Loading...
HomeMy Public PortalAboutORD14393 BILL NO. 2008-45 • SPONSORED BY COUNCILMAN Penfold ORDINANCE NO. 1*3 q 3 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH MID-STATE PIPELINE MAINTENANCE FOR SCUM EQUIPMENT INSTALLATION. WHEREAS, Mid-State Pipeline Maintenance has become the apparent lowest and best bidder on the Scum Equipment Installation project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: . Section 1. The bid of Mid-State Pipeline Maintenance is declared to be the lowest and best bid and is hereby accepted. Section 2.The Mayor and City Clerk are hereby authorized to execute an agreement with Mid-State Pipeline Maintenance for Scum Equipment Installation. • Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: — o�� Appro 2 g 7 2 resi ng Officer Mayor A E APPROVED AS TO FORM: City Clerk CUounselor • • CONTRACT DOCUMENTS .n. All • CITY I all �� l�lII1� p11,� ' �..•r��l'rhribib_� OF • a e:' � r s T �e r i ji:.• j F f A yB } S- ,f if i t �`}.:. �' k *^i• r" � � � � � 1 'fir 4 i X :, l i 1 1 • 1 1 SPECIFICATIONS AND CONTRACT DOCUMENTS 1 PROJECT NO. 31086 ' Scum Equipment for SBR - Jefferson City RWRF 1 1 • 1 I ' ' Jefferson City Department of Community Development May, 2008 • 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 1 Affidavit of Compliance with Prevailing Wage Law ' Prevailing Wage Determination • Affidavit of Compliance Public Works Contracts Law Excessive Unemployment Exception Certification ' Construction Contract • Performance, Payment, and Guarantee Bond ' General Provisions ' Special Provisions • Attachments ' • Addendums ( If Any ) (* INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) Technical Specifications ' 01330 Submittal Procedure 01700 Execution Requirements 01731 Cutting and Patching ' 02221 Utility Trench Excavation and Backfill 02700 Sewerage and Drainage ' 15060 Hangers and Supports 15272 Valves • 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, August 5, 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. 31086, Scum Equipment for SBR - Jefferson City RWRF" will include the furnishing of all material, labor, and equipment to install telescoping valves, suspended Schedule 80 PVC Pipework, some ' buried pipeline for a scum removal system on the existing Wastewater Plant sequencing batch reactor basins. ' A pre-bid conference will be held at 10:00 AM, on Tuesday, July 29, 2008 in the Jefferson City Regional Water Reclamation Facility,401 Mokane Road of City Hall, 320 E, McCarty Street, Jefferson City, MO 65101. 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 Dollars ($20.00) 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. 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 Sunday, July 20, 2008 ' NOTICE TO BIDDERS • 1 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, August 5, 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. 31086, Scum Equipment for SBR - Jefferson City RWRF" will include the furnishing of all material, labor,- and equipment to install telescoping valves, suspended Schedule 80 PVC Pipework, some buried pipeline for a scum removal system on the existing Wastewater Plant sequencing batch reactor basins. A pre-bid conference will be held at 10:00 AM, on Tuesday, July 29, 2008 in the Jefferson City Regional Water Reclamation Facility,401 Mokane Road of City Hall, 320 E. McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged ' to attend. All equipment, material, and workmanship must be in accordance with the plans, specifications, and contract documents on file with the Director of Community Development, Jefferson City, Missouri. ' • Copies of the contract documents required for bidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Twenty Dollars ($20.00) will be required 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 INFORMATION FOR BIDDERS I13-1 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. 31086, Scum Equipment for SBR-Jefferson City RWRF"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 install telescoping valves, suspended Schedule 80 PVC Pipework, some buried pipeline fora scum removal system on the existing Wastewater Plant sequencing batch reactor basins. ' 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 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. t 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. I13-7 PREPARATION OF BIDS Bids must be made upon the prescribed forms attached in these Contract Documents. Only sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. All blank spaces in the bid must be filled in and no change shall be made in the 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. I13-8 PRICES The price submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as described in the Plans and Specifications. 1 • 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. IB-9 APPROXIMATE QUANTITIES 1 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. • ' 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. 31086, Scum Equipment for SBR -Jefferson City RWRF". IB-12 ALTERNATE BIDS ' In making the award, if alternate bids have been requested, the alternate bid which will be in the best interest of the City will be used. IB-13 WITHDRAWAL OF BIDS ' If a bidder wishes to withdraw his bid, he may do so before the time fixed for the opening, without prejudice to himself. No bidder may withdraw his bid for a period of ninety (90) 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. • 1 1 ' 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 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 1 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. 1 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. • 1 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 ' 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 90 calendar days. i ' IB-25 LIQUIDATED DAMAGES ' Liquidated damages shall be assessed at the rate of One Hundred Dollars ($100.00) per calendar day until the work incomplete, 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 of 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. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, the bidder's address, and the name of the project for which the bid is being submitted. ' If forwarded by mail, the sealed envelope containing the bid must be enclosed in another • envelope addressed as follows: 1 1 Purchasing Agent City of Jefferson, MO 1 i 320 E. McCarty Street Jefferson City, MO 65101 1 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 1) BID FORM 2) BID BOND 3) ANTI-COLLUSION STATEMENT 1 4) CONTRACTOR'S AFFIDAVIT 5) MINORITY BUSINESS UTILIZATION AGREEMENT 1 1 END OF INFORMATION FOR BIDDERS 1 li 1 1 1 1 1 1 1 • 1 1 ' BID FORM ' Name of Bidder �Q�F T I�riF' 1l ly C . Address of Bidder. a5csn r jLe��� 1►l0 �oJ� 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 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 • _ _ __.... ='.+ASt.>.!e:^_`3-.siiv._ `�' "1S'l+S.�=nk:•.aw......cw:T4"ry"t'4XCK'iF¢✓€�•� � .. Bidder will complete the Work in accordance'with the Contract Documents for the following price(s): 1 Furnish all labor,materials, equipment, services, etc. required for the performance and completion of the scum removal equipment shown in e Qontrac cumen 4-.— (use words) (figures) 1 1 0 SUBCONTRACTORS I . If the Bidder intends to use any subcontractors in the course of the construction, he shall list them: 1 TIME OF COMPLETION 1 i The undersigned hereby agrees to complete the project within 90 calendar days, 1 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.orprincipals 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. lie 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 y for in the specifications within the time provided. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the P 9 undersigned within sixty (60) days after the date of opening of .bids, or any time 1 � 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. 1 The undersigned her eby designates as his office to which such notice of acceptance may be mailed, telegraphed, or delivered: S' It is understood and ag r eed tha t this bid may be withdrawn at any time prior to the scheduled time for the opening of bids or any authorized postponement thereof. 1 I� Attached hereto is a Bid Bond for the sum of !i Dollars (cashier's check), make payable to the City of Jefferson. y 1lra� --- -- ---- -- - - ' Signature of Bidder: If an individual, , doing business tas If a partnership, , member of firm. by �tL ' If corporation, by ' Title SEAL 1 Business Address of Bidder 4i g- s,// ' If Bidder is a corporation, supply the following information: State in which incorporated ' Name and Address of its: President ' Secretary ' Date 1 r • Q BID BOND LKNOW ALL MEN BY THESE PRESENTS, that, we, the undersigned,______________________________________a as Principal, ' and as Surety, are hereby-held and firmly bound 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 9 p to the CITY OF JEFFERSOR, 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. 31086, Scum Equipment for SBR-Jefferson City RWRF" 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 the 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 the Surety for any and all claims hereunder ' shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety,for value received, hereby stipulates and agrees that the obligations of said ' Surety and its bond shall be in noway impaired or affected by the extension of the time within which the Owner may accept such Bid, and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,and such of them as are corporations have caused their corporate seals to be hereto ' affixed and these presents to be signed by their proper officers, the day and year first set forth above. (L.S.) ' Principal y ' SEAL Surety 1� By. tANTI-COLLUSION STATEMENT fSTATE OF ` A A-A-U-A-%, ) COUNTY OF` WX�uA ) ::rz" being first duly sworn, deposes and says that he is of TITI-Ef OF PERSON SIGNING NAME OF BIDDER` - that all statements made and facts set out in the bid for the above project are true and ' I 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 I 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) 1 f Sworn to before me this � of , 200 T . 1 da y "Ndoy!plc-�+�o�ary Eof ". o %CMNOTARY PUBLIC cam,s oeariscoon Exptes Jm 0 M y:commission expires: 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, fAW6 , of lawful age, being first duly sworn states upon oath that he is 1 of 1 ALL, P J� 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. r AFFIANT Subscribed and sworn to befor me, a Notary Public, in and for the County and State ' aforesaid, this!_ day of , 20D 3 NokW n Publi vo0kay , p store a missowi,Marta cawft NOTARY PUBLIC commission s 06822872 Commission EXOM Jan 10,2010 My Commission Expires: RV I AFFIDAVIT COMPLIANCE WITH PREVAILING ' WAGE LAW Before me, the undersigned Notary Public, in and for the County of .State of , personally came and appeared NAME POSITION of the 1 NAME OF COMPANY a (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 1 there has been no exception to the full and complete compliance with said provisions and'requirements and with Annual Wage Order No. 15, Section 014, Callaway County in carrying out the contract and work in connection with Project No. 31086, Scum Equipment for SBR - Jefferson City RWRF located at Jefferson City in Callaway County, Missouri, and completed on the day of , . 20 SIGNATURE Subscribed an s of 20 d sworn to me this day , NOTARY PUBLIC My commission expires: ' STATE OF MISSOURI ) ss COUNTY OF ) I = 1 • 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 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 MINORITY BUSINESS UTILIZATION AGREEMENT ' A. The bidder agrees to attempt to expend at least two (2) % of the contract, if awarded,for Minority Business Enterprise(MBE). For purposes of this goal,the 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 ' 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. 1 ' 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 1 1 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 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 agreement and is authorized to bind the bidder to the agreement herein set ' forth. ' NAME OF AUTHORIZED OFFICER DATE ' SIGNATURE OF AUTHORIZED OFFICER ' AFFIDAVIT ' COMPLIANCE WITH PREVAILING WAGE LAW Before me, the undersigned Notary Public, in and for the County of , ' State of _ , personally came and appeared NAME . POSITION of the ' NAME OF COMPANY (A corporation)(a partnership)(a proprietorship)and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 ' through and including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions and requirements and with Annual Wage Order No. 15, Section 014, Callaway County in carrying out the contract and work in connection with Project No. 31086, Scum Equipment for SBR - Jefferson City RWRF located at Jefferson City in Callaway County, Missouri, and completed on the day of , ' 20 ' SIGNATURE ' Subscribed and sworn to me this day of , 20 NOTARY PUBLIC My commission expires: STATE OF MISSOURI ) ss • COUNTY OF ) 1 1 • Missouri 1 . . 1 i vision of Labor Standards WAGE AND HOUR SECTION 1 F TNF s O Mocccxx C� 1 MATT BLUNT, Governor 1 Annual Wage Order No. 15 Section 014 1 CALLAWAY COUNTY ' In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of this 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 1 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 Paul Buckley, Director 1 Division of Labor Standards This Is A True And Accurate Copy Which Was Filed With The Secretary of State: March 10,2008 1 Last Date Objections May Be Filed: April 9, 2008 1 Prepared by Missouri Department of Labor and Industrial Relations 1 Building Construction Rates for REPLACEMENT PAGE Section 014 CALLAWAY County • -Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Asbestos Worker $31.24 55 60 $14.61 ' Boilermaker $31.10 57 7 $18.90 Bricklayers-Stone Mason 1 $26.98 59 7 $11.20 Carpenter $23.23 60 15 $9.96 Cement Mason $22.34 9 3 $10.09 ' Electrician Inside Wireman $28.18 28 7 $10.69+ 13% Communication Technician USE ELECTRICIAN INSIDE WIREMAN RATE Elevator Constructor a $38.715 26 54 $17.675 Operating Engineer I ' Group 1 5/08 $25.52 86 66 $17.35 Group II 5/08 $25.52 86 66 $17.35 Group III 5/08 $24.27 86 66 $17.35 ' Group III-A 5/08 $25.52 86 66 $17.35 Group IV 5/08 $23.29 86 66 $17.35 Group V 5/08 $26.22 86 66 $17.35 Pipe Fitter b $32.25 91 69 $19.18 ' Glazier $29.48 87 31 $16.13+ 13.2% Laborer(Building): General $18.92 110 7 $9.43 ' First Semi-Skilled $20.92 110 7 $9.43 Second Semi-Skilled $19.92 110 7 $9.43 Lather JUSE CARPENTER RATE Linoleum Layer&Cutter USE CARPENTER RATE • ' Marble Mason $26.98 59 7 $11.20 Millwright $24.23 60 15 $9.96 Iron Worker $27.83 11 8 $15.125 Painter $20.40 18 7 $8.77 ' Plasterer $21.36 94 5 $9.88 Plumber b 1 $32.25 91 1 69 $19.18 Pile Driver $24.23 60 15 $9.96 ' Roofer $25.75 12 4 $10.69 Sheet Metal Worker $26.12 40 23 $11.93 Sprinkler Fitter $30.59 33 19 $14.30 Terrazzo Worker $26.98 59 7 $11.20 ' Tile Setter 1 $26.98 59 1 7 $11.20 Truck Driver-Teamster Group 1 3/08 $22.50 101 5 $8.30 ' Group II 3/08 $23.15 101 5 $8.30 Group III 3/08 $22.65 101 5 1 $8.30 Group IV 3/08 $23.151 101 5 $8.30 Traffic Control Service Driver ' Welders-Acetylene& Electric Fringe Benefit Percentage is of the Basic Hourly Rate Attention Workers: If you are not being paid the appropriate wage rate and fringe benefits contact the Division ' of Labor Standards at(573)751-3403. **Annual Incremental Increase , • *SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO. 15 6/08 Building Construction Rates for Section 014 CALLAWAY County Footnotes ' Effective asic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Welders receive rate prescribed for the occupational title performing operation to which welding is incidental. ' Use Building Construction Rates on Building(s)and All immediate Attachments. Use Heavy Construction rates for remainder of project. For the occupational titles not listed in Heavy Construction Sheets, use Rates shown on Building Construction Rate Sheet. ' Vacation: Employees over 5 years-8%; Employees under 5 years-6% All work over$7 Million Total Mechanical Contract-$32.25, Fringes-$19.18 All work under$7 Million Total Mechanical Contract-$30.91, Fringes-$14.65 1 1 • ' ANNUAL WAGE ORDER NO. 15 3/08 CALLAWAY COUNTY ' OVERTIME SCHEDULE-BUILDING CONSTRUCTION • FED: Minimum requirement per Fair Labor Standards Act means time and one-half(1 ''/z)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'/z) times the regular pay. In the event time is lost during the work week due to weather conditions, the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated for at double the regular rate of wages. The work week shall be Monday through Friday,except for , midweek holidays. NO. 11: Means eight(8)hours shall constitute a day's work,with the starting time to be established between 6:00 a.m.and 8:00 ' a.m.from Monday to Friday. Time and one-half(1'/s)shall be paid for first two(2)hours of overtime Monday through Friday and the first eight (8) hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double (2) time rate. Double(2)time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays. NO. 12: Means the work week shall commence on Monday at 12:01 a.m. and shall continue through the following Friday, ' inclusive of each week. All work performed by employees anywhere in excess of forty(40)hours in one(1)work week,shall be paid for at the rate of one and one-half(1'/s)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%z)times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two (2) times the regular hourly rate. NO. 18: Means the regular work day shall be eight(8)hours. Working hours are from six(6)hours before Noon(12:00)to six ' (6)hours after Noon(12:00). The regular work week shall be forty(40)hours,beginning between 6:00 a.m.and 12:00 Noon on Monday and ending between 1:00 p.m. and 6:00 p.m. on Friday. Saturday will be paid at time and one-half(1'/z). Sunday and Holidays shall be paid at double(2)time. Saturday can be a make-up day if the weather has forced a day off,but only in the week • ' of the day being lost. Any time before six (6)hours before Noon or six(6) hours after Noon will be paid at time and one-half (I%). NO.26: Means that the regular working day shall consist of eight(8)hours worked between 6:00 a.m., and 5:00 p.m., five(5) ' days per week,Monday to Friday,inclusive. Hours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades. (The above working hours may be changed by mutual agreement). Work performed on Construction Work on Saturdays,Sundays and before and after the regular working day on Monday to Friday,inclusive,shall be ' classified as overtime,and paid for at double(2)the rate of single time. The employer may establish hours worked on a jobsite for a four(4)ten(10)hour day work week at straight time pay for construction work;the regular working day shall consist of ten(10) hours worked consecutively,between 6:00 a.m.and 6:00 p.m.,four(4)days per week,Monday to Thursday,inclusive. Any work performed on Friday,Saturday,Sunday and holidays,and before and after the regular working day on Monday to Thursday where ' a four(4)ten(10)hour day workweek has been established,will be paid at two times(2)the single time rate of pay. The rate of pay for all work performed on holidays shall be at two times(2)the single time rate of pay. • ANNUAL WAGE ORDER NO. 15 A W 15 014 OT.doc Page 1 of 4 Pages , 1 ' CALLAWAY 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(4-10's)provided: ' The project must be for a minimum of four(4)consecutive days. -Starting time may be within one(1)hour either side of 8:00 a.m. -Work week must begin on either a Monday or Tuesday: If a holiday falls within that week it shall be a consecutive work day. (Alternate: If a holiday falls in the middle of a week, then the regular eight (8) hour schedule may be ' implemented). -Any time worked in excess of any ten(10)hour work day(in a 4-10 hour work week)shall be at the appropriate overtime rate. ' All work outside of the regular working hours as provided,Monday through Saturday,shall be paid at one&one-half(1'/z)times the employee's regular rate of pay. All work performed from 12:00 a.m.Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at double(2)the straight time hourly rate of pay. Should employees work in excess of twelve(12) consecutive hours they shall be paid double time(2X)for all time after twelve(12)hours. Shift work performed between the hours of 4:30 p.m.and 12:30 a.m.(second shift)shall receive eight(8)hours pay at the regular hourly rate of pay plus ten(10%) percent for seven and one-half(7'/z)hours work. Shift work performed between the hours of 12:30 a.m.and 8:00 a.m.(third shift) shall receive eight(8)hours pay at the regular hourly rate of pay plus fifteen(15%)percent for seven(7)hours work. A lunch ' period of thirty(30)minutes shall be allowed on each shift. All overtime work required after the completion of a regular shift shall be paid at one and one-half(1'/2)times the shift hourly rate. ' NO.33: Means the standard work day and week shall be eight(8)consecutive hours of work between the hours of 6:00 a.m.and 6:00 p.m.,excluding the lunch period Monday through Friday,or shall conform to the practice on the job site. Four(4)days at ten (10)hours a day may be worked at straight time,Monday through Friday and need not be consecutive. All overtime,except for Sundays and holidays shall be at the rate of time and one-half(1'/z). Overtime worked on Sundays and holidays shall be at double ' • (2)time. NO.40: Means the regular working week shall consist of five(5)consecutive(8)hour days'labor on the job beginning with Monday and ending with Friday of each week. Four(4) 10-hour days may constitute the regular workweek. The regular working ' day shall consist of eight(8)hours labor on the job beginning as early as'7:00 a.m.and ending as late as 5:30 p.m. All full or part time labor performed during such hours shall be recognized as regular working hours and paid for at the regular hourly rate. All hours worked on Saturday and all hours worked in excess of eight(8)hours but not more than twelve(12)hours during the regular ' working week shall be paid for at time and one-half(1%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 work day shall be eight(8)hours between 6:00 a.m. and 4:30 p.m. The first two(2)hours of work ' performed in excess of the eight(8) hour work day, Monday through Friday, and the first ten(10) hours of work on Saturday, shall be paid at one&one-half(1'/z)times the straight time rate. All work performed on Sunday,observed holidays and in excess of ten(10)hours a day,Monday through Saturday,shall be paid at double(2)the straight time rate. NO.57: Means eight(8)hours per day shall constitute a day's work and forty(40)hours per week,Monday through Friday,shall constitute a week's work. The regular starting time shall be 8:00 a.m. The above may be changed by mutual consent of authorized personnel. When circumstances warrant,the Employer may change the regular workweek to four(4)ten-hour days at the regular time rate of pay. It being understood that all other pertinent information must be adjusted accordingly. All time ' worked before and after the established workday of eight(8)hours,Monday through Friday,all time worked on Saturday,shall be paid at the rate of time and one-half(1'/z) 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. 1 • 1 ANNUAL WAGE ORDER NO.15 ' AW 15 014 OT.doc Page 2 of 4 Pages 1 CALLAWAY COUNTY ' OVERTIME SCHEDULE-BUILDING CONSTRUCTION NO.59: Means that except as herein provided,eight(8)hours a day shall constitute a standard work day,and forty(40)hours per • week shall constitute a week's work. All time worked outside of the standard eight(8)hour work day and on Saturday shall be ' classified as overtime and paid the rate of time and one-half(1'/z). All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double(2)time. The Employer has the option of working either five(5)eight hour days or four (4) ten hour days to constitute a normal forty (40) hour work week. When the four (4) ten-hour work week is in effect, the ' standard work day shall be consecutive ten(10)hour periods between the hours of 6:30 a.m.and 6:30 p.m. Forty(40)hours per week shall constitute a weeks work,Monday through Thursday,inclusive. In the event the job is down for any reason beyond the Employer's control,then Friday and/or Saturday may,at the option of the Employer,be worked as a make-up day;straight time not to exceed ten(10)hours or forty(40)hours per week. When the five day(8)hour work week is in effect, forty (40) hours per , week shall constitute a week's work, Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control,then Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed eight(8)hours or forty(40)hours per week. The regular starting time(and resulting quitting time)may be moved to 6:00 a.m.or ' delayed to 9:00 a.m. Make-up days shall not be utilized for days lost due to holidays. NO.60: Means the Employer shall have the option of working five 8-hour days or four 10-hour days Monday through Friday. If an Employer elects to work five 8-hour days during any work week,hours worked more than eight(8)per day or forty(40)per , week shall be paid at time and one-half(1'/z) the hourly wage rate plus fringe benefits Monday through Friday. SATURDAY MAKE-UP DAY: If an Employer is prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather(rain or mud),Saturday or any part thereof may be worked as a make-up day at the straight time rate. It is agreed by the parties that the make-up day is not to be used to make up time lost due to recognized holidays. If an Employer ' elects to work four 10-hour days,between the hours of 6:30 a.m. and 6:30 p.m. in any week,work performed more than ten(10) hours per day or forty (40) hours per week shall be paid at time and one half(1'/z) the hourly wage rate plus fringe benefits Monday through Friday. If an Employer is working 10-hour days and loses a day due to inclement weather, the Employer may ' work ten(10)hours on Friday at straight time. Friday must be scheduled for no more than ten(10)hours at the straight time rate, but all hours worked over the forty(40)hours Monday through Friday will be paid at time and one-half(1'/z)the hourly wage rate plus fringe benefits. All Millwright work performed in excess of the regular work day and on Saturday shall be compensated for at time and one-half (1%z)the regular Millwright hourly wage rate plus fringe benefits. The regular work day starting of 8:00 a.m. • , (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one (1) hour to 9:00 a.m. All work accomplished on Sundays and recognized holidays, or days observed as recognized holidays, shall be compensated for at double (2) the regular hourly rate of wages plus fringe benefits. NOTE: All overtime is computed on the hourly wage 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%)of the hourly rate plus an amount equal to one-half(%)of the hourly Total Indicated Fringe Benefits. All work performed on Sundays and recognized holidays shall be paid at double (2) the hourly rate plus an amount , equal to the hourly Total Indicated Fringe Benefits. NO.87: Means eight(8)hours starting between 6:00 a.m. and 8:00 a.m. and ending between 2:30 p.m. and 4:30 p.m. at the Employers discretion shall constitute a day's work. Any work prior to 6:00 a.m. or after eight(8) hours shall be paid at the ' overtime rate. Five(5)days from Monday through Friday inclusive shall constitute a regular work week. All hours before and after these regular hours shall be considered overtime and shall be paid for at the rate of double(2)time. All work on Saturday and Sunday shall be paid at double(2)the prevailing scale of wages. 1 ANNUAL WAGE ORDER NO. 15 A W 15 014 OT.doc Page 3 of 4 Pages ' ' CALLAWAY COUNTY OVERTIME SCHEDULE-BUILDING CONSTRUCTION NO.91: Means eight(8)hours shall constitute a day's work commencing at 8:00 a.m.and ending at 4:30 p.m.,allowing one-half ' (%z)hour for lunch. The option exists for the Employer to use a flexible starting time between the hours of 6:00 a.m.and 9:00 a.m. The regular workweek shall consist of forty(40)hours of five(5)workdays,Monday through Friday. The workweek may consist of four(4)ten(10)hour days from Monday through Thursday,with Friday as a make-up day. If the make-up day is a holiday,the ' employee shall be paid at the double(2)time rate. The employees shall be paid time and one-half(1'/2)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. ' NO.94: Means eight(8)hours shall constitute a days work between the hours of 8:00 a.m. and 5:00 p.m. The regular workday starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 a.m.or delayed one(1)hour to 9:00 a.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half(1'/z) ' times the regular pay. In the event time is lost during the work week due to weather conditions,the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. ' NO.101: Means that except as provided below,eight(8)hours a day shall constitute a standard work day,and forty(40)hours per week shall constitute a week's work,which shall begin on Monday and end on Friday. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rate of time and one-half(1'/z)(except as herein provided). All time ' worked on Sunday and recognized holidays shall be classified as overtime and paid at the rate of double (2) time. The regular starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 a.m. or delayed one(1)hour to 9:00 a.m. The Employer has the option of working either five(5)eight-hour days or four(4)ten-hour days to constitute a normal forty(40)hour work week. When a four(4)ten-hour day work week is in effect,the standard work day shall be consecutive ten (10)hour periods between the hours of 6:30 a.m.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 workweek is in effect,forty (40)hours per week shall constitute a week's work,Monday through Friday,inclusive. In the event the job is down for any reason beyond the Employer's control,then Saturday may,at the option of the Employer,be worked as a make-up day;straight time not to exceed eight(8)hours per day or forty(40)hours per week. Make-up days shall not be utilized for days lost due to holidays. NO. 110: Means eight(8)hours between the hours of 8:00 a.m. and 4:30 p.m.shall constitute a work day. The starting time may be advanced one(1)or two(2)hours. Employees shall have a lunch period of thirty(30)minutes. The Employer may provide a ' lunch period of one (1) hour, and in that event,the workday shall commence at 8:00 a.m. and end at 5:00 p.m. The workweek shall commence at 8:00 a.m. on Monday and shall end at 4:30 p.m. on Friday(or 5:00 p.m. on Friday if the Employer grants a lunch period of one(1) hour), or as adjusted by starting time change as stated above. All work performed before 8:00 a.m. and after 4:30 p.m.(or 5:00 p.m.where one(1)hour lunch is granted for lunch)or as adjusted by starting time change as stated above ' or on Saturday,except as herein provided,shall be compensated at one and one-half(1'/z)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'/z)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%z)the hourly rate Monday through Friday. If an Employer is working ten(10) hour days and loses a day due to inclement weather, they may work ten (10) hours Friday at straight time. Friday must be scheduled for at least eight(8)hours and no more than ten(10)hours at the straight time rate,but all hours worked over the forty ' (40)hours Monday through Friday will be paid at time and one-half(1'/2)overtime rate. • ANNUAL WAGE ORDER NO. 15 ' A W 15 014 OT.doc Page 4 of 4 Pages CALLAWAY COUNTY ' HOLIDAY SCHEDULE-BUILDING CONSTRUCTION NO.3:All work done on New Year's Day,Decoration Day,July 4th,Labor Day,Veteran's Day,Thanksgiving Day and t 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, 1 Thanksgiving Day,and Christmas Day shall be paid at the double(2)time rate of pay. NO.7:All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, ' and Christmas Day shall be paid at the double time rate of pay. If a holiday falls on a Sunday,it shall be observed on the following Monday. If a holiday falls on a Saturday,it shall be observed on the preceding Friday. NO.8:All work performed on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving ' Day,and Christmas Day,or the days observed in lieu of these holidays,shall be paid at the double time rate of pay. NO.15:All work accomplished on the recognized holidays of New Year's Day,Decoration Day(Memorial Day),Independence ' Day(Fourth of July),Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day,or days observed as these named holidays,shall be compensated for at double(2)the regular hourly rate of wages plus fringe benefits. If a holiday falls on Saturday,it shall be observed on the preceding Friday. If a holiday falls on a Sunday,it shall be observed on the following Monday. No work shall be performed on Labor Day,Christmas Day,Decoration Day or Independence Day except to preserve ' life or property. NO.19:All work done on New Year's Day,Memorial Day,July 4th,Labor Day,Thanksgiving Day,and Christmas Day shall ' be paid at the double time rate of pay. The employee may take off Friday following Thanksgiving Day. However,the employee • shall notify his or her Foreman,General Foreman or Superintendent on the Wednesday preceding Thanksgiving Day. When one of the above holidays falls on Sunday,the following Monday shall be considered a holiday and all work performed on either day shall be at the double(2)time rate. When one of the holidays falls on Saturday,the preceding Friday shall be considered a ' holiday and all work performed on either day shall be at the double(2)time rate. NO.23:All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, ' Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate of pay. When a holiday falls on Sunday,the following Monday shall be considered a holiday. NO.31:All work done on New Year's Day,Presidents Day,Good Friday,Memorial Day,Fourth of July,Labor Day,Veteran's , Day,Thanksgiving Day,Friday after Thanksgiving Day,Christmas Day,and Employee's Birthday shall be paid at the double time rate of pay. If a holiday falls on Sunday,the following Monday will be observed as the recognized holiday. If a holiday falls on Saturday,the preceding Friday will be observed as the recognized holiday. NO.54:All work performed on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day,the Friday after Thanksgiving Day,and Christmas Day shall be 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. ANNUAL WAGE ORDER NO. 15 , AW015014BHol.doc Page 1 oft Pages ' CALLAWAY COUNTY HOLIDAY SCHEDULE-BUILDING CONSTRUCTION • NO.66: All work performed on Sundays and the following recognized holidays,or the days observed as such,of New Year's Day,Decoration Day,Fourth of July,Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day,shall be paid at double (2)the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a Sunday,the following Monday shall be observed as a holiday. NO.69: All work performed on New Year's Day,Decoration Day,July Fourth,Labor Day,Veteran's Day,Thanksgiving Day or Christmas Day shall be compensated at double(2)their straight-time hourly rate of pay. Friday after Thanksgiving and the ' day before Christmas will also be holidays,but if the employer chooses to work these days,the employee will be paid at straight -time rate of pay. If a holiday falls on a Sunday in a particular year,the holiday will be observed on the following Monday. r Ii 1 1 ' ANNUAL WAGE ORDER NO. 15 AW015014BFlol.doc Page 2 of 2 Pages Heavy Construction Rates for REPLACEMENT PAGE Section 014 , CALLAWAY County • *Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule CARPENTER ' Journeymen 5/08 $28.31 7 16 $9.96 Millwright 5/08 $28.31 7 16 $9.96 Pile Driver Worker 5/08 $28.31 7 16 $9.96 , OPERATING ENGINEER Group 1 5/08 $24.60 21 5 $17.25 , Group II 5/08 $24.25 21 5 $17.25 Group III 5/08 $24.05 21 5 $17.25 ' Group IV 5/08 $20.40 21 5 $17.25 Oiler-Driver 5/08 $20.40 21 5 $17.25 LABORER ' General Laborer 5/08 $23.97 2 4 $8.88 , Skilled Laborer 5/08 $24.57 2 4 $8.88 TRUCK DRIVER-TEAMSTER • , Group 1 5/08 $25.82 22 19 $8.65 Group II 5/08 $25.98 22 19 $8.65 , Group 111 5/08 $25.97 22 19 $8.65 Group IV 5/08 $26.09 22 19 $8.65 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. 15 6/08 , ' CALLAWAY COUNTY OVERTIME SCHEDULE—HEAVY CONSTRUCTION • NO.2: Means a regular workweek shall be forty(40)hours and will start on Monday and end on Friday. ' The regular work day shall be either eight(8)or ten(10)hours. If a crew is prevented from working forty (40)hours Monday through Friday,or any part thereof,by reason of inclement weather, Saturday or any part thereof 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%)times the regular hourly rate. The regular workday shall be either eight(8)or ten(10)hours. If a job can't work ' forty (40)hours Monday through Friday because of inclement weather or other conditions beyond the control of the Employer,Friday or Saturday may be worked as a make-up day at straight time(if working 4-10's). Saturday maybe 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'/2)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. 15 AWO15 014 HOT.doc Page I of I Page CALLAWAY COUNTY ' HOLIDAY SCHEDULE—HEAVY CONSTRUCTION NO. 4: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving • Day, Christmas Day, or days observed as such, shall be paid at the double time rate of pay. When a holiday , falls on a Sunday,Monday shall be observed. NO.5: The following days are recognized as holidays: New Year's Day,Memorial Day,Fourth of July,Labor , Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to , protect Labor Day. When a holiday falls during the normal work week,Monday through Friday, it shall be counted as eight(8)hours toward a forty (40)hour week; however, no reimbursement for this eight(8)hours is to be paid the workman unless worked. If workmen are required to work the above recognized holidays or days ' observed as such,or Sundays,they shall receive double (2)the regular rate of pay for such work. The above shall apply to the four 10's Monday through Friday work week. The ten (10)hours shall be applied to the forty (40)hour work week. ' NO. 16: The following days are recognized as holidays: New Year's Day,Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on Sunday, it shall be observed on the ' following Monday. If a holiday falls on Saturday, it shall be observed on the preceding Friday. No 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. 1 • AWO15 014 HHol.doc ANNUAL WAGE ORDER NO. 15 Pagel of] Page 1 OUTSIDE ELECTRICIAN • These rates are to be used for the following counties: Adair,Audrain,Boone,Callaway,Camden,Carter,Chariton,Clark,Cole,Cooper,Crawford,Dent,Franklin, ' Gasconade,Howard,Howell,Iron,Jefferson,Knox,Lewis,Lincoln,Linn,Macon,Maries,Marion,Miller,Moniteau, Monroe,Montgomery,Morgan,Oregon,Osage,Perry,Phelps,Pike,Pulaski,Putnam,Ralls,Randolph,Reynolds, Ripley,St.Charles,St.Francois,St.Louis City,St.Louis County,Ste.Genevieve,Schuyler,Scotland,Shannon,Shelby, Sullivan,Texas,Warren,and Washington COMMERCIAL WORK Occupational Title Basic Total Hourly Fringe Rate Benefits ' Joumeyman Lineman 1 $32.38 $4.75 +41.55% Lineman Operator $27.96 $4.75 +41.550/( 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(P/2)the regular straight time rate of pay. Contractor has the option to pay two(2)hours per day at the time and one-half(1'/z)the regular straight time rate of pay between the hours of 6:00 a.m.and 5:30 p.m.,Monday through Friday.Work performed outside the regularly scheduled working hours and on Saturdays,Sundays and recognized legal holidays,or days celebrated as such,shall be paid for at ' the rate of double(2)time. • HOLIDAY RATE:All work performed on New Year's Day,Memorial Day,Fourth of July,Labor Day,Veteran's Day, Thanksgiving Day,Christmas Day,or days celebrated as such,shall be paid at the double time rate of pay. When one of the foregoing holidays falls on Sunday,it shall be celebrated on the following Monday. UTILITY WORK Occupational Title Basic Total Hourly Fringe ' Rate Benefits Journe an 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 a.m.and 4:30 p.m.Forty (40)hours within five(5)days,Monday through Friday inclusive,shall constitute the work week.Work performed in the 9th and 10th hour,Monday through Friday,shall be paid at time and one-half(1'/z)the regular straight time rate of pay. Contractor has the option to pay two(2)hours per day at the time and one-half(1'/2)the regular straight time rate of pay between the hours of 6:00 a.m.and 5:30 p.m.,Monday through Friday. Worked performed in the first eight(8)hours on Saturday shall be paid at the rate of one and eight tenths(1.8)the regular straight time rate. Work performed outside these hours and on Sundays and recognized legal holidays,or days celebrated as such,shall be paid for at the rate of double(2)time. HOLIDAY RATE:All work performed on New Year's Day,Memorial Day,Fourth of July,Labor Day,Veteran's Day, Thanksgiving Day,Christmas Day,or days celebrated as such,shall be paid at the double time rate of pay. When one of the foregoing holidays falls on Sunday,it shall be celebrated on the following Monday. ' ANNUAL WAGE ORDER NO. 15 3/08 OUT SfL A W 15.doc ' 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. 31086, Scum Equipment for SBR-Jefferson City RWRF. 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. That has fully complied with the provisions and requirements of Section 290.290 RSMo (1994 as ' amended) FURTHER AFFIANT SAYETH NAUGHT. AFFIANT ' 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, ifirst 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. 31086, Scum Equipment for SBR - Jefferson City RWRF. 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 1 My Commission Expires: ' APPROVED BY: • Director of Community Development, City of Jefferson, MO 1 1 • CITY OF JEFFERSON ' CONSTRUCTION CONTRACT THIS CONTRACT, made and entered into this day of At-, 2008, ' by and between Mid-State Pipeline Maintenance, LLC hereinafter referred to as "Contractor", and the City of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as "City". ' WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies ' and for constructing the following City improvements: Project No. 31086, Scum Equipment for SBR - Jefferson City RWRF. ' NOW THEREFORE the parties to this contract agree to the following: p 9 9 ' 1. Scope of Services. Contractor agrees to provide all labor, equipment, hardware and supplies to perform ' the work included in the project entitled "Scum Equipment for SBR- Jefferson City RWRF" in accordance with the plans and specifications on file with the Department of Community Development. ' • 2. Manner and time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, ' materials and supplies necessary to perform said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws, within 90 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. 15, Section 014, Callaway County rates as set forth. The ' Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed in connection with the work to be performed under the terms of this contract. The record shall show the actual wages ' paid to the workmen in connection with the work to be performed under the terms of • this contract. A copy of the record shall be delivered to the Purchasing Agent of the Jefferson City Finance Department each week. In accordance with Section 290.250 ' RSMo, Contractor shall forfeit to the City Ten Dollars ($10.00) for each workman employed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. • 4. Insurance. ' Contractor shall procure and maintain at its own expense during the life of this contract: (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 forthose 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 p rocure 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 under this contract,whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may ' be encountered in the performance of this contract. NOTE: Paragraph(f)is construed to require the procurement of Contractor's protective ' insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy(or rider attached thereto)of the ' general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. ' • 5. Contractor's Responsibility for Subcontractors. It is further agreed that Contractor shall be as fully responsible to the City for the acts` and omissions of its subcontractors, and of persons either directly or indirectly 1 1 ' employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all ' subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract.as the City may ' exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. ' 6. Liquidated Damages. The City may deduct One Hundred Dollars($100.00)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 ishould 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 orfail 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(otherthan 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 bythe Director of Community Development and in accordance ' • with the rates and/or amounts stated in the bid of Contractor dated August 5, 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 Ninety-Nine Thousand Eight Hundred Seventy-Nine Dollars and Ten Cents ($99,879.10). ' 13. Performance and Materialman's Bonds Required. Contractor shall provide a bond to the City before work is commenced, and no later ' than ten (10) days after the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment of amounts due to all suppliers of labor and materials, the payment of insurance premiums for workers compensation ' insurance and all other insurance called for under this contract, and the payment of the prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the City, and to be given by such company or companies as may be ' acceptable to the City in its sole and absolute discretion. The amount of the bond shall be equal to the Contractor's bid. t14. 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. Severability. • 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 Docu me nts"re present the full and complete understanding of the 1 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 1 terms, covenants or conditions, nor shall any failure at one or more times be deemed • a waiver or relinquishment at any other time or times by any right under the terms, covenants or conditions herein. 22. Assignment. Neither party may sell or assign its rights or responsibilities under the terms of this agreement without the express consent of the remaining party. ' 23. Nondiscrimination. Contractor agrees in the performance of this contract not to discriminate on the ground or because of race, creed, color, national origin or ancestry, sex, religion, handicap, ' age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. ' 24. Notices. All notices required to be in writing may be given by first class mail addressed to City ' of Jefferson, Department of Community Development, 320 East McCarty, Jefferson City, Missouri, 65101, and Contractor at 501 Johnson Avenue, Belle, MO 65013. ' The date of delivery of any notice shall be the second full day after the day of its mailing. • �I 1 IN WIT S HEREOF,the parties hereto have set their hands and seals this day of 2008. ' CITY OF JEFFERSON CONTRACTOR 1 1 yor T' 1 ATTEST: ATTEST: MW.State ploine M8intgnanCe,LLC Ph,,j-,�,g,,""/1 x 12 6P` City Clem Title: 1 • ' APPROVED AS TO F M: 1 City Counselor- i 1 • 1 Bond No. :S368141 ' • PERFORMANCE, AND GUARANTEE BOND ' EN ALL KNOW BY THESE PRESENTS that we, the undersigned O M , ' Mid-State Pipeline Maintenance, LLC 501 Johnson Avenue, Belle, MO 65013 hereinafter, referred to as "Contractor",and ' Employer's Mutual Casualty Company, P.O. Box 8550, Kansas City, MO 64114 ' a Corporation organized under the laws of the State of Iowa and authorized to transact business in the State of ' Missouri as Surety, are held and firmly bound unto the ' The City of Jefferson City, Missouri hereinafter referred to as"Owner" Ninety-Nine Thousand Eight Hundred in the penal sumof Seventy-Nine Dollars and 10/100THS DOLLARS ($ 99,879. 10 ), 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: Project No. :31086 - Scum Equipment for SBR - Jefferson City RWRF - Jefferson City, MO ' 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. t 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, thelr, 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 tnotice 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: 1 i I • IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the ' said Surety has caused these presents to be executed in its name, and its corporate seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at Kansas City, Missouri on this the day of , 20 Employer's Mutual Casualty Company Mid-State Pipeline Maintenance, LLC SURETY COMPANY CONTRACTOR BY _ L) BY (SEAL) BY Denise A. Iverson _(SEAL) BY } ' • Attomey-in-fact (State Representative) ' (Accompany this bond with Attomey-in-fact's authority from the Surety Company certified to include the date of the bond.) 1 AWEMC Isurance co. m No, 7 9 5 4 61 panies P.O..Box 712•Des Moines, IA 50306-0712 ' CERTIFICATE.OF AUTHORITY INDIVIDUAL ATTORNEY-IN rrCA � � I *NOW ALL MEN BY THESE PRESENTS,that � L North Dakota Corporation 1. .Employers Mutual Casualty Company;an Iowa Corporation 5 Dakota Fire Insurance Company;a 2. EMCASCO.Insurancecompany,an Iowa Corporation 6' EMC Property&'Casualty Company,an Iowa Corporation 3. Union.Insurance Company of Providence,an Iowa Corporation 7, Hamilton Mutual insurance Company,an Iowa Corporation 4. Illinois EMCASCO InsurariceCornpany,an Iowa Corporation hereinafter referred to severally as"Company'and collectively as"Companies",each does,by these presents .make constitute and.appoint-. SEAN R. MILLER, MATTHEW,J..MILLER,.D.C. PRUETT, MARY S.WILLCOX, DENISE A IVERSON, MICHELLE A. BICKHAM, DALE A. GEBAUER, RAY C. RITCHEY,JR, INDIVIDUALLY, KANSAS CITY, MISSOURI...:: ........ ' its true and lawful attome -tn fact with full ower and authority conferred to sign,seal,and execute its lawful bonds undertakings,and other obligatory instruments of a Y. P : Y. similar nature as follows: IN AN AMOUNT NOT EXCEEDING TEN MILLION.DOLLARS................................ ..... .($10,000,000.00) and to bind each Company thereby as fullyand to the same extent as if such instruments were signed by the duly authorized officers of each such Company,:and all of. the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. ' The authority hereby granted shall expire APRIL 1,2009 unless sooner revoked AUTHORITY FOR POWER OF ATTORNEY. This Power=of-Attorney is made and executed pursuant to and by the authority of the following resolution of:the Boards of Directors of.each of the Companies at a regularly scheduled meeting of each company duly:called and held in 1999: RESOLVED:The President.and Chief Executive Officer,any.Vice President,the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and:authority to (1) appoint attorneys in-fact and authorize them to execute on behalf of each Company and attach.the seal,of the Company thereto, bonds and undertakings,recognizances contracts of indemnity and other writings obligatory in the nature thereof,and(2)to remove any such attorney-in-fact at anytime and revoke the power and authority given.to him or her.Attorneys-in-fact shall have power and authority,subject to the terms and limitationsof the power-of-attorney issued to them, to execute and deliver on behalf of,the Company;.and to attach the seal of the Company thereto, bonds and undertakings,recognizances,.contracts of indemnity and her writings obligatory in the nature thereof,and any such instrument executed by any such attorney-in fact.shall be fully and in all respects binding upon the Company. ' rtification as to the validity of any.power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully`and in all respects nding upon this Company.:The facsimile or mechanicallyreproduced signature of such officer, whether made:heretofore"or--hereafter, wherever appearing"upon a certified copy of any power-of-attorney of the Company,shall be valid and binding upon the Company with the same force and affect as though manually affixed,.. ' IN WIT2,F,Sg WHEREOF,the Companies have caused these presents to be signed for each by their officers as shown,:and the Corporate seals:to be hereto affixed this 3 day of APRIL 2008 ' Seals Bruce G.Kelley,Chairman J rey S:Birdsley SC�'NSUg4 pNE co of e�Y, s :; of 2,3,4,5& ;President Assistant Secretary �cP �pPOga C' hJQ LpPPOgS -O ��rpPPOR� o , of Company 1;Vice Chairman and .. A863 1953 CEO of Company 7 SEAL _' ; \N�URAN� - �NSUR4N _ - OUTL1AC - On this 23RDday of APRIL AD 2008 before me a o Fo ..Q� cF Qs ,, `4s: Notary Public in and for the State of Iowa,personally appeared Bruce G.Kelley and Jeffrey S. ' ` ,POR o PUR4 0 °° ° ` Birdsley,who,being by me duly sworn,;did.say that they are, and are known to me Jo be the ; SEAL <= SEAL =: W, SEAL Chairman, President, Vice Chairman.and CEO, and/or Assistant Secretary respectively,of o <; o • each of The Companies above; that the seals affixed to this instrument are the seals:of said ,4101NESA* corporations; that said instrument was.signed'and sealed on behalf of each of the Companies • '" by authority of their respective Boards of Directors; and that the said Bruce G.Kelley and ' UAt lNS� voluntary Bit and deed of each officers,f the.Comp nies. the the execution of said instrument to be Z pgUTUq 9 �o e 92. My Commission Expires September.30 2009,., RUTAKRUMINS o �. ' y Commission Number 176255 ! � V��►w d URA Q M Comm.Exp.Sept.30,2009 ' roiNES.`� y Notary Public in and for the State of Iowa CERTIFICATE I,David L.Hixenbaugh,Vice President of the Companies,do hereby certify that the foregoing resolution:of the Boards of Directors by each of the ompanies;Ind.this Power of Attorney issued pursuant thereto on APRIL 23;2008 ehalf of bean R. Miller, Matthew J.Miller, D.C. Pruett, Mary S.Wilcox, Denise A.Iverson,Michelle A'Btckham;Dale A.Gebauer, Ray true and correct and are still in-full force'and'effect. C.Ritchey,Jr ' In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this day of Vice-President Power F.rm 7832(10-07,SCD) "For�eriflcation of the authenticity qf the ' ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID KC DATE(MMlDD/YY1Y) MIDST-2 08/20/08 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ' ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE R E Miller Insurance Agency HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 373 W. 101st Terr, Suite 200 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. nsas City MO 64114 hone: 816-333-3000 Fax:816-822-1634 INSURERS AFFORDING COVERAGE NAIC4 ' INSURED INSURER A: General Casualty INSURER B: MidState Pipe Line Maintenance INSURER C: James D Zumwalt, Jr. PO BOX 643 INSURER D: Belle MO 65013 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR ;NSRC TYPE OF INSURANCE POLICY NUMBER DATE(MMIDDIYY) DATE(MMIDD/YY) LIMITS ' GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY GCA 0626465 07/01/08 07/01/09 PREMISES(Eaoccurence) $ 100,000 CLAIMS MADE X❑OCCUR MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,OO O,O00 POLICY PEa F7 LOC ' AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ lOOOOOO A X ANY AUTO CBA 0626461 07/01/08 07/01/09 (Ea accident) ALL OWNED ALTOS BODILY INJURY $ ' SCHEDULED ALTOS (Per person) X HIRED ALTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ ' (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ ' EXCESSIUMBRELLALIABILITY EACH OCCURRENCE $ 1,000,000 A X OCCUR �CLAIMSMADE CCU 0626462 07/01/08 07/01/09 AGGREGATE $ 1,000,000 ' DEDUCTIBLE $ X RETENTION $0 $ WORKERS COMPENSATION AND X TORY LIMITS ER A ANY LOYERIETOR/ILITY CWC 0626463 08/10/08 08/10/09 E.L.EACH ACCIDENT $500000 ' ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? E.L.DISEASE-EA EMPLOYEE $500000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $500000 OTHER ' A Equipment Floater CIM 0626464 07/01/08 07/01/09 Leased/eq 20,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Certificate holder is additional insured respects General Liability when ' required by written contract. ' CERTIFICATE HOLDER CANCELLATION JEFFE51 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN ' NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL City of Jefferson City, MO IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 320 East McCarty Street REPRESENTATIVES. City MO 65101 ' A IZED REP ACORD 25(2001108) ©ACORD CORPORATION 1988 IMPORTANT ' If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement ' on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate ' holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between ' the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ' t 1 1 ACORD 25(2001108) 1 AUTHORIZATION TO INSERT DATE OF CONTRACT IN BONDS City of Jefferson City,MO ' 320 East McCarty Street ' Jefferson City,MO 65101 RE: Mid-State Pipeline Maintenance,LLC — Bond No. S368141 Gentlemen: ' The undersigned is an authorized representative of Employer's Mutual Casualty Co. PO Box 8550,Kansas City,MO 64114 Surety for Mid-State Pipeline Maintenance,LLC , Contractor, for and during the entire period of Project No.: 31086-Scum Equipment for SBR-Jefferson City RWRF Authorization is hereby given by the Surety to the City of Jefferson City,MO to insert the date ' of the execution of the Contract on both the Bonds and Powers of Attorney. ' Employer's Mutual Casualty Co. Surety (seal) ' BY: Date: 08/20/2008 Denise A. Iverson Attorney-in-fact 1 1 JHE FACE OF"THISDOCUMENT HAS ACOLOREDBACKGRO1.10D O DOCUMENT • • • ..Emc Insurance lirfm S N d 7. 5 P.O..8 ok 712. bes.Moines,;lA 50306-0712 .. " " �: ' CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEYAWFACT AftnW ALL MEN BY THESE PRESENTS,fhat: ' Employers Mutual C2sualty Company;an Iowa Corporation 5 Dakota-Fire,Insurance Company;a North Dakota Corpora tion 2 EMCASCG I,nsurarrce Company,an Iowa Corporation 6.' EMC.Pro.Wty&.Casualty Company,an Iowa Corporation 3 Union lnsurance;Company of:Providence,an Iowa Corporation 7..` Hamilton Mutual lnsurance.Company,an Iowa:Corporation 4 Illinois EMCASC0.Insurance Company,:an Lowa Corporation hereinafter;referred to severally as ,C ompany ompany`'.and collectively as'Companies",each does by these presents matte constitute artd..appoint SEAN R. MILLER, MATTHEW.J MILLER D C PRUETT; MARY S.WILLCOX, DENISE.A IVERSON,::MICHELLE A. BICKHAM;,:DALE A. GEBAUER;RAY C >RITCHEY,JR,;INDIVIDUALLY;KANSAS:CITY, MISSOURI..::. ' its true and lawful attorney in fact with full power and authority conferred to sign,seal,and execute its lawful bonds undertakings,and other obligatory instruments of a P.similar nature as follows: IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS :: .. ....($10,00.0,000.00), and to bind each Company thereby as fullk.1 and to the same extent as ff such instruments were signed by the duly authorized officers of each such Company;:and all 6f the acts of said attorney pur`suar t to.the authority hereby given are hereby,ratified and:confirmed. ' The authority hereby granted shall expire APRIL 112009 unless sooner revgked .AUTHORITY.FOR POWER:OF ATTORNEY , ' This.Power of Attorney:is:made acid executed pursuant to and by the authority of the following resolution of:the Boards of Directors of:each of the Companiesaf a regularly scheduled meeting of each company`dulycalled a:nd held in 1999: Y ry RESOLVED The President and Chief Executive Officer an \lice President,the Treasurer.bnd'the Secreta ,or Employers Mutual Casualty Company shall have power and authority to (1) appoint attomeys infapt and authorize them to execute on behalf of::'each Company and attach.the seal.of the.Conipanythereto, bonds and undertakings,recognizances,.contracts of indemnify and other writings obligatory in the nature thereof,and,(2}to remove any such attorney in fact at any time and revoke the power and aufhori. iven to him or .her.'Attorne s=in fact:shall have power and authority,subject to.the.terms h.durnitatiorts of the: owide-of-attorne issued to ahem, P h!9 Y ,. h' 1 R. .;. Y to execute and dehvenbri behalf of..the Company andlo attach the seal of the Company thereto, bonds and undertakings,ricogmzances, cont6ds of indemnity:and er writings obligatory.in the nature thereof,and any`such insfrt ment executed.by any such attorney-in-fact.shalt be fully and in all respects binding upon.the Company. fication as to'the validity of any:power-of-attorney authorized herein made:by an officer of Employers Mutual Casualty Company shall be fully and in all respects` ' rig upon this Company The facsimrlE:or mechanically reproduced signature of such officer, whetherntade heretofore or'#ereaffer,rwherever appearing upon a: certified copy of any power<of-attomey of the Company;shalt be valid,and binding upon the Company with the:same force arid,affect although manually affixed: IN.WITNESS WHEREOF the Companies have caused'these presents to:be signed'for each by their officers a5:ahown and the Corporateseals to be hereto affixed this 23RD day of §APRIL.` 2008 J. ' Seals Bruce G Kelley, hairman J rey S Birdsley S...NSOq e�,�e co w a s of Companies 2,3,4,5& ;President Assistant Secretary PL„P,��n„A P , , F P A j�4,`p POP41f 2CR t2 OR4%o oa `oPPOfl4t 9 of Company 1;Vice.Chairman and - - M. o SEAL 1863 0 _ J953 <, CEO of Company? •- OWA * IOWA, SURAN�. ��yB URgn, utua� On this 23RDday of APRIL .. AD 2008 before me a. ''o'� Fo 4� • O1 ie ��PS�PQOg4 �s°:, Notary Public in and for the State of4owa personally appeared Bruce G.Kelley and.Jeffrey S.: ",IYOR4,%'� ° -o .. l 9 Birdsle who,being b me dui sworn did.sa that the are and:are known to me..to`be the. g Y. 9 Y Y Y Y. SEAL SEAL ,y SEAL Chairman, President, Vice;Chairman and CEO and/ar AsslstantSecretary respectively,of each of The Companies above, that the seals.affixed to this instrument are the seals of:said owa ;oA,o„. corporations; that said instrument was sigoed'and sealed on behalf of eacti of the.Companies ' by authority of their respective Boards of Directors and that the said Bruce G KeAey and DUAL :Jeffrey S.Birdsley, as such offcers,;acknowledge fhe:executiod of said instrumen##o be the UTU4Sp voluntary act and deed of each of the;Companies 9 �o v2 My Commission Expires September 30 2009` RUTAKRUMINS'. F Commssion Number176355 �,.�Ir;,,n,r ,My pomm.Exp.s6f iojoo9 iriES�� Notaryt?ublic in and:forthe State of Iowa CERTIFICATE I,David L Hixenbaugh;Vice Presidenfiof he Companres;do hereby certify that the foregoing resolution of the Boards of Directors by Each of the panics and this Power ofAttomey issued pursuant thereto on APRIL 23%2008 half of Sean R Miller,Matthew J Miller; D.C..Pruett, Mary S Wilcox Denise A _Iverson„Mrchelle A Btckhasn; D..ale:A.Gebauer,.Ray are true and correct and are stif in full force and effect. C Ritchey,,1r' In Testimony Whereof I have subscnbed:my name and affixed the facsimile seal°of each Company this 20th day o€ gust ;2008 ' Vice President L_Form 7832(10-07 SCD) "For verification-of the.-authenticit.y.of 1he Power of Attornqy_yDu mAYAball .: ' FORWARD GENERAL PROVISIONS • The following Articles GP-1 through GP-49 are"General Provisions of the Contract",modified as set forth in the Special Provisions. GP-1 CONTRACT DOCUMENTS It is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders,General Provisions,Special Provisions,Bid,Contract,Performance and One Year Guarantee Bond, Specifications, other documents listed in the Table of Contents and bound in this Volume. Plans,all Addenda thereto issued prior to the time of opening bids for the work, all of which are ' hereto attached,and other drawings,specifications,and engineering data which may be furnished by the Contractor and approved by the Owner,together with such additional drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the intent ' of the specifications and drawings, are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. ' The several parts of the Contract Documents are complementary,and what is called for by any one shall be as binding as if called for by all. The intention of the Documents is to include the furnishing of all materials,labor,tools,equipment and supplies necessaryfor constructing complete and ready to use the ' work specified. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. The Contract shall be executed in the State and County where the Owner is located. Three(3)copies ' • of the contract documents shall be prepared by the Contractor, each containing an exact copy of the Contractor's bid as submitted,the Performance Bond properly executed,a Statutory Bond where required, and the contract agreement signed by both parties thereto. These executed contract documents shall be filed as follows: ' One(1)with the City Clerk of the City of Jefferson One(1)with the Jefferson City Director of Community Development One(1)with the Contractor GP-2 DEFINITIONS Wherever any work or expression defined in this article, or pronoun used in its stead, occurs in these ' contract documents, it shall have and is mutually understood to have the meaning herein given: 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). 1 1 1 6. "Construction Representative"shall mean the engineering or technical assistant duly authorized , by the Engineer limited to the particular duties entrusted to him or them as subsequently set forth herein., ' 7. Date of Award of Contract or words equivalent thereto, shall mean the date upon which the successful bidder's proposal is accepted by the City. 8. "Day"or"days", unless herein otherwise expressly defined, shall mean a calendar day or days ' of twenty-four hours each. 9. 'The work" shall mean the work to be done and the equipment, supplies and materials to be , furnished under this contract, unless some other meaning is indicated by the context. 10. "Plans"or"drawings"shall mean and include all drawings which may have been prepared by the ' Engineer as a basis for proposals, all drawings submitted by the successful bidder with his proposal and by the Contractor to the City, if and when approved by the Engineer, and all drawings submitted by the City to the Contractor during the progress of the work,as provided for herein. ' 11. Whenever in these contract documents the words"as directed","as required","as permitted","as allowed", or words or phrases of like import are used, it shall be understood that the direction, , requirement, permission, or allowance of the City and Engineer is intended. 12. Similarly the words"approved", "reasonable", "suitable", "acceptable", "properly", "satisfactory", or words of like effect and import, unless otherwise particularly specified herein, shall mean ' approved,reasonable,suitable,acceptable,proper or satisfactory in the judgment of the City and Engineer. 13. Whenever any statement is made in these Contract Documents containing the expression "it is • ' understood and agreed"or any expression of the like import,such expression means the mutual understanding and agreement of the Contractor and the City. 14. "Missouri Highway Specifications" shall mean the latest edition of the "Missouri Standard Specifications for Highway Construction"prepared by the Missouri Highway and Transportation Commission and published before the date of this contract. ' 15. "Consultant" shall mean the firm, company, individual, or its/his/her duly authorized representative(s)under separate agreement with the City of Jefferson that prepared the 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. , 1 ' The Engineer assumes no direction of employees of the Contractor or subcontractors and no supervision of the construction activities or responsibility for their safety. The Engineer's sole responsibility during ' construction is to the City to endeavor to protect defects and deficiencies in the work. Any plan or method of work suggested by the Engineer, or other representative of the City, to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall ' be used at the risk and responsibility of the Contractor; and the Engineer and the City will assume no responsibility therefore. ' GP-5 BOND Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the full amount of the contract sum. This surety bond, executed by the Contractor to the City, shall be a guarantee: (a) for the faithful performance and completion of the work in strict accordance with the terms and intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might in any manner become a claim against the City; (c) for the payment to the City of all sums due or which may become due by the terms of the contract, as well as by reason of any violation thereof by the Contractor; and for a period of one year from and immediately following the acceptance of the completed project by the City,the payment to the City of all damage loss and expense which may occur to the City by reason of defective materials used,or by reason of defective or improper ' workmanship done, in the furnishing of materials, labor, and equipment in the performance of the said contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond ' shall be executed with the property sureties through a company licensed and qualified to operate in the state and approved by the City. Bond shall be signed by an agent resident in the state and date of bond shall be the date of execution of the contract. ' If at any time during the continuance of the contract the surety on the Contractor's bond becomes irresponsible,the City shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the City within ten(10)days after notice to do so. In default thereof,the ' contract may be suspended, all payments or money due the Contractor withheld, and the contract completed as hereinafter provided. GP-6 INSURANCE GP-6.1 GENERAL: ' The Contractor shall secure, pay for and maintain during the life of the Contract, insurance of such types and amounts as necessary to protect himself, and the City, against all hazards enumerated herein. All policies shall be in the amounts, form and companies satisfactory to the City. ' The insuring company shall deliver to the City certificates of all insurance required, signed by an authorized representative and stating that all provisions of the following specified requirements are complied with. All certificates of insurance required herein shall state that ten(10)days written notice will be given to the City before the policy is canceled or changed. All certifications of insurance shall be delivered to the City prior to the time that any operations under this contract are started. All of said Contractor's certificates of insurance shall be written in an insurance company authorized to do business in the State of Missouri. ' GP-6.2 BODILY INJURY LIABILITY&PROPERTY DAMAGE LIABILITY INSURANCE (1) Bodily Injury Liability insurance coverage providing limits for bodily injuries,including death,of not less ' than$2,000,000 per person and $300,000 per occurrence. (2) Property Damage Liability insurance coverage for limits of not less than $2,000,000 per one ' occurrence nor less than $2,000,000 aggregate to limit for the policy year. • GP-6.3 CONTRACTOR'S PROTECTIVE BODILY INJURY LIABILITY & PROTECTIVE PROPERTY ' DAMAGE LIABILITY INSURANCE: (COVERING OPERATIONS OF SUBCONTRACTORS) (1) Contractors contingent policy providing limits of at least$300,000 per person and $2,000,000 per , occurrence for bodily injury or death. (2) Property Damage Liability providing limits of at least $2,000,000 per occurrence and $2,000,000 , aggregate. GP-6.4 CONTRACTUAL LIABILITY Property Damage coverage with $2,000,000 aggregate limit. ' GP-6.6 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. , ' 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 Cityfrom 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, 1 workmen,material men,or suppliers of machineryand 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 r The Contractor shall not assign or transfer this contract nor sublet it as a whole, without the written • consent of the City and of the Surety on the Contractor's bond. Such consent of Surety, together with copy of assignment, shall be filed with the City. No assignment, transfer or subletting, even though consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him in a satisfactory manner, the City may at his option annul and ' terminate Assignee's contract. GP-8 SUBCONTRACTS, PRINCIPAL MATERIALS &EQUIPMENT Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of the principal items of materials and equipment which he proposes to use in the construction of the project. , The Contractor agrees that he is as fully responsible to the City for the acts and omissions of his subcontractors and of person either directly or indirectly employed by them as he is for the acts and omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the City. ' No officer, agent or employee of the City, including the Engineer, shall have any power or authority whatsoever to bind the City or incur any obligation in its behalf to any subcontractor, material supplier or , other person in any manner whatsoever. GP-9 OTHER CONTRACTS • ' The City reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. ' If any part of the Contractor's work depends for proper execution or results on the work of any other contractor,the Contractor shall inspect and promptly report to the Engineer any defect in such work that ' renders it unsuitable for such proper execution and results. His failure so to inspect and report all constitute an acceptance of the other contractor's work as fit and proper for the reception of his work,except as to defects which may develop in the other contractor's work ' after the execution of his work. Wherever work being done by the City's forces or by other contractors is contiguous to work covered by , this Contract,the respective rights of the various interests involved shall be established by the Engineer, in order to secure the completion of the various portions of the work in general harmony. GP-10 LEGAL RESTRICTIONS, PERMITS AND REGULATIONS ' The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature and shall give due and adequate notice to those in control of all properties which may be affected by his operations. Rights-of-way and easements for permanent structures or permanent changes in existing , facilities shall be provided by the City unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn or specified. , GP-11 ROYALTIES AND PATENTS • It is agreed that all royalties for patents or patent claims, infringement whether such patents are for , processes or devices, that might be involved in the construction or use of the work, shall be included in ' the contract amount and the Contractor shall satisfy all demands that may be made at any time for such • and shall be liable for any damages or claims for patent infringements,and the Contractor shall at his own expense, defend any and all suits or proceedings that may be instituted at any time against the City for ' infringement or alleged infringement of any patent or patents involved in the work,and in case of an award of damages,the said Contractor shall pay such award;final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. GP-12 SCOPE AND INTENT OF SPECIFICATIONS AND PLANS GP-12.1 GENERAL These Specifications and Project Plans are intended to supplement, but not necessarily duplicate each other, and together constitute one complete set of Specifications and Plans so that any work exhibited in the one and not in the other, shall be executed just as if it has been set forth in both, in order that the work shall be completed according to the complete design of the Engineer. Should anything be omitted from the Specifications and Plans which is 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 notifythe 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 rThe City may appoint or employ such "Construction Representative" as the City may deem proper, to observe the work performed under this Contract, to the end that said work is performed, in substantial ' accordance with the plans and specifications therefor. • The Project Representative assumes no direction of employees of the Contractor or Subcontractors and no supervision of the construction activities or responsibility for their safety. The sold duty of the Project Representative during the construction is to the City to endeavor to protect against defects and deficiencies in the work. The Contractor shall regard and obey the directions and instructions of the Construction Representative , so appointed,when the same are consistent with the obligations of this contract and the specifications • therefor, provided, however, that should the Contractor object to any order given by the Construction , Representative, the Contractor may make written appeal to the Engineer for his decision. The Construction Representative and other properly authorized representatives of the City shall be free at all times to perform their duties, an intimidation or attempted intimidation of any one of them by the Contractor or by any of his employees shall be sufficient reason, if the City so decides, to annul the contract. Such construction representation shall not relieve the 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. , 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. . I 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. • ' GP-15 CONTRACTOR'S RESPONSIBILITY FOR MATERIALS iThe 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 bythe Contractor. This work shall be subsidiary to the construction and no direct payment will be made for it. GP-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES Pipe lines and other existing underground installations and structures in the vicinity of the work to be done hereunder are indicated on the plans according to the best information available to the City. The City , does not guarantee the accuracy of such information. The Contractor shall make every effort to locate all underground pipe lines, conduits and structures by contacting owners of underground utilities and by prospecting in advance of the excavation. Any delays to the Contractor caused by pipe lines or other underground structures or obstructions not i 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. i ' GP-24 NO WAIVER OF RIGHTS • Neither observation of work by the City or any of their officials, employees, or agents, nor any order by ' the City for payment of money, or any payment for, or acceptance of, the whole or any part of the work by the City, nor any extension of time, nor any possession taken by the City or its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the City, or any i right to damages herein provided, nor shall any waiver of any breach in this contract be held to be a waiver of any other or subsequent breach. GP-25 USE OF COMPLETED PORTIONS If desired by the City,portions of the work may be placed in service when completed or partially completed and the Contractor shall give proper access to the work for this purpose;but such use and operation shall ' not constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter. GP-26 ADDITIONAL,OMITTED,OR CHANGED WORK The Owner,without invalidating the Contract,may order additional work to be done in connection with the ' 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. ' 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 actually done and at the applicable unit price or prices therefor. Otherwise, such work shall be paid for as "Extra Work"as hereinafter provided in this Article GP-26. If the modification or alteration decreases the amount of work to be done, such decrease shall not ' constitute the basis for a claim for damages or anticipated profits on work affected by such decrease. Where the value of omitted work is not covered by applicable unit prices,the Engineer shall determine on an equitable basis the amount of: ' 1. Credit due the Owner for Contract work not done as a result of an authorized change. 2. Allowance to the Contractor for any actual loss incurred in connection with the purchase,delivery ' and subsequent disposal of materials or equipment required for use on the work planned and which could not be used in any part of the work as actually built. ' 3. Any other adjustment of the Contract amount where the method to be used in making such adjustments is not clearly defined in the contract documents. Statements for extra work shall be rendered by the Contractor not later than fifteen(15)days after the i completion of each assignment of extra work and if found correct will be approved by the Engineer and submitted for payment with the next regular monthly estimate. The Owner reserves the right to contract with any person or firm other than the Contractor for any or all ' extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim • for damages or anticipated profits on any portion of the work that may be omitted. ' Extra Work: (a) The term "Extra Work" shall be understood to mean and include all work that may be required to ' accomplish any change or alteration in or addition to the work shown by the Plans or reasonably implied by the Specifications and not covered by the Contract proposal items and which is not otherwise provided under this Article GP-26. (b) The Contractor shall perform all extra work under the direction of the Engineer when authorized by , the Owner. The compensation to be paid the Contractor for performing extra work shall be determined by one or more of the following methods: , 1. Method A: By agreed unit price 2. Method B: By agreed lump sum ' 3. Method C: If neither Method A or B can be agreed upon before the work is started,then the work shall be by force account as per Section 109, Measurement and Payment, of the Missouri ' Standard Specification for Highway Construction,as published by the Missouri State Highwayand Transportation Commission. GP-27 SUSPENSION OF WORK ' The Owner may at any time suspend the work, or any part thereof by giving ten (10)days notice to the Contractor in writing. The work shall be resumed by the Contractor within ten (10)days after the date , fixed in the written notice from the Owner to the Contractor to do so. But if the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Owner does not give notice in writing to the Contractor to resume within a reasonable period of time, then the t 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 payment for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages. GP-31 LOSSES FROM NATURAL CAUSES ' All loss or damage arising out of the nature of the work to be done,of from the action of the elements, or from floods or overflows,or from ground water,or from any unusual obstruction of difficulty, or any other natural or existing circumstances either known or unforeseen, which may be encountered in the ' prosecution of the said work,shall be sustained and borne 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 ' Contractor directing such changes in the work as made necessary or desirable by unforeseen conditions or events discovered or occurring during the progress of the work. 1 GP-37 CONTRACT TIME ' The time for the completion of the work is specked and it is an essential part of the contract. The Contractor will not be entitled to any extension of contract time because of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. If the time for the completion of the work is based upon working days, this time will be specified in the ' contract. A working day is defined as any day when, in the judgment of the Engineer, soil and weather conditions are such as would permit any then major operation of the project for six (6) hours or over unless other unavoidable conditions prevent the Contractor's operation. If conditions are such as to stop ' work in less than six(6) hours, the day will not be counted as a working day. No working days will be counted from December 15 to March 15, both dates inclusive. Saturdays, Sundays, and City holidays will not be counted as working days any time during the year. ' GP-38 CONTRACT TIME EXTENSION The Engineer may make allowance for time lost due to causes which he deems justification for extension ' of contract time. If the Contractor claims an extension of contract time on the grounds that he is unable to work due to causes beyond his control, he shall state his reasons in writing,furnish proof to establish his claim and state the approximate number of days he estimates he will be delayed. Notice of intention ' to claim an extension of contract time on the above grounds shall be filed with the Engineer at the time the cause or causes occur and the claim shall be filed in writing within 30 days after the claimed cause for the delay has ceased to exist. GP-39 LIQUIDATED DAMAGES Time is an essential element of the contract and it is therefore important that the work be pressed vigorously to completion. Should the Contractor or in case of default the surety fail to complete the work within the time specified in the contract, or within such extra time as may be allowed in the manner set out in the preceding sections, a deduction of an amount as set out in the contract will be made for each day and every calendar day that such contract remains uncompleted after the time allowed for the , completion. The said amount set out in the proposal is hereby agreed upon, not as a penalty but as liquidated damages for loss to the City and the public, after the expiration of the time stipulated in the contract,and will be deducted from any money due the Contractor under the contract,and the Contractor ' and his surety shall be liable for any and all liquidated damages. Permitting the Contractor to continue and finish the work or any part of it after the expiration of the specified 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. (d) PARTIAL PAYMENT ' • Partial payment will be made on a monthly basis. The payment shall be based on the work that has been found generally acceptable under the contract by the Engineer or inspector. A retainer equal to 10% of the amount of work completed to date shall be withheld. (e) ACCEPTANCE AND FINAL PAYMENT Upon receipt of written notice that the work is ready for final inspection and acceptance,the Engineer will ' promptly make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed he will promptly issue a final certificate, over his own signature, stating that the work required by this contract has been.completed and is acceptable by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained ' percentage, shall be paid to the Contractor by the City of Jefferson within thirty(30)days after the date of said final certificate. (f) AFFIDAVIT OF COMPLIANCE Monies due to the Contractor will not be delivered to the Contractor without presentation to the Department of Community Development an Affidavit of Compliance with Prevailing Wage Law on ' prescribed form attached to the back of these contract documents. GP-41 RELEASE OF LIABILITY The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof,from all claims and 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 ' 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 ' On purchases in excess of$5,000,the City shall select products manufactured,assembled or produced in the United States, if quantity,quality,and price are equal. Every contract for public works construction or maintenance in excess of$5,000 shall contain a provision requesting the contractor to use American products in the performance of the contract. GP-45 AWARD OF CONTRACT-REJECTION OF BIDS ' All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all subcontractors and suppliers who the contractor intends to use on the project. Compliance with this 1 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 t 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,wheneverthere 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. , • END OF GENERAL PROVISIONS ' 1 CITY OF JEFFERSON,MISSOURI SECTION 01330-SUBMITTAL PROCEDURES PART ] -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. s •a 1.2 SUMMARY A. This Section includes administrative and procedural :requirements for submitting Shop Drawings,Product Data, Samples,and other miscellaneous submittals. B. Related Sections include the following: 1. Division 1 Section "Construction Progress Documentation" for submitting schedules and reports, including Contractor's Construction Schedule, Schedule of Values, and the Submittals Schedule. 2. Division 1 Section "Quality Requirements" for submitting test and inspection reports. 3. Division I Section Closeout Procedures for submitting warranties and Project Record Documents. 1� 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Engineer's responsive action. B. Informational Submittals: Written information that does not require Engineer's approval. .,.. Submittals may be rejected for not complying with requirements. �s h 1.4 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. I. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require.sequential activity. 2. Coordinate transmittal of different types of.submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Engineer reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. x ; C5X61900 01330-1 SUBMITTAL PROCEDURES RO—8/29/0.5 E CITY OF JEFFERSON,MISSOURI " E B. Submittals Schedule: Comply with requirements in Division 1 Section "Construction Progress • Documentation" for list of submittals and time requirements for scheduled performance of related construction activities. C. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time.for review shall commence on Engineer's receipt of.submittal. ' 1. Initial Review: Allow three weeks for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. ` Engineer will—advise-Cofitfacior when —a submittal being processed must be delayed for coordination. 2. If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Allow three weeks for processing each resubmittal. w 4. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing. D. Identification: Place a permanent label or title block on each submittal.for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. " t 2. Provide a space approximately 4 by 5 inches on label or beside title block to record Contractor's review and approval markings and action taken by Engineer. 3. Include the following:information on label for processing and recording action taken: I a. Project name. ' b. Date. C. Name and address of Engineer. d. Name and address of Contractor. e. Name and address of subcontractor. ' f. Name and address of supplier.. g. Name of manufacturer. h. Number and title of appropriate Specification Section. , i. Drawing number and detail references,as appropriate.. I E. Deviations: Highlight, encircle, or otherwise identify deviations from the.Contract Documents on submittals. F. Transmittal: Package each submittal individually. and appropriately. for transmittal and handling. Transmit each submittal using a transmittal form. Engineer will return submittals, without review, received from sources other than.Contractor. 1. On an attached separate sheet,. prepared on Contractor's` letterhead, record relevant information, requests for data, revisions other"than those requested by Engineer on I previous submittals, and deviations from requirements .of the Contract Documents, including minor variations and limitations. Include the same label information as the ' related submittal. - 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 1 C5X61900 0'1330-2 SUBMITTAL PROCEDURES RO—8/29/05 " 5 CITY OF JEFFERSON,MISSOURI Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, . . G. st p fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. '.. . H. Use for Construction: Use only final submittals with mark indicating action taken b Engineer Y g Y g in connection with construction. PART 2 - PRODUCTS as; 2.1 ACTION SUBMITTALS A. General:.Prepare and submit Action Submittals required by individual Specification Sections. « °{ 1. Number. of Copies: Submit .seven (7) copies of each submittal, unless otherwise indicated. Engineer will return four copies. Mark up and retain one returned"copy as a Project Record Document. a. Submit two copies of each submittal where selection of options, color, pattern, texture, or similar characteristics is required. Engineer will return submittal one ' copy with options selected. B. Product Data: Collect information into a single submittal for each element of construction and type of product or'equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings,not as Product Data. ' 2. Mark each copy of each submittal to show which products and options are applicable. a1Y:' 3. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. :. C. Manufacturer's installation instructions. d. Manufacturer's catalog cuts. x e." Standard;product operating and maintenance manuals:. f:` Compliance with recognized Trade association standards. g. Compliance with recognized.testing agency standards. h. Application of testing agency labels and seals. i. Notation of coordination requirements. y C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. ' 1. Preparation: Include the following information,as applicable: a. Dimensions. b. Identification of products. C. Fabrication and installation drawings. b d. Schedules: r C5X61900 01330-3 SUBMITTAL PROCEDURES RO—8/29/05 CITY OF JEFFERSON,MISSOURI ' e. Design calculations: f. Compliance with specified standards. g. Notation of coordination requirements. h. Notation of dimensions established by field measurement. , .D. Samples: Prepare physical units of materials or products, including the following: 1. Samples for Verification: Submit full-size units or Samples of size indicated, prepared , from the same material to be-used for the Work,�cured-and'finished in manner specified, and physically identical with the product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the , 1 following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture,and pattern; color range sets; and components used for independent testing = ' and inspection. 2. Preparation: Mount, display,or package Samples in manner specified to facilitate review ' of qualities indicated. Attach label on unexposed,side that includes the following: a. Generic description of Sample , I b. Product name or name of manufacturer. c.. Sample.source. 3. Submit Samples for review of kind,color, pattern,'and texture for a final check of these I characteristics with other elements and for a comparison of these characteristics between final submittal and actual component as delivered and installed. a. If variation in color,pattern, texture, or other characteristic is inherent in the product represented by a'.Sample, submit at least.three sets of paired units that show approximate limits of the variations. 1 b. Refer to individual Specification Sections for requirements for Samples that illustrate workmanship, fabrication'techniques, details.of assembly, connections, operation, and similar construction characteristics. i 4. Disposition: Maintain sets of approved Samples at'a location designated by the Owner, available.for quality-control comparisons throughout the course of construction activity. Sample sets may be. used to determine final acceptance of construction associated with each set. E. Contractor's Construction Schedule Comply with requirements in General Conditions and Division 1 Section "Construction Progress Documentation". F. Submittals Schedule: Comply with requirements'in General Conditions and Division 1 Section "Construction Progress Documentation." G. Schedule of Values: Comply with requirements in General Conditions and Division 1 Section "Construction.Progress Documentation." C5X61900 01.3304 SUBMITTAL PROCEDURES RO-8/29/05 CITY OF JEFFERSON, MISSOURI tY -2.2 INFORMATIONAL SUBMITTALS A A. General: Prepare and submit Informational Submittals required by other Specification Sections. 1. Number of Copies: Submit three copies of each submittal, unless otherwise indicated. ' Engineer will not return copies. rq 2. Certificates and Certifications: .Provide a notarized statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be ' signed by an officer or other individual authorized to sign documents on behalf of that entity.- t' 3. Test and Inspection Reports: Comply with requirements in Division 1 Section "Quality Requirements." B. Qualification Data: Prepare written information-that demonstrates capabilities and experience of firm or person. `Include lists of completed projects with project names and addresses, names and addresses of engineers and owners, and other information specified. C. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements. D. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements. Submit record of Welding Procedure Specification (WPS) and s k., 7 Procedure Qualification Record (PQR) on AWS .forms. Include names of firms and personnel certified. .S E. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements and, where required, is authorized for this specific Project. F. Manufacturer Certificates: Prepare written statements on manufacturer's certifying that manufacturer complies with requirements. Include evidence of manufacturing experience where required. G. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements. H. Material Test Reports: Prepare reports written by a qualified testing agency,on testing agency's standard form, indicating and interpreting 'test results of material for compliance with requirements. I.. Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements. � J. Compatibility hTest Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed 1� before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. K. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either during CSX61900. 01330-5 SUBMITTAL PROCEDURES {..`.. R0—8/29/05 CITY OF JEFFERSON, MISSOURI ' installation of product or after product is installed in its final location, for compliance with • .f requirements. j 1 L. Product Test Reports: Prepare, written :reports indicating current product produced by manufacturer complies with requirements. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive.tests performed by a qualified testing agency. M. Maintenance Data: Prepare written graphic instructions and procedures for operation and. normal maintenance of products and equipment. Comply with requirements in Division I Section "Closeout Procedures". , N. Design Data: Prepare written .and. graphic. information, including, but not limited to, performance and design criteria, list` of applicable.codes, and regulations, and calculations. ' Include list of'assumptions and other performance and design criteria and'.a summary of loads. Include load diagrams if applicable. .Provide name'and version of software, if any, used for calculations. Include,page numbers. O. Manufacturer's Instructions: Prepare written or P ublished information that documents ' manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of.product and name, address, and telephone number of ' manufacturer: Include the following, as applicable, L Preparation of substrates. I 2. Required substrate tolerances. . ' 3. Sequence of installation or erection.: 4.1 Required installation tolerances. 5. Required adjustments. 6. 'Recommendations for cleaning and protection. P. Manufacturer's Field Reports: Prepare .written information documenting factory-authorized service representative's tests and inspections. Include the following, as_applicable: 1. Name, address, and telephone :number of factory-authorized service representative making report: 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products comply with requirements: 4. Summary of 'installation procedures being followed, whether they comply with requirements and, if not,what corrective action was taken. 5. Results of operational and. other tests and a-statement of.whether observed performance ' complies with requirements. 6. Statement whether conditions, products,and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. Q. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage,amounts of deductibles, if any,and term of the coverage. F C5X61900 01330-6 SUBMITTAL PROCEDURES RO—8/29/05 ' d- CITY"OF JEFFERSON,MISSOURI ' PART 3, EXECUTION; 1;, . CONTRACTOR'S,REVIEW, ' r A. Review each submittal and check for compliance with .the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Engineer. ' B. Approval Stamp Stamp each submittal with a"uniform"approval stamp mciuding a statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents..Sign and date. The practice of submitting incomplete or unchecked,s.hop„drawings for the Engineer to corrector finish will not be acceptable, and shop'drawings which in the opinion of the Engineer, clearly indicate that they have not been checked.by. the Contractor will be considered as not complying with the intent of the Contract Documents-and will be returned to-the Contractor for resubmission in the proper form. 3.2 ENGINEER'S ACTION A. General: Engineer•will not review submittals that do not bear Contractor's approval stamp and will return them'without action:.".,:` { b 1 -tip B. Action Submittals:. Engineer will review each submittal, make.marks to indicate corrections or ' modifications.required,'and return it. Engineer will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken as follows: 1. "Approved": the work covered by the submittal may proceed within the construction schedule or sequence, provided the work complies with the requirements of the Contract Documents-. ' ' z r 2. "Approved as Noted": the work covered by the submittal may proceed within the construction schedule or sequence, provided the work complies with the notations or <, corrections on the submittal and the requirements of the Contract Documents. 3. "Not Approved'. do not,proceed with,ahe work..covered b the,submittal,..including Y '- purchasing, fabrication, delivery,.or.other:activity. Revise or prepare.a new submittal according to the notations; resubmit without delay. 4. "Work May Proceed": The Engineer will only use "Work May Proceed" when the submittal specifically requests permission to. initiate.. work, such as when construction sequencing is..critical.. A detailed,construction,,sequence for the ;work covered by the ' submittal must:.be.included,with such a. request,, "Work.May Proceed" means the work t covered by the submittal may proceed as set forth in the sequence submitted. 5. , : "Work May.Not Proceed" The.Engineer,will only use "Work.May Not Proceed” when the submittal,specifically requests permission to initiate work, such as when construction sequencing is critical. A detailed construction sequence for the work covered by the submittal must be included with such a request. "Work May Not Proceed" means the work covered by the submittal may not proceed at this time. 6. "Resubmit": revise the submittal according to the notations or corrections; resubmit without delay. C5X61900, 01330 77 SUBMITTAL PROCEDURES, R0-8/29/05 �S J.e.v, CITY OF JEFFERSON,MISSOURI I 7. "Do Not Resubmit": :a revision need not.be submitted. However, all notations or corrections made on the submittal must be complied with. , 8. "Submit Final Certified": When the Engineer marks a submittal"Submit Final Certified,". prepare and submit a final, dimensionally certified drawing .including any notations or corrections made; submit without delay. ' 9. "Review Not Required": When the Engineer marks a submittal "Review Not Required," the submittal has not been reviewed by the engineer. The engineer will not review- submittals made for record purposes only or, submittals-not required by the Contract Documents. ' C. Informational Submittals: Engineer will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. Engineer will forward each ' submittal to appropriate party. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION 01330 i • i i i. C5X61900 01330=8 SUBMITTAL PROCEDURES RO-8/29/05 psi CITY OF JEFFERSON,MISSOURI .? L SECTION 017U0, EXECUTION REQUIRE M- E T ' 'PART 1 -GENERAL RELATED TS 11 A. Drawings and general provisions of the Contract, including General and- Supplementary ° a Conditions and other Di I vision 1 Specification Sections, apply to this Section. 1 2 SUMMARY , CC ii A This Section includes general procedural requirements gov erning execution; of the Work including,but not limited to,the following: . i E Construction layout.. . .2. General installation of products..' ' 3. Progress cleaning 4. Starting and adjusting. 5 Protection oflnstalled construction. 'Correction of the Work. PART 2 ~PRODUCTS;(No"tUsed) ® z PART 3 EXECUTION R 3'I ZEXAMINATION e.Af xisting 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. P ' ; B _Existing Utilities: The existence .and;, location of underground-and other. utilities and x '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 t v C Acceptance, of Conditions: : Examine.,substrates, areas, .and conditions, with Installer or ri Applicator present where indicated, for corn p.Hance with.requirements for installation tolerances s',and,other conditions affecting,performance Record:observations : -PREPARATION , A Existing Utility Interruptions Do"not interrupt utilities serving facilities unless permitted under x the followmgt conditions and then_ only after arranging to provide temporary utility services -according to"requirements indicated AN r �CSX61900 01-700-1 EXECUTION REQUIREMENTS 8/29/05 ` s - - s F CITY-OF JEFFERSON,MISSOURI 1. Notify Engineer:not less than two days"in advance of proposed utility.interruptions. 2. Do.not proceed with utility interruptions without Engineer's written.permission. 1 B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each.product. Where portions of the Work are indicated to fit to , other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. .. C. -Spa ce Re uir e en s: Verify, .space req uirements quirements .. _; and- dimensions of items shown diagrammatically on Drawings: ; D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for , clarification of the,Contract Documents,submit a request for information to Engineer.Include a detailed description of problem encountered, together with recommendations for changing the Contract Documents. 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 existingi 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. f 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. J 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. ' 3.4 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and P Y � elevation, as indicated. J. Make vertical work plumb,and:make:horizontal work level. 2. Where space is limited, install componentsAo.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 roducts at the time and under conditions that will ensure .the,best possible results. P P Maintain conditions required for product performance until Substantial Completion. C5X61900 01700-2 EXECUTION REQUIREMENTS RO—8/29/05 CTI'Y OF JEFFERSON, MISSOURI 1 • §4 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. . w E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. s ,x� F. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. PROGRESS CLEANING ra� � w 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. ' r 1. Comply with requirements in NFPA 241 for removal.of combustible.waste materials and debris. Ka ar s 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 Ievel 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. z D. Installed Work: Keep installed work clean. Clean installed surfaces according to written n� 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. Y}. 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. i G. Cutting and Patching: Clean areas and spaces where cutting and patching are performed. Completely remove paint,mortar, oils, putty, and similar materials. I. 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. C5X619.00 01700-3 EXECUTION REQUIREMENTS r , W RO 8/29/05 �t, -7,777 1 w4, CITY OF JEFFERSON,MISSOURI 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 INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage ; or deterioration at time of Substantial Completion. , 3.7 CORRECTION OF THE WORK A. Repair or remove and replace defective construction. Restore.damaged substrates and finishes 1. Repairing includes replacing defective parts,frefinishmg,:dariiage'd surfaces, touching up ' with matching materials;and properly adjusting operating equipment. B. Restore permanent facilities used during construction to their specified condition. ' C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. # , D. Repair components that do not operate properly..Remove and replace operating components ` that cannot be repaired.. ' E. Remove and replace,chipped,.scratched,and broken:glass or-reflective'surfaces. END OF SECTION 01700. _ C ' C C5X61900 01700-4 EXECUTION REQUIREMENTS i RO 8/29/05 CITY OF JEFFERSON,MISSOURI 911 5Z SECTION:0.1731 -CUTTING AND PATCHING xPABT 1 -GENERAL N. is h RELATED DOCUMENTS C­.-Drawings and generals proyisions;wof the. Contract, including General,,,-and.Supplementary sa .Conditions and other Division 1 S ecification Sections,apply o,this Section.,,i . 11 1 2 SUMMARY F This,Section.includes procedural requirements_for cutting and patching. x zA Cutting:; Removal of existing construction necessary to permit installation or performance of other Work Patching Fitting and repair work required to restore, surfaces ,to. original .conditions 'after rn z installation of other Work: QUALITY.ASSURANCE f , 1 _ .. Structural.Elements ,, Do not<cut and patch structural elements m,a.manner.that could change f their load carrying capacity or load-defle ct ion ratio �x"B."'. Qperational£Elements_ Dodnot cut and patch operating elements and related components in a ' manner that results_in'reducm their ca acity to perform.as intended,or that:results.in increased g P . y. . j r maintenance or decreased operational life or safety". C. Visual..;Requirements: Do' not cut and patch construction in a manner that results, in visual `4 evidence of cutting and patching. Do not cut and patch construction exposed on the exterior or m occupied spaces in a manner that would, in,Engineer!s,,opinionit,;reduce the building's, and 1, 5 structure's aesthetic�quahties Remove and replace construction,thai has bgen.cut and patched in a visually unsatisfactory manner. WARRANTY A Existin Warranties -Remove re lace patch,,and re air materials and surfaces cut, dama ed :.g / _ P...: , .., a p_ � g during cutting and 'patching operations,by methods and with,materials:so as not Ao void existing warranties. � iNkA Y i ® PART 2-PRODUCTS t� s E C5 {61900 20 0.1731-.1, CUTTING AND PATGHIN.Ga , " CITY OF JEFFERSON,MISSOURI 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 A. 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 I 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 rotection from. adverse.'weather:conditions�for portions of Protect that might be p P J , exposed during cutting:and patching.operations: C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage #o adjoining areas. 1! 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. . 1 3.3 PERFORMANCE I A.'- General: Employ skilled workers`to' erform cutting and atchiri g.,' Proce`ed with cutting and ' P Y P g. P g 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. 01, original condition. ' C5X6.1:900 OP73=1 -2 CUTTING'AND PATCHING RO-8129/2005 ' i ' r CITY OF JEFFERSON;MISSOURI S B ,�Cuttii g: Cut existing construction by sawing,drilling, breaking,chipping,grinding,and similar ' operations, includin g excavatio_n usin g methods least likely to damage a elements retained or aJoining construction.d xF F! 1. In general, use hand or small power tools designed .for sawing and grinding, not 'TiAl' E. F hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover '' � h - opening's when'not in use. 2. Existing`Finished Surfaces:' Cut or-:.drill from the exposed orfutished side into concealed r _. `. surfaces.. .. Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond-core drill. 4. Excavating and Backfillmg: -Comply with requirements in applicable Division 2 Sections r 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'wrath durable seams that are as invisible as s 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 mtegnty of installation.` 2. Exposed Finishes Restore exposed finishes of 'patched areas and `extend .finish 3 restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. ' a END OF'SECTION°01731 k H k 1 r" Y Y h�k �.ay`g P 40f,", C5619.00 0173'1 -3 CUTTING ING AND PATCHING R0 8/29/2005 Nil y CITY OF JEFFERSON,MO Y. i0 ,SECTION 02221 UTILITY TRENCH EXCAVATION,AND BACKFILL 1 'zc PART 1 -GENERAL f � t ag �1 1 RELATED DOCUMENTS, W1,i4 A Drawings and general provisions.of Contract, including.Gene ra l and Supplementary Conditions, and Division,"1:Specification sections, apply to this section. q 1 2 SUMMARY. ' A Extent of trench excavation and backfill work shall.be as.required to perform the construction as shown on the Drawings and specified herein. Trench excavation and backfill work shall also include:boring pits and,vertical shafts excavated in,conjunction with utility construction. f, 1: Trench=excavation 2: . Foundation stabilization . 3. Pipe bedding and trench backfill .Manholes B. .. Definition: "Excavation" consists of removal of"material encountered to subgrade elevations r indicated and subsequent disposal or storage of materials removed. Related Sections The following sections contain requirements that relate to this section. 1 � & k 1 Division 2, "Excavation Support Systems"for sheetin g and bracing, shoring, and trench n: boxes used during excavation;., ; 4. "2:. Division Z `.`.Dewatering"for.rerr oval,of water during excavation and backfill. 1 , 1 3 ' QUALITY ASSURANCE ` A. Codes: and Standards: Perform ,trench excavation work in compliance with applicable " k requirements of governing authorities having jurisdiction. ' B Test : ing and Inspection Service: The Contractor will retain and pay for a qualified independent x µ testing agency to perform sampling and testing of soil and backfill materials proposed for use in �t& ,work,,to`pi6v.idd field:testing facilities for quality control during backflling of excavations, to provide'for testing necessary to control the-specified of backfill materials obtained from material suppliers... , z �> 1 4 SUBMITTALS A 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¢manufaciurer of that admixture must;provide written certification � 02221-1 UTILITY TRENCH EXCAVATION �1.' tiC5X619W' RO g8/29/OS AND BACKFILL 's _ CITY OF JEFFERSON,MO '`t 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 Material (CLSM)Mix Reports. ' E i B. Mill Analysis: Submit mill analysis offly ash and cement. PART 2 -PRODUCTS s 2.1 PIPE BEDDING AND BACKFILL(PVC PIPE) A. The pipe bedding shall extend from beneath the pipe as shown on the Drawings to not less than , PP g PP 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 of34-inch. B. The backfill from 6 to 12 inches above the pipe crown may be earth backfill as described in paragraph 2.3 Trench Backfill. Granular backfill is required from 6 to 12 inches above the pipe crown when located as described in paragraphs 3.9F, 1 and 2. C. Controlled Low Strength Material (CLSM) may be used in lieu of granular materials with the approval of the Engineer. ' { 2.2 PIPE BEDDING AND BACKFILL(DUCTILE IRON PIPE) ' E { f A. The pipe bedding shall be placed beneath the pipe to a thickness of 4 or 6 inches as shown on the Drawings and shall be crushed limestone and screenings, uniformly graded from coarse to fine, and having a particle size distribution as follows: 1. For Ductile Iron Pipe: , Sieve Percent Passing by Weight i I inch 100 , 112 inch 35-60 3/4 inch 90-100 No. 100 0-10 2. B. The backfill from the pipe invert on up may be earth backfill as described in paragraph 2.3 Trench Backfill. Granular backfill is required when located as described in paragraph 3.9F. , C. Controlled Low Strength Material (CLSM) may be used in lieu of granular materials with the approval of the Engineer. , 2.3 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 ' C5X61900 02221-2 UTILITY TRENCH EXCAVATION RO—8/29/05 AND BACKFILL ' T� T r E � 3 8 f CITY OF JEFFERSON,MO kE a � 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, ' n x and PT. r B Granular Backfill:. Conform to ASTM D-2321 for Class IB materials. ,l$ � r C. Controlled Low Strength Material: As an alternate to earth or granular backfill; trenches, boring h pits, and vertical shafts (for boring). may be filled with controlled low strength. material ' ro (CLSM). CLSM shall-consist of Type,I Portland Cement, Class "C Fly_ Ash, Clean River Sand,-and potable Water. Portland Cement shall conform to ASTM Specification C:150; Sand shall.:conform to fine aggregate as specified in ASTM C 33 and Fly Ash shall conform to ASTM,..0 618,Class C. Additives may be used with Engineer's approval. ` ' 2 4 ' : COMPACTION EQUIPMENT ' A : power equipment capable of obtaining the specified compaction, and:operated in S trict accordance with the manufacturer's' s instruction -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. �zm "`;2.5. ACCESSORIES - A. Warning Tape: . Acid- and alkali-resistant polyethylene-film warning .tape manufactured for i marking and identifying underground,utilities, 6 inches wide and 4 mils thick, continuously F,3, inscribed.with,a description of the utility. B. Detectable WarningV Tape:, Acid- and alkali-resistant polyethylene `film warning tape manufactured for marking and identifying underground utilities,6 inches wide and 4 mils thick minimum, continuously inscribed with a,description of the utility, with metallic core encased in a.protective jacket,for corrosion,protection,.detectable by,metal when tape.is buried up AO T-6".deep, ' 1. Tape=Colors..Provide tape colors to utilities as follows: a. Green: Sewer systems. 2.6 MATERIAL APPROVAL �Ift, 0 A Samples'of.all,materials..proposed for-use tn..the,:work shall.be submitted'.to the,Engineer-for approval prior to placing orders. Samples shall,be representative and shall be clearly marked to £ ' r indicate the source of the material and its intended use on,the:prglect B. Required CLSM Mix Type and Qualities: Use the..following mix types at the locations approved V by the Engineer and where indicated in other Specification Sections by reference: h Mix CDF,-Controlled Density.Fill 28-day unconfined compression strength:off c=80 to 120 psi;water to cement ratio 1 0,ininimum to:1.15 maximum; aggregate conforming ' CSX61900,. 02221-3:; UTILITY TRENCH EXCAVATION, RO 8/29/05 AND BACKFILL CITY OF JEFFERSON,MO to ASTM designation C3-90; 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: Shall meet the flowability and strength requirements of mix CDF; water to cement ratio shall be 1.0 or less; air content shall not exceed 33.0 percent; and materials shall conform to the same ' ASTM descriptions as mix CDF. 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 be used only in areas' where the increased -trench width will not interfere with surface features or encroach on right-of-way limits.. Bottom of such slopes shall not be closer than one-foot above the top of the pipe. Cost of such excavation and backfill shall be at the expense of the Contractor. , E. Where, for any reason, the width of the lower portion of the trench, as excavated at any point, exceeds the maximum permitted as shown on the Drawings, either pipe of adequate strength, ' special pipe embedment, or arch concrete encasement, as required by loading conditions and with the concurrence of the Engineer; shall be furnished and installed by and at the expense of the Contractor. , F. No more trench shall be opened in advance of pipe laying than is necessary to expedite the work. Unless otherwise authorized by the Engineer, no more trench shall be excavated in a day than can be laid in during that working day. ' G. Backfilling shall begin as soon as practicable but do not commence until after sewers, drains, sewerage and drainage structures, pipe, conduit and other equipment and appurtenances have been placed in trench or similar excavations have been properly constructed or installed, as applicable, and inspected. Backfill shall be placed in such a manner as not to disturb, damage, or subject such facilities to unbalanced`loads or forces. , H.' Excavate for structures to indicated or existing elevations and dimensions within a tolerance of plus or minus 0.10 foot. Extend excavations a sufficient distance from structures to allow ' C5X61900 02221-4 UTILITY TRENCH EXCAVATION RO-8/29/05 AND BACKFILL __ , CITY OF JEFFERSON,MO • placing.and removing concrete formwork, installing: services;and.other.construction and for ' inspections. - �t 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 bet scheduled ' Y to minimize .interference with vehicular traffic. The Contractor shall provide temporary vehicular..access:roads, :where .required,:,aaround, construction .work. . Temporary. graveled z, vehicular access roads..shall.have ra;mirrimum width of.12,feet)and shall:be maintained.by the ' Contractor during use.and;remoyed,as directed by the Engineer, affter.vehicular access has been re-established along existing-roads. , 3.3 OBSTRUCTIONS `r A. Remove all obstructions encountered within the trench area or adjacent thereto. -The Engineer g .may, if.requested by the Contractor;approve minor changes in trench:alignment.to avoid major ' F 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; s rt� 3.4 GRADE . A. Excavate the trench to the lines and grades.shown or as established.by the Engineer with proper for beddin g Ifhe:trench:is excavated below the required for pipe thickness„and: e grade, correct any part of,the trench.excavated.below.the grade,.at no additional cost to the 5 .:. ... Owner.:with granular material of the ty pe 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. 3.5 SHORING,,SHEETING,AND BRACING,(EXCAVATION SUPPORT)OF:,TRENCHES > r A. Bracing and.Shoring:I It shall be the responsibility of.the Contractor to maintain all work in compliance with current 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 1h lieu of shoring the trench sides above"the 5=foot'level'may be sloped to preclude collapse,but shall not be sfeeper than a I=foot rise to each foot horizontal. a 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 C. Additional requirements for excavation support systems are outlined in Section 02160, ,• Excavation Support Systems. CSX619.0Q.: :._ 02221-5 UTILITY TRENCH EXCAVATION. RO 8/29/05 AND BACKFILL F CITY OF JEFFERSON,MO 3.6 STORAGE,OF EXCAVATED MATERIAL A. During trench excavation, place excavated.material onlywithin 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 materals 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 .. f approved,to positively prevent such occurrences. ' B. Dispose of.the water m a manner to prevent damage to adjacent property and prevent ' interference with adjacent Contract:areas. ..Drainage of trench waterahrough the pipeline under construction is prohibited C. Additional dewatering requir`tern ents,`ire outlined in Section 02140, Dewatering. 1 3.8 FOUNDATION STABILIZATION A. When, in the opinion.of-the Engineer,' 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 subgrad f pipe bedding:with material as specified for the pipe bedding and as directed by the Engineer.. Place the material over the full width of the trench and compact in layers not exceeding 6 inches to thickness to meet the required grade. ' r-. B. The cost of any over-excavation.and the required\ anuI' r backfll ordered by the Engineer shall be paid at the contract unit puce established m:the id'Form. The quantity of over-excavation and granular backfill will be based on the trench:widtt�as shown on the Drawings. 3.9 TRENCH BACKFILL , .A. Pipe 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 s After each pipe has been graded, aligned,.and:placed.in final position on_the bedding ' material and shoved„home. sufficient pipe bedding, materials;.shall be deposited and compacted under and around..each.side of the pipe and back of the bell or end thereof to hold the pipe in proper position and alignment_ during subsequent pipe joining and backfilling operations C5X61900 02221-6. UTILITY TRENCH EXCAVATION RP-9/29/015 AND BACKFILL :CITY OF JEFFERSON,MO • 3. In PVC:pipe trenches,<the bedding material shall be placed under and around the pipe in ' uniform layers not exceeding 6 mches in:..uncompacted..thickness.:and compacted to 85 percent,,of,maximum,dry.density. as,determined by ASTM D.:698 -.Bedding material shall be placed m accordance with.the Drawings.. ' 4. In DIP-pipe trenches; the bedding material and initial,backfll material shall be placed ' under and around the..pipe in uniform layers not`.exceedin 6'inches: in uncom acted thickness and compacted to 80.percent of maximum dry.density,as determined by ASTM D 698. Bedding material:and :initial backfill material shall be placed in accordance with _.:. the Drawings::. .; . .. :. 5. 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 Mw . uncompacted areas are left 6. 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`ahe Engineer will be required:. This additional .. excavation sha'Wbe backfilled with crushed'stone material approved by Engineer. ' 7. 1Vlatenal``placed within" 12 inches of the outer surface of the pipe shall,be completed by hand tam p m g onl Y• ' 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 t walls;'or granular erribedment when the:pipe ispined, _ C. Push the backfill material carefully onto the granular material and do not permit free fall of the t� material until'at "feas at `fee ,of cover are provided over the tope.;of,ae pipe. Under no t 2 t ` circumstances allow sharp;heavy pieces of material to drop directly onto the pipe or the tamped mater W around the pipe. D. Final Earth Backfill: y; 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 k above the top of the pipe crown. Place„backfill.and file materials.in.layers not more than 8.inches m:loose depth for material compacted bv.heavy.compaction.eguipment, and not ' more than 4 inches. in loose depth for material compacted by hand operated tampers. 3. Compact backfill material to`80 percent of maximum dry density according to ASTM D 698 or to a density equivalent to the density of the immediate adjoining soil. ' 4. Backfill material shall be placed and compacted only when its moisture content is within 2.0 ercent of o P timum moisture content P . 5. Under structures;.compactthe top 12 inches.below sub' 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 mimmum.strength 2000 psi.and cam:sufficiently support the loads imposed by the backfill'without`damage. 7. The Contractor shall,.use utmost care to avoid any,we action between the side of the excavation and the structure. that ;:would.cause .any,;movement of:;the=structure. Any CSX61900 02221-7 UTILITY TRENCH EXCAUAMN RD-8/29/05 AND"BACKFILL. t k CITY OF JEFFERSON,MO , damage.caused-;by, 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.-coinpacted 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, arger than two(2)'inclies maximum dim"ension shall be placed within. one'(1)foot of the exterior surface of any structure. , E. Granular Backfill: 1. Granular backfill will`be required in present paved roadways,,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. Granular backfill will also be required under manhole base sections. 2. Granular backfli will be required in all trenches-excavated under or.within.five (5) feet, of pavements, driveways,sidewalks,.structures,or.as:directed by the Engineer. j 1 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 wa walkways to 95 according percent,maxsmum dry density pact the top:six'inches of backfill under y according to ASTM D 698. F. 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: . G. Jetting f Trench. Backfill - Jett" of trench b , g g ackfill will not be considered an acceptable P compactionprocedure.and will notbe:pennrtted,' H. Controlled Low Strength Material(CLSM):, 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 backfll'.placements shall be bulk headed with earth stanks or other means suitable to keep backfill material m 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., L Cold Weather Placing of CLSM: Protect CLSM"work from physical damage or reduced u strength,which could be caused by'frost,freezing actions,or low temperatures: i3 1. When air temperature has.fallen to or is expecfed to fall below 40 degrees F(4 degrees G, unifonnl Beat:eater and a e ates-as nece,; . y ggr g ary,`before, mixing to obtain a CLSM mixture temperature conforming to Table 'L4:1• 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 matenals containing ice or snow. Do not place CLSM on Ap frozen subgrade or on.`subgrade containing frozen>.materials` CSX61900 '" 0222 1:8 UTILITY TRENCH EXCAVATION R0=8/29/05 AND BACKFILL CITY OF JEFFERSON,.MO �f ..1.10j­., FIELD.QUALITY CONTROL'. A. Quality Control Testing During Construction: Contractor shall retain.&,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. 1. Slumps.and,compressive,strengths of CLSM shall be tested,as.requested,by the Engineer ' and not to.exceed one set^of tests per 100 cubic yards B., Have at least two field,density tests.taken at locations.and elevations as'.direc t ed,but in no case ' W 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 two field density tests are required pet 100 lineal feet of trench. 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 acc3epted. Such maintenance shall include, but not be limited to, the addition of appropriate backfill material above the pipe zone to keep the backfilled trench surface smooth, free from.ruts andd potholes,and suitable for.traffic,flow,. 3:12 SETTLEMENT kA. Any settlement in trench backfill;:which-occurs during-the warranty period and is attributable to s, construction 1pr6cedures, such as improper removal of shoring or insufficient compaction, shall be corrected-by the Contractor at..his,own bxpense. Any,piping,or-facilities damaged by such ' settlement:shall be'restored to their original condition at the Contractor's expense. if ' 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..16&lly 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. . t CfiX61900 02221-9 UTILITY TRENCH EXCAVATION ': R0=8/29/05 AND BACKFILL CITY OF JEFFERSON,MO ,N B. The Contractor is.responsible for transporting all excess:materials,to the disposal site and paying any disposal..costs. Excess material will be transported yin a manner that prevents accidental spillage onto roadways , C. Excess spoil and slurriy wi noC, e 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 matefials . END'OF SECTION 02221 - . C5X61900 02221-10 UTILITY TRENCH.EXCAVATION' R0-8/29/05 . AND BACKFILL '`_ Xy i4 �nF: R tCITY OF JEFFERSON,MO SECTION 02700 SEWERAGE AND DRAINAGE �l PART 1 -GENERAL ri 1. 1 RELATED DOCUMENTS pp i ' A. Drawings and general provisions of the Contract, including the General and Supplementary fi L Conditions and Division 1 Specification.Sections apply to this.Section. P PP Y SUMMARY ` A." This Section includes sewerage and drainage systems. Systems include the following: a 1. Gravity sewer.. ?r 2. Manholes. B. Related Sections: The following Sections contain requirements that relate to this Section. , a 1. Section 02140-Dewatering x 2.. Section 02160-Excavation Support Systems 3. Section 02220-Utility Trench Excavation and Backfill 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 for the following: _.w 1. Gravity sewer system, including piping, fittings, manholes, drop manholes, and lateral stubs:. t C. Shop drawings'for precast concrete manholes,and other:structures. Include frames, covers, grates,sealants,connectors,waterproofng, steps, grout,.and other mAterials.required. D. Shop drawings for cast m place concrete Ystructures. Include fr ames covers grates, sealants, connectors,waterproofing, steps, grout,and other materials required. E. Reports and calculations for design mixes for each class of cast-in-place concrete. F. Inspection And test reports specified in the ".Field Quality Control"Article. G Mill analysis: Submit mill analysis for fly,ash and cement. tr H. Certified copies of:'independent laboratory test results from the pipe supplier performed in accordance with the appropriate ASTM standards. I: Certificate from the pipe manufacturer indicating that the pipe meets all applicable requirements of these specifications. g GSX61900 02700-1 SEWERAGE AND DRAINAGE R0-8/29/05 CITY OF JEFFERSON, MO J. Other protective coatings: Product data,application methods. 1.4 QUALITY ASSURANCE A. Environmental Agency Compliance: Comply with regulations pertaining to sanitary sewerage k<r, systems._ All sanitary sewer improvements shall comply with the Missouri :Department of Natural.Resources regulations. B. Utility Compliance: Comply with regulations pertaining to sanitary sewerage systems. Include standards of water and other utilities where appropriate. t C. 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. ' D. All pipes shall`be factory air tested with gasket in place.and marked accordingly. 1.5 DELIVERY, STORAGE, AND HANDLING A. Do not store Pe lastic i or fittings in direct-sunlight.- P pipe B. Protect pipe, pipefittings,and seals from dirt and damage. C. Handle precast concrete manholes and other structures according to manufacturer's rigging instructions. 1.6 PROJECT CONDITIONS A. Site Information: Perform site survey, research public futility records, and verify existing utility I locations. L The Contractor shall :notify the proper utility companies at least 49 hours before construction is started adjacent to such utilities: 2. The Contractor shall excavate, locate, and verify existing utilities in advance of his operations where deemed necessary: i B. Locate existing structures and piping to be closed and abandoned. >'' C. Existing Utilities: Do not interrupt existing utilities serving facilities occupied by the Owner or others except when permitted under the`'following conditions and then only after arranging to provide acceptable temporary utility services. 1. Notify Engineer not less than 48 hours in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without receiving Engineer's written permission. . k 1.7 SEQUENCING AND SCHEDULING A. Coordinate sanitary sewerage'system connections to Owner's sanitary sewer. CSX61900 02700-2 SEWERAGE AND DRAINAGE RO—8/29/05 � ' CITY-OF JEFFERSON,MO ®4L L 'PART 2 -PRODUCTS MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following or an approved.equal: Sewerage Systems: a: Can-Tex Industries ' . -Pi a Com a..n Inc.b Ca co y C. Certainteed, Inc. d. Diamond Plastics,Inc. e. Fernco f. Uponor ETI Co.., g. American Cast Iron Pipe Co. h. U.S. Pipe Co.. i. Mission Clay Products j. PSI Thunderline 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 manufac- ` turer'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 mark- ' ings on each fitting. Fitting of the insert type or saddle type may be used only with written ap- proval.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 D.17.84, cellclass 12454C. The pipe shall have a minimum pipe stiffness of 46 psi (317.kPa). 1. Joints.: Pipe' shall be bell! and spigot type. Finished points shall conform to the 4 requirements of ASTM D3212 2. Gaskets:Gaskets shall be m accordance with the requirements.of ASTM.F477. 3. Installation: Installation shallbe Jn accordance with ASTM D232.1. B. Polyvinyl Chloride(PVC)'Gravity Pipe(Diameters greater than or equal to 217T ASTM F 1803 with minimum 0 9 inch wall thickness. ':PVC.shall be certified"by the`compounder as 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). ' I. 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. C5X61900 02700-3 SEWERAGE AND DRAINAGE V. RO—8%29%05 p: CITY OF JEFFERSON,MO C. Casing Pipe for Jack and:Bore 1. Casing Pipe in all locations unless otherwise indicated on the Contract Drawings shall be steel pipe in accordance with ASTM-A139 as follows: Casing Pipe Minimum E' Nominal Diameter 'Wall Thickness Inches Inches ... 24 0.281 26 0.281: 28 0.312 30 0.312 32 0.31.2 34 -0.312 .36 0:344 2. The inside diameter of the casing shall be'four(4) inches(minimum)larger than the bell or coupling of the pipe encased or as indicated on the Contract Drawings. 3. Field-welded steel joints shall be in accordance with AWWA C-206. , 4. The interior, exterior, and field-welded joints shall be coated with Tnemec Series 46H 4.13 Hi-Build Tneme-Tar coal-tar epoxy or approved equal a. Shop surface preparation,shall meet the minimum.requirements of SSPC-SP6. b. Field surface preparation shall meet the minimum requirements of SSPC-SP 1 1. c: Coating shall be. shop..applied with the exception of 8" on either side of.field .welded joints, which will be field applied after welding and surface'preparation is complete. , d,. Required dry film thickness '14-20,mils D. Casing Spacers , 1. Casing spacers shall be used to install the carrier pipe inside the casing pipe. To provide support around the periphery of the carrier pipe as it is pushed through the casing, each spacer shall be a two-piece shell made from stainless steel of a minimum 14-gauge , thickness: 2. The shell shall be.lined with a ribbed,PVC extrusion with a retaining section that overlaps the edges of the shell and prevents slippage ' 3. Bearing surfaces.(runners) shall be..ultra high molecular weight polymer for abrasion resistance and a low coefficient of friction. . The runners shall be attached to support structures(risers) at appropriate positions to;properly support the carrier within the casing and io ease installations; The,runners shall be attached mechanicaily'by punched riser section and bolt heads welded:for strength.' Riser shall be made of stainless steel of a minimum l0-gauge. ,All.risers over 6" in height shall be reinforced and.welded to the ' shell. Standard positioning within the casing will require the height of the risers and runners combined.shall be sufficient;to providemot less than three fourths inch between R the casing pipe and the outside diameter of the bell. ' 4. Casing spacers shall be centered and,restramed Centered positioning within the casing will-require the risers And runners io be'dimensioned to `center the carrier pipe in the casing with atop clearance of one half-inch minimum 5. All welds and metal surfaces shall be.chemically passrvated, CSX61900 02700-4 SEWERAGE AND DRAINAGE RO—8/29/05 I 1 � � ,CITY OF JEFFERSON,MO 1 ti y g'b i 6. Stainless ,steel casing spacers .shall be Model CCS-1530/C26-R as manufactured by Cascade.Waterworks_Mfg. Co. of Yorkville, IL, Model S8G-2-GR as manufactured by PSI,Inc: of Houston,TX or prior approved equal. 7. To avoid.the transfer;of;earth and live-loads to the"carrier.pipe, the space between the l carrier.and casing pipes should not be filled completely. ' 8. Wooden skids shall not be acceptable. E. Casing End Seals:. ' 1... Casing,end.seals shall be constructed of 1/8-inch thick specially compounded synthetic rubber, and designed to accommodate-the carrier/casing differential as shown on the Contract Drawings. n F. Anchorages: . ; 1. :Clamps, Straps, and Washers: ASTM A506, steel.. ' 2: Rods: ,ASTM A276,Type 304 stainless steel. ` A 3..: Bolts: ASTM A307, steel. t 4. Cast-Iron Washers,-ASTM A'126, gray iron., 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. r 2., ;Riser.Sections: Refer.to.standard detail.drawings.for:minimum.thickness, diameter, and lengths. Jl 3. Top, Section:, Eccentric :cone type, :unless,concentric. ,cone or. .flat-slab-top type is approved Top.of cone of,s.ize that matches grade rings.,. ' A. 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.a roved Y .:. PP ' equal a&shown on standard detail. Cast :insert for steps or drill. hole into sidewalls at q P 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. 4 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. ' 2. Steps.. ASTM C 478, manhole step as manufactured by..M A Industries,.Inc. or approved equal as shown on .standard detail Gast insert::for steps or drill hole into°sidewalk 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. C5X61900 02700-5 SEWERAGE AND DRAINAGE i -RO 8%29/05 r: CITY OF JEFFERSON,MO 3. Pipe Connectors: ASTM C923, resilient, of size required, for each pipe connecting to •. ,_ „ •manhole.. C. Precast lConcrete Drop Manholes: Specifications for manholes shall be"the same as Section 2.3A above and as shown on'the Contract Drawings. Drop pipe and accessories shall meet the following specifications:.. 1. Drop pipe shall be 8-in PVC pipe with solvent welded elbow at bottom. Pipe shall be installed'below flow line of incoming pipe. , 2. Drop pipe shall be attached`to interior face of manhole'by a minimum of three "Flared -Leg Brack-it" (D021 or Equal)attached with 3/8" x 3"stainless steel bolt with approved anchor. A %" stainless steel band shall be wrapped around pipe and attached to bracket.' A minimum of three band and bracket assemblies shall be used or maximum three(3) ft spacing between brackets. 3. Pipe connector for incoming pipe `shall`be A-LOC (A-LOC Products, Inc.) or approved equal. ' D. Manhole Frames and Covers: ASTM A 48,' Grade 60-40-18, heavy-duty ductile iron. Include 22-inch minimum inside diameter.and.6 inch.-minimum•width flange, and 23-1/4 inch diameter ' cover.' The frame and cover unit shall not weigh_less than 300 lbs. Manufacturer shall be Neenah or approved equal. The cover shall be checkered or knobbed with lettering,equivalent to the following, and cast into cover as shown on the detail drawings:. ' 1. Sanitary.Sewerage Piping Systems: CITY OF'JEFFERSON, SEWER E. Manhole External Joint Seals:`:An external joint seal shall be installed_on each section joint of 1 the manholes in accordance with the manufacturer's instructions. The external joint seal shall meet the requirements,of ASTM C-877, type IL External joint seals shall be CretexWrap External:Manhole' Joint Seals or approved equal conforming`to the following requirements. External joint seals shall consist.of a collar 9"to 1B"wide,-,with an outer.layer of polyethylene, with a minimum tensile strength of 4000 psi'and a_mmimum tear resistance of 1500 psi, and an under layer of rubberized mastic that'is reinforced with a woven polypropylene fabric. Two ' 5/8"steel'straps shall be located within the collar'/o,mches from each edge.` The straps shall be confined in tubes that isolate them from the mastic and allow them to slip freely when me- F chanically,tightened and locked around the manhole joint: The collar shall be furnished with a ' minimum of 6"overlap and a,Obsing;flap to cover any remaining exposed strap. ; 2.4 CONCRETE _ A. General' Cast-iri-place concrete according to ACI.318,ACI 35OR: 1. Cement:'.ASTM C 150,Type II, y 2. Fine Aggregate: ASTM C 33, sand. 3. Coarse Aggregate: ASTM C-..33; crushed gravel _ 4. Water: Potable. I 5. Reinforcement Fabric:ASTM A`185..steel,welded wire fabric, plain 6. Reinforcement Bars:ASTM A 615;Gra&60 deformed steel - 7.- Design Mix f c?= 4000 psi, coarse aggregate size No -57, 1'" maximum, air entrainment I 3.0 to 6:0 percent by volume, slump 4' 'water/cement ratio not to exceed 0.45 C5X61900 02700-6 SEWERAGE AND DRAINAGE R0—8/29/05 ................ �r � w� Y � CITY OF JEFFERSON,MO 1 �i B. Structure Channels.and Benches:.. Factory or field formed from concrete. Portland-cement - design.Mix Rl,4000-psi minimum,with 0:45 maximum water-cement ratio. 1... Include channels and.;benches.,in sanitary sewerage;and:storm drainage..manholes. ?, a. Manhole Channels:. Concrete invert, formed to same width as connected piping, with height of the vertical sides to 3/4 of the pipe diameter. Form curved channels with smooth,maximum practical uniform radius and slope. }_ :1) Invert.Slope: 2 inches through manhole. b: Manhole-Benches:-Concrete;sloped to drain into channel. 4 1), Slope I:inch per foot,(1:12) ;: tiro 2.5 SPECIAL PIPE COUPLINGS AND FITTINGS 4 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: Sfamless steel,.at least,one at each pipe insert 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 . > � nonpressurejoints. 1. : Gaskets for Concrete Pipe: ASTM C 443,rubber. 2. Gaskets for Plastic Pipe: ASTM F477,elastomeric seal. C. Internal, Expansion y, 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. A' D., Reinforced Compression Couplings: When dissimilar materials are to be oined use Fernco 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 r , system's materials and dimensions. Each coupling shall bear the manufacturer's identifying mark and an indication of its size. , 1.1, e .. .. T 26 PROTECTIVE COATINGS A. General: Include factory- or field applied protective coatings to structures and appurtenances Op according to the following: B. Precast. Concrete Coating -- Exterior Surface: - 2-coat, asphalt waterproofing conforming to ASTM D449,,Type C, 15.-mil minimum thickness, except where otherwise indicated. Apply coating on�all manholes. ' 3a, C Precast Concrete Coating–Interior Surface: Surface preparation shah be such that all surfaces are clean, dry,and'free of.all foreign contaminants: Remove form fins and ridges greater than �k 1/8 inch.. Fill air pockets:.or lugholes greater than '/4 inch diameter with a filler that is Fi f C5X61900. 02700-7 SEWERAGE AND DRAINAGE R0.-8/29/05 CITY OF JEFFERSON,.MO k•k compatible with coal tar epoxy coating. Supply written confirmation of this compatibility. For barrier coat; apply one coat of Tnemec Series 66 Epoxoline, thinned to 25-30 percent solids, at ,' ' 20—3.0 mils DFT, or approved equal. For.finish coat, apply one coat of Tnemec Series 4611 413 Tnemec-Tar at 16.0—20.0 mils DFT, or approved equal. 3 2.7 FLY ASH SLURRY or SAND,': A. General:.It is the _intent of thesd specifications to:produce flowable, .cementitious slurry by blending* lass "C" fl : w should.be ' g y.ash and ater.;-The slurry should be of consistency that �s both flowable and self-leveling. It should also be such consistency, that.4 can fill irregular shaped areas through gravity placement. B. Materials: 1. Fly Ash - Fly ash shall meet ASTM Specifications C-618 Section 3.2, when sampled and tested in accordance with Sections 4, 6, and 8, unless-otherwise shown in the plans. ' Fly ash shall be-.of the Class "C" designation containing a minimum of 25% CaO :(hydrated lime). Fly,ash shalhbe obtained from a source approved by the Engineer. Fly ' ash test certification shall bc:provided to the:Engineer 2. Water- The water to be -used in the slurry shall be clean, clear, and free of sewage, vegetable matter, oil',,acid.and,alkali Water known.as;potable-may be used without testing. All other sources..shall be tested. in accordance with A.A.S.H.T.O. T-26 and ' approved by the'Engineer. C. Equipment: .1. The-equipment used by the contractor shall be.capable of.pcoperly blending the materials into a homogeneous mixture,- suitable for the "intended-"use and complying with all . specifications included herein: 2. Equipmenfshall be,capable of continuous.mixing. .Elapsed time, from the time materials are.introduced into.:the mixing.unit, until they. are,gravity fed'from the mixer, shall not exceed(l)minute ' 3. Equipment that requires the ise.of 'chemical retarders or'other additives is not acceptable without written permission,of-the Engineer. All equipment shall be approved by the Engineer:prior to starting work 1 D. Fly Ash Storage and Delivery: 1. Fly ash shall be stored and handled in closed, waterproof containers until being introduced into the mixing equipment. t 2. If fly ash.is furnished in trucks, each truck shall.have the weight of fly ash certified on public scales: 3. Reclaimed-fly ash orfly ash that has been exposed to moisturemill be rejected. E. Construction Methods::: Bulkheads should,*be built.At both ends of the structure intended for abandonment or casing pipe 'Placement of the slurry should start at a point nearest the ' downstream bulkhead-,'.placement should be throug"manhole or inlet.' A vent hole should be used to allow for air to escape. Placement shall continue.until'material is expel led through the vent hole and slurry backs;ups through the manhole:or inlet Once this happens, the equipment is moved.upstream,to the nearest manhole or.,inlet; and''the.procedure is repeated until the structure is completely filled.:: • C5X61900 D27.00-8 SEWERAGE:AND DRAINAGE RO—8/29/05 ' CITY,OF JEFFERSON,MO 1 £ � . F. Sampling and:Testing: 1: Samples shall be taken.at the,rate of one(1)per 8-hour,shift; unless.otherwise,directed by ' the.Engineer. Cylinders shall be cast and field cured at the work site for a minimum of six.(6) hours.before being taken to the lab. Compressive strength shall be a minimum :x 100 psi:at 28 days . ' 2.. Prior to starting'the,-work and no;later:Ahan 48 hours :before:placement, the Contractor shall;submit:to-the.Engineer.in'writing both,a method statement,and mix design. 3. If required by the Engineer, the flowability:shall be checked:by the use of.the U.S. Army ' Corps.,of Engineers "flow cone test method. Maximum efflux time is 10=16 seconds. This is an .optional:requirement. . The :Contractor'.shall ..hire_a :reputable testing lab acceptable to.the Engineer to perform the above-mentioned tests PART 3 -EXECUTION i 3 .1 GENERAL A. General.Locations and-.Arrangements. Install;piping at the,locations indicated on the Drawings. k When.connecting to_existing sewer lines, the Contractor.shall.verify the:invert elevation of the 3 i K . existtng 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 t 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 k 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 Z shall be sufficiently workable so;that the entire space beneath the pipe can be filled without 1 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. rj 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 outsidediameters r 2. Increaser/reducer-pattern;.aleeve type to join piping,of different.sizes. �s, 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 Ferrico,or.approve&equal ,:When_.PVC pipes,;are.joined, appropriate fittings shall be used to provide a tight connection and continuity of,pipe.invert: 1 .: CSX61900 02700-9: SEWERAGE AND.DRAINAGE R0:-8/29/05 � Sa CITY OF JEFFERSON,MO , r 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. ' L Building connection laterals"shall be field "located by the''Contractor. The Contractor shall t J 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 INSTALLATION A. The Contractor-shall lay no pipe.except in the presence of an-inspector representing the Owner or.Engineer. B. Wherever necessary "to provide a satisfactory bearing surface, the 'Contractor shalY place concrete cradles as shown on the drawings or as directed by the Engineer. ' C. The Contractor shall tightly;stretch.a•mason?s."line.orwire i 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%o The Contractor;shall deiermine-the'exact line and grade for each section of pipe by measuring down thisJine to,the invert of the,-pipe in place... The Contractor shall accurately match each existing-pi'eline-and grade.,- D. 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, the elevation of the beam each 100' with an.offset point or.engineer's level.,,,, E. The"Contractor., shall. not allow water to .run or:-stand in the wench while _pipe laying is in progress orbefore the trench has been backfilled F. If(trench.-bottoms are. ~found to be u� nsuitable for_ foundations after pipe laying operations have started.- the Contractor shall correct and bring them-to- .exact line and grade as required by Section.62224 -Utility Trench Excavation and Backfill. , G. The Contractor;shall,carefully inspect each piece of.pipe and special fitting before it is placed, and lay,no defective pipe in the tre nch. Pipe laying shall proceed upgrade,starting at the lower, 1 end-of the grade and with the-bells`upgrade. When pipe'laying is not in p gress,the Contractor shall keep the ends of the pipe tightly closed with aaemporary plug approved:by,the Engineer. H. 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,loints`ahead of pipe laying. "The Contractor w shall carefully grade the bottom=of the'.trench be.,..ween,.;bell holes so.that each pipe barrel will rest on,a solid foundation for its entire length The Contra'ibushall lay each pipe joint to forma ' -close concentric'joint,wrth adjoining pipe and so-as to avoid.sudden,offsets or inequalities in the flow line. . : f1. Before constructing or placing any joints,the Contractor shall complete at least one sample joint in order to demonstrate:t6 the Engineer'that ploy I conform to the"specifications and will provide a watertight joint:` C5X61900 02700=10 SEWERAGE AND DRAINAGE RO—8/29/05 I ........... tq CITY OF JEFFERSON,MO N, ? %-"< J. 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:. a � g ;K. After the joints have:been:completed,they.shall be inspected before they are covered. The pipe sha11 me 11 test requirements forwatertightness . The Contractor shaff immediately repair any i ,fi 1 leak ors defeet 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?pipes m place from damage untihbackfill operations have'been completed. ......� L. The Contractor°shall not begin the backfilling of trenches until>the pipe has.been-inspected and y W approved by:the Engineer. M 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: l33, LATERAL:SERVICES. ., A. The Contractor.shall:use the ,a ro riate ' pp eqp 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 z. practical to maintain a 10-foot separation;provide&that the water main.is m.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 bott om of the water line.and the:top of the sanitary sewer line can be maintained. When this,verticaI.separation betweegthe water ime.and sanitary 4 " sewer line cannot be--maintained,either,the:water line or:the sanitary,line.,shall be:relocated. a «fir B. Crossings Sewers crossing water mains shall be laid to provide a minimum.vertical distance of eighteen (18),inches:between the outside of the waterline and the outside of the sanitary sewe < line This shall`be the case where the water main is either above or below the sewer. K# C. The Contractor shall notify the,-Engineer for any'-potential,violations of these.criteria before m installing the sewer a's`shown on the drawings: u8 3.5 MANHOLE INSTALLATION w A. General: Install manholes,complete with accessories,as indicated. W'• C5X6,1900;-;,, 02700-11 SEWERAGE AND DRAINAGE, 4 4 CITY OF JEFFERSON,,MO B: Form continuous concrete channels•and 6enehes between inlets and outlet C. Set tops of frames and covers flush with finished surface where manholes occur,in pavements Set tops I inch above finished surface m lawns. ,r D. Where the,pipe connects to the..manhole wall, a short pipe.stub'12"-18" long shall be extended ; -"from the,manhole`to.provide ajomtthat will allow,slight flexibility or movement°to occur in or . near the:plane of the-wall-face',—"— ;l E. -Where the differencelin elevation between the mcomyn sewer and the manhole;invert is greater than or:,equal to 24; inchesi.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 than 24 inches, a drop PP i e shall not be used, but the invert shall be filleted with concrete to form a flow channel and.prevent solids deposition. 4' . :,.. .. :.. ..:.. - :i., ice. _ .. .. _.. .. :. .. - ��3 ••y F. Place precast concrete manhole sections.as indicated,and install according to ASTM C 891. 1." Provide gasket:at,loints;.of sections to provide an effective watertight joint as shown on 6 standard detail.- 2.- Manhole steps,shall be-installe&either by casting.inserts`in wall or by drilling into wall per manufacture_is recommendations. 3: IVlanholeframe shall'be°set on.a full bed�of=mortar.: 4. Apply asphalt waterproofmg<to;exterior surface.of manhole. 5. Where approved by Engineer, manholes may be installed by augering. 3 3.6 CONCRETE PLACEMENT � A. Place cast-in- place concrete according to ACI 318,ACI'350R: .. - .. S \ ' 3.7.._ CONNECTIONS A. Make connections to,existin piping and underground structures so finished work conforms as gf nearly as practical to requirements specified.for new work.' B. Protect existing piping and structures_to:.prevent concrete orAebris from,entering while making connections Remove;debris or other extraneous material th at may accumulate. , 3.8 TAP CONNECTIONS A! Make connections to`existing piping and underground structures F so finished work conforms as p nearly as practical to requirements specified;for new work T B. Protect existing pt*' iping and structures to.prevent concrete or debris from entering while making tap connections. Remove debris or'other extraneous material that may"accumulate. ,j 4 C5X61900 027007'!.1-2 SEWERAGE AND DRAINAGE . R0—8/29/05. E ' CITY OF JEFFERSON,MO i k3 9 FIELD QUALITY CONTROL ML .: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 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.fore ac h test: 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 u* been placed. , a. No.pipe shall extend a deflection of five percent(5%). b.i. If:the deflection test is to be run.using a;:rigid,ball,or mandrels, they shall have ' diameters,equal:to niiiety-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 iftised, 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 e.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. 4 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. ` CSC61,900 z. 02700=13 SEWERAGE AND D .. .. RAINAG E -' " .RO—8/29%05 Y CITY OF JEFFERSON,MO t 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: Manhole-Depth -Diameter,'` Time to Drop l of Hiz 10 ft. orless 4,ft. 60 seconds i 10,R. to 15K 4 ft. 75 seconds 15 ft. to 20 ft. 4 ft. 90 seconds is For manholes five(5) foot in diameter, add an additional 15 seconds and for manholes six (6) foot Mi(diameter; add an additional 30 seconds to the time requirements for four(4),foot diameter manholes.' �. If the manhole fails to test;'necessary repairs shall be made with a non-shrink grout while-.the vacuum 1s'still being drawn.''Re-testing shall proceed until a satisfactory f test is obtained. 3.10 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 END OF SECTION 02700 ' - Y . C5X61900 02700-1.4 SEWERAGE AND DRAINAGE RO 8/29/05 r k CITY OF JEFFERSON,MISSOURI SECTION 15060 HANGERS,AND.SUPPORTS A �q 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. Mkt - � ,..;SUMMARY"•.:.- A. This Section includes hangers and supports for mechanical system piping and equipment. ' B. Related Sections include the following: " 1: Division 5 Section "Metal Fabrications" for materials for attaching hangers and supports to building structure. k 2. 15 Section "Ductwork and Accessories"for duct.hangers and supports. 1 3 DEFINiTIONS' A." MSS Manufacturers Standardization Society forthe Valve and Fittings-Industry. B. .Terminology: As defined-in MSS.SP-90, ".Guidelines, on: Tenminology..for Pipe Hangers and Supports.", .1 4 SUBMITTALS 1 , ProductDF type`of pipe ehanger and support. ' B Shop. Drawings Signed and sealed by a qualified professional engineer for multiple piping 1 supports`and trapeze hanger's.• Include design calculations and'indicate size and characteristics 'r t of components and fabrication details C Welding Certificates Copies of certificates for welding procedures and "operators: > i , 1 5 QUALITY ASSURANCE A. Welding:" Qualify.processes and operators according to ASME Boiler and Pressure Vessel Code: Section IX, "Welding and Brazing Qualifications." • . B: Engineering Responsibility: "Design and preparation of Shop Drawings and calculations for each multiple pipe support and trapeze by"a qualified professional engineer. ' 1: Professional Engineer Qualifications• A professional engineer who is legally qualified to practice'`in jurisdiction where Project is 'located and who is experienced :in providing � CSX61900: 15.060 71' HANGERS AND SUPPORT'S RO��`. 29/65 CITY OF JEFFERSON,MISSOURI engineering services of the kind indicated. 'Engineering services are defined as those performed for installations of hangers and supports that are similar to those indicated for , this Project in material,design, and extent. PART 2-PRODUCTS- ' 2.1 MANUFACTURERS ' A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to,the:following: 1. B=Line Systems,Inc: ' 2. Grinnell Co 3. GS Metals Corp: , 4. Michigan Hanger Co.,Ina ' 5. National Pipe Hanger Corp. 2.2 MANUFACTURED UNITS A. Pipe:Hangers, Supports, and Components:' MSS SP-58, factory-fabricated components. Refer to "Hanger and Support Applications",::Article in,Part 3 for where to use specific hanger and ' support.types. � 1. Galvanized, except use nonmetallic coating where attachments are in direct contact with copper tubing: ; B. Channel Support Systems: iv1FMA-2 factory-fabricated components for•fleld'assembly. 1. Stainless steel or galvanized steel, except use nonmetallic coating where attachments are in direct contact with copper tubing. C. Thermal-Hanger Shield Inserts:. ,100-psi minimum ycompressive-strength insulation, encased in ' sheet metal shield. j 1. Material for Cold Piping ASTM C 552, Type I cellular,glass or water-repellent-treated, ' ASTM C 533,Type I calcium silicate with vapor barrier. 2. Material for.Hot Piping: ASTM:C 552, Type I cellular glass• or water-repellent-treated, ASTM C 533,Type I calcium silicate. 3. For Trapeze or Clamped System. Insert and shield cover entire circumference of pipe. 4. For Clevis or-Band Hanger: _Insert and shield cover lower 180.degrees,of pipe. 5. Insert.Length: Extend 2 inches beyond sheet metal shield for piping operating below t ambient air temperature. 2.3 MISCELLANEOUS MATERIALS ' A. Mechanical-Anchor Fasteners: Stainless steel -insert:type.attachments'with pull-out and shear capacities appropriate for supported loads and building materials where used. B.•.. Structural Steel: ASTM;A 361A 36M, steel plates, shapes,and bars,black,and galvanized. t C5X61900 15060-2 HANGERS AND SUPPORTS R0 4/29/05 ' ~± CITY OF JEFFERSON,MISSOURI Bolts::ASTM.F 593,.alloy,Group:1, hex-head; except use bolts conforming to ASTM A 307, • Grade B when connections are bolted to building structural steel. D. Nuts: ASTM F 594, Alloy,Group,1, hex-head, except use nuts conforming.to ASTM A 563, Grade D when connections are bolted to building structural:steel. Washers:,ASTM F 844,type 304 stainless.steel, flat washers..;; F. � Grout ASTIVI C 1107, Grade B, factory mixed and,-packaged, nonshrink and nonmetallic, dry, hydraulic-cement grout. 1: Characteristics: Post hardening and .volume adjusting; recommended for both interior and exterior applications. 2. Properties Nonstaining,noncorrosive, and.nongaseous. 3. Design.Mix. 5000-psi,28=day compressive strength. PART 3 -EXECUTION 3.1 HANGER AND SUPPORT APPLICATIONS A. Comply:with';MSS SP-69 for:pipe-hanger,selections,and..applications that are not specified in . piping system Specification Sections. B. Honzontal.Piping Hangers and Supports "Unless otherwise indicated and except_as specified in ' piping system Specification Sections, install the following types: ._ . L, Adjustable Steel; Clevis. Hangers,(MSS :Type 1): For suspension of noninsulated or insulated'stationary pipes,NPS 1/2:to NPS.30.. 2. :Carbon=..:or,,Alloy-Steel, Double-Bolt:Pipe Clamps.(MSS Type'3):`. For suspension of pipes,:NPS 3/4 toNPS-24,requiring clamp flexibility inches of insulation. 3:. Steel:Pipe. Clamps (MSS, 4); ;For suspension of. 61&and hot pipes, NPS 1/2 to NPS 24; if little or no_insulation"is;required. ' :. 4.; 'Pipe Hangers;(MSS:Type 5).:. For,suspension=of pipes;.NPS..I/2 to NPS 4, to allow off- center closure:for hanger installation before pipe erectiom 5.:.:; Swivel Split or..,Solid-Ring,Hangers (MSS Type 6): -For suspension of noninsulated stationary-- 3.14 tozNPS,8 6. Adjustable Steel Band Hangers(MSS Type 7):: For suspension of noninsulated stationary pipe s NPS•ai%2'to NPS.8 7. Adjustable..Band .Hangers :(MSS_Type 9): For suspension-of noninsulated stationary` pipes,.NPS 1/2 to NPS 8. 'p 8:. _ Adjustable-Swivel'-Ring Band-Hangers (MSS Type 10).,''kFor suspension of noninsulated station i es NPS„I/Z to NPS 2: ary P P -• 9. ,Split Pipe R�ngwith or without Turnbuckle-Adjustment Hangers (MSS Type 11): For, suspension of:noninsulated stationary�pipes,:NPS 3/8,toNPS V. - 10 Extension Hinged .or.Two-;Bolt Split”Pipe:Clamps(MSS,.Type:12): For suspension of noninsulated stationary ' ipes.,.NPS:3/8 to NPS 3 'f 11.' U-Bolts(MSS Type 24): :For support of heavy pipe,NPS 1/2.to NPS 30.'- CSX61900 : 15060-3 HANGERS AND SUPPORTS Y CITY OF JEFFERSON,MISSOURI 12. Clips (MSS Type'26): For support of insulated pipes not'subject to expansion or • ' contraction: 13. Pipe Saddle Supports (MSS Type 36): For support of pipes,NPS 4.to NPS 36, with steel . pipe base stanchion support and cast-iron floor'-flange; 14. Pipe Stanchion Saddles (MSSr Type 37): For support of pipes, NPS 4 to NPS 36, with ' steel pipe base stanchion support and cast-iron floor flange and,with U-bolt to retain pipe. 15. Adjustable Pipe Saddle Supports-(MSS Type 38): For stanchion-type support for pipes, NPS 2-1/2 to NPS 36, if vertical adjustment is required, with steel .pipe base stanchion support and cast-iron floor flange. , C. Vertical-Piping-Clamps: ,Unless otherwise indicated,and except as specified in piping system Specification Sections, install the following types: ' 1. Extension Pipe,or Riser Clamps (1VISS Type 8): For support.of pipe risers, NPS 3/4 to NPS.20. 2. Carbon- .or.Alloy-Steel Riser Clamps (MSS Type 42): For support of pipe risers, NPS 3/4 to NPS 20, if longer ends are required for riser clamps. D. Hanger-;Rod Attachments: Unless otherwise.indicated and except as specified in piping system ' Specification Sections, install the following types: 1: Steel Turnbuckles`(MSS Type I 3)':For adjustment up to 6 inches for heavy'loads. ' 2. Swivel Turnbuckles(MSS Type 15): For use with MSS Type 14,split pipe rings. 3. Malleable-Iron'Sockets (HISS Type'16): For'attaching hanger rods to various types of building attachments. ' �t E. Building Attachments:' Unless'otherwise indicated and except as specified in piping system Specification'Sections, install the following types:" 1.. Steel or Malleable Concrete Inserts,(MSS Type-18): For upper attachment to suspend pipe hangers from toncrete ceiling ' 2. Top=Beam C=Clamps (MSS.Type 19).., For use-under roof installations with bar joist construction to attach to top flange.of structural:shape: ' 3. Side-Beam or'Channel:Clamps(MSS Type 20): -For attaching to bottom flange of beams, channels,or angles 4. Center-Beam_Clamps(MSS Type 21') 'For,4attaching to:center of bottom flange of beams. 5. Welded Beam Attachments;(MSS Type 22)i. for attaching to-bottom of beams if loads are considerable and rod sizes are large ' 6. C=Clamps(MSS Type 23) For structural shapes 7. Top-Beam Clamps(MSS Type 25):, Foraop of�beams,if hanger.:rod is required tangent to flange edge: ' 8. Side_Beam°Clamps(HISS Type 27): For bottom of steel I-beams. 9. Steel-Beam Clamps with Eye Nuts (MSS Type 28): For attaching to bottom of steel I- beams for heavy loads. 10. Linked-Steel.Clamps with Eye Nuts:;(MSS Type'29) For attaching to•bottom of steel I- beams for heavy loads,with Jink extensions... 11. Malleable -Beam Clamps with Extension .Pieces '(MSS Type 30): For attaching to , structural steel. 12. Welded-Steel Brackets For support of-pipes from below or.for suspending-from above • by using clip and rod. Use one of the following for indicated loads: C5X61`900` 15060=4 HANGERS AND`SUPPORTS R0­8/2 9/05 a � CITY OF JEFFERSON,MISSOURI a.: Light(1VISS,Type 31) y750.1b;=,. '• b. Medium (MSS Type 32): 1500 lb. 3000 lb c , " Hea vY x(M SST ype 33): : : :Y 13. Side-Beam Brackets(MSS Type 34) , For sides.of steel or wooden.beams.. 14. Plate Lugs(MSS&Type°57) For attaching to steel be if-flexibility at beam is required. Horizontal Travelers ,(MSS Type,58): For;supporting;:piping-systems.subject to linear horizontal movement where bda&room isiljimite& } F. Saddles,and &Shields `Unless,otherwise",indicated andY except as spee�fed:,in piping system Specification rSections, install,,,the following;types:_:. - �t Steel Pipe Covering Protection Saddles (MSS Type 39); To fill interior voids with . . d insulation,that;matches;adjoining insulation. ,x' 2. Protection Shields,(M$..S Type 49): Qf length recommended by,:manufacturer to prevent crushing insulation 3. Thermal-Hariger.,Shield Inserts For,supporting insulated„pipe,,360-degree insert of high- 7'. density, I00=psi minimum compressive-strength; water-repellent-treated calcium silicate B w'" „_ , , or cellular-g lasspipeinsulat�on, same,thickness as�adjoming insuiationwith vapor barrier s x and encased in 360 degree sheet metal shield , t 3.2 HANGER AND SUPPORT INSTALL ATION 'A An Hanger'and Support”Installation.- ``Comply with MSS SP 69 and MSS SP-89. Install hangers, supports, clamps, and attachments as required to'properly support piping from,building f B. Channel Support System Installation Arrange for grouping of parallel runs of piping And support together on field assembled channel;aysteins` v 4, 1 Field assemble and install according tofmanufacturer's written instructions. k k C. Heavy-Duty`Steel Trapeze Installation Arrange for grouping;.of parallel runs of horizontal piping and support together;on field fabricated,heavy duty trapezes p 1. Pipes of Various Sizes: Support together,and space trapezes for smallest pipe size or Y install intermediate supports for smaller diameter pipes as specif ed above for individual pipe hangers Field fabr`icate from ASTM"A 36/A 36 M, ste el shapes selected for loads being supported. Weld steel according to AWS D-1.1. D. Install building attachments within. concrete .slabs or attach to structural steel. Space u` attachments within iriaxirr►um pipin"g span=-length`"indicated in!MSSRSP 69. Install "additional attachments at concentrated .loads, including valves, flanges, guides;=strainers, and expansion joints, and at changes in direction of piping. Install concrete inserts before concrete is placed; fastenainserts to forms`and'install reinforcingkbars-through openings at top of inserts.' E. Install mechanical-anchor fasteners in concrete after concrete is placed and completely cured. Install fasteners according to manufacturer's written instructions. R� f C5X61900 15060-5 HANGERS.AND'SUPPORTS k= c r < r, rz x RO :8/29/05 1 CITY OF JEFFERSON,MISSOURI F. Install hangers:and supports complete with necessary,inserts, bolts, rods, .nuts, washers, and other accessories. G. 'Load Distribution:, Install hangers--and-supports;so•that piping live and dead loads and stresses. from movement.will not be transmitted to connected equipment.. , H. Pipe Slopes:' Install hangers an'd supports lo,,provide indicated pipe slopes and so maximum pipe deflections allowed by ASME B31.9; "Building Services Piping;" is not exceeded. 1. Insulated-Piping: Comply with the following: ' 1. Attach clamps and spacers to piping. a. Piping Operating above Ambient Air Temperature: Clamp may project through insulation. V.' Piping •Operating below Ambient:Air Temperature: Use thermal-hanger shield insert with clamp sized to match OD of-insert.. s c:. Do not exceed pipe;stress limits accordingto.ASME WL-9. 2. Install `MSS.SP-58, Type 39,;protection saddles, _if insulation_Without vapor .barrier is indicated. Fill interior voids with insulation that,matches adjoining insulation. a. Option: Thermal-hanger .shield inserts may be used. Include steel weight- , distribution plate for,pipe NPS`4_and.larger:ifpipe.is installed on.rollers. 3 Install MSS !S-58J. ype,.,4Q:,protective1shi6lds on cold-piping with vapor barrier. Shields shall span arc of 180.degrees. a. ' Option: Thermal-hanger shield inserts may be used. Include..steel weight- distribution plate,for pipe NPS 4 and larger if pipe is installed on:rollers. 4. Shield:Dimensions for Pipe:,Not_less th an the following;. a. NPS 1/4 to NPS 3-1/2: 12,inche's long and 0.048 inch thick. b. NPS 4: 12 inches long:and,0.06:inch thick.—' c. NPS 5 and NPS 6: 18 inches long.and 0.06 inch',thick. d: ':NPS 8 to NPS 14: 24 inches long and 0.075.inch thick. e. NPS 16 to NPS 24: 24. nches'long and 0:105 inch thick: ' "5. Pipes NPS'8 and Larger: Include wood inserts 6. Insert Material: Length afleast as-long as protective shield. .7. Thermal-Hanger Shields:Install with.insulation same thickness as. piping insulation. 3.3 EQUIPMENT SUPPORTS A. Fabricate `structural-steel stands to suspend equipment from structure above or to support equipment above floor: B. Grouting: Mace grout under supports,for,equipment and make smooth"bearing surface: C5X6190Q 15060-6 HANGERS AND SUPPORTS RO—8/29/05, I CITY OF JEFFERSON, MISSOURI H �°METAL.FABRICATION •- ' A. Cut, drill, and fit miscellaneous..metal fabrications for heavy-duty steel trapezes and equipment supports. r B. F&exposed connections;together to form hairline joints. Field-weld connections that cannot be f -welded:because"of shipping size limitations. sh6p C. Field Welding: Comply with AWS D1 1 procedures for shielded metal arc welding;appearance �. and quality of welds;and methods"used in'correcting welding work, and with the following: 1 1. Use materials And,methods that minimize distortion and develop strength and corrosion "resistance of base metals 2. Obtam fusion(without undercut or overlap. ' 3 Remove -weld in' flux-mmediatel g Y ` , 4. Finish welds at:exposed connections so no roughness shows after finishing and contours r�. r of W61ded surfaces match..adjacent contours. 3.5 ADJUSTIN G f f A. Hanger Adjustment: Adjust hangers to distribute loads equally on attachments and to achieve , indicated slope of pipe OW PAINTING a A. Touching Up: Cleaning and touchup painting of field welds, bolted connections, and abraded areas,,, shop paint on miscellaneous metal are specified in Division 9 Section "Painting." B. Galvanized Surfaces:. Clean .welds, bolted. connections, and abraded areas and apply ,. galvanizing-repair paint to comply with ASTM A 780. €' END OF SECTION x15060_ p i f gf4x-y CiS x �.z {Ey y C5X641900: 15060-7 CHANGERS AND SUPPORTS . a ( r RO 8/29/05 DIVISION 15— MECHANICAL • Section 15272—Valves 1. 1 SECTION INCLUDES Stainless Steel Telescopic Valves. ' 1.2. GENERAL. The equipment provided under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions and recommendations of the equipment manufacturer unless exceptions are noted by the engineer. Telescopic valves shall be supplied with all the necessary parts and accessories indicated on the drawings, ' specified or otherwise required for a complete, properly operating installation,and shall be the latest standard product of a manufacturer regularly engaged in the production of telescopic valves. The telescopic valves supplied under this section shall be Series 80 Stainless Steel Telescopic Valves as ' manufactured by H.Fontaine Ltd. or approved equal. 1.3. QUALITY ASSURANCE. The manufacturer shall have experience in the production of ' substantially similar equipment and shall show evidence of satisfactory operation in at least 5 installations.The manufacturer's shop welds,welding procedures and welders shall be qualified and certified in accordance with the requirement of the latest edition of ASME, Section IX. ' 1.3.1.The manufacturer shall be ISO 9001 : 2000 certified. ' 1.4. SUBMITTALS. The manufacturer shall submit for approval by the purchaser, drawings showing the • principal dimensions, general construction and materials used in the valve and lift mechanism. ' 2. PERFORMANCE 2.1. OPERATION. Telescopic valves shall be adjustable in all positions of travel. ' 3. PRODUCT ' 3.1.TELESCOPIC VALVES ` 3.1.1. GENERAL DESIGN. Telescopic valves shall be constructed entirely of stainless steel. All hardware shall be stainless steel. 3.1.2. BODY. The valve body hall be made of structural tubing or pipe. Y 9 PP ' 3.1.3. TUBE. The tube shall be made of stainless steel. The inlet may be of the plain style, V-notch style, flared style, or weir box.Wear pads(guides)must be installed at the lower end of the tube to guide it inside the body and prevent metal-to-metal contact. ' 3.1.4.GUIDE SEAL.A guide seal must be provided where the tube enters the body.The UHMWPE guide seal is part of the flange bolted to the stainless steel flange, which is welded to the outside pipe. ' 3.2. OPERATORS AND STEM • 3.2.1. STEM AND COUPLINGS. The operating stem shall be of stainless steel designed to transmit in Jefferson City May, 2008 15272-1 Valves compression at least 2 times the rated output of the operating manual mechanism with a 40 Ibs(178 N)effort on the crank or handwheel. • The stem shall have a slenderness ratio (Ur) less than 200. The threaded portion of the stem shall have , machined cut threads of the Acme type. Where a hydraulic, pneumatic or electric operator is used,the stem design force shall not be less than 1.25 ' times the output thrust of the hydraulic or pneumatic cylinder with a pressure equal to the maximum working pressure of the supply, or 1.25 times the output thrust of the electric motor in the stalled condition. 3.2.2.STEM GUIDES.Stem guides shall be made of type 304L(or 316L)stainless steel and equipped with a ' UHMWPE bushing. Guides shall be adjustable and spaced in accordance with the manufacturer's recommendation.The Ur shall not be greater than 200. ' 3.2.3. STEM COVER. Rising stem gates shall be provided with a clear polycarbonate stem cover.The stem cover shall have a cap and condensation vents and a clear mylar position indicating tape.The tape shall be ' field applied to the stem cover after the gate has been installed and positioned. 3.2.4. LIFTING MECHANISM. Manual operators of the types listed in the schedule shall be provided by the gate manufacturer. , All bearings and gears shall be totally enclosed in a weather tight housing.The pinion shaft of crank-operated mechanisms shall be constructed of stainless steel and supported by roller or needle bearings. , Each manual operator shall be designed to operate the gate under the maximum specified seating and unseating heads by using a maximum effort of 40 Ibs(178 N)on the crank or handwheel and shall be able to withstand, without damage, an effort of 80 Ibs (356 N). • ' The crank shall be removable and fitted with a corrosion resistant rotating handle.The maximum crank radius shall be 15 inches(381 mm)and the maximum handwheel diameter shall be 24 inches ' (610 mm). 4. MATERIALS ' PART MATERIAL Body, tube, stem guides and stem Stainless steel ASTM A-240 type 304L or 316L , extension Threaded stem Stainless steel ASTM A-276 type 304MX or 316 ' Fasteners ASTM F593 and F594 GR1 for type 304 and GR2 for type 316 Stem guide liner and guide seal Ultra high molecular weight polyethylene UHMW.PE ASTM D-4020 Lift nut and couplings Manganese bronze ASTM 8584 UNS-C86500 Stem cover Clear polycarbonate ASTM D-3935 ' Pedestal, handwheel and crank Tenzaloy aluminum • Jefferson City May, 2008 15272-2 Valves 1 ' 5. SCHEDULE(see drawings) • 6. EXECUTION 6.1. INSTALLATION. Gates and appurtenances shall be handled and installed in accordance with the manufacturer's recommendations. ' 6.2. FIELD TESTS 6.2.1. Following the completion of each valve installation, the valve shall be operated through at least two ' complete up/down cycles. If an electric or hydraulic operator is used, limit switches shall be adjusted following the manufacturer's instructions. ' END OF SECTION 15272 I ' • ' Jefferson City May, 2008 15272-3 Valves 1 ' Page 1 of 2 ADDENDUM NO. 1 PROJECT NO. 31086 ' SCUM EQUIPMENT FOR SBR JULY 30, 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. tDIRECTOR OF COMMUNITY DEVELOPMENT 1 1 • ' Page 2 of 2 • ' ADDENDUM NO. 1 PROJECT NO. 31086 ' SCUM EQUIPMENT FOR SBR JULY 30, 2008 1 1. Sheet 1 -Clarification: link seals on exterior walls shall be sealed with non-shrink ' grout on the inside and left exposed on the outside. 2. Sheet 1 - Change connection of cleanout for Basin 2 from 90-degree elbow to 45-degree fitting and tee at Basin 4 to wye fitting. Penetrations through the wall will still be perpendicular to the wall. ' 3. Sheet 3 - Change manhole to 48-inch diameter round manhole. The bottom shall have a 1-foot diameter sump that is sloped to the inner wall at a 2:1 slope. 11 1 1 1 1 • City of Jefferson 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 23 Fax: (573) 634-6562 ' July 29, 2008 Subject: Scum Equipment for SBR Project No. 31086 Pre-bid Conference Notes ' A pre-bid conference was held in the conference room of the Jefferson City Treatment Plant, 401 Mokane Road on Tuesday, July 29, 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, August 5, 1:30pm TURN IN BIDS TO FINANCE ' • DEPARTMENT ON THE TOP FLOOR OF CITY HALL Questions Cut Off—Thursday July 31 12:00pm Anticipated Notice to Proceed —After September 3, 2008 ' CONTRACT TIME: 90 Calendar days — Will work with Contractor on Notice to proceed regarding delivery of Telescoping Valves. LIQUIDATED DAMAGES: $100.00 per calendar day. ' WAGE ODER: 15 General Questions: Eric Seaman, City of Jefferson 573-634-6410 ' Visiting site prior to bid; Plant is open from 7:30 am to 4:00 pm Monday through Friday. Please call 573- 634-6444 or 573-634-6445 for access or directions. Addendum #1 including the pre-bid notes and current plan holders list will be sent out tomorrow. PLAN 8° SPECIFICATION REVIEW: Attention was drawn to each area of the plans. • Penetrations through walls must be by precision coring. The walls are 18" thick concrete and reinforced. 0 Work must be coordinated with treatment plant staff to lower basin levels. During storm events City of ep ...�f erson COMMUNITY DEVELOPMENT "building a better community" C:\Documents and Settings\ahaslag\Local Setting.s\Temporary Internet Files\0L.K3D3\f re-bid Notes-REBID.doc or Missouri River flooding, basins may not be shut down. ' Concrete, trash and loose materials cannot enter the basins. • • Working in a boat is possible to catch debris. • Other telescoping valves could be substituted if meet specification. ' • For link seals on exterior walls, the inner side can be grouted with the outer side exposed for access. For interior link seals, leave both sides exposed. • Manhole should be 48-inch round manhole. It needs to have a sump — with 2:1 slope to center ' 1-foot in diameter. This will be changed in the addendum. • Cleanouts on north will be changed to a 45-degree fitting at Basin 2 and a wye fitting at Basin 4 where both connect to the outside piping. The wall penetrations will remain perpendicular to the ' wall. • ALL HARDWARE IN THE BASINS SHALL BE STAINLESS STEEL. ' QUESTIONIANSWER :(Received at the prebid meeting and those received by telephone, etc.) Respectfully, Eric Seaman, P.E. ' Deputy Director of Wastewater Utility Services AH:es ' C: Plan Holders Meeting Attendees ' • Project File Writer's File I ' City of Jef erson �g� COMMUNITY DEVELOPMENT "building a better community" CADocuments and Settings\ahaslag\Local Settings\Temporary Internet Files\OLKM3 11Pre-bid Notes-REBID.doc • • Pao of2 CITY OF JEFFERSON PRE-BID SIGN-IN SCUM EQUIPMENT for SBR-JEFFERSON CITY RWRF PROJECT NO. 31086 Tuesday,July 29, 200810:00 am,Jefferson City Treatment Plant Name (please print) Company (please print) Address (please print) Phone Fax ( C? *04 �'Iv�N2. %ice cr (' t ,?.NV .• ���,.91�( 9 �. rl*_rrr. Rvt*WI 1FFra—_ T_r4(�usjjz cT X205 RoU7E C 7rFF Cj-, ' IVO a5r'10 63627// �36- 67-AU J W� C-,L1/t7L�T 16/1/1 J !did 1 4""7 ti' .' !� �` u? v! ���. -r a�� 3 3 " •_ e 1 SCUM EQUIPMENT for SBR - JEFFERSON CITY RWRF PROJECT NO. 31086 Plan Holder Mailing Address Contact Info. Date -Company: 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 Com an. McGraw Hill Construction Dodge/AGC. 6330 Knox Industrial Drive Phone No. 314-781-2504 i i Contact: Cheryl Martin St: Louis MO 63139 Fax,No. 314-645-2643 Company: Builders Association P.O., Box 6907 Phone No: 573-893-3307 Co.n#act: Karla Jefferson City MO 651.02 Fax No: -,:573-893-6176 Company: Builders Association 1907 Pennsylvania Drive . Phone No. 573-214-2470 Contact:,Teresa Columbia.. MO 65202. Fax No. 673-214-2472 -Com an : Associated General Contractors,. 1221 Jefferson Street. Phone No. . 573-634-5524 r .Confact: Gretchen Jefferson City M0 65109 Fax No, 573=634-5875 Company: Dodge Reports fax plan holder and addendums Phone No. 972-819-1323 Contact Fax No: 972-849.-1323 'Company- Missouri iS Ft Planroom . - 78 Weldon.ParKwa Phone.No: 800=364-2059 ext: 8148 . Contact Tamara, Horton Maryland Heights ;. MO "; 63043 : Fax No; 866-570-8148 Company: Lehman Construction LLC 603 Russellville Rd Phone No. 573-796-8101 07/21/08 i Contact: Jeanne Whitney California MO 65018-1274 Fax No. 573-796-8293 Company: J C Industries, Inc P.O. Box 104567 Phone No. 573-636-2711 07/22/08 1 Contact: Denise Caley Jefferson City MO 65110-4567 Fax No. 573-636-6748 'r Company: Environmental Engineers P.O. Box 104478 Phone No. 573-636-3566 07/23/08 Contact: Ted Albin Jefferson City MO 65110-4478 Fax No. 573-635-4195 t E �w w w iw w �w■ ww Iw w w w w w w w iw Iw w w f Rry • Y ' • te 2 a, SCUM EQUIPMENT for SBR - JEFFERSON CITY RWRF PROJECT NO. 31086 Plan Holder Mailing Address Contact Info. Date Company: Midstate P.O. Box 643 Phone No. 573-859-3661 07/29/08 Contact: Jim Zumwalt Belle MO 65013 Fax No. 573-859-3662 9 f Company: Phone No. Contact Fax No. Company: Phone No. Contact: Fax No. Company: Phone No. Contact: Fax No. Company: Phone No. 3 Contact: Fax No. ' Company: Phone No. Contact! Fax No. Company: Phone No. Contact: Fax No. Company: Phone No. Contact: Fax No. Company: Phone No. ,t to FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2397 - Project 31086 Scum Equipment for SBR Community Development, Wastewater, Opened August 5, 2008 BIDS RECEIVED: Midstate Pipeline Maintenance, Belle, MO $ 99,879.10 Environmental Engineering, Jefferson City, MO $ 121,200.00 J C Industries, Jefferson City, MO $ 127,000.00 Eleven additional bidders were sent the request for bids but did not respond. The bid was advertised in News Tribune and posted on the City's web site. FISCAL NOTE: 6400-9900-7310-0064 Install Scum Eq - SBR Basin FY 2007-08 Budget $ 100,000.00 Expended 74.20 • Encumbered -0- - Bid 2401 $ 99,879.10 Balance $ 46.70 PAST PERFORMANCE: This vendor has provided services as specified and bid for projects awarded in the past. RECOMMENDATION: Staff recommends award of the bid to Midstate Pipeline Maintenance of Belle, Missouri in the amount of$99,879.10. ATTACHMENTS - SUPPORTING DOCUMENTATION Signature �' LPi11,DGyU Purchas g A nt -Co 4De t Director • ti City of Jefferson, Missouri Tabulation of Bids Bid Number 82397 Subject: Scum Equipment for SBR Department: Wastewater Midstate Pipeline Maint. Environmental Engineer. JC Industries Date: August 5, 2008 Belle MO Jefferson City MO Jefferson City MO PAGE 1 ITEM Est. Q Unit Price Total Price Unit Price Total Price Unit Price Total Price Furnish all labor, materials, equip $99,879.10 $121;200.00 $127,000.00 services, etc required for the performance and completion of the scum removal equipment shown. RFBs sent to the following vendors with no res onse: Lehman Construction Co, California MO Coring & Cutting, Ashland MO Central MO Plumbing, Jefferson Cit y MO Alex, Linn MO Butzer, Jefferson City MO Office Mechanical Contractors, Columbia MO CL Richardson, Ashland MO Balkenbush Mechanical Inc., Jefferson Ci MO J. Louis Crum Corporation, Columbia MO Drummond Mechanical Contractors, Columbia MO Heartland Plumbing Inc. Jefferson City MO JAB Commercial Plumbing, Jefferson City MO LIQuality Mechanical LLC, Fulton MO Questech, Columbia MO