Loading...
HomeMy Public PortalAboutORD13787 BILL NO. 2004-80 SPONSORED BY COUNCILMAN _ Martin_____ ORDINANCE NO. f -4 1r AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH MEYER ELECTRIC FOR LIGHTING, TRAFFIC SIGNAL AND PAVEMENT MARKING IMPROVEMENTS IN THE CENTRAL BUSINESS DISTRICT. WHEREAS, Meyer Electric has become the apparent lowest and best bidder on the Central Business District Lighting, Traffic Signal & Pavement Marking Improvements project (No. 32050); NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Meyer Electric 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 Meyer Electric for Lighting, Traffic Signal & Pavement Marking Improvements in the Central Business District. 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: J, / '� Approved:_ Pre.(ding Officer Mayor ATTE(STf: APPROVE P/ S TO FORM: City Clerk City Counselor FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: laid 2169 - Lighting, 'Traffic Signal & Pavement Marking InlI)rovcmcnts (or Dow1l- town Area, .Project 30250, Community Development Opened on September 8, 2004 BIDS RE{:CEIVED: Original [aid less Street Lighting Meyer I?Icctric, ,Icflerson City, MO ` 1,9417,846.65 $ 343,706.65 Gerstner F.Aectric. Inc., Denton. MO $1,857,794.30 $ 360,466.30 FISCA1, NO'1'I : 3501-9000-7350-4090 3502-9900-7350-4090 McCarty Street Signals McCarty Street Signals 2003-2004 Budget $ 300,000.00 2003-2004 Budget $ 30,000.00 Expendcd 1 8,172.78 L;xpended -0- E11CUnlbcred 10,476.17 I llcumhcred -0- Bid 2169 $271,351.05 Bid 2169 $ 27,355.60 Balance -0- Balance 2,644.40 3502-9900-7350-6051 GIS 2003-2004 Budget $ 142,684.00 Expended 40,998.13 Encumbered 20,696.03 Bid 2169 45 000,00 Balance $ 35,989.84 PAST PERFORMANCE: Mcycr Flectric, .Icflerson City, MO has satisfactorily conlplctcd projects fbr the city in the past. Staff hclieves this vendor will complete the project as specified and bid. RECOMMENDATION: it is tllc rccomnlcnclation ol•stall,to awcird the hid to Mcycr l;lcctric of' Jefferson City. MiSSOL11*i in the amount of the hale hid less items 2.01 through 2.25 Fora total of ; 343,706.65. ATTACHME NTS - SIIPPORTINO DOCUNIFNITATION Tabulation of Bids, DCIN111nlcntlil Recommendation Signaturc..,, nv.i L Purchasing A It D'rcctor, n mnity 1)cvelo)meat CAY Qq e e r s o n I L:OMMIJNiTY DEVELOPMENT ��1 Memorandum PATRICK C.BULLIVA..PC:Diftrar m. 1 1111 320 East McCarty Street • .Jefferson City, Missouri 65101 Phone: (5 73) 634-6410 • Fax (5 73) 634-6562 .www.jeffcltymo.org Date: September 10, 2004 To: Terry Stephenson - Purchasing Agent, Finance From: Matt Morasch, P.E. - Deputy Director for Public Works Re: Lighting, Traffic Signal & Pavement Marking Improvements for Downtown Area Project No. 32050, Bid No. 21.69 Public Works has completed a review of the bids opened at 1:30 PM on September 8, 2004 for the above noted project. As part of the review the bids were tabulated to check for math errors and to compare unit price quotes of the various contractors. Attached to this memo is the tabulation of the two (2)bids that were received for the project. Based on our review, we recommend acceptance of the Meyer Electric bid, with the exception of the Street I.,ighting items (2.01-2.25). Our review of the project and analysis of the budget available indicates the lighting portion of the project should not be pursued at this time. Once the signal work is completed it is anticipated that the lighting will be revised and rebid in a more cost of ective manner, and should take place in the spring of 2005. The project will be expensed from 1/2 cent sales tax. Meyer Electric Contrnct ($343,706.65): Account Number: Available Required Remaining 3501-9900-7350-4090 $271,351.05 $271,351,05 $0 3502-9900-7350-4090 $30,000 $27,355.60 $2644.40 3502-9900-7350-6051 (G1S) $80,989 $A.S- 00 $35,989 Total $343,706.65 If you need any other information please feel free to contact me at extension 453. Attachments: Bid Tabulation Sheet Original Bid Submittals C: Rich Mays Pat Sullivan P;\cl'r1'-IlltOJI3C'1'9\32050-McCarty Street Signals-Struct L.ighli i&uruhasing,Nlemo.Juc w 5 N N N N» M N A CFA» k 88EE 88 :BRA BEEF s � R a 8 a CJ U O0 .��1N a »a« �A N Fi 8888 88 SSE E SSSE8$888E8EE E8SE8$8s °S�°88ES 8 E, E 8 E :?` I"'Y»R» ^A 'N3»'. « A�Ia�S A8°-A��� �»38�=«» »" A A" ft " '.4• .; �' $$sS 88 8SS 8 8SSS8ESSRA��B �S$RS888 o°A::REES S A 3 8 8 aa ? n SS88 SS EIS BaS�.9 .9 a 8a susS�2 �a8°�s8F 8 S A S 8 Sx F4.b Z �3 O as as pp 1 NN 22 NNE-1 8214 w C{}"1.tp Nfj"I N "u Y N 1� g ' .•D 1��I^ rD �Fl nNMNSiN NN."-M ^N'»M�Nt"J f' A 2 p Onq,2 n Bun 00 3"�xb » :pl-4 .-u MN» " FS n N ���o�x�soss aE E sES YsRasESS S Rs s�s ' a� ogNo °o N ^- »„«NA"LtBU�h Fm y� IN NM MM NNr M ul N 4 SSEB 8a 88S 8 SEa88oS°°8rv'83”. sBSSSaS °»8sasas s a 8 s, S 11Y"s � t� �ooq��p�Op��. ��. �a� �. ��♦������x»»su s»»»n�,OsB »uua�»a» u u � Z h .-.-.- P Y N f1 2 N n"Y�'S n +�? C, ✓ .•I'I n :;n v Y,'N N o g V ,u b O N VIN�N.1 J •� !J 4 J J 4" t U. 11 U,.-0 s N K J J 4 U `� ww� u� ��alwwwu5i5��'��`� "�� -I�w�S ��J".Swwlaw o O H F E a v ° W W ; xx to5 a7.Je N i Gi�G m •'4 w4 s v vI�9 3 2 a 3 s3 rp NM.E•� E Coo., - v, u °a � 1c uShU 7�i �Yi c,�:-s'" m tui ' kj% °o r m g fin Fl �1gjQ �S '•u d� a F. cayn31t+a73 °� °' !v Ivy°� .4 K ^ua: C11 vI�I=�r�-��1dd GI M b. UfYUi't� � B : m +u �p7j S,Ta 1p(} i h d Ul RR1- S4K V i♦ Jn t� I1••II•• . e� �ryry�VV yy�I Y�� N I 0 0 0 0 �'P I N N N V N N I V 8 8 !, _ � r '•�r• .•�• 1 n n Y V } r fk. 1'.t dy rq�' { �r in{ {'t CONTRACT DOCUMENTS All Iti` CITY OF JEFFERSON ;;;xr 1 SPECIFICATIONS AND CONTRACT DOCUMENTS PROJECT NO. 32050 , a Lighting, Traffic Signal, & Pavement Marking t Improvements for Downtown Area lie x �eti�b>>ooll/allsf,��� 1 w► TRIC z (� t f •.l' 96 ' •/j'//1/1..11/11/j/''Q..y `�,,,n `�llllI11111��''� Jefferson City Department of Community Development ' August 2004 ' F;\CITY•PROJEmSQ2050•McCarty Street Signals•Street Lighting\SPECIFICATION BOOK,wpd August tg,2004 r 'LE OF CONTENT 1 • Advertisement for Bids r • Notice to Bidders • Information for Bidders 1 • Bid Form • Bid Bond • Anti-Collusion Statement • Contractor's Affidavit rMinority Business Enterprise Statement ' Minority Business Utilization Agreement • Affidavit of Compliance with Prevailing Wage Law ' Prevailing Wage Determination • Affidavit of Compliance Public Works Contracts Law • Excessive Unemployment Exception Certification • Construction Contract • Performance, Payment, and Guarantee Bond • General Provisions rSpecial Provisions ' Attachments • Addendums ( If Any ) r (" INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) 1 • 1 r ®p�[ERTIS �y1 NT FOR IBIS Sealed bids will be received at the office of the Purchasing Agent, 320 East McCarty Street, Jefferson City, Missouri 65101 , until 1:30 PM, on Tuesday, September 7, 2004. 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. 32050, Lighting, Traffic Signal, & Pavement Marking Improvements for Downtown Area" will include the furnishing of all material, labor, and equipment to construct new signals on McCarty Street at the intersections of Jefferson Street, Madison Street, and Monroe Street. Provide the downtown area with a new lighting system. Remove existing pavement marking and re- mark the pavement in the downtown area. Install a fiber optic cable from the court house to city buildings.. A pre-bid conference will be held at 10:00 a.m., on Monday, August 30, 2004 in the Lower Level Conference Room of City Hall of City Hall, 320 E, McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. Copies of the contract documents required for bidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Fifty Dollars ($50.00)will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. The 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. 1 The City reserves the right to reject any and all bids and to waive informalities therein, ' to determine which is the lowest and best bid and to approve the bond. ' CITY OF JEFFERSON ' Terry Stephenson Purchasing Agent Publication Dates Sunday, August 22, 2004 NOTICE 10 BIDDERS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 320 East McCarty Street, Jefferson City, Missouri, until 1:30 PM on Tuesday, September 7, ' 2004. 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. 32050, Lighting, Traffic Signal, & Pavement Marking Improvements for Downtown Area" will include the furnishing of all material, labor, and equipment to construct new signals on McCarty Street at the intersections of Jefferson Street, Madison Street, and Monroe Street. Provide the downtown area with a new lighting system. Remove existing pavement marking and re- mark the pavement in the downtown area. Install a fiber optic cable from the court house to city buildings.. A pre-bid conference will be held at 10:00 a.m., on Monday, August 30, 2004 in the Lower Level Conference Room of City Hall of City Hall, 320 E. McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. All equipment, material, and workmanship must be in accordance with the plans, specifications, and contract documents on file with the Director of Community ' ® Development, Jefferson City, Missouri. Copies of the contract documents required for bidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Fifty Dollars ($50.00) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained ' for Three Dollars ($3.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to five (5) percent of the total amount of the bid must accompany each proposal. A one-year Performance and Guarantee Bond is required. The owner reserves the right to reject any or all bids and to waive informalities therein to determine which is tha lowest and best bid and to approve the bond. CITY OF JEFFERSON, MISSOURI Patrick E. Sullivan, PE ' Director of Community Development • l` INFORMATION FOR BIDDERS I113-1 SCOPE OF WORK The work to be done under this contract includes the furnishing of all technical personnel, labor, materials, and equipment required to perform the work included in the project entitled "Project No. 32050, Lighting, Traffic Signal, & Pavement Marking Improvements for Downtown Area" 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 construct new signals on McCarty Street at the intersections of Jefferson Street, Madison Street, and Monroe Street. Provide the downtown area with a new lighting system. Remove existing pavement marking and re- mark the pavement in the downtown area. Install a fiber optic cable from the court house to city buildings.. I13-2 INSPECTION OF PLANS, SPECIFICATIONS, AND SITE OF WORK The bidder is required to examine carefully the site of the proposed work, the bid, plans, specifications,supplemental specifications, special provisions,and contract documents before submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish all materials and labor necessary to carry out the provisions of the contract. 113-3 INTE=RPRETATION OF CONTRACT DOCUMENTS If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications or any part thereof, which affect the cost, quality, quantity, or character of the project, he shall request in writing, at least five (5) days prior to the date fixed for the bid opening, that an interpretation be made and an addendum be issued by the City, which shall ' then be delivered to all bidders to whom Plans and Specifications have been issued. All addenda issued shall become part of the contract documents. Failure to have requested an addendum covering any questions affecting the interpretation of the Plans and Specifications shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. I13-4 (QUALIFICATIONS OF BIDDERS The City of Jefferson may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by the bidder or investigation of such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract ' and to complete the work contemplated therein. IE3-5 EQUIVALENT MAT BJ&A rWherever definite reference is made in these Specifications to the use of any particular material • or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequately the duties imposed by the general design, subject to the approval of the City. I113-6 0112 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 lie 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. 113-7 E-RE P_AR-ATQ-N Q-Ee1p$- Bids must be made upon the prescribed forms attached in these Contract Documents. Only sealed bids will be considered, all bids otherwise submitted will be rejected as irregular, All blank spaces in the bid must be filled in and no change shall be made in the phraseology of the bid, or addition to the items mentioned therein, Any conditions, limitations or provisions attached to bids will render them informal and may be considered cause for their rejection. Extensions of quantities and unit prices shall be carried out to the penny. I113-8 PRICE$ The price submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as described in the Plans and Specifications. Section 144.062 RSMo provides that the City's sales tax exemption may be used for the purchase of goods and materials for this project. The contract for the project will authorize and direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and ' materials for the project. This provision shall apply to only those purchases totaling over $500 from an individual supplier. All sales taxes on those items which do not qualify for the use of the City's sales tax exemption and for which sales tax might lawfully be assessed against the City are to be paid by the Contractor from the monies obtained in satisfaction of the Contract. It being understood by the bidder, that the bid prices submitted for those items shall include the cost of such taxes. IB-9 APPROXIM-A-D QUA T' U 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 paynient due the successful ' Contractor. 'The quantities stated on which unit prices are so invited are approximate only and each bidder shall make his own estimate from the plans of the quantities required on each Item and calculate his unit price bid for each item accordingly. Bids will be compared on the basis of number of units stated in the bid. Such estimated quantities, while made from the best ' information available, are approximate only. Payment of the Contract will be based on actual • number of units installed on the complete work. 1 IB-10 ) ,IMP 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. I13-11 $1010MISSION OF 131110 "rhe Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked "Project No. 32050, Lighting, Traffic Signal, & Pavement Marking Improvements for Downtown Area", IB-12 ALTERNAIE DIP-5 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 YVITI1DRA1WA Q_B_0_ If a bidder wishes to withdraw his bid, he may do so before the time fixed for the opening, without prejudice to himself. No bidder may withdraw his bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids. No bids received after the time set for opening for bids will be considered. IB-14 RIGHT TO REJECJJ3LE The City reserve 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. tIB-15 AWARD OF CONTRACT If, within seven (7) days after he has received notice of acceptance of his bid, the successful bidder or bidders shall refuse or neglect to come to the office of the Director of Community Development and to execute the Contract and to furnish the required Performance and Payment Bonds and Insurance, properly signed by the Contractor and the Surely 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. lB-16 P E0R_.MANGE A�IP_P.9YM.EN_IJ3Q1N__Q A Performance and Payment Bond in an amount equivalent to one hundred percent (100%) ' of the Contract price, must be furnished and executed by the successful bidder or bidders. A form for the bidders use is contained in these Contract Documents. The issuing Surety shall be a corporate Surety Company or companies of recognized standing licensed to do business in the State of Missouri and acceptable to the City of Jefferson. A IB-17 1NDEKNIFICATLQN AND _R5_OBWE r r The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss of or damage to property, Including loss of all judgments recovered therefore, and from all expense in defending said claims, or suits, including court costs, attorney fees and other expense caused by any act or omission of the Contractor and/or his subcontractors, their respective agents, servants or employees. The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance routlining the coverage provided, IB-18 BJA_$E-t RJTY_RFT4-RN-ED._TQ—S.0—C S E�II�. 3�10 Upon the execution of the Contract and approval of Brand, the Bid Security will be returned to the bidder unless the same shall have been presented for collection prior to such time, in which case the amount of the deposit will be refunded by the City, IB-19 Ng -$-1)] MINAM-NJN_.EM.PIQ—YMF.NI Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. IB-20 PREL/E4lL llYQ_WAGE LAW The principal contractor and all subcontractors shall pay not less than the prevailing wage ® hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri, pursuant to Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, 1994 as amended. (See Determination included herewith.) IB-21 GSIARANTEE The Contractor shall guarantee that the equipment, materials and workmanship furnished under this contract will be as specified and will be free from defects for a period of one year from the date of final acceptance. In addition, the equipment furnished by the Contractor shall be guaranteed to be free from defects in design, Within the guarantee period and upon notification of the Contractor by the City, the Contractor shall promptly make all needed adjustments, repairs or replacements arising out of defects which, in the judgment of the City become necessary during Stich period. The cost of all materials, parts, labor, transportation, supervision, special tools, and supplies required for replacement of parts, repair of parts or correction of abnormalities shall be paid by the Contractor or by his surely under the terms of the Bond. ' The Contractor also extends the tennis of this guarantee to cover repaired parts and all replacement parts furnished under the guarantee provisions for a period of one year from the date of installation thereof. If within ten days after the City gives the Contractor notice of defect., failure, or abnormality of i y the work, the Contractor neglects to make, or undertake with due diligence to make, the r r 1 necessary repairs or adjustments, the City is hereby authorized to make the repairs or adjustments itself or order the work to be done by a third party, the costs of the work to be paid by the Contractor. In the event of an emergency where, In the Judgment of the City delays would cause serious loss or damage, repairs or adjustments may be made by the City or a third party chosen by the City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. IB-22 J QLQn _M PRQUED A written notice to begin construction work will be given to the Contractor by the City of Jefferson within ten (10)days after the Contract is approved by the City Council. The time for completion of the project shall begin to run on the date established in this notice. IB-23 PQ..RK.-SIMf-ME To insure that the work will proceed continuously through the succeeding operations to its completion with the least possible Interference to traffic and inconvenience to the public, the Contractor shall, at the request of the City, submit for approval a complete schedule of his proposed construction procedure,Mating the sequence in which various operations of work are to be performed. IB-24 CONTRACT ICE The contract time shall be 60 working days. IB-25 U_QUl[QATEQ D._Al Af Q_ ,5 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. 1 IB-26 PQt'.ER EY Attorneys-In-fact who sign bid bonds or contract bonds must file with each bond a certified and ' effectively dated copy of their power of attorney. IB-27 51Q_PACKF 1 Each bid must be submitted an the prescribed forms and contain certain certifications and documentation. 1 Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, the bidder's address, and the narne 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 1 envelope addressed as follows; i 1 1 ' Purchasing Agent City of Jefferson, MO ' 320 E. McCarty Street Jefferson City, MQ 85101 For the convenience of bidding this project, a "BID PACKET" has been l e project manual. This packet contains the necessary forms to be submitted with the omit proposal, The contents of this packet Include the following; ted with the bid 1) BID FORM 2) BID BOND 3) ANTI-COLLUSION STATEMENT 4) CONTRACTOR'S AFFIDAVIT 5) MINORITY BUSINESS UTILIZATION AGREEMENT D OF INFOR A1[Q._F_Q8_a=ea, Name of ' Bidder Mev �<_r;l Address of Bidder 35D Mirth 'it ri Mi.le Driw, 11.0. RD: .1013, Je f--en n City, M:) 657.02 To: CITY OF JEFFERSON yY 320 East McCarty Street Jefferson City, Missouri 65101 THE UNDERSIGNED BIDDER, having examined the plans, specifications, regulations of the Contract, Special Conditions, other proposed contract documents and all addenda thereto; and being acquainted with and fully understanding(a)the extend 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 1 handling and rehandling of excavated materials; (f)the location and extent of necessary or probable dewatering requirements; (g)the difficulties and hazards to the work which ' might be caused by storm and flood water; (h) local conditions relative to labor. transportation, hauling, and rail delivery facilities; and (i)all other factors and conditions affecting or which may be affected by the work. ' HEREBY PROPOSED to furnish all required materials, supplies, equipment, tools, and plant; to perform all necessary labor and supervision; and to construct, install, erect, ' and complete all work stipulated, required by, and in accordance with the proposed contract documents and the drawings, specifications, and other documents referred to therein (as altered, amended, or modified by addenda) in the manner and time prescribed and that he will accept in full payment sums determined by applying to the quantities of the following items, the following unit prices and/or any lump sum payments provided, plus or rninus any special payments and adjustments provided in the specifications and he understands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work shown on the drawings and described in the specifications, and that increases or ' decreases may be made over or under the Contract estimated quantities to provide for needs that are determined during progress of the work and that prices bid shall apply to such increased or decreased quantities as follows: • r pagt! 1 of 3 CITY OF JEFFERSON ITEMIZED BID FORM (REVISED 09102104) LIGHTING, TRAFFIC SIGNAL S PAVEMENT MARKING IMPROVEMENTS PROJECT NO. 32050 ' ITEM APPROY., UNIT N0. DES CC'RI FIT 10N U141TS QUANTITY PRICE AMOUNT --- Signals _ 1.01 Traffic Signal McCarty St. & Jefferson St. LS 1.02 Traffic Signal - Iv1cC:arty St. & Madison St. LS 1 1.03 Traffic Signal McCarty St. 9, 10onroc; St, LS 1 r of 1.04 Traffic Signal Modification - South Country Club Dr. & Edgewood Dr. LS 1 1.05 Pedestrian Signals - High S;. Mid-Bln,*!, EA (; 1.06 Pedestrian Signal Jefferson St & Miller St. LS --- Street Lighting 2.01 Rectilinear Luminaire (250W HPS) EA 1513 ca c ` ' , �:LIB-' ; O ' 2.02 Flood Light (250W NPS) EA 17 /J- Cat-:`� 2.03 30' Square Straight Aluminum Pole (Anodized C" Bronze) EA 129 2.0/- 30' Square Straight Aluminum Pole;(Brushed Aluminum) EA 11 I ,"2-71C 2.05 Concrete Founaation (U) EA 114 I , -� c J�, ,!� . 0 2.06 Raised Concrete Foundation EA 26 2.07 Control Center (Singl(-_. Meter) EA C'`' 2.0B Control Center (Doable: Meter)) EA 3 ✓ (�C>' �., 2.09 Concrete; Pad for Control Center EA 5 2.10 Photocell EA 5 2.11 Ground Rod P:p. ';46 �;C �' ; C u r 2.12 Pull Box EA 31 1 O;:d� ' 2.13 Service Gable; (140 A.W.G. USE) LF 4000 S _73� 1� r 2.14 Distribution Cable: (;:; {..V��,G. �_1Sr! LF 100 � ,;�>�:'� � 2.17 Distribution Cable (1#6 A.W.G, USE) L.F 29500 2.16 Distribution Cable (#6 A.W.G. USE) LF 28000 r Page, 2 of 3 ITEM APPRO>;. UNIT ' NO, DESCRIPTION UNITS QUANTITY PRICE AMOUNT 2.17 Pole & Bracket Cable W12 A.W.G. THHNR•HNN) LF 11000 2.18 Ground Wire (410 l,.W.G. Bart:Copper) LF 30300 2.19 Conduit (1" PVC) LF 750 2,2 Conduit (L" PVC) LF 29500 2.21 Remove 6 Replace: 4" PC:C Sidewalk SY 2000 "''% t'&' !'(� ��� °C' A2.23 Traffic Control LS 1, f j 1 ~b �� �lt��.h0 2.24 Spare - Rectilinear L umtnaire (250W HPS) EA 2.25 Spare- Square: Straight Aluminum Poie (Anodized Bronze) EA da as l, -- Pav©►nent Marking 3.01 Removal of Existing Pavement Markings LF 1868c, 3.02 4" White Waterborne Paint LF 2360 t. 3.03 24"White Waterborne Paint LF 155 `r 3.04 4" Yellow Waterborne: Pain! LF 15170 '' I ✓� 3.05 Right Arrow Symbol While Waterborne Paint EA 5 3.06 Left Arrow Symbol White Waterborne; Paint EA 102 -7 6, ,p6 3.07 Only Symbol White-. Waterborne Paint EA 2 - 3.08 Straight Arrow Symbol White Waterborne Paint EA 2 J' L -- Conduit for Future Use (Fiber Optic) ' 4.01 12 Inch Additional Depth Trench with One Additional 2" Dig:. S,lh 40 PVC Conouit LF 872 4.02 12 Inch Additional Depth Trench will',Two -,, 1 Da Additional 2" Dia, Sch 40 PVC Conduits LF 9U =' ✓ 4.03 36 Inch Deep Trench with One 2" Dia. Sch 40 PVC Conduit LF 422 e4.04 36 Inch Deep Trench with Two 2" Dia. Sch 40 PVC Conduits LF 205 4.05 12" Additional Depth Pull Be): EA el • TOTAL EASE DID 4 -7, 1, �I'�^•�� Flagg 3 of 3 ITEM APPROX. UNIT ' N0, DESCRIPTION UNITS QUA14TITY PRICE AMOU14T ALTERNATE A- 5.02 MoDOT Type B-10 Bast) to 1 °� off, I bC �Q i TOTAL ALTERNATE A � CIO f' September. 8, 2004 Signature of Bidder L.on L Keller, Vice President Date • ® SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he shall list them. Ap?ex - Concrete, S:idewaa1.k Replacement TIME OF COMPLETION The undersigned hereby agrees to complete the project within 60 working days, subject to the stipulations of the regulations of the Contract and the Special Provisions, It is understood and agreed that if this bid is accepted, the prices quoted above include all applicable state taxes and that said taxes shall be paid by the Contractor. The undersigned, as Bidder, hereby declares that the only persons or firms interested in the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this bid or in the Contract to be entered into; and this bid is made without connection with any other person, company, or parties making a bid; and that it is in all respects fair and in good faith, without collusion or fraud. a The undersigned agree r� that the accompanying bid deposit shall become the property of the Owner, should he fail or refuse to execute the Contractor furnish Bond as called for in the specifications within -the time provided. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within sixty (60) days after the date of opening of bids, or any time thereafter before this bid is withdrawn, the undersigned will, within ten (10) days after the date of such mailing, telegraphing, or delivering of such notice, execute and deliver a Contract in the form of Contract attached. The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed, or delivered: It is understood and agreed that this bid may be withdrawn at any time prior to the scheduled tirne for the opening of bids or any authorized postponement thereof. Attached hereto is a Bid Bond for the sum of 57, of amount u:i.d Dollars (cashier's check), make payable to the City of Jefferson. Signature of Bidder: If an individual, , doing business as If a artnershi member p p, , m mb r of firm. by If corporation,` Meyer Electric C'pmpan , Inc by Title r pan .1_ SEAL s Business Address of Bidder 3513 North ren.__M,le, Drive P-0- P,-,x i n13_ Jefferson City, MO 65102 If Bidder is a corporation, supply the following information: State in which incorporated Missouri Name and Address of its: President Paul 1-1. Meyer Same as above. Secretary Joseph Hayden Same as above. Date September 8, 2004 S?Pdue Surety BID BOND KNOW ALL MEN BY THESE PRESENTS,that we Meyer Electric Company, Inc. 3513 North Ten Mile Drive, P.O. Box 1013, Jefferson City, MO 6'5102 as Principal,hereinafter called the Principal,and St. Paul Fire and Marine Insurance Company a corporation duly organized under the laws of the State of Minnesota as Surety,hereinafter called the Surety,are held and firmly bound unto City of Jefferson 320 E. McCarty St., Jefferson City, MO 65101 as Obligee,hereinafter called the Obligee,in the surn of Five Percent (5%) of Bid Price ----------------- --------------------------------------------------------------------------------------Zollars($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety,bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Project Number - 32050 Lighting, Traffic Signal & Pavement Marking Improvements for Downtown Area NOW, THEREFORE:, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Cont=ct and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall b;:null and void,otherwise t.o remain in full force and effect. Signed and scaled this 7th day of September 2004 Meyer Electric Company, Inc. rincfpal) (Seal) `Paul H. Meyer (7Yrlc) R -side _ St Paul Fire & Marine Insurance (Wlrrress) (Surety) (.Seal) egi ""'ul Thomas S. Naught - Attorney-in-Fact • The language in d,is dmumem eonformv a"""o '.'U"'used in the American Insrirec o1AmN1,cm(AEA)AJ 11 aid Bond,February 1970 Gdiuon. POWER O ATTORNEY Thes'ibul Seaboard'Surety Coutpany United States Fidelity and Guaranty Company St.Paid Fire and Marine Insurance Company Fideiity and Guaranty Insurance Compt:ny St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St,Paul Mercury lasurance(•ompunv Power of AtU►rtuy Nu, 20702 Ccrtific•alc Nu. 2183562 KNOW ALL MEN BY THESE,PRESENTS:That Seaboard Smoy Company is It corporation duly orgau•z.ed under the laws of the State of New York,and that St. Paul Fire tool Murinc Insurtutee('omp:my.tit.fiat Civauliun Insunurce Company and tit. Paul Mercury insurance Company are cory,urations duly argnnized undo the laws of Cite Slate of Minnesous,and hail tlnurd States fardelUy and Gliaanty Company is a corporation duly organized under the laws of the Static of Maryland,and that Fidelity and Guaranty Insuouux Company t� a (!(it 1)(11 duly organized under file laws of lite State of total. and that fidelity and Guaranty Insurance Underwriters,Inc. is it corporal loll duly orgallued tinder(lie laws of the State of Wiscousm(herein roHerrively rolled fhr "Corapaairs"), nnrd trial the Companies do hereby make,constitute and appoinl Thomas S.Naught,Dorothy M. Baker and Harry D. Naught Jefferson City Missouri of the City of -...----.--_.Stalls _ —_—_-_------_._..__ ,their Inne and Ictxvful Atforney(s)•in•Fact, each in their separate capacity it mole dual one us named shove,to sign its nannc as surety to.and to execute,seal and acknowledge any and till honds,undertakings, contracts and other written imtrumcnts 'tit the nti1111V thereof on behalf of the Conyranies to their husioess of gutinantecinp lire fidchty of persons.gunrantceing the performance of contracts and exrcutinp or fluar:unlecing bonds and tmdertakines.requircd orqunnitted•hi.uny actions or proceedings allowed by law. 2°d April 2003 IN WITNESS WHEREOF,the Companies have causal this inslmutcrit to hu signed and settled this + (Illy of' April ' Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty insurance Company St.Paul Guardian insurance Curypany Fidel;.ty tad Guaranty Insurance Underwriters,Ise. St.Paul Mercury Insurance-Company ��yty N " '51tro I'!i'iER%V CARMAN,vice President 19 Sluts of Maryland City of lialtimorc '11I0NIAS L.IIUIHRECUSf:.Assistant Secretary )Ud April 2003 Un this _ .� ...__... day of..--------.-._--_._.. ................___.. . ...-.__.._...._. . heforc nte, the undelsngned of ices, personally appeared Peter W. Carnua and 9 honuts F, liuihregtw, who acknowledged themselves tit he 0w Vice I'resident and Assistant Secrcl ay, respectively,of Seaboard Surety Company,St.Paul Fire unit Marine Insurance Company.St.1'11111 Uuardivt Insuranre Corupall ,St. 1'11111 Mercury IIISLIra11K'l•Contpauty. United States fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and fidelit-,and Guaranty Insurance U itimenta:ns, Inc.:and Ihat the scat affixed to tilt•lorepoing instrument arc the cotporaw seals of said Comparnics: and that they. as such. help} authorized so to do,executed the toregousg insirtimew lot the purposes therein coourined by Signing the banes of the corporations by themselves it,.duly autlimizcd olhccis. 4y a LAStep r lt""',�'Clt. •d/'t�'If�,�- u' Npl yo In Witness 1�hervof,I hereunto set nn'hival and oli cu(I seal. f, 'IRy My Cnntmission cxpius the 1st clay ol'.Italy,?I111(,, it v RliliC('C'A IiASL1W-ON(IKALA,Norury Public HL Ci1V V 86203 Rev.7.2002 Printed in U.S.A. r r ANTI. -eQ USION STATEMENT; Missouri. STATE OF ) COUNTY OF Cole ) Leon 0. Keller being first duly sworn, deposes and says that he is vice President -of TITLE OF PERSON SIGNING Meyer Electric Canpany, Inc. NAME OF BIDDER that all statements made and facts set out in the bid for the above project are true and correct; and that the bidder (the person, firm, association, or corporation making said bid)has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid of any contract which result from its acceptance. Affiant further certifies that bidder is not financially interested in, or financially affiliated with, any other bidder for the above project. (BY)_ Teon er, Pace President" (B Y)^._ Sworn to before me this 8th day of September , 200 4 �•i mac:-.,..,� NOTARY PUBLIC Lillian L. Boehrner r My commission expires; April .11.2, 2008 1 F LLIAN L.80EHMER ry Public•Notary Seal Stale o1 Missouri Cole County ission Expires Apr 12,2008 r CONTRACTORS AFFIDAVI T This affidavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted, STATE OF Missouri. ) ) ss COUNTY OF coJ.e ) The undersigned, Leon J. Keller. of lawful age, being first duly sworn states upon oath that he is Vice President of Meyer. Electric Company Inc the contractor submitting the attached bid, that he knows of his own knowledge and states it to be a fact that neither said bid nor the computation upon which it is based include any amount of monies, estimate or allowance representing wages, moneys or expenses, however designated, proposed to be paid to persons who are not required to furnish material or actually perform services upon or as a part of the proposed project, �4FFIANT J.Leon . Keller, ice President Subscribed and sworn to before me, a Notary Public, in and for the County and State aforesaid, this 8th- day of Septernberr 20 04 NOTARY U P BLIC Lillian L. Boehmer My Commission Expires: _• u tuAN L.eoe►+Mrca Notary Public-Nolary Wai Slats of fL uoud Cols County My CommMsion f xpinx Apr 12,2W6 MINORITY BUSI RISE STATEMENT Contractors bidding on City contracts shall take the following afflrmative steps to assure that small, women owned, and minority business are utilized when possible as sources ' of suppliers, services, and construction items. 1. Contractor's will submit the names and other information If any, about their MBE sub-contractors along with their bid submissions. 2. Sufficient and reasonable efforts will be made to use qualified MBE sub- contractors when possible on City contracts. 3. Qualified small, women owned, and minority business will be included on solicitation lists as sub-contractors for City supplies, services, and construction. 4. Qualified small, women owned, and minority business will be solicited whenever they are potential sources. ' 5. When economically feasible, Contractors will divide total requirements into smaller tasks or quantities so as to permit maximum small, women owned, and • minority business participation. 6. Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small, women owned and minority businesses. 7. Contractor will use the services and assistance of the Small Business Administration, the Office of Minority Business Enterprise, and the Community Services Administration. 8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works. MINORITY BUSINESS LIBLIZATIONI AGREE ENT A. The bidder agrees to attempt to expend at least two 2 % of the contract if g p p ( ) awarded, for Minority Business Enterprise(MBE). For purposes of this goal, the ' term "Minority Business Enterprise" shall mean a business: 1 . Which is at least 51 percent owned by one or more minorities or women, or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such individuals. "Minority Group Member" or"Minority" means a person who is a citizen or lawful permanent resident of the United States, and who is: 1. Black (a person having origins in any of the black racial groups of Africa); 2. Hispanic (a person of Spanish or Portuguese culture with origins in Mexico, South or Central America, or the Caribbean Island, regardless of race); ® 3. Asian American (a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian sub-continent, or the Pacific Islands); 4. American Indians and Alaskan Native (a person having origins in any of ' the original peoples of North America); 5. Member of other groups, or other individuals, found to be economically and socially disadvantaged by the Small Business Administration under Section 8(a) of the Small Business Act, as amended [15 U.S.C. 637(a)]. ' 6. A female person who requests to be considered as an MBE, and who "owns" and "controls" a business as defined herein. Minority Business Enterprises may be employed as contractors, subcontractors, or suppliers. r SB. The bidder must indicate the Minority Business Enterprise(s) proposed for utilization as part of this contract as follows: Name and Addresses Nature of Dollar Value of of MiDarity F`1rms P-artQaJ�' tinn Participation rani-rr x Rlp-rtrinal Supply Material. Supplier. 50,000.00 3900 Washington st. Louis, MO 63108 Total Bid Amount: 1,997,846.65 _ Total: 50,000.00 Percentage of Minority Enterprise Participation: % C. The bidder agrees to certify that the minority y firms) engaged to provide materials or services in the completion of this project: (a) is a bona fide Minority Business Enterprise; and (b) has executed a binding contract to provide specific materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished by the City of Jefferson. The bidder will provide written notice to the Liaison Officer of ' the City of Jefferson indicating the Minority Business Enterprise(s) it intends to use in conjunction with this contract. This written notice is due five days after notification to the lowest bidder. Certification that the Minority Business Enterprise(s) has executed a binding contract with the bidder for materials or services should be provided to the [VIBE Coordinator at the time the bidder's contract is submitted to the MBE Coordinator. D. The undersigned hereby certified that he or she has read the terms of this agreement and is authorized to bind the bidder to the agreement herein set forth. ' Leon J. Keller, Vice President N�'ME OF AUTHORIZE -OFFICER d 7 DATE September 8, 2009 --�� �� SIGNATURff OF AUTHORIZED OFFICER • CEN7, PEY L 1V U4 I4U .V11 f .V4 Bob Holden Gwerna w ' State of Missouri OFFICE OF ADMINISTRATION Jacquelyn D.Whlte post Oftltx Box BOB Marvin R, Eason Cammlrrlonnr Jefferson City Office of Equal tOpportunlq 85102 (573)751-8130 ; Fax: (573) 622-807B http;llwww.t�.etetn.mo.ualoeol Novoub.tr 26, 2003 Mr. Wilber A. Stuart 11 Centrex Electric Supply Corp. 0A/0E0 CERTIFICATION OM00062-D 3900 Washington Blvd, Efni CT IVE DATE: 11/211/03 St, Louis, MO 63108 EXPIRATiON DATE, 8/26105 Dear Certified Vendor: O The orrice or Equal Opportunity (02.4) is pleased to notify you that your firm has met the requirctncros -fur certification as a bonn fide Minority-owned Business Enterprise (MBS) based un the necessary inrurmation submitted to determine eligibility, in aecardance with Exacutive Order 964.1. This certification is valid unlit the expiration bate above, The expiration date coincides with the expiratiott of your certification with the fit. I,ouiis Lambert International Airport In order to maintain your certification with the state, your certUeation with the certifying agency above must remain valid during this period. Recertification forms will be sent at least 30 hays prior to the expiration date of your certiricution, It is ytsur , responsibility to ensure that your certification is updated. Work conducted by your firm in the delivery of commodities and/or services for the state will count lownrd flit-, MILE participation goals if your firm: performs a commff6a.113, useful function; is responsible for a distii►u�l element of the work of n contract; and carries out responsibilities by actually performing, managing and/or If there is any charige in the ownership or control of your firm, you must notify this office immediately. Failure to roport nny of these elianges to this offloe ar, violation of the rules of file orrice or Contract C:omplianco. C?e(jificntion Frogram may rosult iii the rcvmHtion`oryour Certification. Your Finn's name will appear in our MBE Certified Diroctory that can be accessed can the Internet at home pHf;c '. addrese: wwvv.oa.mo,gov/oeo/c .html. Plaice direct all written inquiries to the Off ice of Contract Corn lianco. P 9 p Certification Program al the address listod above, or call (877)259-2963 or(573)526-1467. ' S incerely, , Mnrvin R. Eason I)rec:tur i FA FIDAVi1 COMPLIANCE WITH PREVAILING WAGE LAW Before me, the undersigned Notary Public, in and for the County of , State of_ , personally came and appeared NAME POSITION of the NAME OF COMPANY (A corporation)( a partnership)(a proprietorship)and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions and requirements and with Annual Wage Order No. 11, Section 026, Cole County in carrying out the contract and work in connection with Project No. ' 32050, Lighting,Traffic Signal,&Pavement Marking Improvements for Downtown Area located at Jefferson City in Cole County, Missouri, and completed on the day of -' 20 r SIGNATURE Subscribed and sworn to me this day of , 20 NOTARY PUBLIC My commission expires: STATE OF MISSOURI ) ss • COUNTY OF ) 1 • Missoun 7Divisison of Labor Standards WAGE AND HOUR SECTION IL t�ili h 1 BOB HOLDEN, Governor Annual Wage Circler No. 11 1 Section 026 COLE COUNW 1 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 1 person who may be affected by this Annual Wage Order may object by filing an objection in triplicate with the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO 65102-0599. Such objections must set forth in writing the specific grounds of objection, Each objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. 1 Box 449, Jefferson City, MO 65102-0449 pursumit 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. RECEIVED & FILED _ Colleen A. White, Director 1 MAR 1 0 2004 Division of Labor Standards 1 Filed With Secretary of Stale: i\A1.,. \ g, . ";_ SECRETARY OF STATE COMMISSIONS DIVISION APR 0 8 1004 Last Date Objections May Be Filed: 1 Prepared by Missouri Department of Labor and Industrial Relations ry Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County "*Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Asbestos Worker $27.08 55 60 _ $11.27 Boilermaker $27.29 57 7 $15.41 Bricklayers-Stone Mason _ 24.85 59 7 $7.75 ' Carpenter $19.78 60 15 $8.36 Cement Mason $18.26 9 3 i $9.60 Electrician Inside Wireman y� 25.11 28 7 $9.51 + 13% ' Communication Technician USE ELECTRICIAN INSIDE WIREMAN RATE Elevator Constructor a $32.315 26 54 $11.928 Operating Engineer _ Group 1 �- 5/04 _ $23.37 86 66 $13.80 Group II 5/04 $23.37 86 66 $13.80 Group ill _ 5/04 $22.12 _ 86 66 Y $13.80 Group III-A 5/04 $23.37 86 66 $13.80 Group IV 5/04 $24.07 86 66 $13.80 Group V 5/04 $25.37 86 66 $13.80 Pipe Fitter 7/04 b 30.00 91 69 $14.68 Glazier $13.50 FED $1.89 Laborer(Building): _ General $16.72 110 7 $7.58 First Semi-Skilled 18.72 110 7 _ $7.58 Second Semi-Skllied $17.72 110 7 $7.58 Lather USE CARPENTER RATE Linoleum Layer& Cutter _ USE CARPENTER RATE Marble Mason _ _ 24.85 59 7 $7.75 ' Millwright $20.78 60 15 $8.36 Iron Worker $21.87 11 8 $13.00 Painter $19.19 18 7 $5.58 ' Plasterer $17.32 94 5 $9.35 Plumber _ 7/04 b $30.00 91 69 $14.68 Pile Driver $20.78 60 15 $8.36 Roofer $23.70 12 4 $7.76 ' Sheet Metal Worker �i 7/04 $23.74 40 23 _ $9.46 Sprinkler Fitter 4/04 $27.09 33 19 $11.95 Terrazzo Worker _- _�- $24.85 59 7 $7.75 ' Tile Setter _ $24.85 59 y 7 $7.76 Truck Driver-Teamster _ Group 1 _ $19.95 101 5V $5.75 Group 11 $20.65 101 5 $5.75 ' Group III $20.35 101 5 $5.75 _ Group IV $20.65 _ 101 _ 5 $5.75 Traffic Control Service Driver Welders-Acetylene & Electric " Fringe Benefit Percentage Is of the Basic Hourly Rate , Attention Workers: If you are not being paid the appropriate wage rate and fringe benefits contact the Division of Labor Standards at(573) 751-3403. "*Annual Incremental Increase A "SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO 11 7104 , Building Construction Rates for REPLACEMENT PAGE Section 028 COLE County Footnotes Effective Basic- ver- ' OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule "Welders receive rate prescribed for the occupational title performing operation to which welding Is Incidental. Use Building Construction Rates on Bullding(s)and All Immediate Attachments.Use Heavy Construction ' rates for remainder of project. For the occupational titles not listed in Heavy Construction Sheets,use Rates shown on Building Construction Rate Sheet. a-Vacation: Employees over 5 years-8%; Employees under 5 years-6% 'b- All work over$3.5 Million Total Mechanical Contract-$30.00,Fringes-$14.88 All work under$3.5 Million Total Mechanical Contract-$28.88,Fringes-$11.83 lie t e Annual Incremental Increase ANNUAL WAGE ORDER N0, 11 7104 COLE.COUNTY OVERTIME SCIIIEDULi? i BUiLDING CONSTRUCTION FED: Minimum requirement per Fair labor Standnrds Act means time and one-half(1 '/'2) shall be paid for all work in excess of forty(40)hours per work week. NO.9: Means the regular workday starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.rn, or delayed one hour to 9:00 a.m. All work performed in excess of the regular work clay and on Saturday shall be compensated at one and one-half(I'/2)tunes 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 fir at double the regular rate of wages, 'Ilse work week shall be Monday through Friday,except for midweek holidays. NO. 11: Means eight(8)hours shall constitute a day's work, with the starting-time to be established between 7:00 a.m. and 8:00 a.m. from Monday to Friday. Time and one-half(11,4) shall be paid for first two (2) (tours of overtime Monday through Friday and the first eight (8) hours on Saturday. All other overtime hours Monday through Saturday shall he paid at double (2)tune rate. Double (2) time shall be paid for all time on Sunday and recognized holidays or , the days observed in lieu of these holidays. NO. 12: Means the work week shall commence on Monday at 12:01 a.m. and shall continue through the following ' Friday, inclusive of each week. All work performed by employees anywhere in excess of forty (40) hours in one(1) work week, shall be paid for at the rate of one and one-half(1'/2) times the regular hourly wage scale. All work performed within die regular working hours which shall consist of a ten (10) hour work clay except in emergency situations. Overtime work and Saturday work shall be paid at one and one-half(1'4) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two(2)times the regular hourly rate. NO. 18: Means the regular work day shall be eight (8) hours. Working hours are from six (6) hours before Noon ' (12:00)to six(6)hours after Noon (12:00). The regular work week shall be forty (40) hours, beginning between 6:00 am, and 12:00 Noon on Monday and ending between 1:00 p.m. and 6:00 p.m. on Friday. Saturday will be paid at time and one-half(11/'2). Sunday and holidays shall be paid at double (2) time. Saturday can be a make-up day if the weather has forced a day off, but only in the week of(lie day being lost. Any lime before six(6)hours before Noon or six (6)hours after Noon will be paid at time and one-half(1'/2). NO. 26: Means that the regular working day shall consist of eight(8)hours worked between 6:00 a.m.,and 5:00 p.m., ' five (5) days per week, Monday to Friday, inclusive. flours of work at each jobsite shall he those established by the general contractor and worked by the majority of trades. (The above working hours may be changed by mutual agreement). Work performed on Construction Work on Salurdays, Sundays and before and after the regular working day oil Monday to Friday, inclusive, shall be classified as overtime, and paid for at double (2) the rate of single time. '17ie employer may establish hours worked on a jobsite for a four(4) ten(10) hour dny work week at straight tinge pay for construction work; the regular working day shall consist of ten(i 0)hours worked consecutively, between 6:00 a.m. and 6:00 p.m., four (4) days per week. Monday to Thursday, inclusive. Any work performed on Friday, Saturday, Sunday and holidays, and before and after the regular working day on Monday to Thursday where a four(4) lei) (10) ' hour day workweek has been established, will be paid at two times (2)the single time rate of pay. The rate of pay for all work performed on holidays shall be at two times(2)the single time rate of pay. i ANNUAL WAGE ORDER NO. I1 ' AWI1 026OTA(ic Page I of 11'n1!es COLT,COUNTY OVERTIME SCHEDULE BUILDING CONS'T'RUCTION NO. 28: Means eight (8) hours between 7:00 a.m. find 5:30 p.m., with at least a thirty (30) minute period to be taken for lunch, shall constitute a day's work five (5)days a week, Monday through Friday inclusive, shall constitute a work ' week. The Employer has the option for a workday/workweek of four(4)ten(10)hour days(4-10's)provided: -The project must be for a minimum of tour(4)consecutive days. -Starting time may be within one(I) hour either side of 8:00 a.m. r -Work week must begin on tither a Monday or 'Tuesday: If it holiday falls within that week it shall be a consecutive work day. (Alternate: If a holiday bills in the middle of a week, then the regular eight(8) hour schedule may be implemented). ' -Any tinge worked in excess of any ten(I 10)hour work day(in a 4-10 hour work week)shall be at the appropriate overtime rate. All work outside of the regular working hours as provided, Monday through Saturday,shall be paid at one& one-half (I%x)times the employee's regular rate of pay. All work performed from 12:00 a.m. Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at double(2)the straight time hourly rate of pay. Should employees work in excess of twelve(12)consecutive hours they shall be paid double time(2X)for all time after twelve(12)hours. Shifl work performed between the hours of 4:30 p.m.and 12:30 a,m.(second shift)shall receive eight(8)hours pay at the regular hourly rate of pay plus ten (100/'0)percent for seven and one-half(71i:)hours work. Shift work performed between the hours of 12:30 ami.and 8:00 a.m. (third shill)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 tiller the completion of a regular shift shall be paid at one and one-half(I IA)times the shin hourly rate. NO.33: Means the standard work day shall be eight (8)consecutive hours of work between the hours of 6:00 a.m.and 6:00 p.rll., excluding the lunch period,or shall conform to the practice on the job site, lour(4)(lays at ten(10)hours a day may be worked at straight time, Monday through Friday and need not be consecutive. All overtime, except for ' • Sundays and holidays shall be at the rate of time and one-half(IV2). Overtime worked on Sundays and holidays shall beat double(2)time. NO.40: Means the regular working week shall consist of five(5)consecutive(8)hour days'labor on the job beginning with Monday and ending with Friday of each week. Four(4) 10-hour days may constitute the regular work week. The regular working day shall consist of eight (8) hours labor on the job beginning as early as 7:00 a.m.and ending as late as 5:30 p.m. All full or part lime labor performed during such hours shall be recognized as regular working hours and paid for tit the regular hourly rate. All flours worked on Saturday and till hours worked in excess of eight(8)hours but not more than twelve(12)hours during the regular working week:shall be paid for art time and one-half(1'/4)the regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of twelve(12)hours during the regular working day shall be paid m two (2)times the regular hourly rate, In the event of rain, snow, ' cold or excessively windy weather on a►regular working day, Saturday may be designated as a "make-up" day. Saturday may also be designated as a "make-up" day, for an employee who has missed a day of work for personal or other reasons. Pay for "make-up" days shall be tat regular rates, ' NO, 55: Means the regular work day shall be eight (8)hours between 6:00 a.m. and 4:30 p.m. The first two (2) hours of work performed in excess of the eight (8) hour wort; day, Monday through Friday, and the first tell (10) hours of work on Saturday, shall be paid at one & one-half(1!,2) limes the s0raight time rate. All work performed on Sunday, observed holidays and in excess of Ion (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 (110) hours per week, Monday through Friday, shall conslitrrte a week's work. The regular starting time shall lie 8:00 a.m. The above may be changed by mutual consent of authorized personnel. When circumstances warrant, the fsnlployer may change the regular workweek to four (4) ten-hour dnys at the regular time rate of pay, It being understood that all other pertinent ' information must be adjusted accordingly. All time worked before and aOcr the established workday of eight(8)hours, • Monday through Friday, all lime worked on Sauuday,shall be paid at the rate of'time and one-half(I;i) except in cases where work is part ol'an employee's regular Fridoy shill, All time worked on Sunday and recognized holidays shall be paid at the double (2)time rate of pay. ANNUAL. WAGE. ORDEI 1. NO, I I ' AWI 1 026 0T duc 111+ge 2 of 4 1111µes COLE COUN'1'V OVERTIME. SCHEDULE' BUILDING CONSTRUCTION NO. 59: Means that except as herein provided, eight (8) hours a day shall constitute a standard work day, and forty (40) hours per week shall constitute a week's work. All time worked outside of die standard eight (8) hour work day and on Saturday shall be classified as overtime and paid the rate of tinge and one-half(I'/2), All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double (2) tinge. 'Ilie Employer Itas the option of working either five (5) eight hour days or four (4) ten hour days to constitute a normal forty (40) hour work week. When the four(4) ten-hour work week is in effect, the standard work dory shall be consecutive ten (10) hour periods , between the horns of 6:30 a.m. and 6:30 p.ni. Forty (40) hours per week shall constitute a weeks work, Monday through Thursday, inclusive. In the event the job is down fill.any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed ten (10) hours or forty(40)hours per week. When the five day(8) hour work week is in effect, forty(40)hours per week shall constitute a week's work, Monday through Friday, inclusive, In the event the job is down for any reason beyond the Employer's control,then Saturday may,at the option of the Emplover,be worked as a make-up day;straight time not to exceed eight (8) hours or fort), (40) hours per week. The regular starling time (and resulting quitting tinge) may be moved to 6:00 a.m,or delayed to 9:00 n.m. Make-up days shall not be utilized for days lost due to holidays. NO. 60: Means the Employer shall have the option of working five 8-hour days or four 10-hour days Monday through Friday. If an Emplo}er elects to work five 8-hour days during any work week, hours worked more than eight(8)per day or forly (40) per .veck shall be paid at time and one-half(1'iz) the hourly wage rate plus fringe benefits Monday through Friday. SATURDAY MAKE-Ul' DAY: Iran Employer is prevented from working forty(40)hours, Monday through Friday, or any part thereof by reason of inclement weather(rain or mud), Saturday or any part thereof may be worked as a make-up day at the straight time rate. it is agreed by the parties that the make-up day is not to be used to make tip time lost due to recognized holidays. If an Employer elects to work four 10-hour days,between the hours of 6:30 a.m. and 6:30 p.m. in any week, work performed more than ten (10) hours per day or forty (40) hours per week shall be paid at tinge and one half(1'/t2) the hourly ware rate plus fringe benefits Monday through Friday. If an Employer is working 10-hour days and loses a day due to inclement weather, the Employer may work ten(10)hours on Fridav at straight time. Friday niust be scheduled for no more than ten (10)hours at the straight time rate, but all hours worked over (lie forty (40) hours Monday through Friday will be paid at lime and one-half(1'/2) the hourly wage rate plus fringe benefits. All Millwright work performed in excess of the regular work day and on Saturday shall be compensated for at time and one-half (1'/2) the regular Millwright hourly wage rate plus fringe benefits. The regular work day starting of 8:00 a.m.(and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 a.m.or delayed one(1)hour to 9:00 a.m. All work accomplished on Sundays and recognized holidays, or days observed as recognized holidays, shall be compensated for at double (_2) the regular hourly rate of wages plus fringe benefits. NO'T'E: All overtime is computed on the hourly wage rate plus an anunurt equal to the fringe benefiis. NO. 86: Means the regular work week shall consist of five (5) days, Monday through Friday, beginning at 8:(10 a.m. and ending at 4:30 p.m. 'I-lie regular wort: day beginning time may be advanced one or hvo (tours or dclaved by one hour. All overtime work perlonned on Monday through Saturday shall lie paid at time and one-half(I!4) of(he hourly rate plus an amount equal to one-lia)f of the hourly 'Total Indicated Fringe Benefits. All work performed on ' Sundays and recognized holidays shall be paid at double (2) the hourly rate plus an amount equal to the hourly 'Total Indicated Fringe Benefits, NO. 91: Means eight (8) hours shall constitute a day's work commencing at 8:00 a.m. and ending at 4:30 p.m., 1 allowing one-half(1/2)hour for lunch. The option exists for the Employer to use a flexible starting time between the hours of 6:00 a.m. and 9:00 a.m. The regular work week shall consist of fort), (40) hours of five (5) work days, Monday through Friday. The work week may consist of four(4) ten (10) hour days from Monday through 'Thursday, ' with Friday as a make-up day. If the make-up day is a holiday, the employee shall be paid at the double (2)time rate. 'I11c employees shall lie paid time and one-half(I':) for wort: performed before the regular starling time or after the regular quitting time or over eight(8)hours per work day (unless working a 10-hour Nwork day, then time and one-half (I'i) is paid for work performed over ten (10) hours a day)or over forty (40) hours per work week. Work performed on Saturdays, Sundays send recognized holidays shall he paid at the double(2) time rate of pay. 1 • ANNUAL NVAGE, ORDER NO. I I n11'I 1 026 01doc ('age 3 nt4 Pages ' COLE COUNTY OVERTIME SCIIEDULE BUILDING CONSTRUCTION NO.94: Means eight (8)hours shall constitute n(lays work between the hours of 8:00 a.m.and 5:00 p.m. The regular • workday starting tinge of 8:00 a,nu. (and resulting quitting tittle of 4:30 p.m.) may be moved forward to 6:00 a,nl, or delayed one (1) hour to 9:00 a.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-hall'(1%2) times the regular pay. In the event time is lost during tie work week due to weather conditions, the Employer may schedule work on the following Saturday at straight time. All work accomplished oil Sunday and holidays shall be compensated at double the regular rate of wages. NO. 101: Means that except as provided below,eight(8)hour's 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 tittle and one-half(1'/z) (except as herein provided). All time worked on Sunday and recognized holidays shall be classified as overtime arid paid at(lie rate of double (2) tune. The regular starting tine of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one(1)hour to 9:00 a.m. The Employer has the option of working either five(5) eight-hour days or four(4)ten-hour days to constitute a normal forty(40)hour work week. When a four(4)ten-hour day work week is in effect, the standard work day shall be consecutive ten (10) hour periods between tie hours of 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute it 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 thlle not to exceed ten(10)hours per day or forty(40)hours per week. Starting time will be designated by die employer. When the five(5)day eight(8)hour work week is in effect, forty(40) ' hours per week shall constitute a week's work, Monday through Friday, inclusive. in the event the job is down for any reason beyond the Employer's control, then Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed eight (8)hours per day or forty (40) hours per week. Make-up days shall not be utilized for days lost due to holidays, rNO. 110: fvleans eight(8)hours between the hours of 8:00 a.m.and 4:30 p.m.shall constitute a work day. The starting time may be advanced one (1) or two (2) hours. inployees shall have a lunch period of thirty (30) minutes. The ' • Employer may provide a lunch period of one(1)ki,ur, and in that event, the workday shall commence at 8:00 a.m. and end at 5:00 p.m. The workweek shall connnence at 8!00 a.m. on Mondny and shall end at 4:30 p.m.on Friday(or 5:00 p,ni, on Friday if the Employer grants a lunch t eriod of one (1)(tour),or as adjusted by starting time change as stated above. All work performed before 8:00 n.tu. and alter 4:30 p.nl,(or 5:00 pail. where one(1)hour lunch is granted for lunch) oi- as adjusled by starting time change as slated above or on Saturday, except as herein provided, shall be compensated at one and one-half (1'/2) tunes 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)flours, Monday through Friday, or oily part thereof by reason of inclement weather(rain and nlud), Saturday or any part thereof may be worked as a slake-up (lay tit 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 tinge and one-half(I V2)the hourly rate Monday through Friday, if an Employer elects to work four(4)ten (10)flour 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(I%2)the hourly rate Monday through Friday. If an Emplover is working ten(10)hour days and loses a day due to inclement weather,they may work ' ten (10) hours Friday at straight tittle. Friday must be scheduled for at least eight (8) hours and no more than ten (10) hours at the straight tittle rate, bill all hours worked over the forty (40) hours Monday through Friday will be paid at tittle and one-half(1'/4)overtime rate. NO. 122: Means forty (40) hours between Monday and Friday shall constitute ilia normal work week. Work shall be scheduled between the hours of 6:00 a.m. and 6:30 p.m., with one-half hour For lunch. Work in excess of eight (8) ' hours per day and forty (40) hours per week, and on Saturdays, shall be paid a( (he rate of one all([one-half tulles Hie nornlnl rate, Due to inclement weather during the week, Saturday shrill be a voluntary make up day. • ANNUAL,WAGE, ORDER NO. 11 ' A\Vl 1 026(A'Am Page 4 o(A Pages COLE COUNTY HOLIDAY ,SCHEDULE— BUiLI)iNG CONSTRUCTION NO. 3: All work done on New Year's Dav, Decoration Day, July 4th, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate ol'pay. Whenever tiny such holidays Fall on a Sunday, the following Monday shall be observed as a holiday. , NO. 4: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving and Christmas Day shall be paid at the double time rate of pay. If any of the above holidays Call on Sunday, Monday ' will be observed as the recognized holiday. If any of the above holidays fall on Saturday, Friday will be observed as the recognized holiday. NO. 5: All work that shall be clone oil New Year's Day, Memorial Dav, fourth of Jul)', Labor Day. Veteran's Day. Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rate of pay. NO, 7: All work done on New Year's Dav, Memorial Day, Inde endence Day, Labor Day, Veteran's Day, Thanksgiving Dav, and Christmas Dav shall be paid at the double time rate of pay. If a holiday falls oil a Sunday, it shall be observed on the Monday. if a holiday falls on a Saturday, it shall be observed on the preceding Friday. NO. €3: All work performed on New Year's Day. Memorial Day. Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day, or the days observed in lieu of these holidays, shall be paid at the double 1 time rate of pay. NO. 15: All work accomplished oil the recognized holidays of New Year's Day, Decoration Day (Memorial Day), Independence Day (Fourth of July), Labor Day, Veteran's Day.'Thanksgiving Day and Christmas Day, or days observed as these named holidays, shall be compensated (br at double (2) the regular hourly rate of wages plus fringe benefits. If a holiday falls on Saturday, it shall be observed on the preceding Friday. Ira holiday falls on a1 Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day, Christmas Day, Decoration Day or Independence Day except to preserve life or property. NO. 19: All work done oil New Year's Day, Memorial Day, July 4th, Labor Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. The employee may take off rricfay following Thanksgiving Day. However, the employee shall notify his or her Foreman, General Foreman or Superintendent oii the Wednesday preceding Thanksgiving Day. When one ofthe above holidays falls on Sunday, the following Monday shall be considered the holiday and all work performed on said clay ,Ball be at the double (2) lime rate. When one of'[lie holidays falls oil Saturday, the preceding Friday shall be considered the holiday and all work performed on said day shall be at the double (2) time rate. NO. 23: All work done on New Year's Day, Memorial Day, independence Day, labor Day, Veteran's Day, Thanksgiving Day, Christmas Day and Sundays shall he recognized holidays and shall he paid at the double lime rate of pay. When a holiday falls on Suudav, the following Monday shall he considered a holiday. ' NO. 54: All work per(iirnied on New )'car's Day, Memorial Dav, independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday alter Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rate e of pay. When a holiday Dills on Saturday, it shall be observed on Friday. 'When a holiday Gills on Sunday, it shall be observed on Monday, • AWO 1 1 026 tidy doc ANNUAL wAGB ORDER NO I 1 Page I of 21'ages ' COLE COUNTY HOLIDAY SCHEDULE—BUILDING CONSTRUCTION O. 60: All work performed on New Year's Day, Armistice Day (Veteran's Day), Decoration Day (Memorial ay), Independence Day (Fourth of July), Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple (3) time is paid. When a holiday falls on Saturday, Friday will be observed as the holiday. When a holiday falls on Sunday, the following Monday shall be observed as the holiday. 1 NO. 66: All work performed on Sundays and the following recognized holidays, or the days observed as such, of P Y g g Y New Year's Day,Decoration Day,Fourth of July, Labor Day,Veteran's Day, Thanksgiving Day and Christmas rDay, shall be paid at double (2)the hourly rate plus an amount equal to the hourly Total Indicated I-ringe Benefits. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. NO. 69: All work performed on New Year's Day, Decoration Day, July Fourth, Labor Day, Veteran's Day, Thanksgiving Day or Christmas Day shall be compensated at double (2) their straight-time hourly rate of pay. Friday after Thanksgiving and the day before Christmas will also be holidays, but if the employer chooses to work these days,-the employee will be paid at straight-time rate of pay. If a holiday falls on a Sunday in a particular year, the holiday will be observed on the following Monday. NO. 76: Work performed on Holidays shall be paid at the rate of two times the normal rate. I lolidays arc: New Years Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day, Day after Thanksgiving, Christmas Day. If a holiday falls on a Sunday, it shall be celebrated on i►.e following Monday, if it falls on Saturday, it shall ' be celebrated on the preceding Friday. 1 1 i i ' AWO 11 1126 hdy,doc ANNUAL WAGE ORDER NO. I I Page 2 of 2higes Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE Count *Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule CARPENTER Journeymen 5/04 $24.78 7 16 $8.34 ' Millwright 5/04 $24.78 7 16 $8.34 Pile Driver Worker 5/04 $24.78 7 16 _ $8.34 OPERATING ENGINEER Group I. 5/04 $22.45 2'1 _ 5 $13.75 Group II 5/04 $22.10 21 5 $13.75 Group III 5/04 $21.90 21 5 $13.75 Group IV 5/04 $18.25 21 5 $13.75 Oiler-Driver 5/04 $18.25 21 5 $13.75 -ABORER General Laborer 5/04 $21.17 2 4 $7.28 Skilled Laborer 5/04 $21.77 2 4 $7.28 TRUCK DRIVER-TEAMSTER Group 1 5/04 $23.37 22 19 $6.75 Group II 5/04 $23.53 22 19 $6.75 Group III 5/04 $23.52 22 19 $6.75 Group IV 5/04 $23.64 22 19 $6.75 For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the Building Construction Rate Sheet. 'Annual Incremental Increase ANNUAL WAGE ORDER NO. 11 7/04 ' COLE COUN'i'Y OVERTIME SCHEDULE— HEAVY CONSTRUCTION o'r-k 2: Means a regular work week of forty (40) hours will start on Monday and end on Friday. The regular day shall be either eight (8) or ten (10) hours. if a crew is prevented front working forty (40) hours iMonday through Friday, or any part thereof, by reason of"inclement weather, Saturday or any part thereof may be worked as it make-up day at the straight tinie rate to complete forty (40) hours of work in a week. Enrployees wLo are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight tune rate. 'Time & one-half(1'/z)shall be paid for all hours in excess of'eight (8) hours per day (if working 5-8's) or ten (10) hours per day (if working 4- 10's), or dirty (40) hours per week, Monday through Friday. For-all time worked on Saturday (unless Saturday ' or any portion ofsaid day is worked as make-up to complete forty hours), time and one-half(1'/z) shall be paid. For all time worked on Sunday and recognized holidays, double (2) time shall be paid. NO. 7: Means file regular work week shall start on Monday and end on Friday, except where the Employer elects to work Monday through 'Thursday, ten (10) hours per day. All work over ten (10) hours in a day or forty (40) hours in it week shall be at the overtime rate of one and one-half*(1'/z) times the regular hourly rate. The regular work day shall be either eight (8) or ten (10) hours. If a job can't work forty (40) hours Monday through Friday because of inclement weather or other conditions beyond the control of the Employer, Friday or Saturday may be worked as a make-up day at straight time (if'working 4-]0's). Saturday may be worked as a make-up day at straight time (if working 5-8's). Make-up days shall not be utilized for days lost from holidays. Except as worked as a make-up day, firue on Saturday shall be worked at one and one-half(1'/z) times the regular rate. Work performed on Sunday shall be paid at two (2) times the regular rate. Work performed on recognized holidays or clays observed as such, shall also be paid at the double (2) time rate of pay. 0. 21: Means the regular workweek shall consist of five (5) eight (8) hour days, Monday through Friday. 'he. regular work day for which employees shall be compensated at Straight tinle hourly rate of pay sliall, unless otherwise provided for, begin at 8:00 a.m. and end at 4:30 p.m. However, the project starting time may be advanced or delayed at the discretion of the ( mployer. At the discretion of the Employer, when working a live (5) day eight (8) hour schedule, Saturday may be used for a make-up day. The Employer may, have the option to schedule his work from Monday through 'Thursday at ten (10) hours per day at the straight time rate or pay with all hours in excess often (10) hours in any one day to be paid at the applicable overtime rate. If the Employer elects to work frown Monday through 'Thursday and is stopped due to circumstances beyond his control, he shall have the option to work Friday or Saturday at the straight time rate of pay to complete his ' lorly (40) hours per work week. Overtime will be at one and one-half'(11/2) times the regular rate. If workmen ru•e required to work the recognised holidays or days observed as such, or Sundays, they shall receive double (2) the regular rate of pay for such work. NO. 22: Means a regular work week of forty (40) hours will start on Monday and end on Friday. The regular work day shall lie either eight (8) or ten (10) hours. If a crew is prevented from working forty (40) hours ' Monday through Friday. or any part thereof by reason of inclement weather, Saturday or any part thereof may be worked as it make-up day at the straight time rate. ["niployees who are part of a regular crew on a make-up day, notwithstanding the tact that they may not have been employed the entire week, shall work Saturday at the straight time rate. For all time worked on recognized holidays, or days observed as such, double (2) time shall be paid. AN' 11 021i IwYm doe ANNI)AL WAGF,0Itlllilt N0. 11 11112e 1 of 1 Pages 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: 'file following days are recognized as holidays: New Year's Day, Memorial Day, Fourth of Julv, 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 Avork. The above shall apply to the four 10's Monday through Thursday work week. The ten (10) hours shall be applied to the forty (40) hour work week. NO. 16: The following days are recognized as holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day. Thanksgiving Day and Christmas Day. Ifa 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 followinb days are recognized as holidays: New Year's Day. Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed'on the following Monday. 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. If workmen are required to work the above enumerated holidays, or days observed as such. they shall receive double (2) the regular rate ofpay for such work. i 1 AN 1 1026Im,hol.doc ANNUAL WAGE ORDER NO. I I Page i of I Pages ' r REPLACEMENT PAGE rOU'T'SIDE ELECTRICIAN These rates are to be used for the following counties: 1 Adair, Audrain, Boone, Callaway, Camden, Carter, Chariton, Clark, Cole, Cooper, Crawford, Dent, r Franklin, Gasconade, Howard, Howell, Iron, Jefferson, Knox, Lewis. Lincoln, Linn, Macon, Maries, Marion, Miller, Moniteau, Monroe, Montgomery, Morgan. Oregon, Osage, ferry, Phelps, Pike, Pulaski, Putnam, Rails, Randolph, Reynolds, Ripley, St. Charles, St. Francois, St, Louis City, St. Louis County, Ste. Genevieve, Schuyler, Scotland, Shannon, Shelby, Sullivan. 'Texas, Warren, and Washington COMMERCIAL WORD Occu ational Title Basic _ _Total A`Hourly__.__.—__ hate Benefits *Journeyman Lineman $28.96 `64.25 +41.3% *Lineman Operator _ $25.93^ _ $4.25 1-4l.3% *Groundtnan $20.52 _$4.25 +41.3% UTILITY WORK Occupational Title —`T Basic 'Dotal Fringe Rate Benefits *Journeyn an Linenimi _ --- _--$27.95 --- - - _.__.. __...------$`x•25 + 37_3% *Lineman O orator ` $24.13 $4.25 .t- 37.3% *Groundnian $18.66 $4.25 + 37.3% rOVERTIME RATE: Eight(8)hours shall constitute a work day between the hours of 7:00 a.m. and 4:30 p.m. Foily(40)hours within live(5)days, Monday through Friday inclusive, shall constitute the work week. r Work performed in the 9th and 10th hour, Monday through Friday. shall be paid at time and one-half(I%) the regular straight time rate of pay. Contractor has the option to pay two(2)hours per day at the time and one-half(1'/2)the regular straight time rate of pay between tl►e hours of 6:00 a.m. and 5:30 p.m., Monday through Friday. Work performed outside the regularly scheduled working hours and on Saturdays, Sundays and recognized legal holidays,or days celebrated as such, shall be paid fbr at the rate of double(2)time. ' HOLIDAY RATE: All work performed on New Year's I,)ay, Memorial [lay, fourth of.luly, Labor Day, Veteran's Day,Thanksgiving Day,Christmas Day, or days celebrated as such, shall be paid at the double time rate of pay. When one of the foregoing holidays falls on Sunday, it shall be celebrated on the following Monday. 1 1 *Ammal Incremental Increase ' U ANNUAL WAGE ORDER NO. I I 7XI U'l'S"1"LA.5v 11 in AFFIDAVIT OF COMPLIANCE PUBLIC WORKS CONTRACTS LAW I, the undersigned, ^, of lawful age, first ' being duly sworn, state to the best of my information and belief as follows: 1. That I am employed as by 2. That was awarded a public works contract for Project No. 32050, Lighting, Traffic Signal, & Pavement , Marking Improvements for Downtown Area. 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended) an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. That has fully complied with the provisions and requirements of Section 290.290 RSMo (1994 as amended) FURTHER AFFIANT SAYETH NAUGHT. AFFIANT O Subscribed and sworn to before me this day of _ --' 20 NOTARY PUBLIC My Commission Expires: STATE OF MISSOURI ) ss 'COUNTY OF ) 1 EXQESSIVE UNEMPLQYMENT EXCEPTION CERTIFICATION I, the undersigned, , of lawful age, first being duly sworn, state to the best of my information and belief as follows: 1. That I am employed as by 2. That was awarded public — a p works contract for Project No. 32050, Lighting, Traffic Signal, R Pavement Marking Improvements for Downtown Area. ' 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended)an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. Although there is a period of excessive unemployment in the State of Missouri, which requires the employment of only Missouri laborers and 1 laborers from non-restrictive states on public works projects or improvements, an exception , applies as to the hiring of since no Missouri laborers or laborers from non-restrictive states are available or capable tof performing _ FURTHER AFFIANT SAYETH NAUGHT. AFFIANT Subscribed and sworn to before me this day of . 20 NOTARY PUBLIC My Commission Expires: APPROVED BY: _ ' Director of Community Development, City of Jefferson, MO • CITY OF JEFFERSON CONSTRUCTION CONTRACT q"- day CONTRACT, made and entered into this day of QJ�Y , 2004, by and between Meyer Electric Company hereinafter referred to as "Contractor", and the rCity 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. 32050, Lighting, Traffic Signal, & Pavement Marking Improvements for Downtown Area. NOW THEREFORE, the parties to this contra,.) 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 "Lighting, Traffic Signal, & Pavement Marking Improvements for Downtown Area" in accordance with the plans and specifications on file with the Department of Community Development. 2. Manner and time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws, within ' 60 working days from the date Contractor is ordered to proceed, which order shall be issued bythe Directorof Community Development within ten(10)days afterthe date of this contract. ' 3. Prevailing Wages. To the extent that the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less than the "prevailing hourly rate of wages" for work of a similar character in this locality, as established by Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 11, Section 026, Cole County rates as set forth. The Contractor further agrees that Contractor will keep an accurate record showing the names and occupafions 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 t 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 Co ens i n In- rano 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 Darnage 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 and the City as the insured, in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted r 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. • NOTE: R-Aragraph (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. ContracAQr's Resgonsibili y f r uhrnnArdad-9 _ 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 dire.-!ly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor rshall 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 1 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. "--dated Damages. The City may deduct Five Hundred Dollars ($500.00) from any amount otherwise due under this contract for every day the Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 7. Termination. The City reserves the right to terminate this contract by giving at least five (5) days prior written notice to Contractor, without prejudice to any other rights or remedies of the City should Contractor be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor should refuse ol- 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. indemni�Y. To the fullest extent permitted by law, the Contractor will indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from and against any and all claims, damages, losses, and expenses including attorneys' fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1 ) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Paragraph. ' 10. Payment for Labor and Materials. The Contractor agrees and binds itself to pay for all labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. ® 11 . Supplies. The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062 RSMo 1994 as amended. Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the City. 12. Ra_ymgnL The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Director of Community Development and in accordance with the rates and/or amounts stated in the bid of Contractor dated September 8, 2004 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 $343,706.65, three hundred forty three thousand seven hundred six and 65/100 Dollars. 13. Performance and Material man's..Bon-ds_Rs_qUired� 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 G:)ntractor'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 regUired 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, verabi i � I tutu• 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, Mer er. Parties agree that this document including those documents described in the section e entitled "Contract Documents"represent the full and complete understanding of the parties. This contact includes only those goods and services specifically set out. This contract supersedes all prior contracts and understandings between the Contractor and the City. • 19. Authorship and Enforcemen , Parties agree that the production of this document was the joint effort of both parties and that the contract should not be construed as having been drafted by either party. In the event that either party shall seek to enforce the terms of this contract through litigation, the prevailing party in such action shall be entitled to receive, in addition to any other relief, its reasonable attorneys fees, expenses and costs. 20. Aendments. This contract may not be modified, changed or altered by any oral promise or statement by whomsoever made; nor shall any modification of it be binding upon the City until such written modification shall have been approved in writing by an authorized officer of the City. Contractor acknowledges that the City may riot be responsible for paying for changes or modifications that were not properly authorized. 21. Waiver of Breech . Failure to Exercise Rights and Waiver: Failure to insist upon strict compliance with any of the terms covenants or conditions herein shall not be deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more times be deemed a waiver or relinquishment at any other time or times by any right under the terms, covenants or conditions herein. 22. Assignment. Neither party may sell or assign its rights or responsibilities under the terms of this agreement without the express consent of the remaining party. 23. Nondiscrimination. Contractor 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 O 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 3513 N. Ten Mile Drive, Jefferson City, MO P.O. Box 1013, 65102 . The date of delivery of any notice shall be the second full day after the day of its mailing. • IN WITNESS WHEREOF,the parties hereto have set their hands and seals this j gj-h day of September , 2004. CITY OF JEFFERSON CONTRACTOR Or Title:Leon J. Keller, Vice President ATTEST: ATTEST: city Jerk Tlt e:Joseph E. Hn, Secretary APPROVED AS TO FORM: City Counselor • 1 BOND # 4005M3865 P� FORM CE, P_AYM_ENIAN �QU TEES ® �A$A ____ Qom. , KNOW ALL 'MEN BY THESE PRESENTS, that we, the undersigned ' MEYER ELECTRIC COMPANY,�INC. , P.O. BOX 1013, JEI�FERSON CI'rY, MO 65102 hereinafter, referred to as "Contractor" and ST. PAUL FIRE AND MARINE INSURANCE COMPANY a Corporation organized under the laws of the State of MINNESOTA . and authorized to transact business in the State of MISSOURI as Surety, are held ands' firmly bound unto the CITY OF JEFFERSON, MISSOURI 320 E. MCCARTY ST JEIPFERSON CI'T'Y MO 65101 hereinafter referred to as"Owner" THREE HUNDRED FORTY-THREE THOUSAND, SEVEN HUNDRED inthe penal sum of s rX AND 65/100-------7----------------- ------ DOLLARS ($ 343,706.65 ----------), 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, PROJECT #32050-LIGHTING, TRAFFIC SIGNAL, & PAVEMENT MARKfNG' IMPROVEMENTS DOWNTOWN AREA. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; ' WHEREAS, the above bounded Contractor has on the 14TH day of SEPTEMBER _,20 04 , entered into a written contract with the aforesaid Owner 1 a for furnishing all materials, equipment,tools, superintendence,labor, and other facilities and accessories, for the construction of certain Improvements as designated, defined ' and described in the said Contract and the Conditions thereof, and in accordance with the specifications and plans therefore; a copy of said Contract being attached hereto and made a part hereof: ' NOW THEREFORE, if the said Contractor shall and will, in all particulars, well, duly and • faithfully observe, perform and abide by each and every covenant, condition, and part of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law 1 , and other Con ® tract 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 'u l d effect. t force an .i r ff t PROVIDED FURTHER, a said Contractor Z, that if the i nt actor fails to duly pay for any labor, materials, susfenances, 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 ourety.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 a agrees that no c hange, 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 an wise affect its obligation on this bond and it does hereby waive Y 9 Y 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 a the prevailing hour) rate pay p 5 Y 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 Y b 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 r ' se al to be hereunto affixed, by It atorneyin-fact duly authorized thereunto so to do, at NAUGHT-NAUGHT :INS. AGENCY - JEFFERSON CITY, MO _ on this the 14TII day of SEPTEMBER 20- 04 _ ST. PAUL FfRE AND MARJNE INSURANCE CO. MEYER ELECTRIC COMPANY, INC SURETY COMPANY. CONTRACTOR BY THOMAS S. NAUGHT (SEAL) BY Paul. H. Meyer Pr es id en�$EAL) Attorney-in-fact (State Representative) (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond. 18 _ 1'()WI?,It ()1' A'1"I'<)ItNl�.l' Seaboard Surety Coulpany lhdlcd Slates Fldelily turd Guaranty Cangnany St.Paul hire find Marine Insurance Connpany Fidelity and Guaranty Insurance Company SL 1'11111 Guardian Insurance Company Fidelity find Guaranty Insurance Underwriters,life. St.Paul Mercury Insurance Company s 20702 218 3 5 6 5 Power of Atturnc No. r ar Celili( lc No, KNOW ALL NIIEN BY THESE I'll ESEN'I•S:That Se ahui-ad Surety Company is it corporation(filly organized under the laws of the State of New York,and that St. Paul Fire find Marine Insurance Company.St.Paul Guardian Insurance Company and St. Paul Mercury Insurance('ompany are corporations(luly organized under the taws of the State of Minnesul:n,and that United States Fidelity and Guaranty Company is it corporation(Lily organized undo the haws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State ill• Iowa, find Ihat Fidelity fund Guaranty Insurance Underwriters,life. is a corpuralion duly organized under the laws of the Stale of Wisconsin(hcminr cryflerlivel culled dw "(bcnlmnies"), and that the Companies do hereby make,constitute and appoint Thomas S.Naught,Dorothy M. Baker and Harry D. Naught Jefferson City Missouri of the Cily of__--____.--..-----____--_-- --_--•Slate ._----------�-_--__---•_--..--�--,their fine and Iawful Altorney(s)-in-Fact, each in their separale capacity if more than one is nanied above,to sign its name as surely to,and to execute,seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the rruure thereof on behalf of file Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts;uul executing or guaranteeing bonds and undertakings required or percnined in any actions or proceedings allowed by law. 2°d April _-2003 IN WITNESS WIIIsREOF,the Companies have caused this instrument to he signed and scaled this day ill• Seaboard Surety Company United Statics Fidelity and Guaranty Company lie St.Paul Fire and Marine Insurance Company Fidelity art([Guaranty Insurance Company St.Paul Guardian Insurance Cumpany Fidelity rind Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company goo W.CARMAN,Vice President State of Maryhm(l / City of Baltimore I'IIUMAS E.ItUIBRH'G'I'Sli,Assistant Secretary ' 2°d April --.2003 Oil this day of---_._---� , before fine, the undersigned officer, persufnally ;appeared 1'cler W.Carman and Thonws G Ili ihregtse, who acknowledged themselves nn he the Vice President and Assistant Secicuu•y,respectively,of Seahuard Surely Company,St. Paul Fire and Marine Insurance Company,St.Paul Co rdinn Insurance('onapany,St. Paul Mercury Insurance Company,United Slates Fidelity ;and Guaranty C'onyr:uny,Fidelity and Guaranty Insurance Company,alul Fidelity;Intl Guar:ufty Insurance t.lnnlerw•rilers,Inc.:and that the scais affixed u,life foregoing instrument are the corporate seals of Said Companies:and that they as such,being;utlhurized So Ira do,executed the foregoing instrument fur the purposes therein contained by signing the names of the coruttalious by Ihennselves as(duly authorized officers. EASI lit Witness Whereof,I hereunto set any hand and ullici;al seal. U pM�r'111Y w UIjUC My Commission expires file I st day of July,2UO6. �o REBECCA FASLEY-ON(/KAI.A,Notary Public qt atv ' 86203 Rev.7.2002 Printed In U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seahoorl Sun;ty Company,St.Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, [)noted States Fidelity and Gunranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and effect,reading as follows: RESOIVED,that in connection with the fidelity and surety insurance business of the Company,all hoods,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attorneys)-in-Fact pursuant to it lower of Attorney issued in accordance with these resolutions, Said Power(s)of Atorney for and on behalf of the Company may and shall he executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may he engraved,printed or lithographed. 'f•he signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes ' only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof',and subject to any limitations set forth therein,any such Power of Attorney or certificate hearing such facsimile signature or facsimile seal shall he valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to tiny bond or undertaking to which it is validly attached;and RESOLVED FUR'T'HER,that Attorney(s)-in-Pact shall have the power and authority,and, in any case, subject to the terns and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach die seal of file Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attorney(s)-in-Fact shall tie as binding upon the Company as if signed by an Executive Officer and scaled and attested to by the Secretary of the Company. I,Thomas E.Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine insurance Company,St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,United States Fidelity:nd Gwaanty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF I hereunto set my hand this 1 4th^day of_September _ 2004 1 ��,��«io�� 1067 i 0�1_R��� '.�p1rCll��til1 raac y 1877 1951 ���38riL>'� °wO� '0` "'" Thomas E.Iluibrc tsc,AssistantSccret w, g ary , To verify the authenticity of this Power of Attorney,call/.81111.421-388/1 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney number, the above named individuals and the details of the bond to which the power is attached. ' ACOR,. CERTIFICATE OF LIABILITY INSURANCE OP ID W DATE(MM/DD/YYYY) MEY'ER-1 09/15/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Naught-Naught / Jefferson City ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1441 Christy Drive HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P O Box 1768 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Jerson City MO 65102 e: 573-634-2727 Fax:573-634-7762 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A Clnr.lnn■ti Innur■nr.■ G>.p■n, INSURCIi Meyer Electric Co. , Inc. 3573 N Ten Mile Dr INSURLPC P.O. Box 101 3 . ._... .... . .. .. - - -- ---•-------_____. t INSURL'R D Jefferson City MO 65102 _. _.._. _ ---------.____-- IN:il1RER I' COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVL BCLN ISSUED 10 111E INSURED NAMED ABOVE FOR 1 HE POLICY PERIOD INOICAILO NOI W I1lls LANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WNICH IIIIS CF.RT11 WAIF MAY BE ISSUCD OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HLRLIN IS SUBJECT TO ALL 1Hf:TERMS,EXCLUSIONS AND CONDITIONS Of'SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVL BL-LN RIOUCI D BY PAID CLAIMS TRW ADD --- ----..—_..- _... --... - -- "-"-" ----- - - - - POLICYEFFECTNE" POLICY EXPIRATION LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MMIDDIYY DATE(MMIDDIrO LIMITS GENERAL LIABILITY EACH OCCUMIFNCE $ 1,000,000 OAMAOF TO ItENILICI ----- --`-- A X COMMERCIAL GENERAL LIABILITY CPP0740506 11/01/03 11/01/04 PREMISI-S{Fn«xuronco}.-- $ 100,000 CLAIMS MADE X OCCUR -_J M6U TXP(Any une person) $ 5,000 -- f.: 1 X OCP *** HINDER 09/14/04 09/14/05 PERSONAL A ADV INJURY - $ 1 000,000 X XCU Included GF-NI_ftAI.AGGREGATE $2,000,000 GEN'L AGGREGATE LIMITAPPLICSPER PROOEICIS-COMP/OPAGG $ 2,000,000 POLICY X JI CI LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 A X ANY AUTO CPA0740506 11/01/03 11/01%04 Ira accident) ALL OWNED AUTOS ' — INJURY $ Wer per SCHEDULED AUTOS (Per person) X HIRED AUTOS INSURANCE REVIEWED UOOILY INJURY $ X NON-OWNED AUTOS (I'eraccidenII oil. PROPC.RIY DAMAGE (Per ncrufent) $ GARAGE LIABILITY Da 10: �' , ��- AUTO ONLY_EA ACCIDENT $ ANY AUTO O1;IERTHAN -F.AA.- $�— — a Atli 00NI.Y: - AGG $ EXCESSIUMBRELLA LIABILITY EACI I OCCURRENCE. $ 8,000,000 A X OCCUR L_ CLAIMS MADE CCC4490920 11/01/03 11/01/04 AGG1tCGATE. $ 8,000,000 DEDUCTIBLE X RETENTION S-0- WORKERS COMPENSATION AND _ 1ORY ' - -'—- - —^— EMPLOYERS'LIABILITY _ ANY PROPRIE.TOR/PARTNFRIFXI:CUIIVL L1 F.ACHACCIDF:NT S OFFICFfUMEMBER EXCLUDL•D7 Ft DISFASF-FA FMI'I.OYEE $ if yes,describe under SPECIAL PROVISIONS below f L OISFASL'-IY)I.ICY I.IMI1 $ e OTHER A -- Installation/ CPP0740506 11/01/03 11/01/04 Blanket $1,000,000 Builders Risk Limit DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS — Project #32050 - Lighting, Traffic Sigma]., & Pavement Marking Improvements Downtown Area. *** OWNERS AND CONTRACTOR'S 1)W)TEC'1'1 V1: - OWNER - CITY OF J EF I�ERSON, MO CERTIFICATE HOLDER CANCELLATION ' CITY OF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE'rHE EXPIRATION DATE TfIEREUF,T1IE ISSUING INSURER WILL ENDEAVOR 10 MAIL 10 DAYS WRITTEN NOTICL TO THE CERTIFICATE HOLDER NAMLO TO THE LEFT,BUT FAILURE TO DO SO SHALL ' City of Jefferson City IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 320 E. McCarty REPRESENTATIVES. Jefferson City MO 65101 AUTHORIZED REPRESS,TATIVE ACORD 25(2001/08) 0 ACORD CORPORATION 1988 e ER L PRQVISIO)IS tFORWARQ 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 ready to use the work specified. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. The Contract shall be executed in the State and County where the Owner is located, Three (3) copies of the contract documents shall be prepared by the Contractor, each containing an exact copy of the Contractor's bid as submitted, the Performance Bond properly executed, a Statutory Bond where required, and the contract agreement signed by both parties thereto. These executed contract documents shall be filed as follows: One (1) with the City Clerk of the City of Jefferson One (1) with the Jefferson City Director of Community Development One (1)with the Contractor GP-2 DEFINITIONS Wherever any work or expression defined in this article, or pronoun used in its stead, occurs in these contract documents, it shall have and is mutually understood to have the meaning herein given: 1. "Contract" or "Contract Documents" shall include all of the documents enumerated in the previous article. 2. "Owner", "City", or words "Party of the First Part", shall mean the party entering into contract to secure performance of the work covered by this Contract and his or its duly authorized officers or agents. Generally this will be the "City of Jefferson". ' 3. "Contractor"or the words"Party of the Second Part"shall mean the party entering into contract for the performance of the work covered by this contract and his duly authorized agents or legal representatives. ' 4. "Subcontractors"shall mean and refer to a corporation, partnership, or individual having a direct contract with the Contractor, for performing work at the job site. ' 5. "Engineer" shall mean the authorized representative of the Director of Community Development, (i.e., the Engineering Division Director). 6. "Construction Representative"shall mean the engineering or technical assistant duly authorized by the Engineer limited to the particular duties entrusted to him or them as subsequently set forth herein. ' 7, "Date of Award of Contract" or words equivalent thereto, shall mean the date upon which the successful bidder's proposal is accepted by the City. ' 8. Day or"days", unless herein otherwise expressly defined, shall mean a calendar day or days of twenty-four hours each, 9. "The work" shall mean the work to be done and the equipment, supplies and materials to be furnished under this contract, unless some other meaning is indicated by the context. 10. "Plans" or "drawings"shall mean and include all drawings which may have been prepared by the Engineer as a basis for proposals, all drawings submitted by the successful bidder with his proposal and by the Contractor to the City, if and when approved by the Engineer, and all drawings submitted by the City to the Contractor during the progress of the work, as provided for herein. 11. Whenever in these contract documents the words "as directed", "as required", "as permitted", "as allowed", or words or phrases of like import are used, it shall be understood that the e direction, requirement, permission, or allowance of the City and Engineer is intended, 12. Similarly the words"approved","reasonable","suitable","acceptable","properly","satisfactory", or words of like effect and import, unless otherwise particularly specified herein, shall mean approved, reasonable, suitable, acceptable, proper or satisfactory in the judgment of the City and Engineer. 13. Whenever any statement is made in these Contract Documents containing the expression "it is understood and agreed" or any expression of the like import, such expression means the mutual understanding and agreement of the Contractor and the City. 14. "Missouri Highway Specifications" shall mean the latest edition of the "Missouri Standard Specifications for Highway Construction"prepared by the Missouri Highway and Transportation Commission and published before the date of this contract. 15. "Consultant" shall mean the firm, company, individual, or its/his/her duly authorized representative(s)under separate agreement with(tie City of Jefferson that prepared the plans, specifications, and other such documents for tyre work covered by this contract. GP-3 THE CONTRACTOR ! It is understood and agreed that the Contractor, has by careful examination satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and ' during the prosecution of the work, tale general local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer, agent or employee of the City, wither before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. , The relation of the Contractor to the City shall be that or an independent contractor. GP-4 TIE ENGINEER ' The Engineer shall be the City's representative during the construction period and he shall observe the work in process on behalf of the City by a series of periodic visits to the job site. Ile shall have authority to act on behalf of the City. The Engineer assumes no direction of employees of the Contractor or subcontractors and no supervision of the construction activities or responsibility for their safety. The Engineer's sole responsibility during construction is to the City to endeavor to protect defects and deficiencies In the work. Any plan or method of work suggested by the Engineer, or other representative of the City, to the Contractor, but not specifier) or required, if adopted or followed by the Contractor in whole or, in part, shall be used at the risk and responsibility of the Contractor;and the Engineer and the City will assume no responsibility therefore. GP-5 am__ Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the full arnount 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 terns 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 10 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 data of execution of the contract. It at any time during the continuance of the contract the surety on the Contractor's hond becomes Irresponsible, the City shall have the right to require additional and sufficient sureties which the Contractor shill furnish to the satisfaction of Iho City within ton (10)clays after notice to do so. In default thereof, the contract mray be suspended, rill payments or money due the Contractor withheld, and the contract completed as hereinafter provided. GP-6 IN$-V- AN—CE ' GP-6.1 QEN-ERAI,� The Contractors I ial I secure,pay for and maintainn 6uririg the life of the Contract,insurance of such types and amounts as necessary to protect himself, and lho City, against all hazards enumerated herein. All policies shall he in the aniounts, forii aril conapui :es satisfactory to the City. The insuring company shall deliver to the City certificates of all insurance required, signed by an authorized representative and stating that all provisions of the following specified requirements are complied with, ' All certificates of insurance required herein shall state that ten (10)clays written notice will be given to the City before the policy is canceled or changed. All certifications of insurance shall be delivered to the City prior to the time that any operations under this contract are started. ' All of said Contractor's certificates of insurance shall be written in an insurance company authorized to do business in the Stale of Missouri. GP-6.2 �_9DILY IIN 1 Y�lAAI�LLY _QeERTLpA�A.E, -J-UT�LjN5M1RAL`!QE (1) Bodily Injury Liability insurance coverage providing limits for bodily injuries, including death, of not less than $2,000,000 per person and $300,000 peer occurrence. (2) Properly Damage Liability insurance coverage for limits of not less than $2,000,000 per one occurrence nor less than $2,000,000 aggrogate to limit for the policy year. GP-6.3 CANTBf3�L9R'$-'_R_Q_-E CTLV-E 13QD_IL)) JN1J__UB-X]-I.A_-LI LT_Y_82B-QNQ 'lYE-PROPERTY PAMA4,-JL.IADJ-�-I.TY_1N5S1_RANCE-; (GQ ER!N-c?-QP_I✓RATLQN$Q-E CONTRACT-QUS) (1) Contractors contingent policy providing limits of at least $300,000 per person and $2,000,000 per occurrence for bodily injury or death. (2) Property Damage' liability providing limits of at least $2,000,000 pear occurrence and $2,000,000 aggregate. GP-6,4 _WWRACJI AN I,IARILITY Property Damage coverage with $2,000,000 aggregate limit. GP-6,5 awNERSPROTECTIVE LIABILITY A.N.Q P-R--QI?ERI- R-A AGE INS-I. RANCE The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage insurance issued in the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of tlac Contractor or his subcontractors in fulfilling this contract. , The minimum amount of such insurance shall be the same as required for Bodily Injury Liability and Property Damage Liability Insurance. This policy shall be filed with the Owner and a copy filed with the Engineer. GP-6.6 EXCL-V$JQN5 The above requirements GP-6.2,6.3,0.5 for property damage liability shall contain no exclusion relative to: (1) Blasting or explosion. (Consult Technical Specifications Part I for possibly; deletion of this requirement on subject project.) (2) Injury or destruction of property below lho surface of the ground, such as wires, conduits, pipes, ' mains, sewers, etc., caused by the Contractor's operations. (3) The collapse of, or structural injury lo, nny building or structure on or adjacent to the City's premises, or injury to or destruction of proprrty resulting therefrom, caused by the removal of other buildings, structures, or supports, or by excavations below the surface of the ground, GP-6,7 AUTO(VIQBLLE C iQPILY INJURY__.LIAgI.LITY & AtJTQMO.[311.E�.p�2QPE,RTY DgI�A�('E ' L_AMLITY INSURANCC Contractor shall carry in his name, additional assured clauses protecting City, Liability Insurance with Bodily Injury or Death Limits of not loss than $300,000 per person and $2,000,000 per occurrence, and property damage limits of not less than $300,000 with hired car i'mid non-awned vehicle coverage or separate policy carrying similar limits. The above is to cover tile; use of aulomcmbiles and trucks on Mid off the site of the project. ' GP-6.8 ;M&Q.YM LL _�?SNN2BlSlVl l�'�r4l+LlP� flZIQLt ITY �4N 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 1 a limit of$300,000 per person. The "All State" endorsement shall be included. In case any class of employees is not protected under the Workmen's Compensation Statute, the Contractor shall provide and cause such contractor to provide adequate employer's liability coverage t as will protect him against any claims resulting from injuries to and death of workmen engaged in work under this contract. GP-6.9 INST ATION EL_OAT_ER._MJURA.N_C_E 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 warehruses 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 CQy3R&QjO 'S-R95TM,9J[BJLIT 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, alteralions, 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 CONTRACS,QR'S FE5RPQNSIBI ITY 0 DAIYJ�4GES 8 CL�11 CND__ EMNIFYIN(� �Y The Contractor shall indemnify and save harmless the City and Engineer and their officers and agents, of and from all losses, damages, costs,expenses,judgments, or decrees whatever arising out of action or suit that may be brought against the City or Engineer or any officer or agent of either of them, for or on account of the failure,omission,or neglect of the Contractor to do and perform any of the covenants, ' acts, matters, or things by this contract undertaken to be done or performed, or for the injury, death or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors,workmen, material rnen,or suppliers of machinery and parts thereof, equipment, power tools and supplies incurred in the fulfillment of this contract. GP-6.12 )yQTIFICATIQNINWENT 4TLI�BILITY Q!3 DAM18GE Upon the occurrence of an event, the liability for which is herein assumed, the Contractor agrees to p Y , forthwith notify the City, in writing such happening,which notice shall forthwith give the details as to the happening, the cause as far as can be ascertained, the estimate of loss or damage done; the names of witnesses, if any, and stating the amount of any claim. GP-7 ySSIQN MELVI—Qf C-NTR _ACT The Contractor shall not assign or transfer this contract nor sublet it as a whole, without the written consent of the City and of the Surety on the Contractor's bond. Such consent of Surety, together with cupy of assignment, shall be filed with the City. No assignment, transfer or subletting, even though consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him in a satisfactory manner, the City may at his option annul and terminate Assignee's contract. GP-8 E_ENT Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of the principal items of materials and equipment which he proposes ' to use in the construction of the project. The Contractor agrees that he is as fully responsible to the City for the acts and omissions of his subcontractors and of person either directly or indirectly employed by them as he is for the acts and omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the City. No officer, agent or employee of the City, including the Engineer, shall have any power or authority whatsoever to bind the City or incur any obligation in its behalf to any subcontractor, material supplier or other person in any manner whatsoever. GP-9 OTHER CONTRACTS The City reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the ' execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results on the wort of any other ' contractor,the Contractor shall inspect and promptly report to the Engineer any defect in such work that renders it unsuitable for such proper execution and results. His failure so to inspect and report all constitute an acceptance of the other contractor's work as fit and proper for the reception of his work, except as to defects which may develop in the other contractor's work after the execution of his work. Wherever work being done by the City's forces or by other contractors is contiguous to work covered , by this Contract, the respective rights of the various interests involved shall be established by the Engineer, in order to secure the completion of the various portions of the work in general harmony. GP-10 LEGALJ�ESTRICTIONS.-I?ERNIIT!ANA F�EGULATIOIJS r 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 pernanent structures or permanent changes in existing facilities shall be provided by the City unless otherwise specified. The Contractor shall give all notices and comply wiih all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn or specified. GP-11 RQYALTIES 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 1 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. 1 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 cot, � then the Contractor ® shall secure written instructions from the Engineer before proceeding with th- construction affected by such omissions or discrepancies. It is understood and agreed that the A,ork shall be performed and completed according to the true spirit, meaning and intent of the contract, specifications and plans, GP-12.2 IIO RED DIMEN—SIGNS TO GQVERN 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 QONTRACTOR TO CHECK PLANS AND SCHEDULES The Contractor shall check all dimensions,elevations and quantities shown on the plans,and schedules given to him by the Engineer, and shall notify the Engineer of any discrepancy between the plans and the conditions on the ground, or any error or omission in plans, or in the layout as given by stakes, points, or instructions, which he may discover in the course of the work. The Contractor will not be allowed to take advantage of any error or ornission in the plans or contract documents, as full instructions will be furnished by the Engineer should such error or omission be discovered, and the Contractor shall carry out such instructions as If originally specified. The apparent silence of the Plans and Specifications as to any detail or the apparent omission from them of a detailed description concerning any point, shall be regarded as meaning that only the best general practices, as accepted by the particular trades or industries involved, shall be used, GP-12.4 STANDARD SF!JECIFICATIONS Reference to standard specifications of any technical society, organization or association, or to codes • of local or state authorities, shall mean the latest standard,code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. GP-13 C_QNSTRUCTION REPgE55NIATLVE-AT PROJECT The City may appoint or employ such "Construction Representative" as the City may deem proper, to observe the work porformed under this Contract, to the end that said work is performed, in substantial accordance with the plans and specifications therefor. The Project Representative assumes no direction of employees of the Contractor or Subcontractors and no supervision of the construction activities or responsibility for their safety. The sold duty of the Project Representative during the construction is to the City to endeavor to protect against defects and deficiencies in the work. The Contractor shall regard and obey the directions and instructions of the Construction Representative so appointed, when the same are consistent with the obligations of this contract and the specifications therefor, provided, however, that should the Contractor object to any order given by the Construction Representative, the Contractor rnay make written appeal to the Engineer for his decision. The Construction Representative and other properly authorized representatives of the City shall be free at all times to perform their duties, an intimidation or attempted intimidation of any one of them by the Contractor or by any of his employees shall be sufficient reason, if the City so decides, to annul the contract. Such construction representation nhall not relieve the Contractor from any obligation to perform said work strictly in accordance with the plans and specifications or any modifications thereof as herein provided, and work riot so constructed shall be removed and made good by the Contractor at his own expense, and free of all expense to the City, whenever so ordered by the Engineer, without reference to any previous oversight in observation of work. Any defective material or workmanship may be rejected by the Engineer at any time before the final acceptance of the work,even though the same may have been previously overlooked and estimated for payment. The Construction Representative shall have no authority to permit any deviation from the plans and e ' specifications except on written order from the Engineer, and the Contractor will be liable for any deviation except on such written order. All condemned work shall be promptly taken out and replaced by satisfactory work, and all condemned materials shall be promptly removed from the vicinity of the work. Should the Contractor fail or refuse to comply with instructions in this respect the City may, upon certification by the Engineer, withhold payment or proceed to terminate contracts as herein provided. Reexamination of questioned work may be ordered by the Engineer, and if so ordered the work must be uncovered by the Contractor. If such work be done in accordance with the Contract Documents, the City shall pay the cost of reexamination and replacement. If such work be found not in accordance with the Contract Documents,the Contractor shall pay such cost, unless lie shall show that defect in the work was caused by another contractor of the City and in that event (lie City shall pay such cost. The Contractor shall furnish samples of testing purposes of any material required by the Engineer, and shall furnish any information required concerning the nature or source of any material which he proposes to use. GP-14 l_AV D GRADES The Department of Community Development will set construction stakes establishing lines,scopes,and ' continuor.rs profile grade in road work, and center-line and bench marks for culvert work, and appurtenances as may be deemed necessary, and will furnish the Contractor, with all necessary information relating to lines, slopes, and grades, to lay out the work correctly, The Contractor shall maintain these lines, grades,and bench marks and use them to lay out the work he is to perform under this contract. The Contractor shall notify the Department of Community Development not less than 48 hours before , stakes are required, No claims shall be made because of delays if the contractors fail to give such notice. ® The Contractor shall carefully preserve stakes and bench marks. If such stakes and bench mark become damaged, lost,displaced,or removed by the Contractor, they shall be reset at his expense and deducted from the payment for the work. Any work done without being properly located and established by base lines, offset stakes, bench marks, or other basic reference points checked by the Construction Representative may be ordered removed and replaced at the Contractor's expense. GP-15 QNIRACTQR'S RESPC?W31LfTY FOR MATERIALS The Contractor shall be responsible for the condition of all materials furnished by him, and he shall replace at his own cost and expense any and all such material found to be defective in design or manufacture, or which has been damaged after delivery. This includes the furnishing of all materials and labor required for replacement of any installed materials which is found to be defective at any time prior to the expiration of one year from the date of final payment. The manufacturer of pipe for use on this project shall certify in writing to the City that all materials furnished for use in this project do conform to these specifications. Whenever standard tests are conducted, lie shall forward a copy of the test results to the City. eGP-16 WATER All water required for and in connection with the work to be performed shall be provided by the Contractor at his sole cost and expense. GP-17 POMIER All power for lighting, operation of the Contractor's plant or equipment or for any other use by the Contractor, shall be provided by the Contractor at his sole cost and expense. GP-18 SUPERINTENDENCE AND WORKMANSHIP The Contractor shall keep on his work, during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor shall provide proper tools and equipment and the services of all workmen, mechanics, tradesmen,and other employees necessary in the construction and execution of the work contemplated and outlined herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly, intemperate or incompetent or who neglects or refuses to perform his work in a satisfactorily manner, shall be promptly discharged. It is called particularly to the Contractor's attention that only first class workmanship will be acceptable. GP-19 MAINTENANCE OF TRAFFIC Whenever any street is closed,the Police Department, Fire Department, and Ambulance Services shall ' be notified prior to the closing. When a portion of the project is closed to through traffic, the Contractor shall provide proper ban icades and shall mark a detour route around the section of the project if applicable. The route of all detours shall be approved by the Director of Community Development. All ' detour signing shall conform to the latest edition of the "Manual on Uniform Traffic Control Devices". Throughout the project, wherever homes are served directly from a str�el or portion of a street which is to be reconstructed under this project, the Contractor shall make every effort to provide access to ' each home every night. This work shall be subsidiary to the construction and no direct payment will be made for it. GP-20 PARRICADES AND LIGHTS All streets, roads, highways,and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations shall be provided with suitable barriers, signs,and lights to the extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. ' All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sunrise. Materials siored upon or alongside public streets and highways shall be so planed, and the work at all times shall be so conducted, as to cause the minimum obstruction and inconvenience to the traveling public. All barricades, signs, lights and other protective devices shall be installed and maintained in conformity with applicable statutory requirnments, and in conformance with the Manual of Uniform Traffic Control ' Devices. All necessary barricades, signs,lights and other protective devices will be furnished, installed and maintained by the Contractor. This work shall be subsidiary to the construction and no direct payment will be made for it. GP-21 FSTING U 1f�DERGROUND INS TALLATIONS-AND_STRUC "TURFS Pipe lines and other existing underground installations and structures in the vicinity of the work to be done hereunder are indicated on the plans according to the best information available to the City, The City does not guarantee the accuracy of such information. The Contractor shall make every effort to locale all underground pipe lines, conduits and structures by contacting owners of underground utilities and by prospecting in advance of the excavation. Any delays to the Contractor caused by pipe lines or other underground structures or obstructions not shown by the plans, or found in locations different than those indicated, shall not constitute a claim for extra work, additional payment or damages. No payment will be made to the Contractor for locating and protecting utilities and cooperating with their owners,and any damages caused to the utilities by the Contractor's negligence shall be repaired entirely at the Contractor's expense. Utilities, other than sanitary sewers and water mains, which, in the opinion of the Engineer, must be moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be moved shall be re-laid by the Contractor and paid for at the prices bid. Only sewers which must be moved because of direct conflict with the storm sewer conduit will be paid for in this manner. Sewers ' damaged by excavation but not in direct conflict with the storm sewer will be repaired at the Contractor's expense. GP-22 P OTECTION OF WORK AND PROPERTY The Contractor shall be accountable for any damages resulting from his operations. He shall be fully responsible for the protection of all persons including members of the public, employees of the City and employees of other contractors or subcontractors and all public and private property including structures, sewers and utilities above and below ground, along, beneath, above, across or near the site or sites of the work, or other persons or property which are in any mariner affected by the prosecution of the work. The Contractor shall furnish and maintain all necessary safety equipment such as barriers, signs, e 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 i special instruction or authorization,is hereby permitted to act at his discretion to prevent such threatened loss or injury, and he shall so act. Any compensation, claimed by the Contractor on account of ' emergency work, shall be determined by agreement or arbitration. The Contractor agrees to hold the City harmless from any and all loss or damages arising out of ® jurisdictional labor disputes or other labor troubles of any kind that may occur during the construction or performance of this contract, GP-23 GLMANTEE F MATER LS ARD WQR_KMANfflR The Contractor hereby guaranleas 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 RLOBIS 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 o, any breach in this contract be held to be a waiver of any other or subsequent breach. GP-25 tVS OF COM.I°J- ED.RQRTIONS 1 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 ADDIT-10 AL, QMITTED. OR CHANGED WORK The Owner, without invalidating the Contract, may order additional work to be done in connection with the Contract or rrjay 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 through 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 arid alterations in the terms or scope of the Contract shall be made under the authority of duly executed change orders issued and signed by the Owner and accepted and signed by the Contractor. All work increasing the cost shall be done as authorized by the Owner and ordered in writing by the Engineer, which order shall state the location, character, amount, and method of compensation. No additional or changed wort; shall be made unless in pursuance of such written order by the Engineer, and no claim for an addition to the ' Contract sum shall be valid unless so ordered. If the modification or alteration increaser; the anruunt of work to be clone,and the added work or any part thereof is of a type and character which can be properly arid fairly classified under one or more unit price items of the Proposal, then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices therefor. Otherwise, such work shall be paid for as "Extra Work" as hereinafter provided in this Article GP-26. ' It the mollification or alteration decreases the amount of work to be done, such decrease shall not constitute the basis for a claim for damages or anticipated profits on work affected by such decrease. Where the value of omitted work is not covered by applicable unit prices, the Engineer shall determine on an equitable basis the amount of: 1, Credit due the Owner for Contract work not done as a result of an authorized change. 2. Allowance to the Contractor for any actual loss incurred in connection with the purchase, ' delivery and subsequent disposal of materials or equipment required for use on the work planned and which could not be used in any part of the work as actually built, 3. Any other adjustment of the Contract airIount where the method to be used in making such 1 adjustments is not clearly defined in the contract documents. Statements for extra work shall be rendered by the Contractor not later than fifteen (15) days after the , completion of each assignment of extra work and if found correct will be approved by the Engineer and submitted for payment with the next regular monthly estimate. The Owner reserves the right to contract with any person or firm other than the Contractor for any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. xtra Work (a) The term "Extra Work" shall be understood to mean and include all work that may be required to accomplish any change or alteration in or addition to the work shown by the Plans or reasonably implied by the Specifications and not covered by the Contract proposal items and which is not otherwise provided under this Article GP-26 (b) The Contractor shall perform all extra work under the direction of the Engineer when authorized by the Owner. The compensation to be paid the Contractor for performing extra work shall be determined by one or more of the following methods: 1. Method A: By agreed unit price 2. Method B: By agreed Lump sum 3. Method C: If neither Method A or B can be agreed upon before the work is started, then the work shall be by force account as per Section 109, Measurement and Payment,of the Missouri Standard Specification for Highway Construction, as published by the Missouri State Highway and Transportation Commission. GP-27 SUSPE[_V$!QNt�F WORK. The Owner may at any time suspend the work, or any Dart thereof by diving ten (10) days notice to the Contractor in writing. The work shall be resumed by the Contractor within ten(10)days after the date ' fixed in the written notice from the Owner to the Contractor to do so. But if the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Owner does not give notice in writing to the Contractor to resume within a reasonable period of time, then the ' Contractor rmay abandon that portion of the work so suspended and he will be entitled to the estimates and payments for all work done on the portions abandoned, if any. GP-26 Q-WNEB!5_.RLC HT-To DQ wow If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this contract, the Owner, after ten (10)days written notice: to the Contractor, may,without prejudice to any , other remedy he may have, make good such clef iciencies and may deduct the cost thereof from the • payment then or thereafter due the Contractor. GP-29 QANM5-RK;- .T_-T.QT_E.RMJN_A�T.E CON_LRA If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors,or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor five(5)days written notice,terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever method he may deem expedient. In such case, no further payment will be made the Contractor until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such expenses shall be paid to the Contractor. If such expense shall exceed such unpaid balance,the Contractor shall pay the difference to the Owner. GP-30 CQNTRACTOR'$ RIGHT TO STQP 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 FRAM NATURAL CAUSES All loss or damage arising out of the nature of the work to be done, of from the action of the elements, or from floods or overflows, or from ground water, or from any unusual obstruction of difficulty, or any other natural or existing circumstances either known or unforeseen, which may be encountered in the prosecution of the said work, shall be sustained and borne by the Contractor at his own cost and expense. GP-32 SUNDAY, HOLIDAY AND.L4 GHT WORK No work shall be done between the hours of 6:00 p.m.and 7:00 a.m., nor on Sundays or legal holidays, without the written approval of the City. However, work necessary in case of emergencies or for the protection of equipment or finished work may be done without the City's approval. Night work may be established by the Contractor as a regular procedure with the written permission of the City; such permission however, may be revoked at any time by the City if the Contractor fails to maintain adequate equipment and supervision for the proper prosecution and control of the work at night. GP-33 UNFAVORABLE CONSTRUCTION CONDITIONS During unfavorable weather,wet ground, or other suitable construction conditions, the Contractor shall confine his operations to work which will riot be affected adversely thereby. No portion of the work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken by the Contractor to perform the work in a proper and satisfactory manner. ' GP-34 ATERIALS A( E.QUIP 1eK • Unless specifically provided otherwise in each case, all materials and equipment furnished for ' permanent installation,in the work shall be new, unused, and undarnaged when installed or otherwise incorporation in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized by the Engineer in each case. GP-35 DFENE OF SUITS In case any action at law or suit in equity is brought against the City or any officer or agent of them for or on account of the failure, omission, or neglect of the Contractor to do and perform any of the covenants, acts, matters, or things by this contract undertaken to bc,clone or performed,or for the injury or damage causc-cl by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors,workmen, material mon,or suppliers of machinery and parts thcoeof.WILlipment, power tools, and supplies incurred in the fulfillment of this contract, the Contractor shall indemnify and save harmless the City and their officers and agents, of and frorn all losses, darnages, costs, expenses. judgments, or decrees whatever arising out of such action or suit that may be brought as aforesaid. GP-36 Q-HANGE_QRDER 1 Any changes or additions to the scope of work shall be through a written order from the Engineer to the Conrractor directing such changes in the work as made necessary or desirable by unforeseen conditions or events discovered or occurring during the progress of the work. GP-37 CONTRACT TIME 'f he time for tine completion of the work is specified and it is an essential part of the contract. The Contractor will not be entitled to any extension of contract tune:. because,of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. If the time for the completion of the work is basest upon working days, this time will be specified in the • 1 contract. A working day is defined as any day when, in the judgment of the Engineer, soil and weather conditions are such as would permit any then major operation of the project for six (6) hours or over unless other unavoidable conditions prevent the Contractor's operation. If conditions are such as to stop work in less than six (6) hours, the day will not be counted as a working clay. No working clays will be counted from December 15 to March 15, both dates inclusive. Saturdays, Sundays, and City holidays will not be counted as working clays any time during the year. GP-38 CONTRAQJ TIME EXTENSION The Engineer may make allowance for time lost clue to causes which lie deems justification for extension of contract lime. If the Contractor claims an extension of contract time on the grounds that he is unable to work due to causes beyond his control, he shall state his reasons in writing,furnish proof to establish his claim and state the approximate number of clays he estimates he will he delayed. Notice of intention to claim an extonsion of contract time on the above grounds shall be filed with the Engineer at the time the cause or causes occur and the claim shall be filed in writing within 30 days after the claimed cause for the delay has ceased to exist. GP-39 L.1QUIDATED-PAM9O.U. 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 clay that such contract remains uncompleted after the time allowed for the ' completion. The said amount set out in the proposal is hereby agrees{ upon, not as a penalty but as liquidated damages for loss to the City and the public, after the expiration of the time stipulated in the contract, and will be deducted from any money due the Contractor under the contract, and the ' Contractor and his surety shall be liable for any and all liquidated damages. Permitting the Contractor to continue and finish the work or any part of it after the expiration of the specified tirne, 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 REN UR!»MENT AND ME 1N (a) B-MA ERRPA.Y-REK 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. Tile 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) pEDtaCT14NS FOR UNCQRRECU_D 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 SVMjT MS Payment for each lump sum itern shall be at the lump surn bid for the itern, 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 basin. Tne payment Ghall 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) AEFlDAVIT OF COMPLIANCE Monies due to the Contractor will not be delivered to the Contractor without presentation to the Department of Community Development an Affidavit of Compliance with Prevailing Wage Law on prescribed form attached to the back of these contract documents. GP-41 RELEASE OF L!AB l_ITY The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof, from all claims and liability to the Contractor for anything done or furnished for, or relating to the work, or for any act or neglect of the Owner or of any person relating to or affecting the work. GP-42 CERTIFICg1I 1 GP-42.1 All suppliers of materials such as drainage pipe or handrail and all suppliers of asphaltic concrete or portland cement concrete mixtures shall certify in writing that the product r its supplied conforms fully will) these specificl►rnns. Such certificsltiori shall he delivered in triplicate to the Department of Community Development fit least 24 hours be-.fore the praduct is to be used on the project. GP 42,2 The City, at its option, may perform or have performed stich tests as in my be deonled necessary to further assure plat only specified materials are incorporlted into the work. GP-43 LgQAL RUEERENCE In making purchases or in letting contracts for the performance of any job or service, the purchasing agent shall give preference to all firms, corporations or individuals which maintain offices or places of business within the corporate linlits of the City of Jefferson, when the quality of the commodity or performance promised is equal or better and the price quoted is the same or less r GP-44 PREFERENCE_FQR U.LS_WANUEACTURED GOODS On purchases in excess of x`,5,000,the City shall select praducas manufactured, asserllbled or produced in the United States, if quan!ity,quality,and price are equal. Every contract for public works construction or nlaintenarice in excess of$5,000 shall contain a provision requesting the contractor to use American products in the performance of the contract. GP-45 AWARD OF.CONTRACT. REJECTION OF.BIDS Au All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all subcontractors and suppliers who the contractor intends to use on the project. Compliance with this requirement acid the Minority BUSlness Enterprise Program shall be a consideration for award of this contract. The contract will be awarded to the lowest and best responsible bidder on the base bid proposal, complying with the conditions of the Advertisement for bids and Specifications, providing the bid is reasonable and it is in the interest of the City of Jefferson, Missouri to accept same. The bidder to whom an award is made will be notified at the earliest possible date. 'The City of Jefferson, however, reserves the right to reject any and all bids and to waive all informalities in bids received whenever such rejection or waiver is in their interest. GP-46 AFFIDAVIT_OF COMPLIANCE WITH PUBLIC WORKS'CONTRACTS LAW Upon completion of project and prior to final payinent, each contractor and subcontractor hereunder shall file with the City of Jefferson,Missouri,Department of Conlillunity Development,r-rn affidavit stating that the contractor or subcontractor has fully complied with the provisions arid requirements of Section 290.290, RSMo (1994 as amended), an act relating to public.; works contracts The City of Jefferson shall riot issue a final payment until such affidavit is filed. GP-47 MISSOURI_LABORER..REQUIREMENT , Whenever there is a period of excessive tit lell)ploynlent in Missnuri, which is defined as any month immediately following Iwo consecutive calendar rllonths during which the level Of Urleniployment in the State has exceeded five percent(5)/c,)as measured by the U.S. Bureau of tabor Statistics in its rnonthly publication of employment arid unemployment figures, only Missouri laborers or laborers from non- restrictive states may be Hired by the contractor or subcontractors to work on this Public Works'contract, An exception shall exist when Missouri laborers or laborers front non-restrictive stales are not available or are incapable or performing the particular type of work involved, if so certified by the contractor or subcontractor hereunder and approved by the Director of Community Development of the City Of Jefferson, Missouri. Nor does this provision apply to regularly employed non-resident executive, supervisory or technical personnel or projects where federal aid funds are being utilized in the act and ' this provision Would conflict with any federal statute, rule or regulation. r Laborers from non-restrictive states means persons who are residents of a state which has not enacted ® state laws restricting Missouri laborers from working on public works projects in that state,as determined by the Missouri Labor and Industrial Relations Commission. A Missouri laborer means any person who has resided in Missouri for at least thirty(30)days and Intends to become or remain a Missouri resident. GP-48 9OMPLIANCE W H PUBLIC WQRKF CONTRAC:r"AW AND ' jIQISSOURI LABORER REQUIREMENT In the event a contractor or subcontractor hereunder files with the City of Jefferson an affidavit slating that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo(1994 as amended), when in fact the contractor or subcontractor has not complied, to the extent that any liability Is assessed against the City of Jefferson, Missouri, or any additional expenses are incurred by the City of Jefferson, Missouri, any contractor making the false statement, or whose subcontractor makes a false statement,shall hold harmless and indemnify the City for any liability assessed against It or any additional expenses incurred. Any contractor who fails to comply with the requirements of hiring only Missouri laborers or laborers from non-restrictive states, absent statutory exceptions, whenever there is a period of excessive unemployment in Missouri, agrees to hold harmless and Indemnify the City of Jefferson, Missouri, for any liability that may be assessed against it or any additional expenses incurred by the City of Jefferson, Missouri, because of the contractor or subcontractor's failure to comply, END OF GENERAL, PR VI QN i e • t t • SPECIAL PROVISIONS FORWARD: The p rovisions of this section take precedence over any other provisions in these specifications. SP-1 rECHNICAL SPECIFICATIONS AND DETAILS The Technical Specifications for this project shall consist of the 1999 version of the Missouri Standard Specifications for Highway Construction except as modified or contradicted by the City's Contract, Technical Specificatio;.s, General Provisions, Special Provisions, Detail Plans, and any special or specific Specifications as included in the contract documents. All construction details included with the plans and attached hereto shall be used in constructing this project. SP-2 PRE-CONSTRUCTION CONFERENCE Prior to starting work, a pre-construction conference will be held to discuss lire project, its scheduling, and its coordination with the work of others. It is expected that this conference will be attended by representatives of the Owner, The Engineer, the ' Contractor and his Subcontractors, and the Utilities, as well as representatives of any other affected agencies which the Owner may wish to invite. The work schedule specified in Section IB-23 of the Information for Bidders will be e submitted at the conference. SP-3 PROJECT PHASING The Pavement Marking Improvements on McCarty and adjoining streets shall be the first phase of the project to be constructed, All signal and lighting work should follow as required to complete the project. SP-4 CONTRACT TIME The contract time for this project is 60 working days. No days will be counted during the winter season as per MoDOT specifications from the Missouri Standard Specification for Highway Construction. However it is anticipated that work would occur during this time. The counting of contract days may be suspended or adjusted, as seen fit by the Director of Public Works, in order to allow for equipment delivery delays. SP-5 PEDESTRIAN SIGNALS - HIGH ST. MID-BLOCKS Contractor is to install a pedestrian signal of each of the six location indicated, No direct measurement will be made for material used in installation of the pedestrian signals. ' Payment will be made at the cost for each Pedestrian signal installed. Contractor shall reuse existing pedestrian warning signs in each location. Contractor is responsible for verifying power requirements and availability before ordering equipment. SP-6 PEDESTRIAN SIGNAL - JEFFERSON ST. R MILLER ST. ' Contractor is to install pedestrian signals as indicated. No direct measurement will be ' made for material used in installation of the pedestrian signal. Payment will be made for each Pedestrian signal system installed. This includes two poles, lights, and all associated material to provide a complete the pedestrian signal in this location. eContractor is responsible for verifying power requirements and availability before ordering equipment, Power is to come from nearest power source supplied by Central Bank. SP-7 CONDUIT FOR FUTURE FIBER OPTIC CABLE In the locations shown on the plans (sheet 71) the contractor shall place a 2"diameter Schedule 40 PVC conduit for a future cable. The conduit shall be placed in the same trench as the street lighting trench whenever possible. The conduit shall be placed at a 36" minimum depth. The exact location of the conduit shall be established in concert with the engineer. SP-8 W. EDGEWOOD DRIVE SIGNAL MODIFICATION The signal for westbound traffic on West Edgewood at South County Club shall be replaced. The existing base is to remain in place and be reused. Other items to be salvaged and reused includes all existing signage, all signal heads, and the luminare and luminare arm, pedestrian signals, and pedestrian push buttons. These items are to be reinstalled at the same location on the new arm/pole. The new arm shall be a 30 feet in length on a on a type CL pole. The signals shall be spaced at 17.5 (B) and 11(C). The signal at 17.5 feet shall be the head taken from the existing arm. The new signal head shall have 12 inch conventional lens with backplate and visors and having R, Y, G, L, and YL indications. All indications shall have LED displays. The head shall be mounted with a type III bracket, and shall be arranged as a 5- B one-face section. The contractor shall furnish a R10-12 sign mounted at 26 feet. ' All traffic signal modification shall conform to the latest edition of the Missouri Department of Transportation Standard Specifications and Standard Plans. ' Traffic signal down time shall Lie during off-peak periods as directed by the engineer and shall be kept to a minimum. The Contractor shall provide for traffic control by means of a temporary four way stop. ' The new signal shall be installed prior to any striping on W. Edgewood Drive. The new signal head is to remain covered until the striping of W. Edgewood Drive is complete. The phasing and liming of this signal will be performed by The .Jefferson City Street Department. The contractor shall coordinate his work with the,lefferson City Street Department to ensure the proper functioning of the signals. ' In the proposed left turn lane on W. Edgewood Drive the contractor shall install a 6' x 30' inductive loop. The inductive loop shall be a 2-4-2 Quadrapole. It shall be centered in the lane. The contractor shall make use of existing conduit when ever possible. All work, and materials associated with the signal and loop modification shall be payed as 1 a lump sum, bid item number 1.04 W. Edgewood Signal Modification. All striping removal and new striping will be payed separately. SP-9 SIGNAGE AND STRIPING AT THE INTERSECTION OF MADISON AND HIGH Contrary to the directives on sheet 59 of the plans the existing R3-2 signs at the intersection of Madison and High Streets are to remain in place. r The striping of this intersection shall follow the plan shown on sheet 67 of the plans, not r that shown on sheet 59. SP-10 SIDEWALK REMOVAL AND REPLACEMENT Contrary to the directives contained in the plans, replacement of the sidewalk will be bid as a separate Item. The sidewalk shall be 4" thick Portland cement concrete and shall be ' built according to City of Jefferson standards. SP-11 TYPICAL TRENCH CROSS SECTION �. Contrary to the trenching details for paved areas on sheet 42, the trench need not be cross receive Lull depth backfili with concrete. section shown on the plans the trench need ' not backfilled with concrete. Except for the last 8" the trench may be filled with 1" clean rock. The trench would then be capped with a 6" concrete patch and covered with a 2" asphalt surface. ' 1 1 . r 1 r 1 1 1 1 r 1 A 1 SIR � TECHNICAL SPECIFICATIONS 1 1 � 1 ENGINEER A io ' DATE 1 1 1 INTRODUCTION ' The Missouri Department of Transportation (MoDOT) specifications from the Missouri Standard Specifications for Highwav Construction, published by the Missouri Highway and Transportation Commission, shall govern all construction for this project unless otherwise noted in the plans or the following sections. Listed below are the MoDOT specifications that will apply for this project. This list may not cover all necessary items of work. The City of Jefferson, Missouri shall determine the specification that will govern if any items have been omitted. e 501 Concrete 616 Traffic Control Plan 620 Pavement Marking 703 Concrete Masonry Construction 712 Structural Steel Construction 902 Traffic Signals 1005 Aggregate for Concrete 1017 Ground Granulated Blast Furnace Slag 1018 Fly Ash for Concrete 1019 Cement 1036 Reinforcing Steel for Concrete 1037 Shear Connectors 1041 Construction Signs 1048 Pavement Marking Material 1054 Concrete Admixtures 1060 Electrical Conduit 1061 Electrical Conductors 1062 Pull and Junction Boxes 1063 Traffic Control Material 1070 Water • STREE=T LIGHTING 1.0 Description. This section governs the furnishing of all labor, materials and equipment for the installation and testing of a complete, operational lighting system as specified in the following specifications, as shown on the plans, as directed by the Engineer, and those sections of the Jefferson City Technical Street Specifications (hereinafter called "City specifications") that are either directly or by reference included herewith. 1.1 Revision of Standards. When reference is made to a standard (ANSI, ASTM, IES, etc.) the standard referred to shall be the latest revision of said standard as amended at the time of the Advertisement for Bids, except as noted on the plans or in these specifications. 1.2 Throughout these specifications, the term "Engineer" shall mean the Engineer in charge of inspecting the project or an approved representative of the City of Jefferson, Missouri. 2.0 Equipment and Materials. 2.01 This section governs the furnishings of all luminaries, poles, cable, and other materials as required to complete the lighting work as shown on the plans and as provided for in these specifications. 2.02 Concrete. Concrete for foundations, whether reinforced or nonreinforced, shall be in accordance with the City specifications. 2.03 Reinforcing Steel. Reinforcing steel shall be placed as shown on the plans and shall conform to ASTM A615, Grade 40 or 60. 2.04 Conduit. Conduit shall be placed as shown on the plans. Conduit and fittings shall be e rigid Polyvinyl Chloride, Schedule 40 and shall conform to NEMA Standard TC-2. Conduit, fittings, and cement shall be supplied by the same manufacturer. 2.04.1 Cable-Conduit. Contractor has the option to use the cable-conduit combination in place of separate conduit, distribution cable, and ground wire. 2.05 Anchor Bolts. Anchor bolts shall be of the size, length, and deformation as shown on the 1 plans or described in these specifications and shall conform to ASTM A307. Nuts, washers, and no less than the top eight (8) inches of the bolts shall be galvanized (2.02 ounces per square foot) as specified by ASTM A153. Nut dimensions shall conform to requirements of ANSI B18.2 for heavy semi-finished hex nuts. Washer dimensions shall conform to ASTM F436. 2.06 Cable. 2.06.1 Service Cable and Distribution Cable. Cable shall be stranded annealed copper, single conductor cables for operation at 600 volts maximum, sized as shown on the plans. Material shall meet the applicable requirements of I.P.C.E.A. Standard S-19-81, with thermoplastic insulation of GRS-Rubber based meeting Appendix K (A) of I.P.C.E.A. and listed by U.L. as Type U.S.E. for direct burial; or material shall meet the applicable requirements of I.P.C.E.A. Standard S-66-524, interim standard ##2, with thermo setting insulation of cross link polyethylene meeting the requirements of Column "A" of I.P.C.E.A. and listed by U.L. as Type U.S.E. RHW-75° C. I ire and receptacles shall be 2.06.2 Pole and Bracket Cable. Cable above handhole to lumina p single conductor with minimum 600 volt rating, No. 12 A,W.G. Type TIAHN/THWN. Conductor shall be stranded, annealed copper. 2.07 Control Center. Control center shall be an underground service type, rated for 300A, 240 volts. Pedestal shall be heavy gauge steel raintight construction with individual meter, panel, t contactor, and rear service pull "compartments". Meter and panel compartments shall have piano hinged doors with padlocking provisions. Meter bases shall be of the type used by the local utility and shah include internal bypass mechanisms as specified by AmerenUE. ' Panelboards shall have copper buss and shall accept 1-inch plug-in breakers manufactured by GE, Westinghouse, or ITE. Panelboard compartment shall contain photocell and test switch. All factory installed wire shall be copper. Control center shall be U.L. listed. Pedestal finish shall be bronze baked enamel conforming to ASTM-B17 specifications over corrosion resistant primer. Control center shall be Myers MEUGQD-M150/50-JCMO or MEUGOD-M100/50-JCMO or approved equals. 2.08 Photocell. Photocell shall be cadmium sulfide type, 1200 watt, single pole, double throw, twist lock mounting, 105-240 volt operation with a turn-off of less than 2.0 footcandles. 2.09 Poles. Poles shall be straight aluminum poles, square in section, Lexington Standard Corporation Model Number 3000-60606Q4-BZ. The color of these poles shall be anodized bronze. Eleven (11) poles on the Central Bank property shall have the brushed aluminum finish, Lexington Standard Corporation Model Number 3000-60606Q4. Approved equals will be accepted. A. Pole shaft shall have an internally mounted vibration damper. B. Handhole cover shall be secured with white nylon hexhead cap screws. Also, a ' 12-inch long #38 aluminum sash chain (or equivalent) shall be provided to connect the handhole cover with the handhole frame or inside of pole. C. The 17 poles that will have flood lights attached to them should include a tenon on the top of the pole with a diameter measuring 2-3/8". These poles will be Lexington Standard Corporation Model Number 3000-60606Q4-BZ-P2. 2.10 Luminaires. Lighting fixtures shall be as indicated. The details, shapes, and dimensions ' are indicative of the general type desired, but are not intended to restrict selection to fixtures of any particular manufacturer. Lighting fixtures must be approved by the City. 2.10.1 Rectilinear Luminaire. Single luminaires shall be Gardco Lighting Form Ten EH Arm Mount (EH 19-1-1-250MH-240-BRA). The Double luminarie shall be Gardco Lighting Form Ten EH Arm Mount (EH19-2-1-250MH-240-BRA). Approved equals will be accepted. A. The color of each luminarie shall match the pole. B. Ballast shall be a regulator type, high power factor (0.90 or better) for high pressure sodium at a voltage of 120/208/240/277 volts. The ballast shall be , preset for 240-volt operation. The ballast shall be capable of reliably operating the lamp with a line voltage varying plus or minus 10 percent from normal. 2.10.2 Floodlight. Floodlight shall be GE Lighting Systems PF-400 Powerflood (PF4S-25-S-3- A-1-6X6-DB-K). Approved equals will be accepted. 1 A. The color of each luminaire shall match the pole as close as possible. B. Ballast shall be a regulator type, high power factor (0.90 or better) for high pressure sodium at a voltage of 120/208/240/277 volts. The ballast shall be preset for 240-volt operation. The ballast shall be capable of reliably operating the lamp with a line voltage varying plus or minus 10 percent from normal. 2.11 Lamps. All lamps shall be 250-watt clear high pressure sodium vapor, rated 27,500 initial lumens with a 24,000 hour rated average life. 2.12 Submittals. Within ten (10) days following the date of the award of the contract, the Contractor shall submit four copies of a complete schedule of equipment and materials proposed to be installed for approval. Detailed shop drawings shall be submitted for manufactured equipment. Manufacturer's bulletins, leaflets and other descriptive data which contain cuts, dimensions, specifications, and wiring diagrams will be acceptable for standard cataloged equipment. Such bulletins, leaflets and other descriptive data shall be clearly marked to show which item is to be used and which paragraph of the contract specification it is to satisfy. Orders shall not be placed until written approval is obtained from the Engineer. The Engineer may delay the notice to proceed or suspend work until all submittals have been made and approved. 2.13 Traffic Control. All necessary traffic control shall conform to Missouri Department of ' ® Transportation (MoDOT) specifications, Section 902. 2.14 Spare Equipment. Spare equipment included in the contract shall conform to these specifications and shall be from the same manufacturer and of the same style, model, etc., as equipment installed on the project. Spare equipment should include three (3) poles and three (3) luminaries. The spare items shall be delivered to the City at a place and time mutually agreed on by the Contractor and the Engineer. 3.0 Construction Requirements. e3.01 Removals. Items noted to be removed include existing poles and fixtures as well as service, street lighting and traffic signal cables. Existing poles and luminaries to be removed will be delivered to the owner of the fixture at a place and time mutually agreed on by the Contractor and the owner of the fixture. Eleven (11) of the existing poles to be removed are located on the property of Central Bank, and the poles are owned by the bank. One (1) existing pole to be removed near City Hall is the property of the City of Jefferson, Missouri. All other poles to be removed are the property of AmerenUE. The exact location of these poles is noted in the plans. Luminaries shall be removed from the poles before the poles are removed from the foundations. The Contractor shall be responsible for repairing any damage incurred while removing, storing, or transporting these items. If deemed irreparable by the Engineer, the Contractor shall replace the damaged item with new stock of equal or better quality. Cables to be removed shall be properly wasted by the Contractor. Abandoned cables shall be de-energized, taped, and labeled "abandoned". 3.02 Excavation. The Contractor shall perform all excavation for installing underground conduits, boxes and pole bases in whatever substances encountered, to the depths indicated on the plans or otherwise approved. During excavation, material suitable for backfill shall be 1 piled in an orderly manner a sufficient distance from the excavation to avoid slides. All excavated materials not required or unsuitable for backfill shall be removed and wasted on a site(s) obtained by the Contractor. ' 3.03 Backfilling. All excavated areas shall be backfilled and compacted in accordance with the plans and City specifications. Backfill for trenches in unpaved areas shall be deposited in not over 6-inch layers and tamped to 95 percent density ± 3 percent moisture. The top 6 inches of backfill shall be select soil suitable for sodding. After backfilling, all disturbed areas shall be kept well filled and maintained in a smooth and well drained condition until permanent repairs are made. 3.04 Sodding. All disturbed grass areas shall be sodded. The type of sod to be used will be the same as was in place prior to construction. Sodding shall be completed in accordance with the City specifications. 3.05 Replacing Damaged Improvements. Improvements such as sidewalks, curbs, gutters, Portland Cement concrete pavement and asphaltic concrete pavement, and any other improvements removed, broken or damaged by the Contractor shall be replaced or reconstructed with the same kind of materials as found on the work or with materials of equal quality. The new work shall be left in a serviceable condition satisfactory to the Engineer. Wherever a part of a square or slab of existing concrete sidewalk, driveway, or pavement is broken or damaged, the entire square of slab shall be removed and the concrete reconstructed ' as specified above. 3.06 Concrete Foundations. The bottom of the concrete foundations shall rest on firm ground, ® ' and foundations shall be poured monolithic. The exposed portions shall be formed to present a neat appearance. Forms shall be true to line and grade. Top of foundations, except raised foundations, shall be finished to curb or sidewalk grade, or as directed by the Engineer. Top of raised foundations shall be 2-1/2 feet above the adjacent ground line. Forms shall be rigid and securely braced in place. Conduit ends and anchor bolts shall be placed in proper position, to proper heights, and held in place by means of a template until the concrete sets. Anchor bolts shall be provided with hex head nut, flat washer and lock washer. Both forms and ground which will contact the concrete shall be thoroughly moistened before placing concrete. 3.06.1 Concrete shall not be placed until forms and reinforcing steel have been checked and , approved by the Engineer. Placement of concrete shall be witnessed by the Engineer. 3.06.2 Concrete foundations shall be consolidated by an internal type vibrator. The amplitude ' of vibration shall be adequate to consolidate concrete properly. The concrete shall be cured with an approved moisture barrier such as wet burlap, polyethylene, etc., for a period of seventy-two (72) hours. Cold weather curing shall be maintained above freezing for the entire curing period. Forms shall not be removed until the concrete is thoroughly set. Following the removal of forms, the exposed portion shall be patched and smoothed to provide a neat, finished appearance. , 3.06.3 Following erection of poles, the Contractor shall install grout (mortar) between the pole base and concrete foundation in accordance with the manufacturer's recommendations. ' 3.07 Conduit. All conduit shall be Schedule 40 PVC. Installation shall conform to the ® appropriate articles of the National Electrical Code. All conduit for distribution cable shall be two inches in diameter. 3.07.1 Conduit shall be joined using materials and methods recommended by the manufacturer. The interior shall be sufficiently smooth to prevent cable damage during pulling. 3.07.2 Conduit bends, except factory bends, small have a radius of not less than six (6) times the inside diameter of the conduit. Where factory bends are not used, conduit bends shall be made without crimping or flattening, using the longest radius practicable. 3.07.3 Trenches shall be sufficiently deep to ensure that the top of the conduit is not less than twenty-four (24) inches below final grade. The bottom of the trench shall be undisturbed, tamped or relatively srnooth earth. Where the trench is in rock or rocky soil, the conduit shall be placed on a 6-inch layer of clean, tamped backfill. 3.07.4 Conduit set in concrete foundation shall extend approximately three (3) inches above the foundation vertically. Conduit entering pull boxes shall terminate two (2) inches inside the box wall and shall be sloped to facilitate the pulling of cable. 3.07.5 Existing underground conduit to be incorporated into the new lighting system shall be cleaned with a mandrel and blown out with compressed air. 3.07.6 The location of conduit runs shown on the plans are approximate and may be changed with permission of the Engineer to avoid underground obstructions. 3.08 Cable-Conduit. The cable-conduit combination shall be installed in a trench of the type specified. Cable-conduit runs shall be continuous without splice between control panel, handholds, pull boxes and poles. All conduit ends shall be sealed around the cables with an approved readily-workable, soft sealing compound. The compound shall be workable at temperatures as low as 30 F and shall not melt or run at temperatures as high as 175 F. Cable- conduit shall be allowed to "snake" in the trench, but there shall be no sharp bends and if two or more assemblies are placed in a common trench, they shall not cross each other. For concrete foundations, rigid conduit of sufficient size to facilitate the pulling of cable-conduit shall be cast in the foundation as shown on the plans. The cable-conduit shall then be cut off circumferentially approximately 6 inches above. the base plate in the transformer base or pole, leaving the cables exposed for connection. Where placed under paved roadways, other paved areas and any type of shoulder, the cable-conduit shall be installed in rigid conduit, Standard ' commercial duct fittings shall be used to connect conduit of cable-conduit to rigid conduit, and the cables shall continue without splice through the conduit to the nearest pole base or pull box. ' 3.08.1 The ground wire shall be attached to the ground rod adjacent to each pole and control center. ' 3.09.2 Splices shall be made only in pull boxes and pole bases. No more than four cables shall be spliced in above-ground tee splices in pole bases. No more than three pairs of power cables shall be spliced at any other location. Straight or line splices shall only be made in pole bases. After a conductor splice is made, it shall be insulated with a protective rubber boot designed for the pre-molded connector. All above ground-tee splices shall be accomplished with a splice • block with a molded plastic insulating cover. The splice block shall be designed for the wire size used, have one port per wire, and the wires secured with set screws. The set screw holes shall be protected with removable plugs. Any required taping shall be accomplished with successive layers of Scotch No. 23 Electrical Tape and then wrapped with three layers of Scotch No. 88 All Weather Electrical Tape. The total diameter of the taped splice shall be approximately 1-1/2 times the diameter of the spliced conductor covering. 3.09.3 Underground cables splices, if specified, shall be made in a pull box. Straight or line splices shall be made with copper-clad pressed sleeves or an approved equivalent. Tee splices shall be made with a pressed sleeve, split or unsplit type or an approved equivalent. All splices shall be protected with a resin splice kit installed in accordance with the manufacturer's recommendations. The resin splice kit shall consist of a protective plastic case designed for the type of connector used, filled with a resin insulating compound mixed in accordance with the manufacturer's recommendations. 3.09.4 Cables shall be pulled though rigid conduits by a cable grip providing a firm hold on exterior coverings. Cable shall be pulled with a minimum of dragging on the ground or pavement. Frame mounted pulleys or other suitable devices shall be used for pulling cables out of conduits into pull boxes. Lubricants may be used to facilitate pulling cables. Slack in each cable shall be provided by a 6-foot loop coiled in each pull box. Where cable-conduit enters a pull box, conduit shall be cut away from cables in accordance with Section 902.5.1.1 of the e Missouri Department of Transportation (MoDOT) specifications. 3.10 Pull Boxes. Pull boxes shall be installed at the locations shown on the plans. The Contractor may install, at his own expense, such additional boxes as may be desired to facilitate the work upon approval of the Engineer. 3.10.1 Pull boxes shall be installed on at least (8) inches of crushed rock as shown on the plans ® , or as otherwise directed by the Engineer. Boxes shall be installed so that the covers are level with the surrounding grade. 3.11 Wiring. The lighting system shall be wired and installed as a 240-volt system. 3.11.1 Wiring shall conform to the appropriate atlicles of the National Electrical Code. No 1 splices of cable will be permitted outside of pull boxes or pole boxes. 3.11.2 Powdered soapstone, tale or other approved lubricant shall be used when installing cables in conduit. All cable to be installed in one conduit shall be pulled by the Contractor in one operation, and all ends shall be taped to exclude moisture and shall be so kept until the splices are made or terminal appliances attached. Ends of spare conductors shall be taped. ' 3.11.3 All splices in pull boxes shall be made with appropriate compression "C" top connectors and two-way connectors. Such splices shall be carefully wrapped with successive layers of Scotch No. 23 Electrical Tape and then wrapped with three layers of Scotch No. 88 All Weather Electrical Tape. The total diameter of the taped splice shall be approximately 1-1/2 times the diameter of the spliced conductor covering. 3.11.4 One foot of slack shall be left at all control centers and pull boxes for splicing and connecting wires. Wiring within boxes shall be neatly arranged and laced up. Wires shall be color-coded and circuits penYianently identified in accordance with designations used on the 1 plans. 3.11.5 All splices in light pole bases shall be made with in-line, weatherproof, breakaway fuseholders. Fuses shall be 3-arnp KTK high interrupting fuses for the luminaries. Sufficient slack shall be provided in the spliced cables so that the fuseholder can be brought at least one foot out of the pole. 3.11.6 Luminaries not equipped with terminal blocks shall be connected to the pole and bracket cable with approved butt connectors. 3.12 Grounding. Each pole and control center shall be grounded with both individual grounds and system grounds. A 5/8-inch by 8-foot copperweld ground rod shall be installed adjacent to each pole and control center so that the top is six (6) inches below ground level. A #6 A.W.G. (#4 A.W.G, for control centers) bare copper grounding conductor shall be fastened to the ground rod with a thermit weld or compression clamp. The grounding conductor shall go through a 1-inch PVC conduit bend and the other end fastened to the grounding conductors and ground lug in the pole base (neutral bus and enclosure in the control centers). 3.13 System Testing, 3.13.1 Cable Testing. Prior to final inspection, the Contractor shall test ail cables for unscheduled grounds. Each conductor shall be tested to ground with a megolimeter at 500 volts. Readings in each case shall be infinity. 3.13.2 Operational Testing. Prior to acceptance, the entire system shall operate satisfactorily for seven consecutive days. Satisfactory operation is; Turn on at dusk, all lights operate continuously until dawn, turn off at dawn, all lights remain off until turned on again at dusk. 4.0 Measurement and Payment. 4.01 This section governs the method of measurement and basis for payment for the furnishing of all labor, equipment, tools and materials and for the performance of all work necessary to complete any construction and installation covered by the plans and these specifications. 4.02 Items Not Listed in the Proposal. There shall be no measurement or separate payment of any items of work not specifically identified or listed in the proposal and all cost pertaining thereto shall be included in the contract unit prices for other iterns which are listed in the ' proposal. 4.03 Method of Measurement. 4.03.1 Luminaires. Luminaires will be rneasureci per each for each type listed in the proposal. Lamps will be considered subsidiary. 4.03.2 Poles. Poles will be measured per each for each type listed in the proposal. Pole and bracket cable will be considered subsidiary. ' 4.03.3 Concrete Foundations. Concrete foundations for poles will be measured per each for each type listed in the proposal. Anchor bolts, nuts and washers, and grounding will be considered subsidiary. 4.03.4 Conduit. Conduit will be. measured along the conduit from center to center of facility per linear foot. Trenchina, backfilling and conduit extended tap at foundations and pads will be considered subsidiary. 40 1 4.03.5 Underground Cable. Underground cable will be measured along the conduit line from center of facility to center of facility, per linear foot of each size of cable installed. Five feet shall be added to the measured length for each entry into and for each exit from a foundation, control center, transformer, and pull box. The length of excess cable required to be racked in each AmerenUF manhole or service box shall also be added to the measured length. For measurement purposes, a cable is defined as a single conductor cable. Fuseholders will be considered subsidiary. 4.03.6 Control Centers. Control centers will be measured per each for each type listed in the proposal. Grounding, photocell, and concrete pad will be considered subsidiary. 4.03.7 Pull Boxes. Pull boxes will be measured per each for each type listed in the proposal. 4.03.8 Removals. Removals will be measured as one p er contract. 4.03.9 Traffic Control. Traffic control will be measured as one per contract. 4.03.10 Spare Equipment. Spare equipment will be measured per each fore each type listed in the proposal. ' 4.04 Basis of Payment. Payment for the completed and accepted work will be made at the contract unit bid price. TRAFFIC SIGNALS 1.0 Description. Missouri Department of Transportation (MoDOT) specifications, Section 902 shall govern the character of materials and procedures for the traffic signal improvements constructed on this project. These specifications are outlined in the most current edition of the Missouri Standard Specifications For Highway Construction published by the Missouri Highway and Transportation Commission. 1.1 In the event that a MoDOT specification to cover an item of work has been omitted, the City of Jefferson, Missouri shall determine which specification shall govern the particular item of work. The following paragraphs add to, or change the MoDOT specifications. Any discrepancies between the plans and the MoDOT specifications shall be governed by the plans. Any discrepancies between this section and the plans shall be governed by this section. Unless otherwise noted, references in the MoDOT specifications to "the Commission" or "Traffic" shall mean the City of Jefferson, Missouri. 1.2 Throughout these specifications, the term "Engineer" shall mean the Engineer in charge of inspecting the project or an approved representative of the City of Jefferson, Missouri. 2.0 Materials. 2.1 Signal Heads. All red, yellow, and green indications in signal heads shall be illuminated with light emitting diode (LED) modules. All signal heads and LED signal bulbs should be selected from MoDOT's Traffic Operations Approved Products List for Traffic Signals and Highway Lighting Equipment. 2.2 Pedestrian Signal Heads. All indications in pedestrian signal heads shall be illuminated with light emitting diode (LED) modules. All pedestrian signal heads and LED signal bulbs should be selected from MoDOT's Traffic Operations Approved Products List for Traffic Signals and Highway Lighting Equipment. 2.2 Signs. All signs for traffic signal installation will be furnished by the Contractor. The Signing specifications section shall govern the materials, appearance, and procedures for installing signs identified on the traffic signal plans. 2.3 Steel Posts, Luminaire Bracket Arms, Mast Arms, Nut Covers, and Plate Steel Bases. The preceding items shall be powder coated in bronze after they are hot-clip galvanized per the requirements of the pole manufacturer. Prior to fabrication, the fabricator shall submit a sample of the bronze color to be used to the Engineer for approval. 2.4 Traffic Control. All necessary traffic control shall conform to MoDOT specifications, Section 902. 3.0 Construction Requirements. 3.1 Removals. Iterns to be removed include existing traffic signal poles, signal heads, and controllers. Signal heads shall be removed from the poles before the poles are removed from the foundations. Existing poles, signal heads, and controllers to be removed will be delivered to the City at a place and time mutually agreed on by the Contractor and the Engineer. The Contractor shall be responsible for repairing any damage incurred while removing, storing, or transporting these items. If deemed irreparable by the Engineer, the Contractor shall replace the r damaged item with new stock of equal or better quality. Cables to be removed shall be properly wasted by the Contractor. Abandoned cables shall be de-energized, taped, and labeled "abandoned". 3.2 Excavation. The Contractor shall perform all excavation for installing underground conduits, p 9 9 boxes and pole bases in whatever substances encountered, to the depths indicated on the plans or otherwise approved. During excavation, material suitable for backfill shall be piled in an orderly manner a sufficient distance from the excavation to avoid slides. All excavated materials 1! not required or unsuitable for backfill shall be removed and wasted on a site(s) obtained by the Contractor. 3.3 Backfilling. All excavated areas shall be backfilled and compacted in accordance with the plans and Jefferson City Technical Street Specifications. Backfill for trenches in unpaved areas shall be deposited in not over 6-inch layers and tamped to 95 percent density ±- 3 percent moisture. After backfilling, all disturbed areas shall be kept well filled and maintained in a smooth and well drained condition until permanent repairs are made. 3.4 Replacing Damaged Improvements. Improvements such as sidewalks, curbs, gutters, Portland Cement concrete pavement and asphaltic concrete pavement, and any other improvements removed, broken or damaged by the Contractor shall be replaced or reconstructed with the same kind of materials as found on the work or with materials of equal quality. The new work shall be left in a serviceable condition satisfactory to the Engineer. Wherever a part of a square or slab of existing concrete sidewalk, driveway, or pavement is broken or damaged, the entire square of slab shall be removed and the concrete reconstructed as specified above. 4.0 Measurement and Payment. 4.01 This section governs the method of measurement rand basis for payment for the furnishing ' of all labor, equipment, tools and materials and for the performance of all work necessary to complete any construction and installation covered by the plans and these specifications. This includes maintaining the existing traffic signals in operation during construction and removal of the existing traffic signals. All traffic control shall be considered subsidiary to the lump sum unit price for each signal. 4.02 Items Not Listed in the Proposal. There shall be no measurement or separate payment of any items of work not specifically identified or listed in the proposal and all cost pertaining thereto shall be included in the contract unit prices for other items which are listed in the proposal. 4.03 Measurement and Payment. Traffic signals will not be measured directly. Payment will be made at the lump sum unit price for each traffic signal. r r r r PAVI(:MENT MARKING 1.0 Description. Missouri Department of Transportation (MoDOT) specifications, Section 620 shall govern the character of materials and procedures for the pavement marking improvements constructed on this project. These specifications are outlined in the most current edition of the Missouri Standard Specifications For Highway, Construction published by the Missouri Highway and Transportation Commission. 1.1 In the event that a MoDOT specification to cover an item of work has been ornitted, the City of Jefferson, Missouri shall determine which specification shall govern the particular item of work. The following paragraphs add to, or change the MoDOT specifications. Any discrepancies between the plans and the MoDOT specifications shall be governed by the plans. Any discrepancies between this section and the plans shall be governed by this section. Unless otherwise noted, references in the MoDOT specifications to "the Commission" or "Traffic" shall mean the City of Jefferson, Missouri. 1.2 Throughout these specifications, the term "Engineer" shall mean the Engineer in charge of inspecting the project or an approved representative of the City of Jefferson, Missouri. 2.0 Construction Requirements. 2.1 All center lines, lane lines, and pavement marking symbols that conflict with the proposed pavement marking plans shall be removed. Existing markings shall be removed according to MoDOT specifications, Section 620.60. ® 2.2 Traffic Control. All necessary traffic control shall conform to MoDOT specifications, Section 902, 3.0 Measurement and Payment, All traffic control shall be considered subsidiary to the unit price for pavement marking removal. r • SIGNING r 1.0 Description. This specification covers materials and construction requirements for furnishing, installing, and removing signing as shown on the plans. t 1.1 In the event that a specification to cover an item of work has been omitted, the City of Jefferson, Missouri shall determine which specification shall govern the particular item of work. Any discrepancies between this section and the plans shall be governed by this section. 1.2 Throughout these specifications, the tenor "Engineer" shall mean the Engineer in charge of inspecting the project or an approved representative of the City of Jefferson, Missouri. 2.0 Equipment and Materials. 2.1 All equipment and material shall be of new stock. When reference is made to an ASTM standard, the standard referred to shall be the latest revision of said standard as amended at the time of the Advertisement for Bids. 2.2 Signs. Signs shall conform to Standard Highway Sic 11S, published by the Federal Highway Administration. The features of the sign faces are included on the plans and in this specification. 2.2.1 Aluminum flat sheets used fo: the sign blank shall be 0.080 inches thick. Aluminum shall conform to ASTM B 209, 6061-T6, or 5052-1-138. Flat sheets signs shall have no holes except t those drilled or punched for proper mounting. 2.2.2 The sign face shall be covered with high intensity reflective sheeting. Text and borders ® ' shall be direct applied to the reflective sheeting. It is understood that workmanship and material which do not conform to the requirements of the specifications and recognized good practice may be rejected at any time prior to acceptance of the work. ' 2.3 Sign Appurtenances. Nylon washers recommended by the sign sheeting manufacturer shall be used between the bold heads and sign faces. Stainless steel bolts shall conform to ' ASTM A 320. 3.0 Construction Requirements. 3.1 Storage of Signs. Signs delivered for use on a project shall be stored off the ground and under cover in a manner meeting the approval of the engineer. Any sign damaged, discolored, or defaced during transportation, storage, or erection rnay be rejected. 3.2 Erection of Signs. Signs shall be set vertically true to line so the signs will be level, at the proper angle with the roadway, and with minimurn clearances as shown on the plans. Signs shall be mounted with a strap or clarrip type sign support as shown on the plans or as approved by the engineer. 3.3 Removals. Signs indicated for removal on the plans will bra delivered to the City at a place and time mutually agreed on by the Contractor and tine, Engineer. All sign appurtenances to be removed shall be properly wasted by the Contractor. The Contractor shall be responsible for ' repairing any damage incurred while removing these; items. 1 4.0 Measurement and Payment. 4.01 This section governs the method of measurement and basis for payment for the furnishing 1 of all labor, equipment, tools and materials and for the performance of all work necessary to complete any construction and installation covered by the plans and these specifications. This Includes furnishing, installing, and removal of existing signs. 1 4.02 Items Not Listed in the Proposal. There shall be no measurement or separate payment of any items of work not specifically identified or listed in the proposal and all cost pertaining 1 thereto shall be included in the contract unit prices for other items which are listed in the proposal. 1 4.0 Measurement and Payment. Signing will not be measured directly. Signing along McCarty Street, west of Broadway, and signing removals at the intersection of Madison Street and High Street will be considered subsidiary to the bid item "Traffic Signal Installation — McCarty & Madison". Signing to be. installed on the mast arms of traffic signals shall be considered 1 subsidiary to each of the respective traffic signal bid items. 1 1 1 � 1 i 1 1 1 1 1 • 1 1 Page 1 of 2 ADDENDUM NO. 'I PROJECT NO. 32050 Lighting,Traffic Signal, & Pavement Marking Improvements for Downtown Area September 1, 2004 i 1. The bidder will acknowledge receipt of this Addendum and his acceptance of its conditions by signing this Addendum and including it with his bid. BIDDER: Meyer Electric company, Inc. BY: TITLE: Leon J. Keller, Vice President CITY OF JEFFERSON, IS R , M SOURI PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT Pape 2 of 2 ADDENDUM NO. 1 PROJECT NO. 32050 Lighting, Traffic Signal, & Pavement Marking Improvements for Downtown Area September 1, 2004. 1. The date of the bid opening has been changed to 1:30 PM, on Wednesday, September 8, 2004, The bids will be opened and read aloud in the Council Chambers. Page 1 of 3 ' ADDENDUM NO. 2 PROJECT NO. 32050 Lighting, Traffic Signal, & Pavement Marking Improvements for Downtown Area September 2, 2004 1. The bidder will acknowledge receipt of this Addendum and his acceptance of its conditions by signing this Addendum and including it with his bid. BIDDER: Meyer Electric niany. Tn 1 /- TITLE: e PxeQi rlept 1 CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. 1 DIRECTOR OF COMMUNITY DEVELOPMENT 1 1 -n r + ' i -i ; fin -n t4 'j- r) m aj M m C) rn n -V r f -- -_�21 w Zn m rn J G) m r 0 r -i X-) c�c m m ro M c') fib Z r _ __ _M r) fLn uj z=i c-i 00 in 77 0 r c° C) A) m m ft. v m o r uum•. ROUTING OF CONDUIT NO: DATE: REVISION AND DESCRIPTION FOR OPTIC CABLE son FIBER OPTIC CONDUIT PLAN Page 2 of 3 eADDENDUM NO. 2 PROJECT NO. 32050 Lighting, Traffic Signal, $ Pavement Marking Improvements for Downtown Area September 2, 2004 1. The number of working days in the contract has been increased. The number of working days in the contract is now 90 working days. 2. Special provision SP-8 "W. EDGEWOOD DRIVE SIGNAL MODIFICATION" has been modified and shall read as follows: The signal for westbound traffic on West Edgewood at South County Club shall be replaced. The existing base is to remain in place and be reused. Other items to be salvaged and reused include all existing signage, all signal heads, and the luminare and luminare arm, pedestrian signals, and pedestrian push buttons. These items are to be reinstalled at the same location on the new arm/pole. The existing pole and arm (18 ft) were manufactured by Valmont and installed in 2001. The existing base was measured to have a 16" bolt circle. The contractor shall supply a pole that will match the existing bolt pattern. The new arm shall be a 30 feet in length on a on a type CL pole. The signals shall be spaced at 17.5 (B) and 11(C). The signal at 17.5 feet shall be the head taken from the existing arm. The new signal head shall have 12 inch conventional lens with backplate and visors and having R, Y, G, L, and YL indications. All indications shall have LED displays. The head shall be mounted with a type III bracket, and shall be arranged as a 5-13 one-face section. The contractor shall furnish a R10-12 sign mounted at 26 feet. All traffic signal modification shall conform to the latest edition of the Missouri Department of Transportation Standard Specifications and Standard Plans. Traffic signal down time shall be during off-peak periods as directed by the engineer and shall be kept to a minimum. The Contractor shall provide for traffic control by means of a temporary four way slop. ' The new signal shall be installed prior to any striping on W. Edgewood Drive. The new signal head is to remain covered until the striping of W. Edgewood ' Drive is complete. 'The phasing and timing of this signal will be performed by The Jefferson City ' Street Department, The contractor shall coordinate his work with the Jefferson City Street Department to ensure the proper functioning of the signals. . In the proposed left turn lane on W. Edgewood Drive the contractor shall install a 6' x 30' inductive loop. The inductive loop shall be a 2-4-2 Quadrapole. It shall be centered in the lane. The contractor shall pull, and also connect the lead wire for this loop in the control box. The contractor shall make use of existing conduit when ever possible. All work and materials associated with the signal and loop modification shall be payed as a lump sum, bid item number 1.04 W. Edgewood Signal Modification. All striping removal and new striping will be paid separately. 3. Special Provision SP-12 "Installation of Signal Base at West Egdewood Drive" has be added to the project as follows: The contractor shall submit a bid for the construction of a MoDOT type B-10 signal base. The base is to be located in the area immediately to the west of the existing base of the signal shown on the plans on sheet 68. The bid shall also include all conduit and wiring that is needed for the proper function of the signal and the demolition of the existing base to a depth of 2 feet below finish grade, and all necessary repair of the concrete island and other disturbed areas. This work is contained as a lump sum item in Alternate A. 4. Special Provision SP-7, Conduit for Future Fiber Optic Cable" has been modified and shall read as follows: The contractor shall install conduits) in the locations shown on the plans (sheet 71). The conduit shall be 2" diameter Schedule 40 PVC. The conduit shall be placed in the same trench as the street lighting and signal conduit whenever possible. The conduit shall be placed at a 36" minimum depth. The exact location of the conduit shall be established in concert with the engineer. Payment for the placement of this conduit will be made through items 4.01 - 4.05 in the bid form. 5. Sheet 71 of the plan set has been modified. The modified sheet has been included in this addendum. 6. The bid sheet has been modified. The modified version of the bid form entitled "ITEMIZED BID FORM (REVISED 09/02/04)" has been included with this addendum. This revised bid form shall be used in the submission of all bids, The modifications to the bid form are summarized as follows: A. Bid item number 4.01 "2" Conduit (PVC)" has been removed from the form and has been replaced with 12 Inch Additional Depth Trench with One Additional 2" Dia. Sch 40 PCV Conduit" B. Bid items 4.02 - 4.05 have been added to the bid form. C. Addendum A has been added to the bid form. Information concerning the addendum can be found in SP-12. 71 Page 1 0" ADDENDUM NO. 3 PROJECT NO. 32050 Lighting, Traffic Signal, & Pavement Marking Improvements for Downtown Area September 3, 2004 1. The bidder will acknowledge receipt of this Addendum and his acceptance of its conditions by signing this Addendum and including it with his bid. BIDDER: _ Meyer r r,n Company, nr._ BY: /l / TITLE: Leon J. Keller, Vice President i CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT r t t Page 2 of 2 ADDENDUM NO. 3 PROJECT NO. 32050 Lighting, Traffic Signal, & Pavement Marking Improvements for Downtown Area September 3, 2004 1. Several questions were inadvertently omitted from the pre-bid notes, they are answered below. Question: How is the power serving buildings doing to be handled once the poles are taken down? Answer: To the best of our knowledge the removal of the street lighting will no cut off power to any structure. If in the event that such a situation is discovered the contractor will need to coordinate his activities with AmerenUE so that power is maintained. Question: Will the City allow the trench to be completely capped with concrete? Answer: No, the contractor will be responsible for capping the trench as shown in the details. Question: Would it be acceptable to temporarily fill the trenches with rock, rather then covering them with steel plates? Answer: The contractor may choose to use rock to temporarily fill the open trenches. If this option is chosen the contractor shall maintain the rock surface in a manner acceptable to the engineer. In the case that trenches are open during the threat of inclement weather such as snow or ice the contractor will be required to backfill the trenches with rock so as not to inhibit street cleaning activities. Question: Would the City include a bid item for mobilization? Answer: The City does not plan to include a mobilization bid item. Question: Given the possibility that not all the street lights are not put in which would be first to be to be ctrt? Answer: The lights associated with control centers 1 and G and those lights to the east of Adams Street. Question: Can the circuit layout be changed? Answer: If it is to the advantage of the City the layout may be changed in the field. The impact that such changes have on the ability to maintain traffic will be a consideration in the possible changing of the layout. Any change will have to have the approval of the engineer. The contractor should bid the project as drawn. 2. The pre-bid notes dated September 2, 2004 contain a question concerning the use of preformed boxes for use with the street lighting. In the notes it was stated that • preformed boxes would be allowed. The City has reconsidered that answer and has decided that it will not allow preformed boxes to be used. The contractor is instructed to ' bid the project according to the details.