Loading...
HomeMy Public PortalAboutORD14294 BILL NO. 2007-120 SPONSORED BY COUNCILMAN Klindt ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH T-N-T EXCAVATING FOR THE EAST MOREAU / ALGOA INTERCEPTOR AND PUMP STATION. WHEREAS, T-N-T Excavating has become the apparent lowest and best bidder on the East Moreau /Algoa Interceptor and Pump Station project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of T-N-T Excavating 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 T-N-T Excavating for the East Moreau/Algoa Interceptor and Pump Station project. 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: �SZe-� D 52 Approve 0g-,- /k `7 P"ding Officer Mayor ATTEST: APP D AS FORM: ity Cle City o nselor ,R • CONTRACT DOCUMENTS All ' Kris i IATAiT:��i�ibib_�� CITY OF JEFFERSON y< � e ;�# ? s ;✓�. Vii:-:�{ rf�"�� ; �-{ �"� 3: s:�. y t#x x NY }A Y r�� f �e �:, � '.�f1T='� ..g� '# s r - 3 x�..SSF '6 '�� "-F F + r1;b E`��£ n A.• V i U §� S �Ii S Ar ............. . ., t Y•I,�l )S!'!iF' ...IM a+ �`Jrr�. ........ ....y: .._. � r 1 avu xu,.axx,>i�ff' x+x�vwn... ..nw...o-:«vv^.'ma,.auv v.�.s.+umtw.c..�vne-a�w.mv�w-�w-atimwu'e'.xnvmumemu.+w✓¢x+anm-v�Wwane.r�x<,-� d SPECIFICATIONS AND CONTRACT DOCUMENTS PROJECT NO. 3108 ' East Moreau /Algoa Pump Station and Gravity Sewers 1 • 1 1 ' Jefferson City Department of Community Development ' September, 2007 1 1 .. Y'- Sty?+ i� Y 4 ,t ...:•"r' p,h"t ..• yj¢£1 .- F d c:1 ' TABLE OF CONTENTS ' 0 Advertisement for Bids • Notice to Bidders ' 0 Information for Bidders • Bid Form * ' 0 Bid Bond * ' 0 Anti-Collusion Statement • Contractor's Affidavit * tMinority Business Enterprise Statement ' Minority Business Utilization Agreement • Affidavit of Compliance with Prevailing Wage Law ' Prevailing Wage Determination • • Affidavit of Compliance Public Works Contracts Law • Excessive Unemployment Exception Certification ' Construction Contract ' Performance, Payment, and Guarantee Bond • General Provisions • Special Provisions ' Section 2010 Subsurface Investigation Section 2140 Dewatering Section 2160 Excavation Support Systems ' Section 2161 Temporary Excavation Support Section 2221 Utility Trench Excavation and Backfill Section 2316 Excavating Section 2317 Backfilling and Compacting Section 2400 Microtunneling • Section 2622 VCP for Microtunneling Section 2734 Horizontal Directional Drilling 1 1 1 ' Section 3100 Concrete Formwork Section 3200 Concrete Reinforcement Section 3300 Cast-In-Place Concrete ' Section 3390 Concrete Curing Materials Section 9900 Painting ' Section 11310 Submersible Pumps Section 13122 Pre-Engineered Fiberglass Buildings Section 15060 Pipe and Pipe Fittings ' Section 15271 General Requirements for Valves and Valve Actuators Section 15272 Valves Section 16530 General Electrical Requirements Section 16905 Systems Integration ' Section 16906 Pump Control Panel ' Appendix A Standard Sanitary Sewer Specifications and Details ' C INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) a, r 4 • ' 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, October 23, 2007. ' 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. 31084, East Moreau /Algoa Pump Station and Gravity Sewers" will include the furnishing of all material, labor, and equipment to install approximately 9000 feet of 15-inch to 8-inch sanitary sewer, a duplex submersible pump station and force main, including de-watering, directional boring, and electrical work. ' A pre-bid conference will be held at 10:00 AM, on Tuesday, October 9, 2007 in the Thomas Jefferson Room, Lower level of City Hall, 320 E. McCarty Street, Jefferson City, MO. 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 Fifty Dollars ($50.00)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 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 I (;er Up nson Purchasing Agent . 1 ' Publication Date Sunday, September 30, 2007 1 NOTICE TO BIDDERS • ' Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 320 East McCarty Street,Jefferson City, Missouri, until 1:30 PM on Tuesday,October 23,2007. 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. 31084, East Moreau /Algoa Pump Station and Gravity Sewers" will include the furnishing of all material, labor, and equipment to install approximately 9000 feet of 15-inch to 8-inch sanitary sewer, ' a duplex submersible pump station and force main, including de-watering, directional boring, and electrical work. ' A pre-bid conference will be held at 10:00 AM, on Tuesday, October 9, 2007 in the Thomas Jefferson Room, Lower level of City Hall, 320 E. McCarty, Jefferson City, MO. 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 Fifty Dollars ($50.00)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 IINFORMATION 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. 31084, East Moreau/Algoa Pump Station and Gravity Sewers"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 approximately 9000 feet of 15-inch to 8-inch sanitary sewer, a duplex submersible pump station and force main, including de-watering, directional boring, and electrical work. ' 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. ' I113-4 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. ' I113-5 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. I113-6 BID SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City of ' Jefferson for five percent(5%) of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. ' Should the successful bidder fail or refuse to execute the bond and the contract required within seven (7)days after he has received notice of acceptance of his bid, he shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. I113-7 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. I113-8 PRICES The price submitted for each item of the work shall include all costs of whatever nature involved ' in its construction, complete in place, as described in the Plans and Specifications. Section 144.062 RSMo provides that the City's sales tax exemption may be used for the purchase of goods and materials for this project. The contract for the project will authorize and ' direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and materials for the project. This provision shall apply to only those purchases totaling over$500 from an individual supplier. ' All sales taxes on those items which do not qualify for the use of the City's sales tax exemption and for which sales tax might lawfully be assessed against the City are to be paid by the ' Contractor from the monies obtained in satisfaction of the Contract. It being understood by the bidder, that the bid prices submitted for those items shall include the cost of such taxes. IB-9 APPROXIMATE QUANTITIES ' In cases where an art or all of the bidding is to be received on a unit rice basis, the any 9 P quantities stated in-the bid-will not be used in establishing final payment due the successful ' Contractor. The quantities stated on which unit prices are so invited are approximate only and each bidder shall make his own estimate from the plans of the quantities required on each item and calculate his unit price bid for each item accordingly. Bids will be compared on the basis ' of number of units stated in the bid. Such estimated quantities, while made from the best information available, are approximate only. Payment of the Contract will be based on actual number of units installed on the complete work. 1 IB-10 LUMP SUM ITEMS ' • Payment for each lump sum item shall be at the lump sum bid for the item, complete in place, and shall include the costs of all labor, materials, tools and equipment to construct the item as described herein and to the limits shown on the Plans. ' IB-11 SUBMISSION OF BIDS The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked "Project No. 31084, East Moreau /Algoa Pump Station and Gravity Sewers". 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. ' I113-13 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. I13-15 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 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 ' 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 I ' 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 tshall promptly make all needed adjustments, repairs or replacements arising out of defects which, in the judgment of the City become necessary during such period. ' The cost of all materials, parts, labor, transportation, supervision, special tools, and supplies required for replacement of parts, repair of parts or correction of abnormalities shall be paid by the Contractor or by his surety under the terms of the Bond. ' The Contractor also extends the terms of this guarantee to cover repaired parts and all replacement parts furnished under the guarantee provisions for a period of one year from the date of installation thereof. ' If within ten days after the City gives the Contractor notice of defect, failure, or abnormality of • the work, the Contractor neglects to make, or undertake with due diligence to make, the ' necessary repairs or adjustments, the City is hereby authorized to make the repairs or adjustments itself or order the work to be done by a third party, the costs of the work to be paid by the Contractor. ' In the event of an emergency where, in the judgment of the City delays would cause serious loss or damage, repairs or adjustments may be made by the City or a third party chosen by the ' City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. IB-22 NOTICE TO PROCEED ' A written notice to begin construction work will be given to the Contractor by the City of Jefferson within ten (10)days after the Contract is approved by the City Council. The time for ' 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 334 Calendar days. IB-25 LIQUIDATED DAMAGES Liquidated damages shall be assessed at the rate of One Thousand Dollars ($1000.00) per calendar day until the work is complete, should the project not be completed within the contract time. IB-26 POWER OF ATTORNEY ' Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. . 0-27 BID PACKET Each bid must be submitted on the prescribed forms and contain certain certifications and ' documentation. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, the bidder's address, and the name of the project for which the bid is being submitted. ' If forwarded by mail, the sealed envelope containing the bid must be enclosed in another • envelope addressed as follows: Purchasing Agent • City of Jefferson, MO ' 320 E. McCarty Street Jefferson City, MO 65101 ' For the convenience of bidding this project, a 'BID PACKET" has been included with the project manual. This packet contains the necessary forms to be submitted with the. bid proposal. The contents of this packet include the following: ' 1) BID FORM 2) BID BOND ' 3) ANTI-COLLUSION STATEMENT 4) CONTRACTOR'S AFFIDAVIT 5) MINORITY BUSINESS UTILIZATION AGREEMENT 1 � END OF INFORMATION FOR BIDDERS • h ' BID FORM • 1 Name of Bidder 7`V-T &Ca v VA ' .Address of Bidder B� -?!W Wkwo. :w two G Sa:Fq 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 1 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, 1 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 1 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 fumish all required materials, supplies, equipment,tools, and plant; to perform all necessary labor and supervision; and to construct, install, erect, and complete all work stipulated, required by, and in accordance with the proposed contract documents and the drawings, specifications, and other documents referred to therein (as altered, amended, or modified by addenda) in the manner and time prescribed and that he will accept in full payment-sums determined by applying to the quantities of the following items, the following unit prices and/or any lump sum ' payments provided, plus or minus any special payments and adjustments provided in the specifications and he understands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work ' shown on the drawings and described in the specifications, and that increases or decreases may be made over or under the Contract estimated quantities-to provide for needs that are determined during progress of the work and that prices bid shall apply . to such increased or decreased quantities as follows: i 1 REVISED BID SHEET(TO BE INCLUDED IN BID FORM)-ADDENDUM#1 ' Bidder will complete the Work in accordance with the Contract Documents for the following ric s : • Item Description Estimated Unit Item Unit Price. Total Estimated No. Quantity Price ' 1 Mobilization 1 LS oo vo 2 8-inch Sanitary Sewer 2771 LF 3A 15-inch Sanitary 5523 LF Sewer(Sta 0+00 to 39+00-and-51+00 to . ...... . .. _ ............ . . ....... . 67+23 � �° S ' 3B 15-inch Sanitary 1200 LF Sewer(Sta 39+00 to Ar 000 a�y 5 24-inch steel jacked 300 LF ' casing pipe for 15-inch sanitary sewer `�c5`D ,. '��6 000 "o, Outfall Sewer 6 Directional Drill 8- 668 LF oc inch forcemain 7,00 ROO q06 ° y 7 Open Cut 6-inch 457 LF forcemain 8. 12-inch Sanitary 891 LF Sewer a?$ 9 y 3 9 4-ft diameter manholes 3 EA Soo y sov 10 Trench Rock 1200 CY ' I Excavation `� '� 0 000 11 New Pump Station 1 LS 1 ae :2 12 Replace unsuitable 100 Ton 1 sub grade ),I aoa xb -- - TOTAL OF ALL ESTIMATED PRICES: ( SE WORDS) I, ALTERNATIVE NO. 1: y�i, ' Install bore at Highway 179 and Lorenzo Greene Blvd. Unit Price �n�� �n u,..� � t� ($__ 3 i*) In ) . x 256 L.f. (use words) � V (figures) Total Alternate No. 1: • (use words) (figures) ' SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he ' shall list them. A 1 TIME OF COMPLETION ' The undersigned hereby agrees to-complete the .project within 334 Calendar days, subject to the stipulations of the regulations of the Contract and the Special Provisions. ' It is understood and agreed that if this bid is accepted,the prices quoted above include all applicable state taxes and that said taxes shall be paid by the Contractor. The undersigned, as Bidder, hereby declares that the only persons or firms interested in the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this bid or in the Contract to be ' entered into; and this bid is made without connection with any other person, company,._: or parties makirig7a bid!'and"ttiat it is in all respects fair and in"good faith, without collusion or fraud. The undersigned agrees that the accompanying bid deposit shall become the property of the Owner, should he fail or refuse to execute the Contract or furnish Bond as called for in the specifications within the time provided. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the ' undersigned within sixty (60) days after the date of opening of bids, or any time thereafter before this bid is withdrawn; the undersigned will, within ten (10) days after ' the date of such mailing,telegraphing, or delivering of such notice, execute and deliver a Contract in the form of Contract attached. The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed, or delivered: t It is understood and agreed that this bid may be withdrawn at any time prior to the scheduled time for the opening of bids or any authorized postponement thereof. ' Attached hereto is a Bid Bond for the sum of Dollars (cashier's check), make payable to the City of Jefferson. • 1 ' Signature of Bidder. If an individual, , doing business as ' if a partnership, , member of firm. by If corporation, `T-k- by CkA� ' Title .SEAL Business Address of Bidder ?0. 6,5-d-7;�11 ' if Bidder is a corporation, supply the following information: State in which incorporated ' Name and Address of its: ' President GJ� `7t,,, -ox jNzt Al,&o k\i• yYi o �0 5-2 9-4 ' Secretary ' Date—1 o la3 /o7 1 1 BID BOND KNOW ALL MEN BY THESE PRESENTS that we, the undersigned,___ ------- as Principal, -------- ------------- and as Surety, are hereby held and firmly bound unto the CITY OF JEFFERSON, MISSOURI , as owner, in the penal .sum Iof 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 , .2.00 The condition of the above obligation is such that whereas the Principal has submitted ' to the CITY OF .JEFFERSON, MISSOURI a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing,for the project entitled: "Project No. 31084 East Moreau /Algoa P " 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 ( ) P P ' contract in the Form of Contract attached hereto (properly completed in accordance with said Bid)and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, shall in all other respects perform the agreement created by the acceptance of said Bid, ® then this obligation shall be void, otherwise the same shall remain in force and effect; it being ' expressly understood and agreed that the liability of 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 no way impaired or affected by the extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the.Surety have hereunto set their hands and seals,and such of them as are corporations have caused their corporate seals to be hereto ' affixed and these presents to be signed by their proper officers, the day and year first set forth above. ' (L.S.) Principal By: ' SEAL Surety By: • GRANITE RE, INC. ' GENERAL POWER OF ATTORNEY Know all Men by these Presents: ' That GRANITE RE, INC.,a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal.office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: LARRY K. HUDDLESTON; PAUL S. RAMM; ROBERT W. KAELIN; CHRISTOPHER M.COLMAN; HEIDI A. WALKER; SCOTT K. BURNHAM SR-; KIMBERLY R. LANE; AMANDA S. LORY; HEATHER R. HAYNES; KATHLEEN M. BEAMIS; TRAVIS E. BARKER; RYAN FORSYTH; DEBORAH D. CRIST its true and lawful Attorney-in-Fact(s)for the following purposes, to wit: ' To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and adl acts and things set forth in the resolution of the.Board of.-Directors of.the.said GRANITE RE, INC.a certified copy of which is hereto annexed and made a part of this Power of Attorney;and the said GRANITE RE, INC.through us, its Board of Directors, hereby ratifies and confirms all ' and whatsoever the said: LARRY K. HUDDLESTON; PAUL S. RAMM; ROBERT W. KAELIN; CHRISTOPHER M. COLMAN; HEIDI A.WALKER; SCOTT K.BURNHAM SR_; KIMBERLY R. LANE; AMANDA S. LORY; HEATHER R. HAYNES; KATHLEEN M. BEAMIS; TRAVIS E. BARKER; RYAN FORSYTH; DEBORAH D. ' CRIST may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the ' signatures of its President and Secretary/Treasurer,this 5"'day of April,2007. Kenneth D.Whittington,President STATE OF OKLAHOMA ) S E A L ' ) SS: 4u...` COUNTY OF OKLAHOMA ) Ron A. Frates,Secretary/Treasurer On this 51h day of April, 2007, before me personally came Kenneth D.Whittington, President of the GRANITE RE, INC. Company and e-V uman A. Frates, Secretary/Treasdrer of said Company, with both of whom I am personally acquainted, who being by me severally dully rn, said, that they, the said Kenneth D.Whittington and Rodman A. Frates were respectively the President and the Secretary/Treasurer of ' the GRANITE RE, INC.,the corporation described in and which executed the foregoing Power of Attorney;that they each knew the seal of saw corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation,and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively,of the Company. a My Commission Expires: U May 9,2008 Notary Publi ' Commission #:00005708 GRANITE RE, INC. Certificate THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc.,an Oklahoma Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc.and'that said Power of Attorney has not been revoked and is now in full force and effect. ' "RESOLVED, that the President,any Vice President,the Secretary,and any Assistant Vice President shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or ' evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner.reproduced; provided,however, that the seal shall not be necessary to the validity of any such instrument or undertaking." ' IN W,TNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this day of October ' S E A L - ., ,.. odman A. Frates, Secretary/Treasurer 1GR01100-1 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS that we TNT Excavating, Inc., 305 N Union, New Franklin, MO 65274 Principal, and Granite Re Inc. 14001 Quailbrook Drive as Principal, hereinafter called the Pre p , Oklahoma City, OK 73134 a corporation duly organized under the laws of the State of Oklahoma as Surety, hereinafter called the Surety, are held and firmly bound unto City of Jefferson City, Missouri ' as Obligee, hereinafter called the Obligee, in the sum of Five Percent(5%)of Amount Bid . Dollars ($-------_�----_}, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. ' WHEREAS, the Principal has submitted a bid for Moreau/Algoa Road Sewer Improvements • NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specked in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof„or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specked in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise. to remain in full force and effect. Signed and sealed this 23rd day of October, 2007 TNT Excavating, Inc. (Principal) (Seal) (Witness) ' ^ n lA acc de—lhoffpson,President Granite Re, Inc. rC Aurety) (Seal) 1 (Witness) Travis Barker,Attorney in fact r AIA DOCUMENT A310.BID BOND AIA @.FEBRUARY 1970 ED, THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,0.C.20006 i ANTI-COLLUSION STATEMENT S STATE OF ' COUNTY OF �•l�(1c (�/� ,�� being first duly swom, deposes and°says that he is YJ/ 1 etc ' of TITLE OF PERSON SIGNING 1 Al N OF BIDDER that all.statements made and facts set out in the bid for the above project are true and correct; and that the bidder(the person, firm, association, or corporation making said bid)has not, either directly or indirectly,entered into any agreement,participated in any . collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid of any contract which result from its acceptance. Affiant further certifies that bidder is not financially interested in, or financially affiliated with, any other bidder for the above project. (BY) (BY) i Sworn to before me this dday of 6664VO , 200�_ . NOTARY PUBLIC/ \lllllolEmuCUrrrt/, +lJBLlC My commission expires: /�,r�11��?�, nJ d�?I acm °v -eri o Pt 008974182 •.°_ `� _ f✓''��,,3�11111 4llllll\\\\\\\```` r 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 OFD _ _) ' The undersigned, �b(J'J(4U r I od c &n .-..fU! ave, being first duly swon, states upon oath that he its , of ' the contractor submitting the attached bid, that he knows of his own knowledge and states it to be a fact that neither said bid nor the computation upon which it is based include any amount of monies, estimate or allowance representing wages, moneys or expenses, however designated, proposed to be paid to persons who are not required to fumish material or actually perform services upon or as a part of the proposed project. ' -'--�ANT Subscribed and wo to befor�}m , a Notary Public, in and for the County and State aforesaid, this day of 20 r) NOTAR P OLIC \Ig11tIlIIfl/!y!! My Commission Expires: NOTARY .. •C ?UBLIc p`. °O .V =� OTARY °U ,TEAL p a ` COMMISSION p • 1 ' 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 1 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 1 term "Minority Business Enterprise" shall mean a business: 1. Which is at least 51 percent owned by one or more minorities or women, 1 or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such individuals. ' "Minority Group Member"or"Minority" means a person who is a citizen or lawful permanent resident of the United States, and who is: ' 1. Black(a person having origins in any of the black racial groups of 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 06- Y\ 1A S y UU Total Bid Amount: /09 oco Total: -0 F C11 MAIJULP 0 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 bidderfor 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 y. 2 ' SIGNATURE OF AUTHORIZED OFFICER • _Jf -_ --- ------- - �- .--_ •. ._ __ rj J , _ -,1, .i .r .1 '"tit: t •i>r>.'i ')., S - ,'ri' •r:J7 �, :v �i��.. ,1 i :•:, 11.;, i iN 1•, } 1. } =11 ;� '�� �t :;` '4'fi ,..� .;.Ij �. <t� _,�,�-:��: 4 t t[i:'•'i'' .�,.,• >':: � 1 :n.i:• 'r J'I�.':; kl..'':'.• ,t _� t , � - 1 tit u _ _ ,� ) .;1 '�� v , i 1t� - •-`'r , 1 t�1: .�J y1 ,` ,i. - _ - S i , _` , I y t t ,i �.' ,4,11 L_ tt ,r . y :�T,.::'.':•I(tYj :.,..�.1.�.,..... �..1.11i JCr. II:S! •' :"f L:Iql I. �+1' '1.1"� •+ State of Missouri Office of Administration Office o Ity jr Jacquelyn D. On <, Commissioner ofAdininistralion Direciar This is to 1 I r r r ♦ ♦ / r r ♦ r — � . r r r esfablO hed by the Rate of Missouri, Office of Administration. in Eason Director, Office of Eq�al Opportunity Cerhfwa(loij Nu er U01464 Dale of hjue 1113104 Dare of Expiration 6124MJ I 1 1 .I I I !• A' I •.t. .l { - ' _• , r:, v: .,i - ,�•1{�.t..'-,n :;�� i l;;ti)'.,ti>t ?.�,• .'r+ f Tt:'4i :�il' ,;,t. 1 a- ;.it ,l,�r .� '•L, r ^ir �f y•+ �".t'.�� `1'J�-.. ,'�, _1•• 1.�•, -�ta.,t �lil', ill.-,��4r -z���� 111�. t._J_ -p'•.=L�'i.y91� ��{ �. _ � ;�• .J. . ��, �- .�r'i-� -✓�•.' ,,,,:Ij;l> ,ra � � yt � .�.1u i�.L.7�L;Zt. �:.•k�. � t�=-'1`r. �.i:.. J� (y�' `jl- s ;r.j 1. '%i: �. it>- ) bs- ff1 ^,� 't� y�•��-• r.. .-(',� ,rr. .6 �tr,..t.: �i�.1 y'-. }[ �•- �•�l;l;: ,,' .!, t i_. i Y ,. �- •(, •�,- 4 /. Tr'( ..y: f tt'1�.�.S) 11 yyi,,ti -i T r- :l. 1';S, ,�� r - � •., (r••'.-`•ir,�j;�.ir �,t, 'c -t:%, � �T-:a �Y �1•� f• � I, { ' ,;1�`J ,1 1 1 .�i.i•'1JJ,�: ,.•, y>if �. li >"��: i+.4.1, l., l ',,.Ii.i�{: r .{: `•'t 1 >. •pi,: _if,.,;�;, 1-,rl l i ;. ff.� I;'�r } i• �f:'�':,i � Jr,�,,t q:1 51 j1,'-,.,,}.1, trrr �i sL';s�..�. {. .•}14' t• , .0 •.{. S J � - 'A ^,+,+'i:�'Y .Gr� 'I,�} ,:�+.1. '���.G L,L�•yr1A tj �1:� I� 1',,; ,'t= 1 { _.A_ :�i�;;., 'n'.' - 'A. � �,�; M' ;>J,.S '.}i'i�. �•arl':•,.,.1:.�1 �._ � {,�,., 1` � r: rl�. � � 'tri � i ti •�� ,: ;,,.::., �� - _ it -1. :f i ., 1 ,1- _I t , 1 , j , ! 1 � •• �_ Ct� - Matt Blunt `'• '; ,� Governor State of Missouri OFFICE OF ADMINISTRATION i Post Office Box 809 Michael N. Keathley Jefferson City Donna M.White Commissioner 65102 Director ' (573) 751-8130 Office of Supplier and Workforce Fax: (573)522-8078 Diversity http://www.oa.mo.gov/oeo/ December 14,2005 �1Mr.Darren L. Clay QAIOSWD CERTIFICATION#iVY03064 D&K Distributors,Inc. EFFECTIVE DATE: 12/13/05 100 Industrial Drive EXPIRATION DATE: 12/1/07 i . Bonne Terre MD 63628 Dear Certified Vendor: ' The Office of Supplier and Workforce Diversity (OSWD) is pleased to notify you that your firm has met the requirements ror certification as a bona fide Minority-owned Business Enterprise(MBE). This certification is valid until the expiration date above. Recertification forms will be sent to you at least 30 days prior.to the expiration date of your certification. It is your responsibility to ensure that your certification is updated. • Work conducted by your firm in the delivery of commodities and/or services for the state will count toward the MBE participation goals if your firm: performs a commercially useful function; is responsible for a distinct ielement of the work of a contract; and caffies out responsibilities by actually performing, managing and/or supervising the work. If there is any change in the ownership or control of your firm,you must notify this office immediately. Failure . to report any of those changes to this office or violati.on of the rules of the Office of Supplier and Workforce Diversity-Ccrtificatiou Program may resalt in the revocation of your certification. Your firm's name will appear in our MBE Certified Directory that can be accessed on the Internet at home page address: www.oa.mo.gov/oeo/cp.htrnl. Please direct all written inquiries to the Office of Supplier and ' Workforce Diversity-Certification Program at the address listed above, or call (877) 259-2963 or (573) 526- 1467. Sincerely, Donna M. Whitc iDirector i • i i ' . -. ..._.._._ Page 1 of 2 • ADDENDUM NO. 1 PROJECT NO. 31084 East Moreau/Algoa Road Interceptor and Pump Station I' October 11, 2007 1 1. The bidder will acknowledge receipt of this Addendum and his acceptance of its conditions by signing this Addendum and including it with his bid. BIDDER: l-iVrT �xea�rt�'Zw, 1 BY: TITLE: 1 • ' CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT 1 - 1 1 - • 1 , ' - Page 2 of 2 #' • ADDENDUM NO. 1 PROJECT NO. 31084 East Moreau/Algoa Road Interceptor and Pump Station October 11, 2007 ' 1. Add Appendix B: Geothechnical Report to the Specifications. 2. A revised bid page is attached. Replace the old bid page in the bid packet/contract with the attached bid page. II 3. The attached_pre-bid minutes shall be part of this addendum and contract. ' 4. SP-22; Replace Item no. 3 description with: 1 Line Item No. 3 A. Same as 2. Above. . ' Line Item No. 3B. Payment will be based on lineal feet of installed pipe, measured along the pipe centerline from center to center of manholes.Work activities include, but • are not limited to removal of trees and vegitation, topsoil stripping and stockpiling, removals, Rock cut and disposal as shown on the drawings, sal of removals, protection of features to.remain, removing and replacing fence as required, sheeting and shoring ' as required, dewatering, procuring hauling and placing and compacting bedding materials, procuring and installing sewer pipe, fittings and appurtenances, concrete ' encasement as required, connecting to and removing existing sewers where required, accomodating utility crossings, placing and compacting backfill, bypass pumping, restoration of surfaces including landscape work and pavement, testing as defined in ' the specifications. Add: ' Line Item No. .12 - Replace unsuitable subgrade. Payment will be per ton of material placed and include the cost to excavate unsuitable subgrade and work into back fill or remove unsuitable subgrade, replacement of unsuitable subgrade with materials defined in Section 02221 Parts 2.3 B. & C. ' Alternate 1 - Replace the phrase, "... 8-inch carrier pipe" with "... 10-inch carrier pipe". Attachments: Appendix B: Getechnical Report ' Legible copy of Sheet 2 Revised Bid sheet for bid packet/contract • Aerial photo and route of temporary haul road w/ contours ' Pre-bid noted-with attendance sheet 9 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 II' and requirements and with Annual Wage Order No. 14, Section 026, Cole County in carrying out the contract and work in connection with Project No. 31084, East Moreau / Algoa Pump Station and Gravity Sewers located at Jefferson City in ' Cole County, Missouri, and completed on the day of , 20 • i SIGNATURE Subscribed and sworn to me this day of , 20 ' NOTARY PUBLIC My commission expires: ' STATE OF MISSOURI ) ss COUNTY OF ) • f ' I !1 • Missouri Division of Labor Standards 1 WAGE AND HOUR SECTION I�1 f THE s . y bn u suvN� 0� �jy "+occcxx � 1 MATT BLUNT, Governor 1 Annual Wage Order No. 14 • Section 026 1 COLE COUNTY In accordance with Section 290:262 RSMo 2000, within thirty (30) days after a certified copy of this ' Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection in triplicate with the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO 65102-0599. Such objections must 1 set forth in writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor Standards; P.O. Box 449, Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. 1 Original Signed by Allen E.Dillingham, Director Division of Labor Standards ' This Is A True And Accurate Copy Which Was Filed With The Secretary of State: March 9, 2007 1 Last Date Objections May Be Filed: April 9,2007 Prepared by Missouri Department of Labor and Industrial Relations • 1 Building Construction Rates for REPLACEMENT PAGE Section 026 ' COLE County "Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase " Rates Schedule Schedule Asbestos Worker $26.44 55 60 $13.66 ' Boilermaker $28.49 57 7 $18.62 Bricklayers-Stone Mason $26.06 59 7 $10.71 Carpenter $22.18 1 60 15 $9.77 Cement Mason $21.59 9 3 $9.70 ' Electrician Inside Wireman $27.21 1 28 7 $10.69+ 13% Communication Technician USE ELECTRICIAN INSIDE WIREMAN RATE Elevator Constructor a $37.115 26 54 $16.23 Operating Engineer -Group 1 5/07 $25.02 86 66 $16.42 -Group II 5/07 $25.02 86 66 $16.42 Group III 5/07 $23.77 86 66 $16.42 ' Group III-A 5/07 $25.02 86 66 $16.42 -Group IV 5/07 $22.79 86 66 $16.42 Group V 5/07 1 $25.72 86 66 $16.42 Pipe Fitter 7/07 b 1 $32.00 91 69 $18.68 ' Glazier $15.00 FED $1.42 Laborer(Building): General $18.37 110 7 $8.99 First Semi-Skilled $20.37 110 7 $8.99 ' Second Semi-Skilled $19.37 110 7 $8.99 Lather USE CARPENTER RATE Linoleum Layer&Cutter USE CARPENTER RATE , Marble Mason $26.06 59 7 $10.71 Millwright $23.18 60 15 $9.77 • Iron Worker $23.57 11 8 $15.04 Painter $20.25 18 7 $7.82 , Plasterer $20.61 94 5 $9.49 Plumber $22.00 FED $3.31 Pile Driver $23.18 60 15 $9.77 Roofer $25.25 12 4 $9.84 , Sheet Metal Worker 7/07 $26.12 40 23 $11.93 Sprinkler Fitter $16.00 FED $2.55 Terrazzo Worker $26.06 59 1 7 $10.71 Tile Setter $26.06 59 7 $10.71 , Truck Driver-Teamster -Group 1 $21.15 101 5 $8.00 -Group II $21.85 101 5 $8.00 ' -Group III $21.55 101 5 $8.00 Group IV $21.85 101 5 $8.00 Traffic Control Service Driver lWelders-Acetylene&Electric ' .Fringe Benefit Percentage is of the Basic Hourly Rate Attention Workers: If you are not being paid the appropriate wage rate and fringe benefits contact the Division , of Labor Standards at(573)751-3403. "Annual Incremental Increase ' • 'SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO.14 7107 ' I' Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County Footnotes Effective Basic over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Welders receive rate prescribed for the occupational title performing operation to which welding is incidental. Use Building Construction Rates on Building(s)and All Immediate Attachments.Use Heavy Construction ' rates for remainder of project. For the occupational titles not listed in Heavy Construction Sheets,use Rates shown on Building Construction Rate Sheet. a-Vacation: Employees over 5 years-8%; Employees under 5 years-6% ' 'b- All work over$7 Million Total Mechanical Contract-$32.00,Fringes-$18.68 All work under$7 Million Total Mechanical Contract-$30.66,Fringes-$14.24 1 . -Annual Incremental Increase ANNUAL WAGE ORDER NO.14 7/07 1 COLE COUNTY ' OVERTIME SCHEDULE-BUILDING CONSTRUCTION • FED: Minimum requirement per Fair Labor Standards Act means time and one-half(1 ''/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 am.(and resulting quitting time of 4:30 p.m.)may be moved forward to ' 6:00 a.m. or delayed one hour to 9:00 am. 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 am.and 8:00 a.m.from Monday to Friday. Time and one-half(1%)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 am. and shall continue through the following Friday, ' inclusive of each week. All work performed by employees anywhere in excess of forty(40)hours in one(1)work week,shall be paid for at the rate of one and one-half(1%2)times the regular hourly wage scale. All work performed within the regular working hours which shall consist of a ten(10)hour work day except in emergency situations. Overtime work and Saturday work shall be ' paid at one and one-half(1%2)times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two(2) times the regular hourly rate. NO. 18: Means the regular work day shall be eight(8)hours. Working hours are from six(6)hours before Noon(12:00)to six , (6)hours after Noon(12:00). The regular work week shall be forty(40)hours,beginning between 6:00 a.m.and 12:00 Noon on Monday and ending between 1:00 p.m. and 6:00 p.m. on Friday. Saturday will be paid at time and one-half(1'/2). Sunday and Holidays shall be paid at double(2)time. Saturday can be a make-up day if the weather has forced a day off,but only in the week , of the day being lost. Any time before six(6)hours before Noon or six (6)hours after Noon will be paid at time and one-half (I%2). NO. 26: Means that the regular working day shall consist of eight(8)hours worked between 6:00 am.,and 5:00 p.m., five(5) days per week,Monday to Friday,inclusive.Hours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades. (The above working hours may be changed by mutual agreement). Work performed on Construction Work on Saturdays,Sundays and before and after the regular working day on Monday to Friday, inclusive,shall be classified as overtime,and paid for at double(2)the rate of single time. The employer may establish hours worked on a jobsite for , a four(4)ten(10)hour day work week at straight time pay for construction work;the regular working day shall consist of ten(10) hours worked consecutively,between 6:00 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. 14 , AW 14 026 OT.doc Page 1 of 4 Pages COLE COUNTY OVERTIME SCHEDULE-BUILDING CONSTRUCTION NO. 28: Means a regular workday shall consist of eight(8) hours between 7:00 a.m. and 5:30 p.m., with at least a thirty (30) minute period to be taken for lunch. Five(5)days a week,Monday through Friday inclusive,shall constitute a work week. The Employer has the option for a workday/workweek of four(4)ten(10)hour days(4-10'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). j 1 -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'/�)times the employee's regular rate of pay. All work performed from 12:00 am.Sunday through 8:00 am. Monday and recognized holidays shall be paid at double(2)the straight time hourly rate of pay. Should employees work in excess of twelve(12) ' consecutive hours they shall be paid double time(2X)for all time after twelve(12)hours. Shift work performed between the hours of 4:30 p.m.and 12:30 a.m.(second shift)shall receive eight(8)hours pay at the regular hourly rate of pay plus ten(10%) percent for seven and one-half(7%2)hours work. Shift work performed between the hours of 12:30 a.m.and 8:00 a.m.(third shift) shall receive eight(8)hours pay at the regular hourly rate of pay plus fifteen(15%)percent for seven(7)hours work. A lunch period of thirty(30)minutes shall be allowed on each shift. All overtime work required after the completion of a regular shift shall be paid at one and one-half(1%2)times the shift hourly rate. NO.40: Means the regular working week shall consist of five(5)consecutive(8)hour days'labor on the job beginning with I, Monday and ending with Friday of each week. Four(4) 10-hour days may constitute the regular work week. The regular working day shall consist of eight(8)hours labor on the job beginning as early as 7:00 am.and ending as late as 5:30 p.m. All full or part time labor performed during such hours shall be recognized as regular working hours and paid for at the regular hourly rate. All hours worked on Saturday and all hours worked in excess of eight(8)hours but not more than twelve(12)hours during the regular working week shall be paid for at time and one-half(1'/2)the regular hourly rate. All hours worked on Sundays and holidays ' and all hours worked in excess of twelve(12)hours during the regular working day shall be paid at two(2)times the regular • hourly rate. in the event of rain,snow,cold or excessively windy weather on a regular working day,Saturday may be designated as a"make-up"day. Saturday may also be designated as a"make-up"day,for an employee who has missed a day 'I of work for personal or other reasons. Pay for"make-up"days shall be at regular rates. NO. 55: Means the regular work day shall be eight(8)hours between 6:00 a.m.and 4:30 p.m. The first two(2)hours of work ! ' performed in excess of the eight(8)hour work day, Monday through Friday, and the first ten(10) hours of work on Saturday, shall be paid at one&one-half(1'/2)times the straight time rate. All work performed on Sunday,observed holidays and in excess of ten(10)hours a day,Monday through Saturday,shall be paid at double(2)the straight time rate. - I' 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 am. 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(I%2) except in cases where work is part of an employee's regular Friday shift. All time worked on Sunday.and recognized holidays shall be paid at the double(2)time rate of pay. i' i i' ANNUAL WAGE ORDER NO.14 AW 14 026 OT.doc Page 2 of 4 Pages i COLE COUNTY ' OVERTIME SCHEDULE-BUILDING CONSTRUCTION NO.59: Means that except as herein provided,eight(8)hours a day shall constitute a standard work day,and forty(40)hours per • week shall constitute a week's work. All time worked outside of the standard eight(8)hour work day and on Saturday shall be ' classified as overtime and paid the rate of time and one-half(1%2). 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 am.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 am.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%2)the hourly wage rate plus fringe benefits Monday through Friday. SATURDAY MAKE-UP DAY: If an Employer is prevented from working forty(40)hours, Monday through Friday,or any part thereof by reason of inclement weather(rain or mud),Saturday or any part thereof may be worked as a make-up day at the straight time rate. It is agreed by the parties that the make-up day is not to be used to make up time lost due to recognized holidays. If an Employer , elects to work four 10-hour days,between the hours of 6:30 am.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%2) 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, i 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'/2)the regular Millwright hourly wage rate plus fringe benefits. The regular work day starting of 8:00 am. ' (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one (1) hour to 9:00 am. All work • accomplished on Sundays and recognized holidays,or days observed as recognized holidays,shall be compensated for at double (2) the regular hourly rate of wages plus fringe benefits. NOTE: All overtime is computed on the hourly wage rate plus an amount equal to the fringe benefits. ' NO.86: Means the regular work week shall consist of five(5)days,Monday through Friday,beginning at 8:00 a.m.and ending at 4:30 p.m. The regular work day beginning time may be advanced one or two hours or delayed by one hour. However, the Employer may have the option to schedule his work week from Monday through Thursday at ten(10)hours per day at the straight time rate of pay with all hours in excess of ten(10)hours in any one day to be at the applicable overtime rate. If the Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control, inclement weather or holiday,he shall have the option to work Friday at the straight time rate of pay to complete his forty(40)hours. If an employee , declines to work Friday as a make-up day,he shall not be penalized.All overtime work performed on Monday through Saturday shall be paid at time and one-half(1'/2)of the hourly rate plus an amount equal to one-half('/2)of the hourly Total Indicated Fringe Benefits. All work performed on Sundays and recognized holidays shall be paid at double(2)the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. , NO.91: Means eight(8)hours shall constitute a day's work commencing at 8:00 am.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 am.and 9:00 am. The regular workweek shall consist of forty(40)hours of five(5)workdays,Monday through Friday. The workweek may consist of four(4)ten(10)hour days from Monday through Thursday,with Friday as a make-up day. If the make-up day is a holiday,the employee shall be paid at the double(2)time rate. The employees shall be paid time and one-half(I%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 i day,then time and one-half(1%2)is paid for work performed over ten(10)hours a day)or over forty(40)hours per work week. Work performed on Saturdays,Sundays and recognized holidays shall be paid at the double(2)time rate of pay. • i ANNUAL WAGE ORDER NO.14 , AW 14 026 OT.doc Page 3 of 4 Pages I' COLE COUNTY OVERTIME SCHEDULE-BUILDING CONSTRUCTION • NO.94: Means eight(8)hours shall constitute a days work between the hours of 8:00 am.and 5:00 p.m. The regular workday ' starting time of 8:00 a.m.(and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 am.or delayed one(1)hour to 9:00 am. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half(1'/2) times the regular pay. In the event time is lost during the work week due to weather conditions,the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. 1 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 am.(and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 am.or delayed one(1)hour to ' 9:00 am. The Employer has the option of working either five(5)eight-hour days or four(4)ten-hour days to constitute a normal forty(40)hour work week. When a four(4)ten-hour day work week is in effect,the standard work day shall be consecutive ten (10)hour periods between the hours of 6:30 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 work week is in effect,forty (40)hours per week shall constitute a week's work,Monday through Friday,inclusive. In the event the job is down for any reason ' beyond the Employer's control,then Saturday may,at the option of the Employer,be worked as a make-up day;straight time not to exceed eight(8)hours per day or forty(40)hours per week. Make-up days shall not be utilized for days lost due to holidays. NO. 110: Means eight(8)hours between the hours of 8:00 am.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 am. on Monday and shall end at 4:30 p.m. on Friday(or 5:00 p.m.on Friday if the Employer grants a lunch period of one(1)hour),or as adjusted by starting time change as stated above. All work performed before 8:00 a.m. and ' after 4:30 p.m.(or 5:00 p.m.where one(1)hour lunch is granted for lunch)or as adjusted by starting time change as stated above • or on Saturday,except as herein provided,shall be compensated at one and one-half(P/2)times the regular hourly rate of pay for the work performed. All work performed on Sunday and on recognized holidays shall be compensated at double(2)the regular ' hourly rate of pay for the work performed. If an Employer is prevented from working forty(40)hours,Monday through Friday,or any part thereof by reason of inclement weather(rain and mud),Saturday or any part thereof may be worked as a make-up day at the straight time rate. The Employer shall have the option of working five eight(8)hour days or four ten(10)hour days Monday through Friday. If an Employer elects to work five(5)eight(8)hour days during any work week,hours worked more than eight ' (8) per day or forty (40) hours per week shall be paid at time and one-half(I%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'h)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(I%Z)overtime rate. �I • ' ANNUAL WAGE ORDER NO.14 AW 14 026 OT.doc Page 4 of 4 Pages COLE COUNTY ' HOLIDAY SCHEDULE-BUILDING CONSTRUCTION NO.3: All work done on New Year's Day,Decoration Day,July 4th,Labor Day,Veteran's Day,Thanksgiving Day and • Christmas Day shall be paid at the double time rate of pay. Whenever any such holidays fall on a Sunday,the following ' Monday shall be observed as a holiday. NO.4:All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving and Christmas Day ' shall be paid at the double time rate of pay. If any of the above holidays fall on Sunday,Monday will be observed as the recognized holiday. If any of the above holidays fall on Saturday,Friday will be observed as the recognized holiday. NO.5: All work that shall be done on New Year's Day,Memorial Day,Fourth of July,Labor Day,Veteran's Day, ' Thanksgiving Day,and Christmas Day shall be paid at the double(2)time rate of pay. NO.7:All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. If a holiday falls on a Sunday,it shall be observed on the ' following Monday. If a holiday falls on a Saturday,it shall be observed on the preceding Friday. NO.8:All work performed on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving ' Day,and Christmas Day,or the days observed in lieu of these holidays,shall be paid at the double time rate of pay. NO.15:All work accomplished on the recognized holidays of New Year's Day,Decoration Day(Memorial Day),Independence Day(Fourth of July),Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day,or days observed as these named ' holidays,shall be compensated for at double(2)the regular hourly rate of wages plus fringe benefits. If a holiday falls on Saturday,it shall be observed on the preceding Friday. If a holiday falls on a Sunday,it shall be observed on the following Monday. No work shall be performed on Labor Day,Christmas Day,Decoration Day or Independence Day except to preserve life or property. ' NO.23:All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate of pay. When a holiday falls on Sunday,the following Monday shall be considered a holiday. ' NO.54:All work performed on New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving • Day,the Friday after Thanksgiving Day,and Christmas Day shall be paid at the double(2)time rate of pay. When a holiday ' falls on Saturday,it shall be observed on Friday. When a holiday falls on Sunday,it shall be observed on Monday. NO.60: All work performed on New Year's Day,Armistice Day(Veteran's Day),Decoration Day(Memorial Day), Independence Day(Fourth of July),Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No ' work shall be performed on Labor Day except when triple(3)time is paid. When a holiday falls on Saturday,Friday will be observed as the holiday. When a holiday falls on Sunday,the following Monday shall be observed as the holiday. NO.66: All work performed on Sundays and the following recognized holidays,or the days observed as such,of New Year's ' Day,Decoration Day,Fourth of July,Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day,shall be paid at double (2)the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a Sunday,the following Monday shall be observed as a holiday. NO.69: All work performed on New Year's Day,Decoration Day,July Fourth,Labor Day,Veteran's Day,Thanksgiving Day , or Christmas Day shall be compensated at double(2)their straight-time hourly rate of pay. Friday after Thanksgiving and the day before Christmas will also be holidays,but if the employer chooses to work these days,the employee will be paid at straight -time rate of pay. If a holiday falls on a Sunday in a particular year,the holiday will be observed on the following Monday. ' • AW014 026 BHol.doc ANNUAL WAGE ORDER NO. 14 , Pagel oft Page _ 1 ' Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE County *Effective Basic ver- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule CARPENTER Journeymen 5/07 $27.21 7 16 $9.76 Millwright 5/07 $27.21 7 16 $9.76 Pile Driver Worker 5/07 $27.21 7 16 $9.76 OPERATING ENGINEER 1 Group 1 5/07 $24.10 21 5 $16.34 Group II 5/07 $23.75 21 5 $16.34 Group III 5/07 $23.55 21 5 $16.34 Group IV 5/07 $19.90 21 5 $16.34 Oiler-Driver 5/07 $19.90 21 5 $16.34 ' LABORER ' General Laborer 5/07 $22.97 2 4 $8.78 Skilled Laborer 5/07 $23.57 2 4 $8.78 ' TRUCK DRIVER-TEAMSTER Group 1 5/07 $25.02 22 19 $8.35 Group II 5/07 $25.18 22 19 $8.35 ' Group III 5/07 $25.17 22 19 $8.35 Grou IV 5/07 1 $25.29 1 22 1 19 $8.35 i1 For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the ' Building Construction Rate Sheet. • "Annual Incremental Increase ANNUAL WAGE ORDER NO. 14 6/07 COLE COUNTY ' OVERTIME SCHEDULE—HEAVY CONSTRUCTION NO.2: Means a regular workweek shall be forty(40)hours and will start on Monday and end on Friday. • The regular workday 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 am. However,the project starting time may be advanced or delayed if required. If workmen are required to work the enumerated holidays or days ' observed as such or Sundays,they shall receive double(2)the regular rate of pay for such work. NO.7: Means the regular work week shall start on Monday and end on Friday,except where the Employer elects to work Monday through Thursday,ten(10)hours per day. All work over ten(10)hours ' in a day or forty(40)hours in a week shall be at the overtime rate of one and one-half(1'/z)times the regular hourly rate. The regular work day shall be either eight(8)or ten(10)hours. If a job can't work forty(40)hours Monday through Friday because of inclement weather or other conditions beyond the ' control of the Employer,Friday or Saturday may be worked as a make-up day at straight time(if working 4-10's). Saturday may be worked as a make-up day at straight time(if working 5-8's). Make-up days shall not be utilized for days lost due to holidays. A workday is to begin at the option of the Employer but not later than 11:00 a.m. except when inclement weather,requirements of the owner or other ' conditions beyond the reasonable control of the Employer prevent work. Except as worked as a make-up day,time on Saturday shall be worked at one and one-half(1'/z)times the regular rate. Work performed on Sunday shall be paid at two(2)times the regular rate. Work performed on recognized holidays or days ' observed as such,shall also be paid at the double(2)time rate of pay. NO.21: Means the regular workday for which employees shall be compensated at straight time hourly ' rate of pay shall,unless otherwise provided for,begin at 8:00 a.m.and end at 4:30 p.m. However,the • project starting time may be advanced or delayed at the discretion of the Employer. At the discretion of the Employer,when working a five(5)day eight(8)hour schedule, Saturday may be used for a make-up day. If an Employer is prohibited from working on a holiday,that employer may work the following ' Saturday at the straight time rate. However,the Employer may have the option to schedule his work from Monday through Thursday at ten(10)hours per day at the straight time rate of pay with all hours in excess often(10)hours in anyone 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. • AW014 026 HOT.doc ANNUAL WAGE ORDER NO. 14 ' Page 1 of 1 Page J COLE COUNTY HOLIDAY SCHEDULE—HEAVY CONSTRUCTION i S NO.4: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving ' Day, Christmas Day, or days observed as such, shall be paid at the double time rate of pay. When a holiday falls on a Sunday, Monday shall be observed. ' NO.5: The following days are recognized as holidays:New Year's Day, Memorial Day, Fourth of July,Labor Day,Thanksgiving Day and Christmas Day. If a holiday falls on a.Sunday, it shall be observed on the following Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday.No work.shall ' be performed on Labor Day except in case of jeopardy to work under construction.This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight(8)hours toward a forty (40)hour week; however, no reimbursement for this eight(8)hours is ' to be paid the workman unless worked. If workmen are required to work the above recognized holidays or days observed as such, or Sundays,they shall receive double(2)the regular rate of pay for such work. The above shall apply to the four 10's Monday through Thursday work week.The ten(10)hours shall be applied to the forty(40) hour work week. NO. 16: The following days are recognized as holidays:New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on Sunday, it shall be observed on the ' following Monday. If a holiday falls on Saturday, it shall be observed on the preceding Friday.No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to ' protect Labor Day. When a holiday falls during the.normal work week, Monday through Friday, it shall be counted as eight(8) hours toward the forty (40)hour week;however, no reimbursement for this eight(8)hours is to be paid to the worker unless worked. If workers are required to work the above recognized holidays or days observed as such,they shall receive double(2)the regular rate of pay for such work. ' NO. 19: The following days are recognized as holidays: New Year's Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight(8) hours toward the forty (40)hour week; however, no ' reimbursement for this eight(8) hours is to be paid the workmen unless worked. An Employer working a four (4) day,ten (10)hour schedule may use Friday as a make up day when an.observed holiday occurs during the work week. Employees have the option to work that make up day. If workmen are required to work the above enumerated holidays, or days observed as such,they shall receive double(2)the regular rate of pay for such work. 1 ' AWO14 026 HHol.doc ANNUAL WAGE ORDER NO. 14 Pagel of l Page OUTSIDE ELECTRICIAN These rates are to be used for the following counties: ' Adair,Audrain,Boone,Callaway,Camden,Carter,Chariton,Clark,Cole,Cooper,Crawford,Dent,Franklin, Gasconade,Howard,Howell,Iron,Jefferson,Knox,Lewis,Lincoln,Linn,Macon,Maries,Marion,Miller,Moniteau, , Monroe,Montgomery,Morgan,Oregon,Osage,Perry,Phelps,Pike,Pulaski,Putnam,Ralls,Randolph,Reynolds, Ripley,St.Charles,St.Francois,St.Louis City,St.Louis County,Ste.Genevieve,Schuyler,Scotland,Shannon,Shelby, Sullivan,Texas,Warren,and Washington COMMERCIAL WORK ' Occupational Title Basic Total Hourly Fringe ' Rate Benefits Joume man Lineman $31.36 $4.75 +41.3% ' Lineman Operator $27.50 $4.75 +41.3% Groundman $21.41 $4.75 +41.3% 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%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%)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 Joume man Lineman $31.36 $4.75 +37.3% ' Lineman Operator $27.08 $4.75 +37.3% Groundman $20.94 $4.75 +37.3% ' OVERTIME RATE:Eight(8)hours shall constitute a work day between the hours of 7:00 a.m.and 4:30 p.m.Forty (40)hours within five(5)days,Monday through Friday inclusive,shall constitute the work week.Work performed in the ' 9th and 10th hour,Monday through Friday,shall be paid at time and one-half(1'/z)the regular straight time rate of pay. Contractor has the option to pay two(2)hours per day at the time and one-half(1'/z)the regular straight time rate of pay between the hours of 6:00 am.and 5:30 p.m.,Monday through Friday. Worked performed in the first eight(8)hours on Saturday shall be paid at the rate of one and eight tenths(1.8)the regular straight time rate. Work performed outside ' these hours and on Sundays and recognized legal holidays,or days celebrated as such,shall be paid for at the rate of double(2)time. HOLIDAY RATE:All work performed on New Year's Day,Memorial Day,Fourth of July,Labor Day,Veteran's Day, , Thanksgiving Day,Christmas Day,or days celebrated as such,shall be paid at the double time rate of pay. When one of the foregoing holidays falls on Sunday,it shall be celebrated on the following Monday. ANNUAL WAGE ORDER NO. 14 3/07 ' OUf STL AW 14.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.31084, East Moreau/Algoa Pump Station and Gravity Sewers. 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. i ' NOTARY PUBLIC My-Commission Expires: STATE OF MISSOURI ) ' ) ss COUNTY OF ) • ' EXCESSIVE UNEMPLOYMENT EXCEPTION CERTIFICATION • ' I, the undersigned, , of lawful age, first being duly sworn, state to the best of my information and belief as follows: 1. That I am employed as by 2. That was awarded a public works contract for Project No. 31084, East Moreau / Algoa Pump ' Station and Gravity Sewers. ' 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended)an act relating to public works contracts,which impose certain ' requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. Although there is a period of excessive unemployment in the State of ' Missouri, which requires the employment of only Missouri laborers and laborers from non-restrictive states on public works projects or • improvements, an exception applies as to the hiring of since no Missouri laborers or laborers from non-restrictive states are available or capable ' of performing FURTHER AFFIANT SAYETH NAUGHT. ' AFFIANT ' Subscribed and sworn to before me this day of , 20 ' NOTARY PUBLIC My Commission Expires: APPROVED BY: ' Director of Community Development, City of Jefferson, MO • ' CITY OF JEFFERSON • CONSTRUCTION CONTRACT THIS CONTRACT, made and entered into this day of ` ' 2007, by and between T-N-T Excavating 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. 31084, East Moreau /Algoa Pump Station and Gravity Sewers. ' NOW THEREFORE, the parties to this contract agree to the following: ' 1. Scope of Services. Contractor agrees to provide all labor, equipment, hardware and supplies to perform the work included in the project entitled "East Moreau / Algoa Pump Station and ' Gravity Sewers" 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 334 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. I 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 I ' Contractor knows the prevailing hourly rate of wages forthis project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 14, Section 026, Cole County rates as set forth. The L' 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 �1 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 for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground ' structures or by reason of blasting, explosion or collapse. (e) Subcontracts-In case any or all of this work is sublet,the Contractor shall ' require the Subcontractor to procure and maintain all insurance required 'in Subparagraphs (a), (b), and (c) hereof and in like amounts. (f) Scope of Insurance and Special Hazard. The insurance required under Sub-paragraphs(b)and (c)hereof shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from ' operations underthis contract,whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. NOTE: Paragraph(f)is construed to require the procurement of Contractor's protective insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy(or rider attached thereto)of the • general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. i'' 1 5. Contractor's Responsibility for Subcontractors. • It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all ' subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may ' 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 Thousand Dollars ($1000.00)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 r should Contractor be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor should refuse or fail to make prompt payment to any person supplying labor or materials for the work under the contract, or persistently disregard instructions of the City or fail to observe or perform any provisions of the contract. 8. City's Right to Proceed. In the event this contract is terminated pursuant to Paragraph 7,then the City may take over the work and prosecute the same to completion, by contract or otherwise, and ' Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and ' structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, city ordinances, and state and federal laws. 9. Indemnity. • To the fullest extent permitted by law, the Contractor will indemnify and hold harmless ' the City, its elected and appointed officials, employees, and agents from and against any and all claims,damages, losses,and expenses including attorneys'fees arising out I 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 ' injuryto ordestruction of tangible property(other than the Work itself)including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor,any subcontractor,anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of ' indemnity which would otherwise exist as to any party or person described in this Paragraph. ' 10. Payment for Labor and Materials. The Contractor agrees and binds itself to pay for all labor done,and for all the materials used in the construction of the work to be completed pursuant to this contract. ' Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. ' 11. Supplies. The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062 RSMo 1994 as amended. Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the City. lie 12. Payment. The City hereby agrees to pay the Contractor for the work done pursuant to this ' contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Director of Community Development and in accordance with the rates and/or amounts stated in the bid of Contractor dated October 23, 2007 ' 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 $1,569,098.98, One Million Five ' Hundred Sixty-Nine Thousand Ninety-Eight Dollars and 98 Cents. 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. I/ 14. Knowledge of Local Conditions. Contractor hereby warrants that it has examined the location of the proposed work and ' the attached specifications and has fully considered such local conditions in making its bid herein. 15. 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 otherdocuments enumerated in this paragraph,form the Contract ' between the parties. These documents are as fully a part of the contract as if attached • hereto or repeated herein. ' 18. Complete Understanding, Merger. Parties agree that this document including those documents described in the section entitled "Contract Documents"represent the full and complete understanding of the parties. This contact includes only those goods and services.specifically set out. This ' contract supersedes all prior contracts and understandings between the Contractor and the City. ' 19. Authorship and Enforcement. Parties agree that the production of this document was the joint effort of both parties and that the contract should not be construed as having been drafted by either party. In the event that either party shall seek to enforce the terms of this contract through litigation, the prevailing party in such action shall be entitled to receive, in addition to ' any other relief, its reasonable attorneys fees, expenses and costs. 20. Amendments. This contract may not be modified, changed or altered by any oral promise or statement by whomsoever made; nor shall any modification of it be binding upon the City until such written modification shall have been approved in writing by an authorized officer ' of the City. Contractor acknowledges that the City may not be responsible for paying for changes or modifications that were not properly authorized. • 1 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 i, terms, covenants or conditions, nor shall any failure atone 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 T-N-T'Excavating, P.O. Box 244, New Franklin, MO 65274. The date of delivery of any notice shall be the second full day ' after the day of its mailing. • I, • ' IN WITN S WHEREOF,the parties hereto have set their hands and seals this • day of 07. CITY OF JEFFERSON CONTRACTOR May Title: i ATTEST: ATTE T: ity CIA Title: PAMELA PUGH Notary Public-Notary Seal STATE OF MISSOURI • Commission for Boone County APPROVED AS TO FORM: My Commission Expires.tune 30,2011 Commission#07387781 Ci y Counselor • PERFORMANCE. PAYMENT AND GUARANTEE BOND • ' KNOW ALL MEN BY THESE PRESENTS,thatwe,the undersigned T-N-T Excavating. ' P.O. Box 244, New Franklin, MO 65274 hereinafter, referred to as "Contractor" and 1 a Corporation- organized under the laws of the State of ' and authorized to transact business in the State of as Surety, are held and firmly bound unto the ' City of Jefferson, Missouri hereinafter referred to as "Owner" in the penal sum of One Million Five Hundred Sixty-Nine Thousand Ninety-Eight Dollars and 98 Cents_ ($1.569.098.98), lawful money of the United States of America forthe 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 ' forfumishing all materials,equipment,tools,superintendence, labor,and otherfacilities and accessories, for the construction of certain improvements as designated, defined ' and described in the said Contract and the Conditions thereof, and in accordance with the specifications and plans therefore; a copy of said Contract being attached hereto ' and made a part hereof: ' NOW THEREFORE, if the said Contractor shall and will, in all particulars,well,duly and faithfully observe, perform and abide by each and every covenant, condition, and part of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law and other Contract Documents thereto attached or, by reference, made a part thereof, ' according to the true intent and meaning in each case, and if said contractor shall t ' and other Contract Documents thereto attached or, by reference, made a part thereof, • according to the true intent and meaning in each case, and if said contractor shall ' replace all defective parts, material and workmanship for a period of one year after acceptance by the Owner, then this obligation shall be and become null and void; ' otherwise it shall remain in full force and effect. ' PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, materials, sustenances, provisions, provender, gasoline, lubricating, oils, fuel oils, 1 greases, coal repairs, equipment and tools consumed or used in said work, groceries and foodstuffs, and all-insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or ' its subcontractors in performance of the work contracted to be done,the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with ' interest as provided by law: PROVIDED FURTHER, that the said Surety,for value received, hereby stipulates and • agrees that no change, extension of time, alteration, or addition to the terms of the contract, or the work to be performed thereunder, or the specifications accompanying the same, shall in any wise affect its obligation on this bond and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the ' contract, or to the work, or to the specifications: PROVIDED FURTHER,that if th e said Contractor fails to paythe prevailing hourly rate of wages, as shown in the attached schedule, to any workman engaged in the construction of the improvements as designated, defined and described in the said contract, specifications and conditions thereof, the Surety will pay the deficiency and ' any penalty provided for by law which the contractor incurs by reason of an act or ' omission, in any amount not exceeding the amount of this obligation together with interest as provided by law: • ' IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the • said Surety has caused these presents to be executed in its name, and its corporate ' seal to be hereunto affixed, by it attomey-in-fact duly authorized thereunto so to do, at ' - on this the day of , 20 SURETY COMPANY CONTRACTOR BY (SEAL) BY (SEAL) BY (SEAL) BY (SEAL) Attorney-in-fact (State Representative) • (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) • CBIZ BCK&W Insurance Services 218 S 7th Street St.Joseph MO 64501■cbiz.com Phone:816.233.0201■Fax:816.233.5563 ' 14400 Tomahawk Creek Parkway Leawood KS 66211■cbiz.com Phone:816.505.7000■Fax:913.234.1140 November 16, 2007 City of Jefferson ' 320 East McCarty Street Jefferson City, MO 65101 ' RE: Bond# 5011549 Project No. 31084,East Moreau/Algoa Pump Station and Gravity Sewers ' To Whom It May Concern: Please use this letter as your authority to date the bonds& power of attorney the same date as the contract. Upon signing of the contract, please advise us of the contract date, or forward us a copy of the dated and signed contract. ' Thank you for your assistance and please call if you have any questions. Sincerely, L . ' Ryan L. Forsyth Attorney-in-fact I 1 I • Offices in Major Cities Nationwide CBIZ Insurance Services,Inc. • AIA Document A312 Performance Bond 5011549 Any singular reference to Contractor,Surety,Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business) TNT Excavating,Inc. The Ohio Casualty Insurance Company PO Box 244 136 North Third Street New Franklin,MO 65274 Hamilton,Ohio 45025 ' OWNER (Name and Address): City of Jefferson ' 320 East McCarty Street Jefferson City,MO 65101 CONSTRUCTION CONTRACT Date: _ Amount:$ 1,569,098.98 ' Description(Name and Location): • Project No.31084,East Moreau/Algoa Pump Station and Gravity Sewers BOND Date(Not earlier than Construction Contract Date): Amount:$ 1,569,098.98 ' Modifications to this Bond: 0 None ❑ See Page 3 CONTRACTOR AS PRINCIPAL SURETY The Ohio Casualty Insurance Company Company:TNT Excavating,Inc. Corporate Seal . orporate Seal Signature: I Signature: �' Name and Title: Name and Title: Rya A.Forsyth Attorney in Fact (FOR INFORMATION ONLY-Name,Address and Telephone) AGENT OR BROKER: OWNER'S REPRESENTATIVE(Architect,Engineer or Other:) CBIZ INSURANCE SERVICES INC 218 South 7th Street St Joseph Missouri 64501 ' 816-233-0201 1 • AIA DOCUMENT A312•PERFORMANCE BOND AND PAYMENT BOND•DECEMBER 1984 EDITION•AIA 0 ' THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON.D.C.20006 A312- 1 THIRD PRINTING•MARCH 1987 I The Contractor and the Surety,jointly and severally, bind payment bonds executed by a qualified surety equivalent themselves, their heirs, executors, administrators, successors to the bonds issued on the Construction Contract, and and assigns to the Owner for the performance of the pay to the Owner the amount of damages as described in • Construction Contract, which is incorporated herein by paragraph 6 in excess of the balance of the contract price ' reference. incurred by the owner resulting from the Contractor's default;or 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this 4.4 Waive its right to perform and complete, arrange for ' Bond, except to participate in conferences as provided in completion, or obtain a new contractor with reasonable subparagraph 3.1. promptness under the circumstances: .1 After investigation, determine the amount for 3 If there is no Owner default, The Surety's obligation under which it may be liable to the Owner and, as soon as ' this bond shall arise after: practical after the amount is determined, tender payment therefore to the Owner;or 3.1 The Owner has notified the Contractor and the ' Surety at its address described in paragraph 10 below .2 deny liability in whole or in part and notify the that the Owner is considering declaring a Contractor Owner citing reasons therefore. default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held 5 If the Surety does not proceed as provided in paragraph 4 not later than fifteen days after receipt of such notice to with reasonable promptness, the Surety shall be deemed to discuss methods of performing the Construction be in default on this Bond 15 days after receipt of an Contract. If the Owner, Contractor and Surety agree, the additional written notice from the Owner to the Surety ' Contractor shall be allowed a reasonable time to perform demanding that the surety perform its obligations under this the Construction Contract, but such an agreement shall bond, and the Owner shall be entitled to enforce any remedy not waive the Owner's right, if any, subsequently to available to the Owner. If the Surety proceeds as provided in declare a Contractor default;and subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in 3.2 The Owner has declared a Contractor default and part, without further notice the Owner shall be entitled to formally terminated the Contractor's right to complete the enforce any remedy available to the owner. Contract. Such Contractor default shall not be declared ' earlier than twenty days after the Contractor and the 6 After the Owner has terminated the Contractor's right to • Surety have received notice as provided in subparagraph complete the Construction Contract, and if the Surety elects 3.1;and to act under subparagraph 4.1, 4.2 or 4.3 above, then ' responsibilities of the Surety to the Owner shall not be 3.3 The Owner has agreed to pay the balance of the greater than those of the Contractor under the Construction contract price to the Surety in accordance with the terms Contract, and the responsibilities of the Owner to the Surety of the Construction Contract or to a contractor selected shall not be greater than those of the Owner under the to perform the Construction Contract in accordance with Construction Contract. To the limit of the amount of this the terms of the Contract with the Owner. Bond, but subject to commitment by the Owner of the balance of the contract price to mitigation of costs and 4 When the Owner has satisfied the conditions of paragraph damages on the Construction Contract, the Surety is 3, the Surety shall promptly and at the Surety's expense take obligated without duplication for: one of the following actions: 6.1 The responsibilities of the Contractor for correction 4.1 Arrange for the Contractor, with the consent of the of defective work and completion of the Construction I ' Owner, to perform and complete the Construction Contract; Contract;or 6.2 Additional legal, design professional and delay costs 4.2 Undertake to perform and complete the Construction resulting from the Contractor's default, and resulting from Contract itself, through its agents or through the actions or failing to act of the Surety under paragraph independent contractors;or 4;and 4.3 Obtain bids or negotiated proposals from qualified 6.3 Liquidated damages, or if no liquidated damages are contractors acceptable to the owner for a contract for specified in the Construction Contract, actual damages performance and completion of the construction contract, caused by delayed performance or non-performance of ' arrange for a contract to be prepared for execution by the the Contractor. Owner and the contractor selected with the Owner's • concurrence,to be secured with performance and ' AIA DOCUMENT A312•PERFORMANCE BOND AND PAYMENT BOND•DECEMBER 1984 EDITION•AIA THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON.D.C.20006 A312- 2 THIRD PRINTING•MARCH 1987 1 1 . 7 The Surety shall not be liable to the Owner or others for construction was to be performed, any provision in this obligations of the Contractor that are unrelated to the Bond conflicting with said statutory or legal requirement Construction Contract, and the balance of the contract price shall be deemed deleted herefrom and provisions conforming • shall not be reduced or set off on account of any such to such statutory or other legal requirement shall be deemed unrelated obligations. No right of action shall accrue on this incorporated herein. The intent is that this Bond shall be ' Bond to any person or entity other than the Owner or its construed as a statutory bond and not as a common-law heirs,executors,administrators or successors. bond. ' 8 The Surety hereby waives notice of any change, including 12 DEFINITIONS changes of time, to the Construction Contract or to related subcontracts,purchase orders and other obligations. 12.1 The Balance of the Contract Price: The total II' amount payable by the Owner to the Contractor under 9 Any proceeding, legal or equitable, under this Bond may the Construction Contract after all proper adjustments be instituted in any court of competent jurisdiction in which have been made, including allowance to the Contractor of the work or part of the work is located and shall be instituted any amounts received or to be received by the Owner in j' within two years after Contractor default or within two years settlement of insurance or other claims for damages to after the contractor ceased working or within two years after which the Contractor is entitled, reduced by all valid and the surety refuses or fails to perform its obligations under proper payments made to or on behalf of the Contractor this Bond, whichever occurs first. If the provisions of this under the Construction Contract. paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the 12.2 Construction Contract: The agreement between the jurisdiction of the suit shall be applicable. Owner and the Contractor identified on the signature ' page, including all contract documents and changes 10 Notice to the Surety,the Owner or the Contractor shall be thereto. mailed or delivered to the address shown on the signature page. 12.3 Contractor Default: Failure of the Contractor,which ' has neither been remedied or waived, to perform or to 11 When this Bond has been furnished to comply with a otherwise to comply with the terms of the Construction statutory or other legal requirement in the location where the Contract. 12.4 Owner Default: Failure of the Owner, which has • neither been remedied or waived,to pay the Contractor as required by the Construction Contract or to perform and ' complete or comply with the other terms thereof. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: I' (Space is provided below for additional signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY ' Company: Corporate Seal Corporate Seal Signature: Signature: Name and Title: Name and Title: • AIA DOCUMENT A312•PERFORMANCE BOND AND PAYMENT BOND•DECEMBER 1984 EDITION•AIA ' THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON.D.C.20006 A312- 3 THIRD PRINTING•MARCH 1987 II, i' AIA Document A312 Payment Bond i' 5011549 Any singular reference to Contractor,Surety,Owner or other party shall be considered plural where applicable. I' CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business) TNT Excavating,Inc. ' The Ohio Casualty Insurance Company PO Box 244 136 North Third Street New Franklin,MO 65274 Hamilton,Ohio 45025 OWNER (Name and Address): ' City of Jefferson 320 East McCarty Street Jefferson City,MO 65101 CONSTRUCTION CONTRACT Date: ' Amount:$ 1,569,098.98 Description(Name and Location): Project No.31084,East Moreau/Algoa Pump Station and Gravity Sewers BOND 1al Date(Not earlier than Construction Contract Date): Amount:$ 1,569,098.98 Modifications to this Bond: ❑X None ❑ See Page 6 CONTRACTOR AS PRINCIPAL SURETY The Ohio Casualty Insurance Company Company:TNT Excavating,Inc. Corporate Seal omorate Seal Signature: � jt� Signature: Awl-11. ' Name and Title: Name and Title: Rya . Forsyth L4,,,� Attorney in Fact (FOR INFORMATION ONLY-Name,Address and Telephone) AGENT OR BROKER: OWNER'S REPRESENTATIVE(Architect,Engineer or Other:) CBIZ INSURANCE SERVICES INC 218 South 7th Street St Joseph Missouri 64501 816-233-0201 ' • AIA DOCUMENT A312•PERFORMANCE BOND AND PAYMENT BOND•DECEMBER 1984 EDITION•AIA O THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON.D.C.20006 A312- 4 THIRD PRINTING•MARCH 1987 1 + 1 The Contractor and the Surety,jointly and severally, bind ' themselves, their heirs, executors, administrators, successors .3 Not having been paid within the above 30 days, and assigns to the owner to pay for labor, materials and have sent a notice to the Surety, (at the address . equipment furnished for use in the performance of the described in paragraph 12) and sent a copy, or notice Construction Contract, which is incorporated herein by thereof, to the Owner, stating that a claim is being reference. made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 2 With respect to the Owner, this obligation shall be null ' and void if the contractor: 5 If a notice required by paragraph 4 is given by the Owner to the Contractor or to the Surety, that is sufficient 2.1 Promptly makes payment,directly or indirectly,for all compliance. ' sums due claimants,and 6 When the claimant has satisfied the conditions of 2.2 Defends, indemnifies and holds harmless the Owner paragraph 4, the Surety shall promptly and at the Surety's from claims, demands, liens and suits by any person or expense take the following actions: ' entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment furnished for 6.1 Send an answer to the claimant, with a copy to the use in the performance of the Construction Contract, Owner, within 45 days after receipt of the claim, stating provided the Owner has promptly notified the Contractor the amounts that are undisputed and the basis for and the Surety (at the address described in paragraph 12) challenging any amounts that are disputed. of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the 6.2 Pay or arrange for payment of any undisputed ' Contractor and the Surety, and provided there is no amounts. Owner default. 7 The Surety's total obligation shall not exceed the amount ' 3 With respect to claimants,this obligation shall be null and of this bond, and the amount of this bond shall be credited void if the Contractor promptly makes payment, directly or for any payments made in good faith by the Surety. indirectly,for all sums due. 8 Amounts owed by the Owner to the Contractor under the ' 4 The Surety shall have no obligation to claimants under Construction Contract shall be used for the performance of • this bond until: the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor ' 4.1 Claimants who are employed by or have a direct furnishing and the Owner accepting this Bond, they agree contract with the Contractor have given notice to the that all funds earned by the Contractor in the performance of Surety (at the address described in paragraph 12) and the Construction Contract are dedicated to satisfy sent a copy, or notice thereof, to the owner, stating that a obligations of the Contractor and the Surety under this ' claim is being made under this Bond and, with substantial Bond, subject to the owner's priority to use the funds for accuracy,the amount of the claim. completion of the work. ' 4.2 Claimants who do not have a direct contract with the 9 The Surety shall not be liable to the Owner, claimants or Contractor: others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for .1 Have furnished written notice the Contractor and payment of any costs or expenses of any claimant under this ' sent a copy,or notice thereof,to the Owner, within 90 Bond, and shall have under this Bond no obligations to make days after having last performed labor or last payments to, give notices on behalf of, or otherwise to have furnished materials or equipment included in the claim obligations to claimants under this Bond. stating, with substantial accuracy, the amount of the ' claim and the name of the party to whom the materials 10 The Surety hereby waives notice of any change, were furnished or supplied or for whom the labor was including changes of time, to the Construction Contract or to done or performed;and related subcontracts,purchase orders and other obligations. .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above notice any communication from 11 No suit or action shall be commenced by a claimant under the Contractor by which the Contractor has indicated this Bond other than in a court of competent jurisdiction in the claim will be paid directly or indirectly;and the location in which the work or part of the work is located • AIA DOCUMENT A312•PERFORMANCE BOND AND PAYMENT BOND•DECEMBER 1984 EDITION•AIA ' THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON.D.C.20006 A312- 5 THIRD PRINTING•MARCH 1987 1 or after the expiration of one year from the date(1) on which 14 Upon request by any person or entity appearing to be a 1 the claimant gave the notice required by subparagraph 4.1 or potential beneficiary of this Bond, the Contractor shall clause 4.2.3, or (2) on which the last labor or service was promptly furnish a copy of this Bond or shall permit a copy • performed by anyone or the last materials or equipment were to be made. furnished by anyone under the Construction Contract, whichever of(1) or (2) first occurs. If the provisions of this 15 paragraph are void or prohibited by law, the minimum period DEFINITIONS of limitation available to sureties as a defense in the 15.1 Claimant: An individual or entity having a direct ' jurisdiction of the suit shall be applicable. contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for 12 Notice to the Surety, Owner or Contractor shall be mailed use in the performance of the Contract. The intent of this ' or delivered to the address shown on the signature page. Bond shall be to include without limitation in the terms Actual receipt of notice by the Surety, the Owner or the "labor, material and equipment" that part of water, gas, Contractor, however accomplished, shall be sufficient power, light, heat, oil, gasoline, telephone service or compliance as of the date received at the address shown on rental equipment used in the Construction Contract, 1 the signature page. architectural and engineering services required for performance of the work of the Contractor and the 13 When this Bond has been furnished to comply with a Contractor's subcontractors, and all other items for which statutory or other legal requirement in the location where the a mechanic's lien may be asserted in the jurisdiction construction was to be performed,any provision in this where the labor,materials or equipment were furnished. Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming 15.2 Construction Contract: The agreement between the 1 to such statutory or legal requirement shall be deemed Owner and the Contractor identified on the signature incorporated herein. The intent is that this Bond shall be page, including all contract documents and changes construed as a statutory bond and not as a common-law thereto. ' bond. 15.3 Owner Default: Failure of the Owner, which has neither been remedied or waived,to pay the Contractor as required by the Construction Contract or to perform and 1 complete or comply with the other terms thereof. ' MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: ' i (Space is provided below for signatures of added parties, other than those appearing on the signature page.) CONTRACTOR AS PRINCIPAL SURETY 1 Company: Corporate Seal Corporate Seal Signature: Signature: 1 Name and Title: Name and Title:, ! i � 1 1 1 • AIA DOCUMENT A312•PERFORMANCE BOND AND PAYMENT BOND•DECEMBER 1984 EDITION•AIA THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVE.,N.W.,WASHINGTON.D.C.20006 A312- 6 THIRD PRINTING•MARCH 1987 i ' POWER OF ATTORNEY No.40-131 THE OHIO CASUALTY INSURANCE COMPANY WEST AMERICAN INSURANCE COMPANY Know All Men by These Presents:THE OHIO CASUALTY INSURANCE COMPANY,an Ohio Corporation,and WEST AMERICAN INSURANCE COMPANY,an ' Indiana Corporation pursuant to the authority granted by Article I11,Section 9 of the Code of Regulations and By-Laws of The Ohio Casualty Insurance Company and West A&.Insurance Company,do hereby nominate,constitute and appoint: Paul S.Ramm,Larry K.Huddleston,Christopher Colman,Heather R.Haynes,Kimberly R Lane, Walker,Scott K.Burnham,Ryan L.Forsyth,Travis Barker or Kathleen Beamis of St Joseph,Missouri its true and lawful agent(s)and attorney(s)-in-fact to make, ' execute,seal and deliver for and on its behalf as surety,and as its act and deed any and all BONDS,UNDERTAKINGS,and RECOGNIZANCES,not exceeding in any single instance TWENTY MILLION($20,000,000.00)DOLLARS, excluding,however,any bond(s)or undertaking(s)guaranteeing the payment of notes and interest thereon. And the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if ' they had been duly executed and acknowledged by the regularly elected officers of the Companies at their administrative offices in Fairfield,Ohio,in their own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named attomey(s)-in-fact. In WITNESS WHEREOF,the undersigned officer of the said The Ohio Casualty Insurance Company and West American Insurance Company ' has hereunto subscribed his name and affixed the Corporate Seal of each Company this 27th day of July,2007. °' 'O �' SEAL 'a R' SEAL ;a' W; la Sam Lawrence Assistant Secretary STATE OF OHIO, COUNTY OF BUTLER On this 27th day of July,2007 before the subscriber,a Notary Public of the State of Ohio,in and for the County of Butler,duly commissioned and qualified,came Sam Lawrence, Assistant Secretary of,to me personally known to be the individual and officer described in,and who executed the preceding instrument,and he acknowledged the execution of the same,and being by me duly sworn deposes and says that he is the officer of the Companies aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and the said Corporate Seals and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal at the City of Hamilton,State of Ohio,the day and year first above written. ' yn�mmlulb 46 Notary Public in and for County of Butler,State of Ohio My Commission expires August 6,2007 This power of attorney is granted under and by authority of Article III,Section 9 of the Code of Regulations and By-Laws of The Ohio Casualty Insurance Company and West ' American Insurance Company,extracts from which read: Article I11,Section 9. Appointment of Attorneys-in-Fact. The Chairman of the Board,the President,any Vice-President,the Secretary or any Assistant Secretary of the corporation shall be and is hereby vested with full power and authority to appoint attorneys-in-fact for the purpose of signing the name of the corporation as surety to,and to execute,attach the seal of the corporation to,acknowledge and deliver any and all bonds,recognizances,stipulations,undertakings or other instruments of suretyship and policies of insurance to be given in favor of any individual,firm,corporation,partnership,limited liability company or other entity,or the official representative thereof,or to any county or state,or any official board or boards of any county or state,or the United States of America or any agency thereof,or to any other political subdivision thereof This instrument is signed and sealed as authorized by the following resolution adopted by the Boards of Directors of the Companies on October 21,2004: RESOLVED,That the signature of any officer of the Company authorized under Article III,Section 9 of its Code of Regulations and By-laws and the Company seal may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company to make,execute,seal and deliver for and on its behalf as surety any and all bonds,undertakings or other written obligations in the nature thereof,to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment. Such signatures and seal are hereby adopted by the Company as original signatures and seal and shall,with respect to any bond,undertaking or other written ' obligations in the nature thereof to which it is attached,be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATE I,the undersigned Assistant Secretary of The Ohio Casualty Insurance Company,American Fire and Casualty Company and West American Insurance Company,do hereby certify that the foregoing power of attorney,the referenced By-Laws of the Companies and the above resolution of their Boards of Directors are true and correct copies and are in full force and effect on this date. IN WITNESS WHEREOF,I have hereunto set my hand and the seals of the Companies this day of ' Y INS& N%Hsu •�O EAL SEAL ' �• = Mark E.Schmidt Assistant Secretary TNTEXCA-01 HULA ACORD,, CERTIFICATE OF LIABILITY INSURANCE DATE 11/15/2007 Y) 11/15/2007 RODUCER (816)505-7000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION BIZ BCKSW Insurance Services ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1440 Tomahawk Creek Parkway HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR y ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Le*d, KS 66211-9955 INSURERS AFFORDING COVERAGE NAIC# SURED TNT Excavating, Inc. INSURER K.AMCO Insurance Co PO Box 244 INSURER B:Nationwide Mutual Insurance Co New Franklin, MO 65274 INSURER c:Accident Fund Insurance Company of Am INSURER D: INSURER E: OVERAGES 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. SR DD' POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS ATEM GENERAL LIABILITY EACH OCCURRENCE _ $ 1,000,00 A X X COMMERCIAL GENERAL LIABILITY ACP7102562099 5/1512007 5/15/2008 PREMISES Ea occurence $ 100,00 CLAIMS MADE Pq OCCUR MED EXP(Any one person) $ 5,00 PERSONAL&ADV INJURY $ 1,000,00 GENERALAGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,00 POLICY X PRO- LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,00 B X ANY AUTO ACP7102562099 5/15/2007 5/15/2008 (Ea accident) X ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO EA ACC $ OTHER THAN AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 2,000,00 X OCCUR FI CLAIMS MADE ACP7102562099 5/15/2007 5/15/2008 AGGREGATE $ 2,000,00 DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND X WC STAT TORY LIMIU- TS OTH- ER EMPLOYERS'LIABILITY WCV6031099 5/1512007 5/15/2008 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 500,00 OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ 500,00 If yes,describe under 500 00 SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ , OTHER Leased 8,Rented Equipment ACP7102562099 5/15/2007 5/15/2008 $225,000 Limit $500 Deductible installation Floater ACP7102562099 5/15/2007 5/15/2008 $80,000 limit $500 de ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS E: East Moreau/Algoa Road Interceptor and Pump Station Project No.31084. Cert holder is named as additional insured. Coverage does not exclude liability for damage to underground structures or by reason of blasting,explosion or collapse. Owners Protective Liability Insurance as been ordered. ERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION • City of Jefferson Department of Community Development DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN 320 East McCarty Street NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Jefferson City, MO 65101- IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE CORD 25(2001/08) `(1� ©ACORD CORPORATION 1988 TNTEXCA-01 HULA • 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. • • CORD 25(2001/08) 1 ' GENERAL PROVISIONS • FORWARD 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 I, it is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders,General Provisions,Special Provisions,Bid,Contract,Performance and One Year Guarantee Bond, Specifications, other documents listed in the Table of Contents and bound in this Volume. Plans,all Addenda thereto issued prior to the time of opening bids for the work, all of which are hereto attached,and other drawings,specifications,and engineering data which may be furnished by the Contractor and approved by the Owner, together with such additional drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the intent ' of the specifications and drawings, are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. ' The several parts of the Contract Documents are complementary,and what is called for by any one shall be as binding as if called for by all. The intention of the Documents is to include the furnishing of all materials,labor,tools,equipment and supplies necessary for constructing complete and ready to use the ' work specified. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. The Contract shall be executed in the State and County where the Owner is located. Three(3)copies ' of the contract documents shall be prepared by the Contractor, each containing an exact copy of the • Contractor's bid as submitted,the Performance Bond properly executed,a Statutory Bond where required, and the contract agreement signed by both parties thereto. These executed contract documents shall ' be filed as follows: One(1)with the City Clerk of the City of Jefferson One(1)with the Jefferson City Director of Community Development One(1)with the Contractor GP-2 DEFINITIONS Wherever any work or expression defined in this article, or pronoun used in its stead, occurs in these contract documents, it shall have and is mutually understood to have the meaning herein given: 1. "Contract"or"Contract Documents"shall include all of the documents enumerated in the previous article-, 2. "Owner", "City", or words"Party of the First Part", shall mean the party entering into contract to secure-performance-.of.the.work covered by-this-Contract-and-his or its-duly authorized officers ' or agents. Generally this will be the"City of Jefferson". 3. "Contractor"or the words "Party of the Second Part"shall mean the party entering into contract for the performance.of the work covered by this contract and his duly authorized agents or legal representatives. 4. "Subcontractors"shall mean and refer to a corporation, partnership,or individual having a direct contract with the Contractor, for performing work at the job site. • 5. "Engineer"shall mean the authorized representative of the Director of Community Development, (i.e., the Engineering Division Director). i' t . j 6. "Construction Representative"shall mean the engineering or technical assistant duly authorized 1 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. t GP-3 THE CONTRACTOR It is understood and agreed that the Contractor, has by careful examination satisfied himself as to the ' nature and location of the work,the conformation of the ground,the character,quality and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general local conditions, and all other matters which can in any , way affect the work under this Contract. No verbal agreement or conversation with any officer, agent or employee of the City,either before or after the execution of this contract,shall affect or modify any of the terms or obligations herein contained. The relation of the Contractor to the City shall be that of an independent contractor. GP-4 THE ENGINEER ' The Engineer shall be the City's representative during the construction period and he shall observe the • work in process on behalf of the City by a series of periodic visits to the job site. He shall have authority to act on behalf of the City. ' ' The Engineer assumes no direction of employees of the Contractor or subcontractors and no supervision • of the construction activities or responsibility for their safety. The Engineer's sole responsibility during construction is to the City to endeavor to protect defects and deficiencies in the work. ' Any plan or method of work suggested by the Engineer, or other representative of the City, to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part,shall ' be used at the risk and responsibility of the Contractor; and the Engineer and the City will assume no responsibility therefore. GP-5 BOND ' Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the full amount of the contract sum. This surety bond, executed by the Contractor to the City, ' shall be a guarantee: (a) for the faithful performance and completion of the work in strict accordance with the terms and intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might in any manner become a claim against the City; (c) for the payment to the City of all sums due or which may become due by the terms of the contract, as well as by reason of any violation thereof by the Contractor; and for a period of one year from and immediately following the acceptance of the completed project by the City,the payment to the City of all damage loss and expense which may occur to the City by reason of defective materials used,or by reason of defective or improper ' workmanship done, in the furnishing of materials, labor, and equipment in the performance of the said contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond ' shall be executed with the property sureties through a company licensed and qualified to operate in the state and approved by the City. Bond shall be signed by an agent resident in the state and date of bond shall be the date of execution of the contract. ' If at any time during the continuance of the contract the surety on the Contractor's bond becomes • irresponsible,the City shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the City within ten(10)days after notice to do so. In default thereof,the ' contract may be suspended, all payments or money due the Contractor withheld, and the contract completed as hereinafter provided. i GP-6 INSURANCE GP-6.1 GENERAL: ' The Contractor shall secure, pay for and maintain during the life of the Contract, insurance of such types and amounts as necessary to protect himself, and the City, against all hazards enumerated herein..All policies shall be in the amounts, form and companies satisfactory to the City. ' The insuring company shall deliver to the City certificates of all insurance required, signed by an authorized representative and stating that all provisions of the following specified requirements are complied with. ' All certificates of insurance required herein shall state that ten(10)days written notice will be given to the City before the policy is canceled or changed. All certifications of insurance shall be delivered to the City prior to the time that any operations under this contract are started. ' All of said Contractor's certificates of insurance shall be written in an insurance company authorized to do business in the State of Missouri. GP-6.2 BODILY INJURY LIABILITY&PROPERTY DAMAGE LIABILITY INSURANCE • (1) Bodily Injury Liability insurance coverage providing limits for bodily injuries,including death,of not less than $2,000,000 per person and $300,000 per occurrence. (2) Property Damage Liability insurance coverage for limits of not less than $2,000,000 per one occurrence nor less than $2,000,000 aggregate to limit for the policy year. • GP-6.3 CONTRACTOR'S PROTECTIVE BODILY INJURY LIABILITY & PROTECTIVE PROPERTY , DAMAGE LIABILITY INSURANCE: (COVERING OPERATIONS OF SUBCONTRACTORS) (1) Contractors contingent policy providing limits of at least $300,000 per person and $2,000,000 per ' occurrence for bodily injury or death. (2) Property Damage Liability providing limits of at least $2,000,000 per occurrence and $2,000,000 , aggregate. GP-6.4 CONTRACTUAL LIABILITY Property Damage coverage with $2,000,000 aggregate limit. , GP-6.5 OWNER'S PROTECTIVE LIABILITY AND PROPERTY DAMAGE INSURANCE ' The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage insurance issued in the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor or his subcontractors in fulfilling this contract. , The minimum amount of such insurance shall be the same as required for Bodily Injury Liability and Property Damage Liability Insurance. This policy shall be filed with the Owner and a copy filed with the ' Engineer. GP-6.6 EXCLUSIONS The above requirements GP-6.2, 6.3, 6.5 for property damage liability shall contain no exclusion relative ' to: • (1) Blasting or explosion. , (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 1 ' 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, workmen,material men,or suppliers of machinery and parts thereof,equipment,power-tools and supplies ' incurred in the fulfillment of this contract. GP-6.12 NOTIFICATION IN EVENT OF LIABILITY OR DAMAGE ' Upon the occurrence of any event, the liability for which is herein assumed, the Contractor agrees to forthwith notify the City, in writing such happening, which notice shall forthwith give the details as to the happening, the cause as far as can be ascertained, the estimate of loss or damage done,the names of ' witnesses, if any, and stating the amount of any claim. i 1 GP-7 ASSIGNMENT OF CONTRACT ' The Contractor shall not assign or transfer this contract nor sublet it as a whole, without the written consent of the City and of the Surety on the Contractor's bond. Such consent of Surety, together with ' copy of assignment, shall be filed with the City. No assignment, transfer or subletting, even though consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him in a satisfactory manner, the City may at his option annul and terminate Assignee's contract. GP-8 SUBCONTRACTS, PRINCIPAL MATERIALS&EQUIPMENT , Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of the principal items of materials and equipment which he proposes to use in the construction of the project. The Contractor agrees that he is as fully responsible to the City for the acts and omissions of his subcontractors and of person either directly or indirectly employed by them as he is for the acts and , omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors. Nothing contained in the Contract Documents shall create any contractual relation between any ' subcontractor and the City. No officer, agent or employee of the City, including the Engineer, shall have any power or authority whatsoever to bind the City or incur any obligation in its behalf to any subcontractor, material supplier or ' other person in any manner whatsoever. GP-9 OTHER CONTRACTS ' The City reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results on the work of any other contractor,the Contractor shall inspect and promptly report to the Engineer any defect in such work that , renders it unsuitable for such proper execution and results. His failure so to inspect and report all constitute an acceptance of the other contractor's work as fit and proper for the reception of his work,except as to defects which may develop in the other contractor's work , after the execution of his work. Wherever work being done by the City's forces or by other contractors is contiguous to work covered by this Contract,the respective rights of the various interests involved shall be established by the Engineer, ' in order to secure the completion of the various portions of the work in general harmony. Where spacial or access conflicts occur,Contractor is to coordinate with Contractors and work associated ' with the new interchange, Wal-Mart facility, and associated development. 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. 1 j ' GP-11 ROYALTIES AND PATENTS • It is agreed that all royalties for patents or patent claims, infringement whether such patents are for ' processes or devices, that might be involved in the construction or use of the work, shall be included in the contract amount and the Contractor shall satisfy all demands that may be made at any time for such and shall be liable for any damages or claims for patent infringements,and the Contractor shall at his own ' expense, defend any and all suits or proceedings that may be instituted at any time against the City for infringement or alleged infringement of any patent or patents involved in the work,and in case of an award of damages,the said Contractor shall pay such award;final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. GP-12 SCOPE AND INTENT OF SPECIFICATIONS AND PLANS GP-12.1 GENERAL These Specifications and Project Plans are intended to supplement, but not necessarily duplicate each other, and together constitute one complete set of Specifications and Plans so that any work exhibited ' in the one and not in the other, shall be executed just as if it has been set forth in both, in order that the work shall be completed according to the complete design of the Engineer. Should anything be omitted from the Specifications and Plans which is necessary to a clear understanding ' of the work,or should it appear various instructions are in conflict,then the Contractor shall secure written instructions from the Engineer before proceeding with the construction affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning and intent of the contract, specifications and plans. GP-12.2 FIGURED DIMENSIONS TO GOVERN ' Dimensions and elevations shown on the plans shall be accurately followed even though they differ from • scaled measurements. No work shown on the plans,the dimensions of which are not indicated shall be executed until the required dimensions have been obtained from the Engineer. ' GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES j The Contractor shall check all dimensions,elevations and quantities shown on the plans,and schedules I ' given to him by the Engineer,and shall notify the Engineer of any discrepancy between the plans and the conditions on the ground,or any error or omission in plans, or in the layout as given by stakes, points, or instructions,which he may discover in the course of the work. The Contractor will not be allowed to take ' advantage of any error or omission in the plans or contract documents,as full instructions will be furnished by the Engineer should such error or omission be discovered, and the Contractor shall carry out such instructions as if originally specified. ' The apparent silence of the Plans and Specifications as to any detail or the apparent omission from them of a detailed description concerning any point, shall be regarded as meaning that only the best general practices, as accepted by the particular trades or industries involved, shall be used. ' GP-12.4 STANDARD SPECIFICATIONS Reference to standard specifications of any technical society,organization or association,or to codes of ' local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. GP-13 CONSTRUCTION REPRESENTATIVE AT PROJECT ' The City may appoint or employ such "Construction Representative" as the City may deem proper, to • observe the work performed under this Contract, to the end that said work is performed, in substantial ' accordance with the plans and specifications therefor. The Project Representative assumes no direction of employees of the Contractor or Subcontractors and no supervision of the construction activities or responsibility for their safety. The sold duty of the Project • Representative during the construction is to the City to endeavor to protect against defects and ' deficiencies in the work. The Contractor shall regard and obey the directions and instructions of the Construction Representative so appointed, when the same are consistent with the obligations of this contract and the specifications ' therefor, provided, however, that should the Contractor object to any order given by the Construction Representative, the Contractor may make written appeal to the Engineer for his decision. The Construction Representative and other properly authorized representatives of the City shall be free ' at all times to perform their duties, an intimidation or attempted intimidation of any one of them by the Contractor or by any of his employees shall be sufficient reason, if the City so decides, to annul the contract. ' Such construction representation shall not relieve the 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. 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. ' � 1 rAny work done without being properly located and established by base lines,offset stakes, bench marks, • or other basic reference points checked by the Construction Representative may be ordered removed and replaced at the Contractor's expense. . r GP-15 CONTRACTOR'S RESPONSIBILITY FOR MATERIALS r The Contractor shall be responsible for the condition of all materials furnished by him, and he shall replace at his own cost and expense any and all such material found to be defective in design or manufacture,or which has been damaged after delivery. This includes the furnishing of all materials and labor required for replacement of any installed materials which is found to be defective at any time prior to the expiration of one year from the date of final payment. The manufacturer of pipe for use on this project shall certify in writing to the City that all materials furnished for use in this project do conform to these specifications. Whenever standard tests are conducted, he shall forward a copy of the test results to the City. ' GP-16 WATER All water required for and in connection with the work to be performed shall be provided by the Contractor r at his sole cost and expense. GP-17 POWER r 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 r 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. r 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 r 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 r 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". r 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. 1 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 r be located at the nearest intersecting public highway or street on each side of the blocked section. j •a All open trenches and other excavations shall be provided with suitable barriers, signs, and lights to the r 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. r All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used • for this purpose shall be kept burning from sunset to sunrise. Materials stored upon or alongside public ' streets and highways shall be so placed,and the work at all times shall be so conducted, as to cause the minimum obstruction and inconvenience to the traveling public. All barricades, signs, lights and other protective devices shall be installed and maintained in conformity ' with applicable statutory requirements,and in conformance with the Manual of Uniform Traffic Control Devices. All necessary barricades, signs, lights and other protective devices will be furnished, installed and maintained bythe Contractor. This work shall be subsidiary to the construction and no direct payment will be made for it. ' GP-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES Pipe lines and other existing underground installations and structures in the vicinity of the work to be done , hereunder are indicated on the plans according to the best information available to the City. The City does not guarantee the accuracy of such information. The Contractor shall make every effort to locate all underground pipe lines, conduits and structures by contacting owners of underground utilities and by , prospecting in advance of the excavation. Any delays to the Contractor caused by pipe lines or other underground structures or obstructions not , shown by the plans, or found in locations different than those indicated, shall not constitute a claim for extra work, additional payment or damages. No payment will be made to the Contractor for locating and protecting utilities and cooperating with their ' owners,and any damages caused to the utilities by the Contractor's negligence shall be repaired entirely at the Contractor's expense. Utilities, other than sanitary sewers and water mains, which, in the opinion of the Engineer, must be ' moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be • moved shall be re-laid by the Contractor and paid for at the prices bid. Only sewers which must be moved because of direct conflict with the storm sewer conduit will be paid for in this manner. Sewers damaged ' by excavation but not in direct conflict with the storm sewer will be repaired at the Contractor's expense. GP-22 PROTECTION OF WORK AND PROPERTY The Contractor shall be accountable for any damages resulting from his operations. He shall be fully ' responsible for the protection of all persons including members of the public,employees of the City and employees of other contractors or subcontractors and all public and private property including structures, ' sewers and utilities above and below ground, along, beneath, above, across or near the site or sites of the work, or other persons or property which are in any manner affected by the prosecution of the work. The Contractor shall furnish and maintain all necessary safety equipment such as barriers,signs,warning , lights and guards as required to provide adequate protection or persons and property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance of the work, and shall ' make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. In an emergency affecting the safety of life or of the work or of adjoining property,the Contractor,without , special instruction or authorization,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. GP-24 NO WAIVER OF RIGHTS Neither observation of work by the City or any of their officials, employees, or agents, nor any order by the City for payment of money, or any payment for, or acceptance of, the whole or any part of the work by the City, nor any extension of time, nor any possession taken by the City or its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the City, or any right to damages herein provided, nor shall any waiver of any breach in this contract be held to be a ' waiver of any other or subsequent breach. GP-25 USE OF COMPLETED PORTIONS If desired by the City,portions of the work may be placed in service when completed or partially completed and the Contractor shall give proper access to the work for this purpose;but such use and operation shall not constitute an acceptance of the work,.and the Contractor shall be liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter. GP-26 ADDITIONAL, OMITTED, OR CHANGED WORK ' The Owner,without invalidating the Contract, may order additional work to be done in connection with the 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 completion of each assignment of extra work and if found correct will be approved by the Engineer and 1 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 bythe Missouri State Highwayand , Transportation Commission. • GP-27 SUSPENSION OF WORK The Owner may at any time suspend the work, or any part thereof by giving ten (10)days notice to the Contractor in writing. The work shall be resumed by the Contractor within ten (10) days after the date fixed in the written notice from the Owner to the Contractor to do so. , But if the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Owner does not give notice in writing to the Contractor to resume within a reasonable period of time, then the Contractor may abandon that portion of the work so suspended and he will be entitled to the estimates ' and payments for all work done on the portions abandoned, if any. GP-28 OWNER'S RIGHT TO DO WORK , If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this contract, the Owner, after ten (10) days written notice to the Contractor, may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the t 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 i ' method he may deem expedient. • In such case, no further payment will be made the Contractor until the work is finished. If the unpaid ' balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services,such expenses shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. GP-30 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT I 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. 1 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. 1 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. GP-37 CONTRACT TIME The time for the completion of the work is specified and it is an essential part of the contract. The ' Contractor will not be entitled to any extension of contract time because of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. If the time for the completion of the work is based upon working days, this time will be specified in the ' contract. A working day is defined as any day when, in the judgment of the Engineer, soil and weather conditions are such as would permit any then major operation of the project for six (6) hours or over unless other unavoidable conditions prevent the Contractor's operation. If conditions are such as to stop , work in less than six(6) hours, the day will not be counted as a working day. No working days will be counted from December 15 to March 15, both dates inclusive. Saturdays, Sundays, and City holidays will not be counted as working days any time during the year. GP-38 CONTRACT TIME EXTENSION The Engineer may make allowance for time lost due to causes which he deems justification for extension ' of contract time. If the Contractor claims an extension of contract time on the grounds that he is unable to work due to causes beyond his control, he shall state his reasons in writing,furnish proof to establish his claim and state the approximate number of days he estimates he will be delayed. Notice of intention to claim an extension of contract time on the above grounds shall be filed with the Engineer at the time • the cause or causes occur and the claim shall be filed in writing within 30 days after the claimed cause for the delay has ceased to exist. GP-39 LIQUIDATED DAMAGES , Time is an essential element of the contract and it is therefore important that the work be pressed , vigorously to completion. Should the Contractor or in case of default the surety fail to complete the work within the time specified in the contract, or within such extra time as may be allowed in the manner set out in the preceding sections, a deduction of an amount as set out in the contract will be made for each day and every calendar day that such contract remains uncompleted after the time allowed for the ' completion. The said amount set out in the proposal is hereby agreed upon, not as a penalty but as liquidated damages for loss to the City and the public, after the expiration of the time stipulated in the contract,and will be deducted from any money due the Contractor under the contract,and the Contractor , and his surety shall be liable for any and all liquidated damages. Permitting the Contractor to continue and finish the work or any part of it after the expiration of the 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 necessaryfor the completion of the project shall be included in bid items. • i ' (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 I 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 any job 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 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. t GP-46 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORKS' CONTRACTS LAW Upon completion of project and prior to final payment,each contractor and subcontractor hereunder shall ' file with the City of Jefferson, Missouri, Department of Community Development, an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo(1994 as amended),an act relating to public works contracts. The City of Jefferson shall ' not issue a final payment until such affidavit is filed. GP-47 MISSOURI LABORER REQUIREMENT Whenever there is a period of excessive unemployment in Missouri, which is defined as any month immediately following two consecutive calendar months during which the level of unemployment in the State has exceeded five percent(5%)as measured by the U.S.Bureau of Labor Statistics in its monthly ' publication of employment and unemployment figures, only Missouri laborers or laborers from non- restrictive states may be hired by the contractor or subcontractors to work on this Public Works'contract. An exception shall exist when Missouri laborers or laborers from non-restrictive states are not available or are incapable or performing the particular type of work involved, if so certified by the contractor or ' subcontractor hereunder and approved by the Director of Community Development of the City of Jefferson, Missouri. Nor does this provision apply to regularly employed non-resident executive, supervisory or technical personnel or projects where federal aid funds are being utilized in the act and this ' provision would conflict with any federal statute, rule or regulation. Laborers from non-restrictive states means persons who are residents of a state which has not enacted state laws restricting Missouri laborers from working on public works projects in that state,as determined ' by the Missouri Labor and Industrial Relations Commission. A Missouri laborer means any person who has resided in Missouri for at least thirty(30)days and intends to become or remain a Missouri resident. GP-48 LIABILITY FOR COMPLIANCE WITH PUBLIC WORKS CONTRACTS LAW AND ' MISSOURI LABORER REQUIREMENT In the event a contractor or subcontractor hereunder files with the City of Jefferson an affidavit stating that ' the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo (1994 as amended), when in fact the contractor or subcontractor has not complied, to the extent that any liability is assessed against the City of Jefferson,Missouri,or any additional expenses are incurred by the City of Jefferson, Missouri, any contractor making the false statement, or whose ' subcontractor makes a false statement, shall hold harmless and indemnify the City for any liability assessed against it or any additional expenses incurred. ' Any contractor who fails to comply with the requirements of hiring only Missouri laborers or laborers from • non-restrictive states,absent statutory exceptions,whenever there is a period of excessive unemployment in Missouri,agrees to hold harmless and indemnify the City of Jefferson,Missouri,for any liability that may be assessed against it or any additional expenses incurred by the City of Jefferson, Missouri, because of the contractor or subcontractor's failure to comply. END OF GENERAL PROVISIONS 1 1 • 1 1 1 • ' SPECIAL PROVISIONS • FORWARD: The provisions of this section take precedence over any other provisions in these specifications. SP-1 PARTIAL ACCEPTANCE OF BID The City reserves the right to accept any part or the entire bid for the project. SP-2 PRE-CONSTRUCTION CONFERENCE ' Prior to starting work, a pre-construction conference will be held to discuss the project, its scheduling and its coordination with the work of others. It is expected that this conference will be attended by representatives of the Owner, the Engineer, the ' Contractor and his Subcontractors, and the Utilities, as well as representatives of any other affected agencies which the Owner may wish to invite. ' The work schedule specified in Section IB-23 of the Information for Bidders will be submitted at the conference. ' SP-3 PREVAILING WAGE LAW Bidders are hereby advised that compliance with the Prevailing Wage Law, Section 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, is a requirement of this contract. (Reference Section IB-20) ' Section 290.265 requires that a clearly legible statement of all prevailing hourly wage rates should be kept posted in a prominent and easily accessible place at the site by. ' each contractor and subcontractor engaged in public works projects, and that such • notice shall remain posted during the full time. ' SP-4 PROOF OF INSURANCE All certificates of insurance provided for this project shall be insured directly from the company affording coverage. Certification from a local agent in not acceptable without ' the necessary paperwork empowering and authorizing the agent to sign surety's name. In addition, when an aggregate amount is included, a statement of the amount of that aggregate available to date shall also be attached. ' SP-5 TECHNICAL SPECIFICATIONS AND DETAILS The Technical Specifications for this project shall consist of the 2004 version of the ' Missouri Standard Specifications for Highway Construction except as modified or contradicted by the City's Contract, Technical Specifications, General Provisions, Special Provisions, Detail Plans, and any_special-or-specific.Specifications_as.included in II, the contract documents. All construction details included with the plans and those contained in the City of Jefferson Standard Drawings Revised Edition 1/2006 and attached hereto shall be used in constructing this project. The City's Technical Specifications for use on this project shall be the "CITY OF 1 JEFFERSON TECHNICAL STREET SPECIFICATIONS, REVISED OCTOBER, 2000". These specifications can be found on the City's website at www.ieffcitymo.org and are • available upon request from the Department of Community Development. y SP-6 PERMITS • The City of Jefferson has obtained a General Operating Permit(Permit No. MO- ' R100031)from the State of Missouri Department of Natural Resources Missouri Clean Water Commission for construction and land disturbance activity, which covers the work entailed in this project. In signing the contract the contractor obligates himself to follow ' the provisions of the permit. A copy of the permit is available upon request at City Hall, and will be provided to the winning contractor at the pre construction conference. SP-7 PROTECTION OF ADJACENT PROPERTIES ' Surface water shall be diverted and,otherwise prevented from entering or damaging adjacent property as a result of precipitation during construction. SP-8 SEQUENCING AND EROSION CONTROL ' Contractor to follow all Best Management Practices to prevent erosion. SP-9 ACCESS TO ADJACENT PROPERTIES , Prior to the removal of the driveways to any dwellings or buildings, the Contractor shall notify the inhabitants of such structures that the use of the driveways or access will be , temporarily affected. Notice shall be of sufficient length to allow the persons affected to remove vehicles and other items that may be inaccessible during construction activities. The contractor shall provide for vehicular access to all adjacent properties at the end of , each working day. Pedestrian access shall be maintained at all times. Suitable access shall be provided across trenches, ditches or other barriers and obstacles for pedestrian traffic. ' Appropriate devices shall be used to warn the public of the dangers that may be present. • SP-10 CONSTRUCTION STAKING ' The construction staking for this project will be performed by the City of Jefferson. The staking will be provided in stages including, utility relocation, stormwater and sewer, retaining walls, and sidewalk staking. Any restaking required due to the destruction of ' the original stakes can be provided to the contractor at the City Standard hourly rate. The contractor shall provide two working days notice of any staking he wishes to have performed. , SP-11 CONSTRUCTION SIGNAGE AND TRAFFIC CONTROL The City will provide the contractor with up to six Leslie Blvd. placquards at no charge, to be displayed with detour signs as specified on page 3 of these plans. The contractor ' shall provide three working days notice of any signs being needed and shall return these signs at the closure of the project. On all streets closed to traffic the contractor shall provided the necessary traffic control as specified on page 3 of these plans and in accordance with the MUTCD. The contractor in closing the street shall meet the notification of closure specified in GP— 19 , as well as notifying adjacent landowners. 1 On all streets open to traffic the contractor shall provide the necessary traffic control • personnel, such as flagmen, and any signing, warning devices and signs necessary to ' maintain traffic flow. All work shall be in accordance with the Manual on Uniform Traffic Control Devices (MUTCD). Signs, cones, and barricades shall be placed both to protect workers and equipment and to protect the public by marking open trenches and other potential dangers. A typical lane closure where 2 travel lanes cannot be maintained has been provided for on page 3 of these plans. SP-12 ROCK REMOVAL Explosives may only be used where appropriate to avoid damage to adjoining structures and the public. All local and State guidelines shall be observed. (Contact Jefferson City Fire Department at 634-6400). Where blasting is not appropriate, rock shall be removed ' by mechanical chipping, jack-hammering or other methods approved by the Engineer. ' SPA UTILITIES The Contractor shall expose all utility crossings to establish location and depths prior to construction. The necessary adjustment of utility services such as water, gas, telephone, electric and sanitary sewer, including meters, valves, manholes and other ' appurtenances not specifically called out on the plans shall be subsidiary to the work. SPA SANITARY SEWER CONSTRUCTION ' - During construction the contractor shall keep all sanitary sewer lines active through the duration of the project and take all care to limit damage to the existing sanitary sewer system. Any damage due to negligence shall be repaired at the contractor's expense. 1 The Contractor will adjust all manholes to be flush with the proposed grade. • ' SP-19 TOPSOIL IN AREAS TO BE SEEDED The top six(6) inches of all areas of the project to be vegetated shall be free of rocks, stones and clods prior to seeding. This may require the contractor to utilize a mechanical rock rake, hand picking of stones, and/or placement of six (6) inches of clean topsoil in those areas to be vegetated. No direct payment will be made for this requirement. All areas to be vegetated shall be inspected prior to seeding, and any deficiency shall be ' corrected prior to the seed application SP-20 HYDROSEEDING All disturbed areas of the project not paved or scheduled to be covered with straw ' blanket or sod shall be seeded using the hydro seeding method. The seed mixture shall be 80% Millenium Fescue, 10% Pizzazz Rye, and 10% Brooklawn Bluegrass. The seeding rate shall be 350 pounds to the acre. The hydro seeding mixture shall.contain ' Second Nature Paper Fiber Mulch at a rate of 2000 pounds per acre. Additionally the mixture shall contain Finn-Hydromax Additive at a rate of 5 gallons per acre, Finn-HPN Soluble Fertilizer (10-44-6) at a rate of 7.5 pounds per acre, and EarthGuard Fiber ' Matrix Erosion Control System at a rate of 4 gallons per acre. Like materials from other manufactures may be accepted upon review by the project engineer. The contractor shall use all necessary means to ensure that the hydro seeding mixture is not applied to the sidewalk or other existing improvements, and shall clean any such • surface to which the mixture is inadvertently applied. SP-21 ALTERNATE 1 • For this project the City will select the base bid and accept or reject alternative 1 in the best interest of the project. ' SP-22 MEASUREMENT AND PAYMENT Item No. 1 — Mobilization ' Payment will be a lump sum payment not-to-exceed three (3) percent of the total bid amount that will be made to the Contractor with the first monthly progress payment as a reasonable amount to start the project. , Item No. 2—8-inch Sanitary Sewer Payment will be based on lineal feet of installed pipe, measured along the pipe , centerline from center to center of manholes. Work activities include, but are not limited to removal of trees and vegetation, topsoil stripping and stockpiling, removals, disposal of removals, protection of features to remain, removing and , replacing fence as required, sheeting and shoring as required, dewatering, procuring hauling placing and compacting bedding materials, procuring and installing sewer pipe, fittings and appurtenances, concrete encasement as required, connecting to and removing existing sewers where required, , accommodating utility crossings, placing and compacting backfill, bypass pumping, restoration of surfaces including landscape work and pavement, testing as defined in the specifications. , Item No. 3— 15-inch Sanitary Sewer Same as 2 above. ' Item No. 4—4-ft diameter manholes • Payment will be based on completed precast or cast-in-place concrete manhole ' construction. Work activities include, but are not limited to excavation, hauling off and disposal of excess excavated materials, sheeting and shoring as required, forming as required, dewatering, hauling, placing and compacting bedding materials, installation of manhole and accessories, installation of drop pipes and ' stubs at drop manholes including support and encasement, bypass pumping, connection to sewers and testing as defined in the specifications. Item No. 5—24-inch steel jacked casing pipe for 15-inch sanitary sewer Payment will be based on completed installation of casing pipe as shown on the Drawings. Work activities include but are not limited to installation of bore pits, , removal of vegetation, topsoil stripping and stockpiling, removals, disposal of removals, protection of features to remain, removing and replacing fence as required, sheeting and shoring as required, dewatering, procuring hauling placing , and compacting bedding materials, procuring and installing sewer pipe, fittings and appurtenances, concrete encasement as required, connecting to and removing existing sewers where required, accommodating utility crossings, , placing and compacting backfill, bypass pumping, restoration of surfaces including landscape work and pavement, testing as defined in the specifications. Item No. 6—Directional Drill 8-inch forcemain ' This item shall include all labor, material, equipment, and services necessary to directional drill and place forcemain under Moreau River. Work includes but is not • limited to; installation of bore pits, removal of vegetation, topsoil stripping and ' i ' stockpiling, removals, disposal of removals, protection of features to remain, • removing and replacing fence as required, sheeting and shoring as required, ' dewatering, procuring hauling placing and compacting bedding materials, procuring and installing sewer pipe, fittings and appurtenances, concrete encasement as required, connecting to and removing existing sewers where required, accommodating utility crossings, placing and compacting backfill, bypass pumping, restoration of surfaces including landscape work and pavement, testing as defined in the specifications. Item No. 7—Open Cut install 6-inch forcemain Payment will be based on lineal feet of installed pipe measured along pipe centerline from outside face of valve pit wall to the connection to the gravity ' sewer at Shamrock Lane. Work activities include, but are not limited to excavation, hauling off and disposal of excess excavated materials, sheeting and shoring as required, forming as required, dewatering, hauling, placing and compacting bedding materials, installation of manhole and accessories, installation of drop pipes and stubs at drop manholes including support and encasement, bypass pumping, connection to sewers and testing as defined in ' the specifications. Item No. 8— 12-inch Sanitary Sewer ' Same as 2 above. Item No. 9—4-ft diameter manholes ' Payment will be based on completed precast or cast-in-place concrete manhole • construction. Work activities include, but are not limited to excavation, hauling off and disposal of excess excavated materials, sheeting and shoring as required, forming as required, dewatering, hauling, placing and compacting bedding ' materials, installation of manhole and accessories, installation of drop pipes and stubs at drop manholes including support and encasement, bypass pumping, connection to sewers and testing as defined in the specifications. Item No. 10—Trench Rock Excavation Payment will be based on measured rock quantity of rock excavation required for ' installation of all sewers, manholes and forcemain and rock removal and disposal including hauling. Maximum payment width for trenches for sewer and forcemain installation will be as shown on the details and drawings. Maximum payment for ' rock excavation for manholes will be 10' x 10' square for 4-foot diameter manholes. Rock boring and rock excavation for boring pits for the installation of jacked casing pipe will be part of the jacked casing pipe installation cost and such costs should be included as part of the unit price per lineal foot for the ' jacked casting pipe. Item No. 11 — New Pump Station ' Payment will be based on a lump sum basis. Work activities include, but are not limited to, removal of trees and other vegetation hauling off and disposal of excess excavated materials, sheeting and shoring as required, forming as ' required, dewatering, hauling, placing and compacting bedding materials, installation of potable water supply, construction of all concrete work, procuring and installing pumps, buildings, electrical and controls, mechanical equipment ' inside and outside the building, painting of exposed surfaces and metal piping, conduits, fencing, restoration of surfaces, installation of access road and ' approach, final testing of equipment, all defined in the specifications. • Alternate 1 — Install Bore and Carrier Pipe at Highway 179 and Lorenzo Greene Boulevard This item shall include all labor, material, equipment, and services necessary to ' bore, jack and place a casing pipe with 8-inch carrier pipe. Work includes but is not limited to; installation of bore pits, removal of vegetation, topsoil stripping and stockpiling, removals, disposal of removals, protection of features to remain, ' removing and replacing fence as required, sheeting and shoring as required, dewatering, procuring hauling placing and compacting bedding materials, procuring and installing sewer pipe, fittings and appurtenances, concrete encasement as required, connecting to and removing existing sewers where , required, accommodating utility crossings, placing and compacting backfill, bypass pumping, restoration of surfaces including landscape work and pavement, testing as defined in the specifications. ' SP-23 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, whenver homes are served directly from a street or portion of a street which is to be reconstructed under the 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. SP-24 CONSTRUCTION SIGNAGE AND TRAFFIC CONTROL On all streets closed to traffic the Contractor shall provide the necessary traffic ' control as specified in these plans and in accordance with the MUTCD. The Contractor in closing the street shall meet the notification of closure specified in SP-23 as well as notifying adjacent landowners. ' On all streets open to traffic Contractor shall provide necessary traffic control personnel such as flagmen, and any signing, warning devices and signs necessary to maintain traffic flow. All work shall be in accordance with the , MUTCD. Signs, cones, and barricades shall be placed both to protect workers and equipment and to protect the public by marking open trenches and other political dangers. ' END OF SPECIAL PROVISIONS ' • ' DIVISION 2—SITEWORK Section 02010 -Subsurface Investigation PART GENERAL 1.01 SUMMARY I ' A. Related Sections 1. Section 02160—Excavation Support System 2. Section 02316— Excavating 3. Section 02317 - Backfilling and Compacting ' B. Section Includes: 1. Requirements of the contract regarding differing subsurface conditions. 1.02 SOIL REPORT A. Soil borings have been taken within the project area. The results of the soil borings and analysis are presented in a report dated August 28, 2007 prepared by Engineering Surveys and Services and titled"Subsurface Investigation,Soil Analysis and Foundation Design Recommendations for Moreau River Sewer Main & Lift ' Station, Jefferson City, Missouri". Copies of the boring logs and associated geotechnical report will be made available upon request at the office of Crawford, Murphy& Tilly, Inc., Gateway Tower One Memorial Drive, Suite 500 St. Louis, MO 63102, telephone(314)436-5500. B. The soil borings and report do not relieve the Contractor of his responsibility to take ' additional borings as he deems appropriate to determine the subsurface conditions that will be encountered or to assume the risk of encountering conditions`which may not be consistent with the available borings. The Engineer and Owner do not assume any responsibility for the accuracy or adequacy of the soil borings. Contractor will bear all costs associated with any additional subsurface investigations that he deems necessary to determine subsurface conditions. 1.03 SOIL BORINGS A. The soil borings cannot reveal all conditions that exist on the site and do not relieve the Contractor of his responsibility to take additional borings as he deems appropriate to determine the subsurface conditions that will be encountered or to assume the risk-of encountering conditions that may not be consistent with the available borings. B. The Contractor will be responsible for all costs associated with additional subsurface ' investigations. C. The recommendations described in the geotechnical report shall not be construed as ' a requirement of this bid package, unless specifically referenced in the Specifications. • 07446-01/Jefferson City September 2007 02010-1 Subsurface Investigation i D. The Engineer and Owner do not assume any responsibility for the accuracy or , adequacy of the soil borings. 1.04 DIFFERING SUBSURFACE CONDITIONS ' A. In the event subsurface or latent physical conditions are found materially different ' from those indicated in these Documents, and differing materially from those ordinarily encountered and generally recognized as inherent in the character of work covered in these Contract Documents,the contractor shall promptly,and before such conditions are disturbed, notify the Engineer in writing of such changed conditions. ' B. The Engineer will investigate such conditions promptly and following this investigation,the Contractor shall proceed with the work,unless otherwise instructed , by the Engineer. If the Engineer finds that such conditions materially differ and cause an increase or decrease in the cost of, or in the time required for performing the work, the Engineer will recommend to the Owner the amount of adjustment in cost and time he considers reasonable. The Owner will make the final decision on all change orders to the contract regarding any adjustment in cost or time for completion. END OF SECTION 02010 • 07446-01/Jefferson City t September 2007 02010-2 Subsurface Investigation 1 ' CITY OF JEFFERSON,MISSOURI ' SECTION 02140 -DEWATERING ' PART 1 - GENERAL �s ' 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary ' Conditions and Division 1 Specification Sections, apply to this Section. f 1.2 SUMMARY 1 I A. This Section includes provisions for dewatering. �L B. Dewatering consists of performing work necessary to lower and control groundwater levels and hydrostatic pressures to permit excavation and construction to be performed in near-dry conditions. -� G Control of surface and subsurface water, ice and snow are part of the dewatering requirements. • D. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. tz<. 1.3 SUBMITTALS a A. The Contractor shall obtain a Land Disturbance Permit from the Missouri Department of Natural Resources as required fbr the proposed construction activities prior to commencing any dewatering, excavation or other similar construction activities. The ' Contractor shall submit to the Engineer for review, detailed plans showing how the Contractor intends to handle and dispose of sanitary, groundwater, and storm water ! flow. 1 ) 1.4 QUALITY ASSURANCE - ' A. Operator Qualifications: Perform dewatering operations with supervisory personnel Jhaving at least 10 years experience in field of dewatering. ' ) B. Maintain adequate supervision and control to ensure that stability of subgrades and excavated and constructed slopes are not adversely affected by water, erosion is ' controlled, and flooding of excavation or damage to structures does not occur. • 021 0 C5X61900 4 1 Dl;WAI>✓RING RO— 12/22/2004 1 CITY OF JEFFERSON,MISSOURI ' PART 2 -PRODUCTS ' Not Applicable. ' PART 3 -EXECUTION 3.1 DEWATERING A. Provide an adequate system to lower and control groundwater in order to permit ' excavation, installation of sewers, construction of structures, and placement of fill materials under dry conditions. Install sufficient dewatering equipment to drain water-bearing strata above and below bottom of structure foundations, drains, sewers, and other excavations. w B. Reduce hydrostatic head in water-bearing strata below structure foundations, drains, 1 sewers and other excavations to extent that water level and piezometric water levels in construction areas are below prevailing excavation surface. C. Dispose of water removed from excavations in a manner to avoid endangering public 4 ' health, property, and portions of work under construction or completed. Dispose of water in a manner to avoid inconvenience to others. Provide sumps, sedimentation tanks, and other flow control devices as required by governing authorities. • D. Provide standby equipment on site, installed and available, for immediate operation if required to maintain dewatering on a continuous basis in event any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, perform such work as may be required to restore damaged structures and foundation soils at no additional expense to the Owner. END OF SECTION 02140 , C5X61900 02140-2 DEWATERING RO— 12/22/2004 ' CITY OF JEFFERSON,MISSOURI SECTION 02160-EXCAVATION SUPPORT SYSTEMS ' PART 1 - GENERAL ' 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary ' Conditions and Division 1 Specification Sections, apply to this Section. ' 1.2 SUMMARY A. This Section includes,but is not limited to,the following: 1. Excavation support necessary to protect existing buildings, streets, walkways, ' utilities, and other improvements and excavation against loss of ground or caving embankments. 2. Maintenance of excavation support system. 3. Removal of excavation support system, as required. B. The Contractor shall be responsible for design, installation, and monitoring of the ' excavation support systems. Excavation support will be required to protect existing structures and prevent the undermining of future structures. Types of excavation • support systems include,but are not limited to,the following: ' 1. Soldier piles and lagging. 2. _ Steel sheet piles. 3. Liner plates. ' 4. Trench boxes. a� C. Construct and maintain all shoring and bracing necessary to protect the excavation, as needed for the safety of employees and as required by applicable Federal and State laws. D. The type of excavation support used shall be removable following the installation of the r pipeline or structure. No permanent type shoring or sheeting shall be used which must remain within the limits of the excavation unless so ordered by the Engineer in r� accordance with 02160.3.1._The_excavation-support-system-shall-be removed-following approval by the Engineer of the excavation, installation of the pipeline or stricture, and ' installation of required backfill material. SUBMITTALS i A. General: Submit the following in accordance with Conditions of Contract and i Division 1 Specification Sections. •°.II C5X61900 02160-1 EXCAVATION SUPPORT SYSTEMS RO— 12/22/2004 CITY OF JEFFERSON,MISSOURI ' .r B. Before starting work, submit an excavation support system plan which includes design drawings outlining the sequence and methods of installation and removal, and the materials, sizes, and arrangement of members proposed for use as excavation support. M , The drawings and other data shall be prepared and sealed by a professional engineer registered in the State of Missouri. System design and calculations must be acceptable f f to local authorities having jurisdiction. ' 1.4 QUALITY ASSURANCE ? A. Supervision: Engage and assign supervision of the excavation support system to a r ' qualified professional engineer foundation consultant. B. Engineer Qualifications: A professional engineer legally authorized to practice in the State of Missouri and experienced in providing successful engineering services for excavation support systems similar in extent to that required for this Project. , 1. Submit name of engaged engineering consultant and qualifying technical experience. C. Regulations: Comply with OSHA regulations and other codes, ordinances, and laws of governing authorities having jurisdiction. 1.5 JOB CONDITIONS ' A. Before starting work, verify governing dimensions and elevations. Verify condition of , adjoining properties. Take photographs to record any existing settlement or cracking of structures, pavements, and other improvements. Prepare a list of such damages, verified by dated photographs, and signed by Contractor and others conducting investigation and witnessed by the Engineer. , 1.6 EXISTING UTILITIES A. Protect existing active sewer, water, gas, electricity, telephone, cable TV, and other utility services and structures. µ , B. Notify municipal agencies and service utility companies having jurisdiction. Comply with requirements of governing authorities and agencies for protection, relocation, removal, and discontinuing of services. i • 05X61900 02160-2 EXCAVATION SUPPORT SYSTEMS ' RO— 12/22/2004 `J ' CITY OF JEFFERSON,MISSOURI 1 PART 2-PRODUCTS . 2.1 MATERIALS ' A. General: Provide adequate shoring and bracing materials, which will support loads imposed. Materials need not be new,but should be in serviceable condition. B. Structural Steel: ASTM A 36. C. Steel Sheet Piles: ASTM A 328. ' D. Timber Lagging: Any species, rough-cut, mixed hardwood, nominal 3 inches thick, unless otherwise indicated. PART 3 -EXECUTION 3.1 SHORING ' A. Protect the site from caving and unacceptable soil movement. Wherever shoring is •=� required, locate the system to clear permanent construction and to permit forming and finishing of concrete surfaces. Provide shoring system adequately anchored and braced ' to resist earth and hydrostatic pressures. j B. Shoring systems retaining earth on which the support or stability of existing structures gi is dependent must be left in place at completion of work. If wood is part of the shoring ' . system near existing structures, use pressure preservative treated materials or remove as backfill is placed. ' 3.2 BRACING ' 1 A. Locate bracing to clear permanent work. If necessary to move a brace, install new bracing prior to removal of original brace. B. Do not place bracing where it will be cast into or included in permanent concrete work, ' except as otherwise acceptable to Engineer. -1 C. Install internal bracing, if required,to prevent spreading or distortion of braced frames. D. Maintain bracing until structural elements are supported by other bracing or until j permanent construction is able to withstand lateral earth and hydrostatic pressures. ' C5X61900 02160-3 EXCAVATION SUPPORT SYSTEMS RO- 12/22/2004 � I CITY OF JEFFERSON,MISSOURI ' E. Remove sheeting,shoring,and bracing in stages to avoid disturbance to underlying soils ' and damage to structures,pavements, facilities, and utilities. F. Repair or replace, as acceptable to Engineer, adjacent work damaged or displaced ' through installation or removal of excavation support system. , END OF SECTIO N 02160 r4 ti t X31 4y_.. •r *Y • C5X61900 02160-4 EXCAVATION SUPPORT SYSTEMS ' RO— 12/22/2004 ICITY OF JEFFERSON,MO •` SECTION 02161 -TEMPORARY EXCAVATION SUPPORT PART 1 -GENERAL ' 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to this section. ' 1.2 SUMMARY A. This section includes designing, installing, monitoring installation, and removal of work ' shafts (Jacking and Receiving) required for microtunneling operations. B. Section Includes: ' 1. Designing, furnishing, and installing earth support systems for microtunneling '3 access shafts, manhole excavations,and other open cut excavations. 2. Determine the size of excavation in order to accommodate the proposed method(s) of support. Design earth support systems to limit the total movement of the system, including deflection, to limits specified. • Adjacent structures are those that are within a distance equal to twice the total depth of the excavation away from the closest edge of the excavation. C. Related Sections 1. Section 02140—Dewatering 2. Section 02221 Utility Trench Excavation and Backfill 3. Section 02400—Microtunneling 1.1 REFERENCES A. ASTM A36: Standard Specification for Stiutural Steel ' B. ASTM A416: Specification for Uncoated Seven-Wire Stress-Relieved Steel Strand for Prestressed Concrete. ' 1 C. ASTM A722: Specification for Uncoated High-Strength Steel Bar for Prestressing ' Concrete. C5X61900 02161 - 1 TEMPORARY ' RD- 12/22/2004 EXCAVATION SUPPORT CITY OF JEFFERSON,MO , D. ASTM A615: Standard Specifications for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. ' E. ASCE—CUASCE 36-01: Standard Construction Guidelines for Microtunneling ' F. American Wood-Preservers Association(AWPA) Standards. 1 G. American Welding Society(AWS) Code: D1.1. , I-I. Federal Standard,FS TT-W-S71: Wood Preservation and Treating Practices. ! I. OSHA Standards and Interpretations: Subpart P -Excavations, Trenching, and Shoring. J. City of Jefferson Standard Sanitary Sewer Specifications -, K. City of Jefferson Technical Street Specifications L. ACI 304: Recommended Practice for Measuring, Mixing, Transporting and Placing ' Concrete. 1.1 1.4 DEFINITIONS A. See Section 02400 for definitions relating to microtunncling and access shafts for microtunneling. B. Thrust Blocks: Thrust Blocks are used within the working jacking shaft to provide stability and reaction to the pipe jacking frame while jacking operations are proceeding. C. Pipe Eye: The pipe eye is the portal ring through which the microtunnel machine and -- subsequent jacking pipe passes through the wall of the working shaft while limiting lost of ground and groundwater from outside the shaft wall, and preventing lubricant from flowing into the working shaft. It is a mechanical seal usually composed of ribber flange that is mounted to the wall of the working shaft. 1.1 SYSTEM DESCRIPTION ' A. Design Requirements ' 1. The design of temporary excavation support systems is the sole responsibility of the Contractor. ' 2. Prepare design, including calculations and drawings, under the direction of a Professional Engineer Registered in the State of Missouri. ' 3. Conform to the requirements of the Standard Specifications, and OSHA Standards and Interpretations: "Subpart P - Excavation,Trenching, and Shoring". C5X61900 02161 - 2 TEMPORARY • *RO - 12/22/2004 EXCAVATION SUPPORT , 1 CITY OF JEFFERSON MO ' 4. Adoption of the indicated design or approval by the Engineer of the Contractor's design will in no way relieve the Contractor of responsibility for the successful performance of construction or any method of protection for adjoining property. Pay all claims, costs and damages that arise as a result of the work performed, at no additional cost to the Owner. Protect all existing utilities affected by construction from damage. ' 5. The approximate limits of work zones are indicated on the Contract Documents. Determine the actual limits of excavation support to be compatible with the 1 Contractor's operations. 6. Select. the type and shape of excavation support systems, except as specified herein. For microtunneting jacking shafts, use either singular or multiple stage ' earth support systems comprised of soldier piles and lagging or steel sheetpile wall braced as required. For open cut excavation other than for jacking shafts, earth support systems may include those described for jacking shafts as well as ' tongue and groove vertical wood sheeting and moveable support systems consisting of steel trench boxes or steel plates braced as required. ' 7. Design for stability of excavations through overburden soils and for safety during gw construction. ' 8. Design temporary excavation support systems in a manner permitting safe and expeditious construction of permanent structures and pipe jacking (where applicable) while minimizing movement or settlement of the ground and ' preventing damage to adjacent facilities. 9. Design internal bracing support members for the maximum loading combinations to which they will be subjected including, soil loads, water loads, temperature ' fluctuations loads,prestressing loads,traffic decking loads,pipe jacking loads and surcharges (where applicable), and removal loads. 10. Design to withstand an additional 2 feet of excavation below proposed bottom of excavation without redesign except for the addition of lagging and/or bracing. 11. Design to withstand full hydrostatic head without failure. 12. Perform all welding in accordance with AWS D1.1. �1 13. Design steel plate deck, if such is required, for H-20 loading. B. Performance Requirements 1. Design to minimize movements below the limits specified below: a. Vertical movement(heave/settlement): 0.5 inch. C5X61900 02161 -3 TEMPORARY ' RO - 12/22/2004 EXCAVATION SUPPORT F JEFFERSON,MO ' C ITY O EFF , b. Lateral movement(walls): 1.0 inch. • C. Vertical and horizontal movements of adjacent building and grounds surface monitoring points and utilities: 0.25 inch. d. Peak particle velocity of ground vibrations resulting from excavation t"t; support system installation activities measured at the nearest adjacent above grade building monitoring point, ground surface monitoring point, or other , structure: 0.5 inch. 1 e. Groundwater level changes greater than 2.0 feet. ' 2. Include allowance for Contractor's equipment and stored material and spoil t k stockpile as appropriate. ' 3. Allow for H-20 highway loading if located in the vicinity of a paved area. 4. Coordinate the type of excavation support system selected with the dewatering requirements specified in Section 02140. y 5. Design including dewateri.ng procedures to address groundwater flows. , 6. Secure perimeter with chain-link fence or provide a temporary excavation cover. Provide temporary cover suitable for H-20 loading and regular traffic movements. , 7. If earth support systems are left in place, cut-off steel sheeting, soldier piles and wood sheeting earth support systems to be left-in-place at least 5-feet below the , ground surface,but no lower than 1-foot above the top of pipe. S. Provide the following for the as-built information of all earth support systems left in place: a. Horizontal locations of all earth support systems including coordinates of ' the ends and points of change in direction. b. Type of the earth support system. C. Elevations of top of the earth support systems. , 1.1 1.6 SUBMITTALS A. Before starting work, submit an excavation support system plan which includes design drawings outlining the sequence and methods of installation and removal, and the materials, sizes, and arrangement of members proposed for use as excavation support. The drawings and other data shall be prepared and sealed by a professional engineer } ' C5X61900 02161 - 4 TEMPORARY • RO - 12/22/2004 EXCAVATION SUPPORT , u ' CITY OF JEFFERSON,MO • g re istered in the State of Missouri. System design and calculations must be acceptable to i local authorities having jurisdiction. 1.1 1.7 QUALITY ASSURANCE A. Supervision: Engage and assign supervision of the excavation support system to a qualified professional engineer foundation consultant. B. Engineer Qualifications: A professional engineer legally authorized to practice in the g Q p State of Missouri and experienced in providing successful engineering services for ' excavation support systems similar in extent to that required for this Project. ' 1. Submit name of engaged engineering consultant and qualifying technical ' experience. 1.1 1.8 JOB CONDITIONS ' A. Before starting work, verify governing dimensions and elevations. Verify Y a, condition of adjoining properties. Take photographs to record any existing settlement or cracking of structures,pavements, and other improvements. Prepare ' a list of such damages, verified by dated photographs, and signed by Contractor and others conducting investigation and witnessed by the Engineer. PART 2 -PRODUCTS 2.1 MATERIALS A. Provide earth backfill material in accordance with Section 02221. =` B. Provide structural steel for soldier piles, wales, rakers, struts, wedges, plates, waterstop and accessory steel shapes conforming to ASTM A36. ' C. Provide raker ties conforming to ASTM A615 Grade 60. D. Provide timber sheeting and lagging conforming to the following requirements: 1. Moisture content shall not exceed 19 percent. 2. Provide sound, well-seasoned timber such as Douglas Fir, Southern Pine, Cedar or equal. A 3. Preservation wood treatment in accordance with FS TT-W-571. i4. Allowable working stress of not less than 1200 psi. 5. Nominal thickness of not less than 3 inches. ' • C5X61900 02161 - 5 TEMPORARY RO - 12/22/2004 EXCAVATION SUPPORT 1 CITY OF JEFFERSON MO E. Provide concrete in accordance with Section 03300 when used for support of , excavation. F. Tamping tools adapted for the backfilling of earth support system voids after its removal 2.1 EQUIPMENT A. Use only equipment, which will meet vibration and noise limits when operating under full throttle. If equipment in use exceeds these maximum noise or vibration levels, remove the equipment from service, and replace with equipment that meets noise levels. B. Select equipment and materials desired and submit descriptions and planned method of operation and use to Engineer. PART 3 -EXECUTION , LI 3.1 EXAMINATION i+ A. Verification of Conditions ' 1. Verify that a pre-construction survey of existing conditions has been performed ' before commencing work. 2. Locate and identify underground and overhead utilities and site conditions that may interfere with excavation support. 3. Subject to approval of the Engineer, conduct additional borings or pump tests at , the site to verify site conditions at no additional cost to the Owner. 3.1 PREPARATION ' A. Protection 1. Perform the earth support program in such a manner as to prevent undermining or I disturbing foundations of existing structures or of work ongoing or previously completed. Select construction methods that minimize settlements of adjacent structures and utilities. 2. Begin no excavation involving earth support until all required earth support submittals have been approved by the Engineer ' 3. Control the water table to maintain the hydrostatic pressures in accordance with Section 02140. C5X61900 02161 -6 TEMPORARY • RO - 12/22/2004 EXCAVATION SUPPORT ' ' CITY OF JEFFERSON,MO • 4. Do not splice elements of the earth support system. 5. Construct a suitable guardrail barrier around the periphery of the excavation, meeting applicable safety standards. Properly maintain the barrier throughout the period the excavation remains open. Repair broken boards, supports, and structural members. In addition, provide a full cover or other security barrier for ' each access shaft in which there is no construction activity or which is unattended by the Contractor's personnel. 6. Security fencing is required for all work zones. Concrete barriers are required at, excavations near traffic, public streets,parking lots, or driveways. Angle concrete barriers in traffic lanes to the direction of oncoming traffic to minimize the risk of e.., injury in case of collision. 7. L6cation of microtunneling access shafts a. Locate microtunneling access shafts and as required for the Contractor's operations. Contractor shall have sole responsibility for selection of shaft ' sites needed for construction operations but not indicated on the Drawings. Engineer's approval shall be for location only. Contractor assumes full ' responsibility for adequacy of design, construction, traffic control and safety, and maintenance of shaft. b. Construct microtunneling access shafts required for the Contractors • operations including obstruction removal shafts along the alignment of the pipeline and within the constriction easements provided. C. Do not locate microtunneling access shafts and associated work zones in driveways, cross streets, or where they will disrupt business and ' commercial interests unless approved in writing by the Owner. Maintain ^" vehicular and pedestrian access to private property at all times, except where agreed by the Owner and the property owner and occupant. d. Do not locate microtunneling access shafts close to storm drainage channels, ditches, water mains, storm water or sanitary sewers or culverts, which, if damaged, could.result in ground washout or flooding of shafts and tunnels. ' e. Locate equipment powered by combustible fuels at suitable distances from shafts and air intakes to prevent the possibility of explosion and fire in the ' - shafts and to prevent exhausts from being drawn into the ventilation intake. 8. Size of Shafts - a. The Contractor shall have sole responsibility for sizing the shafts. Make size adequate for construction of any permanent structures indicated on the Drawings and to provide adequate room to meet the Contractor's 1 �..' C5X61900 02161 - 7 TEMPORARY ' RO - 12/22/2004 EXCAVATION SUPPORT IT JEFFERSON,MO , C Y OF operational requirements for microtunneling construction and for backfill. P Engineer's approval will be required where shaft sizing required is greater than that shown on the Drawings. 3.1 CONSTRUCTION A. Steel and Timber Sheet Pile Walls 1. Do not drive sheetpiling within 100 feet of concrete less than seven (7)days old. i 2. Drive sheetpiling in plumb position such that each pile installed is continuously j interlocked with adjacent piles along the entire length. Use templates or other r temporary alignment facilities to maintain sheeting on line. 3. Drive sheeting to the depths shown on approved shop drawings. Drive sheeting such that it can be removed without dainage to adjacent backfill. Do not overdrive sheeting or otherwise cause damage to sheetpile (tops, tips, or interlocks). , 4. After driving, ensure sheeting is in direct contact with material to be retained. B. Soldier Piles and Lagging 1. Construct soldier piles by pre-drilling, vibration driving, drilling and chiseling - ' rock and boulders,or other approved pre-excavating methods. 2. Provide pre-drilled holes sized to accommodate the accepted pile cross section. Install pre-drilled holes vertically and in indicated alignment. Do not exceed one i (1) percent out of plumb provided that outside minimum excavation line is maintained. Correct misaligned or non-vertical holes. 3. Install pile tips to embedment elevations shown on accepted shop drawings. 4. Install lagging with openings (gaps) between boards to retain the material type t encountered in the excavation while allowing free draining of water. As the installation progresses, backpack the voids between the excavation face and the lagging with sandpack or existing glacial till to establish a tight contact. Pack openings between lagging with hay or other porous material to allow free draining for water without loss of retained soil or sandpack. Coordinate the excavation with lagging placement. Reduce the maximum height of unlagged face if water is flowing from the face of the excavation, or if soil to be retained moves toward the excavation. 5. If running sand and silt is encountered, secure the timber lagging to the soldier piles to avoid shifting or falling off the lagging and pack opening between lagging with additional porous material to contain the leaking material. C5X61900 02161 -8 TEMPORARY • RO - 12/22/2004 EXCAVATION SUPPORT ' _1 ' CITY OF JEFFERSON,MO 6. If very fine sand and/or silt are encountered, take measures to retain the material 1 z. in place and prevent loss of ground and/or movements, which may cause damage to adjacent buildings,structures or utilities. IN' 7. Do not drive soldier piles within 100 feet of concrete less than seven(7) days old. �s C. Braced Excavations ' 1. Use wales or struts to PP rovide braced support of soil excavations. Install bracing P in direct contact with the primary support members. Design the primary support bracing for the maximum loads to be encountered during excavation or removal stages. ' 2. Preload bracing members to a minimum of 50 percent of design load in accordance with procedures and sequence as described on the accepted shop drawings. Transfer load by jacking braces without introducing eccentricity. Coordinate excavation work with the installation of bracing and preloading. Use steel shims and steel wedges welded or bolted in place to maintain the preloading force in the bracing after release of the jacking equipment force. Do not use wood blocking. Perform all preloading in the presence of the Engineer. Work completed without Engineer present will not be accepted. Remove and reinstall rejected work at no additional cost to the Owner. ' POR 3. Install cross lot bracing (struts) only between sides of an excavation supported • with components of equal rigidity. ' 4. Install internal bracing with intermediate vertical and horizontal supports to prevent buckling. Install diagonal bracing for stability of earth support systems. Install wales, struts, posts, and braces in accordance with accepted shop drawings to minimize interference with construction of permanent structures and J compaction of the backfill. Install web stiffeners, plates or angles in accordance with accepted shop drawings to prevent rotation, crimping or buckling of connections at points of bearing between structural steel members. .Allow for eccentricities in design due to field fabrication and assembly. ' 5. Extend the toe of the temporary earth support system not less than 5 feet below =� the bottom of the excavation or to bedrock. Provide additional penetration f'or bottom stability and/or vertical capacity. ' D. Microturuieling access shafts 1. Achieve the following additional elements for access shafts for microtunneling: a. Install liner elements, bracing and shoring structural members at the locations and in the sequence and tolerances defined on shaft constriction ' wl drawings. C5X61900 02161 -9 TEMPORARY ' RO - 12/22/2004 EXCAVATION SUPPORT CITY OF JEFFERSON,MO b. Provide bracing and shoring, if required, in contact with the liner to provide •:_ full support as shown in the Contractor's shaft construction drawings. ' Install additional support members to transfer the load if the liner is out-of- place or deformed. Modifications to liner, bracing and shoring shall be evaluated, enumerated and approved by Contractor's Professional Engineer, and submitted to the Engineer. �{j { C. Provide a shaft seal slab immediately following excavation to full shaft ' depth. Construct shaft seal slab in dewatered or below water conditions in the appropriate manner to provide a homogeneous impermeable slab. Keep shafts with slabs formed below water flooded until the shaft seal slab has gained sufficient strength to counteract all forces that may act upon it. Provide drainage of the shaft bottom, including any under drains, as required by the encountered conditions. Install a structural seal slab, as designed by Contractor's Professional Engineer, where required. d. Design and construct the shaft,including bottom protection,to an acceptable factor of safety against yield or instability as determined by Contractor's Professional Engineer, and to withstand full potential hydrostatic head due " to groundwater control malfunctioning,without failure. e. Provide special framing, bracing or shoring required around tunnel or pipe — "eyes" or other penetrations according to shaft construction drawings before ' the liner or any bracing or shoring at the penetration is cut or removed. f. Immediately grout any voids or seepage paths around shafts and adjoining ' tunnels upon detection. Grout bolted steel liner plates installed by the underpinning method as the shaft liner is installed and at intervals not exceeding 4 feet. Carry out secondary or "back grouting" if ground movement, voids or deformation of shaft liner are detected at no additional cost to the Owner. Grout immediately shaft linings sunk by the caisson method following completion of sinking operations. L g. Grout pressures either from pumping or due to head in the grout line must be controlled so that the liner, shoring or bracing are not over stressed. Carry out grouting so that grout is applied uniformly around the shaft. 2. Thrust Block: Incorporate thrust blocks or suitable reactions into the shaft design needed for jacking equipment, in accordance with Section 02400. ^ , 3. Ground Water Control: Provide ground water control and drainage from shafts while work is in progress and until adjacent pipe joints have been properly sealed and the shaft is properly backfilled. Provide ground water control in accordance - with Section 02140. C5X61900 02161 - 10 TEMPORARY • RO - 12/22/2004 EXCAVATION SUPPORT ' ' CITY OF JEFFERSON,MO •�� 4. Surface Water Control: Divert surface water runoff from the shaft and p rotect the shafts from infiltration or flooding by surface water, including discharge from any dewatering operation. Extend liner plates or other shaft lining system at all ' locations a minimum of 2 feet above existing, adjacent ground elevation. E. Tolerances 1. immediately notify the Owner and Engineer and provide proposed remedial measures when the following hazard warning levels are exceeded: ' .• a. Vertical movement (heave/settlement): 0.5 inch. ids£ b. Lateral movement(walls): 1.0 inch. C. Vertical and horizontal movements of adjacent building and grounds surface monitoring points and utilities: 0.25 inch. ' d. Peak particle velocity of ground vibrations resulting from excavation �Y support system installation activities measured at the nearest adjacent above ' grade building monitoring point, ground surface monitoring point, or other :=y structure: 0.5 inch. e. Groundwater level changes greater than 2.0 feet. F. Backfill 1. Complete Backfill to the surface of natural ground or to the lines and grades shown on the Drawings. Immediately fill voids left or caused by removal of sheeting with backfill material and compact the material. 2. Use backfill material in accordance with the requirements of Section 02221, except where other materials are shown on the Drawings or otherwise specified. r � 3. Perform backfilling in accordance with Section 02221 when structures will be constructed within the excavation, unless otherwise specified or shown on the `rl Drawings. 4. Remove the earth support system within 6 feet of the ground surface unless qrb, otherwise indicated on the Drawings, in conjunction with permanent backfill ' J within that depth interval. Maintain sufficient ground support to meet excavation safety requirements while removing the shaft structure. a;kl' 5. Maintain dewatering operation until backfill has been placed above the ambient ' groundwater level. G. Compacting Backfill 05X61900 02161 - 11 TEMPORARY ' RO - 12/22/2004 EXCAVATION SUPPORT r CITY OF JEFFERSON,MO , 1. Compact backfill material in accordance with Section 02221when structure will be constructed within the Access Shaft unless otherwise specified or shown on the Drawings. 2. Compact backfill material in accordance with Section 02221, except where other , materials are shown on the Drawings and otherwise specified. e 3.1 FIELD QUALITY CONTROL ' A. Site Tests 1. Install and read eotechnical instrumentation in accordance with approved shop i ' g PP P drawings and Section 02400. Cooperate fully with the Owner in providing access to instrument locations. 2. In the event measured wall movements approach or exceed the specified levels, {' take immediate steps to arrest further movement by revising procedures, , providing supplementary bracing or other measures as required, at no additional cost to the Owner. 3. Settlement Markers and Offset Lines: a. Establish a system of earth support system settlement markers (reference points on structures) and offset lines for each excavation in addition to those r , required under Section 02400 on the adjacent existing structures or utilities before excavation starts. Monitor settlement markers at same frequency as ground monitotng points under Section 02400. ' b. Establish offset lines on the inside face of the excavation. Establish additional offset lines near the subgrade level when excavation permits. , B. Inspection 1. Meet monitoring requirements for geotechnical and ground movement in ' accordance with Section 02400. 2. Monitor the ground water conditions and piezometric levels around the shaft and , in the strata below the excavation bottom, as applicable, in accordance with the approved groundwater control plan. 3.1 CLEANING ' A. Remove earth support system except where indicated on the approved shop drawings to remain in place. Do not withdraw steel or wood sheet piling or soldier piles if the tip of Y ' the sheeting or pile is driven below a reference line drawn to the slope of one horizontal C5X61900 02161 - 12 TEMPORARY .. RO - 12/22/2004 EXCAVATION SUPPORT I ' «1 CITY OF JEFFERSON,MO ' • to one vertical from the outside bottom edge of any foundation or from the springline of any pipe. 1 B. Remove the earth support system without endangering the construction, under this or other contracts,other structures,utilities,or property. C. Immediate) backfill all voids left or caused b withdrawal of earth support systems 1 Y Y with screened gravel or select borrow by tamping with tools specifically adapted for that purpose. 1 D. Remove bracing for earth support. E. Cut-off the earth support system left in place to the elevations indicated on the 1 drawings. F. Conduct survey of the locations and final cut-off elevations of the top of all earth support systems left in place. G. Disposal of Excess Material ' 1. Remove excavated material from the job site in accordance with Section 02221. 2. Handle and dispose ground water from dewatering or shaft excavation in ' accordance with Section 02140. • 3.1 PROTECTION ' A. Notify the Owner and Engineer immediately if any geotechnical instrumentation is damaged. Repair or replace at the sole option.of the Owner and at no additional cost to the Owner. B. Repairs of wood surfaces: Apply brush coat of wood preservative to surfaces exposed by sawing, cutting or drilling. C y� C. Maintain steel members for bracing and replacement tagging on hand throughout lagging and bracing work and other earth support operations to protect the work and for ' G use in case of accident or emergency. ;.jD. Seal leaks uncovered in the walls as excavation progress. E. Maintain and remove supports at the limits of construction as indicated. ' ' "J END OF SECTION 02161 �l • C5X61900 02161 - 13 TEMPORARY ' RO - 12/22/2004 EXCAVATION SUPPORT 1 1 CITY OF JEFFERSON,MO • SECTION 02221 -UTILITY TRENCH EXCAVATION AND BACKFILL t PART I -GENERAL. , 0 1.1 RELATED DOCUMENTS , A. Drawings and general provisions of Contract, including General and Supplementary Conditions, and Division 1 Specification sections, apply to this section. , 1.2 SUMMARY ' A. Extent of trench excavation and backfill work shall be as required to perform the construction as shown on the Drawings and specified herein. Trench excavation and i. backfill work shall also include boring pits and vertical shafts excavated in conjunction with utility construction. 1. Trench excavation. 1 �� 2. Foundation stabilization. 3. Pipe bedding and trench backfill. 4. Manholes ' B. Definition: "Excavation" consists of removal of material encountered to subgrade elevations indicated and subsequent disposal or storage of materials removed. ' C. Related Sections: The following sections contain requirements that relate to this section. 1. Division 2, "Excavation Support Systems" for sheeting and bracing, shoring, and trench boxes used during excavation 2. Division 2, "Dewatering"for removal of water during excavation and backfill ' 1.3 QUALITY ASSURANCE ' A. Codes and Standards: Perform trench excavation work in compliance with applicable Jrequirements of governing authorities having jurisdiction. ' B. Testing and hispection Service: The Contractor will retain and pay for a qualified independent testing agency to perform sampling and testing of soil and backfill materials proposed for use in work, to provide field testing facilities for quality control ' during backfilling of excavations, to provide for all testing necessary to control the specified quality of backfill materials obtained from material suppliers. C5X61900 02221-1 UTILITY TRENCH EXCAVATION AND RO 12/22/2004 BACKFILL CITY OF JEFFERSON, MO 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 manufacturer of that admixture must t provide written certification of compatibility with each other admixture proposed for use in the same mix. For each admixture, provide written confirmation of chloride ion content from each admixture manufacturer prior to submittal of Controlled Low Strength Material (CLSM)Mix Reports. B. Mill Analysis: Submit mill analysis of fly ash and cement. -.1 71111 ' PART 2 - PRODUCTS 1 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 6 inches above the top of the pipe crown and shall conform to ASTM D-2321 for Class LB materials,with a maximum particle size of/4-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 `L 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) ' 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 Passin>x.by Weight ' 1 inch 100 1/2 inch 35-60 3/4 inch 90-100 ' No. 100 0-10 2. • C5X61900 02221-2 UTILITY TRENCH EXCAVATION AND RO— 12/22/2004 BACKFILL CITY OF JEFFERSON,MO • B. The backfill from the pipe invert on u may be earth backfill as described in paragraph ' P P P Y 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 TRENCII BACKFILL ' A. Earth Backfill: Satisfactory soil materials are ASTM D 2487 soil classification groups GW, GM, SM, SW, GC,ML, MC, and CL. free of rock or gravel larger than 2 inches in , any dimension, debris, waste, frozen materials, vegetation and other deleterious matter. Unsatisfactory soil materials are ASTM D 2487 soil classification groups GP, SP, OL., ''} OH, CH, and PT. , , 4 B. Granular Backfill: Conform to ASTM D-2321 for Class'1B materials. r C. Controlled Low Strength Material: As an alternate to earth or granular backfill; ' trenches, boring pits, and vertical shafts (for boring) may be filled with controlled low strength material (CLSM). CLSM shall consist of Type I Portland Cement, Class "C" "!. Fly Ash, Clean River Sand, and potable Water. Portland Cement shall conform to ' {f ASTM Specification C 150; Sand shall conform to fine aggregate as specified in ASTM • C 33 and Fly Ash shall conform to ASTM C 618, Class C. Additives may be used with Engineer's approval. ' :J 2.4 COMPACTION EQUIPMENT , A. Approved power equipment capable of obtaining the specified compaction, and .71 operated in strict accordance with the manufacturer's instructions and recommendations. ' Equipment shall be maintained in such condition that it will deliver the manufacturer's rated compactioe effort. B. Jetting of backfill material shall be forbidden. , 2.5 ACCESSORIES ' A. Warning Tape: Acid- and alkali-resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, 6 inches wide and 4 mils thick, , continuously inscribed with a description of the utility. B. Detectable Warning 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 • C5X61900 02221-3 UTILITY TRENCH EXCAVATION AND i RO— 12/22/2004 BACKFILL I CITY OF JEFFERSON,MO ' metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 2'-6" deep. ' 1. Tape Colors: Provide tape colors to utilities as follows: a. Green: Sewer systems. 2.6 TERIA APPROVAL MA L AP r ' A. Samples of all materials proposed for use in the work shall be submitted to the Engineer for approval prior to placing orders. Samples shall be representative and shall be clearly marked to indicate the source of the material and its intended use on the project. ' B. Required CLSM Mix Type and Qualities: Use the following mix types at the locations 1. �v approved by the Engineer and where indicated in other Specification Sections by reference: 1. Mix CDF - Controlled Density Fill: 28-day unconfined compression strength of f c=80 to 120 psi; water to cement ratio= 1.0 minimum to 1.15 maximum; aggregate conforming to ASTM designation C3-90; allowable shrinkage less than g 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. 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. C5X61900 02221-4 UTILITY TRENCH EXCAVATION AND ' RO-- 12/22/2004 BACMLL .i CITY OF JEFFERSON,MO • 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 an reason the width of the lower portion of the trench, as excavated at an Y � p Y 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 taying 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. i H. Excavate for structures to indicated or existing elevations and dimensions within a , , tolerance of plus or minus 0.10 foot. Extend excavations a sufficient distance from ' structures to allow placing and removing concrete formwork, installing services and other construction and for inspections. , LJ 3.2 SPECIAL TRENCH EXCAVATION AND BACKFILL RESTRICTIONS ' �J+ A. The Contractor shall maintain vehicular access along the existing roads at all times. Where construction activities under this Contract cross the existing roads, the work shall be scheduled to minimize interference with vehicular traffic. The Contractor shall ' provide temporary vehicular access roads, where required, around construction work. Temporary graveled vehicular access roads shall have a minimum width of 12 feet and shall be maintained by the Contractor during use and removed, as directed by the ' Engineer, after vehicular access has been re-established along existing roads. 3.3 OBSTRUCTIONS A. Remove all obstructions encountered within the trench area or adjacent thereto. The Engineer may, if requested by the Contractor, approve minor changes in trench , aligmnent to avoid major obstructions, provided such alignment changes can be made • C5X61900 02221-5 UTILITY TRENCH EXCAVATION AND { RO— 12/22/2004 BACKFILL ' CITY OF JEFFERSON,MO 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 3.4 GRADE A. Excavate the trench to the lines and grades shown or as established by the Engineer .with proper allowance for pipe thickness and for pipe bedding. If the trench is ' excavated below the required grade, correct any part of the trench excavated below the grade, at no additional cost to the Owner with granular material of the type specified for pipe bedding. Place the granular material over the full width of trench in compacted 1 layers not exceeding 6 inches deep to the established grade with allowance for the pipe bedding. b ' 3.5 SHORING, SHEETING, AND BRACING (EXCAVATION SUPPORT) OF TRENCIIES t ' A. Bracing and Shoring: It shall be the responsibility of the Contractor to maintain all work in compliance with current Occupational Safety and Health(OSHA) standards. In addition, trenches including embankments, shall be shored or otherwise supported when the trench is more than five (5) feet in depth and examination of the ground by a competent person provides no indication of potential cave-in. In lieu of shoring the trench sides above the 5-foot level may be sloped to preclude collapse, but shall not be steeper than a 1-foot rise to each foot horizontal. B. Wherever a trench box is used in place of sheeting or shoring, care shall be taken to prevent the pipe from moving when the trench box is moved. The pipe shall be secured to prevent longitudinal movement. ' C. Additional requirements for excavation support systems are outlined in Section 02160, ' Excavation Support Systems. ' 3.6 STORAGE OF EXCAVATED MATERIAL A. During trench excavation, place excavated material only within"the approved working ' area. Do not obstruct any roadways or streets. Conform to all Federal, State, and local codes governing the safe loading of trenches with excavated materials. 3.7 REMOVAL OF WATER A. At all times, provide and maintain ample means and devices to promptly remove and dispose of all water entering the trench excavation during the time the trench is being C5X61900 02221-6 UTILITY TRENCH EXCAVATION AND RO— 12/22/2004 BACKFILL --� CITY OF JEFFERSON,MO prepared for the pipe laying, during the laying of the pipe, and until at least the backfill of the pipe zone has been completed. These provisions shall apply during the noon hour as well as overnight. Do not, under any circumstances, permit the dewatering process to interfere with or allow water to enter the construction area of any other Contractor. Provide the necessary means and devices, as approved, to positively prevent such occurrences. B. Dispose of the water in a manner to prevent damage to adjacent property and prevent interference with adjacent Contract areas. Drainage of trench water through the 0 pipeline under construction is prohibited. C. Additional dewatering requirements are outlined in Section 02140, Dewatering. ' 1_J 3.8 FOUNDATION STABILIZATION , A. When, in the opinion of the Engineer,the existing material in the bottom of the trench is unsuitable for supporting the pipe, excavate below the subgrade of the pipe, as directed by the Engineer. Backfill the trench to subgrade of pipe bedding with material as ' specified for the pipe bedding and as directed by the Engineer. Place the material over the full width of the trench and compact in layers not exceeding 6 inches in thickness to meet the required grade. B. The cost of any over-excavation and the required granular backfill ordered by the Engineer shall be paid at the contract unit price established in the Bid Form. The quantity of over-excavation and granular backfill will be based on the trench width 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. 2. After each pipe has been graded, aligned, and placed in final position on the bedding material and shoved home, sufficient pipe bedding materials shall be ' deposited and compacted under and around each side of the pipe and back of the bell or end thereof to hold the pipe in proper position and alignment during _) subsequent pipe joining and backfilling operations. J 3. In PVC pipe trenches, the bedding material shall be placed under and around the pipe in uniform layers not exceeding 6 inches in uncompacted thickness and Jcompacted to 85 percent of maximum dry density as determined by ASTM D 698. Bedding material shall be placed in accordance with the Drawings. ' • C5X61900 02221-7 UTILITY TRENCH EXCAVATION AND RO— 12/22/2004 BACKFILL ' CITY OF JEFFERSON,MO _ 1. ' 4. In DIP pipe trenches, the bedding material and initial backfill material shall be placed under and around the pipe in uniform layers not exceeding 6 inches in uncompacted 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 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 the Engineer will be required. ' This additional excavation shall be backfilled with crushed stone material approved by the Engineer. ' 7. Material placed within 12 inches of the outer surface of the pipe shall be completed by hand tamping only. B. Bell Holes: Excavate bell holes at each joint to permit proper assembly and inspection ' of the entire joint. No part of any bell or coupling shall be in contact with the trench bottom,trench walls, or granular embedment when the pipe is joined. Li ' C. Push the backfill material carefully onto the granular material and do not permit free fall • of the material until at least 2 feet of cover are provided over the tope of the pipe. Under no circumstances allow sharp, heavy pieces of material to drop directly onto the pipe or ' the tamped material around the pipe. �: D. Final Earth Backfill: ' 1. Earth backfill will, generally, be limited to use in present and future unsurfaced areas where subsequent settlement will not cause a problem. 2. Compacted earth backfill will be required for the full depth of the trench to 12 - ' inches above the top of the pipe crown. Place backfill and fill materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material - ' compacted by hand-operated tampers. 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 m- ' soil. _. 4. Backfill material shall be placed and compacted only when its moisture content is within 2.0 percent of optimum moisture content. ' 5. Under structures, compact the top 12 inches below subgrade and each layer of �- backfill or fill material at 95 percent maximum dry density. ' • C5X61900 02221-8 UTILITY TRENCH EXCAVATION AND RO--- 12/22/2004 BACKFILL CITY OF JEFFERSON, MO • 6. No backfill shall be placed over or around any structure until the concrete mortar L therein has attained a minimum strength 2000 psi and can sufficiently support the ' loads imposed by the backfill without damage. 7. The Contractor shall use utmost care to avoid any wedging action between the side of the excavation and the structure that would cause any movement of the structure. Any damage caused by premature backfill or by the use of equipment ' on or near a structure will be the responsibility of the Contractor. 8. Backfill shall be placed and compacted on all sides of the structure simultaneously, and operations shall be so conducted that the backfill is always at , 1 approximately the same elevation on all sides of the structure. �` 9. No excavated rock larger than two (2) inches maximum dimension shall be placed within one(1) foot of the exterior surface of any structure. ' 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 backfill will be required in all trenches excavated under or within five -� (5) feet of pavements, driveways, sidewalks, structures, or as directed by the ' Engineer. • 3. Place material in lifts not to exceed 8-inch loose thickness and compact each lift to 95 percent of maximum dry density at optimum moisture content as determined ' by ASTM D 698. Compact the top six inches of backfill in street right-of-way to 95 percent maximum dry density according to ASTM D 698. Compact the top six inches of backfill under walkways to 95 percent maximum dry density according ' 1 to ASTM M 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. I 1-y° G. Jetting of Trench Backfill: Jetting of trench backfill will not be considered an acceptable compaction procedure and will not be permitted. H. Controlled Low Strength Material (CLSM): t :1 1. CLSM shall be placed as discharge from the transit mix truck around the sewer pipe and to the required elevation in a continuous placement with proper ' precautions taken to prevent flotation. No vibration or compaction is required. 2. The ends of backfill placements shall be bulk headed with earth stanks or other means suitable to keep backfill material in its intended place. C5X61900 02221-9 UTILITY TRENCH EXCAVATION AND RO— 12/22/2004 BACKFILL 1 ' CITY OF JEFFERSON MO ' 3. CLSM. may be placed to the subgrade elevation of the pavement and the pavement replaced within 24 hours of placing the CLSM. 1 I. Cold Weather Placing of CLSM:Protect CLSM work from physical damage or reduced strength, which could be caused by frost, freezing actions,or low temperatures. ' 1. When air temperature has fallen to or is expected to fall below 40 degrees k (4 degrees C), uniformly heat eater and aggregates as necessary before mixing to obtain a CLSM mixture temperature conforming to Table 1.4.1 of ACI306 t 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. i 2. Do not use frozen materials or materials containing ice or snow. Do not place ' CLSM on frozen subgrade or on subgrade containing frozen materials ;- rl; 3.10 FIELD QUALITY CONTROL x A. Quality Control Testing During Construction: Contractor shall retain a testing service ' to inspect pipe subgrade, bedding, and pipe backfill and obtain approval of Engineer before further construction work is performed. Allow field density .tests to be performed in accordance with ASTM D1556 (sand cone method), ASTM D2167 ' (rubber balloon method), or ASTM D2922 and D3017(nuclear method)as applicable. • 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 directed, but in no case less than two tests per 500 lineal feet of trench backfill under structures, ' pavements, or sidewalks, unless otherwise approved by the Engineer. When backfilling .r n; in present and future unsurfaced areas, a minimum of two field density tests are required per 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 accepted. Such maintenance shall include, but not be limited ' to, the addition of appropriate backfill material above the pipe zone to keep the • ' C5X61900 02221-10 UTILITY TRENCH EXCAVATION AND RO— 12/22/2004 BACKFILL ,1 CITY OF JEFFERSON,MO • backfilled trench surface smooth free from ruts and otholes' and suitable for traffic flow. ' ap a3.12 SETTLEMENT A. Any settlement in trench backfill, which occurs during the warranty period and is ' attributable to construction procedures, such as improper removal of shoring or insufficient compaction, shall be corrected by the Contractor at his own expense. Any ' piping or facilities damaged by such settlement shall be restored to their original condition at the Contractor's expense. 3.13 EXCESS MATERIAL DISPOSAL i A. Excess materials such as vegetation, rubble, broken concrete, debris, asphaltic concrete ' pavement, excess soil, spoil and slurry from boring operations, and other materials not designated for salvage, shall become the property of Contractor and shall be removed from the job site and legally disposed of The Contractor must comply with all relevant ' regulations, right-of-way, work space and permit agreements. The Contractor is responsible for acquiring any required disposal permits. B. The Contractor is responsible for transporting all excess materials to the disposal site ' and paying any disposal costs. Excess material will be transported in a manner that • prevents accidental spillage onto roadways. ' C. Excess spoil and slurry will not be discharged into sanitary or storm drain systems, ditches, or waterways. , JD. Excess materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. No stockpiling of excess materials on-site , shall be permitted. E. The Contractor shall meet all applicable environmental regulations for handling, ' storing,transporting, and disposing of excess materials. END OF SECTION 02221 C5X61900 0222 1-11 UTILITY TRENCH EXCAVATION AND RO— 12/22/2004 BACKFILL 1 ' DIVISION 2—SITEWORK • Section 02316— Excavating ' PART GENERAL ' 1.01 SECTION INCLUDES A. Excavation and stockpiling of existing earth materials and dewatering of excavations ' as required under the project. 1.02 RELATED SECTIONS ' A. Section 02317- Backfilling and Compacting B. Division 15 - Mechanical ' 1.03 REFERENCE TO STANDARDS A. American Safety for Testing and Materials(ASTM). ' B. Missouri Highways and Transportation Commission (MoDOT): Missouri Standard Specifications for Highway Construction adopted 2004 and applicable sections of the General Provisions and Supplemental Specifications to 2004 adopted November 1, 2006. ' C. Occupational Safety and Health Administration (OSHA): Current OSHA • Occupational Safety and Health Standards - Excavations, 29 CFR Part 1926, including any successor regulations. ' 1.04 REGULATORY REQUIREMENTS A. Codes and Standards 1. Perform excavation work in compliance with applicable requirements of governing authorities having jurisdiction. t2. Prior to the commencement of construction,the Contractor shall be aware of, and become familiar with applicable local, state and federal safety ' regulations, including the current OSHA Occupational Safety and Health Standards - Excavations, 29 CFR Part 1926,.including any successor regulations. ' 3. Additionally,the Contractor shall be aware that slope height,slope inclination and excavation depths(including utility trench excavations)should in no case exceed those specified in local, state or federal safety regulations. • 07446-01/Jefferson City September, 2007 02316-1 Excavating 1.05 COORDINATION ' A. Do not interrupt existing utilities serving facilities occupied and used by Owner or • others except when permitted in writing by the Engineer and then only after ' acceptable temporary utility services have been provided. Provide minimum of 48- hour notice prior to enacting an approved temporary interruption. , 1.06 SUBMITTALS A. Submit under the provisions of Division 1, Section 01300—Submittals. All materials ' shall be submitted for approval. Samples shall be submitted when requested by the Engineer. B. The Contractor shall submit a list of equipment intended to be utilized on this project t to the Engineer. PART 2 PRODUCTS — Not Used. PART 3 EXECUTION ' 3.01 EXAMINATION ' A. Site Information 1. Data on indicated subsurface conditions are not intended as representations ' or warranties of accuracy or continuity between soil borings. It is expressly • understood that Owner, and Engineer will not be responsible for ' interpretations or conclusions drawn therefrom by Contractor. Data are made available for convenience of Contractor. 2. Contractor shall be responsible for determining the actual ground water ' elevation and soil conditions at the specific site prior to commencing with the excavation. It is the Contractor's responsibility to make auger holes,excavate test pits or make additional soil borings as he deems appropriate to ' determine the ground water and soil conditions that will be encountered. Additional test borings and other exploratory operations made by the Contractor shall be at no cost to the Owner. ' 3.02 PREPARATION A. Before starting excavation, establish location and extent of underground utilities ' occurring in work area. Contact Missouri One-Call System (800)344-7483 and all other utility companies on the project site which are not members of this system. If the Contractor ruptures or causes damage to such objects while digging or during , any construction, it is the responsibility of the party performing the construction work to pay the utility company for repairs and such costs shall not be bome by the Owner or the Engineer. ' • 07446-01/Jefferson City ' September, 2007 02316-2 Excavating ' B. Maintain, reroute or extend existing utility lines to remain which pass through work • area. ' 3.03 EXCAVATION A. General 1. Excavation consists of trenching for gravity sewers, force main, lift station wet well and valve vault,and apparatus by removal of material encountered ' when establishing required grade and subgrade elevations. 2. The Contractor is solely responsible for designing and constructing stable ' excavations and should shore, slope, or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom. All excavations shall comply with applicable local, state and federal safety regulations including the current OSHA Occupational Safety and Health ' Standards - Excavations, 29 CFR Part 1926, including any successor regulations. 3. All sheeting, shoring and bracing of trenches, pits and excavations shall be the sole responsibility of the Contractor. ' 4. Construction site safety is the sole responsibility of the Contractor,including but not limited to, the means, methods, and sequencing of construction operations. 5. Earth excavation consists of removal and disposal of pavements and other • obstructions visible on ground surface, underground structures and utilities indicated to be demolished and removed, material of any classification ' indicated in data on sub-surface conditions,and other materials encountered that are not classified as unauthorized excavation. ' B. Unauthorized Excavation 1. Unauthorized excavation consists of removal of materials beyond indicated ' subgrade elevations or dimensions without specific direction of the Engineer. Unauthorized excavation,as well as remedial work directed by the Engineer, shall be at Contractor's expense. tC. Dewatering -- 1. Prevent surface water and subsurface or ground water from flowing into the ' trench and from flooding project site and surrounding area. 2. Do not allow water to accumulate in excavations. Remove water to prevent ' softening of foundation bottoms, undercutting footings, and soil changes detrimental to stability of subgrades and foundations. Provide and maintain pumps, well points, sumps, suction and discharge lines, and. other ' dewatering system components necessary to convey water away from excavations. • ' 07446-01/Jefferson City September, 2007 02316-3 Excavating ,I ' 3. Protect existing drainage ditches,establish and maintain temporary drainage , ditches and other diversions outside excavation limits to convey rain water • and water removed from excavations to collecting or run-off areas. Do not ' use trench excavations as temporary drainage ditches. 4. Dewatering for supported excavations shall be accomplished in accordance ' with Articles 3.03.C.1 through 3.03.C.3 (above) and Section 02140 — Dewatering. D. Excavation Near Utilities ' 1. Protect, support, shore, brace, etc. all utility services uncovered by excavation. ' 2. Accurately locate and record abandoned and active utility lines rerouted or extended, on Project Record Documents. ' 3. Repair damaged utilities to the satisfaction of the Utility Owner. E. Disposal of Excess and Waste Materials ' 1. Removal from Owner's Property a. Remove waste materials,trash and debris and legally dispose of it off , Owner's property at no expense to Owner. 2. Excess Material ' • a. Excess excavated material shall be removed from the site and ' properly disposed of. 3.04 FIELD QUALITY CONTROL A. The Contractor shall allow bearing surfaces at the bottom of excavations to be ' inspected by the Engineer prior to placement of any backfill materials. 3.05 PROTECTION A. Stability of Excavation ' 1. Slope sides of excavations to comply with local codes and ordinances having jurisdiction. Shore and brace where sloping is not possible either because of , space restrictions or stability of material excavated. Maintain sides and slopes of excavations in a safe condition until completion of backfilling. 2. Comply with current OSHA Occupational Safety and Health Standards - Excavations, 29 CFR Part 1926, including any successor regulations. , 3. Where indicated on the drawings, sloped and vertical sides of excavations ' shall be stabilized with an erosion control system as specified in Section 02370—Soil Surface Erosion Control. • 07446-01/Jefferson City ' September, 2007 02316-4 Excavating r ' B. Protection of Persons and Property • 1. Barricade open excavations occurring as part of this work and post with ' warning lights. Operate warning lights during hours from dusk to dawn each day and as otherwise required by authorities having jurisdiction. ' 2. Protect structures, landscaping, utilities, sidewalks, pavements or other facilities from damage caused by settlement,lateral movement,undermining, washout and other hazards created by earthwork operations. ' 3. Comply with current OSHA Occupational Safety and Health Standards - Excavations, 29 CFR Part 1926, including any successor regulations. 4. Protect existing pavements of Algoa Road and North Shamrock Road. At no time shall any track-hoe or any track-equipped machine be driven on ' pavements of said roadways. ' END OF SECTION 02316 • 07446-01/Jefferson City September, 2007 02316-5 Excavating DIVISION 2—SITEWORK . Section 02317—Backfilling and Compacting ' PART1 GENERAL 1.01 SECTION INCLUDES A. Backfilling and compacting ' B. Site rough and finish grading 1.02 RELATED SECTIONS A. Section 02316 —Excavating B. Division 15 — Mechanical ' 1.03 REFERENCE TO STANDARDS 1 A. ASTM D698-Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ft-Ibf/ft3). B. ASTM D 4253 Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table. C. ASTM D 4254 Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density. D. Missouri Highway and Transportation Commission (MoDOT): Missouri Standard ' Specifications for Highway Construction adopted 2004 and applicable sections of the General Provisions and Supplemental Specifications to 2004 adopted November 1, 2006. 1.04 REGULATORY REQUIREMENTS A. Codes and Standards ' 1. Perform excavation work in compliance with applicable requirements of governing authorities having jurisdiction. t2. Prior to the commencement of construction,the Contractor shall be aware of, and become familiar with applicable- local, state and federal -safety ' regulations, including the current OSHA Occupational Safety and Health Standards - Excavations, 29 CFR Part 1926, including any successor regulations. ' 3. Additionally,the Contractor shall be aware that slope height,slope inclination and excavation depths(including utility trench excavations)should in no case exceed those specified in local, state or federal safety regulations. ' 07446-01/Jefferson City September, 2007 02317-1 Backfilling and Compacting 1.05 COORDINATION , A. Do not interrupt existing utilities serving facilities occupied and used by Owner or others except when permitted in writing by the Engineer and then only after ' acceptable temporary utility services have been provided. Provide minimum of 48 hour notice prior to enacting an approved temporary interruption. 1.06 SUBMITTALS 'll A. Submit under the provisions of Division 1, Section 01300—Submittals. ' B. Manufacturer's Certificate and Product Data: Certify that products meet or exceed specified requirements. PART 2 PRODUCTS 2.01 DEFINITIONS ' A. Suitable Soil: Suitable soil is a soil having less than 6%organic matter by weight as determined by Loss on Ignition Test (determine weight loss caused by heating , sample to 500°C for six hours after drying in accordance with ASTM D-2216, "Laboratory Determination of Moisture Content of Soil"). B. Unsuitable Soil: Unsuitable soil is a soil that contains 6%or more organic matter as , determined by the Loss on Ignition. Test previously specified, rubbish, vegetable matter of any kind, roots and boulders larger than five inches in dimension which ' might interfere with the proper bonding to adjacent contact surfaces,or as otherwise determined unsuitable by Engineer. 2.02 BACKFILL MATERIALS A. Base Materials 1. Under steps and concrete landings, base material shall be MoDOT Type 5 ' Aggregate for Base with a Plasticity Index(PI)range of 0 to 4, minimum of 6 inches in depth unless otherwise shown. All materials to be compacted to , 100% Standard Proctor Density in accordance with ASTM D-698. B. Backfill Materials ' 1. Granular Backfill: When called for on the plans or by these specifications, granular backfill shall be MoDOT Type 5 Aggregate for Base with a Plasticity Index(PI) range of 0 to 4. , 2. Cohesive Backfill: Provide excavated soil materials free of clay lumps, rock or gravel larger than 2 inches in dimension, debris,waste, frozen materials, vegetable and other deleterious matter. 3. Quarry Run Rock Fill Material (shot rock): Provide well-graded limestone ' with a maximum top size of 18 inches. Larger boulders should be reduce in size by chipping or should be removed from the fill prior to compaction. Shot • 07446-01/Jefferson City September, 2007 02317-2 Backfilling and Compacting ' rock shall consist of at least 25% by volume larger than 8 inches. • C. Geotextile Fabric ' 1. Woven geotextile composed of polypropylene yams woven into a stable network. Filter fabric shall be inert to biological degradation and to naturally ' encountered chemicals, alkalines and acids. 2. Filter fabric shall be Mirafi 60OX or an equal material conforming to the ' properties listed below: MINIMUM ' AVERAGE PROPERTY TEST METHOD UNIT VALUE ' Weight ASTM D-5261 oz/yd2 6.0 Thickness ASTM D-5199 mils 25 ' Grab Tensile Strength ASTM D-4632 lbs. 315 Grab Tensile ASTM D-4632 % 15 Elongation Mullen Burst Strength ASTM D-3786 psi 600 ' Puncture Strength ASTM D-4833 lbs. 145 • Trapezoid Tear ASTM D-4533 lbs. 120 Strength Apparent Opening Size ASTM D-4751 U.S. Std. 40 Sieve Permittivity ASTM D-4491 Sec' 0.05 Flow Rate ASTM D-4491 gpm/ft2 4.0 3. Geotextile fabric shall be shipped in roll sizes to minimize the number of laps required during installation. PART 3 EXECUTION ' 3.01 PREPARATION A. Provide all items and perform all preparation and work for drainage ditch, embankment, access roads and culverts in accord all applicable sections of MoDOT Standard Specifications. B. Backfilling and compaction shall not occur until the following conditions are satisfied: ' 1. Acceptance by the Engineer of construction below finish grade. • ' 07446-01/Jefferson City September, 2007 02317-3 Backfilling and Compacting 1 2. Inspection,testing,approval and recording locations of underground utilities. ! 3. Removal of trash and debris, vegetation, snow or ice, water, unsatisfactory • soil materials, obstructions and deleterious materials. ! 4. Removal of shoring and bracing and backfilling of voids with satisfactory , material. 3.02 BACKFILLING AND COMPACTING A. General , 1. Definition a. Backfilling shall consist of placing and compacting the necessary fill , materials within the space excavated for the structures or for embankments to the grade limits shown on the drawings or as ' directed by the Engineer. 2. Place acceptable material in layers to required subgrade elevations,for each area classification listed below. ' a. In lawn or unpaved areas, use suitable soil excavated from on site or off site borrow areas. ' b. Under buildings, access drives and parking areas, use suitable soil excavated from on site or off site borrow areas or use granular backfill or base material as indicated. ' C. Under walks and steps, use granular backfill material. • d. Where indicated on the plans use geotextile fabric and a layer of quarry run limestone (shot rock) to bridge over soft soils to form a solid base for embankment fills. ' B. Placement and Compaction 1. Place backfill, base and fill materials in layers not more than 9 inches in ! loose depth for material compacted by heavy compaction equipment and not more than 6 inches in loose depth for material compacted by hand operated ' tampers. Heavy equipment including compaction equipment shall not operate within 2 feet of structure walls. Compaction in these areas shall be obtained with hand operated compaction equipment or devices. , 2. Before compaction, moisten or aerate each layer as necessary to provide the moisture content range specified. Compact each layer to required percentage of maximum dry density or relative dry density for each area ! classification. Do not place backfill or fill material on surfaces that are muddy, frozen or contain frost or ice. 3. Place backfill and fill materials evenly adjacent to structure to required ! elevations. Take necessary precautions to prevent wedging action of backfill against structures by carrying the material uniformly around structure to , approximately same elevation in each lift. 4. Quarry run limestone (shot rock) should be spread by a tracked machine • 07446-01/Jefferson City' September, 2007 02317-4 Backfilling and Compacting , 1 similar to a Caterpillar D7 dozer in uniform, horizontal lifts. Maximum loose • lift thickness for subgrade stabilization should be about 24 inches. Each lift should be compacted during placement by multiple passes of a vibratory roller with a minimum centrifugal force of 40,000 pounds. Care should be taken during placement to avoid nesting of the larger particles and to maximize infilling of voids between the larger particles. ' C. Percentage of Maximum Density Requirements ' 1. Unless otherwise noted on the plan sheets, the Contractor shall compact each layer of soil to not less than the following percentages of maximum density for soils which exhibit a well-defined moisture density.relationship ' (cohesive soils) determined in accordance with ASTM D698, Standard Proctor Compaction Test; and not less than the following percentages of relative density, determined in accordance with ASTM D 4253 and ASTM D t 4254, for soils which will not exhibit a well-defined moisture-density relationship (cohesionless soils). A. Under buildings,access drives and parking areas: Compact top 6"of subgrade and each layer of backfill material to a minimum of 95% of maximum dry density for cohesive soil materials at a moisture content ranging from 2 percent below optimum moisture to 4 percent above optimum moisture. B. Under lawn areas or other areas outside of those specified in A. ' above: Compact top 6"of subgrade and each layer of backfill or fill • material to a minimum of 70% relative density for cohesionless soils and 92% maximum dry density for cohesive soil materials at a ' moisture content ranging from 2 percent below optimum moisture to 4 percent above optimum moisture. D. Moisture Control 1. Where subgrade or layer of soil material must be moisture conditioned before compaction, uniformly apply water to top surface of subgrade or layer of soil material, to prevent free water appearing on surface during or subsequent to compaction operations. 2. For subgrade soil materials that are too wet to permit compaction to the ' specified density and optimum moisture content, scarify and air-dry or remove and replace with suitable materials meeting the satisfaction of the Engineer. 3.03 FIELD QUALITY CONTROL A. Quality Control Testing During Construction 1. Contractor shall retain a testing service to inspect the backfill and fill ' placement and obtain approval of the Engineer before further work is performed. Allow field density tests to be performed in accordance with ASTM D1556(sand cone method),ASTM D2167(rubber ballon method),or 07446-01/Jefferson City September, 2007 02317-5 Backfilling and Compacting ASTM D2922 and D3017(nuclear method)as applicable. Have at least two field density tests taken at locations and elevations as directed, but in no • case less than two tests per 100 cubic yards of backfill around structures and , no less than two tests per 500 cubic yards of embankment fill placed. 2. Allow the Engineer to inspect subgrades and fill layers before further ' construction work is performed. 3. If in opinion of the Engineer, based on field density testing and inspection, subgrade or fills which have been placed are below specified density, ' provide additional compaction and testing at no additional expense to the Owner. END OF SECTION 02317 • • 07446-01/Jefferson City ' September, 2007 02317-6 Backfilling and Compacting DIVISION 2 -SITE WORK • Section 02734—Horizontal Directional Drilling PART GENERAL ' 1.01 DESCRIPTION OF THE WORK A. Contractor shall provide: ' 1. The work of this Section includes all labor, machinery, construction equipment and appliances to perform in a workmanlike manner all horizontal directional drilling work as shown on the Drawings and ' specified herein. 1.02 RELATED WORK ' A. Section 15060—Pipe and Pipe Fittings. 1.03 REFERENCES A. ASTM F1962—Directional Drilling. 9 ' 1.04 SUBMITTALS A. Submit under provisions of Section 01300. ' B. Contractor shall submit to the Engineer for the Owner's and Engineer's review • the following items if requested: Technical specifications and manufacturer of drilling system, fluid handling system, guidance and control system. Detailed description of projects on which ' this equipment has been used including names and phone numbers of owners' representatives for these projects. ' A work plan showing details of the proposed method of construction, sequence of operations to be performed, number and size of construction crew, hours to be worked, pilot hole drilling procedure, reaming procedure, pull back procedure, drilling fluid handling procedure, method of monitoring the drilling head and ' method of verifying pipe location for as built drawing. C. Prior to initiating the work, Contractor-will conduct or submit the-following:. Attend and coordinate a project kick-off meeting with the Owner or his representative prior to initiation of the horizontal directional drilling work. • ' 07446-01/Jefferson City September, 2007 02734-1 Horizontal Directional Drilling 1 �1 1 JEFFERSON CITY,MO • SECTION 02400—MICROTUNNELING ' GENERAL ' 1.1 SUMMARY A. This Section includes installing carrier pipe by microtunneling methods methods. Microtunneling equipment shall be selected by the Contractor subject to the minimum , requirements specified in Part 2. B. Section Includes ' f 1. Installation of pipe by microtunneling methods along the vertical and horizontal alignments as shown on the drawings. i 2. Removal or penetration of obstructions. ' 1 1.2 REFERENCES A. ASCE 36-01: Standard Construction Guidelines for Microtunneling ' B. City of Jefferson,MO Standard Sanitary Sewer Specifications C. City of Jefferson,MO Technical Street Specifications 1.3 DEFINITIONS ' A. Microtunneling: For the purposes of this Section, microtunneling is defined as the trencliless installation of pipe by jacking the pipe behind a remotely controlled, laser ' guided, steerable, controlled face,microtuiuieling boring machine (MTBM)which fully supports the excavation face with fluid and/or earth pressure balance at all times. B. Jacking Pipe: The pipe or casing installed by the microtumieling process and which is ' capable of carrying the installation jacking loads in addition to normal pipe loads. • C5X61900 02400- 1 MICROTUNNELING • t RO— 12/22/2004 r JEFFERSON CITY,MO C. Slurry Pressure Balance System: A microtunneling system that uses a low pressure fluid to balance the ground and water pressure at the face of the tunnel and to transport the excavated spoil to the surface. xy ' D. Earth Pressure Balance system: A microtunncling system that incorporates a screw auger to facilitate the forming of a ground-controlling plug. Face and ground water pressure is balanced by the pressure of excavated material held back by the plug. Earth pressure balance systems may utilize ground-conditioning agents to assist in maintaining pressure balance and enhance controllability and operation of the system. 1 E. Intermediate Jacking Station: Is defined as a supplementary jacking system installed between two pipe sections. ' 1.4 SYSTEM DESCRIPTION A. Design Requirements 1 1. The depth of pipe ranges from 5'to 30'. The height of groundwater has a shallowest depth of approximately T below grade,however the average depth is approximately i 8'below grade. Borins were conducted to determine geotechnical conditions. This _ information is summerized in the "Subsurface Investigation for Moreau River Sewer Main& Lift Station, Jefferson City, Missouri" which is available for reference. ' B. Performance Requirements 1. Ground Surface Movement x; a. Perform Microtunnelmg operations in a manner that will minimize the movement of the ground in front of and surrounding the pipeline. Minimize settlement of the surface. Prevent damage to structures and utilities above and in the vicinity of the underground operations. b. Whenever there is an emergency or stoppage of work which may potentially ' endanger the tunnel excavation, other subsurface structures or utilities, surface facilities such as roads and utilities, or adjacent structures, operate a full work force for 24 hours a day, including weekends and holidays, ' without intermission until the emergency or potentially hazardous ` conditions no longer jeopardize the stability and safety of the Work. c. Settlement or heave of the ground surface along the microtunneling ' alignments and underground utilities crossing and adjacent to the microtunneling alignments shall not exceed 0.5 inches. 2. Air Quality: a. Conduct operations by methods and with equipment that will positively control dust, fumes, vapors, gases, or other atmospheric impurities in ' accordance with OSHA, Federal, State, and City requirements. C5X61900 02400-2 MICROTUNNELING ' RO— 12/22/2004 JEFFERSON CITY,MO b. Provide approved instrumentation for testing the quality of the air in manned , work areas and person-entry pipelines. Obtain samples under working t� conditions at prescribed intervals in accordance with the above referenced requirements. ' 3. Safety: a. All microtunneling and underground construction work shall be performed ' in accordance with the general safety order of the Division of Occupational Safety and Health. , b. The Contractor shall establish a procedure to identify and log all visitors €7 into and out of the underground works and shall take necessary steps to prevent unauthorized entry. ' c. Contractor shall establish safe procedures for entering the tunnel to undertake maintenance or for other purposes. 1.5 SUBMITTALS , A. The Contractor shall submit the following in accordance with Section 1300. ' B. Product Data 1. The Contractor's proposed lubrication design for reducing friction around the ' outside of the jacked pipe. 2. The Contractor's proposed bentonite mix for use in the slurry transport system and ' for providing pressure balance at the face of the MBTM. C. Calculations 1. Calculations, prepared and stamped by a Professional Engineer, which clearly jn states the hydraulic pressure that is required to develop the maximum allowable , pipe jacking effort and descriptions of controls to ensure that this hydraulic pressure will not be exceeded during pipe jacking operations. J2. Calculations, prepared and stamped by a Professional Engineer, demonstrating , that the pipe selected has been designed to support the maximum anticipated earth loads and superimposed live loads, both static and dynamic, which may be imposed on the pipe. The Contractor shall determine the additional stresses imposed on the pipe during jacking operations. °j 3. Calculations, detailing the proposed operating pressure at the MBTM face for the ' pressure balanced microtunneling operation. 4 j 4. Calculations, prepared and stamped by a Professional Engineer, demonstrating ' that the jacking shaft and backstop arrangement can safely accommodate the maximum calculated jacking load without excessive or detrimental movement. C5X61900 02400- 3 MICROTUNNELING RO— 12/22/2004 ' JEFFERSON CITY,MO - • F' D. Shop Drawings 1. Working drawings showing the layout of microtunneling and ancillary equipment at each jacking shaft location and the layout of equipment and the backstop within ' the jacking shaft. E. Quality Assurance/Control Submittals ' 1. Certificates a. Submit certification by the microtunneling equipment/machine manufacturer of the energy, condition and operational characteristics of all equipment to be used for installation of the specified pipe and that the ' MTBM set-up is suitable for the external diameters of the proposed jacking _ pipe. i i ' 2. Reports a. Submit description of line and grade control system. Address proposed G' equipment and MTBM set-up and operation to ensure that line and grade within tolerances specified herein will be maintained in all anticipated ground conditions. The geotechnical report "Subsurface Investigation for Moreau River Sewer Main&Lift Station,Jefferson City,Missouri" ' shall be used as a reference. i b. Submit procedures for mounting laser or equivalent device used for line and ' grade control, including measures to ensure that it is isolated from excavation support system and ground deflections caused by microtunneling. C. Submit a contingency plan to be implemented to maintain line and grade I,�;s tolerances should conditions be encountered that result in the inability to maintain line and grade control by the use of normal MTBM steering : corrections. d. Submit procedures for monitoring and controlling the actual volume of soil ' removed per unit length of pipe relative to the theoretical volume of spoil per unit length of pipe. e. Submit proposed procedures,materials, and equipment for lubrication _ mixing and delivery system and for lubricating the exterior of the pipe during microtunneling. f. Submit proposed generalized schemes for removal of obstructions, as defined in paragraph 3.4.C... herein, in front of the MTBM by the use of a ' surface excavation for the case where direct access to the obstruction is ' • C5X61900 02400-4 MICROTUNNELING RO— 12/22/2004 JEFFERSON CITY, MO possible,including minimum dimensions of excavations,materials,means ;-� and methods for excavation support and ground stabilization. g. Submit proposed generalized schemes for removal of obstructions, as ' defined in paragraph 3.4.C.herein, in front of the MTBM by the use of surface excavations and hand excavated side drifts(tunnel) to gain access to the obstruction for the case where direct access to the obstruction is not , possible,including minimum dimensions of excavations,materials, means IL and methods for excavation support and ground stabilization for both the surface excavations and the side drifts. ' h. Submit proposed alternative procedures,material and equipment for removing,clearing or otherwise making it possible for the MTBM to ' advance past obstructions. t i. Submit breakdown of Contractor's costs associated directly with , microtunneling activities in the event that obstructions are encountered. Break these costs down into labor,material and equipment items, and include operating rates,stan d-by rates,number of shifts per day and hours per shaft,related specifically to microtunnel operations. ' 3. Manufacturers Instructions ' a. Operation manuals from proposed MTBM equipment and Jacking system • manufacturers. b. Operation manuals from proposed slurry handling and separation manufacturers. 4. Statements , a. Microtunneling System: Supply full details of the Microtunneling system to be employed. 1) Type and model number for whole system if from single source or separate details for each major element of the system. 2) Confirmation from manufacturer that the machine set-up is suitable ' ,J for the external diameter of pipe proposed. 3) Cutter disc details including tooling and disc port opening `-� dimensions. ' ii 4) System of alignment monitoring and steering control and activation. 5) Spoil separation method for slurry systems. 6) Lubrication mixing and delivery system ' 7) Hydraulic jacking system maximum capacity and method of limiting to maximum jacking pipe capacity. 8) Details of Main and Intermediate Jacking Stations. ' 3 9) Electrical system and on-site power generation. 10) Grouting systems. - • C5X61900 02400- 5 MICROTUNNELING ' RO— 12/22/2004 ' JEFFERSON CITY MO ' b. Methods: - Supply full details of the procedures and resources which will be employed to carry out the work including: 1) Machine launch(all Sections) and exit from jacking shaft. 2) Pipe handling and connections `" 3) Supplementary alignment surveying 4) Spoil separation and disposal ' 5) Lubrication mixing and injection 6) Machine exit and retrieval 7) Closure of Intermediate Jacking Stations on completion of the drive ' 8) Emergency procedures 9) Ventilation of tunnel including gas monitoring 10) Removing, clearing or otherwise making it possible for the MTBM to advance past obstructions - t^ C. Materials: - Supply full details of the following materials: ' 1) Slurry(where other than plain water) 2) Lubricant(s) for pipe. 3) Location and approval details for slurry spoil disposal facility. ' 4) Water overflow/pumping screening and solids separation. 5) Grouts ' 5. Daily Logs • a. Maintain a daily Jacking activity log during each drive and any associated delays. Base the jacking activity log primarily on data recorded electronically by the MTBM control system and annotated by hand as appropriate. Keep a hard copy of the jacking activity log,updated at the end of each shift, at the MTBM control console and make it available for the ' Authority to review at any time. Submit progress copies of the jacking activity log to the Authority daily and submit a final copy of the jacking activity log to the Authority after the completion of each drive. In the ' jacking activity log,show an identifying description of the drive and the size and type of pipe installed. ' b. Also, submit an electronic version of the data recorded by the MTBM control system in a format readable by Microsoft Excel Software. As a minimum, the jacking activity log shall also contain the following. . ' information for each pipe segment jacked;recorded at 1 foot or 5 minute _ intervals,whichever is more frequent. 1) The position of MTBM in relation to reference line and grade. ' 2) The jacking force exerted on the pipe. , 3) The date,the starting time and the finish time of each pipe section and machine section. 4) Total distance jacked at the end of each pipe. ! ' 5) The position of each steering jack. • 6) Inclination of the MTBM. C5X61900 02400-6 MICROTUNNELING R0— 12/22/2004 JEFFERSON CITY,MO • 7) The MTBM cutter head RPM and torque. 8) Maximum jacking force exerted during the installation of each pipe section including pipe breakout peaks following periods of system , shutdown. 9) Cutting chamber pressure and slurry flow rates and slurry bypass valve position. ' 10) The maximum and minimum slurry inlet and outlet pressure during system operation and pipe advancement. 11) The maximum and minimum slurry feed and return flows during ' system operation and pipe advancement. 12) Information regarding pipe lubricant including, volume placed and J locations of injection, lubricant mix design and pumping pressures. 13) General description of ground conditions encountered. 14) Results of ground surface settlement/heave mouutoring. 15) Jacking pressures, date, time, location, at opening and closing at intermediate jacking stations (US),if used. 1 16) Comments regarding any and all typical MTBM performance that may have occurred. , 17) Details and perceived reasons for delays greater than one hour other !� than normal breaks and shift changes. 18) Any and all obstructions or other reasons for stoppages, duration of each stoppage,cause of stoppage, and remedial action taken. ' C. Submit a separate log indicating the volume of spoil and slurry removed • from the jacking shaft site,the location and volume of significant losses of slurry and the amount of slurry or water added to the slurry separation unit during a shift, at the completion of each shift. F. Closeout Submittals r 1. The Contractor shall keep and maintain at the construction site a complete set of ' field drawings for recording the as-built conditions. It shall be marked or noted thereon all field information, properly dated, recording up-to-date as-built conditions. ,.1 1.6 QUALITY ASSURANCE A. Qualifications , 1. Supervision: Each jacking shift shall be supervised by at least one person with 5 1 Years of experience in microtunneling work of similar size and complexity as this ' project. 2. Microtunnel System operators shall at least 3 years of experience with the ' knowledge and ability to properly operate the MBTM systems being employed for this project and in the ground conditions that are anticipated for this project. • C5X61900 02400-7 MICROTUNNELING ' RO— 12/22/2004 1 JEFFERSON CITY,MO ' • 3. Run test of full system on completion of the setting up and prior to commencing - the drive. 4. Complete, prior to the commence of any drive, all required set-up procedures and ' system checks and demonstrate the required materials are at hand to commence the drive. Do not begin any drive until its Receiving Shaft excavation has been completed. 5. Operate all systems in accordance with the manufacturer's instructions. ` B. Regulatory Requirements: Disposal of cuttings shall follow City of Jefferson, MO requirements ' 1.7 DELIVERY, STORAGE &HANDLING A. Do not permit the unloading and storage of materials and equipment not associated or ' required for the works of microtunneling within the work zones at Jacking or Receiving Shafts. B. Deliveries and handling activities that require partial or total closure of roads will trequire the approval of Jefferson City. 1.8 PROJECT/SITE CONDITIONS A. Environmental Requirements: Disposal of cuttings shall follow City of Jefferson, MO • requirements ' B. Existing Conditions ' 1. Anticipated ground conditions for microtunneling are indicated in the Geotechnical Boring Report prepared for this project. The Contractor is cautioned that potential obstructions to the MTBM may be present in the ground along microtunneling alignments. Refer to Paragraph 3.4.C.for the definition of obstructions and procedures to be followed should obstructions be encountered. Contractor may perform additional geotechnical borings at no additional cost to the Owner. ' 2. The Contractor is cautioned that potential obstructions to microtunneling may include but be limited to wood timbers and piles, granite blocks, cobbles, ' boulders, concrete, bricks and other fill material commonly found in an urban environment. The Contractor shall be prepared to advance the pipe in a controlled maiuuer while maintaining stability at the face of the MTBM and avoiding loss of ' ground. PART 2 - PRODUCTS ' 2.1 MATERIALS ' C5X61900 02400- 8 MICROTUNNELING RO— 12122/2004 1 1 JEFFERSON CITY,MO • A. Jacking Pipe r 1. Provide pipe to be jacked as part of the work of this Section in accordance with , Section 02622 B. Water 1. Water used in the preparation of pipe lubricant shall be clean, fresh, and free from 1 oil, acid, alkali, organic matter or other deleterious substances. r C. Bentonite 1. Neat bentonite without additives shall be high quality Wyoming bentonite or r similar. General grade civil engineering bentonite shall not be used as a pipe lubricant. D. Polymers r 1. Polymers used as pipe lubricant or additive to bentonite or slurry water shall be ' non-toxic. E. Grout 1. Grout for grouting around the outside of the jacked pipe shall consist of a suitable r 1 mixture of Portland cement, bentonite, sand and water. The mix design shall be • subject to the acceptance of the Engineer. r 2.2 EQUIPMENT A. Microtunnel Boring Machine(MTBM) r 1. The Microtunneling Boring Machine(MTBM) shall have a closed face capable of providing positive supporting pressure to the full-excavated area (face) at all r ^; times and must have the capability of controlling and measuring the pressure at the face. The balancing of earth and groundwater pressures shall be achieved by the use of slurry pressure, auger earth pressure balance system, or a combination , of the two. The system shall be capable of any adjustment required to maintain face stability for anticipated soil conditions. For equipment that uses a slurry '( spoil transportation system the earth and groundwater pressure at the face shall be controlled by the use of a variable flow slurry pumping system, pressure control valves and a minimum of two flow meters, one on the supply side and one on the return side. For equipment that uses an auger spoil transportation system the earth ' and groundwater pressures at the face shall be managed by controlling the volume of spoil removal relative to the advance rate (Earth Pressure Balance) and shall be augmented by the application of compressed air or soil conditioning agents if ' conditions require. • 5X61 0 024 0 - ' C 90 0 9 MICROTUNNELING RO— 12/22/2004 ' ' JEFFERSON CITY,MO • ' 2. The MTBM shall be capable of controlling rotation. or roll by means of bi- directional drive on the cutter head and/or by use of fins or grippers. 3. The MTBM cutter head shall be electro or hydro mechanically powered and shall ' provide sufficient torque to cut the face, crush material as required and feed the excavated material to the spoil transportation system." ' 4. The MTBM shall be fully steerable,both vertically and horizontally. 5. Automated Spoil Transportation ' a. The MTBM system shall include an automated spoil transportation system that has the capability of matching the excavation rate to the rate of spoil 't ' removal such that settlement tolerances can be maintained. 6. Incorporate a means for injecting pipe lubricant at the lead edge of the first pipe segment in the MTBM. Provide a watertight seal between the MTBM and first ' pipe to avoid leakage into the MTBM. 7. Provide MTBM torque capacity and cutter head configurations that are ' compatible with anticipated ground conditions as identified in the GBR. Provide the MTBM with capabilities relative to obstructions as indicated in Paragraph 3 A.C.herein. ' 8. The ratio of the outside diameter of the MTBM to the inside diameter of the • crushing chamber shall not be less than 425%. ' 9. Provide the cutter head of the MTBM in the range of '/L to 1 inch larger in diameter than the MTBM shield. 1 10. Provide duplicate spare cutter head to be maintained on site or within relative short distance of project so that it can be utilized within two hours should the need arise. B. Spoil Transport and Separation ' 1. Include in the MTBM system an automated spoil transportation system that has the capability of matching the excavation rate to the rate of spoil removal and ;f_. advance such that settlement tolerances can be maintained. 2. Provide a separation process that employs the use of mechanical shakers, screens, centrifuges, and hydro cyclones. Slurry separation using only sedimentation.tanks ' will not be permitted. Verify the separation process provides adequate and efficient separation of excavated solids from the slurry such that recirculated slurry can be returned to the cutting face for reuse with negligible remaining fines and the solids can be removed and disposed of in an efficient manner. Al C. Control Systems C5X61900 02400- 10 MICROTUNNEUNG RO— 12/22/2004 JEFFERSON CITY,MO 1. A remote control system shall be provided that allows for the operation of the ' system without the need for personnel to enter the jacked pipe for routine operation of the system. The control equipment shall integrate the system of ' excavation, removal of spoil and its simultaneous replacement by a pipe. As each pipe section is jacked forward, the control system shall synchronize all of the operational functions of the system. The system shall provide complete and ' adequate ground support at all times. 2. Line and grade shall be controlled by a guidance system that relates the actual position of the MTBM to a design reference established by a laser beam ' transmitted from the jacking shaft along the centerline of the pipe to a target mounted on the MTBM. The laser shall be mounted in the jacking shaft independent of the jacking frame and thrust block and be checked and calibrated ' after every section of pipe is jacked forward. The active steering information . shall be monitored and transmitted to the operation console. The minimum information available to the operator at the control console shall include the ' position of the MTBM relative to the reference, roll, inclination, attitude, rate of IL advance, installed length, thrust force, and cutter head torque. 4 D. Jacking Equipment ' J 1. Each pipe section shall be jacked forward as the excavation progresses in such a ' way as to provide complete and adequate ground support at all times. A jacking • frame shall be provided for developing a uniform distribution of jacking forces around the perimeter of the pipe. ' 2. The jacking hydraulic circuit shall be capable of advancing the jacks at a rate commensurate with excavation advance and face control. The circuit shall be set -, to relieve pressure at the maximum safe working capacity of the pipe. ' 3. The thrust reaction block shall be properly designed and constructed and shall be perpendicular to the jacked pipe alignment. The thrust reaction block shall be ' designed to support the maximum estimated jacking force with a factor of safety of at least two. 4. Intermediate jacking stations shall be provided of sufficient numbers and spacing ' to ensure completion of the drive and be of individual capacity compatible with -� the maximum safe jacking capacity of the pipe. ' PART 3 - EXECUTION 3.1 F_.XAMINATION s A. Site Verification of Conditions ' C5X61900 02400- 11 MICROTUNNELING ' RO— 12/22/2004 t ' JEFFERSON CITY,MO • 1. Contractor shall conduct a site visit prior to mobilizing at project site to verify site µ ' access and equipment lay down. r �E 2. Contractor shall confer with private landowners and Jefferson City with respect to fill ' site access and equipment lay down. 3.2 PREPARATION A. Protection ' 1. Power generation equipment and any other equipment operating on or with fuel or lubrication oils shall be provided with.suitable barriers and safeguards to ensure no loss of oil to drains or water courses or to contaminate the ground. ' B. Surface Preparation �i 1. Do not begin microtunneling operations until after all applicable submittals have ' been reviewed and approved by Jefferson City. . ,>4 2. The Contractor should consider the use of a pipe "plug" whenever the tunneling ' stops for a period of time to reduce the risk of damage to the MTBM. if the shaft becomes flooded. ' 3. Have on-hand at least one (1)inter-jack station and associated pipe sections of the F appropriate size on site prior to the start of any drive. `z 4. Verify the stability of the soil at the face of the MTBM prior to launching the MTBM by opening a 6-inch by 6-inch hole in the Jacking Shaft wall. If the face is not stable,take remedial measures at no additional cost to Jefferson City. 1 5. During construction, keep access to private and commercial property available at all times, unless approval from both the property owner and Jefferson City has been obtained. Any costs associated with the loss of access caused by the ' Contractors operations shall be borne by the Contractor at no additional cost to Jefferson City. ' 6. Provide work zones indicated on the Drawings. Maintain operations within the work zones identified on the Drawings. If additional space is required,obtain such e, space at no additional cost.to Jefferson City. - t7. Organize microtunneling surface equipment in each work zone for each drive in such a manner as to enable proper operation at all times. ' 8. Provide power generation equipment and any other equipment operating on or with fuel or lubrication oils with suitable barriers and safeguards to ensure no loss of oil to drains or watercourses or to contaminate the ground. ' C5Y61900 02400- 12 MICROTUNNELING RO— 12/22/2004 JEFFERSON CITY,MO • 3.3 INSTALLATION �J A. General ' 1. .Tacking and receiving shafts shall be constructed in accordance the requirements of Section 02150 -Temporary Excavation Support. ' 2. Control of groundwater and surface water shall be conducted in accordance with the requirements of Section 02140 - Dewatering. ' 3. Contractor shall establish and maintain reference control lines and grades for the microtunnel pipe construction. Use these lines and grades to establish the exact location of the pipeline excavation, and structures. , 1 4. Establish survey control points sufficiently far from the tunnel operation not to be affected by ground movement. ' 5. Check the primary control for the Microtunneling system against an aboveground undisturbed reference at least once each week or not greater than 200 feet ' T, intervals of pipeline constructed. • 6. Any section of pipe that is damaged during jacking operations shall be replaced or ' repaired by the Contractor to the satisfaction of the Engineer and at no additional cost to the Owner. 7. Excavated soil and slurry shall be disposed of in accordance with City of , �1 Jefferson, MO requirements. i 8. The Contractor shall employ bentonite or polymer slurry applied to the external , i surface of the pipe to reduce skin fiction. R. Microtunneling Operations ' 1. Jack each pipe section forward as the excavation progresses so as to provide complete and adequate ground support at all times. ' 2. Continuously inject pressurized lubricant around the leading edge of the pipe being jacked and through the ports in the pipe being jacked. Record volumes of , lubricant pumped and ensure cumulative volume at least equal to the volume of annual over cut. � 3. Dispose of excavated materials and slurry in accordance with Section 02221. 'C5X61900 02400- 13 MICROTUNNELING RO— 12/22/2004 JEFFERSON CITY,MO • 4. Notify Jefferson City immediately if any section of pipe is damaged during jacking operations, or at any time, or by any other means prior to continuing jacking. Prior to completion of pipeline installation, replace or repair the damaged pipe at no additional cost to Jefferson City. r. 5. Measure on-site and report the "no-load torque" required to turn the cutter head in both directions. Provide any conversion factors needed to convert gauge pressures to ft./lb. or other true measurement of torque a' 6. Add bentonite or polymers to the slurry water as required to increase its viscosity ' and gel-strength and reduce the potential for erosion of soil at the face. Adjust the slurry viscosity as necessary to avoid slurry losses at the face. C. Obstructions During Boring: 1. An obstruction is defined as the following: i ' a. Unavoidably and completely stops the tunnel machine from advancing despite the Contractor's diligent efforts and meets one of the following three (3) additional requirements: ' 1) A particle that will not pass an 8-inch square opening and has an -. unconfined compression strength of 5,000 psi, or greater; or 2) A piece of steel-reinforced concrete that will not pass an 8-inch square opening and has an unconfined compression strength greater • than 3,000 psi; or 3) A piece of wood measuring greater than 4 inches by 6 inches by 24- inches in three orthogonal directions. 2. The Contractor shall remove, clear or otherwise make it possible for the MTBM and jacked pipe to advance past obstructions. 3. The Contractor shall receive no additional compensation for removing, clearing or otherwise making it possible for the MTBM to advance past obstructions ' consisting of: granite .blocks, boulders, reinforced concrete, and non-metallic building demolition debris with a maximum lateral dimension less than one-third (1/3) of the excavated face of the microtunnel machine; individual, isolated timber - ' piles; timber sheeting or other timber. 4. The Contractor will receive payment for removal of obstructions of a nature other than that described in obstruction definition paragraph above under payment item number 4 in Section 0300 subject to the following procedures and criteria: a. The Contractor shall notify the Engineer immediately upon encountering an obstruction that stops the forward progress of the work. b. Upon written authorization by the Engineer, the Contractor shall proceed with removal of the obstruction by means of an. obstruction removal shaft, 1 • ' C5X61900 02400- 14 MICROTUNNELING RO— 12/22/2004 JEFFERSON CITY,MO • hand mining, removal of the microtunnel machine,or other means approved ' by the engineer in accordance with the Contractor's reviewed submittal(s). 5. An obstruction removal shaft shall consist of a small excavation for the purpose , of identifying and removing obstructions to microtunneling after they are encountered by the MTBM. Obstruction removal shafts shall be in accordance with Sections 02162—Temporary Excavation Support. ' 6. The Contractor may propose alternate methods of removing, clearing or otherwise making it possible for the MTBM to advance past obstructions, however, any such method that does not allow visual observations of the nature of the obstruction to be made will not be considered for payment under pay item. D. Grouting ' 1. As soon as jacking has been completed and any Intermediate Jacking Stations closed with the pipe in its final position the "eye" around the pipe at both Drive ' and Receiving Shaft junctures shall be grouted to seal off water and soil entry into shafts. Where a preparatory seal is used during slurry operations, this grouting shall take place prior to the removal of this seal. ' E. Site Tolerances 1. No more than 1-inch lateral and 1-inch vertical deviation from design location shall be permitted in the position of the jacked pipe. 2. When the jacked pipe deviates from design line or grade by amounts greater than ' -' that specified, return the pipe to design line or grade plus or minus the specified _ tolerance at a rate of not more than 1 inch per 25 feet. , 3. If the jacked pipe is off design line or grade by an amount the required redesign of the pipeline or associated structures, the Contractor shall do so at no additional ' cost to the owner. 3.4 FIELD QUALITY CONTROL A. Site Tests , 1. The Contractor shall make suitable changes to construction methods to control ground movements and prevent damage or detrimental movement to the work and ' J adjacent structures, utilities, and pavements. J B. Inspection ' 0 1. After completion of a reach of jacked pipe between adjacent shafts, the Contractor shall provide the Engineer with access to both shafts for visual inspection of line ' and grade of the completed reach. • C5X61900 02400 - 15 MICROTUNNELING R0— 12/22/2004 JEFFERSON CITY,MO C. Manufacturer's Field Services 1. Maintain tolerances in the position of the jacked pipe to no more than one (1) inch horizontal and one(1) inch vertical deviation from design location. 2. When the jacked pipe deviates from design line or grade by amounts greater than that specified, return the jacked pipe to design line or grade plus or minus the specified tolerance at a rate of.not more than one (1)inch per 25 feet END OF SECTION 02400 1 }tt W • C5X61900 _ ' 02400 16 M1C1ZOTiJNNELING R0- 12/22/2004 I,' CITY OF JEFFERSON,MO �} SECTION 02622 -VITRIFIED CLAY PIPE (VCP)FOR MICROTUNNELING , PART 1 - GENERAL 1.1 Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. ' LJ 1.2 SUMMARY ' L° A. This section includes designing, manufacturing, furnishing, transporting, and installing vitrified clay pipe (VCP) and fittings for sanitary sewers, suitable for installation by ' jacking during microtunneling operations at locations as identified on the Drawings. B. Section Includes: ' 1. Manufacture of Vitrified Clay Pipe designed specifically for use in pipe jacking 2. Delivery, handling, installation, and testing of vitrified clay pipe. C. Related Sections ' 1. Section 01330—Submittal Procedures 2. Section 02140—Dewatering 4 3. Section 02210—Utility Trench Excavation and Backfill ' 4. Section 02160—Excavation Support Systems • 5. Section 02070—Excavated Soil Management Plan 6. Section 02400—Mierotunneling , 7. . Section 02700—Sewerage and Drainage D. Unit Prices ' 1. Payment for work under this Section will be in accordance with Section 0300. E. Measurement Procedures , 1. Measurement for work under this Section will be in accordance with Section 0300. 1.3 REFERENCES , A. ASTM C1208 - Vitrified Clay Pipe and Joints for'Use in Jacking, Sliplining, and ' Tunnels. B. ASTM C301 —Standard Test Methods for Vitrified Clay Pipe 1 C. EN295-7 Requirements for Vitrified Clay Pipes and Joints for Pipe Jacking. 1 C5X61900 02622-1 VCP FOR MICROTUNNELING RO— 12/22/2004 .: 1 Y ' CITY OF JEFFERSON,MO r 1.4 QUALITY ASSURANCE i A. Jacking pipe shall be manufactured in accordance with pipe manufacturer's documented ' Quality Assurance and Quality Control standards. 1.5 SUBMITTALS A. Product Data 1. Manufacturer's literature for materials used in jacking pipe, joints, gaskets, ' lubricants, and fittings, including the material composition and fillers. 2. Jacking Pipe Manufacturer's Quality Assurance and Quality Control standards. z: 3. Manufacturer's written installation instructions, and delivery, storage, and handling requirements. B. Shop Drawings i ' 1. Drawings showing the jacking pipe cross section and dimensions and jacking pipe x; joint details, including manufacturer's allowable tolerances on joint dimensions. t 2. Fittings and special pieces,including details of closure couplings and saddles. ' 3. Bentonite lubrication injection port details,.including closure details. r 4. Off-site pipe storage area location plan. {; ' C. Quality Assurance/Control Submittals 1. Design Data a) Manufacturer's design analysis stamped by a Professional Engineer IS including list of parameters, formulas, and all other technical.data.used in A the design of the jacking pipe. Calculations submitted shall include pipe � stiffness, initial and long-term (50 years) vertical pipe deflection, ring bending strain, hydrostatic collapse resistance, constrained buckling ' strength, maximum allowable jacking force, and maximum allowable grout pressure. b) Calculations stamped by a Professional Engineer documenting that jacking ' pipe,joints, and fittings will be capable of handling jacking loads required Y forjacking. 2. Test Reports ' a) Crushing test. b) Record of retests and rejections. c) Pipe-end bursting site test 3. Certificates a) Submit Certificate of Design for the pipe proposed prepared by a Professional Engineer. Certificate of Design as indicated in Appendix A. ' b) Certificate of corrosion resistance. c) . Certificate of guaranteed delivery date. d) Manufacturer's qualifications statement. 1.6 DELIVERY, STORAGE AND HANDLING • C5X61900 02622-2 VCP FOR MICROTUNNELING RO— 12/22/2004 M ' CITY OF JEFFERSON, O A. Acceptance at Site ' 1. The quality of all materials, the process of manufacture and the finished sections shall be subject to inspection and approval by City of Jefferson. Such inspection may be made at the place of manufacture, or on the site after delivery, or at both { places, and the pipes shall be subject to rejection at any time on account of failure tJ to meet the Specification requirements; even though sample sections may have been previously accepted. Sections rejected after delivery to the job shall be marked for identification and shall be removed from the job at once. All sections, which have been damaged after delivery will be rejected, and if already installed, , shall be acceptably repaired, if permitted by City of Jefferson, or removed and replaced, at no additional cost to City of Jefferson. 2. At the time of inspection, the sections will be carefully examined for compliance ' with ASTM designation specified and these Specifications, and with the approved ' manufacturer's drawings. All sections shall be inspected for general appearance, dimension, blisters, cracks, roughness, soundness, etc. The surface shall be dense , and close-textured. 3. Imperfections may be repaired, subject to the approval of City of Jefferson, after demonstration by the manufacturer that strong and permanent repairs will result. Repairs shall be carefully inspected before final acceptance. , B. Storage and Protection 1. Care shall be exercise in handling, transporting, and placing pipe to prevent , damage to the pipe. No interior hooks or slings shall be used in lifting pipe. All handling operations shall be done with an exterior sling or with a suitable forklift. 2. Temporary construction work zones are indicated on the Contract Drawings. , Contractor shall obtain additional off-site storage area as necessary to store jacking pipe prior to jacking operations. 3. Off-site storage areas will be reviewed by City of Jefferson for compliance with , jacking pipe manufacturer's written recommendations for delivery, handling, and storage. 4. Pipes shall be stored in an approved, orderly manner so that there will be a , minimum of re-handling from the storage area to the final position in the trench or jacking shaft and so that there is a minimum of obstruction and inconvenience to J any kind of traffic. Pipes shall be stacked safely at all times and in rows not , greater than two pipes high, or less if recommended by the manufacturer 5. Delivery, handling and storage shall be done in accordance with the manufacturer's instructions. Jacking pipe shall not be dumped from trucks and ' shall be stored on level ground, free of stones or debris. 6. Deliveries shall be scheduled so that the progress of the work is at no time delayed and also so that large quantities of pipe are not stored for excessive , lengths of time in crowded locations or in locations where large storage areas might be considered objectionable. Storage of pipe will be restricted to approved or permitted areas. t 7. Each pipe segment shall be marked on both ends to identify the manufacturer, factory location, date of manufacture, shift, lot number, and nominal diameter. A • C5X61900 02622-3 VCP FOR MICROTUNNELING ' RO— 12/22/2004 CITY OF JEFFERSON,MO ' production lot shall consist of all pipes having the same lot marking. A lot shall not exceed a total of 50 pipes. ' 8. Prior to installation,damaged pipe shall be rejected. 9. Pipe gaskets shall be stored prior to use in conditions, which do not cause degradation of the material or adversely affect the long term or construction performance of the jointed pipe. PART 2 -MATERIALS 2.1 MANUFACTURERS ' A. VITRIFIED CLAY PIPE (VCP)FOR MICROTUNNELING I. Manufacturer of jacking pipe shall have a minimum of five (5) years demonstrated experience, all in the last 5 years, in the manufacture of pipe that conform to the requirements of this Section. 1 2. An experience record consisting of a minimum of three (3) previous projects all t completed within the last 5 years where 24-inch diameter pipe or larger was installed using jacking pushing lengths of 500-feet or greater. ' 3. Acceptable Manufacturer: r a) Can-Clay, Cannelton,Indiana or, San Antonia,Texas Pipe . b) Mission Clay Pipe ' 2.2 MATERIALS " A. General M, 1. For geotechnical information for the purpose of calculating anticipated jacking loads, the Contractor is referred to the report. "Subsurface Investigation for Moreau ' River Sewer Main&Lift Station" prepared for this project. 2. All VCP and VCP fittings shall be extra strength; of the best quality; vitrified; lw homogenous in structure; thoroughly burned through their entire thickness; i .s impervious to moisture-, sound; and free from cracks, checks, blister, broken extremities, or other imperfections. Pipe shall be of the flush jointed, stainless steel sleeved,type pipe unless otherwise specified. Pipe ends shall be square with ' the longitudinal axis, and concentric with the barrel of the pipe. 3. All VCP shall be manufactured in accordance with ASTM C1208 and EN295-7. 4. Clearly mark all pipe or fittings with the name of the manufacturer or with a ' trademark, location of manufacturing plant, and with the nominal size and strength of the pipe as shown on the Drawings and as herein specified, including the ASTM CI208 designation. 5. Vitrified clay pipe for microtu meting design shall conform to EN 295-7-Pipe Engineering, "Requirements for Vitrified C1ayPipes and Joints for Pipe Jacking" and ASTM C128. The following factors shall be used as the design basis. 6. Maximum depth of soil cover 30 feet. ' 7. Unit weight of soil 130 pounds per cubic foot. • 8. Modulus of soil reaction 3,000 psi. ' C5X61900 02622-4 VCP FOR MICROTUNNELING RO - 12/22/2004 CITY OF JEFFERSON,MO 9. AASHTO H-20 live load. 10. Water table at top of ground elevation or 100-year flood elevation indicated on J the Contract Drawings, whichever is higher. 11. Bedding factor for three edge bearing strength 3.0. 12. Minimum factor of safety for three edge bearing strength 1.5. 13. The minimum wall thickness of jacking pipe shall be as needed to support the , anticipated jacking forces with safety factor. D 14. Before being used in any work under these Specifications, subject pipe to and ensure that it meets the requirements of the following hydrostatic pressure test and loading test; these tests shall be witnessed by a reputable testing laboratory. Deliver pipe selected for testing to the place and at the time designated by the i testing laboratory. Furnish, transport, and handle the pipe for testing and conducting the tests at no additional cost to City of Jefferson. , a) In lieu of witnessing by a testing laboratory, furnish a certified statement from the pipe manufacturer stating that all prescribed tests have been made and the pipe to be used on the Project has met all requirements specified. b) The testing laboratory shall select, at random, for testing as herein specified, no less than 1% of the number of pipe sections in each size of pipe furnished. c) The specimens selected for testing shall be sound pipe having dimensions consistent with these specifications. The lot or lots from which the tests samples are taken shall be sufficient to fill the entire order for that size of , pipe used in the work under the Contract and, if they pass the tests, shall be • so designated and marked. d) All pipes shall be subject to inspection by City of Jefferson, at the factory, j� jacking shaft, or point of delivery. The purpose of the inspection shall be to inspect and reject any pipe that, independent of the physical tests herein specified, fails to conform to the requirements specified or that may have been damaged during transportation or in subsequent handling. e) In lieu of the standard ASTM absorption test, the ASTM C301 hydrostatic pressure test shall be substituted. The hydrostatic pressure test shall precede the loading test by not less than one hour or more than three hours and shall be applied to all the specimens received for test in each size of pipe. f) The loading test shall be the 3-edge bearing test. The loading tests shall , conform to the applicable provisions of ASTM C301 and shall be applied to all specimens selected for testing, except that loading to test ultimate strength will not be required. , g) If all of the minimum designated percentage or number of the specimens tested meet the requirements of the test, then all of the pipe in the lot, shipment, or delivery corresponding to the sizes and classes so tested shall be considered as complying with the test. If, however, 10% or more of the specimens tested fail to meet the requircments of the test or if more than one specimen fails to meet the requirements of the test when the number to be tested is less than ten, then a second selection of pipe shall be made for that ' ` test. • C5X61900 02622-5 VCP FOR MICROTUNNELING ' RO— 12/22/2004 i CITY OF JEFFERSON,MO h) The number of specimens to be tested in the second selection of pipe shall be five for each specimen of the first selection that failed to meet the ' requirements. i) If 90%or more of the specimens tested, including those first tested,meet the requirements of the test, all the pipe in the lot, shipment, or delivery ' corresponding to the sizes and classes so tested shall be considered as complying with that test, otherwise all pipe of these sizes and classes shall be rejected. j) Provide proof that the jacking pipe,joints, and fittings are corrosion resistant in accordance with ASTM D3681 and for continuous service in sewerage environments with IN sulfuric acid at an average wastewater temperature of 80 degrees F and for intermittent exposure (considered a frequency of 1 V2 ' hours two times a week)to sewage with pff 11. k) Causes for Rejection: The following imperfections in a pipe .or special 1A fitting shall be considered injurious and cause for rejection without ' consideration of the test results specified above: 1) A single crack in the barrel of the pipe. 'R 3 2) A surface imperfection, such as lumps,blisters,pits or flakes,on the interior surface of a pipe or fitting. 3) When the bore of the pipe varies from.a true circle more than 2%of its nominal dim%11 4) If it is designated to be straight and it deviates from a straight line more u' ' than 0.04-inch per lineal foot. The deviation shall be measured from a r • straight edge at a point midway between the ends of the pipe. n 5) A joint of pipe with a piece broken from either end. ' 6) Pipe joints that have tramp clays,.grog or other foreign matter flushed permanently to the exterior or interior surface of the pipe or fittings. ' 13. Joints 1. All VCP fittings shall be furnished with flush joints provided with a compression4 ring, seating element and sleeve, meeting all requirements of ASTM C1208. The compression ring shall be capable of distributing the jacking forces that develop ' during installation and shall be a resilient material free from density irregularity. xl The joint sleeve shall be of 316 stainless steel, unless otherwise specified. Sealing components shall conform to the requirements of Tables 7 and 8 of ASTM C1208. a a) Where pipe from different manufacturers is to be jointed together, use an adapter pipe with the proper matching joint on each end for the respective manufacturer. Hot poured joints or concrete encasement of plain end joints shall not be permitted. ' C. Pipe Characteristics 1. Minimum Compressive Strength= I0,875 psi 2. Diameters: •4,rm • ' C5X61900 02622-6 VCP FOR MICROTUNNEUNG RO— 12/22/2004 CITY OF JEFFERSON MO a) The pipe that is indicated on the Contract Drawings as "24-inches" shall 1 have an outside diameter of 29.96-inches and an inside diameter of 23.9435.04-inches. ' b) The pipe that is indicated on the Contract Drawings as "36-inches" shall have an outside diameter of 42.48-inches and an inside diameter of 35.0447.44-inches. ' C) All measurements have a tolerance of±0.1 % . 3. Roundness-The pipe shall be round within 0.1 %of the outside diameter. 4. End Squareness - Pipe ends shall be perpendicular (square) to the pipe axis ± 1 16 inch. 5. Straightness - Pipes shall not deviate from straight by more than 0.00625 inches per linear foot. ' D. Bentonite Lubrication Ports 1. The jacking pipe shall be supplied with factory installed bentonite lubrication port connections of diameter, quantity and orientation compatible with the ' microtunneling contractor's lubrication operation. The lubrication ports shall be fitted with countersunk threaded steel plugs to prevent infiltration of displaced it earth during the jacking process. As a minimum, each pipe supplied with , lubrication ports shall be supplied with three (3) 2-inch diameter lubrication ports spaced at 120 degrees on center. 2. There shall be a sufficient number of pipes with lubrication ports to space the ' lubrication along the pipe string to meet the microtunnel contractor's lubrication • operations. The number of pipes with lubrication is to be determined by the microtunnel contractor. Failure of a pipe or microtunnel jacking operation due to , insufficient lubrication shall not constitute additional compensation to the Contractor by the Authority. PART 3 - .EXECUTION 3.1 INSTALLATION ' A. Alignment Y-� 1. Install pipe to lines and grades indicated on the Drawings and in accordance with , Section 02400. 2. Ensure that pipelines or runs intended to be straight are straight. 3. Use laser beam equipment or surveying instruments to maintain alignment and , grade. 1) B. Installation �1 1. Jacking operations shall be performed in accordance with Section 02400. ' 2. Immediately prior to installation, each section of pipe shall be end-burst tested using an internal restrained pressurized bladder. The test procedure and pressure shall be as approved by the pipe manufacturer 200 psi held for one minute. C5X61900 02622-7 VCP FOR MICROTUNNELING t RO-- 12/22/2004 1 ' CITY OF JEFFERSON,MO 3. Each jacking pipe section shall be jacked forward as the excavation progresses with the machine in such a way as to provide complete and adequate ground support at all times. 13entonite or other lubricant shall be applied to the external ' surface of the pipe to help reduce skin friction. 4. Each jacking pipe section shall be jacked forward as the microtunneling machine advances in such a way that the joints maintain their integrity and the continuity ' of the jacking pipe train is maintained. 5. After completion the jacking operation between jacking and receiving shafts, the annular space between the soil and the pipe shall be grouted. The lubricant ' material shall be displaced from between the jacking pipe exterior and surrounding ground with grout. The pressure and amount of grout shall be controlled to avoid pipe damage and displacement of the pipe and soil. Grouting ' shall be accomplished promptly after pipe installation has been completed to prevent any surface settlement due to movement of soil material into the void space or loosened zone around the pipe. tC. Post Installation 1. Any pipe, which has been damaged during installation, shall be pushed or pulled out and replaced, or repaired in-place using glass fiber fabrics and suitable thermoset resins. The cost of replacement, repairing or installation of a new pipe r shall be at no additional cost to City of Jefferson. • 3.2 FIELD QUALITY CONTROL ' A. Tests 1. Pressure test pipelines as specified in Section 02700. ' END OF SECTION 02622 fY at ' • ( 5X61900 02622-8 VCP FOR MICROTUNNELING RO— 12/22/2004 1.05 QUALIFICATIONS , A. The Contractor's supervisor assigned to this project must be experienced in work • of this nature and must have successfully completed similar projects using Horizontal Directional Drilling, Midi-Directional Drilling or Guided Horizontal Drilling in the last three (3) years. As part of the bid submission, the Contractor ' shall submit a description of such project(s) which shall include, at a minimum, a listing of the location(s), date of project(s), owner, pipe type and size, length of installation, type and manufacturer of equipment used and other information ' relevant to the successful completion of the project. PART 2 PRODUCTS , 2.01 DRILLING FLUIDS A. The Contractor must use a high quality bentonite drilling fluid or equivalent to ' ensure hole stabilization, cuttings transport, bit and electronics cooling and hole lubrication to reduce drag on the drill pipe and the product pipe. Oil based drilling fluids or fluids containing additives that can contaminate the soil or ground water will not be considered acceptable substitutes. Composition of the fluid must comply with all federal and local environmental regulations. ' Drilling fluids must be mixed with potable water to ensure no contamination is introduced into the soil during the drilling, reaming or the pipe installation , process. Recycled gray water, if approved for use by State Department of • Natural Resources or other controlling agency, is an acceptable alternative to potable water. Disposal of drilling fluids shall be the responsibility of the Contractor and shall be conducted in compliance with all relative environmental regulations, right of way and workspace agreements and permit requirements. , Drilling fluid returns can be collected in the entrance pit, exit pit or spoils recovery pit. The Contractor shall immediately clean up any drilling fluid spills or overflows , from these pits. 2.02 PRODUCT PIPE ' A. High-Density Polyethylene Pipe (HDPE): AWWA C906 or ASTM F714, classification PE3408 with thermal butt fusion joints. Fittings shall be Fusible ' HDPE, ASTM 3261. Pipe is to be of sufficient DR ratio to ensure adequate strength to withstand , operation and installation loads as a result of the installation method, procedure, equipment and practices used by the Contractor. The Contractor will be respon- sible for installation or construction load calculations. , • 07446-01/Jefferson i e City September, 2007 02734-2 Horizontal Directional Drilling , • PART 3 EXECUTION 3.01 GENERAL REQUIREMENTS ' A. The Contractor shall assume all responsibility for his methods of construction, the stability and accuracy of the drilled and reamed hole and pits constructed by Contractor, and all costs for damages resulting from any failure thereof. The Contractor shall be solely responsible for the safety of the pits and related structures, and personnel engaged in underground construction throughout the duration of the work. ' The Contractor's methods and schedule shall consider the overall project requirements and anticipated ground condition and water conditions. Contractor's selection of inadequate, inappropriate, or inefficient equipment and methods will not be cause for adjustments to the Contract Price or Contract Time. The general dimensions, arrangement and details for the drilled hole and pits to ' be constructed shall be confined to the available,project easements and shown on the Drawings. r Methods of excavation, equipment and procedures for the horizontal directional drilling operation and pits shall be selected by the Contractor to provide adequate working space and clearances for the work to be performed. 1 Pit excavation methods, ground water control and pit support techniques shall be • selected by the Contractor. B. The Contractor shall familiarize himself with, and shall at all times conform to, all ' applicable regulations of the Department of Industrial Relations, Division of Occupational Health and Safety and all applicable requirements. ' Horizontal Directional Drilling Equipment machine safety requirements will include a common grounding system to prevent electrical shock in the event of high voltage underground cable strike. The grounding system will connect all pieces of interconnecting machinery; the drill, mud mixing system, drill power ' unit, drill rod trailer, operators booth, worker grounding mats and any other interconnected equipment to a common ground. The drill will be equipped with an "electrical strike"_audible_and visual.warning system that-will-notify the system operators of an electrical strike. Operators of the drill will wear electrical shock protection equipment and operate ' from common grounded mats as required. C. The Contractor will supply copies of drilling logs, drill head location plots, mud ' logs and a log of equipment operating parameters taken during drilling, reaming and pipeline installation. The Contractor will supply"as built" drawings of the • installation verified by well logging equipment along with proof of logging equipment calibration. The Owner reserves the right to hire an independent ' 07446-01/Jefferson City September, 2007 02734-3 Horizontal Directional Drilling inspector to verify the location of the installed pipeline and to recover the cost of , p Y • the inspection from the Contractor if the inspection reveals the pipeline to be out ' of specification. ' D. Utility Protection. Utility lines and structures indicated on the Drawings which are to remain in service shall be protected by the Contractor from any damage as a ' result of his operations. Where utility lines or structures not shown on the Drawings are encountered, the Contractor shall report them to the Owner ands Engineer before proceeding with the Work. The Contractor shall bear the cost of ' repair or replacement of any utility lines or structures which are broken or damaged by his operations. All utilities in close proximity to the drill pilot bore, back ream or product pipe ' installation must be exposed through a "pot-hole" or other opening, in accordance with state utility locate laws and regulations, to ensure, through , visual inspection, that the drill, reamer or product pipe has caused no damage to the utility and maintains adequate clearance. E. Applicable Regulations and Codes. All work covered by this section shall be performed in accordance with the applicable federal and state codes and laws which pertain to such work and supplemental regulations which are contained in these specifications. In case of. conflict between these specifications and any ' federal or state codes or laws, the most stringent shall govern. 3.02 CONSTRUCTION METHODS ' A. Directional Drilling Alignment • Pipeline profile is indicated on the Drawings. The Contractor may submit an ' alternate profile for this project for consideration by the Owner. B. Drill Set-Up Area , Contractor shall plan and restrict his operations of the drill and ancillary , equipment to the easement and right of way space shown. C. Drill Entrance And Exit Pits Contractor will be responsible for design and construction of the drill entrance ' and exit pits. Supports will be required to maintain safe working conditions, ensure stability of the pit, minimize loosening, and minimize soil deterioration and ' disturbance of the surrounding ground. • i 1 07446-01/Jefferson City September, 2007 02734-4 Horizontal Directional Drilling ' 1 Drill entrance and exit pits will be required and must be maintained at minimum • size to allow only the minimum amount of drilling fluid storage prior to transfer to ' mud recycling or processing system or for removal from the site. Drilling mud will not be allowed to flow freely on the site or around the entrance of exit pits. Mud spilled must be removed as soon as possible and the ground restored to original condition. Pits must be shored to OSHA standards if workers are required to enter the pits for any reason. ' D. Drill Entrance And Exit Angle Entrance and exit angles for the drill shall be as shown on the Drawings unless ' an alternate profile is approved by the Owner. E. Pilot Hole The pilot hole shall be drilled along the path shown on the Drawings. The directional tolerance of the hole will be as follows: ' Vertical tolerances - Plus one foot (1') (deeper or additional ground cover) or minus one foot (1')from the centerline of the product pipe. ' Horizontal tolerances - Plus or minus three feet (3') from the centerline of the product pipe. t Curve radius - No curves will be accepted with a radius less than the manufacturer's recommended minimum radius for the product pipe. F. Drill Size ' A directional drill, midi directional drill, or guided horizontal drill is specified for this project. If a drill of smaller size is proposed justification by two methods must ' be established as follows: Contractor must provide installation load calculations that support the use of a ' smaller drill with adequate margin of safety to perform the installation. Documented experience in comparable soils, depths, length of installation and ' pipe diameter must be supplied along with customer verification of satisfactory performance on this comparable project. G. Documentation The Contractor will be responsible for maintaining the drilling logs that provide drill bit location at least every 10 feet along the drill path. ' The-Contractor will be required to provide an "as built" drawing in the form of a plot of the pipe installation with reference dimensions to locations on the Drawings. 07446-01/Jefferson City September, 2007 02734-5 Horizontal Directional Drilling All such documentation shall be available for inspection b Engineer at an time P Y 9 Y . during construction. H. Utility Locates ' Contractor will be required to locate all utilities prior to start of excavation or , drilling. All utilities crossed or approached within 24 inches in a lateral direction must be exposed to verify location. In addition visual verification will be required that the drill, reamer or product pipe has missed the utility as it passes. ' Damage to utilities shall be the responsibility of the Contractor. Utilities that become damaged as a result of the work shall be repaired immediately. , I. Cleanup Immediately upon completion of work of this Section, all rubbish and debris shall ' be removed from the job site. All construction equipment and implements of service shall be removed and the entire area involved shall be left in a neat, clean and acceptable condition. ' "Blow holes" or"breakouts" of drilling fluid to the surface must be cleaned up immediately and the surface area washed and returned to original condition. All ' drilling fluids, spoils and separated material will be disposed of in compliance with federal and local environmental regulations. END OF SECTION 02734 ' • 07446-01/Jefferson City September, 2007 02734-6 Horizontal Directional Drilling , 1 DIVISION 3 - CONCRETE • Section 03100 - Concrete Formwork ' PART GENERAL 1.01 RELATED DOCUMENTS ' A. Drawings and general provisions of Contract,including General and Supplementary Conditions and Division 1 Specification Sections, apply to work of this Section. 1.02 WORK INCLUDES ' A. Concrete formwork, shoring and accessories as shown on the drawings and as herein specified for following: 1. Footings and concrete foundations 2. Structural Slabs and Walls 3. Concrete sidewalks 4. Entrance slabs ' 5. Miscellaneous items 1.03 RELATED WORK ' A. Specified Elsewhere: 1. Division 1 - General Requirements . 2. Section 03200 - Concrete Reinforcement. 3. Section 03300 - Cast-In-Place Concrete. 4. Division 15 - Mechanical 5. Division 16 = Electrical 1.04 REFERENCES A. ACI 301-99 -Specifications for Structural Concrete for Buildings. B. ACI 347-01 - Recommended Practice for Concrete Formwork. 1.05 SYSTEM DESCRIPTION ' A. Design, engineer and construct formwork, shoring and bracing to meet design requirements so that resultant concrete conforms to required shapes, lines and - dimensions. ' 1.06 QUALITY ASSURANCE A. Construct and erect concrete formwork in accordance with ACI 301-99 and 347-01. 1.07 SUBMITTALS A. Submit shop drawings under provisions of Section 01330. B. Indicate pertinent dimensions, materials and arrangement of joints and sites. ' 07446-01-00/Jefferson City September, 2007 03100-1 Concrete Formwork C. Submit product data under provisions of Section 01330. • 1.08 DELIVERY, STORAGE AND HANDLING t A. Deliver form materials in manufacturer's packaging with installation instructions. ' B. Store off ground in ventilated and protected area to prevent deterioration from moisture or damage. ' PART PRODUCTS 2.01 WOOD FORMS , A. Wood forms for exposed concrete shall be equivalent to B-B Plyform, Class 1, as designated by American Plywood Association. , B. Use only specified products of following manufacturers: 1. Weyerhauser concrete form , 2. Georgia-Pacific, G-P Exterior soft wood plywood 3. Plywood and Door Corporation's Finn-Form 2.02 FORM OIL , A. Coat inside of forms with non-staining oil prior to erecting forms. ' B. Use only specified products of following manufacturers: • 1. Symons Manufacturing Co., Deerfield, IL- Magic Kote , 2. Lambert Corporation - Formcel 3. Guardian Chemical Coatings, Inc., Houston,Texas-Guardian Form Coating 4. Concrete Service Co., Philadelphia, PA- Form-Coat 5. Euclid Chemical Co. - Ecoslip 2.03 FORM TIES ' A. Form ties shall have 1" minimum break-off depth from face of concrete. Ties shall be removed after forms are removed and holes shall then be filled with mortar that ' matches adjacent surfaces. Provide stainless steel form ties for exterior surfaces exposed to view. B. Use only specified products of following manufacturers: , 1. Dayton -Sure Grip snap-in form tie 2. Heckmann -Snapties ' 3. Richmond -Snap-Tys 2.04 PVC WATERSTOPS ' A. Waterstop shall be white PVC with factory made splices. Waterstops shall be • 07446-01-00/Jefferson City' September, 2007 03100-2 Concrete Formwork , ' manufactured by Green Streak, St. Louis, MO, or equal. The waterstops shall be Green Streak No. 748, 3/8" thick by 6" wide. All splices shall be made with ' manufacturer recommended heat sealing method. Labyrinth type waterstop made of PVC or neoprene or bentonite strips shall not be permitted as a substitute for waterstop materials specified herein or as detailed on the plans. ' 2.05 ANCHORS AND DOVETAIL ANCHOR SLOTS A. Cast in anchors shall be 3/4" round bolts with 2,800 pound working load capacity in 4,000 lbs. per square inch concrete. B. Dovetail slots shall be located 2'-0" o.c. horizontally wherever concrete surfaces ' adjoin masonry. C. Use only specified products of following manufacturers: ' 1. Gateway Builders Products - DAS-STD slots with Safe-T-Load inserts. 2. Heckmann - Number 100 standard 24 gauge galvanized. 3. Hohman and Barnard, Inc. - Number 305. ' 4. Wire Products Co. - Number F-18. PART 3 EXECUTION ' 3.01 INSPECTION A. Verify lines, levels and measurements before proceeding with formwork. 3.02 PREPARATION ' A. Earth forms, except for footings, not permitted. B. Minimize form joints. Symmetrically align joints. C. Arrange and assemble formwork to permit stripping so that concrete is not damaged during its removal. ' 3.03 ERECTION A. Provide bracing to ensure stability of formwork. Strengthen formwork liable to be overstressed b construction loads. 1 Y B. Provide-temporary ports in formwork to facilitate cleaning and inspection. Locate ' openings at bottom of forms to allow flushing water to drain. Close ports with tight fitting panels, flush with inside face of forms, neatly fitted so that joints will not be apparent in exposed concrete surfaces. C. Provide chamfer strips on external corners of beams,joists and columns. ' D. Construct formwork to maintain tolerances in accordance with ACl 301-99. • 07446-01-00 /Jefferson City September, 2007 03100-3 Concrete Formwork 3.04 APPLICATION OF FORM RELEASE AGENT , A. Apply form release agent on formwork in accordance with manufacturer's • instructions. Apply prior to placing reinforcing steel, anchoring and devices and embedded items. B. Do not apply form release agent where concrete surfaces are scheduled to receive i special finishes which may be affected by agent. Soak contactsurfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete. 3.05 INSERTS, EMBEDDED PARTS AND OPENINGS A. Provide formed openings where required for work embedded in or passing through ' concrete. B. Coordinate work of other sections in forming and setting openings, slots, recesses, , chases, sleeves, bolts, anchors and other inserts. C. Install accessories in accordance with manufacturer's instructions,level and plumb. Ensure items are not disturbed during concrete placement. 3.06 FORM REMOVAL ' A. Do not remove forms and shoring until concrete has sufficient strength to support its own weight and construction and design loads which may be imposed upon it. Remove load supporting forms when concrete has attained 75%of required 28 day ' compressive strength. • B. Do not damage concrete surfaces during form removal. ' 3.07 CLEANING A. Clean forms to remove foreign matter as erection proceeds. B. Ensure that water and debris drain to exterior through clean-out ports. C. During cold weather, remove ice and snow from forms. Do not use deicing salts. Do ' not use water to clean out completed forms, unless formwork and construction proceed within heated enclosure. Use compressed air to remove foreign matter. ' END OF SECTION 03100 , - i 07446-01 00/Jefferson City September, 2007 03100-4 Concrete Formwork , ' DIVISION 3 -CONCRETE • Section 03200 -Concrete Reinforcement ' PART1 GENERAL 1.01 SECTION INCLUDES A. Reinforcing steel bars, welded wire fabric and accessories for cast-in-place or precast concrete. 1.02 RELATED SECTIONS A. Section 03100 - Concrete Formwork. B. Section 03300 - Cast-in-Place Concrete. 1.03 REFERENCE TO STANDARDS A. ACI 301 -Structural Concrete for Buildings, latest edition. ' B. ACI 318- Building Code Requirements for Reinforced Concrete, latest edition. C. ACI 315- Details and Detailing of Concrete Reinforcement, latest edition. D. ANSI/ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. ' E. ANSI/ASTM A185 -Welded Steel Wire Fabric for Concrete Reinforcement. • F. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. 1 G. ASTM A775 - Epoxy-Coated Reinforcing Steel Bars. H. ASTM A884 — Epoxy Coated Steel Wire and Welded Wire Fabric for Reinforcement. I. AWS D12.1 - Welding Reinforcement Steel, Metal Inserts and Connections in j Reinforced Concrete Construction. J. CRSI -Concrete Reinforcing Steel Institute- Manual of Practice. ' K. ACI SP-66 - Detailing Manual. L. CRSI MSP-1-86 - Manual of Standard Practice. ' 1.04 SUBMITTALS A. Shop Drawings: Indicate bar sizes, lengths, splices, spacings, locations, and quantities of reinforcing steel and wire fabric, bending and cutting schedules, supporting and spacing devices and type of steel. • ' 07446-01-00/Jefferson City - September, 2007 03200-1 Concrete Reinforcement 4 � B. Manufacturer's Certificate: Certify that products meet or exceed specified • requirements. 1.05 QUALITY ASSURANCE A. Perform Work in accordance with CRSI 63, 65 and Manual of Practice, ACI 301, ACI 315, ACI 318 and ANSI/ASTM A185. B. Maintain one copy of each document on site. C. Submit certified copies of mill test report of reinforcement materials analysis, indicating physical and chemical analysis. 1.06 QUALIFICATIONS A. Welder's Certificates:Submit under provisions Division 1 -General Requirements, ' Manufacturer's Certificates, certifying welders employed on the Work, verifying AWS qualification within the previous 12 months. ' 1.07 COORDINATION A. Coordinate work under provisions of Division 1 -General Requirements. B. Coordinate with placement of formwork, formed openings and other Work. PART2 PRODUCTS • 2.01 REINFORCEMENT , A. Reinforcing Steel: ASTM A615, 60 ksi yield grade; deformed billet steel bars, unfinished. ' B. Epoxy Coated Reinforcing Steel: ASTM A775. C. Welded Steel Wire Fabric: ASTM A185 Plain Type; unfinished. D. Epoxy Coated Welded Wire Fabric: ASTM A884. 2.02 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and support of reinforcement during concrete placement conditions, including load bearing pad on bottom to prevent vapor barrier puncture. C. Special Chairs, Bolsters, Bar Supports, Spacers Adjacent to Weather Exposed Concrete Surfaces: Plastic coated steel type; size and shape as required. , • - / ' 07446-01 00 Jefferson City September, 2007 03200-2 Concrete Reinforcement 2.03 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI Manual of Practice, ACI 315, ACI 318 and ANSUASTM A185. B. Locate reinforcing splices not indicated on drawings, at point of minimum stress. PART 3 EXECUTION ' 3.01 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate ' from required position. Reinforcement shall be tied at a minimum of 50 percent of the bar intersections. Tack welding of reinforcing for maintaining position and welding of splices shall not be permitted. ' B. Do not displace or damage vapor barrier. ' C. Accommodate placement of formed openings. D. -Conform to ACI 318 for concrete cover over reinforcement, unless noted otherwise on drawings. E. Wall reinforcement shall not be placed in the work until one side of the wall forms has been erected,aligned and braced. As the wall reinforcement is placed, it shall ' be secured to the wall form with the proper clearance between the steel and forms. • F. Slab reinforcement shall be supported by manufactured steel bolsters only. ' Concrete brick may be permitted only in slab on grade or footing construction. G. Where walls or other items are shown as built integrally with other sections, but are placed as separate pours, keys and dowels shall be provided. Dowels shall be ' same size and at same spacing as reinforcing,unless noted otherwise. H. Provide 6 x 6 -W 6.0 x W 6.0 electrically welded wire reinforcement, ASTM A185 ' reinforcing in all concrete slabs on ground unless shown otherwise. I. Provide corner bars of same size and spacing as main reinforcement at all intersections and corners, unless noted otherwise. J. Where openings occur in walls or slabs, and unless otherwise noted on the plans, provide two (2)#5 bars at all sides and extending at least 2 feet beyond corners and two (2)#5 bars at least 3 feet long diagonally across each re-entrant comer. K. The Contractor shall give at least 24 hour notice to the Engineer for inspection of ' the reinforcing prior to the placement of the concrete. L. The reinforcing for the concrete placement shall be completed before ordering concrete. • M. Dowels shall be placed during forming and prior to concrete placement or drilled ' 07446-01-00 /Jefferson City September, 2007 03200-3 Concrete Reinforcement and grouted into hardened concrete. Dowels shall not be "wet set' into freshly- , placed concrete without the permission of the Engineer. • 3.02 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Division 1 - General Requirements. END OF SECTION 03200 ' • 07446-01-00/Jefferson City September, 2007 03200-4 Concrete Reinforcement ' DIVISION 3 - CONCRETE • Section 03300 -Cast-In-Place Concrete PART1 GENERAL ' 1.01 SECTION INCLUDES A. Cast-in-place concrete floors, foundation walls, supported slabs, beams and columns. B. Floors and slabs on grade. ' C. Control, expansion and contraction joint devices associated with concrete work, including joint sealants. D. Equipment pads and manhole slabs. 1.02 RELATED SECTIONS ' A. Section 02317 - Backfilling and Compaction. B. Section 03100 - Concrete Formwork. C. Section 03200 -Concrete Reinforcement. ' D. Section 03390 -Concrete Curing Materials. E. Section 07920 -Joint Sealants. F. Division 15—Mechanical. ' G. Division 16 - Electrical. 1.03 REFERENCE TO STANDARDS A. ACI 212 - Guide for Use of Admixtures in Concrete. B. ACI 301 -Structural Concrete for Buildings. ' C. ACI 302 - Guide for Concrete Floor and Slab Construction. D. ACI 304-Recommended Practice for Measuring, Mixing,Transporting and Placing Concrete. ' E. ACI 305R - Hot Weather Concreting. F. ACI 306R -Cold Weather Concreting. ' G. ACI 308 -Standard Practice for Curing Concrete. H. ACI 318 - Building Code Requirements for Reinforced Concrete, latest edition. ' I. ANSI/ASTM D994 - Preformed Expansion Joint Filler for Concrete (Bituminous Type). ' J. ANSI/ASTM D1190 - Concrete Joint Sealer, Hot-Poured Elastic Type. ' 07446-01-00 /Jefferson City September, 2007 03300-1 Cast-In-Place Concrete 1 K. ANSI/ASTM D1751 - Preformed Expansion Joint Fillers for Concrete Paving and , Structural Construction (Non-extruding and Resilient Bituminous Types). L. ANSI/ASTM D1752-Preformed Sponge Rubber and Cork Expansion Joint Fillers , for Concrete Paving and Structural Construction. M. ASTM 8221 -Aluminum and Aluminum-Alloy Extruded Bars, Rods,Wire,Shapes, ' and Tubes. N. ASTM C33- Concrete Aggregates. ' O. ASTM C40 -Test for Organic Impurities in Sands for Concrete. P. ASTM C42-Method of Obtaining and Testing Drilled Cores and Sawed Beams of ' Concrete. Q. ASTM C88 - Test for Soundness of Aggregates by Use of Sodium Sulfate or , Magnesium Sulfate. R. ASTM C94- Ready-Mixed Concrete. ' S. ASTM C117 -Test for Materials Finer Than No. 200 Sieve in Mineral Aggregates by Washing. 1 T. ASTM C123 -Test for Lightweight Pieces in Aggregate. U. ASTM C127 -Test for Specific Gravity and Absorption of Coarse Aggregate. V. ASTM C136 -Test for Sieve or Screen Analysis of Fine and Coarse Aggregates. ' W. ASTM C138 - Test for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete. ' X. ASTM C142 -Test for Clay Lumps and Friable Particles in Aggregates. Y. ASTM C143 -Test for Slump of Portland Cement Concrete. 1 Z. ASTM C150 - Portland Cement. AA. ASTM C172 - Method of Sampling Fresh Concrete. ' BB. ASTM C231 - Test for Air Content of Freshly Mixed Concrete by the Pressure ' Method. CC. ASTM C260 -Air Entraining Admixtures for Concrete. DD. ASTM C494 - Chemicals Admixtures for Concrete. EE. USDA Bull. 949 Dorry Hardness Test. ' 1.04 SUBMITTALS . 07446-01-00 /Jefferson City , o ty September, 2007 03300-2 Cast-In-Place Concrete , 1 A. Product Data: Provide data on joint devices, attachment accessories, admixtures, form release agents and bonding agent. ' B. Material Certifications: For each item listed, provide information indicated. ' 1. Coarse and Fine Aggregate a. Producer Name. ' b. Quarry Location. C. Contact Person and Phone Number. d. MoDOT Certification Sheets with Material Quality Results. ' e. Specific Gravity. f. Moisture Content. 2. Cement a. Mill Test Report. b. Producer Name and Location. 3. Water ' a. Specify Potable Water Source. C. Concrete Mix Properties: Provide the following information: ' 1. Mix Design • a. Cement(Lbs./C.Y.) b. Fine Aggregate(Lbs./C.Y.) C. Coarse Aggregate (Lbs./C.Y.) d. Water(Lbs./C.Y.) ' e. Admixtures. 2. . Slump Specified. ' 3. Air Content Specified. ' D. Mix Plant Certification: Provide MoDOT certification of plant inspection(within past 12 months) and provide contact person name, address, and phone number at plant. E. Manufacturer's Installation Instructions: Indicate installation procedures and interface required with adjacent work. ' F. Submittal Timing: Within 30 days of award, the Contractor shall indicate his intentions regarding mix design. Should Method 1 be used,the submittal should be submitted with back-up documentation as indicated under the provision of Method ' 1. Should Method 2 be utilized, the proposed mix trial proportions and w/c ratios made should be submitted. This would then be followed with 7 and 28 day breaks. . Concrete placement shall not be permitted prior to approval of mix designs. ' 07446-01-00/Jefferson City September, 2007 03300-3 Cast-In-Place Concrete 1.05 PROJECT RECORD DOCUMENTS A. Accurately record actual locations of embedded utilities and components, which are concealed from view. 1.06 QUALITY ASSURANCE , A. Perform work in accordance with ACI 301 and ACI 318. B. Maintain one copy of each document on site. C. Acquire cement and aggregate from same source for all work. ' D. Conform to ACI 305R when concreting during hot weather. E. Conform to ACI 306R when concreting during cold weather. , 1.07 FIELD TESTS A. Provide under provisions of Division 1 - General Requirements. ' B. Cylindrical Compression Tests ' 1. Contractor shall make arrangements with the Owner/Engineer's independent laboratory for making compression strength tests. He shall also make ' arrangements with Owner/Engineer's independent laboratory to have • cylinders picked up and transported to location of curing and testing. 2. Specimens for making compressive strength tests shall be made using ' standard 6" x 12" cylindrical molds. The Contractor shall arrange with an independent laboratory to take samples and fill molds. Specimens shall be made, cured and tested in accordance with ASTM C-31 and ASTM C-39. , 3. Test cylinders shall accurately represent concrete placed in forms. For each 50 cubic yards or fraction thereof or for each 4,000 square feet of surface area poured per day in each separate structure of each class of concrete, , one set of four standard cylinders shall be cast. Castin g,handling and curing of all cylinders shall be in accordance with ASTM C21. Additional cylinders , may be required if an error in batching is suspected. For first 24 hours after molding,cylinders shall be kept moist in storage box constructed and located so that its interior air temperature will be between 60 and 80 degrees F. At end of 24 hours, cylinders shall be transported to laboratory. Exception: ' Where the Contractor intends to remove load supporting forms (when conditions permit), a sufficient number of additional test cylinders shall be made and shall be field cured at the site of the structure. Field curing shall ' continue up to within four hours prior to laboratory testing. The Contractor shall be responsible for the safe field storage of the concrete cylinders during the field curing process. , • 07446-01-00 /Jefferson City , September, 2007 03300-4 Cast-In-Place Concrete ' 4. Contractor shall inform Engineer 24 hours in advance of any concrete pours, • indicating location and size of pour by submitting completed pre-pour ' checklist. 5. Testing of specimens for compressive strength shall be in accordance with ASTM C39._ Tests shall be made at 7 and 28 days from time of molding. One test cylinder from each group of four shall be tested at end of 7 days and two will be tested at end.of 28 days, all in accordance with ASTM C39. Fourth cylinder shall be held for testing as a check cylinder. ' 6. Laboratory test reports shall include following information: ' 1. Mix design designation 2. Number of specimens 3. Date specimen taken 4. Date specimen tested 5. Portion of structure represented by specimen 6. Design strength of concrete 7. Slump of concrete ' 8. Temperature of concrete 9. Percent entrained air 10. Test strength of specimen ' C. Slump Test ' 1. Contractor shall make arrangements with the Owner/Engineer's independent • laboratory for taking slump tests. Concrete shall be tested for consistency on site in accordance with ASTM C-143. Contractor shall arrange for slump tests to be made from first load of concrete of each placement and as often ' thereafter as Engineer determines necessary. 2. If a concrete pump is used to deposit concrete, the slump tests shall be ' made as concrete is delivered from the mixer to the concrete pump. See Section 3.05(F)of this specification for additional requirements. ' D. Air Entrainment 1. Contractor shall make arrangements with the Owner/Engineer's independent laboratory for taking air tests. Air content of air entrained concrete shall be determined in conformance with ASTM C-231. Contractor shall arrange for sufficient tests to be made to insure uniform air content in placement. 2. If a concrete pump is used to deposit concrete,the air tests shall be made as concrete is delivered from the mixer to the concrete pump and as the concrete is discharged from the concrete pump into the place of deposit. Once a relationship is established between air contents before and after the concrete pump, air tests may be made as concrete is delivered from the mixer only. ' 1.08 COORDINATION • 07446-01-00/Jefferson City September, 2007 03300-5 Cast-In-Place Concrete 1 1 A. Coordinate work under provisions of Division 1 -General Requirements. ' B. Coordinate the placement of joint devices with erection of concrete formwork and • placement of form accessories. ' PART2 PRODUCTS ' 2.01 CONCRETE MATERIALS A. Cement: ASTM C150, Portland Type I - Normal. Only one brand of cement shall ' be used for exposed concrete throughout any one structure or composite element. Cement used for rubbing and/or patching shall be of same type and brand as that used in element of work. ' B. Concrete Aggregate 1. Concrete aggregate shall conform to ASTM C33. Maximum size of coarse ' aggregate shall be in accordance with guidelines listed below: Maximum Aggregate 1 Size, Inches Type of Structure 1/2" Concrete Toppings ' 3/4" Mud Slabs Stairs and Steps ' Columns • Beams Elevated Slabs , Flowable Fill 1" Grade Beams Equipment Pads ' All Other Structures 1-1/2" Caissons, Piles and Piers , Footings Slabs on Grade, Interior& Exterior Tank Walls , 2. Aggregate gradations shall meet the requirements of Section 1005 "Aggregate For Concrete" Missouri Standard Specifications for Highway ' Construction and shall conform to following: 1-1/2" Coarse Aggregates Sieve Size % Passing , 1-3/4" 100 07446-01-00 /Jefferson City ' September, 2007 03300-6 Cast-In-Place Concrete ' 1-1/2" 95 - 100 • 3/4" 35-70 3/8" 10 - 30 ' No. 4 0 - 5 1" Coarse Aggregates Sieve Size % Passing 1-1/2" 100 1" 95 - 100 1/2" 25 -60 ' No. 4 0 - 8 3/4 Coarse Aggregates ' Sieve Size % Passing 1" 100 3/4" 90 - 100 3/8" 15 -45 No. 4 0 -8 ' Fine Aggregate lie Sievve Size % Passing 3/8 100 No. 4 95 - 100 No. 16 40 -75 No. 50 5 - 30 No. 100 0 - 10 ' Results of durability tests shall be required for coarse and fine aggregates used for concrete. In lieu of durability test results, a certificate from the ' aggregate supplier(s)indicating that the aggregate furnished is from a supply approved for use in concrete by the Missouri Department of Transportation will be acceptable. ' C. Fly Ash 1. Fly ash-used in concrete shall-meet ASTM C618, Type F with 5% maximum ' loss on ignition. 2. Supplier shall furnish certifications/fly ash analysis. ' D. Water 1. Water used in mixing concrete and mortar and water used for curing ' concrete shall be clean, clear and free from deleterious amounts of sugar, • acids, alkalies, salts or organic matter. Water approved by public health ' 07446-01-00/Jefferson City September, 2007 03300-7 Cast-In-Place Concrete agencies for drinking may be accepted without being tested. All other ' sources shall be approved by Engineer. . 2.02 ADMIXTURES ' A. When required or permitted, admixtures shall conform to requirements specified ' below. Use of one or more admixtures in concrete shall be approved by Engineer prior to its use at job site. B. Field Service: When requested, the Contractor shall arrange to have a qualified ' concrete technician employed by manufacturer be available to assist in proportioning concrete materials for optimum use, to advise on proper use of admixture and adjustment of concrete mix proportions to meet job site and climatic , conditions. 1. Air Entraining Admixture: Shall conform to ASTM C260 and shall be Darex AEA by W. R. Grace; MB-VR by Master Builders, Sealtight AEA by W. R. ' Meadows, or equal. 2. Water Reducing dmixture: Shall conform to ASTM C494 Type A and shall 9 � Yp be WRDA b W. R. Grace Pozzoli h b Master Builders, Pla im n ik t e st e t b S a Y Y Y Corporation or equal. 3. Water-Reducing and Retarding Admixture -Shall conform to ASTM C 494, ' Type D and shall be Daratard-17 by W. R. Grace & Co., or equal. 4. Non-Chloride Accelerating Admixture-Shall conform to ASTM C 494,Type ' C and shall be Daraset or DO Corrosion Inhibitor by W. R. Grace &Co., or • equal. , 5. Superplasticizers: Shall conform to ASTM C494 Type F. Material shall contain no calcium chloride and shall be WRDA-19 or Daracem-100 by W. R. Grace & Co., or equal, furnished in liquid form ready for use. ' C. Calcium chloride shall not be permitted under any circumstances. Non-corrosive accelerator may be used in concrete,other than when it is required,when approved ' by Engineer. D. Admixtures containing chloride shall not be used where aluminum conduit, ' couplings or accessories are embedded in concrete without adequate corrosion protection for embedded items. 07446-01-00 !Jefferson City ' September, 2007 03300-8 Cast-In-Place Concrete 1 ' 2.03 ACCESSORIES A. Bonding Agent: Bonding agent shall be Larsens"Weld-Crete"or equal. Installation ' shall be according to manufacturer's recommendations. B. Vapor Barrier: 6 mil thick clear polyethylene film type recommended for below ' grade application. C. Non-shrink Grout: All column base plates, equipment bases and other locations noted in drawings shall be grouted. Grout shall be "N-S Grout" by the Euclid ' Company,"Masterflow 928"by Masterbuilders,"Sika Grout 212"by Sika,or equal. Equipment bases(25 HP or greater)shall be grouted with"Euco Hi-Strength Grout" ' by Euclid Company, "Ceilcote 648 CP", or equal. 2.04 JOINT DEVICES AND FILLER MATERIALS A. Fiber Expansion Joint Filler: ASTM D1751, Federal Spec. HH-F-341 F, Type I - asphalt saturated organic fiber, 1/2 inch thick(unless otherwise shown). ' B. Sealant and Primer: As specified in Section 07920. 2.05 CONCRETE MIX I ' A. Strength: 1. Concrete for all parts of work shall be homogeneous and, when hardened, Ishall have required strength, resistance to deterioration,durability, resistance le to abrasion watertightness, appearance and other specified properties. I ' Mix Design A Cement Type I ' Fly Ash Optional 7 Day Strength, psi 2,500 28 Day Strength, psi 4,000 W/C or W/C&P (Max.) 0.45 ' Air Content% 4-1/2 to 7-1/2% Note: Cement/fly ash may require a retarding admixture during hot weather ' (> 80° F) and reduced ash content during cold weather (< 40° F). The Contractor will be required to submit proposed mix designs utilizing Method -2, paragraph 2.05F.1-.b: -- - 2. Revised mix designs shall be submitted to the Engineer when weather conditions require use of additional admixtures or changes in mix design. Revised mix designs shall be submitted to the Engineer if the source for any component of the concrete changes for any reasons whatsoever. This shall include changes in cement, aggregate or admixture supplier. Trial mixes ' shall be developed in accordance with Method 2. New mix designs shall be assigned alpha numeric designations beginning with "D". ' 07446-01-00/Jefferson City September, 2007 03300-9 Cast-In-Place Concrete 3. Design of the fly ash mix shall be based on the technique where the fly ash ' replaces a part of the cement with a greater weight of fly ash and then compensates for the large amount of fines by a subsequent reduction in fine , aggregate content. 4. Strength level of an individual class of concrete shall be considered ' satisfactory if both of following requirements are met: a. Average of all sets of three consecutive strength tests equal or exceed f, = 4,000 psi. , b. No individual strength test falls below f,by more than 500 psi. 5. If either of above requirements are not met, steps shall be taken to increase , average of subsequent strength test results. Engineer shall have right to order a change in proportions of mix for remaining work. Engineer shall also ' have right to require conditions of temperature and moisture necessary to secure required strength. If requirement(b)is not met,following steps shall be taken. a. If any strength test of laboratory-cured cylinders falls below specified values of fc by more than 500 psi or if tests of field-cured cylinders indicate deficiencies in protection or curing, steps shall be taken to ' assure that load-carrying capacity of structure is not jeopardized. b. If likelihood of low-strength concrete is confirmed and computations ' indicate that load-carrying capacity may have been significantly reduced,tests of cores drilled from area in question may be required in accordance with "Method of Obtaining and Testing Drilled Cores and ' Sawed Beams of Concrete"(ASTM C42). In such cases,three cores shall be taken for each strength test more than 500 psi below specified value of fc. If concrete in structure will be dry under service condition, cores shall be air dried (temperature 600 to 80° F., relative humidity , less than 60%) for 7 days before test and shall be tested dry. If concrete in structure will be more than superficially wet under service conditions, cores shall be immersed in water for at least 40 hours and ' be tested wet. C. Concrete in an area represented by core tests shall be considered , structurally adequate if average of three cores is equal to at least 85% of fc and if no single core is less than 75% of fc. To check testing accuracy, locations represented by erratic core strengths may be ' retested. d. If criteria of paragraph (c) are not met, and if structural adequacy remains in doubt, the Engineer may order load tests as outlined in ' Chapter 20 of ACI 318-05 for questionable portion of structure or require other appropriate action. e. All costs associated with performing analytical investigations, core ' paid r Contractor. by Con r t a • 07446-01-00 /Jefferson City testing and load testing shall be paid o September, 2007 03300-10 Cast-In-Place Concrete 1 B. Slump: • p ' 1. Slump of concrete of normal weight as determined by "Method of Test for Slump of Portland Concrete" (ASTM C-143)shall be as follows: ' Kinds of Construction Maximum Slump Footings, caissons and sub- 3" structure walls Slabs, Beams, Columns, 4" Reinforced Walls and Concrete Toppings All concrete containing a water reducer shall have a maximum slump as ' recommended by the manufacturer of the water reducer and approved by the Engineer, but shall not exceed 8 inches. ' C. Durability: 1. Concrete which will be subject to exposure conditions such as freezing and ' thawing, severe weathering or chemicals, shall contain total entrained air between 4-1/2% and 7-1/2% of concrete by volume. ' 2. Interior floor slabs and other elements located indoors and not subjected to • any of above mentioned exposure conditions need not contain entrained air for purposes of durability but may be included from standpoint of increased workability at Contractor's option. ' D. Proportioning of Ingredients: 1. Proportion of ingredients shall be selected to produce proper placability, ' durability, strength and other serviceability requirements. Proportion of ingredients shall be such as to produce a mixture which will work readily into comers and angles of forms and around reinforcement by methods of placing and consolidation employed on work, but without permitting materials to segregate or excessive free water to collect on surface. ' E. Mix Design Use Locations- 1. All cast-in-place concrete on this project shall be placed utilizing- Mix A ' specified in Paragraph 2.05(A)(1) above. F. Procedures for Mix Design Acceptance: ' 1. Determination of proportions of cement,aggregate,admixtures and water to attain required strengths shall be made by one of following methods: i' a. Method 1 - Field Test Data: • it 07446-01-00/Jefferson City September, 2007 03300-11 Cast-In-Place Concrete 1. This procedure shall be acceptable when production facility ' has a control record, based on at least 30 consecutive • strength tests of the identical mix or mixes obtained within the , past year representing materials and conditions to those expected. Compressive strength tests shall equal to or exceed specified strength. Air and slump shall meet the requirements specified herein. Contractor shall submit to ' Engineer mix design and test results for approval. 2. In all respects,the components of the proposed concrete mix shall be identical to the components represented by the field test data. This includes cement type and cement manufacturer, material gradation and material sources admixture suppliers and concrete plant. 3. Under no circumstances shall applicable requirements for ' cement,water,admixtures and aggregate durability as stated in this specification be waived in approval of mix design. Contractor shall submit in writing certification of the performance of proposed mix design and guarantee materials , proposed in mix design will be used throughout duration of the project. 4. Use Flow Chart Fig. 5.3 of ACI 318-05 for approval ' procedure. b. Method 2 -Trial Mixes -Applicable Standards: ' • 1. ACI 211-1 (ACI 613) Recommended Practice for Selecting ' Proportions for Concrete. 2. ASTM C-192 Method for Making and Curing Concrete Compression and Flexure Test Specimens in the Laboratory. ' 3. ASTM C-39 Method of Test for Compressive Strength of Cylindrical Concrete Cylinders. 4. Trial mixtures having proportions and consistencies suitable for work shall be made in accordance with ACI 211-1 (ACI , 613), USING AT LEAST THREE DIFFERENT WATER- CEMENT RATIOS which will produce a range of strengths encompassing those required for work. Trial mixes shall be ' designed to produce slump within 1" of maximum permitted and for air-entrained concrete, maximum allowable air content. Temperature of concrete used in trial batches shall be reported. , 5. For each water-cement ratio, at least 3 compression test cylinders for each test age shall be made and cured in , accordance with ASTM C-192. They shall be tested for strength at 28 days or at earlier or later age specified • 07446-01-00/Jefferson City September, 2007 03300-12 Cast-In-Place Concrete I! according to ASTM C-39. The water cement ratio to be used • in concrete shall be selected to produce minimum specified ' compressive strength. No substitutions shall be made in materials used on work without additional tests in accordance herewith to show that quality of concrete is satisfactory. r ' PART 3 EXECUTION 3.01 EXAMINATION A. Verify site conditions under provisions of Division 1 - General Requirements. ' B. Verify requirements for concrete cover over reinforcement. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely,and will not cause hardship in placing concrete. 3.02 PREPARATION ' A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. ' B. In locations where new concrete is dowelled to existing work, drill holes in existing concrete, insert steel dowels and pack solid with non-shrink grout. ' 3.03 TESTING • A. Plant Tests Sufficient testing shall be done by the supplier to assure the quality and consistency of the mix produced. The field tests are not to be used as a gauge of this quality. B. Field Tests tSee Section 1.07 of this specification section. 3.04 BATCHING, MIXING AND TRANSPORTING CONCRETE ' A. Concrete shall be transit-mixed and batched at stationary batch plant which has been certified by the Missouri Department of Transportation. Name of concrete supplier shall be submitted to Engineer for approval prior to beginning of concrete work. Engineer reserves right to reject supplier at any time and to require Contractor to obtain different supplier. ' B. Concrete batch shall be transferred from plant hoppers to revolving-drum type truck mixers and it shall be completely mixed while in transit to job site. Truck mixers shall be modern and dependable and be maintained in good working condition. ' Engineer reserves right to disallow any truck mixers that have excessively wom mixing blades or fail to conform to any other requirements of this specification, or • hinder operations of placing and finishing at job site. ' 07446-01-00/Jefferson City September, 2007 03300-13 Cast-In-Place Concrete C. Delivery and discharge of concrete shall be made within 1-1/2 hours or before drum • has revolved 300 .revolutions after addition of mixing water to cement and , aggregates. Delivery of mixed concrete shall be regulated so that there will not be an interruption of more than 20 minutes duration in placement of concrete in forms. Engineer may waive these requirements if slump and temperature requirements are met without adding water. ' D. Each load of transit-mixed concrete shall have delivery ticket showing following information: ' 1. Mix design designation 2. Quantity of concrete , 3. Concrete design strength 4. Quantity of cement 5. Quantity of water 6. Time of charging of mixer(mechanically stamped ticket only) 7. Total amount of admixtures 8. Quantity of water added to concrete at job site shall be noted on ticket. No water is to be added at job site unless approved by Engineer. , E. One copy of delivery ticket shall be furnished to Engineer at time truck arrives at job site. , 3.05 PUMPING CONCRETE A. Pumping of concrete shall be in accordance with ACI 304.2 except as modified , herein. • B. Contractor, at his option, may elect to use concrete pump for final placement of ' concrete. It is responsibility of Contractor to furnish and maintain in good working condition, modem and dependable equipment for pumping concrete. All equipment shall be appropriate for work in accordance with these specifications and subject to approval of Engineer. C. Selection of pipe diameter for pumping shall be such that smallest inside diameter ' is no less than 4 inches or 3 times nominal maximum size coarse aggregate, whichever is greater. D. Pumping lines shall be lubricated with minimum of 1 cubic yard of grout prior to i pumping regular mix through lines. E. Contractor shall show sufficient evidence prior to use of pump that mix is , um able. This shall be accomplished b submitting a certification from supplier P P P Y 9 PP that mix has performed satisfactorily on previous jobs of similar nature or by performing full scale field test for pumpability with line height and other variables , being identical (or nearly so)to that of actual placing conditions. F. No increase in water content shall be allowed for concrete,which-is to be pumped. ' An admixture (water reducer or superplasticizer) shall be used if improvement of • 07446-01-00 /Jefferson City , September, 2007 03300-14 Cast-in-Place Concrete ' pumpability of concrete is necessary. Mix design requirements of this specification shall apply for concrete containing admixtures not previously included in mix. ' 3.06 CONVEYING AND PLACING CONCRETE A. Concrete shall be conveyed and placed in conformance with ACI 318,ACI 309,and ' ACI 304. Method and manner of placing concrete shall be such as to avoid segregation or separation of aggregates or displacement of reinforcing steel. Contractor shall instruct laborers on proper vibration techniques required for each ' situation. B. Chutes shall extend as nearly as practicable to point of deposit. Concrete shall not ' be dropped more than 6 feet. For walls or column placements in excess of 6 feet vertical height, tremie shall be used in placing concrete. If reinforcing steel or formwork is such that tremie cannot be used, method of placement shall be ' approved by Engineer. C. Placement of concrete shall be regulated so that pressures caused by wet concrete will not exceed those used in design of forms. Concrete placed in vertical forms ' shall be placed in lifts of not more than two (2)feet which shall be kept practically level. D. On horizontal construction joints at mid-height of a wall, a mixture of grout shall be applied to joint immediately prior to placing concrete. This shall be a manually mixed and poured (via tremie)just ahead of concrete placement. ' 3.07 CONSOLIDATION ' A. Consolidation of concrete in formwork and in slabs shall be accomplished by use of hand-held internal type vibrators and shall be adequately powered to operate at minimum frequency of 4500 cycles per minute. They shall be applied internally to fresh concrete in manner which will result in homogeneous mass without ' segregation. B. Hand spading,tapping forms and other external vibration techniques shall be used ' only when permitted by Engineer and will not be allowed as sole means of consolidation of concrete. C. At beginning of concrete placement,a spare vibrator shall be on job site in addition to vibrators to be used during placement. D. When concrete is placed in vertical-forms, vibrator shall slowly penetrate-newly placed concrete well into concrete layer below. Vibrator shall penetrate concrete at frequent regular spacings amply close together to insure complete consolidation of concrete. ' E. Use of vibrator to aid in lateral movement of concrete in slabs or wall forms shall not be permitted under any circumstances. ' F. If electrical power for equipment used in the concrete placement is provided by a • portable electric generator, an additional back-up portable electric generator or an ' 07446-01-00/Jefferson City September, 2007 03300-15 Cast-In-Place Concrete 1 1 alternate reliable electrical source shall be available prior to and during the concrete ' placement. 3.08 CURING AND PROTECTION ' A. Freshly deposited concrete shall be protected from premature drying and ' excessively hot or cold temperatures and shall be maintained with minimal moisture loss at relatively constant temperature for period of time necessary for hydration of cement and proper hardening of concrete. B. Initial curing shall immediately follow finishing operation and shall continue for a , minimum of 24 hours after placement. Concrete shall be kept continuously moist by one of following methods listed below. ' 1. Polyethylene Sheeting: Unformed surfaces shall be covered with polyethylene sheeting as soon as concrete has hardened sufficiently to ' prevent marring surface. Surface of concrete shall be wetted immediately before sheeting is placed. Use of a layer of wetted burlap beneath sheeting may be required at option of Engineer. Edges of sheeting shall have sufficient lap and shall be fastened securely by any means satisfactory to ' Engineer to provide an airtight cover. Tears or holes in sheeting will not be permitted. 2. Membrane Curing: a. After concrete has been finished and immediately after water sheen is ' no longer visible on surface of concrete, surface shall be cured with membrane curing compound. Curing compounds may be used to cover all exposed surfaces. Membrane curing will not be permitted at , construction joints. Application shall be such to completely cover all exposed surfaces and rate of coverage shall be in accordance with manufacturers recommendations. b. Application of curing compound shall be by power sprayer. Garden , sprayers will not be allowed. Curing compound shall be applied immediately after form removal. Notify Engineer when curing ' compound is to be applied so that application rate can be verified. C. Curing compounds specified in Section 03370 - "Concrete Curing" shall be used unless other special floor treatments are required. 3. Continuous Wetting: ' a. After concrete has been finished and is hardened sufficiently to prevent any type of surface damage, curing shall be accomplished by continuous steam not exceeding 150°F, a continuous vapor mist bath ' or by use of burlap fabric kept continuously saturated. • 07446-01-00/Jefferson City ' September, 2007 03300-16 Cast-In-Place Concrete 1 ' Mechanical equipment used in this method shall be modem and • maintained in good working condition throughout specified curing ' period. All equipment and procedures shall meet approval of Engineer prior to its use. b. Immediately following initial curing and before concrete has dried, ' additional curing shall be accomplished by one of the following methods: ' 1. Continuing method used in initial curing. 2. Waterproof Paper: While concrete surface is still wet, ' surface shall be covered with waterproof paper meeting approval of Engineer. Paper shall be lapped minimum of 12" end to end and such laps and ends shall be securely held in ' place to form closed joint. Tears or holes in paper will not be permitted. 3. Other moisture-retaining coverages which are practical and ' meet approval of Engineer. 4. Final curing shall continue until cumulative number of days of ' initial and final curing totals not less than 7 days. Rapid drying at end of curing period shall be prevented. ' 5. Steel forms heated by sun and all wood forms in contact with • concrete during final curing period shall be kept wet. If forms are to be removed during curing period, one of above curing ' methods shall be employed immediately.. Such curing shall be continued for remainder of curing period. 3.09 COLD WEATHER CONCRETING AND CURING ' A. Special precautions described below shall be applicable to cold weather concreting and curing under following weather conditions: 1. In fall,when mean daily temperature falls below 40°F for more than one day. ' 2. In spring, until mean daily temperature rises above 40°F for three consecutive days. 3. Mean daily temperatures below 40°F are forecast. ' B. Minimum temperature of concrete and protection method shall be as follows: ' Minimum Atmospheric Fresh Concrete Protection Temperature Range Temperature Method Above 30°F 60°F 1 • 0°F-30°F 65°F 2 Below 0°F 70°F 3 ' 07446-01-00 /Jefferson City Septefiber, 2007 03300-17 Cast-In-Place Concrete C. Protection Method 1: • 1. Following finishing procedure and after concrete surface is such that no ' damage to surface will occur,concrete shall be covered with 12"of dry straw and then covered completely with layer of polyethylene sheeting or , equivalent. Covering shall be sealed and tied down to prevent flapping and shall remain in place for minimum of 7 days. D. Protection Method 2: , 1. Concrete shall be covered with minimum of 2"of an insulating material such as fiberglass or another commercial insulating material of not less than 2" ' and meeting approval of Engineer. Waterproof cover of 40 lb. asphalt- impregnated paper shall then be placed and maintained for minimum of 7 days. ' 2. After surfaces are formed, 2" insulating material shall be attached tightly to forms with suitable fastening devices so as to prevent circulation of air under insulation. Insulating material shall be installed prior to placement of concrete in forms. Special care shall be exercised at edges and ends so as to exclude air and moisture. This material shall remain in place for period of 7 days after concrete is placed. , E. Protection Method 3: 1. An adequate enclosure shall be erected to house formwork and exposed , concrete such that temperature is not less than 50°F or greater than 80°F for • a period of at least 7 days after placement of concrete. All enclosures shall ' be in place and meet approval of Engineer prior to placement of concrete. Salamanders and other heaters which produce carbon dioxide may be allowed, provided surfaces of concrete are adequately covered to prevent , direct exposure to carbon dioxide. All heating devices shall meet approval of Engineer. 2. Other suitable means of placing and protection may be permitted provided procedure is in conformance with ACI 306R and all other applicable sections, and meets approval of Engineer prior to its use. 3. If mean daily temperatures are above 40°F but weather forecast indicates ' low temperature of 32°F or below, concrete less than 72 hours old shall be protected by one of the following procedures: a. Two layers of polyethylene sheeting or 2 layers of waterproof paper. b. One layer of polyethylene and 1 layer of burlap. ' 4. This curing procedure shall remain in place until the concrete is at least 96 hours old. 5. Changes in temperature of concrete shall be as uniform as possible and shall not exceed 5°F in any one hour or 50°F in any 24 hour period. • 07446-01-00/Jefferson City ' September, 2007 03300-18 Cast-In-Place Concrete • 6. Contractor shall maintain temperature records of concrete. When concrete ' is placed, record time,date,weather conditions,outside air temperature and temperature of concrete. Record temperatures at several locations (or as directed by Engineer) within enclosures and on concrete surfaces, edges ' and corners to obtain the range of temperatures. Record maximum and minimum temperatures in each 24 hour period. Using measuring devices embedded in concrete surface or place thermometer against surface under temporary cover of thick insulation until constant temperature is registered. ' 3.10 HOT WEATHER CONCRETING AND CURING A. Special precautions contained.herein shall be applicable to hot weather concreting and curing when following conditions exist: 1. Any combination of high air temperature, low relative humidity and high wind velocity. Refer to ACI 305R, Figure 2.1.5 for more detailed information on specific conditions which create need for special precautions to be taken. ' 2. Any combination of rising air temperature and falling relative humidity. B. Hot weather concreting and curing shall be performed in accordance with requirements of this Specification and ACI 305R, latest edition. C. Under hot weather conditions, Contractor shall be responsible for making arrangements for installation of windbreaks, shading, fog spraying, sprinkling, • ponding or wet covering of light color. Arrangements shall be made in advance of placement and such protective measures shall be taken as quickly as concrete hardening and finishing operations will allow. D. Maximum allowable temperature of concrete at time of placement shall not be greater than 90°F. Concrete in excess of 90°F shall be rejected at no additional cost to Owner. Contractor shall have provisions at plant for maintaining temperature of concrete less than 90°F but greater than 55°F. Introduction of ice in an amount equal to 50%of mixing water by weight will be permitted. Use of higher quantities shall be approved by Engineer. ' Addition of water to increase the workability of the concrete at the site shall not be permitted. tChanges in temperature of the concrete shall be as uniform as possible and shall not exceed 5°F in-any one hour or 50°F in any 24-hour period. ' 3.11 FINISHES FOR CONCRETE A. Surface Finish for Formed Concrete Surfaces: 1. Defects in new concrete such as rock pockets and tie holes shall be repaired • when forms are removed. All form ties shall be removed to a point 1" 07446-01-00/Jefferson City September, 2007 03300-19 Cast-In-Place Concrete 1 beneath surface of concrete and resulting depression shall be carefully , pointed with mortar or sand, water and cement in a proportion of 2:1. • Bonding admixture, "Flex-Con" by Euclid Company, Sika Latex, or equal, ' shall be used in mortar. This shall be done for all surface finishes of formed concrete surfaces. 2. Formed concrete surfaces which will be covered by earth fill need not be ' finished except for repair of defects and pointing of form tie depressions. a. Surfaces that will be exposed to view after completion of work shall ' be given an ordinary finish consisting of removal, by rubbing, of any fins left by form work and rubbing of pointed areas to remove roughness and projection as well as repairing rock pockets and the holes as explained above. This includes interior wall surfaces above and below water surfaces. b. Exposed exterior wall surfaces of all proposed structures shall , receive a scrubbed finish. C. Exterior wall finish shall extend minimum of one foot below final grade. , d. A scrubbed finish shall be performed in the following manner: 1. Immediately following removal of the forms, remove all surface roughness, projections and other defects by grinding or chipping. Wet down the entire area and fill all air pockets, ' voids and other depressions with grout to produce a smooth • dense surface free from pits and other irregularities. Thoroughly scrub into the wetted surface a mortar mixture ' consisting of 1 part well graded sand passing the No. 30 sieve, 1 part Portland cement and a sufficient quantity of a bonding admixture (described previously) to produce a , workable mixture. Scrubbing shall be accomplished by use of a rubber or wood float following by finishing with a cork float or a light brush. The resulting surface shall be true and uniform, with no discernible thickness of mortar on the ' surface. 3. Surface Finish for Unformed Concrete Surfaces. ' a. Scratched Finish. A scratched finish is required on unformed concrete surfaces which will be covered with fill material and topping. The concrete shall be placed, consolidated, struck off and leveled. The surface shall then be roughened with stiff brushes or rakes before final set. b. Float Finish. A float finish is required on unformed concrete surfaces ' which will be covered by built-up roofing. After the surface has been leveled and has stiffened sufficiently to allow the operation,the surface ' shall be floated at least twice to a uniform sandy texture. • 07446-01-00/Jefferson City ' September, 2007 03300-20 Cast-In-Place Concrete ' C. Trowel Finish. A "hard, steel troweled finish" is required on all • unformed concrete surfaces which are exposed in the finished work. After floating, the surface shall be troweled at least twice to a dense, uniform surface free of blemishes, ripples and trowel marks. Care shall be taken to prevent an excess of fine material and water from being worked to the surface. Exterior slabs and sidewalks shall be ' given a "light broom finish" in lieu of the final steel troweling. 4. Miscellaneous All areas. Edges and corners of structures which are exposed in the completed structures shall be chamfered 3/4", unless noted otherwise. ' Edges of walks and slabs on grade shall be finished with an edging tool. Walks and slabs on grade shall have contraction joints scored in the II ' concrete to control cracking. The spacing of the scored joints shall be equal to the width of the walk or slab unless otherwise specified or noted on the plans. ' 3.12 REPAIR OF DEFECTIVE AREAS ' A. All repair work on defective areas, regardless of size shall have prior approval of Engineer. Methods and procedures shall be in accordance with ACI 301, Chapter 9 except as modified herein. B. As early as possible,after removal of forms, Contractor shall patch any poor joints, voids, air pockets and minor honeycomb. Large areas of honeycomb and other weak areas shall be chipped out with light pneumatic chip-hammer. When chipping is performed, edges shall be perpendicular to surface. Feather-edging will not be permitted. C. Repair of all defects shall be accomplished by first wetting area followed by application of a bonding grout consisting of one part cement and one part sand (passing the No. 30 sieve)mixed to consistency of thick cream. Patching material ' shall consist of one part of gray portland and white portland cement so proportioned with 2-1/2 parts of sand (passing the No. 30 sieve)and enough water to produce workable mixture which, when in place and cured will match color of unmarred ' surfaces. D. In lieu of cement bonding grout, bonding compound shall be Euco-Weld by Euclid Company, Duraweld by W. R. Grace Company,or equal. In lieu of portland cement patching material, for non-architectural and non-structural areas only, patching a compound may be "Poly-patch" by Euclid Company, Thorocrete by Standard Drywall, or equal. I ' 3.13 SCHEDULE -JOINT FILLERS A. Sealants: As specified in 07920. END OF SECTION 03300 07446-01-00/Jefferson City September, 2007 03300-21 Cast-In-Place Concrete i' . ' DIVISION 3 - CONCRETE Section 03390 -Concrete Curing Materials ' PART1 GENERAL 1.01 SECTION INCLUDES A. Initial and final curing of horizontal and vertical concrete surfaces. ' 1.02 RELATED SECTIONS A. Section 03300 - Cast-In-Place Concrete. ' 1.03 REFERENCE TO STANDARDS A. ACI 301 -Structural Concrete for Buildings. B. ACI 302 - Recommended Practice for Concrete Floor and Slab Construction. C. ACI 308-Standard Practice for Curing Concrete. D. ASTM C171 -Sheet Materials for Curing Concrete. I ' E. ASTM C309 - Liquid Membrane-Forming Compounds for Curing Concrete. ' F. ASTM D2103 - Polyethylene Film and Sheeting. • 1.04 SUBMITTALS ' A. Submit under the provisions of Division 1 -Section 01330. B. Product Data: Provide data on curing compounds, compatibilities, and limitations. 1.05 QUALITY ASSURANCE ' A. Perform work in accordance with ACI 301 and ACI 308. B. Maintain one copy of each document on site. ' 1.06 DELIVERY, STORAGE, AND HANDLING - A. Deliver,store, protect,and-handle products under provisions of Division 1 -General ' Requirements. B. Deliver curing materials in manufacturer's packaging including application- ' instructions. • ' 07446-01-00 /Jefferson City September, 2007 03390-1 Concrete Curing Materials PART2 PRODUCTS 2.01 MATERIALS A. Membrane type curing compound shall be "L&M Cure" by L&M Construction Chemicals,"Horncure"by W. R. Grace, "Masterkure"by Master Builders,or equal. ' Curing compound used shall be compatible with type of floor finish to be used. B. Water: Potable, not detrimental to concrete. , PART 3 EXECUTION 3.01 EXAMINATION ' A. Verify substrate conditions under provisions of Division 1 -General Requirements. B. Verify that substrate surfaces are ready to be cured. ' 3.02 EXECUTION ' A. Cure surfaces in accordance with ACI 308. B. See Section 03300 -Cast-In-Place Concrete -Article 3.8 for curing methods. ' 3.04 PROTECTION OF FINISHED WORK A. Protect finished work under provisions Division 1 -General Requirements. • B. Do not permit traffic over unprotected floor surface. ' 3.05 SCHEDULES RESERVED ' END OF SECTION 03370 ' 1 • 07446-01-00 Jefferson i ' / C ty September, 2007 03390-2 Concrete Curing Materials ' DIVISION 9- FINISHES • Section 09900- Painting I ' PART 1 GENERAL ' 1.01 DESCRIPTION OF THE WORK A. Under this item, the Contractor shall furnish all labor, equipment, and materials ' required for painting of the pump discharge piping,fittings and pipe supports inside the wet well and the valve vault as specified herein. Failure of the specifications to list any surface shall not be reason to leave piping and equipment surfaces unpainted. For surfaces not listed, painting shall be as directed by the Engineer. 11 1.02 RELATED WORK ' A. Section 15060—Pipe and Pipe Fittings 1.03 QUALITY ASSURANCE ' A. Prior to any field painting, the Contractor shall require his painting Subcontractor to attend a pre-painting conference, also to be attended by representatives of the ' Contractor, the Engineer, the Owner, and the paint supplier. 1.04 SUBMITTALS ' A. The Contractor shall submit the type of paint system intended to be used, indicating • items to be painted, preparation, paint manufacturer, product designation and dry film thickness B. Submit six sets of color chip samples for approval by the Engineer. Color samples shall be used by the Owner in color selection where required. ' 1.05 DELIVERY, STORAGE AND HANDLING ' A. Paint shall be stored on site in accordance with the manufacturer's recommendation. In no case shall paint be allowed to freeze or exceed the shelf life. B. All materials shall be delivered in original sealed containers of the manufacturer. Labels shall show the name of manufacturer,type of coating,formulation,color and instructions for application. ' PART 2 PRODUCTS 2.01 SHOP PAINTING A. Shop painting as referred to herein is defined as the paint coat applied in the shop or plant immediately after the manufacture, fabrication or assembly, and prior to shipment to the site of installation. All flanged pipe and mill work shall receive at 07446-01/Jefferson City ' September, 2007 09900-1 Painting least one shop coat of paint prior to shipment,except as specifically approved by the Engineer. . B. Shop paint shall be as manufactured by the Tnemec Company, Inc.; Carboline ' Company;or an alternate approved by the Engineer. Shop paint shall be compatible with the finish paint to be used, and the Contractor shall obtain the Engineer's , approval of the paint to be used, before ordering the preparation of shop prints. Shop paint shall be indicated on shop prints. Ductile or Cast-iron pipe not to be buried shall not be tar dipped, but shall receive a shop coat of rust-inhibitive primer. , The primer listed shall be a shop coat unless otherwise stated. 2.02 FIELD PAINTING A. Field painting defines the paint coat or coats to be applied at the site where the structure is completed after erection or final installation in place, as specified. B. Field paint shall be as manufactured by Tnemec Company, Inc.; Carboline , Company; or an approved equal. The Contractor shall obtain the Engineer's approval of the paint to be used, and the shop paint and the field paint shall be , compatible. PART 3 EXECUTION 3.01 SURFACE PREPARATION ' A. Prior to the application of shop paint,the metal surfaces shall be cleaned to remove , visible rust, mill scale, paint and other foreign matter. Unless otherwise indicated in • the Special Provisions, the cleaning shall conform to SSPC-10(Near White Blast). B. No paint shall be applied on a wet or dirty surface. Rusted metal surfaces shall be wire brushed or sandblasted, if necessary,to prepare the surface for painting. If the shop coat has been damaged by the surface preparation, a field primer compatible ' with the finish paint shall be applied. C. No cleaning work shall begin before the prepared surfaces, or the manner of preparation is approved by the owner or his authorized agent. ' D. The proper abrasive to obtain the specified profile(anchor pattern)designated in the coating manufacturer's most recent printed Product Data Sheet shall be used. After , abrasive blasting, dust and spent abrasive shall be removed from the surfaces by brushing or vacuum cleaning. The prime coat shall be applied as soon as possible after the blasting preparation is finished and always before the surface starts to rust. No abrasive blasted surface shall stand overnight before coating. E. The compressed air used for blasting shall be free of water and oil. Adequate traps ' and separators shall be used to insure elimination of all contaminants. Minimum compressor size is 450 cfm. 07446-01/Jefferson City • September, 2007 09900-2 Painting t ' 3.02 COATING APPLICATION A. Coatings shall not be applied to wet or damp surfaces,except in accordance with the ' instructions of the manufacturer. B. All coatings shall be applied under favorable conditions by skilled applicators. C. All interior and exterior cleaned metal shall be prime coated, as specified, immediately after cleaning to prevent new rusting or oxidation of cleaned surfaces. D. All interior weld areas shall receive a brush-applied coat of epoxy prior to the application of the intermediate coat. ' 3.03 SHOP COATS ' A. Shop coats shall be in accordance with the listing that follows,or as approved by the Engineer, in accordance with the manufacturer's standard practice. After erection, the surfaces shall be touched up where damaged in shipping and erecting with the same type paint used as a shop coat. 3.04 FINISH COATS ' A. After erection or installation,the equipment or materials installed or erected shall-be touched up where the paint has been damaged during shipment or erection or installation, with the same type paint used as a shop coat. ' B. Materials or equipment not accessible after erection shall be painted before erection. 3.05 COATING THICKNESS A. The Contractor shall apply the number of coats, and attain the dry-mil thickness as listed. Where the number of coats and dry-mil thickness is not indicated, the paint ' manufacturer's recommendations shall be followed as to the number of coats and paint thickness for the intended service. B. Should the specified dry-mil thickness not be achieved by the number of coats shown, additional coats shall be applied to achieve the required dry-mil thickness. Roller or brush application will require additional coats. r3.06 COLOR A. Unless- colors are indicated in the specifications, color selection shall-be by the Owner. B. Undercoats shall be tinted slightly to insure coverage of subsequent coats. ' C. It is the intent that the finish coat be gloss or semi-gloss. 07446-01/Jefferson City ' September, 2007 09900-3 Painting 3.07 COLD WEATHER A. During cold weather (less than 50 0F), the Contractor shall comply with the paint manufacturer's recommendations as to the minimum temperature at which paint may ' be applied, and shall not apply paint below that temperature without the express permission of the Engineer. 3.08 PROTECTION AND SAFETY PRECAUTIONS A. All pertinent jobsite safety regulations shall be adhered to rigidly. In addition, all safety precautions noted on the manufacturer's Product Data Sheets and Application Instructions shall be observed and on site during surface preparation and application. These specifications are not intended to replace any safety regulations, , which are normally part of specified work, unless specifically stated and agreed to by the owner. B. All of the contractor's activities and equipment used on the jobsite must be in ' compliance with federal, state and local law. Defective or substandard equipment shall not be used. Hoists, ladder and electrical equipment, scaffolding, hand or , power tools must meet safety standards. 3.09 OVERSPRAY PROTECTION A. In areas where surfaces may be damaged by overspray, field application of paint , shall be by brush or roller. 3.10 ENVIRONMENTAL CONDITIONS ' A. Provide adequate continuous ventilation and sufficient heating facilities to maintain ' temperatures above 50°F for 24 hours before,during and 48 hours after applications of finishes. B. Provide minimum 25 foot candles (270 lx.)of lighting on surfaces to be finished. , C. All local, state and federal regulations shall be adhered to, whenever applicable to this project. 3.11 PAINT SYSTEMS A. The following is a list of the kind of paint, number of coats and coverage for various ' structures, applications, etc. The list is for Carboline and Tnemec coatings. PAINT SYSTEMS SYSTEM #OF CARBOLINE TNEMEC MIL ' COATS PRODUCTS PRODUCTS THICKNESS A 1 903 66-1211 3-4 1 890 66-Hi-Build 4 ' 1 134 HS 71 Endura Shield 2 07446-01/Jefferson City ' September, 2007 09900-4 Painting t3.12 PAINTED SURFACES LIST ' • A. The following is a list of major items to receive coatings. This list does not include all items to be coated, and does not relieve the Contractor from his responsibility to provide coatings on all items as required by the specifications. ' PAINT LIST Item System Color Ductile Iron or Cast Iron Pump Discharge Pipe A Dark Brown and Fittings, Valves, and any other exposed metal ' surfaces inside the Wet Well and Valve Vault (Note: HDPE pipe, stainless steel pipe supports and fasteners, and any valves that come provided with a fusion bonding epoxy coating are not required to be painted.) 3.13 WORKMANSHIP A. All coatings shall be applied in a workmanlike manner, in accordance with the most recent written Product Data Sheet from the coating manufacturer,by conventional or airless spray wherever possible. B. The application shall leave no sags, brush marks, pinholes or other defects. C. Drying time between coats will adhere to the coating manufacturer's recommendation with conditions of temperature, humidity and ventilation taken into account. A minimum of seven days following the application of the final coat on the interior surfaces shall be allowed before the tank is flushed, sterilized or filled with water. D. Cleaning and painting shall be scheduled so that dust and other contaminants from the cleaning process will not fall on wet, newly painted surfaces. ' E. The dry film thickness of each coat and of the entire system shall follow the coating manufacturer's recommendations and this specification. Number of coats specified shall be a minimum number of coats to achieve the specified film thickness. F. Coverage rates are theoretical as calculated by the coating manufacturer and are, therefore, the maximum allowable. ' G. All equipment shall be maintained in good working order and shall be comparable to that described in the coating manufacturer's most recent Product Data Sheets. Equipment shall be thoroughly cleaned and inspected daily. Worn spray nozzles, ' tips,etc.shall be replaced regularly. Effective oil and water separators shall be used and serviced on all.air lines. ' H. Except where otherwise specified, thinning shall be done only if necessary for the workability of the coating material and then, only in accordance with the coating • ' 04442-05/Edwardsville February, 2005 09900-5 Painting manufacturer's most recent printed Product Data Sheet. Use only the approved manufacturer's thinner. • I. Each coat shall be applied in a different color or shade from the preceding coat to ' aid in determining the uniformity and coverage of the coating. J. No coat shall be applied when the air temperature is below 45°F or above 100°F, or ' when the temperature of the surface to be coated is below 40°F, unless allowed in the coating manufacturer's Product Data Sheets. No coatings shall be applied if a predicted temperature of 35°F or lower is forecast within 24 hours of application unless the coating area is enclosed and heated. No painting shall be done when the surfaces may become damaged by rain,fog or condensation or when it is anticipated that these conditions will prevail during the drying period, unless suitable enclosures , to protect the surface are used. Where heat is necessary, it shall be supplied by the painting applicator and shall be of such type that it will maintain an air and coated surface temperature of 40°F to 60°F(minimum)during the coating period and 90°F ' (minimum) during the cure state if hot air forced curing is recommended by the coating manufacturer. Further, this heater shall be of such type as not to contaminate the surface area to be or being coated with combustible products. 3.14 INSPECTION A. Visual inspection for pinholes, holidays, dry spray, sags and other flaws shall be performed after each coat is applied. All such flaws shall be corrected before the next coat is applied. 3.15 GUARANTEE ' • A. The contractor shall guarantee his work for a period of one year to the extent that he ' shall repair any defects due to faulty workmanship or materials that may appear during this period. END O F SECTION 09900 ' 1 • 04442-05/Edwardsville February, 2005 09900-6 Painting ' DIVISION 11 - EQUIPMENT • Section 11310 -Submersible Pumps PART1 GENERAL ' 1.01 DESCRIPTION OF THE WORK A. Under this item, the Contractor shall furnish and install two(2)submersible pumps ' with appurtenances as specified. B. Installation/Removal Assembly. tC. Anchors. 1.02 RELATED WORK ' A Division 3—Concrete: Anchoring Equipment to Concrete B. Section 09900- Painting ' C Section 15260 - Pipe and Pipe Fittings D. Section 15265 -Piping Installation E. Division 16— Electrical F. Section 16220 - Motors ' 1.03 QUALITY ASSURANCE ' A. The pump manufacturer shall perform the following inspections and tests on the • pumps before shipment from the factory. ' 1. Impeller, motor rating and electrical connections shall first be checked for compliance to the customer's purchase order. ' 2. A motor and cable insulation test for moisture content or insulation defects. 3. Prior to submergence,the pump shall be run dry to establish correct rotation ' and mechanical integrity. 4. The pump shall be run for 30 minutes submerged,a minimum of 6 feet under water. ' 5. After operational test No. 4, the insulation test (No. 2) is to be performed again. A written report stating the foregoing have been done, shall be supplied with each pump at the time of shipment. ' 1.04 REFERENCE TO STANDARDS (RESERVED) ' • 07446-01/Jefferson City September, 2007 11310-1 Submersible Pumps 1 . 1.05 SUBMITTAL REQUIREMENTS • A. Submit under the provisions of Special Conditions -Section 01300. ' B. The submittals for the pumps and accessories shall include but not be limited to the following: 1 1. Equipment Layout(plan and elevation) 2. Overall Dimensions ' 3. Anchor Bolt or Mounting Hole Dimensions 4. Weight Total and Weights of Shipping Units 5. Detail Dimensions ' 6. Materials of Construction 7. Capacity 8. Performance Curves 9. Nameplate Data ' 10. Wiring Diagrams and Schematics Diagram 11. Interconnection Diagram (Electrical) 12. Mounting Details ' 13. Bill of Materials 14. Ambient Conditions Necessary for Efficient Operation 1.06 WARRANTY A. The manufacturer shall warrant the units being supplied to the Owner against ' defects in workmanship and materials for a period of one (1)year from the date of • acceptance by the Owner. B. The Contractor shall warrant the units being supplied to the Owner for a period of ' one year from the date of substantial completion established by the Owner. PART PRODUCTS ' 2.01 MANUFACTURERS A. ITT Flygt Corporation. ' 2.02 SUBMERSIBLE PUMPS ' A. General Design Criteria The pumps shall be capable of handling raw sewage and shall be capable of ' passing 3" spherical solids. The design criteria for each pump is given in the Schedule at the end of this Section. The pump unit shall automatically and firmly ' connect to the discharge piping when lowered into place on its mating discharge connection, permanently installed in the wet well. The pump shall be easily removable for inspection or service,requiring no bolts, nuts or other fastenings to be disconnected. Each pump shall have a fixed position lifting bail for pump removal. ' All submersible pumps shall be by the same manufacturer. All major parts, such as 07446-01/Jefferson City • September, 2007 11310-2 Submersible Pumps , ' the stator casing,oil casing,sliding bracket,volute and impeller shall be of gray iron. • All surfaces coming into contact with sewage shall be protected by a coating resistant to sewage. All exposed bolts and nuts shall be of stainless steel. ' B. Impeller ' The impeller shall be of gray cast iron, Class 35B, dynamically balanced, semi- open, multi-vane, back-swept, non-clog design. The impeller vane leading edges shall be mechanically self-cleaned upon each rotation as they pass across a ' spiral groove located on the volute suction which shall keep them clear of debris, maintaining an unobstructed leading edge. The impeller vanes shall have screw- shaped leading edges that are hardened to Rc 45 and shall be capable of ' handling solids, fibrous materials, heavy sludge and other matter found in waste water. The screw shape of the impeller inlet shall provide an inducing effect for the handling of sludge and rag-laden wastewater. Impellers shall be locked to the shaft, held by an impeller bolt and treated with a corrosion inhibitor. The pump: volute shall be of A48 Class 35B gray cast iron and shall have integral spiral shaped cast grooves at the suction of the volute. The internal volute bottom or insert ring shall provide effective sealing between the pump volute and the multi- , vane, semi-open impeller. The sharp spiral grooves shall provide the shearing edges across which each impeller vane leading edge shall cross during its rotation in order to remain unobstructed. The clearance between the internal ' volute bottom and the impeller leading edges shall be adjustable. C. Shaft Seal System ' The pump shall be provided with a mechanical rotating shaft seal system running in an oil reservoir having separate,constantly hydrodynamically lubricated lapped seal faces. The (lower)-seal unit between the pump and oil chamber shall contain one ' stationary and one positively driven rotating tungsten-carbide ring. The(upper)seal unit between the oil sump and motor housing shall contain one stationary tungsten- carbide ring and one positively driven tungsten-carbide ring. Each interface shall be ' held in contact by its own spring system supplemented by external liquid pressures. The seals shall require neither maintenance nor adjustment, but shall be easily inspected and replaceable. Shaft seals without positively driven rotating members ' or conventional double spring acting between the upper and lower units, requiring a pressure differential to offset external pressure and effect sealing, shall not be considered acceptable nor equal to the dual independent seal system specified. The ' shaft sealing system shall be capable of operating submerged to depths of, or pressures equivalent to,65 feet. Silicon carbide seals shall not be considered equal to the seal materials specified. ' D. Oil Chamber Each pump shall be provided with an oil chamber for the shaft sealing system. The ' oil chamber shall house a pressure equalizer ring filled with air for oil pressure compensation. The drain and inspection plug, with positive anti-leak seal, shall be easily accessible from the outside. ' • 07446-01/Jefferson City September, 2007 11310-3 Submersible Pumps E. Bearings • The pump shall rotate on two (2) permanently lubricated bearings. The upper ' bearing shall be a single row deep groove ball bearing or roller bearing. For pumps greater than 2 HP,the lower bearing shall be a two row angular contact ball bearing, ' single row lower bearings not being acceptable. No other motion of the pump unit, such as tilting or rotating, shall be required. Sealing of the discharge interface by means of a diaphragm, O-ring or other devices ' will not be considered acceptable or equal to a metal to metal contact of the pump discharge flange and mating discharge connection specified and required. No portion of the pump unit shall bear directly on the floor of the wet well. There shall be ' no more than one 90° bend allowed between the volute discharge flange and station piping. F. Pump Motor ' The pump motor shall be a NEMA B design, induction type with a squirrel cage rotor, shell type design, housed in an air filled, watertight chamber. The stator windings , shall be insulated with moisture resistant Class H insulation rated for 180°C(356°F). The stator shall be insulated by the trickle impregnation method using Class H monomer-free polyester resin resulting in a winding fill factor of at least 95%. The ' motor shall be inverter duty rated in accordance with NEMA MG1, Part 31 The motor shall be designed for continuous duty, capable of sustaining a minimum of fifteen (15)starts per hour. The pump motors shall all be 460 volt, 3 phase, 60 Hz. ' The motor horsepower shall be nonoverloaded over the pump curve operating duty range at full speed. Motor nameplate horsepower shall be based on stator temperatures not exceeding 260° F when operating in ambient temperatures of 104° ' F. The combined service factor(combined effect of voltage,frequency and specific gravity)shall be a minimum of 1.15.The motor shall have a voltage tolerance of plus or minus 10%. The motor shall be designed for operation up to 40°C (104°F) ambient and with a temperature rise not to exceed 80°C.A performance chart shall , be provided upon request showing curves for torque, current, power factor, input/output kW and efficiency. This chart shall also include data on starting and no- load characteristics. ' G. Pump Cable The cable entry water seal design shall be such that precludes specific torque ' requirements to insure a watertight and submersible seal. The cable entry junction box and motor shall be separated by a watertight stator lead sealing gland or terminal board which shall isolate the motor interior from foreign materials and water ' gaining access through the pump top. If epoxy cable entry is used in lieu of a rubber grommet and secondary sealing system, each pump control shall be provided with an independent ground fault detection system indicator and manual reset which will ' prevent a pump from operating if a ground fault is sensed. Pump motor cable installed shall be suitable for submersible pump applications and ' this shall be indicated by a code or legend permanently embossed on the cable. 07446-01/Jefferson City • September, 2007 11310-4 Submersible Pumps ' 1 Cable sizing shall conform to NEC specifications for pump motors and shall be of • adequate size to allow motor voltage conversion without replacing the cable. A minimum of 65 feet of cable shall be supplied with the excess coiled and hung. ' Suitable non-corroding brackets,one for each pump,shall be supplied and installed near the top of the pump station wet well to loop and hold the pump cables within the ' wet well. For wet wells deeper than 18 feet from the top slab to the top of the pump, the pump cable shall also be supported at intervals of approximately 10 feet using a vinyl covered stainless steel support cable that is also to be hung from the bracket. ' Stainless steel Kellum grips shall be placed around the pump cable at these 10 feet intervals and then attached to the stainless steel support cable using a cable clamp and bracket. The cable clamps shall be adjusted so that most of the weight of the pump cable is transferred to the stainless steel support cable at these 10 feet ' intervals. This is to.help prevent straining the pump cable at the sealing hub and to assist in pulling the pump cable out of the wet well when the pump is removed for service. H. Seals I ' All mating surfaces of major parts shall be machined and fitted with nitrite O-rings where watertight sealing is required. Machining and fitting shall be such that sealing is accomplished by automatic compression in 2 planes and O-ring contact made on ' four surfaces, without the requirement of specific torque limits to affect this. Rectangular cross-sectioned gaskets requiring specific torque limits to achieve compression shall not be considered adequate or normal. ' Tolerances of all parts shall be such that allows replacement of any part without • additional machining required to insure sealing as described above. No secondary sealing compounds, greases or other devices shall be used. ' I. Cooling System ' For pumps of over 10 HP, the unit shall be provided with an adequately designed cooling system, consisting of a cooling jacket which encircles the stator housing. Cooling media channels and ports shall be non-clogging by virtue of their dimensions. Each unit 10 HP and under shall be provided with an adequately designed cooling system. Thermal radiators. (cooling fins) integral to the stator housing, shall be adequate to provide the cooling required by the motor. All pumps shall be capable of operating continuously with the motor operating dry. ' J. Thermal Sensors Thermal sensors shall be used to monitor stator temperatures for motors over 3 HP. There shall be one for each phase group in the motor. These shall be used in conjunction with and supplemental to external motor over current protection and available at the control panel. Sensors shall be set at 260° F to maintain Nema B design requirements. Thermal sensors monitoring pump stator shall turn pump off and activate an alarm if stator overheats. Sensors in excess of 260° F are not acceptable. ' • 07446-01/Jefferson City September, 2007 11310-5 Submersible Pumps K. Leakage Sensor A leakage sensor shall be used to monitor and detect water in the stator chamber on ' motors greater than 25 HP. The leakage sensor shall be a float switch which when activated shall stop the motor and send an alarm. ' L. Mix-Flush Valve At least one pump in each wet well shall be equipped with an automatically operating valve that will provide a mixing action within the wet well at the start-up of the pumping cycle. The valve shall be a Flygt 4901 Flush Valve. This valve shall be mounted directly on the pump volute and shall direct a portion of ' the pumpage into the sump to flush and re-suspend solids and grease by the turbulent action of its discharge. The turbulent action caused by the flow shall also ' provide some sump aeration benefits. The valve shall be mounted on the pump volute so that it can be removed from the wet well along with the pump during normal and routine maintenance checks and shall be positioned on the volute to provide for non-clogging operation. The valve shall be equipped with an adjustable, wear- ' resistant discharge nozzle which shall be used to direct flow from the valve to optimize mixing action within the wet well. The valve shall not require any external power source or control to operate-neither , electric nor pneumatic. The use of an external power source is not acceptable. The valve shall be suitable for use in Class 1, Division 1 hazardous locations. ' The valve shall open at the beginning of each pumping cycle and shall automatically • close during pump operation after a pre-selected time of operation. The valve shall , operate automatically by differential pressure across the valve and shall be actuated through a self-contained hydraulic system which uses an environmentally safe fluid. A means of adjusting the valve operating time between approximately 20-50 seconds shall be provided on the outside of the valve. , M. Pump Accessories The submersible pump locations shall be furnished with the following accessories, ' by the pump manufacturer. 1. Pump cable holders and support cables. (also see paragraph G - Pump ' Cable). 2. Nameplate. Each unit to be complete with a stainless steel nameplate , securely attached to pump itemizing pump data including model number, serial number, impeller diameter and part number. 07446-01/Jefferson City • September, 2007 11310-6 Submersible Pumps ' 2.03 INSTALLATION/REMOVAL ASSEMBLY A. Sliding Guide Bracket A sliding guide bracket shall be an integral part of the pump unit. The volute casing shall have a machined discharge flange to automatically and firmly connect with the ' cast iron discharge connection, which when bolted to the floor of the sump and discharge line,will receive the pump discharge connecting flange without the need of adjustment, fasteners, clamps, O rings, packing or similar devices. ' B. Guide Bars Installation of the pump unit to the discharge connection shall be the result of a ' simple linear downward motion of the pump guided by no less than two(2)stainless steel guide bars. The guide bars shall be of the size recommended by the pump manufacturer and shall be made from 316 stainless steel pipe. C. Guide Bar Brackets ' Intermediate Guide Bar Brackets - sized as required by the pump manufacturer, spaced as recommended by the manufacturer and as shown on the drawings. Brackets shall be stainless steel. ' Upper Guide Bar Brackets-sized as required by the pump manufacturer. Brackets shall be stainless steel. ' D. Lifting Device • The pump shall be provided with a lifting bail which permits the pump to be lifted with ' a single hook so that it hangs in true vertical position. E. Grip-eye System ' Provide a grip-eye system such that a hoist cable can be lowered along a guideline, hook the pump lifting chain at the pump and then raise the pump. System shall ' include guideline equal in length to the depth of the pump wet well and a bracket to secure the guideline at the top of the wet well,a short length of high tensile strength galvanized chain and a forged "grip-eye" of wrought alloy steel. ' 2.04 ANCHOR BOLTS A. Furnish. and install Type 304 stainless-steel epoxy anchor bolts of the size and number recommended by the pump manufacturer. • 07446-01/Jefferson City ' September, 2007 11310-7 Submersible Pumps l' i l PART 3 EXECUTION , 3.01 EXAMINATION • A. Veri fy that anchor bolts re co rr ect s i ze a n d positioned properly. ' 3.02 PREPARATION (RESERVED) 3.03 INSTALLATION A. Install submersible pumps, installation/removal assembly, control equipment and accessories in accordance with manufacturer's instructions and as shown on the drawings. ' B. Install interconnecting electrical wiring, conduit, etc. between submersible pumps and control equipment so that when power and control wiring is brought to the ' control equipment, the submersible pump system will be a complete operational system. 3.04 MANUFACTURER'S SERVICES , A. The Contractor shall include with his bid the services of the equipment manufacturer's field service technician for a period of one(1)eight hour day at the ' site. This service shall be for the purpose of check-out, initial start-up, certification, and instruction of operations personnel. A written report covering the technician's findings and installation certification shall be submitted to the Engineer covering all ' inspections and outlining in detail any deficiencies noted. • 3.05 TESTING , A. Before final acceptance of the pumps specified herein, the Contractor shall submit five (5) copies of certified and properly identified performance curves which shall reflect the operating characteristics of each pump model and impeller combination ' being supplied. The curves shall indicate head,capacity, horsepower,efficiency and input KW. Prior to pump station operation, all equipment shall be inspected for proper , alignment, quiet operation, proper connection and satisfactory performance by means of a functional test. ' 07446-01/Jefferson City • September, 2007 11310-8 Submersible Pumps , r r • 3.05 SCHEDULES rA. See following pump schedule. rSUBMERSIBLE PUMP SCHEDULE Full Speed Design Duty Point Conditions r Pump Station Name Algoa— East Moreau Pump Station ' Fluid Being Pumped Raw Sewage Pump Manufacturer and Model ITT Flygt Corporation - Model NP3127.980 with impeller number 488 ' Number of Pumps 2 Total Design Flow for Pump Station GPM 300 Design Flow Per Pump GPM 300 ' Total Dynamic Head at Design Flow feet 62 Flow at Best Efficiency Point GPM 540 Total Dynamic Head at Best Efficiency 49 ' Point feet Pump Discharge Size inches 4 Minimum Shut-Off Head feet 82 ' Minimum Motor Size (horsepower) 10 Minimum Overall Hydraulic Efficiency at 53% Design Flow Minimum Overall Hydraulic Efficiency at 62% Best Efficiency Point END OF SECTION 11310. 1 1 1 1 1 07446-01/Jefferson City September, 2007 11310-9 Submersible Pumps 1 ' DIVISION 13- SPECIAL CONSTRUCTION • Section 13122 - Pre-Engineered ' Fiberglass Buildings PART GENERAL 1.01 SECTION INCLUDES ' A. Pre-engineered fiberglass buildings and all associated electrical wiring and devices, heating equipment, and ventilation equipment. All equipment shall be factory installed pre-wired and tested prior to ' shipment. 1.02 RELATED SECTIONS ' A. Specified Elsewhere: ' 1. Section 03300—Cast-In-Place Concrete: Concrete building pad. 2. Division 16: Electrical connections. 1.03 REFERENCES TO STANDARDS ' A. ASTM C 518 — Standard Test Method for Steady-State Heat Flux Measurements and Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus. • B. ASTM D 256 — Standard Test Method for Determining the Pendulum Impact Resistance of Notched Specimens of Plastics. C. ASTM D 618—Standard Practice for Conditioning Plastics for Testing. ' D. ASTM D 638—Standard Test Method for Tensile Properties of Plastics. E. ASTM D 732 — Standard Test Method for Shear Strength Plastics by Punch Tool. F. ASTM D 790 — Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. G. ASTM. _D 792 — Standard. Test Method for Specific Gravity (Relative ' Density) and Density of Plastics by Displacement. H. ASTM D 1622 — Standard Test Method for Apparent Density of Rigid Cellular Plastics. ' I. ASTM D 2583 — Standard Test Method f o r Inden tat i on Hardness of Rigid Plastics by Means of a Barcol Impresser. • J. NFPA 70— National Electric Code, Most Current Edition ' 07446-01/Jefferson City September, 2007 13122-1 Pre-Engineered Fiberglass Buildings 1.04 SUBMITTALS , A. Submit in accordance with submittal procedures specified in Division 1. • B. Shop Drawings: Submit shop drawings which indicate the following: 1. Critical dimensions, jointing and connections, fasteners and anchors. 2. Materials of construction. ' 3. Sizes, spacing, and location of structural members, connections, attachments, openings, and fasteners. 4. Color(s). D. Manufacturer's installation instructions. , 1.05 SYSTEM DESCRIPTION ' A. Size of building shall be as indicated on the drawings and shall be a durable, corrosion resistant, molded fiberglass composite structure comprised of 4 molded wall panels, a molded one-piece roof, and molded doors. B. Design factory-fabricated, pre-engineered structures to withstand 90 ' miles per hour wind load, 30 PSF snow load. 1.06 DELIVERY, STORAGE, AND HANDLING ' A. Store products indoors or in weather protected area until installation. • Protect from construction traffic and damage. B. The shelter shall be delivered to the site fully assembled. 1.07 WARRANTY ' A. Buildings shall be warranted to be free of defects in workmanship and ' materials for-a period of two years from Substantial Completion of the contract. PART PRODUCTS 2.01 MANUFACTURER A. Acceptable Manufacturers; Subject to compliance with the specified requirements: 1. Shelter Works—St. Louis, MO. ' 2. Approved equal 07446-01/Jefferson City September, 2007 13122-2 Pre-Engineered Fiberglass Buildings ' 2.02 MATERIALS A. Composite Construction: 1. The seamless, one piece walls and roof shall be composed of a 2.5-inch thick foam core bonded between two stressed skins of fiber reinforced plastic (FRP), each skin approximately 0.125" thick. Total wall thickness and roof thickness shall be a nominal 2.75". Standard insulation value shall be R-19. There shall be a ' FIBER-BEAM lamination system that periodically connects the inner and outer fiberglass skins through narrow gaps between the vertical strips of foam core insulation. a. Exterior surface: 18-20 mil gel coat with U.V. inhibitors and free of pinholes or other irregularities which can allow water to penetrate the structure. The gel coat shall be a pigmented with a standard color and shall never need to be painted. The gel coat shall be impervious to a corrosive ' atmosphere. b. Interior surface: White gel coat with satin finish and free from exposed glass or other irregularities. ' 2. "Hard Core"Wall Reinforcement: a. Where indicated on the drawings the walls shall be ' reinforced to allow heavy equipment to be secured to the • wall. This shall be accomplished by bonding a layer of '/2" wood sheeting to the foam core and encapsulating it into ' the wall. 2.03 COMPONENTS ' A. Door: One-piece molded fiberglass construction, same materials of construction as walls, 1-3/4 inch thick. Doors shall be 3 feet wide and 6 feet 8 inches high. 1. Mount door with two stainless steel 4 inch ball bearing hinges with non-removable pins. The hinges shall be bolted through the door ' jam with stainless steel fasteners. For tamper resistance, the hinges shall be oriented in the full-mortised position with no _fasteners.exposed when the__door is.closed. - 2. The door shall come with a heavy duty track-type door holder. This device shall prevent the door from opening beyone 95 degrees and allow for shock adsorption. An adjustable tension setting shall allow for the door to be held in the open position until .j ' it is firmly pushed to close. 3. Provide a latching device that is a three-point system which holds the door snugly closed at the top, middle and bottom. Rollers shall be used to ensure a smooth latching action. A handle shall be provided on the door which allows the door to be pulled closed • P P 07446-01/Jefferson C it y September, 2007 13122-3 Pre-Engineered Fiberglass Buildings 1 -- from the inside. There shall be a cast stainless steel outside lever , handle that is pad-lockable and tamper resistant. 4. Provide standard 3.5-inch high threshold. ' B. Base Mounting Flange: 4.75 inches wide with closed cell neoprene sponge rubber gasket 3/8 inch thick by 2 inches wide to provide a , weather tight seal around the building perimeter. The manufacturer of the building shall pre-drill the holes in the base flange and provide the proper anchoring devices to ensure that the completed building meets the wind ' load specification. C. Louver: 1. Provide one fiberglass gravity shutter with heavy duty fiberglass ' frame using stainless steel pins and bearing at pivot points. Unit shall be sized as shown on the drawings ' D. Lifting Rings: 1. Provide lifting rings so that the shelter can be hoisted using ' overhead equipment such as cranes or boom trucks. 2.04 EQUIPMENT ' A. Shutter-mounted exhaust fan with gravity shutter, fiberglass canopy, and ' OSHA compliant wire guard as shown on the drawings. Exhaust fan to be • wired to the exterior weatherproof fan / light switch. C. Interior Lighting: 80 watt(2 x 40 watt bulb), 48-inch fluorescent fixture with ' acrylic lens for damp locations. Lamp to be wired to the exterior weatherproof fan/light switch. C. Exterior Lighting: 100 watt, metal-halide, exterior "wall pack" light fixture ' with glass lens, lamp, and shielded photocell. D. Weatherproof switch box. ' E. Heater: 1500 watt, 5,120 BtuH chrome finished, line powered wall heater with automatic re-set thermal overload protection with indicator light and built-in thermostat. No separate electrical outlet shall be required. F. Thermostat: electric line voltage thermostat for remote operation of heater l or fan, in degrees F. G. Receptacle: GFCI receptacle 20A, 125V, 20 A 125V feed-through, with ' 5mA +/- 1 mA trip threshold. H. Electrical Service: See Electrical One-line. ' I. Electrical wiring in EMT conduit. • 07446-01/Jefferson City September, 2007 13122-4 Pre-Engineered Fiberglass Buildings , i • PART 3 EXECUTION 3.01 EXAMINATION ' A. Verify that the concrete slab is level, true to plane, and of the correct dimensions to receive the structure. Correct all deficiencies before proceeding. 3.02 INSTALLATION A. Install products in accordance with engineer's instructions, plans, blueprints, etc, local codes, and in a manner consistent with the installation instruction and recommendation of the manufacturer. B. Move and position the shelter using the lifting eyes provided. The neoprene gasket provided should be positioned between the concrete ' slab and the building mounting flange. C. Verify the operation of the door(s) before installing the remaining anchor 1 bolts. D. The anchor bolts should be installed on maximum 24 inch centers or as otherwise specified. t E. Seal the flange with sealant or grout. • ' F. Install and test the building _accessories in accordance with the manufacturers' instructions. 3.03 ADJUST AND CLEAN A. Clean surfaces in accordance with the manufacturer's instructions. B. Remove trash and debris, and leave the site in a clean condition. END OF SECTION 1 • ' 07446-01/Jefferson City September, 2007 13122-5 Pre-Engineered Fiberglass Buildings DIVISION 15— MECHANICAL • Section 15060-Pipe and Pipe Fittings ' PART1 GENERAL 1.01 REQUIREMENTS INCLUDE ' A. Contractor provide: 1. Pipe and pipe fittings 1.02 RELATED SECTIONS A. 02316 - Excavating, ' B. 02317- Backfilling and Compacting, C. 15065 - Piping Installation. ' 1.03 REFERENCE TO STANDARDS A. ASTM -American Society of Testing Materials ' B. AWWA-American Waterworks Association C. ANSI -American National Standards Institute ' 1.04 SUBMITTALS A. Submit under the provisions of General Requirements -Section 01300. tB. Shop Drawings: • The manufacturer's catalog description of all valves,hangers,supports,equipment, ' and other items shall also be submitted for approval to show conformance with the requirements of these specifications and the contract drawings. The piping shop drawings shall be new drawings prepared by the Contractor, not a marts-up of ' contract drawings, and the shop drawings shall have a bill of material on each drawing defining all items mentioned above. All catalog and descriptive data shall note where the specific item is to be installed and a cross reference made on the piping show drawings. 1.05 QUALIFICATIONS A. Manufacturer shall certify to a minimum 3 years experience specializing in manufacturing of products specified herein. 1.06 QUALITY ASSURANCE A. The Contractor shall establish and maintain quality control of all equipment and ' construction operations involved under this item. To assure compliance with contract requirements,the contractor shall maintain records of his quality control for all items listed below. ' 1. Check for damage to and defects in materials. • 07446-01/Jefferson City September, 2007 15060-1 Pipe and Pipe Fittings 2. Check for proper storage of materials and provide a systematic listing of these items and their location. • 3. Check to see that shop drawings on all piping systems have been submitted t and are approved. 4. Check to see that all piping materials conform to approved shop drawings. 5. Review requirements of plans and specifications and check layouts. A copy of these records shall be kept at the jobsite and shall be available at all times for the Engineer's review. B. All manufactured items shall be standard commercial products of reputable ' manufacturers. Where materials are shown on the drawings or listed but not specifically covered by a standard or specification, the Contractor shall furnish best ' commercial grades of material or articles subject to the approval of the Engineer. When two or more articles of the same material or equipment are required, similar articles of the same size shall be products of a single manufacturer. , C. The Contractor shall furnish the Owner with sufficient copies of the manufacturer's sworn certificates and test results from a reputable testing laboratory showing the results of tests made on all pipe delivered to the project in accordance with the ' ASTM,AWWA,or ANSI Specifications for the various types of pipe to be furnished. All expenses incidental to the pipe testing shall be considered as included in the prices bid for pipe furnished and installed,and no additional payment will be allowed ' therefore. • D. The Contractor shall furnish the Engineer with lists, in duplicate,of all pieces of pipe ' and fittings in each shipment received, and these lists shall give the serial or mark number, weight, class, size and description of each item received at the jobsite. 1.07 MAINTENANCE SERVICE (WARRANTY) , A. The Contractor shall warrant the equipment to be free of material or workmanship defects for a period of one year from the date of substantial completion established ' by the Owner. PART PRODUCTS ' 2.01 MANUFACTURERS A. U.S. Pipe & Foundry Company—DIP ' B. American Cast Iron Pipe Company— DIP C. Victaulic Co. — Mechanical couplings for HDPE pipe D. Femco— Flexible Couplings ' E. Diamond Plastics— PVC • 07446-01/Jefferson Ci ty ' September, 2007 15060-2 Pipe and Pipe Fittings ' F. IPS — PVC • G. Isco Industries, LLC— HDPE ' H. JM Manufacturing - HDPE ' 2.02 DUCTILE IRON PIPE A. Buried: ANSI/AWWA C150/A21.50 and ANSI/AWWA C151/A21.51 standard ' pressure class 250, wall thickness class 51. 1. Joints ' a. Push-On: Shall conform to ANSI/AWWA C111/A21.11, American Fastite Joint or equal with American Fast-Grip restraining gaskets,or equal with tools and lubricant included. ' b. Mechanical Joint: Shall conform to ANSI/AWWA C111/A21.11. Bolts and nuts shall be Alloy Steel (Corten or US alloy type) and be ' cathodic to ductile iron and cast iron. Mechanical glands shall provide pipe restraint and conform to the following: The restraining mechanism shall consist of individually actuated wedges that ' increase their resistance to pullout as pressure or external forces increase. The device shall be capable of full mechanical joint deflection during assembly and the flexibility of the joint shall be maintained after burial. Torque limiting twist-off nuts shall be used to ' insure proper actuation of the restraining wedges. The joint restraint • ring and its wedging components shall be made of ductile iron conforming to ASTM A536. The wedges shall be ductile iron heat ' treated to a minimum hardness of 370 BHN. Dimensions of the gland shall be such that it can be used with the standardized mechanical joint bell conforming to ANSI/AWWA C111/A21.11 and ANSI/AWWA C153/A21.53 of the latest revision. The mechanical joint restraint shall have a rated working pressure of 250 psi minimum. The devices shall be listed by Underwriters Laboratories ' up through the twenty-for inch (24") size. The restraint shall be the Series 1100 Mega lug Restraint manufactured by EBBA Iron, Inc.or Uni-Flange Series 1400 Wedge Action Retainer Gland manufactured by the Ford Meter Box Company. ' 2. Fittings ' a. ANSI A21.53 (AWWA C153). All fittings shall be standard body, mechanical joint type with retainer glands as specified for mechanical joints, unless noted otherwise and shall be of class or pressure rating not less than that of connecting pipe. ' 3. Linings • a. Cement Linings: ANSI A21.4 or AWWA C104 unless otherwise indicated, all ductile iron pipe and fittings shall be cement lined and ' 07446-01/Jefferson City September, 2007 15060-3 Pipe and Pipe Fittings 1 coated within an asphalt seal coat. Pipe used for air service shall not 1 be cement-lined. • 4. Coatings: Tar coated in accordance with ANSI A21.51. , 5. Encasement ' a. Buried ductile iron pipe and fittings shall be encased in polyethylene conforming to the requirements of ANSI/AWWA A21.5/C105. The polyethylene encasement shall be provided by the ductile iron pipe , manufacturer and shall be installed per the manufacturer's recommendations or instructions. 6. Thrust restraining devices shall be Field Lock gaskets by US Pipe or equal. B. Non-Buried: ANSI A21.51, pressure class 350. ' 1. Joints a. Flanged: ANSI A21.15 or AWWA C115, Class 125 drilled and faced , per ANSI 816.1. b. Required nuts, bolts and studs shall be cadmium plated. Gaskets ' shall be plain rubber styrene-butadiene. Uni-flanges shall not be permitted unless specifically shown on the drawings or approved by the Engineer. ' 2. Fittings • a. ANSI A21.53 (AWWA C153) All fittings shall be standard body of , class or pressure rating not less than that of connecting pipe. Flange fittings requiring bases shall have the base flange machined and , drilled in accordance with ANSI A21.10. 3. Linings a. Cement Linings: ANSI A21.4 or AWWA C104 unless otherwise indicated, all ductile iron pipe and fittings shall be cement lined and coated within an asphalt seal coat. ' 4. Coatings a. Contractors and pipe suppliers shall note that ductile iron pipe and ' fittings which are to be exposed (not buried)shall not be tar coated, but shall receive a coat of rust inhibitive primer(66-1211 Epoxoline Primer) by Tnemec Company, or equal. Contractor shall notify the , Engineer and suppliers of the paint system he proposes to use. Primers for ductile iron pipe shall be compatible with that paint. In the event that piping, which is to be for exposed use, is shipped to , the job with a tar coat, the Contractor shall remove the tar coat by sandblasting and apply prime coat with Tnemec 66-1211 Epoxoline 07446-01/Jefferson City ' September, 2007 15060-4 Pipe and Pipe Fittings i ti Primer, or equal, at his own expense. ' • b. The exposed piping shall not have bitumastic exterior coating and shall be finish coated in accordance with Section 09900-Painting. 2.03 REINFORCED CONCRETE PIPE A. ASTM C76, Wall B 1. Joints: ASTM C-361, Bell and Spigot compressive type joined with O Ring rubber gaskets. ' 2.04 PVC PIPE A. PVC Sewer Pipe ' 1. Except where shown otherwise on the drawings, solid wall PVC pipe and fittings shall be permitted on this project for sewers up to twenty four inch ' (24")in diameter. PVC pipe shall meet either the sewer pipe specification or the pressure pipe specification listed below depending upon the depth of sewer installed. ' 2. For gravity sewer fifteen feet (15') deep or less, SDR 35 solid wall PVC sewer pipe shall be permitted. Pipe up to fifteen inches (15") in diameter ' shall conform to ASTM Specific_ation D-3034 (latest revision). Pipe with a • diameter eighteen inch (18")or larger shall conform to ASTM Specification F679 (latest revision). Joint shall be the rubber-gasketed slip-on type. 3. For gravity sewer greater that fifteen feet(15')deep but less than thirty feet (30') deep, PVC sewer pipe as specified in the above paragraph shall be SDR 21. ' 2.05 HDPE PIPE A. AWWA C906 or ASTM F714, classification PE3408 with thermal butt fusion joints. B. Fittings shall be: I ' 1. Fusible HDPE—ASTM D3261 2.06 STEEL CASING PIPE-(EXTERIOR PIPING). . . I , A. At the locations shown on the drawings, pipe lines shall be installed in a steel casing pipe. The steel casing pipe shall be bituminous coated and shall be of leakproof construction,capable of withstanding the anticipated loadings. The steel casing pipe I' shall have minimum yield strength of 35,000 psi and shall meet the requirements of ASTM A139, Grade B. Ring deflection shall not exceed 2%of the nominal diameter. The steel casing pipe shall be delivered to the jobsite with beveled ends to facilitate field wielding. The minimum wall thickness of the steel casing pipe shall be as • follows: 07446-01/Jefferson City li September, 2007 15060-5 Pipe and Pipe Fittings Steel Casing Minimum • Diameter Inches Wall thickness Inches ' 16"and smaller 0.250 18" 0.250 20" 0.281 ' 22" 0.312 24" 0.344 26" 0.375 ' 28" and 30° 0.469 32" 0.438 34" and 36" 0.469 38", 40" and 42" 0.500 48" 0.563 54" 0.625 B. Casing pipe diameter shall be such that there is a minimum of 6"clearance between ' the largest diameter part of the carrying pipe being installed and minimum inside diameter of the casing pipe including welds. To facilitate the installation of the inner ' pipe, that pipe shall be fitted with at least three casing insulators per pipe length. The casing insulators shall be Model 4810 as manufactured by Power Seal Pipeline Products Corporation of Wichita Falls, Texas,Advance Products&Systems Model ' SSI, or equal. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that excavations are required grade, dry and not over-excavated. ' 3.02 PREPARATION ' A. Ream pipe and tube ends. Remove burrs. ' B. Remove scale and dirt, on inside and outside, before assembly. 3.03 INSTALLATION ' A. See Section 15065 — PIPING INSTALLATION. END OF SECTION 15060 • 07446-01/Jefferson City' September, 2007 15060-6 Pipe and Pipe Fittings 1 11 DIVISION 15 —MECHANICAL • Section 15271 —General Requirements for ' Valves and Valve Actuators ' PART1 GENERAL 1.01 SECTION INCLUDES ' A. This section includes the general requirements for all valves and actuators for process piping and equipment under this contract. B. Related Sections: 1. Section 15272—Valves. ' 1.02 GENERAL A. Like items of equipment provided hereunder,although for different services,shall be ' the end products of one manufacturer in order to achieve standardization for appearance, operation, maintenance, spare parts, and manufacturers service, unless specifically specified otherwise. ! ' B. See Conditions of the Contract and Division 1 - General Requirements, which contain information and requirements that apply to the work specified herein and are mandatory for this project. ' 1.03 QUALIFICATIONS • ' A. The valves and valve actuators supplied under the related sections shall be manufactured by firms that have at least 10 years experience in the design manufacturing and testing similar products. 1.04 REGULATORY REQUIREMENTS A. All equipment furnished, and equipment installation, under this section shall meet requirements of the Federal Occupation Safety and Health Act of 1970 (OSHA), latest edition. ' 1.05 QUALITY ASSURANCE A. The-manufacturer shall have established an on-going program of quality assurance and shall, upon request, provide auditable records to the Owner and/or Engineer of quality control documentation for the specified materials and equipment through it's manufacturing process. 1 • 07446-01/Jefferson City. General Requirements for September, 2007 15271-1 Valves and Valve Actuators 1.06 SUBMITTALS , A. Submittals shall be made in accordance and under provisions of Section 01300— • Submittals. B. Submittals for valves, valve actuators and associated equipment shall be as ' specified in this and the referenced sections. C. Submit evidence of Quality Assurance Program. , D. Submit certification that the manufacturer meets the applicable manufacturer's qualifications stated in Part 1 Paragraph 1.03 of this section. 1.07 DELIVERY, STORAGE AND HANDLING ' A. All valves/actuator assemblies shall be delivered in the manufacturer's cartons and , shall be stored inside,away from construction until just prior to installation. Under no circumstances shall the valves/actuator assemblies be stored outdoors or subject to the weather. , B. To prevent damage and eliminate dirt and moisture from entering valves, the manufacturer shall be provided and installed end caps. The end caps shall not be removed until installation. , C. Maintain manufacturer's coatings at all times. 1.08 MANUFACTURER'S SERVICE A. (RESERVED) ' 1.09 MAINTENANCE SERVICE (WARRANTY) A. The Manufacturer/Contractor shall warrant the equipment to be free of material or , workmanship defects for a period of one (1) year from the date of substantial completion established by the Owner. PART 2 PRODUCTS 2.01 PRODUCT DESCRIPTION, MANUFACTURER, MODEL ' A. The product description, manufacturer and model number for the valves and valve actuators furnished, will be specified in the related sections. ' 2.02 VALVE MARKINGS A. The manufacturer's name and pressure rating shall be clearly marked on the outside ' of the valve body. 2.03 END CAPS ' A. The manufacturer shall provide and install protective end caps on each valve. • 07446-01/Je fferson City General R eq uirements for ' September, 2007 15271-2 Valves and Valve Actuators , • PART 3 EXECUTION 3.01 VALVE ACTUATORS I ' A. Unless otherwise specified on the drawings,or referenced sections,valve actuators shall be furnished and factory installed by the valve manufacturer. ' 3.02 VALVE INSTALLATION A. Bolt holes of flanged valves shall straddle the vertical centerline of the pipe run. ' Prior to installing flanged valves,the flange faces shall be thoroughly cleaned. After cleaning, insert gasket and bolts,and tighten the nuts progressively and uniformly. If flanges leak under pressure, loosen or remove the nuts and bolts, reseat or replace the gasket, retighten and/or reinstall the nuts and bolts, and retest the joints. Joints shall be watertight at test pressures before acceptance. B. Thoroughly clean threads of screwed joints by wire brushing, swabbing, or other approved methods. Apply approved joint compound to threads prior to making joints. Joints shall be watertight at test pressures before acceptance. ' 3.03 TESTING A. Valves shall be tested at the same time that the adjacent pipeline is tested. Joints and valve stem packing shall show no visible leakage under test. Tighten or repack • stem packing, and repair joints that show signs of leaking prior to final acceptance. If there are any special parts of control systems or operators that might be damaged by the pipeline test, they shall be properly protected. The Contractor will be held responsible for any damage caused by the testing. 3.04 FINISHES A. Non-Buried Valves ' 1. Exterior/Nonsubmerged Surfaces-All exterior/nonsubmerged surfaces shall be primed and finished coated in accordance with Section 09900—Painting. ' 2. Interior/Submerged Surfaces-AII interior/submerged surfaces shall be shop primed and finished coated in accordance with Section 09900—Painting. B. Actuators ' 1. Manual Actuators - Manual actuator assemblies shall receive finishes that are in accordance with the manufacturer's recommended standards. END OF SECTION 15271 • ' 07446-01/Jefferson City General Requirements for September, 2007 15271-3 Valves and Valve Actuators DIVISION 15—MECHANICAL Section 15272—Valves PART1 GENERAL 1.01 SECTION INCLUDES A. This section consists of the requirements for valves with manual actuation. B. The specific valve types covered by this section are as follows: ' Valve Type Valve Type Ball—Stainless Steel Globe—Not Used ' Butterfly—Not Used Knife Gate- Not Used Diaphragm— Not Used Plug —Not Used ' Eccentric Plug—Not Used Check—Swing ' Gate— Resilient Wedge Air/Vacuum Pinch - Not Used ' 1.02 RELATED SECTIONS A. See Conditions of the Contract and Division 1 — General Requirements, which ' contains information and requirements that apply to the work specified herein and are mandatory for this project. ' B. See Division 15, Section 15271 —General Requirements for Valves and Actuators, which contains information and requirements that apply to the work specified herein and are mandatory for this project. ' C. See Division 9, Section 09900 — Painting which contains surface preparation and painting requirements. ' 1.03 REFERENCE TO STANDARDS X American-Water Works Association (AWWA). 1. C509, Resilient Wedge Gate Valves for Waterworks Service. ' B. Manufacturers Standardization Society of the Valve and Fittings Industry(MSS). 1. MMS-SP-110, Ball Valves Threaded,Socket-Welded,Solder Joint,Grooved ' and Flared Ends. 07446-01/Jefferson City September, 2007 15272-1 Valves 1.04 SUBMITTALS A. Submittals shall be made in accordance with Section 01300—Submittals, Division 1 • — General Requirements, and Section 15271 — General Requirements for Valves , and Actuators. In addition, the following shall be submitted. B. The manufacturer shall furnish certified shop drawings, installation, operation and ' maintenance manuals, in accordance with the latest revision of AWWA C500 thru C540 as applicable. C. Submit copies of the ordering schedule before ordering valves. The schedule shall , include; make, model, type, size, pressure rating and location. D. An affidavit of compliance in accordance with the latest revision of AWWA C500 thru ' 540 as applicable, and certification of performance testing of each valve shall be furnished to the Engineer. ' E. The shop drawings shall include: 1. Valve torques used to size the operator. , 2. Valve operator orientation and dimensions and clearances (to adjacent surfaces within three feet)for each valve. 3. Materials of construction. ' 4. For manual actuators, provide force requirements for hand wheels, cranks, etc. 5. Valve seating/unseating torque, maximum required torque, valve stem diameter at actuator mounting, and maximum allowable torque. 6. Rated WOG temperature and pressure. 7. Full open Cv values. ' 8. Quality control procedure and system documents. 9. Certification that the manufacturer has been actually engaged in the design and manufacture of the specified valves for a minimum of ten (10)years. PART 2 PRODUCTS. 2.01 EXPOSED RESILIENT WEDGE GATE VALVES 4-INCH THRU 12-INCH DIAMETER ' A. Valve Designations: 1. Resilient wedge gate valve 4-inch thru 12-inch diameter meeting the ' requirements of AWWA C509 latest revisions. B. Manufacturers and Model/Style: a. American Flow Control Co. -Series 500. ' b. Mueller Co. -Series 2360. C. Valve Ends or Body Style: , 1. Flanged: 47inch thru 12-inch, 125 pound flat faced. 07446-01/Jefferson City ' September, 2007 15272-2 Valves • D. Wedge shall be constructed of ductile iron. The exterior of the wedge shall be ' encapsulated with nitrile rubber. The wedge shall be symmetrical and seal equally well in either direction. There shall be no exposed metal seams, edges or screws within the waterway when the valve is in the fully closed position. The stem shall be bronze in full compliance with Section 4.7 of AWWA C509. All body-to-bonnet and bonnet-to-cover seals shall be O-rings. Flat gaskets shall not be allowed. E. All internal and external ferrous surfaces of the valve body and bonnet shall have a ' fusion bonded epoxy coating, complying with ANSI/AWWA C550, applied electrostatically prior to assembly. ' F. Non-buried valves shall be provided with a non-rising stem and a handwheel operator. ' 2.02 SWING TYPE CHECK VALVES A. Check valves shall be of the swing flex, full body flanged type, with domed access cover and only one moving part, the valve disc. The valve body shall have full flow equal to nominal pipe diameter at any point through the valve. The seating surface shall be on a 45 degree angle to minimize disc travel. The top access port shall be full size, allowing removal of the disc without removing the valve from the pipeline. The access cover shall be domed'in shape to allow the disc to be fully operational in lines containing a high solids content. The disc shall be of one piece construction, precision molded with an integral O-ring type sealing and contain steel and nylon reinforcements in both the flex and central disc areas. The flex portion of the disc • shall be warranted for 25 years. Non-slam closing characteristics shall be provided through a short 35 degree disc stroke and Memory-flex disc return action. The ' valve shall be designed, manufactured and tested in accordance with AWWA C508. Backflow capabilities shall be available by means of an optional screw type backflow actuator. The actuator shall be field installable without modification to the valve, a need for special tools, or removal of the valve from the line. The optional backflow actuator does not have to be supplied for this project. The valve body and cover shall be ASTM A536 Grade 65-45-12 ductile iron. The disc shall be Buna-N,ASTM D2000-13G. The exterior and interior of the valve shall be coated with an ANSI/NSF 61 approved fusion bonded epoxy coating. The valve shall be cycle tested 1,000,000 times with no signs of wear or distortion to the valve disc or seat and shall remain drop tight at both high and low pressures. The test results shall be ' independently certified. B. Manufacture and Model/Style: ' Val-Matic Valve and Manufacturing Corporation, Series 500 or equal. C. Valve Ends or Body Style: ' 1. Flanged Ends - In accordance with ANSI B16.1, Class 125. • ' 07446-01/Jefferson City September, 2007 15272-3 Valves 2.03 AIR/VACUUM VALVES • A. Combination air/vacuum valves which combines an Air&vacuum large orifice and ' an Automatic small orifice in a single body. The valve is specially designed to operate with liquids carrying solid particles such as sewage. The valve's design ' shall prevent any contact between sewage and the sealing mechanism by creating an air gap at the top of the valve. The valve shall have a funnel shaped lower body designed to ensure that residue sewage matter will sink to the system pipe and be carried away and will not remain in the valve. All inner metal parts shall be made of ' stainless steel. The float shall be made of plastic materials. The valve body shall be made of reinforced nylon and shall have a working pressure range of 3— 150 psi. The valves shall have a 2-inch male NPT connection. ' B. Manufacture and Model/Style: A.R.I. USA, Inc., Model D-025. , C. Accessories: A 2-inch threaded ball valve shall be provided as a shut-off valve between the sewage force main and the air/vacuum valve to allow maintenance to be performed on the air/vacuum valve. The ball valve shall be stainless steel and shall have a quarter-tum manual actuator. PART 3 EXECUTION 3.01 GENERAL , A. Refer to Section 15271 —General Requirements for Valves and Valve Actuators for installation, orientation, location, painting, and field testing requirements. ' 3.02 SHOP TESTING A. All valves shall be hydro-tested in accordance with AWWA specifications by the valve manufacturer. 3.03 VALVE AND ACTUATOR ASSEMBLY , A. The valve and actuators shall be completely factory assembled and shipped as a unit. The assemblies shall be packaged and tagged in a manner that will protect the , equipment from damage and facilitate the final identification in the field. 3.04 WELDING A. All shop welding shall be in accordance with AWS D1.1. B. Welding symbols on shop drawings shall be per AWS A2.0. , END OF SECTION 15272 • 07446-01/Jefferson City September, 2007 15272-4 Valves 1 � ' DIVISION 16- ELECTRICAL • Section 16530- General Electrical Requirements PART1 GENERAL 1.01 WORK INCLUDES A. This work shall include pump station electrical power supply equipment installation, concrete foundations, accessories and wiring connection to electric ' utility as required for a complete and operational system. B. The Contractor shall be responsible for coordinating with Ameren and for connecting power supply to the pump station. C. Work included in this section shall apply to installation and testing of all materials and equipment necessary to. completely install electrical system as shown on drawings and as described herein in these specifications, or as may be necessary for a complete and operational electrical system. ' D. Drawings pertaining to this installation indicate general location of conduits, wiring, and other details necessary for installation of system. ' E. Electrical installation as shown on drawings and as specified herein is based upon best available information. F. Any minor changes in location of equipment, to include conduits, outlets, etc., • from those shown on drawings, shall be made without extra charge if so directed by Owner's representative. These changes shall be any changes in location that, had new location been the bid-upon location, would not have resulted in an increase in contract construction cost over that actually bid. ' G. All electrical equipment shall be installed in conformance with applicable sections. of NPFA 70 - National Electrical Code, respective equipment manufacturer's directions, as detailed on drawings and as specified herein. Any installations which void U.L. listing (or other third party listing) and/or manufacturer's warranty of a device or equipment shall NOT be permitted. 1.02 LAWS AND ORDINANCES A. In installation of this work, Contractor shall comply in every respect with requirements of National Electrical Code (NEC),. National Board of Fire Underwriters, and any state and local requirements, laws and ordinances as may be applicable. B. If, in opinion of the Contractor, there is anything in drawings or specifications that will not strictly comply with above laws, ordinances and rules, the matter shall be referred to the attention of the Owner's representative for a decision before proceeding with that part of the work. No changes on drawings or in ' specifications shall be made without the full consent of Owner's representative. • C. Contractor shall obtain and pay for all licenses, permits and inspections required 07446-01/Jefferson City September, 2007 16530-1 General Electrical Requirements 1 by above laws, ordinances and rules for entire electric wiring job called for in ' these specifications and accompanying drawings • D. Since Jefferson City will be the owner of the pumping station the contractor shall , follow Jefferson City Ordinances and be subject to Jefferson City inspection. 1.03 DRAWINGS A. Drawings and specifications are intended to be descriptive only, and any error or omissions of detail in either shall not relieve Contractor from obligations ' thereunder to install in correct detail any and all materials necessary for complete and operating electrical systems to extent shown on drawings and described in this specification. B. Contractor shall, during progress of job, record any and all changes or deviations from original drawings, and, at completion of project, shall deliver to Owner's , representative a single marked-up set of"as-built" drawings. 1.04 SHOP AND ERECTION DRAWINGS , A. This Contractor shall prepare shop drawings for all parts of his work. Before commencing any work or providing any material, Contractor shall submit for ' approval of Owner's. representative all drawings relating to construction, arrangement or disposition of equipment entering into contract, and show complete equipment with manufacturer's specifications of same. ' B. Shop drawings of all power and lighting systems, fixtures, wire, cables, devices, etc. shall be submitted for approval, as well as complete details of all systems not shown in detail on drawings. ' 1.05 SERVICE ENTRANCE A. Contractor shall furnish and install: ' 1. A 200A, 480Y/277V, 3 Phase, 4 Wire electric service in accordance with Ameren requirements. This shall not be limited to coordination, meter socket and conduit and wiring. 2. Contact person at Ameren is: ' Mr. Don Cobb Telephone (573)681-7515 ' dcobb(a-)-ameren.com Mr. Mark A. Luechenhoff ' Telephone (573)681-7530 mluechenhoff @ameren.com 3. The secondary service conduit shall be 3" C with 4-3/0 AWG in 4" Conduit , from the pole mounted transformer to the utility meter base. Provide 30' slack • of conductors at the pole. 07446-01/Jefferson City September, 2007 16530-2 General Electrical Requirements , • 4. Contractor shall furnish and install meter base as detailed on Ameren spec 22.24-8.7.2.1. to be installed on the building. The contractor will furnish and install the secondary service conductors between the transformer and the meter base. Ameren will furnish and install the KWH meter and terminate the primary and secondary service conductors. Contractor shall provide, install ' and terminate service conductors from the load side of the meter base to the main service disconnect switch. 5. Any additional work as required by serving utility but not specifically noted ' herein shall be considered incidental to this section. 6. All charges by Ameren for providing the electrical service shall be paid directly by the Owner to Ameren and should not be included in the ' Contractor's bid. 7. The contractor shall provide all coordination with the serving utility. 8. The utility will provide overhead conductors from the existing lines parallel to ' Algoa road along the Pump Station Access road to the pump station. ' 1.06 TEST REPORTS A. Submit test reports of entire electrical system as noted herein. Submit to the ' Engineer in triplicate. PART 2 PRODUCTS AND EQUIPMENT SPECIFICATIONS 2.01 ENCLOSURES • ' A. NEMA 1 Enclosures shall be NEMA 1 rated, hinged, single or double door with slotted ' flush latch and white interior mounting panel, similar to Hoffman A-xxN Series (where xx is size subseries), or equivalent. Materials of construction shall be 14 or 16 gauge steel, depending on enclosure size, with polyester powder coating. Large enclosures shall have continuous hinge on door. Where noted, large ' enclosures shall include door operated light kits. Enclosure shall include grounding device.kit or other means of positively grounding door to enclosure body. B. NEMA.4X. Enclosures shall be NEMA 4/ NEMA 4X/ NEMA 12 rated, hinged, gasketed, single or double door, with easily released fast-operating clamp assemblies or ' quarter turn slotted latch kits replacing conventional screw clamps, white interior mounting panel and stainless steel hinge pin. Materials of construction shall be 16 or 14 gauge (depending on size) Type 304 stainless steel, Type 5052 H-32 ' aluminum, molded fiberglass polyester or corrosion resistant nonmetallic composite material. Interior mounting panel shall be steel, finish shall be white • enamel. Where noted, enclosures shall include door operated light kits. Metallic enclosures shall include grounding device kit or other means of positively 07446-01/Jefferson City September, 2007 16530-3 General Electrical Requirements grounding door to enclosure body. , C. NEMA 7 • Enclosures shall be NEMA 7 rated suitable for Class 1, Division 1, Group D hazardous locations. Materials of construction shall be copper-free aluminum ' and shall be either U.L. or F.M. listed and labeled for the application. Covers for small enclosures shall be threaded construction with minimum of 5 threads fully engaged after installation. Larger enclosures shall utilize bolted covers with all ' bolts torqued per manufacturer's requirements after installation. 2.02 CONDUIT , A. Schedule 40 Galvanized Rigid Steel Conduit: Conduit shall be of heavy wall type fabricated from mild steel tubing and shall ' have a hot-dipped galvanized inner and outer coating, with a final coating of zinc chromate. , B. PVC Conduit: Conduit shall be Schedule 40 or Schedule 80, as noted on the drawings, PVC, t 90°C, UL rated or approved equivalent. Material shall comply with NEMA Specification TC-2 (Conduit), TC-3 (Fittings-UL-514), and UL-651 (Standard for ' rigid nonmetallic conduit). Conduit and fittings shall carry a UL label (on each 10 • foot length of conduit and stamped or molded on every fitting). Conduit and fittings shall be identified for type and manufacturer and shall be traceable to location of plant and date manufactured. Markings shall be legible and , permanent. Conduit shall be made from polyvinyl chloride C-300 compound that includes inert modifiers to improve weatherability, heat distortion. Same manufacturer, provided end products meet requirements of this specification, t may use clean rework material, generated by manufacturer's own conduit production. Conduit and fittings shall be homogeneous plastic material free from visible cracks, holes, or foreign inclusions. Conduit bore shall be smooth and , free of blisters, nicks or other imperfections, which could mar conductors or cables. Conduit, fittings and cement shall be produced by same manufacturer to assure system integrity and shall be Carlon Plus 40, Plus 80, or equal. ' C. EMT Conduit EMT shall be hot dip galvanized steel with an organic corrosion resistant coating ' and shall be produced in accordance with U.L. Standard 797, ANSI C80.3 and NEMA RN2. Fittings for EMT conduit shall be compression type only, set-screw type fittings shall not be utilized. Conduit and installation shall comply with all , requirements in NEC Article 358. 2.03 WIRE ' A. RHW-2 / USE-2 WIRE • 07446-01/Jefferson City , September, 2007 16530-4 General Electrical Requirements • Unless otherwise noted on the drawings or specifications, all exterior cable ' shall be dual-rated type RHW-2/USE-2. Contractor should note that this applies to both direct buried cable and cable in conduit or duct. ' Cable shall be 600 Volt rated, sized as indicated on the drawings. Cable shall comply with Underwriters Laboratories Standard U.L. 44 (for Type RHW-2) and U.L. 854 (for Type USE-2) and shall pass the IEEE 383, 70,000 BTU/hr and VW- 1 Flame Tests. Cables shall be rated for use at 90°C in both wet and dry locations and be suitable for use in conduit, underground service entrance cable and direct burial applications. ' B. THHN/THWN Unless otherwise noted on the plans or specifications, all interior power ' wiring installed under this project shall be dual rated type THHNITHWN. Cable shall be 600 Volt rated, sized as indicated on the drawings. Cable shall ' comply with Underwriters Laboratories Standard U.L. 83. Cables shall be rated 90°C in dry locations 75°C in wet locations. ' 2.04 WIRE MARKINGS A. All wire markers installed on electrical equipment above grade shall be ' weatherproof and water resistant. Wire identification labeling, whether factory • applied or written in. the field, shall utilize an adhesive that does not soften or weaken over time. Sleeve or tubing type labels may be utilized as an alternate. ' Paper adhesive-backed wire markers will be rejected and replaced at the Contractor's expense. Wire marker labels shall be as manufactured by Brady, or equivalent. 2.05 GROUNDING A. Ground rods shall be UL listed, 3/4" diameter by 10' long copper-clad steel with minimum 10 mil copper coating. ' B. All buried connections of ground components shall be via exothermic weld. 1. Erico - Cadweld 2. Continental Industries—Therm-O-Weld 3. Hagar— Ultraweld Clamp or compression grounding connectors below grade are not acceptable. ' C. Equipment grounding conductors shall be installed. Insulation shall be 600 volt, same type as phase conductors, green in color. Use yellow tracer stripes to distinguish different grounding systems. D. Ground electrode conductors in contact to earth shall be bare stranded annealed • copper, sized as detailed on the drawings. ' 07446-01/Jefferson City September, 2007 16530-5 General Electrical Requirements 2.06 ELECTRICAL IDENTIFICATION • A. Nameplates and legend plates shall be engraved three-layer laminated plastic, ' black letters on white background. Legends (wording) shall be as detailed on drawings or as directed by Owner's representative. ' B. All wire markers installed on electrical equipment above grade shall be weatherproof and water resistant. Wire identification labeling, whether factory ' applied or written in the field, shall utilize an adhesive that does not soften or weaken over time. Sleeve or tubing type labels may be utilized as an alternate. Paper adhesive-backed wire markers will be rejected and replaced at the Contractor's expense. Wire marker labels shall be as manufactured by Brady, or , equivalent. C. All wire markers installed below grade in manholes, handholes or vaults shall be , waterproof. Markers shall be non-corroding plastic clip-on sleeve type construction. Markers shall be permanently factory-printed such that label identification will not deteriorate due to time or contact with water. Wire markers ' used below grade shall be Brady Clip-Sleeve, or equivalent. D. Provide legend plates for panelboard and Mini Power Center to identify ' equipment as well as voltage, phase and number of wires (example" 480Y/277 VAC, 3 PHASE, 4 WIRE"). Legend plates shall comply with Section 16195 - Electrical Identification. , 2.07 FLOATS (MERCURY FREE) • A. Float shall be capable of tripping internal switch within two inches of specified , elevation. Float housings shall be stainless steel "ball" approximately 5 inches in diameter. ' B. Floats shall be U.S. Filter (Consolidated Electric Company), Model 9G-EF; Anchor Scientific, RotoFloat-SST/NM Type P; or equivalent. Unless specified or ' indicated otherwise on the drawings, all floats shall be normally open, with contact closing on rising water level. C. Unless otherwise noted on project drawings, a stainless steel clamp tube shall be ' furnished with an adapting fitting and two yokes for mounting to a vertically supported one inch Stainless Steel or Schedule 80 PVC pipe. One inch pipe shall be securely fastened to structure or wall at its ends with stainless steel pipe mounting brackets as detailed on drawings. D. Where floats are noted to be installed in a Class 1, Division 1, Group D ' environment wet-well, each float shall additionally be furnished with an intrinsically-safe barrier to provide the necessary interface between the classified and non-classified environments. Intrinsically safe barrier shall be F.M. or other third-party listed device. 2.08 MINI POWER CENTERS • 07446-01/Jefferson City' September, 2007 16530-6 General Electrical Requirements ' • A. The mini power center shall be built according to the latest revision of ANSI ' C89.2 (ST-20). It shall feature a self-contained indoor outdoor non-ventilated enclosure that incorporates a primary breaker, dry type transformer, secondary main breaker and a secondary distribution section. Units shall be designed for ' continuous operation at rated KVA, for 24 hours a day, 365 days a year operation with normal life expectancy as defined in ANSI C57.96. tB. Insulation Systems 1. Transformers shall be insulated with a 185 degree C insulation system ' minimum. 2. Required performance shall be obtained without exceeding the above- indicated temperature rise in a 40 degree C maximum ambient, with a 30 ' degree C average over 24 hours. 3. All insulation materials shall be flame-retardant and shall not support combustion as defined in ASTM Standard Test Method D635. ' C. Core and Coil Assemblies 1. Transformer core shall be constructed with high-grade, nonaging, grain- ' oriented silicon steel with high magnetic permeability, and low hysteresis and eddy current losses. Maximum magnetic flux densities shall be substantially below the saturation point. The transformer core volume shall allow efficient transformer operation at 10% above the nominal tap . voltage. The core laminations shall be tightly clamped and compressed. Coils shall be wound of electrical grade aluminum with continuous wound construction. 2. The core and coil assembly shall be completely encapsulated in a proportioned mixture of resin and aggregate to provide a moisture-proof, shock-resistant seal. The core and coil encapsulation system shall minimize the sound level. 3. The core of the transformer shall be grounded to the enclosure. ' 4. Provide minimum two (2) FCBN taps. D. MAIN DEVICES ' 1. Each mini-power center shall include a main primary circuit breaker with an interrupting rating of 14KA at 480 volts; and a secondary panelboard with a. main circuit breaker rated 10KA 'at 120/240; or 208Y/120 as ' applicable. E. FEEDER DEVICES ' 1. The secondary - distribution section shall accommodate standard panelboard circuit breakers with 1 OKA interrupting capacity. F. ENCLOSURE • 1. The enclosure shall be made of heavy-gauge steel and the maximum 07446-01/Jefferson City September, 2007 16530-7 General Electrical Requirements temperature of the enclosure exterior shall not exceed 90 degree C. ' 2. The enclosure shall be totally enclosed, nonventilated, with lifting eyes. • 3. Unless specified otherwise on the drawings, enclosure rating shall be ' NEMA 3R. Enclosure door shall accept padlock. 2.09 PANELBOARDS ' A. Panelboard shall be provided with bolt-on circuit breakers of size and rating as ' detailed in panel schedule on plans. Breakers shall be 1, 2 or 3-pole with an integral crossbar to assure simultaneous opening of all poles in multipole circuit breakers. Breakers shall have an overcenter, trip-free, toggle-type operating mechanism with quick-make, quick-break action and positive handle indication. , Handles shall have "ON", "OFF" and "TRIPPED" positions. Circuit breakers shall be UL listed in accordance with UL Standard 489. B. Panelboards bus structure and main lugs or main circuit breakers shall have current ratings as shown on panelboard schedule. Bus material shall be copper with either silver or tin plating. Bus ratings shall be in accordance with UL ' Standard 67. Bus bar connections to branch circuit breakers shall be the "distributed phase" or phase sequence type. C. Panelboard bus assembly shall be enclosed in a steel cabinet rated NEMA 1 ' (unless otherwise noted on the drawings). Box front shall include a door and have a flush, cylinder tumbler-type lock and catch and spring-loaded stainless , steel door pull. Door shall have completely concealed hinges when closed and • shall not be removable when locked. A circuit directory frame and card with a clear plastic ea p ast c cover shall be provided on door interior. D. Panelboards shall be nominal 20" in width unless otherwise noted. E. Panelboards rated 480 VAC shall have short-circuit ratings as shown on the ' drawings, or as herein scheduled, but not less than an integrated equipment rating of 65,000 amps RMS symmetrical. All units shall bear UL label. F. Except where noted otherwise on the drawings, all panelboards shall have solid , neutral bar and a separate ground bus bar. 2.10 TRANSIENT VOLTAGE SURGE SUPPRESSION (TVSS) A. Unless noted otherwise on the drawings, furnish and install new surge protection equipment for power feeds, electronic equipment and control panels. ' B. All Electrical Surge Protection hardware shall be U.L. Listed and labeled as "LISTED TVSS" equipment under the latest edition of UL 1449 "2nd Edition". , PART 3 EXECUTION 3.01 EQUIPMENT STORAGE - Reserved 07446-01/Jefferson City September, 2007 16530-8 General Electrical Requirements , 1 3.02 EQUIPMENT MOUNTING ' • A. Electrical Contractor shall be responsible for furnishing and setting all anchor bolts required to install electrical equipment. B. Enclosures for switches or over current devices shall not be used as junction boxes, auxiliary gutters or raceways for conductors feeding through or tapping-off to other switches or overcurrent devices, unless adequate space for this purpose ' is provided and the equipment is listed for this use. C. All exterior equipment mounting support shall be stainless steel unistrut. All associated hardware shall be stainless steel. 3.03 INSTALLATION ' A. Where metal conduit is embedded in concrete, it shall receive one coat, 8 dry mils, Coal Tar Epoxy, or equal. Include any primer coats as may be required. Apply coatings in conformance with manufacturer's directions and recommendations. At the Contractor's option, PVC coated galvanized rigid steel conduit may be used in lieu of tar coating. B. Conduit size and fill requirements shall comply with appropriate conduit fill tables ' in Annex C of NEC. It should be noted these are minimum requirements and larger conduit sizes or smaller fill requirements shall be used whenever specified or detailed on drawings. ' C. Make all joints in underground conduit watertight with approved joint compound. Temporarily plug conduit openings to exclude water, concrete or any foreign materials during construction. Clean conduit runs before pulling in conductors. D. Wire and cable shall be installed using accepted industry methods to prevent damage to conductors and insulation. Installation shall comply with all applicable sections of NEC regarding conduit fill. E. No splices shall be permitted in conduit bodies. All splices shall be made in junction boxes, control panels and cabinets provided for that purpose as detailed or required by need. ' F. All 120V circuits shall have individual neutral conductors. 120V circuits with "shared" neutral conductor shall not be permitted. ' G. Minimum wire size shall be #12 unless otherwise noted. Where protected by 15A fuses, control wiring may be #14 AWG. ' H. All conductors shall be continuous without splices except at locations approved for the purposes of splicing. ' I. All wire sizes shall be stranded except where specifically approved otherwise. J. Inspect wiring for physical damage and proper connection. 07446-01/Jefferson City September, 2007 16530-9 General Electrical Requirements K. All wire and cable shall be tested for continuity and short circuits prior to ' energizing circuits. Verify proper phasing, adjust as required. L. Provide wire markers for ALL wires and terminations. Wire identification shall be ' unique to wire that is marked or to terminal that wire lands upon. Identification of a run of wire from termination to termination shall be same throughout run. ' M. Secure nameplates and legend plates to equipment using screws or adhesive. N. Nameplates or legend plates shall be provided for all disconnects, enclosed ' starters, control panels. O. Provide wire markers for ALL wires and terminations. By "all", this is intended to include, but not be limited to, all terminations at motors, ' instrumentation & controls, terminal blocks and strips, etc. Wire identification shall be unique to wire that is marked or to terminal that wire , lands upon. Identification of a run of wire from termination to termination shall be same throughout run. 3.04 INSPECTION A. All hardware shall be inspected for physical damage and corrected as required prior to installation. Gasketing shall be inspected for proper fit and sealing. Any defective or broken lamps, poles and hardware shall be replaced at no cost to ' contract. 3.05 TESTING ' A. After wires and cables are in place and connected to devices and equipment, the system shall be tested for short circuits, improper grounds, and other faults. When fault condition is present, the trouble shall be rectified, and then re-tested. ' Where cable is found defective or damaged, it shall be removed and replaced in entirety, do not field repair. Cost for correction shall be considered incidental to the project. , B. Unless otherwise recommended by the manufacturer, insulation resistance testing shall meet or exceed the following on 600 Volt equipment utilizing 500 ' Volt resistance test instrument: Conductors...................................................50 Meg-Ohms ' Motors ............................................................5 Meg-Ohms Power Transformers.......................................5 Meg-Ohms C. Contractor shall furnish all tests and shall provide all test equipment, meters, ' instruments, cable connections or apparatus necessary for performing tests as specified herein. All costs for testing shall be considered incidental to this item and will not be paid for separately. , D. Examine connections to equipment for proper phase relationships. Rotate phase 07446-01/Jefferson City ' September, 2007 16530-10 General Electrical Requirements � 1 ! r conductors as necessary in order to correct. ' • E. All motors shall be tested for correct direction of rotation. Run tests on all motors and verify that proper overload devices have been installed. Coordinate this task with motor supplier. F. All grounding electrode conductors brought in from the ground field shall be tested for satisfactory continuity, and by resistance measurement between the electrical equipment ground bus and the ground field. The grounding path shall ' not exceed 0.010 ohms. 1 END OF SECTION 16530 1 1 r r • r r r r r r r • r07446-01/Jefferson City September, 2007 16530-11 General Electrical Requirements 1 - i it j •' DIVISION 16 - ELECTRICAL Section 16905—Systems Integration ' PART1 GENERAL 1.01 SECTION INCLUDES A. RTU including programming and commissioning. B. Antenna and antenna mask. ' C. Programming the received signals at the Jefferson City WWTP RTU to the existing SCADA screens. D. Updating the existing SCADA screens to show the addition of the Algoa Pumping station. D. Modification of WIN 911 for remote annunciation. ' 1.02 REFERENCE A. ANSI/NFPA 70 - National Electrical Code (most current issue). B. FCC- Federal Communications Commission. ' 1.03 SUBMITTALS • A. Product Data: Provide catalog data for all products. Include product layout and ' dimensions and mounting details. B. Manufacturer's Instructions: Indicate application conditions and limitations of use. ' Include instructions for storage, handling, protection, examination, preparation and installation of Product. C. Signal Path analysis. 1.04 ACCEPTABLE MANUFACTURERS A. SCADA System Mr. Matt Stallbaurner Mr. Richard Vaughn Systems Manufacturing, Inc P.O. Box 23039 Overland Park, Kansas 66283 ' Phone: 913.422.8405, 913.660.0496 1.05 REGULATORY REQUIREMENTS • 07446-01/Jefferson City September, 2007 16905-1 Systems Integration A. Conform to requirements of ANSI/NFPA 70. B. Conform to requirements of FCC 47 CFR, part 15. , 1.06 MAINTENANCE SERVICE (WARRANTY) ' A. One year parts and labor. PART2 PRODUCTS 2.01' RTU ' A. Enclosure shall be adequately sized to house equipment, min 36" H by 30" W, NEMA 4, Wall Mount, Dead Front, 3-point Latching with provisions for pad lock. B. Main Circuit Breaker: C. TVSS on the incoming line, Minimum rating of 100 kA/Mode or 200 kA/Phase. , D. PLC: Rockwell/Allen-Bradley Micrologix 1100 Series #1763-1_16AWA with a min ' 1/0 10D1, 6 DO and 2 Al. Other 1/0 modules shall be added as needed. E. Telemetry, Microwave Data Systems radio F. Ethernet Switch , • G. Battery UPS ' 2.02 Antenna A. Directional Antenna , B. 7/8" coax feed Line C. Terminations ' D. Superflex Jumpers E. 45 foot Rohn 45G base, mid and top sections. F. Anti-climbing devise. , PART 3 EXECUTION 3.01 INSTALLATION ' A. Install in accordance with manufacturer's instructions. B. Connect input and output devices as indicated on the drawings and herewith. , C. Configure SCADA software as described in herewith. , • 07446-01/Jefferson City September, 2007 16905-2 Systems Integration 1 • ' 3.02 FIELD QUALITY CONTROL A. Perform operational testing on control systems to verify proper operation ' and field wiring connections. 3.03 MANUFACTURER'S FIELD SERVICES A. Provide prepare and start up training services, two trips as a minimum. ' 3.04 DEMONSTRATION A. Demonstrate operation and configuration of SCADA hardware and software. B. Provide 2 hours of instruction, to be conducted at project site by the manufacturer's representative. ' PART 4 SCADA SOFTWARE CONFIGURATION 4.01 GRAPHICS SCREENS — Configure graphics screens to represent the pump station mimicked after existing pump stations on the main SCADA computer with the following as a minimum. ' A. Overview(Map) • 1. Modify overview map to include the addition of the Algoa pumping station. 2. The operator will go to the treatment plant screen by clicking the mouse on an area representing the treatment plant on the map. B. Pumping Station 1. Create a screen showing an elevation view of the pumping station. Theo operator would access these screens either b clicking the mouse on p Y 9 the labels or by clicking on a button in a button bar created at the bottom of the screen. 2. Include the following numeric displays: ' a. Pump 1 Run Pump 2 Run Pump 1 RTM Pump 2 RTM Lead Pump Call ' Lag Pump Call Pump Off • 07446-01/Jefferson City _ September, 2007 16905-3 Systems Integration I i 1 Pump Enclosure Door Open. • b. Alarms shall indicate for the following conditions: Power Fail ' Pump 1 Seal Leak Pump 1 Overtemp Pump 2 Seal Leak Pump 2 Overtemp Station High Water Level 1 1 END OF SECTION 16905 • • 07446-01/Jefferson City ' September, 2007 16905-4 Systems Integration • DIVISION 16 - ELECTRICAL Section 16906 - Pump Control Panel 1 PART GENERAL 1.01 WORK INCLUDES A. The work included in this section is the supply and installation of a pump control o panel as detailed herein and as required to provide a complete and operational electrical and control system. � o NB. Pump control panel is to be furnished by the pump manufacturer's representative in order to ensure single-source responsibility O � a C. Electrical Contractor work under this item is limited to installing the control panel (including support strut or structure if required) and providing conduit, wire and cable terminations. ' D. The panel shall be manufactured (overload protection size, wire size, starter size) with the anticipation for the installation of two 30HP pumps in the future in lieu of the current 10HP pumps, while still meeting NEC for the installation of 10HP pumps. ' 1.02 RELATED SECTIONS • A. Specified Elsewhere: ' 1. Section 16530-General Electrical Requirements. ' 1.03 REFERENCE TO STANDARDS A. ANSI/NFPA 70 - National Electrical Code B. NECA- National Electrical Contractors Association. C. NEMA ICS 1 - General Standards for Industrial Control Systems. D. _ NEMA- -ICS 2 - .Standards for Industrial Control Devices; Controllers and ' Assemblies. E. NEMA ICS 6 - Enclosures for Industrial Controls and Systems. ' F. U.L. 508 - Industrial Control Equipment 1 G. U.L. 913 - Intrinsically Safe Apparatus and Associated Apparatus for Use in Class I, ll, III, Division 1 Hazardous (Classified) Locations. H. Illinois EPA Title 35; Subtitle C; Chapter II; Part 370 - Illinois Recommended 07446-01/Jefferson City ' September, 2007 16906-1 Pump Control Panel 1 - - 1 Standards for Sewage Works • I. Recommended Standards for Wastewater Facilities; Great Lakes Upper Mississippi River- 10 State Standards J. ANSI/ISA - RP12.6 Recommended Practice - Installation of Intrinsically Safe , Systems for Hazardous (Classified) Locations. K. NEMA 250 - Enclosures for Electrical Equipment(1000 Volts Maximum). L. ANSI/NEMA 250 - Enclosures for Electrical Equipment. 1.04 DELIVERY, STORAGE AND HANDLING A. Items shall be stored in original containers, protected from the weather and ' construction in a warm, dry, indoor area. 1.05 SUBMITTALS ' A. Submit product data under provisions of General Requirements - Section 01300. B. Submittals shall include cut sheets for the enclosure and for all components , included in the control panel. Include schematics and wiring diagrams of the control system. ' C. Manufacturer's Instructions. • Indicate application conditions and limitations of use stipulated by Product testing ' agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, ,examination, preparation and installation of Product. ' 1.06 MANUFACTURERS A. Mr. Doug Thompson , Indquip Engineering 175 Chesterfield Industrial Boulevard ' Chesterfield, MO 63005 Phone: 636.532.5559 1.07 MAINTENANCE SERVICE (WARRANTY) 1 A. Supplied equipment shall be warranted to be free from defects in material and workmanship for a period of one year from date of substantial completion , established by the Owner. 1.08 EXTRA MATERIALS (SPARE PARTS) 1 A. Provide one box five (5) minimum quantity of each type and size of fuse used in • the control panel for spares. , 07446-01/Jefferson City September, 2007 16906-2 Pump Control Panel , A 1.09 OPERATION OF SYSTEM A. Pumping Station Control. ' Operation of the pumps in the automatic mode shall be controlled by the four float switches mounted in the wet well. The float switches shall be activated at the different water levels as shown on the drawings. Verify levels with Engineer ' at the time of installation. Wet well float switches are numbered 1 to 4 from lowest level to highest level. ' When the water level is rising and float switch #1 (pumps off) is activated it shall enable the pumps to run in the automatic mode of operation. When float switch #2 (lead pump on) is activated it shall turn on the lead pump. If the water level falls while the pump is operating, the pump shall turn off when the water level _ falls below float switch #1. If the water level continues to rise and activates float switch #3 (lag pump on) the lag pump shall turn on and both pumps shall be ' operating simultaneously. If the water level still continues to rise and reaches and activates float switch #4 (high water level alarm)the high water level alarm circuit shall be activated. ' If the water level falls below float switch #1 both pumps shall shut off. ' An alternating relay shall alternate operation of the two pumps each time the water level drops below float switch #1 and the pumps shut off. ' PART2 PRODUCTS 2.01 EQUIPMENT SPECIFICATION ' A. Pump Control Panel: The pump control panel enclosure shall be surface mounted, NEMA 4 Rated, Dead front with 3-point latching and pad lock provisions. Inner door shall be 1/8" AL. Enclosure shall have 3 point latching ' mechanism and handle for easy release. Enclosure shall be manufactured by Hoffman, APX Enclosures, Hammond or Rittal, and shall be adequately sized to accommodate equipment furnished with Min 36" H by 30" W. Bond all panels ' and panel doors to ground. Hinges shall not be considered as an adequate grounding path. Enclosure heater: two 100 Watt strip heater, Watlow 020100C1 or equal Include a door micro switch ' The panel manufacturer shall be a current Underwriters laboratories listed UL 508 industrial control panel builder and shall show its follow-up service procedure file number on submittals. All devices within the panel shall be UL listed and/or recognized where applicable and shall be mounted and wired in accordance with • the most current edition of UL 508 and the NEC. All conduit runs entering or ' leaving the pump station wet well shall have explosion proof conduit seals 07446-01/Jefferson City ' September, 2007 16906-3 Pump Control Panel suitable for Class I, Division I, Group D environment. All conduits for intrinsically safe wiring shall enter the panel enclosure at the intrinsically safe section of the ' panel. Include a label placed on the inside of the panel door with the name, address, ' phone number and emergency phone number of the service representative for the pumps and control panel. The power feeding the pump control panel will be: ' 480 Volts 3 Phase ' 3 Wire Contractor shall furnish all equipment, labor, services, submittals, tools and work ' required to provide a complete and operational Pump Control Panel as shown on the drawings and specified herein. The pump control panel shall include the following described equipment(installed , complete and operational) as well as that shown on the drawings and specified herein. ' 1. Power Distribution Blocks: Each terminal block shall be provided with a clear plexiglass cover. Terminal block shall be Square D class 9080, Type LB, Gould-Shawmut 68000-69000 Series, or Allen-Bradley Bulletin ' 1492 Power Blocks sized as required for the respective conductors. All terminal blocks shall be rated 600 volt with amperage ratings in ' conformance with NEC Table 310-16 using 75°C wire for the respective lug wire range. 2. Three phase power monitor with adjustable nominal voltage setting: The ' device shall consist of a solid state voltage and phase angle sensing circuit driving two separate single pole relays, one normally open and the , other normally closed. This device shall monitor phase loss, low voltage, phase reversal, and phase unbalance. This device shall drop-out pumps if all phases drop below 90% or if one phase drops below 80-83% of ' nominal voltage. This device shall have an adjustable 2 to 20 second drop out relay. Power monitor shall be Indquip IEPM460PIS, 600 V, 8 Pin Base or equal. Furnish fuse block with three 'l2 Amp type KTK fuses. Adjust timing of drop out relay as required. Phase monitor shall be adjusted per the pump motor manufacturer's recommendation. 3. Secondary Surge Arrester: Secondary surge arrester shall be provided ' by the pump control panel manufacturer and shall be Intermatic AG6503 or equal. Install per manufacturer's directions, include mounting bracket. 4. Motor Circuit Protectors: Adjustable instantaneous trip magnetic-only circuit breakers shall be supplied for each pump motor, sized as required • and in conformance with NEC. , 07446-01/Jefferson City September,2007 16906-4 Pump Control Panel , ilk 1 • 5. Motor Starters: Motor starter overload with integral ground fault sensing set with Class 10 (Quick-trip) overloads. Pump saver Symcom777- KW/H P. ' Starters shall be equipped with sufficient auxiliary contacts to accomplish the control indicated on the drawings and in the specifications plus one spare N.O. and one spare N.C. contact. ' 6. Intrinsically Safe Barriers: Provide an intrinsically safe isolation barrier for each float or any instrumentation device which extends into wet well. ' Barriers shall be Factory Mutual Listed or U.L. listed for Class I, Division 1, Group D environment. Barriers shall be so located in control panel as to physically isolate intrinsically safe wiring from other power control ' cables with grounded metal barrier per Instrument Society of America ISA-RP12.6. All intrinsically safe wiring shall be conductors with "intrinsically safe blue colored" insulation only. Conduit entries into the ' pump control panel for intrinsically safe systems shall be located at the intrinsically safe section of the panel enclosure. Relay shall be Indequip IEISA-115 and base or approved equal. ' 7. Alternating Relay: A SPDT alternating relay shall alternate each pump on each successive start command and be complete with a load selector toggle switch which will allow the alternation to be canceled and omit a ' disabled pump. Alternating relay shall be rated for 120VAC with 10 Amp contacts and shall be Timemark Corp. Model No. 261-DXT-120 or equal. Include 8 pin socket. ' 8. Unless specified otherwise on the drawings, control relays shall be heavy duty, "ice-cube" style, 11- pin (3PDT) socket mount, 120VAC operation 1 with integral pilot light, contact rating of 10 Amps minimum, IDEC RR3PA- UL-AC120V, or equivalent. Provide. all relays complete with matching plug-in socket IDEC#SR3P-05, or equivalent. t9. Unless specified otherwise on the drawings, time delay relays shall be heavy duty, socket mount. 120VAC operation with contact rating of 10 Amps minimum. Time Delay Relays with dip switched shall as ' manufactured by TimeMark 360-120-1 SEC 10. Provide non-reset-type,_ 1.20 VAC,, run time meters per each pump,. . ' Grasslin UQZ-48E-1208-BEZ-55G or equivalent. Provide Legend plates labeled as follows: ' "PUMP "X" HOURS" (where"X" designates Pump#) ' 11. Terminal blocks for control wiring shall be Heavy Duty 600 volt, tubular clamp style, with accessories as required, as manufactured by Buchanan, • Allen-Bradley, or Cutler-Hammer, or Square D. Control panel interior wiring shall be MTW or THW sized as required per NEC minimum #14 07446-01/Jefferson City ' September, 2007 16906-5 Pump Control Panel AWG. All connections shall be checked for tightness and secured as • required. ' 12. Mode Select: Method of operation shall be by a three position maintained "Hand-Off-Auto" selector switch provided for each pump. Selector ' switches shall be watertight/oiltight (NEMA 4/13) Allen Bradley 800T Series, Square D Class 9001, Type K, or Cutler-Hammer E22 or Cat. No. 10250 Series. Position commands are as follows: ' A. Hand - In this position the applicable pump shall run without regard for the level sensing commands, except for the off float, and will rely on operator discipline to run and stop. Pump shall be ' controlled by start/stop pushbuttons in the hand mode of operation. Include a normally open pushbutton to bypass the "off' float ' contact and permit the operator to pump the water level in the wet well below the "off' float for maintenance purposes. Operator shall be required to maintain the pushbutton in the depressed position to bypass the `off' float contact. Include legend plate labeled "OFF FLOAT BYPASS". , B. Off - In this position the applicable pump will not run under any circumstances. ' C. Auto - In this position the applicable pump shall be controlled by • normally open float switches. These switches will sense the appropriate level in the wet well and initiate start and stop ' commands to the pumps by switching the full voltage control power. 13. Pilot Lights: All pilot lights shall be "push-to-test" type with LED lamps, complete with one (1) normally open and one (1) normally closed contact block. Pilot lights shall be oil-tight and be "full size" (no less than 30 mm , in diameter). Pilot lights shall be Allen/Bradley 800H Series, Square D Class 9001, Type SK Series, or equivalent. Pilot light indication shall include, but not be limited to, the following where "X" designates each ' pump#: A. Power On; Green - indicating panel is energized. B. Pump#"X'; green - indicating pump#"X" is running. ' C. Pump #"X" Overload Trip; red - indicating that pump VX' has ' failed as a result of a starter overload trip. D. Pump #"X" Thermal Trip; amber - indicating that pump #X' has ' failed as a result of a thermal trip. E. Pump #"X" Seal Leak; amber - indicating that pump #"X" has a • 07446-01/Jefferson City September, 2007 16906-6 Pump Control Panel , 1 • seal leak failure, (where applicable). ' F. High Water Level; amber- indicating the high water level float has been activated and the water level in the wet well is at the "High Water Level" setpoint elevation. G. Legend plates shall be provided for all pilot lights. Pilot lights shall be arranged on the panel such that the user shall be able to clearly distinguish between different operation and failure modes. 14. Legend Plates: Legend plates shall be required for all starters, circuit ' breakers, control panels, and disconnects. Legend plates shall be provided to identify the equipment controlled and the function of each pushbutton, indicating light, pilot light, selector switch and device. ' Legend plates shall be weatherproof and abrasion resistant phenolic material. Lettering shall be black on white background, unless otherwise noted. All legend plats shall be attached with stainless-steel screws, ' double-face tape alone shall not be allowed. 15. Verify availability of thermal trip option and seal leak option with the ' respective pump manufacturer. Coordinate and furnish all additional pump protection components required by pump manufacturer for warranty purposes. ' 16. Pump Thermal Trip: (For motors equipped with motor winding •, thermostats). A thermal trip on the motor will cause immediate shutdown and activate the respective thermal trip condition pilot light and alarm ' light. Pump and motor thermal trip shall be wired to provide automatic reset and restarting of the pump motor. Pilot light and alarm light shall employ manual.reset. Provide interposing relays as required. I, 17. Fusing: Provide fuse protection as indicated on the drawings and specified herein for control circuitry. Fuses shall be rated 600VAC and ' shall be Bussman Class J or FNQ-R series fuses, Gould-Shawmut Class J or Class R fuses, or Littlefuse Class J .or Class R fuses, sized as required and/or as indicated on the drawings with fuse blocks, with box lug terminals, sized as required. Include hardware for mounting. Provide ' one box (5 minimum quantity) of each type and size of fuse, upon completion of the job, for use as spares.. ' 18. Circuit breakers for 120 VAC: Where circuit breakers are used instead of fusing for control circuits and other 120 VAC circuits they shall be thermal magnetic, molded case, 100 Amp frame, 10,000 Amps symmetrical, ' Interrupting current rating at 120 VAC, as manufactured by Square D, Challenger, Westinghouse, or Cutler-Hammer. Breakers shall have "on", "off' and "tripped" positions and shall be U.L. listed. ' 19. Pushbuttons: Pushbuttons shall be rated NEMA 4/13, watertight/oiltight, • momentary contact normally open type or normally closed (where applicable) type with 10. amp minimum contact rating at 120VAC, Allen- 07446-0 1/Jefferson City ' September, 2007 16906-7 Pump Control Panel i Bradley 800H Series, Square D Class 9001, Type SK, or equvalent. • 20. Alarm System: Provide output alarm contacts for the following alarm ' conditions. A. Motor starter overload trip. B. Pump motor thermal trip. C. Pump motor seal leak(where applicable). ' D. High water level. E. Loss of utility power/or voltage monitor alarm condition. A trickle charger and 24 volt rechargeable sealed battery, Nickel , Cadmium, Nickel-Metal Hydride or Gel-Cell, shall be provided in the pump control panel enclosure. Batteries shall operate the alarm system from -40 degrees F to 140 degrees F and shall be capable of operating 1 the alarm system continuously for a 24 hour period. Alarm system shall also include a reset button and a system test button ' both located inside the cabinet and a battery condition indicating light. Include all necessary control relays, terminal blocks, wiring, etc. to ' provide the alarms functions noted above with a spare normally open contact output for each alarm function for future use. 21. Grounding Bar: Provide a copper grounding bar mounted and bonded ' inside the panel enclosure, adequately sized to accommodate all ground • conductors to or from the pump control panel. , 22. Main Breaker & Disconnect Mechanism: Main circuit breaker shall be 600 VAC rated, 3 pole, 100 Amps thermal-magnetic circuit breaker. Circuit Breaker shall have minimum interrupting rating of 18 kA at system , operating voltage. Circuit breaker shall be mounted on the back panel of the enclosure. When in the `off' position it shall disconnect all power to the pump control panel. Include legend plate labeled "MAIN ' BREAKER". 23. Current Monitor Relays (if applicable): Provide current monitor relays to ' monitor current in the motor leads and control run time meters based on operation of submersible pump motors (on or off). Current monitor relays shall be Diversified Electronics Model Number CMG-0100-20, or equal. ' Coordinate part number with specific pump FLA. 24. Control Power Transformer: 480 VAC to 120 VAC machine tool transformer sized as required, 2KVA Min, Hammond Q002LECF,-or"equal , external) mounted. Provide rims and secondary fusing using Y primary Bussman FNQ-R Series fuses, or equal, sized as required with Bussman Class CC fuse blocks with box lug terminals, or equal, sized as required. ' Ground the secondary side (X2) leg of the control transformer. 25. Convenience Receptacle: GFCI Levington 6599-1 or equal with back • 07446-01/Jefferson City September, 2007 16906-8 Pump Control Panel ' • box and cover. PART 3 EXECUTION 3.01 INSTALLATION A. Pump Control Panel ' 1. Control panel shall be installed per manufacturer's recommendations as detailed on the drawings and as specified herein. ' 2. All conduit entries into the panel enclosure shall have watertight threaded hubs, Meyers or equivalent in order to maintain the NEMA 4X rating of the enclosure. ' 3. Seal all underground conduit openings that terminate within control panel enclosure as specified in Section 16111-2.02C. ' 4. Conduits with intrinsically safe wiring, including float switch cables, shall terminate in the control panel at the intrinsically safe wiring section. Non- ' intrinsically wiring including, but not limited to, power feeder conductors from the service entrance circuit breaker, branch circuit conductors, and pump motor cables shall not enter the control panel at the intrinsically safe wiring section and shall maintain a minimum separation distance ' inside the control panel from the intrinsically safe conductors as required • by NEC 504 and ANSI/ISA RP12.6. ' 5. Install explosion proof conduit seals as detailed on the drawings and in conformance with Manufacturer's requirements. Contact the respective conduit seal off manufacturer if assistance is required for direction of installing the packing fiber to form a dam and pouring the sealing compound. 3.02 TESTING A. Pump Control Panel 1 Supplier shall provide services of the pump control panel manufacturer's representative for the purpose of inspection, check-out, testing, start-up, instruction of user_ personnel, and any other required services to provide a ' complete and operational system. All tests shall be conducted in the presence of the Engineer. Contractor shall provide water as/if required to test pumps under load. Contractor shall furnish 3 copies of test results to Engineer. Supplier shall ' also furnish 3 copies of Operation and Maintenance Manuals, for operator personnel use, to the Engineer. ' Start-up procedure and tests shall include, but not be limited to, the following as well as other tests and requirements specified herein. • a. Conduct megger test on each motor. .. 07446-01/Jefferson City ' September, 2007 16906-9 Pump Control Panel b. Check float switches and corresponding circuitry for proper operation. ' C. Inspect control panel for correct terminal connections and tightness, correct and tighten as required. , d. Check oil in motors (if applicable). e. Check for correct rotation of pump motors, correct as required. ' f. Check for pump installation and operation. ' g. Measure voltage at no load (motor off)and at motor running under load. h. Measure current in each phase with motor running under load. ' i. Verify a label is provided on the pump control panel with the name, address, phone number, and emergency phone number of the service ' representative. j. Verify proper operation of all pilot lights and alarm lights. ' k. Test receptacles for proper operation. I. Instruct user personnel about the operation of the control panel and ' components; indicating items for routine maintenance check, operation • modes, failure modes, alarm conditions, etc. ' M. Conduct any additional tests as required by the manufacturer. n. Verify tests and requirements are met as specified in Section 16010 - ' General Electrical Requirements, and Section 16950 — Testing Electrical Systems. END OF SECTION 16906 • 1 07446-01/Jefferson City September, 2007 16906-10 Pump Control Panel ' � APPENDIX A CITY OF JEFFERSON 1 ' STANDARD SANITARY SEWER SPECIFICATIONS 1 • 1 1 1 1 1 ' Revised April, 2004 1 • TABLE OF CONTENTS • Section Page 1.0 General 1 2.0 Materials and Testin g 1 , 3.0 Grading and Site Preparation 5 ' 4.0 Pipe Laying,Jointing and Testing 8 , 5.0 Manholes and Special Structures 13 , 6.0 Pipe Encasement and Collars 15 ' 7.0 Backfill 16 ' 8.0 Tunneling, Boring and Jacking 8 9.0 Acceptance Test for Sewers 21 ' 10.0 Seeding 27 ' 11.0 Pavement Replacement 27 , 12.0 Measurements and Payments 28 13.0 Subsidiary Items 31 • i • STANDARD SANITARY SEWER SPECIFICATIONS ' SS-1.0 GENERAL ' SS-1.1 Description: Sanitary sewer construction shall consist of furnishing all labor, materials and equipment for the complete installation of sewers and appurtenances in accordance with the City Standard Drawings, Plans, General Provisions and Covenants, Street Specifications and Standards, and these Specifications. I ' SS-1.2 Specification Modifications: It is understood that throughout this section these specifications may be modified or deleted by appropriate items in the Special Provisions or notes on the contract drawings. ' SS-1.3 Revisions of Standards: When reference is made to a Standard Specification (ASTM, AWWA) the specification referred to shall be ' understood to mean the latest revision of said specification as amended at the time of the Notice to Bidders, except as noted on the Plans or in the Special Provisions. 1 SS-2.0 MATERIALS AND TESTING iSS-2.1 Scone: This section governs the furnishing of all pipe, fittings and other • materials as required to complete the work as shown on the Plans and as ' provided for in the Special Provisions. The materials specified are to be used under normal conditions. Vitrified clay, HDPE, and fiberglass reinforced pipe may be approved for special applications if installed by manufacturer's recommendations. SS-2.2 General: ' a. Requirements: Furnish pipe of materials, joint types, sizes, and strength class indicated and specified. Higher strengths may be furnished at Contractor's option, at no additional cost to the Owner. b. Manufacturer: The manufacturer- shall be experienced in the ' design, manufacture and commercial supplying of the specific material. ' C. Inspection and Testing: To be performed by the manufacturer's quality control personnel in conformance with applicable standards. Testing may be witnessed by Owner, Engineer, or ' approved independent testing laboratory. Upon request of the Owner, and prior to delivery, the Contractor shall provide three (3) • 1 � copies of certified test reports indicating that material does • conform to the specifications. , SS-2.3 Ductile Iron Pine: Conform to ANSI A21.51, except as otherwise specified herein. ' a. Design: Design of pipe shall be in accordance with ANSI A21.50 laying conditions B or F. Minimum wall thickness shall be for Class 2. b. Joints: Mechanical and push-on joints for ductile iron pipe and ' fittings shall conform to the requirements of ANSI A21.11. C. Gaskets shall be neoprene or other synthetic rubber material. , Natural rubber gaskets will not be acceptable. Gaskets shall be rated for intended use (gravity sewer or pressure main). d. Fittings: Fittings shall be in accordance with ANSI A21.10 and shall have a pressure rating of not less than that specified for pipe. Fittings used with ductile iron pipe shall be ductile iron. Fittings , for pipe with mechanical joints shall have mechanical joints. Fittings for pipe with push-on joints shall be either mechanical joint or push-on joint. ' e. Lining: Polyethylene in accordance with ANSI/ASTM D 1248 or • two component epoxy per manufacturer's recommendations. , Cement-mortar lining is not acceptable. f. Coating: Bituminous per manufacturer's recommendations. ' g. Furnish all specials, taps, plugs and wall fittings as required. SS-2.4 Poly Vinyl Chloride (PVC) Sewer Pipe: Conform to ASTM D-3034, ' except as otherwise specified herein. Building sewer (lateral) pipe is specified in the City Plumbing Code. , a. General. Furnish maximum pipe lengths manufactured by the supplier, except fittings, closures and specials. b. Design: The minimum wall thickness for PVC Pipe shall conform , to SDR-35. Pipe bedding shall conform to ASTM D-2321 for Class I materials. , C. Joints: Flexible gasketed joints shall be compression type with a gasket confined in either the spigot end or the bell end of the pipe. ' Rubber gasket rings shall conform to the requirements of ASTM • 2 i D-1869. Gaskets shall be neoprene or other synthetic material. ' Natural rubber gaskets will not be acceptable. d. Fittings: Fittings defined as tee connections suitable for assembly i to 4-inch or 6-inch house or building sewers connection to existing sewer mains shall be saddle-type fittings of PVC Plastic. Connections to new or inactive sanitary sewers shall be with wye ' fittings. SS-2.5 Sanitary Sewer Forcemain: Shall be PVC and conform to the requirements ' of ANSUAWWA C900-89. Pressure Class 200. a. Bends in sanitary sewer forcemain shall be by restrained joint ' ductile iron fittings restrained in accordance with manufacturer's recommendations. Sanitary sewer forcemain-shall be installed with locating tracer wire. Tracer wire shall be insulated THNN, 12 ' gauge copper wire. All wire shall be joined by use of wire clamps. These connections shall be sealed and taped to create a watertight connection. Tracer wire shall be secured to the top of the main by 1 tape a minimum of 3 times in each standard length of pipe. Tracer wire shall be looped to the top of .valve boxes for access and at ends for conductivity. ' b. Where sanitary sewer forcemains must cross watermains, the forcemain shall be installed below the watermain with not less than an 18 inch separation. C. Buried gate valves on forcemains two (2") inch through twelve (12") inch inclusive shall be Mueller Gate Valves, mechanical joint, resilient seated wedge disk or equal. Valve shaft shall have an "O" ring seal with a two (2") inch square operating nut. Valve shall open in a counter-clockwise direction. Buried gate valves shall have valve boxes which shall be two-piece, twenty-four (24") inch, screw type, bottom section and sixteen (16") inch screw type, top section with lid marked "SEWER". i SS-2.6 Reinforcing teel: Reinforcing steel shall be laced as shown on the Plans �— g P ' and shall conform to ASTM Specifications as follows: a. Bars and rods shall be deformed billet-steel conforming to ASTM A-615, Grade 40. ib. Welded wire fabric shall conform to ASTM A-185, Grade 40. ' C. Fabricated steel bar and rod mats shall conform to ASTM. A-184. Bar material shall conform to ASTM A-615, Grade 40. 3 d. Smooth bars shall be round carbon steel bars conforming to ASTM ' A-306, Grade 60. SS-2.7 Manhole Materials: ' a. General: Manholes shall conform to the applicable City Standard Drawing. All new manholes must be precast as defined in these ' specifications and applicable City Standard Drawings. b. Brick and mortar manholes: Repair to existing brick manholes use ' materials as follows: 1. Mortar: Mortar and plaster casting for masonry manhole ' units shall be two parts Portland Cement to one part Masonry Cement to six parts plaster sand mixed with the least amount of potable water necessary to provide a ' workable mortar. 2. Brick: Clay brick shall conform to ASTM C-32, Grade SS , or SM. For Grade SM, the maximum water absorption by 5-hour boiling shall not exceed 12.0 percent for individual brick or 9.0 percent for the average of five bricks. , C. Precast Concrete: Precast concrete manholes shall conform to • ASTM C-478. Joints shall be of material as specified for ' reinforced concrete pipe joints or a bitumastic material or performed flexible joint sealants applied in accordance with manufacturer's recommendations. ' d. Cast in Place Concrete: Concrete used shall conform to applicable City Standard Drawing. e. Waterproofing: Waterproofing will be required to all manholes. The bitumen shall consist of two coats of asphalt or coal-tar pitch, H.B. Tnemecol (Coal Tar) Series 46-465 or equal. Asphalt shall conform to the requirements of ASTM D-449. Coal-tar pitch shall conform to the requirements of ASTM D-450. , f. Flexible connectors designed to produce a positive watertight connection for pipes entering precast manholes shall be provided. These connectors shall be the "A-LOK" produced by A-LOK ' Products, Inc. or approved equal. g. Interior coating: Where manholes are subject to excessive ' hydrogen sulfide exposure, the City requires manholes be lined 4 with a one-part urethane Tnemec Series 434 Perma-Shield H2S or ' equal. Interior coating shall be applied prior to delivery to the site and touched up where necessary. ' SS-2.8 Manhole Castings: a. General: Cast-iron rings, covers and steps conform to the applicable City Standard Drawings. The castings shall meet or exceed the following requirements: ' b. Iron Castings: 1. Iron castings shall conform to the requirements of ASTM ' A-48, Class 30. 2. Castings shall be clean and whole, and without blow or ' sand holes or any other surface defects which would impair serviceability. Plugging or filling of holes or other defects will not be permitted. 3. Parting fins and pouring gates shall be removed. ' 4. Castings shall be thoroughly cleaned and painted with two • coatings asphaltum paint before being delivered to the site. ' SS-2.9 Bedding Aggre agate: All materials used for crushed stone pipe bedding shall conform to applicable City Standard Drawings. ' SS-2.10 Water Stops: Water stops must be installed in accordance with City Standards. ' SS-3.0 GRADING AND SITE PREPARATION SS-3.1 Scope: This section governs the furnishings of all labor, equipment tools, ' materials, and the performances of all work for clearing, grubbing, and demolition; wholly or in any part, at locations shown on the Plans, or as .provided for.in the Special Provisions. Clearing, grubbing and demolition ' shall be done only to that extent which is necessary for the prosecution of the construction of the sewers. ' SS-3.2 Definitions: a. Clearing: Clearing shall consist of removing all vegetable matter, ' such as trees, brush, down timber, rotten wood, rubbish and other objectionable combustible materials, found on or above the surface 5 of the site. It may include removing fences, lumber, waste dumps and trash, and the salvaging of such of the materials as may be ' specified. This item shall include the disposal of the debris resulting from the clearing operations. b. Grubbing: Grubbing shall consist of removing and disposing of ' stumps, roots, buried trees and brush, wood piling, wood curb planking, wood culverts, wood catch basins and drains, and wood stairs appearing on or below the surface of the ground which has not been included in section entitled"Clearing". C. Demolition: Demolition shall consist of demolishing, removing, ' disposing, or incorporating into backfill all non-vegetable matter appearing above, on, or below the ground surface. This shall , include all material derived from the demolition of Portland Cement Concrete items such as base courses, curbs, curb and gutters, sidewalks, floors, steps, driveways, drainage structures of , all sorts,fences, and other miscellaneous items such as foundations or wall of any sort, and iron or steel items, and shall include all asphaltic items such as pavement and base courses. t SS-3.3 Construction Details: a. Limits of Work: The limits for clearing, grubbing and demolition ' shall, in no case, extend beyond the limits of the right-of-way, city • property lines, or easements, unless otherwise specified on the ' Plans or Special Provisions. b. Protection of Existing Facilities: The Contractor shall be ' responsible for protecting any improvement of any agency, public or private, in the vicinity of clearing, grubbing or demolition operations. When necessary the Contractor shall enlist the ' assistance of the affected agencies in the location of their facilities. The Contractor will not be responsible for the cost to any agency for assistance in the location of its facilities, but he shall be ' responsible for the cost of all damages to such facilities arising because of his carelessness or negligence. 1. Private Sewer Facilities: The Contractor shall make every ' reasonable effort to protect private sewer facilities. They are not shown on the Plans. When these facilities are disturbed or damaged by the work, the Contractor shall ' make necessary repairs to the facilities for continuous service prior to the close of the work day. 6 • 2. Property Pins: All property or lot corner pins or stakes ' shown on the Plans and disturbed by this construction will be properly referenced by the Contractor prior to removal, and reset by the Contractor upon completion of the project. ' SS-3.4 Clearing: Clearing shall be performed in advance of the construction operation so as not to delay the progress of the work. The refuse resulting ' from clearing shall be hauled to a waste site secured by the Contractor, or if permitted by the Special Provisions may be burned in the area indicated on the Plans in such a manner as to meet all applicable requirements of the ' Federal, State, County and Municipal regulations concerning health, safety and public welfare. SS-3.5 Grubbing: Grubbing shall be kept abreast of the "Clearing" as nearly as i ' the sequence of operations may permit. All stumps, roots, and other objectionable material within the disturbed area shall be removed to a depth of at least twelve (12) inches below the finished grade elevation. Disposal of debris from grubbing shall be as described in "Clearing" above. ' SS-3.6 Demolition: If portions of existing improvements are to be left in place, the limits of pavement removal shall be laid out as neat, straight lines a minimum distance of six (6) inches beyond the anticipated edges of ' excavation. If the pavement removal limits are approximately parallel to • and three (3) feet or less from an existing pavement joint, previous cut, or curb, the limits of removal shall be extended to the joint, cut, or curb. Sufficient portions of the pavement shall be removed to provide for the proper grade and alignment of the new construction. Disposal of debris from demolition shall be described in SS-3.4 "Clearing". ' SS-3.7 Environmental Protection Procedures: ' a. General: Contractor shall take all measures to minimize disturbed areas. Compliance with the following procedures for protection of existing greenery is required. b. Trees: All reasonable effort shall be made to save as many trees as possible. If trees can be saved by trimming, this shall be done in. accordance with acceptable pruning practices. Any tree removed shall be replaced with like species of nursery stock outside the temporary Sewer Right-of-Way. ' All trees within 30 feet of either side of sewer centerline which are specifically to be removed or saved have been marked on the Plans ' with the following notations. • 7 1. Trees marked"S" shall be saved. • 2. Trees"Xed"out shall be removed. ' C. Shrubbery, Small Plants and Flowers: Prior to the start of ' construction, property owners will be notified of the proposed starting date. One purpose of this notification is so that the property owners may remove any shrubbery, small plants or ' flowers that they, the property owners, desire to save. SS-4.0 PIPE LAYING,JOINTING AND TESTING ' SS-4.1 Scope: This section governs the furnishing of all labor, equipment, , materials and tools for the installation of all pipes, fittings, specials and appurtenances as shown on the Plans, City Standard Drawings or as provided for in the Special Provisions. ' SS-4.2 Handling: a. Handle pipe materials and fittings in a manner to insure installation ' in sound and undamaged condition. Do not drop or bump. Use slings, lifting lugs, hooks, and other devices designed to project , pipe, joint elements and coatings. In handling plastic pipe of ten • (10) feet in length or greater, a double sling will be required unless otherwise approved by the Engineer. , b. Ship, move and store with provisions to prevent movement or shock contact with adjacent units. ' SS-4.3 Installation: a. All work shall be in accordance with the following standards: ' ASTM D-2321 - Underground installation of flexible Thermoplastic Sewer Pipe. , AWWA C-600-Installation of Cast Iron Water Mains. b. Utilize equipment, methods and materials insuring installation to , lines and grades indicated. 1. Batter Boards and Laser: The Contractor shall provide and maintain in good working order, on the site, at all times, a laser beam or a gauge rod of sufficient length to reach from , the invert of the sewer pipe being laid to the top line strung • 8 1 on the three batter boards. The gauge rod shall be I ' • graduated and numbered each foot of its entire length. The gauge rod shall be equipped with either a plumb line or two spirit levels and the utmost care used to insure a truly ' vertical gauge rod at the time the reading is taken and pipe is being set. In the event a laser beam is used to control line and grade for the pipe laying operation, the laser must be checked at the beginning of each day and at least once between manholes and. at any other time the Engineer deems necessary to insure the proper line and grade of the pipe. Maintain the following tolerances from true alignment and grade: Alignment 3 inches ' Grade 1 inch Joint deflection shall not exceed the maximum allowable I ' deflection per joint according to ASTM C-425, ASTM C- 594 and AWWA C-600. Only one correction for alignment and/or grade shall be made between adjacent manholes. ' 2. Except where pipe sections are being encased in concrete, • no pipe is to be supported by blocks. 3. All transition in sewer main line and grade must be within a manhole. ' C. Install pipe of size, material, strength class, and joint type with embedment as shown on the Plans. ' Reinforced concrete pipe with elliptical reinforcement shall be installed and positioned in accordance with the pipe manufacturer's pipe markings indicating top and bottom pipe. ' d. Pipes installed on grades in excess of 20% shall be anchored securely with concrete anchors spaced as follows: Grade Maximum Anchor Spacinq 20% - 35% 36 ft. ' 35% -50% 24 ft. greater than 50% 16 ft. ' e. Insofar as possible, commence laying at downstream end of line • and install pipe with spigot or tongue end downstream. ' 9 1 1 f. Clean interior of all pipe, fittings, and joints prior to installation. • Exclude entrance of foreign matter during discontinuance of ' installation. Close open ends of pipe with snug fitting closures. Do not let water fill trench. Include provisions to prevent flotation ' should water control measures prove inadequate. Remove water, sand, mud and other undesirable materials from trench before removal of end cap. g. Install pipe only when weather and trench conditions are suitable. Do not lay in water. Brace or anchor pipe as required to prevent ' displacement after establishing final position. SS-4.4 Pipe Bedding: The sewer trench shall be carried to a point not less than ' four (4) inches below bottom of pipe bell. Crushed stone bedding, compacted to full width of trench, shall than be placed and compacted to bottom of pipe with proper allowance for bell joints. After each length of ' pipe being laid has been shoved "home" and placed in proper alignment, it shall be securely anchored and held in position by crushed stone deposited simultaneously on each side of the pipe. This crushed stone backfill shall ' extend to a point not less than six (6) inches above the top of the pipe bell. If unstable conditions are encountered and it is determined by the Engineer that the bedding specified will not provide suitable support for ' the pipe, additional excavation to the limits determined by the Engineer • will be required. This additional excavation shall be backfilled with crushed stone material approved by the Engineer. , SS-4.5 Jointing: a. General Requirements: , 1. Locate joints to provide for differential movements at ' changes in type of pipe embedment, concrete collars, and structures. Support pipe from wall of manhole to first joint in normal sewer trench with concrete cradle structurally continuous with base slab or footing. , 2. Clean and lubricate all joint and gasket surfaces with lubricant recommended by pipe manufacturer. ' 3. Utilize methods and equipment capable of fully homing or making up joints without damage. ' 4. Check joint opening and deflection for specification limits. • 10 . 5. Examine each piece of pipe prior to installation for ' soundness and specification compliance. b. Provisions for Jointing Concrete Pipe: Check gasket position and ' condition after assembly with feeler gauge prior to installation of next section. C. Provisions for Jointing Cast Iron and Ductile Iron Pipe: 1. Conform with AWWA C-600. 2. Paint suspected damaged portions with turpentine and dust cement to check for cracks. Remove turpentine and cement ' by washing when crack test is satisfactorily completed. If cracks are found,the pipe shall be rejected. ' 3. Check gasket position and condition after assembly prior to installation of next pipe section. 4. Rubber Gasketed Joints: Check gasket position and ' condition after assembly with feeler gauge prior to installation of next section. 5. Provisions for Jointing RPM Pipe: Check gasket position • and condition after assembly prior to installation of next ' pipe section. 6. Provisions for Jointing PVC Pipe. Check gasket position and condition after assembly prior to installation of next ' pipe section. SS-4.6 Cuttin : _ Cut_in neat workmanlike manner without damage to pipe. ' Observe specifications regarding joint locations. Smooth cut by power grinding to remove burrs and sharp edges. Repair lining as required and approved. ' SS-4.7 Temporary Plugs: ' 1. Plugs: Provide and install plugs as manufactured by pipe supplier or as fabricated by Contractor if approved. Plugs shall be watertight against heads up to twenty (20) feet of water. Secure ' plugs in place in a manner to facilitate removal when required to connect pipe. ' 2. Location: Plugs shall be installed as specified or where shown on Plans. Also the open end of the sewer shall be plugged at the end • � ll of the work day with a suitable mechanical plug to prevent entry of foreign material until work is resumed. ' SS-4.8 Connections to Existing Pipelines and Structures: a. Connect pipe to existing structures and pipelines where indicated. Observe pertinent articles of specifications pertaining to joint locations. ' b. Prepare structure by making an opening with at least two (2") inches clearance all around fitting to be inserted. Connector gasket ' shall be placed on pipe. Pipe shall be positioned in manhole wall prior to grouting. Opening between pipe and manhole shall be filled with an expansive grout in such a manner that a watertight ' condition will result. C. Manholes to be built on an existing sewer shall be constructed in ' such a manner as will not disturb services of existing sewer. The manhole base, walls and invert shall be completed before the top half of the sewer pipe is cut or broken away. Rough edges of the ' pipe thus exposed shall be covered with expansive grout, in such a manner as to produce a smooth and acceptable finish. Any portion of the existing sewer damaged by the Contractor shall be repaired at no expense to the City. , • d. Connections between different pipe materials shall be made using proprietary transition coupling unless otherwise specified on the , Plans. SS-4.9 Service Lines and Connections: ' a. Wyes and saddles for service lines shall be installed at a 45 degree angle measured from the horizontal center line of the pipe for pipe ' sizes eight inches (8") through fifteen inches (15") in diameter. Service lines shall not be installed in pipe sizes 18 inches (18") in diameter or larger unless approved by the City Engineer. Wyes ' shall be 8" x 4" with DVW branch and shall be installed on new sewer mains as the mains are installed. b. Service lines under streets shall be installed by the ' Contractor/Developer extending from the main to the limits of the street right-of-way and shall be installed prior to construction of ' the street at a slope not less than one foot per 100 feet (1.0%). Service lines for each building unit shall be connected to the mains by means of a wye or tee and shall extend at least to the street ' right-of-way, but never less than ten feet (10') from the sewer • 12 ' • main. Individual service lines shall not connect directly into ' manholes unless approved by the City Engineer. Service lines shall be adequately plugged to prevent foreign matter from entering the pipe during construction. All service lines shall be constructed bell to spigot or shall have a solid glued sleeve. C. Saddles are only to be used to connect to existing sanitary sewers. The saddle shall be installed over a hole sized to fit the saddle opening (4" minimum). Cut shall be made with non-impact rotary equipment. ' d. The service line shall terminate at a capped cleanout. The cleanout top shall be maintained 2' above ground or flush at finish grade. ' e. The Contractor/Developer shall maintain an accurate record for the production of the as-built drawings of the location, size and ' direction of each tee and wye, and location, size and length of each building service line. Locations will be referenced to the pipe line stationing as shown on the plans, or the distance from the first ' downstream manhole. SS-5.0 MANHOLES AND SPECIAL STRUCTURES • SS-5.1 Scope: This section governs the furnishing of all labor, equipment, tools ' and materials, and the performance of all work incidental to the construction of manholes, drop manholes and special sewer structures complete with covers, steps, fittings and appurtenances as required in ' accordance with the Plans, Special Provisions, and City Standard Plans. SS-5.2 General: As used herein special structures refers to manholes on large sewers, special junction structures, metering stations, siphons and similar ' structures constructed on the pipeline. Manholes and special structures may be constructed of precast concrete sections, cast-in place concrete on existing mains or where space does not permit a precast manhole. ' SS 5.3 Construction: ' a. General: Manholes and special structures shall be constructed at locations indicated and in accordance with details as shown on the Plans or City Standard Drawings. ' b. Precast Wall and Reducing Cone Sections: Handle with care to avoid damage to joint ends of each section. Damaged sections ' may be subject to rejection at the discretion of the Engineer. When using O-ring joints, care shall be exercised in placing the O-ring on • 13 the spigot end, and lowering the bell section on to the spigot end so • that a watertight seal is obtained. ' When using bitumastic joints both spigot and bell ends shall be primed with solvent material compatible to the adhesive in the mastic. Approved bitumastic material shall completely fill the joints so that a minimum of one-fourth inch bead of material is visible after jointing, to be smoothed off after completion of the jointing operation. When a flexible preformed butyl rubber or bituminous polymer ' compounded with modifiers is used to seal jointed sections of manholes, the extrusion of sealant from the joint is not required. The vertical spacing between manhole sections shall not exceed ' one-fourth inch. Preformed joint sealers remain flexible at temperatures as low as 0 degrees Fahrenheit. All bitumastic materials or preformed flexible joint sealants shall ' not be applied to wet or damp surfaces. C. Cast-in-Place: Consolidate concrete with mechanical vibrators to eliminate entrapped air voids and rock pockets. Forms shall be supported in such a manner as to prevent any movement of the ' forms while concrete is being cured. Any movement of the forms . may be cause for rejection. d. Invert Channels: Alignment of the invert channels shall be as ' shown on the Contract Drawings. When no specific details and dimensions are given, changes in flow direction shall be smooth, t uniform and made with the longest radius possible. The cross section shape of invert channels shall match the lower halves of the entering and exiting pipes. The surfaces of the channels shall be , steel—troweled to produce a dense, smooth surface. When filling openings around pipes through manhole walls, mortar and/or masonry units shall be placed so that the resulting joints are , watertight. Mortar used in the joint.closure shall not interfere with the invert channel. SS-5.4 Curing: Cast-in-place concrete shall be adequately protected from freezing ' and loss of moisture for the first 24 hours. The curing methods and materials to be used shall be approved by the Engineer. SS-5.5 Manhole Rings: All rings for manhole covers shall be set to match the existing surfaces, except in flood plains where the Plans indicate that the ring is to be set at an elevation higher than existing ground. Each ring , shall be set on a full mortar bed of bitumastic material, if approved by the . 14 • Engineer. If masonry units are used to adjust rings to grade, the masonry ' work shall conform to Section SS-5.3 (d) of these specifications. SS-5.6 Waterproofing: Two coats of an asphalt or coal-tar pitch waterproof coating shall be applied to the exterior of all structures from base to manhole ring. The coating shall be applied in sufficient quantity so that no bare or thin spots show. The coating shall be applied in sufficient time ' to permit proper curing prior to backfilling the excavation. Proper methods and materials shall be used during backfilling to prevent damage to the coating. Any damage to the coating which does occur shall be immediately repaired. ' SS-6.0 PIPE ENCASEMENT AND COLLARS SS-6.1 Scone: This section governs the furnishing of all labor, equipment, tools and materials, and the performance of all work for the encasement of pipe in concrete or installation of concrete collars at locations shown on the Plans. SS-6.2 General: Tools or partial encasement of pipe in concrete shall be used where the required safe supporting strength cannot be obtained by other ' bedding methods. Concrete encasement shall also be provided at locations to protect public water supplies or-where there exists the possibility that standard bedding may be eroded by currents of water under and around the pipe. SS-6.3 Materials: ' a. Concrete: Concrete whether reinforced or nonreinforced shall be approved by the Engineer. 1 Reinforcing: Reinforcing steel used in concrete encasements shall be ASTM A-615, Grade 40. SS-6.4 Construction: Concrete encasement shall be constructed at locations indicated and in accordance with details as shown on the Plans or City Standard Drawings. Start and terminate encasement at a pipe joint. ' Suitably support and block pipe to maintain position and prevent flotation. Form to dimensions indicated or construct full width of trench. a. Joints: If a single section of encasement is not constructed continuously (concrete is not placed in a single deposit) construction joints shall be provided in the encasement to coincide with pipe joints. Construction joints shall be keyed continuously • 15 around the encasement. Longitudinal reinforcement shall be continuous through construction joints. ' b. Curing: Concrete encasement shall be protected and cured so as to prevent excessive evaporation of moisture or freezing. C. Backfilling: Backfill trench only after concrete encasement has obtained a minimum of 2000 psi and can sufficiently support the ' loads imposed by backfill and backfill operations. SS-7.0 BACKFILL ' SS-7.1 Scone: This section governs the furnishings of all labor, equipment, tools ' and materials, and the performance of all operations necessary for the proper replacement of backfill material in pipe trenches and around structures as required by the Plans and Special Provisions. General: a. Unless otherwise specified, all sewer trenches and excavation around structures shall be backfilled to the original surface of the ground with earth, earth and rock or other acceptable material. , When earth and rock is used it shall be placed and thoroughly consolidated with sufficient earth to completely fill all voids between the rocks. The Contractor shall so sort and stockpile the , excavated material so that the proper material is available for backfill. b. The backfill material shall be compacted to a minimum of 80.0 , percent of optimum density as determined by the Standard Proctor Test or shall be compacted to a density equivalent to the density of , the immediate adjoining soil. The top six inches of backfill in street right-of-way shall be compacted to a minimum density of 95.0 percent of optimum density as determined by the Standard Proctor Test. Backfill material shall be laced and compacted only P P Y , when its moisture content is within 2.0 percent of optimum moisture content as determined by Standard Proctor Test. ' C. The combination of the thickness of the layer, the method of compaction and the type of compaction equipment shall be at the , discretion of the Contractor subject to obtaining the densities as specified above. d. The quality of the compactions shall be subject to compaction tests when deemed necessary by the Engineer. • 16 • It shall be the Contractor's responsibility to make necessary excavation in order to accommodate compaction tests at locations specified by the Engineer. The compaction tests will be performed ' at no cost to the Contractor. If the quality of the compaction does not meet the above requirements, the material will be removed and replaced to meet the above requirement, at the expense of the Contractor. e. Commercial sand backfill shall not be used. f. In areas marked "Garden" or "Flower Garden" on the Plans, the topsoil as excavated shall be stockpiled and replaced to original ' elevation,location and depth. g. Backfill material shall be carefully placed to avoid damage or displacement of sewer or structures. h. Backfill shall not be placed when material contains frost, is frozen, ' or a blanket of snow prevents proper compaction. Backfill shall not contain waste material, trees, organic material,rubbish, etc. SS-7.2 Backfill of Pipe Trenches: ' a. The area below a lane six inches above the to of pipe bell shall P P PP be backfilled in accordance with the specifications for "Pipe Bedding". b. Backfill above a plane six inches above the top of pipe bell shall be made with suitable earth, earth and rock, or other acceptable material except that the area below a plane one foot above the pipe bell shall not contain any excavated rock. When earth and rock is used, the maximum dimension of the rock shall not exceed twelve inches. ' SS-7.3 Backfill Around Structure: a. No backfill shall be placed over or around any structure until the ' concrete or mortar therein has attained a minimum strength 2000 psi and can sufficiently support the loads imposed by the backfill without damage. ' b. The Contractor shall use utmost care to avoid any wedging action between the side of the excavation and the structure that would cause any movement of the structure. Any damage caused by ' 1 i 17 1 premature backfill or by the use of equipment on or near a • structure will be the responsibility of the Contractor. ' C. Backfill shall be placed and compacted on all sides of the structure simultaneously, and operations shall be so conducted that the ' backfill is always at approximately the same elevation on all sides of the structure. d. No excavated rock larger than four(4) inches maximum dimension shall be placed within one (1) foot of the exterior surface of any structure. ' SS-8.0 TUNNELING,BORING AND JACKING , SS-8.1 Scone: This section governs the furnishing of all labor, materials and equipment, and the performance of all operations necessary for the ' construction of tunnels complete with lining, bulkheads and sand fill at locations shown on the Plans or where constructed at the Contractor's option when approved to pass the utilities, streets or obstructions without ' open excavation. SS-8.2 Tunnel Cross Section: Construct circular in cross section of size indicated. ' Alternate size and shape may be submitted for approval subject to the • following: a. Best suited to proposed method of excavation and lining. b. Clear cross-sectional area not less than clear area of circular , section indicated. C. Invert at grade consistent with adjoining open cut construction. 1 18 • SS-8.3 Materials: ' a. Steel Liner Plate: Steel tunnel liner plates shall be Armco "Standard", Commercial Shearing and Stamping Company "Commercial", Republic "Truscon Paneled Out", or equal and shall be galvanized in accordance with ASTM A-123. The design and shape of the liner plates shall be such that assembly can take place entirely from within the tunnel liner. The outside diameter shall be four (4') feet and the minimum wall thickness shall be United States Standard Gauge 12 (0.1046 inches). Sufficient ' sections shall be provided with one and one-half (1 '/z") inch or larger grouting holes, located near the centers, so that when the plates are installed there will be one line of holes on either side of ' the tunnel and one at the crown. The holes.in each line shall not be more than nine (9') feet apart and, unless otherwise approved, shall be staggered. Bolts and nuts shall conform to ASTM A-153, A- 1 307, A-325 and A-449 as applicable. b. Steel Casings: Steel casings for bored or jacked construction shall ' be steel pipe conforming to ASTM A-139 with minimum diameter as shown on the Plans. 1. Minimum wall thickness shall be in accordance with the following table: • Diameter Nominal Wall Thickness of Casing Under Railroads All Other Uses 24" 0.406" 0.281" 26" 0.438" 0.281" 28" 0.469" 0.312" 30" 0.469" 0.312" 32" 0.500" 0.312" 34" 0.500" 0.312" 36" 0.500" 0.344" 2. Steel shall be Grade B under railroads and Grade A on all other uses. ' C. Joints: 1. Steel liner plates shall have bolted joints in both longitudinal and circumferential planes. Stagger longitudinal joints in adjacent rings when assembling. ' 2. Steel pipe shall have welded joints in accordance with AWWA C-206. • 19 1 SS-8.4 Construction: a. General: Before startin g work, complete details of the method of , operation and liner materials to be used shall be submitted to the Engineer. The sewer, in the area to be tunneled, bored or jacked, shall be completed before the construction of adjacent portions of the same sewer lateral. The purpose of this requirement is to allow for slight discrepancies in alignment and grade which may occur in the tunneled, bored or jacked installation, so minor adjustments in the adjacent sewer can be made. The maximum allowable deviation in alignment and grade of sewer pipe shall be as shown ' on the Construction Plans. b. Excavation: Excavate by approved methods applicable to materials , encountered. Boring operations shall be performed by experienced crews using a rotary-type boring machine designed especially for this purpose. Include dewatering and chemical soil stabilization or ' grouting if necessary due to existing field conditions. Conduct excavation in a manner to prevent disturbing the overlaying and adjacent material. ' C. Lining: Assemble liner plates immediately following the excavation. Advance casing continuously with excavation. When , liner plates are being installed, care shall be taken to maintain • alignment, grade and circular shape of the tunnel. All voids between linear and surrounding earth shall be filled with grout forced in under pressure. The grout shall consist of two parts of sand to one part of Portland Cement, mixed with sufficient water to maintain a freely pouring consistency. As the pumping through , any hole is stopped, it shall be plugged to prevent the backflow of grout. After lining installation is complete it shall be cleaned of all debris and all leaks which allow flowing or seeping water into ' tunnel shall be stopped. d. End Seals: Construct end seals after sewer pipe has been permanently placed inside casing, tested and approved. Brick shall be in accordance with ASTM C-32, Grade SS or SM and mortar in accordance with ASTM C-270. e. Casing spacers: Carrier pipe shall be supported inside the casing pipe per the City Standard Drawings. 20 i SS-9.0 ACCEPTANCE TESTS FOR SEWERS ' SS-9.1 Scone: This section governs the furnishing of all labor, equipment, tools and materials, and the performance of any or all acceptance tests as required by the Plans, Special Provisions, and these specifications. SS-9.2 Acceptance Tests for Gravity Sewers: ' SS-9.2.1 Visual Inspection: 1. Contractor shall clean pipe of excess mortar,joint sealant and other dirt and debris prior to inspection. ' 2. Sewer will be inspected by flashing a light between manholes and/or by physical passage where space permits. Determine from illumination and/or physical inspection the presence of any misaligned, displaced or broken pipe and the presence of visible infiltration or other defects. 3. Correct defects as required prior to conducting leakage tests. SS-9.2.2 Exfiltration Leakage Test to be performed on the full length of all lines prior to acceptance. 1 1. Contractor may perform leakage testing by exfiltration on sewer • pipe larger than eighteen (18") inches I.D. 2. Furnish all labor, equipment,tools and materials required including bulkheads, water and all miscellaneous items required to perform the tests. 3. Test all sewer pipe over eighteen (18) inches I.D. after either the ' completed backfill or partial backfill sufficient to stabilize the position of the pipe in both alignment and grade is accomplished. Contractor may select sections of the project for testing at any time ' by notifying the Engineer 24 hours in advance. 4. Perform at depths of water as measured above centerline of pipe of 1 not less than two (2) feet or more then ten (10) feet (consideration shall be given for water table above said centerline). ' 5. Maintain test as necessary to locate all leaks but not less than two hours. 6. Repeat as necessary after repair of leaks and defects until leakage, as measured, does not exceed 0.15 gallons per inch of internal • 21 diameter per hour per 100 feet of pipe length (200 gal/inch of I.D./day/mile). 7. Protect manholes and other structures by means of bulkheads to prevent bursting pressures from being applied inside the structure. 8. Dewater pipe upon completion of testing. SS-9.2.3 Air Leakage Test to be performed on the full length of all lines prior to acceptance. 1. Contractor may perform air tests for all pipe sizes. 2. Furnish all facilities required including necessary piping ' connections, test pumping equipment, pressure gauges, bulkheads, regulator to avoid over- pressurization and all miscellaneous items required. j a. The pipe plug for introducing air to the sewer line shall be equipped with two taps. One tap will be used to introduce , air into the line being tested, through suitable valves and fittings, so that the input air may be regulated. The second tap will be fitted with valves and fittings to accept a pressure test gauge indicating internal pressure in the sewer • pipe. An additional valve and fitting will be incorporated on the tap used to check internal pressure so that a second test gauge may be attached to the internal pressure tap. The pressure test gauge will also be used to indicate loss of air pressure due to leaks in the sewer line. b. The pressure test gauge shall meet the following minimum specifications: , Size (Diameter) 41/2 inches Pressure Range 0-15 P.S.I. , Figure Intervals 1 P.S.I. increments Minor Subdivisions 0.05 P.S.I. Pressure Tube Bourdon tube or diaphragm , ±0.25% of maximum scale reading Dial White coated aluminum with ' black lettering, 270 degree arc and mirror edge Pipe Connection Low male 1/z N.P.T. • 22 i 1 • Calibration data will be supplied with all pressure test gauges. Certification of pressure test gauge will be required from the gauge manufacturer. This certification ' and calibration data will be available to the Engineer whenever air tests are performed. ' 3. Test each reach of sewer pipe between manholes after completion of the installation of pipe and appurtenances and the backfill of sewer trench. 4. Plug ends of line and cap or plug all connections to withstand internal pressure. One of the plugs provided must have two taps ' for connecting equipment. After connecting air control equipment to the air hose, monitor air pressure so that internal pressure does not exceed 5.0 psig. After reaching 4.0 psig, throttle the air supply ' to maintain between 4.0 and 3.5 psig for at least two (2) minutes in order to allow equilibrium between air temperature and pipe walls. During this time, check all plugs to detect any leakage. If plugs are found to leak, bleed off air, tighten plugs, and again begin supplying air. After temperature has stabilized, the pressure is allowed to decrease to 3.5 psig. At 3.5 psig, begin timing to determine the time required for pressure to drop to 2.5 psig. If the ' time, in seconds, for the air pressure to decrease from 3.5 psig to • 2.5 psig is greater than that shown on the table below, the pipe shall be presumed free of defects. Pipe Required Time Maximum Required Size Per 100 LF Time 8" 70 sec. 227 sec. 10" 110 sec. 283 sec. 12" 158 sec. 340 sec. 15" 248 sec. 425 sec. 18" 356 sec. 510 sec. 21" 485 sec. 595 sec. 24" 634 sec. 680 sec. ' 27" 765 sec. 765 sec. 30" 851.sec. 851 sec. 33" 935 sec. 935 sec. If air test fails to meet above requirements, repeat test as necessary after all leaks and defects have been repaired. Prior to acceptance all constructed sewer lines shall satisfactorily pass the low pressure air test. 5. In areas where ground water is known to exist, install a one-half . inch diameter capped pipe nipple, approximately ten (10") inches 23 long, through manhole wall on top of one of the sewer lines • entering the manhole. This shall be done at the time the sewer line ' is installed. Immediately prior to the performance of the line acceptance test, ground water level shall be determined by ' removing pipe cap, blowing air through pipe nipple into the ground so as to clear it, and then connecting a clear plastic tube to pipe nipple. The hose shall be held vertically and a measurement of ' height in feet of water shall be taken after the water stops rising in this plastic tube. The height in feet shall be divided by 2.3 to establish the pounds of pressure that will be added to all readings. ' SS-9.3 Acceptance Tests for Pressure Sewage Forcemains: a. Perform hydrostatic pressure and leakage tests. Conform to AWWA C-600 procedures as modified herein. Test shall apply to all pressure sewers. Perform after backfilling. b. Test separately in segments between sectionalizing valves, ' between a sectionalizing valve and a test plug, or between test plugs. Select test segments such that adjustable seated valves are , isolated for individual checking. Contractor shall furnish and install test plugs at no additional cost to the Owner, including all anchors, braces and other devices to withstand hydrostatic pressure , on plugs. Contractor shall be responsible for any damage to public or private property caused by failure of plugs. Limit full rate of line to available venting capacity. C. Pressure Test: Conduct at 1.5 times maximum operating pressure determined by following formula: P pt=0.650(OP-GE) in which P pt=test pressure in psi at gauge elevation , OP = operating pressure in feet as indicated for highest elevation of the hydraulic gradient on each section of the line. GE = elevation in feet at center line of gauge. Perform satisfactorily prior to determining leakage. ' d. Leakage Test: Conduct at maximum operating pressure determined by following formula: ' P It=0.433 (OP-GE)in which • 24 P It=test pressure in psi at gauge elevation OP and GE= as in previous article. V� 1. All joints shall be watertight and free from leaks. 1 e. Deflection Test: Gravity pipeline#f flexible materials shall also be tested by pulling ' a mandrel. The test shall be conducted not less than one (1) month after backfill has been properly installed. The maximum allowable deflection shall not exceed five (5) percent of the pipe's internal ' diameter. Mandrel testing shall be performed on a minimum of 25% of the pipeline. The sections tested will be determined by the City. If one section of line fails the test, the City may require all sections of pipeline be tested. The additional testing shall be done at no additional cost to the City. Any pipeline found not conforming to these requirements shall be replaced by the Contractor at no additional cost to the City, and shall then be retested. The City may, prior to the end of the warranty (guarantee) period, conduct another deflection test with =' City personnel. Any pipeline found not conforming to these requirements shall be replaced by the Contractor at no additional cost to the City, and the Contractor shall provide an additional warranty (guarantee)for not less than two (2) years for that portion of pipeline so replaced. The City also reserves the right to conduct deflection tests on any sewer installation. i Mandrell shall be similar or equal to the "Wortco 9-Arm Mandrell" five (5) percent deflection for flexible or semi-rigid pipe as {{ approved by the Engineer, I� SS-9.4 Acceptance Test for Manholes All manholes shall be vacuum tested by the contractor at his expense. Appropriate equipment and manpower will be furnished by the Contractor for this purpose. 1 When vacuum testing manholes, the following criteria are to be used: 25 i 1. This method is applicable to precast manholes only. , 2. All lift holes shall be plugged with an approved non-shrink grout. 3. 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. 4. 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. 5. Installation and operation of vacuum equipment shall be in accordance with equipment specifications and instructions provided by the manufacturer. 6. The test head may be placed in the cone section of the manhole. The frame-cone joint will be visually inspected by the engineer. 7. 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. 8. 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 1"of HG 10 ft. or less 4 ft. 60 seconds 10 ft. to 15 ft. 4 ft. 75 seconds 15 ft. to 20 ft. 4 ft. 90 seconds , 9. For manholes five (5) foot in diameter, add an additional 15 seconds and for manholes six (6) foot in diameter, add an ' additional 30 seconds to the time requirements for four (4) foot diameter manholes. If the manhole fails to test, necessary repairs shall be made with a , non-shrink grout while the vacuum is still being drawn. Re-testing shall proceed until a satisfactory test is obtained. ' 26 i i 1 • SS-10.0 SEEDING itSS-10.1 Scope: This section governs the furnishing of all labor, equipment, tools and materials, and the performance of all work for seeding, complete as specified in the Special Provisions and/or as shown on the Plans. All 1 grassed areas disturbed which lie outside the Contractor's normal trenching operation areas shall be restored to a condition equal to or better ' than existing prior to construction. All provisions of Section TS-9 shall apply except as amended herein. SS-10.2 The seeding mixture used to seed areas off street right-of-ways that are not maintained shall be as follows: Min. Pure Rate Lbs Kind of Seed Live Seed (%1 Per Acre Alta Fescue or Kentucky 31 Fescue (Festuca Eliator Var. Arundinces) 75 90 I Rye Grass (Lolium Perenne ' 80 or L. Miltiflorum) 80 50 Total 140#/acre SS-10.3 Sowing shall be accomplished by use of an approved mechanical seeder or • drill (hand spreader can be used in small area), making sure that successive seed strips overlap to provide uniform coverage. Seed should be drilled to a depth of one-half(1/z") inch. SS-11.0 PAVEMENT REPLACEMENT ' SS-11.1 Scope: This Section covers the furnishing of all labor, equipment, tools and materials, and the performance of all work for the replacement of 'i pavement including sidewalks, driveways, and curbing, as specified on the Plans in the Special Provisions. SS-11.2 Definitions: Pavement, as used herein, shall include Portland Cement Concrete (PCC), asphaltic concrete, asphaltic and lime or cement treated ' surface courses, and other similar types of construction, including !, sidewalks, driveways, and curbing. Replacement, as used herein, shall mean reconstruction of the entire structural section of all pavements ' removed in excavated areas, including sidewalks, driveways, and curbing, and reconstruction or restoration of damaged pavement surfaces outside of excavation limits. 1 • 1 27 SS-11.3 General: In all areas of pavement removal replace pavement upon completion of sewer installation. All pavement not designated for , removal that is damaged by the Contractor's operations shall be required, restored or replaced depending upon the degree of damage. Prior to pavement replacement, all edges that were previously cut but have been subsequently damaged, shall be re-cut, and all adjacent undermined and heaved pavement shall be removed to the edge of the undisturbed , trench. SS-11.4 Pavement Replacement: a. General: Removed pavement shall be replaced in conformance with the typical sections shown on the City Standard Drawings, ' Plans, and Technical Street Specifications, the requirements specified in the Special Provisions, and will generally be replaced in kind. Replacement shall include construction of all courses upon the subgrade for a complete pavement structural section. Restoration of damaged surfaces shall be as directed by the Engineer. Final pavement joints must be parallel or perpendicular ' to the street centerline. b. Subgrade Compaction: Subgrade compaction shall conform to SS- , 7.0. • SS-12.0 MEASUREMENTS AND PAYMENTS , SS-12.1 Scope: This section covers the method of measurement and basis of payment for the furnishing of all labor, equipment, tools and materials and for the performance of all related work necessary to complete the sewer and appurtenances. SS-12.2 Method of Measurement: The amount of completed and accepted work shall be measured or determined as follows: 1. Pipe Sewer: a. Open Trenched: Measurement of various size, type and , depth pipe sewer will be in linear feet, as listed on the Bid, based on the true length of pipe computed from inside wall t to inside wall of manholes along centerline of pipe sewer. Depth range as listed on the Bid and shown on the Plans is the average trench depth between adjacent manholes and ' will not be measured unless changed field conditions result in a change in the Plans by the Engineer. • f 28 �1 i� j� b. Tunneled, Bored or Jacked: Measurement will be made in linear feet for the applicable size of cast iron pipe sewer, tunneled, bored or jacked as listed in the Bid, based on the true length of pipe shown on the Plans, unless changed in the field by the Engineer. 2. Manholes: Measurement will be made for the applicable type, size and depth of manholes as listed in the Bid. The manhole depth shall be determined by measuring from top of casting to outlet pipe flowline. 3. Encasement: Standard concrete encasement will be measured in ' linear feet for the applicable size pipe, as listed in the Bid. Concrete collars will be measured as one (1') linear foot of concrete encasement based on true length of encasement along the centerline of pipe. 4. Seeding: Seeded areas will be measured horizontally in linear feet ' along centerline of sewer, regardless of width of disturbed area or type of seed used. Seeding will be measured only when centerline of sewer lies in grassed areas to be seeded, as shown on the Plans. When centerline of sewer lies in areas that are not grassed, such as street paving, driveways, parking areas, gardens, etc., no • measurement will be made. Areas that are disturbed which lie ' outside the Contractor's normal trenching areas will not be measured for payment, but shall be restored to condition equal to or better than that existing prior to construction. When sewer ends in a grassed area, measurement will be made only to centerline of manhole. 5. Rock: Measurement of the quantity of excavated rock will be in cubic yards, as listed in the Bid, based on the true lengths and depths as measured in the field. Payline width shall be the outside diameter of the pipe plus twelve (12") inches. The minimum payline width shall be twenty-four(24") inches. SS-113 Basis of Payment Payment for the completed and accepted work shall be made as follows: .I 1. Pipe Sewer: a. Open Trenched: Payment will be made at the contract unit price per linear foot for the applicable size, type and depth of pipe sewer, as listed in the Bid. Such payment and price • 29 f , i shall constitute full compensation for all labor, materials, equipment and for the performance of all work necessary to , complete the sewer, including excavation, sheeting and shoring, dewatering, preparation of bedding, installation of pipe sewer, backfilling, compaction, disposal of excess materials and replacement of pavement. b. Tunneled, Bored or Jacked: Payment will be made at the ' contract unit price per linear foot for cast iron pipe sewer, tunneled, bored or jacked as listed in the Bid. Such payment and price shall constitute full compensation for all ' labor, material, equipment and for the performance of all work necessary to complete the sewer, including all excavation, sheeting and shoring, dewatering, installation ' of casing pipe, tunnel liner plate, grouting, installation of carrier pipe, sand fill, end seals, backfilling compaction and disposal of excess material, including all cost of jacking and pit(s). 2. Manholes: Payment will be made at the contract unit price per each ' for the applicable type, size and depth of manholes as listed in the Bid. Such payment and price shall constitute full compensation for all work necessary to complete the manholes, including , excavation, sheeting and shoring, dewatering, concrete base, • manhole steps, manhole ring and cover, waterproofing, reinforced concrete,backfilling, compaction and disposal of excess material. 3. Encasement: Payment shall be made at the contract unit price per linear foot of encasement, for the applicable size pipe as listed in the Bid. Such payment shall constitute full compensation for all labor, materials, equipment and for the performance of all work necessary to complete the item, including reinforced concrete , collars. 4. Seeding: Payment will be made at the contract unit price per linear , foot for seeding, regardless of type of seed, as listed in the Bid. Such payment shall constitute full compensation for all labor, materials, equipment and work necessary to complete the item, ' including grading, tilling, fertilizing, seed application, compaction and mulching. 5. Rock: Payment will be made at the contract unit price per cubic ' yard, as listed in the Bid. Such payment and price shall constitute full compensation for all labor, material, equipment, and all work ' necessary to complete the rock removal. • 30 1 1 • SS-13.0 SUBSIDIARY ITEMS Section TS-30 shall apply. 1 • 1 i 1 1 1 1 1 1 31 MANHOLE NOTES: ' z o 1. ALL REQUIRED PIPE OPENINGS SHALL BE PLANT CAST IN M.H. UNITS. FIELD ALTERATIONS OF OPENINGS WILL BE PERMITTED, PROVIDED WALLS ARE SCORED WITH A MASONRY SAW TO A R DEPTH SUFFICIENT TO SEVER REINFORCING STEEL. A CHIPPING HAMMER MAY THEN BE USED TO iZA REMOVE CONCRETE. p # +� 2. USE PRECAST BASE AND RISER WITH A-LOK(OR EQUIVALENT)CONNECTOR OR, POURED BASE o w AND PRECAST RISER WITH A-LOK (OR EQUIVALENT) FOR MAX. GRADE OF 15%. USE Z-LOK(OR ¢ p EQUIVALENT) FOR GRADES OVER 15%. zo Q , 3. MIN. DISTANCE BETWEEN ANY TWO ADJACENT PIPES SHALL BE 4". W 4. GROUT PIPES INTO PLACE WITH EXPANSIVE GROUT. uj S. MANHOLE TOP ADJUSTMENT SHALL BE ACCOMPLISHED BY THE USE OF CONCRETE OR HDPE a ADJUSTING RINGS. �cc 6. REINFORCEMENT SHALL MEET AASHTO M199, SECTION 14.4. CIRCUMFERENTIAL REINFORCEMENT SHALL CONSIST OF EITHER ONE OR TWO LINES OF STEEL. THE TOTAL AREA a N OF REINFORCEMENT PER VERTICAL FOOT SHALL NOT BE LESS THAN 0.0025 TIMES THE o INTERNAL DIAMETER IN INCHES. z EXISTING GROUND LINE ml�=l_ fag 1N — m GASKET BETWEEN PRECAST CONCRETE SURFACES SHALL BE ASPHALTIC MATERIAL. -� Q -Lz"— a (- ADJUSTING RING, p 12" MAXIMUM J , Q 2'-0" 1 z PRECAST MANHOLE RISERS & ECCENTRIC CONE. _ DIA. CONCENTRIC CONE,TO BE USED ONLY ON APPROVAL Q Q , OF THE DEPARTMENT OF PUBLIC WORKS. o "D" MIN. WALL , PIPE SIZE DIA. MANHOLE THICKNESS 8 Z OF PRECAST u �+ w -p "D„ INSIDE DIAMETER REQUIRED MANHOLES o N 21" do LESS 4' — 0" 5" M w 24" - 33" 5' - 0" 6' J m _ D 36" - 42" 6' - 0"'k 6" Z ' w_ V) _z *OR SQUARE STRUCTURE 12" LARGER THAN PIPE O.D. z a g � EXTERIOR OF MANHOLE TO BE 6" MIN. WATERPROOFED (SEE STANDARD SPECS.) , �— PLASTIC COATED STEEL MANHOLE STEPS, 16" ON-CENTER. SEE DETAIL m oa` 0 PRECAST BASE: 6" BASE UP TO 14' DEPTH LA we 8" BASE > 14' DEPTH 16' MIN. ow Y 4" MIN. Mu i t° "" •' ° MINIMUM FALL THROUGH MANHOLE 0.10' 6 MIN. SHEET NUMBER INVERT DEPTH SHALL SECTION OF OF 3 , BE 1/2 OF PIPE I.D. STAND6 D MANHOLE SECTION 50.01 F:\STANDARD\STANDARDS ON 8.5x11\50.01.dwg 1/3/2007 9:09:11 AM CST i z 0 0 CRADLE UNDER PIPE & UP WHEN BASE AND INVERT ARE PLACED AT THE SAME Z TO 1/6 OF PIPE O.D: TIME, INLET AND OUTLET PIPES AND BOTTOM RISER Q ABOVE BOTTOM OF PIPE. OF M.H. SHALL BE SET ON SOLID CONCRETE BLOCKS. 0 a � z_ w (V cc W Q PIPE SHALL PROJECT ' COMPLETELY INTO OPTIONAL: CONCRETE BLOCK BASE: o MANHOLE 3" SUBJECT TO PRIOR APPROVAL OF Z MAXIMUM. THE PUBLIC WORKS DEPARTMENT. ' J MANHOLE WATER Q Q STOP GASKET & 0 CLAMP (TYP.) p Q o I = p .z Z Z 1 u o o ' MANHOLE STEP DETAIL a o 9 1/8" MANHOLE. STEP TO BE W M.A. INDUSTRIES INC. I" #PS-1 OR EQUIVALENT .46 ' a TO BE INSTALLED IN �o> MANHOLES GREATER m THAN. 10 FT. Z . TOP VIEW lu 01 � - Von •n SHEET NUMBER . 12" I � 5 3Z4" � - 2OF3 SECTION FRONT VIEW SIDE VIEW 50,02 F:\STANDARD\STANDARDS ON 8.5x11\50.02.dwg 1/3/2007 9:11:34 AM CST INSIDE DROP DETAIL p w CL LOWER ALSO APPLIES HERE I SEWER WHERE APPLICABLE W U co W ui ui CONSTRUCT SPILLWAY p a OW THIS WAY WHERE INVERT z � ,tc ' UPPER ;a' 1` OF UPPER SEWER IS Q W U Y SEWER ABOVE MID HEIGHT OF z !^ - U LOWER SEWER 0 ce O 0 c o PLAN PLAN W Lu 2 QzQ 6" MIN. 1" CLEAN ROCK °C w W J ALL AROUND TO FIRST PIPE aC W U JOINT BEYOND TEE iu XCA 0o a o0 00 oe o p �• C I D Q 0 0 00 00 000 oQ oo �y — p n c RISER SAME \ Z `"" a ° SIZE AS LINE tA /2 I.D. I— GRANULAR FILL p p 1/4 DIAMETER 90' BEND p , LOWER SEWER CONCRETE CONCRETE BASE O Q EMBEDMENT TO = SLBOW. INE OF INSIDE SECTION z OUTSIDE SECTION ELBOW. Q g I STANDARD DROP MANHOLE 12" MAX. � c o ti ADJUSTING RING :Y 4" MAX. (SAME AS ' +; STANDARD M.H.) f. 2" 2•_0• 8° o �-W CONCRETE INVERT DIA. M LO (SAME AS o0 I N STANDARD M.H.) N O VI Q d mQ 3" MIN. e- Y SECTION MIN SECTION t ALTERNATE SLAB TOP SHALLOW 4'-0" DIA. M.H. r t■ Z. �WG Y uo #5 AT6" E.W. OR4X4XW W b + 20 X W20 WWF 2" CL. BOTTOM o 2'-0" DIA. OPENING 2" i=3 �'— CLEAR INSIDE FACE OF M.H. Y OTE: #4 BAR RINGS, 2" CENTERLINE OF SHEET NUMBER OPENING & PERIMETER OF SLAB OUTSIDE DIA. 30F 3 ' OF MANHOLE SECTION PLAN 50.03 F:\STANDARD\STANDARDS ON 8.5x11\50.03.dwg 1/3/2007 9:14:09 AM CST J#4 a Z N 3/4" X 1'-2" LONG O GALV. STEEL ANCHOR �BOLTS (2 EACH PIER) ce PIPE DIA. N w W a,6"y 6" 1 CLEAR DUCTILE IRON PIPE TIES Z #4 TIES AT 18" Z ;d ' 2" WIDE x 1/4 FINISHED GRADE 0 THICK STAINLESS V). a' {-}�- 4— #4 EQUAL SPACED STEEL STRAP > VARIES ' I EACH FACE 3_p° � Q' BELOW GRADE ' I 4- #4 EQUAL SPACED 1' 1' 20" PIPE SUPPORT c 9 8" PIPE SUPPORT Q nai FRONT VIEW CONCRETE PIPE SUPPORT DETAIL SIDE VIEW z uj Vi uj W Q m� TRENCH III CONCRETE ANCHOR W1DTH cd 24" MIN. DETAIL z a- z CLASS "B" IQ_ CONCRETE Z W 0 �.. 'o a ANCHORS N 0 Z _1 Q SEWER I(l�lll 6" MIN N_ tA PIPE ;•i' •: 6"MIN = v ,- +-F-- 4 6"MIN 8 IIIiI� CONCRETE ANCHOR o 0 ' „ r' CONCRETE PAYLINE FOR SECTION A ELEVATION W' ,GRADATION—FOR GRANULAR BEDDING MATERIAL. �1 ASTM STANDARD C33 SIEVE SIZE Z. PASSING PASSING 3/4" 90 - 100% `-r" PASSING 1/2- ------ PASSING 3/8" 20 - 55 % a� PASSING NO. 4 0 - 10 % c W PASSING N0. 8 0 - 10 % O p o LA Jtl >a IL WHEN IN: ' T. DIRT, GRADE APPROX. 8'WITHOUT GRANULAR WIDTH OF CLAY MATERIAL W F 3 MATERIAL& BACK FILL WITH DIRT(OR CLAY) BUCKET FOR WATER STOP 2. ROCK, GRADE DITCH APPROX. 8'WITH �,�=(1)ri 4 DIRT,(OR CLAY)& BACK FILL WITH DIRT(OR U� :----- CLAY) SHEET NUMBER OET AREAS PLACE DITCH BLOCKS APPROX. I OF 2 ' 1'00'APART BETWEEN MANHOLES, IN DRIER AREAS PLACE ONE (1) DITCH BLOCK BETWEEN SECTION MANHOLES. GRANULAR BEDDING WATER STOP DETAIL 51 .0 ' F:\STANDARD\STANDARDS ON &Sxii\51.01.dwg 1/3/2007 9:23:10 AM CST . USE MAXIMUM STANDARD LENGTHS z 14" I.D. STEEL CASING (0.188" WALL) OF CARRIER PIPE IN CASING O I STAINLESS STEEL CASING SPACER 8" D.I. PIPE WITH PLASTIC SKIDS u z Q z O i7' MAX. SPACING BETWEEN SKIDS 'n FLEXIBLE CASING SEAL BANDED TO ` LLJ ce CASING & CARRIER PIPE W/ STAINLESS CASING TO BE INSTALLED ON CONTINUOUS STEEL BAND TYPICAL EACH END OF CASING GRADE & ALIGNMENT (SEE PLAN SHEET) ui SECTION THRU STEEL CASING d O z 14" I.D. STEEL CASING * (0.188" WALL) w ' a 89 " DUCTILE IRON PIPE in J 13 STAINLESS STEEL CASING SPACER + Q Q 'ce WITH 1 1/2- WIDE X 12" LONG Z ,r, PLASTIC SKIDS AT QUARTER POINTS ,a zz FRONT VIEW OF CASING 6" MIN. 6" MIN. , u 3 FFQ V 0 O JOIN PIPES IN PROPER ALIGNMENT USE #9 WIRE (2 PER JOINT OF & FlLL JOINT SO CONCRETE WILL PIPE) OR #4 RE-BAR TO TIE =":e, ti i 6"MIN. ' NoT FLOW INTO PIPE DOWN PIPE TO PREVENT FLOATING 2" s�• r •f 6"MIN. , 6"MIN , SET CONCRETE BLOCKS TO GRADE M. _ 4 ® 12" EACH YyAY, EACH FACE 3" COMPACTED BASE POUR CONCRETE DIRECTLY AGAINST , DIA. + 1'-0" EXCAVATION OR SET ON CRUSHED ROCK 2'-0" MIN IF REQUIRED FOR STABILIZATION OF WET TRENCH. t COIN.CRETE COLLAR CONCRETE ENCASE E T DETAIL W G 0 1. IL° �A9d VI>° SEWER REPAIR COUPLING WITH NOTE: L° ADJUSTABLE STAINLESS STEEL }} SHEAR RING Z m SAW JOINT 1. USE MANUFACTURERS ==4 Y s GASKETED FITTINGS. FOR w E 01 OTHER MAIN TYPES. _ °° II 2. GAP BETWEEN SAW ENDS ul r MUST BE SMALL AS POSSIBLE SHEET NUMBER COUPLING DETAIL WITH A MAX. OF 1/2" FOR VCP 20F 26 ' PIPE. 3. CONCRETE COLLAR IS SECTION REQUIRED. 51 .02 F:\STANDARD\STANDARDS ON 8.5x11\51.0Zd*q 1/3/2007 9:27:28 AM CST ' Page 1 of 2 • ADDENDUM NO. 1 PROJECT NO. 31084 ' East Moreau/Algoa Road Interceptor and Pump Station October 11, 2007 1. The bidder will acknowledge receipt of this Addendum and his acceptance of its conditions by signing this Addendum and including it with his bid. ' BIDDER: BY: ' TITLE: ' CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT 1 ' Page 2 of 2 • ' ADDENDUM NO. 1 PROJECT NO. 31084 ' East Moreau/Algoa Road Interceptor and Pump Station October 11, 2007 ' 1. Add Appendix B: Geothechnical Report to the Specifications. ' 2. A revised bid page is attached. Replace the old bid page in the bid packet/contract with the attached bid page. ' 3. The attached pre-bid minutes shall be part of this addendum and contract. 4. SP-22; ' Replace Item no. 3 description with: ' Line Item No. 3 A. Same as 2. Above. Line Item No. 3B. Payment will be based on lineal feet of installed pipe, measured ' along the pipe centerline from center to center of manholes.Work activities include, but • are not limited to removal of trees and vegitation, topsoil stripping and stockpiling, removals,_Rock cut and disposal as shown on the drawings, sal of removals, protection ' of features to remain, removing and replacing fence as required, sheeting and shoring as required, dewatering, procuring hauling and placing and compacting bedding materials, procuring and installing sewer pipe, fittings and appurtenances, concrete ' encasement as required, connecting to and removing existing sewers where required, accomodating utility crossings, placing and compacting backfill, bypass pumping, restoration of surfaces including landscape work and pavement, testing as defined in ' the specifications. Add: ' Line Item No. 12 - Replace unsuitable subgrade. Payment will be per ton of material placed and include the cost to excavate unsuitable subgrade and work into back fill or j' remove unsuitable subgrade, replacement of unsuitable subgrade with materials defined in Section 02221 Parts 2.3 B. & C. ' Alternate 1 - Replace the phrase, "... 8-inch carrier pipe" with "... 10-inch carrier pipe". Attachments: Appendix B: Getechnical Report Legible copy of Sheet 2 • Revised Bid sheet for bid packet/contract ' Aerial photo and route of temporary haul road w/ contours Pre-bid notes with attendance sheet ) _ 'L•PR ECT PLAN VI A FILE:C- P.Ii 719601\D br\Shee e\ 'r a. OJ E V V FILE:C-PP.xlw k �. � l'`:. // , y 4i,# 1 •ra' 1 LAYOUT:Plan Sheet t {L n ;; �- .,�. • ° .` >. tl tE A.i ',''ly.,t .:. 1 ' ^' a 1 '�.:\ �- 'p.�. UPDATE BY ll y , � „�\ : \'� t,c.S/ ✓,.�q'. 'I 1 s u.#',1 SURVEY H _ r. ;„iR �. :..- : .--�.��..� .t �-�''- 3, s, i, - DATE:Thu 9/27/07 47 27p r i;:-• t,,. 4',L','- trtfr+' 3�y ( � �. _'s �% ;.. �� :. Y Y a # u 9 N,1i xy (#��tt #A, �� t� '?piy N,.. ws"^, ar iwln tr .t.LJFt!tri,t a / .. :,.y. .w: ..... - - e.,' � __ a r: !�. I_��` �1 -...: _ 'I a '� d. `�',4r�r +i''. ' s}t � r ' i• , , � �,.�.•y'Clu•' +. ',r, °• .. x' J }''.?R � � rr.l' '�'? , ��.�_'nx.'� y. 1:_ '\ .N '/ ^4 �)L:. `< '}'� T I.'l � t.d,,/,.. r.I; :' .. ,: .,. _rsi ,.7.. ,,. , ., - .«v_•.!'44U ..,.r:. '�.. (e V� � i a.' .r':.. I.I.'�:,• __ <.9� -•,. :.I '7. .,. ...�n< ..A, "F,� .:, .� .ry, ,.fr .- .., ... "�'r ,..,,, v .,, .- .'./ Gam,: f... 'Ir at..'fM1: r, .: ..,... a•,ar•l.�.,.. � .r-r. ,4+.'.. s ., 1 _. .,1. a .. ....:<. -a .� :,,. a �j, ..a... ..t.�� ✓- d. > ... ,., .w, E+„�.];, -, r, .. .. ._ � .,.ra..rk'F- 'f--tc"•� .�..::, W ',r .xi,'. .:: ,,.., ,.,_ ,,...#•.•.<.«.. }� _.. ,...r_ ........, ,... . ..1 ., . . �� 1 REVISIONS .. +hw'i�.,.. .. .�.'. ,:,r:•- ?•.�«.:a-.,,• .Y ..�,.1� ..: ..a.h : .... E F" .),._, .YJ ..' ,�. \� .�rl, i 1�.��rr: 33 ,+.. ...._.. ,A„,,,..J x _ ..._-s:f"s.. ':.,.„ ;??NE .,,,.x< ., ,.. : �I .. .. 9 n. \ �, "='a •"+N '� �'�" i ... ..,,a• .. .,....,. - . :.,<r ..'� ., :,?I#olkgi.und� t99 x'41.. t `K :./ '.,, ..:. ,r. 's"" 4 Q .;c,- :,+1- ..,, •.. a iztrd;Ji..W41ken and frith.d(,aNpl � -!%• DATE NUMBER BY Li fr �n r .. ..<. 1, ..., ...... ..n,._ .r,'..,. „407:`. "3Z2...,: •,.�.. .. � .,:. s'' 1 , -. cC.:-i+�:. �-r' _. _.. ..._. _ Bk,.....,r-P49e ..x,•. c n.•4i, 1i. ., ...... _.. r "r ;G.,..yak a..y ; r TFAPgFWn•... ly;.., � E; a'. Tr::. 7I*, M ♦�_ .r. ..._•,,..r-"� .-• .�'ru_',.:. ,».. •, s„��LV �i r -� ...,...'lF, `� �j Sr:? Et v,; .0 r '�: <'rry��;'., -.._ ..:.. !:S'E , .- -Y l< .,.r. .r�•-F,, �.., ..Y,.: �.,.. � �� } 4 � 1, �:j �'/:::,'.:,,, 4r_tiS.f tt1..n-,,: ^�—.. ,�.'� _ nLil,•. ,-,J, s: :Yn�. l.{:.. 11' ..r kJ' 4. Y 'y ur.. , 1,..•,., ,.. .. .: .�. �..+.,Y}.r.'C ,... <.... A . q� t 1• _� .. � : C ',+ ,I..a. yr ,. a .. 5-sYa.'E,+L,. µr���� .fi � ..• r_ � +rt,k' ... :. _.:v. /. .. �r •'t 5 "::F'A�'' yd a a • zap,..;... ;,,t. ,.. .. ,,,,, M;. . ...R'i. . _. ,, _..,.��. r'£ r /'/ 4 _4 .., / �..?z ��� VA l:t, t r. s .. _:..- :..-._ a.-•S�'r!r.r.,,)x. .._.::. �' �� m r'• 4+ ..y. .:: ,yy,,, v,,. ..I. 1 2 t+rr,•r- e f.., ,.,.. ,.,, -,=r•..,,... �._ - v.. '�..�.... .� .'L.y.. .a� - \, - s #,r a:a ,.., ,.r. .n. .y:•.t:. .a.__. .. .. :_ :. .,r-x. ;..,....... ... .,. 5 ., ... .. ,,. a` MS/ AR IS EQUAL TO 2• 1 .: .,._ ., ,.,.. r,; .,.,,:..... �. ., ....•�. .: ... r, ... ....,. .. � if. A THIS 8 ..... r:. .-. ... _ .. ...,-. .. >....:�, .,. N :....+ � ,.. ... ...:. .,...;. � .kli_151 r'.'s:t •,..a y'P.i _.. .'i'i .. _ '\ \ ...5 'i'. d '•at CA 4X :»A��s°•).s'sio:���,rrFF k.., ;!�: .. .. .......... ...<w, a ,. AT FULLS LE (S 22) �y ...,R. .. ... SRI .... )� ,p:...{ e _ .. .• n r:8 r. .:.?I, - ''' ,l• t�. � iA . ,+r"" ., r. _ , .. .. ..:3 r ., ...., .?t... ,.r... ',rt,_ -. .t..,, ../' . . + `TEMPORARY _�`P,'� _ D ''•� qY7. �_.,,atk,.• Im ,. - :...r•.,,.. : . n , -4^„. `•a.. ,,y,� 2D'W- gWRING . _ ,. _ Try:oP�.wEyG�Etl \ •�-. g�'� 4 :'. ,.•., '. yj • �,.• ,:,., ._ s' :._ :. - }�x..: .:.., _ :.,r�t?e•- ..,. .. s_ ., .PROPOSED � BOR NG �>�, i, M�.>� r .` s ss• �: . SS&^>,2t9Q'., s"YI,• 'Yi d� TATION +i ` ..� Y 'PUMP'S ✓ - .� .1 '.V w ...\� dw - b 1""BBOORR .IAANNOIJ'_' 1, BEGIN.DI �It113Ja1G� rte. ,rL,,:p �a,.��. �""�'�� IA 13+� 2t ' r.111 1 Oft T. , 40 '15MPOfW(iA _ corsreucnal - - / .�'<-. : , -1,y�,�p, r �i /,► 1 b-• ..I4 � fi• �...,, - - 1�'1.. �q, ���s ':�'�� •rrYy` �h':, ?f rc Ii J ,� .,.,r, ....-. .. .- .:._ .. .. .'_ :. '1. ..,< •. ,. iyt ,7,` r�,:a 1 V'.tY FM - - •e\. -"w� ,,;,' n �'t -'i „,�' (A Tp.rrdr.r�., ,,. ...., , ,.::.:;/ �I:.::�.i:,.t^„ r�',. e •,� -'>�� ., t p: ::I ISM \\ ._� - �,a... �. O. .�n ,<: '....� ,'' a �•:M I �� \- :..�yt'! �. ... ,. i.: w.>. '' s �,,.,., \ •.\ .,a-. ,..:. , :n„, ;,;-.r- 1.. PRIVATE"" � r. `'r„' t '+' �,y.'r: r' •,4=. ,,,^t Q - .. 3URVSYNO. 288 .}� ` Anit� beF-17 I TS� '.,, \':�\ '•.\ !, ,�. ,.� LL � O ►. iTf t' a >. , ru '` {� In f U. U.S PRNAT$ 0. : ,. ,hy +� ♦ I v r .-.r /. ... -, / � "..SURVI''Y NO.:"d80(1 / v , :. ..'.... '.�.,. . ..t- ,.. .,.n .r- �. 'r ,. ,.. ;,. .. .� ':.': kl.'ij• ly,' :.J ..,'. , 19 ♦� �� ANITAR F. ,: „_+x, i: !,: . .:,. ...��,i x ,. _ t:�l'{Lq.. ., � �: �'. dr1 �. ''� 1 'r• IL ' u_ •,n.:!� ._, ..,,y „ q?t*z ;. !I. .;'':.: t. :.:' Ti ��:' � S.wry, .. �I I'•. q \�a: \ r.. LL Uj JC.CkiIIMBER'21ST CENTURY .:,- . .. _Ir...::..: ., ,..- .., fa, :. a: f•'' - � Y•. �`� •.�. to \ .. ( F / 1 '��:�: I•.: ,: ., ,.5>.. &':. : ..�..., .. : w. ...f, ..: .: : .,: i , :a LANO:INVESf11FNTJ:'.LLC. - .,. .,LL , ♦ (,.J,.:...n,.- ,. ..: y .. vr. _. >':: .:, S v. '+$xx t:;,Sr,, '•.v s.l -s.'. -.>n 0 Acre.Tra 10:72 in, : v / .... :.ar]i.7'.. ., ,�•.,. ..5 �...,: .. . .- .. 1, Book+. 4 e:fi \: >� " O ;. r..:. : ,... ..,. l ,,s: .., -. "i 1" g. i. .Boa•' 3', '8 \.� ...{d. : t � .:. �3 ..-.. •:v.- :.,.-.. ... ,:c 9 .. t ..,tr_:.'� •li Us. WA>l .�-. � :.,,..... 'L ... ,. .. -'.. ._ ..v... ._'F,.. �• ,:,a,1..:. .. :.: PERIIONENT FISE .. s'. .. F S .xLh .. .:.:..:.:::.:.... .. :::� ,. ..., r. .. >� d!r... > t .. •..w .:i ..s;.. ;z:• .^rS".', :$,• ':,'. 12'SEWER +r K .. .. 1 '.- ... ......- �.... ... . . . . � .,k. .... .....:. ... .:� ,. .,•. <i,:'1. _rx,� ..i .:;i�iJNSTRDe'ImN-•-� - r. r. U r ., j, .., ,. o d : 3T -0 N .....,..... .- ^3y , .: ... ..: -,.. : ... �.,. , ,. ., .. .. .- .' �''� :Ii .r��'dd �='SAN.S1YIR::¢Ili e.+,✓::::r..x,.<:,:�..e;.o�''.a�l... y\ .,..r:At:._. :... :._.:..a.+a:.. : .. . r '.� .: _ •:�1•,, h. i i L4.,,�.�' ..T '�� w, 1 f �rt�S' AOBf(fAi2�,,,p�71 a�� ° �; - - .� a,�P 'jflb r> ?fX'�•, ri,.,t` NOTES: 1 { ,f�•X t. AMEREN U.E. WILL INSTALL OVERHEAD POWER LINES TO EXTEND THE ELECTRICAL SERVICE FOR THE ..�r.J I. u '' i •✓ n _m POLE. A POWER POLE WITH TRANSFORMER WILL BE + ; V '+» ham),: `"'': 'y.+,ri,`: r° I T'•tb -�A' -.:, a i `ITT{ L ;i 1a{{..'. o 6 PUMP STATION FROM THIS EXISTING POWER r.- ,�•: - �, f:.,,,:..�:,:,,. ;':` ,.. � ,,,,+sR. .1•. V I r: r 'c;, �A,� s �a INS 7AL1-ED WITHIN THE FENCED AREA FOR THE PUMP STATION. - - ; ♦ }a *c ` ,x� - I� t. ..:..,, :s.. •t h rLTn'ra. �:''"S -w'' +$*r'-"''' .�"`' S N h THE FORCE MAIN MAY BE INSTALLED ACROSS NORTH SHAMROCK ROAD BY OPEN CUT ' CONSTRUCTION. HOWEVER, FOR THIS TYPE OF CONSTRUCTION THE CONTRACTOR SHALL BE ?* " , \ o w .. i S �` V U J REQUIRED TO CLOSE NORTH SHAMROCK ROAD TO TRAFFIC AND SET UP A DETOUR ROUTE THAT x - - 4 + .. s: ti ,h'7 ttl :'# •�',. , ' USES STERTZER ROAD AS SHOWN IN THE SPECIFICATIONS. AS AN ALTERNATE TO OPEN CUT s j, < ' 3'3,`{ CONSTRUCTION THE CONTRACTOR MAY CHOOSE TO INSTALL THE SECTION OF FORCE MAIN UNDER - :r, NORTH SHAMROCK ROAD USING HORIZONTAL DIRECTIONAL DRILLING OR BORING AND JACKING. «.a<��7 � �' ��'� � �. - 3tr-t ':£A 'j i,. 1'�'sti"i .�+.�sl M1L{�; ,� �t� a ' ='�•r r.,_ '\ , HORIZONTAL DIRECTIONAL DRIWNG HDD) SHALL BE FILLED '! _ , r Ft :: y� �` .'.�V�'' rr'+� r `.,`R.rY el t � ,f �'u• - -a DESIGN BY: TPT t. THE HDPE PIPE TO BE INSTALLED BY ( �• o,•', 4�7.S. ♦ t ,.i :;4 - s':: 4...,� �,,.- WITH WATER AND CAPPED AT EACH END BEFORE BEING PULLED INTO THE HOLE FORMED BY �s'. "-,- - �r 'Jr� ;i%�s• •:(' - - PRESSURE FROM THE ;.T'.. -.r. X.. •,. qi,.�k ' r<, .. }: ► HORIZONTAL DIRECTIONAL DRILLING. THIS IS TO COUNTERACT THE EXTERNAL ; - &_•. ,l�PF"'.,F _ .:..y.i,. .,... .a•b: .,'.;+� Y ;',y'I ? ; ','. r.'9 •s. K' ? IP Y' '” 4 DRAWN BY: TILL DRILLING FLUID IN ORDER TO CONTROL DEFLECTION OF THE FORCE MAIN PIPE. :a ,� •f .i,I' -+r r _-' ):.5; �rh',, •;+:rte A-'::.+ - r � ,- m 3s' _ gr'-r <' .1', - i. s -!Iy,r Rr- n x-:�: `sY.. `. ♦ CHECKED BY: TPT a. THE HDPE PIPE TO BE INSTALLED BY HDD SHALL BE PRESSURE TESTED PRIOR TO BEING PULLED k.;,a 't _+il xI'• ti I _ qs ' INTO THE HOLE FORMED BY HDD. ?''°'> ,� _ I �� `p4 fill APPROVED 8Y: IPr THE OWNER HAS NEGOTIATED A TEMPORARY EASEMENT ON THE WEST SIDE OF THE MOREAU RIVER _ _ µx, .':y.,, Y�q~T'• AS SHOWN TO ALLOW THE FULL LENGTH OF THE HDPE TO BE INSTALLED BY HDD TO BE FUSED '¢ ' ', : ; -'` I Y;: "' '= =mi -:M0T9Y P. r - - • *. I �, _ o• '1 DATE cr PTF-M9t R 'rU07 TOGETHER AND WD OUT READY FOR PULL BACK r� o TAf- 'uDORF r -r�• h - r -� 'c': + _; - !z JOB No: 0!-94ri-U1-00 ' ALL HDPE PIPE TO BE USED ON THIS PROJECT SHALL BE DUCTILE IRON PIPE SIZE (DIPS) HDPE �+...? ,r 1..t' t °� - rwwsER as< PIPE.RATHER THAN IRON PIPE SIZE (IPS) HDPE PIPE. +/ #`k `' .r APPROVED BY; Dole: � �'«:s.- Patrick E. Sulliwn,P.E. ° SHEET ° OF Director of Community De-iopment m 1 t SHEETS 1 ' REVISED BID SHEET(TO BE INCLUDED IN BID FORM)-ADDENDUM#1 • Bidder will complete the Work in accordance with the Contract Documents for the following rice s): Item Description Estimated Unit Item Unit Price Total Estimated ' No. Quantity Price 1 Mobilization 1 LS ' 2 8-inch Sanitary Sewer 2771 LF 3A 15-inch Sanitary 5523 LF ' Sewer(Sta 0+00 to 39+00 and 51+00 to 67+23 ' 3B 15-inch Sanitary 1200 LF Sewer(Sta 39+00 to ' 51+00 4 4-ft diameter manholes 26 EA ' 5 24-inch steel jacked 300 LF casing pipe for 15-inch sanitary sewer ' Outfall Sewer 6 Directional Drill 8- 668 LF inch forcemain 7 Open Cut 6-inch 457 LF ' forcemain • 8 12-inch Sanitary 891 LF Sewer 9 4-ft diameter manholes 3 EA ' 10 Trench Rock 1200 CY Excavation 11 New Pump Station 1 LS ' 12 Replace unsuitable 100 Ton subgrade TOTAL OF ALL ESTIMATED PRICES: - - (USE WORDS) ALTERNATIVE NO. 1: ' Install bore at Highway 179 and Lorenzo Greene Blvd. Unit Price ($ 1 . x 256 L.f. (use words) (figures) Total Alternate No. 1: • (use words) (figures) 1 1 e , iPPENDiX 1 SUBSURFACE INVESTIGATION, SOIL ANALYSIS and FOUNDATION DESIGN RECOMMENDATIONS ' for MOREAU RIVER SEWER MAIN & LIFT STATION JEFFERSON CITY, MISSOURI 1 ' Prepared for MR. ROBERT M. BATES, PE k CENTRAL MISSOURI PROFESSIONAL SERVICES 2500 EAST MCCARTY STREET IF JEFFERSON CITY, MISSOURI Prepared by ENGINEERING SURVEYS AND SERVICES 802 ELDORADO DRIVE JEFFERSON CITY, MISSOURI • AUGUST 28, 2007 IJ Engineering Surveys and Services Consulting Engineers,Geologists,and Land Surveyors ' r Analytical and Materials Laboratories uy • Lary L.Hendren, PE, RG Randall A.Lee,PE, RG 802 El Dorado Drive David A. Bennett, PE Timothy J.O'Connor, PE Jefferson City,Missouri 65101 Timothy J. Reed, PLS Benjamin A. Ross, PE, PTOE ' Telephone 573-636-3303 Morton L. Ratliff, PLS Clifford S.Jarvis, PE Bruce A. Dawson, PE Zachary K.Thomas, PE Facsimile 573-636-3789 Richard J. Rolsing, PE Matthew A. Kriete, PE E-Mail ess @ess-inc.com August 28, 2007 http://www.ess-inc.com ' Mr. Robert M. Bates Central Missouri Professional Services ' 2500 East McCarty Street Jefferson City, Missouri 65101 RE: Geotechnical Investigation , Moreau River Sewer Main &Lift Station ' Jefferson City, Missouri Dear Mr. Bates: , I .I Please find enclosed our report of subsurface investigation and foundation design recommendations for the proposed Moreau River Sewer Main &Lift Station in Jefferson City, ' i Missouri. This report contains the results of our investigation and evaluation, recommendations regarding foundation design parameters, excavation characteristics and construction considerations for the proposed project. , We appreciate the opportunity to assist during this phase of the project, and hope to -' continue to serve Central Missouri Professional Services during construction. If we can be of , further assistance, please call. Respectfully, , ingSury s & Services E s Bruce Dawson, PE * 9R�goN t� _ 1 jz - m N 1 4r cc: 1 Bates 1 Seaman 1 Tappendorf �ii� �PROf�SS� \�� ' � �/I/1111 lllllll� Other Offices , lSedalia,Missouri •Columbia,Missouri J'' 1 1 CONTENTS Page 1 ABSTRACT 1 ' PROJECT SCOPE 1 DESCRIPTION OF SITE AND PROJECT 2 VICINITY MAP 3 1 FIELD INVESTIGATION 4 LABORATORY INVESTIGATION 5 GEOLOGY OF AREA 5 SUBSURFACE CONDITIONS 5 ENGINEERING ANALYSIS AND RECOMMENDATIONS 6 1 CONSTRUCTION CONSIDERATIONS 8 a APPENDIX 12 Symbols and Terms 13 1 Summary of Laboratory Test Results 14 Plan of Boring and Test Pit Locations 15 Log of Borings and Test Pit 17 i SUBSURFACE INVESTIGATION, SOIL ANALYSIS and • FOUNDATION DESIGN RECOMMENDATIONS , for MOREAU RIVER SEWER MAIN & LIFT STATION , JEFFERSON CITY, MISSOURI ABSTRACT t 1 This report describes our geotechnical investigation and recommendations for the ' proposed Moreau River Sewer Main and Lift Station. We performed this investigation to evaluate the impact of subsurface conditions on design and installation of the proposed pipeline, and to develop geotechnical design parameters and recommendations for the responsible design ' professionals. The following report and recommendations are based on the results of our geotechnical ' investigation and analysis, and the design concepts furnished by Central Missouri Professional Services of Jefferson City, Missouri, and Crawford, Murphy and Tilly of St. Louis, Missouri. The conclusions and recommendations of this report represent our interpretation of subsurface , conditions at this site, based on generally accepted geotechnical engineering practices. The proposed sewer main will extend from a point approximately 1,000 feet southeast of the intersection of U.S. Highway 50/63 and City View Drive, southeasterly along the south U.S. . Highway 50/63 right-of-way to within about 200 feet of the west bank of the Moreau River, then , turning northerly and crossing under U.S. Highway 50/63, and running parallel to and about 200 feet west of the west bank of the Moreau River, to the proposed lift station site about 400 feet southwest of Algoa Road. A force main exits the lift station to the east and extends about 1,100 ' feet to a point where additional gravity sewer will be extended approximately 900 feet southeasterly to existing gravity sewer. Construction will require significant cuts below the water table, rock excavation, and directional drilling beneath the Moreau River channel. Open ' ' cuts for the lift station and much of the sewer alignment are expected to require significant dewatering to maintain excavation stability. PROJECT SCOPE The scope of our geotechnical investigation and evaluation was as follows: 1. Evaluate feasible foundation systems, and provide appropriate foundation I design recommendations and foundation performance estimates for the proposed lift station. 2. Determine the location of groundwater, if resent, and determine its I p • impact on geotechnical related design and construction. �l J -1- 1 3. Evaluate the suitability of on-site materials for use as fill, backfill and �a subgrade material. ' 4. Provide engineering criteria for fill and backfill placement, and subgrade preparation. ' 5. Identify suitable and unsuitable fill materials in accordance with ASTM D 2487 classification. ' .6. Evaluate the plasticity characteristics of the on-site soils and determine their impact on the proposed structure and pavement. ' 7. Identify trench excavation characteristics. 8. Identify potentially deleterious materials that may interfere with ' construction progress or structure performance. 9. Provide Seismic Site Classification in accordance with the International Building Code (IBC 2003). DESCRIPTION OF SITE AND PROJECT Pro'ect Description The proposed project consists of placement of nearly 12,000 lineal feet of various size pipes, installation of thirty-two manholes, construction of a pump station with ancillary ' structures, and grading of an access road and pump station pad. We expect construction techniques will include open cut trenches, directional drilling underneath roads, utilities.and the Moreau River, dewatering of deep open cuts, and significant fill placement requiring subgrade stabilization and reinforcement. The pump station is proposed as a cylindrical shaft with an inside diameter of seven feet and a bearing elevation of 511 feet. A new.service road extending about 400 feet southwest from near Algoa Road at the Moreau River will access the pump station. Existing grade in the vicinity of the pump station is approximately 551 feet. Design finished grade at the pump station is proposed osed at 559.5 feet. ' The valve vault is also proposed as a seven feet diameter shaft, with a bearing elevation of 550 feet. A mat foundation of ten feet by ten feet in plan is proposed to support the vault. The mat foundation is estimated to have a maximum soil contact pressure of 500 pounds per square foot(psf). An electrical and chemical feed building will. be situated on the pump station pad. It is ' proposed as a prefabricated fiberglass building with a 500 gallon chemical storage tank. The -2- .. $40,: :. rl '. ........•.::i 530 ... �•.. n 600 \ Ul ki .r• ��,":-.•,�, ' lam_ a'` '� f �� � sue, e� wnsh�p �No Q�adCarg`e Osage • `� NIA. , �1C1T31't goo, 2, proposed structures are designed to bear on a mat foundation at grade with a perimeter frost wall. The maximum bearing pressure is estimated at 500 psf. Proposed Ali!nment ' In general, the proposed sanitary sewer connects a proposed Wal-Mart site with an existing sewer main. The future Wal-Mart is to be located south of the intersection of U.S. ' Highway 50/63 and City View Drive. The proposed sanitary sewer will discharge into a main located east of the intersection ofAlgoa Road and Shamrock Road. The proposed alignment of the sanitary sewer starts at the proposed Wal-Mart site and ' gravity feeds to the pump station. Starting at the Wal-Mart site, the proposed sanitary sewer flows east approximately 2,600 feet along the south side of U.S. Highway 50/63. Then at Station 68+69, the proposed alignment turns approximately 90 degrees counter-clockwise and crosses under U.S. Highway 50/63. The proposed sewer alignment continues to north approximately 6,600 feet, hugging the Moreau River's west bank, reaching the pump station at station 0+00. rA force main will be extended about 1,100 feet east of the pump station, beneath the Moreau River charnel and beneath Shamrock Road. From this point,. about 900 feet of new gravity line will be constructed to connect to an existing gravity sewer. 1. ' FIELD INVESTIGATION The field investigation included a surface reconnaissance, drilling of eleven soil and rock borings, and excavation of four test pits. Locations of borings and test pits are shown on the Plan of Boring and Test Pit Locations, and stations are provided on each individual log. Borings and test pits were advanced at approximately the centerline of the alignment. A truck mounted rotary drill equipped with continuous flight augers was used to advance the borings to termination r q depths ranging from about seven to fifty-nine feet. The test pits were excavated with a rubber- s tired backhoe. Test pits were terminated at depths ranging from about five feet to seventeen feet. i Field Tests and Measurements rGround surface elevations shown on the boring and test pit logs were determined from the project profile and are considered accurate to within 0.2 feet. Groundwater observations were made at the time of drilling and at twenty-four hours, and are noted on the logs provided in r the Appendix. Representative undisturbed soil samples were obtained using thin-wall tube sampling procedures in accordance with ASTM D 1587. Standard penetration tests were conducted during drilling in accordance with the methods of ASTM D 1586. All samples were r preserved and transported in'accordance with the methods of ASTM D 4220. Sample locations are indicated graphically on the Logs of Borings contained in the Appendix of this report. 1� r� r -4- la Ir LABORATORY INVESTIGATION • In conjunction with the field investigation, a laboratory investigation was conducted to ' quantify the probable range of engineering characteristics of the subsurface materials necessary in analyzing and predicting excavation, earthwork and foundation performance. The laboratory , investigation included supplementary visual classifications, water content tests, Atterberg limits determinations, dry density measurements, and a triaxial shear strength test. All tests were conducted in Engineering Surveys and Services' laboratories in accordance with ASTM ' procedures. GEOLOGY OF AREA , Most of the proposed alignment lies within the Moreau River valley. Soils in the valley ' consist of alluvial deposits of sand, silt and clay that are on the order of 100 feet thick. These deposits are typically stratified, but may be locally lensed or braided. These deposits are considered normally consolidated to moderately over-consolidated. , The underlying bedrock is of the Ordovician age, Jefferson City formation. The Jefferson City formation includes dolomite, argillaceous dolomite, sandstone, and some thin ' shales. The lithologies may be thinly bedded with weathered seams of residual clay and are susceptible to groundwater movement. Solution cavities may be present with dimensions that vary from a few inches to tens of feet. These solution features are often filled with younger, ' undifferentiated deposits of sand, gravel, or clay. SUBSURFACE CONDITIONS We have visually classified the types of foundation materials encountered by the methods of ASTM D 2488. The Boring and Test Pit Logs and Summary of Laboratory Test Results attached describe these soils in detail. The stratification lines represent approximate boundaries and the transitions may be gradual. Generally, these borings and test pits encountered two distinctly different soil profiles. , Alluvial soils were identified from the east end of the force main to at least station 75+69. TP 14 and B15 encountered residual soils weathered from parent bedrock. Outcropping bedrock was also observed along parts of the proposed alignment. Alluvial soils along the proposed alignment were generally consistent in color and texture and varied moderately in engineering characteristics. They consist of clayey silts and silty clays , with various amounts of sands. Test pits TP8 and TP16 were the only excavations to encounter intact bedrock below alluvial soils within their planned excavation depths. Residual soils encountered consisted of silty and gravelly clays. We anticipate that ' residual soils will be encountered from around station 81+00 to the southwesterly end of the proposed alignment. -5- ' 1 i Limestone bedrock was encountered at TP8, TP 14, B15, and TP16. Test pits TP8 and TP16 were excavated along the proposed alignment,just downhill of outcropping rock, along the Moreau River. Outcropping bedrock was observed from about station 43+00 to station 52+50. 1 ENGINEERING ANALYSIS AND RECOMMENDATIONS Preface . The design recommendations that follow are based on the findings of our geotechnical investigation, our interpretation of subsurface conditions at the site, our experience with the geology of this region, and the preliminary design information furnished by Central Missouri Professional Services of Jefferson City, Missouri and Crawford, Murphy and Tilly of St. Louis, Missouri. We recommend that Engineering Surveys and Services be retained during sitework, dewatering, and foundation construction to verify that subsurface conditions across the site are consistent with our interpretation of the borings. If the scope of the project is altered or differing ' geotechnical conditions are encountered, it would be advisable to review and update our recommendations in consideration of those changes or variations. Foundation Recommendations General. Based on design information received from Crawford, Murphy and Tilly, the pump station, valve vault and electrical and chemical feed building will all be designed with mat ' ' 1 foundations. The valve vault and the electrical and chemical feed building are estimated to have a maximum soil contact.pressure of 500 psf. Pump Station. The pump station's mat foundation is proposed to be either a ten-feet-by- ten-feet square pad or a circular mat with a dimension similar to the outside diameter of the shaft. Boring B3 at the proposed pump station encountered groundwater at 538 feet elevation, approximately twenty-seven feet above the proposed bearin g elevation of 511 feet. We recommend that open excavations significantly below the groundwater surface be dewatered tprior to foundation construction. We anticipate that a series of well points will be necessary to effectively lower groundwater levels in the vicinity of the excavation. Pumping tests may be necessary to determine the most effective well spacing and the duration of advance pumping necessary to sufficiently lower groundwater levels. During foundation construction, bearing soils should consist. only of native soils that have not been disturbed by excavation processes or by uncontrolled groundwater flow or excess hydrostatic pressure. Skin friction along the outer shaft will depend on construction techniques and compactive efforts. Fine-grained soils used as backfill and compacted to a minimum of 95 percent of ' maximum dry density as determined by ASTM D 698 (Standard Proctor), or native, undisturbed soils in contact with cast-in-place concrete may be considered equal to 175 psf. The upper five feet of the shaft should be neglected in calculating soil skin friction. 1 I Settlement of the pump station structure is estimated at about one-half inch. The majority of this settlement is expected to coincide with loading of the structure. Settlement may exceed• this amount if the bearing surface is highly disturbed during construction. f Valve Vault. The valve vault is expected to be constructed on a ten-feet by ten-feet mat foundation with a maximum bearing pressure of 500 psf. Bearing elevation is set at 550 feet, approximately one foot below prevailing existing grade. Soils at this elevation contain root matter, are frost affected, and have been tilled in the past. We recommend that subgrade soils ' within five feet of the valve vault footprint be stripped to a depth of about one foot below existing grade, and that the resultant subgrade then be scarified and recompacted as a controlled fill. The remaining fill comprising the pump station pad and supporting the valve vault should , then be constructed as a controlled fill. The resultant bearing materials will then be capable of supporting 500 psf with negligible settlement. If the valve vault foundation is constructed prior to pump station pad fill construction, settlement of the valve vault is expected to be about one inch. Settlement due to fill placement is expected to be relatively instantaneous as fill placement proceeds. If the valve vault foundation is excavated and constructed after the pump station pad fill is completed, settlement of the valve vault foundation is expected to be negligible. If the valve vault foundation is excavated and constructed after about five feet of pump station pad fill is completed, valve vault settlement is ' expected to be about 3/4 of an inch. Electrical and Chemical Feed Building. The electrical and chemical building is designed , as a pre-engineered fiberglass building and 500 gallon chemical storage tank. Its foundation is • designed as a mat foundation on grade with perimeter frost walls, and is expected to bear at nominal frost depth in the pump station pad fill. Estimated maximum contact pressure is 500 ' psf. Controlled fill placed in accordance with the recommendations of this report can safely sustain these bearing pressures with negligible settlement. Uplift Resistance. Uplift loads may be resisted b the mass of the foundation element P P Y Y and any overlying soil, and by soil anchors that may be necessary as determined by the structural engineer's analysis. The mass of soil overlying the foundation element may be estimated based on the volume of soil contained in a vertical projection of the foundation element, and a total compacted soil density of 110 pounds per cubic foot. , Construction Observation. We recommend that Engineering Surveys and Services be retained to evaluate foundation bearing surfaces during excavation and to observe foundation , construction. We recommend that excavation and construction be carefully monitored to verify that actual field conditions are compatible with recommended design criteria. If actual field conditions vary from our interpretation of subsurface data, recommendations can then be , provided to maintain or improve design and construction quality and function. Site Classification. In accordance with Section 1615 of the International Building Code (IBC 2003), the proposed site exhibits a soil profile characterized as "Soft Soil Profile" and is assigned a Site Class designation "E". 1 J -7- Site Grading t, ' Near surface soils will be sensitive to rutting and shoving due to equipment traffic. Fills are generally on the order of nine feet. Beginning five feet outside the valve vault footprint and five feet outside the pump station footprint at the pump station pad, and extending along the ' proposed access road embankment, we recommend scalping vegetation and placing subbase reinforcement. We recommend a subbase reinforcement consisting of a minimum of twenty-four inches of quarry run, well-graded limestone, over a geosynthetic stabilization media. The geosynthetic should have a minimum tensile strength (ASTM D 4632). of 300 pounds, a " minimum punctured strength (ASTM D 4833) of 140 pounds,a minimum Mullen burst strength (ASTM D 3786) of 600 pounds per square inch, and an.AASHTO M288 Survivability Class 1. The geosynthetic may be woven or non-woven, or may be a geogrid. Settlement caused by the addition of fill in this area is expected to be about 1 inch. No quarry run limestone or geotextile should be placed within about five feet of the footprint of the pump station if the pump station will be constructed in a drilled shaft. 1 CONSTRUCTION CONSIDERATIONS 1 i Open Excavations Excavations should be executed within the guidelines set forth by OSHA. According to Part 1926, Subpart P, Appendix A, soils encountered along the proposed alignment exhibit r' characteristics of Type C soil. The Type C soil encountered along the proposed alignment is capable of supporting vertical sidewalls in relatively shallow trenches for short time-frames. If no personnel enter the excavation, vertical trenching to depths of 6 to 10 feet is expected to be ro practical in these soils. Per OSHA guidelines, if personnel will enter the excavations, a maxi allowable sloe of 1-1 2 :IV 4° w v mum b p / H (3 ) is allowed m excavations in Type C soil that are 20 feet or less in depth. Further guidelines for maximum slope and depth for a given soil type can be found on OSHA's website at www.osha.gov. Engineering.Surveys and Services is available during design and construction for analysis of specific slopes and conditions. Trenching in Structural Slopes 1 Structural slopes along the proposed alignment are considered to be any embankment fill steeper than 3H:IV and supporting a permanent structure, roadway or utility. Care should be taken not to undermine existing roadways or other structural elements when excavating in structural slopes. All excavations in structural.slopes should be backfilled the same day they are R opened, and preferably as soon as possible. Unless the entire embankment consist of free- draining material, materials used in the top twenty-four inches of trench backfill in structural slopes should be a low permeability clay soil to limit infiltration. When excavating on the down hill slope of a roadway and within a 2H:1 V slope • projecting down and out from the shoulder of the roadway, excavation conditions should be continuously monitored. Trench boxes may be necessary under some conditions, these generally being when soils with a low clay content or saturated soils are encountered. When wonting • within the 2H:1 V slope, excavations should be backfilled as soon as possible. i Limiting infiltration of surface runoff and providing proper drainage of excavations are , important to the long-term performance of structural slopes. Excavations in structural slopes should be backfilled as an engineered fill. Sections of the trench excavated along slopes may benefit from perpendicular weep trenches or french drains to improve drainage. ' Groundwater and Stormwater Management Groundwater should be expected at shallow depths along the Moreau River, in existing ' utility trenches, and other man-made fills. Where ground water is encountered, excavations may require trench boxes to maintain sidewall stability. ' Engineered Fill and Backfill Materials. Material used as backfill should be free of significant organic matter, frozen ' gn material, significant construction debris, and corrodible or other deleterious material. Native soils from the trench excavations are expected to constitute the bulk of the backfill materials. , These materials are expected to include some very wet soils that may be difficult to place and achieve controlled compaction. For portions of the alignment through undeveloped areas, these materials should be suitable for backfill, but may not easily provide typical specification levels i of compaction. Select soils that can provide typical controlled fill compaction levels should be . used at roadway crossings and within structural embankments. , Imported soils proposed for use as backfill should be reviewed and analyzed by the geotechnical engineer prior to use as backfill. Soil classified as OH, OL, or PT (organic soils) by ' the Unified Soil Classification System (ASTM D 2487) should not be imported for use as engineered fill. Suitable imported materials for trench backfill are those that classify as GW, GP, GM, GC, SM, SW, SP, SC, and CL in accordance with ASTM D 2487. Materials classified as CH are suitable for trench backfill except under pavements. Quarry run rock fill material (shot rock) used for pavement sub-base or general stabilization should be well graded with a maximum top size of eighteen inches. Larger boulders should be reduced in size by chipping or should be removed from the fill prior to compaction. Shot-rock should consist of at least twenty-five percent by volume larger than eight inches. Placement and Compaction. Engineered fill and backfill composed of fine-grained soil that is integral to performance of structural elements or used as impermeable trench cover should ' be compacted to a minimum of 95 percent of maximum dry density as determined by ASTM D 698 (Standard Proctor), at a moisture content ranging from 2 percent below optimum moisture to 4 percent above optimum moisture content. Engineered fill located outside of these areas should be compacted to a minimum of 92 percent maximum dry density as determined by ASTM D 689. Otherwise suitable fill materials that are outside this range of moisture contents may be • wetted or dried, as appropriate, to bring them to an acceptable moisture content. For compaction I -9- with self-propelled compactors or large ballasted rollers, loose lift thickness should be limited to about 9 inches. For compaction with walls-behind compactors, loose lift thickness should be limited to about 6 inches. Engineered fill composed of quarry run shot-rock should be spread by a tracked machine ' similar to a Caterpillar D7 dozer in uniform, horizontal lifts. Maximum loose lift thickness for subgrade stabilization should be about twenty-four inches. Each lift should be compacted during placement by multiple passes of a vibratory roller with a minimum centrifugal force of 40,000 pounds. Care should be taken during placement to avoid nesting of the larger particles and to maximize infilling of voids Between the larger particles. Climatic Considerations Near surface soils throughout the project alignment are predominantly silt and clay, and are subject to high rates of erosion, rapid loss of shear strength upon wetting, and shrink-swell behavior with changes in moisture content. The contractor should take positive measures to limit erosion along the proposed alignment. Earthwork operations may be delayed by heavy precipitation. Light construction equipment may cause rutting on the order of one foot or more. Quality Assurance Testing �r Engineering Surveys and Services should be retained to sample and classify borrow materials in accordance with placement criteria, and to monitor structural backfill placement and compaction to assure that adequate compaction is achieved and proper methods are employed. The intent of engineering observations during construction is to assure compliance with geotechnical specifications and to verify that actual field conditions are compatible with recommended design criteria. If actual field conditions vary from our interpretation of subsurface data, recommendations can then be provided to maintain or improve design and T , construction quality and function. In-place field density tests will be practical for fine grained soils or crushed aggregate bases. Field density tests should be conducted in accordance with ASTM D 2922 and D 3017 ' r (Nuclear Methods) or ASTM D 1556 (Sand Cone Method). We recommend that field density tests be performed at the minimum rates of three tests per lift for any structural fills and one test per 300 lineal feet per lift for any structural trench backfill. Quality assurance for a shot-rock fill is typically based on in-process monitoring by the geotechnical engineer. Lift thickness and compaction procedures will vary based on rock gradation and proposed applications. The frequency and duration of these observations should be determined based on the material characteristics, the fill application, and the placement and compaction schedule. Warranties and Limitations tThis letter has been prepared for the exclusive use of Central Missouri Professional • Services of Jefferson City,Missouri, and Crawford, Murphy and Tilly of St. Louis, Missouri, for ' -10- `e the specific project discussed in accordance with generally accepted soils engineering practices* common to the central Missouri area. No other warranties, expressed or implied, are made. ' Recommendations contained in this letter are based on the reported subsurface conditions and the proposed designs provided as of this date. This study and these recommendations are ' applicable only for the conditions and locations described, and specifically for the proposed alignment. Factors affecting design and construction often become apparent during detailed design or actual construction that were not anticipated in the pre-design or early design phases. , Any significant changes in plans or design elements should be brought to our attention. Engineering Surveys and Services is available during design and construction to assist in evaluating these factors and their impact on these geotechnical recommendations. 1 This investigation and report do not constitute a guarantee of subsurface conditions, groundwater conditions, excavation characteristics or construction conditions. We recommend , that excavation conditions across the proposed alignment be evaluated during construction relative to this interpretation of subsurface conditions. The intent of engineering observations during construction is to monitor compliance with geotechnical specifications and to verify that i actual field conditions are compatible with recommended design criteria. If actual field conditions vary from our interpretation of subsurface data, recommendations can then be ' provided to maintain or improve design and construction quality and function. Use of the data contained herein by others may require interpretation or analysis that was not contemplated by our investigation and analysis. The uses of this data and any interpretations or conclusions developed by others are the sole responsibility of those firms or individuals. We appreciate the opportunity to assist during this preliminary phase of the project, and , F ; hope to continue to serve you during final design and construction. We are available during design and through construction with a full range of construction oriented engineering, surveying , and laboratory services. If we can be of further assistance,please call. ;r —11— — � �� J �� � . } LAB NO.: 2965 PROJEC T.' Moreau River Sewer Main&Lift Station SYMBOLS AND TERMS , Jefferson City,Missouri M 0 SAMPLE TYPES , u er Sam le No Roller Bit NX Core Down Hole A Shelby S g y lit p p e , Tube Spoon Recovery (Tri—Cone) Boring Hammer ABBREVIATIONS ' ® Unconfined Compression (1) • Water Content (2) ' + Plastic (PL) & Liquid (LL) Limit (2) CS Unified Soil Classification S ' US stem y PI Plasticity Index 1 ATD At time of drilling . ROD Rock Quality Designation SS Split Spoon — 1 3/8" I.D. ,. 2" O.D. , ST Shelby Tube — 3" O.D. CT Giddings Tube ' HA Hand Auger ' AS Auger Sample S Sample TV Hand — Held Torvane DEFINITIONS , Blows per ft. — Indicates blows per 6 inches of sampler penetration when driven by a 140—pound hammer falling freely 30 inches. The Standard Penetration Resistance is the number of blows for the last 12 inches of penetration of the split—spoon sampler. NOTES (1) Shear Strength Data plotted on Cohesion scale of Boring Logs. 1 (2) Classification and Index Properties plotted on Water Content Scale of Boring Logs. ' m o m cn NATURAL NATURAL ATTERBERG UNCONFINED r ro z p z DEPTH USCS MOISTURE DRY LIMITS COMPRESSION o z o o (FEET) CLASS CONTENT DENSITY LL PL PI COHESION STRAIN REMARKS 1z) Qj o 0 m M (PCF) (TSF) % � n O B1 SS1 4.5 -6.0 30 SS2 14.5 - 16.0 CL 40 42 20 22 o N SS3 29.5- 31.0 61 CD C G c B2 SS1 4.0-5.5 25 n D SS2 14.0- 15.5 CL 32 47 21 26 .� SS3 29.0-30.5 CH 51 64 21 43 C/1 rn B3 SS1 5.0-6.5 28 SS2 10.0- 11.5 37 SS3 15.0- 16.5 28 SS7 35.0-36.5 CL 28 31 18 13 r SS8 40.0-41.5 25 Unconsolidated - Undrained ST9 46.5 -47.0 35 90 0.8 10.6 Triaxial Shear@ 20 psi confining pressure o B4 SS 1 4.0- 5.5 29 SS2 9.0- 10.5 CL 32 44 19 25 SS3 19.0-20.5 29 B5 SS1 4.5 -6.0 25 O SS2 14.5- 16.0 28 B6 SS1 19.0-20.5 28 O C B9 SS1 4.0-5.5 CL 28 39 18 21 SS2 9.0- 10.5 37 B12 SS1 5.0-6.5 21 B15 SS1 3.5 -4.0 37 y O 0 c r�- n 4:1F LAB NO.: 2965 PLAN OF BORING & •� PROJECT- Moreau River Sewer Main&Lift Station TEST PIT L OCA TONS , r Jefferson City,Missouri ROAD ALGOA , . B3 SCALE. 1' = 500' 'O Bl ' B2 B4� J� �0 B6 , 0 1 Y O TP7 w O 1 �:. . . F�nninm.-in.n. C�ir.�m,.c '�.. C�:.�.,...,.. ..._ ................_._..._... .. w. _ _ _. ..�._........... _ ..-._ ..._._....... .. .. ._ ' LAB N0.. 2965 LOG OF BORING N0. BI PROJECT Moreau River Sewer Main&Lift Station Jefferson City,Missouri TYPE. 4"Auger 1 ti, Ld zo COHESION, TON/SQ.FT. ' SOIL DESCRIPTION 0.2 0.4 o.s o.$ 1.0 1.2 1.4 TYPE, COLOR, MOISTURE & OTHER aW PLASTIC WATER LIQUID ' n- :2 z LIMIT CONTENT,% LIMIT N F- o (n LOCATION: Sta. -9+75 0 a Z m -♦•--------•---------}- SURF. ELEV.: 543.4' m 0 0 -' 10 20 30 40 50 60 70 SILTY CLAY: Brown,moist,fum,'some fine sand 5—X -brown mottled gray ' S -bluish gray -wet I, 10 V. 15 -gray 3 CL --- -- 20 25 --- - 30 -some coarse sand lenses -some limestone and sandstone gravel 10 MIR Completion Depth: 31.0' Depth to Water: 6.5' (3.2'at 24 hours) Date: 25 July 2007 Date: 25 July 2007 C.,.....,..._..... c.._.._.� o. �__...-- - '— LAB NO.: 2965 PLAN OF BORING & PROJECT.• Moreau River Sewer Main&Lift Station Jefferson TEST PIT L OGA TIONS `S fferson City,Missouri � 7 SCALE. 1" = 500' ' t. 1 TP16� 4 TPB� Q r: 1 j B9� ' C/S ti�Gy 810� ' �e15 S0'6,� io7P14 ' B12 '�Bf f 1 LAB NO.: 2965 LOG OF BORING N0. B2 PROJECT Moreau River Sewer Main&Lift Station F Jefferson City,Missouri TYPE.- 4"Auger 4. W P-: z COHESION, TON/SQ.FT. ' SOIL DESCRIPTION oQ 0.2 0.4 0.6 0.8 1.0 1.2 1.4 W W WV } = J TYPE, COLOR, MOISTURE & OTHER a �� v PLASTIC WATER LIQUID ' ~ cn Zen °\ CL 3 =� LIMIT CONTENT, LIMIT o LOCATION: Sta. -7+25 o Q Z m +--------•--------�- SURF. ELEV.:- 537.7' m 0 = J 10 20 30 40 50 60 70 ' SILTY CLAY: Gray and light brown, dry,firm -moist 5 7 • -wet 10 -bluish gray, moist to wet, firm,some very fine 4 CL --- ——15—X sand r 20 25 30 6 CH --- =- --- -- - r Completion Depth: 59.0' Depth to Water: 8.0' (8.0'at 24 hours) Date: 25 July 2007 Date: 25 July 2007 LAB NO. 2965 LOG OF BORING N0. B2 Con't. . PROJEC T Moreau River Sewer Main&Lift Station ' Jefferson City,Missouri TYPE.' 4"Auger � z0 COHESION, TON/SQ.FT. , � SOIL DESCRIPTION o� 0.2 0.4 0.6 0.8 1.0 1.2 1.4 W W WU 0' 0 , TYPE, COLOR, MOISTURE & OTHER �_� o 0 PLASTIC WATER LIQUID a N =) LIMIT. CONTENT,% LIMIT to 0 vai LOCATION: Sta. -7+25 0 ¢ z m +-°--°-•°------+ SURF. ELEV.: 537.7' m v -' 10 20 30 40 50 60 70 ' 40 45 1 _ rr'4 50 ' 1 55 , 1'S so 1 s5 1 1 Completion Depth: 59.0' Depth to Water: 8.0' (8.0'at 24 hours) Date: 25 July 2007 Date: 25 July 2007 . -LAB NO.. 2965 LOG OF BORING N0. B3 PROJEC T.' Moreau River Sewer Main&Lift Station has Jefferson City,Missouri TYPE. 6"Auger ' LLI Q_ z COHESION, TON/SQ.FT. SOIL DESCRIPTION oQ =j: LL_ 0.2 0.4 0.6 0.8 1.0 1.2 1.4 LL_ Of W W WU � � TYPE, . COLOR, MOISTURE & OTHER a- �� o v PLASTIC WATER LIQUID ' w Q ZN LIMIT . CONTENT,% LIMIT o cn LOCATION: Pump Station o Q Z m +--------•--------- SURF. ELEV.: 551.0' M 0 —' 10 20 30 40 50 60 70 SILTY CLAY: Brownish gray,moist to dry, firm,some medium sand $ -firm to hard ' 10 • 10 -hard, blocicy ' 10 • -dark gray,moist, firm, some fine sand x: 15 —gray with rust stains, moist,hard, some sand, trade fine quartz gravel 10 • SANDSTONE: Light gray, well cemented, medium hard, dry, fractured 20 SILTY CLAY: Light brown, dry to moist,hard, some fine sand T1_> ' CLAYEY GRAVEL: Brown, moist,firm, medium gravel,some sand :J[ tf SILTY CLAY: Gray,moist, firm to hard,25 trace sand - -- SANDSTONE: Light gray, dry,moderately hard, 11 intact SILTY CLAY: Gray,moist to wet, firrn -some gravel F5 30 Completion Depth: 47.0' Depth to Water: 21.0' (12.5'at 24 hours) l Date: 25 July 2007 Date: 25 July 2007 CAB NO.; - 2965 LOG OF BORING N0. B3 Con't. PROJECT.• Moreau River Sewer Main& Lift Station , Jefferson City, Missouri TYPE: 6"Auger C w z COHESION, TON/SQ.FT. I SOIL DESCRIPTION � LL- LL- 0.2 0.4 0.6 0.8 1.0 1.2 1.4 a TYPE, COLOR, MOISTURE & OTHER a_ 1Z 1 o c) PLASTIC WATER LIQUID ' 3 �N \ a_ LIMIT CONTENT,% LIMIT oV)i LOCATION: Pump Station 0 a z m --------'--------- SURF. ELEV.: 551.0' m 0= J 10 20 30 40 50 60 70 CLAYEY SILTY SAND: Gray,wet, firm to soft, 8 CL --some fine gravel ' ' 40 SAND: Gray, wet,medium dense, saturated, 9 • some silts and clays I 45 , SILTY CLAY: Gray, wet, soft 90 • . 50 , r � 55 ' 0 , 5 1 Completion Depth: 47.0' Depth to Water: 21.0' (12.5'at 24 hours) ' Date: 25 July 2007 Date: 25 July 2007 • 2965 B4 LAB NO.. LOG OF BORING ND. PROJECT Moreau River Sewer Main&Lift Station Jefferson City,Missouri TYPE. 4"Auger W z0 COHESION, TON/SQ.FT. SOIL DESCRIPTION oQ 3 `` 0.2 0.4 0.6 0.8 1.0 1.2 1.4 W W W U }' D* TYPE, COLOR, MOISTURE & OTHER a -� o v PLASTIC WATER LIQUID IL � =0 LIMIT a_ � CONTENT,9 % LIMIT F- M can LOCATION: Sta. 10+00 0 a z m --------•--------f SURF. ELEV.: 539.9' m 0 z -' 10 20 30 40 50 60 70 ' SILTY CLAY: Brownish gray,moist, firm, some sand -grayish brown,moist, firm to soft, some sand 5—X 4 -wet —10—x 4 CL --- – 15 - bluish gray - bluish gray,moist, firm, blocky 20 8 25 ' 30 Completion Depth: 20.5' Depth to Water: 8.0' (6.5' at 24 hours) Date: 26 July 2007 Date: 26 July 2007 LAB NO.: 2965 LOG OF BORING N0. B5 PROJECT Moreau River Sewer Main&Lift Station ' i Jefferson City,Missouri TYPE. 4"Auger aw z COHESION, TON/SQ.FT. , F SOIL DESCRIPTION ° 3 � �w w oU } j 0 .2 0.4 0.6 0.8 1.0 1.2 1.4 ii TYPE, COLOR, MOISTURE & OTHER PLASTIC WATER LIQUID ' (n z(n \ CL a 3 zN LIMIT CONTENT, LIMIT C V) LOCATION: Sta. 20+00 o J z m --------•-------°� SURF. ELEV.: 537.5' m 0 z -' 10 20 30 40 50 60 70 1 SILTY CLAY: Brownish gray,moist,firm, some coarse sand 5 6 ' -moist to wet ' 10 ' -grayish brown 15 -gray with rust stains,wet, firm 7 t ?? 20 Y 25 30 Completion Depth: 19.5' Depth to Water: 8.0' (7.0'at 24 hours) ' 1 Date: 26 July 2007 Date: 26 July 2007 ' F AB NO.: 2965 LOG OF BORING NO. B6 RO✓EC T.' Moreau River Sewer Main&Lift Station N Jefferson City,Missouri TYPE.' 4"Auger ' w z0 COHESION, TON/SQ.FT. SOIL DESCRIPTION w 0.2 0.4 0.6 0.8 1:0 1.2 1.4 TYPE, COLOR, MOISTURE & OTHER o_ �� o PLASTIC WATER LIQUID ' w a zo LIMIT CONTENT,% LIMIT m(n C N LOCATION: Sta. 26+80 0 ¢ Z -I---------•--------- m SURF. ELEV.: 545.0' m 0 m J 10 20 30 40 50 60 70 ' SILTY CLAY: Brown,moist, firm,some sand 5 ' -grayish brown -wet 10 gray 15 —20—X 7 1• 25 30 EL Completion Depth: 20.5'. Depth to Water: 8.0' (12.0' at 24 hours) Date: 26 July 2007 Date: 26 July 2007 FnninPP�inn...Survavc Ro Cgniiwc .. ..�i. LAB NO.. 2965 LOG OF TEST PIT NO. TP7 PRO JECT.• Moreau River Sewer Main&Lift Station ' Jefferson City,Missouri TYPE.- 24"Bucket a- F-: Z COHESION, TON/SQ.FT. , SOIL DESCRIPTION o0 0.2 0.4 0.6 0.8 1.0 1.2 1.4 TYPE, COLOR, MOISTURE & OTHER PLASTIC WATER LIQUID U) ZV) LIMIT CONTENT,% LIMIT ' Ld o � LOCATION: Sta. 35+00 0 �a z m --------•--------� SURF. ELEV.: 537.0' m 0 Z 10 20 30 40 50 60 70 ' SILTY CLAY: Dark brown,moist, firm 5 -gray ' -trace fine gravel,blocky ' 10 -bluish gray, moist,firm,shaley , -block ' Y 15 r TEST PIT TERMINATED UPON ' REACHING MAXIMUM.RIG LIMIT 20 @ 17.0'IN SILTY CLAY 25 30 Completion Depth: 17.0' Depth to Water: None Encountered Date: 27 July 2007 Date: 27 July 2007 ' J Enoineerinn .Surveus r4r. .SPrvinP.a —�s_ - - - •- NO.: 2965 TP16 ' LAB NO.. LOG OF TEST PIT N0. P?OJEC T.• Moreau River Sewer Main&Lift Station C Jefferson City,Missouri TYPE. 24"Bucket w z COHESION, TON/SQ.FT. CL' SOIL DESCRIPTION `` W 0: U0< 0.20.40.60.81.0 1.2 1.4 a TYPE , COLOR, MOISTURE & OTHER a_ �G: o v PLASTIC WATER LIQUID ' a_ :2 01 zN F— LIMIT CONTENT,% LIMIT 0 o c¢ LOCATION: Sta. 49+00 o Q z --------•---------F SURF. ELEV.: 540.5' m Q z J 10 20 30 40 50 60 70 ' SILTY CLAY: Brown,moist, hard to firm, 5 LIMESTONE: Light brown,dry,moderately ' hard,highly fractured ' EXCAVATOR REFUSAL @ 5.2' ON BUFF INTACT LIMESTONE 10 15 20 25 30 Completion Depth: 5.2' Depth to Water: None Encountered Date: 27 July 2007 Date: 27 July 2007 s 1 t' LAB NO.: 2965 LOG OF TEST PIT NO. TPS PROJECT- Moreau River Sewer Main&Lift Station ' Jefferson City,Missouri TYPE.' 24"Bucket z COHESION, TON/SQ.FT. I SOIL DESCRIPTION o� 0.2 0.4 0.6 0.8 1.0 1.2 1.4 W W WU �- � ii TYPE, COLOR, MOISTURE & OTHER n- EE in 0 PLASTIC WATER LIQUID CL M U' zO LIMIT CONTENT,% LIMIT ocan LOCATION: Sta. 50+25 o a z o; -F--------•---------}- SURF. ELEV.: 540.5' m = J 10 20 30 40 50 60 70 ' SILTY CLAY: Brown,moist,hard 5 ' -gray ' so ' LIMESTONE: White, dry,medium hard 15 'EXCAVATOR REFUSAL @ 14.1' ON LIMESTONE 20 25 1 30 Completion Depth: 14.1' Depth to Water: None Encountered ' l Date: 27 July 2007 Date: 27 July 2007 JFnninaarinn S irvA is A, Grtl;,.o �r LAB NO.: 2965 LOG OF BORING NO. B9 PROJEC T. Moreau River Sewer Main&Lift Station 4"Auer Jefferson City,Missouri TYPE. g I LLI ~ z COHESION, TON/SQ.FT. SOIL DESCRIPTION oQ ` 0.2 0.4 o.s 0.8 1.0 1.2 1.4 � TYPE, COLOR, MOISTURE & OTHER a —0 >- v o_ �a o PLASTIC WATER LIQUID ' w ¢ Z� LIMIT CONTENT,% LIMIT M V) LOCATION: Sta. 57+00 0 Q Z a; --------•--------+ SURF. ELEV.: 542.0' m= J 10 20 30 40 50 60 70 ' SILTY CLAY: Dark brown,moist,firm I 5—X -gray mottled light brown,moist,firm, trace coarse sand 5 CL --• -- ' = wet some fine sand lenses —10—x 4 1 • 15 20 25 30 ar • Completion Depth: 14.0' Depth to Water: 8.0' Date: 26 July 2007 Date: 26 July 2007 Enaineerina Survevs .Rr ,SPrvinP.a ,-. . -07.. 1 AB NO 2965 LOG OF BORING NO L .: . Blo PROJECT Moreau River Sewer Main&Lift Station ' Jefferson City,Missouri TYPE.' 4 Auger W z COHESION, TON/SQ.FT. 1 0_ 0 H ~ SOIL DESCRIPTION oQ 0.2 0.4 0.6 o.s 1.0 1.2 1.4 w W wU } � 1 TYPE, COLOR, MOISTURE & OTHER PLASTIC WATER LIQUID Z)w �\ � LIMIT CONTENT,% LIMIT 0 can LOCATION: Sta. 62.+70 0 a z m -F--`-- ------ SURF. ELEV.: 543.5' m 0 J 10 20 30 40 50 60 70 ' SILTY CLAY: Brown,moist,firm -brownish gray,moist to wet, firm to soft ' 5 ' 10 ' -wet � 1 15 ' 20 25 30 J , Completion Depth: 14.0' Depth to Water: 8.0' (6.0'at 24 hours) ' Date: 26 July 2007 Date: 26 July 2007 Fnninaarinn Siiru-io A, Cc—;— �� LAB NO.. 2965 LOG OF BORING NO. B 11 PROJEC T Moreau River Sewer Main&Lift Station ''- Jefferson City,Missouri TYPE.' 4"Auger ' w � zo COHESION, TON/SQ.FT. CL SOIL DESCRIPTION w iz `` 0.2 0.4 0.6 0.8 0 1.2 1.4 _ TYPE, COLOR, MOISTURE & OTHER a- G-� � u PLASTIC WATER LIQUID ' w Q �' z� 0� LIMIT - CONTENT,% LIMIT cn in U) LOCATION: Sta. 68+69 o a -- z -�-- --•-------- m SURF. ELEV.: 537.6' m v -' 10 20 30 40 50 60 70 ' GRAVELLY CLAY: Dark brown,moist, hard 1 � SILTY CLAY:Brown,moist,firm 5 -gray -wet d ' 10 tie 15 1 20 W. 25 30 • Completion Depth: 9.5' Depth to Water: 7.0' (4.0' at 24 hours) Date: 26 July 2007 Date: 26 July 2007 _. Enaineerinn .SfIrVPVS .l4r .S'PrvinPC..- S LAB NO.: 2965 LOG OF BORING NO. B12 PROJECT Moreau River Sewer Main&Lift Station Jeffe rson City,Missouri TYPE.- 4"Auger aw z COHESION, TON/SQ.FT. , SOIL DESCRIPTION Q� ` 0.2 0.4 0.6 018l.10 1.2 1.4 CL TYPE, COLOR, MOISTURE & OTHER —LL o v PLASTIC WATER LIQUID Li Q 3 Z� LIMIT CONTENT, LIMIT M V) LOCATION: Sta. 75+69 O Q Z +--------•--------- m SURF. ELEV.: 551.5' m = J 10 20 30 40 50 60 70 ' SILTY CLAY: Dark brown, moist, firm to hard, trace fine gravel 5 -gray mottled brown,moist, hard 13 10 -moist to wet, firm , 15 ' 20 25 30 .J Completion Depth: 15.0' Depth to Water: 10.0' Date: 26 July 2007 Date: 26 July 2007 ' Fnninearinn Slirvrwc .Pr CPni/`P4 _�r1_ - 2965 LOG OF TEST PIT N0. I LAB NO.: TP14 PROJECT Moreau River Sewer Main&Lift Station ' Jefferson City,Missouri TYPE.' 24"Bucket L z COHESION, TON/SQ.FT. SOIL DESCRIPTION LL- o� `� 0.2 0.4 0.6 0.8 1.0 1.2 1.4 W TYPE, COLOR, MOISTURE & OTHER au o PLASTIC WATER LIQUID cn Z U, ' w Q 3:: LIMIT CONTENT, LIMIT o U) LOCATION: Sta. 89+50 o Q Z m -'------•--------- SURF. ELEV.: 657.0' in U z J 10 20 30 40 50 60 70 ' SILTY CLAY: Light brown, dry, firm -moist,hard ' 5 -purplish brown with black stains, moist,hard, trace sand GRAVELLY CLAY:Reddish brown,moist, hard 10 LIMESTONE:White, dry,medium hard, slightly ' fractured • —15— 20 25 s 30 `I • Completion Depth: 97 Depth to Water: None Encountered Date: 27 July 2007 Date: 27 July 2007 LAB NO.: 2965 LOG OF BORING NO. B15 PROJECT- Moreau River Sewer Main&Lift Station ' 4"Auger TYPE: g Jefferson City,Missouri TYPE: Ld � zz COHESION, TON/SQ.FT. SOIL DESCRIPTION o~ t `` 0. LL— ck� � 2 0.4 o.s o.s 1.0 1.2 1.4 Liu w w U >- TYPE, COLOR, MOISTURE & OTHER E o v PLASTIC WATER LIQUID w < 3 zN LIMIT CONTENT,% LIMIT S ta. 92 50 O Q Z m -}--------•---------�- o cn LOCATION: + , SURF. ELEV.: 678.0' m v = J 10 20 30 40 50 60 70 GRAVELLY CLAY: Brown, moist,firm to hard, some sand SHALE: Gray, dry,moderately hard ' • 5 LIMESTONE: Buff, dry, soft, interbedded sandstone and shale -moderately hard , -white,hard 10 AUGER REFUSAL @ 7.2' ON HARD INTACT LIMESTONE 15 20 ' ie 25 �1 1 30 . l J Completion Depth: 7.2' Depth to Water: None Encountered Date: 26 July 2007 Date: 26 July 2007 AMC iniii 1 101M AMOK 411111111111' llimmi1 11■ww, 11111111111IM: :111111111; 1lllml. ;IIM1111i J1111111110, 1Vl11YI 1Nf IlI�IMII� :I�NIN�; 11n�II�N 11MMI��; ;��MI�I�`; to i J J I r , r i y i r 1 � 1 Y . Y 1" I <! i � o , O ' i t I Jr O / I' 1 .fir _ � fff j" ` $' � - 550 �'•. Ssb - �I 1 1 \\ OF City of Jefferson o I 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 Fax: (573)634-6562 s ' October 11, 2007 Subject: East Moreau/Algoa Road Interceptor and Pump Station ' Project No.31084 Pre-bid Conference Notes A pre-bid conference was held in the small conference room of City.Hall on Tuesday, October 9, 2007 ' 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, October 23, 2007, 1:30pm TURN IN BIDS TO FINANCE DEPARTMENT ON THE BASEMENT FLOOR OF CITY HALL ' Questions Cut Off— Friday October 19 , 200712:00pm Anticipated Notice to Proceed—Monday, November 26, 2007 CONTRACT TIME: 334 working days LIQUIDATED DAMAGES: $1,000.00 per calendar day. ' WAGE ODER: 14 Pump station designed by Tim Tappendorf, Crawford, Murphy & Tilley, Inc. 314-436-5500 Sewer Main designed by Paul Samson, Central Missouri Professional Services, Inc. 573-634-3455 Route 179 bore designed by Pat Kliethermes, City of Jefferson 573-634-6410 General Questions: Eric Seaman, City of Jefferson 573-634-6410 PLAN REVIEW: Attention was drawn to each area of the plans. • Sewer main plan.and profile do no have soil borings. Geotech report will be part of Addendum • Due to the pipeline depth, SDR 26 was chosen. • CoE permit has been acquired for drainage crossings. • The deep manholes have drop connections for future extensions. This is incidental to the cost of the manhole. City of ,,, of erson Mv,COMMUNITY DEVELOPMENT "building a better community" _- ..... - --- - ------ ----. .. - ._ ..__ ._-__._-. _._..-- . . _ `_.. F:\OT'Y-PR )JEC'TS,31084 East Moreau._Algoa Rd Notes.doc i , • Rock cut or directional drilling through rock bluff. If bore is selected, manhole must still be ' placed. • • Sewer main on south side of Highway 50 is in the Highway right-of-way. ' • Contractor will need to coordinate with work on the Wal-Mart property. • There is a suggested grading and erosion control plan attached. • Designated fill location is shown in drawings. ' • Shamrock may be open cut. Drawing shows suggested traffic control. • Project plan for pump station did not copy well. Sharper copy will be attached to addendum. • Directional drilling under Moreau using 8" DR9. Open cut forcemain with 6" DR17. ' • Pumps, Motor control panel, and SCADA are sole source. • Pump station can be open cut or vertical augured. • Moreau River Trunk main bore—Alternate if there is money to do it. Either accepted or rejected. ' • One more easement still required for the project. • The wetwell is deep with surrounding groundwater. The joints are to be wrapped (see drawings). Due to the depth, backfilling around the wetwell will be critical. ' • Suggested sequence: Drill the forcemain under the River before setting the QUESTION/ANSWER :(Received at the rebid meeting and those received ' a a ed by telephone, etc. prior to 12:00 PM Thursday October 11, 2007) ' QUESTION: What kind of material will be realized in the directional bore? ANSWER: The soil report will be attached to addendum #1. A rock and water depth summary is displayed on the board. ' QUESTION: If directional boring is allowed through the rock bluff, will lamping be required? • ANSWER: The gravity sewer must be on a constant slope, if trenchless technology allows this it , may be used. Mandrel, air test, and manhole vacuum will be required. QUESTION: Is there rock in the River bore? ' ANSWER: Based on the soil borings, no. QUESTION: Will the rock bench on the bluff be a separate pay item? ' ANSWER: TO get like bids to directional boring, the rock excavation will be incidental to the cost of the pipeline. The rock vs. non-rock pipeline will be on separate bid line items. QUESTION: Can the spoil be hauled away? , ANSWER: The fill cannot be hauled off the project. The priority to placing fill: 1) pump station site and access road. 2) rock blankets for drainage crossings, once these finite fill locations are topped out: 3) designated fill location. ' QUESTION: What type of pipe can be directional bored in the rock? ANSWER: VCP is in the spec. We will entertain any pipe that is smooth on the inside and can ' withstand tensile loading for the bore. City of is o„ 41:11 of erson COMMUNtfY DEVELOPMENT �dl IU W "building a better community„ _ _. . _._ _...._ ......... FACrry-PROJECTS\31084 East Moreau_AI goa Rd Main\Correspondence\Pre-bid Notes.doc 1 1 • QUESTION: Does the 179 bore need a carrier pipe? ANSWER: Yes. We need the pipe loaded and the casing ends sealed with rubber ends per specification. ' QUESTION: Can an aerial with topo be provided to clarify the rock cut and fill locations? ANSWER: One is provided with the addendum. City has reached agreement with property owners for access road (see attached map). NOTE: 30' MAXIMUM WIDE TEMPORARY ' ACCESS ROAD WILL BE PROVIDED. AT THE END OF OPERATIONS, TEMPORARY ROAD MUST BE GRADED 12' WIDE WITH 6" LAYER OF CHAT SHALL BE PLACED. This cost is incidental to bid prices for item 313, 15-inch sanitary sewer (Sta 39+00 to 51+00). QUESTION: What are the requirements of the fill location? ANSWER Limits and erosion control are on the drawing. Once the amount of fill to be placed is determined, 66% must be placed and compacted to 80%. The remaining 33% of the material may be directly placed over the compacted fill to be graded by the property owner. Erosion control to be maintained. ' QUESTION: Who is responsible for staking? ANSWER The City is responsible for staking. The proposed centerline may still exist. For viewing, please contact the City to arrange permission from property owners for visiting the sites. QUESTION: What is to be done with unsuitable subgrade? ' ANSWER Subgrade that is judged to be unsuitable may, be replaced with imported material or aggregate where practical. A bid unit price has been added to the revised bid form. • Respectfully, 1 Eric Seaman, P.E. Deputy Director of Wastewater Utility Services AH:es C: Plan Holders ' Meeting Attendees Project File Writer's File ' �ity —.o loll l0 ef q ersonP ' " COMMUNITY DEVELOPMENT "building a better corn rn Lin it " FACITY PROJEC,TS'w1084 East Moreau_A(goa Rd Main\Corresponder!cu\Pre-L)id Nutes.dcc • • Papof 2 CITY OF JEFFERSON PRE-BID SIGN-IN EAST MOREAU/ALGOA PUMP STATION &GRAVITY SEWERS s PROJECT NO.31084 Tuesday, October 9,200710 am. Name (please print) Company (please print) Address (please print) Phone Fax 6r, of 320 I G ,a, '7 keh Kaqffman s 5-401 Old O►lmati Rd •1CA- Cyr- Sons Cxca.vKA-;n L.L WC_Ylel0 0510 5-13-i-93-S1S9 5-73-893-57(p-] /um e4egaz 603 Rossv�aa6 RD 1AW+ , s73 7 o- 9/01 - -A Z9 69441AAAaD Mj4Xfl4Y$ Pelt1t� 1W o7'� 5140 Ti,tr „sic r Lvl/�5 � ioz 3/4- f36- S5o10 314- -v77-3, 9,11 11 I %VAS &_WuvarooN IIFac Mo C�J j SavhSd.d G X1'1 FMS Z,7D0 �• l'H�- (,orf-� 6�y- �st��f J' me 6s/v �7b-63H- 3'f�� -57.3 - L 5 Zt EZ- vK� -4 4s- -44E=g&Q � (�Co �--r3-8 93—` $a- -03 - x"13 YYYo ht" C J 573 C3� l 343 y5 7 grace, 5unds J.0. 61dus4rieS 3 o 208 E2ou �e e Je �er'So►1 C� 5T3�63S 8386 3) 7G!- b33 3 \ pO C. •c> �fc,.�.� - � ��. "Sc ►.a�.. /'v. V.Ik Sys, r-0 4— . . , � ,t cD 1 CD 1 i CD ' c 3 .o (D 'O CL 0 N d y N 0 ' o w 'fl 0 �c `D N � cQ W fD • � � N 0 ' � N N Page 1 of 3 ADDENDUM NO. 2 PROJECT NO. 31084 East Moreau/Algoa Road Interceptor and Pump Station October 19, 2007 1 1. The bidder will acknowledge receipt of this Addendum and his acceptance of its conditions by signing this Addendum and including it with his bid. ' BIDDER: ' BY: ' TITLE: CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT 1 1 - ' Page 2 of 3 • ' ADDENDUM NO. 2 PROJECT NO. 31084 ' East Moreau/Algoa Road Interceptor and Pump Station October 19, 2007 ' Interceptor Drawings 1. On sheet 3 of 15 in the plan view the note reading "Temporary Stream Crossing (See . ' Details & Corps of Engineers Permit.)"This refers to standard drawings 40.01, 40.02, and 40.03.The Corps of Engineers Permit is attached to this addendum(Appendix Q. ' 2. On sheet 10 to 15 of 15 Clarification; the rock cut sections were assumed for the purposes of allowing trenching activities. If a more narrow rock cut allows for the installation of the sewer main per the plans and specifications, the rock cut can be ' reduced. Drawings by City 1. Excess fill Drawings_ APWA Drawings ESC-01 and ESC-14 are attached to this ' drawing. • Pump Station Drawings ' 1. On Sheet 2 of 11 in the plan view the note that reads "BEGIN DIRECTIONAL DRILLING STA. 9+35" shall be revised to read`BEGIN DIRECTIONAL ' DRILLING STA. 9+23". 2. On Sheet 4 of 11 the note on the profile near Station 2+50 that reads "STA. 2+55, EL. 551.8, END DIRECTIONAL DRILLING, 60° BEND"provides unclear information. ' The 6-inch diameter HDPE 60' bend with a top of pipe elevation of 551.8 is to be located at Station 2+47.54. This is drawn correctly in the profile and is shown correctly on Sheet 3 of 11 in the Pump Station Site and Access Road Detail and in the ' Project Coordinate Point Table. The end of the horizontal directional drilling is to be located at Station 2+55. This is the point where the 8-inch diameter HDPE pipe installed by directional drilling should transition to the 6-inch diameter HDPE pipe as ' called for by NOTE 1. Manholes 1 through 3 on this sheet shall have the interior coating in accordance with SS-2.7 g. ' 1 On Sheet 8 of 11,Precast concrete can be used for Option#2 if the base is one unit partially up the wall and the annular space between the exterior of the precast wetwell and the interior of the steel casing is backfilled with 3/4" to I" clean rock or CLSM. 4. On Sheet 10 of 11 on the ONE-LINE DIAGRAM change the note on the lower right • side that reads "NEMA 7X J-BOX WITH POWER DISTRIBUTION BLOCKS"to read"NEMA 4X J-BOX WITH POWER DISTRIBUTION BLOCKS". ' 5. On Sheet 10 of l Iin the ELECTRICAL PLAN NOMENCLATURE change the part of item N that reads"MOUNT 5' ABOVE FINISHED GRADE"to read"MOUNT 4' Page 3 of 3 ABOVE FINISHED GRADE". 6. On Sheet 10 of l Iin the ELECTRICAL PLAN NOMENCLATURE change item O to read "JUNCTION BOX WITH POWER DISTRIBUTION BLOCKS, RATED NEMA 4X, MOUNTED 12"MIN ABOVE WET WELL TOP OF CONCRETE". 7. On Sheet 11 of 11 change the note near the upper right corner which reads ' "JUNCTION BOX NEMA A"to read"JUNCTION BOX NEMA 4X". Specifications ' The following changes shall be made to the specifications and contract documents: 1. Under the Special Provision SP-22 MEASUREMENT AND PAYMENT, Item No. 6— Directional Drill 8-inch forcemain. Add the following sentences: "Payment will be based on the horizontal distance between the starting point and ending point for the directional ' drilling as shown on the Drawings. Any additional length of pipe required because of the ' vertical angles and bends of the directional drilling profile or any additional length of pipe at each end of the directional drill section that is necessary for this installation method will not be included in the measurement for payment." ' Attachments: • Appendix C: Corps of Engineers Permit Standard Details 40.01, 40.02 &40.03 APWA Drawings ESC-01 & 14 • DEPARTMENT OF THE ARMY KANSAS CITY DISTRICT, CORPS OF ENGINEERS ' STATE REGULATORY PROGRAM OFFICE - MISSOURI - 221 BOLIVAR STREET, SUITE 103 • JEFFERSON CITY, MISSOURI 651 01 �� 6 REPLY TO C ' ATTENTION OF: July 31, 2007 , . OP07 Missouri State Regulatory Office r C (2007-01302) Fj , Cole County,MO City of Jefferson ' Dear Mr. Samson, ' This letter pertains to your request,dated July 5,2007, submitted on behalf of the City of Jefferson, for a Department of the Army(DA)permit for the proposed construction of a new sanitary sewer main in and along the Moreau River in eastern Jefferson City. The project consists of directional boring approximately 15 feet below the Moreau River and crossing three unnamed tributaries with 15 inch sanitary sewer mains. The project site is located in and along the Moreau River in Section 23,Township 44 north,Range 11 west, Cole County, Missouri. ' The Corps of Engineers has jurisdiction over all waters of the United States. Discharges of dredged or fill material in waters of the United States, including wetlands,require prior ' authorization from the Corps under Section 404 of the Clean Water Act(33 USC 1344). The • implementing regulation for this Act is found at 33 C.F.R. 320-331. Any work or structures in, over, or under a navigable water of the United States require prior authorization from the Corps of Engineers under Section 10 of the Rivers and Harbors Act of 1899 (33 USC 403). The Lower Moreau River has been determined to be a navigable water. Also, ' Section 404 of the Clean Water Act(33 USC 1344),which is administered under Federal regulations 33 C.F.R. 320-331,provides the Corps of Engineers with regulatory jurisdiction over all waters of the United States. These provisions require prior authorization from the Corps of ' Engineers for the discharge of dredged or fill material in waters of the United States,including wetlands. ' This letter contains an approved jurisdictional detemunation for your project site. If you object to this determination, you may request an administrative appeal under Corps regulations at 33 Part 331: Enclosed you will find-a Notification of Administrative Appeal-Options and Process (NAP) and Request for Appeal (RFA)form. If you request to appeal this determination you must submit a completed RFA form to the Northwestern Division Office at the following address: :i -2- ' • Division Engineer ATTN: Karen Kochenbach Regulatory Program Manager U.S. Army Corps of Engineers P.O. Box 2870 Portland, OR 97208-2870 Telephone: 503-808-3888 In order for an.RFA to be accepted by the Corps,the Corps must determine that it is ! complete, that it meets the criteria for appeal under 33 C.F.R.Part 331.5, and that it has been received by the Division Office within 60 days of the date of the NAP. Should you decide to submit an RFA form, it must be received at the above address by September 28,2007. It is not necessary to submit an RFA form to the Division Office if you do not object to the determination/decision in this letter. In the event that you disagree with an approved jurisdictional determination,and you have ! new information not considered in the original determination,you may request reconsideration of that determination by the Corps District prior to initiating an appeal. To request this reconsideration based upon new information, you must submit the completed RFA form and the new information to the District Office so that it is received within 60 days of the date of the NAP. Send approved • jurisdictional determination reconsideration requests to: District Commander ' ATTN: Mark D. Frazier Chief, Regulatory Branch ' U.S. Army Engineer District,Kansas City 601 East 12'h Street,Room 706 Kansas City,MO 64106-2896 ' Voice: 816-389-39907 FAX: 816-389-2032 We have reviewed vie ed the information furnished and have determined that your project is , authorized by nationwide permit(NWP) 12,Utility Crossings, provided you ensure that the conditions listed in the enclosed copy of excerpts from the March 12,2007 Federal Register, , Issuance.of Nationwide Permits;Notice(72 FR 11092)and the May 8, 2007 Correction(79 FR 26082) are met: You must also comply with the Kansas City District Regional NWP Conditions posted at: http://www.nwk.usace.army.mil/regulatory/repulatory.htm. • i 1 ' -3- The Missouri Department of Natural Resources has certified that this NWP will not violate ' existing state water quality standards.provided you comply with the conditions included in their attached certification document. All conditions included in the water quality certification become conditions of the NWP authorization. Please review all conditions associated with this N". If ' you have any questions concerning state water quality standards or compliance issues with the associated certification conditions,please contact the Chief of the Planning Section,Water Pollution Control Program,MDNR,P.O. Box 176,Jefferson City,Missouri 65102-0176. You may call 573- 751-1404 for information. General condition 26 requires you to sign and submit the enclosed "Compliance Certification" upon completion of the authorized work and any required mitigation. In addition to the general conditions of the permit,the following special condition applies to ' your project regarding Section 10 of the Rivers and Harbors Act. The permittee understands and agrees that,if future operations by the United States require the removal,relocation, or other alteration, of the structure or work herein authorized,or if,in the opinion of the Secretary of the ' Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters,the permittee will be required,upon due notice from the Corps of Engineers,to remove,relocate,or alter the structural work or obstructions caused ' thereby,without expense to the United States. No claim shall be made against the United States on • account of any such removal or alteration. ' This NWP verification is valid for two years from the date of this letter. Should your project plans change or if your activity is not complete within the specified verification term,you must contact this office for another permit determination. ' We are interested in your thoughts and opinions concerning your experience with the ' Kansas City District, Corps of Engineers Regulatory Program. We have placed an automated version of our Customer Service Survey form on our website at: http://I)er2.nwT).usace.anny.mil/survey.html. At your request,we will mail you a paper copy that you may complete and return to us by mail or fax. ' James Reenan Environmental Protection Specialist,reviewed the information famished and-made this determination. If you have any questions concerning this matter, please feel free to contact Mr. Reenan, 573-634-2248 x3832 and FAX 573-634-7960. Please reference Permit No.2007-01302 in all comments and/or inquiries relating to this project. • 1 -4- ' • Copies Furnished: Missouri Department of Natural Resources wo/enclosures Missouri Department of Conservation wo/enclosures • • 1 5j 4 '?-,od APPROVED JURISDICTIONAL DETERMINATION FORM U.S.Army Corps of Engineers This form should be completed by following the instructions provided in Section IV of the JD Form Instructional Guidebook. ' SECTION 1: BACKGROUND INFORMATION A. REPORT COMPLETION DATE FOR APPROVED JURISDICTIONAL DETERMINATION(JD):7/12/07 ' B. DISTRICT OFFICE,FILE NAME,AND NUMBER: Kansas City District,2007-01302-1 C. PROJECT LOCATION AND BACKGROUND INFORMATION: ' State:MO County/parish/borough:Cole City:Jefferson City Center coordinates of site(lat/long in degree decimal format): Lat.38.55131 N',Long.-92.1005° . Universal Transverse Mercator:NAD83 Name of nearest waterbody:Moreau River ' Name of nearest Traditional Navigable Water(TNW)into which the aquatic resource flows: Moreau River Name of watershed or Hydrologic Unit Code(HUC): 10300102 E Check if map/diagram of review area and/or potential jurisdictional areas istare available upon request. `tw Check if other sites(e.g.,offsite mitigation sites,disposal sites,etc...)are associated with this action and are recorded on a ' different JD form. D. REVIEW PERFORMED FOR SITE EVALUATION(CHECK ALL THAT APPLY): 0 Office(Desk)Determination. Date: Field Determination. Date(s):7/12/07 SECTION II: SUMMARY OF FINDINGS A. RHA SECTION 10 DETERMINATION OF JURISDICTION. There Rrg "navigable waters of the U.S."within Rivers and Harbors Act(RHA)jurisdiction(as defined by 33 CFR part 329) in the review area. [Required] Waters subject to the ebb and flow of the tide. ' Waters are presently used,or have been used in the past,or maybe susceptible for use to transport interstate or foreign commerce. Explain:Tributary within Corps jurisdiction is directly connected to the Moreau River which is approximately 100'east of this non- RPW. B. CWA SECTION 404 DETERMINATION OF JURISDICTION. There Wye"waters of the U.S."within Clean Water Act(CWA)jurisdiction(as defined by 33 CFR part 328)in the review area. [Required] ' 1. Waters of the U.S. a. Indicate presence of waters of U.S.in review area(check all that apply):t TNWs,including territorial seas ' Wetlands adjacent to TNWs Relatively permanent waterS2(RPWs)that flow directly or indirectly into TNWs Non-RPWs that flow directly or indirectly into TNWs Wetlands directly abutting RPWs that flow directly or indirectly into TNWs ' Wetlands adjacent to but not directly abutting RPWs that flow directly or indirectly into TNWs Wetlands adjacent to non-RPWs that flow directly or indirectly into TNWs "ue Impoundments of jurisdictional waters Isolated(interstate or intrastate)waters,including isolated wetlands ' b. Identify(estimate)size of waters of the U.S.in the review area: Non-wetland waters:51inear feet:2width(ft)and/or.001 acres. . Wetlands: acres. c.Limits(boundaries)of jurisdiction based on:Fsta�lisl�gdli„�,OOF��Mt Elevation of established OHWM(if known):538. 2. Non-regulated waters/wetlands(check if applicable):3 Q Potentially jurisdictional,waters and/or wetlands were assessed within the review area and determined to be not jurisdictional. • .Explain: ' Boxes checked below shall be supported by completing the appropriate sections in Section III below. 2 For purposes of this form,an RPW is defined as a tributary that is not a TNW and that typically flows year-round or has continuous flow at least"seasonally" (e.g.,typically 3 months). 3 Supporting documentation is presented in Section III.F. SECTION III: CWA ANALYSIS ' A. TNWs AND WETLANDS ADJACENT TO TNWs The agencies will assert jurisdiction over TNWs and wetlands adjacent to TNWs. If the aquatic resource is a TNW,complete ' Section III.A.1 and Section III.D.I.only; if the aquatic resource is a wetland adjacent to a TNW,complete Sections III.A.1 and 2 and Section III.D.1.;otherwise,see Section III.B below. 1. TNW ' Identify TNW: Summarize rationale supporting determination: ' 2. Wetland adjacent to TNW Summarize rationale supporting conclusion that wetland is"adjacent": B. CHARACTERISTICS OF TRIBUTARY(THAT IS NOT A TNW)AND ITS ADJACENT WETLANDS(IF ANY): , This section summarizes information regarding characteristics of the tributary and its adjacent wetlands,if any,and it helps ' determine whether or not the standards for jurisdiction established under Rapanos have been met. The agencies will assert jurisdiction over non-navigable tributaries of TNWs where the tributaries are"relatively permanent waters"(RPWs),i.e.tributaries that typically flow year-round or have continuous flow at least seasonally(e.g.,typically 3 ' months).A wetland that directly abuts an RPW is also jurisdictional.If the aquatic resource is not a TNW,but has year-round (perennial)flow,skip to Section III.D.2. If the aquatic resource is a wetland directly abutting a tributary with perennial flow, skip to Section III.D.4. A wetland that is adjacent to but that does not directly abut an RPW requires a significant nexus evaluation.Corps districts and ' EPA regions will include in the record any available information that documents the existence of a significant nexus between a relatively permanent tributary that is not perennial(and its adjacent wetlands if any)and a traditional navigable water,even though a significant nexus finding is not required as a matter of law. ' If the waterbody°is not an RPW,or a wetland directly abutting an RPW,a JD will require additional data to determine if the waterbody has a significant nexus with a TNW.If the tributary has adjacent wetlands,the significant nexus evaluation must consider the tributary in combination with all of its adjacent wetlands.This significant nexus evaluation that combines,for analytical purposes,the tributary and all of its adjacent wetlands is used whether the review area identified in the JD request is ' the tributary,or its adjacent wetlands,or both.If the JD covers a tributary with adjacent wetlands,complete Section III.B.1 for the tributary,Section III.B.2 for any onsite wetlands,and Section III.B.3 for all wetlands adjacent to that tributary,both onsite and offsite.The determination whether a significant nexus exists is determined in Section III.0 below. ' 1. Characteristics of non-TNWs that flow directly or indirectly into TNW (1) General Area Conditions: , Watershed size: ekest Drainage area: grMy. Average annual rainfall: inches Average annual snowfall: inches ' (ii) Physical Characteristics: (a) Relationship with TNW_:. ' ❑Tributary flows directly into TNW. ❑Tributary flows through PciczZ�i tributaries before entering TNW. Project waters are PfcK%Tt.river miles from TNW. ' Project waters are u river miles from RPW. Project waters are L`k" �t aerial(straight)miles from TNW. Project waters are bxk:�L Ist aerial(straight)miles from RPW. Project waters cross or serve as state boundaries.Explain: ' Identify flow route to TNW5: Tributary stream order,if known: `Note that the Instructional Guidebook contains additional information regarding swales,ditches,washes,and erosional features generally and in the and , West. "Flow route can be described by identifying,e.g.,tributary a,which flows through the review area,to flow into tributary b,which then flows into TNW. ' (b) General Tributary Characteristics(check all that annlv): • Tributary is: ❑Natural ❑Artificial(man-made). Explain: ' ❑Manipulated (man-altered). Explain: Tributary properties with respect to top of bank(estimate): Average width: feet ' Average depth: feet Average side slopes:l3ikisf ' Primary tributary substrate composition(check all that apply): ❑Silts ❑Sands ❑Concrete ❑Cobbles ❑Gravel ❑Muck ❑Bedrock ❑Vegetation. Type/%cover: ' ❑Other.Explain: Tributary condition/stability[e.g.,highly eroding,sloughing banks]. Explain: Presence of run/riffle/pool complexes. Explain: Tributary geometry: INNER Tributary gradient(approximate average slope): % (c) Flow: ' Tributary provides for:ARE Estimate average number of flow events in review area/year:E.tifkNIR Describe flow regime: Other information on duration and volume: Surface flow is: Pckist Characteristics: Subsurface flow:Piclitiist. Explain findings: ' ❑Dye(or other)test performed: • Tributary has(check all that apply): ❑Bed and banks ❑OHWM6(check all indicators that apply): ❑ clear,natural line impressed on the bank ❑ the presence of litter and debris ❑ changes in the character of soil ❑ destruction of terrestrial vegetation ❑ shelving ❑ the presence of wrack line ' ❑ vegetation matted down,bent,or absent ❑ sediment sorting ❑ leaf litter disturbed or washed away ❑ scour ❑ sediment deposition ❑ multiple observed or predicted flow events ❑ water staining ❑ abrupt change in plant community ❑ other(list): ❑Discontinuous OHWM.7 Explain: ' If factors other than the OHWM were used to determine lateral extent of CWA jurisdiction(check all that apply): R High Tide Line indicated by: ED Mean High Water Mark indicated by: ❑ oil or scum line along shore objects ❑survey to available datum;. ❑ fine shell or debris deposits(foreshore) ❑physical markings; ' ❑ physical markings/characteristics ❑vegetation lines/changes in vegetation types. ❑ tidal gauges ❑ other(list): ' (iii) Chemical Characteristics: Characterize tributary(e.g.,water color is clear,discolored,oily film;water quality;general watershed characteristics,etc.). Explain: Identify specific pollutants,if known: • 6A natural or man-made discontinuity in the OHWM does not necessarily sever jurisdiction(e.g.,where the stream temporarily flows underground,or where the OHWM has been removed by development or agricultural practices). Where there is a break in the OHWM that is unrelated to the waterbody's flow regime(e.g.,flow over a rock outcrop or through a culvert),the agencies will look for indicators of flow above and below the break. 'Ibid. (iv) Biological Characteristics. Channel supports(check all that apply): ' ❑ Riparian corridor. Characteristics(type,average width): ❑ Wetland fringe. Characteristics: ❑ Habitat for: • ❑Federally Listed species. Explain findings: ' ❑Fish/spawn areas.Explain findings: ❑Other environmentally-sensitive species. Explain findings: ❑Aquatic/wildlife diversity. Explain findings: 2. Characteristics of wetlands adjacent to non-TNW that flow directly or indirectly into TNW , (i) Physical Characteristics: (a) General Wetland Characteristics: ' Properties: Wetland size: acres Wetland type. Explain: Wetland quality. Explain: ' Project wetlands cross or serve as state boundaries.Explain: (b) General Flow Relationship with Non-TNW: ' Flow is: k@W' Explain: Surface flow is:ORlist Characteristics: Subsurface flow:h rt. Explain findings: ❑Dye(or other)test performed: (c) Wetland Adjacency Determination with Non-TNW: ' ❑Directly abutting ❑Not directly abutting ❑ Discrete wetland hydrologic connection. Explain: ' ❑ Ecological connection. Explain: ❑ Separated by berm/barrier. Explain: • (d) Proximity(Relationship)to TNW Project wetlands are Edek river miles from TNW. Project waters.. e . .x° 's' aerial(straight)miles from TNW. Flow is from: ' Estimate approximate location of wetland as within the k-__, ist floodplain ' (ii) Chemical Characteristics: Characterize wetland system(e.g.,water color is clear,brown,oil film on surface;water quality;general watershed characteristics;etc.). Explain: ' Identify specific pollutants,if known: (iii)Biological Characteristics. Wetland supports(check all that apply): ❑ Riparian buffer. Characteristics(type,average width): ' ❑ Vegetation type/percent cover. Explain: Habitat for: ❑Federally Listed species. Explain findings: ❑Fish/spawn areas.Explain findings: , ❑Other environmentally-sensitive species. Explain findings: ❑Aquatic/wildlife diversity. Explain findings: 3. Characteristics of all wetlands adjacent to the tributary(if any) , All wetland(s)being considered in the cumulative analysis:Biala«°=ist Approximately( )acres in total are being considered in the cumulative analysis. • ' For each wetland,specify the following: • Directly abuts?(Y/N) Size(in acres) Directly abuts?(YIN) Size(in acres) Summarize overall biological,chemical and physical functions being performed: C. SIGNIFICANT NEXUS DETERMINATION A significant nexus analysis will assess the flow characteristics and functions of the tributary itself and the functions performed ' by any wetlands adjacent to.the tributary to determine if they significantly affect the chemical,physical,and biological integrity of a TNW. For each of the following situations,a significant nexus exists if the tributary,in combination with all of its adjacent wetlands,has more than a speculative or insubstantial effect on the chemical,physical and/or biological integrity of a TNW. Considerations when evaluating significant nexus include,but are not limited to the volume,duration,and frequency of the flow ' of water in the tributary and its proximity to a TNW,and the functions performed by the tributary and all its adjacent wetlands. It is not appropriate to determine significant nexus based solely on any specific threshold of distance(e.g.between a tributary and its adjacent wetland or between a tributary and the TNW).Similarly,the fact an adjacent wetland lies within or outside of a floodplain is not solely determinative of significant nexus. Draw connections between the features documented and the effects on the TNW,as identified in the Rapanos Guidance and discussed in the Instructional Guidebook.Factors to consider include,for example: • Does the tributary,in combination with its adjacent wetlands(if any),have the capacity to carry pollutants or flood waters to ' TNWs,or to reduce the amount of pollutants or flood waters reaching a TNW? • Does the tributary,in combination with its adjacent wetlands(if any),provide habitat and lifecycle support functions for fish and other species,such as feeding,nesting,spawning,or rearing young for species that are present in the TNW? • Does the tributary,in combination with its adjacent wetlands(if any),have the capacity to transfer nutrients and organic carbon that support downstream foodwebs? • •.. Does the tributary,in combination with its adjacent wetlands(if any),have other relationships to the physical,chemical,or biological integrity of the TNW? ' Note: the above list of considerations is not inclusive and other functions observed or known to occur should be documented below: ' 1. Significant nexus findings for non-RPW that has no adjacent wetlands and flows directly or indirectly into TNWs. Explain findings of presence or absence of significant nexus below,based on the tributary itself,then go to Section III.D:Definite OHW7v1, flows directly into a TNW,aquatic organisms seen on site visit. ' 2. Significant nexus findings for non-RPW and its adjacent wetlands,where the non-RPW flows directly or indirectly into TNWs. Explain findings of presence or absence of significant nexus below,based on the tributary in combination with all of its adjacent wetlands,then go to Section III.D: 3. Significant nexus findings for wetlands adjacent to an RPW but that do not directly abut the RPW.Explain findings of presence or absence of significant nexus below,based on the tributary in combination with all of its adjacent wetlands,then go to Section III.D: D. DETERMINATIONS OF JURISDICTIONAL FINDINGS.THE SUBJECT WATERS/WETLANDS ARE(CHECK ALL THAT APPLY): ' 1. TNWs and Adjacent Wetlands. Check all that apply and provide size estimates in review area: U» TNWs: linear feet width(ft),Or, acres. Wetlands adjacent to TNWs: acres. 2. RPWs that flow directly or indirectly into TNWs. Tributaries of TNWs where tributaries typically flow year-round are jurisdictional.Provide data and rationale indicating that tributary is perennial: . Tributaries of TNW where tributaries have continuous flow"seasonally"(e.g.,typically three months each year)are t jurisdictional.-Data supporting this conclusion is provided at Section III.B. Provide rationale indicating that tributary flows seasonally: Identify water body and summarize rationale supporting determination: ' Provide estimates for jurisdictional waters in the review area(check all that apply): • Tributary waters: linear feet width(ft). ' Other non-wetland waters: acres. Identify type(s)of waters: ❑a;Q Wetlands: acres. , F. NON-JURISDICTIONAL WATERS,INCLUDING WETLANDS(CHECK ALL THAT APPLY): :> If potential wetlands were assessed within the review area,these areas did not meet the criteria in the 1987 Corps of Engineers ' Wetland Delineation Manual and/or appropriate Regional Supplements. �] Review area included isolated waters with no substantial nexus to interstate(or foreign)commerce. ❑ Prior to the Jan 2001 Supreme Court decision in"SWANCC,"the review area would have been regulated based solely on the. "Migratory Bird Rule"(MBR). ' Waters do not meet the"Significant Nexus"standard,where such a finding is required for jurisdiction. Explain: Other: (explain,if not covered above): Provide acreage estimates for non jurisdictional waters in the review area,where the sole potential basis of jurisdiction is the MBR factors(i.e.,presence of migratory birds,presence of endangered species,use of water for irrigated agriculture),using best professional judgment(check all that apply): Non-wetland waters(i.e.,rivers,streams): linear feet width(ft). ' :t Lakes/ponds: acres. :!! Other non-wetland waters: acres.List type of aquatic resource: 5 Wetlands: acres. Provide acreage estimates for non jurisdictional waters in the review area that do not meet the"Significant Nexus"standard,where such , a finding is required for jurisdiction(check all that apply): Non-wetland waters(i.e.,rivers,streams): linear feet, width(ft). Lakes/ponds: acres. , Other non-wetland waters: acres. List type of aquatic resource: Q Wetlands: acres. • SECTION IV: DATA SOURCES. , A. SUPPORTING DATA. Data reviewed for JD(check all that apply-checked items shall be included in case file and,where checked and requested,appropriately reference sources below): ' Maps,plans,plots or plat submitted by or on behalf of the applicant/consultant: Data sheets prepared/submitted by or on behalf of the applicant/consultant. ❑Office concurs with data sheets/delineation report. ❑Office does not concur with data sheets/delineation report. , " Data sheets prepared by the Corps: a Corps navigable waters'study: U.S.Geological Survey Hydrologic Atlas: ❑USGS NHD data. , ❑USGS 8 and 12 digit HUC maps. U.S.Geological Survey map(s).Cite scale&quad name: USDA Natural Resources Conservation Service Soil Survey.Citation: r National wetlands inventory map(s). Cite name: ' State/Local wetland inventory map(s): FEMA/FIRM maps: S. 100-year Floodplain Elevation is: (National Geodectic Vertical Datum of 1929) Photographs: ® Aerial(Name&Date): ' or® Other(Name&Date):Site visit on 7/12/07 by James Reenan. Previous determination(s). File no.and date of response letter: �a Applicable/supporting case law: ❑ Applicable/supporting scientific literature: ' Other information(please specify): B. ADDITIONAL COMMENTS TO SUPPORT JD:There was a definite OHWM and tributary flows directly into TNW. • ' APPROVED JURISDICTIONAL DETERMINATION FORM U.S.Army Corps of Engineers ' • This form should be completed by following the instructions provided in Section IV of the JD Form Instructional Guidebook. SECTION 1: BACKGROUND INFORMATION A. REPORT COMPLETION DATE FOR APPROVED JURISDICTIONAL DETERMINATION(JD):7/12/07 B. DISTRICT OFFICE,FILE NAME,AND NUMBER: Kansas City District,2007-01302-2 . C. PROJECT LOCATION AND BACKGROUND INFORMATION: ' State:MO County/parish/borough:Cole City:Jefferson City Center coordinates of site(lat/long in degree decimal format): Lat.38.54660&Long.-92.10661 yN, Universal Transverse Mercator:NAD83 Name of nearest waterbody:Moreau River ' Name of nearest Traditional Navigable Water(TNW)into which the aquatic resource flows:Moreau River Name of watershed or Hydrologic Unit Code(HUC): 10300102 2 Check if map/diagram of review area and/or potential jurisdictional areas is/are available upon request. ' Check if other sites(e.g.,offsite mitigation sites,disposal sites,etc...)are associated with this action and are recorded on a different JD form. D. REVIEW PERFORMED FOR SITE EVALUATION(CHECK ALL THAT APPLY): ' Office(Desk)Determination. Date: Field Determination. Date(s): 7/12/07 SECTION Ii: SUMMARY OF FINDINGS ' A. RHA SECTION 10 DETERMINATION OF JURISDICTION. There Ae "navigable waters of the U.S."within Rivers and Harbors Act(RHA)jurisdiction(as defined by 33 CFR part 329) in the review area.[Required] Waters subject to the ebb and flow of the tide. • Waters are presently used,or have been used in the past,or may be susceptible for use to transport interstate or foreign commerce. Explain:Tributary within Corps jurisdiction is directly connected to the Moreau River which is approximately 100'east of this non- RP W. ' B. CWA SECTION 404 DETERMINATION OF JURISDICTION. There Are"waters of the U.S."within Clean Water Act(CWA)jurisdiction(as defined by 33 CFR part 328)in the review area. [Required] ' 1. Waters of the U.S. a. Indicate presence of waters of U.S.in review area(check all that apply):' B TNWs, including territorial seas ' l0 Wetlands adjacent to TNWs Relatively permanent waterS2(RPWs)that flow directly or indirectly into TNWs Non-RPWs that flow directly or indirectly into TNWs eB Wetlands directly abutting RPWs that flow directly or indirectly into TNWs ' 0 Wetlands adjacent to but not directly abutting RPWs that flow directly or indirectly into TNWs 0 Wetlands adjacent to non=RPWs that flow directly or indirectly into TNWs 0 Impoundments of jurisdictional waters 1"t3 Isolated(interstate or intrastate)waters,including isolated wetlands b. Identify(estimate)size of waters of the U.S.in the review area: Non-wetland waters:51inear feet:2width(ft)and/or.001 acres. Wetlands: acres. c.Limits(boundaries)of jurisdiction based on:F,i'stablisbedbyQ1T '1VI Elevation of established OHWM(if known):541. 2. Non-regulated waters/wetlands(check if applicable):3 Potentially jurisdictional waters and/or wetlands were assessed within the review area and determined to be not jurisdictional. • Explain: ' Boxes checked below shall be supported by completing the appropriate sections in Section III below. 2 For purposes of this form,an RPW is defined as a tributary that is not a TNW and that typically flows year-round or has continuous flow at least"seasonally (e.g.,typically 3 months). ' 3 Supporting documentation is presented in Section III.F. SECTION HI: CWA ANALYSIS ' A. TNWs AND WETLANDS ADJACENT TO TNWs • The agencies will assert jurisdiction over TNWs and wetlands adjacent to TNWs. If the aquatic resource is a TNW,complete , Section III.A.1 and Section HI.D.1.only; if the aquatic resource is a wetland adjacent to a TNW,complete Sections III.A.1 and 2 and Section III.D.1.;otherwise,see Section HI.B below. 1. TNW ' Identify TNW: Summarize rationale supporting determination: 2. Wetland adjacent to TNW ' Summarize rationale supporting conclusion that wetland is"adjacent": B. CHARACTERISTICS OF TRIBUTARY(THAT IS NOT A TNW)AND ITS ADJACENT WETLANDS(IF ANY): ' This section summarizes information regarding characteristics of the tributary and its adjacent wetlands,if any,and it helps , determine whether or not the standards for jurisdiction established under Rapanos have been met. The agencies will assert jurisdiction over non-navigable tributaries of TNWs where the tributaries are"relatively permanent waters"(RPWs),i.e.tributaries that typically flow year-round or have continuous flow at least seasonally(e.g.,typically 3 ' months).A wetland that directly abuts an RPW is also jurisdictional.If the aquatic resource is not a TNW,but has year-round (perennial)flow,skip to Section HI.D.2.If the aquatic resource is a wetland directly abutting a tributary with perennial flow, skip to Section III.D.4. A wetland that is adjacent to but that does not directly abut an RPW requires a significant nexus evaluation.Corps districts and ' EPA regions will include in the record any available information that documents the existence of a significant nexus between a relatively permanent tributary that is not perennial(and its adjacent wetlands if any)and a traditional navigable water,even though a significant nexus finding is not required as a matter of law. , If the waterbody4 is not an RPW,or a wetland directly abutting an RPW,a JD will require additional data to determine if the • waterbody has a significant nexus with a TNW.If the tributary has adjacent wetlands,the significant nexus evaluation must consider the tributary in combination with all of its adjacent wetlands.This significant nexus evaluation that combines,for ' analytical purposes,the tributary and all of its adjacent wetlands is used whether the review area identified in the JD request is the tributary,or its adjacent wetlands,or both.If the JD covers a tributary with adjacent wetlands,complete Section III.B.1 for the tributary,Section III.B.2 for any onsite wetlands,and Section IH.B.3 for all wetlands adjacent to that tributary,both onsite ' and offsite.The determination whether a significant nexus exists is determined in Section III.0 below. 1. Characteristics of non-TNWs that flow directly or indirectly into TNW (i) General Area Conditions: , Watershed size: P ek .lit Drainage area: ;Pic gist Average annual rainfall: inches Average annual snowfall: inches , (ii) Physical Characteristics: (a) Relationship with TNW: ' ❑Tributary flows directly into TNW. El Tributary flows through&"tributaries before entering TNW. Project waters are 1.6 t river miles from TNW. ' kv..r Project waters are iost river miles from RPW. Project waters are ) 'st aerial(straight)miles from TNW. ;., Project waters are jic'r isf aerial(straight)miles from RPW. Project waters cross or serve as state boundaries.Explain: ' Identify flow route to TNW5: • Tributary stream order,if known: `Note that the Instructional Guidebook contains additional information regarding swales,ditches,washes,and erosional features generally and in the and West. 5 Flow route can be described by identifying,e.g.,tributary a,which flows through the review area,to flow into tributary b,which then flows into TNW. , (b) General Tributary Characteristics(check all that apply): • Tributary is: ❑Natural ' ❑Artificial(man-made). Explain: ❑Manipulated (man-altered). Explain: Tributary properties with respect to top of bank(estimate): ' Average width: feet Average depth: - feet Average side slopes: Primary tributary substrate composition(check all that apply): ❑Silts ❑Sands ❑Concrete ❑Cobbles ❑Gravel ❑Muck ❑Bedrock ❑Vegetation. Type/%cover: ' ❑Other.Explain: Tributary condition/stability[e.g.,highly eroding,sloughing banks]. Explain: Presence of run/riffle/pool complexes. Explain: ' Tributary geometry:E"k Tributary gradient(approximate average slope): % (c) Flow: Tributary provides for: lfCt Estimate average number of flow events in review area year: cltst Describe flow regime: Other information on duration and volume: ' Surface flow is:kTigVr Characteristics: Subsurface flow: ickist. Explain findings: ' ❑Dye(or other)test performed: • Tributary has(check all that apply): ❑Bed and banks ❑OHWM6(check all indicators that apply): ❑ clear,natural line impressed on the bank ❑ the presence of litter and debris ❑ changes in the character of soil ❑ destruction of terrestrial vegetation ❑ shelving ❑ the presence of wrack line ❑ vegetation matted down,bent,or absent ❑ sediment sorting ❑ leaf litter disturbed or washed away ❑ scour ❑ sediment deposition ❑ multiple observed or predicted flow events ❑ water staining ❑ abrupt change in plant community ' ❑ other(list): ❑Discontinuous OHWM.7 Explain: ' If factors other than the OHWM were used to determine lateral extent of CWA jurisdiction(check all that apply): High Tide Line indicated by: 1D Mean High Water Mark indicated by: ❑ oil or scum line along shore objects ❑survey to available datum; ❑ fine shell or debris deposits(foreshore) E]physical markings;. ,.... ' [I physical markings/characteristics ❑vegetation lines/changes in vegetation types. ❑ tidal gauges ❑ other(list): ' (iii) Chemical Characteristics: Characterize tributary(e.g.,water color is clear,discolored,oily film;water quality;general watershed characteristics,etc.). Explain: Identify specific pollutants,if known: • ' 6A natural or man-made discontinuity in the OHWM does not necessarily sever jurisdiction(e.g.,where the stream temporarily flows underground,or where the OHWM has been removed by development or agricultural practices). Where there is a break in the OHWM that is unrelated to the waterbody's flow regime(e.g.,flow over a rock outcrop or through a culvert),the agencies will look for indicators of flow above and below the break. ' '[bid. (iv) Biological Characteristics. Channel supports(check all that apply): , ❑ Riparian corridor. Characteristics(type,average width): ❑ Wetland fringe. Characteristics: • ❑ Habitat for ' ❑Federally Listed species. Explain findings: ❑Fish/spawn areas.Explain findings: ❑Other environmentally-sensitive species. Explain findings: ❑Aquatic/wildlife diversity. Explain findings: ' 2. Characteristics of wetlands adjacent to non-TNW that flow directly or indirectly into TNW (i) Physical Characteristics: (a) General Wetland Characteristics: Properties: Wetland size: acres Wetland type. Explain: Wetland quality. Explain: Project wetlands cross or serve as state boundaries. Explain: (b) General Flow Relationship with Non-TNW: , Flow is: cl+ i`st.Explain: Surface flow is:Picky Fist Characteristics: ' Subsurface flow:Pckist. Explain findings: ❑ Dye(or other)test performed: (c) Wetland Adjacency Determination with Non-TNW: ' ❑Directly abutting ❑Not directly abutting ❑ Discrete wetland hydrologic connection. Explain: t ❑ Ecological connection. Explain: • ❑ Separated by berm/barrier. Explain: (d) Proximity(Relationship)to TNW ' Project wetlands areielc) st river miles from TNW. Project waters are Pf OI{ ist aerial(straight)miles from TNW. V Flow is from: kLis(. Estimate approximate location of wetland as within the Pi_ floodplain. (ii) Chemical Characteristics: Characterize wetland system(e.g.,water color is clear,brown,oil film on surface;water quality;general watershed characteristics;etc.). Explain: ' Identify specific pollutants,if known: (iii)Biological Characteristics. Wetland supports(check all that apply): , ❑ Riparian buffer. Characteristics(type,average width): ❑ Vegetation typelpercent cover. Explain: ❑ Habitat for: ❑Federally Listed species. Explain findings: , ❑Fish/spawn areas.Explain findings: ❑Other environmentally-sensitive species. Explain findings: ❑Aquatic/wildlife diversity. Explain findings: 3. Characteristics of all wetlands adjacent to the tributary(if any) I All wetland(s)being considered in the cumulative analysis:figi{�==List Approximately( )acres in total are being considered in the cumulative analysis. • 0 ' For each wetland,specify the following: Directly abuts?(Y/N) Size(in acres) Directly abuts?(YM) Size(in acres ' Summarize overall biological,chemical and physical functions being performed: ' C. SIGNIFICANT NEXUS DETERMINATION A significant nexus analysis will assess the flow characteristics and functions of the tributary itself and the functions performed by any wetlands adjacent to the tributary to determine if they significantly affect the chemical,physical,and biological integrity of a TNW. For each of the following situations,a significant nexus exists if the tributary,in combination with all of its adjacent wetlands,has more than a speculative or insubstantial effect on the chemical, physical and/or biological integrity of a TNW. Considerations when evaluating significant nexus include,but are not limited to the volume,duration,and frequency of the flow of water in the tributary and its proximity to a TNW,and the functions performed by the tributary and all its adjacent ' wetlands. It is not appropriate to determine significant nexus based solely on any specific threshold of distance(e.g.between a tributary and its adjacent wetland or between a tributary and the TNW).Similarly,the fact an adjacent wetland lies within or outside of a floodplain is not solely determinative of significant nexus. ' Draw connections between the features documented and the effects on the TNW,as identified in the Rapanos Guidance and discussed in the Instructional Guidebook.Factors to consider include,for example: • Does the tributary,in combination with its adjacent wetlands(if any),have the capacity to carry pollutants or flood waters to ' TNWs,or to reduce the amount of pollutants or flood waters reaching a TNW? Does the tributary,in combination with its adjacent wetlands(if any),provide habitat and lifecycle support functions for fish and other species,such as feeding,nesting,spawning,or rearing young for species that are present in the TNW? • Does the tributary,in combination with its adjacent wetlands(if any),have the capacity to transfer nutrients and organic carbon that support downstream foodwebs? • Does the tributary, in combination with its adjacent wetlands(if any),have other relationships to the physical,chemical,or biological integrity of the TNW? ' Note:the above list of considerations is not inclusive and other functions observed or known to occur should be documented below: 1. Significant nexus findings for non-RPW that has no adjacent wetlands and flows directly or indirectly into TNWs. Explain findings of presence or absence of significant nexus below,based on the tributary itself,then go to Section III.D:Definite OHWM, flows directly into a TNW,aquatic organisms seen on site visit. 2. Significant nexus findings for non-RPW and its adjacent wetlands,where the non-RPW flows directly or indirectly into TNWs. Explain findings of presence or absence of significant nexus below,based on the tributary in combination with all of its adjacent wetlands,then go to Section III.D: 3. Significant nexus findings for wetlands adjacent to an RPW but that do not directly abut the RPW.Explain findings of ' presence or absence of significant nexus below,based on the tributary in combination with all of its adjacent wetlands,then go to Section III.D: D. DETERMINATIONS OF JURISDICTIONAL FINDINGS.THE SUBJECT WATERS/WETLANDS ARE(CHECK ALL THAT APPLY): 1. TNWs and Adjacent Wetlands. Check all that apply and provide size estimates in review area: D TNWs: linear feet width(ft),Or, acres. Wetlands adjacent to TNWs: acres. ' 2. RPWs that flow directly or indirectly into TNWs. :i Tributaries of TNWs where tributaries typically flow year-round are jurisdictional.Provide data and rationale indicating that • tributary is perennial: t Tributaries of TNW where tributaries have continuous flow"seasonally"(e.g.,typically three months each year)are ' jurisdictional. Data supporting this conclusion is provided at Section III.B. Provide rationale indicating that tributary flows seasonally: Provide estimates for jurisdictional waters in the review area(check all that apply): ' Tributary waters: linear feet width(ft). Other non-wetland waters: acres. Identify type(s)of waters: t 3. Non-RPWs8 that flow directly or indirectly into TNWs. 0 Waterbody that is not a TNW or an RPW,but flows directly or indirectly into a TNW,and it has a significant nexus with a TNW is jurisdictional.Data supporting this conclusion is provided at Section III.C. ' Provide estimates for jurisdictional waters within the review area(check all that apply): 0 Tributary waters: 5 linear feet2width(ft). Q Other non-wetland waters: acres. ' Identify type(s)of waters: 4. Wetlands directly abutting an RPW that flow directly or indirectly into TNWs. :rs Wetlands directly abut RPW and thus are jurisdictional as adjacent wetlands. ED Wetlands directly abutting an RPW where tributaries typically flow year-round. Provide data and rationale indicating that tributary is perennial in Section III.D.2,above.Provide rationale indicating that wetland is ' directly abutting an RPW: 0 Wetlands directly abutting an RPW where tributaries typically flow"seasonally." Provide data indicating that tributary is seasonal in Section III.13 and rationale in Section III.D.2,above.Provide rationale indicating that wetland is directly ' abutting an RPW: Provide acreage estimates for jurisdictional wetlands in the review area: acres. 5. Wetlands adjacent to but not directly abutting an RPW that flow directly or indirectly into TNWs. , ED Wetlands that do not directly abut an RPW,but when considered in combination with the tributary to which they are adjacent and with similarly situated adjacent wetlands,have a significant nexus with a TNW are jurisidictional.Data supporting this ' conclusion is provided at Section III.C. • Provide acreage estimates for jurisdictional wetlands in the review area: acres. 6. Wetlands adjacent to non-RPWs that flow directly or indirectly into TNWs. ' Wetlands adjacent to such waters,and have when considered in combination with the tributary to which they are adjacent and with similarly situated adjacent wetlands,have a significant nexus with a TNW are jurisdictional.Data supporting this ' conclusion is provided at Section III.C. Provide estimates for jurisdictional wetlands in the review area: acres. 7. Impoundments of jurisdictional waters.9 ' As a general rule,the impoundment of a jurisdictional tributary remains jurisdictional. ri<. Demonstrate that impoundment was created from"waters of the U.S.,"or El Demonstrate that water meets the criteria for one of the categories presented above(1-6),or ED Demonstrate that water is isolated with a nexus to commerce(see E below). E. ISOLATED [INTERSTATE OR INTRA-STATE]WATERS,INCLUDING ISOLATED WETLANDS,THE USE, DEGRADATION OR DESTRUCTION OF WHICH COULD AFFECT INTERSTATE COMMERCE,INCLUDING ANY SUCH WATERS(CHECK ALL THAT APPLY):10 F41 which are or could be used by interstate or foreign travelers for recreational or other purposes. , W from which fish or shellfish are or could be taken and sold in interstate or foreign commerce. MN which are or could be used for industrial purposes by industries in interstate commerce. Eg Interstate isolated waters. Explain: Other factors. Explain: , 'See Footnote#3. 'To complete the analysis refer to the key in Section III.D.6 of the Instructional Guidebook. 10 Prior to asserting or declining CWA jurisdiction based solely on this category,Corps Districts will elevate the action to Corps and EPA HQ for review consistent with the process described in the Corps/EPA Memorandum Regarding CWA Act Jurisdir-don Following Rapanos. n ' Identify water body and summarize rationale supporting determination: • ' Provide estimates for jurisdictional waters in the review area(check all that apply): ex. Tributary waters: linear feet width(ft). Other non-wetland waters: acres. ' Identify type(s)of waters: Wetlands: acres. ' F. NON-JURISDICTIONAL WATERS,INCLUDING WETLANDS(CHECK ALL THAT APPLY): , . If potential wetlands were assessed within the review area,these areas did not meet the criteria in the 1987 Corps of Engineers Wetland Delineation Manual and/or appropriate Regional Supplements. tt Review area included isolated waters with no substantial nexus to interstate(or foreign)commerce. ❑ Prior to the Jan 2001 Supreme Court decision in"SWANCC,"the review area would have been regulated based solely on the "Migratory Bird Rule"(MBR). Waters do not meet the"Significant Nexus"standard,where such a finding is required for jurisdiction. Explain: Q Other: (explain,if not covered above): Provide acreage estimates for non jurisdictional waters in the review area,where the sole potential basis of jurisdiction is the MBR factors(i.e.,presence of migratory birds,presence of endangered species,use of water for irrigated agriculture),using best professional judgment(check all that apply): . . ' 'FI Non-wetland waters(i.e.,rivers,streams): linear feet width(ft). "rvl Lakes/ponds: acres. Ps Other non-wetland waters: acres. List type of aquatic resource: Ea Wetlands: acres. ' Provide acreage estimates for non-jurisdictional waters in the review area that do not meet the"Significant Nexus"standard,where such a finding is required for jurisdiction(check all that apply): ED Non-wetland waters(i.e.,rivers,streams): linear feet, width(ft). ' ® Lakes/ponds: acres. • x Other non-wetland waters: acres. List type of aquatic resource: Wetlands: acres. SECTION IV: DATA SOURCES. ' A. SUPPORTING DATA. Data reviewed for JD(check all that apply-checked items shall be included in case file and,where checked and requested,appropriately reference sources below): Z Maps,plans,plots or plat submitted by or on behalf of the applicant/consultant: a Data sheets prepared/submitted by or on behalf of the applicant/consultant. ❑Office concurs with data sheets/delineation report. ❑Office does not concur with data sheets/delineation report. 3tS Data sheets prepared by the Corps: Corps navigable waters'study: ' U.S.Geological Survey Hydrologic Atlas: ❑USGS NHD data. ❑USGS 8 and 12 digit HUC maps. i� U.S.Geological Survey map(s).Cite scale&quad name: Fal USDA Natural Resources-Conservation.Service Soil Survey.Citation: M National wetlands inventory map(s). Cite name: State/Local wetland inventory map(s): ® FEMA/FIRM maps: 100-year Floodplain Elevation is: (National Geodectic Vertical Datum of 1929) ' Photographs:®Aerial(Name&Date): or®Other(Name&Date):Site visit on 7/12/07 by James Reenan. Previous determination(s). File no.and date of response letter: ' ® Applicable/supporting case law: Applicable/supporting scientific literature: • � Other information(please specify): ' B. ADDITIONAL COMMENTS TO SUPPORT JD:There was a definite OHWM and tributary flows directly into TNW. 1 • n APPROVED JURISDICTIONAL DETERMINATION FORM U.S.Army Corps of Engineers • This form should be completed by following the instructions provided in Section IV of the JD Form Instructional Guidebook. SECTION I: BACKGROUND INFORMATION A. REPORT COMPLETION DATE FOR APPROVED JURISDICTIONAL DETERMINATION(JD): 7/12/07 ' B. DISTRICT OFFICE,FILE NAME,AND NUMBER: Kansas City District,2007-01302-3 C. PROJECT LOCATION AND BACKGROUND INFORMATION: ' State:MO County/parish borough:Cole City:Jefferson City Center coordinates of site Oat/long in degree decimal format): Lat.38.5398° Y,Long.-92.11°W4. Universal Transverse Mercator:NAD83 Name of nearest waterbody:Moreau River ' Name of nearest Traditional Navigable Water(TNW)into which the aquatic resource flows:Moreau River Name of watershed or Hydrologic Unit Code(HUC): 10300102 0 Check if map/diagram of review area and/or potential jurisdictional areas islare available upon request. Check if other sites(e.g.,offsite mitigation sites,disposal sites,etc...)are associated with this action and are recorded on a different JD form. D. REVIEW PERFORMED FOR SITE EVALUATION(CHECK ALL THAT APPLY): Office(Desk)Determination. Date: ' Field Determination. Date(s):7/12/07 SECTION II: SUMMARY OF FINDINGS ' A. RHA SECTION 10 DETERMINATION OF JURISDICTION. There tA�e "navigable waters of the U.S."within Rivers and Harbors Act(RHA)jurisdiction(as defined by 33 CFR part 329)in the review area. [Required] Waters subject to the ebb and flow of the tide. Waters are presently used,or have been used in the past,or may be susceptible for use to transport interstate or foreign commerce. • Explain:Tributary within Corps jurisdiction is directly connected to the Moreau River which is approximately 100'east of this non- RPW. ' B. CWA SECTION 404 DETERMINATION OF JURISDICTION. There,& "waters of the U.S."within Clean Water Act(CWA)jurisdiction(as defined by 33 CFR part 328)in the review area. [Required] ' 1. Waters of the U.S. a. Indicate presence of waters of U.S.in review area(check all that apply): Q TNWs,including territorial seas ' Wetlands adjacent to TNWs Relatively permanent waterS2(RPWs)that flow directly or indirectly into TNWs Non-RPWs that flow directly or indirectly into TNWs Wetlands directly abutting RPWs that flow directly or indirectly into TNWs ' Wetlands adjacent to but not directly abutting RPWs that flow directly or indirectly into TNWs Wetlands adjacent to non-RPWs that flow directly or indirectly into TNWs ❑ Impoundments of jurisdictional waters Isolated(interstate or intrastate)waters,including isolated wetlands b. Identify(estimate)size of waters of the U.S.in the review area: Non-wetland waters:51inear feet:2width(ft)and/or.001 acres. Wetlands: acres. ' c. Limits(boundaries)of jurisdiction based on:E's_:Cab`�is>}edy�t>l Elevation of established OHWM(ifknown):541.' ' 2. Non-regulated waters/wetlands(check if applicable):3 t:t Potentially jurisdictional waters and/or wetlands were assessed within the review area and determined to be not jurisdictional. • Explain: Boxes checked below shall be supported by completing the appropriate sections in Section III below. 2 For purposes of this form,an RPW is defined as a tributary that is not a TNW and that typically flows year-round or has continuous flow at least"seasonally" (e.g.,typically 3 months). ' 3 Supporting documentation is presented in Section III.F. SECTION III: CWA ANALYSIS ' A. TNWs AND WETLANDS ADJACENT TO TNWs • The agencies will assert jurisdiction over TNWs and wetlands adjacent to TNWs. If the aquatic resource is a TNW,complete , Section III.A.1 and Section III.D.1.only;if the aquatic resource is a wetland adjacent to a TNW,complete Sections III.A.1 and 2 and Section III.D.1.;otherwise,see Section III.B below. 1. TNW ' Identify TNW: Summarize rationale supporting determination: ' 2. Wetland adjacent to TNW Summarize rationale supporting conclusion that wetland is"adjacent": B. CHARACTERISTICS OF TRIBUTARY(THAT IS NOT A TNW)AND ITS ADJACENT WETLANDS(IF ANY): ' This section summarizes information regarding characteristics of the tributary and its adjacent wetlands,if any,and it helps ' determine whether or not the standards for jurisdiction established under Rapanos have been met. The agencies will assert jurisdiction over non-navigable tributaries of TNWs where the tributaries are"relatively permanent waters"(RPWs),i.e.tributaries that typically flow year-round or have continuous flow at least seasonally(e.g.,typically 3 ' months).A wetland that directly abuts an RPW is also jurisdictional.If the aquatic resource is not a TNW,but has year-round (perennial)flow,skip to Section III.D.2.If the aquatic resource is a wetland directly abutting a tributary with perennial flow, skip to Section III.D.4. A wetland that is adjacent to but that does not directly abut an RPW requires a significant nexus evaluation.Corps districts and ' EPA regions will include in the record any available information that documents the existence of a significant nexus between a relatively permanent tributary that is not perennial(and its adjacent wetlands if any)and a traditional navigable water,even though a significant nexus finding is not required as a matter of law. ' If the waterbody°is not an RPW,or a wetland directly abutting an RPW,a JD will require additional data to determine if the • waterbody has a significant nexus with a TNW.If the tributary has adjacent wetlands,the significant nexus evaluation must ' consider the tributary in combination with all of its adjacent wetlands.This significant nexus evaluation that combines,for analytical purposes,the tributary and all of its adjacent wetlands is used whether the review area identified in the JD request is the tributary,or its adjacent wetlands,or both.If the JD covers a tributary with adjacent wetlands,complete Section III.B.1 for the tributary,Section III.B.2 for any onsite wetlands,and Section III.B.3 for all wetlands adjacent to that tributary,both onsite ' and offsite.The determination whether a significant nexus exists is determined in Section III.0 below. 1. Characteristics of non-TNWs that flow directly or indirectly into TNW (i) General Area Conditions: , Watershed size: gzw- Drainage area: ��icic ?ist Average annual rainfall: inches Average annual snowfall: inches ' (ii) Physical Characteristics: (a) Relationship with TNW: ' ❑Tributary flows directly into TNW. ❑Tributary flows through F Eic!a) at tributaries before entering TNW. Project waters are Rclt river miles from TNW. Project waters are Piali�ist river miles from RPW. Project waters are hI i"st aerial(straight)miles from TNW. Project waters are )-17c Lli'si aerial(straight)miles from RPW. Project waters cross or serve as state boundaries.Explain: ' Identify flow route to TNW5: • Tributary stream order,if known: `Note that the Instructional Guidebook contains additional information regarding swales,ditches,washes,and erosional features generally and in the and West. s Flow route can be described by identifying,e.g.,tributary a,which flows through the review area,to flow into tributary b,which then flows into TNW. , 1 ` t (b) General Tributary Characteristics(check all that apply): • Tributary is: ❑Natural ❑Artificial(man-made). Explain: ' ❑Manipulated (man-altered). Explain: Tributary properties with respect to top of bank(estimate): Average width: feet Average depth: feet Average side slopes:P„ r�eL�'is� ' Primary tributary substrate composition(check all that apply): ❑Silts ❑Sands ❑Concrete ❑Cobbles ❑Gravel ❑Muck ❑Bedrock ❑Vegetation. Type/%cover: ' ❑Other.Explain: Tributary condition/stability[e.g.,highly eroding,sloughing banks]. Explain: Presence of run/riffle/pool complexes. Explain: Tributary geometry: Iu� .I Tributary gradient(approximate average slope): % (c) Flow: ' Tributary provides for: list Estimate average number of flow events in review area/year:Peek isli Describe flow regime: Other information on duration and volume: 1 Surface flow is: Characteristics: Subsurface flow:WLkl . Explain findings: ' ❑Dye(or other)test performed: • Tributary has(check all that apply): ❑Bed and banks ' ❑OHWM6(check all indicators that apply): ❑ clear,natural line impressed on the bank ❑ the presence of litter and debris ❑ changes in the character of soil ❑ destruction of terrestrial vegetation ❑ shelving ❑ the presence of wrack line ' ❑ vegetation matted down,bent,or absent ❑ sediment sorting ❑ leaf litter disturbed or washed away ❑ scour ❑ sediment deposition ❑ multiple observed or predicted flow events ❑ water staining ❑ abrupt change in plant community ' ❑ other(list): ❑Discontinuous OH".7 Explain: ' If factors other than the OHWM were used to determine lateral extent of CWA jurisdiction(check all that apply): High Tide Line indicated by: Eg' Mean High Water Mark indicated by: ❑ oil or scum line along shore objects ❑survey to available datum; ❑ fine shell or debris deposits(foreshore) ❑physical markings;. ' ❑ physical markings/characteristics ❑vegetation lines/changes in vegetation types. ❑ tidal gauges. ❑ other(list): ' (iii) Chemical Characteristics: Characterize tributary(e.g.,water color is clear,discolored,oily film;water quality;general watershed characteristics,etc.). Explain: Identify specific pollutants,if known: 6A natural or man-made discontinuity in the OHWM does not necessarily sever jurisdiction(e.g.,where the stream temporarily flows underground,or where the OHWM has been removed by development or agricultural practices). Where there is a break in the OHWM that is unrelated to the waterbody's flow regime(e.g.,flow over a rock outcrop or through a culvert),the agencies will look for indicators of flow above and below the break. ' �Ibid. 1 (iv) Biological Characteristics. Channel supports(check all that apply): , ❑ Riparian corridor. Characteristics(type,average width): ❑ Wetland fringe. Characteristics: • ❑ Habitat for: , ❑Federally Listed species. Explain findings: ❑Fish/spawn areas. Explain findings: ❑Other environmentally-sensitive species. Explain findings: ❑Aquatic/wildlife diversity. Explain findings: ' 2. Characteristics of wetlands adjacent to non-TNW that flow directly or indirectly into TNW (1) Physical Characteristics: , (a) General Wetland Characteristics: Properties: Wetland size: acres Wetland type. Explain: ' Wetland quality. Explain: Project wetlands cross or serve as state boundaries. Explain: (b) General Flow Relationship with Non-TNW: ' Flow is:Pi moist.Explain: Surface flow is: 1NU%I EM Characteristics:�~ Subsurface flow: Explain findings: ❑Dye(or other)test performed: (c) Wetland Adjacency Determination with Non-TNW: ' ❑Directly abutting ❑Not directly abutting ❑ Discrete wetland hydrologic connection. Explain: , ❑ Ecological connection. Explain: • ❑ Separated by berm/barrier. Explain: (d) Proximity(Relationship)to TNW ' Project wetlands aret'c1L►st river miles from TNW. Project waters are W gist aerial(straight)miles from TNW. Flow is from:il'cltList. , Estimate approximate location of wetland as within the Pietist floodplain. (ii) Chemical Characteristics: Characterize wetland system(e.g.,water color is clear,brown,oil film on surface;water quality;general watershed ' characteristics;etc.). Explain: Identify specific pollutants,if known: (iii)Biological Characteristics. Wetland supports(check all that apply): , ❑ Riparian buffer. Characteristics(type,average width): ❑ Vegetation type/percent cover. Explain: ❑ Habitat for: ❑Federally Listed species. Explain findings: ' ❑Fish/spawn areas.Explain findings: ❑Other environmentally-sensitive species. Explain findings: ❑Aquatic/wildlife diversity. Explain findings: 3. Characteristics of all wetlands adjacent to the tributary(if any) All wetland(s)being considered in the cumulative analysis:Pick ist Approximately( )acres in total are being considered in the cumulative analysis. 1 h ' For each wetland,specify the following: • Directly abuts?(Y/N) Size(in acres) Directly abuts?(Y/N) Size(in acres) Summarize overall biological,chemical and physical functions being performed: ' C. SIGNIFICANT NEXUS DETERMINATION A significant nexus analysis will assess the flow characteristics and functions of the tributary itself and the functions performed ' by any wetlands adjacent to the tributary to determine if they significantly affect the chemical,physical,and biological integrity of a TNW. For each of the following situations,a significant nexus exists if the tributary,in combination with all of its adjacent wetlands,has more than a speculative or insubstantial effect on the chemical,physical and/or biological integrity of a TNW. Considerations when evaluating significant nexus include,but are not limited to the volume,duration,and frequency of the flow ' of water in the tributary and its proximity to a TNW,and the functions performed by the tributary and all its adjacent wetlands. It is not appropriate to determine significant nexus based solely on any specific threshold of distance(e.g.between a tributary and its adjacent wetland or between a tributary and the TNW).Similarly,the fact an adjacent wetland lies within or outside of a floodplain is not solely determinative of significant nexus. ' Draw connections between the features documented and the effects on the TNW,as identified in the Rapanos Guidance and discussed in the Instructional Guidebook.Factors to consider include,for example: • Does the tributary,in combination with its adjacent wetlands(if any),have the capacity to carry pollutants or flood waters to ' TNWs,or to reduce the amount of pollutants or flood waters reaching a TNW? • Does the tributary,in combination with its adjacent wetlands(if any),provide habitat and lifecycle support functions for fish and other species,such as feeding,nesting,spawning,or rearing young for species that are present in the TNW? • Does the tributary,in combination with its adjacent wetlands(if any),have the capacity to transfer nutrients and organic carbon that ' support downstream foodwebs? • 0 Does the tributary,in combination with its adjacent wetlands(if any),have other relationships to the physical,chemical,or biological integrity of the TNW? Note:the above list of considerations is not inclusive and other functions observed or known to occur should be documented below: 1. Significant nexus findings for non-RPW that has no adjacent wetlands and flows directly or indirectly into TNWs. Explain ' findings of presence or absence of significant nexus below,based on the tributary itself,then go to Section III.D:Definite OHWM, flows directly into a TNW,aquatic organisms seen on site visit. ' 2. Significant nexus findings for non-RPW and its adjacent wetlands,where the non-RPW flows directly or indirectly into TNWs. Explain findings of presence or absence of significant nexus below,based on the tributary in combination with all of its adjacent wetlands, then go to Section III.D: 3. Significant nexus findings for wetlands adjacent to an RPW but that do not directly abut the RPW.Explain findings of ' presence or absence of significant nexus below,based on the tributary in combination with all of its adjacent wetlands,then go to Section III.D: D. DETERMINATIONS OF JURISDICTIONAL FINDINGS.THE SUBJECT WATERS/WETLANDS ARE(CHECK ALL THAT APPLY): ' 1. TNWs and Adjacent Wetlands. Check all that apply and provide size estimates in review area: '?,TNWs: linear feet width(ft),Or, acres. Wetlands adjacent to TNWs: acres. 2. RPWs that flow directly or indirectly into TNWs. Tributaries of TNWs where tributaries typically flow year-round are jurisdictional.Provide data and rationale indicating that • tributary is perennial: Tributaries of TNW where tributaries have continuous flow"seasonally"(e.g.,typically three months each year)are ' jurisdictional. Data supporting this conclusion is provided at Section III.B. Provide rationale indicating that tributary.flows seasonally: l i Provide estimates for jurisdictional waters in the review area(check all that apply): ' ? Tributary waters: linear feet width(ft). • Other non-wetland waters: acres. Identify type(s)of waters: , 3. Non-RPWss that flow directly or indirectly into TNWs. Waterbody that is not a TNW or an RPW,but flows directly or indirectly into a TNW,and it has a significant nexus with a TNW is jurisdictional.Data supporting this conclusion is provided at Section III.C. ' Provide estimates for jurisdictional waters within the review area(check all that apply): 0 Tributary waters: 5 linear feet2width(ft). Other non-wetland waters: acres. , Identify type(s)of waters: 4. Wetlands directly abutting an RPW that flow directly or indirectly into TNWs. ' 0 Wetlands directly abut RPW and thus are jurisdictional as adjacent wetlands. kI Wetlands directly abutting an RPW where tributaries typically flow year-round. Provide data and rationale indicating that tributary is perennial in Section III.D.2,above.Provide rationale indicating that wetland is ' directly abutting an RPW: k Wetlands directly abutting an RPW where tributaries typically flow"seasonally." Provide data indicating that tributary is seasonal in Section III.B and rationale in Section III.D.2,above.Provide rationale indicating that wetland is directly ' abutting an RPW: Provide acreage estimates for jurisdictional wetlands in the review area: acres. 5. Wetlands adjacent to but not directly abutting an RPW that flow directly or indirectly into TNWs. ' Q Wetlands that do not directly abut an RPW,but when considered in combination with the tributary-to which they are adjacent and with similarly situated adjacent wetlands,have a significant nexus with a TNW are jurisidictional.Data supporting this ' conclusion is provided at Section III.C. • Provide acreage estimates for jurisdictional wetlands in the review area: acres. 6. Wetlands adjacent to non-RPWs that flow directly or indirectly into TNWs. ' 'A'J Wetlands adjacent to such waters,and have when considered in combination with the tributary to which they are adjacent and with similarly situated adjacent wetlands,have a significant nexus with a TNW are jurisdictional.Data supporting this , conclusion is provided at Section III.C. Provide estimates for jurisdictional wetlands in the review area: acres. 7. Impoundments of jurisdictional waters.9 ' As a general rule,the impoundment of a jurisdictional tributary remains jurisdictional. 5 Demonstrate that impoundment was created from"waters of the U.S.,"or Demonstrate that water meets the criteria for one of the categories presented above(1-6),or ' Q Demonstrate that water is isolated with a nexus to commerce(see E below). E. ISOLATED [INTERSTATE OR INTRA-STATE] WATERS,INCLUDING ISOLATED WETLANDS,THE USE, ' DEGRADATION OR DESTRUCTION OF WHICH COULD AFFECT INTERSTATE COMMERCE,INCLUDING ANY SUCH WATERS(CHECK ALL THAT APPLY):10 which are or could be used by interstate or foreign travelers for recreational or other purposes. ' ®. from which fish or shellfish are or could be taken and sold in interstate or foreign commerce. Q which are or could be used for industrial purposes by industries in interstate commerce. ®: Interstate isolated waters. Explain: n ! Other factors. Explain: ' °See Footnote#3. • 9 To complete the analysis refer to the key in Section III.D.6 of the Instructional Guidebook. ' 10 Prior to asserting or declining CWA jurisdiction based solely on this category,Corps Districts will elevate the action to Corps and EPA HQ for review consistent with the process described in the Corps/EPA Memorandum Regarding CWA Act Jurisdiction Following Rapanos. ' Identify water body and summarize rationale supporting determination: • Provide estimates for jurisdictional waters in the review area check all that apply): ' J ( Q' Tributary waters: linear feet width(ft). Other non-wetland waters: acres. ' Identify type(s)of waters: Wetlands: acres. ' F. NON-JURISDICTIONAL WATERS,INCLUDING WETLANDS(CHECK ALL THAT APPLY): If potential wetlands were assessed within the review area,these areas did not meet the criteria in the 1987 Corps of Engineers Wetland Delineation Manual and/or appropriate Regional Supplements. . Review area included isolated waters with no substantial nexus to interstate(or foreign)commerce. ❑ Prior to the Jan 2001 Supreme Court decision in"SWANCC,"the review area would have been regulated based solely on the "Migratory Bird Rule"(MBR). 0 Waters do not meet the"Significant Nexus"standard,where such a finding is required for jurisdiction. Explain: Other: (explain,if not covered above): ' Provide acreage estimates for non jurisdictional waters in the review area,where the sole potential basis of jurisdiction is the MBR factors(i.e.,presence of migratory birds,presence of endangered species,use of water for irrigated agriculture),using best professional judgment(check all that apply): ' Non-wetland waters(i.e.,rivers,streams): linear feet width(ft). Lakes/ponds: acres. tt Other non-wetland waters: acres.List type of aquatic resource: Wetlands: acres. ' Provide acreage estimates for non jurisdictional waters in the review area that do not meet the"Significant Nexus"standard,where such a finding is required for jurisdiction(check all that apply): Non-wetland waters(i.e.,rivers,streams): linear feet, width(ft). ' Lakes/ponds: acres. • { Other non-wetland waters: acres. List type of aquatic resource: Wetlands: acres. ' SECTION IV: DATA SOURCES. A. SUPPORTING DATA. Data reviewed for JD(check all that apply-checked items shall be included in case file and,where checked ' and requested,appropriately reference.sources below): Maps,plans,plots or plat submitted by or on behalf of the applicant/consultant: Data sheets prepared/submitted by or on behalf of the applicant/consultant. ❑Office concurs with data sheets/delineation report. ' ❑Office does not concur with data sheets/delineation report. Data sheets prepared by the Corps: Corps navigable waters'study: U.S.Geological Survey Hydrologic Atlas: ' ❑ USGS NHD data. ❑ USGS 8 and 12 digit HUC maps. U.S.Geological Survey map(s). Cite scale&quad name: :1 USDA Natural Resources Conservation Service Soil Survey.Citation: ' National wetlands inventory map(s). Cite name: State/Local wetland inventory map(s): M'1 FEMA/FIRM maps: ' R 100-year Floodplain Elevation is: (National Geodectic Vertical Datum of 1929) Photographs: ®Aerial(Name&Date): or® Other(Name&Date):Site visit on 7/12/07 by James Reenan. E] Previous determination(s). File no.and date of response letter: ' t,« Applicable/supporting case law: Applicable/supporting scientific literature: Other information(please specify): • B. ADDITIONAL COMMENTS TO SUPPORT JD:There was a definite OHWM and tributary flows directly into TNW. t ' APPROVED JURISDICTIONAL DETERMINATION FORM U.S.Army Corps of Engineers ' • This form should be completed by following the instructions provided in Section IV of the JD Form Instructional Guidebook. SECTION I: BACKGROUND INFORMATION A. REPORT COMPLETION DATE FOR APPROVED JURISDICTIONAL DETERMINATION(JD):7/31/07 ' B. DISTRICT OFFICE,FILE NAME,AND NUMBER:Kansas City District Office,2007-01302-4 C. PROJECT LOCATION AND BACKGROUND INFORMATION: ' State:MO County/parish/borough:Cole City:Jefferson City Center coordinates of site(lat/long in degree decimal format): Lat.38.55460 ,Long. -92.0946°iyV. Universal Transverse Mercator:NAD83 Name of nearest waterbody:Moreau River Name of nearest Traditional Navigable Water(TNW)into which the aquatic resource flows:Moreau River Name of watershed or Hydrologic Unit Code(HUC): Missouri/Moreau Check if map/diagram of review area and/or potential jurisdictional areas is/are available upon request. w{ Check if other sites(e.g.,offsite mitigation sites,disposal sites,etc...)are associated with this action and are recorded on a different JD form. D. REVIEW PERFORMED FOR SITE EVALUATION(CHECK ALL THAT APPLY): Office(Desk)Determination. Date: Field Determination. Date(s):7/12/07 SECTION 11: SUMMARY OF FINDINGS ' A. RHA SECTION 10 DETERMINATION OF JURISDICTION. There Ace "navigable waters of the U.S."within Rivers and Harbors Act(RHA)jurisdiction(as defined by 33 CFR part 329)in the review area.[Required] ' El Waters subject to the ebb and flow of the tide. • Z Waters are presently used,or have been used in the past,or maybe susceptible for use to transport interstate or foreign commerce. Explain: ' B. CWA SECTION 404 DETERMINATION OF JURISDICTION. There LCkQjb st"waters o the U.S."within Clean Water Act CWA jurisdiction as defined b 33 CFR art 328 in the review area [Required] �_ f ( )j ( Y P ) � [ 4 d] ' 1. Waters of the U.S. a. Indicate presence of waters of U.S.in review area(check all that apply):' TNWs,including territorial seas EJ Wetlands adjacent to TNWs ' Sr31 Relatively permanent waters2(RPWs)that flow directly or indirectly into TNWs Non-RPWs that flow directly or indirectly into TNWs i3 Wetlands directly abutting RPWs that flow directly or indirectly into TNWs Wetlands adjacent to but not directly abutting RPWs that flow directly or indirectly into TNWs ' Wetlands adjacent to non-RPWs that flow directly or indirectly into TNWs Q Impoundments of jurisdictional waters Isolated(interstate or intrastate)waters,including isolated wetlands i ' b. Identify(estimate)size of waters of the U.S.in the review area: Non-wetland waters: linear feet: width(ft)and/or acres. Wetlands: acres. ' c. Limits(boundaries)of jurisdiction based on:P'ickist Elevation of established OHWM(if known): ' 2. Non-regulated waters/wetlands(check if applicable):3 Potentially jurisdictional waters and/or wetlands were assessed within the review area and determined to be not jurisdictional. Explain: • ' Boxes checked below shall be supported by completing the appropriate sections in Section III below. 2 For purposes of this form,an RPW is defined as a tributary that is not a TNW and that typically flows year-round or has continuous flow at least"seasonally" (e.g.,typically 3 months). ' 3 Supporting documentation is presented in Section III.F. SECTION III: CWA ANALYSIS ' A. TNWs AND WETLANDS ADJACENT TO TNWs • The agencies will assert jurisdiction over TNWs and wetlands adjacent to TNWs. If the aquatic resource is a TNW,complete ' Section III.A.l and Section III.D.1.only; if the aquatic resource is a wetland adjacent to a TNW,complete Sections III.A.1 and 2 and Section III.D.i.;otherwise,see Section III.B below. 1. TNW ' Identify TNW:Lower Moreau River. Summarize rationale supporting determination: Water has been identified by Corps navigational study as a TNW. ' 2. Wetland adjacent to TNW Summarize rationale supporting conclusion that wetland is"adjacent": B. CHARACTERISTICS OF TRIBUTARY(THAT IS NOT A TNW)AND ITS ADJACENT WETLANDS(IF ANY): ' This section summarizes information regarding characteristics of the tributary and its adjacent wetlands,if any,and it helps , determine whether or not the standards for jurisdiction established under Rapanos have been met. The agencies will assert jurisdiction over non-navigable tributaries of TNWs where the tributaries are"relatively permanent waters"(RPWs),i.e.tributaries that typically flow year-round or have continuous flow at least seasonally(e.g.,typically 3 ' months).A wetland that directly abuts an RPW is also jurisdictional.If the aquatic resource is not a TNW,but has year-round (perennial)flow,skip to Section III.D.2.If the aquatic resource is a wetland directly abutting a tributary with perennial flow, skip to Section III.D.4. A wetland that is adjacent to but that does not directly abut an RPW requires a significant nexus evaluation.Corps districts and EPA regions will include in the record any available information that documents the existence of a significant nexus between a relatively permanent tributary that is not perennial(and its adjacent wetlands if any)and a traditional navigable water,even though a significant nexus finding is not required as a matter of law. , If the waterbody°is not an RPW,or a wetland directly abutting an RPW,a JD will require additional data to determine if the • waterbody has a significant nexus with a TNW.If the tributary has adjacent wetlands,the significant nexus evaluation must consider the tributary in combination with all of its adjacent wetlands.This significant nexus evaluation that combines,for , analytical purposes,the tributary and all of its adjacent wetlands is used whether the review area identified in the JD request is the tributary,or its adjacent wetlands,or both.If the JD covers a tributary with adjacent wetlands,complete Section III.B.1 for the tributary,Section III.B.2 for any onsite wetlands,and Section III.B.3 for all wetlands adjacent to that tributary,both onsite and offsite.The determination whether a significant nexus exists is determined in Section III.0 below. ' 1. Characteristics of non-TNWs that flow directly or indirectly into TNW (i) General Area Conditions: ' Watershed size: P[ekgI st Drainage area: LekLj$t Average annual rainfall: inches Average annual snowfall: inches ' (ii) Physical Characteristics: (a) Relationship with TNW: ❑Tributary flows directly into TNW. ' Tributary flows through P`olttii tributaries before entering TNW. Project waters are Sc'Mist river miles from TNW. ' Project waters are Pjb I Ist river miles from RPW. Project waters are Piokgist aerial(straight)miles from TNW. Project waters are Plck Fist aerial(straight)miles from RPW. Project waters cross or serve as state boundaries.Explain: ' Identify flow route to TNW5: Tributary stream order,if known: • 'Note that the Instructional Guidebook contains additional information regarding swales,ditches,washes,and erosional features generally and in the and ' West. 5 Flow route can be described by identifying,e.g.,tributary a,which flows through the review area,to flow into tributary b,which then flows into TNW. , (b) General Tributary Characteristics(check all that aoplv): • Tributary is: ❑Natural ❑Artificial(man-made). Explain: ' ❑Manipulated (man-altered). Explain: Tributary properties with respect to top of bank(estimate): Average width: feet Average depth: feet Average side slopes:M ' Primary tributary substrate composition(check all that apply): ❑Silts ❑Sands ❑Concrete ❑Cobbles ❑Gravel ❑Muck ❑Bedrock ❑Vegetation. Type/%cover: ' ❑Other.Explain: Tributary condition/stability[e.g.,highly eroding,sloughing banks]. Explain: Presence ofrun/riffle/pool complexes. Explain: Tributary geometry:P1W- Tributary gradient(approximate average slope): % (c) Flow: ' Tributary provides for:NUM–A!, ��t� Estimate average number of flow events in review area/year:Pic.'gist Describe flow regime: Other information on duration and volume: Surface flow is: a ist Characteristics: ..,.. Subsurface flow:k.cIC . Explain findings: ❑Dye(or other)test performed: Tributary has(check all that apply): ❑Bed and banks ' ❑OHWM6(check all indicators that apply): ❑ clear,natural line impressed on the bank ❑ the presence of litter and debris ❑ changes in the character of soil ❑ destruction of terrestrial vegetation ❑ shelving ❑ the presence of wrack line ' ❑ vegetation matted down,bent,or absent ❑ sediment sorting ❑ leaf litter disturbed or washed away ❑ scour ❑ sediment deposition ❑ multiple observed or predicted flow events. ❑ water staining ❑ abrupt change in plant community ❑ other(list): ❑ Discontinuous OHWM.' Explain: ' If factors other than the OHWM were used to determine lateral extent of CWA jurisdiction(check all that apply): Q High Tide Line indicated by: Q Mean High Water Mark indicated by: ❑ oil or scum line along shore objects ❑survey to available datum; ❑ fine shell or debris deposits(foreshore) ❑physical markings; ❑ physical markings/characteristics ❑vegetation lines/changes in vegetation types. ❑ tidal gauges ❑ other(list): ' (iii) Chemical Characteristics: Characterize tributary(e.g.,water color is clear,discolored,oily film;water quality;general watershed characteristics,etc.). Explain: Identify specific pollutants,if known: • ' 6A natural or man-made discontinuity in the OHWM does not necessarily sever jurisdiction(e.g.,where the stream temporarily flows underground,or where the OHWM has been removed by development or agricultural practices). Where there is a break in the OHWM that is unrelated to the waterbody's flow regime(e.g.,flow over a rock outcrop or through a culvert),the agencies will look for indicators of flow above and below the break. 'Ibid. (iv) Biological Characteristics. Channel supports(check all that apply): ❑ Riparian corridor. Characteristics(type,average width): ❑ Wetland fringe. Characteristics: ❑ Habitat for: , ❑Federally Listed species. Explain findings: ❑Fish/spawn areas.Explain findings: ❑Other environmentally-sensitive species. Explain findings: ❑Aquatic/wildlife diversity. Explain findings: 2. Characteristics of wetlands adjacent to non-TNW that flow directly or indirectly into TNW (i) Physical Characteristics: ' (a) General Wetland Characteristics: Properties: Wetland size: acres Wetland type. Explain: ' Wetland quality. Explain: Project wetlands cross or serve as state boundaries. Explain: (b) General Flow Relationship with Non-TNW: Flow is: e__.-ist.Ex lain: ,_ P Surface flow is:1[u1List Characteristics: , Subsurface flow:ffiiixst. Explain findings: ❑Dye(or other)test performed: (c) Wetland Adiacency Determination with Non-TNW: ' ❑Directly abutting ❑Not directly abutting ❑ Discrete wetland hydrologic connection. Explain: ' ❑ Ecological connection. Explain: ❑ Separated by berm/barrier. Explain: (d) Proximity(Relationship)to TNW -a� w Project wetlands are i,:KQ,'I river miles from TNW. _ Project waters are 3a' is aerial(straight)miles from TNW. tY Flow is from:RIMIT-s , Estimate approximate location of wetland as within the'�'c'''���•ist floodplain. (ii) Chemical Characteristics: Characterize wetland system(e.g.,water color is clear,brown,oil film on surface;water quality;general watershed ' characteristics;etc.). Explain: Identify specific pollutants,if known: (iii)Biological Characteristics. Wetland supports(check all that apply): , ❑ Riparian buffer. Characteristics(type,average width): ❑ Vegetation type/percent cover. Explain: ❑ Habitat for: ❑Federally Listed species. Explain findings: ❑Fish/spawn areas.Explain findings: ❑Other environmentally-sensitive species. Explain findings: ❑Aquatic/wildlife diversity. Explain findings: 3. Characteristics of all wetlands adjacent to the tributary(if any). All wetland(s)being considered in the cumulative analysis:PIckIst Approximately( )acres in total are being considered in the cumulative analysis. • t For each wetland,specify the following: Directly abuts?(Y/N) Size(in acres) Directly abuts?(Y/N) Size(in acres) Summarize overall biological,chemical and physical functions being performed: C. SIGNIFICANT NEXUS DETERMINATION A significant nexus analysis will assess the flow characteristics and functions of the tributary itself and the functions performed by any wetlands adjacent to the tributary to determine if they significantly affect the chemical,physical,and biological integrity of a TNW. For each of the following situations,a significant nexus exists if the tributary,in combination with all of its adjacent wetlands;has more than a speculative or insubstantial effect on the chemical, physical and/or biological integrity of a TNW. Considerations when evaluating significant nexus include,but are not limited to the volume,duration,and frequency of the flow ' of water in the tributary and its proximity to a TNW,and the functions performed by the tributary and all its adjacent wetlands. It is not appropriate to determine significant nexus based solely on any specific threshold of distance(e.g.between a tributary and its adjacent wetland or between a tributary and the TNW).Similarly,the fact an adjacent wetland lies within or outside of a floodplain is not solely determinative of significant nexus. ' Draw connections between the features documented and the effects on the TNW,as identified in the Rapanos Guidance and discussed in the Instructional Guidebook.Factors to consider include,for example: • Does the tributary,in combination with its adjacent wetlands(if any),have the capacity to carry pollutants or flood waters to TNWs,or to reduce the amount of pollutants or flood waters reaching a TNW? • Does the tributary,in combination with its adjacent wetlands(if any),provide habitat and lifecycle support functions for fish and other species,such as feeding,nesting,spawning,or rearing young for species that are present in the TNW? • Does the tributary,in combination with its adjacent wetlands(if any),have the capacity to transfer nutrients and organic carbon that ' support downstream foodwebs? • Does the tributary,in combination with its adjacent wetlands(if any),have other relationships to the physical,chemical,or biological integrity of the TNW? ' Note:the above list of considerations is not inclusive and other functions observed or known to occur should be documented below: 1. Significant nexus findings for non-RPW that has no adjacent wetlands and flows directly or indirectly into TNWs. Explain findings of presence or absence of significant nexus below,based on the tributary itself,then go to Section III.D: 2. Significant nexus findings for non-RPW and its adjacent wetlands,where the non-RPW flows directly or indirectly into TNWs. Explain findings of presence or absence of significant nexus below,based on the tributary in combination with all of its adjacent wetlands,then go to Section III.D: 3. Significant nexus findings for wetlands adjacent to an RPW but that do not directly abut the RPW. Explain findings of ' presence or absence of significant nexus below,based on the tributary in combination with all of its adjacent wetlands,then go to Section III.D: ' D. DETERMINATIONS OF JURISDICTIONAL FINDINGS.THE SUBJECT WATERS/WETLANDS ARE(CHECK ALL THAT APPLY): 1. TNWs and Adjacent Wetlands. Check all that apply and provide size estimates in review area: ' TNWs:5linear feet50width(ft),Or,.l acres. ^t! Wetlands adjacent to TNWs: acres. 2. RPWs that flow directly or indirectly into TNWs. [] Tributaries of TNWs where tributaries typically flow year-round are jurisdictional.Provide data and rationale indicating that tributary is perennial: • Q Tributaries of TNW where tributaries have continuous flow"seasonally"(e.g.,typically three months each year)are jurisdictional. Data supporting this conclusion is provided at Section III.B. Provide rationale indicating that tributary flows seasonally: Provide estimates for jurisdictional waters in the review area(check all that apply): ' ❑ Tributary waters: linear feet width(ft). Other non-wetland waters: acres. . Identify type(s)of waters: 3. Non-RPWsB that flow directly or indirectly into TNWs. Waterbody that is not a TNW or an RPW,but flows directly or indirectly into a TNW,and it has a significant nexus with a TNW is jurisdictional.Data supporting this conclusion is provided at Section III.C. Provide estimates for jurisdictional waters within the review area(check all that apply): ' 0. Tributary waters: linear feet width(ft). Q Other non-wetland waters: acres. Identify type(s)of waters: ' 4. Wetlands directly abutting an RPW that flow directly or indirectly into TNWs. ' Q Wetlands directly abut RPW and thus are jurisdictional as adjacent wetlands. Wetlands directly abutting an RPW where tributaries typically flow year-round. Provide data and rationale indicating that tributary is perennial in Section III.D.2,above.Provide rationale indicating that wetland is directly abutting an RPW: ' c Wetlands directly abutting an RPW where tributaries typically flow"seasonally." Provide data indicating that tributary is seasonal in Section III.B and rationale in Section III.D.2,above.Provide rationale indicating that wetland is directly abutting an RPW: , Provide acreage estimates for jurisdictional wetlands in the review area: acres. 5. Wetlands adjacent to but not directly abutting an RPW that flow directly or indirectly into TNWs. ED Wetlands that do not directly abut an RPW,but when considered in combination with the tributary to which they are adjacent and with similarly situated adjacent wetlands,have a significant nexus with a TNW are jurisidictional.Data supporting this conclusion is provided at Section III.C. ' Provide acreage estimates for jurisdictional wetlands in the review area: acres. 6. Wetlands adjacent to non-RPWs that flow directly or indirectly into TNWs. , 0 Wetlands adjacent to such waters,and have when considered in combination with the tributary to which they are adjacent and with similarly situated adjacent wetlands,have a significant nexus with a TNW are jurisdictional.Data supporting this conclusion is provided at Section III.C. Provide estimates for jurisdictional wetlands in the review area: acres. 7. Impoundments of jurisdictional waters.9 As a general rule,the impoundment of a jurisdictional tributary remains jurisdictional. ED Demonstrate that impoundment was created from"waters of the U.S.,"or 0 Demonstrate that water meets the criteria for one of the categories presented above(1-6),or E] Demonstrate that water is isolated with a nexus to commerce(see E below). , E. ISOLATED [INTERSTATE OR INTRA-STATE] WATERS,INCLUDING ISOLATED WETLANDS,THE USE, DEGRADATION OR DESTRUCTION OF WHICH COULD AFFECT INTERSTATE COMMERCE,INCLUDING ANY SUCH WATERS(CHECK ALL THAT APPLY):to Eq which are or could be used by interstate or foreign travelers for recreational or other purposes. t9 from which fish or shellfish are or could be taken and sold in interstate or foreign commerce. which are or could be used for industrial purposes by industries in interstate commerce. Interstate isolated waters. Explain: aw Other factors. Explain: Identify water body and summarize rationale supporting determination: ' BSee Footnote#3. • 9 To complete the analysis refer to the key in Section III.D.6 of the Instructional Guidebook. ' i0 Prior to asserting or declining CWA jurisdiction based solely on this category,Corps Districts will elevate the action to Corps and EPA HQ for review consistent with the process described in the Corps/EPA Memorandum Regarding CWA Ad Jurisdiction Following Rapanos. • Provide estimates for jurisdictional waters in the review area(check all that apply): Tributary waters: linear feet width(ft). Other non-wetland waters: acres. Identify type(s)of waters: ' Q Wetlands: acres. F. NON-JURISDICTIONAL WATERS,INCLUDING WETLANDS(CHECK ALL THAT APPLY): ❑ If potential wetlands were assessed within the review area,these areas did not meet the criteria in the I987 Corps of Engineers Wetland Delineation Manual and/or appropriate Regional Supplements. Review area included isolated waters with no substantial nexus to interstate(or foreign)commerce. ❑ Prior to the Jan 2001 Supreme Court decision in"SWANCC,"the review area would have been regulated based solely on the ' "Migratory Bird Rule"(MBR). +>r Waters do not meet the"Significant Nexus"standard,where such a finding is required for jurisdiction. Explain: Other:(explain,if not covered above): Provide acreage estimates for non jurisdictional waters in the review area,where the sole potential basis of jurisdiction is the MBR factors(i.e.,presence of migratory birds,presence of endangered species, use of water for irrigated agriculture),using best professional judgment(check all that apply): Non-wetland waters(i.e.,rivers,streams): linear feet width(ft). ' Lakes/ponds: acres. ? Other non-wetland waters: acres.List type of aquatic resource: at Wetlands: acres. Provide acreage estimates for non jurisdictional waters in the review area that do not meet the"Significant Nexus"standard,where such a finding is required for jurisdiction(check all that apply): +3 Non-wetland waters(i.e.,rivers,streams): linear feet, width(ft). rli Lakes/ponds: - acres. t Other non-wetland waters: acres. List type of aquatic resource: • Q Wetlands: acres. ' SECTION IV: DATA SOURCES. A. SUPPORTING DATA. Data reviewed for JD(check all that apply-checked items shall be included in case file and,where checked and requested,appropriately reference sources below): Maps,plans,plots or plat submitted by or on behalf of the applicant/consultant: Data sheets prepared/submitted by or on behalf of the applicant/consultant. ®Office concurs with data sheets/delineation report. ❑Office does not concur with data sheets/delineation report. ' Data sheets prepared by the Corps: Corps navigable waters' study: U.S.Geological Survey Hydrologic Atlas: ' ❑USGS NHD data. ❑USGS 8 and 12 digit HUC maps. U.S.Geological Survey map(s). Cite scale&quad name: USDA Natural Resources Conservation Service Soil Survey.Citation: National wetlands inventory map(s). Cite name: State/Local wetland inventory map(s): �! FEMA/FIRM maps: 100-year Floodplain Elevation is: (National Geodectic Vertical Datum of 1929) Photographs:❑Aerial(Name&Date): or❑Other(Name&Date): ' tt Previous determination(s). File no. and date of response letter: Applicable/supporting case law: a Applicable/supporting scientific literature: Other information(please specify): B. ADDITIONAL COMMENTS TO SUPPORT JD:Moreau River is a TNW as determimed by the Corps of Engineers navigation study. � i '� 1 Applicant: City of Jefferson File Number: 2007-01302 Date: 7/31/07 Attached is: See Section below A. INITIAL PROFFERED PERMIT (Standard Permit or Letter of Permission) A ' B. PROFFERED PERMIT(Standard Permit or Letter of Permission) B C. PERMIT DENIAL C XX D. APPROVED JURISDICTIONAL DETERMINATION D E PRELIMINARY JURISDICTIONAL DETERMINATION E SECTTON4 T The'following identifies your rights anti options regarding;arrn©dificahon,reconsrdera�tion or ' adnunistrativeappeal of the_above decisiondditiorialinformaton�maytibE foun�i¢at 1 a hftp //www:usace.arriiy.millinef/functions/cwlcecwo/reg f:r o, s're .,pions A: INITIAL PROFFERED PERMIT: You may accept or request modification of the permit. ' • ACCEPT: If you received a Standard Permit, you may sign the permit document and return it to the District Engineer for final authorization. If you received a Letter of Permission(LOP), you may accept the LOP and your work is authorized. Your signature on the Standard Permit or acceptance of the LOP means that you accept the permit in its entirety,and waive all rights to appeal the permit, including its terms and conditions,and approved jurisdictional determinations associated with the permit. • REQUEST MODIFICATION: If you object to the permit(Standard or LOP)because of certain terms and conditions therein, you may request that the permit be modified accordingly.You must complete Section II of this form and return the form to the District Engineer. Your objections must be received by the District Engineer within 60 days of the date of this notice,or you will forfeit your right to appeal the permit in the future. Upon receipt of your letter, the District Engineer will evaluate your objections and may:(a)modify the permit to address all of your concerns,(b) modify the permit to address some of your objections,or(c)not modify the permit having determined that the permit should be issued as previously written. After ' evaluating your objections, the District Engineer will send you a proffered permit for your reconsideration,as indicated in Section B below. B: PROFFERED PERMIT: You may accept or appeal the permit. 1 • ACCEPT: If you received a Standard Permit, you may sign the permit document and return it to the District Engineer for final authorization. If you received a Letter of Permission(LOP), you may accept the LOP and your work is authorized. Your signature on the Standard Perot or acceptance of the LOP means that you accept the permit in its entirety,and waive all rights to appeal the permit,including its terms and conditions,and approved jurisdictional determinations associated with the permit. • APPEAL: If you choose to decline the proffered permit(Standard or LOP)because of certain terms and conditions therein,you may appeal the declined permit under the Corps of Engineers Administrative Appeal Process by completing Section II of this form and sending the form to the Division Engineer(address on page 2). This form must be received by the Division Engineer within 60 days of the date of this notice. C: PERMIT DENIAL: You may appeal the denial of a permit under the Corps of Engineers Administrative Appeal Process by completing Section II of this form and sending the form to the-Division Engineer(address on page 2). This form must be received by the Division Engineer within 60 days of the date of this notice. ' D: APPROVED JURISDICTIONAL;DETERMINATION: You may accept the approved JD,appeal the approved JD, or submit new information and request reconsideration of the approved JD. • ACCEPT: You do not need to notify the Corps to accept an approved JD. Failure to notify the Corps within 60 days of the date of this notice,means that you accept the approved JD in its entirety,and waive all rights to appeal the approved JD. • APPEAL: If you disagree with the approved JD,you may appeal the approved JD under the Corps of Engineers Administrative Appeal Process by completing Section II of this form and sending the form to the Division Engineer(address on page 2). This form must be received by the Division Engineer within 60 days of the date of this notice. RECONSIDERATION BASED ON NEW INFORMATION: You may submit new information to the District Engineer for reconsideration of an approved JD. You must submit the information within 60 days of the date of this notice. E: PRELIMINARY JURISDICTIONAL DETERMINATION: You do not need to respond to the Corps regarding the preliminary JD. The preliminary JD is not appealable. If you wish,you may request an approved JD(which may be appealed), 1 by contacting the Corps district for further instruction. Also you may provide new information for further consideration by the Corps to reevaluate the JD. MAN ;,Q,, 'ro ,; eae ;� i �t� _ a �is,Kc •n , peer. ,,,;m,'t , ,• �,�e< �e , ,; _ , t,;, � °a �e - ' o 51,011 "II•i ,ee�. s,+• t s., t:'t �; � t,e ,,,e, �� ;_ ,, ys o . ,� � .,,; a , ,��, r , + ,, � ,•s9 �e i u _ ?` stla a Bi .� � �„ � )•� . i e pns o e i ra on roew* se on n '' o gyp• i e t t i t k 1 I t R 1�1'l Yl V�e 1 i _�t iLl' l Yt'1 Tdw,.._ n ti V 1 ! t t il'!T .V V , ;f5 k,r i ,na.r e e a o o an a :_. rt aaPP - aa ,-,.,®a REASONS FOR APPEAL OR OBJECTIONS: (Describe your reasons for appealing the decision or your objections to an , initial proffered permit in clear concise statements. You may attach additional information to this form to clarify where your reasons or objections are addressed in the administrative record.) i 1 1 SUBMITTAL OF NEW OR ADDITIONAL INFORMATION: The District Engineer may accept and consider new information if you request a modification to an initial proffered permit(Part A), or a reconsideration of an approved JD (Part D). An administrative appeal to the Division Engineer is limited to a review of the administrative record, the Corps memorandum for the record of the appeal conference or meeting, and any supplemental information that the review officer has determined is needed to clarify the ' administrative record. Neither the appellant nor the Corps may add new information or analyses to the administrative record. However,you may provide additional information to clarify the location of information that is already in the administrative record. NOW If you have questions regarding this decision and/or the appeal If you wish to submit an appeal or have questions regarding the process you may contact: appeal process you may contact: DISTRICT ENGINEER DIVISION ENGINEER Attn:Mark Frazier: Chief,Regulatory Branch Attn:Karen Kochenbach U.S.Army Engineer District,Kansas City Regulatory Program Manager 601 East 12`h Street,Room 706 P.O.Box 2870 Kansas City,MO 64106-2896 Portland,OR 87208-2870 , Telephone: 816-983-3990 Telephone: 503-808-3888 (Use this address for submittals to the District Engineer) RIGHT OF ENTRY: Your signature below grants the right of entry to Corps of Engineers personnel,and any government consultants,to conduct investigations of the project site during the course of the appeal process. You will be provided a 15 day notice of any site investigation, and will have the opportunity to participate in all site investigations. Date: Telephone number: Signature of appellant or agent. " i Nationwide Permit No. 12 ' Utility Line Activities. Activities required for the construction,maintenance, repair, and removal of utility lines and associated facilities in waters of the United States,provided the activity does not result in the loss of greater than 1/2 acre of waters of the United States. Utility lines: This NWP authorizes the construction, maintenance, or repair of utility lines, including outfall and intake structures, and the associated excavation, backfill, or bedding for the utility lines, in all waters of the United States, provided there ' is no change in pre-construction contours. A "utility line" is defined as any pipe or pipeline for the transportation of any gaseous, liquid, liquescent, or slurry substance, for any purpose, and any cable, line, or wire for the transmission for any purpose of electrical ' energy, telephone, and telegraph messages, and radio and television communication. The term"utility line" does not include activities that drain a water of the United States, such as drainage tile or french drains,but it does apply to pipes conveying drainage from ' another area. Material resulting from trench excavation may be temporarily sidecast into waters of the United States for no more than three months, provided the material is not placed in ' such a manner that it is dispersed by currents or other forces. The district engineer may extend the period of temporary side casting for no more than a total of 180 days, where appropriate. In wetlands, the top 6 to 12 inches of the trench should normally be ' backfilled with topsoil from the trench. The trench cannot be constructed or backfilled in such a manner as to drain waters of the United States (e.g.,backfilling with extensive gravel layers, creating a french drain effect). Any exposed slopes and stream banks must ' be stabilized immediately upon completion of the utility line crossing of each waterbody. Utility line substations: This NWP authorizes the construction, maintenance, or expansion of substation facilities associated with a power line or utility line in non-tidal ' waters of the United States, provided the activity, in combination with all other activities included in one single and complete project, does not result in the loss of greater than 1/2 acre of waters of the United States. This NWP does not authorize discharges into non- ' tidal-'wetlands adjacent to tidal waters of the United States to construct, maintain, or expand substation facilities. Foundations for overhead utility line towers, poles, and anchors: This NWP 1 authorizes the construction or maintenance of foundations for overhead utility line towers,poles, and anchors in all waters of the United States, provided the foundations are ' the minimum size necessary and separate footings for each tower leg(rather than a larger single pad) are used where feasible. Access roads: This NWP authorizes the construction of access.roads for the ' construction and maintenance of utility lines, including overhead power lines and utility line substations, in non-tidal waters of the United States,provided the total discharge from a single and complete project does not cause the loss of greater than 1/2-acre of non-tidal waters of the United States. This NWP does not authorize discharges into non- ' tidal wetlands adjacent to tidal waters for access roads. Access roads must be the minimum width necessary (see Note 2, below). Access roads must be constructed so that the length of the road minimizes any adverse effects on waters of the United States and must be as near as possible to pre-construction contours and elevations (e.g., at grade corduroy roads or geotextile/gravel roads). Access.roads constructed above pre- , construction contours and elevations in waters of the United States must be properly bridged or culverted to maintain surface flows. This NWP may authorize utility lines in or affecting navigable waters of the United States even if there is no associated discharge of dredged or fill material (See 33 ' CFR Part 322). Overhead utility lines constructed over section 10 waters and utility lines that are routed in or under section 10 waters without a discharge of dredged or fill material require a section 10 permit. This NWP also authorizes temporary structures,fills, and work necessary to conduct the utility line activity. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures, work, and discharges, including cofferdams, are necessary for construction activities, access fills, or dewatering of construction sites. Temporary fills , must consist of materials, and be placed in a manner,that will not be eroded by expected high flows. Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations. The areas affected by temporary fills must be , revegetated, as appropriate. Notification: The permittee must submit a pre-construction notification to the district engineer prior to commencing the activity if any of the following criteria are met: (1) the activity involves mechanized land clearing in a forested wetland for the utility line right-of-way; (2) a section 10 permit is required; (3) the utility line in waters of the United States, excluding overhead lines, exceeds 500 feet; (4) the utility line is placed within a jurisdictional area(i.e., water of the United States), and it runs parallel to a stream bed that is within that jurisdictional area; (5) discharges that result in the loss of greater than 1/10-acre of waters of the United States; (6)permanent access roads are ' constructed above grade in waters of the United States for a distance of more than 500 feet; or(7)permanent access roads are constructed in waters of the United States with impervious materials. (See general condition 27.) (Sections 10 and 404) Note 1: Where the proposed utility line is constructed or installed in navigable waters of the United States (i.e., section 10 waters), copies of the pre-construction notification and NWP verification will be sent by the Corps to the National Oceanic and 1 Atmospheric Administration(NOAA),National Ocean Service (NOS), for charting the utility line to protect navigation. Note 2: Access roads used for both construction and maintenance may be authorized, provided they meet the terms and conditions of this NWP. Access roads used solely for construction of the utility line must be removed upon completion of the work, accordance with the requirements for temporary fills. ' Note 3: Pipes or pipelines used to transport gaseous, liquid, liquescent, or slurry substances over navigable waters of the United States are considered to be bridges, not , utility lines, and may require a permit from the U.S. Coast Guard pursuant to Section 9 of the Rivers and Harbors Act of 1899. However, any discharges of dredged or fill material into waters of the United States associated with such pipelines will require a section 404 , permit(see NWP 15). Excerpts from March 12, 2007 Federal Register • Nationwide Permit General Conditions 1.Navigation. (a)No activity may cause more than a minimal adverse effect on navigation. (b)Any safety lights and signals prescribed by the U.S.Coast Guard,through regulations or otherwise,must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c)The permittee understands and agrees that,if future operations by the United States require the ' removal,relocation,or other alteration,of the structure or work herein authorized,or if,in the opinion of the Secretary of the Army or his authorized representative,said structure or work shall cause unreasonable obstruction.to the free navigation of the navigable waters,the.permittee will be required,upon due notice ' from the Corps of Engineers,to remove,relocate,or alter the structural work or obstructions caused thereby, without expense to the United States.No claim shall be made against the United States on account of any such removal or alteration. 2.Aquatic Life Movements.No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area,unless the activity's primary purpose is to impound water. Culverts placed in streams must be installed to maintain low flow conditions. 3. Spawning Areas.Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable.Activities that result in the physical destruction(e.g.,through excavation,fill, or downstream smothering by substantial turbidity)of an important spawning area are not authorized. 4.Migratory Bird Breeding Areas.Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 5. Shellfish Beds.No activity may occur in areas of concentrated shellfish populations,unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48. 6.Suitable Material.No activity may use unsuitable material(e.g.,trash,debris,car bodies, asphalt,etc.).Material used for construction or discharged must be free from toxic pollutants in toxic amounts(see Section 307 of the Clean Water Act). ' 7.Water Supply Intakes.No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8.Adverse Effects From Impoundments.If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its.flow must be minimized to the maximum extent practicable. I 9..Management_of.Water.Flows.-To-the maximum-extent practicable,the pre-constnrction course; condition,capacity,and location of open waters must be maintained for each activity,including stream ' channelization and storm water management activities,except as provided below.The activity must be constructed to withstand expected high flows.The activity must not restrict or impede the passage of normal or high flows,unless the primary purpose of the activity is to impound water or manage high flows. ' The activity may alter the pre-construction course, condition,capacity,and location of open waters if it benefits the aquatic erivironment(e.g.,stream restoration or relocation activities). ' 10.Fills Within 100-Year Floodplains.The activity must comply with applicable FEMA-approved state or local floodplain management requirements. k� Mi ,II I 4 11. Equipment.Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimise soil disturbance. 12. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction,and all exposed soil and other fills,as well as any work below the ordinary high water mark or high tide line,must be permanently stabilized at the earliest practicable date.Petmmmittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow. 13.Removal of Temporary Fills.Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations.The affected areas must be revegetated,as appropriate. 14.Proper Maintenance.Any authorized structure or fill shall be properly maintained,including ' maintenance to ensure public safety. 15. Wild and Scenic Rivers.No activity may occur in a component of the National Wild and Scenic River System,or in a river officially designated by Congress as a"study river"for possible inclusion in the system while the river is in an official study status,unless the appropriate Federal agency with direct management responsibility for such river,has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status.Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area(e.g., National Park Service,U.S.Forest Service,Bureau of Land Management,U.S.Fish and Wildlife Service). 16.Tribal Rim.No activity or its operation may impair reserved tribal rights,including,but not limited to,reserved water rights and treaty fishing and hunting rights. 17.Endangered Species.(a)No activity is authorized under any NWP which is likely to jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation,as • identified under the Federal Endangered Species Act(ESA), or which will destroy or adversely modify the critical habitat of such species.No activity is authorized under any NWP which"may affect"a listed ' species or critical habitat,unless Section.7 consultation addressing the effects of the proposed activity has been completed. (b)Federal agencies should follow their own procedures for complying with the requirements of the ESA.Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. (c)Non-federal permittees shall notify the district engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the project,or if the project is located in designated critical habitat, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized.For activities that might affect Federally-listed endangered or threatened species or designated critical habitat,the pre-construction notification must include the name(s)of the endangered or threatened species that may be affected by the proposed work or that utilize the designated critical habitat that may be affected by the proposed work.The district engineer will determine whether the proposed activity"may affect"or will have"no effect"to listed species and designated critical habitat and will notify the non-Federal applicant of the Corps' determination ' within 45 days of receipt of a complete pre-construction notification. In cases where the non-Federal applicant has identified listed species or critical habitat that might be affected or is in the vicinity of the project,and has so notified the Corps,the applicant shall not begin work until the Corps has provided ' notification the proposed activities will have"no effect"on listed species or critical habitat,or until Section 7 consultation has been completed. (d)As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species-specific regional endangered species conditions to the NWPs. ' (e)Authorization of an activity by a NWP does not authorize the"take"of a threatened or endangered species as defined under the ESA. In the absence of separate authorization(e.g.,an ESA Section 10 Permit,a Biological Opinion with"incidental take"provisions,etc.)from the U.S.FWS or the ' NINES,both lethal and non-lethal"takes"of protected species are in violation of the ESA.Information on • the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the U.S.FWS and NMFS or their world wide Web pages at http://www.fws.gov/and 1 http://www.noaa.gov/fisheries.htn3l respectively. 18.Historic Properties.(a)In cases where the district engineer determines that the activity may affect properties listed, or eligible for listing,in the National Register of Historic Places,the activity is not authorized,until the requirements of Section 106 of the National Historic Preservation Act(NHPA)have been satisfied. (b)Federal permittees should follow their own procedures for complying with the requirements of ' Section 106 of the National Historic Preservation Act.Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. (c)Non-federal permittees must submit a pre-construction notification to the district engineer if ' the authorized activity may have the potential to cause effects to any historic properties listed,determined to be eligible for listing on,or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities,the pre-construction notification must state which historic properties may be affected by the proposed work or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties.Assistance regarding information on the location of or potential for the presence of historic resources can be sought from the State Historic Preservation Officer or Tribal Historic Preservation Officer, as appropriate, and the ' National Register of Historic Places(see 33 CFR 330.4(8)).The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts,which may include background research,consultation,oral history interviews, sample field investigation,and field survey. Based on the information submitted and these efforts,the district engineer shall determine whether the proposed activity ' has the potential to cause an effect on the historic properties.Where the non-Federal applicant has identified historic properties which the activity may have the potential to cause effects and so notified the Corps,the non-Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects or that consultation under Section 106 of the NHPA has been ' completed. • (d) The district engineer will notify the prospective permittee within 45 days of receipt of a complete pre-construction notification whether NHPA Section 106 consultation is required. Section 106 consultation is not required when the Corps determines that the activity does not have the potential to cause effects on historic properties(see 36 CFR§800.3(a)). If NHPA section 106 consultation is required and will occur,the district engineer will notify the non-Federal applicant that he or she cannot begin work until ' Section 106 consultation is completed. (e) Prospective permittees should be aware that section 110k of the NHPA(16 U.S.C.470h-2(k)) prevents the Corps from granting a permit or other assistance to an applicant who,with intent to avoid the requirements of Section 106 of the NHPA,has intentionally significantly adversely affected a historic ' property to which the permit would relate,or having legal power to prevent it,allowed such significant adverse effect to occur,unless the Corps,after consultation with the Advisory Council on Historic Preservation(ACHP),determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance,the Corps is required to notify the ACHP and provide documentation specifying the circumstances,explaining the degree of damage to the integrity of any historic properties affected,and proposed mitigation. This documentation must include any views obtained-from-the applicant,SHPO/THPO,-appropriate Indian-tribes ' if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes,and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 1 19.Designated Critical Resource Waters.Critical resource waters include,NOAA-designated marine sanctuaries,National Estuarine Research Reserves,state natural heritage sites,and outstanding national resource waters or other waters officially designated by a state as having particular environmental ' or ecological significance and identified by the district engineer after notice and opportunity for public comment.The district engineer may also designate additional critical resource waters after notice and • opportunity for comment. I� 1 (a)Discharges of dredged or fill material into waters of the United States are not authorized by • NWPs 7, 12, 14, 16, 17,21,29,31,35,39,40,42,43,44,49, and 50 for any activity within,or directly , affecting,critical resource waters,including wetlands adjacent to such waters. (b)For NWPs 3,8, 10, 13, 15, 18, 19,22,23,25,27, 28,30,33,34,36,37,and 38,notification is required in accordance with general condition 27,for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters.The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 20.Mitigation The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that adverse effects on the aquatic environment are minimal: (a)The activity must be designed and constructed to avoid and minimize adverse effects,both temporary and permanent,to waters of the United States to the maximum extent practicable at the project site(i.e.,on site). (b)Mitigation in all its forms(avoiding,minimizing, rectifying,reducing, or compensating) will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are , minimal. (c)Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland losses that exceed 1/10 acre and require pre-construction notification,unless the district engineer ' determines in writing that some other form of mitigation would be more environmentally appropriate and provides a project-specific waiver of this requirement.For wetland losses of 1/10 acre or less that require re-construction notification, district engineer may determine on a case-by-case basis that n, P g Y Y compensatory mitigation is required to ensure that the activity results in minimal adverse effects on the aquatic environment. Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, wetland restoration should be the first compensatory mitigation option considered. (d)For losses of streams or other open waters that require pre-construction notification,the district engineer may require compensatory mitigation,such as stream restoration,to ensure that the activity results • in minimal adverse effects on the aquatic environment. (e)Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs.For example,if an NWP has an acreage limit of 1/2 acre, it cannot be used to authorize ' any project resulting in the loss of greater than 1/2 acre of waters of the United States,even if compensatory mitigation is provided that replaces or restores some of the lost waters.However, compensatory mitigation can and should be used,as necessary,to ensure that a project already meeting the , established acreage limits also satisfies the minimal impact requirement associated with the NWPs. (f)Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement for the establishment,maintenance,and legal protection(e.g.,conservation easements)of riparian areas next to open waters.In some cases,riparian areas may be the only ' compensatory mitigation required.Riparian areas should consist of native species.The width of the required riparian area will address documented water quality or aquatic habitat loss concerns.Normally,the riparian area will be 25 to 50 feet wide on each side of the stream,but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns.Where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation(e.g.,riparian areas and/or wetlands compensation)based on what is best for the aquatic environment on a watershed basis.In cases where riparian areas are determined to be the most , appropriate form of compensatory mitigation,the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (g)Permittees may propose the use of mitigation banks,in-lieu fee arrangements or separate , activity-specific compensatory mitigation. In all cases,the mitigation provisions will specify the party responsible for accomplishing and/or complying with the mitigation plan. (h)Where certain functions and services of waters of the United States are permanently adversely affected,such as the conversion of a forested or scrub-shrub wetland to a herbaceous wetland in a ' permanently maintained utility line right-of-way,mitigation may be required to reduce the adverse effects of the project to the minimal level. • 21. Water Oualitv.Where States and authorized Tribes,or EPA where applicable,have not • previously certified compliance of an NWP with CWA Section 401, individual 401 Water Quality ' Certification must be obtained or waived(see 33 CFR 330.4(c)).The district engineer or State or Tribe may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. ' 22. Coastal Zone Management.In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence,an individual state coastal zone management consistency concurrence must be obtained,or a presumption of concurrence must occur(see 33 CFR ' 330.4(d)).The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. ' 23.Regional and Case-BY-Case Conditions.The activity must comply with any regional conditions that may have been added by the Division Engineer(see 33 CFR 330.4(e))and with any case specific conditions added by the Corps or by the state,Indian Tribe, or U.S. EPA in its section 401 Water Quality Certification,or by the state in its Coastal Zone Management Act consistency determination. ' 24.Use of Multiple Nationwide Permits.The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs . ' does not exceed the acreage limit of the NWP with the highest specified acreage limit.For example,if a road crossing over tidal waters is constructed under NWP 14,with associated bank stabilization authorized by NWP 13,the maximum acreage loss of waters of the United States for the total project cannot exceed 1/3-acre. 25.Transfer of Nationwide Permit Verifications. If If the permittee sells the property associated with a nationwide permit verification,the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer.A copy of the nationwide permit verification must be attached to the letter,and the letter must contain the following • statement and signature: ' "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions,will continue to be binding on the new owner(s)of the property.To validate ' the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions,have the transferee sign and date below." (Transferee) ' (Date) 26..Compliance Certification.Each permittee who received an NWP verification from the Corps must submit a signed certification regarding the completed work and any required mitigation.The certification form must be forwarded by the Corps with the NWP verification letter and will include: (a)A statement that the authorized work was done in accordance with the NWP authorization, including any general or specific conditions; (b)A statement that any required mitigation was completed in accordance with the permit conditions;and (c)The signature of the permittee certifying the completion of the work and mitigation. ' 27.Pre-Construction Notification.(a)Timing. Where required by the terms of the NWP,the prospective permittee must notify the district engineer by submitting a pre-construction notification(PCN) • as early as possible.The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and,as a general rule,will request additional information necessary to make the PCN ' complete only once.However, if the prospective permittee does not provide all of the requested :1 informatio n,then the district engineer will notify the prospective permittee that the PCN is still incomplete •and the PCN review process will not commence until all of the requested information has been received by the district engineer.The prospective permittee shall not begin the activity: , (1)Until notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2)If 45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However,if the permittee was required to notify the Corps pursuant to general condition 17 that listed species or critical habitat might affected or in the vicinity of the project,or to notify the Corps pursuant to general condition 18 that the activity may have the potential to cause effects to historic properties,the , permittee cannot begin the activity until receiving written notification from the Corps that is"no effect"on listed species or"no potential to cause effects"on historic properties, or that any consultation required under Section 7 of the Endangered Species Act(see 33 CFR 330.4(0)and/or Section 106 of the National Historic Preservation(see 33 CFR 330.4(g))is completed.Also, work cannot begin under NWPs 21,49,or 50 until the permittee has received written approval from the Corps.If the proposed activity requires a written waiver to exceed specified limits of an NWP, the permittee cannot begin the activity..umitil the district engineer issues the waiver.If the district or division engineer notifies the permittee in writing that , an individual permit is required within 45 calendar days of receipt of a complete PCN,the pemmittee cannot begin the activity until an individual permit has been obtained. Subsequently,the penmittee's right to proceed under the NWP may be modified,suspended,or revoked only in accordance with the procedure set ' forth in 33 CFR 330.5(d)(2). (b)Contents of Pre-Construction Notification:The PCN must be in writing and include the following information: (1)Name,address and telephone numbers of the prospective permittee; ' (2)Location of the proposed project; (3)A description of the proposed project;the project's purpose; direct and indirect adverse environmental effects the project would cause; any other NWP(s),regional general permit(s),or individual ' permit(s)used or intended to be used to authorize any part of the proposed project or any related activity. • The description should be sufficiently detailed to allow the district engineer to determine that the adverse effects of the project will be minimal and to determine the need for compensatory mitigation. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. , (Sketches usually clarify the project and when provided result in a quicker decision.); (4)The PCN must include a delineation of special aquatic sites and other waters of the United States on the project site.Wetland delineations must be prepared in accordance with the current method required by the Corps.The permittee may ask the Corps to delineate the special aquatic sites and other ' waters of the United States,but there may be a delay if the Corps does the delineation,especially if the project site is large or contains many waters of the United States.Furthermore,the 45 day period will not start until the delineation has been submitted to or completed by the Corps, where appropriate; , (5)If the proposed activity will result in the loss of greater than 1/10 acre_ofvretlands and a PCN is required,the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied. As an alternative,the prospective permittee may submit a conceptual or detailed mitigation plan. (6)If any listed species or designated critical habitat might be affected or is in the vicinity of the project,or if the project is located in designated critical habitat,for non-Federal applicants the PCN must include the name(s) of those endangered or threatened species that might be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work.Federal applicants must provide documentation demonstrating compliance with the Endangered Species Act; and (7)For an activity that may affect a historic property listed on,determined to be eligible ' for listing on, or potentially eligible for listing on,the National Register of Historic Places,for non-Federal applicants the PCN must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property.Federal applicants must provide documentation demonstrating compliance with Section 106 of the National Historic Preservation Act. ' (c)Form of Pre-Construction Notification:The standard individual permit application form(Form ENG 4345)may be used,but the completed application form must clearly indicate that it is a PCN and • must include all of the information required in paragraphs(b)(1)through(7)of this general condition.A , letter containing the required information may also be used. 1 (d)Agency Coordination: (1)The district engineer will consider any comments from Federal and • state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the project's adverse environmental effects to a minimal level. (2)For all NWP 48 activities requiring pre-construction notification and for other NWP activities requiring pre-construction notification to the district engineer that result in the loss of greater than 1/2-acre of waters of the United States,the district engineer will immediately provide(e.g., via facsimile transmission,overnight mail, or other expeditious manner)a copy of the PCN to the appropriate Federal or state offices(U.S.FWS,state natural resource or water quality agency,EPA;State Historic Preservation Officer(SHPO)or Tribal Historic Preservation Office(THPO),and, if appropriate,the NMFS).With the ' exception of NWP 37,these agencies will then have 10 calendar days from the date the material is transmitted to telephone or fax the district engineer notice that they intend to provide substantive,site- specific comments.If so contacted by an agency,the district engineer will wait an additional 15 calendar ' days before making a decision on the pre-construction notification:The district engineer will fully consider. agency comments received within the specified time frame,but will provide no response to the resource agency,except as provided below.The district engineer will indicate in the administrative record associated with each pre-construction notification that the resource agencies'concerns were considered.For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified,suspended,or revoked in accordance with the procedures at 33 CFR 330.5. (3)In cases of where the prospective permittee is not a Federal agency,the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations,as required by Section 305(b)(4)(B)of the Magnuson-Stevens Fishery Conservation and ' Management Act. (4)Applicants are encouraged to provide the Corps multiple copies of pre-construction notifications to expedite agency coordination. ' (5)For NWP 48 activities that require reporting,the district engineer will provide a copy of each report within 10 calendar days of receipt to the appropriate regional office of the NMFS. • (e)District Engineer's Decision:In reviewing the PCN for the proposed activity,the district engineer will determine whether the activity authorized by the NWP will result in more than minimal ' individual or cumulative adverse environmental effects or may be contrary to the public interest.If the proposed activity requires a PCN and will result in a loss of greater than 1/10 acre of wetlands,the prospective permittee should submit a mitigation proposal with the PCN.Applicants may also propose compensatory mitigation for projects with smaller impacts.The district engineer will consider any ' proposed compensatory mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed work are minimal.The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines ' that the activity complies with the tennis and conditions of the NWP and that the adverse effects on the aquatic environment are minimal,after considering mitigation,the district engineer will notify the permittee and include any conditions the district engineer deems necessary.The district engineer must approve any compensatory mitigation proposal before the permittee commences work.If the prospective I permittee elects to submit a compensatory mitigation plan with the PCN,the district engineer will expeditiously review the proposed compensatory mitigation plan.The district engineer must review the plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment.If the net adverse effects of the project on the aquatic environment(after consideration of the compensatory mitigation proposal)are determined by the district engineer to be minimal,the district engineer will provide a timely written response to the applicant.The response will state that the project can proceed under the terms and conditions of the NWP. If the district engineer determines that the adverse effects of the proposed work are more than minimal,then the district engineer will notify the applicant either:(1)That the project does not qualify for ' authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit;(2)that the project is authorized under the NWP subject to the applicant's submission of • a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level;or (3)that the project is authorized under the NWP with specific modifications or conditions.Where the ' district engineer determines that mitigation is required to ensure no more than minim adverse effects occur to the aquatic environment,the activity will be authorized within the 45-day PCN period.The • authorization will include the necessary conceptual or specific mitigation or a requirement that the applicant submit a mitigation plan that would reduce the adverse effects on the aquatic environment to the , minimal level.When mitigation is required,no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan. 28. Single and Complete Project. The activity must be a single and complete project.The same NWP cannot be used more than once for the same single and complete project. 1 I • • 1 1 L ' • STATE OF MISSOURI GENERAL CONDITIONS FOR NATIONWIDE PERMITS ' These conditions ensure that activities carried out under Nationwide Permits (NWPs) do not violate the Water Quality Standards of the State of Missouri resulting in permanent damage to habitat, increased turbidity,reduced bank and channel stability, and/or impacts to the biological and chemical integrity of the waterbody. These general conditions and the specific conditions are in addition to,not a replacement for, those conditions included by the federal authorities. To further reduce the potential for water quality impacts,parties are encouraged to conduct the permitted activity(s) during periods of low moisture and/or low flow to the extent possible. These general conditions apply to NWPs 3,4, 5, 6, 7, 12, 13, 14, 15, 16, 18, 19, 20, 21, 22, 23, 25, 27, 30,31, 33, 36, 40, 4-1, 42, 43, 45, 46 and 47. ' The remaining NWPs, which will require individual certifications by the Missouri Department of Natural Resources, are: 17, 29, 32, 34, 37, 38, 39,44,48,49 and 50. MISSOURI GENERAL CONDITIONS are as follows: 1. NWPs shall not allow the filling of jurisdictional springs. ' 2. Acquisition of a NWT(s) and attendant water quality certification(s) shall not be construed or interpreted to imply the requirements for other permits are replaced or superceded. Any ' national pollutant discharge elimination system (NPDES)permits, general permits for land • disturbance, or other requirements shall be complied with. Applicants with questions are encouraged to call the Water Protection Program,NPDES Permits and Engineering Section, at (573) 526-3589: 3. Care shall be taken to keep machinery out of the waterway as much as possible. Fuel, oil and other petroleum products, equipment and any solid waste shall not be stored below the ordinary high water mark at any time or in the adjacent floodway beyond normal working hours. All precautions shall be taken to avoid the release of wastes or fuel to streams and other adjacent waterbodies as a result of this operation. 4. Petroleum products spilled into any waterbody or on the banks where the material may enter I waters of the state shall be immediately cleaned up and disposed of properly. Any such spills of petroleum shall be reported as soon as possible to the Missouri Department.of Natural Resources',24-hour Environmental Emergency Response number_at.(573)_63.4.2.436.. . ._ - - r5. Only clean,nonpolluting fill shall be used. The following materials are not suitable for bank stabilization and shall not be used_due to their potential to cause violations of the general criteria of the Water Quality Standards, 10 CSR 20-7.031 (A)-(H): a. Earthen fill, gravel,broken concrete where the material does not meet the specifications outlined below, and fragmented asphalt, since these materials are usually not substantial_ enough to withstand erosive flows; b. Concrdte with exposed rebar; • C. Tires,vehicles or vehicle bodies, construction or demolition debris are solid waste and are excluded from placement in the waters of the state; d. Liquid concrete, including grouted riprap, if not placed as part of an engineered structure; • and ' e. Any material containing chemical pollutants(for example: creosote or pentachlorophenol). Recycled or broken concrete may be used provided that it is reasonably well graded, consisting , of pieces varying in size from 20 pounds up to and including at least 150 pound pieces. Applicants must break all large slabs to conform to the well-graded requirement. Generally, the maximum weight of any piece shall not be more than 500 pounds. Gravel and dirt shall ' not exceed 15%of the total fill volume. All protruding reinforcement rods, trash, asphalt and other extraneous materials must be removed from the broken concrete prior to placement. ' Recycled or broken concrete being used simply as fill need not conform to the well-graded requirement. It shall, however,be free of extraneous materials and shall be placed to eliminate voids within the fill. ' 6. Clearing of vegetation/trees shall be the minimum necessary to accomplish the activity. A vegetated-corridor shall be maintained from the high bank on either side of the jurisdictional , channel to protect water quality and to provide for long-term stability of the stream channel, unless physical barriers prevent such a corridor. For purposes of this NWT, lack of ownership or control of any portion of this corridor may be considered a legitimate and discretionary cause to ' waive this requirement on that portion. 7. This water quality certification is not valid for any Section 404 permit issued on a waterbody ' that: • a. Is listed as impaired pursuant to Section 303(d)of the Clean Water Act; b. If the activities are located in or occur within two miles upstream of a designated ' . outstanding state or national resource area(10 CSR 20-7.031); or c. If the activities are located in a designated metropolitan no-discharge stream. Waters on the 303(d) list can be found at ' http://www.dnr.mo.gov/env/wpp/waterquality/2002L303(Llist.pdf Outstanding National/State Resource Waters and Metropolitan No Discharge Streams can be found in 10 CSR 20-7.031, ' Tables D, E and F or at http://www.sos.mo.gov/adrules/csr/current/lOcsr/l Oc2O-7b.pdf. If more detail than what is provided at these web sites is needed to precisely pinpoint your location,please call (573) 522-2552. 8. Streambed gradient shall not be permanently altered during project construction. 9. NWPs involving a loss of more than 1/10 acre of wetlands with a predominance of bottomland hardwoods that are comprised mainly of different species of gum, oak and bald cypress shall require individual water quality certification by the state. , 10. NWPs issued by the Army Corps of Engineers (Corps) for which the 300 linear feet threshold for stream impacts is waived by the district engineer on classified waterbodies as defined by 10 CSR 20-7.031 shall require individual water quality certification by the state... ' 11. No project under a NWP shall accelerate bed or bank erosion. • 12. Planting of any required vegetated buffer shall maximize the use of native, flood tolerant species to provide soil stabilization and wildlife benefits. Invasive,non-native species are prohibited. ' 13. Pursuant to Chapter 644.038, RSMo,the department certifies all NWPs for impacts in all waters of the state without the above-stated or any other conditions for the construction of highways and bridges approved by the Missouri Highway and Transportation Commission. ' STATE OF MISSOURI SPECIFIC CONDITIONS: Note: There are no specific conditions for NWPs 5, 15, 18,21, 23, 25, 27, 30, 31,45 and 46. For these NWPs only general conditions apply. NATIONWIDE PERMIT 3 Maintenance ' 1. Silt, sediment and debris removal shall be limited to.a maximum of 50 linear feet upstream and downstream of structures. ' 3. During dewatering, water shall not be returned directly to the waterway but shall be pumped upland and filtered through an appropriate treatment device as prescribed in any existing separate permit authorizing the discharge of return water. If,however, instream flow is 1 cubic foot.per second(cfs)or greater and the return rate is set at 1 csf or less, return may be made directly to the stream. 3. This condition applies to any regulated activity,which involves the construction of a new or replacement culvert on a Class P or C stream in Missouri. All culverts must be designed to allow the natural passage of aquatic organisms. The culvert design must mimic the natural shape and flow of the channel. For all triple cell culverts on Class P and C streams, the opening of the center culvert must be slightly lower than the adjacent culverts to concentrate low flows for the passage of aquatic organisms. Class P and C streams in Missouri can be found at http://www.sos.mo.gov/adruies/csr/current/IOcsr/l Oc20-7c.pdf. NATIONWIDE PERMIT 4 - Fish and Wildlife Harvesting. Enhancement. and Attraction Devices and Activities 1. Any inorganic or extraneous debris such as may be found on Christmas trees shall be removed ' ' to qualify as clean,nonpolluting fill. NATIONWIDE PERMIT 6 Survey Activities ' 1. Water, fines and excavated materials displaced by activities such as borings, shall not be returned directly to the waterway,but shall be pumped upland and filtered through an ' appropriate treatment device as prescribed in any existing separate permit authorizing the discharge of return water. NATIONWIDE PERMIT 7 Outfall Structures and Associated Intake Structures 1. Water quality certification does not replace or negate the need to obtain any or other required ' state permits under the Missouri Clean Water Law(Chapter 644,RSMo) for construction of wastewater treatment facility components, including outfall structures, or permits to release wastewater effluents or for the construction of components related to public water supplies, including intake structures, as may be required by the Missouri Safe Drinking Water Law , (Chapter 640, RSMo). NATIONWIDE , TIONW E PERMIT 12 Utility Line Activities 1. Material resulting from activity may not be temporarily sidecast into waters of the state for ' more than one month. 2. Directional boring under the streambed to avoid impacts to waters of the state is recommended. ' For utility crossings that must disturb the streambed, work shall be conducted in such a manner as to seal off the work area from flow. ' 3. Utility line crossings shall be placed as close to perpendicular as possible, and be limited to a maximum crossing length of no more than one and one-half rimes the width of the stream. 4. For any wetland impacts permitted under this nationwide permit, the applicant shall segregate and store separately the top 12 inches of soil to be replaced as top fill in the final trench ' closure. This condition will be waived if, due to special circumstances, the district engineers of the Army Corps of Engineers specifically require a different methodology in their permit. NATIONWIDE PERMIT 13 Bank Stabilization 1. Channelization of streams is not allowed under this nationwide permit(NWP). Bank stabilization activities along one bank of a stream are permitted, including bank sloping and/or ' riprapping. 2. The redirection of flow by excavation of the opposite bank of a stabilization project or a stream channel bed is considered a channel modification and is prohibited by this NWP. ' • NATIONWIDE PERMIT 14 ' Linear Transportation Pro'ects 1. Culverts authorized as part of the project by this permit shall not exceed the base width of the stable roadbed to include width allowed for special pedestrian crossings. 2. No culvert or stream crossing shall create an impediment to the passage of fish or other aquatic life. 3. When repairing, rehabilitating or replacing low-water crossings in a situation where discharges of fill or dredged material would raise or lower elevation of the crossing by a total of 12 inches or more, or when removing the structure, the pennittee must propose and employ measures to mitigate the potential impact of impounding gravel above the low water crossing or of releasing impounded gravel downstream of the structure. Such mitigation might include removing impounded gravel in the unstable area upstream of the low water crossing to prevent it from being transported downstream and/or constructing a notched weir to slow the release of impounded gravel from upstream of the low water crossing. 4. Where this nationwide permit is used to authorize bridge and culvert structures, stream channel work is limited to a maximum of 50 feet upstream and a maximum of 50 feet downstream of the bridge.or culvert. For purposes of this condition, channel modifications are any activity that alters the width, depth, length and/or sinuosity of a waterway. ' 5. This condition applies to any regulated activity which involves the construction of a new or • replacement culvert on a Class P or C stream in Missouri. All culverts must be designed to allow the natural passage of aquatic organisms. The culvert design must mimic the natural shape and flow of the channel. For all triple cell culverts on Class P and C streams, the opening of the center culvert must be slightly lower than the adjacent culverts to concentrate ' low flows for the passage of aquatic organisms. Class P and C streams in Missouri can be found at http://www.sos.mo.gov/adrules/csr/current/IOcsr/l Oc20-7c.pdf. NATIONWIDE PERMIT 16 Return Water From Upland Contained Disposal Areas 1. Prior to commencing any dredging activity, the applicant shall acquire d Missouri General Permit 69 for Dredging Lakes/River Harbors if the activity is described as the same. All terms R for compliance with the-Missouri General Permit 69 are incorporated into-the water quality ' certification. Applications for Missouri General Permit 69 may.be obtained by contacting the Missouri Department of Natural Resources at(573) 751-1300. � NATIONWIDE PERMIT 19 Minor*Dredgin ' 1. Prior to commencing any dredging activity,the applicant shall acquire a Missouri General • Permit 69 for Dredging Lakes/River Harbors, if the activity is described as the same. All i' terms for compliance with the Missouri General Permit 69 are incorporated into the water quality certification. Applications for Missouri General Permit 69 may be obtained by contacting the Missouri Department of Natural Resources at(573) 751-1300. 1 NATIONWIDE PERMIT 20 • Oil Spill Cleanup , 1. Since oil spill cleanup can have many specific tasks or processes involved which may require the acquisition of separate general or site specific permits, all applicants shall contact the ' Water Protection Program,NPDES Permits and Engineering Section, at(573) 751-6825 to determine any specific requirements. Compliance with requirements, if any, of those permits shall also be part of the water quality certification conditions. NATIONWIDE PERMIT 22 ' Removal of Vessels 1. Use of this nationwide permit in Missouri is limited to removal actions only and shall not be ' used for any disposal of vessels. NATIONWIDE PERMIT 33 Temporary Construction, Access and Dewatering 1. The use of this nationwide permit shall be limited to impacts of 6 months or less in duration. ' 2. Any removal of accumulated gravel upstream of a bridge or crossing shall be limited to the , quantity necessary to relieve any obstruction or to protect downstream habitat. • NATIONWIDE PERMIT 36 ' Boat Ramps 1. No project shall be constructed in, or immediately upstream of, any known mussel beds. The , Missouri Department of Conservation shall be consulted at (573) 882-9880 to determine if any known beds are present. 2. An waste concrete or concrete rinsate shall be disposed of in a manner that does not result in Y p any discharge to the jurisdictional waterways. ' NATIONWIDE PERMIT 40 Agricultural Activities , 1. No farm ponds may be constructed under this nationwide permit within those waters designated as Class P or Class C in the state's Water Quality Standards Regulations (10 CRS 20-7.031, Table Hat www.sos.mo.gov/adrules/csr/current/I0csr/1Oc20-7c.pdf). • NATIONWIDE PERMIT 41 ' Reshaping Existing Drainage Ditches 1. .Material from the reshaping activities shall not be sidecast into any jurisdictional waters for more than one month. NATIONWIDE PERMIT 42 Recreational Facilities 1. The vegetated corridor to be maintained from the high bank on either side of the jurisdictional channel may be used in part for the construction of public recreational trails, including those constructed to standards set by the Americans with Disabilities Act(ADA). NATIONWIDE PERMIT 43 ' Stormwater Management Facilities 1. No new or expanded stormwater management facilities may be constructed under this ' nationwide permit unless the storage facilities are located off-channel. ' NATIONWIDE PERMIT 47 • Pipeline Safety Program Designated Time Sensitive Inspections and Repairs 1. Material resulting from activity may not be temporarily sidecast into waters of the state for ' more than one month. • COMPLIANCE CERTIFICATION r General condition 26 of this Nationwide Permit requires that you submit a signed certification q regarding the completed work and any required mitigation. This certification page satisfies this i ' condition if it is provided to the Kansas City District at the address shown at the bottom of this page upon completion of the project. ' APPLICATION NUMBER: 2007-01302 APPLICANT: City of Jefferson PROJECT LOCATION: Under Moreau River and in unnamed tributaries to Moreau River, ' Section 23,Township 44 north,Range 11 west, Cole County,Missouri. ' a. I certify that the authorized work was done in accordance with the Corps authorization, including any general or specific conditions. ' b. I certify that any required mitigation was completed in accordance with the permit conditions. ' c. Your signature below, as permittee, indicates that you have completed the authorized project as certified in paragraphs a and b above. ' (PERMITTEE) (DATE) Return this certification to: ' U.S. Army Corps of Engineers Missouri State Regulatory Office ' 221 Bolivar Street,4103 Jefferson City, MO 65101 • 1 Z ' O_ GENERAL NOTES AND SPECIFICATIONS FOR REINFORCED STREAM CROSSINGS:. u 1. THE STREAM BED FOR 0.5 MILE BELOW THE PROPOSED CROSSING MUST BE in VERTICALLY STABLE. THE CHANNEL SHOULD NOT BE DOWNCUTTING (NO HEADCUTS Z ' DOWNSTREAM) OR RAPIDLY FILLING WITH SEDIMENT. Q 2. LOW FLOW WATER DEPTH SHALL BE LESS THAN SIX INCHES. Z 3. STREAM BANKS IN THE VICINITY (0.25 MILES UPSTREAM AND DOWNSTREAM) MUST 2 BE STABLE. > ' 4. THE CROSSING SHOULD BE LOCATED IN THE STRAIGHT REACH BETWEEN TWO BENDS. 5. APPROACHES SHOULD BE NO STEEPER THAN 6:1. 6. THE APPROACHES AND CROSSING SHOULD BE OVER EXCAVATED ONE FOOT THAN THE DESIRED SURFACE. ui 7. THE CROSSING AND THE APPROACHES FOR 10 FEET ON EITHER SIDE OF THE Q CROSSING SHOULD BE BACKFILLED WITH 8-10 INCH DIAMETER ROCK OR QUARRY RUN SHOT-ROCK TO WITHIN THREE TO FIVE INCHES OF THE DESIRED SURFACE. THE LARGE ROCK SHOULD BE COMPACTED INTO THE STREAM BED AND THE APPROACHES. Z 8. AFTER THE LARGE ROCK IS COMPACTED, THREE TO.FIVE INCH DIAMETER ROCK SHOULD BE. PLACED IN THE REMAINDER OF THE APPROACHES AND OVER THE LARGE ROCK TO PROVIDE A RELATIVELY SMOOTH SURFACE. ' 9. FINAL ELEVATION OF THE PORTION OF THE CROSSING SUBMERGED AT LOW FLOW to SHALL NOT BE MORE THAN THREE INCHES ABOVE STREAM BED ELEVATION. N o 0 10.. SIDE SLOPES OF THE APPROACH CAN RANGE FROM 2:1 TO 3:1 DEPENDING ON Z CONDITIONS AT THE SITE. z a , 11. SIX INCH TALL DIVERSION BERM SHOULD BE BUILT AROUND THE CROSSING TO o7 o PREVENT OVERLAND FLOW FROM ERODING THE APPROACHES. THE DIVERSIONS _ W 0 z SHOULD OUTLET AT STABLE LOCATIONS. � N ' 12. GROUTING (POURING CONCRETE OVER ROCK) IS PROHIBITED. 13. THE CROSSING SHOULD BE INSPECTED AFTER EACH FLOOD. BE ALERT FOR SIGNIFICANT SCOUR DOWNSTREAM OF THE CROSSING. THE SMALL DIAMETER ROCK MAY HAVE TO BE REPLACED OVER TIME. FREQUENT CLEARING OF SEDIMENT AND W , DEBRIS FROM THE APPROACHES WILL BE NECESSARY. u o N U ' n °o \ Z o. Cub Y"o O a o, o . WY LL a o > L Y 'Zm � �Y a c a SHEET NUM 0 1 of Tj a Z SECTION a 40.01 CROSSING EXCAVATION CORN ARAN OE CH / FROM 2: 1 TO 3: 1 DEPENDING ON SITE CONDITIONS. \--- - - - -- - - - - - - STREAM CHANNEL NOTE: THE BEST LOCATION FOR / CROSSING IS BETWEEN THE TWO CURVES OF A MEANDER. DIVERSION BERM REINFORCED STREAM CROSSING . LAYOUT NOT TO SCALE F:\STANDARD\STANDARDS ON 8.5x11\40.02.dwg LA CHECKED BY: REINFORCED STREAM NO: DATE: REVISION AND DESCRIPTION ON {V CIN•f CROSSING PLAN LAYOUT n III DRAWN BY: DETAILS 0 0 ° of erson b COMMUNITY DEVELOPMENT pp7E; PATYICK E.BYLLI ,P.E.,DINEOTON MI STANDARD DETAILS DIVERSION TERRACE APPROXIMATELY 6 INCHES TALL g 10 FEET MINIMUM (TYPICAL ON BOTH SIDE OF STREAM) BACK FROM TOP—OF—BANK ORIGINAL CROSS SECTION 6 ROCK BLANKET 1 (TYP.) \ �� 1 FOOT THICK MODIFIED CROSS SECTION 1 / TOP OF .CROSSI G AT STREAM BED EL VATION 3-5 INCH 8-10 INCH DIAMETER ROCK COVERED 3-5 INCH DIAMETER WITH 3-5 INCH DIAMETER ROCK DIAMETER ROCK ROCK . REINFORCED STREAM CROSSING PROFILE NOT TO SCALE SEE SHEET 3 OF 3, SECTION 40.04 FOR STANDARD NOTES. F:\STANDARD\STANDARDS ON 8.5x11\40.03.dwg CHECKED Or. N0: DATE: REVISION AND DESCRIPTION N W i City of REINFORCED STREAM O III "' DnnwH BY: CROSSING PROFILE DETAILS o0 _ ; of e r S 0 n � W Z COMMUNITY wv�wE p C.DICK=- �� TE" STANDARD DETAILS ......• .•a3ta':::3-.2'y:.i3*+�v1 - - _ _ . _ ......,....^..,..,.-.k'L s...,w _.. -,..r.. .. .✓ ... .-. . ..,,�.-,..., ..�...... ew+.,v -.,..�.. .�. - TEMPORARY CONSTRCUTION ENTRANCE NOTES: x EXISTING 50' MIN. A) INSTALLATION: y GROUND 5:1 EXISTING A 3 PAVEMENT 1. AVOID LOCATING ON STEEP SLOPES OR AT CURVES ON PUBLIC ROADS. IF POSSIBLE, LOCATE WHERE PERMANENT �P ROADS WILL EVENTUALLY BE CONSTRUCTED. - - 2. SITE PREPARATION: MOUNTABLE BERM FILTER.CLOTH 6" MIN. A REMOVE ALL VEGETATION AND OTHER UNSUITABLE MATERIAL FROM THE FOUNDATION.AREA, GRADE AND CROWN ,FOK ; ` (OPTIONAL) TI AGE. I POSITIVE.-DRAIN SIDE ELEVATION 3. GRADING: '? NOT TO SCALE IF SLOPE TOWARDS THE ROAD EXCEEDS, 27% CONSTRUCT A 6 TO 8 7INCH HIGH RIDGE WITH 3:.1 SIDE SLOPES 50' MIN. ACROSS THE FOUNDATION APPROXIMATELY 15 FEET FROM THE ENTRANCE TO DIVERT RUNOFF AWAY FROM THE PUBLIC DAD. EXISTING WASHRACK 10'.MIN. . : GROUND:. „ . E B: OPTIONAL `` " :' 4: INSTALL PIPE UNDER. TH `PAD IF NE EDED TO MAINTAIN:DRAINAGE DITCHES ALONG PUBLIC ROADS l�J!FJIEiI Alm-N, 5 PLAGF STONE fi0 DIMENSIONS AND GRADE AS SHOWN ON PLANS: .LEAVE SURFACE SMOOTH'AND SLOPEDFOR DRAINAGE.20' MIN ` EXISTING rr= PAVEMENT 6. DIVERT ALL- SURFACE RUNOFF AND DRAINAGE FROM THE STONE PAD TO A SEDIMENT TRAP OR BASIN. 7. STABILIZATION: IF WET CONDITIONS ARE ANTICIPATED, PLACE GEOTEXTILE FILTER FABRIC ON THE GRADED FOUNDATION TO ® IMPROVE STABILITY. . 2-3" COARSE �---POSITIVE DRAINAGE 10' MIN. ' AGGREGATE TO SEDIMENT TRAPPING DEVICE 13) TROUBLESHOOTING: ' # MUST EXTEND FULL WIDTH OF < INGRESS AND EGRESS OPERATION . 1: INADEQUATE RUNOFF CONTROL; SEDIMENT WASHES ONTO PUBLIC ROAD - INSTALL DIVERSIONS OR OTHER RUNOFF' PLAN VIEW CONTROL MEASURES. STONE TOO SMALL, PAD TOO THIN OR GEOTEXTILE FABRIC ABSENT; RESULTS IN RUTS AND t NOT TO SCALE MUDDY CONDITIONS AS STONE IS PRESSED INTO SOIL - INCREASE STONE SIZE OR PAD THICKNESS, OR ADD GEOTEXTILE FABRIC. ' 20' MIN. 2. PAD TOO SHORT FOR HEAVY CONSTRUCTION TRAFFIC -:.EXTEND PAD BEYOND THE:MINIMUM:.50.=.FOO.T.LENG_Tl S:; _ ECE . N S5ARY �; v ti •ti�, 3 MIN MIN. C) INSPECTION AND MAINTENANCE: FILTER CLOTH 1. INSPECT STONE PAD AND SEDIMENT DISPOSAL AREA WEEKLY AND AFTER STORM EVENTS OR HEAVY USE. SECTION A A ' S NOT TO. SCALE 2. RESHAPE PAD AS NEEDED FOR DRAINAGE AND RUNOFF CONTROL. 6'-7° 3. TOPDRESS WITH CLEAN 2-INCH STONE AS NEEDED. ' 4. IMMEDIATELY REMOVE MUD OR SEDIMENT TRACKED OR WASHED ONTO PUBLIC ROAD.REPAIR ANY BROKEN ROAD 3 • • •• �„ PAVEMENT IMMEDIATELY. 5. REMOVE ALL TEMPORARY ROAD MATERIALS FROM AREAS WHERE PERMANENT VEGETATION WILL BE ESTABLISHED. AMERICAN PUBLIC WORKS ASSOCIATION KANSASCITY. E .DRAIN SPACE. REINFORCED CONCRETE c METROPOLITAN CHAPTER r s SECTION B-B STANDARD DRAWING NOT TO SCALE TEMPORARY CONSTRUCTION NuMSER �—m • SOURCE: MOOIFIED FROM VA. OCR, 1992 ENTRANCE JIDDPTFD COMPOST BERM MULCH COMPOST BERM MULCH NOTES: COMPOST BERM A) GENERAL NOTES: 1. THE EROSION CONTROL BERM SHALL BE PLACED, UNCOMPACTED, IN A WINDROW AT LOCATIONS SHOWN ' ��\ \ \.� x ON THE PLANS OR AS DIRECTED BY THE ENGINEER. NO 2. PARALLEL TO THE BASE OF THE SLOPE, OR AROUND. THE PARAMETER OF OTHER AFFECTED AREAS, COMPOST BERM CONSTRUCT A 1 TO 1 1/2 FOOT HIGH BY 2 1/2 TO 3 FOOT WIDE BERM. FOR MAXIMUM WATER FILTRATION CROSS SECTION ABILITY OR FOR STEEP SLOPES, CONSTRUCT A 1 1/2 TO 2 FOOT HIGH TRAPEZOIDAL BERM THAT IS APPROXIMATELY 2 TO.3 FOOT WIDE AT THE TOP AND A MINIMUM OF 4-FOOT WIDE AT THE BASE. IN ' y EXTREME CONDITIONS AND WHERE SPECIFIED BY THE ENGINEER, A SECOND BERM SHALL BE CONSTRUCTED AT THE TOP OF THE SLOPE (ENGINEER SHALL SPECIFY BERM REQUIREMENTS). ' o \\ 4.00 COMPOST . i BERM 3. IF BERM IS TO BE LEFT AS A PERMANENT FILTER OR 0 cv 30' PART OF THE NATURAL LANDSCAPE, THE COMPOST ' h BERM MAY BE SEEDED DURING APPLICATION FOR PERMANENT VEGETATION. THE ENGINEER/LkNDSCAPE ARCHITECT SHALL SPECIFY SEED REQUIREMENTS. ' _ / 4. DO NOT USE COMPOST BERMS IN ANY RUNOFF 3- CHANNELS. ■ 3 . COMPOST BERM ' ,� s CROSS SECTION NOT TO SCALE AMERICAN PUBLIC WORKS ASSOCIATION— KANSAS CITY METROPOLITAN CHAPTER STANDARD DRAWING COMPOST BERM MULCH NUMBER ESC-14 ADOPTED. SOURCE- MODIFIED FROM 1998 REXIUS FOREST BY-PRODUCTS, INC.