Loading...
HomeMy Public PortalAboutORD14367 BILL NO. 2008-19 SPONSORED BY COUNCILMAN Penfold ORDINANCE NO. ) WS U/1 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH SAK CONSTRUCTION, LLC FOR BASIN 17 SEWER REHABILITATION. WHEREAS, SAK Construction, LLC has become the apparent lowest and best bidder on the Basin 17 Sewer Rehabilitation project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of SAK Construction, LLC is declared to be the lowest and best bid and is hereby accepted. Section 2.The Mayor and City Clerk are hereby authorised to execute an agreement with SAK Construction, LLC for Basin 17 Sewer Rehabilitation . 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 passa and approval. Passed: Appro 011siding Officer Mayor ATTEST: APPROVED AS TO FORM: AvyC k. C i ounselor • FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2389-Project 31085, Basin 17 Rehabilitation Community Development, Wastewater, Opened May 6, 2008 BIDS RECEIVED: Base Bid&Alternates SAK Construction, LLC, O'Fallon, MO $ 1,597,779.50 Insituform Technologies,Chesterfield, MO $ 1,867,545.90 Municipal Pipe Tool Co., Hudson, IA $ 1,854,374.55 Visu-Sewer Clean& Seal, Inc., Pewaukee, WI $ 2,251,370.75 FISCAL NOTE: 6400-9830-7310-0062 3502-9900-7350-3007 Sales Tax D 2002-07 Riverside PS &Rehab Misc.Neighborhood Improvements 2007-08 Budget $3,869,000.00 2007-08 Budget $ 90,632.00 Encumbered -0- Encumbered 7,500.00 Expended -0- Expended 24,994.74 Bid 2389 $1,318,654.50 Bid 2386 $43,214.00 • Balance $2,550,345.50 Balance $ 14,923.26 3503-9900-7350-3007 Sales Tax E 2007-12 Misc.Neighborhood Improvements 2007-08 Budget $ 600,000.00 Encumbered -0- Expended -0- Bid 2389 $235,911.00 Balance $ 364,089.00 PAST PERFORMANCE: The firm has not been awarded contracts in the recent past; however, staff believes they will perform the work as specified and bid. RECOMMENDATION: Staff recommends award of a contract to SAK Construction of O'Fallon, Missouri in the amount of$1,597,779.50. ATTACHMENTS - SUPPORTING DOCUMENTATION Signature j PurchasqniAgent Dire or, C ity Development 1 CONTRACT DOCUMENTS ,R All • CITYM'riri�- r-IiriHsbir►•' OF • � C 1 >`Sq' Wt t 9 L: ""FFI �• Y�fir. ,:. ' y{` i �. , ex Ail �fir: �..i ',r r#� � i { .1 6. :' �• 1•��'� 4 ,. �d"mot' ;, -. �. c F t 1 • t , SPECIF=ICATIONS AND CONTRACT DOCUMENTS PROJECT NO. 31085 . 1 Basin 17 Rehabilitation xra.ea.K ...3 i I — >i �fESS10� (SZ-28 -CU 1 ' Jefferson City Department of Community Development ' January, 2008 1 • 1 TABLE OF CONTENTS • Advertisement for Bids • Notice to Bidders • Information for Bidders ' Bid Form • Bid Bond ' Anti-Collusion Statement ' Contractor's Affidavit • Minority Business Enterprise Statement ' Minority Business Utilization Agreement ' Certification regarding Debarment, Suspension and other Responsibility Matters* ' Affidavit of Compliance with Prevailing Wage Law • Prevailing Wage Determination ' Affidavit of Compliance Public Works Contracts Law 1 Excessive Unemployment Exception Certification • Construction Contract • Performance, Payment, and Guarantee Bond - 1 General Provisions • Special Provisions 1 • Attachments .01510 Traffic Control Plan 01600 Product Requirements 01700 Execution Requirements 01731 Cutting and Patching 01740 Warranties and Bonds 01770 Closeout Procedures 02120 Tree Protection and Trimming 02140 Dewatering 02160 Excavation Support Systems 02220 Excavation, Backfilling and Compaction 02480 Landscape Work 02740 Sanitary Sewer Cleaning 02741 Sanitary Sewer Inspection 02751 Internal Repairs to Sanitary Sewers 02752 Joint and Pipe Crack Sealing and Root Control for Sanitary Sewers ' 02753 External Repairs to Sanitary Sewers 02754 Cured-in-Place Pipe Lining(Full length) 02771 Cementitious Repair of Manholes 02772 Chemical Sealing of Manholes 02773 Manhole Frame Repairs 02774 Epoxy Coatings for Manholes 02790 Sewer Flow Control 02950 Pavement Replacement ' 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 McCarty • Street, Jefferson City, Missouri 65101, until 1:30 PM, on Tuesday, May 6, 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. 31085, Basin 17 Rehabilitation" will include the furnishing of all material, labor, and equipment to rehabilitation of the sanitary sewer system in Basin 17, including cured-in-place lining, ' root control, joint and pipe grouting. A pre-bid conference will be held at 9:30 AM, on Tuesday, April 22, 2008 in the 1 Conference Room located at 2320 Hyde. Park Road, Jefferson City, MO 65109. All prospective bidders are urged to attend. 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-five Dollars ($25.00) will be required for each set of plans and specifications. Individual full size sheets of the plans may be ' 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. At least 3.2 percent of the contract amount shall be expended for Minority Business Enterprises. • The project will be financed through the Missouri State Revolving Fund, established by ' the sale of Missouri Water Pollution Control bonds and Federal Capitalization Grants to Missouri. Neither the Missouri Department of Natural Resources, its divisions, nor its employees will be a party to the contract at any tier. All prospective Bidders must be prepared to submit qualification information as described in the Instructions to Bidders. Any Bidder whose firm or affiliate is listed on the GSA publication titled "List of Parties . Excluded from Federal Procurement or Non-Procurement Programs"is prohibited from ' the bidding process; bids received from a listed party will be deemed non-responsive. A Bid security in the amount of five percent of the Bidder's maximum Bid Price is required. Bidders on this work will be required to comply with President's Executive order No: 11246.'- 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 Date April 6, 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, May 6, 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. 31085, Basin 17 Rehabilitation" will include the furnishing of all material, labor, and equipment to rehabilitation of the sanitarysewer system in Basin 17, including cured-in-place lining, ' root control, joint and pipe grouting. A pre-bid conference will be held at 9:30 AM, on Tuesday, April 22, 2008 in the Conference Room located at 2320 Hyde Park Road, Jefferson City, MO 65109. 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, 1 Missouri. A non-refundable deposit of Twenty-five Dollars ($25.00) will be required • for each set of plans and specifications. Individual full size sheets of the plans may 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 amount 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 ' INFORMATION FOR BIDDERS • IB-1 SCOPE OF WORK The work to be done under this contract includes the furnishing of all technical personnel, labor, materials, and equipment required to perform the work included in the project entitled "Project No. 31085, Basin 17 Rehabilitation" 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, and ' equipment to rehabilitation of the sanitarysewer system in Basin 17,including cured-in- place lining, root control,joint and pipe grouting. 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, plans, 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 1 then be delivered to all bidders to whom Plans and Specifications have been issued. All addenda issued shall become part of the contract documents. Failure to have requested an addendum covering any questions affecting the interpretation of the Plans and Specifications shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. I13-4 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. • IB-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 as liquidated damages for such failure or refusal, the security deposited with his bid. IB-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 phraseology of the bid, or addition to the items mentioned therein. Any conditions, limitations or provisions 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. IB-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 the ' purchase of goods and materials for this project. The contract for the project will authorize and direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and materials for the project. This provision shall apply to only those purchases totaling over$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 the ' 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. ' I113-9 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 • 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. 31085, Basin 17 Rehabilitation". 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) days 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 City of Jefferson. IB-15 AWARD OF CONTRACT If, within seven (7) days after he has received notice of acceptance of his bid, the successful 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. • F ' IB-17 INDEMNIFICATION AND INSURANCE The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss ' 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 expense caused by any act or omission of the Contractor and/or his subcontractors, their 1 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 wage ' 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 290.210 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 make, 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 1 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 work are to be performed. ' IB-24 CONTRACT TIME The contract time shall be 270 calendar days. IB-25 LIQUIDATED DAMAGES Liquidated damages shall be assessed at the rate of Five Hundred Dollars ($500.00) per calendar day until the work is complete, should the project not be completed within the 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. IB-27 BID PACKET Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. IEach 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: IB-28 MISSOURI SALES TAX EXEMPTION ' • Missouri State Sales Tax Law, Section 144.030, Paragraph 15; states in part "Machinery, equipment, appliances and devices purchased or leased and used solely for the purpose of preventing, abating or monitoring water pollution, and materials and 1 supplies solely required for the installation, construction or reconstruction of such machinery,equipment,appliances and devices,and so certified as such by the Director of the Department of Natural Resources" are exempt from State and Local Sales and Use Taxes. Bidders shall include the provisions of this exemption status in their bids. It shall be the Contractor's responsibility to apply for and obtain the required sales tax exemption determination. Application forms (Department of Revenue form DOR 318) for Sales Tax Exemption - Water Pollution Control can be obtained by contacting the Missouri Department of Natural Resources, P.O. Box 176, Jefferson City, Missouri 65102 or the Department of Revenue, P.O. Box 840, Jefferson City, Missouri 65105 (573 751-2836). IB-29 SMALL, MINORITY, WOMEN'S AND LABOR SURPLUS AREA BUSINESSES Bidders are required to complete the Minority and Women's Business Enterprise Utilization Worksheet included in the Bid Form. The requirements for Bidders are explained in Region VII Procedures for Implementation of 40 CFR Part 31.36(e)which is included in Section 00820 of these Bidding Documents. Bidders are required to expend at least three and two-thirds (3.66) percent of the contract, if awarded, for Minority Business Enterprise (MBE). For purposes of this • commitment, the term "Minority Business Enterprise" shall mean a business: • Which is at least 51 percent owned by one or more minorities or women, 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 • 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 Africa); • Hispanic(a person of Spanish or Portuguese culture with origins in Mexico, South or Central America, or the Caribbean Islands, regardless of race); • Asian American (a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian sub-continent, or the Pacific Islands); • American Indian and Alaskan Native (a person having origins in any of the original peoples of North America); • Members of other groups, or other individuals, found by the Small Business Administration under Section 8(a) of the Small Business Act, as amended [15 ' U.S.C. 637(a)] to be economically and socially disadvantaged. • A female person who requests to be considered as an MBE, and who "owns" and "controls" a business as defined herein. r ' Minority Business Enterprises may be employed as contractors, subcontractors, or • suppliers. ' Bidder will be required to certify that the minority firm(s)engaged to provide materials or services in the completion of this project: (a) is a bona fide Minority Business Enterprise; and (b) has executed a binding contract to provide specific materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished by the City of Jefferson. The Bidder will provide written notice to the Liaison Officer of the City of Jefferson indicating the Minority Business Enterprise(s)it intends to use in conjunction with this contract. This written notice is due five days after notification to the lowest bidder. Certification that the Minority Business Enterprise(s) has executed a binding contract with the Bidder for materials or services should be provided to the MBE Coordinator at the time the bidder's contract is submitted to the MBE Coordinator. Breach of this commitment constitutes a breach of the bidder's contract, if awarded. END OF INFORMATION FOR BIDDERS • i 1 1 1 1 i . ' BID BOND ' KNOW ALL MEN BY — THESE -PRESENTS, that we, the undersigned,_SA_KConstruction, L_L_C_ _ __ ___as Principal, and Safeco Insurance Company of America as Surety, are hereby held and firmly bound unto the CITY OF JEFFERSON, MISSOURI , as owner,. in the penal sum of Five Percent of Proposal Price(5%of P.P.) -for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves; our heirs, executors, administrators,successors and assigns,this 18th day of April ,200 8 The condition of the above obligation is such that whereas the Principal has submitted ' to the CITY OF JEFFERSON, MISSOURI a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing,for the project entitled: "Project No.31085, Basin 17 Rehabilitation" NOW,THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in ' accordance with said Bid)and shall furnish a bond for his faithful performance • of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith,shall in all other respects perform i ' the agreement created by the acceptance of said Bid,. then this obligation shall be void,otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liabilityof the Suretyforanyand all claims hereunder ' shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety,for value received,hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by 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. SAK Construction, LLC 103 North Cool Springs Road, O'Fallon, MO 6L3:6Q Principal'� tl SEAL eco Insurance ompany of Americ 330 North Brand/Blvd.. Glendaie CA 91203 _ �rety � ® By. Thomas Bean,Attorney-In-Fact ' ACKNOWLEDGEMENT FOR CONTRACTOR ACKNOWLEDGEMENT FOR CONTRACTOR, IF LIMITED LIABILITY COMPANY STATE OF /yI/sre✓</ } ' COUNTY OF3-4 Lh4wl-5 } ON THE Z DAY OF � 1 C 2-a�� , BEFORE ME ' PERSONALLY APPEARED �.,j 2v+�v�ti-.aw TO ME KNOWN AND KNOWN TO ME TO BE THE kd �� OF SAK CONSTRUCTION, ' LLC., A LIMITED LIABILITY COMPANY, DESCRIBED IN AND WHO EXECUTED THE FOREGOING INSTRUMENT AND ACKNOWLEDGED TO ME THAT (S)HE EXECUTED THE FOREGOING INSTRUMENT AND ACKNOWLEDGED TO ME THAT (S)HE EXECUTED THE SAME AS AND FOR THE ACT AND DEED OF SAID LIMITED LIABILITY COMPANY. • l� l Notary Public ' Troy Thomas Bradshaw Notary Public Notary Seal State of Missouri county X1 Warren My Commission expires Commission#074102`73 i 1 - 1 • 1 1 - • Safeco Insurance Company of America POWER General Insurance Company of America a OF ATTORNEY Seattle.WA 98185 ! No. 13188 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,'each a Washington corporation,does each hereby appoint 1 ..­—RICHARD G.AVERY;THOMAS BEAN;KAREN BOWLING;MARY ALICE J.CORBETT;PETER F.JONES;SUSAN LUPSKI; GERARD S.MACHOLZ;CAMILLE MAITLAND;DIANA L.PARKER;ROBERT T.PEARSON;RITA SAGISTANO;Garden City,New York;KATHLEEN M.CRISTIANO;JOSEPH DOBKOWSKI,JR.;ADRIANNE SCALERA;Clark,New Jersey;RUSSELL M. CANTERBURY;JOANN DOMBROWSKI;MARION R.VAIL;Farmington,Connecticut"*......«............................. 1 its true and lawful attorney(s)-in-tact,with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF ' AMERICA have each executed and attested these presents this 12th day of February 2008 ' ! /uQf. e! ' STEPHANIE DALEY-WATSON SECRETARY TIM MIKOLAJEWSKI SENIOR VICE-PRESIDENT SURETY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V,Section 13.-FIDELITY AND SURETY BONDS...the President,any Vice President,the Secretary,and any Assistant Vice ' President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as • attorneys-in-fact or under other appropriate Utles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or, 1 undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,however,that the seal shall not be necessary to the validity of any-such instrument or undertaking.' Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28.1970. ' "On any certificate executed by the Secretary o,an assistant secretary of the Company setting out, (1) The provisions of Article V,Section 13 of the By-Laws,and (ii) .A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attomey appointment is in full force and effect, 1 the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof.' 1,Stephanie Daley-Watson Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-taws,the Resolution 1 and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 18th day of April 2008 ! E en E ' SEAL W SEAL QfJ y X rF1 53 Ls�190 STEPHANIE DALEY-WATSON,SECRETARY Satec_o®and the Salew logo are registered trademarks of Safew'Corporatbn. • S-097410S 4105 WEB POF • ' ACKNOWLEDGMENT OF SURETY COMPANY STATE OF .New York COUNTY OF .Na��au.......... } ss On this ... April 18,2008......................... before me personally came ..... Thomas Bean.................................. ' to me known, w_tio, being by ' me duly sworn, did depose and say; (fiat tie/she resld�s in Suffolk County State of.. M............. le is the ey-n-F t of he ...... .................. ................................. 5 •Neva Yo ., that lie/st Attom 1 2�c t ' „Safeco insurance,...... y o=America... the corporation described in which executed (fie above instrument that he/she knows the seal of said corporation; that the seal affixed to said instrument Is such corporate seal;that is was so affixed by the Board of Directors of sold corporation; and that helshe.igned ' his/her name thereto by like order, and the affiant did further.depose and say that the Superintendi nt of Insuranoe of the'Slate of Ne*York, has, pursuant to Section 1111 of(lie insurance Law of the State o- New York, issued to Ma co Insurance Company of America (Surety) lilsrfler Certine lie of .. .................................................... ' qquaGfloatlon evidencing the qualffication of said Company and Its sufficiency under any law of the State oi'New . York-as surety and guarantor, and the propriety of acceptin appro n - su and that such certlGcate has not bden revoked. .. fJotary Pub(ic.......... • GRACE ACKERSO Nota P uWio 6tate oT New York YY tdUtaMCQCuAuu Dined In Hum County Commission Exp{ms June 14, 1 1 Insurance SAFECO INSURANCE COMPANY OF AMERICA FINANCIAL STATEMENT—DE CEMBER 31,2007 • Assets Liabilities Cash and Bank Deposits........................................ S 53,483,126 Uneamed Premiums.............................................. $ 728,534,002 *Bonds—U.S Government................................. ....16 728,067 Reserve for Claims and Claims Expense...................1,560,913,950 . Funds Held Under Reinsurance Treaties............... . 430,979 *Other Bonds........................................................... 2,478,711,287 Reserve for Dividends to Policyholders.................... 2,421,611 *Stocks.................................................................... 499,235,954 Additional Statutory Reserve................................ _ Real Estate..................... .. 0 Reserve for Commissions,Taxes and .............................................. Other liabilities............................................. 936,336,881 Agents'Balances orUncollectedPremiums.................625,553,621. .. . Total.:__ _:.. $3,228,637,423 Accrued Interest and Rents.................................... 33,936,490 Special Surplus Funds......... S 226,334 Other Admitted Assets.............................................. 359599372 Capital Stock................................ 5,000,000 ' Paid in Surplus................................275,002,873 Unassigned Surplus................... 558381,487 Total Admitted Assets..____....__..__..___-$4,Ob7,248 L Surplus to Policyholders--------------- 83Rr610,694 Total Liabilities and Surplus--------------- 54.067 4R.1]7 Bonds arc stated at amortized or investment value;Stocks at Association Market Values. CPa Securities carried at$124,368,976 are deposited as required by law. ' SEAL 195 1 � 1, TIM MIICOIAJEWSRI,Senior Vice-President of SAFECO Insurance Company of America,do hereby certify that the foregoing is a true,and correct statement of the Assets and Liabilities of said Corporation,as of December 31,2007,to the best of my knowledge and belief. . IN WTINESS WHEREOF,I have hereunto set my hand and affixed the seal of said Corporation at Seattle,Washington,this 1st day of March,2008. 1 Senior Vice-President 8-1262a 3rS6 ®A registered trademark of SAFECO Corporation • 1 ' Page 1 of 2 . r ADDENDUM NO. 1 PROJECT NO. 31085 BASIN 17 REHABILITATION ' APRIL 24,2008 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. BIDDER: —r1-U(' k D L.c L— BY: da ��2 TITLE: CITY OF JEFFERSON, MISSOURI ' PATRICK E.SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT I • 1 ADDENDUM NO.2 . • PROJECT NO.31085 COMMUNITY DEVELOPMENT Basin 17 Rehab May 1,2008 1 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. ' BIDDER: BY: � TITLE: V G e�� 5 t �P_ t� 1 ADENDUM 1. Alternate A — Industrial Drive Stormwater Pipe Lining had one cross road pipe label ' inadvertently left off the plan sheet adjacent to the pipe labeled Item#16.. Add Item#17, • which is a 60 Linear Foot by 15-inch Diameter Corrugated Metal Pipe. 2. The Bid Sheet Entitled "Itemized Bid Form (Revised April 30, 2008)" included herein shall be used for submission of bids. Item Number 36 has been revised from 300 Linear Feet to 360 Linear Feet of 15-inch Dia. CIP Stormwater Pipe Lining. 3. Drawings: Sheet 3—Item 22. Clarification—Manhole 328 to be installed by Owner prior ' to liner installation. Sheet 7 — Clarification — Liners for pipelines under the railway should be normal fully deteriorated design without external railway loading. 4. Ariel views of the stormwater and sanitary sewer system can be viewed from the website at www.midmogis.org(Interactive Maps—Planning and Infrastructure—Select layers for sewer and stormwater. CITY OF JEFFERSON,MISSOURI ' PATRICK E.SULLIVAN,P.E. DIRECTOR OF COMMUNITY DEVELOPMENT City�or, .91 Pat of erson COMMUNITY DEVELOPMENT "building a better community" __ .,,_.._... .. .... ._ 9 `f ' F:\CITY-PROJECTS\31085 2007 basin 17 rehab\Contract Documents\Addendem_2-Draft-Don:doc B . • ID FORM . Name of Bidder�� �� L-�—�- Address of Bidder 0 3 L� . ` t- dder o (2-d To: CITY OF JEFFERSON O� �c ��, � �033�0Q 320 East McCarty Street Jefferson City, Missouri 65101 - THE UNDERSIGNED BIDDER,having examined the-plans, specifications, regulations of the Contract, Special Conditions, other proposed contract documents and all addenda thereto; and being acquainted with and fully understanding(a)the extent and character of the work covered by this Bid; (b)the location, arrangement, and specified 1 requirements for the proposed work; (c) the location, character, and condition of existing streets, roads, highways, railroads, pavements, surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other ' installations, both surface and underground which may affect or be affected by the proposed work; (d)the nature and extent of the excavations to be made and the type, character, and general condition of materials to be excavated; (e) the -necessary . handling and rehandling of excavated materials;(f)the location and extent of necessary . or probable dewatering requirements; (g)the difficulties and hazards to the work which might be caused by storm and flood water; (h) local conditions relative to labor,. transportation, hauling,and rail delivery facilities; and(i)all otherfactors and:conditions affecting or which may be affected by the work. ' HEREBY PROPOSED-to furnish all required materials, supplies, equipment,tools, and plant; to perform all necessary labor and supervision; and to construct, install, erect, and complete all work stipulated, required by, and in accordance with the proposed contract documents and the drawings, specifications, and other documents referred to therein (as altered, amended, or modified by addenda) in the manner and time prescribed and that he will accept in full payment sums determined by 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 shown on the drawings and described in the specifications, and that increases or decreases may be 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: 1 1 tSUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he shall list them. N1, �,�►��1.c.� -P e S,�.r�,e,e s e.� tom,�.� ete2-. TIME OF COMPLETION The.undersigned hereby agrees to,complete the project within 270 calendar days, subject to the stipulations of the regulations of the.Contract and the Special Provisions. ' 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 interested in the bid as principal or principals is or are named herein and that no other persons or ' firms than herein mentioned have any interest in this bid or in the Contract to be entered into; and this bid is made without connection with any other person, company, or parties making a bid; and that it is in all respects fair and in good faith, without ' collusion or fraud. The following documents are attached to and made a condition of this Bid: ' A. Required Bid Security B. EPA Region VII Minority and Women's Business Enterprise Utilization Worksheet rC. Certification Regarding Debarment,Suspension and Other Responsibility Matters The undersigned agrees that the accompanying bid deposit shall become the property of the Owner, should he fail or refuse to execute the Contract or furnish Bond as called for in the specifications within the time provided. If written notice of the acceptance of this bid is mailed,telegraphed, or delivered to the undersigned within sixty (60) days after the date of opening of bids, or any time thereafter before this bid is withdrawn, the undersigned will, within ten (10) days after the date of such mailing,telegraphing, or delivering of such notice, execute and deliver 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: I 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 '� m ('0 a ($ ) ' Dollars (cashier's check), make payable to the City of Jefferson. Signature of Bidder: If an individual, , doing business as ' If a partnership, , member,of firm. by ' If 4Ggmwe4ion, s �1 c� C) �- ' Title J Ld SEAL Business Address of Bidder 0 o L-C-' If Bidder is a coclaoratien, supply the following information: State in which ' I�• sS o ti� Name and Address of its: President(-7 —�� ' Secretary ST�vE ST�►L _ ' Date • ' 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 r 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, AND WOMEN'S BUSINESS UTILIZATION AGREEMENT ' 6) CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS 1 B - 28 ( See Attached) • ! ! ! ! Pagel of 2 ' CITY OF JEFFERSON ITEMIZED BID FORM(REVISED APRIL 30,2008) 1 BASIN 17 REHABILITATION PROJECT NO.31085 ITEM APPROX. UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 6-inch full length cured-in-place lining LF 1,045 1-1.JCS �-�,o?0.00 6-inch full length cured4n-place lining with 2 difficult access LF " 334 ?. DO �, ova'00 1 3 84nch full length cured-in-place lining LF 17,281 3.50 i/06 103,5a 8-inch full length cured-in-place lining with 4 difficult access LF 3,862 31, 00 l JR, -7a;?.&& 5 10-inch full length cured-in-place lining LF 792 cZ`l-00 �L; 00 1 6 124nch full length cured-in-place lining LF 132 ti 5. 7 15-inch full length cured-in-place lining LF 944 VO 154nch full length cured-in-place lining with 8 difficult access LF 200 ��,'sb Od.Ob 9 24-inch full length cured-in-place lining LF 85 61:00 1H. I q 5-©0 10 36-inch full length cured4n-place lining LF 4,715 123.00 �7R, 9�i�•d b • 11 124nch cured4n-place shortliner LS 1 ,(05,00 ;t, i Cy5.00 12 Root Control LF 4843 1, UG 14, u3.©d 13 8-inch Joint testing LF 4,225 11 ,00 H(o,C1 oo 1 14 10-inch Joint testing LF 389 11, 00 14,a1 R 15 12-inch Joint testing LF 229 11,00 a, 51 q,CP ' 16 15-inch Joint testing LF 0 1.4;.00 - O ` 17 Joint and Pipe Sealing Material GAL 600 00,fSo S, (oo:ou 18 Joint and Pipe Sealing and Testing-All sizes JOINT 250 1 19 Pipe Defect Sealing and Testing EA 10 ,00 , 1 UG,00 20 Lateral testing and grouting EA 27 5.00 1%.W15100 21 Lateral Grinding EA. 15 13F�,00 '�,O;t5.00 1 21A Clean,Televise and Evaluate-All sizes of-pipe LF 1200 TOTAL BASE BID i 1 Page 2 of 2 ITEM APPROX. UNIT ' NO. DESCRIPTION UNIT QUANTITY PRICE -AMOUNT ALTERNATE A-INDUSTRIAL DRIVE STORMWATER PIPE LINING ' 30 Mechanical Pipe Cleaning LF 250 ,03 S0.OG- 31 Void Grouting. CY 100 0 d C6,6,00,oa ' 32 4'x 4'Junction Box EA 3 33 4'x 5'Junction Box EA 1 55•vK; ' 34 Additional Junction Box Depth VF 20 rj ciG.W G+,�RCX3.00 Remove and Replace Top of Existing Junction 35 Box!Inlet EA - 3 3,sr175,Goo i(i.W 0_0 36 15-inch Dia.CIP Stormwater Pipe Lining LF 360 -7 J.Do U q86,00 37 24-inch Dia.CIP Stormwater Pipe Lining LF 665 ,GO L1, i8U,C10 38 30-inch Dia.CIP Stormwater Pipe Lining LF 225 ' 39 36-inch Dia.CIP Stormwater Pipe Lining LF 445 (o7.Dry -714, .00 40 42 4nch Dia. CIP Stormwater Pipe Lining LF 140 200,00 Wg ,XC,00 41 Construction SignageTraffic Control LS 1 —31 (�J 3.rjc�•CP ' 42 Seeding and Mulching AC 0.2 O�j.Q© TOTAL ALTERNATE A Signatu i e� Date • I ' BID BOND • KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, ---------- _____ and as Surety, are hereby held and firmly tbound unto the CITY OF JEFFERSON, MISSOURI as owner, in the penal sum of for the payment of which, well and A truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, 1 administrators, successors and assigns, this day of ; 2.00 . 1 The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF JEFFERSON, MISSOURI.a certain Bid, attached hereto and hereby made a ,. part hereof to enter into a contract in writing,for the project entitled: 1 "Project No. 31085, Basin 17 Rehabilitation" NOW, THEREFORE, 1 (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute-and deliver a 1 contract in the Form of Contract attached hereto (properly completed in accordance with said Bid)and shall fumish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or 1 furnishing materials in connection therewith, shall in all other respects perform • the agreement created by the acceptance of said Bid, 1 then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. 1 The Surety,for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by the extension of the time within 1 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 1 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. 1 (L.S.) .Principal 1 By: SEAL 1 Surety • By: 1 1 . l ANTI-COLLUSION STATEMENT • ' STATE OF InISS009I ) COUNTY OF .S1E CLicu��rt ) I 1 r, being first duly swom, deposes and says that he is "C l`@-S,n of TITLE OF PERSON SIGNING 1 S A « ' NAME OF 8IDDER that all statements made and facts set out in the bid for the above project are true and correct; and that the bidder(the person, firm, association, or corporation making said bid)has not, either directly or indirectly,entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in ' connection with such bid of any contract which result from its acceptance. Affiant further certifies that bidder is not financially interested in, or financially affiliated ' with, any other bidder for the above project. . - ,,J (BY) •ate+'/ �L�.. ' Sworn to before me this 2- day of IM AAA 200 . Troy Thomas Bradshaw Notary Public Notary Seal State of Missouri County of Warren My Commission Expires 12/11/2011 NOTARY PUBLIC Commission 0 07410273 1 My commission expires: t . CONTRACTOR'S AFFIDAVIT • ' This affidavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted. STATE OF rI?�sSoy2� ) ) ss ' COUNTY.OFS f.. -U4tzL.. The undersigned, P o,N.e S •. Jr• , of lawful age, being first duly sworn states upon oath that he is of ' the contractor submitting the attached bid, that he knows of his own knowledge and states it to be a fact that-neither said bid nor the computation upon which it is based ' include any amount of monies, estimate or allowance representing wages, moneys or iexpenses, however designated, proposed to be paid to persons who are not required to furnish material or actually perform services upon or as a part of the proposed project. '7 AFFIANT ' Subscri bed and sworn to before me, a Notary Public, in and for the County and State aforesaid, this 2 day of y►^An , 20 O e 1 Troy Thomas BradshaW / �j Notary Public Notary Seal 7/'1.�.� state of Missouri County of Warren NOTARY PUBLIC My Commission Expires 1 211 112011 Commission#07410273 My.Commission Expires: I zili ho(i • ' MINORITY BUSINESS ENTERPRISE STATEMENT ' Contractors bidding on City contracts shall take the following affirmative steps to assure 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 MBE 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 construction. 4. Qualified small, women owned, and minority business. will be solicited 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 g 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 A. The bidder agrees to attempt to expend at least three and two-tenths(3.2) % of the contract, if awarded, for'Minority Business Enterprise (MBE). For purposes of this goal, the term "Minority Business Enterprise" shall mean a business: 1. Which is at least 51 percent owned by one or more minorities or women, ' 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 Africa); ' 2. Hispanic (a person of Spanish or Portuguese culture with origins in Mexico, South or Central America,or the Caribbean Island, regardless 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 Pacific 1 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 economically 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. • ' B. The bidder must indicate the Minority Business Enterprise(s) proposed for utilization as part of this contract as follows: ' Name and Addresses Nature of Dollar Value of of Minority Firms Participation Participation 3o dS 1 1 t� Total Bid Amount: 1� S°17, 77�3.5� Total: aSZ-46 C rPercentage of Minority Enterprise Participation: -a % ' C. The bidder agrees to certify that the minority firm(s) engaged to provide materials or services in the completion of this project: (a)is a bona fide Minority Business Enterprise;and(b)has executed a binding contract to provide specific materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished by the ' City of Jefferson. The bidder will provide written notice to the Liaison Officer of the.:City of Jefferson indicating the Minority Business Enterprise(s) it intends to use in conjunction with this contract. This written notice is due five days after notification to the lowest bidder. Certification that the Minority Business Enterprise(s) has executed a binding contract with the bidder for materials or services should be provided to the MBE Coordinator at the time the bidder's contract is submitted to the MBE Coordinator. ' D. The undersigned hereby certified that he or she has read the terms of this 9 Y agreement and is authorized to bind the bidder to the agreement herein set ' forth. 1?�:, C=> - A "(15 NAME OP AUTHORIZED OFFICERQS .e. � DATE ' SIGNAT RE OF AUTHQMZED OFFICER 1 • r r MISSOURI STATE REVOLVING FUND and • STATE GRANT & LOAN PROGRAMS fMINORITY AND WOMEN'S BUSINESS ENTERPRISE UTILIZATION WORKSHEET Funding Recipient -\�"✓Q'S�� Project No.: I Contractor/fir: S em u-- CD LL---,- U P CA,0_t 'L_L 1z_ Address: l0 3 .►. Cool —j'-'q,r r S �'�t l--).a,I D 3,6CoL Contact Person: 0!1 -R-i Telephone No.LoN o--:57R Z'S'v Amount of Contract L, 617, 779,w MBE Percentage WBE Percentage 4.a l: 1. MBE Subcontractor WBE�Address 3 _t�>c t-'VmFr*- C'E-. L.GQ 1s5-"PL,-( kt- t Li O L-4 Contact Person Ju e 1� Deft AQ.L,, Telephone No.Q%-5 yf,► 2oa o ' OA MBE/WBE Certi cation Number MODOT MBE/WBE Certification(Yes) (No) Amount of Subcontract 42:7 242S0 ' Scope of Work -Q_et> e cJ ' 2. MBE Subcontractor • WBE Address Contact Person Telephone No. OA MBE/WBE Certification Number MODOT MBE/WBE Certification(Yes) (No) Amount of Subcontract Scope-of Work ' 3. MBE Subcontractor WBE Address Contact Person Telephone No. ' OA MBE/WBE Certification Number MODOT MBE/WBE Certification(Yes) (No) Amount of Subcontract . ' Scope of Work ' Rev. 04/09/08 MBE Subcontractor WBE Address ' Contact Person Telephone No OA MBE/WBE Certification Number MODOT MBE/WBE Certification(Yes) (No) ' Amount of Subcontract Scope of Work 5. MBE Subcontractor -WBE Address Contact Person Telephone No. ' OA MBE/WBE Certification Number MODOT MBE/WBE Certification(Yes) (No) Amount of Subcontract ' Scope of Work ' 6. MBE Subcontractor WBE Address Contact Person Telephone No OA MBE/WBE Certification Number MODOT MBE/WBE Certification(Yes) (No) Amount of Subcontract Scope of Work ' Comments i ' Prepared By: 'I Telephone Number: �° ' -O 3� Z" > o t3 Date: Rev. 04/09/08 Notice of Requirement for Affirmative Action To Ensure Equal Employment Opportunity • (Executive Order 11246) 1. The Offeror's or Bidder's attention is called to the"Equal Opportunity Clause"and the"Standard Federal Equal Employment Specifications"set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for . the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as ' follows: ' Time- Goals for minority participation for Goals for female participation in each Tables each trade trade 3.2% 6.9% ' These goals are applicable to all the Contractor's construction work(whether or not it is Federal or federally assisted)performed in the covered area. If the contractor performs construction work in a ' geographical area located outside of the covered area,it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area,the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. ' The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 604 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals.The hours of ' minority and female employment and training must be substantially uniform throughout the length of the contract,and in each trade,and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects.The transfer of minority or female employees or trainees from ' Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract,the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. ' 3: The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation.The ' notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be ' performed. 4. As used in this Notice,and in the contract resulting from this solicitation, the "covered area"is Cole ' County including the City of Jefferson. [43 FR 49254,Oct. 20, 1978; 43 FR 51401,Nov. 3, 1978, as amended at 45 FR 65977, Oct. 3, 1980] • 1 1 Standard Federal Equal Employment Opportunity Construction Contract Specifications • (Executive Order 11246) ' 1. As used in these specifications: a. "Covered area"means the geographical area described in the solicitation from which this contract resulted; ' b. "Director"means Director,Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; ' c. "Employer identification number"means the Federal Social Security number used on the Employer's Quarterly Federal-Tax Return,U.S. Treasury Department Form 941. ' d. "Minority"includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic ' origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); ' (iii)Asian and Pacific Islander(all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian or Alaskan Native(all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership ' and participation or community identification). • ' 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals ' for minority and female participation and which is set forth in the solicitations from which this contract resulted. 1 3. If the Contractor is participating(pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area(including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an ' approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a ' goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. ' 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7 a through p of these specifications. The goals set forth in the solicitation from • which this contract resulted are expressed as percentages of the total hours of employment and 1 training of minority and [[Page 147]] female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area Covered ' Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted constuction contract shall apply the minority and female goals established for the geographical area where the work is:being performed. Goals are published periodically in the Federal Register in notice form, and such notices maybe obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in ' meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with ' whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse.the Contractor's obligations under these specifications,Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in ' meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment ' opportunities.Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. ' 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at ' all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor,where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site ' supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources,provide written notification to minority and female recruitment sources and to community organizations ' when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations'responses. c. Maintain a current file of the names,addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If ' such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented 1 1 • in the file with the reason therefor, along with whatever additional actions the Contractor may ' have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the.Contractor a ' minority person or woman sent by the Contractor, or when the Contractor has other information, that the union referral process has impeded the Contractor's efforts to meet its obligations. 9 ' e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and ' apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. ' f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO ' obligations;by including it in any policy manual and collective bargaining agreement;by publicizing it in the company newpaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year•, and ' by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under 1 these specifications with all employees having any responsibility for hiring, assignment, layoff, - • termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen, etc.,prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings,persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the ' news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written,to minority, female and community organizations,to schools with minority and female students and to minority and female ' recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written ' notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and • women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. 1 1 • k. Validate all tests and other selection requirements where there.is an obligation to do so under ' 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female ' personnel for promotional opportunities and encourage these employees to seek'or to prepare for, through appropriate training, etc., such opportunities. ' m. Ensure that seniority practices,job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and ' employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. ' o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female_construction contractors and suppliers,including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under ' the Contractor's EEO policies and affirmative action obligations. • 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association,joint contractor-union, contractor-community, or other similar group of which the contractor is a member and participant,may be asserted as fulfilling any one or more of its 1 obligations under 7a through p of these Specifications provided that the contractor actively participates in the group,makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the ' Contractor. The obligation to comply,however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. ' 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however,is required to provide equal employment opportunity and to take affirmative action for all minority groups,both male and female, and all women, both minority and non-minority. Consequently,the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner(for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the ' Executive Order if a specific minority group of women is underutilized). • 1 • 10. The Contractor shall not use the goals and timetables or affirmative action standards to ' discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from ' Government contracts pursuant to Executive Order 11246. 12: The Contractor shall carry out such sanctions and penalties for violation of these ' specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations,by the Office of Federal Contract ' Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended.. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal ' employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order,the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. ' 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to ' the provisions hereof as may be required by the Government and to keep records. Records shall • at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, ' race, sex, status(e.g.,mechanic, apprentice trainee,helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; ' however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. ' 15.Nothing herein provided shall.be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of ' .1977 and the Community Development Block Grant Program). 1 • . MISSOURI STATE REVOLVING FUND and ' STATE GRANT & LOAN PROGRAMS Procedures for Implementation ' Minority Business Enterprise/Women's Business Enterprise Each bidder/offeror must fully comply with the requirements, terms, conditions of DNR's regulations to award a fair share of•subagreements to minority and women's businesses. The bidder/offeror commits itself to taking affirmative steps contained herein. Bidders/offerors will ' take affirmative steps prior to submission of bids/proposals. Affirmative Steps 1. When feasible, segmenting total work requirements to permit maximum MBE/WBE participation. 2. Assuring that MBEs and WBEs are solicited whenever they are potential sources of goods or services. This step may include: a. Sending letters or making other personal contacts with MBEs and WBEs, (e.g. those whose names appear on lists prepared by the Missouri Office of ' Administration, the Missouri Department of Transportation, or the funding • recipients and other MBE/WBEs known to the bidder/offeror.) MBEs and WBEs should be contacted when other potential subcontractors are contacted, within reasonable time(fifteen days)prior to bid submission or closing date for receipt of initial offers. Those letters or other contacts should communicate the following: 1 i. Specific description of the work to be subcontracted; ' ii. How and where to obtain a copy of plans and specifications or other detailed information needed to prepare a detailed price quotation; ' iii. Date the quotation is due to the bidder/offeror; iv. Name, address, and phone number of the person in the bidder/offeror's 1 firm whom the prospective MBElWBE subcontractor should contact for additional information. ' b. Sending letters or making other personal contacts with local, state, federal and private agencies and MBE/WBE associations relevant to the project. Such contacts should provide the same information provided in the direct contacts to ' MBE and WBE firms. • 3. Where feasible, establishing delivery schedules which will encourage participation by i MBEs and WBEs. Rev. 04/09/08 Determination of Compliance It is to be noted that bidders/offerors must demonstrate compliance with MBE/WBE requirements in order to be deemed responsible. Demonstration of compliance shall include,but ' is not limited to,the following information: 1. Names, addresses and phone numbers of MBE/WBEs expected to perform work; I 2. Work to be performed by the MBEs and WBEs; 3. Aggregate dollar amount of work to be performed by MBEs and WBEs, showing aggregate to MBEs and aggregate to WBEs separately; 4. Description of contacts to MBE and WBE organizations, agencies and associations which serve MBE/WBEs, including names of organizations, agencies and associations and dates of contacts; 5. Description of contacts to MBEs and WBEs, including number of contacts, fields, (i.e. ' equipment or material supplier, excavators,transport services, electrical subcontractors, plumbers, etc.) and dates of contacts. All bidders/offerors should complete the Minority and Women's Business Enterprise Utilization • Worksheet and submit to the funding recipient prior to contract award. (Funding recipients may establish alternative methods of compliance equivalent to or more stringent than the above.) 1 1 i ' Rev. 04/09/08 EPAEPA Project Control Number UNITED STATES ENVIRONMENTAL PROTECTION AGENCY Washington,DC 20460 Certification Regarding EDebarment, Suspension, and Other Responsibility Matters The prospective participant certifies to the best of is knowledge and belief that it and its principals: ' (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; i (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of federal or State antitrust statutes or commission of embezzlement, theft, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a govemment entity (Federal, . State, or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and ' d Have not within a three year period receding this a lication/ ro osal had one or more public ( ) Y P P PP P P transactions.(Federal,.State, or local) terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to$10,000 or imprisonment for up to 5 years, or both. Jerome P. Shaw Jr. President Typed Name&Title of Authorized Represe atum of Authorized Representative IN, Date 0 I am unable to certify to the above statements.'My explanation is attached. EPA Form 5700-49 (11-88) 1 - ' AFFIDAVIT • WITH PREVAILING 1 COMPLIANCE 1 WAGE LAW Before me, the undersigned Notary Public, in and for the County of , ' State of , personally came and appeared 1 NAME POSITION of the 1 -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. 14, Section 026, Cole County in carrying out the contract and work in connection with Project No. 31085, Basin 17 Rehabilitation located at Jefferson City in Cole County, Missouri, and completed on the day of , 20 SIGNATURE Subscribed and sworn to me this day of _' 20 NOTARY PUBLIC -I My commission expires: _i STATE OF MISSOURI ) J > ss COUNTY OF ) 1 • J 1 ' CITY OF JEFFERSON CONSTRUCTION CONTRACT ' THIS CONTRACT, made and entered into this day of , 2008, by and between SAK Construction, LLC hereina er referred 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. 31085 Basin 17 Rehabilitation. ' NOW THEREFORE, the parties to this contract agree to the following: 1. Scope of Services. tContractor agrees to provide all labor, equipment, hardware and supplies to perform the work included in the project entitled "Basin 17 Rehabilitation"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 270 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. 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 forthis project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current ' Annual Wage Order No. 14, Section 026, Cole 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 1 employed, for each calendar day or portion thereof that the workman is paid less than Sthe stipulated rates for any work done under this contract, by the Contractor or any ' subcontractor under the Contractor. 4. Insurance. tContractor shall procure and maintain at its own expense during the life of this contract: (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 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 ' require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and (c) hereof and in like amounts. (f) Scope of Insurance and Special Hazard. The insurance required under Sub-paragraphs(b)and (c)hereof shall provide adequate protection forthe Contractor ' and its subcontractors, respectively, against damage claims which may arise from operations underthis contract,whether such operations be bythe 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. 1 1 ' 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 1 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. Liquidated Damages. The City may deduct Five Hundred Dollars($500.00)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 ' 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 for the work under the 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 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. ' 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 May 6, 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 Million Five Hundred Ninety-seven ' thousand Seven Hundred Seventy-nine Dollars and Fifty cents ($1,597,779.50) . 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 s_ hall be equal to the Contractor's bid. • 1 ' 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 contract, 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 other documents 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. 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 will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. The Contractor will take affirmative ' action to ensure that applicants are employed, and the employees are treated during employment,without regard to their race, creed,color or nation origin.Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or ' transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or • other forms of compensation; and selection for training, including apprenticeship. Contractor will post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause. ' A. Contractorwill, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race,creed,color, ' or national origin. B. Contractorwill serid to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice,to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's ' commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post-copies of the notice in conspicuous- places available to employees and applicants for employment. ' C. Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 965, and of the rules, regulations, and relevant orders ' of the Secretary of Labor. • D. Contractor will furnish all information and reports required by Executive ' Order No. 11246 of.September 24, 1965, and by rules; regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency • and the Secretary of Labor for purposes of investigation to ascertain ' compliance with such rules, regulations, and orders. E. In the . event of the Contractor's. non-compliance with the non- ' discrimination clauses of this Contract or with any of such rules, regulations, or orders, this Contract may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ' ineligible forfurther Government contracts in accordance with procedures authorized in Executive Order No..11246 of September 24, 1965,an such. other sanctions may be imposed and remedies involved as provided in ' Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. ' F. Contractor will include the provisions of Article 11 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order ' No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a isubcontractor or vendor as a result of such direction by the contracting . agency, the Contractor may request the United States to enter such litigation to protect.the interests of the United States. 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 103 N. Cool Springs Road, O'Fallon, MO 63366 . The date of delivery of any notice shall be the second full day after the day of its mailing. `i 1 1 1 - IN WITNIOSS WHEREOF,the parties hereto have set their hands and seals this `7 1 day of , 2008. 1 CITY OF JEFFERSON CONTRACTOR 1 1 yo Title: 1 ATTEST: ATTEST: 1 �✓1EVc Ji lAl. y Clerk' ler Title: SEA Ra..rarL� 1 1 APPRO D A TO FORM: 1 1 City Counselor 1 - 1 • 1 ' PERFORMANCE, • PAYMENT AND GUARANTEE BOND Bond No.6560654 KNOW ALL MEN BY THESE PRESENTS that we the undersigned , g ' SAK Construction,LLC., 103 North Cool Springs Road,O'Fallon,MO 63366 hereinafter, referred to as "Contractor" and 1 Safeco Insurance Company of America,330 North Brand Blvd.,Glendale,CA 91203 a Corporation organized under the laws of the State of WA and authorized to transact business in the State of Mo as Surety, are held and firmly bound unto the City of Jefferson Missouri hereinafter referred to as"Owner" One Million Five Hundred Ninety Seven Thousand Seven Hundred Seventy Nine and 501100 in the penal sum of DOLLARS ' ($ 1,597,779.50 ), 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. ' THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; WHEREAS, the above bounded Contractor has on the day of ,20 ,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: 1 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 1 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: ' 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 • 1 I ' seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at • Project No.31085,basin 17 Rehabilitation on this the 12th day of May 20 08 ' Safeco Insurance Company of America SAK Construction, LLC tSURETY COMPANY CO T CTOR BY (SEAL) BY ` (SEAL) V,��Q, t �`�Id� ' BY _ T (SEAL) BY (SEAL) Susan Lupski Attorney-in-fact (State Representative) (Accompany this bond with Attorney-in-fact's authority from the Surety Company ' certified to include the date of the bond.) • ' Important; Surety companies executing BONDS must appear on the Treasury Department's most current list(circular 570 as amended)and be authorized to transact business In Missouri. • 1 ' ACKNOWLEDGEMENT FOR CONTRACTOR ACKNOWLEDGEMENT FOR CONTRACTOR, IF LIMITED LIABILITY COMPANY 1 1 ' STATE OF /YNs-00121 } COUNTY OFS� 1 ' ON THE DAY OF I Za�B , BEFORE ME PERSONALLY APPEARED �0-14 t> PIIIP-F-2° TO ME KNOWN AND ' KNOWN TO ME TO BE THE— ��► OF SAK CONSTRUCTION, LLC., A LIMITED LIABILITY COMPANY, DESCRIBED IN AND WHO EXECUTED THE ' FOREGOING INSTRUMENT AND ACKNOWLEDGED TO ME THAT (S)HE EXECUTED THE FOREGOING INSTRUMENT AND ACKNOWLEDGED TO ME THAT ' (S)HE EXECUTED THE SAME AS AND FOR THE ACT AND DEED OF SAID LIMITED LIABILITY COMPANY. ' Notary P blic ' Troy Thomas Bradshaw Notary Public Notary Seal State of Missouri County of Warren My Commission Expires 12/11/2011 ' Commission p 07410273 1 1 • Safeco Insurance Company of America General Insurance Company of America POWER ® Safeco Plaza • OF ATTORNEY Seattle,WA 98185 KNOW ALL BY THESE PRESENTS: No. 13188 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation,does each hereby appoint ******"RICHARD G.AVERY;THOMAS BEAN;KAREN BOWLING;MARY ALICE J.CORBETT,PETER F.JONES;SUSAN LUPSKI; GERARD S.MACHOLZ;CAMILLE MAITLAND;DIANA L.PARKER;ROBERT T.PEARSON;RITA SAGISTANO;Garden City,New York;KATHLEEN M.CRISTIANO;JOSEPH DOBKOWSKI,JR.;ADRIANNE SCALER&Clark,New Jersey;RUSSELL M. CANTERBURY;JOANN DOMBROWSKI;MARION R.VAIL;Farmington, ' its true and lawful attorney(s)-in-fact,with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. ' IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 12th day of February 2008 STEPHANIE DALEY-WATSON SECRETARY TIM MIKOLAJEWSKI SENIOR VICE-PRESIDENT SURETY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V,Section 13.-FIDELITY AND SURETY BONDS...the President,any Vice President,the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint Individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or In any other manner reproduced; • provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof" 1,Stephanie Daley-Watson ,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney Issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attomey are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation ' this 12th day of May 2008 9� E Can,p'�L SEAL y SEAL A y K yG� ` j 195 `? l e�3 ,► VI5 � STEPHANIE DALEY-WATSON,SECRETARY Safeco®and the Safeoo logo are registered trademarks or ,Safeco-Corporatiorr, ' S-0974/13S 4/05 WEB PDF - ACKNOWLEDGMENT OF SURETY COMPANY EW t . STATE OF ...N......YORK ............... COUNTY OF .. rvp,ssaU,, .,, , } ss Ma 12 2008 Susan Lupski ' On this .......Y.:...:................................... before me personally came .................:..................................:........ me known, who, being by me duly sworn, did depose and say; that he/she resides In Nassau County ...... State of...News York................, that he/she Is the Attomey-In-Fact of the SAFECO INSURANCE COMPANY OF AMERICA •.................................................................................. the corporation described in which executed the ' above instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by the Board of Directors of said corporation; and that he/she signed his/her name thereto by like order, and the affiant did further depose and say that the Superintendent of Insurance of the State of New York, has ppursuant to Section 1.11 of the Insurance Law of the State of New York, issued to ..SAF.EQR. VN RgNCE&MPANY OF AMER (Surety) his/her certificate of qualification evidencing the qualification of said Company and Its sufficiency under any law of the State of New York as surety and guarantor, and the propriety of accepting and approving-it as such; and that such certificate has not been revoked. ............ ..... ... . .. ................. .......... ' Notary.Public MELISSA SARACINO NY acknowledgement Notary Public,State of New York No.01 SA6155895 ' Qualified in Nassau County Commission Expires November 20,2010 nsti ra ri.-e SAFECO INSURANCE COMPANY OF AMERICA ' + FINANCIAL STATEMNr—DECEMBER 31,2007 • Cash and Bank Deposits........................................A ssets S 53,483,126 Unearned Premiums...........Liabilities .. ................. $ 728,534,002 ............. ... *Bonds—U.S Govenuncrit.............................................16,728,067 Reserve for Claims and Claims Expense...................1,560013�950 Funds Held Under Reinsurance Treaties............... 430,979 *Other Bonds........................................................... 2,478,711,287 Reserve for Dividends to Policyholders......................... 2,421,611 *Stocks.................................................................. 499,235,954 Additional Statutory Reserve................................ Real Estate..................................................................... 0 Reserve for Commissions,Taxes and Other Liabilities.............................................. 936336,881 Agents'Balances or Uncollected Premiums.................625,553,621 Total....................... ...... $3,228437,423 Accrued Interest and Rents.................................... 33,936,490 Special Surplus Funds......... $ 226,334 Other Admitted Assets............................................. 359.599.572 Capital Stock........................ ... 5,000,000 Paid in Surplus................................275,002,873 Unassigned Surplus................... 558381J87 Total Admitted Assets................................... Surplus to Policyholders............................. 838,610,694 Total Liabilities and ' �9Orr'fy� * Bonds are stated at amortized or investment value;Stocks at Association Market Values. Securities carried at$124;368,976 are deposited as required bylaw. SEAL ' a��195 OF WAS ' 1, TIM MWOIAJEWSKI, Senior Vice•president of SAFECO Insurance Company of America,do hereby certify that the foregoing is a true,and correct statement of the Assets and Liabilities of said Corporation, as of December 31,2007,to the best of my knowledge and belief. IN WrINESS WHEREOF,I have hereunto set my hand and affixed the sea] of said Corporation at Seattle,Washington,this 1st day of March,2008. Senior Vice-President 8-1262a Y08 ®A registered trademark of SAFECO Corporation • 1 1 Missouri Division of. Labor Standards 1 - WAGE AND HOUR SECTION ' T H-� ve% O CCCIL v bOlru svrNje� O�J 1 MATT BLUNT, Governor 1 Annual Wage Order No. 14 Section 026 1 COLE 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 ' 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 Allen E.Dillingham, Director Division of Labor Standards 1 This Is A True And Accurate Co Which Was Filed With The Secrets of State: March 9 2007 Copy Secretary ' Last Date Objections May Be Filed: April 9,2007 • Prepared by Missouri Department of Labor and Industrial Relations Building Construction Rates for REPLACEMENT PAGE Section 026 ' COLE County • ective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Asbestos Worker 10/07 $27.74 55 60 $14.61 , Boilermaker 9/07 $28.90 57 7 $18.75 Bricklayers-Stone Mason $26.06 59 1 7 $10.71 Carpenter $22.18 60 15 $9.77 Cement Mason $21.59 9 3 $9.70 , Electrician Inside Wireman $27.21 28 7 $10.69+ 13% Communication Technician USE ELECTRICIAN INSIDE WIREMAN RATE Elevator Constructor a $37.115 26 54 $16.23 Operating Engineer , -Group 1 5/07 1 $25.02 86 66 $16.42 -Group II 5/07 $25.02 86 66 $16.42 -Group III 5/07 $23.77 86 66 $16.42 ' -Group III-A 5/07 $25.02 86 66 $16.42 Group IV 5/07 $22.79 86 66 $16.42 Group V 5/07 $25.72 86 66 $16.42 Pipe Fitter 7/07 b 1 $32.00 91 69 $18.68 ' Glazier $15.00 FED $1.42 Laborer(Building): General $18.37 110 7 $8.99 First Semi-Skilled $20.37 110 7 $8.99 , Second Semi-Skilled $19.371 110 7 $8.99 Lather USE CARPENTER RATE Linoleum Layer&Cutter USE CARPENTER RATE ' Marble Mason $26.06 59 7 $10.71 • Millwright $23.18 60 15 $9.77 Iron Worker 8/07 $24.65 11 8 $15.87 Painter $20.25 18 7 $7.82 ' Plasterer $20.61 94 5 $9.49 Plumber $22.00 FED $3.31 Pile Driver $23.18 60 15 $9.77 Roofer 9/07 $25.75 12 4 $10.69 ' Sheet Metal Worker 7/07 $26.12 40 23 $11.93 Sprinkler Fitter $16.00 FED $2.55 Terrazzo Worker $26.06 59 7 $10.71 Tile Setter $26.06 59 7 $10.71 ' Truck Driver-Teamster -Group 1 $21.15 101 5 $8.00 -Group II $21.85 101 5 $8.00 , Group III $21.55 101 5 $8.00 Group IV $21.85 101 5 1 $8.00 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 t • 'SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO.14 10/07 , Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County Footnotes ' Effective Basic ver- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule r '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. a-Vacation: Employees over 5 years-8%; Employees under 5 years-6% ' 'b- All work over$7 Million Total Mechanical Contract-$32.00,Fringes-$18.68 All work under$7 Million Total Mechanical Contract-$30.66,Fringes-$14.24 • -Annual Incremental Increase ANNUAL WAGE ORDER NO.14 7/07 1 COLE 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 a.m.(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 am.and 8:00 ' am.from Monday to Friday. Time and one-half(1%z)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(I)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 am.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 I 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). NO. 26: Means that the regular working day shall consist of eight(8)hours worked between 6:00 am.,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 am.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. 1 • ANNUAL WAGE ORDER NO.14 ' AW 14 026 OT.doc Page 1 of 4 Pages ' COLE COUNTY OVERTIME SCHEDULE-BUILDING CONSTRUCTION NO. 28: Means a regular workday shall consist of eight(8) hours between 7:00 a.m. 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(4-19s)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 am.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*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 am.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'/Z)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 of work for personal or other reasons. Pay for"make-up"days shall be at regular rates. NO. 55: Means the regular workday shall be eight(8)hours between 6:00 am. 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 wan-ant,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.14 A W l4 026 OT.doc Page 2 of 4 Pages COLE 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)how 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 1 week shall be paid at time and one-half(1%2)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%:) 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'/2)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 am. ' (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 am. or delayed one(1) hour to 9:00 am. 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 rate plus an 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.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 ('/2)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 am. 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 10-hour work , day,then time and one-half(1'/z) 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. ANNUAL WAGE ORDER NO.14 ' AW 14 026 OT.doc Page 3 of 4 Pages Tyr COLE COUNTY OVERTIME SCHEDULE-BUILDING CONSTRUCTION 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 am.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'/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 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%2)(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 am.(and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 am.or delayed one(1)hour to 9:00 am. 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 am. and end at 5:00 p.m. The workweek shall commence at 8:00 am. 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 forty (40) hours per week shall be paid at time and one-half(1'/2)the hourly rate Monday through Friday. If an 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'/2)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%2)overtime rate. I i I r • ANNUAL WAGE ORDER NO.14 AW 14 026 OT.doc Page 4 of 4 Pages COLE 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.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.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 paid 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. 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. , 1 • AW014 026 BHol.doc ANNUAL WAGE ORDER NO. 14 , Pagel of 1 Page Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE County ' *Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule ' CARPENTER Journeymen 5/07 $27.21 7 16 $9.76 ' Millwright 5/07 $27.21 7 16 $9.76 Pile Driver Worker 5/07 $27.21 7 16 $9.76 OPERATING ENGINEER Group 1 5/07 $24.10 21 5 $16.34 ' Group II 5/07 $23.75 21 5 $16.34 Group III 5/07 $23.55 21 5 $16.34 Group IV 5/07 $19.90 21 5 $16.34 ' Oiler-Driver 5/07 $19.90 21 5 $16.34 ' LABORER General Laborer 5/07 $22.97 2 4 $8.78 killed Laborer 5/07 $23.57 2 4 $8.78 TRUCK DRIVER-TEAMSTER Group 1 5/07 $25.02 22 19 $8.35 Group II 5/07 $25.18 22 19 $8.35 Group III 5/07 $25.17 22 19 $8.35 Group IV 1 5/07 1 $25.29 1 22 19 1 $8.35 ' For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the' Building Construction Rate Sheet. 1 • *Annual Incremental Increase ANNUAL WAGE ORDER NO. 14 6/07 COLE 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 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 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 work day 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'/2)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. 14 , AW014 026 HOT.doc Page I of 1 Page ' COLE 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 Thursday 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 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 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 work 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 work the above ' enumerated holidays, or days observed as such,they shall receive double(2)the regular rate of pay for such work. • ' AW014 026 HHol.doc ANNUAL WAGE ORDER NO. 14 Page]of 1 Page REPLACEMENT 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,Rails,Randolph,Reynolds, Ripley,St.Charles,St.Francois,St.Louis City,St.Louis County,Ste.Genevieve,Schuyler,Scotland,Shannon,Shelby, Sullivan,Texas,Warren,and Washington CONEMERCIAL WORK Occupational Title Basic Total Hourly Fringe ' Rate Benefits *Journeyman Lineman $32.38 $4.75 +41.55% , *Lineman Operator $27.96 $4.75+41.55% *Groundman $21.62 $4.75 +41.55% 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%)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 am.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 *Joume man 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'/2)the regular straight time rate of pay between the hours of 6:00 am.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 Incremental Increase ANNUAL WAGE ORDER NO. 14 9/07 , OUr STL AW 14 cWAot 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. 31085, Basin 17 Rehabilitation. ' 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended)an act relating to public works contracts,which impose certain irequirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. That has fully complied with the provisions and requirements of Section 290.290 RSMo (1994 as ' amended) FURTHER AFFIANT SAYETH NAUGHT. AFFIANT i Subscribed and sworn to before me this day of , 20 NOTARY PUBLIC ' My Commission Expires: ' STATE OF MISSOURI ) ss COUNTY OF ) • 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 ' 2. That was awarded a public works contract for Project No. 31085, Basin 17 Rehabilitation. 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended)an act relating to public works contracts,which impose certain 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 of 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 capable 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 • GENERAL PROVISIONS FORWARD The following Articles GP-1 through GP-49 are"General.Provisions of the Contract",modified asset 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 necessary for 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: 1. "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). I 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. is 1 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. directed",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 plans, 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. ' ' 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.) (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 t 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 bythe 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 1 ' 1 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 necessaryto 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. 1 The Contractor shall regard and obey the directions and instructions of the Construction Representative r 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 Contractor from 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 may be 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. r 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 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. • r r ' 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. GP-20 BARRICADES AND LIGHTS ' All streets,.roads,highways, and other public thoroughfares which are closed to traffic shall be protected 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 by the 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,is 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. ' r - rGP-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 r 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 bythe 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 Contract or 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. r 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 can 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 r 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: r1. 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. 1 r The Owner reserves the right to contract with any person or firm other than the Contractor for any or all r 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 b the Specifications and not covered b the Contract proposal items and which is not otherwise provided Y P Y P P 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 bythe 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. 1 ' 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 recover from the Owner paymentfor 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 by the 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 specified, 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 ' 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,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 wContractor 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. 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 suretyfail 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 may be authorized and approved by the Engineer. The cost , of incidental work not listed in the schedule of the Bid but necessary for the 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 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. i i (d) PARTIAL PAYMENT • Partial payment will be made on a monthly basis. The payment shall be based on the work that has been i 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. i (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 i 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 i 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 iMonies 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 liability to 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 specified materials are incorporated into the work. GP-43 LOCAL PREFERENCE i 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 better and the price quoted is the same or less. GP-44 PREFERENCE FOR U.S. MANUFACTURED GOODS i 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 iproducts in the performance of the contract. • GP-45 AWARD OF CONTRACT-REJECTION OF BIDS iAll 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 i i 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 City 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 unemployment 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. ' GP-49 INSPECTION BY PUBLIC AGENCIES • Authorized representatives of the public agencies, including but not limited to Missouri Department of ' Natural Resources,Clean Water Commission,and the EIERA,shall have access to the Work wherever it is in preparation or progress. Contractor shall provide proper facilities for such access and inspection. 1 GP-50 ARCHAEOLOGICAL FINDS • If, during the course of construction, evidence of material of historical or archeological interest is found, ' the Contractor shall cease operations affecting the find and shall notify the Owner, who shall notify the Director,Division of Parks&Historical Preservation,P.O.Box 176,Jefferson City,MO 65102,Telephone Number(573) 751-2479. No further disturbance of material shall ensue until the Contractor has been notified by the Owner that he may again proceed. In the event that the archaeological examination and related work causes delay In a critical component of the Contractor's work schedule, he shall be entitled to an extension of time to complete the work equal to the number of days that he is thus delayed.The ' Owner shall retain all right,title,and interest to artifacts which the Owner considers to be of value that are found at the site. GP-51 CLEAN AIR ACT ' Contractor shall comply with the Clean Air Act(P.L. 101-549) END OF GENERAL PROVISIONS 1 • • 1 SPECIAL PROVISIONS ' • FORWARD: The provisions of this section take precedence over any other provisions in these specifications. SPA PARTIAL ACCEPTANCE OF BID The City reserves the right to accept any part or the entire bid for the project. SP-2 PRE-CONSTRUCTION CONFERENCE Prior to starting work, a pre-construction conference will be held to discuss the project, its scheduling and its coordination with the work of others. It is expected that this conference will be attended by representatives of the Owner, the Engineer, the ' Contractor and his Subcontractors, and any affected Utilities, as well as representatives of any other affected agencies which the Owner may wish to invite. ' The work schedule specified in Section IB-23 of the Information for Bidders will be submitted at the conference. ' SP-3 PREVAILING WAGE LAW Bidders are hereby advised that compliance with the Prevailing Wage Law, Section 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, is a requirement ' of this contract. (Reference Section IB-20) Section 290.265 requires that a clearly legible statement of all prevailing hourly wage rates should be kept posted in a prominent and easily accessible place at the site by 1 each contractor and subcontractor engaged in public works projects, and that'such • notice shall remain posted during the full time. ' SP-4 PROOF OF INSURANCE All certificates of insurance provided for this project shall be insured directly from the company affording coverage. Certification from a local agent in not acceptable without ' the necessary paperwork empowering and authorizing the agent to sign surety's name. In addition, when an aggregate amount is included, a statement of the amount of that aggregate available to date shall also be attached. SP-5 TECHNICAL SPECIFICATIONS AND DETAILS ' The Technical Specifications for this project shall consist of the 2004 version of the Missouri Standard Specifications for Highway Construction except as modified or contradicted by the City's Contract, Technical Specifications, General Provisions, Special Provisions, Detail Plans, and any special or specific Specifications as included in ' the contract documents. All construction details included with the plans and those contained in the City of Jefferson Standard Drawings Revised Edition 1/2006 and attached hereto shall be used in constructing this project. ' The City's Technical Specifications for use on this project shall be the "CITY OF JEFFERSON TECHNICAL STREET SPECIFICATIONS, REVISED OCTOBER, 2000".. • These specifications can be found on the City's website at www.ieffcitymo.org and are available upon request from the Department of Community Development. SP-6 PERMITS • The City of Jefferson has obtained a General Operating Permit (Permit No. MO- ' R100031)from the State of Missouri Department of Natural Resources Missouri Clean Water Commission for construction and land disturbance activity, which covers the work entailed in this project. In signing the contract the contractor obligates himself to follow ' the provisions of the permit. A copy of the permit is available upon request at City Hall, and will be provided to the winning contractor at the pre construction conference. SP-7 PROTECTION OF ADJACENT PROPERTIES Surface water shall be diverted and otherwise prevented from entering or damaging adjacent property as a result of precipitation during construction. , SP-8 SEQUENCING AND EROSION CONTROL The contractor shall sequence the project in a manner acceptable to the engineer that will limit the potential of sediment being transported from the site. ' SP-9 ACCESS TO ADJACENT PROPERTIES All private driveways shall be kept open. In the event that a driveway or private access ' cannot be maintained for any time period, prior to the obstruction of the driveways to any dwellings or buildings, the Contractor shall notify the inhabitants of such structures that the use of the driveways or access will be temporarily affected. Notice shall be of t sufficient length to allow the persons affected to remove vehicles and other items that may be inaccessible during construction activities. The contractor shall provide for vehicular access to all adjacent properties at the end of each working day. I Pedestrian access shall be maintained at all times. Suitable access shall be provided • across trenches, ditches or other barriers and obstacles for pedestrian traffic. ' Appropriate devices shall be used to warn the public of the dangers that may be present. SPA ALTERNATE A— INDUSTRIAL DRIVE STORMWATER PIPE LINING Alternate A pertains to the lining of sixteen stormwater pipes of various sizes as shown , on sheets 14, 15A and 15B of these plans. SPA 1 UPSTREAM ACCESS TO STORMWATER PIPES There is an existing railroad spur which runs the length of the project on the northern side of Industrial Drive, which will limit access to the upstream ends of the pipes. All work performed in the vicinity of the tracks must be performed during daylight hours. No , equipment, scaffolding, or materials shall be left on the northern side of Industrial Drive overnight. Generally, the rail line is used at night, however, the contractor shall be prepared to allow the complete and full use of the railroad, if required. ' SP-12 LINER THICKNESS DESIGN The successful bidder shall be responsible for the design of the pipe liners. The design shall be based on fully deteriorated, existing pipe condition. The contractor shall satisfy , himself as to the roundness of the existing pipes, and shall base his calculations accordingly. The contractor shall provide the City with the design calculations and proposed liner thickness prior to liner installation. ' SP-13 GROUTING OF EXISTING VOIDS • The City's investigation has revealed the presence of voids under portions of the stormwater pipes. Any void which cannot be spanned by the liner without deflection, • shall be filled with lean grout to the flow line of the pipe. The lean grout shall be a mixture of sand and cement having a minimum compressive strength of 500 psi. The contractor shall provide the City with photographic evidence of the voids, as well as of the completed grouting work. ' SP-14 JUNCTION BOXES Junction boxes shall be constructed as shown in the City of Jefferson Standard Drawings Revised 9/2007. The final location of the boxes shall be approved by the Engineer, and shall be based on the location of utilities,junctions or bends in the existing stormwater pipes. The base bid shall include the construction-of the box to a depth of eight feet; additional depth will be paid by the foot. The contractor will be responsible for placing compacted backfill around the boxes to the sub-grade of the existing pavement. If the box is located in a grassed area, the contractor shall match the existing grade. SP-15 DIAMETER AND/ OR MATERIAL CHANGES The contractor, upon inspection of the existing system, shall notify the City as to any changes in pipe type, size, or shape that occurs in any given pipe run. SP-16 TRAFFIC CONTROL A traffic control plan has been included with these plans. The contractor shall follow plans for the closure of traffic lanes. At all times the traffic control shall meet the requirements of the MUTCD. SP-17 MEASUREMENT AND PAYMENT Item No. 1 6-inch full length cured-in-place lining Payment will be based on lineal feet of liner installed from manhole to manhole. ' Work activities shall include, but are not limited to, all duties involving cleaning and prelining television inspection, sewer flow control (as required), liner materials and installation, bypass sewage pumping, reinstatement of existing ' laterals, post television inspection, testing, and cleanup and any surface restoration complete-in-place and ready to use. ' Item No. 2—6-inch full length cured-in-place lining with difficult access Payment will be based on lineal feet of liner installed from manhole to manhole. Work activities shall include, but are not limited to, all duties involving cleaning ' and pre-lining television inspection, sewer flow control (as required), liner materials and installation, bypass sewage pumping, reinstatement of existing laterals, post television inspection, testing, and cleanup and any surface ' restoration complete-in-place and ready to use. The specific areas are indicated on Sheet 3 of the Drawings as `ACCESS DIFFICULT' Item No. 3—8-inch full length cured-in-place lining Payment will be based on lineal feet of liner installed from manhole to manhole. Work activities shall include, but are not limited to, all duties involving cleaning and prelining television inspection, sewer flow control (as required), liner ' materials and installation, bypass sewage pumping, reinstatement of existing laterals, post television inspection, testing, and cleanup and any surface restoration complete-in-place and ready to use. 1 Item No. 4—8-inch full length cured-in-place lining with difficult access , Payment will be based on lineal feet of liner installed from manhole to manhole. Work activities shall include, but are not limited to, all duties involving cleaning ' and prelining television 'inspection, sewer flow control (as required), liner materials and installation, bypass sewage pumping, reinstatement of existing laterals, post television inspection, testing, and cleanup and any surface restoration complete-in-place and ready to use. The specific areas are indicated on Sheet 3 of the Drawings as `ACCESS DIFFICULT' Item No. 5— 10-inch full length cured-in-place lining Payment will be based on lineal feet of liner installed from manhole to manhole. Work activities shall include, but are not limited to, all duties involving cleaning and prelining television inspection, sewer flow control (as required), liner ' materials and installation, bypass sewage pumping, reinstatement of existing laterals, post television inspection, testing, and cleanup and any surface restoration complete-in-place and ready to use. ' Item No. 6— 12-inch full length cured-in-place lining Payment will be based on lineal feet of liner installed from manhole to manhole. , Work activities shall include, but are not limited to, all duties involving cleaning and prelining television inspection, sewer flow control (as required), liner materials and installation, bypass sewage pumping, reinstatement of existing ' laterals, post television inspection, testing, and cleanup and any surface restoration complete-in-place and ready to use. Item No. 7— 15-inch full length cured-in-place lining ' Payment will be based on lineal feet of liner installed from manhole to manhole. Work activities shall include, but are not limited to, all duties involving cleaning and prelining television inspection, sewer flow control (as required), liner ' materials and installation, bypass sewage pumping, reinstatement of existing laterals, post television inspection, testing, and cleanup and any surface restoration complete-in-place and ready to use. , Item No. 8— 15-inch full length cured-in-place lining with difficult access Payment will be based on lineal feet of liner installed from manhole to manhole. , Work activities shall include, but are not limited to, all duties involving cleaning and prelining television inspection, sewer flow control (as required), liner materials and installation, bypass sewage pumping, reinstatement of existing ' laterals, post television inspection, testing, and cleanup and any surface restoration complete-in-place and ready to use. The specific areas are indicated on Sheet 3 of the Drawings as `ACCESS DIFFICULT' Item No. 9—24-inch full length cured-in-place lining ' Payment will be based on lineal feet of liner installed from manhole to manhole. Work activities shall include, but are not limited to, all duties involving cleaning , and pre-lining television inspection, sewer flow control (as required), liner materials and installation, bypass sewage pumping, reinstatement of existing laterals, post television inspection, testing, and cleanup and any surface ' restoration complete-in-place and ready to use. Item No. 10—36-inch full length cured-in-place lining ' Payment will be based on lineal feet of liner installed from manhole to manhole. • Work activities shall include, but are not limited to, all duties involving cleaning and prelining television inspection, sewer flow control (as-required), liner materials and installation, bypass sewage pumping, reinstatement of existing laterals, post television inspection, testing, and cleanup and any surface restoration complete-in-place and ready to use. ' Item No. 11 — 12-inch CIPP short liner: Payment will be based on the number of liners installed. Liner lengths are indicated on Sheet 3 of the Drawings. Work activities shall include, but are not limited to, all duties involving cleaning and prelining television inspection, sewer flow control (as required), liner materials and installation, reinstatement of existing laterals, post television inspection and ' testing of liner. Item No. 12— Root control: Payment will be based on lineal feet of pipe subjected to ' root control measures from manhole centerline to manhole centerline. Work activities shall include, but are not limited to, all materials and duties involving root control. ' Item No. 13—8-inch joint testing: Payment will be based on lineal feet of pipe from manhole centerline to manhole centerline with all joints tested. Work activities shall include, but are not limited to, cleaning, sewer flow control (as required), and all duties involving joint testing. Item No. 14— 10-inch —joint testing: Payment will be based on lineal feet of pipe from manhole centerline to manhole centerline with all joints tested. Work activities • shall include, but are not limited to, cleaning, sewer flow control (as required), and all duties involving joint testing. 1 item No. 15— 12-inch —joint testing: Payment will be based on lineal feet of pipe from manhole centerline to manhole centerline with all joints tested. Work activities ' shall include, but are not limited to, cleaning, sewer flow control (as required), and all duties involving joint testing. Item No. 16— 15-inch—joint testing: Payment will be based on lineal feet of pipe from manhole centerline to manhole centerline with all joints tested. Work activities shall include, but are not limited to, cleaning, sewer flow control (as required), ' and all duties involving joint testing. Item No. 17—Joint and Pipe Sealing Material Joint and pipe sealing material: Payment will be based on the number gallons of mixed chemical and additives used to seal pipe joints and specified pipe defects. Item No. 18—Joint and Pipe Sealing and Testing —All sizes Joint sealing, all pipe sizes: Payment will be based on the number of joints actually sealed and accepted by the Owner's Representative. Work activities include, but are not limited to, sewer flow control (as required), labor, materials and equipment required to seal defective joints and • subsequent testing of sealed joints and any resealing and retesting of the sealed joints and removal of any excess grout material. 1 1 Item No. 19— Pipe Defect Sealing and Testing • Pipe defect sealing: Payment will be based on the number of pipe ' defects, including cracks and service connections actually sealed and accepted by the Owner's Representative. Work activities include, but are not limited to sewer flow control (as required), labor, materials and ' equipment required to test and seal pipe defects and subsequent testing of sealed pipe defects and any resealing and retesting of the sealed pipe defects and removal of any excess grout material. ' Item No. 20— Lateral Testing and Grouting Payment will be based on the number of cured-in-place internal lateral ' seals installed. Work activities shall include, but are not limited to, all duties involving cleaning and pre-installation television inspection, sewer flow control (as required), lateral seal materials and installation, , reinstatement of existing laterals, post installation television inspection, cleanup complete-in-place and ready to use. Item No. 21 — Lateral Grinding , This item shall include all labor, material, equipment, and services necessary to grind, cut, reduce and remove protruding lateral taps from inside the sewer main. ' Protruding taps are to be reduced to flush with the interior of the sewer main. Alternate A Bid Items ' Item No. 30—Mechanical Pipe Cleaning This item shall include all labor, material, equipment, and services necessary to , access existing pipe entrances, and clean pipes by any mechanical means necessary. This item will be measured by the linear foot, and will be paid in a like fashion at the unit price. , Item No. 31 —Void Grouting This item shall include all labor, material, equipment, and services necessary to grout the voids under the stormwater pipes as described in these provisions. This , item will be measured by the cubic yard of grout placed based on tickets submitted to the City at the time the work is undertaken, with payment being made by the cubic yard at the unit price. ' Item No. 32—4' x 4' Junction Box This item shall include all labor, material, equipment, and services necessary for the construction of a 4' x 4'junction box in accordance with the City of Jefferson Standard Drawings, and as described in these provisions. The work provided herein will be measured per each junction box constructed, and will be paid in a ' like fashion at the unit price. Item No. 33—4' x 5' Junction Box This item shall include all labor, material, equipment, and services necessary for ' the construction of a 4' x 5'junction box in accordance with the City of Jefferson • Standard Drawings, and as described in these provisions. The work provided herein will be measured per each junction box constructed, and will be paid in a , like fashion at the unit price. • !. ' Item No. 34—Additional Junction Box Depth This item shall include all labor, material, equipment, and services necessary for the construction of junction boxes beyond 8 feet deep. The work provided herein ' will be measured by the vertical foot, with payment being made in a like fashion at the unit price. Item No. 35— Remove and Replace Top of Existing Junction Box/ Inlet This item shall include all labor, material, equipment, and services necessary for the removal of the concrete tops of existing junction boxes and inlets as needed to access the stormwater pipes, and for the replacement of the tops according to ' City of Jefferson Standards upon completion of the lining work. The work provided herein will be measured per each top removed and reconstructed, and will be paid in a like fashion at the unit price. Item No. 36— 15-inch Dia. CIP Stormwater Pipe Lining Payment will be based on linear feet of liner installed. Work activities shall 1 include, but are not limited to, all duties involving pre-lining television inspection, liner materials and installation, cleanup, and any surface restoration. The work provided herein will be measured by the linear foot of CIP liner installed, and will ' be paid in a like fashion at the unit price. Item No. 37—24-inch Dia. CIP Stormwater Pipe Lining Payment will be based on linear feet of liner installed. Work activities shall tinclude, but are not limited to, all duties involving pre-lining television inspection, • liner materials and installation, cleanup, and any surface restoration. The work provided herein will be measured by the linear foot of CIP liner installed, and will be paid in a like fashion at the unit price. Item No. 38— 30-inch Dia. CIP Stormwater Pipe Lining ' Payment will be based on linear feet of liner installed. Work activities shall include, but are not limited to, all duties involving pre-lining television inspection, liner materials and installation, cleanup, and any surface restoration. The work ' provided herein will be measured by the linear foot of CIP liner installed, and will be paid in a like fashion at the unit price. ' Item No. 39— 36-inch Dia. CIP Stormwater Pipe Lining Payment will be based on linear feet of liner installed. Work activities shall include, but are not limited to, all duties involving pre-lining television inspection, liner materials and installation, cleanup, and any surface restoration. The work provided herein will be measured by the linear foot of CIP liner installed, and will I ' be aid in a like fashion at the unit rice. P P ' Item No. 40—42-inch Dia. CIP Stormwater Pipe Lining Payment will be based on linear feet of liner installed. Work activities shall include, but are not limited to, all duties involving pre-lining television inspection, ' liner materials and installation, cleanup, and any surface restoration. The work provided herein will be measured by the linear foot of CIP liner installed, and will • be paid in a like fashion at the unit price. Item No. 41 — Construction Signage and Traffic Control ' This item shall include all labor, material, equipment, and services necessary to • provide signage shown in these plans, and all barrels, cones, flaggers, and other ' apparatus needed to meet the requirements of the MUTCD and aforementioned special provisions. The work provided herein will not be measured for payment, but will be considered a lump sum unit and will be paid at the bid lump sum price. Item No. 42—Seeding and Mulching This item shall include all labor, material, equipment, and services necessary for the application of finished seed. All work shall meet City of Jefferson Standards, , Technical Specifications, and requirements in aforementioned special provisions. This shall include but is not limited to seed bed preparation, fertilizer, seed, and straw or other forms of mulch. The work provided herein will be measured per acre, and will be paid in a like fashion at the bid unit price. END OF SPECIAL PROVISIONS ' I � I • r i t • ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI SECTION 01510 - TRAFFIC CONTROL PLAN ' PART 1 - 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. Segments of the work will be constructed in road right-of-way or could-interfere with . ' access to public right-of-way or private property. The Contractor is responsible for planning and implementing measures that will safely barricade and direct the public around the construction area,minimize disruption of traffic and allow access to public and ' private property during construction. These activities will be carried out through the Traffic Control Plan which shall include,but is not limited to: ' 1. Maintenance of local and through traffic 2. Identification of road segments to be closed 3. Identification of detour routes to avoid closed segments ' 4. Maintenance of access to driveways, public right-of-way and property during • construction 5. Schedule for implementing the Traffic Control Plan 6. Identification of barriers,devices and equipment to safely alert and divert traffic around construction areas ' B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 2 Section "Earthwork" for excavation, filling, rough grading, and ' subsurface aggregate drainage and drainage backfill. 2. Division 2 Section "Cement Concrete Paving" ' 3. Division 2 Section "Hot-Mix Asphalt Paving" 4. Division 2 Section " Excavation, Backfilling, and Compaction" 5. Section TS-23 of Jefferson City's Technical Street Specifications. ' 1.3 DEFINITIONS A. Local Traffic is that traffic which has either its origin or its destination at some point within the limits of the project. Local traffic also includes that traffic from all side roads that lead into the project where such traffic does not have satisfactory outlet over a ' passable road or street. B. Through traffic is that traffic which has neither its origin nor its destination within the limits • of the project. C5X59100 01510-1 TRAFFIC CONTROL PLAN RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION ' CITY OF JEFFERSON,MISSOURI 1.4 SUBMITTALS AND COORDINATION • t A. In accordance with Conditions of the Contract and Division 1 Specification o Sections,sub mit a Traffic Control Plan (for confirmation of existence) 3 weeks prior to beginning work ' affected by the Plan. _ B. Submit a schedule of the activities described in the Traffic Control Plan 3 weeks prior to , beginning work affected by the plan. C. Schedule location and extent of street closures and detours shall be approved b the Owner Pp Y prior to completion of the Traffic Control Plan. ' D. All residents along routes or that may be affected by the work covered in the Traffic Control ' Plan shall be notified 2 days prior to beginning the work. E. Street closures shall be reported to the Traffic Officer at the City Police Department prior to , the closure using the normal business number. If an emergency situation develops, notify 911. F. Obtain any permits required for implementing the Plan. ' PART 2 -PRODUCTS ' Barriers, signs, drums, cones, devices, and other items used for traffic control shall be in r accordance with the latest versions of the Missouri Standard Specifications for Highway Construction and the Manual on Uniform Traffic Control Devices published by the U.S. ' Department of Transportation Federal Highway Administration. PART 3 - EXECUTION 3.1 GENERAL , A. General: The safety of the public and the convenience of traffic shall be regarded as of prime importance at all times during construction. It shall be the entire responsibility of the ' Contractor to provide for traffic along and across public roads as well as for ingress and egress to all private property as specified herein. The Contractor shall plan and execute his operations in a manner that will cause the minimum interference with traffic. , • C5X59100 01510-2 TRAFFIC CONTROL PLAN RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI ' 3.2 APPROVAL • ' A. A Traffic Control Plan as required in Article 1.4, describing measures to be taken to implement safe traffic control as required by these specifications shall be prepared and submitted. Submittal of the Traffic Control Plan is to allow the Owner and Engineer to confirm the Plan has been prepared but the Plan will not be reviewed for compliance with these specifications and good practice. Compliance and good practice are the total ' responsibility of the Contractor. The Owner and Engineer reserve the right to notify the Contractor of noncompliance as may be noted within the written Plan or as might happen to be observed at the construction site without assuming responsibility for the Traffic Control Plan. B. The Owner is familiar with traffic patterns within the City and wishes to approve detour and ' street closure plans prior to completion of the Traffic Control Plan. Submit detour and street closure locations and schedule information for review and approval at least 3 weeks before the approved information is needed by the Contractor to complete the Traffic Control Plan. ' C. A schedule of road closures and detours as required in Article 1.4 shall be submitted. The schedule may be included as part of the Traffic Control Plan or may be submitted as a ' separate document. 3.3 TRAFFIC CONTROL ' A. The Contractor shall provide adequate traffic control through use of flagmen, temporary • P q concrete barriers, signs, drums, and cones in accordance with the latest version of the ' Missouri Standard Specifications for Highway Construction and Part VI of the Manual on Uniform Traffic Control Devices (MUTCD) published by the U.S. Department of ' Transportation Federal Highway Administration. The Contractor is responsible for the Traffic Control Plan but as a minimum, the Plan should include but is not limited to the requirements listed in this Article. Any item listed below that conflicts with Missouri Standard Specifications for Highway and Construction or MUTCD should be brought to the attention of the Engineer. Tables listed are from the 1988 Edition of MUTCD with revisions through No. 4 and Errata No. 1 issued April 11, 1995. B. General Requirements ' 1. A minimum roadway width of 10 feet shall be maintained for one-way traffic. 2. A minimum roadway width of 20 feet shall be maintained for two-way traffic without the use of flagmen. 3. If roadway widths less than 20 feet are used for two-way traffic,the Contractor shall provide and maintain flagmen on both ends of the construction area to control traffic to one direction at a time(see Table VI-3, Urban [low speed]). ' 4. Advanced warning signs for construction,road closures,one-way traffic,detours,etc., shall be utilized (see Table VI-3, Urban [low speed]). ' C5X59100 01510-3 TRAFFIC CONTROL PLAN ' RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION , CITY OF JEFFERSON,MISSOURI 5. If work is to be done in intersections that will limit the directions that oncomin g traffic , can go, then the road shall be closed at the intersection one block ahead of the work • with access for local traffic only. 6. Type A low-intensity flashing warning lights shall be mounted on all Type III barriers. 7. If possible,one-way traffic shall be routed so that it flows in the normal direction with that particular lane of the road typically travels. , 8. Detour signs are required to direct traffic around areas of construction when through traffic is not allowed for the particular direction of travel. , 9. Drums shall be used to channel or delineate traffic flow and may also be used singly or in groups to mark specific locations. 10. When one lane of a two-lane road is closed, Figure TA-19 of MUTCD shall be ' followed. Detour signs and flashing warning lights are required. 11. When two lanes are closed for construction, Figure TA-20 of MUTCD shall be followed. Detour signs and flashing warning lights are required. 12. When work is one in confined areas,such as pavement patches and one traffic lane is closed down in the middle of a block,typical application diagrams appropriate to the situation shall be used. , 13. Street closure shall be limited to one lane closure at a time. No parallel streets adjacent to each other shall be worked on.simultaneously unless such work has been approved by the Engineer: ' 14. Temporary access to driveways shall be provided. Provision for local traffic shall be made by the Contractor at his own expense at all times during construction. 15. The Project site shall be cleaned up at the end of each working day, and temporary , surfacing shall be placed such that access will be had to all driveways during the night, • weekends,holidays,and other days when work is not in progress and when the stage of the work does not directly interfere with the drive. The Engineer may grant short-term ' exceptions to this requirement in connection with preparing sub-grade and paving. 16. The Contractor shall designate a person(with phone number)who can be called by the , City during the-night, weekends, holidays, and other days when work is not in progress. The Contractor will be responsible, through this person, for making such temporary repairs during said periods as may be needed to meet the requirements of ' this Section. C. Flagmen: The Contractor shall provide and maintain flagmen at such points and for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel, and as directed by the Engineer. D. Temporary Concrete Barriers shall be provided in such areas which require protection to the ' motorists and Contractor's personnel. E. Portable Barriers: I. Type II barriers shall be used in situations where traffic is maintained through the temporary traffic control zone. They may be used singly or in groups to mark a specific condition. • CSX59100 01510-4 TRAFFIC CONTROL PLAN , RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI 2. Type III barriers shall be used at a road closure,either across a roadway or from curb to • curb. END OF SECTION 01510 • ' C5X59100 01510-5 TRAFFIC CONTROL PLAN RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI SECTION 01600 -PRODUCT REQUIREMENTS • ' PART 1 -GENERAL ' 1.1 RELATED DOCUMENTS ' 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 the following administrative and procedural requirements: selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; product substitutions; and comparable products. B. Related Sections include the following: ' 1. Division 1 Section "Closeout Procedures" for submitting warranties for contract closeout. 2. Divisions 2 through 16 Sections for specific requirements for warranties on products and installations specified to be warranted. • 1.3 QUALITY ASSURANCE A. For certain products, the specifications require the manufacturer to have a record of ' satisfactory operation with the product for a specified period of time. The submission of a bond or deposit, for the same specified period of time, shall be allowed as a substitute for the record of satisfactory operation. 1.4 PRODUCT DELIVERY, STORAGE,AND HANDLING iA. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturer's written instructions. ' 1. Schedule delivery to minimize long-term storage and to prevent overcrowding of construction spaces at a location designated by the Owner. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. ' 3. Deliver products to location designated by the Owner in an undamaged condition in manufacturer's original sealed container or other packaging system, complete • C5X59100 01600-1 PRODUCT REQUIREMENTS RO—12/12/03 �" ° BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI with labels and instructions for handling, storing, unpacking, protecting, and ' installing. . 4. Inspect products on delivery to ensure compliance with the Contract Documents ' and to ensure that products are undamaged and properly protected. 5. Store products to allow for inspection and measurement of quantity or counting of units. 6. Store materials in a manner that will not endanger structures. 7. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate -to prevent ' condensation. 8. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather-protection requirements for storage. 9. Protect stored products from damage. 1.5 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. ' PART 2 -PRODUCTS (Not Used) • PART 3 - EXECUTION (Not Used) ' END OF SECTION 01600 i � i i i , 1 • C5X59100 01600-2 PRODUCT REQUIREMENTS , RO—12/12/03 ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • SECTION 01700 - EXECUTION REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS 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. 1 • 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 existence and location of underground and 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. • ' C5X59100 01700-1 EXECUTION REQUIREMENTS RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION 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. t 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. t 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 t 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. ' • 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. • C5X59100 01700-2 EXECUTION REQUIREMENTS , RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION 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. ' 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 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION ' 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 PROTECTION OF INSTALL ED 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. I. Repairing includes replacing defective parts, refinishing damaged surfaces, ' touching up with matching materials, and properly adjusting operating equipment. C5X59100 01700-4 EXECUTION REQUIREMENTS RO— 12/12/03 ' BASIN IT 3 SANITARY SEWER SYSTEM REHABILITATION ' 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 eP g ex p repaired without visible evidence of repair. ' D. Repair components that do not operate P roperly. Remove and replace operating components that cannot be repaired. 1 E. Remove and replace chipped, scratched, and broken glass or reflective surfaces. END OF SECTION 01700 1 1 1 1 C5X59100 01700-5 EXECUTION REQUIREMENTS RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI • SECTION 01731 CUTTING AND PATCHING 1 PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1 1.2 SUMMARY ' A. This Section includes procedural requirements for cutting and patching. ' 1.3 DEFINITIONS A. Cutting: Removal of existing construction necessary to permit installation or ' performance of other Work. B. Patching: Fitting and repair work required to restore surfaces to original conditions ' after installation of other Work. • 1.4 QUALITY ASSURANCE A. Structural Elements: Do not cut and patch structural elements in a manner that could change their load-carrying capacity or load-deflection ratio. ' B. Operational Elements: Do not cut and patch operating elements and related components � p P g P 1 in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. C. Visual Requirements: Do not cut and patch construction in a manner that results in ' visual evidence of cutting and patching. Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in Engineer's opinion, reduce the building's and structure's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. ' 1.5 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during cutting and patching operations, by methods and with materials so as • not to void existing warranties. ' C5X59100 01731 - 1 CUTTING AND PATCHING RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI PART2 -PRODUCTS • 2.1 MATERIALS A. General: Comply with requirements specified in other Sections of these Specifications. B. Existing Materials: . Use materials identical to existing materials unless otherwise noted in these documents. For exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when ' installed, will match the visual and functional performance of existing materials. PART 3 - EXECUTION 3.1 EXAMINATION ' A. Examine surfaces to be cut and patched and conditions under which cutting and ' patching are to be performed. 1. Compatibility: Before patching, verify compatibility with and suitability of ' substrates, including compatibility with existing finishes or primers. • 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. , 3.2 PREPARATION ' A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect existing construction during cutting and patching to prevent ' damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. , C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Existing Services: Where existing services are required to be removed, relocated, or abandoned, bypass such services before cutting to minimize interruption of services to occupied areas. , C5X59100 01731 -2 CUTTING AND PATCHING , RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI 3.3 PERFORMANCE A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. ' 1. Cut existing construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore ' surfaces to their original condition. B. Cutting: Cut existing construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, _using methods least likely to damage elements retained or adjoining construction. ' 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover ' openings when not in use. 2. Existing Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. ' 3. Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond- core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Division 2 Sections where required by cutting and patching operations. • C. Patching: Patch construction by filling, repairing, refinishing, closing up,'and similar ' operations following performance of other Work. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements specified in other Sections of these Specifications. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation. ' 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. END O F SECTION 01731 • ' C5X59100 01731 - 3 CUTTING AND PATCHING RO— 12/12/03 �- ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI SECTION 01740—WARRANTIES AND BONDS PART 1 - GENERAL 1.1 RELATED DOCUMENTS 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 specifies general administrative and procedural requirements for warranties and bonds required by the Contract Document, including manufacturers' standard warranties on products and special warranties. 1. Refer to the General Conditions for terms of the Contractor's warranty s ecial of P ' workmanship and materials. 2. General closeout requirements are included in Section "Closeout Procedures". 3. Specific requirements for warranties for the Work and products and installations that are specified to be warranted, are included in the individual Sections of Divisions 2 through.16. 4. Certifications and other commitments and agreements for continuing services to Owner are specified elsewhere in the Contract Documents. B. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the Work that incorporates ' the products, nor does it relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the Contractor. 1.3 DEFINITIONS A. Standard Product Warranties are preprinted written warranties published by individual manufacturers for particular products and are specifically endorsed by the manufacturer to the Owner. ' B. Special Warranties are written warranties required by or incorporated in the Contract Documents, either to extend time limits provided by standard warranties to provide greater rights for the Owner. • C5X59100 01740-1 WARRANTIES AND BONDS Ro— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI 1.4 WARRANTY REQUIREMENTS A. Related Damages and Losses: When correcting warranted Work that has failed, remove , g g and replace other Work that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted Work. ' B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. ' The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation. C. Replacement Cost: Upon determination that Work covered by a warranty has failed, ' replace or rebuild the Work to an acceptable condition complying with requirements of Contract Documents. The Contractor is responsible for the cost of replacing or ' rebuilding defective Work regardless of whether the Owner has benefited from us of the Work through a portion of its anticipated useful service life. D. Owner's Recourse: Written warranties made to the Owner are in addition to implied ' warranties and shall not limit the duties � rights obli ations is and remedies otherwise g t� available under the law, nor shall warranty periods be interpreted as limitations on time in which the Owner can enforce such other duties, obligations, rights, or remedies. ' 1. Rejection of Warranties: The Owner reserves the right to reject warranties and to , limit selections to products with warranties not in conflict with requirements of the Contract Documents. E. The Owner reserves the right to refuse to accept Work for the Project where a special ' warranty, certification, or similar commitment is required on such Work or part of the Work, until evidence is presented that entities required to countersign such ' commitments are willing to do so. 1.5 SUBMITTALS A. Submit written warranties to the Engineer prior to the date certified for Substantial , Completion. If the Engineer's Certificate of Substantial Completion designates a commencement date for warranties other than the date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of ' the Engineer. 1. When a designated portion of the Work is completed and used by the Owner, by separate agreement with the Contractor during the construction period, submit properly-executed warranties to the Engineer within fifteen days of completion of that designated portion of the Work. C5X59100 01740-2 WARRANTIES AND BONDS , RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • B. When a special warranty is required to be executed by the Contractor, or the Contractor and a subcontractor, supplier or manufacturer, prepare a written document that contains appropriate terms and identification,ready for execution by the required parties. Submit a draft to the Owner through the Engineer for approval prior to final execution. C. Forms for special warranties are included in Section 00840-Construction Forms. Prepare a written document utilizing the appropriate form, ready for execution by the ' Contractor, or the Contractor and subcontractor, supplier or manufacturer. Submit a draft to the Owner through the Engineer for approval prior to final execution. ' 1. Refer to individual Section of Divisions 2 through 16 for specific content requirements, and particular requirements for submittal of special warranties. D. Form of Submittal: At Final Completion, submit copies of each required warranty and bond properly executed by the Contractor, or by the Contractor, subcontractor, supplier, or manufacturer. PART 2 - PRODUCTS ' Not Applicable ' PART 3 - EXECUTION • Not Applicable ' END OF SECTION 01740 • ' C5X59100 01740-3 WARRANTIES AND BONDS RO— 12/12/03 _ r BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • SECTION 01770 - CLOSEOUT PROCEDURES PART 1 - GENERAL ' 1.1 RELATED DOCUMENTS 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 administrative and procedural requirements for contract closeout, ' including,but not limited to,the following: 1. Inspection procedures. ' 2. Project Record Documents. 3. Warranties. 4. Instruction of Owner's personnel. 5. Final cleaning. ' 1.3 SUBSTANTIAL COMPLETION • A. Preliminary Procedures: Before requesting inspection for determining date of ' Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. ' 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and ' access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Submit record drawings,.damage or settlement surveys, property surveys, and ' similar final record information. 6. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. ' 7. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems. ' 9. Submit test/adjust/balance records. 10. Terminate and remove temporary facilities from Project site, along with mockups, • construction tools, and similar elements. C5X59100 01770-1 CLOSEOUT PROCEDURES RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI 11. Advise Owner of changeover in heat and other utilities. • 12. Submit changeover information related to Owner's occupancy, use, operation, and i maintenance. B. Inspection: Submit a_written request for inspection in accordance with the General Conditions. 1.4 FINAL COMPLETION w A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Instruct Owner's personnel in adjustment, and maintenance of products, and systems. 2. Inspection: Submit a written request for final inspection for acceptance, in accordance with the General Conditions. , 1.5 PROJECT RECORD DOCUMENTS , A. General: Do not use Project Record Documents for construction purposes. Protect Project Record Documents from deterioration and loss. Provide access to Project ' Record Documents for Engineer's reference during normal working hours. • B. Record Drawings: Maintain and submit one set of blue- or black-line white prints of ' Contract Drawings and Shop Drawings. 1. Mark Record Prints to show the actual installation where installation varies from ' that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked-up Record Prints. ' a. Give particular attention to information on concealed elements that cannot be readily identified and recorded later. ' b. Accurately record information in an understandable drawing technique. C. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. , d. Mark Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. Where Shop Drawings are marked, show cross-reference on Contract Drawings. ' 2. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at the same ' location. • C5X59100 01770-2 CLOSEOUT PROCEDURES ' RO— 12/12/03 ' BAS IN 3 SANITARY SE W ER S Y STE M REHABILITATION CITY OF JEFFERSON,MISSOURI i3. Mark important additional information that was either shown schematically or omitted from original Drawings. 4. Note .Work Change Directive numbers, Change Order numbers, alternate numbers, and similar identification where applicable. ' 5. Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. Organize into manageable sets; bind each set with durable paper cover sheets. Include identification on cover ' sheets. C. Record Specifications: Submit one copy of Project's Specifications, including addenda. 1 and contract modifications. Mark copy to indicate the actual product installation where installation vanes from that indicated in Specifications, addenda, and contract modifications. ' 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. ' 2. Mark-copy with the proprietary name and model number of products, and materials furnished, including substitutions and product options selected. 3. Note related Change Orders and Record Drawings where applicable. 1.6 WARRANTIES A. Submittal Time: Submit written warranties on request of Engineer for designated portions of the Work where commencement of warranties other than date of Substantial ' Completion is indicated. B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. PART 2 -PRODUCTS ' 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. i • ' C5X59100 01770-3 CLOSEOUT PROCEDURES RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI PART 3 -EXECUTION 3.1 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and anti- pollution regulations. B. Cleaning: Clean each surface or unit to condition expected in an average cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Final Completion for Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Rake grounds that are neither planted nor paved to a smooth, even-textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free ' condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. ' g. Remove debris and surface dust from limited access spaces, including shafts, trenches, equipment vaults,manholes, attics, and similar spaces. h. Sweep concrete floors broom clean in unoccupied spaces. i. Remove labels that are not permanent. j. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. k. Leave Project clean. C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or or b excess materials on Owner's property. Do not discharge volatile, harmful, dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. END OF SECTION 01770 • C5X59100 01770-4 CLOSEOUT PROCEDURES ' RO— 12/12/03 ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • SECTION 02120 -TREE PROTECTION AND TRIMMING 1 PART l -GENERAL 1.1 RELATED DOCUMENTS ' A. Drawings and general provisions of the Contract, including the General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Protect existing trees and shrubs that are outside the permanent construction easement and as noted on the Drawings from foliage, trunk and root damage that may result from construction operations. Protect from the following damage. 1. Compaction of root area by equipment or material storage. 2. Trunk damage by moving equipment,materials storage,nailing or bolting. ' 3. Strangling by tying ropes or guy wires to trunks or large branches. 4. Poisoning by pouring solvents, gas, paint, etc., on or around trees or roots. 5. Cutting of roots by excavating, ditching, etc. 6. Damage of branches by improper pruning. 7. Drought from failure to water or by cutting or changing normal drainage pattern ' past roots. • 8. Changes of soil pH factor by disposal of lime base materials, such as concrete, plaster, etc. ' PART 2 -PRODUCTS of Applicable). � PP .) PART 3 -EXECUTION ' 3.1 PREPARATION A. Temporary Protection: Provide temporary fencing,barricades, or other suitable guards ' located outside the drip line(outer perimeter of branches)to protect remaining trees and other plants from damage. B. Protect tree root systems from damage due to noxious materials caused by run-off or spillage while mixing, placing, or storing construction materials. Protect root systems ' from flooding, eroding, or excessive wetting caused by dewatering operations. C. Do not store construction materials, debris, or excavated material within the drip line of ' remaining trees. Do not permit vehicles or foot traffic within the drip line, and prevent soil • compaction over root systems for construction in lawn areas. ' C5X59100 02120-1 TREE PROTECTION AND RO - 12/12/03 TRIMMING 1 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI D. Do not allow fires under or adjacent to remaining trees or other plants. • 3.2 EXCAVATION A. Install shoring or other protective support systems to minimize sloping or benching of excavations. B. Do not excavate within tree drip line for trees indicated to remain,unless otherwise indicated on the Drawings. C. Where excavation in lawn areas for new construction is required within tree drip lines for trees indicated to remain on the Drawings, hand excavate to minimize damage to root systems. Use narrow-tine spading forks and comb soil to expose roots. ' D. Where utilities trenches in lawn areas are required within tree drip lines for trees indicated to remain,tunnel under or around the roots by drilling,auger boring,pipe j acking,or digging by , hand. 1. Root Pruning: Do not cut main lateral roots or tap roots; cut only smaller roots that interfere with installation of new work. Cut roots with sharp pruning instruments;do not break or chop. ' E. Where utilities trenches in field or wooded areas are required within tree drip lines for trees • indicated to remain, do not cut tap roots. Cut other smaller roots with sharp pruning , instruments; do not break or chop. 3.3 TREE PRUNING ' A. Prune remaining trees-affected by temporary and new construction. B. Prune remaining trees to compensate for root loss caused by damaging or cutting root system. ' C. Pruning Standards: Prune trees according to the National Arborist Association's "Pruning , Standards for Shade Trees." 1. Class H: Standard pruning. 2. Class III: Hazard pruning. 3. Class IV: Crown-reduction pruning. ' D. Cut branches with sharp pruning instruments; do not break or chop. 3.4 DISPOSAL OF WASTE MATERIALS ' • C5X59100 02120-2 TREE PROTECTION AND ' RO - 12/12/03 TRIMMING ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • A. Disposal: Remove excess excavated material, displaced trees, and excess chips from the project site. END OF SECTION 02120 1 1 1 • 1 1 1 • C5X59100 02120-3 TREE PROTECTION AND RO - 12/12/03 TRIMMING 1 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • SECTION 02140 - DEWATERING 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. This Section includes provisions for dewatering. ' B. Dewatering consists of performing work necessary to lower and control groundwater levels and hydrostatic pressures to permit excavation and construction to be performed in near-dry conditions. ' C. Control of surface and subsurface water, ice and snow are part.of the dewatering requirements. ' D. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. 1.3 SUBMITTALS A. The Contractor shall obtain a Land Disturbance Permit from the Missouri Department of Natural Resources as required for the proposed construction activities prior to commencing any dewatering, excavation or other similar construction activities. The Contractor shall submit to the Engineer for review, detailed plans showing how the Contractor intends to handle and dispose of sanitary, groundwater, and storm water ' flow. 1.4 QUALITY ASSURANCE ' A. Operator Qualifications: Perform dewatering operations with supervisory personnel having at least 10 years experience in field of dewatering. ' B. Maintain P adequate supervision and control to ensure that stability of subgrades and excavated and constructed slopes are not adversely affected by water, erosion is controlled, and flooding of excavation or damage to structures does not occur. C5X59100 02140-1 DEWATERING RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI PART 2 - PRODUCTS Not Applicable. PART 3 - EXECUTION 3.1 DEWATERING A. Provide an adequate system to lower and control groundwater in order to permit ' excavation, installation of sewers, construction of structures, and placement of fill materials under dry conditions. Install sufficient dewatering equipment to drain water-bearing strata above and below bottom of structure foundations, drains, sewers, ' and other excavations. B. Reduce hydrostatic head in water-bearing strata below structure foundations, drains, ' sewers and other excavations to extent that water level and piezometric water levels in construction areas are below prevailing excavation surface. C. Dispose of water removed from excavations in a manner to avoid endangering public ' health, property, and portions of work under construction or completed. Dispose of water in a manner to avoid inconvenience to others. Provide sumps, sedimentation ' tanks, and other flow control devices as required by governing authorities. D. Provide standby equipment on site, installed and available, for immediate operation if ' required to maintain dewatering on a continuous basis in event any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, perform such work as may be required to restore damaged structures and foundation soils at no additional expense to the Owner. END OF SECTION 02140 i C5X59100 02140-2 DEWATERING ' RO— 12/12/03 ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • SECTION 02160 - EXCAVATION SUPPORT.SYSTEMS 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 tA. This Section includes,but is not limited to,the following: 1. Excavation support necessary to protect existing buildings, streets, walkways, utilities, and other improvements and excavation against loss of ground or caving embankments. 2. Maintenance of excavation support system. ' 3. Removal of excavation support system, as required. B. The Contractor shall be responsible for design, installation, and monitoring of the excavation support systems. Excavation support will be required to,protect existing tstructures and prevent the undermining of future structures. Types of excavation • support systems include,but are not limited to,the following: 1. Soldier piles and lagging. ' 2. Steel sheet piles. 3. Liner plates. ' 4. Trench boxes. C. Construct and maintain all shoring and bracing necessary to protect the excavation, as needed for the safety of employees and as required by applicable Federal and State laws. D. The type of excavation support used shall be removable following the installation of the ' pipeline or structure. No permanent type shoring or sheeting shall be used which must remain within the limits of the excavation unless so ordered by the Engineer in accordance with 02160.3.1. The excavation support system shall be removed following ' approval by the Engineer of the excavation, installation of the pipeline or structure, and installation of required backfill material. ' 1.3 SUBMITTALS ' A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. • ' C5X59100 02160-1 EXCAVATION SUPPORT SYSTEMS RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI B. Before starting work, submit an excavation support system plan which includes design a drawings outlining the sequence and methods of installation and removal, and the materials, sizes, and arrangement of members proposed for use as excavation support. The drawings and other data shall be prepared and sealed by a professional engineer registered in the State of Missouri. System design and calculations must be acceptable to local authorities having jurisdiction. 1.4 QUALITY ASSURANCE A. Supervision: Engage and assign supervision of the excavation support system to a qualified professional engineer foundation consultant. B. Engineer Qualifications: A professional engineer legally authorized to practice in the 1 State of Missouri and experienced in providing successful engineering services for excavation support systems similar in extent to that required for this Project. 1. Submit name of engaged engineering consultant and qualifying technical , experience. C. Regulations: .Comply with OSHA regulations and other codes, ordinances, and laws of governing authorities having jurisdiction. 1.5 JOB CONDITIONS ' A. Before starting work, verify governing dimensions and elevations. Verify condition of • 'adjoining properties. Take photographs to record any existing settlement or cracking of structures, pavements, and other improvements. Prepare a list of such damages, verified by dated photographs, and signed by Contractor and others conducting investigation and ' witnessed by the Engineer. 1.6 EXISTING UTILITIES , A. Protect existing active sewer, water, gas, electricity, telephone, cable TV, and other utility services and structures. , B. Notify municipal agencies and service utility companies having jurisdiction. Comply with requirements of governing authorities and agencies for protection, relocation, ' removal, and discontinuing of services. C5X59100 02160-2 EXCAVATION SUPPORT SYSTEMS , RO— 12/12/03 ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI • ' PART 2 -PRODUCTS 2.1 MATERIALS ' A. General: Provide adequate shoring and bracing materials, which will support loads imposed. Materials need not be new,but should be in serviceable condition. ' B. Structural Steel: ASTM A 36. C. Steel Sheet Piles: ASTM A 328. ' D. Timber Lagging: Any species, rough-cut, mixed hardwood, nominal 3 inches thick, unless otherwise indicated. ' PART 3 -EXECUTION ' 3.1 SHORING ' A. Protect the site from caving and unacceptable soil movement. Wherever shoring is • required, locate the system to clear permanent construction and to permit forming and finishing of concrete surfaces. Provide shoring system adequately anchored and braced to resist earth and hydrostatic pressures. B. Shoring systems retaining earth on which the support or stability of existing structures ' is dependent must be left in place at completion of work. If wood is part of the shoring system near existing structures, use pressure preservative treated materials or remove as backfill is placed. ' 3.2 BRACING ' A. Locate bracing to clear permanent work. If necessary to move a brace, install new bracing prior to removal of original brace. ' B. Do not place bracing where it will be cast into or included in permanent concrete work, except as otherwise acceptable to Engineer. ' C. Install internal bracing, if required, to prevent spreading or distortion of braced frames. D. Maintain bracing until structural elements are supported by other bracing or until permanent construction is able to withstand lateral earth and hydrostatic pressures. • ' C5X59100 . 02160-3 EXCAVATION SUPPORT SYSTEMS RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI E. Remove sheeting, shoring, and bracing in stages to avoid disturbance to underlying soils • and damage to structures, pavements, facilities, and utilities. F. Repair or replace, as acceptable to Engineer, adjacent work damaged or displaced through installation or removal of excavation support system. END OF SECTION 02160 1 • 1 • CSX59100 02160-4 EXCAVATION SUPPORT SYSTEMS ' RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION 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 subgrade • elevations indicated and subsequent disposal or storage of materials removed. C. Related Sections: The following sections contain requirements that relate to this section. 1. Division 2, Section 02140 "Dewatering" for removal of water during excavation and backfill ' 2. Division 2, Section 02160 "Excavation Support Systems" for sheeting and bracing, shoring, and trench boxes used during excavation 3. Division 2, Section 02753 "External Repairs to Sanitary Sewers" 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 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION 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. , PART2 -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. C5X59100 02220-2 EXCAVATION, BACKFILLING, RO— 12/12/03 AND COMPACTION BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI iC. 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 C150. 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. 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 f 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. • C5X59100 02220-3 EXCAVATION, BACKFILLINO, RO— 12/12/03 AND COMPACTION BASIN 3 SAN ITARY SEWER SYSTEM REHABILITATION t CITY OF JEFFERSON, MISSOURI i 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 t 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 t 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 ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION 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. 3.4 GRADE iA. 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 6 inches deep to the established grade with allowance for the pipe bedding. I � 1 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 embankments, shall be shored or otherwise supported when ' 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. ' C5X59100 02220-5 EXCAVATION,BACKFILLING, RO— 12/12/03 AND COMPACTION BASIN 3 SANITARY SEWER SYSTEM REHABILITATION 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 backfill 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 re q uirements are outlined in Section 02140, Dewaterin . ' 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 iri 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, BACKFILLING, , RO— 12/12/03 AND COMPACTION SBASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI i • 2. After each pipe has been graded, aligned, and placed in final position on the ibedding 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 ' "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 onto the granular material and do not permit free fall- 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 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION 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 1 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 the ' 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) • II C5X59100 02220-8 EXCAVATION, BACKFILLING, ' RO— 12/12/03 AND COMPACTION BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI 1 • 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. i 3.10 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. 1 C. If, based on testing service reports and inspection, subgrade or fills, which have been placed, are below the specified density, 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 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION 1 CITY OF JEFFERSON,MISSOURI 1 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. ICI 3.12 SETTLEMENT A. Any settlement in trench backfill, which occurs during the warranty period and is attributable to construction procedures, such as improper removal of shoring or insufficient compaction, shall be corrected by the Contractor at his own expense. Any piping or facilities damaged by such settlement shall be restored to their original 1 condition at the Contractor's expense. R 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 slung 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 i • C5X59100 02220-10 EXCAVATION,BACKFILLING, RO— 12/12/03 AND COMPACTION ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI • SECTION 02480—LANDSCAPE WORK PART 1 - 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: 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 3to prevent damage to ' existing improvements. 1. Protect improvements on adjoining properties..and on easements. 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. r C5X59100 02480-1 LANDSCAPE WORK RO— 12/12/03 1 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION 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. 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 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 Associations (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 I 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. • CSX59100 02480-2 LANDSCAPE WORK ' RO— 12/12/03 ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI SB. Maintain and establish turf areas by watering, fertilizing, mowing, and other required toperations. 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 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 I 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(lbs per acre) Alta Fescue or Kentucky 31 ' Fescue(Festuca Eliator Var. Arundinces) 75 90 ' Rye Grass (Lolium Perenne 80 or L. Miltiflorum) 80 50 1 Total 140 2. The seeding mixture in other areas shall be composed of a mixture of 60%Derby 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 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION 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 t 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 ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION 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. rB. 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 IA. 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 grading 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 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION 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 t 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 1 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI 1 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'. 1 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 eP _does--not q 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 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI • C5X59100 02480-8 LANDSCAPE WORK RO- 12/12/03 r BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI 1 • SECTION 02740—SANITARY SEWER CLEANING PART 1 - 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 SECTION INCLUDES ' A. Furnish all labor, equipment, materials and incidentals necessary to clean the length of sewer, as specified in these Contract Drawings. B. The cleaning shall be performed so that the piping system is in such condition that it can be inspected and the repairs completed without obstruction. C. Sewer line cleaning to remove foreign materials from the lines and restore the sewer to a minimum of 95% of the original carrying capacity, for proper seating of pipe lining, and as required for other specified rehabilitation. 1 • 1.3 SUBMITTALS A. The Contractor shall submit a work plan to the Engineer for review. ' B. The Contractor shall submit written descriptions of the procedures and equipment used in their operations for the cleaning work. The Contractor shall submit sediment containment and disposal methods description as well as, Contractor's access to water. PART 2 -PRODUCTS 2.1 EQUIPMENT A. Furnish all equipment,materials, pumps and incidentals required to execute the work as specified herein, and in full compliance with all regulatory requirements. ' B. Mechanical Cleaning Equipment 1. Where Contractor deems appropriate, bucket machines shall be used in pairs and ' with sufficient power to perform the Work in an efficient manner. Machines shall be belt-operated or have an overload device. Any damage caused by this • equipment shall be repaired by the Contractor at no additional cost to the Owner. ' C5X59100 02740-1 SANITARY SEWER CLEANING RO - 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI Machines with direct drive, which could cause damage to the pipe, will not be • acceptable. 2. Self-propelled equipment for moving sediment inside the pipeline will be permitted. Any damage caused by this equipment shall be repaired by the , Contractor at no additional cost to the Owner. C. Vacuum Equipment 1. Vacuum machines of sufficient power to perform the work in an efficient manner , will be acceptable. D. Hydrocleaning Equipment ' 1. Flushing Hose Truck, high velocity jet, or other hydrocleaning equipment may also be used to clean the conduits. PART 3 - EXECUTION 3.1 FIELD QUALITY CONTROL A. Acceptance of sewer line cleaning shall be made upon the successful completion of the television inspection and shall be to the satisfaction of the Engineer. If TV inspection shows the cleaning to be unsatisfactory, the Contractor shall be required to reclean and ' reinspect the sewer line until the cleaning is shown to be satisfactory. • 3.2 CLEANING ' A. Root removal shall occur only after root control measures have been taken (see Section , 02752) unless otherwise allowed by the Engineer. Roots shall be removed from pipe prior to repair. Special attention shall be used during the cleaning operation to assure complete removal of roots from the joints. , B. Precaution shall be taken to insure that the water pressure created does not damage or cause flooding of public or private property being served by the sewer. ' C. The Contractor shall select cleaning equipment which best suits the condition of the conduits, manholes, and catch basins to be cleaned at the time the Work commences. , D. The Contractor shall use properly selected equipment to remove all dirt, grease, rock, and other deleterious material and obstructions from the conduits, manholes, and catch , basins. E. The Contractor shall protect all existing sewers that include brick and clay tile pipe from damage caused by improper use of cleaning equipment. , C5X59100 02740-2 SANITARY SEWER CLEANING , RO - 12/12/03 1 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • F. The Contractor shall bypass and divert existing flows in accordance with Section ' 02790. G. The Contractor shall be responsible for obtaining any water needed for cleaning toperations. H. Passing material from manhole section to manhole section, which could cause line ' stoppages shall not be permitted. 3.3 HANDLING A. The Contractor shall be responsible for the disposal of all material resulting from the cleaning operation. B. All materials shall be removed from the site no less often than at the end of each ' workday. Under no circumstances will the Contractor be allowed to accumulate debris, etc. on the site of work beyond the stated time, except in totally-enclosed containers and as approved by the Owner. ' END OF SECTION 02740 • • ' C5X59100 02740-3 SANITARY SEWER CLEANING RO - 12/12/03 1 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • SECTION 02741 - SANITARY SEWER INSPECTION 1 PART 1 - 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 SECTION INCLUDES 'A. Pre-Construction inspection as specified in these Contract Documents. ' B. Post-Construction inspection of sewer repairs as specified in these Contract Documents. 1.3 SUBMITTALS ' A. The Contractor shall submit written descriptions of the procedures and equipment used in their operations for the inspection work. ' B. The Contractor shall submit draft and final TV inspection reports in accordance with • Section 01330—Submittal Procedures. PART 2 -PRODUCTS 2.1 EQUIPMENT . A. Television inspection of sewers shall be accomplished by the use of closed circuit, color television camera. The television camera used for the inspection shall be one especially ' designed and constructed for sewer line inspection and shall have its own lighting system providing light levels to allow a clear picture of the entire periphery of the pipe without creating significant steam vapor which might affect picture clarity. The camera ' shall be constructed so as to be operable in 100% humidity and with minimum lens fogging. Picture quality shall be such as to produce a continuous 600 line resolution picture showing the entire periphery of the pipe. The camera shall be able to view 360 degrees of the pipe interiors and have an articulating head to view up sewer connections and closely inspect identified pipe defects. B. The Contractor shall note that wide-angle lenses may be required for those pipes with larger diameters so as to produce a picture showing the entire periphery of the pipe. • C5X59100 02741-1 SANITARY SEWER INSPECTION RO - 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI Picture quality and definition shall be such that the interior of the pipe can be clearly • seen in detail without static interference of any kind to the satisfaction of the Engineer. 1 PART 3 - EXECUTION , 3.1 APPLICATION A. Depth of flow shall not exceed that shown below for the respective pipe sizes as measured in the manhole when performing television inspection. ' 1. Maximum Depth of Flow Television Inspection 6"— 10"Pipe 20% of pipe diameter 12"—24"Pipe 25% of pipe diameter ' 27" and Larger 30%of pipe diameter B. Pre Construction and Post Construction of the sewers shall conform with the following procedures: ' 1. Measurement for location shall be at ground level by means of a meter or other measuring device. Location of the camera shall be recorded visually by numbers and identified by voice at twenty-five foot intervals on the video tape. , 2. The work shall be performed in one section at a time. The inspection shall be • conducted so as to produce continuous video tape recordings of the various pipe lines, pipe section by pipe section, corresponding to the order that they exist in the ground. 3. The camera shall be moved through the line at a uniform slow rate. The camera movement shall be halted only to observe and record service connections in the pipe or other pertinent features. ' 4. Still photographs of the television inspection image shall be taken at each identified pipe defect and sewer connection. The still photograph shall be , annotated with the sewer section and station. 5. The television display shall indicate date, time, and"MH XX to MH XX" for the specific pipe being televised and the manhole numbering shall correspond to the , Owner's numbering system. C. A written report documenting the sewer television shall be prepared and submitted by , the Contractor within 14 calendar days of the post-construction inspection work. The draft submission shall include: • C5X59100 02741-2 SANITARY SEWER INSPECTION RO - 12/12/03 r..� BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF.JEFFERSON, MISSOURI • 1. TV inspection logs shall cover each (continuous) pipe length separately and ' include the following information a. Time, date of start and conclusion of inspection, street location and upstream and downstream manholes using the Owner's manhole ' designations b. A general description of the full length combining observed data and that from available records of the existing sewer to include size and cross section configuration(s) of each section, direction of camera travel and direction of flow, materials of construction, generalized summary description of observed condition for each section including points of significance such as locations of building sewers, unusual conditions, roots, storm sewer connections,broken pipe, presence of scale and corrosion, and other discernible features. ' C. A station-by-station tabulation and description of all tee, wye, and chimney connections. d. Still photographs of the television inspection image shall be taken at each ' identified pipe defect and sewer connection. The still photograph shall be annotated with the sewer section and station. 2. The Contractor shall submit two (2) copies of the TV inspection logs in DVD format. a. The digital video encoding shall include both sound and video information ' that can be reproduced with a video image equal or very close to the quality of the original picture on the television monitor. The replay of the recorded video information shall be free of electrical interference and shall produce a clear, stable image. The audio portion of the composite digital coding shall be sufficiently free of electrical interference and background noise so as to produce an oral report that is clear and completely and easily discernible. b. The audio portion of the inspection report shall include the location or identification of the section, the manhole-to-manhole direction of travel, and the distance traveled on the specific run encountered. The inspection ' camera equipment shall be continuously connected to the television inspection or monitoring equipment. The recording and monitoring equipment shall be continuously connected to the television inspection or ' monitoring equipment. The recording and monitoring equipment shall have the built-in capability to allow the Engineer to instantly review both the audio and video quality of the recordings at all times during the television ' survey. Playback speed shall be continuously adjustable from one-third normal speed for slow-motion viewing, to fast forward playback speed. C. Separate files shall be created for each sewer line segment. In case of a ' reverse setup, such inspection shall be stored in a separate file. Files shall be written to DVD media for delivery to the Engineer. Multiple files may exist on each DVD. Each DVD shall be labeled, at a minimum, with the ' following information: Owner, Engineering Firm, Project Name, Date of DVD creation, Date of inspection, DVD #, Sewer Line Sections, and Contractor Firm. C5X59100 02741-3 SANITARY SEWER INSPECTION RO - 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI D. Final Report-- The Contractor shall incorporate the comments received on the Draft • Final Report from the Engineer and submit the Final written report, final video tapes in DVD format, and digital photos. END OF SECTION 02741 t • C5X59100 02741-4 SANITARY SEWER INSPECTION RO - 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION. CITY OF JEFFERSON, MISSOURI 1 SECTION 02751 —INTERNAL REPAIRS TO SANITARY SEWERS PART 1 - GENERAL 1 - - 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. 1.2.2 SU MAR Y ' A. This section includes internal point rehabilitation of certain portions of the existing sewer system at the locations indicated on the Drawings. B. This section includes rehabilitation using CIPP short liner products. C. This section includes methods using an internal lateral seal liner consisting of a one- , piece cured-in-place liner to provide for the rehabilitation of the existing sewer lateral and mainline connection without excavation. 1.3 SUBMITTALS ' A. The Contractor shall submit a Manufacturer's Certificate of Compliance certifying liner material compliance with the applicable specifications and standards. ' B. The Contractor shall submit certified copies of test reports of factory tests required by the applicable standards and this Section. ' C. The Contractor shall submit Manufacturer's procedures for instructions and procedures for delivery, storage, and handling of products. D. The Contractor shall submit Manufacturer's installation instructions and procedures. E. The Contractor shall submit the Contractor's procedures and materials including time and duration of water and sewer service unavailability. ' F. The Contractor shall submit certification of competency and a licensing agreement when applicable for installing the liner. G. Calculations must support that the finished pipe shall have at least 100% of the full flow capacity of the original host pipe before rehabilitation. Calculated capacities may be ' derived using a commonly accepted roughness coefficient for the original pipe material. • ' C5X59100 02751-1 INTERNAL REPAIRS RA— 12/12/03 TO SANITARY SEWERS BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI A typical roughness coefficient for the cured-in-place pipe shall be as verified by third part test data. H. The Contractor shall submit available liner colors. I. The Contractor shall submit design calculations to determine the minimum thickness of the liner to be installed. The liner design shall have sufficient strength to support all dead loads, live loads and groundwater loads imposed. Each installation shall have a design report documenting the design criteria for a fully deteriorated pipe section, relative to the hydrostatic pressures, depth of soil cover and type of soil. 1.4 DELIVERY, STORAGE, AND HANDLING A. The Contractor shall be responsible for the delivery, storage, and handling of products. ' No products shall be shipped to the job site without the approval of the Engineer. Delivery, handling and storage of the products shall be in accordance with the written , procedures of the manufacturer of the products. PART 2 -PRODUCTS ' 2.1 GENERAL ' A. All materials shall be in strict compliance with the required standards.and specifications of ASTM, ANSI, and AWWA. ' B. The finished pipe liner in place shall be chemically resistant to domestic sewage and will withstand internal exposure to domestic sewage. , C. The finished pipe liner in place shall be capable of withstanding earth and groundwater loads for the depth of burial at each application. ' D. Field measurements of the existing pipe diameters, ovality and length shall be taken and taken into account when designing and selecting the CIPP Short Liner. E. All cured-in-place lining/sealing products and installation shall comply with ASTM: F1216. , 2.2 CURED-IN-PLACE SHORT LINER A. The flexible tube shall be fabricated to a size that when installed will fit neatly the internal circumference of the existing sanitary sewer line being rehabilitated by the ' CIPP Short Liner. Allowance shall be made for circumferential stretching during insertion so that the final cured product is snug against the wall of the host pipe. • C5X59100 02751-2 INTERNAL REPAIRS ' RA— 12/12/03 TO SANITARY SEWERS BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • B. The point repair liner shall consist of an epoxy resin impregnated, non-woven felt/fiberglass composite or carbon fiber woven matting repair sleeve that is cured in place. All other materials shall be submitted with the bid for review prior to acceptance of the bid. ' C. The cured liner shall be chemically resistant to withstand internal exposure to sewage containing gasses at normal levels for domestic sewage of hydrogen sulfide, carbon ' monoxide, carbon dioxide, methane dilute sulfuric acid, external exposure to soil bacteria and any other chemical attack which may be due to materials in the surrounding ground. tD. The cured liner shall be impervious to groundwater infiltration as well as prevent wastewater exfiltration. ' E. The liner, along with the existing pipe shall become a full structural pipe able to withstand external earth loads applied to the pipe at its current depth. ' F. The liner shall have smooth tapering transitions where the repair begins and ends. G. The minimum length shall effectively span the pipe defect and span the distance from the adjacent pipe joints plus 1.0 foot each side. The Contractor shall verify the lengths in the field before impregnation. ' H. Design Factors • 1. . The cured pipe shall conform to the following minimum structural standards: ' a. Flexural Stress(ASTM D790) 4,500 psi b. Flexural Modulus of Elasticity(ASTM D790), 250,000 psi 2. The liner thickness shall be sized for the depth of earth and groundwater cover as shown on the tabulation of work on the plans. The groundwater depth shall be_ assumed to be the full soil depth. 3. The liner design shall also include the following factors: Design life = 50 years; ' Safety Factor Against Buckling= 2; Ovality=4%; Maximum Deflection= 5%. I. Liner color shall be selected by the Engineer and approved by the Owner at the time of submittals. ' 2.3 INTERNAL CURED-IN-PLACE LATERAL SEAL LINER A. The internal lateral seal liner shall consist of a high-grade corrosion resistant resin and ' non-woven fabric/fiberglass materials that are cured.in place. All other materials shall be submitted with the bid for review prior to acceptance of the bid. B. The cured liner shall be chemically resistant to withstand internal exposure to sewage containing gasses at normal levels for domestic sewage of hydrogen sulfide, carbon • monoxide, carbon dioxide, methane dilute sulfuric acid, external exposure to soil C5X59100 02751-3 INTERNAL REPAIRS RA— 12/12/03 TO SANITARY SEWERS BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI bacteria and any other chemical attack which may be due to materials in the • surrounding ground. C. The minimum length shall be a 3-inch collar in the mainline sewer and 8-inch of material into the lateral service pipe. , D. The liner, along with the existing pipe shall become a full structural pipe able to withstand external earth loads applied to the pipe at its current depth. ' E. The liner shall have smooth tapering transitions where the repair begins and ends. F. Design Factors ' 1. The cured pipe shall conform to the following minimum structural standards: a. Flexural Stress(ASTM D790) 4,500 psi ' b. Flexural Modulus of Elasticity(ASTM D790) 250,000 psi 2. The liner thickness shall be sized for the depth of earth and groundwater cover as shown on the tabulation of work on the plans. The groundwater depth shall be ' assumed to be the full soil depth. 3. The liner design shall also include the following factors: Design life = 50 years; tensile strength=minimum 3000 psi (ASTM D-638). ' G. Liner color shall be selected by the Engineer and approved by the Owner at the time of submittals. • PART 3 - E ' XECUTION 3.1 PREPARATION ' A. The following procedures shall be adhered to unless otherwise approved by the ' Engineer: 1. The Contractor shall carry out his operations in strict accordance with all OSHA and manufacturer's safety requirements. t 2. It shall be the responsibility of the Contractor to remove all internal roots and debris and clean the existing sewer line prior to installation of the liner. Cleaning and disposal of material shall be performed in accordance with Section 02740. ' 3. Inspection of existing sewer lines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit television. The interior of the line shall be carefully inspected to determine the , location of any conditions which may prevent proper installation of the liner pipe into the lines, and such conditions shall be noted so they can be corrected. A videotape and suitable log shall be kept for later reference by the Owner as , specified in Section 02741. • CSX59100 02751-4 INTERNAL REPAIRS ' RA— 12/12/03 TO SANITARY SEWERS 1 ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI 4. The Contractor shall be responsible for confirming the locations of all service connections and determining whether connections are active or inactive prior to inversion and curing the CIPP. The Contractor shall be responsible for determining whether the services are active or inactive through dye testing or ' other approved means.. The Contractor shall refer to the "General Notes". on the Drawings for service line owner notification procedures. 5. The Contractor shall clear the line of obstructions such as roots, solids,protruding service connections or collapsed pipe that will prevent the insertion of the materials or equipment. If inspection reveals an obstruction that cannot be removed by conventional sewer cleaning equipment or robotic equipment, then ' the Contractor may be directed by the Engineer to make a point repair excavation to uncover and remove or repair the obstruction. 6. The Contractor shall be responsible for confirming the locations of all service ' connections and determining whether the connections are active or inactive prior to liner installation. ' 7. Allowable groundwater temperatures and ambient temperatures shall be in accordance with the manufacturer's recommended procedures. t3.2 INSTALLATION A. The Contractor shall install the liner at the locations as shown on the Drawings and/or ' as directed by the Engineer. • B. Bypass pumping of sewage shall not be necessary for installation of repairs if sewage ' can flow unimpeded through a mandrel inside the pipe. 1. The system shall make provision for normal flows from lateral connections during installation and cure. ' 2. If sewage can not flow through a mandrel, the Contractor shall maintain a temporary bypass system capable of handling all sewage or storm drainage flows where work is being performed including upstream and downstream sections in 1 accordance with Section 02790. C. When required for installation of internal lateral seals, the sewage flows shall be bypassed in accordance with Section 02790. D. The liner shall be cured by fully impregnating the material with epoxy resin and allowed to completely cure. Materials can also be delivered to the project site pre- impregnated per manufacturer's recommendation. E. After the liner has been installed, all existing active service connections, shall be reinstated to their original opening as close as possible. All inactive services that are capped off shall not be reinstated. Any service connections that are determined to be ' inactive by the Contractor shall not be reinstated. This :shall be done without excavation. Active service connections within the repaired area shall be reopened • within three(3)hours using a remote controlled cutter. C5X59100 02751-5 INTERNAL REPAIRS RA— 12/12/03 TO SANITARY SEWERS BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI ' F. Installation time for each repair shall be eight(8) hours or less. • 3.3 POST-INSTALLATION A. Portions of any piece of liner material removed during installation shall be made ' available for inspection and retention by the Engineer upon request. B. Each line segment lined shall be TV-inspected according to the requirements of Section ' 02741 as soon as practical after internal repair is completed. 3.4 VISUAL INSPECTION A. At the existing pipe/internal point repair interface, no visible leaks shall be allowed. ' B. The finished liner shall be continuous over the entire length of the repair. The liner , shall be free as commercially practicable from visual defects, damage, deflection, holes, delamination, uncured resin, and the like. There shall be no visible infiltration through the liner or from behind the liner. , 3.5 CLEANUP ' A. After the installation work has been completed and all inspection results are accepted, • the Contractor shall clean up the entire project area and return the ground cover to ' grade. All excess material and debris not incorporated into the permanent installation shall be disposed of by the Contractor. 3.6 WARRANTY ' A. During the warranty period, any defects against the integrity or strength of the pipe shall ' be repaired at the Contractor's expense. END OF SECTION 02751 ' • C5X59100 02751-6 INTERNAL REPAIRS ' RA— 12/12/03 TO SANITARY SEWERS BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI SECTION 02752—JOINT AND PIPE CRACK SEALING AND ROOT CONTROL FOR SANITARY SEWERS ' PART 1 - 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. For sections of pipe where joint sealing has been designated on the Drawings as a repair, joints showing visible leakage or joints that have failed the joint test specified ' below shall be sealed as specified. B. For hairline circular cracks in pipe where grouting has been designated on the drawings ' as a repair, sealing shall be utilized as specified below. C. Chemical root control measures shall be taken in section of pipe where root control has ' been designated.on the Drawings to kill tree roots in sanitary sewer lines and to inhibit root re-growth without damaging the trees,the environment, or the treatment plant. ' 1.3 SUBMITTALS ' A. The Contractor shall submit product information about the type of chemical grout to be used and the following information. 1. Manufacturer's Certificate of Compliance certifying compliance with the applicable specifications and standards. The certifications shall list all materials furnished under this Section. 2. Certified copies of test reports of factory tests required by the applicable ' standards, the Manufacturer, and this Section. 3. Manufacturer's handling, storage, and installation instructions and procedures. B. The Contractor shall submit a specimen product label-for the chemical root treatment to be used, a Material Safety Data Sheet (MSDS) for the chemical root treatment material to be used, and a mixing/application procedure description to the Engineer with his bid or proposal. 1. The chemical root treatment material shall be EPA registered and labeled for use in sewer lines and acceptable to the Missouri agencies having jurisdiction over its use. r • C5X59100 02752-1 JOINT AND PIPE CRACK RO— 12/12/03 SEALING AND ROOT CONTROL FOR SANITARY SEWERS BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI 2. All materials and mixing/application procedures for chemical root treatment shall • be consistent with the latest standards, requirements, and recommendations of the manufacturer of the chemical root treatment material used. C. The Contractor shall submit information detailing the company's experience, , equipment, and references. The Contractor shall identify all key people who will work on the project and describe their job functions and experience. 1.4 SAFETY A. The Contractor shall coordinate with local authorities prior to work so emergency measures can be established. B. The Contractor shall comply with all applicable OSHA, state, and local safety , measures. PART 2 -PRODUCTS 2.1 JOINT SEALING EQUIPMENT ' A. The basic equipment shall consist of a closed-circuit television system, necessary ' chemical sealant containers, pumps, regulators, valves, hoses, remote controlled winches, a control panel to control winches, TV camera, joint test sequence, chemical injection, and data recording, and joint sealing packers for the various sizes of sewer ' pipes indicated on the Drawings. B. The equipment shall be capable of performing the specified operations in lines where ' flows do not exceed the maximum line flows for joint testing/sealing. C. The packer shall be cylindrical and have a diameter less than the pipe size and have , cables attached at each end to pull it through the line. 2.2 CHEMICAL GROUT CHARACTERISTICS , A. The chemical grout used shall be an acrylamide consisting of a minimum of 10% acrylamide base material by weight in the total sealant mix. A higher concentration of ' acrylamide base material may be used to increase strength or offset dilution during injection.._ B. The chemical grout shall possess the ability to tolerate some dilution and react in moving water during injection. ' C5X59100 02752-2 JOINT AND PIPE CRACK • RO— 12/12/03 SEALING AND ROOT CONTROL FOR SANITARY SEWERS ' BASIN SANITARY S 3 SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • C. The chemical grout shall have a viscosity of approximately 1 to 2 centipoise, which can be increased using additives. The viscosity of the grout shall be constant during the reaction period. ' D. The chemical grout shall have a controllable reaction time from 10 seconds to 1 hour. E. The curing process shall produce a sealant which is homogenous, chemically stable, ' nonbiodegradable, firm,and flexible. F. The mix viscosity, density, and gel strength of the chemical grout shall have the ability ' to be altered by the use of additives. G. The Contractor shall add root control chemical to the chemical grout which is ' compatible with the chemical grout that will inhibit root growth. The Contractor shall add this material in accordance with manufacturer's instructions and shall follow all manufacturer's safety instructions. The Contractor shall utilize Norosac or approved equal. L The chemical root treatment material shall be EPA registered and labeled for use in sewer lines and acceptable to the state agencies having jurisdiction over its use. 2.3 ROOT CONTROL TREATMENT MATERIALS A. The active ingredient for killing roots shall be a nonsystemic herbicide which will kill • roots at low concentrations but which will not permanently affect parts of the plant ' distant from the treated roots. The active ingredient must be spontaneously detoxified by natural chemical/biochemical processes following its use. The manufacturer's maximum use guidelines shall always be observed. ' 1. The active ingredient inhibiting root regrowth in sanitary sewers shall inhibit root cell growth on contact but shall not be transported so as to damage other portions of the plant. The material shall form a persistent chemical barrier suppressing the growth of root tips. The material shall be sufficiently stable under conditions of use to provide protection for twelve months but shall be subject to decomposition in wastewater treatment plants without disturbing plant processes. 2. To improve transportation of the active ingredients into root tissues, the root treatment material shall contain emulsifiers to degrease root masses and remove fatty acids from root tissue and surfactants to convert an aqueous solution of the ' root treatment agent into a volatile foam when using the proper aeration equipment. This method insures root treatment material is held in line until chemical reaction is complete and roots are fully exposed to chemical. ' 3. The chemical root treatment material shall be EPA registered and labeled for use in sewer lines and acceptable to the state agencies having jurisdiction over its use. C5X59100 02752-3 JOINT E AND PIP CRACK RO— 12/12/03 SEALING AND ROOT CONTROL ' FOR SANITARY SEWERS BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI , PART 3 - EXECUTION • 3.1 ROOT CONTROL MEASURES ' A. Precautions and Responsibility: The Contractor shall heed the manufacturer's safety requirements and precautions associated with the use of the root treatment material. 1. The Contractor shall be qualified and be in compliance with federal and state , requirements relative to the root treatment material and its use. Compliance with federal and state law shall supersede compliance with the provisions of this contract. ' 2. The Contractor shall use precautions for the protection of all persons, vegetation, animals, and property. The Contractor is responsible for damage to private property and vegetation. - I B. Preparatory Procedures: No cleaning is required in pipes that require root control prior to chemical root treatment unless extensive grease, root masses, or debris preclude ' proper application of the material. C. Flow Control: Sewer service shall generally not be interrupted during root treatment. ' In situations where it is necessary to shut down upstream pumping stations or block/bypass upstream flows, the Contractor shall coordinate his activities with the Engineer and Owner to the requirements of Section 02970 — Sewer Flow ' Control. • D. Mixing Procedures , 1. All materials shall be delivered to the site in undamaged, unopened containers bearing the manufacturer's original label. 2. Mixing of the root treatment material shall be done at the time of application. , 3. The water used shall be clear and free of acid, alkali, oxidizing agents, oil, or other organic materials. 4. Mixing water temperature shall be between 40°F and 80°F. , 5. Mixing of root treatment material with water must be accomplished immediately before injection of foam into sewer line. E. Application Procedures , 1. Where conditions permit, the volume of foam shall be sufficient to completely fill the air space above the flow, manhole to manhole. In all cases, the volume of ' foam delivered to the sewer line shall be sufficient to attach to and permeate all root masses. 2. The hose insertion method is the most common and lowest risk method of foam ' application. The foam shall be applied at sufficient pressure to penetrate a minimum of 5 feet into service connections. C5X59100 02752-4 JOINT AND PIPE CRACK , RO— 12/12/03 SEALING AND ROOT CONTROL FOR SANITARY SEWERS ' ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI F. Root Removal and Sewer Cleaning: Contractor shall refer to Section 02740 — Sanitary ' Sewer Cleaning. 1. Biological decomposition of dead root tissue occurs faster in septic conditions. Removal of dead roots, where required, should be postponed as long as possible ' after chemical root treatment to facilitate easier cleaning. 2. Sewer line cleaning shall be scheduled no less than six weeks after root treatment. 3.. Use of high-velocity jet machines and mechanical sewer cleaning tools will ' reduce the persistence of the growth inhibitor ingredient and is advisable only in situations where the cleaning is necessary. ' G. Discharges of Effluent 1. Sanitary Sewers: The chemical root treatment material does not need to be removed from the sewer. However, the active ingredient for killing roots shall ' detoxify before reaching the treatment plant. The amount of chemical root treatment material reaching the plant shall be negligible and no special precautions are required. Observe the manufacturer's maximum use guidelines. 3.2 ROOT CONTROL MEASURES WARRANTY A. The Contractor shall provide to the Owner a written guarantee that meets or exceeds any claims or warranties made by the manufacturer in published advertising. At a ' minimum, the Contractor shall guarantee that, within a short interval of application, • virtually all root tissue present in the sewer pipe will be dead or unable to sustain life. ' 3.3 PRE-INSTALLATION OF GROUT ' A. The Contractor shall clean the sewer in accordance with Section 02740. B. Gel-Time Test: When.a new batch of grout is mixed, the gel time shall be checked. The gel time shall be within the range specified by the manufacturer. The Contractor should ' note that the temperature aboveground may vary significantly with the temperature underground, thus, affecting gel times. ' C. Barrel Test: The Contractor shall conduct an aboveground barrel test of the packer prior to grouting to ensure that the packer is functioning properly. ' D. The Contractor shall check that the packer and TV camera are properly aligned prior to testing to ensure that the packer is operating accurately. ' E. Pipe Wall Control Test: A structurally sound section of pipe, which contains no joints or lateral connections, should be tested to establish the maximum performance of a good joint. After entering each manhole section, the packer should be positioned on a 1 ' • C5X59100 02752-5 JOINT AND PIPE CRACK RO— 12/12/03 SEALING AND ROOT CONTROL FOR SANITARY SEWERS BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI sound section of sewer pipe, inflated to the pressure recommended by the manufacture, • and held for one minute. F. Joint Test: All joints, except those exhibiting visible leaking and pipe sections with truss pipe, shall be tested prior to chemical grouting. 1. The packer shall be centered on the joint to be tested. 2. The packer sleeves shall be expanded until they make circular contact with the , pipe on both sides of the joint or connection to be tested. The packer sleeves should then be inflated to the pressure recommended by the manufacturer. 3. A pressure greater than the groundwater pressure outside the pipe shall be , developed in order to determine whether or not that joint is leaking. 4. Once the required test pressure is developed, the flow of the test medium may be stopped. ' a. In the case of a liquid test, the pressure cannot be maintained for one minute with less than '/ gpm flow, the joint will have failed the test. b. In the case of an air test, the void pressure decreases by more than 2 psi , within 15 seconds,the joint will have failed the test. 5. Joints showing visible leakage, all truss pipe joints, and joints that have failed the joint test shall be sealed as specified. ' 6. All hairline circular cracks in existing pipe designated to be grouted on the drawings shall be sealed as specified. 3.4 GROUT INSTALLATION • A. Joint and pipe crack sealing shall be accomplished by forcing chemical sealing , materials into or through faulty joints by a system of pumps, hoses, and sealing packers. Jetting or driving pipes from the surface that could damage or cause undermining of the , pipelines shall not be allowed. B. Uncovering the pipe by excavation of pavement and soil shall not be allowed unless ' approved by the Engineer. C. The Contractor shall check the grout mixing to ensure that proper amounts of the two grout components are combined and that mixing has been adequately performed. ' D. The packer ends shall seal against the inside periphery of the pipe to form a void area at the faulty joint,which is isolated from the remainder of the line. , E. The pumping unit, metering equipment, and the packer shall be designed so that proportions and quantities of materials can be regulated in accordance with the type and ' size of the leak being sealed. 1 C5X59100 02752-6 JOINT AND PIPE CRACK ' RO— 12/12/03 SEALING AND ROOT CONTROL FOR SANITARY SEWERS ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • 3.5 JOINT AND PIPE CRACK SEALING VERIFICATION ' A. After a leak has been sealed, the packer shall be deflated until the void pressure meter reads zero pressure. ' B. If the void pressure meter does not return to zero, the Contractor shall clean and/or adjust the equipment so accurate void pressure readings can be made. C. The joint shall then be tested in the same manner as specified earlier. ' D. If the leak passes the pressure test, then the packer and camera shall be moved to the next joint, crack, or incoming lateral line where the test/seal/test process shall be repeated. E. All joints shall be tested according to the above procedure. ' 3.6 RESIDUAL SEALING MATERIAL A. Residual sealing materials that extend into the pipe,reduce the pipe diameter, or restrict flow through the pipe shall be removed from the joint or sealed pipe crack. ' 3.7 RECORDS • A. Complete records shall be kept of joint and crack sealing performed in each manhole- ' to-manhole section. B. The identity of each manhole-to-manhole section where work is done shall be recorded. ' C. The location(footage) of each joint, crack, or incoming lateral line that was tested along with the pressure and the result of the test(pass/fail) shall be recorded. D. The location (footage) of each joint, crack, or incoming lateral line where grout was applied, how much grout by volume at each joint was injected, and whether or not the joint was sealed shall be recorded. E. The exact identification of the grout that was used shall be recorded. 3.8 GROUT SEALING WARRANTY A. All sewer pipe joint and pipe crack sealing work performed shall be guaranteed against faulty workmanship and/or materials for a period of one year after the completion of the ' work. • 0 9100 C X 2752-7 JOINT AND PIPE CRACK ' S 5 RO— 12/12/03 SEALING AND ROOT CONTROL FOR SANITARY SEWERS BASIN 3 SANITARY SEWER SYSTEM REHABILITATION 1 CITY OF JEFFERSON,MISSOURI B. Prior to the expiration of the warranty, an initial retest area consisting of specific • manhole sections shall be selected by the Contracting Officer. A minimum of 10% of the total joints and pipe cracks tested in the original contract shall be retested. C. The Contractor shall retest all previously sealed joints and pipe cracks as specified. Any joints and pipe cracks failing the retest shall be resealed at the Contractor's expense. If the failure rate of the retested joints and pipe cracks is less than 5% of the joints and pipe cracks retested, the work shall be considered satisfactory and no further retesting shall be required. If 5% or more of the joints and pipe cracks fail, the Contractor shall continue to test and retest the pipe joints and pipe cracks until at least 95% of the total joints and pipe cracks tested pass the test. Any additional 1 testing/sealing required beyond the initial retest area shall be accomplished at the Contractor's expense. END OF SECTION 02752 ' • 1 C5X59100 02752-8 JOINT AND PIPE CRACK • RO— 12/12/03 SEALING AND ROOT CONTROL , FOR SANITARY SEWERS BASIN 3 SANITARY SEWER REHABILITATION CITY OF JEFFERSON, MISSOURI • SECTION 02753 —EXTERNAL REPAIRS TO SANITARY SEWERS 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS ' A. Drawings and general provisions of the Contract,including the General and Supplementary Conditions and Division 1 Specification Sections, apply to this'Section. ' 1.2 SUMMARY ' A. This Section discusses external repairs to sanitary sewers including all pipe relays, new manholes and external point repairs as shown on the Drawings. The Contractor shall verify all external repair locations. All replacement pipe for external repairs shall be PVC as ' specified. B. Related Sections: The following Sections contain requirements that relate to this Section. ' 1. Section 02140-Dewatering 2. Section 02160-Excavation Support System 3. Section 02220-Excavation, Backfilling, and Compaction • 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Product data, including manufacturer cut sheets, for the following: 1. Gravity sewer system, including manholes, piping and fittings. ' C. Reports and calculations for cast-in-place concrete design mix. Y ' D. Inspection and test reports specified in 3.7 "Field Quality Control". E. Mill analysis: Submit mill analysis for cement. ' F. Certified copies of independent laboratory test results from the pipe supplier performed in accordance with the appropriate ASTM standards. ' G. Certificate from the PVC pipe manufacturer indicating that the pipe meets all applicable requirements of these specifications. • C5X59100 02753-1 EXTERNAL REPAIRS RO— 12/12/03 TO SANITARY SEWERS BASIN 3 SANITARY SEWER REHABILITATION CITY OF JEFFERSON, MISSOURI 1.4 QUALITY ASSURANCE • A. Environmental Agency Compliance: Comply with regulations pertaining to sanitary ' sewerage systems. All sanitary sewer improvements shall comply with the Missouri Department of Natural Resources regulations. , B. Each PVC pipe length shall be marked with the manufacturer's name,nominal pipe size, cell classification, ASTM designation, and pipe stiffness. This information shall be included in aforementioned submitted pipe data. C. All pipe shall be factory air tested with gasket in place and marked accordingly. 1.5 DELIVERY, STORAGE,AND HANDLING ' A. Do not store plastic pipe or fittings in direct sunlight. All pipe shall be stored on flat,level ground with no rocks or other objects located below the pipe. ' B. Protect pipe,pipe fittings, and seals from dirt and damage. C. Before,during and after installation plastic pipe shall be protected from any environment , that would result in damage or deterioration to the material. PART 2 -PRODUCTS • 2.1 MANUFACTURERS t A. Manufacturers: Subject to compliance with requirements,provide products by one of the following or an approved.equal: 1. Sewerage Systems: , a. Certainteed, Inc. b. Diamond Plastics, Inc. C. Femco , d. Extrusion Technologies, Inc. e. Lamson Vylon Pipe f. Uponor ETI , g. Klueter Brothers, Inc. 2.2 PIPE AND FITTINGS , All piping arriving at the job site shall have factory-applied identification marking as defined in the applicable product standard. Installation of piping shall be in accordance with requirements ' found elsewhere in this specification, the product standards where listed below, and • C5X59100 02753-2 EXTERNAL REPAIRS , RO— 12/12/03 TO SANITARY SEWERS BASIN 3 SANITARY SEWER REHABILITATION CITY OF JEFFERSON, MISSOURI • manufacturer's written requirements. Applicable standards for field-testing are given for each ' type of pipe. Fittings shall be as recommended by the piping manufacturer, with identification markings on each fitting. Fitting of the insert type or saddle type may be used only with written approval from the Engineer. ' . A. Polyvinyl Chloride(PVC) Gravity Pipe (Diameters less.than 21"): ASTM D3034, Type PSM or ASTM F679 with minimum SDR of 35. PVC shall be certified by the compounder ' as meeting the requirements of ASTM D1784, cell class 12454C. The pipe shall have a minimum pipe stiffness of 46 psi (317 kPa). 1. Joints: Pipe shall be bell and spigot type. Finished joints shall conform to the requirements of ASTM D3212. 2. Gaskets: Gaskets shall be in accordance with the requirements of ASTM F477. 3. Installation: Installation shall be in accordance with ASTM D2321. B. Polyvinyl Chloride(PVC) Gravity Pipe(Diameters greater than or equal to 21"): ASTM F1803 with minimum 0.9-inch wall thickness. PVC shall be certified by the compounder ias meeting the requirements of ASTM D1784, cell class 12364A for ASTM F1803 pipe. The pipe shall have a minimum pipe stiffness of 46 pounds per square inch(317 kPa). ' 1. Joints: Pipe joints shall be bell and spigot type. Finished joints shall conform to the requirements of ASTM D3212. 2. Gaskets: Gaskets shall be in accordance with the requirements of ASTM F477. 3. Installation: Installation shall be in accordance with ASTM D2321. • C. Polyvinyl Chloride (PVC) Schedule 40 Solvent Weld Pipe and Fittings: Materials in conformance with ASTM D1784 (1.5' - 6"), manufactured in compliance with ASTM D1785. 1. Fittings: Schedule 40 Polyvinyl Chloride Socket Type. Materials in conformance with ASTM D 17 84(1.5' -6"), fittings shall conform to ASTM D2466. ' 2. Primer: Weld-on P-70 (Purple),ASTM F656. 3. Cement: PVC solvent cement,medium body,ASTM D2564. 4. Application: Sanitary lateral reconnections. 5. Installation: ASTM D2855. ' 2.3 SPECIAL PIPE COUPLINGS ' A. Sleeve-Type Pipe Couplings: Rubber or elastomeric sleeve and band assembly fabricated to match outside diameters of pipes to be joined, for non-pressure joints, used only with prior approval of the Engineer. ' 1. Sleeves for Concrete Pipe: ASTM C 443,rubber. 2. Sleeves for Plastic Pipe: ASTM F477, elastomeric seal. 3. Bands: Stainless steel, at least one at each pipe insert. i • C5X59100 02753-3 EXTERNAL REPAIRS RO- 12/12/03 TO SANITARY.SEWERS BASIN 3 SANITARY SEWER REHABILITATION CITY OF JEFFERSON,MISSOURI B. Gasket-Type Pipe Couplings: Rubber or elastomeric compression gasket,made to match • outside diameter of smaller pipe and inside diameter or hub of adjoining larger pipe, for 1 nonpressure joints. 1. Gaskets for Concrete Pipe: ASTM C 443,rubber. 2. Gaskets for Plastic Pipe: ASTM F477,elastomeric seal. ' C. Internal, Expansion-Type Pipe Couplings: Stainless-steel expansion band with ethylene- propylene-diene-monomer(EPDM),rubber-compound sealing sleeve,made to match inside ' diameter of pipes for nonpressure joints. Use nitrile rubber-compound sealing sleeve for fluids containing oil or gasoline. D. Reinforced Compression Couplings: When dissimilar materials are to be joined use Fernco P J or approved equal that are resistant to the corrosive action of soils and sewage and that will provide a permanent watertight joint. Use couplings that are compatible with and fit both system's materials and dimensions. Each coupling shall bear the manufacturer's identifying mark and an indication of its size. 2.4 MANHOLES A. Precast Concrete Manholes: ASTM C 478,precast,reinforced concrete,of depth indicated, with provision for rubber gasket joints or bituminous mastic sealant. 1. Base Section: Refer to minimum thickness for floor slab and minimum thickness for ' walls and base riser section,with separate base slab or base section and integral floor • protruding beyond the outside face of the riser section as shown on standard detail. 2. Riser Sections: Refer to standard detail drawings for minimum_ thickness,diameter, and lengths. 3. Top Section: Eccentric cone type, unless concentric cone or flat-slab-top type is approved. Top of cone of size that matches grade rings. ' 4. Gaskets: Refer to standard detail drawing. 5. Grade Rings: The combination of reinforced-concrete grade rings and the frame shall not exceed total thickness as shown on standard detail drawing, and shall match the standard frame and cover as shown on the standard detail drawing. 6. Steps: ASTM C 478, manhole step as manufactured by M.A. Industries, Inc. or , approved equal as shown on standard detail. Cast insert for steps or drill hole into sidewalls at 16-inch intervals located 90 degrees from the direction of flow of the manhole in a location that is not over or opposite a major pipe. ' 7. Pipe Connectors: ASTM C 923,resilient,of size required,for each pipe connecting to base section. Pipe connectors shall be as specified on the standard detail drawing. B. Cast-in-Place Concrete Manholes: Construct of reinforced-concrete bottom,walls,and top, ' designed according to ASTM C 857 for loading. Include depth, shape, dimensions, and appurtenances indicated. 1. The base shall have a minimum diameter greater than the outside diameter of the manhole as shown on the standard precast manhole detail. • C5X59100 02753-4 EXTERNAL REPAIRS ' RO— 12/12/03 TO SANITARY SEWERS BASIN 17 SANITARY SEWER REHABILITATION CITY OF_JEFFERSON, MISSOURI 1 2. Pipe Connectors: ASTM C923,resilient,of size required, for each pipe connecting ' to manhole. C. Manhole Frames and Covers: ASTM A 48, Grade 60-40-18, traffic bearing heavy-duty ' ductile iron. All manholes shall be self-sealing with gaskets pre-installed and glued firmly in-place to the lid. Dimensions,weight,and cover design shall be according to the standard detail: 2.5 CONCRETE A. General: Cast-in-place concrete according to ACI 318, ACI 350R: 1. Cement: ASTM C 150,Type II. 2. Fine Aggregate: ASTM C 33, sand. 3. Coarse Aggregate: ASTM C 33, crushed gravel. 4. Water: Potable. ' 5. Reinforcement Fabric: ASTM A 185, steel,welded wire fabric,plain 6. Reinforcement Bars: ASTM A 615, Grade 60, deformed steel 7. Design Mix: f c = 4000 psi, coarse aggregate size No. 57, 1" maximum, air 1 entrainment 3.0 to 6.0 percent by volume,slump 4",water/cement ratio not to exceed 0.45 ' B. Structure Channels and Benches: Factory or field formed from concrete. Portland-cement 4000 psi minimum, with 0.45 maximum water-cement ratio. 1. Include channels and benches in sanitary sewerage manholes. a. Manhole Channels: Concrete invert, formed to same width as connected piping; with height of the vertical sides to 1/2 of the pipe diameter. Form curved channels with smooth,maximum practical uniform radius and slope. ' 1) Invert Slope: 1.2 inches through manhole. b. Manhole Benches: Concrete, sloped to drain into channel. 1) Slope: as shown on standard detail. 2.6 PROTECTIVE COATINGS A. General: Include factory- or field-applied protective coatings to structures and appurtenances according to the following: B. Coating: 2-coat, asphalt waterproofing conforming to ASTM D449, Type C, 15-mil minimum thickness, except where otherwise indicated. 1. Sanitary Sewer Manholes: On exterior surface. C. Coating should be applied so no bare or thin spots show. The coating shall be applied in sufficient time to permit proper curing prior to backfilling the excavation. Proper methods and materials shall be used during backfilling to prevent damage to the coating. Any damage to the coating which does occur shall be immediately repaired. C5X59100 02753-5 EXTERNAL REPAIRS RO— 12/12/03 TO SANITARY SEWERS BASIN 3 SANITARY SEWER REHABILITATION t CITY OF JEFFERSON, MISSOURI C. Coating should be applied so no bare or thin spots show. The coating shall be applied in sufficient time to permit proper curing prior to backfilling the excavation. Proper methods and materials shall be used during backfilling to prevent damage to the coating. Any damage to the coating which does occur shall be immediately repaired. PART 3 - EXECUTION 3.1 GENERAL A. General Locations and Arrangements: Install piping at the locations indicated on the Drawings. When connecting to existing sewer lines,the Contractor shall verify the invert elevation of the existing sewer prior to constructing the new sewer to that location. ' B. The Contractor shall encase sanitary sewer pipe in concrete when earth cover material is less than three(3) feet or the pipe crosses a stream or river. , C. Pipe that is to be bedded in a concrete cradle or encased in concrete shall be placed in proper position on temporary supports of preshaped wood blocks or bricks with wood wedges. If necessary, anchor or weight the pipe to prevent flotation when the concrete is placed. Place concrete for cradles, arches, or encasement uniformly on each side of the pipe. The concrete shall be deposited within 5 feet of its point of placement. Concrete ' placed beneath the pipe shall be sufficiently workable so that the entire space beneath the pipe can be filled without excessive vibration. D. System Piping Joints: Make joints using system manufacturer's couplings, except where otherwise specified. E. Use special pipe couplings where indicated and where required to join piping and no other appropriate method is specified. Do not use instead of specified joining methods. F. Use the following pipe couplings for non-pressure applications: 1. Straight-pattern, sleeve type to join piping, of same size, with small difference in outside difference in outside diameters. , 2. Increaser/reducer-pattern, sleeve type to join piping of different sizes. 3. Gasket type to join piping of different sizes where annular space between smaller piping's outside diameter and larger piping's inside diameter permits installation. 4. Internal-expansion type to join piping-with same inside diameter. G. When dissimilar pipe materials are joined, use reinforced compression couplings as manufactured by Fernco or approved equal. When PVC pipes are joined, appropriate fittings shall be used to provide a tight connection and continuity of pipe invert. H. All necessary cutting of the pipe shall be done in a neat,workmanlike manner with the least amount of waste. The cut end shall be beveled before jointing. C5X59100 02753-6 EXTERNAL REPAIRS RO— 12/12/03 TO SANITARY SEWERS 1 BASIN 3 SANITARY SEWER REHABILITATION CITY OF JEFFERSON,MISSOURI 1 • I. Building connection laterals shall be field located by the Contractor. The Contractor shall ' install lateral piping pitched down in direction of flow, at a minimum slope of 2 percent (1:50) and 36-inch minimum cover, except where otherwise indicated. 3.2 SEWER REPAIRS A. The Contractor shall make excavation for pipelines in true to the lines and grades of the existing pipeline being replaced or repaired as indicated on the Drawings or in the event of a conflict as directed by the Engineer. ' B. The Contractor shall take reasonable care during the initial excavation of the defective pipe so as not to disturb existing pipe that is still acceptable. If the material from the excavation 1 is unacceptable for reuse, the material shall be loaded directly onto trucks during excavation. The material shall not be piled on the street. After the defective pipe has been exposed, the Contractor shall uncover as much additional pipe as is necessary to allow ' space for workmen and the installation of the new pipe. The Contractor shall cut out the defective pipe from the trench, and excavate the former bedding material of any nature of that pipe to 6"below the pipe grade. ' C. The Contractor shall lay no pipe except in the presence-of an inspector representing the Owner or Engineer. D. Wherever necessary to provide a satisfactory bearing surface, the Contractor shall place • concrete cradles as shown on the drawings or as directed by the Engineer. E. The Contractor shall tightly stretch a mason's line or wire above ground level,parallel to and directly above the axis of the pipe to be installed. This line is to be supported at ' intervals not exceeding 50' on sewers being laid on a grade of 2% or more and not exceeding 25' on sewers being laid on a grade of less than 2%. The Contractor shall determine the exact line and grade for each section of pipe by measuring down this line to ' the invert of the pipe in place. The Contractor shall accurately match each existing pipe line and grade. F. Lasers may be used after the type-and procedures are approved by the Engineer. When lasers are used, the Contractor shall set reference points for both line and grade at each manhole. Where grades are 0.6% or less, the Contractor shall check the elevation of the beam each 100' with an offset point or engineer's level. G. The Contractor shall not allow water to run or stand in the trench while pipe laying is in ' progress or before the trench has been backfilled. H. If trench bottoms are found to be unsuitable for foundations after pipe laying operations ' have started,the Contractor shall correct and bring them to exact line and grade as required • by Section 02220—Excavation, Backfilling, and Compaction. ' C5X59100 02753-7 EXTERNAL REPAIRS 1 RO— 12/12/03 TO SANITARY SEWERS BASIN 3 SANITARY SEWER REHABILITATION CITY OF JEFFERSON, MISSOURI ' I. The Contractor shall carefully inspect each piece of pipe and special fitting before it is • placed,and lay no defective pipe in the trench. Pipe laying shall proceed upgrade, starting at the lower end of the grade and with the bells upgrade. When pipe laying is not in progress,the Contractor shall keep the ends of the pipe tightly closed with a temporary plug approved by the Engineer. J. Bell holes shall be large enough to allow ample room for pipe joints to be properly made. The Contractor shall cut out bell holes not more than 2 joints ahead of pipe laying. The Contractor shall carefully grade the bottom of the trench between bell holes so that each pipe barrel will rest on a solid foundation for its entire length. The Contractor shall lay each pipe joint to form a close concentric joint with adjoining pipe and so as to avoid sudden offsets or inequalities in the flow line. K. Before constructing or-placing any joints,the Contractor shall complete at least one sample joint in order to demonstrate to the Engineer that the methods employed conform to the specifications and will provide a watertight joint. L. Whenever pipe materials are joined, the Contractor shall cut the replacement pipe to a length 1"less than the overall length of the section being replaced. Then the Contractor shall place the pipe in the trench, thoroughly clean the ends of existing and replacement pipe and install fittings or Fernco (or approved equal) couplings. After installation, the Contractor shall check the work to ensure that the replacement pipe is vertically and horizontally aligned with the existing pipe and that the couplings are tight and evenly fitted. • M. As the work progresses, the Contractor shall clean the interior of the pipe in place. After each line of pipe has been laid,the Contractor shall carefully remove all earth, trash,rags and other foreign matter from the interior. N. After the joints have been completed,they shall be inspected before they are covered. The pipe shall meet the test requirements for watertightness. The Contractor shall immediately repair any leak or defect discovered any time after completion of the work. The Contractor ' shall take up any pipe that has been disturbed after joints were formed, clean and remake the joints,and relay the pipe—this work shall all be done at the Contractor's expense. The Contractor shall carefully protect all pipe in place from damage until backfill operations have been completed. O. The Contractor shall not begin the backfilling of trenches until the pipe has been inspected and approved by the Engineer. P. If the work consists of constructing a new sewer to replace an existing sewer, the Contractor shall reconnect all existing service lines to the new line. 3.3 LATERAL SERVICES • C5X59100 02753 8 EXTERNAL REPAIRS RO— 12/12/03 TO SANITARY SEWERS rBASIN 3 SANITARY SEWER REHABILITATION CITY OF JEFFERSON,MISSOURI • A. The Contractor shall use the appropriate number of fittings at locations where necessary to ' provide a smooth alignment between the new main sewer and the point of connection with the existing service lateral. ' B. The Contractor shall repair lateral service connections according to the detail on the Drawings. 3.4 RELATION TO WATER LINES A. Horizontal Separation: Sanitary sewer lines shall be laid at least ten(10)feet horizontally from any existing or proposed water main. The distance shall be measured edge-to-edge. Less horizontal separation between a sanitary sewer line and water line is allowable where ' it is not practical to maintain a 10-foot separation, provided that the water main is in a separate trench or on an undisturbed earth shelf located on one side of the sanitary sewer and that a vertical separation of at least 18 inches between the bottom of the water line and ' the top of the sanitary sewer line can be maintained. When this vertical separation between the water line and sanitary sewer line cannot be maintained, either the water line or the sanitary line shall be relocated. B. Crossings: Sewers crossing water mains shall be laid to provide a minimum vertical distance of eighteen(18)inches between the outside of the water line and the outside of the ' sanitary sewer line.This shall be the case where the water main is either above or below the sewer. C. The Contractor shall notify the Engineer for any potential violations of these criteria before installing the sewer as shown on the drawings. 1 3.5 MANHOLE INSTALLATION A. General: Install-manholes, complete with accessories, as indicated. B. Form continuous concrete channels and benches between inlets and outlet. ' C. Set tops of frames and covers flush with finished surface where manholes occur in pavements. Set.tops 1 inch above finished surface in lawns. ' D. Where the pipe connects to the manhole wall, a short pipe stub 12"-18".long shall be extended from the manhole to provide a joint that will allow slight flexibility or movement to occur in or near the plane of the wall face. E. Where the difference in elevation between the incoming sewer and the manhole invert is ' greater than or equal to 24 inches, an outside drop pipe shall be used. The drop pipe shall be constructed of the same size pipe as the sewer being dropped. Where the drop is less C5X59100 02753-9 EXTERNAL.REPAIRS RO— 12/12/03 TO SANITARY SEWERS BASIN 3 SANITARY SEWER REHABILITATION CITY OF JEFFERSON, MISSOURI. than 24 inches,a drop pipe shall not be used,but the invert shall be filleted with concrete to • form a flow channel and prevent solids deposition. ' F. Place precast concrete manhole sections as indicated, and install according to ASTM C 891. , 1. Provide gasket at joints of sections to provide an effective watertight joint as shown on standard detail. 2. Manhole steps shall be installed either by casting inserts in wall or by drilling into ' wall per manufacturer's recommendations. 3. Manhole frame shall be set on a full bed of mortar. 4. Apply asphalt waterproofing to exterior surface of manhole. , 5. Where approved by Engineer,manholes may be installed by augering. 3.6 CONCRETE PLACEMENT A. Place cast-in-place concrete according to ACI 318, ACI 350R. ' 3.7 CONNECTIONS A. Make connections to existing piping and underground structures so finished work conforms as nearly as practical to requirements specified for new work. ' B. Protect existing piping and structures to prevent concrete or debris from entering while • making connections. Remove debris or other extraneous material that may accumulate. , 3.8 FIELD QUALITY CONTROL A. Clear interior of piping and structures of dirt and superfluous material as the work progresses. Maintain swab or drag in piping and pull past each joint as it is completed. ' 1. In large, accessible piping,brushes and brooms may be used for cleaning. 2. Place plug in end of incomplete piping at end of day and whenever work stops. 3. Flush piping between manholes and other structures,if required by authorities having ' jurisdiction, to remove collected debris. B. Test new piping systems and parts of existing systems that have been altered,extended,or repaired for leaks and defects. The testing methods should take into consideration the range , in groundwater elevations projected and the conditions during the test. 1. Do not put into service before inspection and approval. , 2. Schedule tests, and their inspections by authorities having jurisdiction,with at least 24 hours' advance notice. 3. Submit separate reports for each test. ' • C5X59100 02753-10 EXTERNAL REPAIRS RO— 12/12/03 TO SANITARY SEWERS ' BASIN 3 SANITARY SEWER REHABILITATION CITY OF JEFFERSON,MISSOURI 1 • 4. Deflection Test: Deflection tests shall be performed on all complete replacements of full line segments. The test shall be run no less than thirty (30) days after final backfill has been placed. a. No pipe shall extend a deflection of five percent(5%). b. If the deflection test is to be run using a rigid ball or mandrels,they shall have diameters equal to ninety-five percent(95%)of the inside diameter of the pipe and the tests shall be performed without mechanical pulling devices. 5. Leakage Tests: Leakage shall be tested using water or low pressure air. The leakage outward or inward (exfiltration or infiltration) shall not exceed twenty-five (25) gallons per inch of pipe diameter per mile per day for any section of the system. An ' exfiltration or infiltration test shall be performed with a minimum positive head of two(2)feet. The air test,if used,as a minimum shall conform to the test procedure described in ASTM F 1417 entitled Recommended Practice for Low-Pressure Air ' Testing of Installed Sewer Pipe. The testing methods selected should take into consideration the range in groundwater elevations projected and the situation during ' the test. 6. Leaks and loss in test pressure constitute defects that must be repaired. 7. Replace leaking piping using new materials and repeat testing until leakage is within ' allowances specified. 8: Manholes: All manholes shall be vacuum tested by the Contractor at his expense. An appropriate manhole tester and vacuum pump will be furnished by the City of ' Jefferson for this purpose. When vacuum testing manholes,the following criteria are • to be used: a. This method is applicable to precast manholes only b. All lift holes shall be plugged with an approved non-shrink grout. C. Manholes are to be tested after assembly and before backfilling. No standing water shall be allowed in the manhole excavation which may affect the ' accuracy of the test. d. All pipes and other openings into the manhole shall be plugged and securely braced to prevent displacement of the plugs while the vacuum is drawn. e. Installation and operation of vacuum equipment shall be in accordance with equipment specifications and instructions provided by the manufacturer. f. The test head may be placed in the cone section of the manhole. The frame- ' cone joint will be visually inspected by the Engineer. g. A vacuum of 10 inches of mercury shall be drawn and the vacuum pump shut off. The time for the vacuum to drop to 9 inches of mercury shall be recorded. ' h. Acceptance for four(4) foot diameter manholes shall be defined as when the time to drop to 9 inches of mercury meets or exceeds the following: 1 Manhole Depth Diameter Time to Drop 1"of Ha 10 ft. or less 4 ft. 60 seconds ' 10 ft. to 15 ft. 4 ft. 75 seconds • 15 ft. to 20 ft. 4 ft. 90 seconds ' C5X59100 02753-11 EXTERNAL REPAIRS RO— 12/12/03 TO SANITARY SEWERS BASIN 3 SANITARY SEWER REHABILITATION CITY OF JEFFERSON, MISSOURI i. For manholes five 5 foot in diameter, add an additional 15 seconds and for • manholes six (6) foot in diameter, add an additional 30 seconds to the time requirements for four(4) foot diameter manholes. j. If the manhole fails to test,necessary repairs shall be made with a non-shrink , grout while the vacuum is still being drawn. Re-testing shall proceed until a satisfactory test is obtained. C. Upon passing all relevant testing requirements,the repaired sewer line shall be televised in P g � P accordance with Section 02741. 3.9 CLEANUP A. After completing each section of the sewer line,the Contractor shall remove all debris and ' construction materials and equipment from the site of the work. The Contractor shall grade and smooth over the surface on both sides of the line and leave the construction area in a ' clean, neat, and serviceable condition. END OF SECTION 02753 • • C5X59100 02753-12 EXTERNAL REPAIRS , RO— 12/12/03 TO SANITARY SEWERS BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI SECTION 02754—CURED-IN-PLACE LINING (FULL LENGTH) PART 1 - GENERAL 1 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 SECTION INCLUDES A. Restoration of existing sanitary sewers by installation of a resin-impregnated flexible felt tube into the existing sewer line utilizing the inversion method. Curing of the I thermo-setting resin shall be by circulating hot water or other approved means to produce a hard, impermeable new liner pipe within the existing pipe. ' 1.3 REFERENCES A. Codes, Specifications, and Standards: Codes, specifications, and_standards referred to by number or title shall form a part of • this specification to the extent required by the references thereto. Latest revisions shall apply, unless otherwise shown or specified. B. American Society for Testing and Materials (ASTM) Standards: D 638 Test Method for Tensile Properties of Plastics D 790 Test Methods for Flexural Properties of Un-reinforced and Reinforced Plastics and Electrical Insulating Materials F 1216 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion-and Curing of a Resin-Impregnated Tube D 5.813 Standard Specification for cured-in-place Thermo-setting Rosin sewer piping systems. 1.4 SUBMITTALS I ' A. Submit the following: ' 1. Manufacturer's Certificate of Compliance certifying compliance with the applicable specifications and standards. ' 2. Certified copies of test reports of factory test required by the applicable standards and this Section. • ' C5X59100 02754-1 CURED-IN-PLACE PIPE RO— 12/12/03 LINING (FULL LENGTH). BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI 3. Manufacturer's installation instructions and procedures. • 4. Data,measurements, assumptions, and calculations for sizing liners. , 5. Field measurements (diameter, depth, ovality) at upstream and downstream ' manholes for sewers. 6. Sampling procedures and locations for obtaining representative samples of the ' finished liner. 7. Calculations prepared and stamped by a Professional Engineer registered in the , State of Missouri indicating that the design of the CIPP Tubing meets design requirements, including structural and flow capacity. 8. Method of liner invert sealing at manhole. ' 9. MSDS forms for resins to be used in impregnating the CIPP felt tubes. ' 10. Contractor's proof of quality control and assurance programs. 11. Available liner colors. ' B. A final certificate of compliance with this specification shall be provided by the manufacturer for all lining material furnished. Tests for compliance by an independent laboratory shall be made according to the applicable ASTM specification and the • manufacturer's quality control program. C. Location of where CIPP wet-out operations will occur prior to installation of CIPP tubing into host pipe. D. Contractor's qualifications. ' E. Contractor's field superintendent's qualifications. 1.5 DELIVERY, STORAGE, AND HANDLING , A. The Contractor shall be responsible for the delivery, storage, and handling of products. B. Keep products safe from damage. Promptly remove damaged_products from the job site. ' Replace damaged products with undamaged products. 1.6 PRODUCT MANUFACTURER/INSTALLER UALIFICATION REQUIREMENTS , Q Q A. The products shall have a minimum 50-year design life ' • C5X59100 02754-2 CURED-IN-PLACE PIPE RO— 12/12/03 LINING (FULL LENGTH) ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • B. Products and installers seeking approval must meet the following requirements to be ' deemed acceptable 1. For a product to be deemed acceptable, a minimum of 250,000 linear feet or 1,000 ' line sections of successful wastewater collection system installations in the U.S. must be documented to the satisfaction of the Owner to assure commercial ' viability. Installer shall have a minimum of 3 years of experience in rehabilitating pipe of similar size using the cured-in-place pipe lining inversion process. The field superintendent shall have a minimum of 3 years experience in rehabilitating pipe of similar size using the cured-in-place pipe lining inversion process. 2. Sewer rehabilitation products submitted for approval must provide third party test results supporting`the long-term performance and structural strength of the product. Test samples shall be prepared so as to simulate installation methods of the product. No product will be approved without independent third party testing verification. PART 2 -PRODUCTS 1 .. 2.1 GENERAL ' A. Contractor shall take all necessary field measurements of the existing pipe (including diameter, ovality, and length) and submit to the Engineer any information affecting the manufacture of the liner system such as variance in dimensions indicated in the Contract Documents prior to manufacturing liners. B. The minimum length shall be that deemed necessary by the Contractor to effectively ' span the distance from the inlet to the outlet of the respective manholes unless otherwise specified. The Contractor shall verify the lengths in the field before manufacturing. C. Unless specified otherwise, the liner shall be structurally designed for a minimum service life of 50 years; fully deteriorated host pipe condition; soil loading of 120 pcf, ' factor of safety of 2.0; soil modulus of 1,000 psi; 4% ovality; maximum deflection of 5%; and 50% long-term modulus reduction factor, unless independent laboratory data is submitted to justify using different retention values. Vertical loading on the pipe shall ' include H-20 live loading if the CIPP is in the roadway; and the groundwater depth shall be-assumed to be the full soil depth. Pipe depths are as shown on the tabulation on the Plans. The Contractor shall utilize ASTM F1216 to derive minimum liner thickness ' values for the fully deteriorated host pipe based on the above criteria. 1 -- ' C5X59100 02754-3 CURED-IN-PLACE PIPE RO— 12/12/03 LINING (FULL LENGTH) BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI 1 D. The Contractor shall submit the structural design of the liners to the Engineer. • 1. Design may be based on material properties of the liner that exceed the minimum values specified in ASTM F1216. However, the short term modulus of elasticity used in structural design calculations shall not be below 250,000 psi. Flexural ' stress shall be a minimum of 4,500 psi for either modulus of elasticity value. E. The CIPP shall have a minimum of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficient for the existing pipe material taking into consideration its age and condition. The roughness coefficient of the CIPP shall be verified by third party test ' data. 2.2 CURED-IN-PLACE LINER A. All cured-in-place lining products shall comply with ASTM F1216. The flexible tube , shall be fabricated to a size that when installed will fit neatly the internal circumference of the existing sanitary sewer pipe being rehabilitated. Allowance shall be made for circumferential stretching during insertion so that the final cured product is snug against , the wall of the host pipe. B. The sewn tube shall consist of one or more layers of absorbent non-woven felt fabric ' and meet the requirements of ASTM F 1216. The tube shall be constructed to withstand • inversion pressures, have sufficient strength to bridge missing pipe, stretch to fit irregular pipe sections and shall invert smoothly around bends. , 1. The wet-out tube shall have a uniform thickness that when compressed at installation pressures will meet or exceed the design thickness. ' 2. The outside layer of the tube (before wet-out) shall be an acceptable elastometric coating compatible with the installation process and CIPP application, a translucent flexible membrane that clearly allows inspection of the resin impregnation (wet-out) procedure. The plastic coating shall separate the resin inside the tube from the inversion water without leakage, accommodate inversion, , stretch to size and shall not delaminate before, during or after curing. 3. The tube shall be homogenous across the entire wall thickness contain ni g no intermediate or encapsulated elastomeric layers. No material shall be/included in , the tube that may cause delamination in the cured CIPP. No dry or unsaturated layers shall be evident. ' 4. The wall color of the interior pipe surface of CIPP after installation shall be a light reflective color so that a clear detail examination with closed circuit ' television inspection equipment may be made. • C5X59100 02754-4 CURED-IN-PLACE PIPE ' RO— 12/12/03 LINING (FULL LENGTH) BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • 5. Seams in the tube shall be stronger than the unseamed felt. ' 6. The outside of the tube shall be marked for distance at regular intervals along its entire length, not to exceed 5 feet. The manufacturer's name or identifying ' symbol shall also appear at intervals not exceeding 10 feet. The tubes shall be . manufactured in the USA. ' C. The resin. system shall be a corrosion resistant polyester, vinyl ester or epoxy and catalyst system that when properly cured within the tube composite meets the requirements of ASTM F1216, the physical properties herein, and those which are to be utilized in the design of the CIPP for this project. D. Liner color shall be selected by the Engineer and approved by the Owner at the time of ' the submittal. PART 3 - EXECUTION ' 3.1 PREPARATION A. The following installation procedures shall be adhered to unless otherwise approved by ' the Owner's Representative. 1. The Contractor shall carry out his operations in strict accordance with all OSHA, and manufacturers' safety requirements. Particular attention is drawn to those safety requirements involving entering confined spaces. 2. It shall be the responsibility of the Contractor to remove all internal debris and clean the existing sewer line prior to installation of the liner in conformance with Section 02740-Sanitary Sewer Cleaning. 3. The Contractor shall provide for the flow of sewage around the section or sections of pipe designated for lining as specified in Section 02790-Sewer Flow Control. ' 4. The Contractor shall provide inspection of sewers as specified in Section 02741. The interior of the sewers shall be carefully inspected to determine the location of any conditions which may prevent proper installation of CIPP into the sewers, and ' it shall be noted so that these conditions can be corrected. 5. The Contractor shall be responsible for confirming the locations of all service ' connections and determining whether connections are active or inactive prior to inversion and curing the. CIPP. The Contractor shall be responsible for determining whether services are inactive through dye testing or other approved methods. The Contractor shall refer to the "General Notes" on the Drawings for service line owner notification procedures. ' C5X59100 02754-5 CURED-IN-PLACE PIPE RO— 12/12/03 LINING(FULL LENGTH) BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI 1 6. The Contractor shall clear the line of obstructions such as solids, protruding service connections or collapsed pipe that will prevent the insertion of the liner , pipe, as noted on the Drawings. If inspection reveals an obstruction that cannot be removed by conventional sewer cleaning equipment, then the Contractor at the ' Engineer's direction shall make a point repair excavation to uncover and remove or repair the obstruction prior to lining. 7. Do not install liner if ground water temperatures and/or ambient temperatures are , not within the manufacturer's recommended ranges within the installation procedures. ' B. Where practicable, liners can be installed in continuous runs through manholes where there are two or more continuous sewer segments, especially to connect several short segments with a continuous lining. ' 3.2 INSTALLATION A. General: Alternative methods of CIPP liner insertion and curing may be used for products when approved by the Engineer and when the final liner product meets the ' intent of ASTM 1216 procedures as determined by the Engineer. 1. Installation shall be in accordance with manufacturer's recommendations, which , shall be available for verification by the Engineer. 2. Finish the inside of the manhole with a quick-set cement grout to raise the invert to the grade of the liner. Use grout to dress up around the end of the liner. This space may be sealed with a mechanical seal, chemical seal, or combination of both. The chosen method shall be approved by the Engineer. ' 3. If the pipe liner fails to make a tight seal due to broken or misaligned pipe at the manhole wall or other reason, the Contractor shall apply a seal at that point. The , seal shall be approved by the Engineer. 4. The temperature of water (or steam) shall be in accordance with the , manufacturer's recommendations. 5. After the liner has been installed,all existing active service connections, shall be , reinstated to their original opening as close as possible. All inactive services that are capped off shall not be reinstated. Any service connections that are determined to be inactive by the Contractor, and confirmed by the City, shall not ' be reinstated. This shall be done without excavation, and in the case of non-man- entry pipes, from the interior of the pipeline by means of a 360°television camera and a remote control cutting device that re-establishes the service connection. When a remote cutting device is used and a cleanout is available, then a mini- . • C5X59100 02754-6 CURED-IN-PLACE PIPE RO— 12/12/03 LINING(FULL LENGTH) BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI • camera down the service shall also be used to assist the operator in cutting or trimming. B. Wet-Out of Cured-In-Place Liner 1. The Contractor shall designate a location where the reconstruction tube will be vacuum impregnated with the approved resin prior to installation. The Contractor ' shall allow the Owner to inspect the material and "wet-out" procedure. A catalyst system compatible with the resin and reconstruction tube shall be used. 2. The wet-out reconstruction tube shall be inserted through an existing manhole or other approved access by means of an inversion process or other approved method and the application of a hydrostatic head sufficient to fully extend it to the next ' designated manhole or termination point shall be applied. The inversion head will be adjusted to be of sufficient height to cause the impregnated tube in invert from manhole to manhole and hold the tube tight to the pipe wall, produce dimples at side connections and flared ends at the manholes. The use of a lubricant is acceptable. ' 3. After inversion is completed, the Contractor shall, supply a suitable heat source and re-circulation equipment. The equipment shall be capable of delivering hot water (or steam) throughout the section by means of a pre-strung hose to ' uniformly raise the liner to the temperature required to cause a cure of the resin. • This temperature shall be determined by the manufacturer. ' 4. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing heat supply. Another such gauge shall be placed between the impregnated reconstruction tube and the pipe invert at each manhole to determine the temperatures during cure. Temperature in the line during the cure . .::pe iod shall be recommended by-the resin manufacturer and approved by the Engineer. 5. Initial cure shall be deemed to be completed when the cured pipe appears to be hard and sound upon inspection. The cure period shall be of a duration recommended by the resin manufacturer, as modified for the cured-in-place inversion process, during which time the recirculation and cycling of the heat exchange to maintain the temperature continues. ' 6. The Contractor shall cool the hardened pipe to a temperature below 100°F before relieving the static head in the inversion standpipe. Care shall be taken in the ' release of the static head so that a vacuum will not be developed that could damage the newly-installed pipe. 1 C5X59100 02754-7 CURED-IN-PLACE PIPE RO— 12/12/03 LINING (FULL LENGTH) BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI 3.3 POST INSTALLATION • A. Where liners of any type are installed in two or more continuous manhole segments, the liner invert through the intermediate manholes shall be left intact. Final finishing of the installation in those intermediate manholes shall require removal of the top of the exposed liner and neat trimming of the liner edge where it touches the lip of the manhole bench. B. Portions of any piece of liner material removed during installation shall be available for , inspection and retention by the Owner or the Engineer. C. Reinstate openings for all manhole outside drop assemblies after relining mainline sewer. D. Each line segment lined shall be TV inspected as soon as practical after processing, to ' assure complete curing or reforming. Segments not fully conforming to these Specifications must be immediately brought to the Engineer's attention with a proposed ' method of correction. 3.4 TESTING , A. After completing lining, every liner and manhole shall be TV inspected with a 3600 ' integral lighthead camera as soon as practical to verify proper installation. The rate of • travel shall not exceed 30 feet per minute. At each service, the camera shall come to a complete stop and the service shall be panned. ' B. For lined sewers without any active service connections or those longer than 36 inches in diameter, leakage testing as specified below shall be performed: ' 1. After the line is fully cured and completely cooled to ambient temperature, plug both ends of the liner and fill with water. All air shall be bled from the line. ' 2. The Contractor shall follow the procedure listed in ASTM F1216. 3. The allowable water exfiltration rate shall not exceed 50 gallons per day per inch- diameter per mile of sewer. 4. Submit written records to the Engineer documenting the results of the exfiltration ' test for each segment. The record shall show, at a minimum, sewer size, manhole numbers, sewer length, duration of test, quantity of water added, and the measured exfiltration rate in gpd/inch-diameter/mile. 5. The Contractor shall repair sections of pipe which do not pass the exfiltration test and re-test the repaired section until the section meets the leakage requirement. ' C5X59100 02754-8 CURED-IN-PLACE PIPE RO— 12/12/03 _ LINING (FULL LENGTH) ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI C. The Contractor shall have an independent testing lab analyze finished liner samples taken from manhole cutoffs, service coupons, etc. Samples shall be furnished directly to the lab within 24 hours (or less) after installation. 1. A minimum of 2 samples shall be taken of the first segment installed. 2. A sample shall be taken for each liner insertion or inversion on the project. Multiple-segment insertions/inversions from one manufacturing lot require one (1) sample, unless in excess of 1200 feet, for which two (2)must be taken. 3. A minimum of six (6) samples per project shall be taken for each type of liner furnished. 4. Tests in accordance with ASTM standards for Flexural Modulus and ultimate strength shall be conducted. 5. The Contractor shall determine sampling location and procedures to ensure representative samples are obtained from the finished liner, subject to approval by the Engineer. ' 6. The Contractor shall furnish removable sizing sleeves in small diameter applications to collect liner samples, .which accurately replicate the host pipe diameter. Per ASTM D5813, larger diameter CIPP will be tested utilizing i clamped mold samples. • ' 3.5 ACCEPTANCE ' A. It is the intent of these specifications that the completed liner with all appurtenances shall be essentially equivalent in final quality and appearance to new sewer installation. B. The finished liner shall be continuous over the entire segment between manholes and ' homogeneous throughout. C. The finished liner shall be fully rounded and as free as commercially practicable from ' visible defects, including but not limited to damage, deflection, holes, delamination, ridges, cracks,uncured resin, foreign inclusions or other objectionable defects. ' D. There shall be no visible infiltration through the liner, around the liner at manhole connections, at service connections, in services, or in cleanouts. Contractor shall repair any visible leaks, regardless of the result of leakage testing. ' E. Where a defect in the liner requires removal of a section of the liner, in the Engineer's opinion, the Contractor shall make all repairs as required by the Engineer and shall ' install a segmental liner, compatible with the liner, to accomplish a continuous finished • ' C5X59100 02754-9 CURED-IN-PLACE PIPE RO— 12/12/03 LINING (FULL LENGTH) BASIN 3 SANITARY SEWER SYSTEM REHABILITATION I CITY OF JEFFERSON, MISSOURI liner. No separate payment will be made for such defect repair or for the post-repair • segmental liner. 3.6 CLEAN-UP AND RESTORATION A. Immediately upon completion of each individual sewer line or a maximum of 3,500 linear feet of sewer line lined under this Contract, the Contractor shall begin and prosecute to completion the cleanup and property restoration for this effort. This shall be done prior to the start of another line, unless a written permission is obtained from the Owner or Engineer to begin another line. This permission will only be given if the following conditions and situations exist: 1. The Contractor maintains a sufficient cleanup crew on the project at all times, weather permitting, and that the progress shall be at least equal to the pipe lining progress on the project. This shall be subject to weather and ground conditions. END OF SECTION 02754 , • i i 1 1 • i C5X59100 02754-10 CURED-IN-PLACE PIPE RO— 12/12/03 LINING (FULL LENGTH) BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI • SECTION 02771 —CEMENTITIOUS REPAIR OF MANHOLES 1 PART 1 - 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 cementitious repairs of manholes, including "patch and wipe" repairs of wall joints, liftholes, lower walls, top portions of manholes, and entire manholes. This Section also includes bench and channel repairs in manholes to improve or form more adequate flow control. B. Manholes'requiring cementitious repairs are identified in the Drawings. i 1.3 REFERENCES ' A. ASTM C293: Test Method for Flexural Strength of Concrete. • i ' B. ASTM C580: Test Method for Flexural Strength and Modulus of Elasticity of Chemical-Resistant Mortars, Grouts, and Monolithic Surfacings. C. ASTM C900: Test Method for Pullout Strength of Hardened Concrete. D. ASTM C 109: Test Method for Compressive Strength of Hydraulic Cement ' Mortars. E. ASTM C995: Test Method for Time of Flow of Fiber Reinforced Concrete ' Through Inverted Slump Cone. F. ASTM C157: Test Method for Length Change of Hardened Hydraulic Cement Mortar and Concrete. G. ASTM C191: Test Method for Time of Set of Hydraulic Cement with Vicat Needle. H. ASTM C234: Test Method for Comparing Concrete on the Basis of Bond Developed with Reinforcing Steel. • C5X59100 02771-1 CEMENTITIOUS REPAIR RO— 12/12/03 OF MANHOLES BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI I. International Concrete Repair Institute (ICRI) Guideline No. 03732- Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays (CSP 3). 1.4 SUBMITTALS A. The Contractor shall submit a certified statement by the manufacturer of the , cementitious material that the Contractor is certified or approved by the manufacturer to apply the cementitious material in situations required by this Contract. B. The Contractor shall submit a certified statement that the cementitious material proposed by the Contractor is suitable for application on this project and that the cementitious material will withstand the earth and hydrostatic loadings imposed on the ' manholes. C. The Contractor shall submit the work experience of the installers proposed to use for the cementitious repair work. As evidence of the installer's experience in this type of work, the Contractor shall include with his submittals specific information as to the equipment and personnel available for the work, and information covering five specific installations of similar work and size including references. For the purpose of this project, the installer shall have a minimum of 3 years of continuous experience. The field superintendent shall have a minimum of 3 years continuous experience. , D. Contractor's Procedures • 1. The Contractor shall submit written descriptions of the procedures and equipment used in his operations for repairing the existing manholes using a cementitious material for this Contract. 2. The Contractor shall submit the Manufacturer's recommended procedures and equipment for the same work. E. Product Data , 1. The Contractor shall submit manufacturer's literature and illustrations sufficient to verify compliance of the product with these Specifications. 2. The Contractor shall submit certified test data of engineering characteristics in , accordance with the"Quality Assurance" subsection of this specification. 3. When requested, the Contractor shall submit to the Engineer samples of the material he proposes to use. 4. At the option of the Engineer, the Contractor shall demonstrate proposed material(s) on a sample area that is representative of a job site application. When approved, the sample area shall serve as an acceptance for all future work. • C5X59100 02771-2 CEMENTITIOUS REPAIR RO— 12/12/03 OF MANHOLES ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI • 1.5 QUALITY ASSURANCE ' A. Contractor shall initiate and enforce quality control procedures in accordance with applicable ASTM and ACI standards and the Engineer's recommendations. B. Contractor shall use an adequate number of workmen skilled in the application of the approved cementitious material. C. All cementitious materials shall be tested by certified testing laboratories in accordance with applicable ASTM testing methods for the manufacturer's product. As a minimum, testing of the material shall include Flexural Strength, Compressive Strength, Tensile Strength, Bonding Capacity to cementitious materials, Working and Setting time, and Chemical Resistance to sewage. Test specimens shall be taken in accordance with ACI ' 506R-Section 6.4 and ACI 506.2-Section 1.6. ' 1.6 DELIVERY, STORAGE, AND HANDLING A. The Contractor shall exercise extreme care during handling, storing, and installation of ' the material to be used in the manhole rehabilitation work. B. Storage and Protection ' 1. The Contractor shall handle and store the cementitious material as recommended • by the manufacturer of the material to ensure installation in a sound, undamaged condition. 2. Materials shall be kept dry and be protected from weather by storing under cover. PART 2 - PRODUCTS 2.1 HYDRAULIC CEMENT FOR PATCHING HOLES AND FOR BENCH AND CHANNEL REPAIR A. Premixed non-shrink Portland Cement based hydraulic cement for patching holes shall consist of Portland Cement, graded silica aggregates, and special plasticizing and accelerating agents. It shall not contain chlorides, gypsums, plaster, iron particles, or gas forming agents or promote the corrosion of steel it may come in contact with. It ' shall be formulated at the factory and supplied in factory sealed and labeled, pre- measured containers, that shall contain the complete quantity of materials required for this work. The labeled containers shall be mixed immediately prior to use in ' accordance with the manufacturer's instructions and as stipulated in these Specifications. B. The hydraulic cement for patching holes shall meet the following requirements: Ile 1. Set Time(minutes): 60-90 C5X59100 02771-3 CEMENTITIOUS REPAIR RO— 12/12/03 OF MANHOLES BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI 2. Minimum Compressive Strength(psi) • 1 Hour 500 24 Hour 2,000 28 Days 5,500 3. Freeze-Thaw Resistance (Cycles) 50 4. Sulfate Resistance(Cycles) 15 5. Shrinkage/Expansion +0.05 6. Pull Out Strength(lbs) 10,000 ' 2.2 HYDRAULIC CEMENT FOR STOPPING INFILTRATION , A. Premixed Portland Cement based hydraulic cement for stopping infiltration from active leaks shall consist of Portland Cement, graded silica aggregates, special_plasticizing and , accelerating agents. It shall not contain chlorides, gypsums, plaster, iron particles, or gas forming agents or promote the corrosion of steel it may come in contact with. It shall be formulated at the factory and supplied in factory sealed and labeled, pre- measured containers, which shall contain the complete quantity of materials required for this work. The labeled containers shall be mixed immediately prior to use in accordance with the manufacturer's instructions and as stipulated in these Specifications. B. The hydraulic cement for stopping leaks shall meet the following requirements: 1. Set Time(seconds): 30-60 • 2. Compressive Strength(psi): 4,000 (Fully Cured) ' 3. Flexural Strength(psi): 1,400 (Fully Cured) 2.3 CEMENTITIOUS LINER MATERIAL A. Premixed cementitious liner material"shall be a high strength substrate repair material , for use in concrete or brick manholes and pipes. It shall not contain chlorides, gypsums, plaster, iron particles or gas forming agents. It shall be formulated at the factory and supplied in factory sealed and labeled premeasured containers that state the complete quantity of material required for this work.. The material shall be mixed prior to use in accordance with the manufacturer's instructions and as specified herein. ' B. Material shall allow for application of epoxy coating material after cure of cementitious material. , 1. The curing time shall take into consideration the ambient temperature and moisture level within the work area. 2. The curing time shall be in accordance with the cementitious material and subsequent epoxy manufacturers where applicable. • C5X59100 02771-4 CEMENTITIOUS REPAIR 1 RO— 12/12/03 OF MANHOLES ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • C. Material can be applied by hand(trowel) or sprayed on. D. Minimum cured compressive strength of cementitious liner shall be 2,500 psi at 24 hours and 6,500 psi at 7 days. E. Minimum cured flexural strength at cementitious liner shall be 700 psi. ' 2.4 PRODUCT MANUFACTURERS A. All cementitious material used in the repair of existing manholes (Hydraulic Cement for ' patching holes, Hydraulic Cement for stopping infiltration, and Cementitious Liner) shall be from same .manufacturer or approved by the epoxy coating system ' manufacturer to assure compatibility of various components. B. The acceptable cementitious repair product manufacturers are: ' 1. Sauereisen, Pittsburgh, PA 2. Quadex, Maumelle, AR 3. Perma-Cast, Johnston, IA 4. Or Equal ' PART 3 - EXECUTION 3.1 PRE-APPLICATION INSPECTION ' A. All manholes to be repaired with cementitious material shall be inspected by the Contractor for cleaning requirements prior to mobilizing for application of the ' cementitious material. B. The Contractor prior to commencing inspection shall take appropriate health and safety actions. The health and safety actions shall comply with local, state, and federal regulations. The Contractor shall submit to the Engineer a written copy of a safety plan which the Contractor will use in conduction work under this contract to the Engineer for ' information. Submitting this information to the Engineer will not relieve the Contractor of the responsibility for the safety of work under the Contractor's control. ' 3.2 PREPARATION OF SURFACE PRIOR TO REPAIR ' A. All concrete and masonry surfaces must be clean. Grease, laitance, loose bricks, mortar unsound concrete, and other materials must be completely removed. Water blasting utilizing proper nozzles shall be the primary method of cleaning; however, other 1 methods such as wet or dry sandblasting, acid wash, concrete cleaners, degreasers or mechanical means may be required to properly clean the surface. Surfaces on which • C5X59100 02771-5 CEMENTITIOUS REPAIR RO— 12/12/03 OF MANHOLES 1 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI these other methods.are. used,shall be thoroughly rinsed, scrubbed, and neutralized to • remove cleaning agents and their reactant products. B. All surfaces designated to receive a cementitious repair shall be prepared to a minimum degree of roughness designated as CSP 3 by the International Concrete Repair Institute (ICRI) Guideline No. 03732. C. Surface preparation shall be performed no sooner than 24 hours before the repair of the manhole walls with the approved cementitious material. D. The Manufacturer's instructions shall be followed for surface preparation. 3.3 APPLICATION OF CEMENTITIOUS MATERIAL , A. The Contractor shall be responsible for flow control in conformance with Section 02790. ' B. Optimum temperature for handling and applying the materials shall be between 50'and 80°F. The Contractor shall store material within 50° to 80°F range for 48 hours prior to ' use. C. Cementitious material shall not be applied to surfaces when the air temperature is ' greater than 85°F or lower than 45°F. • D. Cementitious material shall be applied to the manhole walls in accordance with the ' Manufacturer's recommendations and the Contractor's stated methods in required submittal and as approved by the Engineer. E. The Cementitious material can be applied by spray equipment or troweled as , recommended by the manufacturer of the cementitious material. F. After surface preparation, infiltration shall be stopped by sealing the leaks with the , approved hydraulic cement designed for this purpose. 1. To stop leaks: Crack opening must be prepared by chipping out a minimum depth and width of %-inch. The approved hydraulic cement shall be mixed a ratio of 1 hydraulic cement to clean water in accordance with the recommendations of the Manufacturer. The mixed hydraulic cement shall then be forced into the crack. 2. To patch: All loose or disintegrated material shall be removed from the area to be , patched or repointed exposing a sound subbase. Holes or voids around steps, joints or pipes, spalled areas, and cavities caused by missing or broken brick shal be patched and missing mortar repointed using a non-shrink patching mortar , conforming to the requirements in Subsection 2.1 of this Specification. Cracks not subject to movement and greater than 1/16 inch in width shall be routed out to a minimum width and depth of 1/2-inch and patched with non-shrink patching t mortar conforming to the requirements of Subsection 2.1 of this Specification. • C5X59100 02771-6 CEMENTITIOUS REPAIR ' RO— 12/12/03 OF MANHOLES BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • G. The cementitious liner shall be applied according to the Manufacturer's instructions. 1 3.4 REPAIR OF BENCH AND CHANNEL A. The Contractor shall rebuild the channel if required by reshaping and repairing the slope of shelves or benches. Work shall include aligning inflow and outflow ports in such a ' manner as to prevent the deposition of solids at the transition point. B. All inverts shall follow the grades of the pipe entering the manhole. ' C. Changes in direction of the sewer and entering branch or branches shall have a true curve of as large a radius as the size of the manhole will permit, but will be shaped to ' allow easy entrance of maintenance equipment including buckets, T.V. camera, etc. ' 3.5 TESTING AND INSPECTION A. Suitable non-destructive type test of cementitious material shall be conducted when required by the Engineer. The Engineer shall approve the testing method. 1. Any area found by the Engineer to not be adequately repaired shall be cleaned.and repaired again by the Contractor. 2. The Contractor at no additional cost to the Owner shall repair any area detected to be inadequately repaired. B. A final visual inspection by the Contractor in the presence of the Engineer shall be ' made. Any deficiencies,including pinholes, cracks, significant sagging or other defects shall be repaired by the Contractor. ' 3.6 WARRANTY ' A. The Contractor shall warrant and obtain from the manufacturer its warranty that the products supplied for this project conform to these specifications and will be free from defects in materials (including bonding of materials to existing structures) for a period ' of one (1) year from the date of substantial completion of this Contract. Said manufacturers' warranty shall be in a form acceptable to and for the benefit of the Owner and shall be submitted by the Contractor as a condition of final payment. The ' Contractor shall repair or replace, at the sole option of and at no cost to the Owner, any work found to be defective within said warranty period. Such repair or replacement shall include the cost of removal and reinstallation. ' END OF SECTION 02771 C5X59100 02771-7 CEMENTITIOUS REPAIR RO— 12/12/03 OF MANHOLES BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI 1 .. • SECTION 02772—CHEMICAL SEALING OF MANHOLES PART 1 - GENERAL 1 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 leak-proofing of manholes using-chemical sealing procedures including polyurethane and/or acrylamide. This Section includes manhole repairs such as chemically sealing the base of the manhole wall at the bench, chemically sealing the manholes at the pipes, and chemically sealing wall joints. B. Manholes requiring chemical sealing repair are identified in the Drawings. 1.3 SUBMITTALS A. Manufacturer's Certificate of Compliance certifying compliance with the applicable • specifications and standards. The certifications shall list all materials furnished under ' this Section. B. Certified copies of test reports of factory tests required by the applicable standards, the ' Manufacturer, and this Section. C. Manufacturer's handling, storage, and installation instructions and procedures. ' D. Contractor's, foreman's, and applicator's qualifications. ' E. Product data, including manufacturer's cut sheets. 1.4 SAFETY ' A. The Contractor shall coordinate with local authorities prior to work so emergency measures can be established. ' B. The Contractor shall comply with all applicable OSHA, state, and, local safety ' measures. • ' C5X59100 02772-1 CHEMICAL SEALING RO— 12/12/03 OF MANHOLES BASIN 3 SANITARY SEWER S YSTEM REHABILITATION r CITY OF JEFFERSON, MISSOURI PART 2 -PRODUCTS • 2.1 EQUIPMENT A. The basic equipment shall consist of chemical pumps, chemical containers, injection ' packers, hoses, valves, and all necessary equipment and tools required to seal the manholes. 1. The chemical injection pumps shall be equipped with pressure meters that will provide for monitoring pressure during the injection of the chemical sealants. B. When necessary, liquid bypass lines equipped with pressure-regulating bypass valves ' will be incorporated into the pumping system. i 2.2 URETHANE BASE GEL CHEMICAL SEALING MATERIAL A. The Contractor shall use a gel containing 1 part urethane prepolymer thoroughly mixed r with between 5 and 10 parts of water by weight. The recommended mix ratio is 1 part urethane prepolymer to 8 parts of water(11%prepolymer). ' B. The Contractor shall use a liquid prepolymer having a solids content of 77% to 83%, specific gravity of 1.04 (8.65 pounds per gallon), and a flash point of 207. , C. The Contractor shall use a liquid prepolymer having a viscosity of 600 to 1200 centipoise at 70°F that can be pumped through 500 feet of%2-inch hose with a 1000 psi ' head at a flow rate of 1 ounce per second. D. The water used to react the prepolymer shall have a pH of 5 to 9. , E. The gel shall have an approximate cure time of 80 seconds at 407, 55 seconds at 60°F, and 30 seconds at 807 when 1 part prepolymer is reacted with 8 parts of water only. , F. The gel shall have an approximate cure time that can be reduced to 10 seconds for water temperatures of 407 to 807 when 1 part prepolymer is reacted with 8 parts of water containing a sufficient amount of gel control additive. 1 G. The curing shall produce a chemically stable and non-biodegradable, tough, flexible gel. H. The viscosity, density, gel strength and resistance to shrinkage of the gel shall be able to , be increased by the use of additives to the water. 2.3 URETHANE BASE FOAM CHEMICAL SEALING MATERIAL A. The foam shall have approximately 1 part of urethane prepolymer thoroughly mixed ' with 1 part of water by weight(50%prepolymer). • C5X59100 02772-2 CHEMICAL SEALING RO— 12/12/03 OF MANHOLES BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • B. The liquid prepolymer shall have a solids content of 82% to 88%, specific gravity of 1.1 ' (9.15 pounds per gallon), and a flash point of 20°F. C. The liquid prepolymer shall have a viscosity of 300 to 500 centipoise at 72°F that can ' be pumped through 500 feet of.'/z-inch hose with a 500 psi head at a flow rate of 1 ounce per second. D. The foam shall have a cure time of 15 minutes at 40°F, 8.2 minutes at 70°F, and 4.6 minutes at 100°F when the prepolymer is reacted with water only. ' E. During injection the foam grout will expand and fill the space. F. The approximate physical properties of the cured foam when a mixture of 50% ' prepolymer and 50% water_undergoes a confined expansion to five times .its initial liquid volume shall be as follow: 1. 14 pounds per cubic foot density ' 2. 80 to 90 psi tensile strength 3. 700%to 800%elongation ' 2.4 ACRYLAMIDE CHEMICAL SEALING MATERIAL ' A. The chemical grout used shall be an acrylamide consisting of a minimum of 10% • acrylamide base material by weight in the total sealant mix. A higher concentration of acrylamide base material may be used to increase strength or offset dilution during ' injection. B. The chemical grout shall possess the ability to tolerate some dilution and react in ' moving water during injection. C. The chemical grout shall have a viscosity of approximately 1 to 2 centipoise, which can be increased using additives. The viscosity of the grout shall be constant during the reaction period. ' D. The chemical grout shall have a controllable reaction time from 10 seconds to 1 hour. E. The curing process shall produce a sealant which is homogenous, chemically stable, nonbiodegradable, firm, and flexible. ' F. The mix viscosity, density, and gel strength of the chemical grout shall have the ability to be altered by the use of additives. 2.5 MANUFACTURERS A. Avanti International • C5X59100 02772-3 CHEMICAL SEALING RO— 12/12/03 OF MANHOLES BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI B. Approved Equal • PART 3 - EX_ ECUTION 3.1 REQUIREMENTS PRIOR TO SEALING A. Manhole structure sealing of the manhole base, walls, corbel/cone and chimney shall be done during high groundwater conditions, unless the points of leakage have been previously identified. B. The Contractor shall clean the crack or joint to-be sealed of any loose debris and foreign material. 3.2 SEALING PROCEDURES A. At each point of leakage within the manhole structure a hole shall be carefully drilled from within the manhole and shall extend through the entire manhole wall. B. In cases where there are multiple leaks around the circumference of the manhole, fewer holes may be drilled,providing all leakage is stopped from these holes. C. Grout ports or sealant injection devices shall be placed in these previously drilled holes • in such a way as to provide a watertight seal between the holes and the injection device. D. A hose, or hoses, shall be attached to the injection device from an injection pump. E. The chemical sealing materials shall then be pumped through the hose until material refusal is recorded on the pressure gage mounted on the pumping unit or a predetermined quantity of sealant has been injected. ' 1. Care shall be taken during the pumping operation to insure that excessive pressures do not develop and cause damage to the manhole structure. F. Upon completion of the injection, the ports shall be removed and the remaining holes filled with mortar and trowled flush with the surface of the manhole walls or other surfaces. The mortar used shall be a non-shrink patching mortar asspecified in Section '02771 —Cementitious Repair of Manholes. G. When applicable the Contractor may use the polyurethane resin-soaked oakum method, using dry twisted jute oakum or resin rod with polyurethane resin (water activated). The Contractor shall follow the manufacturer's recommendations when using these methods. 1. The Contractor shall clean the crack or joint to be sealed of any loose debris and C5X59100 foreign material. • CHEMICAL SEALING , 02772-4 RO— 12/12/03 OF MANHOLES ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION_ CITY OF JEFFERSON, MISSOURI 2. The Contractor shall cut the oakum in various sizes to meet the requirements of the cracks and holes. 3. The Contractor shall place the oakum in a heavy-duty plastic bag or pail. 4. The Contractor shall pour enough polyurethane to cover the oakum and allow the. toakum to soak long enough to become saturated. The Contractor shall always use the proper protective equipment and ventilation. 5. The Contractor shall remove the saturated oakum from the container and submerse it in water for approximately 5-10 seconds. 6. The Contractor shall hold the oakum out of water until the grout starts to foam (approximately 1 to 3 minutes). ' 7. The Contractor shall place the oakum into the leaking crack,joint, or hole. Using a blunt instrument such as a screwdriver the Contractor shall drive the oakum further into the leaking area (joint). The water in the joint will continue to activate the grout that has been absorbed by the oakum. 8. Note: If joints or cracks that are being sealed are dry, the Contractor shall spray water into the joint or crack before inserting the activated oakum. ' 3.3 TESTING A. After the specified sealing work has been completed, the manholes shall be visually. inspected and tested by the Contractor (as required) in the presence of the Engineer and ' found to be acceptable. B. Structure Sealing Test ' 1. Manhole structure sealing shall be visually inspected for watertightness against leakage of water into the manhole. 2. All visible leaks and defects observed during inspection shall be repaired to the ' Engineer's satisfaction. ' 3.4 WARRANTY A. At the Owner's request, the Contractor may be required within one year to visually inspect the manholes that were rehabilitated. B. Any work that has become defective within the one-year period shall be redone by the ' Contractor at no additional expense to the Owner. END OF SECTION 02772 i C5X59100 02772-5 CHEMICAL SEALING RO— 12/12/03 OF MANHOLES BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • SECTION 02773 —MANHOLE FRAME REPAIRS PART 1 - 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 shall include repairs such as installation of frames (by Owner), replacement of existing frames and covers (by Owner), resetting and sealing the frame i to the corbel/chimney, sealing the frame and chimney to the corbel/walls, and sealing the frame to the corbel/chimney. ' B. Manholes requiring frame repairs are identified in the Drawings. 1.3 DEFINITIONS ' A. Chimney: The cylindrical variable height portion of the manhole structure used to support and adjust the finished grade of the manhole frame. The chimney extends from ' the top of the corbel or cone to the base of the manhole frame. B. Cone or corbel: That portion of the manhole structure which slopes upward and inward from the barrel of the manhole to the required chimney or frame diameter. "Corbel" refers to a section built of brick or block, while "cone" refers to a precast, fiberglass or plastic section. 1 1.4 SUBMITTALS ' A. The Contractor shall submit certified statement by the manufacturer of the frame seal that the Contractor is certified or approved by the manufacturer to apply the frame seal ' in situations required by this contract. B. The Contractor shall submit shop drawings with manufacturer's specifications for ' materials and method for proposed installation. C. The Contractor must submit a manufacturer's certificate stating that the Contractor has received all necessary training. • ' C5X59f00 02773-1 MANHOLE FRAME RO— 12/12/03 REPAIRS BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI PART 2 - PRODUCTS • 2.1 INTERNAL FRAME SEAL A. The manufacturer shall in writing certify that each of the Contractor's representatives are approved to install sealant prior to the manufacturer applying any sealant. The training shall be included in the bid items for internal manhole seals. B. Frame seals shall be designed to prevent leakage of water into the manhole through the frame joint area and the area above the manhole cone including all extensions to the chimney area. Extensions shall include, but not be limited to, lifting rings, brick and/or block material that may have been used to achieve grade. C. The seal shall remain flexible allowing for the repeated vertical or horizontal ' movements of the frame due to frost lift, ground movement or the thermal movement of pavements. ' D. The final liner material shall be made no less than 170 mils. of corrosion resistant aromatic flexible urethane resin coating to be applied to the inside wall of the entire , chimney area as described above. Mil thickness may vary depending on the local climate. The contractor shall contact the manufacture for thickness recommendations. E. The product shall have a minimum elongation of 800% and hardness (durometer) of 75. ' Final liner shall have a minimum tensile and adhesion strengths of 1150 psi and 175 lb. 1/in. respectively. The manhole sealing system shall conform to the physical , requirements of ASTM D412. The tensile strength of the final seal material shall be a minimum of 1,150 psi according to the requirements of ASTM D412. F. The lining product shall have an aromatic urethane primer resin on the complete ' surface. The sealing system shall be applied 3 inches above the bottom of the frame and shall cover the entire chimney area to 3 inches below the bottom of the chimney. If the ' manhole has been relined prior to the seal installation the seal shall cover a minimum of 12 vertical inches. G. The internal frame seal shall be Flex-Seal Utility Sealant® as manufactured by Sealing ' Systems, Inc., Ring Seal®, or an approved equal. 2.2 MANHOLE FRAMES AND COVERS BY OWNER), A. The Owner shall install frames and covers as indicated on the Drawings in accordance ' with the City of Jefferson's standard sewer specifications. • C5X59100 02773-2 MANHOLE FRAME RO— 12/12/03 REPAIRS BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • PART 3 - EXECUTION 3.1 GENERAL ' A. Reset and seal manhole frames: All manhole frames that are misaligned from the chimney or cone/corbel by 3 inches or more shall be excavated and realigned prior to sealing. All manholes designated to be reset and sealed shall be done so according to the following procedure. 1. All existing frames shall be thoroughly cleaned before reinstallation. 2. If the manhole frame is to be raised, a sufficient number-of new precast concrete grade rings or brick shall be installed to enable the frame and cover to meet the new grade. The manhole cover may also be raised to meet the grade by installing an approved .steel or iron manhole adjusting ring in the top of the existing manhole frame. 3. The frames shall be set in a bed of cementitious grout mixed to a mortar consistency. The grout shall be a premixed, non-metallic, high strength, non- shrink grout which meets the requirements of ASTM C191 and C827. When mixed to a mortar consistency, it shall have a minimum one-day and 28-day 1 compressive strength of 6,000 and 9,000 psi respectively. 4. The frames shall be set so that the tops of the covers are flush with the adjoining _ pavement or ground surface. 5. The Contractor shall seal manhole frames in accordance with these specifications. • B. Manhole Frame and Cover Replacement / Installation (By Owner): The existing manhole frame and covers as identified on the Drawings shall be removed and, if not being reused, disposed of as directed by the Engineer. Any damage to the chimney or corbel caused by the removal of the existing manhole frame shall be repaired. ' 1. If the manhole frame is to be raised, a sufficient number of new precast concrete grade rings or brick shall be installed to enable the frame and cover to meet the new grade. The manhole cover may also be raised to meet the grade by installing an approved steel or iron manhole adjusting ring in the top of the existing manhole frame. 2. The frames shall be set in a bed of cementitious grout mixed to a mortar ' consistency. The grout shall be a premixed, non-metallic, high strength, non- shrink grout which meets the requirements of ASTM C191 and C827. When mixed to a mortar consistency, it shall have a minimum one-day and 28-day tcompressive strength of 6,000 and 9,000 psi respectively. 3. New or replacement frames and covers shall be as specified in Part 2 — Products of this section. Existing frames and covers that are to be reused shall be ' thoroughly cleaned before reinstallation. New or reused frames shall be installed so that the top of the covers are at the required grade. 1 ' • C5X59100 02773-3 MANHOLE FRAME RO— 12/12/03 REPAIRS BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI , 3.2 INSTALLATION OF INTERNAL FRAME SEAL • A. All loose and protruding mortar and brick that would interfere with the seal's performance shall be removed. B. Any lips for gravel pan supports shall be cut of flush with casting. C. Patching cement shall conform to requirements of the manufacture. Any profiling cement work will require the contractor to contact the sealant manufacture to determine in writing the proper time required for the cement to completely cure prior to installing this item. 1 D. Preparation of surface shall include sandblasting and pressure washing or use of a water blasting machine that delivers the water with a sandblaster attachment in a steady stream at a minimum of 3500 psi. E. Active leaks (infiltration) must be corrected by a method approved by the Engineer ' prior to installing an Internal Manhole Seal. F. After water sandblasting, pressure wash the entire area remove any loose sand that may ' have been deposited. The substrate surface must be free of sand, loose debris, latencies, dust, oil, grease or chemical contamination. A blower or torch may be required to completely dry the substrate surface or as recommended by manufacture. G. Sealant may require the proper mixing of agents, as recommended by the manufacture's • instructions. Ensure casting and structure surfaces are clean and dry where the primer is , intended to adhere. H. After allowing for proper drying of primer to occur, sealant shall be applied by brush as , evenly as possible over the entire chimney area that includes the frame joint area and the area above the manhole cone including all extensions to the chimney area. I. The contractor shall furnish two mirrors with extension handles so the Engineer can ' inspect sealant application to areas underneath frame without entry of manhole. These items will become the property of the owner upon completion and at no additional cost., of this item. Cost for these items shall be included in the bid items for internal manhole sealing work. END OF SECTION 02773 • C5X59100 02773-4 MANHOLE FRAME ' RO— 12/12/03 REPAIRS .. ... .. .... ... ...is BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI SECTION 02774—EPDXY COATINGS FOR MANHOLES PART 1 - 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-. Work under this Section includes the furnishing of all labor, equipment and materials, and performing all operations necessary to rehabilitate existing manholes using an ' approved epoxy coating system as indicated by the Drawings. 1.3 REFERENCES ' A. ASTM D790: Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. ' B. ASTM C580: Test Method for Flexural Strength and Modulus of Elasticity of • Chemical-Resistant Mortars, Grouts, and Monolithic Surfacings. C. ASTM D638: Test Method for Tensile Properties of Plastics. ' D. ASTM C307: Test Method for Tensile Strength of Chemical-Resistant Mortars, Grouts, and Monolithic Surfacings. E. ASTM C321: Test Method for Bond strength of Chemical-Resistant Mortars. F. ASTM D4541: Pull-off Strength of Coatings Using Portable Adhesion Testers. G. ASTM C308: Test Method Working and Setting Times of Chemical-Resistant Resin Mortars. ' H. ASTM D695: Test Method for Compressive Strength of Carbon and Graphite. I. ASTM C579: Test Method for Compressive Strength of Chemical-Resistant ' Mortars, Grouts, and Monolithic Surfacings. J. ASTM D543: Test Method for Resistance of Plastics to Chemical Reagents. • C5X59100 02774-1 -EPDXY COATINGS RO— 12/12/03 FOR MANHOLES BASIN 3 SANITARY SEWER SYSTEM REHABILITATION ' CITY OF JEFFERSON,MISSOURI K. ASTM D4414: Standard Practice for Measuring of Wet Film Thickness of Organic • Coatings by Notched.Gages. L. ASTM D4787: Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates. 1.4 SUBMITTALS A. The Contractor shall submit certified statement by the manufacturer of the epoxy coating system that the Contractor is certified or approved by the manufacturer to apply the epoxy coating system in situations required by this contract. B. The Contractor shall submit a certified statement that the epoxy coating system proposed by the Contractor is suitable for application on this project, and that the thickness the Contractor will apply will withstand the earth and hydrostatic loadings imposed on the manholes. C. The Contractor shall submit Material Safety Data Sheets (MSDS) for each product used. D. The Contractor shall submit manufacturer certification that the applicator has been trained and approved in the handling, mixing, and application of the products to be used and that the equipment is approved for applying the protective coating. • E. The Contractor shall submit the experience record of the Contractor, superintendent, , and applicator proposed to use for the rehabilitation of existing manholes showing at least 5 years of continuous experience for the Contractor and superintendent and at least 3 years of continuous experience for the applicator. As evidence of the experience in this type of work, the Contractor shall include with each person's experience record, specific information as to the equipment and personnel available for the work, and information covering installations of similar work and size. F. The Contractor shall submit written descriptions of the procedures and equipment used in the operations for rehabilitating the manholes using an epoxy coating system for this Contract. G. The Contractor shall submit the manufacturer's recommended procedures for rehabilitating the manholes using an epoxy coating system for this Contract. H. The Contractor shall submit proof of any necessary federal, state or local permits or licenses necessary for the project. I. Product Data: The manufacturer shall submit the following product data. 1. The Contractor shall submit manufacturer's literature and illustrations sufficient to verify compliance of the product with these specifications. Included in this • C5X59100 02774-2 EPDXY COATINGS t RO— 12/12/03 FOR MANHOLES BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI data shall be the manufacturer's written concurrence with these specifications, ' and the time between initial coating or any required repairs to the initial coating, and the time at which flows can be introduced to the epoxy coated manholes. 2. The Contractor shall submit written concurrence by the manufacturers of both the tcementitious repair material used to repair manholes prior to epoxy coating and the epoxy coating that the two materials are compatible with each other for the use intended under this contract. 3. The Contractor shall submit certified test data of engineering characteristics including Flexural Strength, Compressive Strength, Tensile Strength, Bonding Capacity to cementitious materials, Working and Setting time, and chemical resistance to sewage. 4. . When requested, the Contractor shall submit_ to the Engineer samples of the material that is proposed. 5. At the option of the Engineer, the Contractor shall demonstrate proposed materials on a sample area that is representative of a jobsite application. When approved, the sample area shall serve as an acceptance for all future work. 1.5 QUALITY ASSURANCE A. The Contractor shall initiate and enforce quality control procedures in accordance with applicable ASTM, NACE, SSPC standards, the Engineer's recommendations and the ' manufacturer's instructions. B. All epoxy coating systems shall be tested by certified Testing Laboratories in ' accordance with applicable ASTM testing methods for the manufacturer's product. At a minimum, testing of the material shall include Flexural Strength, Compressive Strength, Tensile Strength, Bonding Capacity to cementitious materials, Working and ' Setting time, and chemical resistance to sewage. 1.6 DELIVERY, STORAGE,AND HANDLING A. Materials shall be kept dry, protected from weather and stored under cover. ' B. Protective coating materials shall be stored between 50°F and 90°F. The Contractor shall not store the materials near flame,heat or strong oxidants. ' C. Protective coating materials shall be handled according to their Material Safety Data Sheets. 1.7 WARRANTY ' A. The Contractor shall warrant all work against defects in materials and workmanship for a period of one (1) year, unless otherwise noted, from the date of final acceptance of the • ' C5X59100 02774-3 EPDXY COATINGS RO— 12/12/03 FOR MANHOLES BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI project. The contractor shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said one (1) year period, and any damage to other work caused by such defects or the repairing of same, at his expense and without cost to the Owner. PART 2 -PRODUCTS 2.1 EPDXY COATING SYSTEM A. The epoxy coating system shall be designed for vertical high build applications on precast concrete, cast-in-place concrete or brick structures. The system shall be specifically designed to be applied on a dry or damp surface by either spray or trowel. B. The epoxy coating system shall be designed for underwater applications and have a five year history of successful application in the wastewater industry. The epoxy coating ' shall yield a hard, durable chemical resistant and moisture tolerant cooling. C. The color shall be light enough so that manholes can be properly inspected. ' D. Material coated with the epoxy shall have passed the Los Angeles County Sanitation District's Coating Evaluation Study. The manufacturer shall submit proof of testing by ' a bonded third party testing company and success to the Engineer. E. The epoxy coating system shall have 100% solids content by volume. ' F. The epoxy coating system shall meet the following minimum engineering characteristics. ' 1. Compressive strength: 6,500 psi 2. Tensile strength: 2,500 psi 3. Flexural strength: 4,500 psi ' 4. Bonding strength: concrete failure 5. Chemical Resistance: municipal wastewater conditions 6. Working Time(at 70 deg. F): 50 minutes , 7. Initial Setting Time(at 70 deg. F): 8 hours 8. Thickness of application: Per manufacturer's recommendation C 2.2 PRODUC T MANUFACTURERS A. All epoxy coating system material used in the coating of existing manholes shall be from the same manufacturer as the cementitious material used to repair the existing manholes, or approved by the cementitious liner material manufacturer to assure compatibility of various components. ' B. The acceptable epoxy coating system product manufacturers are: • C5X59100 02774-4 EPDXY COATINGS ' RO— 12/12/03 FOR MANHOLES ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI • 1. Sauereisen, Pittsburgh,PA ' 2. Warren Environmental Systems, Carver, MA 3. Raven Lining Systems,Tulsa, OK 4. Permacast, Johnston,IA ' 5. Or Equal ' PART 3 - EXECUTION ' 3.1 PRE-APPLICATION INSPECTION A. The Contractor prior to commencing inspection shall take appropriate health and safety ' actions. The health and safety actions shall comply with local, state and federal regulations. The Contractor shall submit a written copy of a safety plan that the Contractor will use in conducting work under this contract to the Engineer for informational purposes. The submission of this safety plan will not relieve the Contractor of the responsibility for the safety of work under the Contractor's control. ' B. All manholes to be coated with epoxy coating system shall be inspected by the Contractor for cleaning requirements prior to mobilizing for application of epoxy coating system. ' C. Standard Portland cement or new concrete(not quick setting high strength cement)must • be well cured prior to application of the epoxy coating. Generally, 28 days is adequate cure time for standard Portland. If earlier application is desired, compressive or tensile strength of the concrete can be tested to determine if acceptable cure has occurred. 3.2 PREPARATION OF SURFACE RECEIVING EPDXY COATING A. The Contractor shall remove existing coatings prior to application of the new protective coating. The Contractor is to maintain strict adherence to appropriate NACE and SSPC recommendations with regard to proper surface preparation and compatibility with ' existing coatings. B. The Contractor shall stop any leaks into the manhole walls and perform compatible cementitious repairs prior to application of the epoxy coating system. Cementitious ' repairs shall be allowed to cure as previously specified prior to epoxy coating. The cementitious repairs shall produce a smooth surface with an average profile equivalent to coarse sandpaper to optimally receive the coating. No bughole or honeycomb surfaces shall remain after the application of the repair mortar. C. Surface preparation of manhole shall consist of a thorough cleaning to remove all loose material and surface contaminants in accordance with the Contractor's stated methods in the required submittal as approved by the Engineer. C5X59100 02774-5 EPDXY COATINGS RO— 12/12/03 FOR MANHOLES 1 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION I CITY OF JEFFERSON, MISSOURI D. Surfaces to receive the epoxy coating shall be cleaned and abraded to produce a sound • concrete surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. Cleaning may be accomplished by water blasting or abrasive blasting. The minimum water blasting pressure shall be 4,000 psi. ' Detergent water cleaning and hot water blasting may be necessary to remove oils, grease or other hydrocarbon residues from the concrete. Whichever methods are used shall be performed in a manner that provides a uniform, sound clean neutralized surface that is not excessively damaged. E. Surface preparation shall be performed no sooner than 24 hours before coating of the manhole with the approved epoxy coating system. F. The Contractor shall test prepared surfaces after cleaning but prior to application of the epoxy coating to determine if a specific pH or moisture content of the concrete is required according to manufacturer's recommendations. G. After cleaning and leak repair is performed, all surfaces shall be inspected for remaining laitance prior to coating application. Any evidence of remaining contamination or laitance shall be removed. 3.3 APPLICATION OF EPDXY SYSTEM A. Application procedures shall conform to the recommendations of the protective coating manufacturer, including material handling, mixing, environmental controls during • application, safety and equipment. B. The applicator of the epoxy system shall be certified by the manufacturer. C. The optimum temperature for handling, storing, and applying the coating shall be ' according to the manufacturer's instructions. D. Care shall be taken_to avoid application of the epoxy coating system to surfaces exposed ' to direct sunlight. E. The Contractor shall take care to minimize pin holing of the epoxy coating system. ' F. The epoxy coating system shall be applied according to the Contractor's submitted ' procedure. 3.4 TESTING AND INSPECTION ' A. During application of the epoxy coating system, a wet film gage meeting ASTM D4414 shall be used to ensure a monolithic coating and uniform thickness during application. I • C5X59100 02774-6 EPDXY COATINGS RO— 12/12/03 FOR MANHOLES ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI 1 • B. After the epoxy coating system has initially cured, the Contractor, with the Engineer ' present, shall measure the cured thickness from a specimen retrieved by the Contractor. The specimen can be made by physically cutting through the epoxy coating system surface by drilling or coring. ' 1. Suitable non-destructive type of thickness measurements may be used in lieu of physically cutting the epoxy coating system when approved by the Engineer. 2. Any area found by the Engineer to not have the required thickness shall have ' additional epoxy coating placed over the area in order to build up the thickness to the approved thickness. Additional surface preparation required between coats outside of recoat window shall be made in accordance with the manufacturer's recommendations. C. Measurement of adhesion integrity of the epoxy coating system to the substrate shall be ' made at regular intervals and along different sections of the manhole in accordance with ASTM D4541. 1. Any area detected to have inadequate adhesion shall be evaluated by the Engineer ' and may include requirements by the Contractor to conduct additional testing in the area. ' 2. The Contractor at no additional cost to the Owner shall repair any area detected to have inadequate adhesion. D. All lined surfaces shall be tested with high voltage holiday detection equipment in ' accordance with ASTM D4787. An induced holiday shall be made onto the lined • concrete surface and shall serve to determine the minimum-maximum voltage to be used to test the system for holidays at that particular area. The spark tester shall be set initially at 100 volts per 1 mil of film thickness applied, but may be adjusted as necessary to detect the induced holiday. All detected holidays shall be marked and repaired by abrading the lined surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional system material can be hand applied to the repair area. All touch-up repair procedures shall follow the monolithic surfacing system manufacturer's requirements. E. A final visual inspection by the Contractor in the presence of the Engineer shall be made. Any deficiencies, including pinholes,.-.-cracks, .significant sagging, or other ' defects shall be repaired by the Contractor. F. After the epoxy coating system has been placed, inspected, and approved by the ' Engineer, the manhole shall be placed back in service. However, in no case shall flow be reintroduced back into the manholes without written concurrence by the manufacturer of the epoxy coating system that the epoxy coating system has cured ' sufficiently to allow flow to be reintroduced. ' END OF SECTION 02774 .'J C5X59100 02774-7 EPDXY COATINGS RO— 12/12/0.3 FOR MANHOLES BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI • SECTION 02790— SEWER FLOW CONTROL PART 1 - 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 tA. Section includes: Sewer flow control measures including plugging or blocking of sewers and bypass pumping. B. The Contractor shall fumish all materials, labor, equipment, power, maintenance, etc. to accomplish sewer flow control suitable for each rehabilitation method. ' C. The Contractor shall perform sewer flow control whenever it is needed for a rehabilitation method to be utilized. ' D. The Contractor shall be responsible for the design, installation, and operation of any temporary pumping system and flow control measures. The bypass system shall meet the requirements of all codes and regulatory agencies having jurisdiction and be certified by a Professional Engineer registered in the State of Missouri. E. All equipment and controls installed in manholes, wet wells, or any location noted as a ' "hazardous location" shall be suitable for installation in a hazardous location. ' 1.3 SYSTEM DESCRIPTION A. Design Requirements ' 1. Provide bypass pumping systems with firm capacity to pump the calculated pipe flowing full for each pipe reach. Provide all pipeline plugs, pumps of adequate size to handle peak flow, and temporary discharge piping to ensure that the total flow of the main can be safely diverted around the section to be repaired. The bypass pumping system will be required to be operated 24 hours per day during rehabilitation operations. ' 2. Provide adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. One standby pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ' ready for use in the event of primary pump failure. 3. The bypass pumping system shall be capable of bypassing the flow around the Ov work area as necessary for satisfactory performances of work. C5X59100 02790-1 SEWER FLOW CONTROL RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI 1 B. It is essential to the operation of the existing sewerage system that there be no . interruption in the flow of sewage throughout the duration of the project. To this end, 1 provide, maintain and operate all temporary facilities such as dams, plugs, pumping equipment (both primary and back-up units as required), conduits, all necessary power, and all other labor and equipment necessary to intercept the sewage flow before it 1 reaches the point where it would interfere with the work, carry it past the work and return it to the existing sewer downstream of the work. C. Provide all necessary means to safely convey the sewage past the work area. Do not stop or impede the main flows under any circumstances. D. Maintain sewer flow around the work area in a manner that will not cause surcharging of sewers, damage to sewers and that will protect public and private property from damage and flooding. E. Protect water resources, wetlands and other natural resources. F. Fluid character: Provide pumping units to pump raw sewage. 1.4 SUBMITTALS A. Data 1. Pump performance curves. Draw curves for the specified conditions. Include head, brake horsepower, efficiency and required NPSH, all plotted as a function of capacity, from zero to maximum capacity. 2. Calculations of static lift,friction losses, and flow velocity. 3. Submit a specific, detailed description of the proposed pumping system and flow control system. 4. Submit operating descriptions, component descriptions, control schematics, electrical" connection diagrams and general arrangement drawings for control equipment. B. Shop Drawings 1. Submit detailed plans and descriptions outlining all provisions and precautions to be taken regarding the handling of existing wastewater flows. The plan shall include schedules, locations, elevations, capacities of equipment, materials and all other incidental items necessary and/or required to insure proper protection of the facilities, including protection of the access and bypass pumping locations from damage due to the discharge flows, and compliance with the requirements and all permit conditions. 2. The plan shall include but not be limited to details of the following: a. Staging areas for pumps; b. Sewer plugging method and types of plugs; C. Number, size, material, location and method of installation of suction piping; � • C5X59100 02790-2 SEWER FLOW CONTROL RO— 12/12/03 N BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • d.. Number, size,material, method of installation and location of installation of ' discharge piping; e. Bypass pump sizes, capacity, number of each size to be on site and motor power or fuel requirements; ' £ Standby power generator size,.location; g. Downstream discharge plan; h. Method of protecting discharge manholes or structures from erosion and damage; i. Thrust and restraint block sizes and locations; j. Sections showing suction and discharge pipe depth, embedment, select fill and special backfill; k. Method of noise control for each pump and/or generator; . 1. Any temporary pipe supports and anchoring required; m. Design plans and computation- for access to bypass pumping locations indicated on the Drawings; n. Calculations for selection of bypass pumping size; o. Schedule for installation of and maintenance of bypass pumping lines; p. Plan indicated selection location of bypass pumping line locations. PART 2 - PRODUCTS ' 2.1 EQUIPMENT • ' A. All pumps used shall be centrifugal end suction, fully automatic self-priming units that do not require the use of foot-valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. All pumps used must be constructed to allow ' dry running for long periods of time to accommodate the cyclical nature of influent flows. The pumps shall not be hydraulic submersible type. ' B. Provide the necessary stop/start controls for each pump. C. Provide and maintain onsite, one stand-by pump of each size. Backup pumps shall be ' online, isolated from the primary system by a valve. D. Discharge piping: In order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of rigid pipe with positive, restrained joints. Under no circumstances will aluminum "Irrigation" type piping or glued PVC pipe be allowed. Discharge hose will only be allowed in short sections and by specific ' permission from the Engineer. Provide piping materials of steel pipe, ductile iron pipe, or fused,high density polyethylene pipe. C5X59100 02790-3 SEWER FLOW CONTROL RO— 12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI 2.2 MANUFACTURERS • A. Acceptable manufacturers are listed below. Other manufacturers of equivalent products may be submitted. 1. Godwin Pumps of America, Inc. 2. Rain for Rent PART 3 - EXECUTION 3.1 PRECAUTIONS A. The Contractor shall be responsible for locating any existing utilities in the area selected for installing the bypass pipelines. Locate bypass pipelines to minimize any disturbance to existing utilities and obtain approval of the pipeline locations from the Engineer. All costs associated with relocating utilities and obtaining all approvals shall be included in the Contract Price. B. During all bypass pumping operation, protect the pumping station and force main and all local sewer lines from damage. Be responsible for all physical damage to the pumping station and force main and all local sewer lines. 3.2 INSTALLATION AND REMOVAL • A. Remove manhole sections or make connections to the existing sewer and construct , temporary bypass pumping structures only at the access location indicated on the drawings and as may be required to provide adequate suction conduit. , B. Plugging or blocking of sewage flows shall incorporate a primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance of work, it is to be removed in a manner that permits the sewage flow to , slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. ' C. When working inside manholes or in the presence of sewer gases, combustible or oxygen-deficient atmospheres, and confined spaces, exercise caution and comply with OSHA requirements. ' D. The installation of the bypass pipelines is prohibited in all saltmarsh/wetland areas. The pipeline must be located off streets and sidewalks and on the shoulder of the roads. When the bypass pipeline crosses local streets and private driveways, place the bypass , pipelines in trenches and cover with temporary pavement. Upon completion of the bypass pumping operations, and after the receipt of written permission from the , Engineer, remove all the piping, restore all property to pre-construction condition and • C5X59100 02790-4 SEWER FLOW CONTROL ' RO— 12/12/03 BASIN'3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON, MISSOURI • restore all pavement. The Contractor shall be responsible for obtaining any approvals ' for placement of the temporary pipeline within public ways from the city. ' 3.3 FIELD QUALITY CONTROL AND MAINTENANCE A. Testing: Perform leakage and pressure tests of the bypass pumping discharge piping ' using clean water prior to actual operation. Provide 24 hours notice to the Engineer prior to testing. ' B. Inspection: Contractor shall be responsible for ensuring that the system is working correctly at all times. C. Maintenance Service: Insure that the temporary pumping system is properly maintained and a responsible operator is on hand at all times when pumps are operating. ' D. Extra Materials: 1. Spare parts for pumps and piping shall be kept onsite as required. 2. Adequate hoisting equipment for each pump and accessories shall be maintained ' onsite. ' 3.4 LIABILITY • A. The Contractor shall be responsible for damages to private or public property that may result from sewer control operations. ' END OF SECTION 02790 1 1 C5X59100 02790-5 SEWER FLOW CONTROL RO— 12/12/03 ' BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI • SECTION 02950—PAVEMENT REPLACEMENT PART 1 - 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 covers the furnishing of all labor, equipment, tools and materials, and the performance of all work for the replacement of pavement including roadways, parking lots, sidewalks, driveways, and curbing. B. Pavement, as used herein, shall include Portland Cement Concrete (PCC), asphaltic concrete, asphaltic and lime or cement treated surface coursed, and other similar types of construction, including roadways, parking lots, sidewalks, driveways, and curbing. Replacement, as used herein, shall mean reconstruction of the entire structural section of all pavements removed in excavated areas and reconstruction or restoration of ' damaged pavement surfaces outside of excavation limits. • C. In all areas of pavement removal replace pavement upon completion of sewer installation and repair. All pavement not designated for removal that is damaged by the Contractor's operations shall.be required, restored or replaced depending upon the degree of damage. D. Related Sections: The following Sections contain requirements that relate to this Section: ' 1. Appendix A-Technical Street Specifications by the City of Jefferson, Missouri 2. Section 02220—Excavation, Backfilling, and Compaction 1.3 SUBMITTALS A. Product Data for products and materials. Include technical data and tested physical and performance properties. B. Material Certificates signed by material producer and Contractor, certifying that each material item complies with or exceeds specified requirements. C. Material Test Reports: For each paving material • C5X59100 02950-1 PAVEMENT REPLACEMENT RO-12/12/03 BASIN 3 SANITARY SEWER SYSTEM REHABILITATION CITY OF JEFFERSON,MISSOURI D. Design mixes for concrete mix. Include revised mix proportions when characteristics of • materials, project conditions, weather, test results, or other circumstances warrant 1 adjustments. 1.4 QUALITY ASSURANCE ■ A. Concrete Standards: Comply with Appendix A- Technical Street Specifications by the City of Jefferson, Missouri. PART 2 - PRODUCTS 2.1 PAVEMENT REPLACEMENT A. General: Removed pavement shall be replaced in conformance with the general notes and typical sections shown on the Contract Drawings and the Technical Street t Specifications by the City of Jefferson, Missouri provided as Appendix A and will generally be replaced in kind. B. Replacement shall include construction of all courses u p gi.on the sub grade. PART 3 - EXECUTION 3.1 PAVEMENT REPLACEMENT ' A. General: Removed pavement shall be replaced in conformance with the general notes and typical sections shown on the Contract Drawings and the Technical Street Specifications by the City of Jefferson, Missouri provided as Appendix A and will generally be replaced in kind. , B. Replacement shall include construction of all courses upon the subgrade for a complete pavement structural section. ' C. Restoration of damaged surfaces shall be as directed by the Engineer. D. Final pavement joints must be parallel or perpendicular to the street centerline. ' E. Subgrade compaction shall conform to Section 02220 — Excavation, Backfilling, and Compaction. , END OF SECTION 02950 , • C5X59100 02950-2 PAVEMENT REPLACEMENT RO-12/12/03 ' Page 1 of 2 . • ADDENDUM NO. 1 PROJECT NO. 31085 BASIN 17 REHABILITATION APRIL 24,2008 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. BIDDER: BY: J a �2 TITLE: i i CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. • DIRECTOR OF COMMUNITY DEVELOPMENT 1 i 1 1 1 i 1 1 ADDENDUM NO.2 PROJECT NO.31085 ' • COMMUNITY DEVELOPMENT Basin 17'Rehab May 1,2008 ' 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. ' BIDDER: j l� �� �AS S�12u BY: 1 / TITLE: V t (-4e�st�� ' . ADENDUM 1. Alternate A — Industrial Drive Stormwater Pipe Lining had one cross road pipe label ' inadvertently left off the plan sheet adjacent to the pipe labeled Item#16. Add Item#17; which is a 60 Linear Foot by 15-inch Diameter Corrugated Metal Pipe. . 2. The Bid Sheet Entitled "Itemized Bid Form (Revised April 30, 2008)" included herein ' shall'be used for submission of bids: Item Number 36 has been revised from 300 Linear Feet to 360 Linear Feet of 15 inch Dia.CIP Stormwater Pipe Lining. 3. Drawings: Sheet 3—Item 22. Clarification—Manhole 328 to be installed by Owner prior ' - to liner installation. Sheet 7 — Clarification — Liners for pipelines under the railway should be normal fully deteriorated design without external railway loading. 4. Ariel views of the stormwater and sanitary sewer system can be viewed from the website ' at www.midmogis.orsJ Interactive Maps—Planning and Infrastructure—Select layers for sewer and stormwater. CITY OF JEFFERSON,MISSOURI ' PATRICK E.SULLIVAN,P.E. DIRECTOR OF COMMUNITY DEVELOPMENT Clty of „ of erson t • COMMUNITY DEVELOPMENT "building a better community" F:ICITY-PROJECTS131085 2007 basin 17 rehablGontrsct DacumentMddendem_2-Draft-Domdoc ' Page 1 of 2 • ' ADDENDUM NO. 1 PROJECT NO.31085 BASIN 17 REHABILITATION ' APRIL 24, 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. ' BIDDER: ' BY: ' TITLE: CITY OF JEFFERSON, MISSOURI ' PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT t 1 t ' Page 2 of 2 • ADDENDUM NO. 1 PROJECT NO.3`1085 ' BASIN 17 REHABILITATION APRIL 24, 2008 ' 1. Delete Section 00411 "EPA Region VII - Minority and Women's Business Enterprise Utilization Worksheet". Replace with"Missouri State Revolving Fund ' and State Grant& Loan Programs Minority and Women's Business Enterprise Utilization Worksheet" attached. ' 2. Add to Bid Form: "Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)", "Standard Federal Equal Employement Opportunity Construction Contract Specifications(Executive Order 11246)" attached. ' 3. Add to Bid form: "Missouri State Revolving Fund and State Grant & Loan- Programs - Procedures for Implementation Minority Business Enterprise/Women's Business Enterprise" ' 4. Add to General Provisions: •' 40 (g) If the OWNER fails to make payment thirty Y (30) days after receipt of the CONTRACTORS application for payment, in addition to other remedies available to the CONTRACTOR, then shall be added to each such payment interest in accordance with section 34.056 RSMo. (Supp. 1991). This shall 1 apply only to agreed upon pay requests. Any pay request that is in dispute between the OWNER and CONTRACTOR with regard to quantity, completeness, form, or other factors is not subject to. late payment fees. 5. Add to General Provisions: ' GP-52 In the event that a protest, dispute or claim arises out of procurement as related to this Contract, unless OWNER decides to reject all bids, the ' following procedures shall be followed for filing, review and resolving said protest, dispute or claim: A. File written protest in triplicate with the City Purchasing Department within five working days of the occurrence, citing the basis of protest or claim, and the Contract provision relating to the protest or claim. B. Within 14 days of receipt of protest, OWNER will act on the claim and take • one of the following actions: ' 1. Deny the protest or claim 2. Agree to the protest or claim. C. All decisions of OWNER under this provision shall be final. 1 1 • GP-53 In accordance with Chapter 71.140, Missouri Revised Statutes 1986, preference shall be given to Missouri products. ' GP-54 Pursuant to Section 34.076 RSMo. 1986 Cumulative Supplements, a preference-shall be given to those persons doing business as Missouri firms, corporations, or individuals, or which maintain Missouri offices or places of ' business, when the quality of performance promised is equal or better and the price quoted is the same or less. In addition, in order for a nondomiciliary Missouri bidder to be successful, his bid must be that same percentage lower ' than a domiciliary Missouri bidder's bid, as would be required for a Missouri bidder to successfully bid in the nondomiciliary's state. ' GP-55 In accordance with Section 6002 of the Resource Conservation and Recovery Act (RCRA) (U.S.C. 6962), preference shall be given to the procurement of specific products containing recycled materials identified in ' guidelines developed by the Environmental Protection Agency. Current guidelines are contained in 40 CFR 247-254. ' 6. Special Provisions SP-17; Item No. 20, delete: "...cured-in-place". ' 7. Section 2752 3.8. B. & C. Clarification: Retesting occurs only on joints or cracks that were sealed. 8. Section 2754 1.6 B. 1. Clarification: 'Installer' is defined as supervisor or project ' manager directly responsible for installation. • ' 9. Section 2754 2.2 B. Remove the word "sewn". 10. Section 2754 3.4 B. Delete entire section. ' 11. Section 2754 3.4 C. Remove part 3. Replace with: 3. Any finished application that does not appear to cure will be tested. ' 12. Alternate A - Industrial Drive Stormwater Work Engineers Estimate Range $150,000.00 to $200,000.00. ' 13. Pages 44.01 and 44.02 of the City of Jefferson Standard Drawings entitled 9 tY Area Inlet/Junction Box, are added for reference. 1 Attachments: Pre-Bid notes u ' Plan holders list as of 23APR08 Revised Bid Packet Replacement page for Wage Rate ' City Standard Drawing for Junction Box .11 OF J Its John City of Jefferson g= 0. Landwehr - Mayor • Department of Community Development Patrick E.Sullivan, P.E.; Director ' 320 East McCarty Street Phone: (573)634-6410 Jefferson City, Missouri 65101 25 Fax: (573)634-6562 ' April 23, 2008 Subject: Basin 17 Rehabilitation ' Project No. 31085 Pre-bid Conference Notes A pre-bid conference was held in the class room of Collections System Maintenance, 2320 Hyde Park ' Road on Tuesday, April 22, 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 — Tuesday, May 6, 1:30pm TURN IN BIDS TO FINANCE ' DEPARTMENT ON THE TOP FLOOR OF CITY HALL • Questions Cut Off—Thursday May 1, 2008 12:00pm Anticipated Notice to Proceed —After June 2, 2008 ' CONTRACT TIME: 270 Calendar days LIQUIDATED DAMAGES: $500.00 per calendar day. WAGE ODER: 14. This is still in effect. Please find attachment pages for wage order. ' Storm Sewer Remediation Design by Stormwater Engineer, Don Fontana 573-634-6452 Daily Sewer inspection coordination by 1/1 Crew— Pete Koenigsfield 573-634-6462 Sewer System evaluation and recommendation by Jeff Wankum 573-634-6462 L ' 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 is in draft form and will be sent to all plan holders, Thursday April 24 including the pre-bid notes, current plan holders list and meeting minutes. ' The Missouri State Revolving Loan Fund is providing financing for the sanitary sewer remediation. There is front end documents to accommodate their requirements. MDNR will perform quarterly inspections. ' Clty.of ,,, list oil 116jgo ef erson ' COMMUNITY DEVELOPMENT "building a better community" Y FACITY-PROJECTS131085 2007 basin 17 rehab\CorrespondenceTre-bid Notes.doc 1 . PLAN & SPECIFICATION REVIEW: ' Attention was drawn to each area of the plans. ' • Normal and difficult access repairs are separated in the bid form to prevent skewing costs up or down. If sections are added or deleted by change order, City and Contractor will agree on what specific main is normal and difficult. • Work in the railway on the 36" pipe and cast iron pipe under the rails needs to be coordinated ' with Union Pacific. Local number is 573-681-6246. Access is separated on each side of Wears Creek. Must access west side of Wears Creek from Bolivar street in Millbottom and east side from Chesnut Street. The west access is a blind curve. The sewer main is on the River side of the railway. No permit is required from UP, but access has to be arranged and coordinated. It has been the City's experience recently that a flagman must be stationed at the Bolivar crossing at all times while work is proceeding north of the tracks. There are several cast iron sewers ' crossing under the tracks that are on the project as well. • The CCTV tapes of the mains to be rehabilitated can be reviewed at this location today until 4:30 pm. To review them after today, please make an appointment at 573-634-6462. Reviewing is restricted from 7:30 am to 4:00 pm Monday through Friday. • At least two sewer mains are located under buildings with the lateral connected under the building. ' • For the stormwater on Industrial, access on the railway spur must be coordinated with Union- Pacific. The cursory discussion with UP is that the railway may be occupied during the day, but all equipment and material must be removed at night. ' • In all matters with Union Pacific regarding access and flagmen, it shall be coordinated and paid by the Contractor. • The drawings show rights-of-way, not necessarily streets. The successful bidder will receive 5 ' 'D' size copies of the drawings on aerial print for clarity. • • The wage rate needs to be updated (replacement pages in addendum #1) • Provide flow information on the 36" pipe; (as follows); ' Flow without rain: 6 am to midnight 1100 gpm to 1350 gpm. midnight to 6 am 600 to 680 gpm Riverside Pump Station can be shut down for approximately 50 minutes to insert plug, etc. ' Flow with ''/z" rainfall in prior 24 hour period: midnight to 6 am 1300 gpm Riverside Pump Station . cannot be shut down. • Quantity for root control is estimated only for grouting work. For CIPP work, it was anticipated to saw out the roots prior to CIPP installation. Quantity will be increased to reflect actual grouting quantity. • Description for SP-17; Item No. 20 describes CIPP. Change by addendum. Should be grouted. ' • Section 2752 3.8 B. & C. asks for testing of grouting by warranty. Will be changed by addendum. • Joints that were tested do not need to be retested in the warranty period. ' • Can the drawings be sent electronically? They may be forwarded in a .tif file. Contact Pat Kliethermes for this. 'D' size drawings may be purchased from the City for $3/sheet. Please contact Pat Kliethermes. ' • The assumed joint spacing for VCP is 2 or 3 feet. The assumed joint spacing for truss pipe is 12 or 13 feet. ' Clty of „ goal list ago II I erson COMMUNITY DEVELOPMENT "buildin better communit " .. .__.. 9 a_.... _. ---y FACITY-PROJECTS\31085 2007 basin 17 rehab\CorrespondenceTre-bid Notes.doc • Void filling in the Stormwater structures is grout by the CY. Joint and pipe sealing for sanitary sewer is by grout in the gallon. Repair of manholes is in the specification, but not part of the work. • Engineers Estimate for the sanitary sewer is $1.6M..Stormsewer work will be in the addendum. ' • The City can award the contract to the best combination of base bid and alternate or base bid without the alternate. The alternate can not be awarded to a separate contractor (it would have to be rebid). 1 • Contractors to design the thickness of the stormwater CIPP based on the specification. • City will dig up and relocated a buried loop detector..... • There is a traffic control plan in the drawings if you need to restrict lanes on Industrial. All traffic ' materials, signage, etc. at the Contractor's expense. • The 30-inch stormsewer will require mechanical pipe cleaning. The 15-inch stormsewer is part ially clogged. Don Fontana can accompany Contractors on tours of the site. ' • Item 1.4 structure has both deep and shallow pipes. • Junction boxes will be Jefferson City standard and provided in Addendum#1. • For staging areas, there is space at 2320 Hyde Park Road and an empty office. There is a fire hydrant at this location. Sometime in May, 911 E. Miller Street will be available as well. There is a fire hydrant at that location. The water provider is Missouri American Water Company. There are hydrants on Jefferson Street by Lohmans Landing and at the Train_ Station on Water Street. ' UP allows hoses to be pushed under rails with permission. • Section 2754 3.4 B. & C. will be altered by addendum #1 • A bid item for CCTV and evaluation will be added to accommodate mains that are pre-inspected ' and determined not to be acceptable for CIPP. QUESTION/ANSWER :(Received at the prebid meeting and those received by telephone, etc. ' prior to 12:00 PM Thursday April 24, 2008) QUESTION: Where are the bone fide DBE contractors City is to provide? ANSWER: The Department of Transportation keeps a certified list of DBE's at this website: http://www.modot.mo.gov/business/contractor resources/External Civil_Rights/documents/4-22-08.pdf Respectfully, /z elm ric Seaman, P.E. ' Deputy Director of Wastewater Utility Services AH:es ' C: Plan Holders Meeting Attendees ' Project File Writer's File 1 ' City of „ un m r of ersor� i COMMUNITY DEVELOPMENT "buildin abetter community" " _...__..... . _ _..._...... _......_ ._ ..- FACITY-PROJECTS\31085 2007 basin 17 rehab\Correspondence\Pre-bid Notes.doc Page 1 of 2 CITY OF JEFFERSON PRE-BID SIGN-IN ' BASIN 17 REHABILITATION PROJECT NO.31085 9:30 AM,Tuesday March 22,2008,2320 Hyde Park Road,JCMO Name (please print) Company (please print) Address (please print) Phone FaX Gi�+'u7 L f d'f � n 3ZlJ F/rIG �G 6 5-11!5 11 6 3 - �e r5 l S k sn Li la-3 �pg' (o- �! Z3su n (o O 4'-,f Z21 10 �� r�S'�e7¢ �2 G9S-Z3 ya G2-G9t-,2�S9 A,jald AL&.-Z�,4,Ld4 9X ID A,ZA z ps�S- 0038-4z 4f. v7-S S2z-2015 GAGS -Co Al 3-T14 ez,, roil leS MID- r���e:c�/� 104, w. 3�,o s '� �' X343 S&a '366'-_302 2- M/D- mo �03Y 90C#-1 15-73 -636 311-, p S • Page 1 of 3 BASIN 17 REHABILITATION COPY PROJECT NO. 31085 Plan Holder Mailing Address Contact Info. Date ICOmpan : Reed Construction Data Document Processing Center 30 Technology,Pkwy.S.:Suite 500 , . :, Phone No. 800-794-9267 Contact: Joan Norcross GA 30092-2912 Fax No. 800-601-1909. ,Company: McGraw-Hill Construction Dodge/AGC 6330 Knox Industrial Drive Phone No. 314-781-2504 Contact: Cheryl Martin St: Louis ;:;;.;;MO 63139 F":No. 314-645-2643 :Company: Builders Association P.O. Box 6907 Phone No: 573-893-3307 Contact: Karla Jefferson.City " MO 65102 Faz No. 573-893-6176 Company: Builders Association 1907:0ennsVIvania Drive`': Phone•No. 573-214-2470 Contact: Teresa Columbia `MO' 65202. fax'.No. 573-214-2472 om an : Associated General 1221 Jefferson Street Phone No. 573-634-5574 4 , Contact: Gretchen Jefferson Gity MO 65109 Fax No 573-634-5875 Company- Dodge Reports'.. fax plan holder and addendums ' Phone No. 972.819-1323` Contact: :... Fax No. 972-819-1323.:.. Company.* Missouri`iS Ft Planroom . 10840W:86th Street . Phone No 800-364-2059 ext. 8071' Contact: Katie- 8cherff Lenexa KS 66214 :; FakNo. 866-570-8187.:. Company: Ace Pipe Cleaning 4000 E.Truman Road Phone No. 816-241-2891 04/07/08 Contact: Philip Birky Kansas City MO 64127 Fax No. Company: SAK Construction LLC 103 N. Cool Springs Road Phone No. 636-379-2350 04/08/08 Contact: Travis Hartman O'Fallon MO 63366 Fax No. 636-379-2461 Company: Spiniello Company 12 E. Daniel Road Phone No. 973-808-8383 04/09/08 Contact: Gerhardt Rodenberger Fairfield NJ 7003 Fax No. 973-808-9591 TV) • Page 2of 3 BASIN 17 REHABILITATION PROJECT NO. 31085 %J PY Plan Holder Mailing Address Contact Info. Date Company: J.C. Industries P.O. Box 104567 Phone No. 573-636-2711 04/10/08 Contact: Denise Caley Jefferson City MO 65110 Fax No. 573-636-6748 Company: Insituform Technologies 17988 Edison Avenue Phone No. 636-530-2838 04/11/08 Contact: Gary Penrod Chesterfield MO 63005 Fax No. 636-220-6247 Company: Reynolds Inliner 4143 Weaver Court Phone No. 614-529-6440 04/11/08 Contact: Melissa Patch Hilliard OH 43026 Fax No. 614-529-6441 Company: I-Con Underground LLC 3514 Clinton Parkway Phone No. 785-838-4266 04/14/08 Contact: David Doan Lawrence KS 66047 Fax No. 775-522-2019 Company: Michels Corporation 817 W. Main Street Phone No. 920-583-3132 04/14/08 Contact: Randy Wendling Brownsville WI 53006 Fax No. 920-583-3429 Company: Visu-Sewer Clean&Seal, Inc W230 N4855 Betker Road Phone No. 800-876-8478 04/14/08 Contact: Keith Alexander Pewaukee WI 53072-1430 Fax No. 262-695-2359 Company: Municipal Pipe Tool Co. 515 5th St., P.O. Box 398 Phone No. 319-988-4205 04/15/08 Contact: Hudson IA 50643-0398 Fax No. 319-988-3506 Company: Mid-America Pipe Services, LLC 106 W. 3rd Street Phone No. 636-366-3022 04/15/08 Contact: Steve Hirtz Moscow Mills MO 63362 Fax No. 636-366-3004 Company: Phone No. ;1 BID PACKET Project No, 31085 Basin' 17 Rehabilitation ' PRE-BID CONFERENCE: Tuesday, April 22, 2008 Hyde Park Conference Room 2320 Hyde Park Road BID DATE: 1 Tuesday, May 6, 2008 1 1 City of Jefferson, Missouri 1 1 { t ' BID FORM ' Name of Bidder ' Address of Bidder ' To: CITY OF JEFFERSON 320 East McCarty Street ' Jefferson City, Missouri 65101 THE UNDERSIGNED BIDDER, having examined the plans, specifications, regulations ' of the Contract, Special Conditions, other proposed contract documents and all addenda thereto; and being acquainted with and fully understanding (a)the extent and character of the work covered by this Bid; (b)the location, arrangement, and specified requirements for the proposed work; (c) the location, character, and condition of ' existing streets, roads, highways, railroads, pavements, surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other installations, both surface and underground which may affect or be affected by the proposed work; (d)the nature and extent of the excavations to be made and the type, character, and general condition of materials to be excavated; (e) the necessary ' handling and rehandling of excavated materials;(f)the location and extent of necessary • or probable dewatering requirements; (g)the difficulties and hazards to the work which might be caused by storm and flood water; (h) local conditions relative to labor, ' transportation, hauling, and rail delivery facilities; and (i)all other factors and conditions affecting or which may be affected by the work. ' HEREBY PROPOSED to furnish all required materials, supplies,equipment,tools,and plant; to perform all necessary labor and supervision; and to construct, install, erect, and complete all work stipulated, required by, and in accordance with the proposed contract documents and the drawings, specifications, and other documents referred to ' therein (as altered, amended, or modified by addenda) in the manner and time prescribed and that he will accept in full payment sums determined by 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 shown on the drawings and described in the specifications, and that increases or decreases may be 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: • 1 ' SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he 1 shall list them. 1 TIME OF COMPLETION - The undersigned hereby agrees to complete the project within 270 calendar days, subject to the stipulations of the regulations of the Contract and the Special Provisions. It is understood and a reed that if this bid is accepted,the prices quoted above include 9 p p q ' 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 interested ' in the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this bid or in the Contract to be entered into; and this bid is made without connection with any other person, company, or parties making a bid; and that it is in all respects fair and in good faith, without collusion or fraud. The following documents are attached to and made a condition of this Bid: _ ' A. Required Bid Security B. EPA Region VII Minority and Women's Business Enterprise Utilization ' Worksheet C. Certification Regarding Debarment,Suspension and Other Responsibility Matters The undersigned agrees that the accompanying bid deposit shall become the property of the Owner, should he fail or refuse to execute the Contract or furnish Bond as called for in the specifications within the time provided. ' If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within sixty (60) days after the date of opening of bids, or any time thereafter before this bid is withdrawn, the undersigned will, within ten (10) days after the date of such mailing,telegraphing, or delivering of such notice, execute and deliver 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: ' 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 ' Dollars (cashier's check), make payable to the City of Jefferson. 1 ' Signature of Bidder: If an individual, , doing business 1 as If a partnership, , member of firm. by If corporation, by Title ' SEAL Business Address of Bidder • ' If Bidder is a corporation, supply the following information: ' State in which incorporated Name and Address of its: ' President Secretary Date 1 ' 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, AND WOMEN'S BUSINESS UTILIZATION AGREEMENT 6) CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS 1 B - 28 ( See Attached) 1 • • Page 1 of 2 ' CITY OF JEFFERSON • ITEMIZED BID FORMA (REVISED APRIL 24,2008) BASIN 17 REHABILITATION ' PROJECT NO. 31085 ITEM APPROX. UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 6-inch full length cured-in-place lining LF 1,045 6-inch full length cured-in-place lining with 2 difficult access LF 334 ' 3 8-inch full length cured-in-place lining LF 17,281 8-inch full length cured-in-place lining with 4 difficult access LF 3,862 5 10-inch full length cured-in-place lining LF 792 6 12-inch full length cured-in-place lining LF 132 7. 15-inch full length cured-in-place lining. LF 944 ' 15-inch full length cured-in-place lining with 8 difficult access LF 200 9 24-inch full length cured-in-place lining LF 85 • 10 36-inch full length cured-in-place lining LF 4,715 r11 12-inch cured-in-place shortliner LS 1 12 Root Control LF 4843 13 8-inch Joint testing LF 4,225 14 10-inch Joint testing LF 389 .xf1 15 12-inch Joint testing LF 229 16 15-inch Joint testing LF 0 ' 17 Joint and Pipe Sealing Material GAL 600 18 Joint and Pipe Sealing and Testing-All sizes JOINT 250 19 Pipe Defect Sealing and Testing EA 10 - 20 Lateral testing and grouting EA 27 21 Lateral Grinding EA 15 ' 21A Clean, Televise and Evaluate-All sizes of pipe LF 1200 TOTAL BASE BID • 1 1 i Page 2 of 2 . • ITEM APPROX. UNIT iNO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT ALTERNATE A-INDUSTRIAL DRIVE STORMWATER PIPE LINING 30 Mechanical Pipe Cleaning LF 250 31 Void Grouting CY 100 32 4'x 4'Junction Box EA 3 33 4'x 5'Junction Box EA 1 i34 Additional Junction Box Depth VF 20 Remove-and Replace Top of Existing Junction 35 Box/ Inlet EA 3 1 36 15-inch Dia. CIP Stormwater Pipe Lining LF 300 37 24-inch Dia. CIP Stormwater Pipe Lining LF 665 38 30-inch Dia. CIP Stormwater Pipe Lining LF 225 1 39 36-inch Dia..CIP Stormwater Pipe Lining LF 445 40 42-inch Dia. CIP Stormwater Pipe Lining LF 140 1 41 Construction SignageTraffic Control LS 1 • 42 Seeding and Mulching AC 0.2 TOTAL ALTERNATE A 1 Signature of Bidder Date 1 1 . 1 i 1 • 1 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,______________________________________a as Principal, and as Surety, are hereby held and firmly ibound unto -the CITY OF -JEFFERSON, MISSOURI , as owner, in the penal sum of for the payment of which, well and ' truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns,this day of , 200 - ' The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF JEFFERSON, MISSOURI a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the project entitled: ' "Project No. 31085, Basin 17 Rehabilitation" NOW, THEREFORE, ' (a) If said Bid shall be rejected, or in the alternate, ' (b) If said Bid shall be accepted and the Principal shall execute and deliver.a contract in the. Form of Contract attached hereto (properly completed in accordance with said Bid)and shall furnish a bond for his faithful performance ' of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, shall in all-other respects perform the agreement created by the acceptance of said Bid, ' then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of theSurety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety,for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by 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. Principal 1 SEAL BY: Surety • By. ANTI-COLLUSION STATEMENT ' STATE OF ) ' COUNTY OF ) ' being first duly sworn, deposes and says that he is of ' TITLE OF PERSON SIGNING ' NAME OF BIDDER that all statements made and facts set out in the bid for the above project are true and ' correct; and that the bidder(the person, firm, association, or corporation making said bid)has not,either directly or indirectly,entered into any agreement,participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid of any contract which result from its acceptance. Affiant further certifies that bidder is not financially interested in, or financially affiliated ' with, any other bidder for the above project. • ' (BY) ' (BY) ' Sworn to before me this day of , 200 NOTARY PUBLIC My commission expires: 1 1 1 ' CONTRACTOR'S AFFIDAVIT This affidavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted. STATE OF ) ' ) ss COUNTY OF ) The undersigned, , ' of.lawful age, being first duly sworn states upon oath that he is ' of the contractor submitting the attached bid, that he knows of his own knowledge and states it to be a fact that neither said bid nor the computation upon which it is based ' include any,amount of monies, estimate or allowance representing wages, moneys or • expenses, however designated, proposed to be paid to persons who are not required to furnish material or actually perform services upon or as a part of the proposed project. AFFIANT Subscribed and sworn to before me, a Notary Public, in and for the County and State aforesaid, this day of , 20 ' NOTARY PUBLIC My Commission Expires: ' MINORITY BUSINESS ENTERPRISE STATEMENT Contractors bidding on City contracts shall take the following affirmative steps to assure that small,women owned, and minority business are utilized when possible as sources ' of suppliers, services, and construction items. i ' 1. Contractor's will submit the names and other information if any,about their MBE 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 construction. ' 4. Qualified small, women owned, and minority business will be solicited 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 A. The bidder agrees to attempt to expend at least three and two-tenths(3.2)-% of the contract, if awarded,for Minority Business Enterprise(MBE). For purposes of this goal, the term "Minority Business Enterprise" shall mean a business: 1. Which is at least 51 percent owned by one or more minorities or women, 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 Africa); 2. Hispanic (a person of Spanish or Portuguese culture with origins in ' Mexico, South or Central America,or the Caribbean Island, regardless of race); Ile 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 Pacific Islands); ' 4. American Indians and Alaskan Native a person having origins in an of ( P 9 Y ' the original peoples of North America); 5. Member of other groups, or other individuals, found to be economically 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. B. The bidder must indicate the Minority Business Enterprise(s) proposed for _ utilization as part of this contract as follows: ' Name and Addresses Nature of Dollar Value of of Minority Firms Participation Participation Total Bid Amount: Total: ' Percentage of Minority Enterprise Participation: % ' C. The bidder agrees to certify that the .minority firm(s) engaged to provide materials or services in the completion of this project: (a)is a bona fide Minority Business Enterprise;and(b)has executed a binding contract to provide specific ' materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished by the City of Jefferson. The bidder will provide written notice to the Liaison Officer of • the City of Jefferson indicating the Minority Business Enterprise(s) it intends to use in conjunction with this contract. This written notice is due five days after rnotification to the lowest bidder. ' Certification that the Minority Business Enterprise(s) has executed a binding contract with the bidder for materials or services should be provided to the MBE Coordinator at the time the bidder's contract is submitted to the MBE Coordinator. D. The undersigned hereby certified that he or she has read the terms of this agreement and is authorized to bind the bidder to the agreement herein set forth. ' NAME OF AUTHORIZED OFFICER DATE SIGNATURE OF AUTHORIZED OFFICER • • MISSOURI STATE REVOLVING FUND and STATE GRANT & LOAN PROGRAMS ' MINORITY AND WOMEN'S BUSINESS ENTERPRISE UTILIZATION WORKSHEET Funding Recipient -Project No.: Contractor/Engineer: Address: Contact Person: Telephone No. Amount of Contract MBE Percentage WBE Percentage 1. MBE Subcontractor ' WBE Address _ Contact Person Telephone No. OA MBE/WBE Certification Number MODOT MBE/WBE Certification(Yes) (No) Amount of Subcontract ' Scope of Work ' 2. MBE Subcontractor • WBE Address Contact Person Telephone No. OA MBE/WBE Certification Number MODOT MBE/WBE Certification(Yes) (No) Amount of Subcontract Scope of Work ' 3. MBE Subcontractor WBE Address Contact Person Telephone No. OA MBE/WBE Certification Number MODOT MBE/WBE.Certification(Yes) (No) Amount of Subcontract ' Scope of Work • Rev. 04/09/08 4. MBE Subcontractor WBE Address ' Contact Person Telephone No OA MBE/WBE Certification Number MODOT MBE/WBE Certification(Yes) (No) iAmount of Subcontract Scope of Work 5. MBE Subcontractor iWBE Address Contact Person Telephone No. OA MBE/WBE Certification Number MODOT MBE/WBE Certification(Yes) (No) Amount of Subcontract Scope of Work 6. MBE Subcontractor WBE Address ' Contact Person Telephone No. OA MBE/WBE Certification Number MODOT MBE/WBE Certification (Yes) (No) Amount of Subcontract Scope of Work Comments i f IPrepared By: • Telephone Number: Date: ' Rev. 04/09/08 • Notice of Requirement for Affirmative Action To Ensure Equal Employment Opportunity (Executive Order 11246) ' 1. The Offeror's or Bidder's attention is called to the"Equal Opportunity Clause"and the "Standard Federal Equal Employment Specifications"set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: ' Time- Goals for minority participation for Goals for female participation in each Tables each trade trade ' 3.2% 6.9% ' These goals are applicable to all the Contractor's construction work(whether or not it is Federal or federally assisted)performed in the covered area. If the contractor performs construction work in a ' geographical area located outside of the covered area,it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area,the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. ' The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be • based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a),and its efforts to meet the goals. The hours of ' minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade,and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from ' Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract,the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. ' 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of ' $10,000 at any tier for construction work under the contract resulting from this solicitation.The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be ' performed. 4. As used in this Notice,and in the contract resulting from this solicitation,the "covered area"is Cole ' County including the City of Jefferson. [43 FR 49254,Oct. 20, 1978; 43 FR 51401,Nov. 3, 1978, as amended at 45 FR 65977,Oct. 3, 1980) 1 Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. "Covered area"means the geographical area described in the solicitation from which this contract resulted; ' b. "Director"means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; ' c. "Employer identification number"means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. ' d. "Minority" includes: (i) Black(all persons having origins in any of the Black African racial groups not of Hispanic origin); ' (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); ' (iii)Asian and Pacific Islander(all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (iv)American Indian or Alaskan Native(all persons having origins in any of the original ' peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). ' 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals ' for minority and female participation and which is set forth in the solicitations from which this contract resulted. ' 3. If the Contractor is participating(pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area(including goals and ' timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an ' approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a ' goal in an approved Plan does not excuse any covered Contractor's'or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. ' 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7 a through p of these specifications. The goals set forth in the solicitation from • which this contract resulted are expressed as percentages of the total hours of employment and 1 - training of minority and [[Page 147]] female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered ' Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted constuction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices maybe obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in ' meeting its goals in each craft during the period specified. 5.Neither the provisions of any collective bargaining agreement, nor the failure by a union with ' whom the Contractor has a collective bargaining agreement, to refer-either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or ' the regulations.promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in ' meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment ' opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. ' 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts ' fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at ' all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. ' b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations ' when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations'responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If ' such individual was sent to the union hiring hall for referral and was not referred back to the • Contractor by the union or, if referred, not employed by the Contractor, this shall be documented 1 • in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which ' the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and ' apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor.The Contractor shall provide notice of these programs to the'sources compiled under 7b above. ' f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO ' obligations;by including it in any policy-manual and collective bargaining agreement; by publicizing it in the company newpaper, annual report, etc.;by specific review of the policy with all management personnel and with.all minority and female employees at least once a year; and ' by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. ' g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, • termination or other employment decisions including specific review of these items with onsite ' supervisory personnel such as Superintendents, General Foremen, etc.,prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of ' the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. ' i. Direct its recruitment efforts,both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female ' recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source,the Contractor shall send written ' notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. ' j. Encourage present minority and female employees to recruit other minority persons and • women and, where reasonable,provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under ' 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices,job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to.ensure that the EEO policy and the Contractor's obligations ' under these specifications are being carried out. ' n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. ' o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to ' minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under ' the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling ' one or more of their affirmative action obligations (7a through p). The efforts of a contractor association,joint contractor-union, contractor-community,or other similar group of which the contractor is'a member and participant,may be asserted as fulfilling any one or more of its ' obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the ' program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the ' Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. ' 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups,both male and female, and all women, both minority ' and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner(for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). • 1 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations,by the Office of Federal Contract i Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. ' 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal ' employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. ' 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being-carried out, to submit reports relating to ' the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g.,mechanic, apprentice trainee,helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which-the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be i required to maintain separate records. i 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of i1977 and the Community Development Block Grant Program). 1 i 1 r • 1 i i • MISSOURI STATE REVOLVING FUND and STATE GRANT & LOAN PROGRAMS 1 Procedures for Implementation Minority Business Enterprise/Women's Business Enterprise Each bidder/offeror must fully comply with the requirements, terms, conditions of DNR's iregulations to award a fair share of subagreements to minority and women's businesses. The bidder/offeror commits itself to taking affirmative steps contained herein. Bidders/offerors will take affirmative steps prior to submission of bids/proposals. Affirmative Steps 1 1. When feasible, segmenting total work requirements to permit maximum MBE/WBE participation. 2. Assuring that MBEs and WBEs are solicited whenever they are potential sources of goods or services. This step may include: a. Sending letters or making other personal contacts with MBEs and WBEs, (e.g. those whose names appear on lists prepared by the Missouri Office of ' Administration, the Missouri Department of Transportation, or the funding • recipients and other MBE/WBEs known to the bidder/offeror.) MBEs and WBEs should be contacted when other potential subcontractors are contacted, within reasonable time(fifteen days) prior to bid submission or closing date for receipt of initial offers. Those letters or other contacts should communicate the following: i. Specific description of the work to be subcontracted; ii. How and where to obtain a copy of plans and specifications or other detailed information needed to prepare a detailed price quotation; ' iii. Date the quotation is due to the bidder/offeror; IV. Name, address, and phone number of the person in the bidder/offeror's firm whom,the prospective MBE/WBE subcontractor should contact for additional information. 1 b. Sending letters or making other personal contacts with local, state, federal and private agencies and MBE/WBE associations relevant to the project. Such contacts should provide the same information provided in the direct contacts to MBE and WBE firms. • 3. Where feasible, establishing delivery schedules which will encourage participation by MBEs and WBEs. Rev. 04/09/08 1 • Determination of Compliance ' It is to be noted that bidders/offerors must demonstrate compliance with MBE/WBE requirements in order to be deemed responsible. Demonstration of compliance shall include,but is not limited to, the following information: 1. Names, addresses and phone numbers of MBE/WBEs expected to perform work; 1 2. Work to be performed by the MBEs and WBEs; ' 3. Aggregate dollar amount of work to be performed by MBEs and WBEs, showing aggregate to MBEs and aggregate to WBEs separately; ' 4. Description of contacts to MBE and WBE organizations,agencies and associations which serve MBE/WBEs, including names of organizations, agencies and associations and dates ' of contacts; 5. Description of contacts to MBEs and WBEs, including number of contacts, fields, (i.e. ' equipment or material supplier, excavators, transport services, electrical subcontractors, plumbers, etc.) and dates of contacts. ' All bidders/offerors should complete the Minority and Women's Business Enterprise Utilization • Worksheet and submit to the funding recipient prior to contract award. (Funding recipients may establish alternative methods of compliance equivalent to or more stringent than the above.) 1 ' Rev. 04/09/08 A EPA Project Control Number • UNITED STATES ENVIRONMENTAL PROTECTION AGENCY Washington,DC 20460 Certification Regarding Debarment, Suspension, and Other Responsibility Matters The prospective participant certifies to the best of is knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, ..declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud. or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of federal or State antitrust statutes or commission of embezzlement, theft, bribery, falsification or destruction ' of records, making. false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and ✓ d) Have not within a three year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to$10,000 or imprisonment for up to 5 years, or both. Typed Name&Tide of Authorized Representative Signature of Authorized Representative Date I am unable to certify to the above statements.My explanation is attached. EPA Form 5700-49 (11-88) • 5 Building Construction Rates for REPLACEMENT PAGE Section 026 • COLE County ' "Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase ' Rates- Schedule Schedule ' Asbestos Worker 10/07 $27.74 55 60 $14.61 Boilermaker 9/07 $28.90 57 7 $18.75 Bricklayers-Stone Mason $26.06 59 7 $10.71 Carpenter $22.18 60 15 $9.77 ' Cement Mason $21.59 9 3 $9.70 Electrician Inside Wireman $27.21 28 7 $10.69+ 13% Communication Technician USE ELECTRICIAN INSIDE WIREMAN RATE Elevator Constructor 1/08 a $38.715 26 54 $17.675 ' Operating Engineer Group 1 5/07 $25.02 86 66 $16.42 -Group II 5/07 $25.02 86 66 $16.42 ' Group III 5/07 $23.77 86 66 $16.42 Group III-A 5/07 $25.02 86 66 $16.42 Group IV 5/07 $22.79 86 66 $16.42 Group V 5/07 $25.72 86 66 $16.42 ' 'Pipe Fitter 7/07 b 1 $32.00 91 69 $18.68 Glazier $15.00 FED $1.42 Laborer(Building): General $18.37 110 7 $8.99 ' First Semi-Skilled $20.37 110 7 $8.99 Second Semi-Skilled $19.37 110 7 $8.99 Lather USE CARPENTER RATE ' Linoleum Layer&Cutter USE CARPENTER RATE Marble Mason $26.06 59 7 $10.71 • Millwright $23.18 60 15 $9.77 Iron Worker 8/07 $24.65 11 8 $15.87 ' Painter 2/08 $20.40 18 7 $8.77 Plasterer 1 $20.61 94 5 $9.49 Plumber $22.00 FED $3.31 Pile Driver $23.18 60 15 $9.77 Roofer 9/07 $25.75 12 4 $10.69 Sheet Metal Worker 7107 $26.12 40 23 $11.93 Sprinkler Fitter $16.00 FED $2.55 ' Terrazzo Worker $26.06 1 59 7 $10.71 Tile Setter $26.06 59 7 $10.71 Truck Driver-Teamster ' Group 1 $21.15 101 5 $8.00 Group II $21.85 101 5 $8.00 Group III $21.55 101 5 $8.00 Group IV $21.85 101 5 $8.00 Traffic Control Service Driver lWelders-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.14 1/08 1 4d MANHOLE FRAME & COVER PRECAST CONCRETE SLAB. GROUT ON WALLS Z NEENAH O2-5900-F AND OVER 3/4"0 BARS 2 // > ' (OR EQUIV.) a 3' l/2- ALL U AROUND ro Ln A 3/4" DIA. SMOOTH GALVANIZED TRASH BAR LU W 2" CENTERED IN OPENINGS GREATER THAN 6" (TYP.) 0 ' I 6" Z Q o 2 F/7 1'-0' X Z 1' CLEAR, USE 4. OPENING O BAR CHAIRS ' 3/4" CHAMFER N ALL AROUND I I 7" W v BOTTOM OF SLAB I 2E CHAMFER EA. VARIES a Q & TOP OF WALL r ; ' I 3/4'0 X 3'-6"MIN. 8' BAR ( EA. CORNER NOTE: "' Lo 0 I Q N I I JUNCTION BOX TO HAVE NO B SIDE OPENINGS. z AREA INLET MAY HAVE UP TO 4 #4 AT 12" 1 1/2' CL SIDE OPENINGS; AS DIRECTED EA. WAY A BY ENGINEER OR AS SHOWN ON x Q 1/2* . . AREA INLET 6' PLANS. W m o +s ?QQ O 3' - WU D I Qz a ' tSl��} 6' LA 3 1 1/:r CL I � a m ' • • + 1 I I% 1I I.i�I 1 I �LI IIl-�1 I I l 4- #4X3'- 5'12" L + 12' o #4 AS SHOWN . I I °u_ O 12" 0.0 3/4' AT t #HORIZ. ja 12' MAX SPA. 6. Z� a o I 6• 6" ' 1 3/4" 12' MAX. SPA 1 3/4" GIVEN 2nd ON PLANS 6" MAX. 6' MAX. SPA. SPA. 'W+ 12" + 12" SECTION B-B PRECAST TOP SLAB ROADWAY STANDARD MANHOLE FRAME/LID s. MATERIAL F 1.0"— LI 12 12' l =m ' z Ln L L J ' �Fo TOP s" i• SLAB I __ E OI�M/� �G� WV4 ' SECTION OF JUNCTION BOX IN ROADWAY LAYOUT SHEET NUMBER * NOTE: DO NOT USE 1:2 SLOPE ON 1 OF 2 4'-0" INLET, USE STRAIGHT SIDES. SECTION SECTION A-A 44.01 ' F:\STANDARD\STANDARDS ON &Sx11\44.01.DWG 1/2/2007 4:27:21 PM CST VARIES VIAYTYP• AT ALL 3" X 3" X 1/4" 6" X 1/2" ANCHOR Z OUTSIDE CORNERS ANGLE TYP. BOLTS MID.) O 6 VARIES 6 3" a 3" (3'-0" MIN.) U 3" e'? NERS AT ALL(COR W Sh VARIES d 1 DRILL efts•HOLM FOR 11Y 3" Z r ANCHOR BOUTS(TW.) Q 2' MIN. z 1 1 " L 3� t/4p p) (T43/41 > VARIES I VARIES Wa' BEARING-PLATE DETAIL Q p #4 BARS ® 12" O.C. 6" EACH WAY ' GRATE INLET 3/8" X 2 1/2" 3/8" BARS (TYP.) J Ln p Q CC ' VARIES L _J LLl Lu w Q � W � p p Z < Z N w a TYP. 3/8" ' 1 1/2" (TYP)IL #4 AT #6 AT 6"� GRATE m i � a V � O 1 1/2- CL. 2 1/2- ' 8" VARIES 8� #4 AT 6" PERT. VARIES I ,�i—���M�N l #4 AT 12" HORIZ. VARIES I 1/2 OD�� 1 1/2" (TYP) 1 ,1 OF PIPE�� 3/8" X 2 1/2- %� ( BARS (TYP.) #4 AT 12" EX SECTION C-C CONC. INVERT .r ' GRATE INLET WITH RECTANGULAR RISER i d as GRATE INLET GENERAL NOTES: Ogd Loi ' BEND RE1NF. AROUND PIPE OPENINGS WHEREVER CL)i FEASIBLE. PROVIDE 4—#5 DIAGONALS AROUND PIPE - 2m OPENINGS. ply o �93 ' tPIPE AT INSIDE FACE OF WALL TO BE AT t_OF WALL u1 "=== •UNLESS OTHERWISE SPECIFIED TRIM PIPE FLUSH WITH SHEET NUMBER IINSIDE FACE OF WALLS. 2 OF 2 PRECAST CONCRETE INLET MAY BE USED AT SECTION CONTRACTOR'S OPTION. (SEE SPECS). 44.02 F,.\STANDARD\STANDARDS ON&8x11\44.02,DWG 1/3/2007 &18:31 AM..CST .. 1 . MISSOURI DEPARTMENT OF LABOR AND'INDUSTRIAL RELATIONS DIVISION OF LABOR STANDARDS 3315 WEST TRUMAN BOULEVARD,Room 205 • P.O.BOX 449 TODD SMrrN JEFFERSON CITY,MO 655102-0449 "DEPARTMENT DIRECTOR ' MATT BLuw PHONE:-573-751-3403 FAX:573-751-3721 PAUL BUCKLEY GOVERNOR www.dolinmo.govAs E-mail:laborstandards4@dolir.mo.gov. DIvisIoN DIRECTOR ' January 31, 2008 1 BEFORE THE ' DEPARTMENT OF LABOR AND INDUSTRIAL RELATIONS DIVISION OF LABOR STANDARDS Jefferson City, Missouri ' Re: Annual Wage Order No. 14 Annual Incremental Wage Increase to Annual Wage Order No. 14 ' Missouri's Prevailing Wage Law [Section 290.262.9 RSMo (2000)], provides for Annual Incremental Wage increases in Adair, Andrew, Atchison, Audrain, Barry, Barton, Bates, Benton, Bollinger, Boone, ' Buchanan, Butler, Caldwell, Callaway, Camden, Cape Girardeau, Carroll, Carter, Cass, Cedar, Chariton, Christian, Clark, Clay, Clinton, Cole, Cooper, Crawford, Dade, Dallas, Daviess, DeKalb, Dent, Douglas, Dunklin, Franklin, Gasconade, Gentry, Greene, Grundy, Harrison, Henry, Hickory, Holt, Howard, Howell, Iron, Jackson, Jasper, Jefferson, Johnson, Knox, Laclede, Lafayette, •Lawrence, Lewis, Lincoln, Linn, Livingston, McDonald, Macon, Madison, Maries, Marion, Mercer, Miller, Mississippi, Moniteau, Monroe, Montgomery, Morgan, New Madrid, Newton, Nodaway, ' Oregon, Osage, Ozark, Pemiscot, Perry, Pettis, Phelps, Pike, Platte, Polk, Pulaski, Putnam, Rails, Randolph, Ray, Reynolds, Ripley, St. Charles, St. Clair, Ste. Genevieve, St. Francois, the City of St. Louis City, St. Louis County, Saline, Schuyler, Scotland, Scott, Shannon, Shelby, Stoddard, Stone, ' Sullivan, Taney, Texas, Vernon, Warren, Washington, Wayne, Webster, Worth and Wright Counties. The effective date of change is shown in the column labeled "Effective Date of Increase" by the craft (Occupational Title). These updated files have been posted to the Division's web site referenced by the ' effective date of AW014— 1/31/08. The new rates should be included in the contract specifications for all future public works projects. ' The rest of Annual Wage Order No. 14 remains in full force and effect. Given at Jefferson City, Miss q lf+ l Missouri. &J,(„ ction of the Division of Labor Standards of tt�[CC 11 VV CC JAN 8 12008 Pau{ uCB "kf A ****.�NOTICE'`*, " 81 +I�I ' Director EXCESSIVE UNEMPLOYMENT IS IN EFFECT • SEE www.dolir.mo.govAs/faqtfaQ publicworksemplovment.asp ' (SEAL) Relay Missouri: 1-800-735 2966(TDD) t 800.735-2466(Voice) ..:�.+....r....n-c..i.:�`'•:owi::.i4_;.fRi+f3Fi'ri.2:�'�4:iiC�"t.�u?_c',•_?._,-i..-..:-�..+,.o.�:..,.no-"ww...w..........-+.�.a...,.e..•...,w..•..,.....6-..y..,�.,«,..-.w.,..rz...,m.•.�r...•r,.n,�...,.�..•,o,.e.�.«.,. ,r..__-rte k:'......_,t".,-:.. .:.k.;t:�r: ADDENDUM NO.2 _a PROJECT NO.31085 COMMUNITY DEVELOPMENT Basin 17 Rehab May 1, 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. ' BIDDER: ' BY: TITLE: ADENDUM ' 1. Alternate A — Industrial Drive Stormwater Pipe Lining had one cross road pipe label inadvertently left off the plan sheet adjacent to the pipe labeled Item #16. Add Item #17, which is a 60 Linear Foot by 15-inch Diameter Corrugated Metal Pipe. 2. The Bid Sheet Entitled "Itemized Bid Form (Revised April 30, 2008)" included herein shall be used for submission of bids. Item Number 36 has been revised from 300 Linear Feet to 360 Linear Feet of 15-inch Dia. CIP Stormwater Pipe Lining. 3. Drawings: Sheet 3 —Item 22. Clarification—Manhole 328 to be installed by Owner prior to liner installation. Sheet 7 — Clarification — Liners for pipelines under-the railway should be normal fully deteriorated design without external railway loading. ' 4. Ariel views of the stormwater and sanitary sewer system can be viewed from the website at www.midmogis•org/ Interactive Maps —Planning and Infrastructure— Select layers for sewer and stormwater. ' CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN,P.E. DIRECTOR OF COMMUNITY DEVELOPMENT ' CitY of ... r of erson " COMMUNfTY DEVELOPMENT "building a better community" _ _ FACITY-PROJECTS\31085 2007 basin 17 rehab\Contract Docunients\Addendem 2-Draft-Don.doc City of ,Jefferson $ ' 0. ,John Landwehr • � � Mayor Department of Community Development Patrick E.Sullivan, P.E.; Director 320 East McCarty Street Phone: (573)634-6410 Jefferson City, Missouri 65101 S Fax: (573)634-6562 a May 1, 2008 Subject: Basin 17 Rehab ' .Project No. 31085 Addendum 2 OUESTION/ANSWER: (Received by telephone,etc. prior to 12:00 PM Thursday May 1,2008) QUESTION: What is the depth of cover for all of the cross road stormwater pipes in Alternate A? If the ' Contractor is to provide a liner thickness design,we need to know the depth of cover. ANSWER: The following depths of cover are approximate depths to the tops of the cross road pipes: Item#1 — 1.72' of Cover; Item #2— 9.03' of Cover; Item#3—8.28' of Cover; Item #4 -1.89' of Cover; ' Item#5— 15.54' of Cover; Item#6— 1.24' of Cover; Item#7—2.98' of Cover; Item#8—2.68' of Cover; Item#9--3.07' of Cover; Item#10—2.47' of Cover; Item#11 - 1.51' of Cover; Item #12—3.19' of Cover; Item#13—22.18' of Cover;Item#14— 17.97' of Cover; Item#15— 1.93' of Cover;Item#16—5.05' of Cover; Item#17—4.51' of Cover. - • QUESTION:. Do you want the liner designed for E80 railroad loading instead of the standard H2O loading used under roads? ANSWER: All liner thickness design should be based-on H2O loading. Alternate A is only concerned with lining the cross road pipes under Industrial Drive, and not under the railroad spur track, although some of the pipes can only be accessed from the railroad spur side. Sincerely, David Bange,P.E. Engineering Division Director DB:df fC: Plan Holders Meeting Attendees Project File Writer's File Citywof ... 10 RI of erson COMMUN1rY DEVELOPMENT "buildin g a better community" F:\CITY-PROJECTS\31085 2007 basin 17 rehab\Contract Documents'kAddendem_2-Draft-Don.doc Page 1-of 2 y.' CITY OF JEFFERSON ITEMIZED BID FORM (REVISED APRIL 30,2008) • BASIN 17 REHABILITATION PROJECT NO. 31085 ' ITEM APPROX. UNIT t NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 6-inch full length cured-in-place lining LF 1,045 6-inch full length cured-in-place lining with 2' difficult access LF 334 3 . 8-inch full length cured-in-place,lining LF 17,281 8-inch full length cured-in-place lining with ' 4 difficult access LF 3,862 5 10-inch full length cured-in-place lining LF 792 6 12-inch full length cured-in-place lining LF 132 7 15-inch full length cured-in-place lining LF 944 15-inch full length cured-in-place lining with 8 difficult access LF 200 ' 9 24-inch full length cured-in-place lining LF 85 • 10 36-inch full length cured-in-place lining LF 4,715 11 12-inch cured-in-place shortliner LS 1 12 Root Control LF 4843 ' 13 8-inch Joint testing LF 4,225 14 10-inch Joint testing LF 389 15 12-inch Joint testing LF 229 16 15-inch Joint testing LF 0 17 Joint and Pipe Sealing Material GAL 600 18 Joint and Pipe Sealing and Testing-All sizes JOINT 250 19 Pipe Defect Sealing and Testing EA 10 20 Lateral testing and grouting EA 27 21 Lateral Grinding EA 15 ' 21A Clean, Televise and Evaluate-All sizes of pipe. LF 1200 • TOTAL BASE BID y ) 4 w:: �{ f 7 yewp amt :4 svix ns r *}t r 7i "6.• ' Page 2 of.2 �f �. • ITEM APPROX. UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT ' ALTERNATE A-INDUSTRIAL DRIVE STORMWATER PIPE LINING ; s ' 30 Mechanical Pipe Cleaning LF 250 31 Void Grouting CY 100 ' 32 4'x 4'Junction Box EA 3 33 4' x 5'.Junction Box EA 1 ,'- 34 Additional Junction Box Depth VF 20 Remove and Replace Top of Existing Junction ' 35 Box/Inlet EA 3 36 15-inch Dia. CIP Stormwater Pipe Lining LF 360 ' 37 .24-inch Dia. CIP Stormwater Pipe Lining LF 665. 38 30-inch Dia.CIP Stormwater Pipe Lining LF 225 39 36-inch Dia. CIP Stormwater Pipe Lining LF 445 40 42-inch Dia. CIP Stormwater Pipe Lining LF 140 41 Construction SignageTraffic Control LS 1 42 Seeding and Mulching AC 0.2 ' TOTAL ALTERNATE A ' Signature of Bidder Date 1 Page 1 of 2 . ADDENDUM NO.1 PROJECT NO. 31085 BASIN 17 REHABILITATION IAPRIL 24,2008 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. ' BIDDER: Ya \. TITLE: �l fie. 1 re-�!:*ae-S 1 CITY OF JEFFERSON, MISSOURI . ' PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT 1 1 1 ADDENDUM NO.2 • PROJECT NO.31085 COMMUNITY DEVELOPMENT. Basin 17'Rehab May 1,2008 1. The bidder will aclmowledge receipt of this Addendum and his acceptance of its conditions by.signing-this Addendum and including it with his bid: BIDDER: IBY: TITLE: ' ADENDUM 1. Alternate A — Industrial Drive Stormwater Pipe Lining had one cross road pipe label ' inadvertently left off the plan sheet adjacent to the pipe labeled Item#16._ Add Item#17, • which is a 60 Linear Foot by 15-inch Diameter Corrugated Metal Pipe. 2. The Bid Sheet Entitled "Itemized Bid Form (Revised April 30, 2008)" included herein shall be used for submission of bids. Item Number 36 has been revised from 300 Linear Feet to 360 Linear Feet of 15-inch Dia. CIP Stormwater Pipe Lining. 3. Drawings: Sheet 3—Item 22. Clarification—Manhole 328 to be installed by Owner prior to liner installation. Sheet 7 — Clarification — Liners for pipelines under the railway should be normal fully deteriorated design without external railway loading. 4. Ariel views of the stormwater and sanitary sewer system can be viewed from the website- 1 at www.midmogis.org(Interactive Maps—Planning and Infrastructure—Select layers for sewer and stormwater. CITY OF JEFFERSON,MISSOURI PATRICK E.SULLIVAN,P.E. DIRECTOR OF COMMUNITY DEVELOPMENT City�of, as f,t of erson COMMUNITY DEVELOPMENT ji� "building a better community" FACITY-PROJECTS\31085 2007 basin 17 rehab\Contract DocumentMAddendem_2-Draft-Don.doc • AW" Page 1 CITY OF JEFFERSON Dale:May 6,200L' BID TABULATION Bid No.2389 BASIN 17 REHABILITATION PROJECT NO.31085 ENGINEER'S ESTIMATE SAK Construction LLC Insitufonn Technologies Municipal Pipe Tool Co. Visu-Sewer Clean&Seal,Inc APPROX. UNIT UNIT UNIT UNIT ITEM NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT UNIT PRICE AMOUNT 1 64nch full length cured-in-ptace lining LF 1045 $28.00 $29,260.00 $24.00 $25,080.00 $26.00 $27,170.00 $31.50 $32.917.50 $44.00 $45,980.00 2 64nch full length cured-in-place lining with LF 334 $48.00 $18,032.00 $27.00 $9,018.00 $26.50 $8,851.00 $33.50 $11,189.00 $46.00 $15,364.00 difficult access 3 84nch full length cured4n-place lining LF 17281 $28.00 $483.868.00 $23.50 $406,103.50 $25.00 $432,025.00 $25.25 $436,345.25 $28.50 $492,508.50 4 84nch full length cured-in-place lining with LF 3862 $48.00 $185,376.00 $31.00 $119,722.00 $26.50 $102,343.00 $26.25 $101,377.50 $30.00 $115,860.00 difficult access 5 10-inch full length cured-in-place lining LF 792 $32.00 $25,344.00 $29.00 $22,968.00 $42.00 $33,264.00 $26.50 $20,988.00 $44.25 $35,046.00 6 12-inch full length cured4n-place lining LF 132 $33.00 $4,356.00 $45.00 $5,940.00 $50.00 $6,600.00 $30.50 $4,026.00 $140.00 $18,480.00 7 15-inch full length cured4n-place lining LF 944 $48.00 $45,312.00 $35.50 $33,512.00 $49.00 $46,256.00 $39.50 $37,288.00 $70.00 $66,0W00 8 154nch full length cured-in-place lining with LF 200 $68.00 $13,600.00 $38.50 $7,700.00 $60.00 $12.000.00 $41.00 $8.200.00 $80.00 $16,000.00 difficult access 9 24-Inch full length cured-in-place lining LF 85 $130.00 $11,050.00 $167.00 $14,195.00 . $151.00 $12,835.00 $102.50 $8,712.50 $325.00 $27,625.00 10 364nch full length cured-in-place lining LF 4715 $165.00 $777,975.00 $123.00 $579,945.00 $152.50 $719,037.50 $120.50 $568,157.50 $172.00 $810,980.00 11 12-Inch cured4n-place shonliner LS 1 $2,000.00 $2,000.00 $2,105.00 $2,105.00 $3,100.00 $3,100.00 $1,600.00 $1,600.00 $6,000.00 $6,000.00 12 Root Control LF 4843 $2.00 $9,686.00 $1.00 $4,843.00 $5.10 $24,699.30 $1.00 $4,843.00 $1.75 $8,475.25 13 84nch Joint testing LF 4225 $12.00 $50.700.00 $11.00 $46,475.00 $10.30 $43.517.50 $30.20 $127,595.00 $16.00 $67,600.00 14 104nch Joint testing LF 389 $12.00 $4,668.00 $11.00 $4,279.00 $10.30 $4,006.70 $32.10 $12,486.90 $36.00 $14,004.00 15 124nch Joint testing LF 229 $12.00 $2,748.00 $11.00 $2,519.00 $10.30 $2,358.70 $34.60 $7,923.40 $56.00 $12,824.00 16 15-inch Joint testing LF 0 $12.00 $0.00 $15.00 $0.00 $15.00 $0.00 . 17 Joint and Pipe Sealing Material GAL 600 $7.00 $4,200.00 $8.50 $5,100.00 $8.20 $4,920.00 $4.50 $2,700.00 $6.00 $3,600.00 18 Joint and Pipe Sealing and Testing-All sizes JOINT 250 $10.00 $2,500.00 $11.00 $2,750.00 $10.30 $2,575.00 $500.00 $125,000.00 $10.00 $2,500.00 19 Pipe Defect Sealing and Testing EA 10 $34.00 $340.00 $210.00 $2,100.00 $205.90 $2,059.00 $500.00 $5,000.00 $200.00 $2,000.00 20 Lateral testing and grouting EA 27 $1,200.00 $32,400.00 $685.00 $18,495.00 $669.20 $18,068.40 $360.00 $9,720.00 $500.00 $13,500.00 21 Lateral Grinding EA 15 $200.00 $3,000.00 $135.00 $2,025.00 $411.80 $6.177.00 $200.00 $3,000.00 $250.00 $3,750.00 21A Clean,Televise and Evaluate-All sizes of pipe LF 1200 $3.00 $3,600.00 $3.15 $3,780.00 $3.10 $3,720.00 $3.50 $4,200.00 $5.00 $6,000.00 TOTAL BASE BID $1,708,015.00 $1,318,654.50 $1,515,583.10. $1,533,269.55 $1,784,176.75 %OVERIUNDER ENGINEER'S EST. -22.8% A 1.3% -10.2% 4.5% ALTERNATE A-INDUSTRIAL DRIVE STORMWATER PIPE LINING 30 Mechanical Pipe Cleaning LF 250 $3.50 $875.00 $9.00 $2,250.00 $10.30 $2,575.00 $4.00 $1,000.00 $4.00 $1,000.00 31 Void Grouting CY 100 $400.00 $40,000.00 $85.00 $8.500.00 $51.50 $5,150.00 $450.00 $45,000.00 $100.00 $10,000.00 32 4'x 4'Junction Box EA 3 $4,000.00 $12,000.00 $4,850.00 $14,550.00 $4,743.90 $14,231.70 $6,600.00 $19,800.00 $6,000.00 $18,000.00 33 4'x 5'Junction Box, EA 1 $4,000.00 $4,000.00 $5,055.00 $5,055.00 $6,584.60 $6,584.60 $8,800.00 $8,800.00 $8,000.00 $8,000.00 34 Additional Junction Box Depth VF 20 $250.00 $5,000.00 $540.00 $10,800.00 $772.10 $15,442.00 $2,200.00 $44,000.00 $825.00 $16,500.00 35 Remove and Replace Top of Existing Junction EA 3 $750.00 $2,250.00 $3,475.00 $10,425.00 $2,573.70 $7,721.10 $3,300.00 $9,900.00 $2,200.00 $6,600.00 Box/Inlet 36 15-inch Dia.CIP Slormwater Pipe Lining LF 360 $37.00 $13,320.00 $79.00 $28,440.00 $115.10 $41,436.00 $39.50 $14,220.00 $175.00 $63.000.00 37 24-inch Dia.CIP Stormwater Pipe Lining LF 665 $45.00 $29,925.00 $92.00 $61,180.00 $130.00 $86.450.00 $102.50 $68,162.50 $180.00 $119,700.00 38 30-inch Dia.CIP Stormwater Pipe Lining LF 225 $55.00 $12,375.00 $133.00 $29,925.00 $189.10 $42,547.50 $112.00 $25,200.00 $240.00 $54.000.00 39 36-inch Dia.CIP Stonmwater Pipe Lining LF 445 $60.00 $26,700.00 $167.00 $74,315.00 $207.10 $92,159.50 $120.50 $53,622.50 $270.00 $120,150.00 40 424nch Dia.CIP Stonmwater Pipe Lining LF 140 $68.00 $9,520.00 $200.00 $28,000.00 $228.70 $32,018.00 $165.00 $23,100.00 $325.00 $45.500.00 41 Construction SignageTraffic Control LS 1 $6,000.00 $6,000.00 $3,580.00 $3,580.00 $5,147.40 $5,147.40 $5,000.00 $5,000.00 $3,600.00 $3,600.00 42 Seeding and Mulching AC 0.2 $8,000.00 $1,600.00 $10,525.00 $2,105.00 $2,500.00 $500.00 $16,500.00 $3,300.00 $5,720.00 $1,144.00 TOTAL ALTERNATE A $163,565.00 $279,125.00 $351,962.80 $321,105.00 $467,194.00 Alternate E-Accepted $163,565.00 $279,125.00 $351,962.80 $321,105.00 $467,194.00 TOTAL CONTRACT WITH ACCEPTED ALTERNATES $1,871,580.00 $1,597,779.50 $1,867,545.90 $1,654,374.55 $2,251,370.75