Loading...
HomeMy Public PortalAboutORD14241 i BILL NO. 2007-58 • SPONSORED BY COUNCILMAN Harvey ORDINANCE NO. I``f A`4 I AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH LEHMAN CONSTRUCTION FOR CONSTRUCTION OF THE MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT. WHEREAS, Lehman Construction has become the apparent lowest and best bidder on the Missouri River Interceptor Pipe Bridge Replacement project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Lehman Construction is declared to be the lowest and best bid and is hereby accepted. Section 2.The Mayor and City Clerk are hereby authorized to execute an agreement with Lehman Construction for the Missouri River Interceptor Pipe Bridge Replacement 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: '-kv Approved: 2 2047 Pr sid' g Officer Mayor ATTES APPRO D AS TO FORM: isn City Clerk City uns I r • FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid No. 2343 Project No. 31082, Missouri River Interceptor Pipe Bridge Replacement, Community Development, Wastewater Opened July 3, 2007 BIDS RECEIVED: Alternate E Lehman Construction, California, MO $ 255,430.00 J. C. Industries, Jefferson City, MO $ 387,000.00 Mid-State Pipe Line Maintenance, LLC, Belle, MO No Bid This Alternate FISCAL NOTE: 6400-9900-7310-0055 6400-9900-7310-0041 3500-9900-7350-1018 Swr. Rehab/Replc. 1/I Rehab Riverfront Park 2006-07 Budget $ 166,553.90 2006-07 Budget $ 63,720.00 2006-07 Budget$ 470.000.00 Bid 2343 162,392.05 Bid 2343 37,637.95 Bid 2343 $ 25,400.00 Balance $ 4,161.85 Balance $ 26,082.05 Balance $ 444,600.00 PAST PERFORMANCE: Past contracts awarded to Lehman Construction of California, Missouri have been completed as specified and bid. RECOMMENDATION: Staff recommends award to Lehman Construction, California, Missouri in the amount of $ 255,430.00 to complete Alternate E as specified and bid. ATTACHMENTS - SUPPORTING DOCUMENTATION I i Signatur pirl Purchasi g ent Direct r, Co ity evelopment t i Page 1 CITY OF JEFFERSON Date: BID TABULATION Bid No.2343 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT PROJECT NO.31082 ENGINEER'S ESTIMATE Mid-State Pipe Line J.C.Industries Lehman Construction APPROX. ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 1UNITPRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT ALTERNATE A-Long span ductile Iron pipe 1 Long span ductile Iron pipe LS 1 I $433,765.00 $433,765.001 --- --- I$247,000.00 $247,0 0 00 I --- I TOTAL ALTERNATE A $433,765.00 ALTERNATE B-Stainless steel pipe with expansion coupling 2 Stainless steel pipe with expansion coupling LS 1 $292,235.00 $292,235.00 --- --- TOTAL ALTERNATE B $292,235.001 — — ALTERNATE C-Rehabilitation with RFB material 3 Rehabilitation with RFB material LS 1 $199,534.00 $199,534.0 $187,000.00 $187,000.00 $222,000.00 $222,000.00 TOTAL ALTERNATE C $199,534.00 $187,000.00( $222,000.00 ALTERNATE D-Replace existing manholes 4 Replace existing manholes LS 1 $19,500.00 $19,500.0 --- --- $27,000.00 $27,000.00 --- --- TOTAL ALTERNATE D $19,500.00 — $27,000.00 ALTERNATE E-Realign existing sewer 5 Realign existing sewer LS 1 $534,016.00 $534,016.0 --- --- $387,000.00 $387,000.00 $255,430.00 $255,430.00 TOTAL ALTERNATE E $534,016.00 --- I $387,000.00 $255,430.00 1,4q2- ql CONTRACT DOCUMENTS OF i All 0 Nriz�i�'-��iYibibi r►'' CITY OF JEFFERSON .'i �y� i_, � �' # .. �� , �:"� ,r r ��4'; s 4 P r�,F 1 Y +- :�h °k �• � ,' 3"4..� g mpa� r Ak f t R E J t•..^ .? CMi b P F" �1 �^1 { 1 f '4. '71,x. 3^ ,a ��: +Ffi••' �� i .� a` + +� } rY c .�.. Kit �.., ` l•^ �`c .�+:y, t's-.. lti � +F � s �.� _.,a '�x,. �"L+,��� k r?f 3 ,y_ �r,� d '+ {, d 1 n �,,: �-°s; i�ti M S ., � i5�� '3 � t•i i�wC'�7 _F, �c"'k �;} Y, lY �!�` It�, � - to �,.; �� •s: � � � y � r-. t" Ij 1� • 1� 1 - SPECIFICATIONS AND CONTRACT DOCUMENTS PROJECT NO. 31082 Missouri River Interceptor Pipe Bridge Replacement 11 � J Jefferson City Department of Community Development i May 2007 • 1 Z.\CITY-PROJECTS131082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMEN RCONTRACT- -May 21,2007 DOCUMENTS\WORD_COPY OF CONTRACT ON 5-21-07.WPD l (, ADVERTISEMENT FOR BIDS ISealed bids will be received at the ofFce of the Purchasing Agent, 320 East McCarty Street, Jefferson City, Missouri 65101, until 1:30 PM, on,Tuesday, June 19, 2007. IThe 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. 31082, Missouri River Interceptor Pipe Bridge Replacement'will include the furnishing of all material, labor, and equipment to replace 175 linear feet of 36 inch aerial ductile iron pipe with ductile iron, stainless-steel, or FRP pipe. !� A pre-bid conference will be held at 10:00 AM, on Tuesday, June 12, 2007 in the J Thomas Jefferson Conference Room of City Hall, 320 E, McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. tCopies of the contract documents required forbidding.purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Twenty Five Dollars ($25.00) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars 3.00 er.sheet. The contract will require compliance with the wage and labor requirements and the payment of minimum wages in accordance with the Schedule of Wage Rates established by the Missouri Division of Labor Standards. The City reserves the right to reject any and all bids and to waive informalities therein, to determine which is the lowest and best bid and to approve the bond. CITY OF JEFFERSON ' Terry St h on Purchasing Agent ent Publication Date Sunday, June 3, 2007. ,I Z:ICITY-PROJECTS1310 82-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENTICONTRACT May 21,2007 DOCUMENTSIWORD_COPY OF CONTRACT ON 5-21-07.WPD 1� NOTICE TO BIDDERS • Sealed bids will be received at the Office of the Purchasing Agent,A City all, 320 East tY McCarty Street, Jefferson City, Missouri, until 1:30 PM on Tuesday, June 19, 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. 31082, Missouri River interc-eptor=Ripe=Br-idge-Replac-ernent will-includethe fumishing of all material, labor, and equipment to replace 175 linear feet of 36 inch aerial ductile iron pipe with ductile iron, stainless steel,, or FRP pipe. A-pre-bid conference will be held at 10:00 AM, on Tuesday, June 12, 2007 in the Thomas Jefferson Conference Room of City Hall, 320 E. McCarty Street, Jefferson City; MO 65101. All prospective bidders are urged to attend. ,l All equipment, material, and workmanship must be in accordance with the plans, �J specifications, and contract documents on file with the Director of Community Development, Jefferson City, Missouri. Copies of the contract documents required for bidding purposes may be obtained from • the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Twenty Five Dollars ($25.00) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to five (5) percent of the total amount of the bid must accompany each proposal. A.one-year Performance and Guarantee Bond is required. The owner reserves the right to reject any or all bids and to waive informalities therein to determine which is the lowest and best bid and to approve the bond. CITY OF JEFFERSON, MISSOURI �J Patrick E. Sullivan, PE Director of Community Development ,I �J i Z:\CITY-PROJECTS\31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT\CONTRACT May 21,2007 DOCUMENTS\WORD COPY OF CONTRACT ON 5-21-07.WPD 1 - 'I !_ 1 _J TABLE OF CONTENTS • Advertisement for Bids ') Notice to Bidders ' • Information for Bidders J • Bid Form '1 Bid Bond * J ,I Anti-Collusion Statement �.J • Contractor's Affidavit " • Minority usiness Enterprise Statement tY p ,l Minority Business Utilization Agreement �J ,{ Affidavit of Compliance with Prevailing.Wage Law �J • Prevailing Wage Determination ,l Affidavit of Compliance Public Works Contracts Law �l • Excessive Unemployment Exception Certification • Construction Contract • Performance, Payment, and Guarantee_Bond • General Provisions • Special Provisions '� • Attachments Addendums ( If Any ) v ,I (" INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) Z:\CITY-PROJECTS\31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT\CONTRACT May 21,2007 77 DOCUMENTS\WORD COPY OF CONTRACT ON 5-21-07.WPD 'I ,I l 1 INFORMATION FOR BIDDERS • 1 IB-1 SCOPE OF WORK 1 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. 31082, Missouri River Interceptor Pipe Bridge Replacement" 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 replace 175 linear feet of 36 inch aerial ductile iron pipe with ductile iron, stainless steel, or FRP pipe. ' IB-2 INSPECTION OF PLANS, SPECIFICATIONS, AND SITE OF WORK JThe bidder is required to examine carefully the site of the proposed work, the bid, plans, j specifications,supplemental specifications, special provisions,and contract documents before j 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. IB-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 addendumvIovering any questions affecting the interpretation of the Plans and Specifications shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. IB-4 QUALIFICATIONS OF BIDDERS The City of Jefferson may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by the bidder or investigation of such bidder fails to .satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract ' and to complete the work contemplated therein. IB-5 EQUIVALENT MATERIAL t� Wherever definite reference is made in these Specifications to the use of any particular material Vj or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequatelythe duties imposed by the general design, subject to the approval of the City. � • Z:ICITY-PROJECTS131082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMEN RCONTRACT May 21,2007 I DOCUMENTSIWORD_COPY OF CONTRACT ON 5-21-07.WPD u 'h IB-6 BID SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City of Jefferson for five percent (5%) of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. ' Should the successful bidder fail or refuse to execute the bond and the contract required within seven (7)days after he has received notice.of acceptance of his bid, he shall forfeit to the City ` as liquidated damages.for such failure or refusal,the security deposited with his bid. 'l 113-7 PREPARATION OF BIDS �l 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 considered cause for their rejection. ' Extensions of quantities and unit prices shall be carried out to the penny. IB-8 PRICES • The price submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as described in the Plans and Specifications. ' Section 144.062 RSMo provides that the City's sales tax exemption may be used for the J 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 i ' In cases where any part or all of the bidding is to be received on a unit price basis,the quantities stated in the bid will not be used in establishing final payment due the successful Contractor. The quantities stated on which unit prices are so invited are approximate only and each bidder I ' 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 I , available, are approximate only. Payment of the Contract will be based on actual number of units installed on the complete work. • Z:ICITY-PROJECTS131082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENTICONTRACT May 21,2007 DOCUMENTSIWORD COPY OF CONTRACT ON 5-21-07.WPD L� !J 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. ,l I13-11 SUBMISSION OF BIDS The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and 'l marked "Project No. 31082, Missouri River Interceptor Pipe Bridge Replacement". s IBA2 ALTERNATE BIDS In making the award, if alternate bids have been requested,the alternate bid which will be in the best interest of the City will.be used. IB-13 WITHDRAWAL OF BIDS ' If a bidder wishes to withdraw his bid, he may do so before the time fixed for the opening, without prejudice to himself. No bidder may withdraw his bid for a period of ninety(90) days after the scheduled closing time for the receipt of bids. No bids received after the time set for opening for bids will be considered. 1B-14 RIGHT TO REJECT BIDS j The City reserves the right to reject any or all bids,to waive any informality in the bids received, or to accept the bid or bids that in its judgement will be in the best interests.of the-City of Jefferson. IB-15 AWARD OF CONTRACT If, within seven (7) days after he has received notice of acceptance of his bid, the successful bidder or bidders shall refuse or neglect to come to the office of the Director of Community 1 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 , • Z:%CITY-PROJECTS131082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMEN RCONTRACT May 21,2007 i DOCUMENTS\WORD_COPY OF CONTRACT ON 5-21-07.WPD u '4 f ._1 licensed to do business in the State of Missouri and acceptable to the City of Jefferson. P tY 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. 1 The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance �t outlining the coverage provided. hIB-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 1�.., 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. IJ • IB-20 PREVAILING WAGE LAW 1 The principal contractor and all subcontractors shall pay not less than the prevailing wage hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri, pursuant to Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, 1994 as amended. (See Determination included herewith.) I13-21 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 1� date of final acceptance. In addition, the equipment furnished by the Contractor shall be guaranteed to be free from defects in design. Il Within the guarantee period and upon notification of the Contractor by the City,.the Contractor shall promptly make all needed adjustments, repairs or replacements arising out of defects which, in the judgment of the City become necessary during such period. The cost of all materials, parts, labor, transportation, supervision, special tools, and supplies required for replacement of parts, repair of parts or correction of abnormalities shall be paid by 1 the Contractor or by his surety under the terms of the Bond. �J 1 • Z:\CITY-PROJECTS\31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT\CONTRACT May 21,2007 � DOCUMENTS\WORD_COPY OF CONTRACT ON 5-21-07.WPD 1� guarantee to cover r The Contractor also extends the terms of this guars aired o repaired p arts 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 i� 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. h he Ci .dela would.cause serious loss In the event of an emergency where, in the e judgment of t City.,delays 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 �l 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. ' 1B-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 t • 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 forty five (45) working days. AT IB-25 LIQUIDATED DAMAGE S Liquidated damages shall be assessed at the rate of Five Hundred Dollars ($500.00) per calendar day until the work is complete, should the project not be completed within the contract time. J IB-26 POWER OF ATTORNEY 'Attomeys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. IB-27 BID PACKET Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. Z:\CITY-PROJECTS\31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT\CONTRACT May 21,2007 DOCUMENTS\WORD_COPY OF CONTRACT ON 5-21-07.WPD Each bid must be submitted in a sealed envelope bearing on the outside the name f the idd • p g e o 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 1 Jefferson City, MO 65101 For the convenience of bidding this project,a"BID PACKET"has b ee n included with the p r o yect 1 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 ,l . 2) BID BOND 3) ANTI-COLLUSION STATEMENT 4) CONTRACTOR'S AFFIDAVIT 5) MINORITY BUSINESS UTILIZATION AGREEMENT • END OF INFORMATION FOR BIDDERS 1�J 1 �J 1� 1 1 - 1 J 1 I • Z:\CITY-PROJECTS\31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT\CONTRACT May 21,2007 I DOCUMENTS\WORD_COPY OF CONTRACT ON 5-21-07.WPD �J BID FORM s� Name of - Bidder LsrUKAQ, ok�STW_UeMQN) (-C-�- '1 JJ Address ofBidderC�t�,t~~o,n,,if& c��ssac�cz� cPso�� To: CITY OF JEFFERSON 320 East--MrC arty Street _ Jefferson City; Missouri 65101 THE UNDERSIGNED BIDDER, having examined the plans, specifications, regulations of the Contract, Special Conditions, other proposed contract documents. and all addenda thereto; and being acquainted with and fully understanding (a)the extent and character of the work covered by this Bid; (b) the location, arrangement, and specified requirements for the proposed work; (c) the location, character, and condition of ' existing streets, roads, highways, railroads, pavements, surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other installations, both surface and underground which may affect or be affected by the proposed work; (d) the nature and extent of the excavations to be made and the type, character, and general condition of materials to be excavated; (e) the necessary handling and rehandling of excavated materials; (f)the location and extent of necessary or probable dewatering requirements; (g)the difficulties and hazards to the work which might be caused by storm and flood water; (h) local conditions relative to labor, transportation, hauling, and rail delivery facilities; and (i) all other factors and conditions affecting or which may be affected by the work. HEREBY PROPOSED to fumish all required materials, supplies, equipment, tools, and 1J 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..ar_e 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: • Z:\CITY-PROJECTS\31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT\CONTRACT May 21,2007 ,' DOCUMENTSIWORD_COPY OF CONTRACT ON.5-21-07.WPD 1� �) 6.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(ss ): ALTERNATIVE NO. 1: Replace existing pipe from manholes 9539 and 9540 with special design long span ductile iron pipe. o [� ($ 1� (use words) (figures) ALTERNATIVE NO. 2: Rehabilitation of existing exposed piping within new stainless steel from the new expansion coupling at the east bank headwall to new expansion coupling at the west bank ' headwall. (use words) (figures) ALTERNATIVE NO. 3: Rehabilitation of existing exposed piping with FRB material from the existing ring girder pipe support at the east bank headwall to existing ring girder pipe support at the west bank headwall. 1� a ($ (use words) (figures) ALTERNATIVE NO. 4: Replace existing manholes 9539 and 9540 �. ($ Q'0 It ) (use words) (figures) ALTERNATIVE NO. 5: Realign existing pipe from manholes 9539 to 9540 with new piers, special design long span ductile iron pipe,buried PVC SDR17, and manholes as shown on the drawings. �o f�•�.✓AeED F� �rc.7�.�ro �u.c �,,aac��($v2rJ� ,�� —) ' (use words) DOW-A.&& - �vO t (figures) 4 1 SUBCONTRACTORS • If the Bidder intends to use any subcontractors in the course of the construction, he shall list them. 1J TIME OF COMPLETION }} 11 The-undersigned d-he- -agre-es-to-complate'the project within-forty fve working days, subject to the stipulations of the regulations of the Contract and the Special ') Provisions. J It is understood and agreed that if this bid is accepted, the prices quoted above.include all applicable state taxes and that said taxes shall be paid by the Contractor. The undersigned, as Bidder, hereby declares that the only persons or firms interested in the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this bid or in the Contract to be entered into; and this bid is made without connection with any other person, company, or parties making a bid; and that it is in all respects fair and in good faith, without collusion or fraud. The 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 1 for in the specifications within the time provided. If written notice of the acceptance of this bled 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 11 may be mailed, telegraphed, or delivered: L_Le- J (_c_�3 mapj> CA.l,rro�� It is understood and agreed that this bid may be withdrawn at anytime prior to the. 1 scheduled time for the opening of bids or any authorized postponement thereof. Attached hereto is a Bid Bond for the sum of kY'E sec ,-. ov Dollars (cashier's check), make payable to the City of Jefferson. • Z:ICITY-PROJECTSl31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMEN RCONTRACT May 21,2007 DOCUMENTSIW ORD_COPY OF CONTRACT ON 5-21-07.WPD i Signature of Bidder: • If an individual, , doing business IJ S �j If a partnership, , member of firm. JIf corporation, by Title IJ ' SEAL 1 ' Business Address of Bidder (00 :5 Rte. _j • If Bidder is a corporation, supply the following information: State in which incorporated Name and Address of its: President Secretary JDate • Z:ICITY-PROJECTS131082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENnCONTRACT May 21,2007 ,j DOCUMENTS\WORD_COPY OF CONTRACT ON 5-21-07.WPD 1 , l IJ . • BID BOND 1� KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,Lehman Construction, LLC as Principal, and United Fire & Casualty Company as Surety, are hereby held and firmly bound unto the CITY OF JEFFERSON, MISSOURI , as owner, in the penal sum of Five Percent of Amount Bid (5%) for the payment of which;well and truly ' to be made,we hereby jointly and severally bind ourselves,our heirs;executors,administrators, 1 successors and..assi ns this 3rd day of duly 200 7 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. 31082, Missouri River Interceptor Pipe Bridge Replacement" NOW,THEREFORE, 1 (a) If said Bid shall be rejected, or in the alternate, �J (b) - If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid)and shall furMsh 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 1 expressly understood and agreed.that the liability of the Suretyfor any and all claims hereunder shall,in no event, exceed the penal amount of this obligation as herein stated. The Surety,forvalue 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. Lehman 13941ruction,,L L ' L�nncipal_ rBy: SEAL U-nit asualty Co mr- y S.o K ' L. Bennett,Attomey-in-Fact Z:ICITY-PROJECTSW082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENTICONTRACT May 21,2D07 • DOCUMENTSIWORD_COPY OF CONTRACT ON 5-21-07.WPD f UNITED FIRE 8 CASUALTY COMPANY! bb HOME OFFICE-CEDAR RAPIDS, IOWA CERTIFIED COPY OF.:POWER OF ATTORNEY;: (Original on>:file at Home Office ofCompany-See Certification) KNOW ALL MEN .BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY a corporation duly organized and xisting under theJaws of:the State of Iowa and having:its principal office in Cedar Rapids, State of fowa does make, constitute and Ppoint LOUIS. A,..:. LANDWEHR OR; CHARLES E ,TRABUE OR:.KRIS L BENNETT OR BEV,J BACKERS °ALL 1-NDIVIDUALLYwl ...:JEFFERSON CITY<,MO : its tr.ue:and lawful Aft orney(s) in=Fact with:power and:authority. hereby conferred to:;sign, seal and:execute m its.behalf,all awful bonds :undertakings and other obligatory instruments of similar nature:as follows Any and,:,All Bonds and to bind UNITED FIRE& CASUALTY COMPANY thereby as fully and to the sameextent as if such instruments were signed:by the duly authorized officers of"UNITED FIRE & CASUALTY COMPANY and ail the acts-of said Attorney,;pursuant to the:authority hereby given are hereby ratified and confirmed The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED .FIRE & `GA.SUALTY.COMPANY_:::'', ' b. This power::.of Attorney,is;made and executed pursuant to and b .auth6rit of the.followin 9 By-Lbw dut adopted by`Board.of. Directors°of the.Cornpany on April 18 1973 Article V Surety Bonds and Undertakings" :. Section 2; Appointment:of Attorney-in-Fact. 'The.President or any Vice President, or any other officer of the Company may,.. from timeJb.Aime, appoint:by written certificates attorneys-in-.factAo act in behalf of the Company in the:execution of policies., of insurance bonds undertakings-and;-other obligatory instruments of..like nature. The signature of any officer authorized �i hereby, ,and the Corporate seal, may:be affixed by facsimile l to 2any -power of attorney or special power of attorney,or certification .of:either-authorized hereby; such signature and seal, =when_so used, being adopted l y the Company.as the original signature of such.:officer and he original seal of the Company, to:be:valid and binding upon the Company.with the: . . same force and;effect.,as :though manually :affixed. Such:•attorneys-in`fact, :subject to the limitations set forth'. in their .respective certificates_of authority,shall have full.power to:bind the:Companp:oy their,signaturel and execution of.an 'such instruments and ao..attach'Ahe seal.of_the Company thereto. The President or-anV ent, the Board o Directors or any other offcer of the Company may:at anytime:revoke>alI powerrand:authority-•previously givento•any attorney-in-fact" ;:IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY`.COMPANY has caused' hese..presents to be signed by ' its vice; resident and its corporate seal to.be hereto.affixed�this 19th -da. of:,October 2003: �� P P Y COlfOfATE a.SiL � UNITED FIRE:&.CASUALTY COMPANY jj �� ,G Vice President By 41 State of Iowa County of Linn ss:. On 19th :day of=October 2003, before me personally came Randy A. =Ramlo tome;known, who being;by me=:duly sworn, did depose and say;Ahat he resides in Cedar Rapids, .State Of:lowa; that he:is...a Vice 1. President..of the UNITED:FIRE & CASUALTY COMPANY, the corporation described in and which executed the above:instrument, that he knows the:seal of said corporation; that the seal affixed to the said instrument.is.:such corporate.seal; that it was -so affixed pursuant to authority given by the`Board of`Directors of said corporation and'that .he signed.Ois'name thereto pursuant to like authority, and acknowledges same t� obe the act and deed of isa id corporation Ri1NRf AY JANSet COMMISSION bYi:NIS lotar. Publ ICY >: My commission pares. I,Ithe undersigned officer.-of the UNITED FIRE &CASUALTY COMPANY,':-do:hereby certify1hat I have compared the foregoing copy of"the Power of Attorney and affidavit, and the copy of the Section of the by-laws of said Company as set forth in said Power of .:`Attorney with the'ORIGINALS ON FILE IN`::THE HOME OFFICE OF:.SAfD COMPANY, and that:the same..are corcect..transcripts thereof,:and of the whole of the said originals and that the said Power:of Attorney has not been revoked and:is now m full Jorce and :effect. � """'""►� In testimony whereof I have hereunto subscribed my name and affixed the corporate:sealof the said Company 'I +R•f• k�y� •this 3rd day of 3uYY .20 07 so ,. �.::.. � . RSAL Was Secretary V J 8OND00190802 i� LJ JI,IITED FIRE.&CASUALTY COMPANY J UNITED LIFE INSURANCE. COMPAINT�' 1, .IS Second .venue. S.E.. Post Office Box 73909 Cedar Rapids. Iowa 5240 1 1� NOTICE TO MISSOURI SURETY BOND HOLDERS ,.J 1 Should you have a question about your bond or policy, please contact your insurance agent first. 1 If you are unable to contact or obtain information from your agent, you may 1 contact our company at the address and phone number below: 1 United Fire& Casualty Company ATTENTION: Bond Department P.O. Box 73909- . 'l Cedar Rapids, Iowa 52407 800-343-9130 1 1� 1� 1 - - �.J J 1 1 3 31 - ��.1 •. , 3• PH: 319­3c)9-S700 F,-,,K:319399.54n9 J Ij J ANTI-COLLUSION STATEMENT STATE OF i55vuQC ) 'I COUNTY OF ,,,TCa�) ) 1..J Lelt' N being first duly swom, deposes and says that he is of TITLE OF PERSON SIGNING LLC NAME OF BIDDER 1� 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. 1! Affiant further certifies that bidder is not financially intere d in, or financially affiliated i � with, any other bidder for the above project. 1, (BY) 1� J �b Sworn to before me this day of w►.� 200 '7 . N,R,HALDIMArNy NeST TE OF MISSOURI NOTARY PUBLIC County of Moniteau My Commission Expires 9112/2010 Commission#06937988 J My commission expires: 1 ZACITY-PROJECTS131082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT\CONTRACT May 21,2007 DOCUMENTSIWORD_COPY OF CONTRACT ON 5-21-07.WPD 'I J CONTRACTOR'S AFFIDAVIT This affidavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted. 'i STATE OF ) ss -COUNTY OF Y,0L>1_ye4j ,i I The undersigned, I of lawful age, being first du y swom states upon oath that he is of . 1n�E.W.KC.ti) �On�g'c2 tx�'►a�-� �l�- the co ntr a ctor 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.pmount of monies, estimate or allowance representing wages, moneys or -�' expenses, however designated, proposed to be paid to.persons who are not required to furnish material or actually perform services upon or as a part of a propose oject. ' AFFIANT ' Subscribed and sworn to before me, a Notary 4bific, in and for the County and State aforesaid, this 3 day of ,,d.4 , 20 d ` ' N,P,HALDIMAN ` Notary Public,Notary Seal ' STATE OF MISSOURI NOTARY LIC County at Moniteau My commission Expires 9/1 212o 1 0 Commission#06937988 ' My Commission Expires: SEPrr,�,__ ' ZACITY-PROJECTS\31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPIACEMENTICONTRACT May 21,2007 DOCUMENTSIWORD_COPY OF CONTRACT ON 5-21-07.WPD 1 'l MINORITY BUSINESS ENTERPRISE STATEMENT Contractors bidding on City contracts shall take the following ffirmative steps to assure 9 R that small, women owned,-and minority business are utilized when possible as sources of suppliers, services,.and construction items. �l 1. Contractor's will submit the names and other information if any, about their MBE J 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. 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. J • 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. �.J 8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works. J - J Z:\CITY-PROJECTS\31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT\CONTRACT Ma y 00 7 21 2 DOCUMENTS\WORD_COPY OF CONTRACT ON 5-21-07.WPD ,I 1� MINORITY BUSINESS UTILIZATION AGREEMENT � i A. The bidder_agrees to attempt to expend at least two (2) % of the contract, if awarded,for Minority Business Enterprise'(MBE). For purposes of this goal,the term "Minority Business Enterprise" shall mean a business: 1. Which is at least 51 percent owned by one or more minorities or women, or, in the case of a .publicly owned business, at least 51 percent of the stock-of-which is owned by one or more minorities or women; and '11 2.' Whose management and daily business operations are controlled by one 'J 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 Centrai 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); 1� 4. American Indians and Alaskan Native (a person having origins in any of Jthe 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 J Section 8(a) of the Small Business Act, as amended (15 U.S.C. 637(a)]. I� 6. A female person who .requests to be considered as an MBE, and who "owns" and "controls" a business as defined herein. ti Minority Business Enterprises maybe employed as contractors, subcontractors, or suppliers. I i 2:\CITY-PROJECTS%31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMEN RCONTRACT May 21,2007 DOCUMENTS\WORD_COPY OF CONTRACT ON 5-21-07.WPD 1� 1 • B. The bidder must indicate the Minority Business Enterprise(s) proposed for J utilization as part of this contract as follows: /1 Name and Addresses Nature of Dollar.Value of of Minority Firms Participation Participation �I IjTotal Bid Amount. Total: Percentage of Minority Enterprise Participation: c C. The bidder agrees to certify that the minority firm(s) engaged to provide materials or services in the completion of this project: (a) is a bona fide Minority Business Enterprise; and (b) has executed a binding contract to provide specific materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished by the ' City of Jefferson. The bidder will provide written notice to the Liaison Officer of the City of Jefferson indicating the Minority Business Enterprise(s) it intends to use in conjunction with this contract. This written notice is due five days after notification to the lowest bidder. Certification that the Minority Business Enterprise(s) has executed a binding ' contract with the bidder for matefiials 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 9 9 ' forth. ' NAME OF HORIZED OFFICER DATE SIG E OF AYTHORIZED OFFICER ' Z:\CITY-PROJECTS\31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENTICONTRACT May 21,2007 DOCUMENTSIWORD_COPY OF CONTRACT ON 5-21-07.WPD AFFIDAVIT • 'J COMPLIANCE WITH PREVAILING WAGE LAW Before me, the undersigned Notary Public, in and for the County of , State of personally came and a pp eared NAME POSITION of the NAME OF COMPANY (A corporation)(a partnership)(a proprietorship)and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 ' through and including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions and requirements and with Annual Wage Order No. 14, Section 026, Cole County in carrying out the contract and work in connection with Project No. 31082, Missouri River Interceptor Pipe Bridge Replacement located at Jefferson City in Col n Cole County, Missouri, and completed on the day of , 20 SIGNATURE Subscribed and sworn to me this day of 120 ii NOTARY PUBLIC My commission expires: STATE OF MISSOURI ) ss ' COUNTY OF ) 1 1� Missouri Division of Labor Standards, J WAGE AND HOUR SECTION h THE Ys MATT BLUNT, Governor J Annual Wage OrderNo. 14 _ Section 026 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 IJ 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. IJ I Original Signed by Allen E. Dillingham,Director Division of Labor Standards i Th s Is A True And Accurate Copy Which Was Filed With The Secretary of State: March 9. 2007 iLast Date Objections May Be Filed: April 9. 2007 J Prepared by Missouri Department of Labor and.Industrial Relations 1J IJ Building Construction Rates for Section 026 COLE County Footnotes F-ftective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule - t 1 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 Was 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$3.5 Million Total Mechanical Contract-$3125,Fringes-$18.18 All work under$3.5 Million Total Mechanical Contract-$29.91,Fringes-$14.08 i 1 ANNUAL WAGE ORDER NO.14 3107 • 1 1� COLE COUNTY OVERTIME SCHEDULE-BUILDING CONSTRUCTION NO. 28: Means a regular workday shall consist-of eight(8) hours between 7:00 am. and 530 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(4-1 Us)provided: I -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 am -Work week must begin on either a Monday or Tuesday: If a holiday falls within that week it shall be a consecutive work day. (Alternate: If a holiday falls in the middle of a week, then the regular eight (8) hour schedule may be implemented). -Any time worked in excess of any ten(10)hour work day(in a 4-10 hour work week).shall be at the appropriate J overdme.rate.. All work outside of the regular working hours as provided,Monday through Saturday,shall be paid at one&one-half(1'/2)times the employee's regular rate of pay. All work performed from 12:00 a.m.Sunday through 8:00 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 hour;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 am.(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 am.and 8:00 am.(third shift) shall receive eight(8)hours pay at the regular hourly rate of pay plus fifteen(15%)percent for seven(7)hours work. A lunch period of thirty(30)minutes shall be allowed on each shift. All overtime work required after the.completion of a regular shift shall be paid at one and one-half(1'/2)times the shift hourly rate. NO.40: Means the regular working week shall consist of five(5)consecutive(8)hour days'labor on the job beginning with Monday and ending with Friday of each week. Four(4) 10-hour days may constitute the regular workweek. 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)hour;during the regular • working week shall be paid for at time and one-half(I'/2)the regular hourly rater 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 j , designated as a"make-up" day. Saturday may also be designated as a"make-up"day,for an employee who has missed a day [[`) of work for personal or other reasons. Pay for"make-up" days shall be at regular rates. NO.55: Means the regular work day shall be eight(8)hours between 6:00 am and 4:30 p.m. The first two(2)hours of work I' performed in excess of the eight(8)hour work day,Monday through Friday, and the first ten (IQ). hours of work on Saturday, Jshall.be paid at one&one-half(1'/2)times the straight time rate. All work performed on Sunday,observed holidays and in excess of ten(10)hours a day,Monday through Saturday,shall be paid at double(2)the straight time rate. NO.57: Means eight(8)hours per day shall constitute a day's work and forty(40)hours per week,Monday through Friday,shall 1 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 hh the regular time rate of pay. It being understood that all other pertinent information must be adjusted accordingly. All time I'I worked before and after the established workday of eight(8)hours,Monday through Friday,all time worked on Saturday,shall be paid at the rate of time and one-half(1'/2) except in cases where work is part of an employee's regular Friday shift. All time worked on Sunday and recognized holidays shall be paid at the double(2)time rate of pay. ANNUAL WAGE ORDER NO.14 A W N 026 OT.doc Page 2 of 4 Pages li 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 am.(and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 am.or delayed one(1)hour to ' 9:00 am. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half(1'/) times the regular pay. In the event time is lost during the work week due to weather conditions,the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. ' NO.101: Means that except as provided below,eight(8)hours a day shall constitute a standard work day,and forty(40)hours per week shall constitute a week's work,which shall begin on Monday and end on Friday. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rate of time and one-half(1'/z)(except as herein provided). All time ' worked on Sunday and°recognized holidays shall be classified-as overtime and paid at-the rate of double (2)-time. The regular starting time of 8:00 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 workweek is•in'effect,the standard work day shall be consecutive ten (10)hour periods between the hours of 6:30 am.and 6:30 p.m Forty(40)hours per week shall constitute a week's work Monday through Thursday,inclusive. In the event the job is down for any reason beyond the Employer's control,then Friday and/or Saturday may,at the option of the Employer,be worked as a make-up day; straight time not to exceed ten(10)hours per day or forty (40) ' hours per week Starting time will be designated by the employer.. When the five(5)day eight(8)hour workweek is in effect,forty (40)hours per week shall constitute a week's work,Monday through Friday,inclusive. In the event the job is down for any reason beyond the Employer's control,then Saturday may,at the option of the Employer,be worked as a make-up day;straight time not to exceed eight(8)hours per day or forty(40)hours per week. Make-up days shall not be utilized for days lost due to holidays. ' NO.110: Means eight(8)hours between the hours of 8:00 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 am and end at 5:00 pm. The workweek shall commence at 8:00 am. on Monday and shall end at 4:30 p.m. on Friday (or 5:00 p.m on Friday if the Employer grants a lunch period of one(1)hour), or as adjusted by starting time change as stated above. All work performed before 8:00 a.m. and after 4:30 p.m.(or 5:00 p.m where one(1)hour lunch is granted for lunch)or as adjusted by starting time change as stated above • ' or on Saturday,except as herein provided,shall be compensated at one and one-half(1'/2)times the regular hourly rate of pay for the work performed. All work performed on Sunday and on recognized holidays shall be compensated at double(2)the regular hourly rate of pay for the work performed. If an Employer is prevented from working forty(40)hours,Monday through Friday,or ' any part thereof by reason of inclement weather(rain and mud),Saturday or any part thereof may be worked as a make-up day at the straight time rate. The Employer shall have the option of working five eight(8)hour days or four ten(10)hour days Monday through Friday. If an Employer elects to work five(5)eight(8)hour days during any work week,hours worked more than eight (8)per day or forty(40) hours per week shall be paid at time and one-half(1'/2) the hourly rate Monday through Friday. If an ' Employer elects to work four(4)ten(10)hour days in any week,work performed more than ten(10)hours per day or forty(40) hours per week shall be paid at time and one-half(1'/2)the hourly rate Monday through Friday. If an Employer is working ten(10) hour days and loses a day due to inclement weather, they may work ten (10) hours Friday at straight time. Friday must be scheduled for at least eight(8)hours and no more than ten(10)hours at the straight time rate,but all hours worked over the forty ' (40)hours Monday through Friday will be paid at time and one-half(1%2)overtime rate: ANNUAL WAGE ORDER NO.14 A W 14 026 OT.doc Page 4 of 4 Pages 1� Heavy Construction Rates for Section 026 COLE County =' *Effective basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits --1J Increase Rates Schedule Schedule CARPENTER Journeymen $26.18 7 16 $9.49 Millwright $26.18 7 16 $9.49 ' Pile Driver Worker $26.18 7 16 $9.49 OPERATING ENGINEER IJ Group 1 $23.70 21 5 $15.31 Group II $23.35 21 5 $15.31 'J Group III $23.15 21 5 $15.31 Group IV $19.50 21 5 $15.31 Oiler-Driver $19.50 21 5 $15.31 IJ '1 LABORER dWeneral-taborer $22.52 2 4 $8.13 111IMSkilled Laborer $23.12 2 4 $8.13 TRUCK DRIVER-TEAMSTER Group 1 $24.27 22 19 $8.00 Group II $24.43 22 19 $8.00 'l Group III $24.42 22 19 $8.00 JJ Group IV $24.54 22 19 $8.00 For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the Building Construction Rate Sheet. 1�J 1 ANNUAL WAGE ORDER NO. 14 3/07 'l �.J COLE COUNTY HOLIDAY SCHEDULE—HEAVY CONSTRUCTION NO.4: All work performed on New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving • Day, Christmas Day,or days observed as such, shall be paid at the double time rate of pay. When a holiday ' falls on a Sunday,Monday shall be observed. NO. 5: The following days are recognized as holidays: New Year's Day,Memorial Day, Fourth of July,Labor ' Day,Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday.No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to ' protect Labor Day.When a holiday falls during the normal work week,Monday through Friday,_it shall be counted as eight(8) hours toward a forty(40)hour week;however,no reimbursement for this eight(8)hours is to be paid the workman unless worked. If workmen are required to work the above recognized holidays or days ' observed as such, or Sundays,they shall receive double(2)the regular rate of pay for such work. The above shall apply to the four 10's Monday through Thursday work week.The ten(10)hours shall be applied to the forty (40)1our work week. New ear's Day, Da Fourth of Jul ' NO. 16: The following days are recognized as holidays N Y ay, y, y, 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 followiftg 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. i AW014 026 Hliol.doc ANNUAL WAGE ORDER NO. 14 Page I of I Page t AFFIDAVIT OF COMPLIANCE PUBLIC WORKS CONTRACTS LAW r� • 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.31082, Missouri River Interceptor Pipe Bridge Replacement. 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 1J 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 'l amended) J FURTHER AFFIANT SAYETH NAUGHT. AFFIANT Subscribed and sworn to before me this day of 20 1 NOTARY PUBLIC My Commission Expires: STATE OF MISSOURI ) ss COUNTY OF ) ' Z:ICITY-PROJECTS131082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMEN RCONTRACT May 21,2007 DOCUMENTS\WORD_COPY OF CONTRACT ON 5-21-07.WPD 1� • EXCESSIVE UNEMPLOYMENT EXCEPTION CERTIFICATION IJ 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 IJ 2. That was awarded a public works contract for Project No. 31082, Missouri River Interceptor Pipe Bridge Replacement. 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 9 P ' • Missouri, which requires the employment of only Missouri laborers and laborers from non-restrictive states on public works projects or 'J improvements, an exception applies as to the hiring of _J since no Missouri 'l laborers or laborers from non-restrictive states are available or capable of JJ performing FURTHER AFFIANT SAYETH NAUGHT. ' AFFIANT J . Subscri bed and sworn to before me this day of , 20 NOTARY PUBLIC My Commission Expires: APPROVED BY: • Director of Community Development, City of Jefferson, MO L Z:\CITY-PROJECTS\31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMEN RCONTRACT May 21,2007 DOCUMENTS\WORD COPY OF CONTRACT ON 5-21-07.WPD r ICITY OF JEFFERSON • CONSTRUCTION CONTRACT THIS CONTRACT, made and entered into this day of , 2007, by and between Lehman Construction LLC hereinafter referred t6 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. 31082, Missouri River Interceptor Pipe Bridge Replacement. i , 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 "Missouri River Interceptor Pipe Bridge ' Replacement" 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 t and federal laws, within forty five (45) working 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 ' Contractor knows the prevailing hourly rate of wages forthis project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 14, Section 026, Cole County rates as set forth. The Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed in connection with the work to be performed under the terms of this contract. The record shall show the actual wages paid to the workmen in connection with the work to be performed under the terms of this contract. A copy of the record shall be delivered to the Purchasing Agent of the • Jefferson City Finance Department each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City Ten Dollars ($10.00) for each workman employed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this contract, by the Contractor or any • subcontractor.under the Contractor. 4. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: ' (a) Workmen's Compensation Insurance for all of its employees to be engaged in work under this contract. (b) Contractor's Public Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single occurrence and $300,000 for any one ' person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo., and Contractor's Property Damage Insurance in an amount not less than$2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (c) Automobile Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (d) Owner's Protective Liability Insurance - The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance ' . Policy naming the City of Jefferson as the insured, in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence,except forthose claims governed ' by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. (e) Subcontracts-In case any or all of this work is sublet,the Contractor shall require the Subcontractor to 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 under this contract,whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. iNOTE: Paragraph(f)is construed to require the procurement of Contractor's protective insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy(or rider attached thereto)of the . general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. 5. Contractor's Responsibility for Subcontractors. • It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. 6. Liquidated Damages. The City may deduct Five Hundred Dollars($500.00)from any amount otherwise due ' under this contract for every day the Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. • 7. Termination. The City reserves the right to terminate this contract by giving at least five(5)days prior written notice to Contractor,without prejudice to any other rights or remedies of the City should Contractor be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be appointed for 1 Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor should refuse or fail to make prompt payment to any person supplying labor or materials 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 1 , ' of or resulting from the performance of the work, provided that any such claim,damage, • loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to ' injury to or destruction of tangible property(otherthan the Work itself)including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor,any subcontractor,anyone directly or indirectly employed by any ' of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Paragraph. 10. Payment for Labor and Materials. The Contractor agrees and binds itself to pay for all labor done,and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. 11. Supplies. The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062 RSMo 1994 as amended.. Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the City. ' • 12. Payment. The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work bythe Directorof Community Development and in accordance with the rates and/or amounts stated in the bid of Contractor dated June 19, 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 Two Hundred Fifty-five Thousand Four Hundred Thirty Dollars and No Cents Dollars. ($255,430.00) 13. Performance and Materialman's Bonds Required. ' Contractor shall provide a bond to the City before work is commenced, and no later than ten (10) days after the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment of amounts due to all suppliers of labor and materials, the payment of insurance premiums for workers compensation insurance and all other insurance called for under this contract, and the payment of the prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the City, and to be given by such company or companies as may be acceptable to the City in its sole and absolute discretion. The amount of the bond shall be equal to the Contractor's bid. ' 14. Knowledge of Local Conditions. • Contractor hereby warrants that it has examined the location of the proposed work and the attached specifications and has fully considered such local conditions in making its bid herein. • 15. Severability. If any section, subsection, sentence,or clause of this Contract shall be adjudged illegal, invalid, or unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not so adjudged. 16. Governing Law. The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri shall have jurisdiction over any dispute which arises under this contract, and each of the parties shall submit and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce this contract, the City shall be entitled to recover its attorney's fees and expenses incurred in such action. 17. Contract Documents. The contract documents shall consist of the following: a. This Contract f. General Provisions b. Addenda g. Special Provisions ' c. Information for Bidders h. Technical Specifications d. Notice to Bidders I. Drawing and/or Sketches e. Signed Copy of Bid • This contract and the other documents enumerated in this paragraph,form the Contract between the parties. These documents are as fully a part of the contract as if attached ' hereto or repeated herein. 18. Complete Understanding, Merger. ' Parties agree that this document including those documents described in the section entitled "Contract 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 priorcontracts and understandings between the Contractorand 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. i20. Amendments. Thi&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 terms, covenants or conditions, nor shall any failure at one or more times be deemed a waiver or relinquishment at any other time or times by any right under the terms, ' covenants or conditions herein. 22. Assignment. ' Neither party may sell or assign its rights or responsibilities under the terms of this agreement without the express consent of the remaining party. ' 23. Nondiscrimination. Contractor agrees in the performance of this contract not to discriminate on the ground or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. ' 24. Notices. All notices required to be in writing may be given by first class mail addressed to City ' of Jefferson, Department of Community Development, 320 East McCarty, Jefferson City, Missouri, 65101, and Contractor at 603 Russellville Road, California, MO 65018. The date of delivery of any notice shall be the second full day after the day of ' its mailing. 1 1 1 IN WITNE WHEREOF,the parties hereto have set their hands and seals this day of , 2007. CITY OF JEFFERSON CONTRACTOR J May T(` �� r�j LEy(H+aN Uc� �s►�r J ATTEST: ATTEST: 1 Jen+v�E W r+rtNty J J City Clerk V Title:vv 1 APPRO ED AS TO FORM: 1 �I City Counselor I1� • ' August 3,2007 City of Jefferson, Missouri 320 East McCarty Street tJefferson City, MO 65101 ' RE: Contractor: Lehman Constructor, LLC Bond No. 54166067 Project: Missouri River Interceptor Pipe Bridge Replacement iGentlemen, Please accept this letter as your authority to date the Bonds on the above captioned project to ' coincide with the date of the contract. Once the contracts have been signed,I would appreciate receiving a copy of the contract and the ' dated bond with Power of Attorney for my file. ' Sine , e nnett Attorney-In-Fact t Winter-Dent & CO. trusted Choice' we um,w rm. Insurance & Bonds P.O. Box 1046 Jefferson City, MO 65102-1046 573-634-2122 Fax 573-636-7500 ' Established 1912 �® INSURANCE BINDER OP C °08/0%07 1 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. AGENCY COMPANY BINDER# 11378 Winter-Dent & Company United Fire & Casualty Compan EXPI 1 E. McCarty Street DATE EFFECTIVE TIME pATI TIME Box 1046 erson City MO 65102-1046 X AM X 12:01 AM PHONE 1 08/03/07 12:01 PM 10/03/07 NOON (A/C,No.E,): 573-634-2122 (A/c,No): 573-636-7500 THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY CODE: 080277 SUB CODE: PER EXPIRING POLICY#: NA-BIND-OCP 1 CUSTOMER ID: LEHMA-1 DESCRIPTION OF OPERATIONSlVEHICLES/PROPERTY(Including Location) INSURED City of Jefferson Owners Contractors Protective Liability Dept of Community Devel Policy- Project: Missouri River Interceptor ' 3 Pipe Bridge Replacement 20 East McCarty Street Jefferson City MO 65101 COVERAGES LIMITS ' TYPE OF INSURANCE COVERAGE/FORMS DEDUCTIBLE COINS% AMOUNT PROPERTY CAUSES OF LOSS BASIC ❑BROAD FI SPEC GENERAL LIABILITY EACH OCCURRENCE $1000000 DA AGE To COMMERCIAL GENERAL LIABILITY RENTED PREMISES $ ' CLAIMS MADE 7 OCCUR MED EXP(Any one person) $ X Owner & Contractor Prot. PERSONAL&ADV INJURY $ GENERAL AGGREGATE $2000000 ' RETRO DATE FOR CLAIMS MADE: PRODUCTS-COMP/OP AGG $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ JAANY AUTO BODILY INJURY(Per person) $ LL OWNED AUTOS BODILY INJURY(Per accident) $ ' CHEDULED AUTOS PROPERTY DAMAGE $ IRED AUTOS MEDICAL PAYMENTS $ NON-OWNED AUTOS PERSONAL INJURY PROT $ ' UNINSURED MOTORIST $ $ AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE ' COLLISION: STATED AMOUNT $ OTHER THAN COL: OTHER GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: ' EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION $ WC STATUTORY LIMITS WORKER'S COMPENSATION E.L.EACH ACCIDENT $ t AND EMPLOYER'S LIABILITY E.L.DISEASE-EA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT $ SPECIAL Lehman Construction LLC is responsible for payment of premium and audit. FEES $ CONDITIONS/ OTHER TAXES $ COVERAGES ESTIMATED TOTAL PREMIUM $ NAME&ADDRESS MORTGAGEE ADDITIONAL INSURED LOSS PAYEE • LOAN# AUTHORIZED REPRESENTATIVE 'ACORD 75(2004/09) NOTE:IMPORTANT STATE INFORMATION ON REVERSE SIDE ©ACORD CORPORATION 1993-2004 CONDITIONS This Company binds the kind(s)of insurance stipulated on the reverse side. The Insurance is subject to the terms, conditions and limitations of the policy(ies) in current use by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this binder is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the Rules and Rates in use by the Company. Applicable in California When this form is used to provide insurance in the amount of one million dollars ($1,000,000) or more, the title of the form is changed from "Insurance Binder"to "Cover Note". Applicable in Colorado With respect to binders issued to renters of residential premises, home owners, condo unit owners and mobile home owners, the insurer has thirty (30) business days, commencing from the effective date of coverage, to evaluate the issuance of the insurance policy. Applicable in Delaware • , The mortgagee or Obligee of any mortgage or other instrument given for the purpose of creating a lien on real , property shall accept as evidence of insurance a written binder issued by an authorized insurer or its agent if the binder includes or is accompanied by: the name and address of the borrower; the name and address of the lender as loss payee; a description of the insured real property; a provision that the binder may not be canceled ' within the term of the binder unless the lender and the insured borrower receive written notice of the cancel- lation at least ten (10) days prior to the cancellation; except in the case of a renewal of a policy subsequent to the closing of the loan, a paid receipt of the full amount of the applicable premium, and the amount of ' insurance coverage. Chapter 21 Title 25 Paragraph 2119 Applicable in Florida Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder is required unless the , duration of the binder exceeds 60 days. For auto insurance, the insurer must give 5 days prior notice, unless the binder is replaced by a policy or another binder in the same company. Applicable in Nevada Any person who refuses to accept a binder which provides coverage of less than $1,000,000.00 when proof is ' required: (A) Shall be fined not more than $500.00, and (B) is liable to the party presenting the binder as proof of insurance for actual damages sustained therefrom. . ACORD 75(2004/09) ' ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID C DATE(MM/DD/YYYY) ' LEHMA-1 08/03/07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Winter-Dent & Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 101 E. McCarty Street HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P.O. Box 1046 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Jefferson City MO 65102-1046 ahne: 573-634-2122 Fax:573-636-7500 INSURERS AFFORDING COVERAGE NAIC# D INSURER A: United Fire & Casualty Company 13021 ' INSURERS: MO Employers Mutual ins. Co. 10191 Lehman Construction, LLC INSURER C: 603 Russellville Road INSURER D: ' California MO 65018 INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ' ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD DATE MM/DD/YY LIMITS ' GENERAL LIABILITY EACH OCCURRENCE $1000000 A X COMMERCIAL GENERAL LIABILITY 60321119 03/28/07 03/28/08 PREMISES(E.Eoc�curenC — $100000 CLAIMS MADE FK OCCUR MED EXP(Any one person) $5000 PERSONAL&ADV INJURY $1000000 1 GENERAL AGGREGATE $2000000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $2000000 POLICY X PRO LOC JECT ' AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1000000 A X ANY AUTO 60321119 03/28/07 03/28/08 (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) ' X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ ' (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ H ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELL.ALIABILITY EACH OCCURRENCE $1000000 A X I OCCUR CLAIMSMADE 60321119 03/28/07 03/28/08 AGGREGATE $1000000 ' DEDUCTIBLE $ X RETENTION $10000 $ WORKERS COMPENSATION AND X TORY LIMITS I I ER EMPLOYERS'LIABILITY ' B 1012789 03/28/07 03/28/08 E.L.EACH ACCIDENT $500000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? OWNERS EXCLUDED E.L.DISEASE-EA EMPLOYEE $500000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $500000 OTHER A Leased/Rented Eq 60321119 03/28/07 03/28/08 $500 ded 350000 A I Install Floater 60321119 03/28/07 03/28/08 $1000 ded 100000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project: Missouri River Interceptor Pipe 'Bridge Replacement ' CERTIFICATE HOLDER CANCELLATION CI TYJ-6 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION ' DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN • NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL City of Jefferson IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Dept of Community Development ' 320 E McCarty Street REPRESENTATIVES. Jefferson City MO 65101 AUT E REPRE$TNTATIVE aca, n ' ACORD 25(2001/08) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. • • ACORD 25(2001/08) PERFORMANCE, PAYMENT AND GUARANTEE BOND Bond#54166067 1 KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned ' Lehman Construction, LLC hereinafter, referred to as "Contractor" and United Fire & Casualty Company ' a Corporation organized under the laws of the State of ' Iowa and authorized to transact business in the State of Missouri as Surety, are held and firmly bound unto the City of Jefferson, Missouri hereinafter referred to as"Owner" Two Hundred Fifty-Five Thousand Four Hundred ' in the penal sum of Thirty Dollars and 00/100------------------------------------ DOLLARS ($ 255,430.00 ), lawful money of the United States of America for the ' • payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. I ' THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; 1 WHEREAS, the above bounded Contractor has on the day of ,20 ,entered into a written contract with the aforesaid Owner ' forfurnishing all materials,equipment,tools,superintendence,labor,and otherfacilities and accessories, for the construction of certain improvements as designated, defined ' and described in the said Contract and the Conditions thereof, and in accordance with the specifications and plans therefore; a copy of said Contract being attached hereto ' and made a part hereof: NOW THEREFORE,if the said Contractor shall and will, in all particulars,well,duly and 1 faithfully observe, perform and abide by each and every covenant, condition, and part • of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law . and other Contract Documents thereto attached or, by reference, made a part thereof, ' according to the true intent and meaning in each case, and if said contractor shall replace all defective parts, material and workmanship for a period of one year after ' acceptance by the Owner, then this obligation shall be and become null and void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, ' materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to be done,the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with ' interest as provided by law: ' PROVIDED FURTHER,that the said Surety,for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the ' contract, or the work to be performed thereunder, or the specifications accompanying the same, shall in any wise affect its obligation on this bond and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the ' contract, or to the work, or to the specifications: PROVIDED FURTHER,that if the said Contractor fails to pay the prevailing hourly rate of wages, as shown in the attached schedule, to any workman engaged in the ' construction of the improvements as designated, defined and described in the said contract, specifications and conditions thereof, the Surety will pay the deficiency and ' any penalty provided for by law which the contractor incurs by reason of an act or omission, in any amount not exceeding the amount of this obligation together with ' interest as provided by law: ' IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the • said Surety has caused these presents to be executed in its name, and its corporate • seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at 1 Jefferson City, MO on this the 1 3rd day of August , 2007 1 United Fire & Casualty Company Lehman Construction, LLC ' SURETY COMPANY ONTRA TOR BY SEAL) BY (SEAL) 1 � AL) BY (SEAL) Attom -in-fact Kris L. Bennett (State Representative) ' (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) 1 i 1 1 ' ACKNOWLEDGMENT BY SURETY STATE OF Missouri County of Cole ss. ' On this 3rd day of August ­2007 before me personally appeared Kris L. Bennett known to, me to be the Attorney-in-Fact of United Fire & Casualty Company ' the corporation that executed the within instrument,and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal,at my office in the aforesaid County, the day and ' year in this certificate first above written. Notary Publi in the FNOTARY of iS Oun ' (Seal) County of age JANET HASIAG PUBLIC-NOTARY SEAL STATE OF MISSOURI COMMISSIO COUNTY 7085 OMMISSION EXPIRES: OCT. 18,2010 1 i I S-0230/GEEF 10/99 1 UNITED FIRE& CASUALTY COMPANY HOME OFFICE-CEDAR RAPIDS,IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company-'See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and xist ng under the laws of the State of Iowa, and Paving its principal office in Cedar Rapids, State of Iowa, does make, constitute and:. ppoint OUIS A. LANDWEHR, OR CHARLES E. TRABUE, OR KRIS L. BENNETT, OR BEV J. BACKERS, ALL INDIVIDUALLY of JEFFERSON CITY MO its true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to;sign, seal and execute in its behalf all lawful_ bonds, undertakings and other obligatory instruments of similar nature as follows:Any and All Bonds and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed.' The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & ' CASUALTY COMPANY. This power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by Board of Directors of the Company on April 18, 1973. "Article V-Surety Bonds and Undertakings" Section 2, Appointment of Attorney-in-Fact. "The President or any Vice President, or any other officer of the Company may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Company:as the original signature of such.officer and the original seal of the Company, to be valid and Minding upon the Company with the same force and effect as though manually affixed. Such attorneys-in fact, subject to the limitations 'set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President; the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney-in-fact. NN, IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by �`"►M`"s"��% its vice president and its corporate seal to be hereto affixed this 19th day of October, 2003 ' C 0110R E --•— UNITED FIRE &CASUALTY COMPANY tflL � By Vice President State of Iowa, County of Linn, ss On 19th day of October, 2003, before me personally came Randy A. Ramlo to known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice' President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed isf'fname thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. OU n ��f tW SAARY A.JANSE3i COMMISSION NUMBER 71 Notary Pub is , M COMM My commission: pires: L I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the by-laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts ' thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. for## In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Company this 3rd day of August 20 U7 4 couoe4tE � •1t�L .� Secretary BOND00190802 1 1 �JNITED FIRE&CASUAL COMPANY J UNITED LIFE INSUPANCE. COMPANY ' IS Second ;venue. S.E... Post Office Box 73909 Cedar RaIDids. Iowa 5240 1 NOTICE TO MISSOURI SURETY BOND HOLDERS 1 r Should .you have a question about your bond or policy, please contact your insurance agent first. If you are unable to contact or obtain information from your agent, you may contact our company at the address and phone number below: ' United Fire & Casualty Company ATTENTION: Bond Department P.Q. Box 73909 ' Cedar Rapids, Iowa 52407 800-343-9130 1 ` i � r � r r r r r -k - A, aC, r �fl i x. PI-I: 319399-500 `�=r F,1\:319399-5490 1 �I 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 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 readyto use the work specified. Materials or work described in words which so applied have a well known technical or 1 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 'J GP-2 DEFINITIONS Wherever any work or expression defined in this article, or pronoun used in its stead, occurs in these 'I 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". i 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 t; representatives. t.7 4. "Subcontractors"shall mean and refer to a corporation,partnership,or individual having a direct 'i 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 Z:\CITY-PROJECTS\31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT\CONTRACT May 21,2007 DOCUMENTS\WORD COPY OF CONTRACT ON 5-21-07.WPD 1 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 —Centr-actor,—but-not-specified-or required,-if adepted-or-followed-by the Gentr-acterin-.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 Contractors bond becomes irresponsible,the City shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the City within ten(10)days after notice to do so. In default thereof,the contract may be suspended, all payments or money due the Contractor withheld, and the contract completed as hereinafter provided. , GP-6 INSURANCE GP-6.1 GENERAL: The Contractor shall secure,pay for and maintain during the life of the Contract,,insurance of such types and amounts as necessary to protect himself, and the City, against all hazards enumerated herein. All , policies shall be in the amounts,form and companies satisfactory to the City. The insuring company shall deliver to the City certificates of all insurance required, signed by an authorized representative and stating that all provisions of the following specked 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. ZACITY-PROJECTS131082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMEN RCONTRACT May 21,2007 , DOCUMENTS\WORD_COPY OF CONTRACT ON 5-21-07.WPD ,l �I i.l 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 _J limit of$300,000 per person. The"All State"endorsement shall be included. In case any class of employees is not protected under the Workmen's Compensation Statute, the Contractor shall provide and cause-such contractor to provide adequate employer'.s.liabilitycoverage as will protect him against any claims resulting from injuries to-and death of workmen engaged in work under llthis contract. GP-6.9 INSTALLATION FLOATER INSURANCE This insurance shall insure and protect the Contractor and the City from all insurable risks of physical loss or damage to materials and equipment, not otherwise covered under Builder's Risk Insurance,when in. warehouses or storage areas,during installation,during testing and until the work is accepted. It shall be of the"All Risks"type, with coverage designed for the circumstances which may occur in the particular Work included in this contract. The coverage shall be for an amount not less than the value of the work at completion, less the value of the material and equipment insured under Builder's Risk Insurance: The value shall include the aggregate value of the City-furnished equipment and materials to be erected or installed by the Contractor not otherwise insured under.Builder's Risk Insurance. Installation Floater Insurance shall also provide for losses,if any,to be adjusted with and made payable to the Contractor and the City as their interests may appear. • If the aggregate value of the City-furnished and Contractor-furnished equipment is less than$10,000 such equipment may be covered under Builder's Risk Insurance, and if so covered, this Installation Floater ' - Insurance may be.omitted. GP-6.10 CONTRACTOR'S RESPONSIBILITY FOR OTHER LOSSES For the considerations in this agreement heretofore stated, in addition to Contractor's other obligations, the Contractor assumes full responsibility for all loss or damage from any cause whatsoever to any tools owned by the mechanics, any tool machinery, equipment, or motor vehicles owned or rented by the Contractor's, his agents, sub-contractors, material men or his or their employees; to sheds or other temporary structures, scaffolding and staging, protective fences, bridges and sidewalk hooks. The Contractor shall also assume responsibility for all loss or damage caused by,arising out of or incident to larceny,theft,or any cause whatsoever(except as hereinbefore provided)to the structure on which the work of this contract and any modifications, alterations, enlargements thereto, is to be done, and to materials and labor connected or to be used as a part of the permanent materials,and supplies necessary to the work. ' GP-6.11 CONTRACTOR'S RESPONSIBILITY ON DAMAGES&CLAIMS INDEMNIFYING CITY The Contractor shall indemnify and save harmless the City and Engineer and their officers and agents,of and from all losses,damages,costs,expenses,judgments,or decrees whatever arising out of action or suit that may be brought against the City or Engineer or any officer or agent of either of them,for or on account of the failure,omission,or neglect of the Contractor to do and perform any of the covenants,acts, matters, or things by this contract undertaken to be done or performed,or for the injury,death or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their LEI 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 'I Z:ICITY-PROJECTSt31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENTICONTRACT May 21,2007 DOCUMENTSIWORD COPY OF CONTRACT ON 5-21-07.WPD ID 1 GP-10 LEGAL RESTRICTIONS, PERMITS AND REGULATIONS The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature ' and shall give due and adequate notice to those in control of all properties which may be affected by his operations. Rights-of-way and easements for permanent structures or permanent changes in existing facilities shall be provided by the City unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn or specified. GP=11 ROYALTIES AND PATENTS ' It is agreed that all royalties for patents or patent claims, infringement whether such patents are for processes or devices,that might be involved in the construction or use of the work,shall be included in , the contract amount and the Contractor shall satisfy.all demands that may be made at any time for such and shall be liable for any damages or claims for patent infringements,and the Contractor shall at his own expense, defend any and all suits or proceedings that may be instituted at any time against the City for infringement.or alleged infringement of any patent or patents involved in the work,and in case of an award of damages,the said Contractor shall pay such award;final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. GP-12 SCOPE AND INTENT OF SPECIFICATIONS AND PLANS GP-12.1 GENERAL , These Specifications and Project Plans are intended to supplement,but not necessarily duplicate each other,and together constitute one complete set of Specifications and Plans so that any work exhibited in the one and not in the other,shall be executed just as if it has been set forth in both,in order that the work shall be completed according to the complete design of the Engineer. Should anything be omitted from the Specifications and Plans which is necessary to a clear understanding of the work,or should it appear various instructions are in conflict,then the Contractor shall secure written instructions from the Engineer before proceeding with the construction affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning and intent of the contract, specifications and plans. , GP-12.2 FIGURED DIMENSIONS TO GOVERN Dimensions and elevations shown on the plans shall be accurately followed even though they differ from scaled measurements. No work shown on the plans,the dimensions of which are not indicated shall be executed until the required dimensions have been obtained from the Engineer. GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES ' The Contractor shall check all dimensions,elevations and quantities shown on the plans,and schedules given to him bythe Engineer,and shall notifythe Engineer of any discrepancy between the plans and.the , conditions on the ground,or any error or omission in plans,or in the layout as given by stakes,points, or instructions,which he may discover in the course of the work. The Contractor will not be allowed to take advantage of any error oromission 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 cant'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. l -P T 1 1082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT\CONTRACT 21,2007 Ma ' Z.\C TY ROJEC S 3 May 2l,2007 OF CONTRACT ON 5-21-07.WPD continuous profile grade in road work, and center-line and bench marks for culvert work, and appurtenances as may be deemed necessary, and will furnish the Contractor, with all necessary information relating to lines, slopes, and grades, to lay out the work correctly. The Contractor shall maintain these lines, grades, and bench marks and use them to lay out the work he Is to perform under this contract. ' The Contractor shall notify the Department of Community Development not less than 48 hours before stakes are required. No claims shall be made because of delays if the contractors fail to give such notice. The Contractor shall carefully preserve stakes and bench marks. If such stakes and bench mark become damaged.,lost,displaced,or removed by the Contractor,they shall be reset at his expense and deducted from.-the payment for the-work. Any work done without being properly located and established by base lines,offset stakes,benchmarks, or other basic reference points checked by the Construction Representative may be ordered removed and replaced at the Contractor's expense. GP-15 CONTRACTOR'S RESPONSIBILITY FOR MATERIALS ' The Contractor shall be responsible for the.condition of all materials furnished by him, and he shall J 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 anytime 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 bythe Contractor at his sole cost and expense. GP-17 POWER All power for lighting, operation of the Contractor's plant or equipment or for any other use by the Contractor, shall be provided by the Contractor at his sole cost and expense. ' GP-18 SUPERINTENDENCE AND WORKMANSHIP The Contractor shall keep n his work, during its progress, a competent superintendent and an P 9 9 Y ' necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor shall provide.proper tools and equipment and the services of all workmen, mechanics, ' tradesmen, and other employees necessary in the construction and execution of the work contemplated and outlined herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly,intemperate or incompetent or who neglects or refuses to perform his work in a satisfactorily manner, shall be promptly discharged. It is called particularly to the Contractor's attention that only first class workmanship will be acceptable. GP-19 MAINTENANCE OF TRAFFIC Whenever any street is closed,the Police Department, Fire Department,'and Ambulance Services shall be noted 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 Z.\CITY-PROJECTS\31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT\CONTRACT May 21,2007 DOCUMENTS\WORD_COPY OF CONTRACT ON 5-21-07.WPD 'l t:�J 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 bythe 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 ZACITY-PROJECTS\31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT\CONTRACT May 21,2007 ' DOCUMENTS\WORD COPY OF CONTRACT ON 5-21-07.WPD 'l J rfixed in the written notice from the Owner to the Contractor'to do so. But if the work, or any part thereof, shall be.stcj,ped by the notice in writing aforesaid,and if the Owner '1 does not give notice in writing to the Contractor to resume within a reasonable period of time, then the JJ 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. '1 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 ether-r-emedyrhe°=may have-,--rnake-Vpod-such deficiencies-and--may-deduct the-cost thereof from'the payment then or thereafter due the Contractor. 'I GP 629 OWNER'S RIGHT TO TERMINATE CONTRACT ,.J 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 bywhatever method he may deem expedient. In such case, no further payment will be made the Contractor until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work,including compensation for additional managerial and administrative services,such.expenses shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. GP-30 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be stopped under an order of any court, or other public authority,for a period of three months,through no act or fault of the Contractor or of anyone employed by him,then the Contractor may, upon five(5)days written notice to the Owner and the Engineer, stop work or terminate his contract and 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 JAll 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,orfrom any unusual obstruction of difficulty,or any other �I natural or existing circumstances either known or unforeseen, which may be encountered in the prosecution of the said work,shall be sustained and borne bythe Contractor at his own cost and expense. ' GP-32 SUNDAY, HOLIDAY AND NIGHT WORK No work shall be done between the hours of 6:00 p.m.and 7:00 a.m., nor on Sundays or legal holidays, without the written approval of the City.. HoweveF; work necessary in case of emergencies or for the protection of equipment or finished work may be done without the City's approval. Night work maybe established by.the Contractor as a regular procedure with the written permission of the �I 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 Z:\CITY-PROJECTS\31082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENTNTRACT May 21,.2007 J DOCUMENTS\WORD COPY OF CONTRACT ON 5-21-07.WPD \CO 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-all4iquidated-damages. 4�ertnittingthe,Contracter-to-continue and finish-the work or any part of it after the expiration of the specified time,or after any extension of the time,shall in no way operate as a waiver on the part of the City or any of its rights under the contract. GP-40 MEASUREMENT AND PAYMENT ' (a) BASIS FOR PAYMENT ' Contractor will be paid for quantities actually constructed or performed as determined by field measurement (except as may be hereinafter provided) at the unit price bid for the items listed in the , schedule of the Bid or for such extra work as may be authorized and approved by the Engineer. The cost of incidental work not listed in the schedule of the Bid but necessary for the completion of the project shall be included in bid items. (b) DEDUCTIONS FOR UNCORRECTED WORK ' If the Engineer deems it expedient not to correct work that has been damaged or that was not done in accordance with the Contract, an equitable deduction from the Contract price shall be made therefore. (c) LUMP SUM ITEMS g•. Payment for each lump sum item-shAJI be at the lump sum bid for the item, complete in place, and shall , include the costs of all labor, materials, tools, and equipment to construct the item as described herein and to the limits shown on the plans. (d) PARTIAL PAYMENT ' Partial payment will be made on a monthly basis. The payment shall be based on the work that has been found generally acceptable under the contract by the Engineer or inspector. A retainer equal to 10% of ' the amount of work completed to date shall be withheld. (e) ACCEPTANCE AND FINAL PAYMENT Upon receipt of written notice that the work is ready for final inspection and acceptance,the Engineer will , promptly make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed he will promptly issue a final certificate, over his own signature, stating that the , work required by this contract has been completed and is acceptable by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City of Jefferson within thirty(30)days after the date of said final certificate. (f) AFFIDAVIT OF COMPLIANCE Monies due to the Contractor will not be delivered to the Contractor without presentation to the Department of Community Development an Affidavit of Compliance with Prevailing Wage Law on prescribed form attached to the back of these contract documents. Z:1C1TY-PROJECTS 131082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENTICONTRACT May 21,2007 ' DOCUMENTS\WORD COPY OF CONTRACT ON 5-21-07.WPD 'I 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 maybe 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 'i Jefferson, Missouri. Nor does this provision apply to regularly employed non-resident executive, supervisory or technical personnel or projects=where#ederal aid funds are being-utilizedin the act and this provision would conflict with any federal statute, rule or regulation. ,1 Laborers from non-restrictive states means persons who are residents of a state which has not enacted j 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 ,l has resided in Missouri for at least thirty(30)days and intends to become or remain a Missouri resident. ))II GP 48 LIABILITY FOR COMPLIANCE WITH PUBLIC WORKS CONTRACTS LAW AND MISSOURI LABORER REQUIREMENT 'j 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 11 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 1 in Missouri,agrees to hold harmless and indemnify the City of Jefferson,Missouri,for any liability that may 1 be assessed against it or any additional expenses incurred by the City of Jefferson,Missouri, because of 44 the contractor or subcontractor's failure to comply. ,) END OF GENERAL PROVISIONS 1' 1 Z:\CITY-PROJECTS131082-MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENTICONTRACT May 21,2007 DOCUMENTSIWORD_COPY OF CONTRACT ON 5-21-07.WPD 1,J SPECIAL PROVISIONS FORWARD:. The provisions of this section take precedence over any other provisions in these specifications. SPA PARTIAL ACCEPTANCE OF BID The City reserves the right to accept any part or the entire bid for the project. 1� 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 Bidder; will be 'l submitted at the conference. _1 SP-3 PREVAILING WAGE LAW rl 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 t� notice shall remain posted during the full.time. SP-4 PROOF OF INSURANCE riAll certificates of insurance provided for this project shall be insured directly from the 11 company affording coverage. Certification from a local agent in not acceptable without 11 the necessary paperwork empowering and authorizing the agent to sign surety's name. r�1 In addition, when an aggregate amount is included, a statement of the amount of that aggregate available to date shall also be attached. r.J SP-5 TECHNICAL SPECIFICATIONS AND DETAILS The Technical Specifications for this project shall consist of the 2004 version of the '1 Missouri Standard Specifications for Highway Construction except as modified or JJcontradicted by the City's Contract, Technical Specifications, General Provisions, Special Provisions, Detail Plans, and any special or specific Specifications as included in ,l 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 rl in constructing this project. 11 The City's Technical Specifications for use on this project shall be the "CITY OF rl JEFFERSON TECHNICAL STREET SPECIFICATIONS, REVISED OCTOBER, 2000". {{ These specifications can be found on the City's website at www.ieffcitvmo.org and are available upon request from the Department of Community Development. r� SP-6 PERMITS The City of Jefferson has obtained a General Operating Permit (Permit No. MO- • R100031) from the State of Missouri Department of Natural Resources Missouri Clean Water Commission for construction and land disturbance activity, which covers the work entailed in this project. In signing the contract the contractor obligates himself to follow the provisions of the permit. A copy of the permit is available upon request at City Hall, ' and will be provided to the winning contractor at the pre construction conference. SP-7 PROTECTION OF ADJACENT PROPERTIES Surface water shall be diverted and otherwise prevented from entering or damaging adjacent property as a result of precipitation during construction. SP-8 SEQUENCING AND EROSION CONTROL The contractor shall sequence the project in a manner acceptable to the engineer that will limit the potential of sediment being transported from the site. ' i 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 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. �1 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI Ii SECTION 01010 - SUMMARY �l PART 1 -GENERAL , h 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary 'l Conditions and.other Division 1 Specification Sections,apply to this Section. , 4 1.2 WORK COVERED BY CONTRACT DOCUMENTS 1 A. The work to be performed under this Contract generally consists of the replacement or rehabilitation of approximately 175 if of the Missouri River Interceptor gravity pipe bridge and sewer from Manhole #9539 to Manhole #9540. The details of the work are shown on the Drawings and stated in the Specifications. B. The work shall be constructed under a single prime contractor. . l 1.3 SPECIAL CONSIDERATIONS DURING WORK ` A. Hazardous Materials. 1. Documentation from the initial construction of the Missouri River Interceptor show that �y 'the exterio;of.the exposed pipe,bridge piping and ring girder was to be grit blasted and 'J. P ainted with©iie shop coat of Type IV red lead, indicating the potential presence of lead. The Contractoi shall take precautions, in accordance with the latest OSHA requirements, to protect workers, the public and the environment during all construction activities related to the existing piping. a. Potential Hazard: The disturbance or dislocation of existing coating materials may cause hazardous particles or dust to be released into the atmosphere, thereby creating a potential health hazard to workmen and visitors. Apprise all workers, supervisory personnel, subcontractors and consultants who will be at the job site of the seriousness of the hazard and of proper work procedures, which must be followed. All work shall be conducted in a manner that protects the health and safety of Contractor's employees and visitors to the Work Area. All applicable rules and regulations pertaining to worker safety shall be strictly followed. b. Where in the performance of the work, workers, supervisory personnel, subcontractors, or consultants may encounter, disturb, or otherwise function in the immediate .vicinity of any identified hazardous material; .take appropriate continuous measures as necessary to protect all personnel from the potential hazardous exposure. Such measures shall be in compliance with regulations of applicable Federal, State and local agencies. ED 5X59100 01010-1 ' C SUMMARY RevB—5/16/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT ' CITY OF JEFFERSON,MISSOURI B. Handling and disposal of all waste materials generated, as part of this project is the 1 responsibility of the Contrator. Contractor shall adhere to all applicable Federal, State and local regulations regarding handling, storage and disposal of hazardous or special waste materials. C. Contractor shall observe rules and regulations of the State of Missouri and agencies of the United States Government prohibiting the pollution of rivers and streams. ' D. All lead abatement activities (including but not limited to removal of lead based paint) shall be performed by a Missouri licensed lead abatement Contractor. 1.4 WORK SEQUENCE A. Where the work on this project is in the vicinity of existing Public or Private Sewers, the Contractor shall schedule his operations in such a manner that all existing sewer service may be adequately maintained. ' Where existing sewers are to be removed from service permanently or temporarily, the Contractor shall convey, in a marmer acceptable to the Engineer, and without bypassing to the environment, all sewage and drainage which may be received by those sewers until the existing ' sewers are returned to service or replaced. The Contractor shall not use any existing sanitary sewer to divert or dispose of storm or surface ' water. 1.5 USE OF PREMISES . 1 A. Observe the following in performing all work, in addition to requirements. defined by the ' General Conditions: 1. Limit use of the premises to work within easements and right-of-ways indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. ' 2. Consult with the Engineer before performing any work that may damage or interfere with the normal operation of any part of the existing wastewater system, or any part of the new construction that has been completed and turned over.to the Owner. ' 3. Obtain and pay for any additional storage or work areas needed for accomplishing the work under this Contract. B. Work on State Highway 1. Where work on this project encroaches upon the right-of-way of any State or Interstate Highway right-of-way, the Owner will execute a contract with proper authorities for the ' installation of the proposed sewers. 2. The Contractor shall notify the proper authorities prior to entering upon such right-of- way and shall be responsible for all damage for and satisfying the requirements of these ' authorities. C5X59100 01010-2 SUMMARY , RevB—5/16/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT ' CITY OF JEFFERSON,MISSOURI Work on Private Property • 1. Where the work on this property encroaches upon private property, the Owner shall ' provide easements and/or right-of-entry in or beneath which pipes and structures will be constructed by the Contractor under this contract. 2. The Contractor shall be responsible for obtaining any additional area which he may deem necessary for the construction of this project. The Contractor shall obtain a written agreement between the Contractor and Land Owner and forward it to the Engineer prior to use of said property. 3. The Contractor shall be responsible for the preservation of,and shall use every precaution to prevent damage to, all trees, shrubbery, fences, culverts, bridges, pavements, driveways, sidewalks, -houses or -buildings-and all water, sewer, gas, telephone and electric lines there to and all other private and public property along or adjacent to the work. 1 4. Any damage that occurs will be restored to a like condition as existed prior to construction, in the Contract Documents,unless otherwise indicated or specified. 5. Forty-eight (48) hours prior to construction on any easement or streets the Contractor } shall notify in writing the affected property owners in the area. This notification shall { include the Contractor's name and phone number of the contact person. 6. The Contractor shall obtain approval from property owners before removing trees in.the temporary easement areas. 1[I D. Work in Streets and Alleys 1. The Contractor shall secure the approval and obtain operation procedures from the Owner before closing or starting construction within the right-of-way of any street or alley. 2. Throughout the performance of the work or in connection with this Contract, the t • Contractor shall construct and adequately maintain suitable and safe crossing over the trenches and such detours as are.necessary to care for public and private traffic. The material excavated.from trenches shall be compactly deposited along the sides of the trench or elsewhere.in such a manner as shall give as little inconvenience as possible to the traveling public,to adjoining property owners,to other contractors or to the Owner. 1.6 WORK UNDER OTHER CONTRACTS A. Separate Contract: Owner may self perform or award separate contracts for performance of certain construction operations. Those operations will be conducted simultaneously with work under this Contract. B. Cooperate fully with Owner and separate contractors so that work on these contracts may be 'j carried out smoothly,without interfering with or delaying work under this Contract. PART 2 -PRODUCTS (Not Used) ,j PART 3 -EXECUTION(Not Used) i i END OF SECTION 01100 ,I • C5X59100 01010-3 S ' LIMMARY RevB—5/16/07 i MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI SECTION 01420 -REFERENCE STANDARDS i PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary (+ Conditions and other Division 1 Specification Sections,apply to this Section. 1.2 DEFINITIONS I� A. General: Basic Contract definitions are included in the General Conditions of the Contract. B. Indicated: The term "indicated" refers to graphic representations, notes or schedules on the Drawings, or other Paragraphs or Schedules in the Specifications, and similar requirements in the Contract Documents. Where terms such as"shown," "noted," "scheduled," and"specified" are used,it is to help the reader locate the reference;no limitation on location is intended. C. Directed: Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and "permitted"mean"directed by the Engineer," "requested by the Engineer," and similar phrases. D. Approve: The term "approved,." where used in conjunction with the Engineer's action on the Contractor's submittals, applications, and requests, is limited to the Engineer's duties and ' • responsibilities as stated in the Conditions of the Contract. E. Regulation: The term "Regulations" includes laws, ordinances, statutes, and lawful orders', ' issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. F. Furnish: The term "furnish" is used to mean "supply and deliver to a location designated by _ the Owner,ready for unloading,unpacking,assembly, installation,and similar operations." G. Install: The term "install" is used to describe operations at project site including the actual "unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension,finishing, curing,protecting, cleaning, and similar operations." ,j H. Provide: The term "provide" means "to furnish and install, complete and ready for the intended use." - 1. Installer: An "Installer" is the Contractor or an entity engaged by the Contractor, either as an employee, subcontractor, or contractor of lower tier for performance of. a particular construction activity, including installation, erection, application, and similar operations. Installers are required to be experienced in the operations they are engaged to perform. 1. The term "experienced," when used with the term "Installer," means having a minimum of five previous projects similar in size and scope to this Project,being familiar with the special requirements indicated, and having complied with requirements of the authority Jhaving jurisdiction. • C5X59100 01420-1 REFERENCE STANDARDS RO—1/12/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT , CITY OF JEFFERSON,MISSOURI 2. Trades: Use of titles such as "carpentry" is not intended to imply that certain construction activities must be performed by accredited or unionized individuals of a • corresponding generic name, such as "carpenter." It also does not imply that ' requirements specified apply exclusively to tradespersons of the corresponding generic name. J. Project Site is the space available to the Contractor for performance of construction activities, either exclusively or in conjunction with others performing other work as part of the Project. The extent of the Project Site is shown on the Drawings. K. Testing -Laboratories: A "testing-laboratory" is an-independent entity-engaged to perform specific inspections.or tests, either at the Project Site or elsewhere, and to report on and, if required; to interpret results of those inspections or tests. ' 1.3 SPECIFICATION FORMAT AND CONTENT EXPLANATION A. Specification Format: These Specifications are organized into Divisions and Sections based , on the Construction Specifications Institute's 16-Division format and MASTERFORMAT numbering system. B. Specification Content: This.Specification uses certain conventions in the use of language and the intended meaning of certain terms, words, and phrases when used in particular situations or circumstances..These conventions are explained-as follows: I 1. Abbreviated Language: Language used in Specifications and other Contract Documents is the abbreviated type. Words and meanings shall be interpreted as appropriate. Words that are implied, but not stated shall be interpolated as the sense r required. Singular words will be interpreted as plural and plural words interpreted as singular where applicable and the context of the Contract Documents so indicates. 2. Imperative and streamlined language is used generally in the Specifications. ' Requirements expressed in the imperative mood are to be performed by the Contractor. At certain locations in the text, for clarity, subjective language is used to describe responsibilities that must be fulfilled indirectly by the Contractor, or by others when so ' noted. a. The words "shall be" shall be included by inference wherever a colon (:) is used within a sentence or phrase. , 1.4 INDUSTRY STANDARDS A. Applicability of Standards: Except where the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with the standard in effect as of the date of the Contract Documents. , C. Conflicting Requirements: Where compliance with two or more standards is specified, and the standards may establish different or conflicting requirements for minimum quantities or quality levels. Refer requirements that are different, but apparently equal,and uncertainties to the Engineer for a decision before proceeding. • C5X59100 01420-2 REFERENCE STANDARDS ' RO—1/12/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT l CITY OF JEFFERSON,MISSOURI J 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply • exactly with the minimum quantity,or quality specified, or it may exceed the minimum within reasonable limits. In complying with these requirements, indicated numeric values are minimum or maximum, as appropriate for the context of the requirements. Refer uncertainties to the Engineer for a decision before proceeding. -� D. Copies of Standards: Each entity engaged in construction on the Project is required to be familiar with industry standards applicable to that entity's construction activity. Copies of applicable standards are not bound with the Contract Documents_ J . 1. Where copies of standards are needed for performance of a required construction activity,the Contractor shall obtain copies directly from the publication source. E. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. The following acronyms or abbreviations, as referenced in Contract IJDocuments, are defined to.mean the associated names. Names and addresses are subject to J change and are believed to be,but are not assured to be, accurate and up to date as of date of Contract Documents. IAASHTO American Association of State Highway and Transportation Officials 444 North Capitol St., Suite 225 Washington,DC 20001 (202)624-5800 ACI American Concrete Institute '1 • P.O.Box 19150 II Detroit,MI 48219 (313) 532-2600 '1 ACPA American Concrete Pipe Assoc. JJ 8300 Boone Blvd., Suite 400 Vienna,VA 22180 (703)821-1990 AISC American Institute of Steel Construction One East_Wacker Drive, Suite 3100 ll Chicago,IL 60601-2001 (312)670-2400 AISI American Iron and Steel Institute 1133 Fifteenth St.,NW Washington,DC 20005 (202)452-7100 ANSI American National Standards Institute �l 1430 Broadway 11 New York,NY l 0018 (212) 354-3300 ASCE American Society of Civil Engineers 345 East 47th Street New York,NY 10017 (212) 705-7229 • C5X59100 01420-3 REFERENCE STANDARDS RO—1/12/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT ' CITY OF JEFFERSON,MISSOURI ASTM American Society for Testing and Materials , 1916 Race St. Philadelphia,PA 19103 (215) 299-5400 „ AWWA American Water Works Assoc. ' 6666 W.Quincy Ave. Denver,CO 80235 (303)794-7711 MSS Manufacturers Standardization Society of the Valve and Fittings Industry ' 127 Park-St_,NE. Vienna,VA 22180 (703)281-6613 NRMCA National Ready-Mix Concrete Association 900 Spring St. Silver Spring,MD 20910 (301) 587-1400 ' NSF National Sanitation Foundation 3475 Plymouth Rd. P.O.Box 1468 Ann Arbor,M148106 (313)769.-8010 PCA Portland Cement Assoc. ' 5420 Old Orchard Road Skokie,IL 60077 (312)966-6200 Underwriters'Laboratories UL erwriters Labo tones • ' 333 Pfingsten Rd. Northbrook 62 - k,IL 6 (708)272 8800 F. Federal Government Agencies: _ Names and titles of federal government standard or g g Specification producing agencies are often abbreviated. The following acronyms or abbreviations referenced in the Contract Documents indicate names of standard or Specification producing agencies of the federal government. Names and addresses are subject to change but are believed to be, but are not assured to be, accurate and up to date as of the date of the Contract Documents. ' CE Corps of Engineers (U.S.Department of the Army) Chief of Engineers-Referral Washington,DC 20314 (202)272-0660 EPA Environmental Protection Agency , 401 M St., SW Washington,DC 20460 (202) 382-2090 C5X59100 01420-4 REFERENCE STANDARDS ' RO—1/12/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI FS Federal Specification(from GSA) . J • Specifications Unit(WFSIS) 7th and D St., SW Washington, DC 20406 (202)472-2205 or 472-2140 MIL Military Standardization Documents (U.S.Department of Defense) Naval Publications and Forms Center 5801 Tabor Ave. Philadelphia,PA 19120 OSHA Occupational Safe and Health Administration P h' (U.S.Department of Labor) Government Printing Office JJ Washington,DC 20402 (202) 523-6091 1.5 GOVERNING REGULATIONS/AUTHORITIES A. The Engineer has contacted authorities having jurisdiction where necessary to obtain information necessary for preparation of Contract Documents. Contact authorities having f jurisdiction directly for information and decisions having a bearing on the Work. ji1.6 SUBMITTALS A. Certificates: For the Owner's records,,submit copies of certifications, inspection reports, releases,jurisdictional settlements,.notices, receipts for fee payments,judgments, and similar :" • documents, correspondence, and records established in conjunction with compliance with standards and regulations bearing upon performance of the Work. �JPART 2-PRODUCTS 'l Not Applicable. '1 PART 3 -EXECUTION J Not Applicable. END OF SECTION 01420 �I ' • C5X59100 01420-5 REFERENCE STANDARDS RO—1/12/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI SECTION N 01 PROTECTION F • S O 0 14— O PROPERTY AND THE ENVIRONMENT PART 1 - GENERAL --_ 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including .General and Supplementary Conditions and other Division 1 Specification Sections,apply to-this Section. 'l 1.2 SCOPE OF THIS SECTION ; 1 A. This Section provides specific additional information to augment the general requirements of the Contract regarding protection of property and the environment at and around the project site defined by the General and Supplementary Conditions. '} 1.3 PROTECTION OF WATERWAYS A. The Contractor shall observe the rules and regulations of the State of Missouri and agencies of 1{ the United States Government prohibiting the pollution of rivers and streams by the dumping of J any refuse,rubbish, or debris therein. l • B. Prior to commencing any dewatering, excavation or other similar construction activities, the _J Contractor shall submit to the Engineer for review, detailed plans showing how the Contractor intends to handle and dispose.of sanitary, groundwater, and stormwater flow. By reviewing the plan, the Engineer does not assume any.responsibility for the adequacy thereof nor for any damages to public or private property resulting therefrom, such responsibilities remaining with the Contractor. ' C. The Contractor shall be responsible for providing holding ponds or an acceptable method which will handle, cant' through, or divert around his work all flows, including storm flows so. as to prevent excessive silting of waterways or flooding damage to the property. The Contractor shall remove all holding ponds,etc.,unless otherwise directed by the Engineer. 1.4 PROTECTION OF AIR QUALITY A. Any air pollution likely to occur due to construction operations shall be minimized by wetting down bare soils during windy periods,by using properly operating combustion emission control devices on construction vehicles and equipment, and by encouraging the shutdown of motorized equipment not actually in use. 'l B. Trash burning is not permitted.Dispose of trash off site in accordance with local regulations. �l ' C. If temporary heating devices are necessary for protection of the work, such devices shall be of an approved type that will minimize pollution of the air. =59100 01014 - 1 PROTECTION OF PROPERTY RB—05/16/07 AND THE ENVIRONMENT u 11 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT ' CITY OF JEFFERSON,MISSOURI 1 1.5- CONSTRUCTION NOISE CONTROL • A. The Contractor shall conduct all his work, use appropriate construction methods and equipment, ' and fumish and install acoustical barriers, all as necessary so that no noise emanating from the constriction process or any related tool or equipment item, including trucks and earth-moving equipment, will exceed legal noise levels. ' 1.6 HAULING ' A. The Contractor,when hauling materials on or across roadways, shall take precautions to prevent spillage of material or debris from haul vehicles. If such spills should occur, promptly clean ' them up before the end of each workday. This requirement also applies to mud and dust resulting from construction traffic. B. The Contractor shall take precautions to avoid staining service and public roadways by tire , marks from tricks and equipment. If stains from tires or spillage of material should occur, clean them before the end of the workday to the Engineer's satisfaction. C. The Contractor shall protect existing pavements from damage by overloading and surface ' damages(e.g., use crawler cleats on bulldozers,dunnage for load, etc.). 1.7 EROSION AND DUST CONTROL A. The Contractor shall take special precautions to minimize erosion during construction and • control dust by wetting down bare sides during construction activities. The Contractor shall adhere to all applicable standards for_environmental protection during construction. Similar care shall also be taken during hauling activities,both on-site and off-site. END OF SECTION 01014 i C5X59100 01014-2 PROTECTION OF PROPER • TY ' RB—05/16/07 AND THE ENVIRONMENT MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT ' CITY OF JEFFERSON,MISSOURI SECTION 01016 - SAFETY DURING CONSTRUCTION II •' PART 1 -GENERAL �I y 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract,including General and Supplementary Conditions '} and other Division 1 Specification Sections, apply to this Section. 1.2 SCOPE OF THIS SECTION A. This Section provides specific additional information to augment the general requirements of the Contract regarding safety during construction and start-up of the work under this Contract defined by the General and Supplementary Conditions. 1.3 RESPONSIBILITY FOR SAFETY ` A. The Contractor shall do all work necessary for safety and be solely and completely responsible for ' conditions at the job site, including safety of all persons and property during the Contract period. This requirement shall apply continuously and not be limited to normal working hours. 1.4 FEDERAL,.STATE,AND LOCAL SAFETY REQUIREMENTS ,J A. Safety provisions shall conform to the Federal and State Departments of Labor, Occupational ' Safety and Health Act(OSHA),and all other applicable federal,state,and local laws,ordinances, codes, the requirements set forth herein, and any regulations that may be specified elsewhere in these Contract Documents. Where any of these are in conflict,the more stringent requirement shall be followed. The Contractor's failure to thoroughly familiarize himself with the aforementioned 11 safety provisions shall not relieve him from compliance with the obligations or relieve him of the `. penalties set forth therein. B. It is recognized that OSHA Standard 1919:1200,"Hazard Communication Standard"does apply to the construction industry and adherence to this standard is required on this job site. 1.5 CONSTRUCTION SAFETY PROGRAM 1� A. The Contractor shall appoint,for the duration of this Contract,a qualified supervisory employee to develop and/or supervise a Contractor's job safety program that will effectively implement the required safety provisions. The Contractor shall submit to the Owner,within 10 working days after the start of construction,four copies of the job safety program adopted and to be enforced by the Contractor during the performance of the work. Neither the Owner nor the Engineer shall be responsible for safety enforcement,precautions and programs in connection with the construction work. '+ . 1.6 ACCIDENT REPORTS �J A. If death or serious injuries or serious damages are caused, the accident shall be reported ' immediately by telephone or messenger to the Owner. In addition,the Contractor must promptly report in writing to the Owner all accidents in connection with the work,giving full details,names, 1 • C5X59100 01016-1 SAFETY DURING � RB—'05/16/07 CONSTRUCTION L MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT , CITY OF JEFFERSON,MISSOURI and statements of witnesses. This reporting requirement is in addition to all normally required. . reports by federal,state, and local agencies and organizations. B. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident,the Contractor shall promptly report the facts in writing to the Owner,giving full details , of the claim. 1.7 FIRE PREVENTION AND PROTECTION ' A. The Contractor shall execute all work in a fire-safe manner. He shall supply and maintain on the site adequate fire-fighting equipment capable of extinguishing incipient fires. The Contractor shall ' comply with. applicable federal, state, ..and_.local.—fire—prevention.regulations. Where these regulations do not apply, applicable parts of the National Fire Prevention Standard for Safeguarding Building Construction Operations(NFPA No. 24 1)shall be followed. ' 1.8 WORK AREA SECURITY A. The Contractor shall provide security surveillance of all work and storage areas as necessary,and shall erect and maintain suitable barriers and proper lighting. Lighting shall operate during periods as necessary to provide adequate security. ' END OF SECTION 01016 t C5X59100 01016-2 SAFETY DURING • RB—05/16/07 CONSTRUCHON MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT l CITY OF JEFFERSON,MISSOURI _l SECTION 01500-TEMPORARY FACILITIES AND CONTROLS _J • PART 1 -GENERAL iJ ' L I RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Price. Allow other entities to use temporary services and facilities without cost, including,but not limited to,the following: 1. Engineer. 2. Testing agencies. '� • 3. Personnel of authorities having jurisdiction. 1.4 QUALITY ASSURANCE A. Standards: Comply , with ANSI A10.6, NECA's "Temporary Electrical Facilities," and. NFPA 241. 1. Electric Service: Comply with NECA, NE and UL standards and regulations for P Y MA, � temporary electric service. Install service to comply with NFPA 70. B. . Tests and Inspections: Arrange for authorities having.jurisdiction to.test and inspect each temporary utility before use. Obtain required certifications and permits. PART 2-PRODUCTS t2.1 MATERIALS ' A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Engineer. Provide materials suitable for use intended. C5X59100 01500-1 TEMPORARY FACILITIES 'I RO—1/12/07 AND CONTROLS MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI B. Chain-Link Fencing: Minimum 2-inch, 0.148 inch- thick, galvanized steel, chain-link fabric , fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8-inch-OD corner and pull posts. • C. Portable Chain-Link Fencing: Minimum 2-inch 9-gage, galvanized steel, chain-link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8-inch-OD corner and pull posts,with 1=5/8-inch-OD top and bottom rails. 2.2 EQUIPMENT ' A. General; Provide equipment suitable for use intended. B. Field Offices: Prefabricated or mobile units with lockable entrances, operable windows, and , serviceable finishes;heated and air conditioned; on foundations adequate for normal loading. C. Fire Extinguishers: Hand carried,portable, UL rated. Provide class and extinguishing agent as ' indicated or a combination of extinguishers of NFPA-recommended classes for exposures. 1. Comply with NFPA 10-and NFPA 241 for classification, extinguishing agent, and size , required by location and class of fire exposure. D. Self-Contained Toilet Units: Single-occupant units of chemical, aerated recirculation, or combustion type; vented; fully enclosed with a glass-fiber-reinforced polyester shell or similar , nonabsorbent material. E. Heating Equipment: Unless Owner authorizes,use of permanent heating system, provide vented, self-contained, liquid-propane-gas or fuel-WI heateq.with individual space thermostatic r , dantrol. - 1. Use of gasoline-burning space heaters, open-flame heaters, or salamander-type heating units is prohibited. F. Electrical Outlets: Properly configured,NEMA-polarized outlets to prevent insertion of 110-to ' 120-V plugs into higher-voltage outlets; equipped with ground-fault circuit interrupters, reset button,and pilot light. , G. Power Distribution System Circuits: Where permitted and overhead and exposed for surveillance, wiring circuits, not exceeding 125-V ac, 20-A rating, and lighting circuits may be nonmetallic sheathed cable. PART 3 -EXECUTION , 3.1 INSTALLATION, GENERAL , A. Locate facilities where they will serve Project adequately.and result in minimum interference with performance of the Work. Relocate and modify facilities as required. , C5X59100 01500-2 TEMPORARY FACILITIES • RO—1/12/07 AND CONTROLS ' MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT 4 CITY OF JEFFERSON,MISSOURI B. Provide each facility ready for use when needed to avoid.delay. Maintain and modify as required. Do not remove until facilities are no longer needed or are replaced by authorized use • of completed permanent facilities. l 3.2 TEMPORARY UTILITY INSTALLATION 1' A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder.with-matching,--compatible materials-and equipment: ..Comply-with-utili-ty company I` recommendations. Il� 1. Arrange with utility company, Owner, and existing users for time when service can be interrupted,if necessary,to make connections for temporary services. 2. Provide adequate capacity at each stage of construction. Before temporary utility is (� available,provide trucked-in services. . 3. Obtain easements to bring temporary utilities to Project site where Owner's easements cannot be used for that purpose. ]� B. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If sewers are not available or cannot be used, provide drainage ditches, dry wells, stabilization ponds, and similar. facilities. If neither sewers nor 11 drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off-site in a lawful manner. J • C. Water Service: Use.of Owner's existing water service facilities will be permitted, as long.as facilities are cleaned and maintained in. a condition acceptable to Owner. At Substantial Completi On,.restore these facilities to condition existing before.initial use. 'l 1. Provide rubber hoses as necessary to serve Project site. 11 D. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking-water fixtures. Comply with regulations and health codes for type, number, location, operation, and maintenance of fixtures and facilities. } 1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material. 2. Toilets: Install self-contained toilet units. Shield toilets to ensure privacy. ,! E. Heating and Cooling: Provide temporary heating and cooling required by construction activities for curing or drying of completed installations or for protecting installed construction from '_ adverse effects of low temperatures or high humidity. Select equipment that will not have a ! harmful effect on completed installations or elements being installed. F. Ventilation and Humidity Control: Provide temporary ventilation required by construction '} activities for curing or drying of completed installations or for protecting installed construction from adverse effects of high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce ambient condition required and minimize energy consumption. ' C5X59100 01500-3 TEMPORARY FACILITIES RO—1/12/07 AND CONTROLS MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON, MISSOURI G. Electric Power Service: Provide weatherproof, grounded electric power service and distribution • system of sufficient size, capacity, and power characteristics during construction period. Include meters, transformers, overload-protected disconnecting means, automatic ground-fault interrupters, and main distribution switchgear. H. Electric Distribution: Provide receptacle outlets adequate for connection of power tools and . equipment. 1. Provide waterproof connectors to connect separate lengths of electrical power cords if •single-lengths-will not-reach-areas-where-construction activities-are in progress. Do-not exceed safe length-voltage ratio. I. Lighting: Provide temporary lighting with local switching that provides adequate.illumination for construction operations and traffic conditions. 1: Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. J. Telephone Service: Provide temporary telephone service throughout'construction period for common-use facilities used by all personnel engaged in construction activities. 3.3 SUPPORT FACILITIES INSTALLATION I. A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities, and•other temporary construction and support facilities for easy access. B. Temporary Paving: Immediately upon completion of refilling of the trench or excavation, the Contractor shall place a temporary pavement over all disturbed areas of streets, driveways, ' sidewalks, and other traveled places where the original surface has been removed or disturbed as a result of his operations. Unless otherwise specified or directed, the temporary pavement shall consist of cold Mix Bituminous Pavement, in conformance with Missouri State Highway Commission Standard Specifications, latest editions, to such a depth as required to withstand ' the traffic to which it will be subjected. For dust prevention, the Contractor shall treat all surfaces, not covered with cold patch, as frequently as may be required. The temporary pavement shall be maintained by the Contractor in a safe and satisfactory condition until such time as the permanent paving is completed. The Contractor shall immediately remove and restore all pavements as they become unsatisfactory. C. Dewatering Facilities and Drains: Comply with requirements in applicable Division 2 Sections for temporary drainage and dewatering facilities and operations not directly associated with construction activities included in individual Sections. Where feasible, use same facilities. , Maintain Project site,excavations, and construction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining property nor endanger permanent Work or temporary facilities. , • C5X59100 01500-4 TEMPORARY FACILITIES , RO—1/12/07 AND CONTROLS MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI and t D. Project Identification and Temporary Signs: Prepare Project identification n other signs in sizes indicated. Install signs where indicated to inform public and persons seeking entrance to Project. Do not permit installation of unauthorized signs. E. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, dangerous, or ~ unsanitary waste materials separately from other waste. Comply with Division 1 Section "Execution Requirements" for-progress cleaning requirements. l1. If required-by authorities having jurisdiction,-provide-separate containers,-clearly labeled, " for each type of waste material to be deposited. 2. Develop a waste management plan for Work performed on Project. Indicate types of '} waste materials Project will produce and estimate quantities of each type. Provide detailed information for on-site waste storage and separation of recyclable materials. Provide information on destination of each type of waste material and means to be used ,( to dispose of all waste materials. F. Contractor Field Office: Provide an insulated, weathertight, air-conditioned field office for use by Contractor's personnel for the duration of the project. G. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment involved, including temporary utility services. Sheds may be open '� shelters or fully enclosed spaces within building or elsewhere on-site. 'I 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Environmental Protection: Provide protection, operate temporary facilities, and conduct ' construction in ways and by methods that comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. Avoid using tools and equipment that produce harmful noise. Restrict use of ' noisemaking tools and equipment to hours that will minimize complaints from persons or firms near Project site. B. Stormwater Control: Provide earthen embankments and similar barriers in and around excavations and subgrade construction, sufficient to prevent flooding by runoff of stormwater from heavy rains. C. Site Enclosure Fence: Before construction operations begin, install enclosure fence with lockable entrance gates. Enclose entire Project site or portion determined sufficient to accommodate construction operations: Install in a manner that will prevent people, dogs, and other animals from-easily entering site except by entrance gates. 1. Maintain security by limiting number of keys and restricting distribution to authorized personnel. Provide Owner with one set of keys. D. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations,and similar ' activities. Provide temporary weathertight enclosure for building exterior. C5X59100 01500-5 TEMPORARY FACILITIES RO—1/12/07 AND CONTROLS MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI 1. Where heating or cooling is needed and permanent enclosure is not complete, provide insulated temporary enclosures. Coordinate enclosure with ventilating and material , drying or curing requirements to avoid dangerous conditions and effects. E. Temporary Partitions: Erect and maintain dustproof partitions and temporary enclosures to limit dust and dirt migration and to separate areas from fumes and noise. F. Temporary Fire Protection: Until fire-protection needs are supplied by permanent facilities, install and maintain temporary fire-protection facilities of types needed to protect against ' reasonably predictable and controllable fire-losses. Comply with NFPA 241. 3.5 OPERATION,TERMINATION,AND REMOVAL , A. Maintenance: Maintain facilities in good operating condition until removal. Protect from , damage caused by freezing temperatures and similar elements. B. Termination and Removal: Remove each temporary facility when _need for its service has ended, when it has been replaced by authorized..use of a permanent facility, or no later than ' Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair,damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are the property of Contractor. 2. Remove temporary paving not intended for or acceptable for integration into permanent . ' paving. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compound's; and other t substances that might impair growth of plant materials or lawns. Repair or replace street paving at temporary entrances,as required by authorities having jurisdiction. 3. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements in Division 1 Section t "Closeout Procedures." END OF SECTION 01500 t C5X59100 01500-6 TEMPORARY FACILITIES RO—1/12/07 AND CONTROLS h MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI ISECTION 01700-EXECUTION REQUIREMENTS • 4 ' PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions. of the Contract, including .General and Supplementary Conditions and other Division 1 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section _includes general procedural requirements governing execution of the Work including,but not limited to,the following: 1. Construction layout. ` 1 2. General installation of products. 3. Progress cleaning. 4. Starting and adjusting. 5. Protection of installed.construction. 6. Correction of the Work. PART 2-PRODUCTS(Not Used) PART 3 -EXECUTION 1� 3.1 EXAMINATION 1 A. Existing Conditions: The existence and location of site improvements, .utilities, and other construction indicated as existing are not guaranteed. Before beginning work, investigate and verify the existence and location of construction affecting the Work. B. Existing Utilities: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities and other construction affecting the Work. C. Acceptance of Conditions: Examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. ' 3.2 PREPARATION A. Existing Utility Interruptions: Do not interrupt utilities serving facilities unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: r� C5X59100 01700-1 EXECUTION REQUIREMENTS -' RO—1/12/07 ED MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT ' CITY OF JEFFERSON,MISSOURI 1. Notify Engineer not less than two days in advance of proposed utility interruptions. • 2. Do not proceed with utility interruptions without Engineer's written permission. ' B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before ' fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify .space requirements and dimensions of items shown , diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to Engineer. Include a detailed description of problem encountered, together with recommendations,for changing the , Contract Documents. . 3.3 CONSTRUCTION LAYOUT ' A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are ' discovered,notify Engineer.promptly. B. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill and topsoil placement, utility slopes, and invert elevations. • ' C. Lines and Levels: Locate and lay out control lines and level. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more , locations. D. Record Log: Maintain a log of layout control work. Record deviations from required lines and ' levels. -Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Engineer. ' 3.4 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and ' elevation,as indicated. 1. Make vertical work plumb and make horizontal work level. T'1 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. B. Comply with manufacturer's written instructions and recommendations for installing products in , applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. • C5X59100 01700-2 EXECUTION REQUIREMENTS RO—1/12/07 (} MISSOURIRIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI Ij D. Conduct• Cond c construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions. (� E. Tools and Equipment: 'Do not use tools or equipment that produce harmful noise levels. I F. Hazardous Materials: Use products, cleaners, and installation materials that are not.considered hazardous. 3.5 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Coordinate . progress cleaning for joint-use areas where more than one installer has worked. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and `I debris. 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80 deg F. t) 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. 'i B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for '� • proper execution of the Work. Remove liquid spills promptly. ' - 2. Where dust would impair proper execution of the Work, broom-clean or vgcuum the entire work area,as appropriate. D. Installed Work: Keep. installed work.clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning ,l materials that are not hazardous to health or property and that will not damage exposed surfaces. f E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. 'I F. Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Cutting and Patching: Clean areas and spaces where cutting and patching are performed. 'j Completely remove paint,mortar,oils,putty, and similar materials. 1. Thoroughly clean piping, conduit,and similar features before applying paint or other finishing materials. Rastore damaged pipe covering to its original condition. H. Waste Disposal: Burying or burning waste materials on-site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted. C5X59100 01700-3 EXECUTION REQUIREMENTS RO—1/12/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT ' CITY OF JEFFERSON,MISSOURI 1 I. During handling and installation, clean and protect construction in progress and adjoining • materials already in place. Apply protective covering where required to ensure protection from ' damage or deterioration at Substantial Completion. J. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. K. Limiting Exposures: Supervise construction operations to assure that no part 'of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious.exposure during the construction period. 3.6 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. ' 3.7 CORRECTION OF THE WORK A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. , 1. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up , with matching materials, and properly adjusting operating equipment. B. Restore permanent facilities used during construction to their specified condition. ' d lace d Remove an re a • C. p waged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. r D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. E. Remove and replace chipped, scratched, and broken glass or reflective surfaces. END OF SECTION 01700 ' 1 -'i ,i • C5X59100 01700-4 EXECUTION REQUIREMENTS ' RO—1/12/07 r MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI ' SECTION 01731 -CUTTING AND PATCHING • PART1 -GENERAL t1.1 RELATED DOCUMENTS ' �J A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes procedural requirements for ct itting and patching. 1.3 DEFINITIONS A. Cutting: Removal of existing construction necessary to permit installation or performance of other Work. B. Patching: Fitting and repair work required to restore surfaces to original conditions after �,. installation of other Work. • 1.4 QUALITY ASSURANCE A. Structural Elements: Do not cut and patch structural elements in a manner that could_change their load-carrying capacity or load-deflection ratio. B. Operational Elements: Do not cut and patch operating elements and related components in a 1 manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. 1 C. Visual Requirements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in Engineer's opinion, reduce the building's and structure's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. 1.5 WARRANTY A. Existing Warranties: Remove,replace,patch, and repair materials and surfaces cut or damaged during cutting and patching operations,by methods and with materials so as not to void existing Jwarranties. iI PART 2 -PRODUCTS • C5X59100 01731 - 1 CUTTING AND PATCHING RO— 1/12/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT ' CITY OF JEFFERSON,MISSOURI 2.1 MATERIALS • A. General: Comply with requirements specified in other Sections of these Specifications. ' B. Existing Materials: Use materials identical to existing materials unless otherwise noted in these documents. For exposed surfaces, use materials that visually match existing adjacent surfaces ' to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that,when installed, ' will match the visual and functional performance of existing materials. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching, verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. ' 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. , B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be ' exposed during cutting and patching operations. C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage , to adjoining areas. D. Existing Services: Where existing services are required to be removed, relocated, or abandoned,bypass such services before cutting to minimize interruption of services to occupied areas. 3.3 PERFORMANCE A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and , patching at the earliest feasible time,and complete without delay. 1. Cut existing construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. • CSX59100 01731 - 2 CUTTING AND PATCHING RO— 1/12/07 L' hMISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI I T' B. Cutting: Cut existing construction by sawing, drilling,breaking, chipping, grinding, and similar • operations, including excavation, using methods least likely to damage elements retained or adjoining construction. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering.and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Existing Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Masonry: Cut using a cutting machine, such as.an abrasive saw or a diamond-core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Division 2 Sections 'J. where required by cutting and patching operations. _1 C. Patching: Patch construction by filling,repairing,refinishing, closing up,and similar operations '1 following performance of other Work. Patch with durable seams that are as invisible as !! possible. Provide materials and comply with installation requirements specified in .other Sections of these Specifications. 1. Inspection: Where feasible, test and inspect patched areas after completion, to demonstrate integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. t� • m END OF SECTION 01731 1 i • 1 C5X59100 01731 -3 CUTTING AND PATCHING RO— 1111107 t MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI SECTION 01732-SELECTIVE DEMOLITION • PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section_includes the following: 1. Removal of materials and piping as shown on the drawings. B. Related Sections mchide the following: 1. Division 1 Section "Summary" for special considerations during work, use of the premises and phasing requirements. 2.. Division 1 Section "Temporary Facilities and Controls" for temporary.construction and environmental-protection measures. II 3. Division 1 Section "Cutting and Patching" for cutting and patching procedures for selective demolition operations. 4. Division 1 Section"Protection of Property and the Environment" 5. Division 1'Section"Safety During Construction" 1.3 DEFINITIONS A. Remove:. Detach items from existing construction and legally dispose of them off-site,unless indicated to be removed and salvaged or removed and reinstalled. J' B. Remove and Salvage: Detach.items from existing construction and deliver them to Owner ready for reuse. J' C. Remove and Reinstall: Detach items from existing construction,prepare them for reuse, and reinstall them where indicated. D. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed,removed and salvaged, or removed and reinstalled. 1.4 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise :indicated to remain Owner's property, demolished materials shall become Contractor's property and shall be removed from Project site. J 1� C5X59100 01732- 1 SELECTIVE DEMOLITION RevB—5/16/07 MIN NUUKI KI V bK IN I tSKUt;Y 1 UK r1rt t51UUUJ_1 KtrLAI t1Vit IN 1 CITY OF JEFFERSON,MISSOURI t 1.5 SUBMITTALS ' A. Qualification Data: For firms and persons specified in "Quality Assurance" Article to • demonstrate their capabilities and experience. Include lists of completed projects with.project names and addresses, names and addresses of architects/engineers and owners, and other ' information specified. B. Proposed Dust-Control and Noise-Control Measures: Submit statement or drawing that ' indicates the measures proposed for use,proposed locations, and proposed time frame for their operation. Identify options if proposed measures are later determined to be inadequate. C. Schedule of Selective Demolition Activities: Indicate the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. ' 2. Interruption of utility services. 3. Coordination for shutoff,capping, and continuation of utility services. 4. Locations of temporary partitions and means of egress, including for other tenants ' affected by selective demolition operations. D. Inventory: After selective demolition is complete, submit a list of items that have been removed and salvaged and documentation of disposal. , 1.6 QUALITY ASSURANCE A. Demolition Firm Qualifications: An experienced.firm that has specialized in demolition work ' similar in material and extent to that indicated for this Project. B. Professional Engineer Qualifications: Comply with Division 1 Section "Quality • ' Requirements. C. Regulatory Requirements: Comply with governing EPA notification regulations before ' beginning selective demolition. Comply with hauling and disposal regulations of the State of Missouri. D. Standards: Comply with ANSI A10.6 and NFPA 241. ' i E. Predemolition Conference: Conduct conference at Project site to comply with requirements in ' Division 1 Section "Project Management and Coordination." Review methods and procedures related to demolition. 1.7 PROJECT CONDITIONS ' A. Provide not less than 72 hours notice to Owner of activities that will affect Owner's operations. ' B. Maintain access to existing walkways,corridors,.and other adjacent occupied or used facilities. 1. Do.not close or obstruct walkways,.corridors, or other occupied or used facilities without ' written permission from authorities having jurisdiction. C. Owner assumes no responsibility for condition of areas to be selectively demolished. C5X59100 01732 -2 SELECTIVE DEMOLITION . • RevB—5/16/07 i 1, MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT f CITY OF JEFFERSON,MISSOURI 1. Conditions existing at time of inspection for bidding purpose will be maintained by J Owner as far as practical. • ii D. Hazardous Materials: 1. Documentation from the initial construction of the Missouri River Interceptor show that the exterior of the exposed pipe bridge piping and ring girder was to be grit blasted and ` painted with one shop coat of Type IV red lead, indicating the potential presence of lead. ;.. The Contractor shall take precautions, in accordance with the latest OSHA requirements, to protect workers and the public during the demolition of the existing piping. �I a. Potential Hazard: The disturbance or dislocation of existing coating materials may cause hazardous particles or dust to be released into the atmosphere, thereby creating a potential health hazard to workmen and visitors. Apprise all workers, supervisory personnel, subcontractors and consultants who will be at the job site of the seriousness of the hazard and of proper work procedures, which must be followed. All work shall be conducted in a manner that protects the health and ' safety of Contractor's employees and visitors to the Work Area. All applicable rules and regulations pertaining to worker safety shall be strictly followed. ,I b. Where in the performance of the work, workers, supervisory personnel, subcontractors, or consultants may encounter, disturb,or otherwise function in the immediate vicinity of any identified hazardous material, take appropriate continuous measures as necessary to protect all personnel from the potential hazardous exposure. Such measures shall be in compliance with regulations of applicable Federal, State and local agencies. I C. Handling and disposal of all waste materials.generated, as part of this project is the responsibility of the Contractor. In this regard, Contractor shall adhere to all applicable Federal, State and local regulations regarding handling, storage, and disposal of hazardous or special waste materials. d. Contractor shall observe rules and regulations of the State of Missouri and agencies of the United States Government prohibiting the pollution of rivers and `- streams. ,1 2. If other materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Engineer and Owner. Do not proceed with work until directed in writing by Owner. i E. Storage or sale of removed items or materials on-site will not be permitted. F. Utility Service: Maintain existing utilities indicated to remain in service and protect them ' against damage during selective demolition operations. 1.8 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition,by methods and with materials so as not to void existing warranties. ED is ' C5X59100 01732 -3 SELECTIVE DEMOLITION RevB—5/16/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT , CITY OF JEFFERSON,MISSOURI PART 2 -PRODUCTS , 2.1 REPAIR MATERIALS A. Use repair materials identical to existing materials. L If identical materials are unavailable or cannot be used for exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. ' 2. Use materials whose installed performance equals or surpasses that of existing materials. B. Comply with material and installation requirements specified in individual Specification ' Sections. PART 3 =EXECUTION , 3.1 EXAMINATION A. ' Survey existing conditions and correlate with requirements indicated to determine extent of ' • • Y g q selective demolition required. B. Inventory and record the condition of items to be removed and reinstalled and items to be ' removed and salvaged. C. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are_encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Engineer. D. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. 3.2 UTILITY SERVICES ' A. Existing Utilities: Maintain services indicated to remain and protect them against damage , during selective demolition operations. B. Do not interrupt existing utilities serving occupied or operating facilities unless authorized in , writing by Owner and authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to Owner and to authorities having jurisdiction. 1. Provide at least 72 hours notice to Owner if shutdown of service is required during , changeover. C. Utility Requirements: Locate, identify, disconnect, and seal or cap off indicated utilities ' serving areas to be selectively demolished. 1. Arrange to shut off indicated utilities with utility companies. 2. If utility services are required to be removed;relocated, or abandoned,before proceeding with, selective demolition provide temporary utilities that bypass area of selective ' demolition and that maintain continuity of service. .C5X59100 01732 -4 SELECTIVE DEMOLITION ' RevB —5/16/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI 3.3 PREPARATION • A. Site Access and Temporary Controls: Conduct selective demolition and debris-removal P I operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 'pp 1. Do not close or obstruct streets, walks, walkways, or other adjacent occupied or used I facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. ') 2. Erect temporary protection, such as walks, fences, railings, canopies, and covered ` passageways, where required by authorities having jurisdiction. 3. Protect existing site improvements, appurtenances,and landscaping to remain. 4. Erect a plainly visible fence around drip line of individual trees or around perimeter drip line of groups of trees to remain..,. B. Temporary Shoring:.Provide and maintain interior and exterior 1 oring,bracing, or structural 1 support to preserve stability and prevent movement, settlement, or collapse of construction.to remain, and to prevent. unexpected or, uncontrolled movement or collapse of construction being demolished. '} L. Strengthen or add new supports when required during'progress of selective demolition. 3.4 POLLUTION CONTROLS ' A. Dust Control: Use water mist, temporary enclosures, and other suitable methods to limit spread of dust and dirt. Comply with governing environmental-protection regulations. 1. Do not use water when it may damage existing construction or create hazardous or I. objectionable conditions, such as ice, flooding, and pollution. Do not allow water to flow directly into adjacent waterways. '1 B. Disposal: Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 1iC. Cleaning: Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. 3.5 SELECTIVE DEMOLITION A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use 'j cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding,not hammering and ' chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. " 2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 3. Do not use cutting torches until work area is cleared of flammable materials. At `-` concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden C5X59100 01732 -5 SELECTIVE DEMOLITION Rev-B-5/16/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT ' CITY OF JEFFERSON,MISSOURI space before starting flame-cutting operations. Maintain fire watch and portable fire- suppression devices during flame-cutting operations. 4. Dispose of demolished items and materials promptly. 5. Return elements of construction and surfaces that are to remain to condition existing before selective demolition operations began. ' B. Removed and Salvaged Items: Comply with the following: 1'- Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers. ' 3. Store items in°a,secure area-until-delivery to Owner. 4. Transport items to Owner's storage area designated by Owner. 5. Protect items from damage during transport and storage. , 3.6 PATCHING AND REPAIRS A. General: Promptly repair damage to adjacent construction caused by selective demolition ' operations. B. Patching: Comply with Division 1 Section"Cutting and Patching." , 3.7 DISPOSAL OF DEMOLISHED MATERIALS A. General: Promptly dispose of demolished materials. Do not allow demolished materials to ' accumulate on-site. B. Burning: Do not burn demolished materials. • , C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. ' END OF SECTION 01732 • C5X59100 01732-6 SELECTIVE DEMOLITION ' RevB—5/16/07 i MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI SECTION 02110 -SITE CLEARING r PART 1 -GENERAL 1.1 RELATED DlC-U IEIaTI S A. Drawings and general provisions of the Contract, including General. and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Topsoil stripping. 1 Clearing and grubbing. 3. Removing above-grade improvements. 4. Removing below-grade improvements. B. Related Sections:The following Sections contain requirements that relate to this Section. 1. Division 2 Section 02221 Utility Trench Excavation and Backfill 1.3 PROJECT CONDITIONS I, A. Traffic: Conduct site-clearing operations to ensure minimum interference with roads, streets, walks, driveways, and other adjacent occupied or used facilities. Do not close or obstruct streets, walks, driveways, or other occupied or. used facilities without permission from . authorities having jurisdiction. IJ B. Protection of Existing Improvements: Provide protection necessary to prevent damage to existing improvements indicated to remain in place. 1. Protect improvements on adjoining properties and on easements. 2. Restore damaged improvements to their original condition, as acceptable to property '} owners. C. Improvements on Adjoining Property: Performing removal and alteration work on property adjoining temporary easement shall be permitted only upon written approval of the appropriate property owner. D. Salvable Improvements: Carefully remove items indicated to be salvaged and delivered to the location to be specified by the Owner. 1.4 EXISTING SERVICES ,1 A. General: Indicated locations are approximate; determine exact locations before commencing II Work. r` C5X59100 02110-1 SITE CLEARING RO— 1/12/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT ' CITY OF JEFFERSON,MISSOURI B. Arrange and pay for disconnecting, removing, capping, and plugging utility services. Notify • affected utility companies in advance and obtain approval before starting this Work. , C. Place markers to indicate location of disconnected services. Identify service lines and capping locations on Project Record Documents. ' PART 2 -PRODUCTS (Not Applicable) ' PART 3 -EXECUTION 3.1 SITE CLEARING A. General: Remove shrubs, grass, and other vegetation, improvements, or obstructions, as shown , on the Contract Drawings, to permit installation of new construction. Remove similar items elsewhere onsite or premises as specifically indicated. Removal includes digging out and offsite disposal of stumps and roots. , 1. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. B. Topsoil: Topsoil is defined as friable clay loam surface soil found in a depth of not less than 4 P P Y ep inches. Satisfactory topsoil is reasonably free of subsoil, clay lumps, stones, and other objects over 2 inches in diameter,and without weeds,roots, and other objectionable material. • ' 1. Strip topsoil to whatever depths encountered in a manner to prevent intermingling with underlying subsoil or other objectionable material. Remove heavy growths of grass from areas before stripping. ' 2. Stockpile topsoil in storage piles in areas approved by Engineer. Construct storage piles to provide free drainage of surface water. 3. Dispose of unsuitable or excess topsoil as specified for disposal of waste material. ' C. Removal of Improvements: Remove existing above-grade and below-grade improvements as indicated and as necessary to facilitate new construction. ' 1. Abandonment or removal of certain underground pipe or conduits may be indicated on drawings and is included under work of related Section 02700. 3.2 DISPOSAL OF WASTE MATERIALS A. Burning: Burning will be allowed at approved locations pending the Contractor acquiring the required permits from appropriate local agency having jurisdiction and approval from the Owner. Provide full-time monitoring for burning materials until fires are extinguished. B. Removal from Owner's Property: Remove waste materials and unsuitable or excess topsoil from work areas which include but are not limited to easements, rights-of-way, adjacent property, and owner's property. , END OF SECTION 02110 • C5X59100 02110-2 SITE CLEARING RO— 1/12/07 MISSOURI RIVER.INTERCEPTOR PIPE BRIDGE REPLACEMENT tl CITY OF JEFFERSON,MISSOURI • SECTION 02140 -DEWATERING PART1 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. 1J 1.2 SUMMARY t A. This Section includes provisions for dewatering. B. Dewatering consists of performing work necessary to lower and control groundwater levels and hydrostatic pressures to permit excavation and construction to be performed in near-dry conditions. C. Control of surface and subsurface water,ice and snow are part of the dewatering requirements. D. Protect subgrades and foundation soils from softening and damage by rain or water Il • accumulation. 1.3 SUBMITTALS, A. The Contractor shall obtain a Land Disturbance Permit from the Missouri Department of ,l Natural Resources as required for the proposed construction activities prior to commencing any dewatering, excavation or other similar construction activities. The Contractor shall submit to the Engineer for review, detailed plans showing how the Contractor intends to handle and dispose of sanitary, groundwater,and storm water flow. ll 1.4 QUALITY ASSURANCE J A. Operator Qualifications: Perform dewatering operations with supervisory personnel having at least 10 years experience in field of dewatering. 1L � 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. PART 2-PRODUCTS • Not Applicable. C5X59100 02140-1 DEWATERING RO-1/12/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI ' PART 3 -EXECUTIONS • 3.1 DEWATERING ' A. Provide an adequate system to lower and control groundwater in order to permit excavation, installation of sewers, construction of structures, and placement of fill materials under dry conditions. Install sufficient dewatering equipment to drain water-bearing strata above and ' -below bottom of structure foundations;drains;-sewers;-and other excavations. B. Reduce hydrostatic head in water-bearing strata below structure foundations, drains, sewers and. , other excavations to extent that water level and piezometric water levels in construction areas are below prevailing excavation surface. C. Dispose of water removed from excavations in a manner to avoid endangering public health, ' property, and portions of work under construction or completed. Dispose of water in a manner to avoid inconvenience to others. Provide sumps, sedimentation tanks, and other flow control t" 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 ' • C5X59100 02140-2 DEWATERING RO—1/12/07 ' MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI R 1� • SUPPORT SYSTEMS SECTION 02160 -EXCAVATION SUPP 1� . }} PART I =GENERAL 'J 1.1 RELATED DOCUMENTS ,J A. Drawings and general provisions of Contract,including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1� 1.2 SUMMARY 'J 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 1 limited to,the following: 1. Soldier piles and lagging. 2. Steel sheet piles. 3. Liner plates. 4. Trench boxes. C. Construct and maintain all shoring and bracing necessary to protect the excavation, as needed �l for the safety of employees and as required by applicable Federal and State laws. J D. The type of excavation support used shall be removable following the installation of the '1 pipeline or structure. No permanent type shoring or sheeting shall be used which must remain JJ within the limits of the excavation unless so ordered by the Engineer in accordance with 02160.3.1. The excavation support system shall be removed following approval by the Il Engineer of the excavation, installation of the pipeline or structure, and installation of required JJ backfill material. �l 1.3 SUBMITTALS J� A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. 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. The drawings and other data • shall be prepared and sealed by a professional engineer registered in the State of Missouri. System design and calculations must be acceptable to local authorities having jurisdiction. C5X59100 02160-1 EXCAVATION SUPPORT SYSTEMS R0— 1/12/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI ' 1.4 • QUALITY ASSURANCE , A. Supervision: Engage and assign supervision of the excavation support system to a qualified professional engineer foundatign.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 i A. Before starting work, verify governing dimensions and elevations. Verify condition of adjoining properties. Take photographs to record any existing settlement or cracking of ' structures, pavements, and other improvements. Prepare a list of such damages, verified by dated photographs,and signed by Contractor and others conducting investigation and witnessed by the Engineer. ' 1.6 EXISTING UTILITIES A. Protect existing active sewer, water, gas, electricity, telephone, cable TV, and other utility services and structures. B. Notify municipal agencies and service utility companies having jurisdiction. Comply with requirements of governing authorities and agencies for protection, relocation, removal, and discontinuing of services. PART2 -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. i 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. ' r C5X59100 02160-2 EXCAVATION SUPPORT SYSTEMS RO— 1/12/07 ' i' MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI PART 3 -EXECUTION (i 3.1 SHORING 'J A. Protect the site from caving and unacceptable soil movement. Wherever shorin g required, uired, q locate the system to clear permanent construction and to permit forming and finishing of concrete surfaces. Provide shoring system adequately anchored and braced to resist earth and hydrostatic pressures. B. Shoring systems retaining .earth on which the support or stability of existing structures is iJ 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 i� placed. 3.2 BRACING 'l A. Locate bracing to clear permanent work. If necessary to move a brace, install new bracing prior to removal of original brace. 'J B. Do not place bracing where it will be cast into or included in permanent concrete work, except as otherwise acceptable to Engineer. '�. C. . Install internal bracing, if required,to prevent spreading or distortion of braced frames. r D. Maintain bracing until structural elements are supported by other bracing or until permanent i construction is able to withstand lateral earth and hydrostatic pressures. E. Remove sheeting, shoring, and bracing in stages to avoid disturbance to underlying soils and idamage to structures,pavements, facilities, and utilities. F. Repair or replace, as acceptable to Engineer, adjacent work damaged or displaced through i� installation or removal of excavation support system. END OF SECTION 02160 �j C5X59100 02160-3 EXCAVATION SUPPORT SYSTEMS ' RO— 1/12/07 . i MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT f .-. CITY OF JEFFERSON,MISSOURI '1 SECTION 02221 UTILITY TRENCH EXCAVATION AND BACKFILL PARTI -GENERAL 1.1 R7QATE1)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 A. Extent of trench excavation and backfill work shall be as required to perform the construction as shown on the Drawings and specified herein. Trench excavation and backfill work shall also '} include boring pits and vertical shafts excavated in conjunction with utility construction. J1. Trench excavation. 2. Foundation stabilization. 'l 3. Pipe bedding and trench backfill. l 4. Manholes '0 B. Definition: "Excavation" consists of removal of material encountered to subgrade elevations indicated and subsequent disposal or storage of materials removed. a 'l C. Related Sections: The following sections contain requirements that relate to this section. J 1. Division 2, "Excavation Support Systems" for sheeting and bracing, shoring, and trench boxes.used during excavation '1 2. Division 2, "Dewatering"for removal of water during excavation and backfill ') 1.3 QUALITY ASSURANCE 1 A. Codes and Standards: Perform trench excavation work in compliance with applicable ' requirements of governing authorities having jurisdiction. B. Testing and Inspection Service: The Contractor will retain 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 '1 from material suppliers. 1.4 SUBMITTALS A. The Contractor shall submit to the Engineer appropriate data and material samples, as herin required. A Certificate of Compliance, including test results for gradation, durability, and other specified requirements,as applicable,shall be included with each material sample submitted. C5X59100 02221-1 UTILITY TRENCH EXCAVATION �� RevA—2/20/07 AND BACKFILL 1 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI ' • B. Product Data: Submit for review manufacturer's product data that indicates conformance with 1 specified requirements and application, as requested by the Engineer. For each admixture proposed for a given mix, the manufacturer of that admixture must provide written certification of compatibility with each other admixture proposed for use in the same mix. For each ' admixture, provide written confirmation of chloride ion content from each admixture manufacturer prior to submittal of Controlled Low Strength Material (CLSM)Mix Reports. C. Mill Analysis: Submit mill analysis of fly ash and cement. 1 PART 2 -PRODUCTS 2.1 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: For Ductile Iron Pipe: Sieve Percent Passing by Weight , 1 inch .100 1/2 inch 35-60 •,' 3/4 inch 90-100 No. 100 0-10 B. The backfill from the pipe invert on up may be earth backfill as described in paragraph 2.3 ' Trench Backfill. Granular backfill is required when located as described in paragraph 3.9F. C. Controlled Low Strength Material (CLSM) may be used in lieu of granular materials with the ' approval of the Engineer. 2.2 TRENCH BACKFILL A. Earth Backfill: Satisfactory soil materials are ASTM D 2487 soil classification groups GW, ' GM, SM, SW, GC, ML, MC, and CL. free of rock or gravel larger than 2 inches in any dimension, debris, waste, frozen materials, vegetation and other deleterious matter. Unsatisfactory soil materials are ASTM D 2487 soil classification groups GP, SP,OL, OH, CH, and PT. B. Granular Backfill: Conform to ASTM D-2321 for Class IB materials. 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 ASTM Specification C 150; Sand 1 C5X59100 02221-2 UTILITY TRENCH EXCAVATION ' RevA—2/20/07 AND BACKFILL 'J MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT hCITY OF JEFFERSON,MISSOURI JJ . Ilshall conform to fine aggregate as specified in ASTM C 33 and Fly Ash shall conform to J ASTM C 618, Class C. Additives may be used with Engineer's approval. 2.3 COMPACTION EQUIPMENT A. Approved power equipment capable of obtaining the specified compaction, and operated in -strict-accordance-with-the-manufacturer=s instructions-and-recommendations Equipment shall be maintained in such condition that it will deliver the manufacturer's rated compactive effort. I� B. Jetting ofbackfill material shall be forbidden. I! 2.4 MATERIAL APPROVAL A. Samples of all materials proposed for use in the work shall be submitted to the Engineer for approval prior to placing orders. Samples shall be representative and shall be clearly marked to indicate the source of the material and its intended use on the project. 'j B. Required CLSM Mix Type and Qualities: Use the following mix types at the locations approved JJ 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 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. J C5X59100 02221-3 UTILITY TRENCH EXCAVATION ' RevA—2/20/07 AND BACKFILL MISSOURI RIVER.INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI ' D. Cutting trench banks on slopes to reduce earth load:fo'prevent sliding and caving shall be used ' only in areas where the increased trench width will not interfere with surface features or encroach on right-of-way limits. Bottom of such slopes shall not be closer than one-foot above the top--of the pipe:.. Cost of such- excavation-and backfill shall be at the expense of the Contractor. E. Where, for any reason, the width of the lower portion of the trench, as excavated at any point, ' -exceeds the-maximum permitted as shown on the Drawings, either pipe of adequate strength, special pipe embedment, or arch concrete encasement, as required by loading conditions and with.the concurrence of the Engineer, shall be furnished and installed by and at the expense of the Contractor. ' F. No more trench shall be opened in advance of pipe laying than is necessary to expedite the work. Unless otherwise authorized by the Engineer,no more trench shall be excavated in a day , than can be laid in during that working day. G. Backfilling shall begin as soon as practicable but do not commence until after sewers, drains, ' sewerage and drainage structures, pipe, conduit and other equipment and appurtenances have been placed in trench or similar excavations have been properly constructed or installed, as applicable, and inspected. Backfill shall be placed in such a manner as not to disturb, damage, ' or subject such facilities to unbalanced loads or forces. H. Excavate for structures to indicated or existing elevations and dimensions within a tolerance of •, plus or minus 0.10 foot. Extend excavations a sufficient distance from structures to allow placing and removing concrete formwork, installing services and other construction and for inspections. ' 3.2 SPECIAL TRENCH EXCAVATION AND BACKFILL RESTRICTIONS A. The Contractor shall maintain vehicular access alon g g the existing roads at all times. Where ' construction activities under this Contract cross the existing roads, the work shall be scheduled ' to minimize interference with vehicular traffic. The Contractor shall provide temporary vehicular access roads, where required, around construction work. Temporary graveled vehicular access roads shall have a minimum width of 12 feet and shall be maintained by the Contractor during use and removed, as directed by the Engineer, after vehicular access has been , re-established along existing roads. 3.3 OBSTRUCTIONS A. Remove all obstructions encountered within the trench area or adjacent thereto. The Engineer ' may, if requested by the Contractor, approve minor changes in trench alignment to avoid major obstructions, provided such alignment changes can be made within the permanent easement or right-of-way lines and without adversely affecting the intended function of the facility. The ' Contractor shall pay any additional costs resulting from such alignment changes. 3.4 GRADE ' C5X59100 02221-4 UTILITY TRENCH EXCAVATION RevA—2/20/07 AND BACKFILL , ,1 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT '1 CITY OF JEFFERSON,MISSOURI II • - 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 layers not exceeding 6 inches deep to the established grade with allowance for the pipe bedding. 1l J 3.5 SHORING,SHEETING,AND BRACING(EXCAVATION.SUPPORT) OF TRENCHES A. Bracing and Shoring: It shall be the responsibility of the Contractor to maintain all work in compliance with current.Occupational Safety and Health (OSHA) standards. In addition, trenches including embankments, shall be shored or otherwise supported when the trench is 'l 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 llbe sloped to preclude collapse, but shall.not be steeper than a 1-foot rise to each foot horizontal. 'i 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 t not obstruct any roadways or streets. Conform to all Federal, State, and local codes governing the safe loading of trenches with excavated materials. 3.7 REMOVAL OF WATER A. At all times,provide and maintain ample means and devices to promptly remove and dispose of all water entering the trench excavation during the time the trench is being prepared for the pipe laying, during the laying of the pipe, and until at least the backfill of the pipe zone has been completed. These provisions shall apply during the noon hour as well as overnight. Do not, under any circumstances,permit the dewatering process to interfere with or allow water to enter the construction area of any other Contractor. Provide the necessary means and devices, as approved,to positively prevent such occurrences. B. Dispose of the water in a manner to prevent damage to adjacent property and prevent interference with adjacent Contract areas. Drainage of trench water through the pipeline under construction is prohibited. C. Additional dewatering requirements are outlined in Section 02140,Dewatering. �I C5X59100 02221-5 UTILITY TRENCH EXCAVATION RevA—2/20/07 AND BACKFILL MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI ' 3.8 FOUNDATION STABILIZATION A. When; in the opinion of the Engineer, the existing material in the bottom of the trench is unsuitablc for.supporting the pipe, excavate below the subgrade of the pipe, as directed by the , Engffi e&. 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. r, B. The cost of any over-excavation and the required granular backfill ordered by the Engineer shall be paid at a negotiated unit price. 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 1 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. • 3. In PVC pipe trenches, the bedding material shall-be placed under and around the pipe in uniform layers not exceeding 6 inches in uncompacted thickness and compacted to 85 ' percent of maximum dry density as determined by ASTM D 698. Bedding material shall be placed in accordance with the Drawings. 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. C5X59100 02221-6 UTILITY TRENCH EXCAVATION RevA—2/20/07 AND BACKFILL , MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT 1 CITY OF JEFFERSON,MISSOURI C. Push the backfill material carefully to 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: I. 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 soil. 4. Backfill material shall be.placed and compacted only when its moisture content is within .` 2.0 percent of optimum moisture content. 5. Under structures,compact the top 12 inches below subgrade and each layer of backfill or fill material at 95 percent maximum dry density. 6. No backfill shall be placed over or around any structure until the concrete mortar therein �l .has attained a minimum strength 2000 psi and can sufficiently support the loads imposed J by the backfill without damage. 7. The Contractor shall use utmost care to avoid any wedging action between the side of the excavation and the structure that would cause any movement of the structure. Any damage caused by premature backfill or by the use of equipment on or near a structure will be the responsibility of the Contractor. 8: Backfill shall be placed and compacted on all sides of the structure simultaneously, and :. operations shall be so conducted that the backfill is always at approximately the same elevation on all sides of the structure. 9. No excavated rock larger than two (2) inches maximum dimension shall be placed within 1 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 to ASTM D 698. F. Water Settling of Trench Backfill: Water settling of trench backfill will not be considered an acceptable compaction procedure, and will not be permitted unless specifically approved by the Engineer. C5X59100 . 02221-7 UTILITY TRENCH EXCAVATION RevA—2/20/07 AND BACKFILL MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI ' 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): , 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. 3. CLSM may be placed to the subgrade_ elevation of the pavement and the pavement ' replaced within 24 hours of placing the CLSM. 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 F (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 Report and maintain protection for minimum times as noted in Table 1.4.2 of ACI 306 Report. The rate of cooling should be gradual and should not exceed 40 degrees F per 24-hour following the cessation of heat application. 2. Do not use frozen materials or materials containing ice or snow. Do not place CLSM on frozen subgrade or on subgrade containing frozen materials .' 3.10 FIELD QUALITY CONTROL A. Quality Control Testing During Construction: Contractor shall retain a testing service to inspect ' pipe subgrade, bedding, and pipe backfill and obtain approval of Engineer before further construction work is performed. Allow field density tests to be performed in accordance with ' ASTM D1556 (sand cone method), ASTM D2167 (rubber balloon method), or ASTM D2922 and D3017 (nuclear method)as applicable. 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 backfrlling 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. ' GX59100 02221-8 UTILITY TRENCH EXCAVATION RevA—2/20/07 AND BACKFILL ' i MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI _ • Ya 1 3.11 MAINTENANCE OF TRENCH BACKFILL A. The Contractor shall maintain all backfilled trench surfaces until all work has been completed 1 l 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 backfilled trench surface smooth, free from ruts and potholes, and suitable for traffic flow. 1� 3.12 SETTLEMENT I.J 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 '1 settlement shall be restored to their original condition at the Contractor's expense. 1� 3.13 EXCESS MATERIAL DISPOSAL A. Excess materials such as vegetation, rubble, broken concrete, debris, asphaltic concrete '1 pavement, excess soil, spoil and slurry from boring operations, and other materials not Jdesignated 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 110 any required disposal permits., 1� 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. hD. Excess materials shall be removed from the site on a daily basis, such that the site is maintained 11 in a neat and orderly condition. No stockpiling of excess materials on-site shall be permitted. II E. The Contractor shall meet all applicable environmental regulations for handling, storing, transporting, and disposing of excess materials. END OF SECTION 02221 'I C5X59100 02221-9 UTILITY TRENCH EXCAVATION ' RevA —2/20/07 AND BACKFILL l 1 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT hCITY OF JEFFERSON,MISSOURI SECTION 02700 -SEWERAGE AND DRAINAGE PART 1 -GENERAL h _ - 1.1 RELATED DOCUMENTS A. Drawings and _general.provisions of the Contract, including"the General and 'Supplementary Conditions and Division 1 Specification Sections,apply to this Section. Il 1.2 .StTMMARY —A. This Section includes sewerage and drainage systems. Systems include the following: 1. Buried gravity sewer. 2. Special design long span aerial crossing. '} 3. Manholes 4 B. Related Sections: The following Sections contain requirements that relate to this Section. 1. Section 02140-Dewatering J2. Section 02160 -Excavation Support Systems 3. Section 02220 -Utility Trench Excavation and Backfill i 'I• 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Product data for the following: 1. Gravity sewer system, including piping, fittings, couplings, manholes, drop manholes, and lateral stubs. ,) C. Manufacturer's approved design and layout of special design long span ductile iron pipe and fittings, certified by a registered.Missouri professional engineer. D. Shop drawings for precast concrete manholes and other structures. Include frames, covers, grates, sealants,connectors, waterproofing, steps, grout, and other materials required. 'l. E. Reports and calculations for design mixes for each class of cast-in-place concrete. i F. Inspection and test reports specified in the "Field Quality Control"Article. 'J G. Mill analysis: Submit mill analysis for fly ash and cement. H. Certified copies of independent laboratory test results from the pipe supplier performed in accordance with the appropriate ASTM standards. C5X59100 02700-1 SEWERAGE AND DRAINAGE 'I RevA—2/20/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI ' • I. Certificate from the pipe manufacturer indicating that the pipe meets all applicable requirements ' of these specifications. J. Protective coatings and linings-ductile iron pipe: Product data, application methods, color choices. The ductile iron pipe or fitting manufacturer must supply a certificate attesting that the , applicator of the interior coating met the requirements of this specification;and that the material used was as specified. K. Other protective coatings:.Product data;application methods: 1.4 QUALITY ASSURANCE , A. Environmental Agency Compliance: Comply with regulations pertaining to sanitary sewerage systems. All sanitary sewer improvements shall comply with the Missouri Department of , Natural Resources regulations. B. Utility Compliance: Comply with regulations pertaining to sanitary sewerage systems. Include ' standards of water and other utilities where appropriate. C: All pipes shall be factory air tested with gasket in place and marked accordingly. ' 1.5 DELIVERY, STORAGE,AND HANDLING • A. Protect pipe,Pi efittin s,and seals from dirt and damage. t B. Handle precast concrete manholes and other structures according to manufacturer's rigging ' instructions. 1.6 PROJECT CONDITIONS ' A. Site Information: Perform site survey,research public utility records, and verify existing utility ' locations. 1. The Contractor shall notify the proper utility companies at least 48 hours before construction is started adjacent to such utilities. , 2. The Contractor shall excavate, locate, and verify existing utilities in advance of his operations where deemed necessary. B. Locate existing structures and piping to be closed and abandoned. C. Existing Utilities: Do not interrupt existing utilities serving facilities occupied by the Owner or others except when permitted under the following conditions and then only after arranging to , provide acceptable temporary utility services. 1. Notify Engineer not less than 48 hours in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without receiving Engineer's written permission. ' 1.7 SEQUENCING AND SCHEDULING C5X59100 02700-2 SEWERAGE AND DRAINAGE RevA—2/20/07 , MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI • A. Coordinate sanitary sewerage system connections to Owner's sanitary sewer. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to com pliance with requirements,.P rovide.P roducts by one of the I following or an approved equal: 1. Sewerage Systems: a. Fernco (, b. American Cast Iron Pipe Co. C. U.S. Pipe Co. d. Victaulic 2.2 PIPE AND FITTINGS ■V All piping arriving at the job site shall have factory-applied identification marking as defined in PP g g J the applicable product standard. Installation of piping shall be in accordance with requirements found elsewhere in this specification, the product standards where listed below, and manufac- I turer's written requirements. Applicable standards for field-testing are given for each type of pipe. Fittings shall be as recommended by the piping manufacturer, with identification mark- ings on each fitting. Fitting of the insert type or saddle type may be used only with written ap- 'S0 proval from the Engineer. A. Ductile Iron Pipe: General 1. Ductile iron pipe shall be designed in accordance with the latest revision of ANSI/AWWA C150/A21.50. 2. Special design long span ductile iron pipe for aerial pipe bridge shall be designed in accordance with DIPRA manual "Design of Ductile Iron Pipe on Supports'-'. 3. Special design long span ductile iron pipe for aerial pipe bridge shall be designed by 1 piping manufacturer and shall be certified by a Professional Engineer registered in the State of Missouri. B. Ductile Iron Pipe: Conform to ANSI/AWWA C151and AWWA C115/A21.51, Special Thickness Class 53 for push-on or mechanical joint pipe and for flanged pipe. . 1. Fittings: AWWA C110, rated for 250 psi working pressure.for push-on or mechanical joint fittings and for flanged fittings: 2. Interior Lining(Pipe and Fittings): Protecto 401 or Engineer Approved equal. 3. Exterior Coating(Pipe and Fittings): a. AWWA C151, asphaltic coating for buried piping b. AWWA C105, Polyethylene Encasement for buried piping, 8 mil minimum thickness. -� C. For exposed piping, surface preparation shall be SSPC-SP6, Commercial Blast Cleaning,apply one coat of Tnemec Series 1 Omnithane or approved equal at 2.5- 3.5 mils DFT as barrier coat, apply two coats of Tnemec Series 66 Hi-Build Epoxoline or approved equal at 4.0- 6.0 mils DFT per coat for intermediate coats C5X59100 02700-3 SEWERAGE AND DRAINAGE RevA-2/20/07 i MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT i CITY OF JEFFERSON,MISSOURI an d apply one coat of Tnemec Series 1075 Endura-Shield II or approved equal at 2.5 mils DFT for finish coat. Finish color shall be Tnemec Weathered Bark, or approved equal. 4. Push-on Joint: ` a. Gaskets: AWWA C111,vulcanized SBR. 5. Mechanical Joint: a. Gaskets: AWWA C111, vulcanized SBR. ,b. Follower Glands,Nuts and Bolts: AWWA C111. 6. Flanged.Joint: ' a. Flanges:AWWA C115, Special Thickness Class 53. b. Gaskets: Specially designed gaskets,ToruseaI flange gasket, or approved equal C. Bolts: ASTM A307, Grade B. ' d. Nuts: ASTM A563, Grade D. 7. Restrained Joints: Single gasket push-on type conforming to applicable provisions of ANSI/AWWA C111/A21.11-80. ' a. Thickness of pipe barrel at grooves cut, if required in the design of the joint, shall not be less than the nominal wall thickness of equal sized non-restrained pipe as specified hereinabove for the centrifugally cast ductile iron pipe. b. The restraining components, when not cast integrally with the pipe and fittings, shall be ductile iron or a high strength non-corrosive alloy steel. Restrained joints using setscrews,bolts,or expanding material inserts will not be acceptable. ' C. Tee-head bolts and hexagonal nuts shall conform to ANSI/AWWA C1 I/A21.11- 80 except the length of the tee-head bolts shall meet the requirements for the restrained joint design. • d. All thrust-restraint joints and the pipe and fitting of which it is a part, shall be , designed to withstand the axial thrust from an internal pipeline pressure of at least 350 psi. 8. Installation: AWWA C600 and Section 02221. 9. Application: a. Push-on Joint Pipe, and Push-On or Mechanical Joint Fittings: Buried gravity sewers. , b. Special design long span pipe, joints and fittings: Exposed piping at aerial creek crossings. 2.3 MANHOLES A. Precast Concrete Manholes: ASTM C 478, precast, reinforced concrete, of depth indicated, with provision for rubber gasket joints or bituminous mastic sealant. 1. Base Section: Refer to minimum thickness for floor slab and minimum thickness for walls and base riser section, with separate base slab or base section and integral floor protruding beyond the outside face of the riser section as shown on standard detail. 2. Riser Sections: Refer to standard detail drawings for minimum thickness, diameter, and lengths. 3. Top Section: Eccentric cone type, unless concentric cone or flat-slab-top type is approved. Top of cone of size that matches grade rings. 4. Gaskets: Refer to standard detail drawing. 5. Grade Rings: The combination of reinforced-concrete grade rings and the frame shall not exceed total thickness as shown on standard detail drawing, and shall match the standard frame and cover as shown on the standard detail drawing. , C5X59100 02700-4 SEWERAGE AND DRAINAGE RevA—2/20/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI • 6. Steps: ASTM C 478,manhole step as manufactured by M.A. Industries, Inc. or approved equal as shown on standard detail. Cast insert for steps or drill hole into sidewalls at i 16-inch intervals located 90 degrees from the direction of flow of the manhole in,a location that is not.over or opposite a major pipe. 7. Pipe Connectors: ASTM C 923, resilient, of size required, for each pipe connecting to base section. Pipe connectors shall be as specified on the standard detail drawing. 'l B. Cast-in-Place Concrete,Manholes: Construct of reinforced-concrete bottom, walls, and top, II designed according to ASTM C 857 for loading. Include depth, shape, dimensions, and appurtenances indicated. 1. The base shall have a minimum diameter greater than the outside diameter of the manhole as shown on the standard precast manhole detail. 2. Steps: ASTM C 478, manhole step as manufactured by M.A. Industries,Inc.or approved equal as shown on standard detail. Cast insert for steps or drill hole into sidewalls at 16-inch intervals located 90 degrees from the direction of flow of the manhole in a location that is not over or opposite a major pipe. 3. Pipe Connectors: ASTM C923, resilient, of size required, for each pipe connecting to manhole. C. Manhole Frames and Covers: ASTM A 48, Grade 60-40-18, heavy-duty ductile iron. Include 'l 22-inch minimum inside diameter and 6-inch minimum width flange, and 23-1/4 inch diameter cover. The frame and cover unit shall not weigh less.than 300 lbs. Manufacturer shall be Neenah or approved equal. The cover.shall be checkered or knobbed with lettering, equivalent to the following, and cast into cover as shown on the detail drawings: 1110 1. Sanitary Sewerage.Piping Systems:,CITY OF JEFFERSON, SEWER. . D. Manhole External Joint Seals: An external joint seal shall be installed on each section joint of the manholes in accordance with the manufacturer's instructions. The external point seal.shall meet the requirements of ASTM C-877, type H. External joint seals shall be Cretexrap ' External Manhole Joint Seals or approved equal conforming to the following requirements. External Joint seals shall consist of a collar 9" to 18"wide with an outer layer of polyethylene, with a minimum tensile strength of 4000.psi and a minimum tear resistance of 1500 psi, and an under layer of rubberized mastic that is reinforced with a woven.polypropylene fabric. Two 5/8" steel straps shall be located within the collar 3/4 inches from each edge. The straps shall be confined in tubes that isolate them from the mastic and allow them to slip freely when me- chanically tightened and locked around the manhole joint. The collar shall be furnished with a minimum of 6"overlap and a closing flap to cover any remaining exposed strap. 2.4 NON SHRINK GROUT A. ASTM C1107, premixed, prepackaged, pretested, nonmetallic, high strength, noncorrosive, ' nonstaining product containing selected silica sands, Portland cement, shrinkage compensating agents,plasticizing and water-reducing agents. 1. 5000 psi minimum compressive strength at 7 days when tested by ASTM C109. Shrinkage is limited to 0.00 inch in plastic state when tested in accordance with ASTM C827. 2. Acceptable manufacturers: ' "Five Star Grout",by Five Star Product,Inc. C5X59100 02700-5 SEWERAGE AND DRAINAGE ' RevA—2/20/07 �J MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI , "Masterflow 928",by Master Builders. , "Crystex",by L&M Construction Chemicals or approved equal 3. Water: Potable , 2.5 REINFORCED CONCRETE A. General: Cast-in-place concrete according-to ACI 318: , 1. Cement: ASTM C 150,Type 11. 2. Fine Aggregate: ASTM C 33, Fine Aggregate ' 3. Coarse Aggregate: ASTM C 33, Coarse Aggregate 4. Water: Potable. 5. Reinforcement Bars: ASTM A 615,Grade 60, deformed steel ' 6. Design Mix: f c = 4000 psi, coarse aggregate 3/4" maximum, air entrainment 3.0 to 6.0 percent by volume, slump 4",water/cement ratio not to exceed 0.45 7. High Range Water Reducing Admixture (Superplasticizers); Site Added: ASTM C494, ' Type F; "Eucon 37", by the Euclid Chemical Co.; "Sikament 86", by Sika.Chemical ' Corp.; "Daracem",by Grace Construction products or approved equal. 2.6 SPECIAL PIPE COUPLINGS AND FITTINGS A. Expansion Couplings: Bolted split sleeve design constructed of ASTM A240 316L stainless- .' steel with Isoprene o-ring gasket material,Teflon shoulder and stainless steel bolts and nuts. 2.7 PROTECTIVE COATINGS ' A. General: Include factory- or field-applied protective coatings to new structures and appurtenances according to the following: ' B. Precast Concrete Coating — Exterior Surface: 2-coat, asphalt waterproofing conforming to ASTM D449, Type C, 15-mil minimum thickness, except where otherwise indicated. Apply ' coating on all new manholes. C. Precast Concrete Coating—Interior Surface: Surface preparation shall be such that all surfaces , are clean, dry, and free of all foreign contaminants. Remove form fins and ridges greater than 1/8 inch. Fill air pockets or lugholes greater than 114 inch diameter with Tnemec Series 63-1500 Filler-Surfacer, or approved equal. Apply two coats of Tnemec Series 446 Perma-Shield MCU, at 5.0—9:0 mils DFT per coat,or approved equal. Apply coating on all new manholes. 2.8 POLYTETRAFLUOROETHYLENE(PTFE)BEARINGS. A. PTFE bearings shall be expansion units having sliding surfaces of mirror stainless steel against PTFE material. The PTFE sliding bearings shall consist of a steel sole plate with a welded , upper element of stainless steel bearing on a lower element consisting of a layer of PTFE material bonded to a stainless steel plate that shall be bonded to the neoprene elastomeric pad. C5X59100 02700-6 SEWERAGE AND DRAINAGE RevA—2/20/07 ' MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI The surface of the stainless steel plate shall be protected from weld splatter during the welding '4 procedure. B. The stainless steel sheet for the top and bottom elements of sliding bearings shall be Type 304 'i in accordance with ASTM A240. The finished stainless surface of the top element shall be a plane within a tolerance of 1/32 inch (0.8 mm), polished sufficiently to be comparable-to a No. 8 mirror.finish as established by the American Iron and Steel Institute Committee of Stainless ,j Steel Producers"Finishes for Stainless Steel"at the completion of fabrication.. C. Neoprene elastomeric pads shall be 100 percent virgin chloroprene (neoprene) compound meeting the requirements below. The pads shall be Durometer Grade 60. 1. ASTM D2240,Hardness: 60+1-5 2. ASTM D412,Tensile Strength,psi (MPa), minimum: 2500 (17.2) 3. ASTM D412 Ultimate Elongation,percent,min: 350 1 4. ASTM D573, 70 hrs @ 212F(100C)Heat Resistance: a. Change in Durometer Hardness,points,max: +15 ' b. Change in Tensile Strength,percent,max: -15 C. Change in Ultimate Elongation,percent, max: -40 5. ASTM D395, Method B,Compressive Set, 22 hrs at 212F(100C), %, max: 35 6. ASTM D1149, Ozone, 100 pphm ozone in air by volume, 20% strain 100 +/-2F(37.7+/- ,f 1 C), 100 hrs,mounting procedure ASTM D518 Procedure A: No cracks JJ 7. ASTM D429, Method B,Adhesion,Bond made during vulcanization, lbs/inch (N/m): 40 (7.010) 10 8. ASTM D746, Procedure B, Low Temperature Test, Brittleness at -40F (-40C): No Failure. D. The PFTE material shall be 100 percent virgin PTFE fluorocarbon resin,.unfilled or filled with fiberglass reinforcement to minimize the cold flow tendencies while maintaining the friction properties of the PTFE fluorocarbon resin. The amount of filler by weight of filled PTFE sheet shall be no more than 15 percent. The finished material shall exhibit the following physical ,J properties: ' Requirement Test Method Filled Value Unfilled Value Tensile Strength, psi ASTM D638 2000 (13.8),min - (MPa) ' Tensile Strength, psi ASTM D2256 - 2800 (19.3), min (MPa) Elongation, Percent ASTM D638 . 150,min - ', Elongation,Percent ASTM D2256 - 200,min Melting Point ASTM D4895 621+/-18F(327+/-10C) 623 +/-21(328+/-1C) Specific Gravity ASTM D4895 2.20+/-0.03 2.16+/-0.03 E. The PTFE sheet shall be bonded to the stainless steel with epoxy bonding material designated ' by the manufacturer as compatible with the PTFE sheet and stainless steel and be able to withstand the temperatures of vulcanization. The stainless steel shall then be bonded by vulcanization to the neoprene elastomer to provide a homogenous bond free of air and moisture ' pockets. C5X59100 02700-7 SEWERAGE AND DRAINAGE ' RevA—2/20/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI ' • F. One load specimen from the sliding bearing, consisting of a bottom element and a compatible ' top element no less than the smaller of the bearing area or 7 x 7 inches (178 mm x 178 mm) shall be tested by the manufacturer. G. The specimen shall be loaded to 800 psi (5.51 MPa) compression at 68 F±2 F(20 C f 1 C) and ' subjected to 100 cycles of one inch (25 mm) of horizontal movement each way from center at a rate of 2.5 inches (63 mm) per minute.The breakaway friction coefficient shall be computed for each direction of each cycle, and the breakaway friction coefficient mean and standard deviation shall be computed for the sixth through twelfth cycles. The initial static breakaway coefficient of friction for the first cycle shall not exceed twice the design coefficient of friction. The maximum coefficient of friction for all subsequent cycles shall not exceed the design coefficient ' of friction.Failure of a single sample shall result in rejection of the entire lot.Following the test, the breakaway coefficient of friction shall be determined again and shall not exceed the initial value. The bearing shall show no signs of bond failure or other defect. ' H. A minimum of one test for sliding bearings shall be performed for each lot of bearings. I. Tolerances: For both plain and laminated bearings, the permissible variation from the ' dimensions and configuration shown on the plans shall be as follows: Inch (mm) Overall Vertical Dimensions Average total thickness 1 1/4 inches (32 nun)-or less -0, +1/8 (-0, +3) .' Average total thickness over 1 1/4 inches 32 mm) -0, +1/4 (-0, +6) Overall Horizontal Dimensions 36 inches (914 mm) and less -0,+1/4 (-0, +6) , Over 36 inches 914 mm) -0, +1/2 (-0, +12 Thickness of Individual Layers of Elastomer 1/8 (± 3) . (Laminated bearings only) ' Variation from a Plane Parallel to the Theoretical Surface (as determined by measurements at the edges of bearings) ' Top 1/8 (3) Sides 1/4 (6) Individual non-elastic laminates 1/8 (3) 1 Position of Exposed Connection Members 1/8 (3) Edge Cover of Embedded Laminates or Connection Members -0,+1/8 (-0, +3) r' Size of Holes, Slots or Inserts -0,+1/8 (-0,+3) Position of Holes, Slots or Inserts 1/8 (± 3) J. Certification: The manufacturer shall furnish certification of all material. The certification shall ' indicate that the components are in accordance with this specification and shall include typical test results representative of the material. The certification shall indicate the results of the proof loading,when required. C5X59100 02700-8 SEWERAGE AND DRAINAGE RevA—2/20/07 ' MISSOURI RIVER INTERCEPTOR PIKE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI 2.9 PI.ZEMOLDED JOINT FILLER A. Expansion joint filler material shall consist of premolded strips of a durable resilient compound and comply with ASTM D-1751,D-1752 or D-2628. r PART 3 -EXECUTION 1, 3.1 GENERAL 1 A. General Locations and Arrangements: Install piping at the locations indicated on the Drawings. When connecting to existing sewer lines, the Contractor shall verify the invert elevation of the existing sewer prior to constructing the new sewer to that location. ` B. The Contractor shall encase sanitary sewer pipe in concrete when earth cover material is less than three(3)feet. 1� . C. Pipe that is to be bedded m a concrete cradle or encased in concrete shall be placed in proper position on temporary supports of preshaped wood blocks or bricks with wood wedges. If 'I necessary, anchor or weight the pipe to prevent flotation when the concrete is placed. Place } concrete for cradles, arches, or encasement uniformly on each side of the pipe.. The concrete shall be deposited within 5 feet of its point of placement. Concrete placed beneath the pipe 110 shall be sufficiently workable so that the entire space beneath the pipe can be filled without excessive vibration. ' D. System Piping Joints: Make joints using system manufacturer's couplings, except where jotherwise specified. E. Use special pipe couplings where indicated and where required to join piping and no other appropriate method is specified. Do not use instead of specified joining methods. F. Use the following pipe couplings for non-pressure applications: '+ 1. Straight-pattern, sleeve type to join piping, of same size, with small difference in outside difference in outside diameters. 2. Increaser/reducer-pattern, sleeve type to join piping of different sizes. 'ii 3. Gasket type to join piping of different sizes where annular space between smaller I piping's outside diameter and larger piping's inside diameter permits installation. 4. Internal-expansion type to join piping with same inside diameter. ��— G. When dissimilar pipe materials are joined, use reinforced compression couplings as manufactured by Ferrico or approved equal. When PVC pipes are joined, appropriate fittings shall be used to provide a tight connection and continuity of pipe invert. " t H. All necessary cutting of the pipe shall be done in a neat, workmanlike manner with the least amount of waste. The cut end shall be beveled before jointing. 3.2 INSTALLATION 1` C5X59100 02700-9 SEWERAGE AND DRAINAGE RevA—2/20/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI , A. The Contractor shall lay no pipe except in the presence of an inspector representing the Owner or..Engineer. , B. Wherever necessary to provide a satisfactory bearing surface, the Contractor shall place concrete cradles as.shown on the drawings or as directed by the Engineer. , C. The Contractor shall tightly stretch a mason's line or wire above ground level, parallel to and directly above the axis of the pipe to be installed. This line is to be supported at intervals not exceeding.50' on sewers being laid on a grade of 2% or more and not exceeding 25' on sewers being laid on a grade of less than 2%. The Contractor shall determine the exact line and grade for each section of pipe by measuring down this line to the invert of the pipe in place. The ' Contractor shall accurately match each existing pipeline and grade. D. Lasers may be used after the type and procedures are approved by the Engineer. When lasers are used, the Contractor shall set reference points for both line and grade at each manhole. ' Where grades are 0.6% or less, the Contractor shall check the elevation of the beam each 100' with an offset point or engineer's level. E. The Contractor shall not allow water to run or stand in the trench while pipe laying is in ' progress or before the trench has been backfilled. F. If trench bottoms are found to be unsuitable for foundations after pipe laying operations.have started, the Contractor shall correct and bring them to exact line and grade as required by Section 02221 —Utility Trench Excavation and Backfill. t G. The Contractor shall carefully inspect each piece of pipe and special fitting before it is placed, and lay no defective pipe in the trench. Pipe laying shall proceed upgrade, starting at the lower ' end of the grade and with the bells upgrade. When pipe laying is not in progress,the Contractor shall keep the ends of the pipe tightly closed with a temporary plug approved by the Engineer. H. Bell holes shall be large enough to allow ample room.for pipe joints to be properly made. The ' Contractor shall cut out bell holes not more than 2 joints ahead of pipe laying. The Contractor shall carefully grade the bottom of the trench between bell holes so that each pipe barrel will rest on a solid foundation for its entire length. The Contractor shall lay each pipe joint to form a , close concentric joint with adjoining pipe and so as to avoid sudden offsets or inequalities in the flow line. 1. Before constructing or placing any joints,the Contractor shall complete at least one sample joint ' in order to demonstrate to the Engineer that the methods employed conform to the specifications and will provide a watertight joint. J. As the work progresses, the Contractor shall clean the interior of the pipe in place. After each line of pipe has been laid, the Contractor shall carefully remove all earth, trash,rags and other foreign matter from the interior. ' K. After the joints have been completed, they shall be inspected before they are covered. The pipe shall meet the test requirements for watertightness. The Contractor shall immediately repair any ' leak or defect discovered any time after completion of the work. The Contractor shall take up any pipe that has been disturbed after joints were formed, clean and remake the joints, and relay C5X59100 02700-10 SEWERAGE AND DRAINAGE RevA—2/20/07 ' i MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI • `' pipe i e - this work shall all be done at the Contractor's expense. The Contractor shall P P. '1 carefully protect all pipes in place from damage until backfill operations have been completed. J L. The Contractor shall not begin the backfilling of trenches until the pipe has been inspected and approved by the Engineer. M. If the work consists of constructing a new sewer to replace an existing sewer, the Contractor shall reconnect all existing service lines to the new line. �J 3.3 RELATION TO WATER LINES A. Horizontal Separation: Sanitary sewer lines shall be laid at least ten(10) feet horizontally from any existing or proposed water main. The distance shall be measured edge-to-edge. Less horizontal separation between a sanitary sewer line and water line is'allowable where it is not practical to maintain a 10-foot separation,provided that the water main is in a separate trench or on an undisturbed earth shelf located on one side of the sanitary sewer and that a vertical '1 separation of at least 18 inches between the bottom of the water line and the top of the sanitary I sewer line can be maintained. When this vertical separation between the water line and sanitary sewer line cannot be maintained, either the water line or the sanitary line shall be relocated. -J B. Crossings: Sewers crossing water mains shall be laid to provide a minimum vertical distance of eighteen(18) inches between the outside of the water line and the outside of the sanitary sewer line.This shall-be the case where the water main is either above or below the sewer. C. The Contractor shall notify the Engineer for any potential violations of these criteria before installing the sewer as shown on the drawings.' 3.4 MANHOLE INSTALLATION A. General: Install manholes, complete with accessories,as indicated. B. Form continuous concrete channels and benches between inlets and outlet. C. Set tops of frames and covers flush with finished surface where manholes occur in pavements. Set tops 1 inch above finished surface in lawns. D. Where the pipe connects to the manhole wall, a short pipe stub 12"-18" lon g shall be extended from the manhole to provide a joint that will allow slight flexibility or movement to occur in or near the plane of the wall face. E. Where the difference in elevation between the incoming sewer and the manhole invert is greater '7 than or equal to 24 inches, an outside drop pipe shall be used. The drop pipe shall be constructed of the same size pipe as the sewer being dropped. Where the.drop is less than 24 inches,a drop pipe shall not be used,but the invert shall be filleted with concrete to form a flow channel and prevent solids deposition. F. Place precast concrete manhole sections as indicated,and install according to ASTM C 891. C5X59100 02700-11 SEWERAGE AND DRAINAGE ,� RevA—2/20/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI ' 1. Provide gasket at joints of sections to rovide an effective watertight joint as shown on J P g J , standard detail. 2. Manhole steps shall be installed either by casting inserts in wall or by drilling into wall- per manufacturer's recommendations. 3. Where approved by Engineer,manholes may be installed by augering. 3.5 CONCRETE PLACEMENT A. Place cast-in-place concrete according to ACI 318. 3.6 POLYTETRAFLUOROETHYLENE(PTFE)BEARING PLACEMENT A. At the time of installation, the stainless steel sliding face of the upper element and the PTFE ' sliding face of the lower element shall have the surface finish specified and shall be free.of all dust, dirt, moisture or any other foreign matter. The neoprene pads shall be bonded to the bearing seat with an epoxy adhesive in accordance with the bearing manufacturer's ' recommendations for bonding neoprene-to concrete to prevent sliding. The top and bottom plates shall be properly aligned before gluing pads. 3.7 CONNECTIONS A. Make connections to existing piping and underground structures so finished work conforms as nearly as practicl to requirements specified for new work. B. Protect existing piping and structures to prevent concrete or debris from entering while making r connections. Remove debris or other extraneous material that may accumulate. 3.8 TAP CONNECTIONS A. Make connections to existing piping and underground structures so finished work conforms as ' nearly as practical to requirements specified for new work. B. Protect existing piping and structures to prevent concrete or debris from entering while making , tap connections. Remove debris or other extraneous material that may accumulate. 3.9 FIELD QUALITY CONTROL A. Clear interior of piping and structures of dirt and superfluous material as the work progresses. Maintain swab or drag in piping and pull past each joint as it is completed. , 1. In large,accessible piping,brushes and brooms may be used for cleaning. 2. Place plug in end of incomplete piping at end of day and whenever work stops. 3. Flush piping between manholes and other structures, if required by authorities having ' jurisdiction,to remove collected debris. C5X59100 02700-12 SEWERAGE AND DRAINAGE RevA—2/20/07 , 1� MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI . B. Test new piping systems and parts of existing systems that have been altered, extended, or repaired for leaks and defects. The testing methods should take into consideration the range in groundwater elevations projected and the.conditions during the test. 1. Do not put into service before inspection and approval. 2. Schedule tests, and their inspections by authorities having jurisdiction, with at least 24 1 hours' advance notice. 3. Submit separate reports for each test. 4.. Deflection Test: Deflection tests shall be performed on all complete replacements of full line segments. The test shall be run no less than thirty (30) days after final backfill has been placed. �l a. No pipe shall extend a deflection of five percent(5%). JJ b. If the deflection test is to be run using a rigid ball or mandrels, they shall have diameters equal to ninety-five percent(95%) of the inside diameter of the pipe and 'I the tests shall be performed without mechanical pulling devices. 5. Leakage Tests: Leakage shall be tested using water or low-pressure air. The leakage outward or inward (efiltration or infiltration) shall not exceed twenty-five (25) gallons per inch of pipe diameter per mile per day for any section of the system. An exfiltration 'I or infiltration test shall be performed with a minimum positive head of two (2) feet. The air test, if used, as a minimum shall conform to the test procedure described in ASTM F1411 entitled Recommended Practice for Low-Pressure Air Testing of Installed Sewer �lPipe. The testing methods selected should take into consideration the range in 1 groundwater elevations projected and the situation during the test. 6. Leaks and loss in test pressure constitute defects that must be repaired. I 7. Replace leaking piping using new materials and repeat testing until leakage is within allowances specified. 8. Manholes: All manholes shall be vacuum tested by the Contractor at his expense. An 1 appropriate manhole tester and vacuum pump will be furnished by the City of Jefferson for this purpose. When vacuum testing manholes,the following criteria are to be used: a. This method is applicable to precast manholes only b. All lift holes shall be plugged with an approved non-shrink grout. C. Manholes are to be tested after assembly and before backfilling. No standing -� water shall be allowed in the manhole excavation, which may affect the accuracy of the test. d. All pipes and other openings into the manhole shall be plugged and securely braced to prevent displacement of the plugs while the vacuum is drawn. e. Installation and operation of vacuum equipment shall be in accordance with equipment specifications and instructions provided by the manufacturer. f. The test head may be placed in the cone section of the manhole. The frame-cone joint will be visually inspected by the Engineer. g. A vacuum of 10 inches of mercury shall be drawn and the vacuum pump shut off. The time for the vacuum to drop to 9 inches of mercury shall be recorded. h. Acceptance for four(4) foot diameter manholes shall be defined as when the time ' to drop to,9 inches of mercury meets or exceeds the following: _y 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 C5X59100 02700-13 SEWERAGE AND DRAINAGE RevA—2/20/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI ' i. For manholes five (5) foot in diameter, add an additional 15 seconds and for , manholes six (6) foot in diameter, add an additional 30 seconds to the time requirements for four(4) foot diameter manholes. ' j. If the manhole fails to test,necessary repairs shall be made with a non-shrink grout while the vacuum is still being drawn. Re-testing shall proceed until a satisfactory test is obtained. 3.10 CLEANUP A. After completing each section of the sewer line, the Contractor shall remove all debris and construction materials and equipment from the site of the work. The Contractor shall grade and smooth over the surface on both sides of the line and leave the construction area in a clean, neat, ' and serviceable END OF SECTION 02700 , i r! C5X59100 02700-14 SEWERAGE AND DRAINAGE RevA—2/20/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON, MISSOURI 1' .� SECTION 02755 -REHABILITATION AND STRENGTHENING OF EXISTING STEEL PIPE USING FIBER REINFORCED POLYMER (FRP) I PART 1 -GENERAL 'I 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including the General and j Supplementary Conditions and Division 1 Specification Sections,apply to this Section. II1.2 SUMMARY ,) A. This specification is intended for use in defining minimal requirements for protection and structural strengthening using an externally applied FRP composite system. B. The FRP installation contractor shall furnish all materials, tools, equipment, transportation, labor and certified personnel for the proper installation of the composite system. 'I C. FRP composite system shall be installed by individuals certified by the manufacturer in } writing for the application to be performed. ' D. All materials including, but not limited to, epoxies, fabrics, and final coatings are to be supplied by one supplier and installed by one installation contractor. y.. 1.3 SUBMITTALS , l A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. The FRP installer project submittal shall include the FRP manufacturer's product data 'i. sheets and recommended installation procedures showing compliance with all project 1 requirements,including: 1. System environmental durability testing by an independent testing agency for a minimum of 10,000 hours exposure to humidity, high heat, water immersion, freeze thaw and other environmental conditions. 1� 2. Certification from the system manufacturer of the material and cured composite design properties for the specified material. 3. The subcontractor shall submit calculations and drawings conforming to '1 structural and other requirements stated in the project bid documents as part of J the submittal process. The shop drawings shall contain details of the number of layers,joint, and end details. The submitted calculations and drawings shall be ` stamped by registered professional engineer from the State of Missouri. I 4. ICBO Evaluation Service Evaluation Report in the name of the material manufacturer that references the specified FRP composite material. ' C5X59100 02755-1 REHABILITATION AND STRENGTHENING RevB-5/17/07 OF EXISTING STEEL PIPE USING FRP J MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI , 5. , System manufacturer's Quality Control Manual in compliance with ICBO AC 10, • " "Agceptance Criteria for Quality Control Manuals." , `a ! . ="`•�.GalcItioris for the composite systems referenced on the project drawings shall be•Eased -on,required tensile forces at design strain limits. Maximum design strain°for the FRP systems is 0.002 (0.2%). The carbon composite layers shall be designed to provide a tension force for positive moment reinforcing of the ' pipe section assuming simple end conditions at each span and no contributions from the existing pipe. The loads for design are to be the self-weight of the pipe (assume density = 500pcf) and a full pipe section (assume density of fill = 62.4pcf). Assumed moment lever arm for flexural calculations-is 2/3 of the pipe diameter and the limits of carbon composite are '/z of the pipe diameter (as shown on project drawings). , 7. A list of at least ten (10) successfully completed FRP composite strengthening projects for pipe applications. The list.should include at a minimum,the dates of work, type, description and amount of work performed. ' 8. The engineer of record shall have the right to approve or reject the personnel qualifications or any other item in this section as submitted. The engineer may suspend the work if the contractor substitutes an unauthorized composite system , components or unauthorized personnel for authorized personnel during construction. - 1.4 REFERENCES A. American Society for Testing and Materials 1. ASTM D 3039(1995a)Test Method for Tensile Properties of Polymer Matrix ( ) P Ym Composites B. International Code Committee Evaluation Service(ICC-ES) _ 1. ICC-ES AC125(2001)Acceptance Criteria for Concrete and Reinforced and Unreinforced Masonry Strengthening Using Fiber-Reinforced, Composite System ' 2. ICBO ES AC178(2001)Acceptance Criteria for Inspection and Verification of Concrete and Reinforced and Unreinforced Masonry Strengthening Using Fiber-Reinforced Polymer(FRP)Composite Systems ' 3. ICBO ES AC10 (2000)Acceptance Criteria for Quality Control Manuals 1.5 MATERIAL DELIVERY, STORAGE,AND HANDLING ' A. Deliver all required materials in factory-sealed containers with the manufacturer's ' labels intact and legible with verification of date of manufacture and shelf life. B. Store materials in a protected area at a temperature between 50oF and 75oF. C. Products shall be stored according to the manufacturer's requirements and shall avoid ' contact with moisture. D. FRP installation contractor shall inspect materials for defects, expiration dates, or other ' conditions that would result in rejection of materials. C5X59100 02755-2 REHABILITATION AND STRENGTHENING RevB—5/17/07 OF EXISTING STEEL PIPE USING FRP 1 1� MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT '1 CITY OF JEFFERSON,MISSOURI PART 2-PRODUCTS 2.1 MANUFACTURERS TURF S A. Fyfe Co..LLC - TyfoO Composite-Systems: 6310 Nancy Ridge Drive, Suite 103 San Diego,CA 92121. Tel: (85 8) 642-0694,Fax: (858).642-0947. info @fyfeco.com B. Sika Corporation: 201 Palito Avenue,Lyndhurst,NJ 07071. www.sikausa.com C. Gordon Composites, Inc.: 2350 Air Park Way, Montrose, CO 81401. www.gordoncomposites.com D. Engineer of record approved substitution. 1. Approved system must submit equivalency calculations based on project performance requirements at or under the specified design strains. 2. Reference a minimum of 10 tensile coupons from prior field witness panels per Section 3.8 of this specification. 3. Proposed equivalents must submit for review and approval all submittal requirements from Section 1.3 of this specification. 4. No proposed equivalent systems will be considered that are not approved prior to the bid date.by written addendum. J0 2.2 MATERIALS A. Fabrics - 1. Uni-directional glass fabric 2. Uni-directional carbon fabric B. Epoxies 1. Primer/saturant epoxy to be combined with the fabric to form the FRP Laminate as well as prime the substrate. 2. Adhesive epoxy 'to aide the installation of composite for overhead or vertical surfaces. 3. Thickened epoxy used to fill and detail installed composites and substrates, apply as a final protecting coat,use as an adhesive for vertical applications. '] C. Finish coating J 1. Urethane finish coating for additional durability and protection J D. Provide other materials as needed for the proper installation of the complete composite system as selected by the contractor in conformance with these specifications. All other materials used must be approved by the engineer of record prior to use. • 'I C5X59100 02755-3 REHABILITATION AND STRENGTHENING RevB—5/17/07 OF EXISTING STEEL PIPE USING FRP MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI , PART 3 -EXECUTION 3.1 CERTIFIED INSTALLER ..: A. The work described under this specification shall be performed by a minimum of three ' certified applicator personnel with five years experience and a minimum of '10 completed projects. B. The applicator shall be certified by the manufacturer through written verification and ' shall provide a quality control procedure in compliance with the manufacturer's installation requirements. Contact manufacturers listed in Section 2.1 for a list of certified applicators. , 3.2 SURFACE PREPARATION ' A. Procedure—Contact Critical Applications—Full Encasement 1. No intensive surface preparation is required. A light cleaning to remove loose soil, ' oils,vegetation, or other materials can be conducted with care to not disturb the existing primer paint. ' 2. All recesses in the existing substrate must be filled with a thickened epoxy to provide intimate contact of the installed composite system to the substrate. 3.3 PROCEDURES FOR APPLIGATION-DF COMPOSITE SYSTEM " A. Preparation work for project: Insure thafall surface preparation is acceptable. Review the approved submittal project specifications and drawings in detail. ' B. Verify ambient and substrate temperatures. No work shall proceed without written approval from the manufacturer if the temperature of the substrate being repaired is less , than 50°F or greater than 95°F. The temperature of the epoxy components shall be between 50°F and 95°F at the time of mixing or as specified on the component labels. C. Do not install the FRP composite system if inclement weather is expected to result in , water on the uncured FRP system. Weather protection or other methods may be used if inclement weather is expected during the FRP application process. , D. Prepare the epoxy matrix by combining components at a weight (or volume) ratio specified on the manufacturer's labeled units. The components of epoxy resin shall be , mixed with a mechanical mixer until uniformly mixed, typically 5 minutes at 400-600 rpm. Components that have exceeded their shelf life (as designated on the material label)shall not be used. E. Saturation of the fabric shall be performed and monitored according to manufacturer's specified fiber-resin ratio. ' 1. A previously calibrated saturating machine can be used to achieve the specified • ratio for larger installations. Hand saturation methods can be used at the discretion , of the certified and experienced installers. C5X59100 02755-4 REHABILITATION AND STRENGTHENING , RevB—5/17/07 OF EXISTING STEEL PIPE USING FRP MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT ' CITY OF JEFFERSON,MISSOURI • 2. Saturation of fabric in place shall be in accordance with manufacturers Quality Control Manual. 3. The certified installer shall supervise the saturation process. F. Quality control procedures 1. Record batch numbers for fabric, epoxy, and other FRP materials used each day, and note locations of installation. 2. Measure square footage of fabric and volume of epoxy components used each day. f 3. Label test specimens for location and date from each day's FRP production. 4. Complete report and submit to Owner and system manufacturer. 5. Witness panels (12"x 12"or as required) a. From a standard epoxy mix saturate fabric according to specified fiber-resin ratio. b. On a smooth, flat, level surface covered with polyethylene sheeting, or 16 mil plastic film,prime with epoxy resin, then prepare sample by placing two layers ' of saturated fabric oriented in the same direction. Apply additional topping of epoxy. c. Cover with plastic film and squeegee out all bubbles. ' d. Samples shall be stored in a sample box and not moved for a minimum 48 hours after casting. e. The prepared, identified FRP samples can be sent to a pre-approved and experienced independent testing laboratory by the owner if required. ' . f. ..Laboratory shall precondition samples for 48 hours at 140 °F before testing fsee.Section 3.8 for testing requirements). t G. Composite Installation Procedures t J ' 1. Clean and protect area adjacent to element. 2. Apply thickened epoxy(if required)to smooth the substrate prior to the installation of the composite system. 3. Using a roller or trowel, apply one prime coat of epoxy resin to the prepared ' surface(2 mil.min.). Allow primer to become tacky to the touch. 4. Apply adhesive for proper adherence of composite to primed substrate in vertical and overhead applications. 5. Saturate fabric with epoxy matrix through calibrated saturator or by hand according to manufacturer's specified fiber-resin ratio. 6. Gaps between composite bands may not exceed 1/8 inch in width in the fabric's transverse joint. 7. A lap length of at least 6 inches is required at all necessary over-laps in the longitudinal strong direction of the fabric. In multiple-ply installations, the sequence specified herein shall be repeated for each additional fiber sheet. The amount of resin overcoat for intermediate plies is approximately 15-20% greater than a single-ply installation because the saturant ' serves as overcoat for the applied ply and undercoat for the next ply. Follow the contract documents for the fiber orientation and ply stacking sequence. Each ply �. shall be applied before the onset of complete gelation of the previous layer. The ' number of plies that can be applied in a single day shall be based on the . L.J ' C5X59100 02755-5 REHABILITATION AND STRENGTHENING RevB—5/17/07 OF EXISTING STEEL PIPE USING FRP lJ MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI , manufacturer's recommendation and the approval of the enginee`H Multiple plies can also be applied in several days. When previous layers are cured, interlayer ' surface preparation, such as light sanding and filling with putty, may be required, as specified herein. 9. Using a roller or hand pressure, insure proper orientation of fibers, release or roll out entrapped air, and ensure that each individual layer is firmly bedded and adhered to the preceding layer or substrate. 10. Apply a final protective coating of epoxy, detailing all fabric edges, including butt splice, termination points, and jacket edges,with epoxy. 11. Apply finish coating, color to be determined by the owner. Apply as specified between 24 and 72 hours after final application of epoxy. If after 72 hours the epoxy is cured, the surface must be roughened by sanding or brush blasting. Dust ' and residue shall be removed prior to application of finish coating. 3.4 PROCEDURE MODIFICATIONS ' A. Installation procedures may be altered to provide a higher quality installation or better structural performance. The engineer of record shall approve' any procedure ' modifications prior to the commencement of any work. 3.5 FIELD QUALITY CONTROL , A. See System Manufacturer's Control Manual 3.6 INSPECTION A. The FRP installation contracxoi shall,periodically observe all aspects of preparation, mixingi'application of materials, and' finishing including, but not limited to, the ' following- 1. Material container labels ' 2. Surface Conditions 3. Mixing of epoxy ' 4. Application of epoxy to the fiber 5. Application of composite system 6. Preparation and labeling of witness panels , 7. Finishing of installed composite system 8. Visual inspections and sounding of the installed composite system 9. Installation of the finish coating 10. Curing of Installed FRP system 3.7 VISUAL INSPECTION AND SOUNDING OF THE INSTALLED COMPOSITE A. The inspector shall visually inspect all areas with installed composite. The installed composite should appear to be completely adhered to the substrate with no debonded , areas. Any suspect areas should be sounded by lightly tapping with a ball peen hammer or similar object to indicate the presence of a void. All defects shall be reported and repaired per Section 3.9 of this specification. ' C5X59100 02755-6 REHABILITATION AND STRENGTHENING , RevB—5/17/07 OF EXISTING STEEL PIPE USING FRP If MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI B. The Contractor shall monitor the mixing of all epoxy components for proper ration and adherence to manufacturer's recommendations. !� 3.8 LABORATORY TESTING 1 A. Witness Panels �1 1. Record lot number of fabric and resin used, and location of installation. 2. "Sample batch"shall consist of two 12"x 12""panels" of cured composite. 3. A minimum of two "sample batches" shall be made daily. The two "sample batches" will be .taken at appropriate times during the day as to ensure the maximum material deviance in the components of the composite. .4. Testing laboratory shall pre-condition samples at 140°F for 48 hours before testing. "Samples" shall be tested at owner/engineer's discretion and cost. The cost of testing shall be considered completely. covered by the contract bid price for rehabilitation and strengthening of existing steel pipe using fiber reinforced polymer, lump sum. .:B Testing of Panels per modified ASTM D3039-95 (as required). 'J 1. The 12" x 12" panel shall have 5 coupons, '/4" x 9", removed and tested.for their material properties in the longitudinal (strong or primary) direction. '� • 2. Tests I.shall conform to. ASTM D3039-(95) procedures and manufacturer's published testing methods. 3. Only pre-qualified and experienced testing laboratories shall be used. 4. Testing results shall be made available within 3 weeks of sample submission. 5. The testing shall provide average values, based on nominal layer thickness, of ultimate tensile strength,tensile modulus, and percent elongation. 6. Acceptable minimum values for ultimate tensile strength, tensile modulus, and '1 elongation are the reduced typical test values used in the design of the installed composite system. Any values below these.design values are considered a failure and require remedial measures (see Section 3.10). 'i 7. 15% of all "sample batches" are suggested to be tested. If one 12" x 12" "sample" JJ fails (on average), specimens from the same "sample batch" will be tested. If these specimens also fail (on average), the other 12"x 12"from the same"sample batch" will be tested. In the extreme case that this sample also fails, the remaining I "sample batch" for that day will be tested and appropriate remedial measures will be taken to ensure integrity of the system at locations where the, "sample batch" failed. 3.9 REPAIRS A. All defects including bubbles, delaminations, fabric .fears, and other anomalies spanning more than 5% of the surface area, or as specified by the owner or engineer, shall be repaired. 1 B. Types of repairs to be performed 1 C5X59100 02755-7 REHABILITATION AND STRENGTHENING 'i RevB—5/17/07 OF EXISTING STEEL PIPE USING FRP L_J :1 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI ' 1. Small defects (on the order of 6" diameter) shall be injected or back filled with epoxy. Two small holes shall be drilled into the bubble to allow injection of the epoxy and escape of entrapped air. The holes are then capped and the injected epoxy is allowed to cure. 2. Repairs of delaminations less than 6" in diameter shall be determined by the applicator and approved by the engineer of record. 3. The engineer of record shall review and approve all repair procedures. 4. . Small entrapped air pockets and voids naturally occur in mixed resin systems and do not require repair or treatment. 3.10 REMEDIAL MEASURES A. In the event that material testing,per Section 3.8 determines a"sample batch"to , g P � P possess insufficient material properties,remedial measures shall be taken. B. Any structural member where the installed composite system has material properties determined to be below the minimum specified values, additional layers shall be installed until the composite thickness is increased by the same percentage as the , deficiency of the material's tensile modulus. END OF SECTION 02755 ' • 1 r 1 r 1 I 1 r C5X59100 02755-8 REHABILITATION AND STRENGTHENING ' RevB—5/17/07 OF EXISTING STEEL PIPE USING FRP MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI • SECTION 027 0 T N —SEWER FLOW CONTROL 9 PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary 1 Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY ' A. Section includes: Sewer flow control measures includin g plugging or blocking of sewers and bypass pumping. B. The Contractor shall furnish all materials, labor, equipment, power, maintenance, etc. to accomplish sewer flow control. 'J C. The Contractor shall perform sewer flow control whenever it is needed for construction . activities. '� • D. The Contractor shall be responsible for the design, installation, and operation of any tfnporary pumping system and flow control measures. The bypass system shall.meet the requirements of all codes and regulatory agencies having jurisdiction and be certified by a Professional Engineer registered in the State of Missouri. 1.3 SYSTEM DESCRIPTION A. Design Requirements 1. Provide bypass pumping systems with firm capacity to pump the calculated pipe flowing full for each pipe reach. Provide all pipeline plugs, pumps of adequate size to handle peak flow, and temporary piping to ensure that the total flow of the main can be safely diverted around the section to be repaired. The bypass pumping system will be required to be.operated 24 hours per day during construction activities. 2. Provide adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. One standby pump for each ' size pump utilized shall be installed at the mainline flow bypassing locations, J ready for use in the event of primary pump failure. 3. The bypass pumping system shall be capable of bypassing the flow around the work area as necessary for satisfactory performances of work. �j 4. Full pipe capacity(36" at 0.0011 ft/ft) 9900 gallons per minute(gpm) Dry weather measured peak(1999 flow data) 2000 gpm Maximum recorded wet weather peak(1999 flow data) 5000 gpm C5X59100 02790-1 SEWER FLOW CONTROL RevA—2/20/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI , B. It is essential to the operation of the existing sewerage system that there be no ' interruption in the flow of sewage throughout the duration of the project. To this end, provide, maintain and operate all temporary facilities such as dams, plugs, pumping equipment (both primary and back-up units as required), conduits, all necessary power, ' and all other labor and equipment necessary to intercept the sewage flow before it reaches the point where it would interfere with the work, carry it past the work and ' return it to the existing sewer downstream of the work. C. Provide all necessary means to safely convey the sewage past the work area. Do not stop or impede the main flows under any circumstances. ' D. Maintain sewer flow around the work area in a manner that will not cause surcharging of sewers, damage to sewers and that will protect public and private property from ' damage and flooding. E. Protect water resources,wetlands and other natural resources. , F. Fluid character: Provide pumping units to pump raw sewage. 1.4 SUBMITTALS A. Data • ' 1. Pump performance curves. Draw curves for the specified conditions. Include head, brake horsepower, efficiency and required NPSH, all plotted as a function ' of capacity, from zero to maximum capacity. 2. Calculations of static lift,friction losses;and flow velocity. 3. Submit a specific, detailed description of the proposed pumping system and flow , control system. 4. Submit operating descriptions, component descriptions, control schematics, electrical connection diagrams and general arrangement drawings for control , equipment. B. Shop Drawings ' 1. Submit detailed plans and descriptions outlining all provisions and precautions to be taken regarding.the handling of existing wastewater flows. The plan shall include schedules, locations, elevations, capacities of equipment, materials and all other incidental items necessary and/or required to insure proper protection of the facilities, including protection of the access and bypass pumping locations from damage due to the discharge flows, and compliance with the requirements and all ' permit conditions. 2. The plan shall include but not be limited to details of the following: a. Staging areas for pumps; ' b. Sewer plugging method and types of plugs; C. Number, size, material, location and method of installation of suction piping; ' C5X59100 02790-2 SEWER FLOW CONTROL RevA—2/20/07 ;' fI I MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI �I d. Number, size, material, method of installation and location of installation of discharge piping; e. Bypass pump sizes, capacity, number of each size to be on site and motor power or fuel requirements; f. Standby power generator size, location; g. Downstream discharge plan; h. Method of protecting discharge manholes or structures from erosion and damage; i. Thrust and restraint block sizes and locations; j. Sections showing suction and discharge pipe depth, embedment, select fill and special backfill; k. Method of noise control7for each pump and/or generator; 'I 1. Any temporary pipe supports and-anchoring required; 11 m. Design plans and computation for access to bypass pumping locations indicated on the_Drawings; n. Calculations for selection of bypass pumping size; o. Schedule for installation of and maintenance of bypass pumping lines; p. Plan indicated selection location of bypass pumping line locations. PART 2 -PRODUCTS 2.1 EQUIPMENT .t 'I A. All pumps used shall be centrifugal end suction, fully automatic self-priming units that` `+ -1 do not require the use of foot-valves or vacuum pumps in the priming system. The, pumps may be electric or diesel powered. All pumps used must be constructed to allow dry running for long periods of time to accommodate the cyclical nature of influent flows. The pumps shall not be hydraulic submersible type. 1iB. Provide the necessary stop/start controls for each pump. C. Provide and maintain onsite, one stand-by pump of each size. Backup pumps shall be �.J online, isolated from the primary system by a valve. D. Discharge piping: In order to prevent the accidental spillage of flows, all discharge '- systems shall be temporarily constructed of rigid pipe with positive, restrained joints. Under no circumstances will aluminum "Irrigation" type piping or glued PVC pipe be ' allowed. Discharge hose will only be allowed in short sections and by specific permission from the Engineer. Provide piping materials of steel pipe, ductile iron pipe, `J or fused, high density polyethylene pipe. C5X59100 02790-3 SEWER FLOW CONTROL RevA— 2/20/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON, MISSOURI ' • 2.2 MANUFACTURERS ' A. Acceptable manufacturers are listed below. Other manufacturers of equivalent products may be submitted. ' I" Godwin Pumps of America, Inc. 2. Rain for Rent PART 3 - EXECUTION 3.1 PRECAUTIONS A. The Contractor shall be responsible for locating any existing utilities in the area selected ' for installing the bypass pipelines. Locate bypass pipelines to minimize any disturbance to existing utilities and obtain approval of the pipeline locations from the Engineer. All ' costs associated with relocating utilities and obtaining all approvals shall be included in the Contract Price. B. During all bypass pumping operation, protect the pumping station and force main and , all local sewer lines from damage. Be responsible for all physical damage to the pumping station and force main and all local sewer lines. ' 3:2 INSTALLATION AND REMOVAL ' A. Remove manhole sections or make connections to the existing sewer and construct temporary bypass pumping structures as may be required to provide adequate suction conduit. ' B. Plugging or blocking of sewage flows shall incorporate a primary and secondary plugging device. When plugging or blocking is no longer needed for performance and ' acceptance of work, it is to be removed in a manner that permits the sewage flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. C. When working inside manholes or in the presence of sewer gases, combustible or oxygen-deficient atmospheres, and confined spaces, exercise caution and comply with OSHA requirements. D. The installation of the bypass pipelines is prohibited in all saltmarsh/wetland areas. The `1 pipeline must be located off streets and sidewalks and on the shoulder of the roads. When the bypass pipeline crosses local streets and private driveways, place the bypass pipelines in trenches and cover with temporary pavement. Upon completion of the bypass pumping operations, and after the receipt of written permission from the Engineer, remove all the piping, restore all property to pre-construction condition and C5X59100 02790-4 SEWER FLOW CONTROL RevA—2/20/07 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT (� CITY OF JEFFERSON,MISSOURI ] restore all pavement. The Contractor shall be responsible for obtaining any approvals J for placement of the temporary pipeline within public ways from the city. �J 3.3 FIELD QUALITY CONTROL AND MAINTENANCE A. Testing: Perform leakage and pressure tests of the bypass pumping discharge piping using clean water prior to actual operation. Provide 24 hours notice to the Engineer prior to testing. '1 B. Inspection: Contractor shall be responsible for ensuring that the system is working �J correctly at all times. 11 C. Maintenance Service: Insure that the temporary pumping system is properly maintained and a responsible operator is on hand at all times when pumps are operating D. Extra Materials: 1. Spare parts for pumps and piping shall be kept onsite as required. 2. Adequate hoisting equipment for each pump and accessories shall be maintained onsite. 1� • 3.4 LIABILITY A. The Contractor shall be responsible for damages to private or public property that may 1 l result from sewer control operations. 1 END OF SECTION 02790 1� 1�l i J • IJ C5X59100 02790-5 SEWER FLOW CONTROL '� RevA—2/20107 r MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI 4 SECTION 05500 -METAL FABRICATIONS I� PART 1 -GENERAL ly 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections,.apply to this Section. 1 1.2 SUMMARY A. This Section includes the following: 1. Field welded stainless steel pipe. 2. Steel supports for ductile iron pipe or field welded stainless steel pipe. '1 3. Steel framing for barbed wire barriers. Iflf B. Products furnished,but not installed,under this Section include the following: 1. Expansion anchor bolts. 2. Barbed wire. '�• 1.3 SUBMITTALS A... Shop Drawings Show fabrication and installation details for metal fabrications. 1. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. ' 2. Provide templates for anchors and bolts specified for installation under other Sections. 3. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 4. For Alternative 2,provide plans, elevations, sections, details, and structural analysis data i for the required temporary falsework. Analysis, drawings, and specifications shall be signed and sealed by the qualified professional engineer responsible for their preparation. . B. Mill Certificates: Signed by manufacturers of stainless-steel sheet and plate certifying that products furnished comply with requirements. C. Welding certificates. D. Qualification Data: For professional engineer. J 1.4 QUALITY ASSURANCE !7 A. Welding: Qualify procedures and personnel according to the following: • 1. AWS D1.1 "Structural Welding Code--Steel." 'i g C5X59100 05500-1 METAL FABRICATIONS RevB—5/17/07 1� J MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI ' 2. AWS D1.6, "Structural Welding Code--Stainless Steel." • 1.5 PROJECT CONDITIONS ' A. Field Measurements: Verify actual locations of other construction contiguous with metal ' fabrications by field measurements before fabrication and indicate measurements on Shop Drawings. -1. Established Dimensions: Where field measurements cannot be made without delaying ' the Work, establish.dimensions and proceed with fabricating metal fabrications without field measurements. Coordinate other contiguous construction to ensure that actual , dimensions correspond to established dimensions. 2. Provide allowance for trimming and fitting at site. 1.6 COORDINATION A. Coordinate installation of anchorages for metal fabrications. Furnish setting drawings, , templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. ' PART 2 -PRODUCTS ' • 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to ' product selection: 1. Available Products: Subject to compliance with requirements, products that may be ' incorporated into the Work include,but are not limited to,products specified. 2. Products: Subject to compliance with requirements, provide one of the products ' specified. 3. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. ' 4. Manufacturers: Subject to compliance with requirements,provide products by one of the manufacturers specified. 2.2 METALS, GENERAL A. Metal Surfaces, General: Provide materials with smooth, flat surfaces, unless otherwise indicated. 2.3 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. ' C5X59100 05500-2 METAL FABRICATIONS RevB—5/17/07 _ i MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI • B. Stainless-Steel Sheet, Strip,Plate,and Flat Bars: ASTM A 666,Type 304. C. Stainless-Steel Bars and Shapes: ASTM A 276,Type 304. i 'i 2.4 FASTENERS A. General: . Unless otherwise indicated, provide Type 304 stainless-steel fasteners or zinc-plated fasteners with coating complying with ASTM B 633, Class Fe/Zn 5. Select fasteners for type, grade, and class required. B. Steel Bolts and Nuts: Regular hexagon-head bolts, ASTM A 307, Grade A; with hex nuts, ASTM A 563; and flat washers. ' 1. Provide hot-dip or mechanically deposited, zinc-coated bolts, nuts, and washers where item being fastened is indicated to be galvanized. } C. Stainless-Steel Bolts and Nuts: Regular hexagon-head annealed stainless-steel bolts, nuts and flat washers; ASTM F 593 for bolts and ASTM F 594 for nuts,Alloy Group 1. J D. Plain Washers: Round, ASME B18.22.1. 'l E. Expansion Anchors: Anchor bolt and sleeve assembly with capability to sustain, without failure, a load equal to four times the load imposed when installed in concrete, as determined by 'I testing according to ASTM E 488,.conducted by a qualified independent testing agency. • 1. Material for Anchors: Alloy Group 1 stainless-steel bolts com 1 in with ASTM F 593 y P P y1 g and nuts complying with ASTM F 594, 2.5 MISCELLANEOUS MATERIALS A. Barbed Wire: Barbed wire shall be zinc-coated steel and shall consist of two No. 12 1/2, 13 1/2 or 15 1/2 gage line wires twisted with 4-point barbs uniformly spaced approximately 4 or 5 ,I inches apart and shall conform to requirements of ASTM A 121, except the minimum weight of i coating shall be 0.80 ounce per square foot of uncoated wire surface for all gages. i B. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. C. Galvanizing Repair Paint: High-zinc-dust-content paint for regalvanizing welds in steel, complying with SSPC-Paint 20. ' 2.6 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain ' structural value of joined pieces. Clearly mark units for reassembly and coordinated • installation. C5X59100 05500-3 METAL FABRICATIONS RevB —5/17/07 r, MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI ' B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of • approximately 1/32 inch, unless otherwise indicated. Remove sharp or rough areas on exposed ' surfaces. C. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. ' D. Form exposed work true to line and level with accurate angles and surfaces and straight edges. E. Weld corners and seams continuously to comply with the following: ' 1. - Use materials and methods that minimize distortion and develop strength and corrosion ' resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. ' 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. ' F. Fabricate seams and other connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. G. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, ' and similar items. H. Provide for anchorage of type indicated; coordinate with supporting structure. Space anchoring . ' devices to secure metal fabrications rigidly in place and to support indicated loads. 2.7 LOOSE BEARING AND LEVELING PLATES A. Provide loose bearing and leveling plates for steel items bearing on concrete construction. Drill ' plates to receive anchor bolts and for grouting. B. Galvanize plates after fabrication. ' 2.8 FINISHES, GENERAL ' A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal fabrications after assembly. ' 2.9 STEEL AND IRON FINISHES A. Galvanizing: Hot-dip galvanize items as indicated to comply with applicable standard listed , below: •1. ASTM A 123/A 123M,for galvanizing steel and iron products. ' 2. ASTM A 153/A 153M,for galvanizing-steel and iron hardware. C5X59100 05500-4 METAL FABRICATIONS RevB—5/17/07 h MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI 1� 2.10 STAINLESS-STEEL FINISHES 'i A. Remove tool and die marks and stretch lines or blend into finish.. B. Grind and polish surfaces to produce uniform, directionally textured, polished finish indicated, I; free of cross scratches. Run grain with long dimension of each piece. ; f C. Bright,Directional Satin Finish: No. 4. ' .. . D. Dull.Satin Finish: No. 6. . I E. When polishing is completed, passivate and rinse surfaces. Remove embedded foreign matter and leave surfaces chemically clean. 1 PART 3 -EXECUTION � i ' 3.1 INSTALLATION, GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with 1� e$ges and surfaces level,plumb, true, and free of rack; and measured from established lines and levels. ( • B. Fit exposed connections accurately together to form hairline joints. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. 1 C. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. ' 3.. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. _I D. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. ! - E. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. F. Alternative 2 Temporary Falsework: The contractor shall provide temporary falsework capable LJ of continuously supporting all dead and live loads applied to the existing steel sewer pipe prior to application of any stainless steel segments. Temporary falsework shall remain in place and effective until all segments of the field welded stainless steel pipe are completely welded together and the new pipe is capable of supporting all loads independently of the falsework.The • contractor shall then remove the temporary structure, all refuse and debris. Additional load 1� C5X59100 05500-5 METAL FABRICATIONS RevB—5/17/07 1 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT CITY OF JEFFERSON,MISSOURI -t shall not be supported by the existing steel sewer pipe until it is no longer required for structural support. The contractor shall be responsible for the design, drawings, specifications, and installation of the temporary falsework, including structural analysis data, signed and sealed by the qualified professional engineer responsible for their preparation _. 3.2 INSTALLING BEARING AND LEVELING PLATES A. Clean concrete and masonry bearing surfaces of bond-reducing materials, and roughen to ' improve bond to surfaces. Clean bottom surface of plates. B. Set bearing and leveling plates on wedges, shims, or leveling nuts.. After bearing members have been positioned and plumbed, tighten anchor bolts. Do not remove wedges or shims but, if ' rotru�ing, cut off flush with edge of bearing plate before packing with grout. 1. Use nonshrink,nonmetallic grout in exposed locations, unless otherwise indicated. ' 2. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. 3.3 ADJUSTING AND CLEANING i i1 A. Galvanized Surfaces: Clean field welds, bolted connections,' and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION 05500 C5X59100 05500-6 METAL FABRICATIONS , RevB—5/17/07 11 - ADDENDUM NO. 1 PROJECT NO. 31082 MISSOURI RIVER INTERCEPTOR PIPE BRIDGE REPLACEMENT 11 JUNE 13, 2007 The bidder will acknowledge receipt of this Addendum and his acceptance of its �} conditions by signing this Addendum and including it with his bid. 'll BIDDER: I�,� L-e,urrrrz,ct,c..� J TI 4L ,J 'I 1. The bid opening date for this project is herby changed. The bid opening will be JJ• TUESDAY, JULY 3, 2007 at 1:30 P.M. 2. Questions for this project will be allowed until Thursday, June 28, 2007 at 12:00 P.M. 3. A fifth Alternative is hereby added to the project. Please see attached drawings. Attachments: Alternative 5 drawings Revised Section 6.01 of Bid Form Pre-bid Meeting Notes CITY OF JEFFERSON, MISSOURI PATRICK E: SULLIVAN- PEA DIRCTOR OF COMMUNITY DEVELOPMENT • �l \fir OF I �t4 O City of Jefferson � ' John Landwehr • Mayor Department of Community Development Patrick E.Sullivan, P.E.; Director 320 East McCarty Street _ Phone: (573) 634-6410 Jefferson City, Missouri 65101 - 25 Fax: (573)634-6562 June 14, 2007 Subject: Missouri River Interceptor Pipe Bridge Replacement; Project No. 31082 Pre-bid Conference Notes A pre-bid conference was held in the small conference room of City Hall on Tuesday, June 12, 2007 for the above noted project. Those attending the meeting are as listed below: NAME REPRESENTING PHONE Mark Postin Fibrwrap Construction, Inc. (630) 424-1760 Jeff Wankum City of Jefferson, Wastewater Div. (573) 634-6462 Russ Rackers City of Jefferson,Wastewater Div. (573) 634-6462 Pat Kliethermes City of Jefferson, Wastewater Div. (573) 634-6410 Eric Seaman City of Jefferson, Wastewater Div. (573) 634-6443 (Tony Miller from Mid-State Pipeline Maintenance joined the meeting in the field). 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 the closure of the questions period. .Below are the items that were specifically discussed. - - rGENERAL COMMENTS: NOTEABLE DATES: Bid Opening—Tuesday, June 19, 2007, 1:30pm (Note: to change) ' Questions Cut Off—Thursday, June 14, 2007 12:00pm (Note: to change) Anticipated Notice to Proceed —Tuesday, July 17, 2007 (Note: to change) CONTRACT TIME: 45 Calendar days from the Notice to Proceed Date LIQUIDATED DAMAGES: $500.00 per calendar day. WAGE ODER: 14 There is a 36"_Steel Aerial Pipe Crossing that needs to be replaced. It is located between the Railway Bridge and the Missouri River across Wears Creek. The steel pipe has a lead paint primer. Safety precautions should be observed. There is no excess storage or method to temporarily reroute flow, so the system will have to remain in operation during the repair or bypass pumping will have to b_e provided. Three alternatives are being bid: 1. Replacement of the pipe with long-span ductile iron. The bypass pumping requirements of Section 2790 apply. For cutting pipe, etc., Section 1732 applies. 2, Place Stainless Steel encasement on exterior of pipe in accordance with Drawings S-03 and S- 04. Safety and temporary support measures apply per the Specification. II , City of . — .—.. . Ilia gill , 1' o f e rs o n COMMUNITY DEVELOPMENT .1buildin.9 a better community, _._. F:\CITY-PF;OJECTS`31082- Missouri River Interceptor Pine Bridge P,eplacemertlPre-bid Notes.doc ,.J 3. . Place FRP composite system on the exterior of the pipe in accordance with Section 2755 of the specifications. •' 4. The fourth alternative is replacement of the two manholes on either side of the creek. This would require bypass pumping per Section 2790. J Recently, the proposed pedestrian/bike trail has created interest in relocating the aerial crossing to the � north. This alternative will be added to the bid by addendum. This will also require the bid date be moved. It was the consensus that July 3 would provide enough time to add Alternative 5. The schedule will be adjusted as follows: NOTEABLE DATES: Bid Opening—Tuesday, July 3, 2007, 1:30pm l Questions Cut Off_Thursday, June 28, 200712:00pm Anticipated Notice to Proceed—Tuesday, August 7, 2007 !'J Note: Only UG utility known is Sprint/Nextel fiber optic that.is bored under Wears Creek. Local rep said they are much deeper than the sewer. If excavation occurs on either side of the creek, they can be contacted to indicate location and depths. There is OH electric that should be considered for boom and lifts. Corps of Engineers approval has been obtained for Alternatives 1-4. Further approval will have to be obtained for Alternative 5. Alternative 5 is based on known conditions to obtain a bid price. Design will be reviewed by geotechnical and structural engineers prior to construction. Any major changes would be adjusted by change order. QUESTION/ANSWER: (Received at the pre-bid meeting) • QUESTION: Will the manholes be replaced with standard 4' manholes? ANSWER:.Details Sheet SS-1 requires a 6' minimum diameter manhole for a 36" sewer main. A Sincerely, JEric Seaman, P.E. Deputy Director for Wastewater Utility Services 1 ES C: Plan Holders Meeting Attendees Project File Writer's File ity of 1► lef e rs o n �l " of DEVELOPMENT 1U "building a better communit ' --..._._._...._-....._..............._......_.__....._........ -....._._._.._........ -......._....-._.. _.__.........._._._.... ._........_...__.._........_.....----._......._..._.._._......_..._..__.....- ... ------._...__....._._.....--._.--- - F:\OITY-PROJECTS\31082- Missouri River Interceptor Pipe Bridge Reolacement\Pre-bid Notes.doc C./.v ft II 5_ /o w- rUCK INI tKC, JO 1-j/►'C [�/0 v6r— 1 1 � GRAPHIC SCALE Z WATERS EDGE 0 (DI V m U Ln _1 I I W • STA 9+37.10 MISSOURI RIVER INTERCEPTOR STA 7+93.43 MISSOURI RIVER INTERCEPTOR z 1 45'0'0' Z 0 1 I 45'0'0' 1 K--E W ' —SS--SS--SS--SS--SS--SS--SS--SS--SS— SS--SS —SS--SS-ve-- SS SS J— ss — ——ss——ss——SS——SS——SS——SS——SS 1 i < I STA 7+50 MISSOURI RIVER INTERCEPTOR CAP AND PLUG 1 I --E --E --E — E --E'--E --E// —E —E --E E --E — --E --E --E --E --E --E --E --E — Z i STA 9+67.13 MISSOURI RIVER AP AND PLUG INTERCEPTOR BACK = ui I I TI G VI 0 SI G EXISTING OVERHEAD ELECTRIC STA 9+25 MISSOURI INTERCEPT HE v 1 I I I I I I I I I dj cj�w W I I J ZM *— w M cr iL .2 I I ' a w �°og Lj 1 OLWW ce cc I ce W 1 3 I 1► Z z - � Q ( J D_ m I � f � i � I I I I I i � 3 a W o �i z v ro z W 1 W C) L D_ W W S z Of i z a LLJ c COMPACTED FILL a C' 1 0 _ d COMPACTED FILL _ gro m F Oo o¢�FC7 �N 8 N$ y R N W � w � HEADWALL (TYPICAL) 2 y��S vFi w 1 � 560 o W EXPANSION COUPLING °D !2 o 5so �- N m oiIL ~w O nv °_ BARBED RE BARRIER (TYP.) O1 m a�'7 Z W EIDSTI G TC 551.00 c 5521 = N TC 1.71 H H= m 1 U NOTE SEE DETAILS AND NOTES ON PIERS 550 550 Of ON SHEET 5-02 PIER DEPTH w TO ELEVATION 508.00* (ROCK ELEVATON) C—�J= Z Z; Of NG FL 545.07 54!k f 1 540 WATER OF SUNG FL 26 540 O D o . D! V/.J >4 Of . 530 530 G 1 IN ALL 30.03 LF _ Z INSTALL 43.43 LF OF 36' OTE ON PIERS m. �o 570 N m 520 N 7+00 7+50 8+00 8+50 9+00 9+50 10+00 i IO 1 r P ELT IR iv U Nb ........... 4L.TER T M= 5-- MO- RIVER iNT—tpCaPTOP, PIPE BSI F- JeC-Pt r '-7' PROVE P'4'PREMOULDED J01N7 e I f2LEa BETPTfEN P/Pf ANO _ CONc WILL _ ' _ I h r PL I EOUALLY 510.4cm - - SCALE: G' ]I ,'•�d'Q 15 50 G4f/cf 4 fL£X/BCE- ' WAY — — -- — COUPUNO WELDED FIELD J01W OUT510E FACE PING G/GOER BARBCO WIRE BARR/ER .O.P FL6..?, 4 /O''/O' PIPE 5UPPORT ti •1 B,t BENT 1 5!4.60 1D'•10• C SENT 5!455. 10"10'•4d'LLAO Q I I i I 11 B-15/N TIP ! PfPM/TT/NG 1 1 d- 5 o B'aL/N soP I qT PERAf/TT1NG. � E7PANS/ON ((II r O I f B047_'7'ANCHOR f 7PAN . x-541' /''342P /ZP4"0 P/PE P/Lf 20'/P/Pf PILE TN/CK OP/Z'WALL THICK - I I ' '/ , I 3'BEN-!/ I - BENT f2 I I� 5 AY BOT. I --L---•L- 5 IN BOT i I I ° 37X 7+83 II iI ' W'-7_ /'0- !4 5T/PRUP$of'-O' 7' A'•I' /-c' j I i , jI l I 9YM ABOUT C. /2•/t!P!CONC.f/LL£D I I JTfEL PIPE P/LE I'I . (UNQfhVrogCfO) I I I I DETAIL OF BENTS Of & 04 SECTION (A� ' SCALE:4'=1'-O` NOTE SCALE:Q�=p-0• C, C WELD %191NG5 7.OPIPE W 17N CONT/NUgUS Lj'A&LET5 BOTH 510E OF d£DUALLY SA4Cf9 SCAL PIPED 57£00 PIPE(3700) a'11'G� - yB'f/LL£T WfLO K - - ALL AROUND •'Sd' ', N a ' ° w ! -GAL✓ . BARRBED&O WIVE B /a•/D'•�E — IO'•Ia'•/�'e'Q BENT 2 54!.45 /O'•/0'•4d'LfAO.4 /'-834 DIA. BENT 1 5Il.JO LEN67N OF P/Lf AS RCO'D 3(7P -loI/N TOP !-0G ' " ' �4NC//OR /' 1=0kA7'ANCHOR BOL T5 BOLTS DETAIL OF 20" O D.' STEEL PIPE. PILE O 04 57/RRCIPS � /45TiPPUPS ` I ° SCALE: U!'•!'STPAPS BOLT TOOE7HE17 /N BOT r y' p 1• (t' W/TN 5B'4 BOL 75 I O 6Q f/44117 WELD ALL AROUND Dl � P'CHANfCR � •— 5'-0' 20'0 CONC f/L LED STEEL PIPE PILE. Z gflNf CA6f Of B-fa YERT(r LEN�1111A 241" •S'd'5P/RAL 2'P/TCY 70 EXTEND CL A5 SHMN AOWNWWO TO A PO/NT ' 5'BELOp'E1115L GROLW✓O LAC. DETAIL OF 124110 D STEEL PIPE PILE DETAIL OF BARBED N DETAIL OF BENTS '12 & "3 ECTION scALE SCALE: P = -' SCALE;a=11-0` SCAL.E:z=P-0`