HomeMy WebLinkAbout1416 Approving Infrastructure The BABRA Project BILL NO. 2015-043 ORDINANCE NO. e
AN ORDINANCE AUTHORIZING AND APPROVING THE SPECIFICATIONS FOR THE
CONSTRUCTION OF CERTAIN PUBLIC INFRASTRUCTURE FOR WHAT IS KNOWN AS
THE BABRA PROJECT
WHEREAS, the City has been working to provide for the efficient and orderly
construction, operation and management of retail/ commercial/ industrial developments in the
City of Riverside to further its objectives of industrial and economic development of the City for
the benefit of the citizens of the City; and
WHEREAS, the City has determined that the development the Riverside Horizons Area
fulfills a public purpose and will further the growth of the City, improve the environment of the
City, increase the assessed valuation of the real estate situated within the City, increase the
sales tax revenues realized by the City, foster increased economic activity within the City,
increase employment opportunities within the City, and otherwise be in the best interests of the
City by furthering the health, safety, and welfare of its residents and taxpayers; and
WHEREAS, the City understands that certain infrastructure work will be necessary to
accommodate the BABRA, LLC, ("BABRA") industrial warehousing and distribution facility,
known as the BABRA Infrastructure Project, as well as other future projects, to be located
adjacent to the BABRA site, and previously authorized the execution of an Infrastructure
Improvement Agreement through the passage and approval of Ordinance No. 1361; and
WHEREAS, the BABRA Infrastructure Project specifications that require Board approval
are attached hereto as Exhibit A and incorporated herein, and the cost of the BABRA
Infrastructure Project to the City shall not exceed Four Hundred Thousand Dollars
($400,000.00) or the remaining Community Development Block Grant Funds, whichever is less;
and
WHEREAS, the BABRA Infrastructure Project fulfills a public purpose and will further the
growth of the City, facilitate the development of the entire Horizons site, improve the
environment of the City, foster increased economic activity within the City, increase employment
opportunities within the City, and otherwise be in the best interests of the City by furthering the
health, safety and welfare of its residents and taxpayers; and
WHEREAS, it is in the best interest of the City, in order to further the objectives of the
industrial and economic development of the City, for the Board to approve the specifications for
the BABRA Infrastructure Project, and authorize the City Administrator to seek competitive bids
pursuant to the City Code, including, but not limited to, Chapter 135; and
NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF ALDERMEN OF THE
CITY OF RIVERSIDE, MISSOURI AS FOLLOWS:
SECTION 1. BEST INTEREST OF THE CITY. It is in the best interest of the City, in
order to further the objectives of industrial and economic development of the City, to approve
the attached specifications for the BABRA Infrastructure Project, attached hereto as Exhibit A
and incorporated herein, and further authorize the City Administrator to seek competitive bids
pursuant to the City Code, including but not limited to Chapter 135, and for the City to enter into
an Infrastructure Improvement Agreement with BABRA LLC. related to the funding of said
infrastructure construction as previously authorized by Ordinance No. 1361.
SECTION 2. AUTHORITY GRANTED. The Mayor, City Administrator, Special Counsel
to the City - Spencer Fane Britt & Browne LLP, and other appropriate officials and employees of
the City are hereby authorized and directed to take such further action related thereto as is
otherwise necessary or desirable to carry out and comply with the intent of this Ordinance.
SECTION 3. EFFECTIVE DATE. This Ordinance shall be in full force and effect from
and after its passage and approval.
BE IT REMEMBERED that the above was read two times by heading only, PASSED
AND APPROVED by a majority of the Board of Aldermen and APPROVED by the Mayor of the
City of Riverside, Missouri, thisa=day of June, 2015.
D
athleen L. Rose, Mayor
ATTE
Robin Littrell, City-Clerk
Approved as to form:
enter F e Britt & Browne LLP,
pecial C nsel to the City
b P. Bednar
2
EXHIBIT A
INFRASTRUCTURE PROJECT SPECIFICATIONS
3
PUBLIC STREET & STORM SEWER IMPROVEMENT PLANS
MATTOX ROAD
CITY OF RIVERSIDE
" PLATTE COUNTY, MISSOURI "
PROJECT LOCATION
IT
3
EDVOSE�iS�'t�S
...., •^; ..,.....� ^. P IDE EO ( <b..u....®..,.... '�' i
* _ ort CENTEE
••• f77
..........,^.+...++............................—..— �� ,,.,men {
,.......,.�.,.—,..........e tee., ^ �gk
BENCHMARKS:
Uo— �n—mwnu alar °'rc
mrurmi.noa2r� `. _ �'
SLammary of Comments on 2015-043 Ord Approving Specs
for BABR:A Project - Exh A (Plans&Specs).pclf
Page: 1
Number: 1 Author:LANDERSON Subject:Typewritten Text Date:05/29/2015 12:55:05 PM
Number:2 Author:LANDERSON Subject:Typewritten Text Date:05/29/2015 12:55:37 PM
Number:3 Author.LANDERSON Subject:Typewritten Text Date:05/29/2015 12:56:03 PM
EXHIBIT A
---..Number:4 Author:LANDERSON Subject:Typewritten Text Date:05/29/2015 12:55:08 PM
—Number:5 Author:LANDERSON Subject:Typewritten Text Date:05/29/2015 12:55:39 PM
Number:6 Author:LANDERSON Subject:Typewritten Text Date:05/29/2015 12:52:17 PM
- Number.7 Author:LANDERSON Subject:Typewritten Text Date:05/29/2015 12:56:10 PM
,.. ' v v ,y -fes � !� •�.,,�m.R� ,.tiz�,�,�r 8
.moi Mmp10u.w e`d`sPPw,9 Pm --0
s ,•s iYP CpSECT ON-MATRI%flOM a Pn .[�a a ww�mPama rm+
4 A H CNC:EMLSI FR r LLA$;ULJI]NL
C6
_ .J�Y� osr^[a[ asm LJ- wan yPj`R ayj3 ge.
r n
_ _ � aEtYI NTc i0R c{gyu N4R
j yq, j�=*\ m r '^iia�oss_ ixmrn MAL<o. EWnLr �mmro� 3i
6 ,1
fGVMM PA Kj ON NM LFTML / N 9�- [ •C i¢��annrCMNT a�ruroro dm awrfrM OP�ma a.+v re�iM.
MM P�cq n F�Tv
E weiw CAU'ION!!1lI n'mn uiwrvma
�1n.[-v[-ll��q Eea�u w�wemx�New�wq l IJ gn irrm, x ♦ 'Oi
AUTON!') m/ wwruwra'ia no .;i'I
I(w�[x rt�[n,pM mw.wnnvur. . — �a 09m.er tvwr`w�i�ia�ia(
nl mwmo- r I�� m / lrrmw+-nrm ��!
x./ unMinH -w•(os.)lem xl l[) p
a C
o
i!.,T� ,Mf
Tk
m . d ee no f t p
mS8 — .� !
td: Nt
C - 3
_
Ae✓ y � �� �.an-v-ry
x�(�iu�ivala4 Sai .a,. x�..
3x�
MATT_OR ROAD k PRIVATE DRIVE MORTR ENTRANCE I
El
M Jlrt.rt+�6i 1 �1 ` j
�& I � I ne a vrt+www
¢y' MATTO.t' ROAD I.1,-I/E-SAP
MATTOX ROAD k PRIVATE DRIVE /SOCTR ENTRANCE) ck
-- ----
/-cnuneN!n ® . .
�+F m
.r F1 .. .
_ fnu w
�. 10
..
r
vttot'o�EDts1a's , '"'.�� a
�— =U
i STABILIZED CONSTRUCTION ENTRANCE
DETAM Sim
GRAVEL FILTER SAOf SILT FENCE DETAIL -'_ _-� •.__`~—__` C -06
{ CURB INLET SEDIMENT FILTER^^ "—'-"--'-- "-'
INE nv
cAU nOM!!- ,ro B �• ro`
rtr[sNlmim R.ofW%YZ
r---
��� � �qr$ �xryN9Ex•Y I \ _ -. —i ro a a �' �4���J
a All
z
.... ', .h 404 :DE �, — � <3 y
l �
2 R a
- — AVER_�EtSC 3 � 3
I
z.
s
201
2]i �ti� 1 7 :03
L
r
4IInlrpld y
ACRES 21 ACRES 2.5t ACRES
.... ................ ..................... ......... luofI
s
iJ .4
5.7t ACRES
1.3±
1•• d kk3%
n-s
-'�l1iiy � ys
rv..wrz
M
. 1
.R12 _ - . I`•\ $ o Vii;
'AIA
i e o,I
— _ FE ey ff
-
i a
�J 9; }
"CC"f i tii' ql
u4 p 'I `ria� 'i 1T i t �"i xs a c5
�.,
-ss,� 'E pF
mi
jJ Rlyu if i "qNM N�y4{u" 'it
t r:A:!
I
-- -�-�.,
lig ii
Pl&1C SREEi.VII SiOq"SfefR YNPAENIS 8N►FER, KKLINE 4 WARRENN,INC.
s 6 Wi10%0.00D „.. ...........w... � •y o.J a o,a ,xoi n
{L iW� ro Ew
m
S "..
I 3
A's
Hair:
p5
Harz: �s wnmas wu w .'" g
/,, w��im�+o wnm mn ma•�wrs _—_ td
'YI
l)
DIVISION I - GENERAL REOUIREMENTS
108
01015 CONTRACTOR USE OF PREMISES
I. The Contractor shall confine all construction activities to the limits of the project right-of-way
and easements. Any additional easements and access to private property that are desired outside
the project limits are the responsibility of the Contractor.
2. If the Contractor desires access to private property that is outside the project limits, the
Contractor shall obtain a written agreement between the Property Owner and the Contractor
and submit this written agreement to both the City and the Engineer prior to accessing the
private property.
01030 SPECIAL CONDITIONS
1. Examination of the Site: Bidders are required to visit the site and inform themselves of all
conditions presently existing. Failure to visit the site will in no way relieve the successful
bidder from the necessity of furnishing all materials and performing all work required to
complete the work in accordance with the drawings and specifications.
2. Measurements: All dimensions shown shall be verified by the Contractor. Any discrepancies
between the drawings and the existing conditions shall be referred to the Engineer for
adjustment, before the work is performed. For convenience, most drawings are made to scale;
however, certain parts of drawings are exaggerated for clarity, so construction must be done
only from figured dimensions; never scale the drawings.
3. Protection of Monuments: The Contractor must carefully preserve bench marks, references or
stakes and in case of willful or careless destruction, he shall be charged with the resulting
expense and shall be responsible for any mistakes that may be caused by their unnecessary loss
or disturbance.
4. Responsibility of Contractor for Backfill Settlement: The Contractor shall be responsible,
financially and otherwise, for:
a. Any and all settlement of trench and other backfill which may occur from the time of
original backfilling until the expiration of a period of one year from and after the date of
final acceptance of the entire contract under which the backfilling work was performed.
b. The refilling and repair of all backfill settlement and the repair or replacement to the
original or a better condition of all pavement,top surfacing's, driveways, walks, surface
structures, utilities, drainage facilities, sod and shrubbery, which have been damaged as
a result of said backfill settlement or which have been removed or destroyed in
connection with backfill replacement operations.
c. The Contractor shall make, or cause to be made, all necessary backfill replacements and
repairs or replacements appurtenant thereto, within 30 days from and after due
notification by the Engineer or Owner of backfill settlement and resulting damage at
any designated location or locations.
109
5. Breakage and Damage: The Contractor shall be responsible for any breakage, damage or other
injury to existing or new facilities caused directly or indirectly by his operations and he shall
replace, at his own expense, in a manner approved by the Engineer any such broken or
damaged material.
6. Delivery of Materials: The delivery of all materials, equipment, and miscellaneous items
entering into the construction of the work is a part of this contract, including freight and
hauling charges both to and from transportation points. Payment of charges for the above items
shall be made by the Contractor.
An amount covering all charges for freightage and delivery of items shall be included as a part
of the contract price and in no case will an extra be allowed for such charges.
7. Pumping and Shoring: The Contractor shall promptly remove all water that may reach the
trenches and other excavated portions of the premises at any time during the progress of the
work, and he shall keep the premises free from accumulations of water at all times until the
completion of the work. All temporary shoring required shall be furnished and installed by the
Contractor and shall be designed in accordance with current OSHA requirements. Trench
sheeting shall not be pulled before backfilling unless pipe strength is sufficient to carry trench
loads based on trench width to the back of sheeting. No separate payment will be made for
temporary shoring or pumping.
8. Labor and Tools: Work which should properly be done by skilled labor shall not be attempted
with common laborers. The various contractors shall have on the job, at all times, ample
equipment to carry on the work properly, including such tools as may be necessary to meet
emergency requirements.
9. Storage of Materials: All materials delivered to the job shall be stored so as to keep them in
first class condition and free from deterioration or contamination.
10. Coordination: All contractors, subcontractors and trades shall cooperate in coordination of their
several works, but the principal responsibility for coordinating the project as a whole and the
operations of the contractors and subcontractors shall lie with the Prime Contractor.
11. Blasting: No blasting will be allowed on this project.
12. Definitions of Contract Completion: This section defines the terms "Substantial Completion"
and"Final Completion" as they are used in the Contract Documents.
a. Substantial Completion: Substantial completion is defined as 100% completion of the
following items:
i. Grading
ii. Paving(includes streets, sidewalks, curbing, and driveways)
iii. Utility Conduits
iv. Permanent Pavement Markings
v. Permanent Signing
vi. Storm Drainage Improvements (including rock protection)
110
vii. Final Completion: Final completion shall be defined as 100% completion of all
work items other than the ones listed under"Substantial Completion" and all
other work items as provided for in the Contract Documents.
01040 COORDINATION:
1. All construction activities shall be coordinated with all utility owners and the City of Riverside.
All utility owners with facilities within the project limits have been notified. They have been
instructed to identify any conflicts with new construction and to make arrangements for
relocation of utilities that cannot be avoided.
2. All construction activities shall be coordinated with adjacent property owners affected by
construction of the project to assure access to their properties.
3. The Contractor will be responsible for notifying the City Engineer in writing of the dates when
construction will begin and end. The City Engineer will notify the school district, fire, and
police departments, and the local newspapers.
4. The Contractor shall be responsible for obtaining all necessary permits, and paying for any and
all inspection and permit fees as required by the City Engineer.
5. Project Coordination Meetings: In addition to the above said coordination responsibilities, the
Contractor shall attend construction progress meetings with the City Engineer on a monthly
basis (as a minimum). Additional meetings may be held as needed. No direct payment will be
made for this item but shall be considered subsidiary to other bid items.
6. Contractor will need to coordinate and work with any contractors that may be working in the
project area.
01060 STANDARD SPECIFICATIONS AND PLANS
1. A.General: The work shall conform to the plans and contract specifications as outlined. The
standard specifications and plans which govern this work are listed below. In case of conflict,
the specifications listed in this document shall take precedence over those listed in the stated
Standard Specifications.
2. Standard Specifications: Except where noted otherwise, the work shall conform to the latest
edition of the Kansas City Metropolitan Chapter of APWA Standard Specifications and Design
Criteria, Division II (APWA Standard Specifications). The referenced APWA Standard
Specifications are available at the following website:
http://kcmetro.uwa.net/chapters/kcmetro/specifications.asp
3. Standard Plans: The work shall conform to the latest edition of the Kansas City Metropolitan
Chapter of APWA Standard Plans when referenced in the construction documents. The
referenced APWA Standard Plans are available at the following website:
111
http://kcmetro.apwa.net/chUters/kcmetro/specs/APWAStdDwms.pddf. Other standard plans and
specifications may be referred to and therefore adopted into these specifications.
01181 REQUEST FOR INFORMATION
1. All questions about the meaning or intent of the Bid Documents or Contract Documents shall
be submitted to the Engineer in writing. Replies will be issued by addenda mailed, faxed or
delivered to all parties recorded by the Engineer as having received the bidding documents.
2. A blank Request for Information (RFI) form is shown on the following page. This RFI form
shall be completed by the Contractor and submitted to the Engineer.
The form shall be used prior to the bid date, after the contract has been awarded and also for the
entire duration of construction. After the bid opening, all RFI's will need to be submitted to the
City of Riverside (Travis Hoover). Fax number(816) 746-8349.
3. Questions received less than four working (4) days prior to the bid opening will not be
answered. Prior to the bid opening, RFI No's. will be issued as they are received. All RFI's
received at least four working (4) days prior to the bid opening will be answered by written
addendum no later than two (2) working days prior to the bid opening.
4. Only questions answered by formal written addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
01310 JOB SITE ADMINISTRATION:
1. The Contractor, or a duly authorized representative to act for him, shall continually be present
at the site of the work, whenever construction activities are underway, for the duration of this
project.
2. The Contractor shall designate, in writing, his duly authorized representative(s) at the
preconstruction meeting. The duly authorized representative(s) will be the official liaison
between the City, Engineer, and Contractor regarding the signing of pay estimates, change
orders, work day reports and other forms necessary for communication and project status
inquiries. Upon project commencement, the Engineer shall be notified, in writing, within five
(5) working days of any changes in the Contractor's representative(s).
112
01320 CONSTRUCTION SCHEDULE:
1. A.General: The Contractor shall prepare and maintain a construction schedule for the duration
of the project.
2. Baseline Schedule: The Contractor shall prepare a baseline schedule to be presented to the
Engineer for review at the pre-construction meeting. The baseline construction schedule shall
be in a form approved by the Engineer and shall include at least the following information for
each significant work item during each phase of the project:
a. Beginning date of Project.
b. Ending date of Project.
c. Beginning Date of Each Phase.
d. Completion Date of Each Phase.
e. Scheduled percentage of completion at the end of each calendar month.
f. Scheduled percentage complete for each phase at the end of each calendar month.
The Engineer will review the proposed progress schedule, and may require the Contractor to revise
the same if, in the Engineer's judgment, revisions are required to provide for completion of the
project within the Contract Time.
3. Schedule Updates: In addition to submitting a baseline project schedule, the Contractor shall
update the project schedule prior to each monthly construction progress meeting. The updated
schedule shall show the original baseline schedule, the actual work progress and the estimated
completion of each significant work item for each phase of the project. The updated schedule
shall be distributed to the City and the Engineer at each progress meeting.
4. Payment: No direct payment shall be made. This item shall be considered subsidiary to the bid
item, "Mobilization".
01330 SUBMITTALS
1. A.Shop Drawings: A minimum of three (3) copies each of manufacturer's shop drawings and
data sheets shall be submitted to the Engineer indicating the necessary installation dimensions,
weights, materials, and performance information. The shop drawings shall be distributed as
follows: One (1) copy for the Engineer, one (1) copy for the City and one (1) copy for the
prime Contractor. The Contractor shall supply additional copies as necessary for any
subcontractors. Submittals for equipment and materials shall include reference to indicate
where it is to be used; whether by tag number, specification paragraph, or description of use.
Approval of shop drawings will be for conformance with the design concept of the project and
for compliance with the information given in the Technical Specifications. The approval of a
separate item, as such, will not indicate approval of the assembly in which the item functions.
2. Submittals: The following is a list of submittals required:
a. Aggregate (other than those used in pavements or structures)
113
i. Gradation Test Results
ii. Soundness Test Results
b. Fill Material
i. Source for Material
ii. Moisture-Density Relationships
c. Concrete Mix Design (For Each Mix used on the Project)
i. Source of Materials
ii. Concrete Manufacturer's Name
iii. Testing Laboratory Name
iv. Results of the Mix Design
1. Compressive Strength
2. Air Contents
3. Slump
4. Cement Content
5. Water Content
6. Fine Aggregate
a. Gradation Test Results
b. Soundness Test Results
7. Coarse Aggregate
a. Gradation Test Results
b. Soundness Test Results
d. Additives as called for in plans or specifications
e. Certification of Reinforcing Steel
f.Certification of Fly Ash (if used)
g.Asphalt Mix Designs (for each mix used on the project)
i. Source of Materials
ii. Asphalt Manufacturer's Name
iii. Testing Laboratory Name
iv. Results of the Mix Design
1. Marshall Characteristics, including all those items listed under
APWA Section 2205.3.13 (If a SuperGyratory Compactor is used to
prepare the asphalt samples, the Marshall flow and stability
measurements will be waived however the alternate test values listed
in the second paragraph of APWA Section 2205.3.13 will be required
to be submitted).
2. Asphalt Cement Content
3. Fine Aggregate
a. Gradation Test Results
b. Soundness Test Results
4. Coarse Aggregate
a. Gradation Test Results
b. Soundness Test Results
h.Soil-Fly Ash Mixture:
i. Fly ash material
ii. For soil-fly ash mixture (with specified% of fly ash) for each different type
of soil anticipated to be used in the pavement subgrade stabilization:
114
iii. ASTM D558 modified to a 2 hour delay. At each moisture content, strength
testing (ASTM D 163 3) modified to curing sealed for 7 days at 100 degrees
(F) shall be performed.
i.Storm Sewer
i. Piping
1. Certification of Piping and Fittings
2. Structures
a. Precast Shop Drawings
b. Catalogue Cuts on Metal Castings
j.Signing Materials
i. Equipment and Materials List including Manufacturer and Catalogue Number
k.Pavement Marking Materials
ii. Certification that all materials used are in compliance with specifications
included herein.
I.Silt Fence
iii. Manufacturer's information showing compliance with physical requirements as
listed in Section 02205.
m.Sanitary Sewer Pipe and Fittings
iv. Certification of Piping and Fittings
v. Precast Manhole Shop Drawings
vi. Precast Manhole Fittings
vii. Manhole Ring, Cover and Steps
viii. Manhole Joint Compound
ix. Manhole Coating
x. Manhole Casting and Barrel Wraps
n.Utility Conduits
o. Certification that all materials used are in compliance with specifications included
herein.
01410 TESTING LABORATORY SERVICES
1. General: Work under this item shall consist of furnishing all materials, labor and equipment
necessary for a private testing laboratory to provide the material testing for items incorporated
into the project. The tests, frequency and reports required to confirm contract compliance shall
be as specified in the APWA Standard Specifications unless otherwise noted below:
Material Test Standard Frequency
a. Concrete Compression Tests ASTM C31, C143, C172 1 set of cylinders from the first
pour and for each 200 C.Y. thereafter. Note: Air and slump tests are required for each
set of cylinders created.
b. Concrete Slump ASTM C143 At the beginning of each pour and for each 100 C.Y.
thereafter.
c. Concrete Air Content ASTM C231 At the beginning of each pour and for each 100 C.Y
thereafter.
115
d. Soils Moisture Density ASTM D698 Minimum 1 per soil type (on site or borrow) Soils
Soils and Plasticity Index and Classification ASTM D2487 Minimum 1 per soil type
Soils In-place Density and Moisture Content ASTM D2922, D3017 Min. of 4 tests per
day for each active grading spread (includes Fly Ash Stabilization). Min. 2 per 1000'
(Trench backfilling)per lift
One copy of the test results shall be submitted to the Engineer electronically within 24
hours of the test completion, and one hard copy to be submitted to the City within five (5)
days of the test completion.
The testing lab must be agreed upon by the Contractor and the City.
2. Payment: No direct payment shall be made. This item shall be considered subsidiary to the bid
items of the materials being tested.
01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE
1. A.General: The Contractor shall make his own arrangements for material and equipment
storage areas, field office location, and non-soil waste area. The Contractor shall keep the site
clean and free of all refuse, rubbish, scrap materials, and debris as a result of construction
activities so that at all times the site of the work shall present a neat, orderly and workmanlike
appearance. This includes the removal of earth and debris from streets and roads that resulted
from the Contractor's activity. The Contractor shall restore the site of work and adjacent
disturbed areas to the condition existing before work began as a minimum.
2. Payment: No direct payment shall be made. This item shall be considered subsidiary to the bid
item, "Mobilization".
01567 POLLUTION CONTROL
1. No open burning will be permitted.
01732 DEMOLITION
1. General: This item includes, but is not limited to,the removal and disposal of landscaping
items, signs, fences, pipes, existing pavement, and all other items designated for removal in the
plans or as directed by the Engineer. All items that are inside the construction limits, including
those not listed or shown on the plans, shall be included in this item. Demolition shall be done
in accordance with Section 2101 of the APWA Standard Specifications.
a. Sawcut Existing Pavement Full Depth: Where portions of the existing asphalt pavement
are to be removed, the existing asphalt shall be cut with a concrete saw to full depth. If
the remaining asphalt is chipped or cracked during sawing and removal, it shall be re-
sawed behind the limits of the chip or crack. No additional payment will be made for
116
the replacement of asphalt damaged during construction other than that shown on the
plans. This is considered subsidiary to the bid item "Unclassified Excavation."
2. Workmanship: All removals, except for suitably sized broken pavement, shall be properly
discarded off the project limits and shall not be re-used or used as an embankment material
within the project limits.
1. Payment: Based on the contract lump sum bid price for"Demolition, Clearing and Grubbing",
partial payments will be allowed on the next estimate as follows:
Nothing herein shall be construed to limit or preclude partial payments otherwise provided by the
contract
117
DIVISION 2 - SITEWORK
118
02050 CONSTRUCTION SURVEY AND STAKING
1. General: The Contractor shall be responsible to provide for all required construction surveys.
2. Monuments: The Contractor shall furnish and install such materials, surveyors, and assistance
as necessary for the proper replacement or resetting of monuments, section comers, property
corners, benchmarks, or other reference points that are moved or destroyed by the construction.
Replacement or resetting of the items described above shall be conducted under the direct
supervision of a Registered Land Surveyor, duly registered in the State of Missouri.
3. Layout: Any work done without being properly located and established by base lines, offset
stakes, benchmarks or other basic reference points may be ordered removed and replaced at the
Contractor's cost and expense.
4. Payment: This item is subsidiary to other bid items.
02110 CLEARING AND GRUBBING
1. General: Clearing and grubbing shall be done in accordance with Section 2101 of the APWA
Standard Specifications.
2. Payment: Payment will be made at the contract lump sum price for " Demolition, Clearing and
Grubbing" as listed in the Proposal and shall constitute full compensation for all tools, labor,
materials and equipment necessary to complete the item including, but limited to, the removal
of trees, vegetation, pavements and other improvements as shown on the Plans. Items not
specifically called out in the contract for the completion of this item shall be considered
subsidiary to "Demolition, Clearing and Grubbing".
3. Payment will be based on the contract lump sum bid price for "Demolition, Clearing and
Grubbing".
Nothing herein shall be construed to limit or preclude partial payments otherwise
provided by the contract.
02120 MOBILIZATION
2. General: This item shall consist of preparatory work and operations, including, but not limited
to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the
project site; for the establishment of all offices, buildings, and other facilities necessary for
work on the project except as provided in the contract as separate bid items; and for all other
work and operations which must be performed or costs incurred prior to beginning work on the
119
various items on the project site; for periodic cleanup during construction and for cleanup upon
completion of the work.
3. Payment: Based on the contract lump sum bid price for"Mobilization" and"Field Office",
partial payments will be allowed on the next estimate as follows:
a. When 5 percent or more of the original contract amount is earned, 25 percent.
b. When 10 percent or more of the original contract amount is earned, an additional 25
percent.
c. When 25 percent or more of the original contract amount is earned, an additional
percent.
d. When 50 percent or more of the original contract amount is earned, the final 25 percent.
Nothing herein shall be construed to limit or preclude partial payments otherwise
provided by the contract.
02130 EARTHWORK
1. General: Grading shall be in accordance with Section 2100 of the AP WA Standard
Specifications. Subgrade preparation shall be in accordance with Section 2201 of the APWA
Standard Specifications, except as otherwise specified herein.
a. Topsoil: The removal of topsoil and the replacement with suitable materials is not
included in the earthwork quantities. All excess topsoil shall be stockpiled as directed
by the City. All nonpaved areas receiving seed or sod shall have 6" of topsoil placed on
the surface immediately prior to seeding/sodding. Removal, hauling and stockpiling
excess topsoil shall be considered subsidiary to the bid item"Unclassified Excavation".
The placement of topsoil prior to seeding and sodding operations shall be considered
subsidiary to the bid item "Embankment".
b. Embankment: Embankment shall include the placing and compacting of all materials
necessary to construct the improvements as shown on the plans.
c. Unclassified Excavation: Unclassified excavation will include the removal of all
material regardless of its nature to the excavation limits as shown on the plans. All
excess soil shall be stockpiled(separate from the topsoil stockpile) as directed by the
City. Hauling and placing excess soil shall be considered subsidiary to the bid item
"Unclassified Excavation"No blasting will be allowed for this project.
d. Contractor Furnished Borrow: Borrow material meeting the requirements of the City of
Riverside will need to be imported, if required.
Contractor shall have the option of obtaining suitable borrow material from other
locations. Contractor must receive written authorization from the City prior to obtaining
and or placement of any Contractor Furnished Borrow.
e. Overexcavation and Placement of Backfill: At the direction of the Engineer, excavation
of unsuitable subgrade material and placement of suitable fill material may be
employed. Overexcavation and placement of backfill will include the removal of all
unsuitable material beyond the excavation limits as shown on the plans, placement of
backfill material and compaction of backfill per the above listed Embankment
specifications.
120
f. DEWATERING. Dewatering equipment shall be provided to remove and dispose of all
surface water and groundwater entering excavations, trenches, or other parts of the
work. Each excavation shall be kept dry during subgrade preparation and continually
thereafter until the structure to be built, or the pipe to be installed therein, is completed
to the extent that no damage from hydrostatic pressure, flotation, or other cause will
result.
All excavations for concrete structures or trenches which extend down to or below
groundwater shall be dewatered by lowering and keeping the groundwater level beneath
such excavations 12 inches or more below the bottom of the excavation.
Surface water shall be diverted or otherwise prevented from entering excavations or
trenches to the greatest extent possible without causing damage to adjacent property.
The Contractor shall be responsible for the condition of any pipe or conduit which he
may use for drainage purposes, and all such pipe or conduit shall be left clean and free
of sediment.
2. Measurement: Quantities are based on in place volumes to existing ground as determined by
cross section areas using the Average End Area Method. No shrink/swell factors have been
applied to the excavation and embankment quantities. No measurement will be made to
determine the final number of cubic yards of"Embankment" or"Unclassified Excavation"for
all other portions of the project unless a substantial change in the plans is made and a change
order is necessary. Contractor Furnished Borrow, if required, will be measured by the loose
truckload volume (agreed by both the Engineer and Contractor) brought to the construction site
at a unit price agreed by both the Engineer and Contractor.
3. Payment: Payment will be made for the bid items "Embankment"and "Unclassified
Excavation" at the contract unit price for each item as listed on the Itemized Proposal.
Placement of all borrow material will be made at the contract unit price for"Embankment".
Payment for the removal and replacement of unsuitable subgrade material, if required, will be
based on a volume (agreed by both the Engineer and Contractor) at the unit price for the bid
items"Unclassified Excavation" and"Embankment". "Dewatering" will be subsidiary to other
bid items.
Payment shall constitute full compensation for all labor, materials, and equipment necessary to
complete these items, including but not limited to stockpiling and the all items required for the
excavation and hauling of all borrow material. Items not specifically called out in the contract
for the completion of these items shall be considered subsidiary to "Embankment", and
"Unclassified Excavation".
02150 EROSION AND SEDIMENT CONTROL
1. General: Erosion and sediment control shall be in accordance with APWA Standard
Specifications Section 2150.
121
a. The Contractor is responsible for providing sufficient control of sediment and erosion to
prevent migration of sediment off the construction site throughout the duration of the
project.
b. The Contractor is also responsible for maintaining an up to date Storm Water Pollution
Prevention Plan (SWPPP) for the duration of the project based on Contractor's means
and methods. Maintenance of the SWPPP shall be subsidiary to other bid items related
to erosion and sediment control.
c. All sediment escaping the project site shall be removed immediately at the expense of
the Contractor. If existing vegetation is damaged by the sediment, or by the removal of
the sediment, it shall be replaced with like vegetation at the expense of the Contractor.
d. Sediment removal behind all barriers, traps and basins (including the filling of the
sediment traps at the end of the project) will not be paid for separately and shall be
considered subsidiary to other erosion control bid items.
2. Payment: Payment will be based on the contract lump sum bid price for "Sediment Control".
02155 TEMPORARY SEEDING AND MULCHING
1. General: This work shall consist of temporary seeding and mulching of all disturbed areas that
are not to be paved prior to the placement of permanent seeding or sodding. Temporary seeding
and mulching materials and construction shall be in accordance with Section 2153 of the
APWA Standard Specifications and as indicated on the plans. This includes fertilizer, mulching
and watering of the temporary vegetation.
2. Payment: No direct payment shall be made. This item shall be considered subsidiary to the bid
items for sediment control.
02201 FLY ASH SUBGRADE STABILIZATION
1. General: This item shall consist of the addition of self-cementing fly ash, mixing, and
compacting the material to the required density to develop a stabilized subgrade section. This
item applies to natural ground or fill and shall be constructed as specified herein and in
conformity with the typical sections, lines and grades as shown on the plans or as established
by the Engineer.
2. Materials:
a. Fly Ash:
i. Requirements: Fly ash shall comply with the physical requirements of ASTM
D 5239 6.4 maintaining a minimum compressive strength of 500 psi (345
Mpa) at 7 days and the chemical requirements of ASTM C 618, Table 1, for
Class C fly ash. The source of the ash shall be identified and approved in
advance of stabilization operations so that laboratory tests can be completed
prior to commencing work.
ii. Basis of Acceptance: The basis of acceptance of fly ash furnished shall be
receipt of a certification prepared by the producer to cover the quality of each
122
shipment. The certification shall be signed by the producer or his assigned
representative. The certification shall show compliance with specifications
and shall be attached to or be a part of the scale ticket, weigh bill or other
shipping document that accompanies each shipment.
b. Water:
i. Requirements: The water used in the stabilized mixture shall be clean, clear,
free of sewage, vegetable matter, oil, acid and alkali.
ii. Basis of Acceptance: Water known to be potable may be used without testing.
All other sources shall be tested in accordance with American Association of
State Highway and Transportation Officials (AASHTO) T- 26 and approved
by the Engineer.
c. Equipment:
i. The machinery, tools and equipment necessary for proper execution of the
work shall be on the project and approved by the Engineer prior to beginning
of construction operations. Blending of the soil-fly ash mixture shall be
accomplished by a Bomag MPH 100 pulvamixer or equivalent. Compaction
shall be achieved using a vibratory padfoot roller. Rubbertired rollers will not
be permitted except for finish rolling of the stabilized section. All machinery,
tools and equipment used shall be maintained in a satisfactory and competent
manner.
ii. Fly ash shall be stored and handled in closed weatherproof containers until
immediately before distribution. Fly ash exposed to moisture prior to mixing
with recycled material shall be discarded.
iii. If fly ash is furnished in trucks, each truck shall have the weight of fly ash
certified on public scales or the Contractor shall place a set of standard
platform truck scales or hopper scales at a location approved by the Engineer.
d. Construction Requirements:
i. General: The purpose of this specification is to secure a completed section of
treated material which contains a uniform mixture of fly ash and pulverized
material with no loose or segregated area, has a uniform density and moisture
content, and is well bound for its full depth. It shall be the responsibility of
the Contractor to regulate the sequence of his work, to process a sufficient
quantity of material to provide full depth as shown on the Plans,to use the
proper amounts of fly ash, to maintain the work, and to rework areas as
necessary to meet the above requirements.
ii. Weather Limitations: . Soil temperature shall be at or above 40° F at the time
fly ash is incorporated. The Contractor shall be responsible for the protection
and quality of the fly ash modified subgrade mixture under any weather
conditions.
iii. Preparation of Roadbed: Before other construction operations are begun, the
area where the fly ash stabilized material will be placed shall be cut and
shaped in conformance with the lines and grades shown on the plans. All
areas shall be firm and able to support, without displacement, the construction
equipment and the compaction hereinafter specified. Soft or yielding
subgrade shall be corrected and made stable by scarifying, adding fly ash, and
compacting until it is of uniform stability. If required, this shall be
accomplished on a"time and material"basis. Where the stabilized section is
123
to extend below the cut surface,the ash shall be distributed uniformly across
the surface in a quantity sufficient to provide the specified ash content. The
ash shall be incorporated with a pulvamixer with water being added to
achieve the specified moisture content.
iv. Treatment of Subgrade: The subgrade material shall be pulverized through
use of the specified equipment. Depth of pulverization shall be as designated.
The pulverized subgrade material and fly ash shall be mixed thoroughly until
a uniform mixture is obtained. All clods shall be reduced in size by mixing
until the pulverized subgrade material-fly ash mixture meets the following
size requirement when tested. Sieve Size Percent Retained: 1 1/2 inch 0%, 1/2
inch 50%maximum
V. Moisture Control: Moisture control shall be achieved through use of a
pulvamixer equipped with a spray bar in the mixing drum capable of applying
sufficient quantities of water to achieve the required moisture content for the
soil-fly ash mixture. The system shall be capable of being regulated to the
degree as to maintain moisture contents within the specified range. Required
moisture contents will be established by the Engineer based on laboratory
tests (performed by the Contractor) with the site soils and specific fly ash to
be used for the treatment. Laboratory test results shall be provided to the
Engineer by the Contractor. For each soil type and fly ash source, testing
shall include ASTM D558 modified to a 2 hour delay. At each moisture
content, strength testing (ASTM D 1633) modified to curing sealed for 7 days
at 100 degrees (F) shall be performed. If moisture contents exceed the
specified limits, additional fly ash may be added to lower moisture contents
to the required limits. Lowering moisture contents by aeration following
addition of fly ash will not be allowed.
vi. Application: Immediately prior to application of fly ash, the area shall be
bladed to allow uniform distribution of fly ash. The fly ash shall be spread in
an approved manner at a rate of 15 percent of the subgrade soil weight on a
dry unit weight basis. The fly ash shall be distributed at a uniform rate and in
such manner as to reduce the scattering of fly ash by wind to a minimum. Fly
ash shall not be applied when wind conditions, in the opinion of the Engineer,
are such that blowing fly ash will become objectionable to adjacent property
owners. Mixing operations shall commence within 1 hour after distribution of
the fly ash.
vii. Mixing: The soil and fly ash shall be thoroughly mixed by an approved mixer
or other approved equipment, and the mixing continued until, in the opinion
of the Engineer, a homogeneous, friable mixture of soil and fly ash, free from
all clods or lumps, is obtained. If the soil fly ash mixture contains clods,they
shall be reduced in size by additional pulverization.
viii. Compaction: Compaction of the mixture shall begin immediately after mixing
of the fly ash and be completed within two hours following incorporation of
fly ash. Compaction of the mixture shall begin at the bottom and shall
continue until the entire depth of the mixture is uniformly compacted to the
specified density using padfoot or similar rollers. All non-uniform (too wet,
too dry or insufficiently treated) areas that appear shall be corrected
immediately by repulverizing the areas affected, adding or removing material
124
as required and remixing and recompacting. The stabilized section shall be
compacted to a minimum of 95 percent of the material's maximum dry
density as determined by ASTM D 558 (modified to a 2 hour delay).
Moisture content of the soil-fly ash mixture shall be within 3% of the optimal
moisture content as developed from the laboratory compaction and strength
tests. In addition to the requirements specified for density, the full depth of
the material shown on the plans shall be compacted to the extent necessary to
remain firm and stable under construction equipment. After each section is
completed, tests will be made by the Contractor. If the material fails to meet
the density or moisture content requirements, the Engineer may require it be
reworked as necessary to meet those requirements or require the Contractor to
change his construction methods to obtain required density on the next
section. Additional fly ash will be added to areas that are reworked and
amount required will be established by the engineer. Should the material due
to any reason or cause, lose the required stability, density and finish before
the work is accepted, it shall be reprocessed, recompacted and refinished at
the sole expense of the Contractor. Reprocessing shall follow the same
pattern as the initial stabilization including the addition of fly ash. Placement
of fill over the initial stabilized lift shall be delayed 24 hours after final
compaction of the stabilized section. Method of fill placement shall be
adjusted to minimize disturbance of the stabilized section. Unstable areas that
develop during placement of fill shall be undercut below the initial stabilized
section. Soils below the undercut area shall be stabilized with self-cementing
fly ash and successive lifts of stabilized soil shall be placed to the
surrounding grade.
ix. Finishing and Curing: After the stabilized section has been compacted, it shall
be brought to the required lines and grades in accordance with the typical
sections.
1. After the fly ash treated course has been finished as specified herein,
the surface shall be protected against rapid drying by either of the
following curing methods for a period of not less than three days or
until the pavement section is placed:
a. Maintain in a thorough and continuously moist condition by
sprinkling.
b. Apply a 2-inch layer of earth on the completed course and
maintain in a moist condition.
3. Method of Measurement: "Fly Ash Stabilized Subgrade" shall be measured by the square yard
(top of final subgrade).
4. Payment: Payment for "Fly Ash Stabilized Subgrade"will be made at the contract unit prices as
listed in the Itemized Proposal. Such payment and price shall constitute full compensation for
all correction of secondary subgrade; for loosening, mixing, pulverizing, spreading, drying,
application of fly ash, application of retarder, shaping and maintaining; for all curing including
all curing water and/or other curing materials; for all manipulations required, for all hauling
and freight involved; for all tools, equipment, labor and for all incidentals necessary to
complete the work including, but not limited to, performing laboratory compaction and strength
125
tests as specified and submitting the results to the Engineer. Items not specifically called out in
the contract for the completion of these items shall be considered subsidiary to "Fly Ash
Stabilized Subgrade". Soil for all fly ash stabilization work is included in the earthwork
quantities.
02203 ROCK LINING
1. General: This item shall consist of furnishing all materials, labor and equipment and
performing all work necessary to construct rock liners at the locations shown on the plans or as
directed by the engineer.
2. Measurement: "Stone Rip-Rap Lining" shall be measured by the square yard in place.
3. Payment: Payment will be made at the contract unit price for"Stone Rip-Rap Lining" as listed
in the Itemized Proposal. Such payment and price shall constitute full compensation for
furnishing all labor, equipment and materials necessary to complete the items. Items not
specifically called out in the contract for the completion of these items shall be considered
subsidiary to "Stone Rip-Rap Lining".
02205 ASPHALTIC CONCRETE SURFACE AND BASE
1. General: Asphaltic concrete surface and base materials and construction shall be in accordance
with Section 2205 of the APWA Standard Specifications and shall have a smooth transition to
existing pavement. The type of asphaltic concrete surface and base to be used shall be as shown
on the construction plans. Only virgin material shall be used for the asphaltic concrete surface
and up to 30 % Recycled Asphalt Pavement(RAP) may be used in the asphaltic concrete base
material. Prime Coat for asphaltic concrete base and Tack Coat for asphaltic concrete surface
shall be in accordance with Section 2204 of the APWA Standard Specifications. Payment for
Tack Coat and/or Prime Coat shall be subsidiary to the other Asphaltic Concrete bid items.
Contractor may use any of the liquid asphalt materials listed in Section 2204.2 in accordance
with the type of application and surface. Subgrade Preparation for asphaltic concrete base shall
be as set forth in Section 2201 of the APWA Standard Specifications.
2. Measurement: "2"APWA Type 6-01 Asphaltic Concrete Surface" and "9" APWA Type 5-01
Asphaltic Concrete Base" shall be measured by the square yard as indicated on the plans.
3. Payment: Payment for"2"APWA Type 6-01 Asphaltic Concrete Surface" and "9" APWA
Type 5-01 Asphaltic Concrete Base"will be made at the contract unit prices as listed in the
Itemized Proposal. Such payment and price shall constitute full compensation for cleaning and
tacking of the underlying course, transitioning to the existing pavement surface, and for
furnishing all labor, equipment, and materials and for the performance of all work necessary to
complete the item. No additional payment will be made to construct the required base below
the curb and gutter. Items not specifically called out in the contract for the completion of these
items shall be considered subsidiary to "2"APWA Type 6-01 Asphaltic Concrete Surface" and
"9"APWA Type 5-01 Asphaltic Concrete Base'
126
02208 PORTLAND CEMENT CONCRETE PAVING
1. Sidewalks:
a. General: The sidewalk and sidewalk ramp materials and construction shall be in
accordance with the Standard Plans and Section 2301 of the APWA Standard
Specifications except as modified by the Construction Plans.
i. All ramps shall be ADA Compliant and shall include truncated domes per
APWA ramp details. The panels with truncated domes shall be "Armor-Tile"
cast in place tiles (red in color) or approved equal.
ii. The joint pattern for the concrete median shall be approved by the Engineer
prior to the placement of the concrete median
b. Measurement: "5'-0" Concrete Sidewalk" shall be measured by the square foot and
"Type "A" Sidewalk Ramp" shall be measured by each.
c. Payment: Payment for"5'-0" Concrete Sidewalk"and "Type "A" Sidewalk Ramp" will
be made at the contract unit prices as listed in the Itemized Proposal. Such payment and
price shall constitute full compensation for furnishing all labor, equipment and materials
and for the performance of all work necessary to complete these items. Items not
specifically called out in the contract for the completion of these items, including but
not limited to the truncated dome tiles, shall be considered subsidiary to "5'-0" Concrete
Sidewalk"and "Type "A" Sidewalk Ramp".
02209 PORTLAND CEMENT CONCRETE CURB
1. General: The concrete curb materials and construction shall be in accordance with the Standard
Plans and Section 2209 of the APWA Standard Specifications.
2. Measurement: "Type CG-1 Curb & Gutter with Rebar" shall be measured by the linear foot.
"Type CG-1 Curb& Gutter without Rebar" shall be measured by the linear foot.
3. Payment: Payment for"Type CG-1 Curb & Gutter with Rebar"and "Type CG-1 Curb & Gutter
without Rebar" will be made at the contract unit price as listed in the Itemized Proposal. Such
payment shall constitute full compensation for all materials, labor and equipment necessary to
complete the item. Items not specifically called out in the contract for the completion of this
item shall be considered subsidiary to "Type CG-1 Curb& Gutter with Rebar" and "Type CG-1
Curb & Gutter without Rebar".
02400 SEEDING. SODDING
1. General: Permanent seeding and sodding materials and construction shall be in accordance with
Section 2400 of the APWA Standard Specifications and as indicated on the plans.
a. Seeding shall be seeding Type "A".
127
2. Measurement: "Seeding" shall be measured per acre placed and"Sodding" shall be measured
per square yard.
3. Payment: A performance standard shall be met before acceptance of the seeding work. At least
2 random counts per acre in representative areas of the project will be conducted. All seeded
areas shall have a minimum of 20 living plants, uniformly spaced, of the specified type per
square foot. Payment for"Seeding"and "Sodding"will be made at the contract unit price as
listed in the Itemized Proposal. Such payment shall constitute full compensation for all
materials, labor and equipment necessary to complete the item. This includes, but not limited
to, seedbed preparation, mulching, fertilizer and watering until the vegetation is accepted. Items
not specifically called out in the contract for the completion of these items shall be considered
subsidiary to "Seeding" and"Sodding".
02600 STORM SEWERS
1. General: The materials and construction methods for storm sewer work shall conform to Section
2600 of the APWA Standard Specifications and to the details as shown on the plans. At the
completion of the project and prior to final payment, the Contract will be required to submit a
listing of the"as-built"elevations of the top of all curb inlets and the inverts of all pipes and
reinforced concrete boxes (surveyed by a registered land surveyor in the State of Missouri). This
shall be subsidiary to other bid items in this section.
2. Measurement: "Std. 6'x4' Curb Inlet (APWA Type 2)", "15" RCP End Section w/Toe Wall", shall
be measured by each. "15" RCP Storm Sewer" shall be measured by the linear foot in place.
3. Payment: Payment will be made at the contract unit price for"Std. 6'x4' Curb Inlet(APWA Type
2)", "15" RCP End Section w/Toe Wall" and "15" RCP Storm Sewer"as listed in the Itemized
Proposal. Such payment shall constitute full compensation for all labor materials, equipment, and
tools necessary to complete the items. Items not specifically called out in the contract for the
completion of these items shall be considered subsidiary to them.
02870 PAVEMENT MARKINGS
1. General: The materials and construction methods for the pavement markings to be installed on
this project shall conform to Section 2306 of the APWA Standard Specifications and to the
details as shown on the plans.
2. Material: All pavement symbol markings shall be pre-formed thermoplastic. All other
pavement markings shall be thermoplastic.
3. Qualification and Previous Successful Experience: The Contractor or subcontractor must be
competent in the application of the specified pavement marking materials. Before the work is
started,the Contractor must submit to the Owner evidence of his competence and previous
experience with this type of work.
128
4. Guarantee: The Contractor shall guarantee that of the pre-formed thermoplastic markings and
thermoplastic markings,there shall remain at the end of one (1) year ninety (90) percent of the
original material installed. If these percentages do not remain at the end of the specified service
period, the contractor at no expense to the City, shall bring the markings back up to standards
for the length of service, provided the failure is due to either defective material or improper
installation techniques. Failures resulting from causes other than material or application
procedures will not be the responsibility of the Contractor.
5. Payment: Payment will be based on the contract lump sum bid price for 'Pavement Marking"
as listed in the Itemized Proposal. Such payment shall constitute full compensation for all
labor, materials, equipment and tools necessary to complete the items. Items not specifically
called out in the contract for the completion of these items shall be considered subsidiary to
them.
02880 SIGNAGE
1. General: The materials and construction methods for the permanent signs and delineators to be
installed on this project shall conform to the details as shown on the plans; and, to Section 903
and all referenced sections of the Missouri Standard Specifications for Highway Construction
(current edition) as published by the Missouri Highways and Transportation Commission,
except as modified below:
2. Payment: Payment will be based on the contract lump sum bid price for "Signage" as listed in
the Itemized Proposal. Such payment shall constitute full compensation for all labor, materials,
equipment and tools necessary to complete the items. Items not specifically called out in the
contract for the completion of these items shall be considered subsidiary to them.
02890 TEMPORARY TRAFFIC CONTROL
1. General: Temporary traffic control on this project shall be done in accordance with Section 616
and all referenced sections of the Missouri Standard Specifications for Highway Construction
(current edition) as published by the Missouri Highways and Transportation Commission. This
section shall cover all temporary traffic control devices as detailed on the plans or as directed
by the Engineer in charge of construction.
2. Temporary Traffic Control Devices: All temporary traffic control devices shall be in
conformance with 'Part 6 of the Manual on Uniform Traffic Control Devices (MUTCD),"
Current Edition and its latest revisions.
3. The following additional requirements will apply to the temporary traffic control provided on
this project:
a. The Contractor will be required to supply all necessary temporary traffic control devices
to protect, warn and guide the traveling public and to protect the work and workers.
Any request for changes in the required devices or methods of maintaining traffic
129
should be submitted in writing to the Engineer a minimum of 72 hours prior to the time
the contractor wishes to make the change.
b. The Contractor will make observations of the temporary traffic control devices installed
as part of this contract and maintain an accurate record of any maintenance required and
the date on which it was completed. These records shall be incorporated into the final
project records.
c. The Contractor will be required, at the time of the pre-construction conference,to detail
a method by which the maintenance of the required temporary traffic control devices
will be accomplished during the working and non-working hours. The Contractor shall
assign a specific person to be responsible for the installation and maintenance of
temporary traffic control devices. This information shall be provided to the Engineer
and the City. The Contractor may, at his option, establish a Maintenance Agreement,
approved by the City, with one of the area sign companies to supply, install and
maintain required temporary traffic control devices throughout the duration of this
project. This will in no way eliminate or reduce the Contractor's responsibility to place
and maintain temporary traffic control devices as outlined in these documents. When
the temporary traffic control devices are no longer needed, immediate removal of said
devices shall be included in this Agreement.
d. The Engineer will inspect the work area at various times to determine if any additional
temporary traffic control devices are necessary or if any maintenance is required to the
temporary traffic control devices in place. Any said device which requires maintenance
or any additional traffic control needs found during these inspections will be reported to
the Contractor and to the City. It will be the responsibility and at the cost of the
Contractor to perform the necessary maintenance or provide additional temporary traffic
control devices as soon as practicable after notification by the Engineer.
4. Payment: Payment will be made at the contract lump sum price for"Traffic Control" as listed
in the Itemized Proposal and shall constitute full compensation for all tools, labor, materials
and equipment necessary for the manufacture, transportation, storage, erection, maintenance,
relocating and removal of all temporary traffic control devices as required by the City or the
Engineer. This includes advance warning signs, concrete barriers, barricades, temporary
pavement markings and all other traffic control devices. Items not specifically called out in the
contract for the completion of this item shall be considered subsidiary to "Traffic Control".
5. Payment of the lump sum for"Traffic Control" will be proportional to the total amount of work
submitted for payment(i.e. if 25% of the total contract price is submitted for payment, then up
to 25%of the lump sum for"Traffic Control" will be allowed for payment).
130