accuracy of such information. The Contractor shall make every effort to locate all underground pipe lines,conduits and structures by contacting owners of underground utilities and by , prospecting in advance of the excavation. Any delays to the Contractor caused by pipe lines or other underground structures or obstructions not , shown by the plans, or found in locations different than those indicated, shall not constitute a claim for extra work, additional payment or damages. No payment will be made to the Contractor for locating and protecting utilities and cooperating with their ' owners,and any damages caused to the utilities by the Contractor's negligence shall be repaired entirely at the Contractor's expense. Utilities, other than sanitary sewers and water mains, which, in the opinion of the Engineer, must be , moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be moved shall be re-laid by the Contractor and paid for at the prices bid. Only sewers which must be moved because of direct conflict with the storm sewer conduit will be paid for in this manner. Sewers damaged , by excavation but not in direct conflict with the storm sewer will be repaired at the Contractor's expense. GP-22 PROTECTION OF WORK AND PROPERTY ' The Contractor shall be accountable for any damages resulting from his operations. He shall be fully responsible for the protection of all persons including members of the public, employees of the City and employees of other contractors or subcontractors and all public and private property including structures, ' sewers and utilities above and below ground, along, beneath, above, across or near the site or sites of the work, or other persons or property which are in any manner affected by the prosecution of the work. The Contractor shall furnish and maintain all necessary safety equipment such as barriers,signs,warning ' lights and guards as required to provide adequate protection or persons and property. The Contractor shall give reasonable notice to the owner or owners of public or private property and ' utilities when such property is liable to injury or damage through the performance of the work, and shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. In an emergency affecting the safety of life or of the work or of adjoining property,the Contractor,without , special instruction or authorization,Js hereby permitted to act at his discretion to.prevent such threatened loss or injury,and he shall so act. Any compensation,-claimed by the Contractor on account of emergency work, shall be determined by agreement or arbitration. ' The Contractor agrees to hold the City harmless from any and all loss or damages arising out of jurisdictional labor disputes or other labor troubles of any kind that may occur during the construction or ' performance of this contract. GP-23 GUARANTEE OF MATERIALS AND WORKMANSHIP ' The Contractor hereby guarantees the work in connection with this contract against faulty materials or poor workmanship during the period of one(1)year after the date of completion of the contract. ' GP-24 NO WAIVER OF RIGHTS Neither observation of work by the City or any of their officials, employees, or agents, nor any order by the City for payment of money, or any payment for, or acceptance of,the whole or any part of the work ' by the City, nor any extension of time, nor any possession taken by the City or its employees, shall operate as a waiver of any provision of this contract,or of any power herein reserved to the City,or any right to damages herein provided, nor shall any waiver of any breach in this contract be held to be a ' waiver of any other or subsequent breach. GP-25 USE OF COMPLETED PORTIONS ' If desired by the City,portions of the work may be placed in service when completed or partially completed and the Contractor shall give proper access to the work for this purpose;but such use and operation shall not constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty ' construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter. GP-26 ADDITIONAL, OMITTED, OR CHANGED WORK ' The Owner,without invalidating the Contract,may order additional work to be done in connection with the Contractor may alter or deduct from the work,the Contract sum to be adjusted accordingly. All such work shall be executed to the same standards of workmanship and performance as though therein included. The Engineer shall have authority to make minor changes in the work, not involving cost, and not inconsistent with the purposes of the work. ' Except for adjustments of estimated quantities for unit price work or materials to conform to actual pay quantities therefor as may be provided for in the Special Conditions, all changes and alterations in the terms or scope of the Contract shall be made under the authority of duly executed change orders issued ' and signed by the Owner and accepted and signed by the Contractor. All work increasing the cost shall be done as authorized by the Owner and ordered in writing by the Engineer,which order shall state the location,character,amount,and method of compensation. No additional or changed work shall be made unless in pursuance of such written order by the Engineer, and no claim for an addition to the Contract sum shall be valid unless so ordered. If the modification or alteration increases the amount of work to be done, and the added work or any part ' thereof is of a type and character which car!be properly and fairly classified under one or more unit price items of the Proposal, then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices therefor. Otherwise, such work shall be paid for . ' as "Extra Work"as hereinafter provided in this Article GP-26. If the modification or alteration decreases the amount of work to be done, such decrease shall not constitute the basis for a claim for damages or anticipated profits on work affected by such decrease. Where the value of omitted work is not covered by applicable unit prices, the Engineer shall determine on an equitable basis the amount of: 1. - Credit due the°Owner for°Contract-work,not done as-a=result-of-an-authorized change. - ' 2. Allowance to the Contractor for any actual loss incurred in connection with the purchase,delivery and subsequent disposal of materials or equipment required for use on the work planned and ' which could not be used in any part of the work as actually built. 3. Any other adjustment of the Contract amount where the method to be used in making such adjustments is not clearly defined in the contract documents. Statements for extra work shall be rendered by the Contractor not later than fifteen (15)days after the completion of each assignment of extra work and if found correct will be approved by the Engineer and submitted for payment with the next regular monthly estimate. The Owner reserves the right to contract with any person or firm other than the Contractor for any or all , extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. Extra Work: ' (a) The term "Extra Work" shall be understood to mean and include all work that may be required to accomplish any change or alteration in or addition to the work shown by the Plans or reasonably implied t by the Specifications and not covered by the Contract proposal items and which is not otherwise provided under this Article GP-26. (b) The Contractor shall perform all extra work under the direction of the Engineer when authorized by the Owner. The compensation to be paid the Contractor for performing extra work shall be determined by one or more of the following methods: 1. Method A: By agreed unit price ' 2. Method B: By agreed lump sum 3. Method C: If neither Method A or B can be agreed upon before the work is started,then the work shall be by force account as per Section 109, Measurement and Payment, of the Missouri Standard Specification for Highway Construction,as published by the Missouri State Highwayand , Transportation Commission. GP-27 SUSPENSION OF WORK The Owner may at any time suspend the work, or any part thereof by giving ten (10) 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. , But if the work,or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Owner does not give notice in writing to the Contractor to resume within a reasonable period of time, then the Contractor may abandon that portion of the work so suspended and he will be entitled to the estimates and payments for all work done on the portions abandoned, if any. GP-28 OWNER'S RIGHT TO DO WORK ' If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this contract, the Owner, after ten (10) days written notice to the Contractor, may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the , payment then or thereafter due the Contractor. GP-29 OWNER'S RIGHT TO TERMINATE CONTRACT ' If the Contractor should be adjudged a bankrupt, 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 material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner may, without prejudice to any other right or remedy and after giving the ' Contractor five(5)days written notice,terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever method he may deem expedient. ' In such case, no further payment will be made the Contractor until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services,such expenses shall be paid to the Contractor. If such ' expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. ' GP-30 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be stopped under an order of any court, or other public authority,for a period of three months,through no act or fault of the Contractor or of anyone employed by him,then the Contractor may, ' upon five(5)days written notice to the Owner and the Engineer, stop work or terminate his contract and recoverfrom the Owner payment for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages. ' GP-31 LOSSES FROM NATURAL CAUSES All loss or damage arising out of the nature of the work to be done, of from the action of the elements, or from floods or overflows,or from ground water,or from any unusual obstruction of difficulty,or any other natural or existing circumstances either known or unforeseen, which may be encountered in the prosecution of the said work,shall be sustained and borne bythe Contractor at his own cost and expense. ' GP-32 SUNDAY, HOLIDAY AND NIGHT WORK No work shall be done between the hours of 6:00 p.m.and 7:00 a.m., nor on Sundays or legal holidays, ' without the written approval of the City. However, work necessary in case of emergencies or for the protection of equipment or finished work may be done without the City's approval. ' Night work may be established by the Contractor as a regular procedure with the written permission of the City; such permission however, may be revoked at any time by the City if the Contractor fails to maintain adequate equipment and supervision for the proper prosecution and control of the work at night. ' GP-33 UNFAVORABLE CONSTRUCTION CONDITIONS During unfavorable weather,wet ground, or other suitable construction conditions, the Contractor shall confine his operations to work which will not be affected adversely thereby. No portion of the work shall ' be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken by the Contractor to perform the work in a proper and satisfactory manner. ' GP-34 MATERIALS AND EQUIPMENT Unless specifically provided otherwise in each case,all materials and equipment furnished for permanent ' installation in the work shall be new, unused, and undamaged when installed or otherwise incorporation in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specked, unless such use is specifically authorized by the Engineer in each case. GP-35 DEFENSE OF SUITS In case any action at law or suit in equity is brought against the City or any officer or agent of them for or ' on account of the failure,omission, or neglect of the Contractor to do and perform any of the covenants, acts, matters,or things by this contract undertaken to be done or performed, or for the injury or damage Y _ caysedt he-negligence-or-alleged-negligence=of=the-Contractor or-his-subcontractors-or his-or their _ agents; or in connection with any claim-or'claims`based on-the'18wful-demands`&-subcontractors; " ' workmen, material men, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in the fulfillment of this contract,the Contractor shall indemnify and save harmless the City and their.officers and agents, of and from all losses, damages, costs, expenses, judgments, or ' decrees whatever arising out of such action or suit that may be brought as aforesaid. GP-36 CHANGE ORDER ' Any changes or additions to the scope of work shall be through a written order from the Engineer to the Contractor directing such changes in the work as made necessary or desirable by unforeseen conditions or events discovered or occurring during the progress of the work. r GP-37 CONTRACT TIME The time for the completion of the work is specified and it is an essential part of the contract. The Contractor will not be entitled to any extension of contract time because of unsuitable weather condition , unless suspension of the work for such conditions was authorized in writing by the Engineer. If the time for the completion of the work is based upon working days, this time will be specified in the contract. A working day is defined as any day when, in the judgment of the Engineer, soil and weather ' conditions are such as would permit any then major operation of the project for six (6) hours or over unless other unavoidable conditions prevent the Contractor's operation. If conditions are such as to stop work in less than six(6) hours, the day will not be counted as a working day. , No working days will be counted from December 15 to March 15, both dates inclusive. Saturdays, Sundays, and City holidays will not be counted as working days any time during the year. GP-38 CONTRACT TIME EXTENSION , The Engineer may make allowance for time lost due to causes which he deems justification for extension of contract time. If the Contractor claims an extension of contract time on the grounds that he is unable to work due to causes beyond his control, he shall state his reasons in writing,furnish proof to establish his claim and state the approximate number of days he estimates he will be delayed. Notice of intention to claim an extension of contract time on the above grounds shall be filed with the Engineer at the time , the cause or causes occur and the claim shall be filed in writing within 30 days after the claimed cause for the delay has ceased to exist. GP-39 LIQUIDATED DAMAGES , Time is an essential element of the contract and it is therefore important that the work be pressed vigorously to completion. Should the Contractor or in case of default the surety fail to complete the work ' within the time specified in the contract, or within such extra time as may be allowed in the manner set out in the preceding sections, a deduction of an amount as set out in the contract will be made for each day and every calendar day that such contract remains uncompleted after the time allowed for the completion. The said amount set out in the proposal is hereby agreed upon, not as a penalty but as ' liquidated damages for loss to the City and the public, after the expiration of the time stipulated in the contract,and will be deducted from any money due the Contractor under the contract,and the Contractor and his surety shall be liable for any and all liquidated damages. Permitting the Contractor to continue and finish the work or any part of it after the expiration of the specked time,or after any extension of the ' time, shall in no way operate as a waiver on the part of the City or any of its rights under the contract. GP-40 MEASUREMENT AND PAYMENT , (a) BASIS FOR PAYMENT Contractor will be paid for quantities actually constructed or performed as determined by field ' measurement (except as may be hereinafter provided) at the unit price bid for the items listed in the schedule of the Bid or for such extra-work-as maybe authorized and-approved-by the Engineer. The cost of incidental work not listed in the schedule of the Bid but necessaryforthe completion of the project shall , be included in bid items. (b) DEDUCTIONS FOR UNCORRECTED WORK If the Engineer deems it expedient not to correct work that has been damaged or that was not done in r accordance with the Contract, an equitable deduction from the Contract price shall be made therefore. (c) 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, materials, tools, and equipment to construct the item as described herein and to the limits shown on the plans. (d) PARTIAL PAYMENT Partial payment will be made on a monthly basis. The payment shall be based on the work that has been found generally acceptable under the contract by the Engineer or inspector. A retainer equal to 10% of ' the amount of work completed to date shall be withheld. (e) ACCEPTANCE AND FINAL PAYMENT Upon receipt of written notice that the work is ready for final inspection and acceptance,the Engineer will promptly make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed he will promptly issue a final certificate, over his own signature, stating that the work required by this contract has been completed and is acceptable by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City of Jefferson within thirty(30)days after the date ' of said final certificate. (f) AFFIDAVIT OF COMPLIANCE Monies due to the Contractor will not be delivered to the Contractor without presentation to the Department of Community Development an Affidavit of Compliance with Prevailing Wage Law on prescribed form attached to the back of these contract documents. ' GP-41 RELEASE OF LIABILITY The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof,from all claims and liabilityto the Contractor for anything done or furnished for, or relating to the work, or for any act or neglect of the Owner or of any person relating to or affecting the work. ' GP-42 CERTIFICATIONS GP-42.1 All suppliers of materials such as drainage pipe or handrail and all suppliers of asphaltic ' concrete or portland cement concrete mixtures shall certify in writing that the product as supplied conforms fully with these specifications. Such certification shall be delivered in triplicate to the Department of Community Development at least 24 hours before the product is to be used on the project. ' GP-42.2 The City, at its option, may perform or have performed such tests as may be deemed necessary to further assure that only specked materials are incorporated into the work. GP-43 LOCAL PREFERENCE In making purchases or in letting contracts for the performance of anyjob or service,the purchasing agent ' shall give preference to all firms,corporations or individuals which maintain offices or places of business within the corporate limits of the City of Jefferson, when the quality of the commodity or performance -promised is-equal°or-betterand°the-price°quoted-is the�same orsless; GP-" PREFERENCE FOR U.S. MANUFACTURED GOODS On purchases in excess of$5,000,the City shall select products manufactured,assembled or produced in the United States, if quantity,quality,and price are equal. Every contract for public works construction or maintenance in excess of$5,000 shall contain a provision requesting the contractor to use American products in the performance of the contract. GP-45 AWARD OF CONTRACT, REJECTION OF BIDS ' All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all subcontractors and suppliers who the contractor intends to use on the project. Compliance with this requirement and the Minority Business Enterprise Program shall be a consideration for award of this , contract. The contract will be awarded to the lowest and best responsible bidder on the base bid proposal, , complying with the conditions of the Advertisement for bids and Specifications, providing the bid is reasonable and it is in the interest of the City of Jefferson, Missouri to accept same. The bidder to whom an award is made will be notified at the earliest possible date. The City of Jefferson, however, reserves the right to reject any and all bids and to waive all informalities in bids received whenever such rejection or waiver is in their interest. GP-46 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORKS'CONTRACTS LAW Upon completion of project and prior to final payment,each contractor and subcontractor hereunder shall file with the City of Jefferson, Missouri, Department of Community Development, an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section ' 290.290, RSMo(1994 as amended),an act relating to public works contracts. The City of Jefferson shall not issue a final payment until such affidavit is filed. GP-47 MISSOURI LABORER REQUIREMENT ' Whenever there is a period of excessive unemployment in Missouri, which is defined as any month immediately following two consecutive calendar months during which the level of unemployment in the , State has exceeded five percent(5%)as measured by the U.S. Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, only Missouri laborers or laborers from non- restrictive states may be hired by the contractor or subcontractors to work on this Public Works'contract. An exception shall exist when Missouri laborers or laborers from non-restrictive states are not available ' or are incapable or performing the particular type of work involved, if so certified by the contractor or subcontractor hereunder and approved by the Director of Community Development of the Cit)! of Jefferson, Missouri. Nor does this provision apply to regularly employed non-resident executive, ' supervisory or technical personnel or projects where federal aid funds are being utilized in the act and this provision would conflict with any federal statute, rule or regulation. Laborers from non-restrictive states means persons who are residents of a state which has not enacted , state laws restricting Missouri laborers from working on public works projects in that state,as determined by the Missouri Labor and Industrial Relations Commission. A Missouri laborer means any person who has resided in Missouri for at least thirty(30)days and intends to become or remain a Missouri resident. ' GP-48 LIABILITY FOR COMPLIANCE WITH PUBLIC WORKS CONTRACTS LAW AND MISSOURI LABORER REQUIREMENT In the event a contractor or subcontractor hereunder files with the City of Jefferson an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo(1994 as amended), when in fact the contractor or subcontractor has not complied, to the extent that any liability is assessed against the City of Jefferson,Missouri,or any additional expenses are incurred by the City of Jefferson, Missouri, any contractor making the false statement, or whose subcontractor makes a false statement, shall hold harmless and indemnify the City for any liability assessed against it or any additional expenses incurred. ' Any contractor who fails to comply with the requirements of hiring only Missouri laborers or laborers from non-restrictive states,absent statutory exceptions,whenever there is a period of excessive unem ployment in Missouri,agrees to hold harmless and indemnify the City of Jefferson,Missouri,for any liability that may be assessed against it or any additional expenses incurred by the City of Jefferson, Missouri,.because of the contractor or subcontractor's failure to comply. END OF GENERAL PROVISIONS Special Provisions ' GREASE AND SEPTAGE ACCEPTANCE BUILDING CITY OF JEFFERSON, MISSOURI SECTION 01700 - EXECUTION REQUIREMENTS 1 PART 1 - GENERAL ' 1.1 RELATED DOCUMENTS A CUM S A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes general procedural requirements governing execution of the Work including,but not limited to, the following: ' 1. Construction layout. 2. General installation of products. 3. Progress cleaning. 4. Starting and adjusting. 5. Protection of installed construction. 6. Correction of the Work. PART 2 -PRODUCTS (Not Used) PART 3 -EXECUTION ' 3.1 EXAMINATION A. Existing Conditions: The existence and location of site improvements, utilities, and other construction indicated as existing are not guaranteed. Before beginning work, investigate and verify the existence and location of construction affecting the Work. B. Existing Utilities:. The, and location. of underground other utilities and construction indicated as existing--are -not- guaranteed_ Before beginning sitework, investigate and verify the existence and location of underground utilities and other construction affecting the Work. ' C. Acceptance of Conditions: Examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. a ' C5X59100 01700-1 EXECUTION REQUIREMENTS RO— 12/12/03 GREASE AND SEPTAGE ACCEPTANCE BUILDING CITY OF JEFFERSON,MISSOURI 3.2 PREPARATION A. Existing Utility Interruptions: Do not interrupt utilities serving facilities unless ' permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: ' 1. Notify Engineer not less than two days in advance of proposed utility interruptions. ' 2. Do not proceed with utility interruptions without Engineer's written permission. B. Field Measurements: Take field measurements as required to fit the Work properly. ' Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction ' progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown , diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the ' need for clarification of the Contract Documents, submit a request for information to Engineer. Include a detailed description of problem encountered, together with recommendations for changing the Contract Documents. ' s 3.3 CONSTRUCTION LAYOUT ' A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If ' discrepancies are discovered, notify Engineer promptly. B. Site Improvements: Locate and lay out site improvements, including pavements, ' grading, fill and topsoil placement,utility slopes, and invert elevations. C. Lines and Levels: Locate and lay out control lines and level. Transfer survey markings , and elevations for use with control lines and levels. Level foundations and piers from two or more locations. D. Record Log: Maintain a log of layout control work. Record deviations from required ' lines.and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Engineer. ' 1 s C5X59100 01700-2 EXECUTION REQUIREMENTS ' RO— 12/12/03 1 GREASE AND SEPTAGE ACCEPTANCE BUILDING CITY OF JEFFERSON, MISSOURI 3.4 INSTALLATION ' A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for ' maintenance and ease of removal for replacement. B. Comply with manufacturer's written instructions and recommendations for installing ' products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible ' results. Maintain conditions required for product performance until Substantial Completion. 1 D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions. ' E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. F. Hazardous Materials. Use products, cleaners, and installation materials that are not ' considered hazardous. 3.5 PROGRESS CLEANING ' A. General: Clean Project site and work areas daily, including common areas. Coordinate progress cleaning for joint-use areas where more than one installer has worked. Enforce ' requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste ' materials and debris. 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. B. Site: Maintain Project site free of waste materials and debris. ' C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. ' 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work area, as appropriate. C5X59100 01700-3 EXECUTION REQUIREMENTS RO— 12/12/03 1 GREASE AND SEPTAGE ACCEPTANCE BUILDING ' CITY OF JEFFERSON, MISSOURI D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only , cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and ' that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom ' from damage and deterioration at time of Substantial Completion. G. Cutting and Patching: Clean areas and spaces where cutting and patching are ' performed. Completely remove paint,mortar, oils, putty, and similar materials. 1. Thoroughly clean piping, conduit, and similar features before applying paint or ' other finishing materials. Restore damaged pipe covering to its original condition. ' H. Waste Disposal: Burying or burning waste materials on-site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted. ' I. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ' ensure protection from damage or deterioration at Substantial Completion. J. Clean and provide maintenance on completed construction as frequently as necessary , through the remainder of the construction period. K. Limiting Exposures: Supervise construction operations to assure that no part of the , construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.6 ROTE ' P CTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without ' damage or deterioration at time of Substantial Completion. 3.7 CORRECTION OF THE WORK , A. Repair or remove and replace defective construction. Restore damaged substrates and ' finishes. 1. Repairing includes replacing defective parts, refinishing damaged surfaces, ' touching up with matching materials, and properly adjusting operating equipment. s C5X59100. 01700-4 EXECUTION REQUIREMENTS , RO— 12/12/03 ' GREASE AND SEPTAGE ACCEPTANCE BUILDING CITY OF JEFFERSON, MISSOURI B. Restore permanent facilities used during construction to their specified condition. C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. ' D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. ' E. Remove and replace chipped, scratched, and broken glass or reflective surfaces. ' END OF SECTION 01700 1 r t C5X59100 01700-5 EXECUTION REQUIREMENTS RO— 12/12/03 GREASE AND SEPTAGE ACCEPTANCE BUILDING ' CITY OF JEFFERSON, MISSOURI • SECTION 02220—EXCAVATION, BACKFILLING, AND COMPACTION ' PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions, and Division 1 Specification sections, apply to this section. 1.2 SUMMARY A. Extent of trench excavation and backfill work shall be as required to perform the external point repair, including new manholes, as identified on the Drawings and ' specified herein. Trench excavation and backfill work includes pipe and manholes and shall also include boring pits and vertical shafts excavated in conjunction with utility construction. ' 1. Trench excavation including pipe and manholes. 2. Foundation stabilization. ' 3. Pipe bedding and trench (pipe and manholes)backfill. B. Definition: "Excavation" consists of removal of material encountered to subg:ade ' elevations indicated and subsequent disposal or storage of materials removed. ' 1.3 QUALITY ASSURANCE A. Codes and Standards: Perform trench excavation work in compliance with applicable ' requirements of governing authorities having jurisdiction. B. Testing and*Inspection Service: The Contractor will retain a qualified independent ' testing agency to perform sampling and testing of soil and backfill materials proposed for use in work, to provide field testing facilities for quality control during backfilling _of excavations; to-provide for--all-testing--necessary-to-control-the-specified-quality-of ' backfill materials obtained from material suppliers. C5X59100 02220-1 EXCAVATION, BACKFILLING, ' RO— 12/12/03 AND COMPACTION 1 GREASE AND SEPTAGE ACCEPTANCE BUILDING CITY OF JEFFERSON, MISSOURI ' 1.4 SUBMITTALS A. The Contractor shall submit to the Engineer appropriate data and material samples, as herein required. A Certificate of Compliance, including test results for gradation, ' durability, and other specified requirements, as applicable, shall be included with each material sample submitted. B. Product Data: Submit for review manufacturer's product data that indicates conformance with specified requirements and application, as requested by the Engineer. For each admixture proposed for a given mix, the manufacturer of that admixture must ' provide written certification of compatibility with each other admixture proposed for use in the same mix. For each admixture, provide written confirmation of chloride ion content from each admixture manufacturer prior to submittal of Controlled Low ' Strength Materials (CLSM) Mix Reports. C. Mill Analysis: Submit mill analysis of fly ash and cement. ' PART 2 -PRODUCTS ' 2.1 PIPE BEDDING AND BACKFILL(PVC GRAVITY SEWER PIPE) ' A. The pipe bedding shall extend from beneath the pipe as shown on the Drawings to not less than 6 inches above the top of the pipe crown and shall conform to ASTM D-2321 , for Class IB materials,with a maximum particle size of 3/-inch. B. The initial backfill from 6 inches to 12 inches above the pipe crown may be earth ' backfill as described in paragraph 2.2 Trench Backfill. Granular backfill is required from 6 inches to 12 inches above the pipe crown when located as described in paragraph 3.9F. ' C. Controlled Low Strength Material (CLSM) shall be used where specified and as shown on the Drawings. Controlled Low Strength Material (CLSM) may be used in lieu of ' granular materials with the approval of the Engineer. 2.2 TRENCH BACKFILL ' A. Earth Backfill: Satisfactory soil materials are ASTM D 2487 soil classification groups , GW, GM, SM, SW, GC, ML, MC, and CL. free of rock or gravel larger than 2 inches in any dimension, debris, waste, frozen materials, vegetation and other deleterious matter. Unsatisfactory soil materials are ASTM D 2487 soil classification groups GP, SP, OL, ' OH, CH, and PT. B. Granular Backfill: Conform to ASTM D-2321 for Class IB materials. • 1 C5X59100 02220-2 EXCAVATION, BACKFILLING, RO— 12/12/03 AND COMPACTION ' ' GREASE AND SEPTAGE ACCEPTANCE BUILDING CITY OF JEFFERSON, MISSOURI C. Commercial sand backfill shall not be used. D. Controlled Low Strength Material: Where required and as an alternate to earth or granular backfill, controlled low strength material (CLSM) may be used. CLSM shall consist of Type I Portland Cement, Clean River Sand, Potable Water, and other additives per mix design. Portland Cement shall conform to ASTM Specification CI50. Sand shall conform to fine aggregate as specified in ASTM C33. If used, fly ash shall conform to ASTM C618, Class C. Additives may be used with Engineer's approval. II ' 2.3 COMPACTION EQUIPMENT A. Approved power equipment capable of obtaining the specified compaction, and ' operated in strict accordance with the manufacturer's instructions and recommendations. Equipment shall be maintained in such condition that it will deliver the manufacturer's rated compactive effort. ' B. Jetting of backfill material shall be forbidden. ' 2.4 MATERIAL APPROVAL A. Samples of all materials proposed for use in the work shall be submitted to the Engineer • for approval prior to placing orders. Samples shall be representative and shall be clearly marked to indicate the source of the material and its intended use on the project. B. Required CLSM Mix Type and Qualities: Use the following mix types at the locations approved by the Engineer where shown on the Drawings and where indicated in other Specification Sections by reference: 1. Mix CDF — Controlled Density Fill: 28-day unconfined compression strength of fl c=80 to 120 psi; water to cement ratio = 1.0 minimum to 1.15 maximum; ' allowable shrinkage less than 1 percent; fly ash to cement ratio shall be 7:1 minimum to 9:1 maximum; slump shall be 9 inches to 11 inches. ' 2. Mix CDF With Air — Controlled Density Fill With Air Entrainment: 28-day unconfined compression strength of f c=80 to 120 psi; water to cement ratio shall °be-1-:0-or-less;-air-content--shall-not-exceed-=33:0-percent -allowable,shrinkage-less -- ' than 1 percent; slump shall be 9 inches to 11 inches. - 1 r ' C5X59100 02220-3 EXCAVATION,BACKFILLING, RO— 12/12/03 AND COMPACTION GREASE AND SEPTAGE ACCEPTANCE BUILDING , CITY OF JEFFERSON, MISSOURI 1 PART 3 - EXECUTION , 3.1 TRENCH EXCAVATION , A. Trenches shall be excavated with vertical sides from an elevation one-foot above the top ' of pipe to the bottom of the trench. B. Trenches shall be excavated to a width, which will provide adequate working space and , sidewall clearances for proper pipe installation,jointing, and embedment. However, the limiting trench widths from the bottom of the trench to an elevation one-foot above the top of installed pipe, and the minimum permissible sidewall clearances between the ' installed pipe and each trench wall shall be as indicated on the Drawings. C. Stipulated minimum sidewall clearances are not minimum average clearances but are , minimum clear distances, which will be required. D. Cutting trench banks on slopes to reduce earth load to prevent sliding and caving shall ' be used only in areas where the increased trench width will not interfere with surface features or encroach on right-of-way limits. Bottom of such slopes shall not be closer than one-foot above the top of the pipe. Cost of such excavation and backfill shall be at ' the expense of the Contractor. • E. Where, for any reason, the width of the lower portion of the trench, as excavated at any ' point, exceeds the maximum permitted as shown on the Drawings, either pipe of adequate strength, special pipe embedment, or arch concrete encasement, as required by loading conditions and with the concurrence of the Engineer, shall be furnished and ' installed by and at the expense of the Contractor. F. No more trench shall be opened in advance of pipe laying than is necessary to expedite ' the work. Unless otherwise authorized by the Engineer, no more trench shall be excavated in a day than can be laid in during that working day. G. Backfilling shall begin as soon as practicable but do not commence until after sewers, ' drains, sewerage and drainage structures, pipe, conduit and other equipment and appurtenances have been placed in trench or similar excavations have been properly ' constructed or installed, as applicable, and inspected. Backfill shall be placed in such a manner as not to disturb, damage, or subject such facilities to unbalanced loads or forces. ' H. Excavate for structures to indicated or existing elevations and dimensions within a tolerance of plus or minus 0.10 foot. Extend excavations a sufficient distance from ' structures to allow placing and removing concrete formwork, installing services and • other construction and for inspections. C5X59100 02220-4 EXCAVATION, BACKFILLING, ' RO— 12/12/03 AND COMPACTION ' GREASE AND SEPTAGE ACCEPTANCE BUILDING CITY OF JEFFERSON, MISSOURI • 3.2 SPECIAL TRENCH EXCAVATION AND BACKFILL RESTRICTIONS A. The Contractor shall maintain vehicular access along the existing roads at all times. Where construction activities under this Contract cross the existing roads, the work shall be scheduled to minimize interference with vehicular traffic. The Contractor shall provide temporary vehicular access roads, where required, around construction work. Temporary graveled vehicular access roads shall have a minimum width of 12 feet and shall be maintained by the Contractor during use and removed, as directed by the Engineer, after vehicular access has been re-established along existing roads. ' 3.3 OBSTRUCTIONS A. Remove all obstructions encountered within the trench area or adjacent thereto. The Engineer may, if requested by the Contractor, approve minor changes in trench alignment to avoid major obstructions, provided such alignment changes can be made within the permanent easement or right-of-way lines and without adversely affecting the intended function of the facility. The Contractor shall pay any additional costs resulting from such alignment changes. 1 3.4 GRADE ' A. Excavate the trench to the existing lines and grades as specified in Section 02753 — • External Repairs to Sanitary Sewers. If the trench is excavated below the required ' grade, correct any part of the trench excavated below the grade, at no additional cost to the Owner with granular material of the type specified for pipe bedding. Place the granular material over the full width of trench in compacted layers not exceeding 5 ' inches deep to the established grade with allowance for the pipe bedding. 3.5 SHORING, SHEETING, AND BRACING (EXCAVATION SUPPORT) OF TRENCHES ' A. Bracing and Shoring: It shall be the responsibility of the Contractor to maintain all work in compliance with current Occupational Safety and Health (OSHA) standards. In addition,-trenches'including:ernbarkni s shall.be'§h-ored_or_othe_r_wise-supportedwhen ' the trench is more than five (5) feet in depth and examination of the ground by a competent person provides no indication of potential cave-in. In lieu of shoring the trench sides above the 5-foot level may be sloped to preclude collapse, but shall not be steeper than a 1-foot rise to each foot horizontal. B. Wherever a trench box is used in place of sheeting or shoring, care shall be taken to ' prevent the pipe from moving when the trench box is moved. The pipe shall be secured to prevent longitudinal movement. a C5X59100 02220-5 EXCAVATION, BACKFILLING, RO— 12/12/03 AND COMPACTION GREASE AND SEPTAGE ACCEPTANCE BUILDING CITY OF JEFFERSON, MISSOURI , C. Additional requirements for excavation support systems are outlined in Section 02160, • Excavation Support Systems. , 3.6 STORAGE OF EXCAVATED MATERIAL , A. During trench excavation, place excavated material only within the approved working area. Do not obstruct any roadways or streets. Conform to all Federal, State, and local codes governing the safe loading of trenches with excavated materials. 3.7 REMOVAL OF WATER A. At all times, provide and maintain ample means and devices to promptly remove and , dispose of all water entering the trench excavation during the time the trench is being prepared for the pipe laying, during the laying of the pipe, and until at least the back-fill ' of the pipe zone has been completed. These provisions shall apply during the noon hour as well as overnight. Do not, under any circumstances, permit the dewatering process to interfere with or allow water to enter the construction area of any other Contractor. ' Provide the necessary means and devices, as approved, to positively prevent such occurrences. B. Dispose of the water in a manner to prevent damage to adjacent property and prevent , interference with adjacent Contract areas. Drainage of trench water through the • pipeline under construction is prohibited. , C. Additional dewatering requirements are outlined in Section 02140, Dewatering. 3.8 FOUNDATION STABILIZATION A. When, in the opinion of the Engineer, the existing material in the bottom of the trench is ' unsuitable for supporting the pipe, excavate below the subgrade of the pipe, as directed by the Engineer. Backfill the trench to subgrade of pipe bedding with material as , specified for the pipe bedding and as directed by the Engineer. Place the material over the full width of the trench and compact in layers not exceeding 6 inches in thickness to meet the required grade. 3.9 TRENCH BACKFILL , A. Trench Bedding: 1. Place the specified thickness of bedding material over the full width of trench. ' Grade the top of the bedding ahead of the pipe laying to provide firm, uniform support along the full length of pipe. ' C5X59100 02220-6 EXCAVATION, BA CKFILLING, RO— 12/12/03 AND COMPACTION ' GREASE AND SEPTAGE ACCEPTANCE BUILDING CITY OF JEFFERSON, MISSOURI • 2. After each pipe has been graded, aligned, and placed in final position on the ' bedding material and shoved home, sufficient pipe bedding materials shall be deposited and compacted under and around each side of the pipe and back of the bell or end thereof to hold the pipe in proper position and alignment during ' subsequent pipe joining and backfilling operations. 3. In PVC pipe trenches, the bedding material shall be placed under and around the pipe in uniform layers not exceeding 6 inches in uncompacted thickness and compacted to 85 percent of maximum dry density as determined by ASTM D 698. 4. Place the bedding material simultaneously on both sides of the pipe, keeping the level of backfill the same on each side. The material shall be carefully placed and I ' "walked in" around the pipe to ensure that the pipe barrel is completely supported and that no voids or uncompacted areas are left. ' 5. If unstable conditions are encountered and it is determined by the Engineer that the bedding specified will not provide suitable support for the pipe or manhole, additional excavation to the limits determined by the Engineer will be required. ' This additional excavation shall be backfilled with crushed stone material approved by the Engineer. B. Bell Holes: Excavate bell holes at each joint to permit proper assembly and inspection of the entire joint. No part of any bell or coupling shall be in contact with the trench bottom, trench walls, or granular embedment when the pipe is joined. ' C. Initial Trench Backfill: • 1. The initial trench Backfill shall include the full width of trench from 6 inches above the top of the pipe to a horizontal level 12 inches above the pipe crown. 2. The initial trench Backfill material shall be placed in 6-inch lifts and compacted to 85 percent of maximum dry density as determined by ASTM 698. Material shall ' be hand placed and compacted by hand tampers. 3. Backfill material shall be placed and compacted only when its moisture content is within 2.0 percent of optimum moisture content. ' D. Push the backfill material carefully nto the granular material and do not permit free fall Y �' P of the material until at least 2 feet of cover are provided over the top of the pipe. Under ' no circumstances allow sharp, heavy pieces of material to drop directly onto the pipe or the-tamped-material=around the-pipe. ' E. Final Earth Backfill: 1. Earth backfill will, generally, be limited to use in present and future unsurfaced areas where subsequent settlement will not cause a problem. 2. Compacted earth backfill will be required for the full depth of the trench to 12 inches above the top of the pipe crown. Place backfill and fill materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material • compacted by hand-operated tampers. C5X59100 02220-7 EXCAVATION,BACKFILLING, RO— 12/12/03 AND COMPACTION GREASE AND SEPTAGE ACCEPTANCE BUILDING CITY OF JEFFERSON,MISSOURI ' 3. Compact backfill material to 80 percent of maximum dry density according to • ASTM D 698 or to a density equivalent to the density of the immediate adjoining ' soil. 4. Backfill material shall be placed and compacted only when its moisture content is ' within 2.0 percent of optimum moisture content. 5. Under structures, compact the top 12 inches below subgrade and each layer of backfill or fill material at 95 percent maximum dry density. 6. No backfill shall be placed over or around any structure until the concrete mortar therein has attained a minimum strength 2000 psi and can sufficiently support the loads imposed by the backfill without damage. , 7. The Contractor shall use utmost care to avoid any wedging action between the side of the excavation and the structure that would cause any movement of the structure. Any damage caused by premature backfill or by the use of equipment ' on or near a structure will be the responsibility of the Contractor. 8. Backfill shall be placed and compacted on all sides of the structure simultaneously, and operations shall be so conducted that the backfill is always at , approximately the same elevation on all sides of the structure. 9. No excavated rock larger than two (2)inches maximum dimension shall be placed within one(1) foot of the exterior surface of any structure. F. Granular Backfill: , 1. Granular backfill will be required in present graveled roadways, gravel surfaced areas, future pavement areas, and in areas where pipes lie above or cross other pipelines as shown on the Drawings. Subsequent settlement must be held to a minimum in these areas. 2. Granular backfill will be required in all trenches excavated under or within five (5) feet of pavements, driveways, sidewalks, structures, or as directed by tine , Engineer. 3. Place material in lifts not to exceed 8-inch loose thickness and compact each lift to 95 percent of maximum dry density at optimum moisture content as determined , by ASTM D 698. Compact the top six inches of backfill in street right-of-way to 95 percent maximum dry density according to ASTM D 698. Compact the top six inches of backfill under walkways to 95 percent maximum dry density according ' to ASTM D 698. G. Water Settling of Trench Backfill: Water settling of trench backfill will not be ' considered an acceptable compaction procedure, and will not be permitted unless specifically approved by the Engineer. H. Jetting of Trench Backfill: Jetting of trench backfill will not be considered an , acceptable compaction procedure and will not be permitted. I. Controlled Low Strength Material CLSM) C5X59100 02220-8 EXCAVATION, BACKFILLING, RO— 12/12/03 AND COMPACTION , ' GREASE AND SEPTAGE ACCEPTANCE BUILDING CITY OF JEFFERSON,MISSOURI • 1. CLSM shall be placed as discharge from the transit mix truck around the sewer ' pipe and to the required elevation in a continuous placement with proper precautions taken to prevent flotation. No vibration or compaction is required. 2. The ends of backfill placements shall be bulkheaded with earth stanks or other means suitable to keep backfill material in its intended place. 3. CLSM may be placed to the subgrade elevation of the pavement and the pavement replaced within 24 hours of placing the CLSM. ' J. Cold Weather Placing of CLSM: Protect CLSM work from physical damage or reduced strength which could be caused by frost, freezing actions or low temperatures. 1. When air temperature has fallen to or is expected to fall below 40 degrees F (4 degrees C), uniformly heat materials as necessary before mixing to obtain a ' CLSM mixture temperature conforming to Table 1.4.1 of ACI 306 Report and maintain protection for minimum times as noted in Table 1.4.2 of ACI 306 Report. The rate of cooling should be gradual and should not exceed 40 degrees F ' per 24-hour following the cessation of heat application. 2. Do not use frozen materials or materials containing ice or snow. Do not place CLSM on frozen subgrade or on subgrade containing frozen materials. 3.40 FIELD QUALITY CONTROL ! A. Quality Control Testing During Construction: Contractor shall retain a testing service to inspect pipe subgrade, bedding, and pipe backfill and obtain approval of Engineer before further construction work is performed. Allow field density tests to be performed in accordance with ASTM D1556 (sand cone method), ASTM D2167 (rubber balloon method), or ASTM D2922 and D3017 (nuclear method) as applicable. ' B. Have at least two field density tests taken at locations and elevations as directed, but in no case less than two tests per 500 lineal feet of trench backfill under structures, ' pavements, or sidewalks, unless otherwise approved by the Engineer. When backfilling in present and future unsurfaced areas, a minimum of one field density test is required per 500 lineal feet of trench. ' C. If, based on testing service reports and inspection, subgrade or fills, which have been placed,-'are tiel6w_the-specified den-sity_provide additional-compaction and testing at no additional expense. D. Results of density tests, which may be selected, will be considered satisfactory when ' they are in each instance equal to or greater than specified density. ' 3.11 MAINTENANCE OF TRENCH BACKFILL • A. The Contractor shall maintain all backfilled trench surfaces until all work has been completed and officially accepted. Such maintenance shall include, but not be limited C5X59100 02220-9 EXCAVATION, BACKFILLING, RO— 12/12/03 AND COMPACTION GREASE AND SEPTAGE ACCEPTANCE BUILDING ' CITY OF JEFFERSON, MISSOURI to, the addition of appropriate backfill material above the pipe initial backfill to keep the • backfilled trench surface smooth, free from ruts and potholes, and suitable for traffic , flow. 3.12 SETTLEMENT A. An settlement in trench backfill which occurs during the warrant period and is Y � g warranty to construction procedures, such as improper removal of shoring or , insufficient compaction, shall be corrected b the Contractor at his p y o sown expense. Any piping or facilities damaged by such settlement shall be restored to their original condition at the Contractor's expense. 3.13 EXCESS MATERIAL DISPOSAL A. Excess materials such as vegetation, rubble, broken concrete, debris, asphaltic concrete ' pavement, excess soil, spoil and slurry from boring operations, and other materials not designated for salvage, shall become the property of Contractor and shall be removed from the job site and legally disposed of. The Contractor must comply with all relevant regulations, right-of-way, work space and permit agreements. The Contractor is responsible for acquiring any required disposal permits. B. The Contractor is responsible for transporting all excess materials to the disposal site and paying any disposal costs. Excess material will be transported in a manner that • prevents accidental spillage onto roadways. ' C. Excess spoil and slurry will not be discharged into sanitary or storm drain systems, ditches, or waterways. , D. Excess materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. No stockpiling of excess materials on-site ' shall be permitted. E. The Contractor shall meet all applicable environmental regulations for handling, , storing, transporting, and disposing of excess materials. END OF SECTION 02220 • C5X59100 02220-10 EXCAVATION, BACKFILLING, ' RO— 12/12/03 AND COMPACTION 1 1 GREASE AND SEPTAGE ACCEPTANCE BUILDING ' CITY OF JEFFERSON, MISSOURI • SECTION 02480—LANDSCAPE WORK ' PART 1 - GENERAL 1.1 .RELATED DOCUMENTS 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. ' 1.2 SUMMARY ' A. This Section includes the following: 1. Fine grading and.preparing turf areas. ' 2. Furnishing and applying new topsoil if required. 3. Furnishing and applying fertilizers. 4. Seeding damaged lawns and field areas. ' 5. Sodding damaged lawns. 6. Reconditioning existing turf. ' B. Topsoil will be stockpiled for reuse. If quantity of stockpiled topsoil is insufficient,provide additional topsoil to complete turfing operation. ' C. All areas disturbed by construction shall be seeded or sodded except for paved areas. Restore turf with specified grass species. Unless otherwise specified on the drawings, turf areas ' damaged shall be restored by reseeding. D. Protection of Existing Improvements: Provide protection necessary to prevent damage to existing improvements. . 1. Protect improvements on adjoining properties and on easements. iil 1 2. Restore damaged improvements to their original condition, as acceptable to property owners. 1.3 DEFINITIONS A. Lawn Areas: Improved and maintained horticulturally developed turf. Maintenance may ' consist of watering, fertilizing, mowing, weeding or other operations. These areas include but are not limited to residential properties,parks, and commercial developments. ' B. Field Areas: Undeveloped areas with unimproved and unmaintained vegetation. i C5X59100 02480-1 LANDSCAPE WORK ' RO— 12/12/03 GREASE AND SEPTAGE ACCEPTANCE BUILDING CITY OF JEFFERSON, MISSOURI , 1.4 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. 1 B. Certification of grass seed from seed vendor for specified grass-seed mixture stating the botanical and common name and percentage by weight of each species and variety, and ' percentage of purity,germination,and weed seed. Include the year of production and date of packaging. C. Certification of ' ca seed mixture for sod,identifying sod source,including name and telephone number of supplier. D. Certification by product manufacturer that the fertilizer supplied complies with requirements. 1.5 QUALITY ASSURANCE ' A. Installer Qualifications: Engage an experienced Installer with a record of successful turf , establishment. 1.6 DELIVERY, STORAGE,AND HANDLING ' A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. B. Sod: Harvest, deliver, store, and handle sod according to the requirements of the American ' Sod Producers Association's (ASPA) "Specifications for Turfgrass Sod Materials and Transplanting/Installing." ' 1.7 COORDINATION AND SCHEDULING A. Planting Season: Sow seed during normal planting seasons for type of work required. ' B. No sodding shall be done during the period from June 1 to September 1,unless the planting , season is extended by the Engineer. C. Weather Limitations: Proceed with planting only when existing and forecast weather , conditions are suitable for work. 1.8 MAINTENANCE , A. Begin maintenance of turf immediately after each area is planted and continue until final ' acceptance. i C5X59100 02480-2 LANDSCAPE WORK RO— 12/12/03 ' GREASE AND SEPTAGE ACCEPTANCE BUILDING ' CITY OF JEFFERSON, MISSOURI • B. Maintain and establish turf areas by watering, fertilizing, mowing, and other required operations. Roll, regrade, and replant bare or eroded areas and remulch as required. ' C. Add new mulch in areas where mulch has been disturbed by wind or maintenance operations sufficiently to nullify its purpose. , D. Watering: Provide and maintain temporary piping,hoses,and watering equipment to convey water from sources and to keep turf uniformly moist to a depth of 4 inches. E. Mow turf as soon as there is enough top growth to cut with mower set at recommended 1 height for principal species planted. Seeded and sodded areas shall be well established and mowed at least one time prior to final acceptance. PART 2 -PRODUCTS ' 2.1 SEED A. Seed: Fresh, clean, dry, new-crop seed complying with the.Association of Official Seed Analysts' "Rules for Testing Seeds" for purity and germination tolerances. ' 1. The seeding mixture used to seed areas off street right-of-ways that are not maintained shall be as follows: ' Kind of Seed Min. Pure Live Seed (%) Rate(Ibs per acre) Alta Fescue or Kentucky 31 Fescue(Festuca Eliator Var. Arundinces) 75 90 Rye Grass (Lolium Perenne 80 or L. Miltiflorum) 80 50 ' Total 140 2.. . _-Tlie_seeding.mixtuie=in other:areas=shall'be composed_of a:mixture-of_60%Deiby-.Rye ' grass, 20% creeping fescue, and 20% Bluegrass. Bluegrass may be either Ram I, Touchdown, or Glade. Seed shall be applied at the rate of 300 pounds per acre. ' 2.2 SOD A. Sod: Certified turfgrass sod complying with ASPA specifications for machine-cut thickness, size,strength,moisture content,and mowed height,and free of weeds and undesirable native grasses. Provide viable sod of uniform density,color,and texture of the following turfgrass species, strongly rooted, and capable of vigorous growth and development when planted. C5X59100 02480-3 LANDSCAPE WORK ' RO— 12/12/03 GREASE AND SEPTAGE ACCEPTANCE BUILDING CITY OF JEFFERSON, MISSOURI , i 1. Sod shall be predominately bluegrass. ' 2. Sod Pad Size: Uniform thickness of 1 inch,plus or minus 1/4 inch,measured at time of cutting and excluding top growth and thatch. Provide in supplier's standard size of ' uniform length and width with maximum 5 percent allowable deviation in either length or width. Broken or torn pads or pads with uneven ends are not acceptable. 3. Sod Strength: Provide sod pads capable of supporting their own weight and retaining size and shape when supplier's standard size pad is suspended vertically from a firm ' grasp on upper 10 percent of the pad. 2.3 TOPSOIL A. Reuse surface soil stockpiled during site clearing and excavation operation.Supplement with ' imported topsoil when quantities are insufficient. Obtain topsoil from local sources or from areas having similar soil characteristics to that found at the site. These sources shall be naturally well-drained sites where topsoil occurs at least 4 inches deep; do not obtain from , bogs or marshes. Clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. B. Imported Topsoil if Required: ASTM D 5268, pH range of 5.5 to 7, 4 percent organic material minimum, free of stones 1 inch or larger in any dimension, and other extraneous , materials harmful to plant growth. 2.4 FERTILIZER ' A. Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character,consisting ' of fast-and slow-release nitrogen. B. Composition: 12-24-24, 350 pounds per acre. ' 2.5 MULCHES A. Straw Mulch: Provide air-dry, clean, mildew- and seed-free, salt hay or threshed straw of ' wheat,rye,oats, or barley. 2.6 EROSION-CONTROL MATERIALS , A. Blankets: Biodegradable wood excelsior, straw, or coconut-fiber mat enclosed in a , photodegradable plastic mesh. Include manufacturer's recommended steel wire staples, 6 inches long. ' C5X59100 02480-4 LANDSCAPE WORK RO— 12/12/03 ' P GE GREASE AND SE TA ACCEPTANCE BUILDING CITY OF JEFFERSON, MISSOURI PART 3 - EXECUTION ' 3.1 EXAMINATION ' A. Examine areas to receive turf for compliance with requirements and for conditions affecting performance of work of this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. B. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. ' 3.3 PLANTING SOIL PREPARATION FOR LAWN AND FIELD AREAS ' A. Limit subgrade preparation to areas that will be planted in the immediate future. B. After shaping,place 4 inches of topsoil on areas. Remove stones larger than 1-1/2 inches in any dimension for lawn areas and 4 inches for field areas. Remove sticks,roots,rubbish,and other extraneous matter. C. Mix fertilizers with topsoil at rates indicated. Delay mixing fertilizer if planting does not follow within a few days. Mix thoroughly into top 4 inches of topsoil before planting. D. Grade areas to receive turf to a smooth,even surface with loose,uniformly fine texture, Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine —,,Lading to ' areas that can be planted in the immediate future. Remove trash, debris, and other objects that may interfere with planting or maintenance operations. E. Moisten prepared turf areas before planting when soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. ' F. Restore prepared areas if eroded or otherwise disturbed after fine grading and before planting. ' 3.4 SEEDING LAWN AND FIELD AREAS A. The area shall be prepared to receive the seed mixture by using a disc spiker or other suitable ' implement. Seed shall then be spread at the specified rate by drill, by hand seeder, by brillion seeder, or by other approved seeders. Seed should be drilled to a depth of one-half inch. C5X59100 02480-5 LANDSCAPE WORK ' RO— 12/12/03 GREASE AND SEPTAGE ACCEPTANCE BUILDING CITY OF JEFFERSON, MISSOURI ' B. Seeding shall not be done during windy weather, or when the ground is frozen,muddy, or otherwise in a non-tillable condition. C. Water with fine spray. , D. Protect seeded slopes exceeding 1:3 or in areas of concentrated flow against erosion with erosion-control blankets installed and stapled according to manufacturer's recommendations. E. Protect seeded areas with slopes less than 1:3 against erosion by spreading straw mulch after , completion of seeding operations. Spread uniformly at a minimum rate of 2 tons per acre to form a continuous blanket 1-1/2 inches loose depth over seeded areas. Spread by hand, ' blower, or other suitable equipment. Immediately following spreading, the mulch shall be anchored to the soil by a V-type-wheel land packer, a scalloped-disk land packer, or other suitable equipment designed to force mulch into the soil surface. , 3.5 SODDING A. Lay sod within 24 hours of stripping. Do not lay sod if dormant or if ground is frozen. ' B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not ' stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand ' into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 3. Lay sod perpendicular to slope on grades exceeding 1:6. ' 4. Anchor sod on slopes exceeding 1:3 with wood pegs spaced as recommended by sod grower but not less than 2 anchors per sod strip to prevent slippage. ' C. Saturate sod with fine water spray within 2 hours of planting. During first week,water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches ' below the sod. 3.6 RECONDITIONING TURF A. Recondition existing turf areas damaged by Contractor's operations, including storage of ' materials or equipment and movement of vehicles. Also recondition areas where settlement , or washouts occur or where minor regrading is required. C5X59100 02480-6 LANDSCAPE WORK RO— 12/12/03 ' GREASE AND SEPTAGE ACCEPTANCE BUILDING 1 CITY OF JEFFERSON, MISSOURI • B. Remove sod and vegetation from diseased or unsatisfactory turf areas;do not bury into soil. ' Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and ' replace with new topsoil. C. Where substantial turf remains (but is thin), mow, dethatch, core aerate, and rake. ' D. Remove waste and foreign-materials,including weeds,soil cores,grass,vegetation,and turf, and legally dispose of it off the Owner's property. E. Provide new planting soil as required to fill low spots and meet new finish grades. F. Apply the specified fertilizer at the specified rate. G. Apply specified seed and protect with straw mulch as required for damaged lawns and field ' areas. H. Water newly planted areas and keep moist until new grass is established. ' 3.7 SATISFACTORY TURF ' A. Seeded lawn areas will be satisfactory provided requirements,including maintenance,have • been met and a healthy,uniform,close stand of grass is established,free of weeds,bare spots ' exceeding 5 by 5 inches, and surface irregularities. Seeded field areas will be satisfactory, provided requirements,including maintenance,have been met and a healthy,uniform,close stand of grass is established, free of weeds and bare spots exceeding 2'x 2'. ' B. Sodded lawns will be satisfactory provided requirements,including maintenance,have been met and healthy, well-rooted, even-colored, viable lawn is established, free of weeds, open ' joints,bare areas, and surface irregularities. C. Replant turf that does not meet requirements and continue maintenance until turf is ' satisfactory. 3.8 CLEANUP AND PROTECTION ' A. Promptly remove soil and debris created by turfing operations from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto surface of roads,walks,or ' other paved areas. B. Erect barricades and warning signs as required to protect newly planted areas from traffic. ' Maintain barricades throughout maintenance period until turf is established. • END OF SECTION 02480 C5X59100 02480-7 LANDSCAPE WORK ' RO— 12/12/03 DIVISION 3 - CONCRETE Section 03100- Concrete Formwork PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary ' Conditions and Division 1 Specification Sections, apply to work of this Section. 1.02 WORK INCLUDES ' A. Concrete formwork, shoring and accessories as shown on the drawings and as herein specified for following: ' 1. Footings and concrete foundations 2. Structural Slabs and Walls 3. Concrete sidewalks ' 4. Entrance slabs 5. Miscellaneous items ' 1.03 RELATED WORK A. Specified Elsewhere: ' 1. Division 1 - General Requirements • 2. Section 03200 - Concrete Reinforcement. 3. Section 03300 - Cast-In-Place Concrete. 4. Division 15 - Mechanical 5. Division 16- Electrical ' 1.04 REFERENCES A. ACI 301-99 - Specifications for Structural Concrete for Buildings. ' B. ACI 347-01 - Recommended Practice for Concrete Formwork. 1.05 SYSTEM DESCRIPTION A. Design, engineer and construct formwork, shoring and bracing to meet design requirements-so-that-resultant-concrete°conforms-to=required shapes'l lines-and ' dimensions. 1.06 QUALITY ASSURANCE ' A. Construct and erect concrete formwork in accordance with ACI 301-99 and 347-01. 1.07 SUBMITTALS ' A. Submit shop drawings under provisions of Section 01330. • B. Indicate pertinent dimensions, materials and arrangement of joints and sites. r 07446-01-00/Jefferson City September, 2007 03100-1 Concrete Formwork C. Submit product data under provisions of Section 01330. • 1.08 DELIVERY, STORAGE AND HANDLING ' A. Deliver form materials in manufacturer's packaging with installation instructions. ' B. Store off ground in ventilated and protected area to prevent deterioration from moisture or damage. ' PART 2 PRODUCTS 2.01 WOOD FORMS ' A. Wood forms for exposed concrete shall be equivalent to B-B Plyform, Class 1, as designated by American Plywood Association. ' B. Use only specified products of following manufacturers: 1. Weyerhauser concrete form , 2. Georgia-Pacific, G-P Exterior soft wood plywood 3. Plywood and Door Corporation's Finn-Form ' 2.02 FORM OIL A. Coat inside of forms with non-staining oil prior to erecting forms. ' B. Use only specified products of following manufacturers: • '1. Symons Manufacturing Co., Deerfield, IL- Magic Kote 2. Lambert Corporation - Formcel 3. Guardian Chemical Coatings, Inc., Houston,Texas-Guardian Form Coating ' 4. Concrete Service Co., Philadelphia, PA - Form-Coat 5. Euclid Chemical Co. - Ecoslip 2.03 FORM TIES ' A. Form ties shall have 1" minimum break-off depth from face of concrete. Ties shall ' be removed after forms are removed and holes shall then be filled with mortar that matches adjacent surfaces. Provide stainless steel form ties for exterior surfaces exposed to view. - B. Use only specified products of following manufacturers: 1. Dayton - Sure Grip snap-in form tie , 2. Heckmann - Snapties 3. Richmond - Snap-Tys 2.04 PVC WATERSTOPS , A. Waterstop shall be white PVC with factory made splices. Waterstops shall be r 07446-01-00/Jefferson City September, 2007 03100-2 Concrete Formwork ' 1 manufactured by Green Streak, St. Louis, MO, or equal. The waterstops shall be • Green Streak No. 748, 3/8" thick by 6" wide. All splices shall be made with manufacturer recommended heat sealing method. Labyrinth type waterstop made of PVC or neoprene or bentonite strips shall not be permitted as a substitute for waterstop materials specified herein or as detailed on the plans. 2.05 ANCHORS AND DOVETAIL ANCHOR SLOTS ' A. Cast in anchors shall be 3/4" round bolts with 2,800 pound working load capacity in 4,000 lbs. per square inch concrete. B. Dovetail slots shall be located 2'-0" o.c. horizontally wherever concrete surfaces adjoin masonry. C. Use only specified products of following manufacturers: r1. Gateway Builders Products - DAS-STD slots with Safe-T-Load inserts. 2. Heckmann - Number 100 standard 24 gauge galvanized. ' 3. Hohman and Barnard, Inc. - Number 305. 4. Wire Products Co. - Number F-18. rPART 3 EXECUTION 3.01 INSPECTION ' A. Verify lines, levels and measurements before proceeding with formwork. 3.02 PREPARATION rA. Earth forms, except for footings, not permitted. ' B. Minimize form joints. Symmetrically align joints. C. Arrange and assemble formwork to permit stripping so that concrete is not damaged ' during its removal. 3.03 ERECTION ' A. Provide bracing to ensure stability of formwork. Strengthen formwork liable to be overstressed by construction loads. ' B. Provide temporary ports in formwork to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. Close ports with tight fitting panels, flush with inside face of forms, neatly fitted so that joints will not be ' apparent in exposed concrete surfaces. C. Provide chamfer strips on external corners of beams, joists and columns. ' D. Construct formwork to maintain tolerances in accordance with ACI 301-99. r 07446-01-00/Jefferson City rSeptember, 2007 03100-3 Concrete Formwork 3.04 APPLICATION OF FORM RELEASE AGENT • A. Apply form release agent on formwork in accordance with manufacturer's ' instructions. Apply prior to placing reinforcing steel, anchoring and devices and embedded items. B. Do not apply form release agent where concrete surfaces are scheduled to receive ' special finishes which may be affected by agent. Soak contact surfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete. ' 3.05 INSERTS, EMBEDDED PARTS AND OPENINGS A. Provide formed openings where required for work embedded in or passing through ' concrete. B. Coordinate work of other sections in forming and setting openings, slots, recesses, ' chases, sleeves, bolts, anchors and other inserts. C. Install accessories in accordance with manufacturer's instructions, level and plumb. t Ensure items are not disturbed during concrete placement. 3.06 FORM REMOVAL , A. Do not remove forms and shoring until concrete has sufficient strength to support its own weight and construction and design loads which may be.imposed upon it. , Remove load supporting forms when concrete has attained 75%of required 28 day • compressive strength. B. Do not damage concrete surfaces during form removal. ' 3.07 CLEANING A. Clean forms to remove foreign matter as erection proceeds. , B. Ensure that water and debris drain to exterior through clean-out ports. , C. During cold weather,remove ice and snow from forms. Do not use deicing salts. Do not use water to clean out completed forms, unless formwork and construction , proceed within heated enclosure. Use compressed air to remove foreign matter. END OF SECTION 03100 ' r • r 07446-01-00/Jefferson City September, 2007 03100-4 Concrete Formwork ' DIVISION 3 - CONCRETE • Section 03300 - Cast-In-Place Concrete PART 1 GENERAL 1.01 SECTION INCLUDES A. Cast-in-place concrete floors, foundation walls, supported slabs, beams and ' columns. B. Floors and slabs on grade. ' C. Control, expansion and contraction joint devices associated with concrete work, including joint sealants. D. Equipment pads and manhole slabs. 1.02 RELATED SECTIONS A. Section 02317 - Backfilling and Compaction. B. Section 03100 Concrete Formwork. C. Section 03200 - Concrete Reinforcement. ' D. Section 03390 - Concrete Curing Materials. E. Section 07920-Joint Sealants. F. Division 15—Mechanical. G. Division 16- Electrical. • 1.03 REFERENCE TO STANDARDS rA. ACI 212 - Guide for Use of Admixtures in Concrete. ' B. ACI 301 - Structural Concrete for Buildings. C. ACI 302 - Guide for Concrete Floor and Slab Construction. D. ACI 304-Recommended Practice for Measuring,Mixing,Transporting and Placing Concrete. ' E. ACI 305R - Hot Weather Concreting. F. ACI 306R'- Cold^Weather Concreti ' G. ACI 308 - Standard Practice for Curing Concrete. H. ACI 318- Building Code Requirements for Reinforced Concrete, latest edition. I. ANSI/ASTM D994 - Preformed Expansion Joint Filler for Concrete (Bituminous ' Type). J. ANSI/ASTM D1190- Concrete Joint Sealer, Hot-Poured Elastic Type. A 07446-01-00/Jefferson City ' September, 2007 03300-1 Cast-In-Place Concrete K. ANSI/ASTM D1751 - Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types). , L. ANSI/ASTM D1752- Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. ' i M. ASTM B221 -Aluminum and Aluminum-Alloy Extruded Bars, Rods,Wire,Shapes, and Tubes. N. ASTM C33 - Concrete Aggregates. , O. ASTM C40 -Test for Organic Impurities in Sands for Concrete. ' P. ASTM C42-Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. ' Q. ASTM C88 - Test for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. R. ASTM C94 - Ready-Mixed Concrete. , S. ASTM C117-Test for Materials Finer Than No.200 Sieve in Mineral Aggregates ' by Washing. T. ASTM C123 - Test for Lightweight Pieces in Aggregate. , U. ASTM C127-Test for Specific Gravity and Absorption of Coarse Aggregate. V. ASTM C136 -Test for Sieve or Screen Analysis of Fine and Coarse Aggregates. r W. ASTM C138 - Test for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete. X. ASTM C142 - Test for Clay Lumps and Friable Particles in Aggregates. Y. ASTM C143 -Test for Slump of Portland Cement Concrete. Z. ASTM C150 - Portland Cement. , AA. ASTM C172 - Method of Sampling Fresh Concrete. BB. ASTM C231 - Test for Air Content of Freshly Mixed Concrete by the Pressure , Method. CC. ASTM C260-Air Entraining Admixtures for Concrete. ' DD. ASTM C494 - Chemicals Admixtures for Concrete. EE. USDA Bull. 949 Dorry Hardness Test. ' 1.04 SUBMITTALS 07446-01-00/Jefferson City September, 2007 03300-2 Cast-In-Place Concrete , • A. Product Data: Provide data on joint devices, attachment accessories, admixtures, ' form release agents and bonding agent. B. Material Certifications: For each item listed, provide information indicated. ' 1. Coarse and Fine Aggregate a. Producer Name. b. Quarry Location. C. Contact Person and Phone Number. d. MoDOT Certification Sheets with Material Quality Results. e. Specific Gravity. f. Moisture Content. 2. Cement a. Mill Test Report. b. Producer Name and Location. 3. Water ' a. Specify Potable Water Source. ' C. Concrete Mix Properties: Provide the following information: 1. Mix Design a. Cement (Lbs./C.Y.) b. Fine Aggregate (Lbs./C.Y.) C. Coarse Aggregate (Lbs./C.Y.) d. Water(Lbs./C.Y.) e. Admixtures. 2. Slump Specified. 3. Air Content Specified. D. Mix Plant Certification: Provide MoDOT certification of plant inspection(within past _ ,12.Months)_-and_,pro_vide contact_pgrson name,.address,,and phone number,at E. Manufacturer's Installation Instructions: Indicate installation procedures and interface required with adjacent work. ' F. Submittal Timing: Within 30 days of award, the Contractor shall indicate his intentions regarding mix design. Should Method 1 be used,the submittal should be submitted with back-up documentation as indicated under the provision of Method 1. Should Method 2 be utilized, the proposed mix trial proportions and w/c ratios made should be submitted. This would then be followed with 7 and 28 day breaks. Concrete placement shall not be permitted prior to approval of mix designs. 07446-01-00/Jefferson City ' September, 2007 03300-3 Cast-In-Place Concrete 1.05 PROJECT RECORD DOCUMENTS • A. Accurately record actual locations of embedded utilities and components, which are concealed from view. , 1.06 QUALITY ASSURANCE A. Perform work in accordance with ACI 301 and ACI 318. ' B. Maintain one copy of each document on site. C. Acquire cement and aggregate from same source for all work. D. Conform to ACI 305R when concreting during hot weather. ' E. Conform to ACI 306R when concreting during cold weather. 1.07 FIELD TESTS , A. Provide under provisions of Division 1 - General Requirements. B. Cylindrical Compression Tests ' 1. Contractor shall make arrangements with the Owner/Engineer's independent , laboratory for making compression strength tests. He shall also make arrangements with Owner/Engineer's independent laboratory to have cylinders picked up and transported to location of curing and testing. 2. Specimens for making compressive strength tests shall be made using standard 6" x 12" cylindrical molds. The Contractor shall arrange with an ' independent laboratory to take samples and fill molds. Specimens shall be made, cured and tested in accordance with ASTM C-31 and ASTM 0-39. 3. Test cylinders shall accurately represent concrete placed in forms. For each , 50 cubic yards or fraction thereof or for each 4,000 square feet of suuace area poured per day in each separate structure of each class of concrete, one set of four standard cylinders shall be cast. Casting,handling and curing of all cylinders shall be in accordance with ASTM C21. Additional cylinders may be required if an error in batching is suspected. For first 24 hours after molding,cylinders shall be kept moist in storage box constructed and located ' so that its interior air temperature will be between 60 and 80 degrees F. At end of 24 hours, cylinders shall be transported to laboratory. Exception: Where the Contractor intends to remove load supporting forms (when ' conditions permit), a sufficient number of additional test cylinders shall be made and shall be field cured at the site of the structure. Field curing shall continue up to within four hours prior to laboratory testing. The Contractor shall be responsible for the safe field storage of the concrete cylinders during the field curing process. 07446-01-00/Jefferson City ' September, 2007 03300-4 Cast-In-Place Concrete 4. Contractor shall inform Engineer 24 hours in advance of an concrete ours, 9 Y P indicating location and size of pour by submitting completed pre-pour ' checklist. 5. Testing of specimens for compressive strength shall be in accordance with ASTM C39. Tests shall be made at 7 and 28 days from time of molding. One test cylinder from each group of four shall be tested at end of 7 days and two will be tested at end of 28 days,all in accordance with ASTM C39. Fourth cylinder shall be held for testing as a check cylinder. 6. Laboratory test reports shall include following information: t1. Mix design designation 2. Number of specimens 3. Date specimen taken ' 4. Date specimen tested 5. Portion of structure represented by specimen 6. Design strength of concrete 7. Slump of concrete B. Temperature of concrete 9. Percent entrained air ' 10. Test strength of specimen C. Slump Test ' 1. Contractor shall make arrangements with the Owner/Engineer's independent laboratory for taking slump tests. Concrete shall be tested for consistency on site in accordance with ASTM C-143. Contractor shall arrange for slump tests to be made from first load of concrete of each placement and as often thereafter as Engineer determines necessary. ' 2. If a concrete pump is used to deposit concrete, the slump tests shall be made as concrete is delivered from the mixer to the concrete pump. See Section 3.05(F) of this specification for additional requirements. ' D. Air Entrainment ' 1. Contractor shall make arrangements with the Owner/Engineer's independent laboratory for taking air tests. Air content of air entrained concrete shall be determined..in.conformance with ASTM C-231_. Contractor;shall arrange_for sufficient=tests°to-be made-to-insureuniform air content in placement. ' 2. If a concrete pump is used to deposit concrete,the air tests shall be made as concrete is delivered from the mixer to the concrete pump and as the ' concrete is discharged from the concrete pump into the place of deposit. Once a relationship is established between air contents before and after the concrete pump, air tests may be made as concrete is delivered from the ' mixer only. 1.08 COORDINATION 07446-01-00/Jefferson City ' September, 2007 03300-5 Cast-In-Place Concrete t A. Coordinate work under provisions of Division 1 - General Requirements. B. Coordinate the placement of joint devices with erection of concrete formwork and t placement of form accessories. PART 2 PRODUCTS ' 2.01 CONCRETE MATERIALS A. Cement: ASTM C150, Portland Type I - Normal. Only one brand of cement shall ' be used for exposed concrete throughout any one structure or composite element. Cement used for rubbing and/or patching shall be of same type and brand as that ' used in element of work. B. Concrete Aggregate 1. Concrete aggregate shall TM conform o to A S C33. Maximum size of coarse aggregate shall be in accordance with guidelines listed below: Maximum Aggregate Size, Inches Type of Structure 1/211 Concrete Toppings ' 3/4" Mud Slabs ' Stairs and Steps Columns Beams ' Elevated Slabs Flowable Fill 1° Grade Beams ' Equipment Pads All Other Structures 1-1/2" Caissons, Piles and Piers Footings Slabs on Grade, Interior& ' Exterior Tank Walls 2. Aggregate gradations shall .meet the requirements of Section 1005 "Aggregate For Concrete" Missouri Standard Specifications for Highway Construction and shall conform to following: 1-1/2" Coarse Aggregates Sieve Size % Passing , 1-3/411 100 ' 07446-01-00/Jefferson City September, 2007 03300-6 Cast-In-Place Concrete 1-1/2" 95 - 100 3/4" 35-70 3/8" 10 - 30 No. 4 0 - 5 1" Coarse Aggregates Sieve Size % Passinq ' 1-1/2" 100 1" 95 - 100 1/211 25 - 60 ' No. 4 0 - 8 3/4" Coarse Aggregates Sieve Size % Passinq 100 3/4" 90- 100 3/8" 15 -45 No. 4 0 - 8 Fine AQQregate Sieve Size % Passinq 3/8" 100 No. 4 95 - 100 No. 16 40 - 75 No. 50 5 - 30 No. 100 0- 10 Results of durability tests shall be required for coarse and fine aggregates ' used for concrete. In lieu of durability test results, a certificate from the aggregate supplier(s)indicating that the aggregate furnished is from a supply approved for use in concrete by the Missouri Department of Transportation will be acceptable. ' C. Fly Ash ' 1. Fly ash used in concrete shall meet ASTM C618,Type F with 5%maximum loss on ignition. ' 2. Supplier shall furnish certifications/fly ash analysis. D. Water ' 1. Water used in mixing concrete and mortar and water used for curing concrete shall be clean, clear and free from deleterious amounts of sugar, acids, alkalies, salts or organic matter. Water approved by public health 1 07446-01-00/Jefferson City ' September, 2007 03300-7 Cast-In-Place Concrete agencies for drinking may be accepted without being tested. All other , 9 9 Y P 9 sources shall be approved by Engineer. 2.02 ADMIXTURES ' A. When required or permitted, admixtures shall conform to requirements specified ' below. Use of one or more admixtures in concrete shall be approved by Engineer prior to its use at job site. B. Field Service: When requested, the Contractor shall arrange to have a qualified ' concrete technician employed by manufacturer be available to assist in proportioning concrete materials for optimum use, to advise on proper use of ' admixture and adjustment of concrete mix proportions to meet job site and climatic conditions. 1. Air Entraining Admixture: Shall conform to ASTM C260 and shall be Darex , AEA by W. R. Grace; MB-VR by Master Builders, Sealtight AEA by W. R. Meadows, or equal. 2. Water Reducing Admixture: Shall conform to ASTM C494,Type A and shall , be WRDA by W. R. Grace, Pozzolith by Master Builders, Plastiment by Sika Corporation or equal. ' 3. Water-Reducing and Retarding Admixture - Shall conform to ASTM C 494, Type D and shall be Daratard-17 by W. R. Grace & Co., or equal. ' 4. Non-Chloride Accelerating Admixture-Shall conform to ASTM C 494,Type C and shall be Daraset or DO Corrosion Inhibitor by W. R. Grace & Co.,or equal. ' 5. Superplasticizers: Shall conform to ASTM C494 Type F. Material shall contain no calcium chloride and shall be WRDA-19 or Daracem-100 by W. , R. Grace & Co., or equal, furnished in liquid form ready for use. C. Calcium chloride shall not be permitted under any circumstances. Non-corrosive , accelerator may be used in concrete,other than when it is required,when approved by Engineer. D. Admixtures containing chloride shall not be used where aluminum conduit, ' couplings or accessories are embedded in concrete without adequate corrosion protection for embedded items. 1 07446-01-00/Jefferson City September, 2007 03300-8 Cast-In-Place Concrete , 2.03 ACCESSORIES A. Bonding Agent: Bonding agent shall be Larsens"Weld-Crete"or equal. Installation shall be according to manufacturer's recommendations. ' B. Vapor Barrier: 6 mil thick clear polyethylene film type recommended for below grade application. C. Non-shrink Grout: All column base plates, equipment bases and other locations noted in drawings shall be grouted. Grout shall be "N-S Grout' by the Euclid Company,"Masterflow 928"by Masterbuilders,"Sika Grout 212"by Sika,or equal. ' Equipment bases(25 HP or greater)shall be grouted with"Euco Hi-Strength Grout' by Euclid Company, "Ceilcote 648 CP", or equal. 2.04 JOINT DEVICES AND FILLER MATERIALS A. Fiber Expansion Joint Filler. ASTM D1751, Federal Spec. HH-F-341 F, Type I - asphalt saturated organic fiber, 1/2 inch thick(unless otherwise shown). ' B. Sealant and Primer: As specified in Section 07920. ' 2.05 CONCRETE MIX A. Strength: ' 1. Concrete for all parts of work shall be homogeneous and, when hardened, shall have required strength,resistance to deterioration,durability,resistance to abrasion watertightness, appearance and other specified properties. ' Mix Design A Cement Type I Fly Ash Optional 7 Day Strength, psi 2,500 28 Day Strength, psi 4,000 W/C or W/C&P (Max.) 0.45 Air Content% 4-1/2 to 7-1/2% ' Note: Cement/fly ash may require a retarding admixture during hot weather >=80 0=F)-and=red_ aced--ash=content°durin cold-weather° <-40° ° The - Contractor will be required to submit proposed mix designs utilizing Method 2, paragraph 2.05F.1.b. 2. Revised mix designs shall be submitted to the Engineer when weather conditions require use of additional admixtures or changes in mix design. Revised mix designs shall be submitted to the Engineer if the source for any component of the concrete changes for any reasons whatsoever. This shall ' include changes in cement, aggregate or admixture supplier. Trial mixes shall be developed in accordance with Method 2. New mix designs shall be assigned alpha numeric designations beginning with "D". 07446-01-00/Jefferson City ' September, 2007 03300-9 Cast-In-Place Concrete 3. Design of the fly ash mix shall be based on the technique where the fly ash replaces a part of the cement with a greater weight of fly ash and then ' compensates for the large amount of fines by a subsequent reduction in fine aggregate content. 4. Strength level of an individual class of concrete shall be considered , satisfactory if both of following requirements are met: a. Average of all sets of three consecutive strength tests equal or exceed ' fir =4,000 psi. b. No individual strength test falls below f'c by more than 500 psi. ' 5. If either of above requirements are not met, steps shall be taken to increase average of subsequent strength test results. Engineer shall have right to order a change in proportions of mix for remaining work. Engineer shall also have right to require conditions of temperature and moisture necessary to secure required strength. If requirement(b) is not met,following steps shall be taken. a. If any strength test of laboratory-cured cylinders falls below specified ' values of f'c by more than 500 psi or if tests of field-cured cylinders indicate deficiencies in protection or curing, steps shall be taken to assure that load-carrying capacity of structure is not jeopardized. b. If likelihood of low-strength concrete is confirmed and computations indicate that load-carrying capacity may have been significantly reduced,tests of cores drilled from area in question may be required in ' accordance with"Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete" (ASTM C42). In such cases,three cores shall be taken for each strength test more than 500 psi below specified , value of f'c. If concrete in structure will be dry under service condition, cores shall be air dried (temperature 600 to 80° F., relative humidity less than 60%) for 7 days before test and shall be tested dry. If , concrete in structure will be more than superficially wet under service conditions,cores shall be immersed in water for at least 40 hours and be tested wet. C. Concrete in an area represented by core tests shall be considered structurally adequate if average of three cores is equal to at-least 85% of fir and if no single core is less than 75% of f', To check testing accuracy, locations represented by erratic core strengths may be retested. d. If criteria of paragraph (c) are not met, and if structural adequacy ' remains in doubt, the Engineer may order load tests as outlined in Chapter 20 of ACI 318-05 for questionable portion of structure or require other appropriate action. ' e. All costs associated with performing analytical investigations, core testing and load testing shall be paid for by Contractor. , 07446-01-00/Jefferson City , September,2007 03300-10 Cast-In-Place Concrete 1 1 B. Slump: ' 1. Slump of concrete of normal weight as determined by "Method of Test for Slump of Portland Concrete" (ASTM C-143) shall be as follows: ' Kinds of Construction Maximum Slump Footings, caissons and sub- 3" structure walls Slabs, Beams, Columns, 4" Reinforced Walls and Concrete Toppings All concrete containing a water reducer shall have a maximum slump as recommended by the manufacturer of the water reducer and approved by the Engineer, but shall not exceed 8 inches. ' C. Durability: 1. Concrete which will be subject to exposure conditions such as freezing and thawing, severe weathering or chemicals, shall contain total entrained air between 4-1/2% and 7-1/2%'of concrete by volume. ' - 2. Interior floor slabs and other elements located indoors and not subjected to any of above mentioned exposure conditions need not contain entrained air for purposes of durability but may be included from standpoint of increased workability at Contractor's option. D. Proportioning of Ingredients: 1. Proportion of ingredients shall be selected to produce proper placability, durability, strength and other serviceability requirements. Proportion of ' ingredients shall be such as to produce a mixture which will work readily into corners and angles of forms and around reinforcement by methods of placing and consolidation employed on work,but without permitting materials ' to segregate or excessive free water to collect on surface. E. Mix-Design Use..Locations:.._, ' 1. All cast-in-place concrete on this project shall be placed utilizing Mix A specified in Paragraph 2.05(A)(1) above. ' F. Procedures for Mix Design Acceptance: 1. Determination of proportions of cement,aggregate,admixtures and water to attain required strengths shall be made by one of following methods: a. Method 1 - Field Test Data: 07446-01-00/Jefferson City September, 2007 03300-11 Cast-In-Place Concrete 1 1. This procedure shall be acceptable when production facility has a control record, based on at least 30 consecutive ' strength tests of the identical mix or mixes obtained within the past year representing materials and conditions to those expected. Compressive strength tests shall equal to or , exceed specified strength. Air and slump shall meet the requirements specified herein. Contractor shall submit to Engineer mix design and test results for approval. 2. In all respects,the components of the proposed concrete mix shall be identical to the components represented by the field test data. This includes cement type and cement manufacturer, material gradation and material sources admixture suppliers and concrete plant. 3. Under no circumstances shall applicable requirements for ' cement,water,admixtures and aggregate durability as stated in this specification be waived in approval of mix design. Contractor shall submit in writing certification of the performance of proposed mix design and guarantee materials proposed in mix design will be used throughout duration of the project. ' 4. Use Flow Chart Fig. 5.3 of ACI 318-05 for approval procedure. , b. Method 2 -Trial Mixes-Applicable Standards: 1. ACI 211-1 (ACI 613) Recommended Practice for Selecting , Proportions for Concrete. i 2. ASTM C-192 Method for Making and Curing Concrete , Compression and Flexure Test Specimens in the Laboratory. i 3. ASTM C-39 Method of Test for Compressive Strength of ' Cylindrical Concrete Cylinders. 4. Trial mixtures having proportions and consistencies suitable , for work shall be made in accordance with ACI 211-1 (ACI 613), USING AT LEAST THREE DIFFERENT WATER- CEMENT RATIOS which will produce a range of strengths ' encompassing those required for work. Trial mixes shall be designed to produce slump within 1" of maximum permitted and for air-entrained concrete, maximum allowable air content. Temperature of concrete used in trial batches shall , be reported. 5. For each water-cement ratio, at least 3 compression test ' cylinders for each test age shall be made and cured in accordance with ASTM C-192. They shall be tested for strength at 28 days or at earlier or later age specified ' 07446-01-00/Jefferson City September, 2007 03300-12 Cast-In-Place Concrete , according to ASTM C-39. The water cement ratio to be used in concrete shall be selected to produce minimum specified compressive strength. No substitutions shall be made in materials used on work without additional tests in accordance herewith to show that quality of concrete is satisfactory. PART 3 EXECUTION 3.01 EXAMINATION A. Verify site conditions under provisions of Division 1 - General Requirements. ' B. Verify requirements for concrete cover over reinforcement. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not cause hardship in placing concrete. ' 3.02 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying ' bonding agent in accordance with manufacturer's instructions. B. In locations where new concrete is dowelled to existing work, drill holes in existing 1 l concrete, insert steel dowels and pack solid with non-shrink grout. 3.03 TESTING ' A. Plant Tests Sufficient testing shall be done by the supplier to assure the quality and consistency ' of the mix produced. The field tests are not to be used as a gauge of this quality. B. Field Tests See Section 1.07 of this specification section. i 1 3.04 BATCHING, MIXING AND TRANSPORTING CONCRETE .A. : - .Concrete-shall:be-.transit-.mixed,and_batched,at.stationary.batch_plant.which has _ been certified by the-Missouri Department-of Transportation. Name of concrete ' supplier shall be submitted to Engineer for approval prior to beginning of concrete work. Engineer reserves right to reject supplier at any time and to require Contractor to obtain different supplier. B. Concrete batch shall be transferred from plant hoppers to revolving-drum type truck mixers and it shall be completely mixed while in transit to job site. Truck mixers ' shall be modern and dependable and be maintained in good working condition. Engineer reserves right to disallow any truck mixers that have excessively worn mixing blades or fail to conform to any other requirements of this specification, or ' hinder operations of placing and finishing at job site. 07446-01-00/Jefferson City ' September, 2007 03300-13 Cast-In-Place Concrete C. Delivery and discharge of concrete shall be made within 1-1/2 hours or before drum • has revolved 300 revolutions after addition of mixing water to cement and aggregates. Delivery of mixed concrete shall be regulated so that there will not be an interruption of more than 20 minutes duration in placement of concrete in forms. , Engineer may waive these requirements if slump and temperature requirements are met without adding water. D. Each load of transit-mixed concrete shall have delivery ticket showing following ' information: 1. Mix design designation ' 2. Quantity of concrete 3. Concrete design strength 4. Quantity of cement ' 5. Quantity of water 6. Time of charging of mixer (mechanically stamped ticket only) 7. Total amount of admixtures 8. Quantity of water added to concrete at job site shall be noted on ticket. No , water is to be added at job site unless approved by Engineer. E. One copy of delivery ticket shall be furnished to Engineer at time truck arrives at job , site. 3.05 PUMPING CONCRETE ' A. Pumping of concrete shall be in accordance with ACI 304.2 except as modifieb herein. ' B. Contractor, at his option, may elect to use concrete pump for final placement of concrete. It is responsibility of Contractor to furnish and maintain in good working condition,modern and dependable equipment for pumping concrete. All equipment ' shall be appropriate for work in accordance with these specifications and subject to approval of Engineer. C. Selection of pipe diameter for pumping shall be such that smallest inside diameter , is no less than 4 inches or 3 times nominal maximum size coarse aggregate, whichever is greater. D. Pumping lines shall be lubricated with minimum of 1 cubic yard of grout prior to pumping regular mix through lines. ' E. Contractor shall show sufficient evidence prior to use of pump that mix is pumpable. This shall be accomplished by submitting a certification from supplier that mix has performed satisfactorily on previous jobs of similar nature or by 1 performing full scale field test for pumpability with line height and other variables being identical (or nearly so)to that of actual placing conditions. F. No increase in water content shall be allowed for concrete,which is to be pumped. 1 An admixture (water reducer or superplasticizer) shall be used if improvement of 07446-01-00/Jefferson City September, 2007 03300-14 Cast-In-Place Concrete ' • pumpability of concrete is necessary. Mix design requirements of this specification shall apply for concrete containing admixtures not previously included in mix. 3.06 CONVEYING AND PLACING CONCRETE A. Concrete shall be conveyed and placed in conformance with ACI 318,ACI 309,and ACI 304. Method and manner of placing concrete shall be such as to avoid segregation or separation of aggregates or displacement of reinforcing steel. Contractor shall instruct laborers on proper vibration techniques required for each situation. ' B. Chutes shall extend as nearly as practicable to point of deposit. Concrete shall not be dropped more than 6 feet. For walls or column placements in excess of 6 feet vertical height, tremie shall be used in placing concrete. If reinforcing steel or formwork is such that tremie cannot be used, method of placement shall be approved by Engineer. C. Placement of concrete shall be regulated so that pressures caused by wet concrete ' will not exceed those used in design of forms. Concrete placed in vertical forms shall be placed in lifts of not more than two (2) feet which shall be kept practically level. D. On horizontal construction joints at mid-height of a wall,a mixture of grout shall be applied to joint immediately prior to placing concrete. This shall be a manually ' mixed and poured (via tremie)just ahead of concrete placement. • 3.07 CONSOLIDATION ' A. Consolidation of concrete in formwork and in slabs shall be accomplished by use of hand-held internal type vibrators and shall be adequately powered to operate at minimum frequency of 4500 cycles per minute. They shall be applied internally to fresh concrete in manner which will result in homogeneous mass without segregation. B. Hand spading,tapping forms and other external vibration techniques shall be used only when .permitted by Engineer and will not be allowed as sole means of consolidation-of concrete. ' C. At beginning of concrete placement,a spare vibrator shall be on job site in addition to vibrators to be,used-during.placement. D. When concrete is placed in vertical forms, vibrator shall slowly penetrate newly placed concrete well into concrete layer below. Vibrator shall penetrate concrete at frequent regular spacings amply close together to insure complete consolidation of ' concrete. E. Use of vibrator to aid in lateral movement of concrete in slabs or wall forms shall not be permitted under any circumstances. F. If electrical power for equipment used in the concrete placement is provided by a portable electric generator,an additional back-up portable electric generator or an 07446-01-00/Jefferson City ' September, 2007 03300-15 Cast-In-Place Concrete 1 1 alternate reliable electrical source shall be available prior to and during the concrete • placement. r 3.08 CURING AND PROTECTION A. Freshly deposited concrete shall be protected from premature drying and ' excessively hot or cold temperatures and shall be maintained with minimal moisture loss at relatively constant temperature for period of time necessary for hydration of cement and proper hardening of concrete. B. Initial curing shall immediately follow finishing operation and shall continue for a minimum of 24 hours after placement. Concrete shall be kept continuously moist ' by one of following methods listed below. 1. Polyethylene Sheeting: Unformed surfaces shall be covered with ' polyethylene sheeting as soon as concrete has hardened sufficiently to prevent marring surface. Surface of concrete shall be wetted immediately before sheeting is placed. Use of a layer of wetted burlap beneath sheeting , may be required at option of Engineer. Edges of sheeting shall have sufficient lap and shall be fastened securely by any means satisfactory to Engineer to provide an airtight cover. Tears or holes in sheeting will not be permitted. r 2. Membrane Curing: a. After concrete has been finished and immediately after water sheen is r no longer visible on surface of concrete, surface shall be cured with , membrane curing compound. Curing compounds may be used to ' cover all exposed surfaces. Membrane curing will not be permitted at construction joints. Application shall be such to completely cover all exposed surfaces and rate of coverage shall be in accordance with manufacturers recommendations. r b. Application of curing compound shall be by power sprayer. Garden sprayers will not be allowed. Curing compound shall be applied , immediately after form removal. Notify Engineer when curing compound is to be applied so that application rate can be verified. C. Curing compounds specified in Section 03370 - "Concrete Curing" shall be used unless other special floor treatments are required. 3. Continuous Wetting: r a. After concrete has been finished and is hardened sufficiently to prevent any type of surface damage, curing shall be accomplished by r continuous steam not exceeding 150°F,a continuous vapor mist bath or by use of burlap fabric kept continuously saturated. s r r 07446-01-00/Jefferson City September, 2007 03300-16 Cast-In-Place Concrete , Mechanical equipment used in this method shall be modern and • maintained in good working condition throughout specified curing period. All equipment and procedures shall meet approval of Engineer prior to its use. ' b. Immediately following initial curing and before concrete has dried, additional curing shall be accomplished by one of the following methods: 1. Continuing method used in initial curing. ' 2. Waterproof Paper: While concrete surface is still wet, surface shall be covered with waterproof paper meeting approval of Engineer. Paper shall be lapped minimum of 12" end to end and such laps and ends shall be securely held in 1 place to form closed joint. Tears or holes in paper will not be permitted. ' 3. Other moisture-retaining coverages which are practical and meet approval of Engineer. ' 4. Final curing shall continue until cumulative number of days of initial and final curing totals not less than 7 days. Rapid drying at end of curing period shall be prevented. ' 5. Steel forms heated by sun and all wood forms in contact with concrete during final curing period shall be kept wet. If forms are to be removed during curing period,one of above curing methods shall be employed immediately. Such curing shall be continued for remainder of curing period. ' 3.09 COLD WEATHER CONCRETING AND CURING A. Special precautions described below shall be applicable to cold weather concreting ' and curing under following weather conditions: 1. In fall,when mean daily temperature falls below 40°F for more than one day. ' 2. In spring, until mean daily temperature rises above 40°F for three consecutive days=- =-== r3. Mean daily temperatures below 40°F are forecast. B. Minimum temperature of concrete and protection method shall be as follows: Minimum Atmospheric Fresh Concrete Protection ' Temperature Range Temperature Method Above 30°F 60°F 1 0917- 30°F 659F 2 ' Below 0°F 7011F 3 07446-01-00/Jefferson City ' September, 2007 03300-17 Cast-In-Place Concrete C. Protection Method 1: 1. Following finishing procedure and after concrete surface is such that no damage to surface will occur,concrete shall be covered with 12"of dry straw ' and then covered completely with layer of polyethylene sheeting or equivalent. Covering shall be sealed and tied down to prevent flapping and shall remain in place for minimum of 7 days. D. Protection Method 2: 1. Concrete shall be covered with minimum of 2"of an insulating material such 1 as fiberglass or another commercial insulating material of not less than 2" and meeting approval of Engineer. Waterproof cover of 40 lb. asphalt- impregnated paper shall then be placed and maintained for minimum of 7 ' days. 2. After surfaces are formed, 2" insulating material shall be attached tightly to forms with suitable fastening devices so as to prevent circulation of air under , insulation. Insulating material shall be installed prior to placement of concrete in forms. Special care shall be exercised at edges and ends so as to exclude air and moisture. This material shall remain in place for period of ' 7 days after concrete is placed. E. Protection Method 3: ' 1. An adequate enclosure shall be erected to house formwork and exposed s concrete such that temperature is not less than 50°F or greater than 80°F for a period of at least 7 days after placement of concrete. All enclosures shall ' be in place and meet approval of Engineer prior to placement of concrete. Salamanders and other heaters which produce carbon dioxide may be ' allowed, provided surfaces of concrete are adequately covered to prevent direct exposure to carbon dioxide. All heating devices shall meet approval of Engineer. 2. Other suitable means of placing and protection may be permitted provided ' procedure is in conformance with ACI 306R and all other applicable sections, and meets approval of Engineer prior to its use. , 3. If mean daily temperatures are above 40°F but weather forecast indicates low temperature of 32°F or below, concrete less than 72 hours old shall be ' protected by one of the following procedures: a. Two layers of polyethylene sheeting or 2 layers of waterproof paper. b. One layer of polyethylene and 1 layer of burlap. 4. This curing procedure shall remain in place until the concrete is at least 96 hours old. , 5. Changes in temperature of concrete shall be as uniform as possible and shall not exceed 5°F in any one hour or 50°F in any 24 hour period. ' 07446-01-00/Jefferson City September, 2007 03300-18 Cast-In-Place Concrete , 6. Contractor shall maintain temperature records of concrete. When concrete is placed,record time,date,weather conditions,outside air temperature and temperature of concrete. Record temperatures at several locations (or as directed by Engineer) within enclosures and on concrete surfaces, edges and corners to obtain the range of temperatures. Record maximum and minimum temperatures in each 24 hour period. Using measuring devices embedded in concrete surface or place thermometer against surface under temporary cover of thick insulation until constant temperature is registered. 3.10 HOT WEATHER CONCRETING AND CURING ' A. Special precautions contained herein shall be applicable to hot weather concreting and curing when following conditions exist: ' 1. Any combination of high air temperature,low relative humidity and high wind velocity. Refer to ACI 305R, Figure 2.1.5 for more detailed information on specific conditions which create need for special precautions to be taken. 2. Any combination of rising air temperature and failing relative humidity. ' B. Hot weather concreting and curing shall be performed in accordance with requirements of this Specification and ACI 305R, latest edition. C. Under hot weather conditions, Contractor shall be responsible for making arrangements for installation of windbreaks, shading, fog spraying, sprinkling, ponding or wet covering of light color. Arrangements shall be made in advance of placement and such protective measures shall be taken as quickly as concrete hardening and finishing operations will allow. ' D. Maximum allowable temperature of concrete at time of placement shall not be greater than 90°F. Concrete in excess of 90°F shall be rejected at no additional ' cost to Owner. Contractor shall have provisions at plant for maintaining temperature of concrete less than 90°F but greater than 55°F. Introduction of ice in an amount equal to 50%of mixing water by weight will be permitted. Use of higher ' quantities shall be approved by Engineer. Addition of=water to-increase-the-workability-of_the-concrete-at the site shall-not be permitted. ' Changes in temperature of the concrete shall be as uniform as possible and shall not exceed 5°F in any one hour or 50°F in any 24-hour period. 3.11 FINISHES FOR CONCRETE ' A. Surface Finish for Formed Concrete Surfaces: 1. Defects in new concrete such as rock pockets and tie holes shall be repaired ' when forms are removed. All form ties shall be removed to a point 1" 07446-01-00/Jefferson City ' September, 2007 03300-19 Cast-In-Place Concrete beneath surface of concrete and resulting depression shall be carefully pointed with mortar or sand, water and cement in a proportion of 2:1. , Bonding admixture, "Flex-Con" by Euclid Company, Sika Latex, or equal, shall be used in mortar. This shall be done for all surface finishes of formed concrete surfaces. ' 2. Formed concrete surfaces which will be covered by earth fill need not be finished except for repair of defects and pointing of form tie depressions. a. Surfaces that will be exposed to view after completion of work shall be given an ordinary finish consisting of removal,by rubbing, of any fins left by form work and rubbing of pointed areas to remove t roughness and projection as well as repairing rock pockets and the holes as explained above. This includes interior wall surfaces above and below water surfaces. b. Exposed exterior wall surfaces of all proposed structures shall receive a scrubbed finish. ' C. Exterior wall finish shall extend minimum of one foot below final grade. d. A scrubbed finish shall be performed in the following manner: ' 1. Immediately following removal of the forms, remove all surface roughness,projections and other defects by grinding ' or chipping. Wet down the entire area and fill all air pockets, voids and other depressions with grout to produce a smooth dense surface free from pits and other irregularities. Thoroughly scrub into the wetted surface a mortar mixture consisting of 1 part well graded sand passing the No. 30 sieve, 1 part Portland cement and a sufficient quantity of a , bonding admixture (described previously) to produce a workable mixture. Scrubbing shall be accomplished by use of a rubber or wood float following by finishing with a cork float or a light brush. The resulting surface shall be true and ' uniform, with no discernible thickness of mortar on the surface. 3. Surface Finish for Unformed Concrete Surfaces. ' a. Scratched Finish. A scratched finish is required on unformed concrete surfaces which will be covered with fill material and topping. The , concrete shall be placed, consolidated, struck off and leveled. The surface shall then be roughened with stiff brushes or rakes before final , set. b. Float Finish. A float finish is required on unformed concrete surfaces which will be covered by built-up roofing. After the surface has been , leveled and has stiffened sufficiently to allow the operation,the surface shall be floated at least twice to a uniform sandy texture. 07446-01-00/Jefferson City , September, 2007 03300-20 Cast-In-Place Concrete 1 • C. Trowel Finish. A hard, steel troweled finish is required on all ' unformed concrete surfaces which are exposed in the finished work. After floating, the surface shall be troweled at least twice to a dense, uniform surface free of blemishes, ripples and trowel marks. Care shall be taken to prevent an excess of fine material and water from being worked to the surface. Exterior slabs and sidewalks shall be given a 'light broom finish" in lieu of the final steel troweling. 4. Miscellaneous All areas. Edges and corners of structures which are exposed in the ' completed structures shall be chamfered 3/4", unless noted otherwise. Edges of walks and slabs on grade shall be finished with an edging tool. ' Walks and slabs on grade shall have contraction joints scored in the concrete to control cracking. The spacing of the scored joints shall be equal to the width of the walk or slab unless otherwise specified or noted on the ' plans. 3.12 REPAIR OF DEFECTIVE AREAS A. All repair work on defective areas, regardless of size shall have prior approval of Engineer. Methods and procedures shall be in accordance with ACI 301, Chapter ' 9 except as modified herein. B. As early as possible,after removal of forms,Contractor shall patch any poor joints, ' voids, air pockets and minor honeycomb. Large areas of honeycomb and other weak areas shall be chipped out with light pneumatic chip-hammer. When chipping is performed, edges shall be perpendicular to surface. Feather-edging will not be permitted. ' C. Repair of all defects shall be accomplished by first wetting area followed by application of a bonding grout consisting of one part cement and one part sand ' (passing the No.30 sieve) mixed to consistency of thick cream. Patching material shall consist of one part of gray portland and white portland cement so proportioned with 2-1/2 parts of sand (passing the No. 30 sieve) and enough water to produce ' workable mixture which, when in place and cured will match color of unmarred surfaces. D. In lieu of cement bonding grout, bonding compound shall be Euco-Weld by Euclid ' Company, Duraweld by W. R.Grace Company,or equal. In lieu of portland cement patching material, for non-architectural and non-structural areas only, patching compound may be "Poly-patch" by Euclid Company, Thorocrete by Standard ' Drywall, or equal. 3.13 SCHEDULE - JOINT FILLERS ' A. Sealants: As specified in 07920. END OF SECTION 03300 07446-01-00/Jefferson City ' September, 2007 03300-21 Cast-In-Place Concrete 1 ' DIVISION 3 - CONCRETE . Section 03390 - Concrete Curing Materials PART GENERAL ' 1.01 SECTION INCLUDES A. Initial and final curing of horizontal and vertical concrete surfaces. 1.02 RELATED SECTIONS A. Section 03300 - Cast-In-Place Concrete. 1.03 REFERENCE TO STANDARDS ' A. ACI 301 - Structural Concrete for Buildings. B. ACI 302 - Recommended Practice for Concrete Floor and Slab Construction. C. ACI 308 - Standard Practice for Curing Concrete. D. ASTM C171 - Sheet Materials for Curing Concrete. E. ASTM C309- Liquid Membrane-Forming Compounds for Curing Concrete. ' F. ASTM D2103 - Polyethylene Film and Sheeting. 1.04 SUBMITTALS A. Submit under the provisions of Division 1 - Section 01330. ' B. Product Data: Provide data on curing compounds,compatibilities, and limitations. 1.05 QUALITY ASSURANCE ' A. Perform work in accordance with ACI 301 and ACI 308. B. . Maintain one copy of each document on site. 1.06 DELIVERY, STORAGE,.AND HANDLING A. Deliver,store,protect,and handle products under provisions of Division 1 General Requirements. ' B. Deliver curing. materials in manufacturer's packaging including application instructions. 07446-01-00/Jefferson City ' September, 2007 03390-1 Concrete Curing Materials PART 2 PRODUCTS 2.01 MATERIALS A. Membrane type curing compound shall be "L&M Cure" by L&M Construction ' Chemicals,"Horncure"by W. R.Grace,"Masterkure"by Master Builders,or equal. Curing compound used shall be compatible with type of floor finish to be used. B. Water: Potable, not detrimental to concrete. ' PART 3 EXECUTION 3.01 EXAMINATION A. Verify substrate conditions under provisions of Division 1 -General Requirements. ' B. Verify that substrate surfaces are ready to be cured. 3.02 EXECUTION ' A. Cure surfaces in accordance with ACI 308. B. See Section 03300- Cast-In-Place Concrete -Article 3.8 for curing methods. ' 3.04 PROTECTION OF FINISHED WORK , A. Protect finished work under provisions Division 1 -General Requirements. , B. Do not permit traffic over unprotected floor surface. 3.05 SCHEDULES ' RESERVED END OF SECTION 03370 ' 1 07446-01-00/Jefferson City ' September, 2007 03390-2 Concrete Curing Materials i Section 13000—Equipment Supplied by Owner ' Part 1 —General 1.01 Roll-off sludge container ' Owner will purchase roll-off sludge mate equipment. ' Contractor is responsible for coordinating delivery, storage,protection, and installation per manufacturer's recommendations. ' The itemized proposal from VanDevanter Engineering is attached. Contractor is to evaluate this proposal and determine what equipment and materials will be required for a complete installation and that shall be part of the bid. ' 1.02 Relocation of septage acceptance equipment Contractor is to coordinate shut-down of the septage acceptance station with treatment plant staff, carefully breakdown, transport, and reinstall the septage acceptance equipment to the new grease/septage facility. ' The Parkson Hycor Helisieve Plus septage equipment includes, but is not limited to; eP g � p , tA. Screen Basket B. Auger ' C. Discharge Assembly D. Tank E. Bagging Receptical ' F. pH Meter G. Flow meter H. Bulk Controls 1 I I r I e fuipnm7 P/bvi%;/ by Owner. . VMa!division TER ENGINEERING of Lee Mathews Equipment July 3, 2008 ' PROPOSAL NO. FT-070305 ' Mr. David Erwin. JEFFERSON CITY WWTP 329 E. McCarty ' Jefferson City, MO 65101 RE: FLO TREND SYSTEMS ROLL-OTT'SLUDEG MATE Dear David; Per your request Vandevanter Engineering has prepared the following updated cost proposal for your consideration. Below you will find the specification for Two (2) 25 cu. yd.Roll-Off style Sludge Mate ' dumpsters, One(1)PM-2000 .13 Poly Mate polymer unit, and One(1) Septic Strainer H Model SS14-20- 62-2C-4-C. Vandevanter Engineering will furnish the following PLO TREND SYSTEM to the City. I have also included start-up and training once installation is complete. All installation labor is to be furnished by the City of Jefferson City: 1 J I, j, LUUd 1 :Urm No. 5434 Y. 1/i ' V41VDE1/�41VTER ENGINEERING a division of Las Mathews Equipment ' July 3,2008 PROPOSAI.NO. FT-070308 ' Mr. David Erwin. JEFFERSON CITY WWTP 329 E. McCarty Jefferson City, MO 65101 RE: FLO TREND SYSTEMS ROLL-OFF SLUDEG MATE ' Dear David; Per your request Vandevanter Engineering has prepared the following updated cost proposal for your consideration.Below you will find the specification for Two (2) 25 cu. yd. Roll-Off style Sludge Mate dumpsters, One(1)PM-2000 B Poly Mate polymer unit, and One(1) Septic Strainer II Model SS14-20- 62-2C-4-C. ' 1/andevanter Engineering will furnish the following FLO TREND SYSTEM to the City. I have also included start-up and training once installation is complete. All installation labor is to be furnished by the City of Jefferson City: TWO (2) 25 cu. yd. Roll-Off style Sludge-Mate A36 steel plate and structural members. ' All surfaces shall be sandblasted. The exterior shall be 2 part epoxy primed and upper coated with polyurethane. Interior shall be coated with 9-10 mils of coal tar epoxy. ' Designed to be loaded and LLnloaded by a standard "cable and hook"hoist truck. Removable expanded metal support f lter panels installed on side walls and each side of center panel. Each panel shall be gasketted and bolted to interior framework and covered with poly 2000 frlier media. Fasteiiers=secufing media and panels shall be 3116 stainless-steel. ' 4"inlet connector Panels shall drain to a common cavity with.two 3"male carnlock connections with caps on opposing ends. ' Two- 3" clean out ports. Two—5" sight glass eyes. One—2"sampling port. ' Three 2"x 12" clean out ports at door end. Three—Ladders Three—Ratchets 4"x3" rectangular tubing strut across top back end of box. Side lunged gasketted door. (SER Neoprene 50150 blend gasket). 1617 MANUFACTURERS DRIVE, PENTON, MISSOURI 63026, (636) 343-8880, FAX(636) 343-1720 Ju 1. J. 2uud 1 :WM 54j4 L/j VANDEVAAfrER ENGINEERING s+dNlSlon of Lee Mafhewa Equoognt 617 MANUFACTURERS DRIVE NTON,MISSOURI 63026 ., 36).343-8880,FAX(636)343-1720 vandevanter.corn ' Jefferson City NNINAITP Proposal No,—FT-070308 Pabe -2- ' rWO (2) Side to side tolling vinyl coated nylon tarps with galvanized tarp bows and tarp rolling hardware. ' ONE (1) PM-2000 B Poly Mate Two (2) 500 gallon poly tanks with 1 HP gear driven electric agitator installed in ' mixing tank. 1 HP DC drive with progress cavity pump and DC controller. Patented Model MM-600 Mix Mate manifold with 3"inlet and 3"outlet for sludge flows of 100-200 GPM. Flow meter for measuring the flow of dilute polymer electrical control box. All components are to be skid mounted, wired, piped, and manifolded for installation on site. 1 Unit shall deliver up to 10 GPM of dilute polymer. Unit shall be wired for 110v power- ' (Dimensions,of skid with tanks installed 1.14"Lx 60"Wx80"H with a weight of 12581bs) ONE (1) Septic Strainer 11 Model SSH-20-62-2C-4-C. ' Horizontal foot mounted strainer unit with hinged closure one end. Unit has 20" cylindrical body x 62"long. Removable strainer grate shall slide out from either end and is made of parallel 3/8" bars with 518"spacing. Inlet is 4"FNPT in top of strainer parallel to the ground. ' Outlet is 4"FNTP elbow. 2-0-100psi liquid filledpressure gauges to be mouthed on either side of the strainer to indicate when solid load has covered the strainer. ' Strainer grate is hot dip galvanized. ONE '(T) Lot:of'Start-up and Operator Training once u "t" installed"arid reedy for-operation. ' ONE (1) Transportation of equipment to Jefferson City WWTP. Off-load equipment and labor by others. Total Cost for All Listed Above,including Equipment,Start-up Services, Operator Training, ' and Delivery Freight....................................................................... � Please allow 10 to 12 weeks for delivery upon receipt of Purchase Order or signed proposal. 1 ' Jul, J. 2 U U d 1 :44YM No. h4j4 Y, j/j VANDEVANTER ENGINEERING ' a division of Lee Mathews Equipment 7617 MANUFACTURERS DRIVE FENTON,MISSOURI 63026 Wwwxands.vanter.com 6)343-8880, FAX(636)343-1720 Jefferson City WWTP ' Proposal No, —.FT-070308. Page-3- NOTES: 1. Transportation via contract truck; Off4oad equipment and labor by others_ 2. Site,preparation, electrical hookup, and sludge line connections by others. ' 3, No cutoff valves, drainage hoses, or control hoses included. 4. Start-up and operator traiuin; assumes one-day on-site services. Additional time will be considered a change order and will be charged at the standard rate. 1 • TERMS: NET 30 days with approved credit. An interest charge of 1-1/2% will be added to balances ' over 30 days. Retainage of any invoiced amount is unacceptable unless specifically agreed to by Vandevaiiter Engineering at the time of order,.and shall in no case exceed a period of 120 days. ' Any sales/use tax will be.in addition to the above price, and will be added to the billing unless the purchaser provi&s an exemption certificate acceptable to the taxing authorities. Prices quoted shall remain firin for a period of thirty(30) days, after which they are subject to change without ' notice. If, after reviewing the above proposal, you have any further questions or comments regarding this ' proposal, please feel free to-contact me at (636) 343-8880. If the proposal meets with your approval, please sign, date and mail or fax a copy back to our office and we will order your equipment and schedule the installation. ' Thanit you for the opportunity to furnish this proposal. If I can be of further assistance to you on this or future projects, please let me know. ' Sincerely, ' VANDEVANTER ENGINEERING CO. ' Joseph D.Beffa Sales and Service Representative ACCEPTED THIS DATE BY ' TITLE COMTANY .r . ' PURCHASE ORDER NO. APPROVED BY, APPROVED AS NOTED POLY 2000 SCREENS DISAPPROVED BY, TARP BOW +IT NOTE: DATEo BRACES(TYP) 4-CLEANOUT(2) LOWER DOOR EXPANDED METAL 227 SIDE HUNG DOOR 't SIGHT GAUGE s7� 2-SAMPLE PORT 3"CLEANOUT DRAINS(TYP) (2)3"WALL DRAINS w/CAMS&CAPS w/CAMS&CAPS (TYPICAL) TARP HOOKS(TYP) 4"FEED LINE WALL SCREEN DETAIL 2^X 12'CLEANOUTS(TYP) w/CAM 8 CAP LADDER p TARP RATCHETS 4 o 751 0 1 0 4 0 1 1 ° 0 172 B 1113 4+ ER P) '79,' z LOW DOO REAR END VIEW FRONT END VIEW w/CAMS&CAPS P62 AM � SIDE.VIEW 25 YD STD. SLUDGEMATE 'Wray m M. LENGTH:21'-10" 707 urn HOUSTON TEW 770 SCAM' DRAWN 6Y: WIDTH :8'-6" THESE DRAWINGS CONTAIN CONFIDENTIAL PROPRIETARY INFORMATION. THEY ARE NOT TO HEIGHT:6-3 3/4" NONE APPROVED B., JM BE COPIED, REPRODUCED OR USED IN ANY MANNER THAT'',WOULD COMPROMISE THE WEIGHT: LB oAr� osrx+r�noTl CONFIDENTIALITY OF THE INFORMATION CONTAINED HEREIN. ,THESE DRAWINGS ARE NOT TO REVISED AESPEGFICOCONFIDENTAlTY CONSTRUCTION, FABRICATION AND LICENSING AGREEMENT HAVE PURPOSES BEN UNLESS WHEELS:8"0 8^WIDE 01-24-03 PRESENTATION DRAWING 04-25-06 ENTERED INTO WITH FLO TREND SYSTEMS, INC. OF HOUSTON;!TEXAS. FAILURE TO OBSERVE (1)2"SAMPLE PORT THE CONOMON OF THIS NOTICE WILL RESULT IN PROSECUTION AS ALLOWED UNDER THE (3)1"RATCHET CHAIN BINDERS Tore DRAWING Nut LAWS OF THE STATE OF TEXAS, U.SJL OR THOSE OF ANY OTHER APPROPRIATE JURIDICTION rs &c n n Tun synT s. INc_ FTS 25 YD STANDARD SLUDGEMATE SMS025—DTI POLYMER UNIT A B C D TANK SIZE (APPROX) DRY WT (APPRDX) WET WT ITEM DESCRIPTION PM2000A 114 60 76 51 305 GAL 1155 LB 4932 LB 1 500 GALLON TANK PM2000D 114 60 80 71 500 GAL 1258 LB 6983 LB 2 SKID PM2000C 132 72 92 79 1000 GAL 1304 LB 12629 LB 3 AGITATOR 4 PROGRESSIVE CAVITY PUMP 4 5 MIXMATE MANIFOLD 6 CONTROL BOX 7 2' BALL VALVE 8 1' BALL VALVE 9 FLOW METER 1 10 SAMPLE VALVE 11 1' BALL VALVE PLAN VIEW s 1 3 • I� 6 9 IS❑ VIEW i TR®1dD FRONT VIEW , > 2 THfME OW MOS CW/M CONFIDENTIAL PROPRIETARY MFORWM. THEY ARE NOT TO NONE Aim Un JM BE COPED. REPRODUCED OR USED M ANY MANNER THAT WOULD COUPROM THE iESE eE ry FAePoO+ N oR s rxwTroN MO'MWOSAES uO TOLERANCES UNLESS SPECIFIED ME' A S COHfIOFNIUUIY AOREF]IENf AND uCFNDNO MiREE11EM HAVE FIRST SEEN +/-1/64 FOR FRACTIONS 08-03-99 PRESENTATION DWG ENTERED INTO WITH FLO TREND SISIERA INC. OF MZTWA TEXAS.FAR.URE TO ODSOM THE CONDITION OF THIS NOTICE WILL RESULT M PROSECUTION AS MIDWED UNDER THE +/—.01 FOR 2 PL. DECIMALS Tmi Owwrn NuisR LAWS OF THE STATE OF TEXAS.USA OR THOSE OF ANY OTHER MPROPWATE JUFMCTION .c AA wmn cvcrcue. ime. +/-.005 FOR 3 PL. DECIMALS POLYMER UNIT 2000 PM2000 4"INLET 4" 150#RF FLANGES 4" MANIFOLD ASSEMBLY (6) 112"BUTTERFLY BOLT&NUT ASSMBLIES ° 1 PERF. ° PLATE 4"OUTLET 4" 150#RF 41 2 2 2 2 END VIEW SIDE VIEW Tr ric. FTMC niESE O WMM MffM COWDEHM PROMI V WORWTIOK .THEY ARE NOT TO DE COMM. REPROOUCED OR USED w ANY YATORR THAT MOULD CO THE NONE AMOM Tm im CONFroprtDHlTT aF THE wFORW. CONTAM HERM. THESE OR4MOM ARE NOT To am— cry owwm EIE M FOR COT6TRUCRON,FAWWATION OR sT> TrwTIDN MRDOifT PURP056 uHUSs "sic 1oENfTA4fn AGR r AND uZ T;.Z F.W B 01-08-08 GENERAL ARRANGEMENT ENTERED OHD wrm FLO TREND y�Slp�,ow OF HOUSTON,TE7TA5.'iFNWIiE roOBSERVE THE OOHmm OF THIS NOTICE MILL RE511LT IN PROSECUTI�1 0.S ALI.OMED UHOER THE p MST uws% THE qy.q of TEXA.s, USA OR THOSE of ANT OTHER APPItOPR1ATE.wRlok;DDN FTS SYPTIC SYSTEM SS-003 .e nn ratan Sv59E'uS. INC. an In 1 ) t5'-0' r-6' 3 r-6' 4 15'-0' S 17'-B' 6 V-6- 4'-11' Z W I F CONTINUATION SEE _ I a I I I i 4'X E CF DWG. C-O6 D / BIOADE BIOXIDE c I ?a I 2 2 .� METERING STORAGE SUM Y-04 I I 3/4 HOSE IB P` PUMPS. TANK. J ' 2'P1 2CW3 2 Pt MCC € NOTE 2 N C 7-3' ° 11 II 3/4CW5 1 y "v 1 1 11 1 FE I 2'(P1) II II Ian NOTE 2 1 b i I HUB DRAIN ♦ I I I I I 2'(P1)I I S EEN SCREEN I 2DR1 POINT \-� r O VENT.�.I. DU STER II I _ 1 U I 3 OF CONN. \ �aJ� FLOOR 11' II o ELECTRICAL > o 180A(FRP) p� ♦ I EL 561.00-11 I I I I A,(`E ROOM I J g i 1 I M UAL 11 ACCEPT CE PLANT ol t o N 11 BAR CREEN I11'-0' I o 13 BAR SCREEN 8' FLG FLG I I i -1 NOTE 2 SEE DETAIL DWG 0511 SEE ETAIL I WALL IPE ..NOTE 4 r �. NOTE 3 _ I L__DWG_M OS I J ( U u-0.7 a ' 8DR2 FLOOR ODOR L 5'-0' I - -- FL 561.00' I SLUICE GATE ; CONTROL 01-SLG-101 5'-0' BEJ2 a I DEMISTER 180A(FRP)__._ SLUICE GA ® ROB I Z C R 120A(FRP) Ot-SLG-10 FOR CONTINUATION O _ ' I - 120A FRP - 'Il I I NO 2 SEE PLUMBING DWG 0 i PIT FLOOR PL-05 ~ OTE 3 EL 557.00' t _ NOTE 2 - n 2DR1 10'-2 1/2' T 10'-2 1/Y-- - 3/4 HOSE BIB p - N r 1 60' X 36' ALUMINUM HATCH W/SS HARDWARE (ABOVE NOTE 2 HATCH FLOOR I > EL. 561.00' fA _ 48'X 60'ALUMINUM HATCH ' W/SS HARDWARE (ABOVE) cm o TYP 2 PLCS. SEE NOTE 1 MONORAIL w CURVED m - - L _ L _ I li 60' X 78'ALUMINUM HATCH XI W/SS HARDWARE TYP 4 PLCS. SEE NOTE )�I I I I I I Q _ � I ii ♦� 1 ii ♦ � ii ♦♦ 1 Tw , r�1Hl I 1Hh1H - �W c -1 WALL PIPE FLG X 3'-5 5'-0' U. FLG TYP 6 PLCS I SLUI E GATE I I TRUCK I U. ' LOADOUT N DI- 0-106 N EL 557.00' ` ' Z 2AVI TYP 6 PLCS v N v N 0 v m N v r = I N m I a N I N I v N I I NOTES: 0 h 3/4'.(D3) LA.1. HATCH OPENING TO BE COORDINATED y TO FLOOR DRAIN I I < TYP 6 PLCS ( RECOMMENDATIONS.CTURERS W Q; `' I g ; I 3 3 1 I 2 PIPE SLEEVE W/L1NK SEAL SEE DETAIL - Q �..� z N ¢ a a a - .M-05- TYRCAL — a, =N �.__�. mN: �aaY >- s�e00^ �'fV. a>c�.Naa� vN,s c'45� :'= _ _.CD N _ 1 _ _ - _ =DWGa - _ ` _ -"_ .. —. 3L- T .: ' - ROUTE PIPE 12'BELOW FLOOR. TYP SUPPORT TO WALL SEE TYPICAL PIPE I I I PLACES) I SUPPORT. lb 4. INSTALL 4'0 SLEEVE WITH LINK SEAL INFLUENT O1 ADJUSTABLE FLOOR PIPE SUPPORT I I MODEL LS-300-C-6 OR EQUAL PUMP STATION ¢ `° I ........ 30' FLG X FLG - .o. { .._ 551.00' _ .. .c{.. ... -SADDLE.(TYP... L. ... . I PIPING PLAN ' WALL PIPE " "' 8 PLCS) Ix D TYP. 2 PLCS 0 n° Dew DWpld SMB 1 N t0 S1� t 0 ci O 6m Z Z z z Z N C N h N < ` d N (L tp ii _ 4 a 1 = 1 CI n = OI =GI 1 3 w W 3 0 s 3 o a o INFLUENT PUMP 7PIPING PLAN W E cn rn W a w a rn W SCALE 1/4' 3'-3 1/2' 7-3' 3'-7' 4'-2' B'-5' 4'-2' 3'-7' 7-3' 3'-3 1/2' 17-8' 1/4•-t'-0' 7 _O 4' _ - .. ... b%24 36 ._. ......, I�FC`C1R�1 RCS I= MAUllikir QCT SECTION 11111 -METAL BUILDING SYSTEMS PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes the following: I. Structural framing. 2. Anchor Bolts. 3. Roof panels. 4. Wall panels and liners. 5. Insulation and vapor bamers. 6. Building components,accessories and trim,as follows: a. Louvers,vents,and ventilators. b. Connection hardware. C. Sealants. 'b d. Ridge cap and ridge lights. e. Gutters,downspouts and flashings. f Trims and closures,etc. B. Related Sections include the following: 1. Division 3 Section"Cast-in-Place Concrete"for concrete foundations and anchor-bolt installation. " 2. Division 8 Section"Sectional Overhead Doors." 3. Division 8 Section"Door Hardware"for finish door hardware and keying not standard with metal building system manufacturer. 1.3 DEFINITIONS A. Bay Spacing; Dimension between main frames measured normal to frame (at centerline of frame) for interior bays, and dimension from centerline of first interior main frame measured perpendicular to end B. Building Length: Dimension of the building measured perpendicular to main framing from end wall to end wall(outside face of girt to outside face of girt). C. Building Width: Dimension of the building measured parallel to main framing from sidewall to sidewall (outside face of girt to outside face of girt). D. Clear Span: Distance between supports of beams, girders, or trusses (measured from lowest level of connecting area of a column and a rafter frame,or knee). METAL BUILDING SYSTEMS 13125- 1 E. Eave Height: Vertical dimension from finished floor to eave (the line along the sidewall formed by intersection of the planes of the roof and wall). • F. Clear Height under Structure: Vertical dimension from finished floor to lowest point of any part of ' primary or secondary structure,not including crane supports,located within clear span. G. Terminology Standard: Refer to MBMA's"Low Rise Building Systems Manual"for definitions of terms ' for metal building system construction not otherwise defined in this Section or in referenced standards. 1.4 SYSTEM PERFORMANCE REQUIREMENTS A General: Provide a complete, integrated set of metal building system manufacturer's standard mutually dependent components and assemblies that form a metal building system capable of withstanding structural and other loads, thermally induced movement, and exposure to weather without failure or infiltration of water into building interior. Include primary and secondary framing, roof and wall panels, and accessories complying with requirements indicated,including those in this Article. B. Metal Building System Design: Of size,spacing,slope,and spans indicated,and as follows: 1. Code Requirements: The building shall be designed according to the contract requirements and the following: a. BOCA National Building Code/1999 and all references within. b. AISI"Specifications for the Design of Light-Gauge,Cold-Formed Structural Members". C. American with Disabilities Act(ADA)of 1990,Accessibility Guidelines for Buildings and Facilities,as amended 2. Design Documents: Sealed design documents adequate to represent the design of the pre- ' engineered metal building system and to prove conformance with the code requirements shall be submitted to the Owner and approved in writing by the Project Engineer as to conformance with the contract Documents before the metal building manufacturer proceeds with the fabrication of the metal building system. The design documents shall include but shall not be limited to the following: a. Structural loadings: For installed components indicated to comply with design loads, ; include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation b. Floor Plans and finish schedule. C. Exterior elevations. d. Building and construction details,sections and elevations. e. Design foundation loads. f. Anchor-Bolt Plans: Include location, diameter,and projection of anchor bolts required to attach metal building to foundation. Indicate column reactions at each location. g. Structural Framing plans and details: Show complete fabrication of primary and secondary framing. Indicate welds and bolted connections, distinguishing between shop and field applications. Include transverse cross-sections. h. Roof and Wall Panel Layout Drawings: Show layouts of panels on support flaming,details of edge conditions,joints, panel profiles, corners, custom profiles, supports, anchorages, trim, flashings, closures, and special details. Distinguish between factory- and field- assembled work i. Erection Drawings. j. Accessory Drawings: Include details of the following items, at a scale of not less than I- 1/2 inches per 12 inches(1:8): 1) Connection hardware. 2) Ridge cap and ridge lights. ' METAL BUILDING SYSTEMS 13125-2 i :J 3) Gutters,downspouts and flashings. 4) Trims and closures.,etc. w:s 3. Primary Frame Type: Provide the following: a. Long Bay: Solid-or truss member structural-framing system without interior columns. 4. End-Wall Framing: Manufacturer's standard, for buildings not required to be expandabie, as follows: a. Provide load bearing end-wall and comer columns,and rafters. 5. Secondary Frame Type: Manufacttu&s standard rafters and one of the following gins: a. Flush-framed girts. b. Partially inset-framed girls. C. Exterior-framed(bypass)gins. 6. Eave Height: a. 18 minimum on front(east)face of building. 7. Bay Spacing. As determined by manufacturer to conform to layout of design drawings. 8. Roof Slope: Contractor's option of manufacturer's standard „ 9. Roof System: Manufacturer's standard lap-seam 24 gauge roof panels with insulation 10. Exterior Wall System: Manufacturer's standard field-assembled 26 gauge wall panels. R C. Structural Performance: Provide metal building systems capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated: 1. Engineer metal building systems according to procedures in MBMA's "Low Rise Britain- I„ Systems Manual." 2. Design Loads: Comply with load requirements of MBMA's "Low Rise Building Systems Manual",the"BOCA National Building Code/1999"and the following: r 3. Live Loads: Include vertical loads induced by the building occupancy indicated on Drawings. Include loads induced by maintenance workers,materials,and equipment for roof live loads. 4. Roof Snow Loads: Include vertical loads induced by a 20 psf ground snow load,as determined b}y 50-year mean-recurrence-interval ground snow load at Project site. Allow for unbalanced and drift loads. 5. Wind Loads: Include horizontal loads induced by a basic wind speed corresponding to a 10-year mean-recurrence interval at Project site. 6. Collateral Loads: Include additional dead loads other than the weight of metal building system for i permanent items such as sprinklers,mechanical systems,electrical systems,and ceilings. _ 7. Load Combinations: Design metal building systems to withstand the most critical effects of load factors and load combinations as required by the referenced codes. 8. Deflection Limits: Engineer assemblies to withstand design loads with deflections no greater than the following: a. P_u ns and:Rafters:-Vertical deflectio`n_of U240 of ilie spaiL -- b. Girts: Horizontal deflection of 1/180 of the span C. Roof Panels: Vertical deflection of 1/180 of the span. d. Wall Panels: Horizontal deflection of 1/180 of the span. Y, 9. Design secondary framing system to accommodate deflection of primary building structure and ' construction tolerances,and to maintain clearances at openings. 10. Metal Roof And Wall Panels: ,0 131 METAL BUILDING SYSTEMS 13125-3 J a. Design in accordance with AISI "Specifications for the Design of Light-Gauge, Cold- Formed Steel Structural Members"and in accordance with sound engineering methods and practices b. Design to support a 200 pound load evenly distributed over a 2 foot square area centered between purlins and limit the deflection to L/180 in a two span condition. D. Seismic Performance: Design and engineer metal building systems capable of withstanding the effects of earthquake motions determined according to `BOCA National Building Code/1999", or ASCE 7, "Minimum Design Loads'for Buildings and Other Structures": Section 9, 'Earthquake Loads,"whichever is more stringent E. Thermal Movements: Provide metal building roof and wall panel systems that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling,opening of joints,overstressing of components,failure of joint sealants,failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. F. Thermal Performance: Provide metal building roof and wall assemblies with the following them- resistance values(R-value): 1. Roof Assemblies(R-Value): 30 deg F x h. x sq. ft./Btu(5.28 K x sq.m/W). 2. Wall Assemblies(R-Value): 19 deg F x h. x sq.fLBtu(3.35 K x sq.m/W). G. Air Infiltration for Roof Panels: Provide roof panel assemblies with permanent resistance to air leakage through assembly of not more than 0.09 c5m/sq. ft. (0.45 L/s per sq. m) of fixed roof area when tested according to ASTM E 1680 at a static-air-pressure difference of 4 lbf/sq. ft. (192 Pa). H. Air Infiltration for Wall Panels: Provide wall panel assemblies with permanent resistance to air leakage through assembly of not more than 0.09 cfrn/sq. ft. (0.45 L/s per sq. m) of fixed wall area when tested according to ASTM E 283 at a static-air-pressure difference of 4 lbf/sq.ft. (192 Pa). 1. Water Penetration for Roof Panels: Provide roof panel assemblies with no water penetration as defined in the test method when tested according to ASTM E 1646 at a minimum differential pressure of 20 percent of inward-acting,wind-load design pressure of not less than 6.241bf/sq.ft. (300 Pa)and not more than 12 Ibf/sq.ft (575 Pa). J. Water Penetration for Wall Panels: Provide wall panel assemblies with no water penetration as defined in the test method when tested according to ASTM E 331 at a minimum differential pressure of 20 percent of inward-acting,wind-load design pressure of not less than 6.241bf/sq.ft. (300 Pa)and not more than 12 Ibf/sq.ft (575 Pa). K. Wind-Uplift Resistance: Provide roof panel assemblies that meet requirements of UL 580 for the following wind-uplift resistance: 1. Class 90. L. Gutters and Downspouts: I' 1. Provide a continuous,seamless gutter along each eave, sized per code requirements. 2. Provide a down-spout at each building corner and at 50'maximum spacing or closer if required by drainage calculations. s METAL BUILDING SYSTEMS 13125-4 IJ 1.5 SUBMITTALS A. Product Data Include construction details, material descriptions, dimensions of individual components and profiles,and finishes for each type of the following metal building system components: 1. Stnrctural-framing system. 2. Roof panels. 3. Wall panels and liners. 4. Translucent Ridge Cap. 5. Insulation. 6. Vapor retarders. 7. Trim and closures. 8. Louvers. 9. Accessories. B. Shop Drawings: For the following metal building system components. Include plans, elevations, sections,details,and attachments to other Work 1. For installed components indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 2. Anchor-Bolt Plans: Include location, diameter, and projection of anchor bolts required to attach metal building to foundation. Indicate column reactions at each location. 3. Structural-Framing Drawings: Show complete fabrication of primary and secondary framing. Indicate welds and bolted connections, distinguishing between shop and field applications. =r Include transverse cross-sections. z;t 4. Roof and Wall Panel Layout Drawings: Show layouts of panels on support framing, details of edge conditions, joints, panel profiles, comers, custom profiles, supports, anchorages, trim, flashings,closures,and special details. Distinguish between factory-and field-assembled work. 5 5. Personnel Door Schedule: Provide schedule of doors and frames, using the same reference numbers as indicated on Drawings. Include details of reinforcement and installation requirements for finish hardware. �?? 6. Accessory Drawings: Include details of the following items, at a scale of not less than 1-V2 inches per 12 inches(1:8): a. Ventilators. b. Louvers. C. Gutters. d. Downspouts. C. Samples for Initial Selection: Manufacturer's color charts showing the full range of colors available for €i each type of the following products with factory-applied color finishes: 1. Roof panels. 2-' 3. Trim and closures. 4. Doors. 5. Accessories. D. Samples for Verification: For the following products, in manufacturer's standard sizes, showing the full range of color, texture, and pattern variations expected, in the profile and style indicated. Prepare Samples from the same material to be used for the Work 1. Roof Panels: 12 inches (300 mm) long by actual panel width. Include clips, caps, battens, 0 fasteners,closures,and other exposed panel accessories. METAL BUILDING SYSTEMS 13125-5 �J 2. Wall Panels: 12 inches (300 mm) long by actual panel width. Include clips, caps, battens, fasteners,closures,and other exposed panel accessories. 3. Translucent Panels: 12 inches(300 mm)long by actual panel width 4. Trim and Closures: 12 inches(300 mm)long. Include fasteners and other exposed accessories. 5. Vapor Retarders: 6-inch-(150-mm-)square samples. 6. Accessories: 12-inch-(300-mm-)long samples for each type of accessory. E. Product Certificates: Signed by manufacturers of metal building systems certifying that products furnished comply with requirements. 1. Letter of Design Certification: Signed and sealed by a qualified professional engineer. Include ' the following: a. Name and location of Project. b. Order number. c. Name of manufacturer. CL Name of Contractor. e. Building dimensions,including width,length,height,and roof slope. f. Indicate compliance with AISC standards for hot-rolled steel and AISI standards for cold- rolled steel,including edition dates of each standard. g. Governing building code and year of edition. ' h Design Loads: Include dead load, roof live load, collateral loads, roof snow load, deflection,wind loads/speeds and exposure,seismic zone or effective peak velocity-related acceleration/peak acceleration,and auxiliary loads. , i. Load Combinations: Indicate that loads were applied acting simultaneously with concentrated loads,according to governing building code. j. Building-Use Category: Indicate category of building use and its effect on load importance factors. IL AISC Certification for Category MB: Include statement that metal building system and components were designed and produced in an AISC-Certified Facility by an AISC- Certified Manufacturer. F. Welding Certificates: Copies of certificates for welding procedures and personnel. G. Erector Certificates: Signed by manufacturer certifying that erectors comply with requirements. H. Manufacturer Certificates: Signed by manufacturers certifying that they comply with requirements. Include evidence of manufacturing experience. , I. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of Project Engineers and owners,and other information specified. J. Material Certificates: Signed by manufacturers certifying that each of the following-items complies with requirements: 1. Thermal insulation. 2. Vapor retarders. K. Product Test Reports: Based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency, indicating the following current products comply with requirements: 1. Insulation and Vapor Retarders: Include reports for thermal resistance, fire-test-response characteristics,water-vapor transmission,and water absorption. METAL BUILDING SYSTEMS 13125-6 , tj L. Warranties: Special warranties specified in this Section. 1.6 QUALITY ASSURANCE A. Erector Qualifications: An experienced erector who has specialized in erecting and installing work similar in material, design, and extent to that indicated for this Project and who is acceptable to manufacturer. B. Professional License and Seal Requirements: The metal building system and all system components shall be designed and the design documents sealed by a professional engineer licensed to practice engineering in the state of Missouri as required by Missouri Revised Statutes, Chapter 327. C. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of metal building systems that are similar to those indicated for this Project in material,design,and extent. D. Manufacturer Qualifications: A firm experienced in marnifficturmg metal budding systems similar to those indicated for this Project and with a record of successful in-service performance. 1. Member of MBMA. 2. AISC Certification for Category MB: An AISC-Certified Manufacturer thadesigns and produces metal budding systems and components in an RISC-Certified Facility. 3. Engineering Responsibility: Preparation of Shop Drawings, testing program development test result interpretation,and comprehensive engineering analysis by a qualified professional engineer. E. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified according to ASTM E 329 to conduct the testing indicated, as documented according to ASTM E 548. F. Source Limitations: Obtain each type of metal building system component through one source from a single manufacturer. G. Product Options: Information on Drawings and in Specifications establishes requirements for system's aesthetic effects and performance characteristics. Aesthetic effects are indicated by dimensions, arrangements, alignment, and profiles of components and assemblies as they relate to sightlines, to one e another, and to adjoining construction- Performance characteristics are indicated by criteria subject to verification by one or more methods including preconstiuction testing, field testing, or in-service performance. 1. Do not modify intended aesthetic effects,as judged solely by Project Engineer,except with Project Engineer's approval. If modifications are proposed, submit comprehensive explanatory data to Project Engineer review., R Welding: Qualify procedures and personnel according to AWS D 1.1, "Structural Welding Code—Steel"; and AWS D1.3,"Structural Welding Code—Sheet Steel." I. Regulatory Requirements: Fabricate and label structural framing to comply with special insp—don requirements at point of fabrication for welding and other connections required by authorities having jurisdiction- J. Structural Steel: Comply with AISC 5335, "Specification for Structural Steel Buildings—Allowable Stress Design, Plastic Design"; or AISC S342, "Load and Resistance Factor Design Specification for Structural Steel Buildings,"for design requirements and allowable stresses. METAL BUILDING SYSTEMS 13125-7 K. Cold-Formed Steel: Comply with AISI SG-671, "Specification for the Design of Cold-Formed Steel Structural Members," and AISI SG-911, "Load and Resistance Facet Design Specification for Steel Structural Members,"for design requirements and allowable stresses. ' L. Deliver, store, install and maintain the metal building system and all building components as recommended or required by the manufacturers. 1.7 DELIVERY,STORAGE,AND HANDLING A. Deliver components, sheets,panels, and other manufactured items so as not to be damaged or deformed. Package roof and wall panels for protection during transportation and handling. B. Handling: Unload, store, and erect roof and wall panels to prevent bending, warping, twisting, and surface damage. C. Stack .materials on platforms or pallets, covered with tarpaulins or other suitable weatherlight and ventilated covering. Store roof and wall panels to ensure dryness. Do not store panels in cou;act with other materials that might cause staining,denting,or other surface damage. 1.8 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when weather conditions permit roof and wall panel , installation to be performed according to manufacturer's written instructions and warranty requirements. B. Field Measurements: Verify metal building system foundations by field measurements before metal building fabrication and indicate measurements on Shop Drawings. Coordinate fabrication schedule with , construction progress to avoid delaying the Work 1. Established Dimensions for Foundations: Where field measurements cannot be made without delaying the Work, establish foundation dimensions and proceed with fabricating muctural framing without field measurements. Coordinate anchor-bolt installation to ensure that actual anchorage dimensions correspond to established dimensions. 2. Established Dimensions for Panels: Where field measurements cannot be made without delaying ' the Work, either establish framing and opening dimensions and proceed with fabricating roof and wall panels without field measurements, or allow for field-trimming panels. Coordinate roof and wall construction to ensure that actual building dimensions, locations of structural members, and ' openings correspond to established dimensions. 1.9 COORDINATION A. Coordinate size and location of concrete foundations and casting of anchor-bolt-inserts into foundation walls and footings. Concrete, reinforcement, and formwork requirements are specified in Division 3 Section"Cast-in-Place Concrete." B. Coordinate with the Project Engineer to locate and provide the required rough openings and lip. -ranel accessories for the exhaust fans and mechanical wall units as shown on the drawings. C. Coordinate location and install manufacturer's standard pipe flashings for plumbing and flue vent roof penetrations as shown on the drawings. , L10 WARRANTY s METAL BUILDING SYSTEMS 13125-8 , � A General Warranty: Special warranties specified in this Article shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with,other warranties made by Contractor under requirements of the Contract Documents. B. Special Warranty on Panels: Written warranty, executed and signed by manufacturer agreeing to repair or replace roof and wall panels that fail in materials or workmanship within specified warranty period. t 1. Warranty Period: Three years from date of Substantial Completion. C. Special Warranty on Panel Finishes: Written warranty, signed by manufacturer agreeing to repair finish or replace metal panels that show evidence of deterioration of factory-applied finishes within spec ified warranty period. 1. Deterioration of finish includes,but is not limited to: a. Color fade, (color change)more than 5 color difference units per ASTM D2244. b. ChallQng,in excess of ASTM D4214 No. 8 rating. C. Cracking, check,peel,or loss of film integrity(loose adhesion). d Decline in gloss more than 50%per ASTM D523. e. Perforation due to corrosion. 2. Warranty Period for Roof Panels: 20 years from date of Substantial Completion. 3. Warranty Period for Wall Panels: 20 years from date of Substantial Completion. D. Special.Warranty on Roof Panel Weathertightness: Written warranty,signed by manufacturer agreeing to repair or replace roof panel assemblies that fail to remain weathertight within specified warranty period, y with the minimum cost limitations to be equal to or greater than the original cost of the roof. 1. Warranty Period: 10 years from date of Substantial Completion. PART 2-PRODUCTS ,aY e'. 2.1 MANUFACTURERS A Available Manuflacturers: Subject to compliance with requirements,manufacturers offering products that may be incorporated into the Work include,but are not limited to,the following: B. Manufacturers: Subject to compliance with requirements,provide products by one of the following: 1. Alliance Steel,Inc. 2. American Buildings Company. 3. American Steel Building Company,Inc. 4. Behlen Mfg. Co. -5. Butler°Manufacturing-Company: 6. Ceco Building Systems. 1 y 7. Crown Metal Buildings,Inc. 8. Dean Steel Buildings. 9. Garco Building Systems. 10. Gulf States Manufacturers,Inc. 11. Mesco Metal Buildings. 12. Metal Building Products,Inc. 13. Package Steel Building Systems. 14. Southern Structures,Inc. 15. Star Building Systems. 16. Steelox Systems Inc. METAL BUILDING SYSTEMS 13125-9 '�I 17. Varco-Pruden Buildings;a United Dominion Company. , 2.2 STRUCTURAL-FRAMING MATERIALS , A. Structural-Steel Shapes: ASTM A 36/A 36M or ASTM A 529/A 529NL I B. Steel Plate, Bar, or Strip: ASTM A 529/A 529K ASTM A 570/A 570K or ASTM A 572/A 572K 50,000 psi(345-MPa)minimum yield strength. C. Steel Tubing or Pipe: ASTM A 500,Grade B;ASTM A 501;or ASTM A 53,Grade B. D. Structural-Steel Sheet: Hot-rolled, ASTM A 570/A 570K Grade 50 or Grade 55; hot-rolled, I ASTM 568/A 568M;or cold-rolled,ASTM A 611,structural-quality,matte(dull)finish E. Zinc-Coated (Galvanized) Steel Sheet: ASTM A 653/A 653K structural quality, Grade 50, with G60 (2180)coating designation;mill phosphatized. F. Metallic-Coated Steel Sheet Prepainted with Coil Coating: Steel sheet metallic coated by the hot-dip Piss and prepainted. by the coil-coating Process to comply with ASTM A 755/A 755M and the following requirements: I. Zinc-Coated (Galvanized) Steel Sheet: ASTM A 653/A 653K G90 (Z275) coating designation; structural quality.' 2. Aluminum-Zinc Alloy-Coated Steel Sheet: ASTM A 792/A 792K Class AZ50 coating, Grade 40 (Class AZ150 coating, Grade 275);structural quality. G. Joist Girders: Provide girders, complying with SJrs"Standard Specifications,Load Tables, and Weight , Tables for Steel Joists and Joist Girders,"manufactured with steel-angle top and bottom chord members, to Produce girder types, end arrangements, and top chord arrangements indicated and required for pay Wig. 1 H. Steel Joists: Provide joists, complying with SJrs "Standard Specifications, Load Tables, and Weight Tables for Steel Jo'and Joist Girders,"manufactured with steel-angle top and bottom chord members, I to produce joist types, end arrangements, and top chord arrangements indicated and required for secondary framing. I. Non-High-Strength Bolts, Nuts, and Washers: ASTM A 307, Grade A (ASTM F 568K Property ' Class 4.6);carbon-steel,hex-head bolts;carbon-steel nuts;and flat,unhardened steel washers. 1. Finish: Plain,uncoated 2. Finish: Hot-dip zinc coating,ASTM A 153,Class C. 3. Finish Mechanically deposited zinc coating,ASTM B 695,Class 50. J. High-Strength Bolts, Nuts, and Washers: ASTM A 325 (ASTM A 325M), Type 1, heavy hex steel I structuual bolts,heavy hex carbon-steel nuts,and hardened carbon-steel washers. 1. Finish: Plain,uncoated I 2. Finish: Hot-dip zinc coating,ASTM A 153,Class C. 3. Finish: Mechanically deposited zinc coating,ASTM B 695, Class 50. 4. Direct-Tension Indicators: ASTM F 959,Type 325 or Type 490 (ASTM F 959K Type 325M or Type 490M). I a. Finish: Plain,uncoated. b. Finish: Hot-dip zinc coating,ASTM B 695,Class 50. C. Finish: Mechanically deposited zinc coating,ASTM B 695,Class 50,epoxy coated. I METAL BUILDING SYSTEMS 13125- 10 , K Anchor Rods,Bolts,Nuts,and Washers: As follows: 1. Finish: Hot-dip zinc coating, ASTM A 153,Class C. 2. Unheaded Rods: ASTM A 36/A 36M. 3. Unheaded Rods: ASTM A 572/A 572K Grade 50(Grade 345). 4. Unheaded Bolts: ASTM A 687,high strength. y" 5. Headed Bolts: ASTM A 307,Grade A(ASTM F 568,Property Class 4.6); carbon-steel,hex-head bolts;and carbon-steel nuts. 6. Headed Bolts: ASTM A 325 (ASTM A 325M),Type 1,heavy hex steel structural bolts and heavy hex carbon-steel nuts. ' 7. Headed Bolts: ASTM A 490(ASTM A 490M),Type 1, heavy hex steel structural bolts and heavy hex carbon-steel nuts. 8. Washers: ASTM A 36/A 36M L. Primers: As selected by manufacturer for resistance to normal atmospheric corrosion, compatibility with finish paint systems,capability to provide a sound foundation for field-applied topcoats despite prolonged exposure,and as follows: '^Y 1. Primer: Fast-curing, lead- and chromate-free, universal modified-alkyd primer, complying with performance requirements of FS TT-P-664. 2. Primer: SSPC-Paint 25;red iron oxide,zinc oxide,raw linseed oil and alkyd primer. �* 3. Primer: SSPC-Paint 23,latex primer. I 4. Primer: SSPC-Paint 15,Type I,red oxide. 5. Primer: Manufacturer's standard,lead-and chromate-free,nonasphaltic,rust-inhibiting primer. 6. Primer. Nonasphaltic primer complying with SSPC's "Painting System Guide No.7.00: Guide T for Selecting One-Coat Shop Painting Systems." j. 2.3 PANEL MATERIALS s A. Metallic-Coated Steel Sheet Prepainted with Coil Coating: Steel sheet metallic coated by the hot-dip H process and prepaimed by the coil-coating process to comply with ASTM A 755/A 755M and the following requirements: x 1. Zinc-Coated (Galvanized) Steel Sheet: ASTM A 653/A 653K G90 (Z275) coating designation; structural quality. 2. Aluminum-Zinc Alloy-Coated Steel Sheet: ASTM A 792/A 792K Class AZ50 coating, Grade 40 (Class AZ150 coating, Grade 275);structural quality. 3. Aluminum-Coated Steel Sheet: ASTM A 463/A 463K T1-40(T1-120)coating. 4. Surface: Smooth,flat,mill finish B. Panel Sealants: Provide the following: 1. Sealant-Tape: Pressure-sensitive,--100 percent-solids;graypolyisobutylene-compound sealant:tape with release-paper backing. Provide-permanently-elastic, nonsag, nontoxic, nonstaining-tape-1/2 inch(13 mm)wide and 1/8 inch(3 mm)thick. 2. Joint Sealant: ASTM C 920; one-part elastomeric polyurethane, polysulfide, or silicone-rubber sealant of type, grade, class, and use classifications required to seal joints in panels and rc-main weathertight;and as recommended by metal building system manufacturer. Id2.4 INSULATION MATERIALS A- Fire-Test-Response Characteristics for Insulation: Provide insulation and related materials with the fire- test-response characteristics indicated, as determined by testing identical products per test method J METAL BUILDING SYSTEMS 13125- 11 J indicated below by UL or another testing and inspecting agency acceptable to authorities having ' jurisdiction. Identify materials with appropriate markings of applicable testing and inspecting agency. • 1. Surface Burning Characteristics: ASTM E 84. ' 2. Combustion Characteristics: ASTM E 136. B. Glass-Fiber-Blanket Insulation: Thermal insulation, complying with ASTM C 991, Type I, or NAHAA 202, of 0.5-lb/ca. 1 (8-kg/cu. m) density, thickness as indicated, with a flame-spread rating of 25 or less,and 2-inch-(50-mm-)wide,continuous,vapor-tight edge tabs. C. Vapor-Retarder Facing. Complying with ASTM C 1136, with permeance not greater than the following when tested according to ASTM E 96,Desiccant Method: 1. Composition: Polypropylene-faced,scrim-reinforced kra$paper,with permeance not greater than 0.02 perm(1.15 ng/Pa x s x sq.m). 2. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include,but are not limited to,the following: 3. Manufac4uers: Subject to compliance with regwremen s, provide products by one of the following: a. CGI Silvercote,Inc. b. Lamtec Corporation. C. Mizell Bros. Co. d. Owens-Corning Fiberglas Corporation. D. Retainer Strips: 0.019-inch-(0.5-mm-)thick,formed, galvanized steel or PVC retainer clips colored to , match insulation facing. 2.5 MISCELLANEOUS MATERIALS A. Bituminous Coating: Cold-applied asphalt mastic, SSPC Paint 12,compounded for 15-mil(0.4-mm)dry , film thickness per coat Provide inert-type noncorrosive compound free of asbestos fibers, sulfur components,and other deleterious impurities. B. Nonmetallic, Shrinkage-Resistant Grout: Premixed, nonmetallic, noncorrosive, nonstaining grout containing selected silica sands,portland cement, shrinkage compensating agents,plasticizing and water- reducing agents, complying with ASTM C 1107, of consistency suitable for application, and with a 30- minute working time. C. Shop Primer for Galvanized Metal Surfaces: Zinc dust, zinc-oxide primer selected by manufacturer for compatibility with substrate. Comply with FS TT-P-64 1. 2.6 FABRICATION,GENERAL A. General: Design components and field connections required for erection to permit easy assembly and disassembly. 1. Fabricate components in a manner that once assembled in the shop, they may be disassembled, repackaged,and reassembled in the field. 2. Mark each piece and part of the assembly to correspond with previously prepared erection drawings,diagrams,and instruction manuals. ' 3. Fabricate framing to produce clean, smooth cuts and bends. Punch holes of proper size, shape, and location Cold formed members shall be free of cracks,tears,and ruptures. METAL BUILDING SYSTEMS 13125- 12 .l ° B. Primary Framing. Shop-fabricate framing components to indite size and section with baseplates, bearing plates,stiffeners,and other items required for erection welded into place. Cut,form,punch,drill, and weld framing for bolted field assembly. 1. Make shop onnections welding or using high-strength bolts. P b3' g by g 2. Join flanges to webs of built-up members by a continuous submerged arc-welding process. ' 3. Brace compression flange of primary framing by angles connected between frame web and pariin or girt web, so flange compressive strength is within allowable limits for any combination of loadings. --.- 4. Weld clips to frames for attaching secondary framing members. 5. Shop Priming: Prepare surfaces for shop priming according to SSPC-SP 2. Shop prime primary structural members with specified primer after fabrication. C. Secondary Framing. Shop-fabricate framing components to indicated size and section by roll-forming or break-forming, with baseplates, bearing plates, stiffeners, and other plates required for erection welded into place. Cut,form,punch, drill, and weld secondary framing for bolted field connections to primary framing 1. Make shop connections by welding or by using non high-strength bolts. 2. Shop Priming: Prepare surfaces for shop priming according to SSPC-SP 2. Shop prime secondary structural members with specified primer after fabrication. D. Factory Priming for Field-Painted Finish: Where field painting after installation is indicated, apply the PM specified air-dried primer immediately after cleaning and pretreating. 1. Prime primary, secondary, and end-wall steel framing members with specified primer to a minimtmi dry film thickness of 1 mil(0.025 mm). a. Prime secondary steel framing formed from metallic-coated steel sheet with reed-oxide polyester paint,with a minimum dry film thickness of 0.5 mil(0.013 mm)on each side. al 2. Prime galvanized members,after phosphoric acid pretreatment, with manufacturer's standard zinc dust,zinc-oxide primer. E. Tolerances: .Comply with MBMA's "Low Rise Building Systems Manual": Chapter 1V, Section 9, "Fabrication and Erection Tolerances." El I; 2.7 STRUCTURAL FRAMING ,16.;; A. Primary Framing. Manufacturer's standard structural primary framing system, designed to withstand Nil required required loads and specified requirements. Primary framing includes transverse and lean-to frames; rafter,rake,and canopy beams;sidewall,intermediate,end-wall,and corner columns;and wind bracing. 1. General: Provide frames with attachment plates,bearing plates,and splice members. .Factory drill for field-bolted assembly. Provide frame span and spacing indicated. a. Slight variations in span and spacing may be acceptable if necessary to meet manufac r rer's standard,as approved by Project Engineer. 2. Rigid Clear-Span Frames: I-shaped frame sections fabricated from shop-welded, built-up steel plates or structural-steel shapes. 3. Truss-Frame Clear-Span Frames: Rafter frames fabricated from joist girders, and I-shaped column sections from shop-welded,built-up steel plates or structural-steel shapes. 4. Frame Configuration: Gable roof with ridge located as shown on the drawings. �) METAL BUILDING SYSTEMS 13125- 13 5. Exterior Column Type: Uniform depth or tapered. 6. Rafter Type: Uniform depth or tapered. B. End-Wall Framing. Manufacturer's standard primary end-wall framing fabricated for field bolted assembly to comply with the following: 1. End-Wall and Corner Columns: I-draped sections fabricated from structural-steel shapes; shop- welded, built-up steel plates; or C-shaped, cold-formed, structural-steel sheet; with minimum thickness of 0.0747 inch(1.9 mm). 2. End-Wall Rafters: C-shaped, cold-formed, structural-steel sheet-, with minimum thickness of 0.0598 inch(1.5 mm). C. Secondary Framing. Mam>fachn&s standard secondary framing members,including purlins, girts, cave struts, flange bracing, base members, gable angles, clips, headers, jambs, and other miscellaneous structural members. Fabricate framing from cold-formed, structural-steel sheet or roll-formed, metallic- coated steel sheet prepainted with coil coating,unless otherwise indicated,to comply with the following: 1. Purlins: C-or Z-shaped sections; fabricated from minimum 0.0598-inch- (1.5-mm-) thick steel sheet, built-up steel plates, or structural-steel shapes; minimum 2-1/2-inch- (64-mm-) wide flanges. 2. Girts: C- or Z-shaped sections; fabricated from minimum 0.0598-inch- (1.5-mm-) thick steel sheet,built-up steel plates, or structural-steel shapes. Form ends of Z-sections with stiffening lips angled 45 to 50 degrees to flange and with minimum 2-1/2-inch-(64-mm-)wide flanges. 3. Eave Struts: Unequal-flange, C-shaped sections; fabricated from 0.0598-inch- (1.5-mm-) thick steel sheet, built-up steel plates, or structural-steel shapes; to provide adequate backup for both roof and wall panels. 4. Flange and Sag Bracing. Minimum 1-5/8-by-1-5/8-inch (41-by-41-mm) structural-steel angles, ' with a minimum thickness of 0.0598 inch(1.5 mm),to stiffen primary frame flanges. 5. Base or Sill Angles: Minimum 3-by-2-by-0.0747-inch (76-by-51-by-1.9-mm) zinc-coated (galvanized)steel sheet. , 6. Purlin and Girt Clips: Minimum 0.0747-inch- (1.9-mm-) thick, zinc-coated (galvanized) steel sheet 7. Secondary End-Wall Framing. Mamrfactw&s standard sections fabricated from m nimum 0.0747-inch-(1.9-mm-)thick,zinc-coated(galvanized)steel sheet 8. Framing for Openings: Channel shapes; fabricated from minimum 0.0598-inch-(1.5-mm-) thick, cold formed, struchnW-steel sheet or structural-steel shapes. Frame head and jamb of door openings,and head,jamb,and sill of other openings. 9. Miscellaneous Structural Members: Manuf icdrer's standard sections fabricated from cold- formed, structural-steel sheet; built-up steel plates; or zinc-coated (galvanized) steel sheet; designed to withstand regmred loads. D. Bracing: Provide adjustable wind bracing as follows: 1. Rods:- ASTM A 36/A:-36K-ASTM A 572/A-572K--Grade D; -or -ASTM-A 529/A 529K _- Grade 50; 1/2-inch- (13-mm-) diameter steel; threaded frill length or threaded a minimum of 12 ' inches(300 mm)at each end- 2. Cable: ASTM A 475, 1/4-inch-(6-mm-)diameter,extra-high-strength grade,Class B zinc-coated, seven-strand steel;with threaded end anchors. 3. Angles: Fabricated from structural-steel shapes to match primary framing, of size required to withstard design loads. 4. Rigid Portal Frames: Fabricate from shop-welded, built-up steel plates or structural-steel shapes to match primary framing;of size required to withstand design loads. , 5. Fixed-Base Columns: Fabricate from shop-welded,built-up steel plates or structural-steel shapes to match primary framing,of size required to withstand design loads. 1 METAL BUILDING SYSTEMS 13125- 14 ' 6. Diaphragm Action of Panels: Design metal building to resist wind forces through diaphragm ' action of roof and wall panels. 7. Bracing. Provide wind bracing using any method specified above,at manufacturer's option. lie E. Bolts: Provide shop-painted bolts unless structural framing components are in direct contact with roof and wall panels. Provide zinc-plated bolts when structirral-flaming components are in direct contact with ' roof and wall panels. 2.8 ROOF PANELS A Lap-Seam Roof Panels: Fabricate from metallic-coated steel sheets preprinted with coil coating,factors formed to provide 36-inch(914-mm)coverage,with raised trapezoidal major nibs at 12 inches(305 mm) o.c., and intermediate stiffening nbs symmetrically spaced between major nibs for full length of panel. ' Design panels for mechanical attachment to structure using exposed fasteners,lapping major ribs at panel edges. Comply with the following: 1. Material: Zinc-coated(galvanized)steel. 2. Material: Aluminum-zinc alloy-coated steel. 3. Yield Strength: 50 ksi(345 MPa),Metal Thickness:24 gauge 0.0239 inch(0.60 mm). 4. Yield Strength: 80 ksi(552 MPa),Metal Thickness:29 gauge 0.0134 inch(0.34 mm). 5. Panel Thickness: 1.125 inches(29 mm). B. Roof Panel Accessories: Provide components required for a complete roof panel assembly including trim, copings,fasciae, mullions, sills, corner units,ridge closures, clips,seam covers,battens,flashings, gutters, sealants, gaskets, fillers, closure strips, and similar items. Match materials and finishes of roof panels,unless otherwise indicated 1. Closures: Provide closures at eave and ridge,fabricated of same metal as roof panels. 2. Clips: Minimum 0.0625-inch- (1.6-mm-) thick, stainless-steel panel clips designed to withstand negative-load requirements. 3. Cleats: Mechanically seamed cleats formed from minimum 0.0250-inch- (0.65-mm-) thick, stainless-steel or nylon-coated aluminum sheet. 4. Thermal Spacer Blocks: Where panels attach directly to pudins,provide 1-inch-(25-mm-)tirid, thermal spacer blocks;fabricated from extruded polystyrene. 5. Backing Plates: Provide metal backing plates at panel end splices, fabricated from maierial recommended by manufacturer. C. Exterior Finish Apply the following coil coating to roof panels and accessories: 1. Fluoropolymer Two-Coat System: Manufacturer's standard two-coat, thermocured system M consisting of specially formulated inhibitive primer and fluoropolymer color topcoat containing not less than 70 percent polyvinylidene fluoride resin by weight, with a total minimum dry film thicdmess�of 1�mil-(0.025 mm),and-30_percentmrefler. i—gloss whenatested.acc Wi - =-AS'T1VI=D-523:-- -- ---- — a. Durability: Provide coating field tested under normal range of weather conditions for a minimum of 20 years without significant peel,blister,flake,chip,crack,or check in finish; without chalking in excess of a chalk rating of 8 according to ASTM D 4214; and wi-. :out fading in excess of five Hunter units. 2. Colors,Textures,and Glosses: As selected by Project Engineer from manufacturer's full range for these characteristics. D. Concealed Finish: Apply pretreatment and manufacturer's standard white or light-colored backer finish, consisting of prime coat and wash coat with a total minimum dry film thickness of 0.5 mil(0.013 mm). METAL BUILDING SYSTEMS 13125- 15 C.1' 2.9 WALL PANELS A. Uninsulated Wall Panels: Provide manu6ctur&s standard panels complying with the following: 1. Ribbed Panels: Fabricate from metallic-coated steel sheets prepainted with coil coating, factory , formed to provide 36-inch (914-mm) coverage, with raised trapezoidal major nbs at 12 inches (305 mm)ox,and intermediate stiffening nbs symmetrically spaced between major ribs for full , length of panel. Design panels for mechanical attachment to structure using exposed fasteners, lapping major ribs at panel edges. Comply with the following: a. Material: Zinc-coated(galvanized)steel. , b. Material: Aluminum-zinc alloy-coated steel. C. Yield Strength: 50 ksi(345 MPa),Metal Thickness:24 gauge 0.0239 inch(0.60 mm). d. Yield Strength: 80 ksi(552 MPa),Metal Thickness: 29 gauge 0.0134 inch(0.34 mm). e. Panel Thickmess: 1.125 inches(29 mm). , 2. Reverse-Ribbed Panels: Fabricate from metallic-coated steel sheets prepainted with coil coating, factory formed to provide 36-inch(914-mm)coverage,with recessed trapezoidal major valleys at , 12 inches(305 mm)o.c.,and intermediate valleys symmetrically spaced between major valleys for full length of panel. Design panels for mechanical attachment to structure using exposed fasteners,lapping major valleys at panel edges. Comply with the following: a. Material: Zinc-coated(galvanized)steel. b. Material: Aluminum-zinc alloy-coated steel. C. Yield Strength: 50 ksi(345 MPa),Metal Thidmess:24 gauge 0.0239 inch(0.60 mm). , d. Yield Strength: 80 ksi(552 MPa),Metal Thickness:29 gauge 0.0134 inch(0.34 mm). e. Panel Thiclmess: 1.125 inches(29 mm). y 3. Box Section Panels: Fabricate from 50-ksi(345-MPa)metallic-coated steel sheets prepainted with ' s coil coating, factory formed to provide flat panel with 16-inch (406-mm) coverage. Panels shall be 3 inches(76 mm)deep with 1-inch-(25-mm-)wide flange for attaching interior finish. Design side laps for mechanical attachment to structure by interlocking panel edges and securing panels ' with concealed fasteners installed from interior side of panel. Factory apply sealant at each interloding joint Comply with the following. a. Material: Zinc-coated(galvanized)steel. ' b. Material: Aluminum-zinc alloy-coated steel. C. Metal Thickness: 0.0239 inch(0.60 mm). d. Metal Thickness: 0.0299 inch(0.75 mm). , B. Wall Liner Panels: Fabricate from metallic-coated steel sheets prepainted with coil coating, factory formed to provide 36-inch (914-mm) coverage, with raised major nbs at 12 inches (305 mm) o.c., and intermediate stiffening ribs symmetrically spaced between major nbs for full length of panel. Design , panels for mechanical attachment to structure using exposed fasteners,lapping major nbs at panel edges. Comply with the following: 1. Material: Zinc-coated(galvanized)steel ' 2. Material: Aluminum-zinc alloy-coated steel. 3. Yield Strength: 50 ksi(345 MPa). 4. Metal Thickness: 0.0179 inch(0.45 mm). 5. Panel Thickness: 1.125 inches(29 mm)minimum. r C. Wall Panel Accessories: Provide components required for a complete wall panel assembly, including trim,copings,mullions,sills,comer units,clips, seam covers,battens,flashings, sealants,gaskets, fillers, , closure strips,and similar items. Match materials and finishes of panels. J METAL BUILDING SYSTEMS 13125- 16 1 1 1. Backing Plates: Provide metal backing plates at panel end splices, fabricated from material recommended by mammfachzrer. •I D. Exposed Finish for Exterior Panels: Apply the following coil coating: 1. Fluoropolymer Two-Coat System: Manufachrrer's standard two-coat, thermocured system ' consisting of specially formulated inhibitive primer and fluoropolymer color topcoat containing not Iess than 70 percent polyvinylidene fluoride resin by weight, with a total minimum dry film thickness of 1 mil (0.025 mm) and 30 percent reflective gloss when tested according to . ASTM D 523. a Durability: Provide coating field tested under normal range of weather conditions fora minimum of 20 years without significant peel,blister,flake,chip,crack,or check in finish; ' without chalking in excess of a chalk rating of 8 according to ASTM D 4214;and without fading in excess of five Hunter units. 2. Colors,Textures,and Glosses: As selected by Project Engineer from manufacturer's full range for these characteristics. E. Exposed Finish for Liner Panels: Apply the following coil coating: i 1. Acrylic-Enamel Coating. Epoxy primer and acrylic-enamel topcoat;with a dry film thickness of ' not less than 0.2 mil(0.005 mm)for primer and 0.8 mil(0.02 mm)for topcoat. 2. Colors,Textures,and Glosses: As selected by Project Engineer from mamrfactur&s full range for these characteristics. ' F. Concealed Finish: Apply pretreatment and nmu&chn&s standard white or light-colored backer finish, consisting of prime coat and wash coat with a total minimum dry film thiclmess of 0.5 mil(0:013 mm). j ' 2.10 SOFFIT PANELS A. Soffit Panels: Manufacturer's standard panels complying with the following: 1 I 1. Flat Panels: Fabricate from 50-lcsi (345-MPa) steel sheets, factory formed to provide flat panel i with 16-inch (406-mm) coverage. Panel shall be 1 inch (25 mm) deep. Design side laps for ' mechanical attachment to structure by interlocking panel edges and securing panels with i concealed fasteners. Factory apply sealant at each interlocking joint. Comply with the following: j a Material: Zinc-coated(galvanized)steel. b. Material: Aluminum-zinc alloy-coated steel. C. Metal T hicimess:26 gauge 0.0179 inch(0.45 mm). B. Finishes: Finish panel surfaces to match adjacent panels as follows: 1. Soffit Panels: Match finish and color of wall panels. y ' 2.11 DOORS AND FRAMES — - - i A- Exterior Doors: Refer to Division 8 Section"Steel Doors and Frames." i B. Overhead Doors: Refer to Division 8 Section"Sectional Overhead Doors." l 2.12 WINDOWS A. Aluminum Windows: Refer to Division 8 Section"Aluminum Windows." METAL BUILDING SYSTEMS 13125- 17 Lil , 2.13 ACCESSORIES ' � A. General: Provide accessories as standard with metal building system manufacturer, and complying with • the following: , 1. Provide sheet metal accessories of same material and in same finish as roof and wall panels,unless otherwise indicated- B. Fasteners: Self-tapping screws, bolts, nuts, self-locking rivets and bolts, end-welded studs, and other suitable fasteners designed to withstand design loads. Provide fasteners with heads matching color of ' roof or wall sheets by means of plastic caps or factory-applied coating. Comply with the following: 1. Fasteners for Roof Panels: Self-drilling or self-tapping,zinc-plated,hex-head carbon-steel screws, with a stainless-steel cap or zinc-alummum-alloy head and EPDM or neoprene sealing washer. , 2. Fasteners for Wall Panels: Self-drilling or self-tapping,zinc-plated,hex-head carbon-steel screws, with nylon or polypropylene washer. 3. Fasteners for Roof and Wall Panels: Self-drilling or self-tapping 410 stainless or zinc-alloy steel , hex washer head,with EPDM or PVC washer under heads of fasteners bearing on weather side of panels. 4. Fasteners for Flashing and Trim Blind fasteners or self-drilling screws with hex washer head 5. Blind Fasteners: High-strength aluminum or stainless-steel rivets. ' C. Flashing and Trim: Form from 0.0179-inch- (0.45-mm-) thick, zinc-coated (galvanized) steel sheet or aluminum-zinc alloy-coated steel sheet prepainted with coil coating. Provide flashing and trim as , required to seal against weather and to provide finished appearance. Locations include, but are not limited to, eaves, rakes, comers, bases, framed openings,ridges,fasciae, and fillers. Finish flashing and trim with same finish system as adjacent roof or wall panels. 1. Opening Trim: Minimum 0.028-inch- (0.7-mm-) thick steel sheet. Trim head and jamb of door ' openings,and head,jamb,and sill of other openings. D. Gutters: Form from 0.0179-inch- (0.45-mm-) thick, zinc-coated (galvanized) steel sheet or aluminum- ' zinc alloy-coated steel sheet prepainted with coil coating. Match profile of gable trim,complete with end pieces, outlet tubes, and other special pieces as required. Fabricate in minimum 96-inch- (2400-mm-) long sections,sized according to SMACNA's"Project Engmeerutal Sheet Metal Manual." Furnish gutter supports spaced 36 inches(900 mm)o.c.,fabricated from same metal as gutters. Provide bronze, copper, or aluminum wire ball strainers at outlets. Finish gutters to match roof fascia and rake trim. E. Downspouts: Form from 0.0179-inch- (0.45-mm-) thick, zinc-coated (galvanized) steel sheet or , aluminum-zinc alloy-coated steel sheet prepainted with coil coating, in 10 foot- (3-m-) long sections, complete with formed elbows and offsets. Finish downspouts to match wall panels. F. Closures: Closed-cell, laminated polyethylene; minimum 1-inch-(25-mm-)thick,flexible closure strips; cut or premolded to match roof and wall panel profile. Provide closure strips where indicated or necessary to ensure weathertight construction. ' 4 G. Pipe Flashing: Premolded,EPDM pipe collar with flexible aluminum ring bonded to base. 2.14 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Project Engineerural and Metal Products" for , t; recommendations for applying and designating finishes. l METAL BUILDING SYSTEMS 13125- 18 ' J I ' B. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if .they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range Iof approved Samples and are assembled or installed to minimize contrast ' PART 3 -EXECUTION I I 31 EXAMINATION ' A. Examine substrates, with Erector present, for compliance with requirements for installation tolerances i and other conditions affecting performance of metal building system. 1. For the record, prepare written report, endorsed by Erector, listing conditions detrimental to performance of work- 2. Proceed with erection only after unsatisfactory conditions have been corrected. IfI B. Before erection proceeds, survey elevations and locations of concrete bearing surfaces, baseplates, and 1 anchor bolts to receive structural framing. Verify compliance with requirements and metal building ' system manufacturer's tolerances. 3.2 PREPARATION ' A- Clean substrates of substances,including oil,grease,rolling compounds, incompatible primers,and loose I mill scale that impair bond of erection materials. I ' B. Surface Preparation: Clean and prepare surfaces to be painted according to manufacturer's written instructions for each particular substrate condition and as specified 1 3.3 ERECTION { ' A. Erect metal building system according to manufacturer's written instructions and erection drawings. l B. Do not field cut, drill, or alter structural members without written approval from metal building system ' manufacturer's professional engineer. C. Set structural flaming in locations and to elevations indite and according to AISC specifications i referenced in this Section. Maintain structural stability of frame during erection. ' D. Baseplates and Bearing Plates: Clean concrete and masonry bearing surfaces of bond-reducing materials i t =!a! _,. __'wand!roughen-surfaces2bLcore-setting-baseplates=and=bearingeplates.—Clean.bottom.surface�of baseplates__ ._-.- and bearing plates. ------ _ _ _ 1. Set baseplates and bearing plates for structural members on wedges, shims,or setting nuts. '• 2. Tighten anchor bolts after supported members have-been-positioned-and plumbed. Do not remove wedges or shims but, if protruding, cut off flush with edge of baseplate or bearing plate before paclang with grout- 3. Pack grout solidly between bearing surfaces and plates so no voids remain. Finish exposed ' surfaces,protect installed materials,and allow to cure. a. Comply with manufacturer's written instructions for proprietary grout materials. METAL BUILDING SYSTEMS 13125- 19 E. Align and adjust framing members before permanently fastening. Before assembly, clean bearing ' surfaces and other surfaces that will be in permanent contact. Make adjustments to compensate for • discrepancies in elevations and alignment. , 1. Level and plumb individual members of structure. 2. Establish required leveling and plumbing measurements on mean operating temperature of structure. Make allowances for difference between temperature at time of erection and mean temperature at which structure will be when completed and in service. F. Primary Framing and End Walls: Erect framing true to line, level, plumb, rigid, and secure. Level , baseplates to a true even plane with full bearing to supporting structures, set with double-nutted anchor bolts. Use grout to obtain uniform bearing and to maintain a level base-line elevation. Moist cure grout for not less than seven days after placement. 1. Make field connections using high-strength bolts. Tighten bolts by turn-of-the-mrt method a G. Secondary Framing: Erect framing true to line,level,plumb,rigid,and secure. Fasten secondary framing to primary framing using clips with field connections using non-high-strength bolts. Hold rigidly to a straight line by sag rods. 1. Provide rake or gable purlins with tight-fitting closure cha Is and fasciae. , 2. Locate and space wall girts to suit door and window arrangements and heights. 3. Locate canopy framing as indicated. 4. Provide supplemental framing at entire perimeter of openings,including doors,windows,louvers, , Kti ventilators,and other penetrations of roof and walls. H. Steel Joists and Joist Girders: Install joists, girders, and accessories plumb, square, and true to line; if securely fasten to supporting construction according to SJI's"Standard Specifications, Load Tables; and , Weight Tables for Steel Joists and Joist Girders," joist manufacturer's written instructions, and requirements in this Section. .� 1. Before installation, splice joists delivered to Project site in more than one piece. 2. Space,adjust,and align joists accurately in location before permanently fastening. 3. Install temporary bracing and bridging,connections,and anchors to ensure that joists are stabilized f during construction. ' 4. Bolt joists to supporting steel framework using carbon-steel bolts,unless otherwise indicated. 5. Bolt joists to supporting steel framework using high-strength structural bolts, unless otherwise r indicated. ' W a. Comply with RCSC's "Allowable Stress Design Specification for Structural Joints Using ASTM A 325 or A 490 Bolts" for high-strength structural bolt installation and tightening requirements. ' =� b. Comply with RCSC's "Load and Resistance Factor Design Specification for Structural Joints Using ASTM A 325 or A 490 Bolts"for high-strength structural bolt installation and E; tightening requirements. ' 6. Install and connect bridging concurrently with joist erection,before construction loads are applied Anchor ends of bridging lines at top and bottom chords where terminating at walls or beams. I. Bracing: Install bracing in roof and sidewalls where indicted on erection drawings. 1. Tighten rod and cable bracing to avoid sag. , METAL BUILDING SYSTEMS 13125-20 ' J J. Framing for Openings: Provide shapes of proper design and size to reinforce openings and to carry loads and vibrations imposed, including equipment furnished under mechanical and electrical work. Securely ' attach to building structural frame. 3.4 ROOF PANEL INSTALLATION A. General: Provide roof panels of full length from eave to ridge when possible. Install panels perpendicular to pudins. ' 1. Field cutting by torch is not permitted. 2. Rigidly fasten eave end of roof panels and allow ridge end free movement due to thermal expansion and contraction. Predrill panels. 3. Provide weatherseal under ridge cap. 4. Flash and seal roof panels with weather closures at eaves,rakes,and at perimeter of all openings. Fasten with self-tapping screws. ' 5. Install screw fasteners with power tools having controlled torque adjusted to compress neoprene washer tightly without damage to washer, screw threads, or panels. Install screws in predrilled holes. 6. Use aluminum or stainless-steel fasteners for exterior applications and galvanized fasteners for ' interior applications. 7. Locate and space fastenings in true vertical and horizontal alignment 8. Install ridge caps as roof panel work proceeds. 9. Locate panel splices over,but not attached to,structural supports. Stagger panel splices to avoid a four-panel lap splice condition. ' B. Lap-Seam Roof Panels: Fasten roof panels to purlins with exposed fasteners at each lapped joint at location and spacing determined by manufacturer. 1. Arrange and nest side-lap joints so prevailing winds blow over,not into,lapped joints. Lap ribbed or fluted sheets one full rib corrugation. Apply panels and associated items for neat and weathertight enclosure. Avoid"panel creep"or application not true to line. 2. Locate and space exposed fasteners in true vertical and horizontal alignment. 3. Provide sealant tape at lapped joints of roof panels and between panels and protruding equipment, vents,and accessories. 4. Apply a continuous ribbon of sealant tape to weather-side surface of fastenings on end laps, and on side laps of nesting-type panels. 5. At panel splices, nest panels with minimum 6-inch (150-mm) end lap, sealed with butyl sealant and fastened together by interlocking clamping plates. ' 3.5 WALL PANEL INSTALLATION " _ Generil Provide-'panels full:lierght ofburlding when_ ssrble:�'Install: anels° cular to- A ' 1. Arrange and nest side-lap joints so prevailing winds blow over, not into, lapped joints. Install panels with vertical edges plumb. Lap ribbed or fluted sheets one full rib corrugation. Apply _. panels and associated items-for -enclosure. Avoid.-" " __-pan girt _ panel ._.- application not true to line. 2. Unless otherwise indicated,begin panel installation at comers with center of n ib lined up with line of framing. ' 3. Field cutting by torch is not permitted. 4. Align bottom of wall panels and fasten with blind rivets,bolts,or self-tapping screws. 5. Fasten flashing and trim around openings and similar elements with self tapping screws. METAL BUILDING SYSTEMS 13125-21 i 6. When two rows of panels are required, lap panels 4 inches (100 mm) minimum. Locate panel splices over structural supports. 7. When building height requires two rows of panels at gable ends, align lap of gable panels over ' wall panels at eave height. 8. Install screw fasteners with power tools having controlled torque adjusted to compress neoprene washer tightly without damage to washer, screw threads, or panels. Install screws in predrilled holes. ' 9. Provide weather resistant escutcheons for pipe and conduit penetrating exterior walls. 10. Flash and seal wall panels with weather closures under eaves and rakes,along lower panel edges, and at perimeter of all openings. , 11. Apply elastomeric sealant continuously between metal base channel(sill angle)and concrete, and elsewhere as necessary for waterproofing. Handle and apply sealant and backup according to sealant manufacturer's written instructions. 12. Use aluminum or stainless-steel fasteners for exterior applications and galvanized fasteners for ' interior applications. 13. Locate and space fastenings in true vertical and horizontal alignment B. Factory-Assembled, Insulated Panels: Install wall panels on exterior side of girts. Attach panels to , supports at each panel joint with concealed clip and fasteners at maximum 42 inches(1067 mm)o.c.,but spaced not more than as recommended by manufacturer. C. Field-Assembled,Insulated Panels: Install wall panels on exterior side of guts. Attach panels to supports ' with fasteners as recommended by manufacturer. Install insulation as specified below, and cover with brier panels D. Uninsulated Panels: Install wall panels on exterior side of girts. Attach panels to supports with fasteners as recommended by manufacturer. E. Liner Panels: Install panels on interior side of girts at locations indicated Fasten with exposed fasteners ' as recommended by manufacturer. r' 3.6 SOFFIT PANEL INSTALLATION A. General: Provide panels full width of fasciae and soffits. Install panels perpendicular to support framing. ' 1. Arrange and nest side-lap joints so prevailing winds blow over, not into, lapped joints. Install panels with vertical edges plumb. Lap ribbed or fluted panels one full nb corrugation. Apply , panels and associated items for neat and weathertight enclosure. Avoid "panel creep" or application not true to line. 2. Field cutting by torch is not permitted. E 3. Fasten flashing and trim around openings and similar elements with self-tapping screws. ' 4. Install screw fasteners with power tools having controlled torque adjusted to compress neoprene washer tightly without damage to washer, screw-threads, or panels. Install screws in predrilled holes. 5. Use aluminum or stainless-steel fasteners for exterior applications and galvanized fasteners for , interior applications. 6. Locate and space fastenings in true vertical and horizontal alignment B. Soffit Panels: Flash and seal panels with weather closures where soffit meets walls and at perimeter of all openings. 3.7 INSULATION INSTALLATION l J METAL BUILDING SYSTEMS 13125-22 ' A. General: Install insulation concurrently with panel installation, according to manufacturer's written instructions and as follows: •' 1. Set vapor-retarder-faced am ts wi with r etar der to si de of co nstructio n, unle ss otherwise indicated. Do not obstruct ventilation spaces,except for firestopping. 2. Tape joints and ruptures in vapor retarder, and seal each continuous area of insulation to surrounding construction to ensure airtight installation. B. Blanket Insulation: Install blankets straight and true in one-piece lengths. Install vapor retarder over insulation with both sets of facing tabs sealed to provide a complete vapor retarder. Comply with the following installation method: 1. Over-Framing Installation (Wall insulation): Extend insulation and vapor retarder over and perpendicular to top flange of secondary framing members. Hold in place by panels fastened to secondary framing. 2. Two-Layers-between-Purhn-with-Spacer-Block Installation (Roof Insulation): Extend insulation ' and vapor retarder between purlins. Carry vapor-retarder facing tabs up and over purlin, overlapping adjoining facing of next insulation course maintaining continuity of retarder. Install layer of filler insulation over first layer to fill space between pudins formed by thermal spa---r blocks. Hold in place with bands and crossbands below insulation. ' a Steel Straps: Minimum 80 ksi high tensile strength, 3/4" x 0.015" galvanized steel bands, painted white. b. Fasteners: #12 x 3/4"galvanized,self-drilling and tapping screws. C. Maximum Spacing:30"o.c.. 3. Retainer Strips: Install retainer strips straight and taw, nesting with secondary framing to hoid insulation in place. 3.8 ACCESSORY INSTALLATION A. General: Install downspouts, ventilators louvers and other accessories according io ' gutters, wnspo manufacturer's written instructions, with positive anchorage to building and weathertight mounting. Coordinate installation with flashings and other components. B. Flashing and Trim: Comply with performance requirements, manufacturer's written installation instructions,and SMACNA's"Project Engineenual Sheet Metal Manual." Provide for thermal expansion of metal units; conceal fasteners where possible, and set units true to line and level as indicated Install work with laps,joints,and seams that will be permanently watertight and weather resistant 1. Install exposed flashing and trim that is without excessive oil canning,buckling, and tool marks and that is true to line and levels indicated,with exposed edges folded back to form hems. Install ' sheet metal flashing and trim to fit substrates and to result in waterproof and weather-resistant performance. -- =2. ..Expansion.P,rovL%ons:—Provide-for thermal expansion of exposed g and trim Space —-- - -- --�--� — --` move mentJoints at-a-maximuin of l0-feet(3-m)=mouth rio joints=alloweii within24=inches_(6:10 mm)- _ __ _ ' of corner or intersection. Where lapped or bayonet-type expansion provisions cannot be used or would not be sufficiently weather resistant and waterproof, form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with mastic sealant (concealed within _.....joints). ------ 3. Separations: Separate metal from incompatible metal or corrosive substrates by coating concealed surfaces, at locations of contact, with asphalt mastic or other permanent separation as ' recommended by manufa urer. METAL BUILDING SYSTEMS 13125-23 ., C. Gutters: Join sections with riveted and soldered or lapped and sealed joints. Attach gutters to eave with gutter hangers spaced not more than 4 feet(1.2 m)o.c.using mamufacturers standard fasteners. Provide end closures and seal watertight with sealant Provide for thermal expansion. ' D. Downspouts: Join sections with 1-1/2-inch (38-mm) telescoping joints. Provide fasteners designed to hold downspouts securely 1 inch (25 mm) away from walls; locate fasteners at top and bottom and at approximately 60 inches(1500 mm)o.c.in between 1. Provide elbow at base of downspout to direct water away from building. 2. Provide concrete splash blocks where storm water is not discharged to a concrete surface. E. Louvers: Set louvers complete with necessary hardware, anchors, dampers, weather guards, and equipment supports according to manufacturer's written instructions. Locate and place louver units level, plumb,and at indicated alignment with adjacent work. 1. Use concealed anchorages where possible. Provide brass or lead washers fitted to screws where , required to protect metal surfaces and to make a weathertight connection. 2. Provide perimeter reveals and openings of uniform width for sealants and joint fillers. 3. Protect galvanized-and nonferrous-metal surfaces from corrosion or galvanic action by applying a heavy coating of bituminous paint on surfaces that will be in contact with concrete, masonry, or , dissimilar metals. 4. Install concealed gaskets, flashings,joint fillers, and insulation,as louver installation progresses, where required to make louver joints weathertight Comply with Division 7 Section "Joint , Sealants"for sealants applied during louver installation F. Pipe Flashing. Form flashing around pipe penetration and roof panels. Fasten and seal to roof panel as recommended by mamrfac=er. ' 3.9 ERECTION AND LOCATION TOLERANCES s A. Structural-Steel Erection Tolerances: Comply with erection tolerance limits of AISC S303, "Code of Standard Practice for Steel Buildings and Bridges." B. Roof Panel Installation Tolerances: Shim and align units within installed tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines as indicated and within 1/8-inch (3-mm) offset of adjoining faces and of alignment of matching profiles. ' 4Y C. Wall Panel Installation Tolerances: Shim and align units within installed tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on level, plumb, and location lines as indicated and within 1/8-inch (3-mm) offset of adjoining faces and of alignment of matching profiles. D. Door Installation Tolerances: Fit doors in-frames.within-clearances specified in SDI:100.- . 1. Fire-Rated Doors: Install with clearances specified in NFPA 80. -- -— ' s 3.10 FIELD QUALITY CONTROL A. Testing agency will report test results promptly and in writing to Contractor and Project Engineer. 1 3.11 ADJUSTING J ' 1 METAL BUILDING SYSTEMS 13125-24 .1! t 1 A. Ventilators and Louvers: After completing installation, including work by other trades, lubricate, test, and adjust units to operate easily,free from warp,twist,or distortion. 1. Adjust louver blades to be weatherti when in closed position. ' J � P ' 3.12 CLEANING AND PROTECTION A. Touchup Painting: Immediately after erection, clean, prepare, and prime or reprime welds, bolted connections, and abraded surfaces of prime-painted primary and secondary framing, accessories, and bearing plates. 1. Clean and prepare surfaces by hand400l cleaning, SSPC-SP 2, or power-tool cleaning, SSPC- ' SP 3. 2. Apply compatible primer of same type as shop primer used on adjacent surfaces. B. Repair damaged galvanized coatings on exposed surfaces with galvanized repair paint according to ASTM A 780 and manufacturer's written instructions. C. Roof and Wall Panels: Remove temporary protective coverings and strippable films, if any, as soon as ' each panel is installed. On completion of panel installation,clean finished surfaces as recommended by panel manufacturer and maintain in a clean condition during construction. ' 1. Replace panels that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. D. Louvers: Provide temporary protective coverings where needed and approved by louver manufacturer. ' Remove protective covering at time of Substantial Completion. 1. Restore louvers and vents damaged during installation and construction period, so no evid.-nce ' remains of correction work. If results of restoration are unsuccessful, as judged by Project Engineer,remove damaged units and replace with new units. a. Clean and touch up minor abrasions in finishes with air-dried coating that matches color ' and gloss of and is compatible with,factory-applied finish coating. 2. Test operation of adjustable wall louvers and adjust as needed to produce fully functioning units. ' END OF SECTION 13125 ' METAL BUILDING SYSTEMS 13125-25 1 1 � ' End Special Provisions 1 1 � 9 ' Page 1 of 3 ' ADDENDUM NO. 1 PROJECT NO. 31087 ' New Grease and Septage Acceptance Building at RWRF October 17, 2008 1. The bidderwill acknowledge receipt of this Addendum and his acceptance of its ' conditions by signing this Addendum and including it with his bid. BIDDER: ' BY: ' TITLE: ' CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT 1 1 1 1 - 1 ' Page 2 of 3 ' ADDENDUM NO. 1 PROJECT NO. 31087 ' New Grease and Septage Acceptance Building at RWRF October 17, 2008 1. Please find attached Pre-bid conference notes. They are part of this addendum and integral to the plans and specifications. ' 2. Drawings Sheet 2; Clarification - Electrical: Contractor to install conduit as shown. Owner(City) will pull wire and install the interior wiring. Plumbing: Ownerwill trench 1-1/2"effluent and potable waterto the building and extend the piping inside the building. Contractor to install copper lines through ' foundation using IPC approved sleeves and terminate the lines above the foundation with a 1-1/2" ball valve. Contractor to install drains and sewer as shown on drawings. ' 3. Drawings Sheet 4; Delete Sheet 4. Replace with revised sheet 4 attached. ' 4. Drawings Sheet S100; A slab shall be poured from the doorways to the existing driveway(approximately 10'from building to existing driveway). The slab will be 8" and slope to the sump as shown on the drawings. ' Change Top of Pit elevation to 551.80 ' 5. Drawings Sheet S300; Foundation drain will need to be extended with closed drain pipe northeast of the building to a storm inlet box. Contractor is to cut into and grout drain into the storm box. The distance to the inlet box is less than 75 feet from the proposed building. Change Top of Pit elevation to 551.80 on Section 1. ' 6. Specifications: Delete second page from Bid form in Bid Packet and s ecification-and re lace wit —a p p �--' h-attachedFBid¢Form-second-pages- ---_--_---- -- - -- ---- ' 7. Specifications: Section 13000 Delete second and third paragraph of Part 1.01. Delete Part 1.02. Clarification: Contractor is not responsible for sludge mate ' equipment delivery, storage, protection or installation. Contractor is not responsible for relocation of septage acceptance equipment. Proposal from VanDevanter and copy of drawing M - 01 may be ignored. ' 8. Add Section 8360-Overhead Doors.Clarification: Contractor to install overhead doors and controllers. Owner to install electrical service to door. ' 9. Delete Section 13125 - Replace with the following; ' Page 3 of 3 General Specifications for Construction of Building Please note: All construction, including foundation and building, shall comply with the City of Jefferson building code. These specifications are not intended to substitute for drawings and specifications prepared by a design professional (Engineer registered in the State of Missouri)for the roof trusses. Specifications: ' 1. Building footprint to be as shown on the drawings. 2. Roof shall be constructed with a minimum of 3/12 pitch, and shall be a 26GA standing seem ' steel roof. Color to be selected by the owner. Roof truss design shall conform to City Code (20 Ib/sf snow load, Wind load: 70 mph standard able to withstand 90 mph/90 second microburst). 3. Steel gutters and downspouts shall be installed in accordance with minimum standards for ' proper drainage. Color to be selected by the owner. 4. Frame material for the building shall be wood. 5. All siding shall consist of steel siding as shown on the drawings. Color shall be selected by ' the owner. 6. Aluminum soffit shall be installed under eaves with suitable ventilation points if appropriate. Color to be selected by the owner. 7. Walls to be insulated with a minimum of R19 insulation. ' 8. A ceiling is not required. Roof to be insulated with a minimum of R19 insulation. 9. Outside lighting shall be installed as shown on the electrical plan. 10. Garage doors shall have direct connected garage door openers installed on the interior walls ' adjacent to the doors. 11. One (1)single Tx T walk through doors shall be installed as indicated on the general elevation view of the building. They shall be a heavy duty, commercially rated steel with commercial quality deadbolt locks with at least 1"throw on the bolt. Door knobs shall also be ' commercially rated, and shall incorporate a lock in addition to the deadbolt lock. Lock cores will be provided and installed by the Owner. 12. A heating and/or air conditioning system is not required. ' 13. Afire suppression system (i.e.,sprinklers) is not required. 14. Toilet facilities are not required. 15. Wastewater Division will acquire the building permit from the City. ' Contractor shall be required to submit a building plan and a foundation plan (including the retaining wall along the entry ramp to the garage door)which has been sealed by a design professional (i.e., Architect or Engineer) licensed in the State of Missouri. Building plan and foundation plan must generally conform to the requirements listed above. 1 ' BID FORM (Revised October 17, 2008) ' Bidder will complete the work in accordance with the Contract Documents for the following price(s): ' Se to a Building. Complete and installed P 9 9 P ( use words ) (figures) 1 1 1 S ' SECTION 08360 ' OVERHEAD DOORS PART 1 GENERAL ' 1.1 SECTION INCLUDES A. Overhead sectional doors, electrically operated. B. Operating hardware, tracks, and support. 1.2 RELATED SECTIONS A: N/A 1.3 REFERENCES A. ASTM A 653/A 653M -Specification for Steel Sheet,Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. ' B. ASTM A 924/A 924M - Specification for General Requirements for Steel Sheet, Metallic-Coated by the Hot-Dip Process. C. ASTM B 209/209M - Specification for Aluminum and Aluminum-Alloy Sheet and ' Plate. D. ASTM B 221/221M- Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods,Wire, Profiles, and Tubes. 1.4 SUBMITTALS ' A. Submit under provisions of Section 01300. B. [ Product Data]: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. 4. Operation and maintenance data. ' 5. Nameplate data and ratings for motors. C. Shop Drawings: Include opening dimensions and required tolerances, connection details, anchorage spacing, hardware locations,.and installation details. ' D. Selection Samples: For each finish specified, two complete sets of color chips representing manufacturer's full range of available colors and patterns. E. Verification Samples: For each finish specified, two samples, minimum size 6 inches(150 mm) square, representing actual product, color, and patterns. ' 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the types of ' doors specified in this section, with not less than ten years of documented ' 08360-1 experience. ' B. Installer Qualifications: Company specializing in installing the types of products specified in this section, with minimum of five years of documented experience, and ' approved by the door manufacturer. 1.6 WARRANTY , A. Provide manufacturer's standard finish warranty against rusting. 1. Warranty period: 10 years. , PART 2 PRODUCTS 2.1 OVERHEAD DOORS - GENERAL ' A. Provide overhead doors manufactured as a complete assembly. Provide each door ' assembly comprising door panels, brackets, tracks, counterbalance mechanisms, and hardware, all as required for the opening size and headroom available. B. Hardware: Hinges and brackets manufactured from hot-dipped galvanized steel, , minimum 0.075 inch (1.91 mm)thickness.Ten ball steel rollers full floating in case- hardened steel races, mounted to fit the taper of the track. C. Tracks: Vertical tracks minimum 0.061 inch (1.55 mm)galvanized steel tapered and , mounted for wedge type closing. Horizontal tracks minimum 0.075 inch (1.91 mm) galvanized steel, reinforced with minimum 0.0897 inch (2.28 mm) galvanized steel angles as required. , 1. Track Width: 3 inches(75 mm). D. Spring Counterbalance:Torsion spring counterbalance mechanism sized to weight ' of the door, with a helically wound, oil tempered torsion spring mounted on a steel shaft; cable drum of die cast aluminum with high strength galvanized aircraft cable with minimum 7 to 1 safety factor. 1. Standard Cycle Spring: 10,000 cycle , 2.2 RIBBED STEEL DOORS A. Standard Duty Door:Clopay Model 525. Door ft 2 inches 6.15 m wide b 18 ft 5.5 m high. 1. Maximum Doo Size: 20 c es ( ) y ( ) , 2. Ste el Skin Thickness: Minimum 0.019 inch (0.48 mm). 3. Windows: 24 by 12 inch (610 by 300 mm)with polypropylene frame to match , door color. a. Glazing: 1/8 inch (3 mm) Sheet glass. 4. Finish: Exterior 1 mil (.025 mm)coating; interior 0.5 mil (0.013 mm) coating; color as follows: ' a. Brown. 2.3 ELECTRIC DOOR OPERATORS ' A. General: Provide electric door operator(Chamberlain Model J) provided by door manufacturer for door with operational life specified complete with electric motor and factory pre-wired motor controls, starter, gear-reduction unit, clutch, remote-control , stations, control devices, integral gearing for locking door, and accessories required for proper operation. Comply with NFPA 70. B. Disconnect Device: Provide hand-operated disconnect or mechanism for , 08360-2 , ' emergency manual operation while disconnecting motor, without affecting timing of limit switch. Mount disconnect and operator so they are accessible from floor level. ' Include interlock device to automatically prevent motor from operating when emergency operator is engaged. C. Design operator so motor may be removed without disturbing limit switch adjustment and without affecting emergency auxiliary operator. D. Provide control equipment complying with NEMA ICS1, NEMA ICS 2, and NEMA ICS 6, with NFPA 70 Class 2 control circuit, maximum 24-V, AC or DC. E. Electric Motors: Provide high-starting torque, reversible, continuous-duty, Class A insulated, electric motor, complying with NEMA MG 1, with overload protection, sized to start, accelerate, and operate door in either direction, from any position, at not less than 2/3 fps (0.2 m/s) and not more than 1 fps (.03m/s), without exceeding nameplate ratings or considering service factor. ' 1. Type: Solid State. 2. HP: a. 1/2hp(373 W). 3. Power Characteristics: a. 115 V. b. 1 phase. 4. Service Factor: a. NEMA 4 watertight. ' 5. Coordinate wiring requirements and electrical characteristics of motors with building electrical system. ' F. Remote Control Station: Provide momentary contact, 3-button control station with push - button controls labeled "Open", "Close" and "Stop". G. Provide interior units,fully guarded, surface mounted, heavy-duty type, with general- , purpose NEMA ICS 6 enclosure in one of the following types: 1. Enclosure Type: Type 4. H. Obstruction Detection Device: Provide each motorized door with indicated external ' automatic safety sensor able to protect full width of door opening. Activation of sensor immediately stops and reverses downward door travel. 1. Sensor Edge: Provide each motorized door with an automatic safety sensing edge, located within astragal or weather stripping mounted to bottom bar. Contact with sensor immediately stops and reverses downward door travel. Connect to control circuit using manufacturer's standard take-up reel or self- coiling cord. Sensing edge shall be operated by: ' a. Electric Fail safe. 2. Photo-electric control: Provide each motorized door with a photo-electric device that-will stop:and:reverse3he-downward door travel-if the-light beam is ' broken or blocked. Device shall be: a. NEMA Type 4. I. Limit Switches: Provide adjustable switches, interlocked with motor controls and set ' to automatically stop door at fully opened and fully closed positions. J. Provide auxiliary chain hoist: for emergency manual operation while disconnecting ' motor,without affecting timing of limit switch. Mount disconnect and operator so they are accessible from floor level. Include interlock device to automatically prevent motor from operating when emergency operator is engaged PART 3 EXECUTION ' 08360-3 3.1 EXAMINATION ' A. Examine wall and overhead areas, including opening framing and blocking, with ' installer present, for compliance with requirements for installation tolerances, clearances, and other conditions affecting performance of Work in this Section. 1. Proceed with installation only after unsatisfactory conditions have been corrected. ' B. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. ' 3.2 PREPARATION A. Prepare surfaces using the methods recommended by the manufacturer for , achieving the best result for the substrate under the project conditions. 3.3 INSTALLATION A. Install overhead doors and track in accordance with approved shop drawings and ' the manufacturer's printed instructions. 3.4 PROTECTION ' A. Protect installed products until completion of project. B. Touch-up, repair or replace damaged products before Substantial Completion. ' END OF SECTION 1 1 08360-4 , 1 Department of Community Development Patrick E.Sullivan, P.E.; Director 320 East McCarty Street Phone: (573)634-6410 Jefferson City, Missouri 65101 Fax: (573)634-6562 October 17, 2008 ' Subject: New Grease and Septage Acceptance Building Project No. 31087 Pre-bid Conference Notes A pre-bid conference was held in the class room of the Regional Water Reclamation Facility, 401 Mokane Road, October 14, 2008 for the above noted project. Those attending the meeting are as listed on the attached sign-in sheet. The meeting proceeded with a general discussion of the planned project and an overview of the specifications. This memorandum summarizes the proceedings of that meeting and the questions received at the meeting. In addition, this memo contains any questions received by telephone, etc. after the meeting and prior to issuance of addendum #1. Below are the items that were specifically discussed. ' GENERAL COMMENTS: ' NOTEABLE DATES: Bid Opening — WILL BE CHANGED TO FRIDAY, OCTOBER 24 at 1:30 p.m. (TURN IN BIDS TO FINANCE DEPARTMENT ON THE TOP FLOOR OF CITY HALL) Questions Cut Off—Wednesday October 22, 2008 12:00pm ' Anticipated Notice to Proceed—After December 1, 2008 CONTRACT TIME: 120 Calendar days ACTUAL DAMAGES: $282.00 per calendar day. WAGE ODER: 15. Extra-Drawings or digital images Pat Kliethermes, City of Jefferson 573-634-6410 ' General Questions: Eric Seaman, City of Jefferson 573-634-6410 Addendum #1 will be sent to all plan holders, Friday October 17 including the pre-bid notes, current ' plan holders list and meeting minutes. PLAN & SPECIFICATION REVIEW: Attention was drawn to each area of the plans. Contractor does not have to relocate the equipment from the Walnut Pump Station as described in ' Section 13000 in the specifications. City , 1 of ersonQ COMMUNITY DEVELOPMENT "buildinq a better communit ' F\CITY-PROJECTS\31087-Sewage acceptance building\Correspondence\Pre-bid Notes.doc QUESTION/ANSWER I Received at the prebid meeting and those received by telephone, etc. prior to 12:00 PM Friday October 17, 2008) QUESTION: Can potable water supply line be blue tube in lieu of copper? ANSWER: Both the potable and effluent lines need to be copper. City will trench 1-1/2" effluent and potable lines to the building. Contractor will be responsible for the sleeve through the ' foundation and a ball valve termination. City will run the piping inside the building. QUESTION: What are the coordination requirements on site? ANSWER: Half of the driveway on the west edge of the site needs to remain open for sludge truck traffic. Site is open 7:30 am to 4:00 pm Monday through Friday. During construction, arrangements can be made for opening/closing gates. City will disconnect the two lamps ' on the north and south of the proposed building to avoid any UG electrical problems. QUESTION: Where will the foundation drain shown on S300 daylight? ANSWER: This needs to drain and tie into the stormwater inlet located at the SE corner of the ' existing machine shed. This is less than 75 feet from the south side of the proposed septage and grease building. Contractor will have to cut and grout drain into box. ' QUESTION: What are the electrical requirements? ANSWER: Contractor is to install conduits as shown on the site plan. City will pull the wiring and run the interior building wiring. ' QUESTION: What can be done with surplus soil from excavation? ANSWER: There is a lot just east of the treatment plant property line that can be used to store the spoil. rRespectfully, ' Eric Seaman, P.E. Deputy Director of Wastewater Utility Services ' AH:es C: Plan Holders Meeting Attendees ,.Project File. _ ' Writer's File City�of nn Bill 1 of erson � ��� " COMMUNITY DEVELOPMENT 1U "building a better community" ......... ........... .......... ............ __... ' FACITY-PROJECTS\31087-Sewage acceptance bui!ding\Correspondence\Pre-bid Notes doc, Page 1 of 2 CITY OF JEFFERSON PRE-BID SIGN-IN NEW GREASE AND SEPTAGE ACCEPTANCE BUILDING.-JC RWRF PROJECT NO. 31087 October 14, 20081:30 p.m., JC RWRF, 401 Mokane Road Name (please print) Company (please print) Address (please print) Phone Fax M,Ca., OY76) 6'51_0 9-?3-634-6-44_3 �-re.� Lear ep.c�c�H t�lcc•�, Z9o(p /�o.es�/2.•d'c �.,, J G. �$�_ CoSia 9 573-C�s'9-3 Fyn 37. 5 2 c)C, JRCA-L aj yig I Monroe Stvee� JC Mo US 101 575- 93 -59'77 573-013•S_5a �•J•� G/:.�. �' C`'j � .L^5:..-- � r•V �'�C C',� { " 7,C 1✓a, SIB� S"� 3'1'(�3 f`� GJ�7��., S� -f�>Y" ��CI [A 4-1)Z 1r1�AVCp 5 01 �.�C�C?f i�I� `�G, AA CJ GS/O ! .s 73 7$013 - 0 L 7-3 - X9.3 - 4J,3 • N �M M i �? L ' SCALE: d o 1 'a = FULL SIZE e a W 1' HALF SIZE U 0'- LA -Wm W z i O° 0 ZOO Z Z ~w0 41' C wow Z w<m O W<o MATCH EXISTING CONCRETE MATCH EXISTING CONCRETE MATCH EXISTING CONCRETE �- ELEV. = 552.25± ELEV. = 552.02± ELEV. = 551:98± W o<o `o TOP OF PIT WALL ELEV = 551.80 '^ DRAIN ELEV 551.30 PIT FLOOR ELEV = 551.5 N o EXISTING EDGE OF CONCRETE EXISTING EDGE OF CONCRETE 'YI OUTSIDE GROUND CONCRETE ELEV Fl551 32 _ ```` S�Op f T p ORAIN 0 g7`f SLOPE INSTALL 1/2' PREFORMED PROPOSED ELEV. = 551.96 Z U EXPANSION JOINT. +-'•,.�•�r�g,''y. OUTSIDE CONCRETE FINISHED u o r• ?: GROUND ELEV. = 551.32. w INSTALL 1/2' PREFORMED U > u =; a EXPANSION JOINT. Z C Z Op0 4. 'e.•' V1 F W Z Z U 0DU w ��m f- Z O V. QC) O r< > Ov c� 'oo FINISHED FLOOR ELEV 552.36 a w O n 'W^ 0 o a Zi TOP OF PIT V. 552.19 W W z a 'o N FINISHED FLOOR ELEV 552.36 U— m m m a > o ° v U FINISHED GRADE OF CONCRETE x z J o of ro Y PAD ELEV 552.32 = ` t7 U_ v 6 0 0 W p INSTALL 1/2' PREFORMED v INSTALL 1/2' PREFORMED N EXPANSION JOINT MATERIAL O EXPANSION JOINT MATERIAL a m EXISTING CONCRETE 10'±, FINISHED FLOOR ELEV 552.36 FlNISHED FLOOR ELEV 552.3 SLOPE VARIES ' SLOPE VARIES _____ RAIN ELEV 51.30 c #4 SMOOTH DOWELS v 5 18' LONG AT 24' ON CENTER a I u I CLEAN BACKFlLL UNDER CONCRETE a PAD 6' MIN THINKNESS o I---------------� a� F a 0 f IT-FL�OR`ECEV-551:69. DRAIN ELEV 551.30- -TOP OF PIT FLOOR=EIFV 552.19—=--_- a o a� FLOOR ELEV 552.19 MOM— PIT -=- o PIT FLOOR ELEV 551.69 j PIT FLOOR ELEV 551.69 CONCRETE PAD I u d FROM EXISTING CONCRETE TO FRONT OF BUILDING 3 L� � FINISHED FLOOR ELEV 552.36 J FINISHED FLOOR ELEV 552.36 d Y X-1�I� BUILDING GRADE ELEVATIONS U (PLAN VIEW) S � U L� Page 1 of 3 ADDENDUM NO. 1 PROJECT NO. 311087 ' New Grease and Septage Acceptance Building at RWRF October 17, 2008 1. The bidder will acknowledge receipt of this Addendum and his acceptance of its ' conditions by signing this Addendum and including it with his bid. a ' BIDDER:,(A)i,,tcfV AAA (jXy6;f/A,K/ BY: TITLE: ' CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. . DIRECTOR OF COMMUNITY DEVELOPMENT 1 � Y 1 FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2413 - Project 31087, Septage Acceptance Building, Community Development - Wastewater Opened October 24, 2008 BIDS RECEIVED: Wisch& Vaughan Construction, Jefferson City, MO $.111,000.00 Concrete Engineering, Jefferson City, MO $ 116,000.00 GBH Builders,Jefferson City, MO $ 140,750.00 Sircal Contracting, Jefferson City,MO $ 157,800.00 J C Industries, Jefferson City, MO $ 158,833.00 FISCAL NOTE: 6400-9900-7000-0065 Relocate Septage Station $ 288,186.00 Bid 2413 $ 111,000.00 Balance $ 177,186.00 • PAST PERFORMANCE: This vendor has completed projects as specified and bid in the past. RECOMMENDATION: Staff recommends award of the bid in the amount of$ 111,000.00 to the lowest and best bid meeting the specifications as submitted by Wisch and Vaughan Construction of Jefferson City, Missouri. ATTACHMENTS - SUPPORTING DOCUMENTATION Signature Pur asin Ag Director, Co m ity velopment S�SY Qf nu w ���� 03e f ars o nO/��COMMUNITY DEVELOPMENT P IWI IM Memorandum PATRICK E.SULLIVAN,,PE;DIRg CTCR 320 East McCarty Street • Jefferson City, Missouri 65101 Phone: (573) 634-6410 • Fax (573) 634-6562 •www.jeffcitymo.org Date: November 20, 2008 To: Terry Stephenson- Purchasing Agent,Finance From: Eric Seaman, P.E. - Deputy Director for Wastewater G, Re: Septage acceptance building Project No. 31087 Wastewater has completed a review of the bids opened at 1:30 PM on October 24, 2008 for the above noted project. As part of the review all the bids were tabulated to check for math errors and to compare unit price quotes of the various contractors. Attached to this memo is the tabulation of the five (5) bids that were received for the project. Based on our review, we recommend acceptance of the bid the low bidder Wisch & Vaughan Construction P.O. Box 104388, Jefferson City, MO 65110. The bid is $111,000. • The project will be expensed as follows: Wisch & Vaughn Construction Company, Construction Contract$111,000): Account Number: Amount Available: Required: Remaining: 6400-9900-7310-0065 $288,186.00 $111,000.00 $177,186.00 If you need any other information please feel free to contact meat extension 6443. Attachments: Bid Tabulation Sheet Original Bid Submittals (kept by Finance) cc: Pat Sullivan Project File FACITY-PROJECTSM087-Sewage acceptance building\ConrespondenceNemo to Purchasing-Low Bider.doc City of Jefferson, Missouri Tabulation of Bids Bid Number 2413 Subject: Grease& Septage Accept. Bldg. Dept: Wastewater Wisch &Vaughan Const Concrete Engineering GBH Buiilders Date: October 24, 2008 Jefferson City MO Jefferson City MO Jefferson City MO PAGE 1 ITEM Est.Q Unit Price Total Price Unit Price Total Price Unit Price Total Price Septage Building, asspecified $111,000.00 $116,000.00 $140,750.00 City of Jefferson, Missouri Tabulation of Bids Bid Number 2413 Subject: Grease & Septage Accept. Bldg. Dept: Wastewater Sircal Contracting JC Industries Date: October 24, 2008 Jefferson City MO Jefferson City MO PAGE 1 ITEM Est. Q Unit Price Total Price Unit Price Total Price Unit Price Total Price Septage Building, asspecified $157,800.00 $158,833.00