Loading...
HomeMy Public PortalAboutORD13560 BILL NO.--200:L-32 SPONSORED BY COUNCILMAN Groner ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH TWEHOUS EXCAVATING TO RAISE MANHOLE STRUCTURES. WHEREAS, Twehous Excavating has become the apparent lowest and best bidder on the Manhole Adjustment project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1 . The bid of Twehous Excavating is declared to be the lowest and best bid and Is hereby accepted. Section 2'. The Mayor and City Clerk are hereby authorized and directed to execute a contract with Twehous Excavating for raising manhole structures. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. _ ection 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: c.,I �11� Approved:_ 1 ' Presiding Officer Mayor ATTEST: APPROVED AS TO FORM: City CIdrk City Counselor i .�kr ., � �MiwMdl �wrenwwf wr�rwM nnrw�nr.�.,w++w��.www�ww+++o��aa�+rwu�lWasrwtewnrrrv+w�rwfr`nwr 11{ 1 }� tai WT 3� .. • .:i� [fit; t' r ' 3 t M1�,.t s'ky i,•. t, ri ( 2fb+II 5 AN, ,a� 'Na�v of �, + t t ♦ c iih"'� t All k AV z � � r>. Ir �: rf 1 J J9 pp�"• u ct, f ON t ) T k kµJrtt y r.i, ,, s q: � I , � .. .. ... .S'., ' f •. t �' fi } �t`. tfxt } i t �I i..'{, t' j f 1t ,y i •, {,_', a' tl r a of itr y t�t � k�f.. ti i} f 'h , .. � i'hx ..r� i it;ir�{{{{{•L. t� �r.�kr ! t}yk r }ttJS a I• b t ..� f f !t' � ,• ° t f �'lJt�4��-`riAq] I}ri "F4. is 'i5 t kr 'i I�.I M1I .'1 i � 71 ,f � }}itrte fs.i a sl�t'�tAaf r'. r SPECIFICATIONS AND CONTRACT DOCUMENTS PROJECT NO. 31059 Manhole Adjustment Project 1 r 1 i 1 1 1' Jefferson City Department of Community Development April 2003 1 • `,�.t 4► f �I,�� � City of Jefferson John Landwehr Mayor .yr�r� v r�raw .nrrrarrws rrrrrrrr� r Department of Community Development Patrick E,Sullivan,P.F.,Director 320 East McCarty Street f Phono:573.634.6410 Jefferson City,Missouri 65101 f=ax:573.634.6457 August 6, 2003 Twehous Excavating Company, Inc, Frank Twehous, President 8514 Liberty Rd. Jefferson City, MO 65101 RE: Notice to Proceed Manhole Adjustment Project Project No. 31059 Dear Mr. Twehous: Please consider this letter as your official"Notice-To-Proceed"for the above referenced project in accordance with the Contract dated July 11, 2003. The contract time for this project is 30 working days from the date of this notice. Should you require additional information, please contactthe Department of Community Development at (573) 634-6410. �,-- S 4ickE.Pvan, P.E. Director PES:bw cc: 'Tom Jones Ayllis Powell Central Files TABLE OF CO TENTS • Advertisement for Bids • Notice to Bidders • Information for Bidders • Bid Form * • Bid Bond " • Anti-Collusion Statement " • Contractor's Affidavit " • Minority Business Enterprise Statement • Minority Business Utilization Agreement k • Affidavit of Compliance with Prevailing Wage Law ' ® Prevailing Wage Determination • Affidavit of Compliance Public Works Contracts Law • Excessive Unemployment Exception Certification p • Construction Contract • Performance, Payment, and Guarantee Bond • General Provisions • Special Provisions • Attachments • Addendums ( If Any ) ' (* INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) ADVERTISEMENT FOR BIDS The City f Jefferson will accept sealed bids at the Office of the Purchasing Agent, Y p g 9 nt, 320 East McCarty Street, Jefferson City, Missouri 65101 until 1:30 p.m. on May 20, 2003. The Bids will be opened and read aloud in the Council Chambers at 1:30 p.m. on that same day. The proposed work for the project entitled "Project No. 31059, Manhole Adjustment Project" will include the furnishing of all labor, equipment, and grouting to raise or adjust each of 36 manholes. Restoration of yards will be included in the contract. The City will provide manhole sections, grade rings, tar strip seals or butyl rubber caulk, and lids. A pre-bid conference will be held at 10:00 a.m., on May 6, 2003 in the Hyde Park Conference Room, 2320 Hyde Park Road, Jefferson City, MO 65190. All prospective bidders are urged to attend. Copies of the project plans and specifications may be obtained at City Hall, 320 E. McCarty, Jefferson City, Missouri (573-634••6410). A non-refundable deposit of Fifteen Dollars ($15.00' will be required for each set of plans and specifications. 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. All questions regarding this project should be directed to Terry Stephenson, Purchasing Agent, at 573-634-6325. The city reserves the right to reject any and all bids and to waive any and all formalities in such bids. Likewise, the city reserves the right to select the lowest bid, which is in the best interest of the city. CITY OF JEFFERSON Terry Stephenson Purchasing Agent ' Publication Date April 23 2003 p , ® NOTICE TO BIDDERS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 3 20 East McCarty Street, Jefferson City, Missouri, until 1:30 p.m. on Tuesday, May 20, 2003 The bids will be opened and read aloud in the Council Chambers at 1:30 p.m. on that same day. The proposed work for the project entitled "Project No. 31059, Manhole ' Adjustment Project" will include the furnishing of all labor, equipment, and grouting to raise or adjust each of 36 manholes. Restoration of yards will be included in the contract. The City will provide manhole sections, grade rings, tar strip seals or butyl rubber caulk, and lids. A pre-bid conference will be held at 10:00 a.m., on Tuesday, May 6, 2003 in the Hyde Park Conference Room, 2320 Hyde Park Road, Jefferson City, MO 65109. 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, o s C pie 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 Fifteen Dollars ($15.00) will be required for each set of plans and specifications. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to five (5) percent of the total amount of the bid must accompany each proposal. A one-year Performance and Guarantee Bond is required. The owner reserves the right to reject any or all bids and to waive informalities therein to determine which is the lowest and best bid and to approve the bond. CITY OF JEFFERSON, MISSOURI Patrick E. Sullivan, PE Director of Community Development 1 r t r INFORMATION FOR BIDDERS i8-1 SCOPE OF WORK Proposed work for the project entitled, Project Number 31459 - Manhole Adjustment Project will include labor, equipment, and grouting to raise or adjust each of 36 manholes. Restoration of yards will be included as part of the contracted work. Each of the manholes or lampholes is located in a sanitary sewer easement. Every effort should be made to work within the city's easement or as can be negotiated with the property owner. OManhole sections, grade rings, tar strip seals or butyl rubber caulk, rings, and lids will be provided by the city. Six-inch and eight-inch concrete grade rings will be allowed only where a combination of manhole sections will not achieve grade per the City of Jefferson's Standard Manhole Details. Four-foot diameter manhole sections will be available in heights of 12, '16, 24 and 32-inches. Location and approximate depth of each manhole will be indicated on project plan sheets. Manholes and lampholes shall be raised to the finished yard contour or above to preclude surface drainage to the structure or covering the structure in the future. All adjustments and repairs will be made in compliance with applicable sections of the City of Jefferson's Standard Sanitary Sewer Specifications. All work will be inspected and approved by the city prior to backfilling excavations around manholes or lampholes. Contractor is responsible for location of all utilities in project areas. IB-2 INSPECTION OF PLANS, SPECIFICATIONS, AND SITE OF WORK The bidder is required to examine carefully the site of the proposed work, the bid, plans, specifications, supplemental specifications, special provisions, and contract documents before submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish all materials and labor necessary to carry out the provisions of the contract. I13-3 INTERPRE'l-ATION 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. 1 r 1 IIB-4 QUALIFICATIONS OF BIDDERS The City of Jefferson may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by the bidder or investigation of such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. I113-5 OMITTED I13-6 BID SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City of Jefferson for five percent (5%) of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. Should the successful bidder fail or refuse to execute the bond and the contract required within seven (7) days after he has received notice of acceptance of his bid, he shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. 118-7 PREPARATION OF SIDS 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 1 rejection. Extensions of quantities and unit prices shall be carried out to the penny. I13-8 PRICES The price submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as described in the Flans 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. I113-9 OMITTED IB-10 LUMP SLIM ITEMS Payment for each lump sum item shall be at the lump sum bid for the item complete in Y F p � p place, and shall include the costs of all labor, tools and equipment to construct the Item as described herein and to the limits shown on the Plans. IB-11 SUBMISSION OF BIDS The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked "Project No. 31059, Manhole Adjustment Project". I8-12 ALTERNATE BIDS In making the award, if alternate bids have been requested, the alternate bid which will be in the best interest of the City will be used. IB-13 WITHDRAWAL OF BIDS If a bidder wishes to withdraw his bid, he may do so before the time fixed for the opening, without prejudice to himself. No bidder may withdraw his bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, No bids received after the time set for opening for bids will be considered, IB-14 RIGHT TO REJECT BIDS The City reserves the right to reject any or all bids, to waive any informality in the bids received, or to accept the bid or bids that in its judgment will be in the best interests of the City of Jefferson. I8-15 AWARD OF CONTRACT If, within seven (7) days after he has received notice of acceptance of his bid, the successful bidder or bidders shall refuse or neglect to come to the office of the Director of Community Development and to execute the Contract and to furnish the required Performance and Payment Bonds and Insurance, properly signed by the Contractor and the Surety and Sureties satisfactory to the City of Jefferson as hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit the deposit. IB-16 PERFORMANCE AND PAYMENT BOND A Performance and Payment Bond in an amount equivalent to one hundred percent (100%) of the Contract price, must be furnished and executed by the successful bidder or bidders. A form for the bidders use is contained in these Contract Documents. The issuing Surety shall be a corporate Surety Company or companies of recognized standing licensed to do business in the State of Missouri and acceptable to the City of Jefferson. 1 IB-17 INDEMNIFICATION AND INSURANCE 'rile Contractor agrees to indemnify and hold harmless the City from all clairns and suits for loss of or damage to property, including loss of all judgments recovered therefore, and from r 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. rThe Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance outlining the coverage provided. IB-16 BID SECURITY RETURNED TO SUCCESSFUL BIDDER Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to the bidder unless the same shall have been presented for collection prior to such time, in which case the amount of the deposit will be refunded by the City. IB-19 NONDISCRIMINATION IN EMPLOYMENT Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. rIB-20 PREVAILING WAGE LAW The principal contractor and all subcontractors shall pay not less than the prevailing wage hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri, pursuant to Sections r 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, 1994 as amended. (See Determination included herewith.) IB-21 GUARANTEE The Contractor shall guarantee that the 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. Within the guarantee period and upon notification of the Contractor by the City, the Contractor shall promptly make all needed adjustments, repairs or replacements arising out of defects which, in the judgment of the City become necessary during such period. The cost of all materials, parts, labor, transportation, supervision, special tools, and supplies required for replacement of parts, repair of parts or correction of abnormalities shall be paid by the Contractor or by his surety under the terms of the Bond. The Contractor also extends the terms of this guarantee to cover repaired parts and all replacement parts furnished under the guarantee provisions for a period of one year from the date of installation thereof. If within ten days after the City gives the Contractor notice of defect, failure, or abnormality of the work, the Contractor neglects to make, or undertake with due diligence to make, the necessary repairs or adjustments, the City is hereby authorized to make the repairs or adjustments itself or order the work to be done by a third party, the costs of the work to be paid by the Contractor. In the event of an emergency where, in the judgment of the City delays would cause serious r r toss or damage, repairs or adjustments may be made by the City or a third party chosen by the City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. IB-22 NOTICE TO PROCEED A written notice to begin construction work will be given to the Contractor by the City of Jefferson within ten (10) days after the Contract is approved by the City Council. The time for completion of the project shall begin to run on the date established in this notice. IB-23 WORK SCHEDULE To insure that the work will proceed continuously through the succeeding operations to its completion with the least possible interference to traffic and inconvenience to the public, the Contractor shall, at the request of the City, submit for approval a complete schedule of his proposed construction procedure, stating the sequence in which various operations of work are to be performed. IB-24 CONTRACT TIME The contract time shall be thirty (30) working days. IB-25 LIQUIDATED DAMAGES Liquidated damages shall be assessed at the rate of Two Hundred Fifty Dollars ($250.00) per working day until the work is complete, should the project not be completed within the contract time. IB-26 POWER OF ATTORNEY Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. I13-27 BID PACKET Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, the bidder's address, and the name of the project for which the bid is being submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as follows: Purchasing Agent City of Jefferson, MO 320 E. McCarty Street Jefferson City, MO 65101 For the convenience of bidding this project, a "BID PACKET" has been included with the • project manual. This packet contains the necessary forms to be submitted with the bid proposal, The contents of this packet include the following: 1) BID FORM 2) BID BOND 3) ANTI-COLLUSION STA'CEMENT 4) CONTRACTOR'S AFFIDAVIT ' 5) MINORITY BUSINESS UTILIZATION AGREEMENT rEND OF INFORMATION FOR BIDDERS ■ 1 e t r E31I�3 FORM Name of Bidder �g�j Address of Bidder imti �..�� � �� Nit), Ca51O I To: CITY OF JEFFERSON 320 East McCarty Street Jefferson City, Missouri 65101 THE UNDERSIGNED BIDDER, having examined the plans, specifications, regulations of the Contract, Special Conditions, other proposed contract documents and all addenda thereto; and being acquainted with and fully understanding (a) the extent and character of the work covered by this Bid; (b) the location, arrangement, and specified requirements for the proposed work; (c) the location, character, and condition of existing streets, roads, highways, railroads, pavements, surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other installations, both surface and underground which may affect or be affected by the proposed work; (d) the nature and extent of the excavations to be made and the type, character, and general condition of materials to be excavated; (e) the necessary handling and rehandling of excavated materials; (f) the location and extent of necessary or probable dewatering requirements; (g) the difficulties and hazards to the work which might be caused by storm and flood water; (h) local conditions relative to labor, transportation, hauling, and rail delivery facilities; and (i) all other factors and conditions affecting or which may be affected by the work. HEREBY PROPOSED to furnish all required supplies, equipment, tools, and plant; to perform all necessary labor and supervision; and to construct, install, Erect, and complete all work stipulated, required by, and in accordance with the proposed contract documents and the drawings, specifications, and other documents referred to therein (as altered, amended, or modified by addenda) in the manner and time prescribed and that he will accept in full payment sums determined by applying to the quantities of the following items, the following unit prices and/or any lump sum payments provided, plus or minus any special payments and adjustments provided in the specifications and he understands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work shown on the drawings and described in the specifications, and that increases or decreases may be made over or under the Contract estimated quantities to provide for needs that are determined during progress of the work and that prices bid Shall apply to such increased or decreased quantities as follows: I I I r cam) r•; G C) OI C? G O CJ O t7 O C7 0 0 7 _I O. er► - OOOafJC� C) 0o0ooOd J � c� G) 0000C) (D0C0 ooc, a!� CD 0 00 0 c, 0 CD 0 010 C�� a�n c� c I a c{ .I Q In rn rn In rn In o r• rr n r� n r� r- r� r r�l r r- r r r� r`I r r..r A r. r. r� r� r` r r-_ r- r• r� r� r. r r. r'. �C tr y' .� ;! v� a i :! .• .tl -�. i-.i r -r ,r .;rj ,y ,:i .a I.-� -.I •fi •-r «I r. I I I I ! I I I I I QV. r I rl j' I i i� I^ I I I I ..•__ i I I irI I I i I - ' i If1'7 h L N ti I II.-•. j r r I_�i.__i_..i.-^, I I r I� I I t I I�~ , , 4 i I r � i �.._,— �. __.._._._._y._»____r._—._tea.__-.._._.... ' ..._._.. _. _: ...... .. ........ . ..... ...... i _ i . _ ... .. � ..... ... ... ........._...._-....-.-. II I I I I I I y '.r n. (� N, .O I ,I(V. 1(D,N I c0 CJ Cl N N I..;, .O 7'. r ) (D;M N fD U) (D'�(D C14 O I N I N, I .-! J, { ..J � � I (h .-Ir �+1 r N (V ri.-I.•I I.-i I I IMitii ,T' ._.I ri.-I. v INIP I I I � I II 1, 11 I III ' Ill II cy N ml�Im; ) rn )n m r U? m rn .- In (A N M tin N tAI.- N IN mlcnl.p vl T r •- U) (A Cl) •r .r *t Q I i !I I to I M I(�I i N .- t` U-)I y o'O O)I rn I Cn- N cD N rN i-V 1._i.--� .- _ (A Ql Qt1��r�• U•! •- M (NV Ql tD N ((wwDQ tD �Nt o fWD dU hn• ((app [cpp {(pn (p .p- 1Q�) (Ump} �k (V rh w N h1 (V I N N N N N N I I (A ll t0 (a (D Ire (D dD tD tt] (D [O W W S Q f� (D m Co co Co (� (13 tD I aD a7 co (D I Co m I Z r. I tp UJ I to I(ri (D C C O O I (0 (A ?. T x (o A O C ?• .� mm m m mm0v� .� (��pyJ C) (O� yq mp —0 -2 PNp•1 1` V r pN� pN~y Np N Q/ rW M I �') CQ W O N ¢~r! M cn M r~'7 l+! gn 0 a`u � N 1'1 •P )A m h m @ .�- N N N N '� th. ♦ h tD N Gq Q+ 41 N ell ♦ Hl tD 1.• M Q r N N N N N tV N N 1`I (V r0^ n71(N�1 El �' z' rlr I I 1 1 SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he shall list them. TIME OF COMPLETION The undersigned hereby agrees to complete the project within 30 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 ricer quoted above g p � P g 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 io in all respects fair and in good faith, without collusion or fraud. The undersigned agrees that the accompanying bid deposit shall became the property of the Owner, should he fail or refuse to execute the Contract or furnish Bond as called for In the specifications within the dime 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: CaStb "'Si. tnw LNG ?Si4 6 PA. It is understood and a reed that this that may be withdrawn at any timeUprior to the scheduled time for the opening of bids or any authorized postponement thereof. Attached hereto is a Bid Bond for the sum of_ S% err cu�a�, - 64 Dollars (cashier's check), make payable to the City of Jefferson. Signature of Bidder: If an Individual,_________ , doing business i as� If a partnership,_,____ member of firm. If corporation, E:i-c�jO�t j `� x'n: • � � by Title � ��• Fr^ ►� �,Rxz SEAL Business Address of Bidder WSV4 R� r r Mo• r If Bidder is a corporation, supply the following information: State in which incorporated s ou r-, . Name and Address of its: President - Er.,,,k -r"--wika"s Secretary ODate 5*-JD r ZCC 3 BID BOLD KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, 'tweho Sxcava ing_, v, Inc. -_, as Principal, and Hartford Fire Immn-aunce cxx!Enny as Surety, are hereby hold and firmly bound unto the CITY OF JEFFERSON, MISSOURI , as owner, in the penal sum of Five Percent;, of Antowit Bid for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns, this 20th day of_ May , 200 3 _ The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF JEFFERSON, MISSOURI a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the project entitled: ® "Project No. 311069, Manhole Adjustment Project" © NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by the extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. ' Esc vat' g pampany, Inc. ,►k-T,�e�+�u SEAI. rincipal ,p,�, ,,,��- Fire lnguran2rCggopy .__..__ By: Kri L- Bennett, Attorney-In-Fact ACKNOWLEDGMENT BY SURETY STATE OF ,Missouri I. ss. County of Colp 1 On this_ 20th day of _ .� ____ 2003 , before me personally appeared Kris L. Bennett , !mown to, me to be the Attorney-in-Fact of Hartford Fire Insurance Comps_ny__ the corporation that executed the.within instrument,and acknowledged to me thnt such corporution executed thw,mine. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official sell), at illy office in the aforesaid County, the day and year in this certificate first above written. t w Gl, Notary Publi in the State of Missouri �al) County of Osa JANET HASLA NOTARY PU8LIC-NOT RY SEAL STATE OF MISSOURI COUNTY OF OSAGE My Commission Expires; October 18,2006 r t S•0230/GEEF 10/99 POWER OF ATTORNEY HARTFORD pIN.A .�. ..err. HARTFORD,CONNECTICUT 00115 Hartford Fire Insurance Company Twin City Fire Insurance Company _ =X Hartford Casualty Insurance Company Hartford Insurance Company of Illinois Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest [� Hartford Underwriters Insurance Company Hartford Insurance Company of the Southeast KNOW ALL PERSONS BY THESE PRESENT'S 'f HAT the Hartford Fire Insurance Company, Hartford Accident and Indemnlly Company and Hartford Underwriters Insurance Company, corporations duly organized under the laws of the State of Connecticut; Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois; Hartford Casualty Insuranry Company, Twin City Fire Insurance Company and Hartford Insurance Company of the Midwest, corporations duly organized under the laws of the State of Indiana; and Hartford Insurance Company of(lie Southeast, a corporation duly organized under the laws of the State of Florida; having their home office In Hartford, Connecticut, (hereinafter collectively referred to as the 'Companies') do hereby make, constitute and t appoint, Grp to the amount of unfimitod: Kris L. E)vnnott, i_ouis A, 1_a )rlwvhr, Charlos A, Trabue, Bevorty J. Backers of Jeffoison City, MO their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its narne as surely(ies) only as delineated above by L71, and to execute, seal and acknowlodge any and all bonds, undertakings, contracts and other written Instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and erecuting or guaranteeing bends and undertakings required or permitted in any actions or proceodings allowed by law, In Af traess Whoroof, and as authorized by a Resolution of the Beard of Director's of the Companies an September 12th, 2000, the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, purcuani to Resolution of thn Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. • ` -7 1p D7 qir� 1 "�I.Illlr�/^ 1•° ' .,.,fD � t d f 0 4 • Paul A. ©ergenholtz,As::rstanl Societaty John P Hyland,Assistant Vice Prr;sulent STATE OF CONNECTICUT Hartford COUNTY OF FIART•FORI) On this 19"'day of September, 2000, before me personally carne John P. Flyland, to me known, who being by 11101 duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above ilvArurnent; that he knows the seals of the said corporations, that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his narne thereto by like authority hAtP . Noun-PubliCf It TIVIC rl X11 C nnunmsunl Lx plfe!,J unr)U,2004 I, the undersigned, Assistant Vice President of the Conipanius. 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 still in full force effective; as of May 20, 2003 Signed and sealed at the City of Hartford. ,ytr 1" r^ r 111 ww / ,.II.IIINI„ � ►0 A r ^ '�,� .. f'r.ra'�w�;^ ��rnvw�, r',Illlllw�'�. I ru11A► 1D7Y J` � 1070 � ® t �� • i• N 1An✓1�'j/ `tit, '�fI 11��1 J r �''°y+1l l�ul� 4 '111111�r K�r►1i1,RM' Colleen Mastroianni,Assistant Vice President HAitTYORD Inquiries Repardinu Claims ® Hartford Eire Insurance Company Twin City Insurance Company �1 Hartford Casualty Insurance Company Hartfnrd Insurance Company of Illinois Hartford Accident and Indenuaity Company Hartford Insurance Company of the Midwest Hartford Underwriters 111SUranCe Company .I-fartford Insurance Company of the Southeast Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford's underwriting companies to the following: Phone Number 888-266-3(188 Fax - Claims 860-757-5835 or 860-547-8265 E-mail claimsi @l stepstirety.com Mailing Address The Hartford ' The Hartford Fidelity & Bonding (BOND) Hartford Plaza 690 ,Asylum Avenue Hartford, CT 06 115 r r ANn-0�A11QA MATIEMEN r STATE OF _ `A j' s S .r r COUNTY OF r being first rduly sworn, deposes and says that he is PC, _ of OF PERSON SIGNING UNAME 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 frorn its racceptance. Affiant further certifies that bidder is not financially interested in, or financially affiliated with, any other bidder for the above project. r ^one Twct4•o�S Sworn to before me this _�24 day of y_(yk4,4 , 2003 _ NO ARY PUBLIC AN My commission expires:_ ' GLEN PROPST NOTARY PUBLIC-NOTARY SEAL • STATE OF MISSOURI COUNTY OF COLE My Commission Expires April 25,2004 1 CONTRACIORs.AFFIDAVIT This affidavit Is hereby made a part of the Aid, and an executed copy thereof shall accompany each Bid submitted, STATE OF m fur, ss COUNTY OF C.D`�_ ) The undersigned, of lawful age, being first duly sworn states upon oath that he is of � r 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. AFFF IANT eSubscribed and sworn to before me, a Notary Public, in and for the County and State aforesaid, this _2b— day of ( 20b 3 _ NOTA Y PUBLIC-- , My Commission Expires:_ CLLas -9--. _ GLEN ROPST NOTARY PUBLIC-NOTARY SEAL STATE OF MISSOURI ' COUNTY OF COLE My Commission Expires April 25,2U04 i MINORITY BUSINESS.-ENTERPRISE STATEMENT Contractors bidding on City contracts shall take the following affirmative steps to assure that small, women owned, and minority business are utilized when possible as sources of suppliers, services, and construction items. 1. Contractor's will submit the names and other information if any, about their MBE sub-contractors along with their bid submissions. 2. Sufficient and reasonable efforts will be made to use qualified MBE sub- contractors when possible or) (amity contracts. 3. Qualified small, women owners, 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, I. Contractor will use the :services and assistance of the Small Business Administration, the Office of Minority Business Enterprise, and the Community Services Administration. 8. f=orms for determining Minrrity BLVi mess Enterprise eligibility may be obtained from the Department of Public Work:. MINORITY BUSINESS_UTILIZATION AGREEMENT A. The bidder agrees to attempt to expend at least two (2) % of the contract, if awarded, for Minority Business Enterprise (MBE). For purposes of this goal, the term "Minority Business Enterprise" shall mean a business: 1. Which is at least 51 percent owned by one or more minorities or women, or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such individuals. "Minority Group Member" or "Minority" means a person who is a citizen or lawful permanent resident of the United States, and who is: 1 . Black (a person having origins in any of the black racial groups of Africa); ' 2. Hispanic (a person of Spanish or Portuguese culture with origins in ® Mexico, South or Central America, or the Caribbean Island, regardless ' of race); 3. Asian American (a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian sub-continent, or the Pacific Islands); 4. American Indians and Alaskan Native (a person having origins in any of the original peoples of North America); 5. Member of other groups, or other individuals, found to be economically and socially disadvantaged by the Small Business Administration under Section 8(a) of the Small Business Act, as amended [15 U.S.C. 637(x)]. 6. A female person who requests to be considered as an MBE, and who "owns" and "controls" a bLIsinesis as defined herein. Minority Business Enterprises may be employed as contractors, subcontractors, or suppliers. B. The bidder must indicate the Minority Business Enterprise(s) proposed for utilization as part of this contract as follows: ® Name and Addresses Nature of Dollar Value of of Minority Firr„�. Epoicip, t�,ion Participatign Total Bid Amount:_ G o e> r Total: Percentage of Minority Enterprise Participation: _ % C. The bidder agrees to certify that the minority firm(s) engaged to provide materials or services in the completion of this project: (a) is a bona fide Minority Business Enterprise; and (b) has executed a binding contract to provide specific materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished by the City of Jefferson. The bidder will provide written notice to the Liaison Officer of the City of Jefferson indicating the Minority Business Enterprise(s) it intends to use in conjunction with this contract. This written notice is due five days after notification to the lowest bidder. Certification that the Minority Business Enterprise(s) has executed a binding contract with the bidder for materials or services should be provided to the MBE Coordinator at the time the bidder's contract is submitted to the MBE Coordinator. D. The undersigned hereby certified that he or she has read the terms of this agreement and is authorized to bind the bidder to the agreement herein set forth. NAME OF AUTHORIZED OFFICER DATE IYtc,u 2D,uoa (I SIGNATURE OF AUTHORIZED OFFICER W CO IR IANGE YJV TH P.RE1/ LL IK i 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. 9, Section 026, Cole County in carrying out the contract and work in connection with Project No. 31059, Manhole Adjustment Project located at Jefferson City in Cole County, Missouri, and completed on the day of _ , 20 SIGNATURE Subscribed and sworn to me this day of _ 20� ' NOTARY PUBLIC My commission expires: ��� STATE OF MISSOURI ) ss COUNTY OF_� _�_ ) Missouri Division of Labor Standards WAGE AND HOUR SECTION AL �� MbCCCX�` BOB HOLDEN, Governor Amnual AAfaqe Order No . 9 Section 026 COLE COUNTY In accordance with Section 290.262 RSMQ 2000: within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affected by this Annual Wage Order ►nary obJect. by filing an objection In triplicate with the Labor and Industrial lteiat.fons Cortinnission, P.O, Box 599, Jefferson City, MO r65102.0599. Such objections roust set forth In writing the specific grounds of objection. Each objection shall certify that it copy has been furnished to the Division of Labor Standard P.O. Box 449, Jefferson City, MO 65102.014.49 pursuant to 6 CSR 20-5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of S ate of Missouri. RECEIVED & FILED Coll >en A. Baker, Director ' MAR U 8 2002 Division of Labor Standards Filed With Secretary of State:: �R ��►-�'- Sro a�vz�F s-r-NEE- -__ CC�MMIS�IONS DIVISION APR 0 8 2001 Last Data Objections May Be filed: Prepa red by Missouri Department of Labor and Industrial Relations Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County �w `�Effoct ve 7-575c- as c ver- UPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates A $27.91 55 60 $9,24 oilermaker 9/02 $25.81 57 7 $13,03 Bricklayers-Stone Mason 6/02 $23.00 59 7 �$6.40 Carpenter $18.63 60 15 $7.01 Cement Mason 4/02 $17.81 9 3 $7.65 Electrician Inside Wireman $22.50 28 7 $8.45+ 13% Communication Technician USE ELECTRICIAN(INSIDE WIREMAN) RATE Elevator Constructor 7/02 a $29.545 26 54 $8,.665 O eratina Engineer. Group 1 5/02 $22.27 66 66 $12.26 Grau (l 5/02 $22.27 86 66 $12.26 _ Group III 5/02 $21.02 86 66 $12.26 Group III-A 5/02 $22.27 86 66 $12.26 Group IV 5/02 $22.07 86 66 $12.26 Group V _ 5/02 $24.27 86 66 $12.26 Pipe Fitter 7/02 b $28.75 91 69 $12.08 Glazier $12.25 FED _ $2.02 Laborer Buildin General _ $15.80 110 7 f $6.40 First Semi-Skilled $16.90 110 7 $6.40 �St� Second Seml-Skilled USE CARPENTER RATE $6.40 inoleum Layer& Cutter USE CARPENTER RATE arble Mason 6/02 $23.00 59 7 $6.40 111wri ht _ $19.63 60 15- $7.01 Iron Worker 8/02 $21.77 11 8 $11.59 Painter _ 2/03 $18.44 18 7 $5.33 Plasterer 4/02 $17.04 94 5 $7.19 Plumber $21.00 FED $2.93 Pile Driver $19.63 60 15 $7.01 Roofer 9/02 _ $23.50 12 4 $6.74 Sheet Metal Worker 1/03 $22.70 40 23 $8.36 Sprinkler Fitter $14.75 FED $2.17 Terrazzo Worker 6/02 $23.00 59 _7 $6.40 Tile Setter 6/02 $23.00 59 7 $6.40 Truck Driver-Teamster Group 1 $18.90 101 5 $4.50 r Group 11 _ $19.60 101 5 1 $4.50 Group 111 $19.30 101 _5 _ $4,50 Group IV _ $19.60 1 101 5 $4.50_ Traffic Control Service Driver T^ $14.65j___18 49 $2.44 T� ' Well Driller USE BLDG CONST. ENGINEER GROUP II RATE Welders-Ace iene & Electric _ Fringe Benefit Percentage is of the Basic Hourly Rata Attention Workers: If you are not being pall the appropriate wage rate and fringe benefits contact the Division of Labor Standards at 1.800-475-2130. Annual Incremental Increase ' 'SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO,0 4/03 Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County Footnotes `Effective as'c ver- CUFATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates Welder s receive rate prescribed for the occupa ti onal title performing operation to which welding is Incidental. Use Building Construction hates 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 0 ullding Construction Rate Sheet, its Vacation: Employees over 5 years - 8 Em to ees under 5 /ears - 6% 'b - All work over$3.5 Million Total Mechanical Contract - $28.75, Fringes - $12.08 All work under $3.5 Million Total Mechanical Contract - $27.41, Fringes - $10.33 ' "Annual Incremental Increase ANNUAL WAGE ORDER NO, 9 7102 i CODE COUNTX OVERTIME RACES—BUiL.DING CONS'I`RUCTiON FED: Minimum requirement per Fair labor Standards Act means tinte and one-half(i %r)shall be paid for all work in excess of foray(40)hours per work week. NO.9: Means the regular workday staring time of 8:00 tt.tu, (an(i riNtilling quitting time of 4:30 p.nt.) may be axwed forward to 6.00 a.m, or delayed one hour to 9:00 a.m. All work perfiormed in excess of the regular work day and on Saturday shall be compensated at one and one-half(I IA)times the regular pay. In the event time is lost during the work we--k due to weather conditions, the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated for at double the regular rate of wages. The work week shall be Monday through Friday,except for midweek holidays. NO. 11: Means eight(8)hours shall constitute a da.Vs 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(I IA)shall be paid for first two(2)hours of overtime Monday through Friday and the first eight (8) hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double(2) time rate. Double(2) time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays. NO. 12: Means the work week shall commence on Monday at 12:01 a.m. and shall continue through the following; Friday, inclusive of each week. All work performed by employees anywhere in excess of forty(40) hours in one (1) work week, shall be paid for at the rate of one and one-half (1'h) times die regular hourly wage scale. All work performed within the regular working hour% which shall coil-silt of a tcn (10) hour work day except in emergency situations. Overtime work and Saturday work shall be paid at one and one-half(1'h) times the regular hourly rate, Work on recognized holidays and Sundays shall be paid at two(2)dries die regular hourly rue. NO. 18: Means die regular work day shall be eight (8) hours. Working hours are from six (6) hours before: Noun (12:00) to six (6)hours after Noon (12:00). The regular work week shall be forty(40) hours. beginning between 6:00 ami. 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(I 1M. 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 die week of the day being lost. Any time before six (6)hours before Noon or six (6) hours after Noun will be paid at time mid 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. Hours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades. (the above working hours may he changed by mutual Agreement). Work performed on Consinlction Work on Saturdays, Sundays and before and after the regular working day on Monday to Friday, inclusive, shall be classified as overtime, and paid for at double (2) the rate of single time. The rate of pay for all work performed on holidays,hall be at two tinhes(2)the single time rate of pay. NO. 28: Mearts eight (8) hours between 7:00 a.m. and 5:30 p.m, shall constitute it day's wort: five (5) days it week, Monday through Friday inclusive, shall constitute it work week. The I mplover has the option for a workday/workweek of four(4)ten(10)hour days(4-10's)provided: -The project must be for a minimum of four(4)consecutive days. -Starting time may be within one(1)hour eit er side of 8:00 a.m. -Work week must begin on either a Monday or Tuesday: If a holiday falls within tluht week it shall be a consecutive work day. (Alternate: If a holiday falls in the iniddh-of it week,then the regular eight (8)hour schedule may be implemented). -Any time worked in excess of any ten(10)hour work day(in a 4••10 hour work week)shall be at the ' appropriate overtime rate. All work outside of the regular working hours as provided, Monday through Saturday, shall be paid at one rk. one-half (I IA)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 atdouble(2)the straight time hourly rate of pay. ANNUAL WAGE ORDER NO.9 Aw9026 a r.&w, Page I of 4 Pages �p COLE COUNTN'OVERTIME RATES--BUILDiNG CONSTROCTION NO.33: Means the standard work day shall be eight (8)consecutive hours of work between the hours ot'6:00 a.m.and 6:00 p.m.,excluding the lunch period,or shall confonn to the practice on the job site. Four(4)days at ten(10)hours it day may be worked at straight dnte, Monday through Friday and need not be consecutive. All overtime, except for ;Sundays;and holidays shall be at the rate of time and one-half(1%). Overtime worked oil Sundays and holidays shall be at double(2)time, NO,35: Means the normal work week shall consist of five(5)eight (8)hour days for a total forty(40)hours,starling on Monday at 8:00 a.m. and ending on Friday at 4:30 p.m. 'the starting time can be flexible between 6:00 a.m.and 8:00 a.m.,and ending at 2:30 p.m. respectively. All work before designated starting tune and after quitting time shall be paid at the rote of time and one-half(I IA). All work in the excess of eight (8) hours per day, or forty(40) hours per week Monday through Friday, shall be paid for at the rate of time and one-half 0%,). All hours worked on Saturdays. rSundays,or Holidays shall be paid at tic double(2)time rate. ° NO.40: Means the regular working week shall consist of five(5)consecutive(8)hour days'labor nn the)oh beginning with Monday and ending with Friday of each week. Four(4) 10-hour days may constitute the regular work week. 'fhe regular working day shall consist of eight(8)hours labor on the job beginning{its early as 7:00 a.m.and ending as late as 5:30 p.m. All full or part dine labor performed during;such houni shall he recognized its regular working hour~and paid for at the regular hourly rate. All hour~ worked on Saturday and all hour, worked in excess of eight (8) hours- but not more than twelve (12) hours during the regular working! week shall be paid for at time: and one-half(I',:) (lie regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of twelve(12)hour; during the regular working clay shall be paid at two(2)times tike regular hourly rate, in the event of rain,snow, cold or excessively windy weather on a regular working day, Saturday may be designated a:i it "make-up" .lay. Saturday may also be designated as a "make-up" day, for an employee who has missed it day of work for personal or,ether reasons, Pay for "make-up"days shall be at regular rates. NO. 48: Means the regularly scheduled wort: week shall be five (5) consecutive days, Monday through Friday or Tuesday through Saturday. Eight (8)hours shall constitute it day's work. Starting time shall not be earlier than 7:00 a.m. nor later than 10:00 a.m. Forty(40)hours shall constitute it week's wci k. Overtime at the rate of time and one-half(1;'1) will be paid for all work in excess of forty(40) hours in any one work week. On tie Monday through Friday schedule, all work performed on Saturday•sill he time and one-half(1%:)unless time has been lost(uring{the week,in which case Saturday will be a make up day to the extant of the lost time, on the 'ruesday through Saturday schedule, all work perforated on Monday will be time and one-half W/):) unless time has been lost during the week, in which case Monday will be a make-up day to the extent of the lost tints. Any work performed on Sunday will be double (2) titre, 11' employees work on any of the recognized holidays,they shall be paid time ants one-half H1 li) their regular rate ol'Itay liar all hours worked. NO. 55: Means die regular work day shall be eight (8)hours between 6:00 a.nh. and 4:30 p.m. 'Ihc first two(2) hours of work perfbrnicd in excess of the eight (8) hour work(lay, Monday through Friday, and the first ten ( 0) hours of work on Saturday, shall be paid at one d'' one-half(1!4) times the straight time rate. All work perfirrnted on Sunda\. observed holidays and in excess of ten (10) hours a day, Monday through Saturday, shall be paid at double (21 (hcr straight time rate. NO. 57: Means eight (8) hours, per day shall constitute a day's worl, and fluty (40) hours per week, Monday throu)h Friday, shall constitute it week's work. ne regular starting; time shall he 8:00 a.m. The above may be changed by mutual consent of authorized personnel. When circtlnhsiances warrant, the Ianplover may change the regular uvtrkweek to four (4) ten-hour clays al the regular time rate of pay. It being understood that all other pertinent infonnation must be adjusted accordingly, All time worked before and after the established workday of eight (8) hours, Monday through ' Friday, all time worked on Saturday, shall be paid at the rate of time and one-half(I ''/,)except in cases where work is pout of an employee's regular Friday shift. All time worked on Sunday ,Intl recognized holidays shall he paid 11 the double(2)time rate of pay. r ANNUAL WACFE,01WER NO, c) ' nw11112ti o't'.dm I',ipc 2 of-1 PaIlLN COLE COUNTY OVERTIME RATES— BUILDING CONSTRUCTION NO, 94: Mcans eight(8) hours shall constitute a days work between the hours of 8:00 a.m. and 5.00 p.m. 'FIle regular workday starting time of 8:00 a.m. (turd resulting quitting time of 4:30 p,m.) may be moved (br-ward to 6:00 a.m. or delayed one (1) hoar to 9:00 a.m. All work performed in execss of the regular work day and on Saturday shall be compensated at one and one.-half(1%a) times the regular pay. In the event time is lost during the work wkcck due to weather conditions,the Employer may schedule work on the following Saturday at straight time. All work accomplished eon Sunday and holidays shall be compensated at double the rr:gulnr rate of wages, NO. 101: Means that except as provided below, eight (8)hours it 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 tic rate of time and one-half' (1!h) (except as herein provided), All time worked on Sunday and recognized holidays shall be classified its overtime and paid at the rate of double (2) time. 'Ilse regular starting time (turd resulting quitting time)may be moved forward two (2) hours to 6:00 a.m. or the starting time (and resulting quitting time) may be delayed one (1) hour to 9:00 a.m. Ilse Employer has the option of working either five(5) eight-hour days or four(4)ten-hour days to constitute a normal foray (40) hour work week. When a four (4) ten-hour day work week is in effect, the standard work day shall be consecutive ten (10) hour periods between the hours of 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a week's work Monday through Thursday, inclusive, In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day: straight time not to exceed ten (10)hours per day or forty(40) hour's per week. Starting time will be designated by tht: 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 Employers control,then Saturday may,at the option of the Employer,be worked as it make-up day;straight time not to exceed eight (8)hours per day or forty(40)hours per week. Make-up days shall not be utilized for days lost due to holidays. NO, 110: Means eight (8)hours between the hours of 8:00 a.m. and 4:30 p.m. shall constitute it work day. The staning time may be advanced one (1) or two (2) hours. Employees shall have it lunch period of thirty (30) minutes. The Employer may provide a lunch period of one(l)hour, and in dual event, the workday shall commence at 8:00 ami. and end at 5:00 p.m. The workweek shall commence at 8:00 a.m. on Monday and shall end at 4:30 p.m. on Friday(or 5:00 p.m. on Friday if the Employer grants a lunch period of one(1) hour), or as adjusted by starting time change as stated above. All work performed before 6:00 a.m. and after 4:30 p.m. (or 5:00 p,rri, where one (1) hour lunch is ,granted for lunch) or as adjusted by starting time change as stated above or on Saturday, except as herein provided, shall he compensated alone and one-half(I Vi) times the regular hourly ra te of pay for the work performed. All work performrrd on Sunday turd on recognized holidays shall be compensated at double (2) the regular hourly rate of pay for the work performed. Hart Employer is prevented from working forty(40) hours, Monday through Friday, or any part thereof by reason of inclement weather (rain and nntd), Saturday or any part thereof may be worked as a make-up day at the straight Umc rate. The Employer shall have the option of working five eight (8) hour days car four ten (10) hour days Monday through Friday, if tan Employer elects to work five(5)eight(8)hour days during tiny work week,hours worked morc than eight (8)per day or forty(40)hours per week shall be paid at time and one-half(i!, ) the hourly rate IVlonday through Friday. If an Employer elects to work four(4) ten(10)hour days in any week, work performed more than ten ('10) hours per day or forty(40) hours per week sluill be paid at time and one-half(P1)the hourly rate Monday through Friday, if an Employer is working ten(10) hour days and loses n day due to inclement weather, they may work tell (10) hours Friday at straight time. Friday must be scheduled for at least eight(8)hours and no more than ten (10)hours at the straight time rate,but all hours worked over the forty(40)hours Monday through Friday will lie paid at time, and one- half(1'/3)overtime rate. ANNUAL "'AGE ORDE14 NO. 9 AW9026 UT.doe Page 4 of 4(ages COLF COUNTY OVERTIME, RATI':S BUILDING CONSTRUCTION NO.59: Means that except as herein provided,eight (8)hours a day shall constitute.a standarl work day,and forty(40) hours per week shall constitute a week's work. All lime worked outside of the standard eight(8) hour work day and on Saturday shall he classified as overtime and pnie, the rate of time and one•hailf(Ph). All time worked on Sunday and holidays shall he Classified its overtime and paid at the rate of double(2) trine. 11ie Finployer has the option of workilig either five(5)eight hour clays or four(4)ten hour days to constitute a normsO hasty(40)hour work week, When the four (4)ten-hour work week is !n effect, the standard work day shall be consecutive ten(I0)hour periods between the hours Of 6:30 a.m, and 6:30 pmt. Forty (40) hours per week shall constitute it weeks work, Monday through Thur-day, inclusive, In the event the Job is down for any reason beyond the Eniployei's control, then Friday andror Saturday may, at the option of the Employer,tic worked as a make-up clay; strmight time not to exceed ten(10)hourtl or forty(40)hourz per week. When the five tiny(8) hour work week is in effect, fogy(40) hours per week shall constitute it week's work, Monday tlirough Friday, inclusive. In the event the job is down for any reason beyond the Employer's control, thrn Saturday may,at the option of the Employer,be worked as a make-up day;straight time not to exceed eight(K)hours or forty(40) hours per ,wek. The regular starting urns(and resulting quitting little)lnay be moved io 6:00 ii.m. or delayed to 9:00 n.m. Mnke-up days shall not tic utilized for(lays lost duc to holidays. NO. 60: Means the Employer shall hnve the option of working live 8-hour days or four 10-hour clays Monday through Friday. If an Employer elects to work five 8-hour days during any work week, hours worked more than eight (8)per day or foray(40)per week shall be paid at time and one-half(1'11)the hourly wage rate plus fringe benefits Monday throuyi, Friday. SATURDAY MAKE-Ui' DAY: If an Eniplover is prevented front 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 ac+r lc d a� it mule-up day at the straight tittle rate, it is agreed by the parties (fill(the make-up clay is no(to tee tiv:d to make up rime last due to recognized holidays. If an fmploycr cle s to work four 10-hour drays, between the hours of 6;30 a.in. and 6:30 p.ni. in any week, work performed more 1111111 tell (10) hours per clav or forty (40) hours per weck shall be paid at time and one half(1i1)) the hourly wage rnlc plus fringe benefits Motdny through Friday. it'±n►Empinyer 1-� working- 10• hour days and loses a clay(Iuc to inclement weather, the Fniployer may work tell (10) hours oft I"riday 11( straight tune. Friday must be scheduled lbr•no more than tell (10) hour~ at file siraighl little rate, but all hours wnrked over the cony (40)hours Monday through Friday will be paid at time and one-half(I :'i) the hourly wage rate plus flange benefits. All Millwright work perl'onned in excess of the regular soak clay and on Snturday shall he compensated for at tinic and one- half (I%z) (tie regular Millwright hourly wage rate plus fringe benefits. Vie regular work (lay starting ol'8:00 a.ni. (and resulting quitting time ol•4:30 p.m.) slaty he moved forward to 6:00 a.m. or delayed one (1)hour to 0:00 a.m. All work accomplished on Sundays and recognized holidays, or days observed its recognized holidays, shall be compensated for at double(2)the regular hourly rate of wages plus fringe benefits. NCYVE': All ovc:ninle is c•onlputcd oil the hourly Wage rate plus an amount equal to the fringe benefits. NO. 86: Means the repalar work ;seek shall consist of five (5) clays, Mondry diroul;h Friday, beginning; at 8:00 a.ni. and ending at •1:10 p.m. The regular work day beginning time nuty be advanced one or two hours or delayed by one hour. All overtime work performed on Monday through Saturday shall he paid at titre and oils 4ialf f I A of file hourly rate plus ;art amount equal to one-half(''2)of the hourly Total Indicated Fringe Benefits, All work perlornied on Sundays and recognized holidays shall be paid at double (2) the hourly rate plus an ani(xlnt equal to the hourly 'fotai Indicated Fringe Benefits. ENO. 91: Means eight(8)hours shall corustittile a clay's work commencing at 8:00 a.m. and ending at 4:30 p.m., allowing one-half(U2) hour for lunch, The option exists for the [:mployer to use it flexible staring time between the hours of ' 6:00 a.m. wad 9:c)0 n.ni. 'I'lie rcgulal•work week,hall coltsisi of forty(40)hours of five(5)work days, Monday througli Friday. The work week may consi:lt of four (4) ten (10) hour days front Nionday through Thursday, with frriday as a make-up (lay, If the niakc•-up day is a holiday, the Cillployce shall be paid tut the double (2) time rate. I lie employees shall be paid double (2) time for work performed before the regular starting, tune or after the regular quitting title or over eight (8) hours per work week (unless %corking is 10-hour work clay, then double (:') time is panel for work performed over tell (10) hours at clay)or over forty (40) lours per work week. Work performed on Saturdays. Sundays and recognized holidays shall be paid a( die double(21)lime rate of pay. ' ANNUAL WAGE t)I DF1t NO, 9 AW'rti26(1'i drn' g ugc 3 of I r':gpr� COLE COUNTY HOLIDAV RATE SCHEDULE--BUILDING CONSTRUCTION NO.3: All work done on New Year's Day,Decoration Day,July 4th, I..nbor Day,Veteran's Day,Thanksgiving Day and Christmas Day shall be paid at the double time mte of pay. Whenever any such holidays fall on a Sunday,the following Monday shall be observed as a holiday. NO.4: All work done on New Year's Day, Memorial Day,Independcncc nay,i abor Day,Thanksgiving and Chrristmas Day shall be paid at the double time rate of pay. If any of the above holidays fall on Sunday,Monday will be observed as the recognized holiday. If any of the above holidays lull on Saturday,Friday will be observed as the recognized holiday. ' NO.5: All work that shall be done on New Year's Day, Memorial Day, Fourth of July, I-abor Day, Veteran's Day, Thanksgiving i7ay,and Christmas Day shall be paid at the doable(2) time rate of pay. :NO,7: All work done on New Ycaes Day,Memorial Day,Independence nay, lAboi Day,Veteran's Day, Thanksgiving Day,and Christmas Day shall he paid at the double time rate of pay. If a holiday falls on a Sunday,it shall be observed on the Monday. If a holiday falls on a Saturday, it shall be observed on die.preceding Friday. NO.B: All work done on New Year's Day,Memorial Day,Independence Day, Labor Day,Veteran's Day, Thanksgiving Day,and C:luistri s Day,o�days observed as such,shall bc,•paid at the double time rate of pay. The Friday followng Thanksgiving will be worked at the Employer's option. If worked, it will be at the regular hourly rate of pay, X10. IS-, All work accomplished on the recognized holidays of New Year's Day,Decoration Day(Memorial Day), Independence Day(Fourth of July),Labor Day,Veteran's Day,Thanksgiving Day and Cht-kini s flay,or days observed as these mated holidays, shall be compensated for at double(2)the regular hourly rate of wages plus fringe benefits, if a holiday falls on Saturday, it shall be observed on the preceding Friday. If a holiday falls oil a Sunday.it shall be observed on the following Monday. No work shall be performed on Labor Day,Christmas Day,Decoration Day or independence Day except to preserve life or property. SO. 14: All work done on New Year's Day,Memorial Day,July 4th,L.ahor Day,Thanksgiving Day,and Christmas Day shall be paid at the double time rate of pay. The employee may take off Friday following Thanksgiving Day. I lowcver,the employee shall notify his or tier Foreman,General Foreman or Superintendent on the Wednesday preccding Thanksgiving Day. When one of the above holidays falls on Sunday,the following Monday Shall be considered the holiday and all work performed on said day shall be at the double(2)title rate. When one of the holidays falls on 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 Ycai's Day,h,lemorial Day, Independence Day,Labor Day,Veternii s Day, I'hanksgiving Day,Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time n ue of pity. When it holiday falls on Sunday,the following Monday shall lie considered it holiday. NO.49:'file following days shall be observed as legal holiday:;: New Year's Day,Decoration Day,July 4th, Labor Day.Thanksgiving Day,Christmas Day,Ernployee's birthday and two(2)personal days. "fhc observance of one(I)of the personal days to be limited to the time between December 1 and March I of the following year. If any of these holidays fall oi.Sunday,the following Monday will be observed us the holiday and if tiny of these holidays fall on Saturday,the preceding Friday will be observed as the holiday. If employees work on any of these holidays they shall ' be paid time R one-half(1'/:)their regular rate of pay for all hour worked. NO.54: All work done on New Year's,Mernorial Day,Independcncc Day, Labor Day,Thanksgiving Day,the Frkhi', after'P hanksgiving Day,and Chrisunas Day shall be paid at the double(2)time rate of pay. When a holiday falls on Saturday,it shall be observed on Friday. When a holiday falls on Sunday, it shall be observed on Monday. NO.fill: All work performed on New Year's Day, Armistice Day(Veteran's Day), Decoration Day(Memorial Day), Independence Day(Fourth of July),llwnksgiving Day and Christmas Day shall be paid at the double time rate of pity. No work shall be performed on I-abor Day except when triple(3)time is paid. When a holiday falls on Saturday, Friday will be observed as the holiday. When it holiday halls on Sunday, the following Monday shall be ' observed as the holiday, ANNUAL,WAGE ORDI'R NO.9 ' AW9026 hdy.doc Page I of 2 Page N , COLE COUNTY HOLIDAY RATE SCHEDULE—BUILDING CONSTRUCTION NO.66: All work performed on Sundays and the following recognized holidays,or the days observed as such,of Ncw Year's Day,Decoration Day,Fourth of July,Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day,shall be paid at double(2)the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a Sunday,the following Monday shall be observed as a holiday, NO.69: All work performed on New Year's Day,Decoration Day,July Fourth,Labor Day,Veteran's Day, Thanksgiving Day or Christmas Day shall be compensated at double(2)their straight-time hourly rate of pay. Friday after Thanksgiving and the day before Chrisuruts will also be holidays,but if the employer chooses to work these days, the employee will be paid at straight•tutu rate of pay. ifa holiday falls on a Sunday in a particular year,the holiday will be observed on the following Monday, NO.71: All work performed on the following recognized holidays shall be paid at the double(2)time rate of pay: New Year's Day,Presidents nay,Good Friday,Memorial Day,July the Fourth, Labor Day, Veterans Day, Thanksgiving Day,Day aller Thanksgiving and Christmas Day, If a holiday falls on Sunday, it shall be celebrated on Monday. If a holiday falls on Saturday,it shall be celebrated on the Friday preceding such Saturday. r t i 1 ANNUAI.WAGE ORDER NO,9 AW9026 hdy.doc Pugs 2 of 2 Pop Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE County _. ec ive var- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates CARPENTER .lourne �- .Men 7 16 $6.99 Millwright 5/02 $23.63 7 16 $6.99 File Driver Worker 5/02 $23.63 7 16 $6.99 OPERATING ENGINEER Group 1 5/02 $21.35 21 5~ $12.23 Group II 5/02 $21.00 21 5 $12.23 Group 111 5/02 $20.80 21 5 $12.23 GrouR IV 5/02 $17.15 21 5 $12.23 Oiler-Driver T 5/02 $17.15 21 5 $12.23 LABORER kneral Laborer 5/02 $20.20 _2 4 $6.40 .;killed Laborer _ 5/02 $20.80 2 4 $6.40 TRUCK DRIVER-TEAMSTER Groin 5/02 $22.52 2 4 $5.50 Group it 5/02 $22.68 2 4 $5.50 Groin III 5/02 $22.67 2 4 $5.50 Group IV 5/02 $22.79 2 4 $5.50 1 For the occupational titles not listod on the Heavy Construction Rate Sheet, use Rates shown on the Building Construction Rate Sheet. *Annual Incremental Increase ANNUAL WAGE ORDER NO. 9 7/02 COLE COUN'T'Y OVERTIME RATE: SCHEDULE HEAVY CONSTRUCTION NO. 2: Means a regular work week of forty(40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8) or ten (10) hours. If a crew is prevented from working forty(40) hours Monday through Friday, or any part thereof, by reason of inclement weather, Saturday or any part thereof may be worked as a mltke-up day at the straight time rate to complete forty(40) hours of work in a week. Employees who are part of a regular crew on a make-up day, notwithstanclingt;the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. Time & one-half(I 1A) 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-]0's), or forty (40) hours per week, Monday through Friday. For all time worked on Saturday(unless Saturday or any portion of said day is worked as make-up to complete forty hours), time and one-half (1 '/z) shall be paid. NO, 7: gleans the regular work week shall start on Monday and ctld on Friday, except where the Employer elects to work Monday throug;h'1'hursday, ten (10) hours per day. All work over ten (10) hours in a day or forty (40) hours in a week shall be at the wvertime rate of one and one-half(l'/2) times the regular hourly rate. The regular work day shall be either eight (8) or ten (10) hours. 11'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 strni gilt tithe: (if working 4-10's). Saturday may be worked as it make-up day at straight time (if working 5-8's). Make-up days shall riot be utilized I'm- clays lost from holidays. Except as worked as it make-up clay, time on Saturday shall he worked at one and one-half 0 V-.) 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 -JS such, shall also be paid at the double (2) time rate of pay. NO. 21: Means the regular work week shall consist of five (5) eight (8) hour days, Monday through Friday. 'I'lle regular work (lay for which employees shall be compensated at Straight tinge Hourly rate of pay shrill begin at 8:00 a.tn, and end at 4:30 I n , Hov;ever, the project starting time may tic ,i(lvancc(i or delayed at the discretion of the Employer. At the discretion of the Employer, when working a five (5) day eight (b) hour schedule, Saturday play be used for a make-up (lay. 'Hie Employer may have they Option to schedule his work from Monday through 'f hur:;duy rat ten (10) (lours per clay at the straight time rate of pay with till hours in excess often (10) hours in any one clay to be Paid nt the overtime rata of time & one-half(I VI). if the Employer elects to work fr til Monday through Thursday and is stopped clue to circurnstanccs beyond his control, he. shall have the option to work Friday or Saturday at the straight time rate 01'pay to complete his forty (40) hours per work week. Workmen shall be paid one Sz one-lialf(I Vi) times the regular rate of wages fur all hours worked in excess of eight (8) hours per day(if'working 5-8's), or ten (10) hours per clay (if working;4-10's), or forty (40) hours per work week Monday through Friday (if working 5-8's) or Monday through Thursday (if working; 4-10's). Unless used its male-up days to complete forty (40) ]lours per work week, time and one-half(i 'VI) shall be paid on Saturday(when working 5-8's) and on Friday or Saturday (when working 4-10's), Sundays and holidays shall be (laid at the rate of double (2) time the regular rate of pay. AW4026 hvy M doc ANNUAL WA(;t?ORDER NO. 9 puge 1 or 1 COLE COUNTY HOLIDAY RATE SCHEDULE- HEAVE' 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 tittle rate of pay. When a holiday falls on a Sunday, Monday shall be observed. NO. S: The following(lays are recognized as holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day. if a holiday falls on a Sunday, it shall be observed on the following Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8)hours toward a forty (40) hour week; however, no reimbursement for this eight(8) hours is to be paid the workman unless worked, If workmen are required to work the above recognized holidays or days observed 1 as such, or Sundays, they shall receive double (2) the regular rate of pay for such work. The above shall apply to the four 10's Monday through Thursday work week. The ton (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.luly, Labor Day, 77ianksgiving Day and Christmas Day. If a holiday falls oil Sunday, it shall be observed on the following Monday. If a holiday falls on Saturday, it shat) be observed on the preceding Friday. No wotk shall be peribnned on Labor Day except in case ofjeopardy 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 f'or 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, r t aw,021 twytwwoe ANNUAL, WAGE ORDER NO. 9 Page t nr i REPLACEMENTPAGE OUTSIDE ELECTRICIAN These rates are to he used f6r the Hollowing counties: Adair, Audrain, Boone, Callaway, Camden, Carter, Clutritort, Clark, Colc;, Cooper, Crawford, Dent, Franklin, Gasconade, I-lowarci, Howell, iron, Jefferson, Knox, Lewis, Lincoln, Linn, Macon, Maries, Marion, Miller, Monitcau, Monroe, Montgomery, Nlorkan, Oregon, Osage, ferry, i'Itclps, Pike, Pulaski, Putnam, Ralis, Randolph, Reynolds, itipley, fit. Charles, St, Francois, tit. LAtlis City, St. l.ciuis County, Ste. (Tenevieve, Schuyler, Scotland, Slutnnon, Shelby, Still ivttrl, '1'exas, Warren, and Washington C'01NINIl:RC:IAL WORK CJrcuJ).1tional Tirle_—.___ Ciastc^_._._.._ � Total 11(7lll'l y I'r'l n 'C Ratr ller.efirs *,lourneyman Lineman _ `�?t;.?M _ S2.75 4).3 *Llnemilrl Operator 1;''5.3 2 _ _-__---_- _ S2.75 + 41.3°li,._- _ *Groundmtut S20.04 I x;3.75 41.3 UJILITY NVORK Jccu rational 'fitic;��- w__1._ .,___ _-- 1 iour 1 , _ „Fringe _ltutc __. -�---- ----I encfits�____r *,lournevrnan Lineman ":7.27 ( S' '2,'1> il *Lincmrn ` �2. ?. '5 - 37,3"� A- *CiJ'oundmun ,t s. 'l+ OVi?RTINT ? I2ATE' L?ii;ht (8) hour!; shall cun,(itillo a work d,ry hct\��c!:n the hour of-:00 a.rn. and 4:N ' p.m. Forty(10) hours within live (5) clays, "Monday through Friday inclusive, shell) c:onst,'tute the work wcvk. Work peri'or•nted in the 9th antl IOth hour, Monday throtgt h Friday, s11;111 be Fetid at Bale and one-half(i ':1 the regular straight time nue oi'pay. Contractor ha:; the option to pay two (12,j Ltocirs 17cr day at th"time,uul one-half(i!':)the regular straight t l ftie rate of p,ty between the hours of 6:00 a.m. and 5:30 p.m.,M oxulay through Frid,ty. Work herfornuxl outside tic regularly scheduled working huur;c and on �cuuraays, Sundays aril recognized leg"d holidays, or clays ccichrated as such, shall he bald 1,01,at the rat"of double(') time, HOLIDAY RATE., All work pevfbinwd nn New 'r'ear's Day, NAentonal Day, Fourth of.lily, Labc>r Day, Veteran's Day,'fhanksgiving Day, C'hrl:;tmas i)ay, or days c•eiehralcd as such, shall be paid at the(1c)uble time rate of pay, when one ot'tile (i7re oin holidays ticks on Sund;l?•, it shall be c,ctebrnte:d earl tilt ,0110wi1lg ' Mondrly. ANNUAL WAGE' ORDER NO. 9 tn7a *Annual tncrenncnud Inr,rcayr Dire set_.awO i0,doc: AFFIDAVIT OF ( OM PIA DIF1 WORKS C 1A!9T5 LAV.,...jl 1, 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 2. That was awarded a public works contract for Project No. 31059, Manhole Adjustment Project. r3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended) an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. That _ _ has fully complied with the provisions and requirements of Section 290,290 RSMo (1994 as amended) FURTHER AFFIANT SAYETH NAUGHT. AFFIANT Subscribed and sworn to before me this day of , 20_, NOTARY PUBLIC My Commission Expires: STATE OF MISSOURI ) ss COUNTY ® C ONSTR UCI'I t' N C ON'1'I A C'7' UND R S25,000 tv HIS CONTRACT,made tool entered into this_1v.._ 'i day of .(uly, boll.,by and helwcell (wchotls I Acavating Company, Inc.,hcreinafiercIIIed"Conll';.tcIoI ;uul IIle 0 IN'oI,I(11i.-rscnl,(Missouri.i nuullcipaI corporation. hereinalier called -city.- W11'NF'SS1-HI: That Whurcas, C'onlraclor has heron►(• the lolt.cst ►cspol :ible bidder Ian• I'urnishing the supervision, labor, tools, ecluipnlcnt, nullerials ;111(1 "uppile" and hir cot struchlip file 1,611owing City improvements: labor, etluiprurni, anti grouting to raise or mljusl earl, of as manholes including restoration of yards. NOW 'I'IIFRF'FORIi, file parllrs Io this con1mcl lhr i011( c tilp, 1. Sco >'e of Ser�_ires. ConU'actor a1_±recs to provide tabor, c(lulpmew, and p..will:111r to r;lisr or n(linst each o1.3.1 manholes including I'cstol•tttion of yards :Is nott.xl in I.\hiha( A, lwopc• of \Veit k. 2. Manner and Time 1*0n1• ('oln fleficill. Contractor ag►'ces with the City to kirnisll ;III supervision. 1;111m, loots, rcltlipn)CIlf, nt;ttcrials and supplies necessary to perform,and It',1wri'orn1,s:nd\\,(11.1, it t 'oillraclol'r,own experts( in accordance with the contract documents and anN applic.ahlc t'i(� ordillaiwrs illid st;tty ;111(1 (edcral laws, within thirty(30)working days front the(talc t'onlnictor i,,ol(let oIto pro, ccd, which order shall he issued by the Director ol,Coil lntunity I)cvelopnlc•11t l+it 11111 1(•It ( Mh(M) Im." 111 vi the dale 11flhis contract. 3. P.arent� Paymcntshallhunrult'1t��'t1111fa1'l��l'I))'t tlti' l01lol\lin,111(",11(t1 111"."wI1I)vCt mll,101it(1( all i1clilized 5tatelllcllt I(11lowillg cortlpletioll o('sc•rc wk.". 11 is r<lood th;a1 ill no evvilt shall the total paid to Ills Contractor ('x1 c•(•d IIIV •,11111 111 ( liltwoll I lwwa mld Six IIllll(h'ed Dollars ($13,6(10.00). Pw,!lnc-nl sh;111 hc' modr to ( 'olilr; okil h\ t 'il, 11111111 stilMlission ol• an itemized invoice, properly siR;t11 tl anti sllhnlitic d, ill dtlplit.'Jit•, !o Iho I i11ant c Oirc c tor, 320 T:ast Mc('arty SIIV-0, Jc-lTc•rs,MIL ilv. I\li,�o11ri, 11`� I1►i 4. Prevailing�VaaUcti. TO the extent that Ihc work perlormod hN, t 'onlrll,lol 1, •,uhlt•ri to pi cclrlult \cant• Lm ( ',unractor shall pay a wageol'no less than the"pIvv!IIIII)p llomll\ ralc 1111 wol k ()I'a !ormlm rhoracler in this locality, as established by I)epartolcill oI' I ah111 aotl Inthlst11;11 16 1,1111111•, (11 lilt, kwlu:c of Missouri, and as established by Ihc Federal I•lliploymcIII Sland,uds 111 Ihc Orpalmicilf ,11. 1 ahm.. Contractoracknowled gesIha1ConlraclorknollsIht-pIv\nllln}, h111111 Ialrof wapt'sIol 1111% pro lcl:l because Contractor hay;ohwincd the prcvailinr, holnly a;tic• of\(;11 t , hone Ihc ronlrnl1. oi' A m al Wage Order No,9 Scction 01.1 in which tltc rate oC 11;IL(, 1, s(t 1111th t '1111ti m1ol luttilct aEtret s fluff It:C011STAC{I'TICS'C0f15I1UC110q'I�N'C11u1151:5f! m„\lnuh„Ir:\4iu,tnu•1 i+� Lu`,y,e Contractor will keep an accur•alc record showing the Mules rind oeeup:►tions ol• ell workmen employed in connection with the work to be performed under tllc ler•n►s ol'll►is co lnwl. The record shall show the actual wages paid to the workmen in connection with the work to be perlol-Il led►.Inder the terms of this contract, A copy of the record shall be delivered to the Purchasing Agent each week. in accordance with Section 290.250, RSMo,Contractor shrill lorfeil to the('ity Tell Dollars ($10.00) for each workman employed, for each calendar day o►•portion Ihcrcof that the workman is paid less than the stipulated rates Im- any work done undc►• lhis coritreet, by ('onlractor or any subcontractor under the Contractor. 5. Pricing. Pricing shall be as include([ with Contractor's response quoted on the I'ropOsal. 6. insurance. Contractor shall procure and taintain at its own expense during; the life ol'this eonlracl: A. Workmen's Compensation Insurance filr all of ilS en►ployces tit be engaged in work under this contract. B. Contractor's Public Liability Insurancq in an amount not less than $500,000 for all claims arising out of a single occurrence and $10(1,0(►(► lm any one person in a single accident or OCCLIr•r•CncC, except lit$ those claims poverned by the provisions of the Missouri Workmen's Compensation► Lrm, Chapter 287, 1(SMo, and Contractor's Property Damage InsurallCU in an 8,1101.1111 not less than S600,000 lily all claims arising out ol'a single accident n1.OCCUrl-ClICe and $100,000 li)t•any One person in I single accident or occUrreiiec, C. Automobile Liability Insurance ill an amount not less than "500,000 for ;ill claims arising out of a single accidcnt or occurrence and ';;100,000 f i 1I.any urge petition in a single accident or occurrence. D. Owner's Protective Liability Insurance. Contractor shall also obtain al its own expense and deliver to the City in Owner", Protective [,;ability Insurance Policy naming;the City of'Jefferson as the insured, in all 81.0011111 1101 less than$500.000 lit• all claims arising out of a single accidcnt or oceurre11ce and $100,000 for any ilne person in a single accidcnt or occurrence, CxeCpI 1`01 those elaitns governed by the provisions of the Missouri Workmen's (_'Ol111MIS110011 Law, Chapter 257, RSMo. No policy will be accepted which excludes liability lit$ damage to underground structures or by reason of blasting, explosion or collapse. E. Subcontracts. In case any or all of this work is sublet, ('01111-at;t01- shall ruluire the Subcontractor to procure and maintain all insurance rc(,luirCd ill Suhparagraphs(a), (b), and (c) hcreofand in like wnounts. F. Scale of Insurance and Special Hazard. The insurance required under Sub- ' paragraphs(b) and (c) hereof shall provide adequatc protection lur Contractor and its subcontractors, respectively, agalllst damage claill-Is which may arise from operations under this contract, whether such operations be by the insured or by a?Contract l'ilm,construction\l'wchous Excavting\\tanhole Adiusnncot 6.4-03.wpd 7 anyone directly Ol- indirectly employed by it, and also against any special hazards which may be encountered in the perlornlancc ol'this contract. rN0 TF,: Paragraph (1) 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; oil the project, unless the general public liability and property damage policy(or rider attached thereto)ol'thc general contractor provides adequate protection against claims arising; From operations by anyone directly or indirectly employed by Contractor. 7. Contractor's Responsibility for Subcontractors. It is further agreed that Contractor shall be as Bally responsihlc to the City for the acts and onlissiors of its subcontractors, and of'persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to hind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work ofsl_thcontractors and to give Contractor the same power regarding termination ofany subcont•acl as the City may exercise over Contractor underany provisions of'this contract. Nothingcontaincd in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. g. Li ucL idated Damages. The City may deduct.Two I-itindred Fifty Dollars($250.00) frorn ally,111101.1111 otherwise due under this contract for every flay Contractor fails or refuses to prosecute the work, or any separable part thercol', with such diligence as will ensure the completion by the time above specified, or any extension thereof, or Mils to conlplcae the work by such• tilde,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 becallSe of delays in the completion ol'the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agCI1lS. 9. 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 ofthe City should Contractor be adjudged a bankrupt, or it'Contractor should slake a general assignment fog• the benefit of its creditors, or it' a receiver should be appointed fbr Contractor or for any of its property, or it' Contractor should persistently or repeatedly refusc or fail to supply enough properly skilled workmen or proper material, or it'Cont'actor should refusc or tail to slake prompt payment to any person supplying labor or materials for the work Wilier the contract, or persistently disregard instructions of the Citv or fitil to observe or perform any provisions ol'lhc contract. I U. City's Ridhl to Proceed. In the event this contract Is terminated plil•SIIallt to Parag►'aph 9,then the City may take over the work and prosecute the sank to completion,by contract or otherwise,and Contractor and its sureties shall be liable to the City Im any costs over the amount ol'this contract thereby occasioned by the City. . In idly such case the City may take possession of,and utilize in completing the work,such materials, ' appliances and structures as may he on the work site and are necessary for completion ofthe work. II l'untrau I'ila nntrUUCtiun'lerhuus Iitcatling S1:mholc Adptsuncnt A-d•Ui wlxl 3 r The loregoing provisions are in addition to,and not in limitation of; the rights ofthe City under any other provisions of the contract, city ordinances, and state and federal laws. 11. indemntt_ To the fullest extent permitted by law,the Contractor will indemnity and hold harmless the City, its elected and appointed officials,employees,and agents fronl and against any and all claims,danlages, losses,and expenses including attorneys'I'ecs arising out ofor result ing from the performance of the work, provided that ally 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 (otller 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 ally of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by it party indemnified hereunder. Such ohligatillll Shall not be Construed to(legate, abridge,or otherwise reduce any otller right or obligation of indemnity which would otherwise exist as to any party or person described in this Paragraph. 12. Payment for labor and Materials. Contractor agrees and binds itsell'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. 13. SupPI iiics. Contractor is hereby authorizecl and directed to utilize the City's sales tax exemption in the purchase of goods and (Materials for the prUlect as set out in Section 144.062, RSN/10 1986 as amended. 14. The contract documents shall consist of the following: a. This Contract c. Signed Copy of Bid b. Addenda f. General Provisions c. Information for Bidders g. Special Provisions d. Notice to Bidders h. 'Technical Specifications This contract and the other documents enumerated in(his paragraph, form the Contract between the parties. These documents areas fully a part of the contract as 1 f attached hereto oi-repeated herein. 15. Nondiscrimination, Contractor agrees in the performance of this contract not to discriminate on the ground or because of race,creed,color,national origin or aIlcestry,sex, religion, handicap, age,or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. 16. Notices. ' All notices required to be in writing may be given by first class mail addressed to the Director of Community Development,Cityo0cfferson,320 East McCarty,Jefferson City,Missouri,65101,and Contractor, Twellous Excavating Company, Inc. The date of delivery orally notice shall be the second full day after the clay of its mailing. MIContract rdcs�crmvtruciiou`llcchous GzcawingWanholc Adjustment 64-03.upl 4 17, Jurisdiction. ® This agreement and every question arising hereunder shall be interpreted according to the laws and statutes ol'the State of Missouri. ' IN WI`l'NI SS WHEREOF, the parties hereto have set their hands and seals this _� (lay of Jul , 2003, CITY Or JEWY LIZSON, MISSOURI CONTRACTOR O12 'rwe�.t,�; ca► �:,�,�, ,o , 1V4ayor Title: cs;6ew -42 01134 City Clerk 1'it c: See.c0b r APPR(�>,T 'D AS 1'0 RM: City Coun elor IIPContrnct fi1cs\comtruetionff%vchous GxcnwingWanhole AJjostmem 64-03.ep1 5 A Scope of Work EXHIBIT EXHIBIT Work for Project Number 31059-Manhole Adjustment Project will include labor,equipment,and grouting to raise or adjust each of 34 manholes. Restoration of'yards will be included as part of the contracted work. Each of the manholes or lampholes is located in a sanitary sewer casement. Every effort should be made to work within the city's easement or as can be negotiated with the property owner. Manhole sections, grade rings, tar strip seals or butyl ribber caulk, rings, and lids will be provided by the city. Six-inch and eight-inch concrete grade rings will be allowed only where a combination of manhole sections will not achieve grade per the City of Jefferson's Standard Manhole Details. Four-foot diameter manhole sections will be available in heights of 12, 16, 24, and 32-inches. Location and approximate depth of each manhole will be indicated on project plan sheets. Manholes and lampholes shall be raised to the finished yard contour or above to preclude surface drainage to the structure or covering the structure in the future. All adjustments and repairs will be made in compliance with applicable sections of the City of Jefferson's Standard Sanitary Sewer Specifications. All work will be inspected and approved by the city prior to backfilling excavations around manholes or lampholes. Contractor is responsible for location of all utilities in project areas. • N^Contract Res%constructlon\Twehous GxcavtingWanhole Adjustment W-05 w{xl 6 1 Bond 437BCSAM2942 iPERFORMANCE, PAYMENT AND GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Twehous Excavating Ccxrpany, Inc._ hereinafter, referred to as "Contractor" and Hartford Fire Insurance Company r _ _ a Corporation organized under the laws of the State of Connecticut and authorized to transact business in the State of Missouri as Surety, are held and firmly bound unto the . City of .Jefferson, Missouri _ ! hereinafter referred to as "Owner" in the penal sum of Thirteen Thousand Six Hundred & 00/100 DOLLARS ($ 13,600.00 ), lawful money of the United States of America for the payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. 1 THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; WHEREAS, the above bounded Contractor has on the 11th day of July , 20 03 , entered into a written contract with the aforesaid Owner 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 and other Contract Documents thereto attached or, by reference, made a part thereof, according to the true intent and meaning in each case, and if said contractor shall replace all defective parts, material and workmanship for a period of one year after acceptance by the Owner, then this obligation shall be and become null and void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to be done, the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with interest as provided by law: PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract, or the work to be performed there under, or the specifications accompanying the same, shall in any wise affect its obligation on this bond and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract, or to the work, or to the specifications: PROVIDED FURTHER, that if the said Contractor fails to pay the prevailing hourly rate of wages, as shown in the attached schedule, to any workman engaged in the construction of the improvements as designated, defined and described in the said contract, specifications and conditions thereof, the Surety will pay the deficiency and any penalty provided for by law which the contractor incurs by reason of an act or omission, in any amount not exceeding the amount of this obligation together with interest as provided by law: IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the said Surety has caused these presents to be executed in its name, and its corporate seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at Jefferson City, Missouri on this the 11th July of_ July 20 03 1 Hartford Fire Insurance Coupan k +1 -1 , `T" c . SURETY COMPANY CONTRACTOR BY BY SEAL B I SEAL B :?-u-a. (SEAL) BY (SEAL) Attor e�y-in-fact (State Representative) ' Kris . Bennett (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) ACKNOWLEDGMENT BY SURETY STATE 01: Missouri County of Cole Oil this 11th daN of ----_-_-July 2003 before me personalIN, appeared Kris L. Bennett knomi lo. me to be the Attorney-in-Fact of Hartford Fire Insurance Company the corporation that executed—the within instrument, and acknowlcd��cd to me that such corporatism cx�;caued the same. IN WITNESS W1.11"10-OF, I have hereunto set ill\- hand and affixed my official seal, at my office in the aforesaid count),, the (ill), and year in this certificate first above written, Nolan, 11111)lj c' 11 the SIMC of MiSSOUri cal) l'uunty of /sagge--­­­-_—, / JANET HASLAG NOTARY PUBLIC-NOTARY SEAL STATE OF MISSOURI COUNTY OF OSAGE My Comrillssl0r)Expires; '18.2006 8.02301GEEF 10199 POWER OF ATTORNEY THE HI�4�TIFDFtD I VAR I rORD PLAZA Ib112TFr)rM CONNCCTIC.l1T 0611, ( X ; f-lartford Fire Insurance Company Iwin City f=ire Insurance Company X Hartford Casualty Insurance Company I1r.irtford Insurance Company of Illinois j Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest ( I Hartford Underwriters Insurance Company Hartford Insurance Company of the Southeast l _ KNOW ALL PERSONS BY THESE PRESINTS 111A1 the I firrtford I ire In:;urnnra Company, Hartford Accident and Indemnity Company and 1-ladfoid Underwriters I11511ral Ce Company, corporations duly organized under the laws of the State of Connecticut; Hartford Insurance Company of Illinois, a corporation duly orgrinizcA under the laws of the State of Illinois, Iartford Casualty lnsuranco Company, Twin City Fire Insurance Company and I1a11ford Insurance Company of the Midwvst, corporations duly organized under the laws of the State of Indiana; and I-lartford Insurance Company of III(? Snulhcasl, a corprxnhon duly organized under the laws of the State of Florida; having their home office in Hartford, CUIIneGIICUt. (hereinilfler collectively retched to as Ihc• "Companies") do Hereby make, constitute and appoint, up to the amount of unlimited: Kris L. Bemlett, Louis A l_rlmlwebi. Ch;riles A l urbrre, Pow-fly d BocAers of duf/cvsnn :;rly, MO their true and lawful Attorneys)-in-Fact, each In their separatr:� capacity If more thin one Is mitned above, to sign its name as surety(ies) only as delineated above by [j, and to execute, seal and acknowlr•d(le any mid all bonds, undertakings conk acts and other written instruments in the nature thereof, on behalf of the Companies it) Iheir burine;,:, of gumante:einq the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and unrterlaklnds required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Hoard of [)nec.lois of the Companies on September 12th, 2000, the Companies have caused these presents to be signed by its As sistanl Vlcc! Piesidonl and Its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant 10 NO!,olullon of Ili(.- Board of Daectors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signaatuies applied to this Power of Attorney. '�tYIrw� .,j;n^zirj:. //�► p�t l—....,`. WlU '�.r-i-+�.�,�+y •, rw' ,t �,. O �P�Mr � `��.rrQ ,.rn•r..r,,�' F ♦V11T ^ f,�r:.<o' •+aarar%! r•a�:�......��"r` t.t�rne►oiurra �UFA► C evy / .9 t9a I �.' 1 �y�,� i.� �..t f�.r�; ?•� o rj c ClA�. L Paul A Bergenholtz,Assistant Secretary John P Hyland.Assistant Vice President sTATF OF CONNrcTion, Hartford COIINIY OF IIAHTI:0111) On this 19"' day of September. 2000, before me personally came John I' I lyl;.lnd, to Ine known, who being by me duly sworn, did depose and say. that he resides in the County of Hartford, State. of ConnecUcuL timl he I!:, the Assistant Vice President of the Companies, the corporations described in and which executed the above• instrument, that he know,; Ihc. seats of the said corporations; that the seals affixed to the said instrument are such corporate seals, that they were SO affixed by 11001011ly of the Boards of Directors of said corporations and that he signed his name thereto by like authority. �' �cw II 11:rnial. r:1111111('.All ti,n�n� Iuhhr %h "inmi .i,u I\plre0nns a0.'00-I I, the undersigned, Assistant Vice Pre3ident of the Companies, DO I LI'_1 F1 Cf.:f�flf-1' that the above and foregoing is a true and ' correct copy of the Power of Attorney executed by said Companies, which I,, still m full force effective as of July il, 2003 Signed and sealed at the City of Hartford I•.•w•r••.►r 'hf i';trueirr�)� �4 w,v r H' �I.'I.�-.;r�,.r: 'a -, t• !�c:•p a e"O�•;r"r;r;4�!,�t Fl �i`,t I.,.:o..;:..N sir op rr► ,�;.'•7 ,,,- � !r;%aP•+owl ®"o U? f U ' Colleen Mastroiannl,Assistant Vice President Obligee's%/nsured's Marne i City of Jefferson, MO j ' Obligee s/Insured's Mailing Address 320 B McCarty St Jefferson City, MO 65101 �- Bond/Policy Number IM`"©I L 1 MIDI 1 NOTICE TO --___ 37BCSMQ942­-------`I ------ - I O B L.I G EESIPOLI CYH O LD ERS -- TERRORISM RISC INSURANCE ACT OF 2002 You are hereby notified that, under the Terrorism Risk Insurance Act of 2002, effective November 26, 2002, we must make terrorism coverage available in your bond/policy. However, the actual coverage provided by your bond/policy for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, limits, other provisions of your bond/policy, any endorsements to the bond/policy and generally applicable rules of law. Any terrorism coverage provided by this bond/policy is partially reinsured by the United States of America under a formula established by f=ederal Law. Under this formula, the United States will pay 90% ' of covered terrorism losses exceeding a statutorily-established deductible paid by sureties/insurers until such time as insured losses under the program reach $100 billion. If that occurs, Congress will determine the procedures for, and the source of, any payments for losses in eexcess of $100 billion. The premium charge that has been established for terrorism coverage under this bond/policy is teither shown on this form or elsewhere in the bond/policy. If there is no premium shown for terrorism on this form or elsewhere in the bond/policy, there is no premium for the coverage. I Terrorism premium: 1 Form B-3333-0 200 Pagel of l (0 2, 'fh� Hartford � 1 7'1111: dr InC uit'ies R.eLyar litlL 0ainis Hartford Fire Insurance Compariv 'Twin City Insurance Company Hartford Casualty Insurance Cun►pany Iartford Insurance Company of Illinois Hartford Accident and Indemnity Con►pany Hartford Insurance Company of the Midwest Hartford Underwriters Insurance Company .1-lartford Insurance Company of the Southeast Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford's underwriting companies to the following: Phone Nuinber 555-266-3485 Fax - Claims 560-757-5535 or 564-547-5265 E-mail claims )Istepsurety.com Mailing Address The Hartford The Hartford Fidl-lity & Bonding (BOND) 1-1a1-tford Plaza 690 Asylum Avenue Hartford, CT 06115 GENERAL PROVISIONS FORWARD The following Articles GP-1 through GP-49 are "General Provisions of the Contract", modified as set forth in the Special Provisions. GP-1 CONTRACT DOCUMENTS It is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders, General Provisions, Special Provisions, Bid, Contract, Performance and One Year Guarantee Bond, Specifications, other documents listed in the Table of Contents and bound in this Volume. Plans, all Addenda thereto issued prior to the time of opening bids for the work, all of which are hereto attached, and other drawings, specifications, and engineering data which may be furnished by the Contractor and approved by the Owner, together with such additional drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the intent of the specifications and drawings, are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary, and what is called for by Y an 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 execrted 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. "`7 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 Clays 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 beer) prepared by the Engineer as a basis for proposals, all drawings submitted by the successful bidder with his proposal and by the Contractor to the City, if and when approved by the Engineer, and all drawings submitted by the City to the Contractor during the progress of the work, as provided for herein. 11. Whenever in these contract documents the words "as directed", "as required", "as permitted", "as allowed", or words or phrases of like import are used, it shall be understood that the direction, requirement, permission, or allowance of the City and Engineer is intended. 12. Similarly the words "approved", "reasonable", "suitable", "acceptable", "properly", "satisfactory", or words of like effect and import, unless otherwise particularly specified herein, shall mean approved, reasonable, suitable, acceptable, proper or satisfactory in the judgment of the City and Engineer. 13. Whenever any statement is made in these Contract Documents containing the expression "it is understood and agreed" or any expression of the like import, such expression means the mutual understanding and agreement of the Contractor and the City. 14. Missouri Highway Specifications shall mean the latest edition of the Missouri Standard Specifications for Highway Construction" prepared by the Missouri Highway and Transportation Commission and published before the date of this contract. 15. "Consultant" shall mean the firm, company, individual, or its/his/her duly authorized representative(s) under separate agreement with the City of Jefferson that prepared the plans, specifications, and other such documents for the work covered by this contract. GP-3 THE CONTRACTOR It is understood and agreed that the Contractor, has by careful examination satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of this contract, shall affect or ' modify any of the terms or obligations herein contained. The relation of the Contractor to the City shall be that of an independent contractor. GP-4 THE ENGINEER The Engineer shall be the City's representative during the construction period and he shall observe the work in process on behalf of the City by a series of periodic visits to the job site. He shall have authority to act on behalf of the City. The Engineer assumes no direction of employees of the Contractor or subcontractors and no supervision of the construction activities or responsibility for their safety, The Engineer's sole responsibility during construction Is to the City to endeavor to protect defects and deficiencies in the work. Any plan or method of work suggested by the Engineer, or other representative of the City, to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor; and the Engineer and the City will assume no responsibility therefore. GP-S BOND Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the full amount of the contract sum. This surety bond, executed by the Contractor to the City, shall be a guarantee: (a) for the faithful performance and completion of the work in strict accordance with the terms and intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might in any manner become a claim against the City; (c) for the payment to the City of all sums due or which may become due by the terms of the contract, as well as by reason of any violation thereof by the Contractor; and for a period of one year from and immediately following the acceptance of the completed project by the City, the payment to the City of all damage loss and expense which may occur to the City by reason of defective materials used, or by reason of defective or improper workmanship done, in the furnishing of materials, labor, and equipment in the performance of the said contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the property sureties through a company licensed and qualified to operate in the state and approved by the City. Bond shall be signed by an agent resident in the state and date of bond shall be the date of execution of the contract. If at any time during the continuance of the contract the surety on the Contractor's bond becomes irresponsible, the City shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the City within ten (10) days after notice to do so, In default thereof, the contract may be suspended, all payments or money due the Contractor withheld, and the contract completed as hereinafter provided. GP-6 INSURANCE GP-6.1 GENERAL: The Contractor shall secure, pay for and maintain during the life of the Contract, insurance of such types and amounts as necessary to protect himself, and the City, against all hazards enumerated herein. All policies shall be in the amounts, form and companies satisfactory to the City. The insuring company shall deliver to the City certificates of all insurance required, signed by an authorized representative and stating that all provisions of the following specified requirements are ' complied with. All certificates of Insurance required herein shall state that ten (10) days written notice will be given to the City before the policy is canceled or changed. All certifications of insurance shall be delivered to the City prior to the time that any operations under this contract are started. All of said Contractor's certificates of insurance shall be written in an insurance company authorized to do business in the State of Missouri. GP-6.2 BODILY INJURY LIABILITY & PROPERTY DAMAGE LIABILITY INSURANCE (1) Bodily Injury Liability insurance coverage providing limits for bodily injuries, including death, of riot less than$500,000 per person and $100,000 per occurrence. (2) Property Damage Liability insurance coverage for limits of not less than $500,000 per one occurrence nor less than $100,000 aggregate to limit for the policy year. GP-6.3 CONTRACTOR'S PROTECTIVE BODILY INJURY LIABILITY & PROTECTIVE PROPERTY DAMAGE LIABILITY INSURANCE: COVERING OPERATIONS OF SUBCONTRACTORS) (1) Contractors contingent policy providing limits of at least $100,000 per person and $500,000 per occurrence for bodily injury or death. (2) Property Damage Liability providing limits of at least $100,000 per occurrence and $500,000 aggregate. GP-6.4 CONTRACTUAL LIABILITY_ Property Damage coverage with $500,000 aggregate limit. GP-6.5 OWNER'S PROTECTIVE LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage insurance issued in the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor or his subcontractors in fulfilling this contract. The minimum amount of such insurance shall be the same as required for Bodily Injury Liability and Property Damage Liability Insurance, This policy shall be filed with the Owner and a copy filed with the Engineer. GP-6.6 EXCLUSIONS The above requirements GP-6.2, 6.3, 6.5 for property damage liability shall contain no exclusion relative to: (1) Blasting or explosion. (Consult Technical Specifications Part I for possible deletion of this requirement on subject project.) (2) Injury or destruction of property below the surface of the ground, such as wires, conduits, pipes, mains, sewers, etc., caused by the Contractor's operations. (3) The collapse of, or structural injury to, any building or structure on or adjacent to the City's premises, or injury to or destruction of property resulting there from, caused by the removal of other buildings, structures, or supports, or by excavations below the surface of the ground. • GP-6.7 AUTOMOBILE BODILY INJURY LIABILITY & AUTOMOBILE PROPERTY DAMAGE LIABILITY INSURANCE Contractor shall carry in his narrre, additional assured clauses protecting City, Liability Insurance with Bodily Injury or Death Limits of not less than $100,000 per person and $500,000 per occurrence, and property damage limits of not less than $100,000 with hired car and non-owned vehicle coverage or separate policy carrying similar limits, The above is to cover the use of automobiles and trucks on and off the site of the project. e GP-6.8 EMPLOYER'S LIABILITY AND WORKMEN'S COMPENSATION Employer's and Workmen's Compensation Insurance as will protect him against any and all claims resulting from injuries to and death of workmen engaged in work under this contract, and in addition the Contractor shall carry occupational disease coverage with statutory limits, and Employer's Liability with a limit of$300,000 per person. The "All State"endorsement shall be included. In case any class of employees is not protected under the Workmen's Compensation Statute, the Contractor shall provide and cause such contractor to provide adequate employer's liability coverage as will protect him against any claims resulting from injuries to and death of workmen engaged in work under this contract. GP-6.9 INSTALLATION FLOATER INSURANCE This insurance shall insure and protect the Contractor and the City from all insurable risks of physical loss or damage to materials and equipment, not otherwise covered under Builder's Risk Insurance, when in warehouses or storage areas, during installation, during testing and until the work is accepted. It shall be of the "All Risks" type, with coverage designed for the circumstances which may occur in the particular work included in this contract. The coverage shall be for an amount not less than the value of the work at completion, less the value of the material and equipment insured under Builder's Risk Insurance. The value shall include the aggregate value of the City-furnished equipment and materials to be erected or, installed by the Contractor not otherwise insured under Builder's Risk Insurance. Installation Floater Insurance shall also provide for losses, if any. to be adjusted with and made payable to the Contractor and the City as their interests may appear. If the aggregate value of the City-furnished and Contractor-furnished equipment is less than $10,000 such equipment may be covered under Builder's Risk Insurance, and if so covered, this Installation Floater Insurance may be omitted. GP-6.10 CONTRACTOR'S RESPONSIBILITY FOR OTHER LOSSES For the considerations in this agreement heretofore stated, in addition to Contractor's other obligations, the Contractor assumes full responsibility for all loss or damage from any cause whatsoever to any tools owned by the mechanics, any tool machinery, equipment, or motor vehicles owned or rented by the Contractor's, his agents, sub-contractors, material men or his or their employees; to sheds or other temporary structures, scaffolding and staging, protective fences, bridges and sidewalk hooks. The Contractor shall also assume responsibility for all loss or damage caused by, arising out of or incident to larceny, theft, or any cause whatsoever (except as hereinbefore provided) to the structure on which the work of this contract and any modifications, alterations, enlargements thereto, is to be done, and to materials and labor connected or to be used as a part of the permanent materials, and supplies necessary to the work. • GP-6.11 CONTRACTOR'S RESPONSIBILITY ON DAMAGES & CLAIMS INDEMNIFYING CITY The Contractor shall indemnify and save harmless the City and Engineer and their officers and agents, of and from all losses, damages, costs, expenses, judgments, or decrees whatever arising out of action or suit that may be brought against the City or Engineer or any officer or agent of either of them, for or on account of the failure, omission, or neglect of the Contractor to do and perform any of the covenants, acts, matters, or things by this contract undertaken to be done or performed, or for the injury, death or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors, workmen, material men, or suppliers of machinery and parts thereof, equipment, power tools and supplies incurred in the fulfillment of this contract. GP-6.12 NOTIFICATION IN EVENT OF LIABILITY OR DAMAGE Upon the occurrence of any event, the liability for which is herein assumed, the Contractor agrees to forthwith notify the City, in writing such happening, which notice shall forthwith give the details as to the happening, the cause as far as can be ascertained, the estimate of loss or damage done, the names of witnesses, if any, and stating the amount of any claim. GP-7 ASSIGNMENT OF CON'TRAC'T The Contractor shall not assign or transfer this contract nor sublet it as a whole, without the written consent of the City and of the Surety on the Contractor's bond. Such consent of Surety, together with copy of assignment, shall be filed with the City. No assignment, transfer or subletting, even though consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him in a satisfactory manner, the City may at his option annul and terminate Assignee's contract. GP-8 SUBCONTRACTS. PRINCIPAL MATERIALS & EQUIPMENT Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and equipment, which he proposes to use in the construction of the project. The Contractor agrees that he is as fully responsible to the City for the acts and omissions of his subcontractors and of person either directly or indirectly employed by them as he is for the acts and omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the City. No officer, agent or employee of the City, including the Engineer, shall have any power or authority whatsoever to bind the City or incur any obligation in its behalf to any subcontractor, material supplier or other person in any manner whatsoever. GP-9 OTHER CONTRACTS The City reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs, If any part of the Contractor's work depends for proper execution or results on the work of any other O contractor, the Contractor shall inspect and promptly report to the Engineer any defect in such work that renders it unsuitable for such proper execution and results. His failure so to inspect and report all constitute an acceptance of the other contractor's work as fit and proper for the reception of his work, except as to defects which may develop in the other contractor's work after the execution of his work. Wherever work being done by the City's forces or by other contractors is contiguous to work covered by this Contract, the respective rights of the various interests involved shall be established by the Engineer, In order to secure the completion of the various portions of the work in general harmony. GP-10 LEGAL RESTRICTIONS. PERMITS AND REGULATIONS The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature and shall give due and adequate notice to those in control of all properties which may be affected by his operations. Rights-of-way and easements for permanent structures or permanent changes in existing facilities shall be provided by the City unless otherwise specified. -rhe Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn or specified. GP-11 ROYALTIES AND PATENTS It is agreed that all royalties for patents or patent claims, infringement whether such patents are for processes or devices, that might be involved in the construction or use of the work, shall be included in the contract amount and the Contractor shall satisfy all demands that may be made at any time for such and shall be liable for any damages or claims for patent infringements, and the Contractor shall at his own expense, defend any and all suits or proceedings that may be instituted at any time against the City for infringement or alleged infringement of any patent or patents involved in the work, and in case of an award of damages, the said Contractor shall pay such award; final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. GP-12 SCOPE AND INTENT OF SPECIFICATIONS AND PLANS GP-13.1 GENERAL These Specifications and Project Plans are intended to supplement, but not necessarily duplicate each other, and together constitute one complete set of Specifications and Plans so that any work exhibited in the one and not in the other, shall be executed just as if it has been set forth in both, in order that the work shall be completed according to the complete design of the Engineer. Should anything be ornitted frorn the Specifications and Plans which is necessary to a clear understanding of the work, or should it appear various instructions are in conflict, then the Contractor shall secure written instructions from the Engineer before proceeding with the construction affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning and intent of the contract, specifications and plans. tGP-12.2 FIGURED DIMENSIONS TO GOVERN ' Dimensions and elevations shown on the plans shall be accurately followed even though they differ from scaled measurements. No work shown on the plans, tie dimensions of which are not indicated shall be executed until the required dimensions have been obtained from the Engineer. GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES The Contractor shall check all dimensions, elevations and quantities shown on the plans, and ' schedules given to him by the Engineer, and shall notify the Engineer of any discrepancy between the plans and the conditions on the ground, or any error or omission in plans, or in the layout as given by stakes, points, or instructions, which he may discover in the course of the work. The Contractor will not be allowed to take advantage of any error or omission in the plans or contract documents, as full instructions will be furnished by the Engineer should such error or omission be discovered, and the Contractor shall carry out such instructions as if originally specified. The apparent silence of the Plans and Specifications as to any detail or the apparent omission from i them of a detailed description concerning any point, shall be regarded as meaning that only the best general practices, as accepted by the particular trades or industries involved, shall be used. GP-12.4 STANDARD SPECIFICATIONS Reference to standard specifications of any technical society, organization or association, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. GP-13 CONSTRUCTION REPRESENTATIVE AT PROJECT The City may appoint or employ such "Construction Representative" as the City may deem proper, to observe the work performed under this Contract, to the end that said work is performed, in substantial accordance with the plans and specifications therefore. 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 therefore, provided, however, that should the Contractor object to any order given by the Construction Representative, the Contractor may make written appeal to the E=ngineer for his decision. The construction Representative and other properly authorized representatives of the City shall be free at all times to perform their duties, an intimidation or attempted intimidation of any one of them by the Contractor or by any of his employees shall be sufficient reason, if the City so decides, to annul the contract. Such construction representation shall not relieve the Contractor from any obligation to perform said work strictly in accordance with the plans and specifications or any modifications thereof as herein provided, and work 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 specifications except on written order from the Engineer, and the Contractor will be liable for any deviation except on such written order All condemned work shall be promptly taken out and replaced by satisfactory work, and all condemned materials shall be promptly removed from the vicinity of the work. Should the Contractor fail or refuse to comply with instructions in this respect the City may, upon certification by the Engineer, withhold payment or proceed to terminate contracts as herein provided. ' Reexamination of questioned work may be ordered by the Engineer, and if so ordered the work must be uncovered by the Contractor. If such work be done in accordance with the Contract Documents, the City shall pay the cost of reexamination and replacement. if such work be found not in accordance with the Contract Documents, the Contractor shall pay such cost, unless he shall show that defect In the work was caused by another contractor of the City and in that event the City shall pay such cost. The Contractor shall furnish samples of testing purposes of any material required by the Engineer, and shall furnish any information required concerning the nature or source of any material which he proposes to use. GP-14 OMITTED GP-15 CONTRACTOR'S RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for inspection of all materials furnished to him by the city upon pick-up from the City supply yard. Contractor is responsible for replacing or repairing any defects found after installation, GP-16 WATER All water required for and in connection with the work to be performed shall be provided by the Contractor at his sole cost and expense. GP-17 POWER All power for lighting, operation of the Contractor's plant or equipment or for any other use by the Contractor, shall be provided by the Contractor at his sole cost and expense. GP-18 SUPERINTENDENCE AND WORKMANSHIP The Contractor shall keep on his work, during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor shall provide proper tools and equipment and the services of all workmen, mechanics, tradesmen, and other employees necessary in the construction and execution of the work contemplated and outlined herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly, intemperate or incompetent or who neglects or refuses to perform his work in a satisfactorily manner, shall be promptly discharged. It is called particularly to the Contractor's attention that only first class workmanship will be acceptable. GP-19 MAINTENANCE OF TRAFFIC Whenever any street is closed, the Police Department, f=ire Department, and Ambulance Services shall be notified prior to the closing. When a portion of the project is closed to through traffic, the Contractor shall provide proper barricades and shall mark a detour route around the section of the project if applicable, The route of all detours shall be approved by the Director of Community Development. All detour signing shall conform to the latest edition of the "Manual on Uniform Traffic Control Devices". Throughout the project, wherever homes are served directly from a street or portion of a street which is to be reconstructed under this project, the Contractor shall make every effort to provide access to each home every night. This work shall be subsidiary to the construction and no direct payment will be made for it. GP-20 BARRICADES AND LIGHTS All streets, roads, highways, and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable warning signs, ' Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations shall be provided with suitable barriers, signs, and lights to the extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All burric.ides and obstructions shall he illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be so placed, and the work at all times shall be so conducted, as to cause the minimum obstruction and inconvenience to the traveling public. All barricades, signs, lights and other protective devices shall be installed and maintained in conformity with applicable statutory requirements, and in conformance with the Manual of Uniform Traffic Control Devices. All necessary barricades, signs, lights and other protective devices will be furnished, installed and maintained by the Contractor. This work shall be subsidiary to the construction and no direct payment will be made for it. GP-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES Pipelines and other existing underground installations and structures in the vicinity of the work to be done hereunder are indicated on the plans according to the best information available to the City. The City does not guarantee the accuracy of such information. The Contractor shall make every effort to locate all underground pipelines, 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 riot shown by the plans, or found in locations different than those indicated, shall not constitute a claim for extra work, additional payment or darnages, 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 sewer, which, in the opinion of the Engineer, must be moved will be moved by the utility company at no cost to the Contractor GP-22 PROTECTION OF WORK AND PROPERTY The Contractor shall be accountable for any damages resulting from his operations. He shall be fully responsible for the protection of all persons including members of the public, employees of the City and employees of other contractors or subcontractors and all public and private property including structures, sewers and utilities above and below ground, along, beneath, above, across or near the site or sites of the work, or other persons or property which are in any manner affected by the prosecution of the work. The Contractor shall furnish and niaintain all necessary safety equipment such as barriers, signs, warning lights and guards as required to provide adequate protection or persons and property. The Contractor shall give reasonable notice to the owner or owners of public, or private property and utilities when such property is liable to injury or damage through the performance of the work, and shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. In an emergency affecting the safety of life or of the work or of adjoining property, the Contractor, without special instruction or authorization, is hereby permitted to act at his discretion to prevent such ' threatenpd 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 1 jurisdictional labor disputes or other labor troubles of any kind that may occur during the construction or performance of this contract. GP-23 GUARANTEE OF MATERIALS AND WORKMANSHIP The Contractor hereby guarantees the work in connection with this contract against poor workmanship during the period of one (1)year after the date of completion of the contract. GP-24 NO WAIVER OF RIGHTS Neither observation of work by the City or any of their officials, employees, or agents, nor any order by the City for payment of money, or any payment for, or acceptance of, the whole or any part of the work by the City, nor any extension of time, nor any possession taken by the City or its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the City, or any right to damages herein provided, nor shall any waiver of any breach in this contract be held to be a waiver of any other or subsequent breach. GP-25 USE OF COMPLETED PORTIONS If desired by the City, portions of the work may be placed in service when completed or partially completed and the Contractor shall give proper access to the work for this purpose; but such use and operation shall not constitute an acceptance of the work, and the Ccntractor shall be liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter. GP-26 ADDITIONAL,OMITTED, OR CHANGED WORK The Owner, without invalidating the Contract, may order additional work to be done in connection with the Contract or may alter or deduct from the work, the Contract sum to be adjusted accordingly. All such work shall be executed to the same standards of workmanship and performance as though therein included. ® The Engineer shall have authority to make minor changes in the work, not involving cost, and not ■ inconsistent with the purposes of the work. Except for adjustments of estimated quantities for unit price work or materials to conform to actual pay quantities therefore as may be provided for in the Special Conditions, all changes and alterations in the terms or scope of the Contract shall be made under the authority of duly executed change orders issued and signed by the Owner and accepted and signed by the Contractor. All work increasing the cost shall be done as authorized by the Owner and ordered in writing by the Engineer, which order shall state the location, character, amount, and method of compensation. No additional or changed work shall be made unless in pursuance of such written order by the Engineer, and no claim for an addition to the Contract sum shall be valid unless so orderers. If the modification or alteration increases the amount of work to be done, and the added work or any part thereof is of a type and character which can be properly and fairly classified under one or more unit price items of the Proposal, then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices therefore. Otherwise, such work shall be paid for as "Extra Work"as hereinafter provided in this Article GP-26 If the modification or alteration decreases the amount of work to be done, such decrease shall not constitute the basis for a claim for damages or anticipated profits on work affected by such decrease. ' Where the value of omitted work is not covered by applicable unit prices, the Engineer shall determine on an equitable basis the amount of- 1, Credit due the Owner for Contract work not done as a result of an authorized change 2. Allowance to the Contractor for any actual loss incurred in connection with the purchase, delivery and subsequent disposal of materials or equipment required for use on the work planned and which could not be used in any part of the work as actually built. 3. Any other adjustment of the Contract amount where the method to be used in making such adjustments is not clearly defined in the contract documents. Statements for Extra work shall be rendered by the Contractor not later than fifteen (15) days after the completion of each assignment of extra work and if found correct will be approved by the Engineer and 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 tie shall be entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. Extra Work: (a) The term "Extra Work" shall be understood to mean and include all work that may be required to accomplish any change or alteration in or addition to the work shown by the Plans or reasonably 1 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 SUSPENSION OF WORK The Owner may at any time suspend the work, or any part thereof by giving ten (10) days notice to the Contractor in writing. The work shall be resumed by the Contractor within ten (10) days after the date fixed in the written notice from the Owner to the Contractor to do so. ' But if the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Owner does not give notice in writing to the Contractor to resume within a reasonable period of time, then the Contractor may abandon that portion of the work so suspended and he will be entitled to the estimates and payments for all work done on the portions abandoned, if any. GP-28 OWNER'S RIGHT TO DO WORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this contract, the Owner, after ten (10) days written notice to the Contractor, may, without prejudice to any ' other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. GP-29 OWNER'S RIGHT TO TERMINATE CONTRACT If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or, should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor five (5) days written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever method he may deem expedient. In such case, no further payment will be made the Contractor until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such expense: shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. GP-30 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be stopped under an order of any court, or other public authority, for a period of three months, through no act or fault of the Contractor or of anyone employed by him, then the Contractor may, upon five (5) days written notice to the Owner and the Engineer, stop work or terminate his contract and recover from the Owner payment for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages, GP-31 LOSSES FROM NATURAL CAUSES 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 he sustained and borne by the Contractor at his own cost and expense. 1 GP-32 SUNDAY, HOLIDAY AND NIGHT WORK No work shall be done between the hours of 6:00 p.m. and 7:00 a.rn., 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. 1 GP-33 UNFAVORABLE CONSTRUCTION CONDITIONS During unfavorable weather, wet ground, or other suitable construction conditions, the Contractor shall confine his operations to wort; which will not be affected adversely thereby. No portion of the work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken by the Contractor to perform the work in a proper and satisfactory manner. GP-34 OMITTED GP-35 MATERIALS AND EQUIPMENT Unless specifically provided otherwise in each case, all materials and equipment furnished for permanent installation in the work shall be new, unused, and undamaged when Installed or otherwise incorporation in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized by the Engineer in each case. GP-36 DEFENSE OF SUITS In case any action at law or suit in equity is brought against the City or any officer or agent of them for or on account of the failure, omission, or neglect of the Contractor to do and perform any of the covenants, acts, matters, or things by this contract undertaken to be done or performed, or for the injury or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors, workmen, material men, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in the fulfillment of this contract, the Contractor shall indemnify and save harmless the City and their officers and agents, of and from all losses, darnages, costs, expenses, judgments, or decrees whatever arising out of such action or, suit that may be brought as aforesaid. GP-37 CHANGE ORDER Any changes or additions to the scope of work shall be through a written order from the Engineer to the Contractor directing such changes in the work as made necessary or desirable by unforeseen conditions or events discovered or occurring during the progress of the work. GP-38 CONTRACT TIME The time for the completion of the work is specified and it is an essential part of the contract. The Contractor will not be entitled to any extension of contract time because of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. If the time for the completion of the work is based upon working days, this time will be specified in the contract. A working day is defined as any day when, in the judgment of the Engineer, soil and weather conditions are such as would permit any then major operation of the project for six (6) hours or over unless other unavoidable conditions prevent the Contractor's operation. If conditions are such as to stop work in less than six (6) hours, the day will not be counted as a working day. Saturdays, Sundays, and City holidays will not be counted as working days any time during the year, GP-39 CONTRACT TIME EXTENSION The Engineer may make allowance for time lost due to causes which he deems justification for extension of contract time. If the Contractor claims an extension of contract time on the grounds that he is unable to work due to causes beyond his control, he shall state his reasons in writing, furnish proof to establish his claim and state the approximate number of days he estimates he will be delayed. Notice of intention to claim an extension of contract time on the above grounds shall be filed with the Engineer at the time the cause or causes occur and the claim shall be filed in writing within 30 days after the claimed cause for the delay has ceased to exist. t r prescribed form attached to the back of these contract documents. GP-42 RELEASE OF LIABILITY The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof, from all claims and liability to the Contractor for anything done or furnished for, or relating to the work, or for any act or neglect of the Owner or of any person relating to or affecting the work. GP-43 CERTIFICATIONS GP-43.1 All suppliers of materials such as drainage pipe or handrail and all suppliers of asphaltic concrete or portland cement concrete mixtures shall certify in writing that the product as supplied conforms fully with these specifications. Such certification shall be delivered in triplicate to the Department of Community Development at least 24 hours before the product is to be used on the project. GP-43.2 The City, at its option, may perform or have performed such tests as may be deerned necessary to further assure that only specified materials are incorporated into the work. GP-44 LOCAL PREFERENCE In making purchases or in letting contracts for the performance of any job or service, the purchasing agent shall give preference to all firms, corporations or individuals which maintain offices or places of business within the corporate limits of the City of Jefferson, when the quality of the commodity or performance promised is equal or better and the price quoted is the same or less. ' GP-45 PREFERENCE FOR U.S. MANUFACTURED GOODS On purchases in excess of $5,000, the City shall select products manufactured, assembled or produced in the United States, if quantity, quality, and price are equal. Every contract for public works ' construction or maintenance in excess of$5,000 shall contain a provision requesting the contractor to use American products in the performance of the contract. GP-46 AWARD OF CONTRACT -REJECTION OF BIDS All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all subcontractors and suppliers who the contractor intends to use on the project. Compliance with this requirement and the Minority Business Enterprise Program shall be a consideration for award of this contract. The contract will be awarded to the lowest and best responsible bidder on the base bid proposal, complying with the conditions of the Advertisement for bids and Specifications, providing the bid is reasonable and it is in the interest of the City of Jefferson, Missouri to accept same. The bidder to whom an award is made will be notified at the earliest possible date. The City of Jefferson, however, r 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. ' GP47 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORKS' CONTRACTS LAW Upon completion of project and prior to final payment, each contractor and subcontractor hereunder shall file with the City of Jefferson, Missouri, Department of Community Development, an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirernents of Section 290.290, RSMo (1994 as amended), an act relating to public works contracts, The City of Jefferson shall not issue a final payment until such affidavit is filed. 1 1 GP-48 MISSOURI LABORER BQUIRLMUENT Whenever there is a period of excessive unemployment in Missouri, which Is defined as any month immediately following two consecutive calendar months during which the level of unemployment in the State has exceeded five percent (5%) as measured by the U.S. Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, only Missouri laborers or laborers from non-restrictive states may be hired by the contractor or subcontractors to work on this Public Works' contract. An exception shall exist when Missouri laborers or laborers from non-restrictive states are not available or are incapable or performing the particular type of work involved, if so certified by the contractor or subcontractor hereunder and approved by the Director of Community Development of the City of Jefferson, Missouri. Nor does this provision apply to regularly employed non-resident executive, supervisory or technical personnel or projects where federal aid funds are being utilized in the act and this provision would conflict with any federal statute, rule or regulation. Laborers from non-restrictive states means persons who are residents of a state which has not enacted state laws restricting Missouri laborers from working on public works projects in that state, as determined by the Missouri Labor and Industrial Relations Commission. A Missouri laborer means any person who has resided in Missouri for at least thirty (30) days and intends to become or remain a {Missouri resident. GP-49 LIABILITY FOR COMPLIANCE WITH PUBLIC WORKS CONTRACTS LAW AND MISSOURI LABORER REQUIREMENT In the event a contractor or subcontractor hereunder files with the City of Jefferson an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo (1994 as amended), when in fact the contractor or subcontractor has not complied, to the extent that any liability is assessed against the City of Jefferson, Missouri, or any additional expenses are incurred by the City of Jefferson, Missouri, any contractor making the false statement, or ® whose subcontractor makes a false statement, shall hold harmless and indemnify the City for any liability assessed against it or any additional expenses incurred. Any contractor who fails to comply with the requirements of hiring only Missouri laborers or laborers from non-restrictive states, absent statutory exceptions, whenever there is a period of excessive unemployment in Missouri, agrees to hold harmless and indemnify the City of Jefferson, Missouri, for any liability that may be assessed against it or any additional expenses incurred by the City of Jefferson, Missouri, because of the contractor or subcontractor's failure to comply. END OF GENERAL PROVISIONS SPECIAL PROVISIONS FORWARD: The provisions of this section take precedence over any other provisions in these specifications,. SP-1, TECHNICAL SPECIFICATIONS AND DETAILS The Technical Specifications for this project shall include drawings SS-2 and SS-3, Standard Manhole Details from the City of Jefferson Standard Sanitary Sewer Plans and Specifications. All construction details included with the plans and attached hereto shall be used in constructing this project. SP-2 PARTIAL ACCEPTANCE The City reserves the right to accept any part or all of the bid for the project. SP-3 PRE-CONSTRUCTION CONFERENCE Prior to starting work, a pre-construction conference will be held to discuss the project, its scheduling and its coordination with the work of others. It is expected that this conference will be attended by representatives of the Owner, The Engineer, the Contractor and his Subcontractors, and the Utilities, as well as representatives of any other affected agencies which the Owner may wish to invite. The work schedule specified in Section I8-23 of the Information for Bidders will be submitted at the conference. SP-4 PREVAILING WAGE LAW Bidders are hereby advised that compliance with the Prevailing Wage Law, Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, is a requirement of this contract. (Reference Section IB-20). Section 290,265 requires that a clearly legible statement of all prevailing hourly wage rates shall be kept posted in a prominent and easily accessible place at the site by each contractor and subcontractor engaged in public works projects, and that such notice shall remain posted during the full time. SP-5 PROOF OF INSURANCE All certificates of insurance provided for this project shall be issued directly from the company affording coverage. Certification from a local agent is not acceptable without the necessary paperwork empowering and authorizing the agent to sign the surety's name. In addition, when an aggregate arnount is included, a statement of the amount of that aggregate available to date shall also be attached. SP-6 MAILBOXES If U.S. Postal Service access to any mailboxes will be interrupted during construction, the Contractor shall contact the U.S Postal Service to determine where the mailboxes should be ' set during construction. Mailboxes shall be reset at appropriate locations by the Contractor once work is complete, e Any materials damaged by the Contractor shall be replaced with material of better or equal type and quality at the Contractor's expense. SP-7 TRAFFIC CONTROL DURING CONSTRUCTION All work shall be in accordance with the Manual on Uniform Traffic Control Devices. Signs, cones, and barricades shall be placed both to protect workers and equipment and to protect the public by marking open trenches and other potential dangers. On projects open to traffic, "MEN WORKING" signs shall be placed appropriately. On projects closed to traffic Type III barricades signed"ROAD CLOSED" shall be placed at both ends of construction. SP-8 ACCESS TO ADJACENT PROPERTIES Prior to the removal of the driveways to any dwellings or buildings, the Contractor shall notify the inhabitants of such structures that the use of the driveways or access will be temporarily affected. Notice shall be of sufficient length to allow the persons affected to remove vehicles and other items that may be inaccessible during construction activities. Pedestrian access shall be maintained at all times. Suitable access shall be provided across trenches, ditches or other barriers and obstacles for pedestrian traffic. Appropriate devices shall be used to warn the public of the dangers that may be present. SP-9 PROTECTION OF ADJACENT PROPERTIES Surface water shall be diverted and otherwise prevented from entering or damaging adjacent property as a result of precipitation during construction. SP-10 UTILITIES The Contractor shall expose all utility crossings to establish location and depths prior to construction. SP-11 REPAIR OF DRIVING SURFACE All sections of pavement damaged or removed during construction shall be replaced in accordance with the following requirements: Existing Pavement Base Surface PCC Street ---- 6" PCC Bituminous Street 5" PCC 1-1/1"AC Cold mix shall be used on a temporary basis when asphaltic concrete hot mix is not available. The cold mix shall be removed and the permanent hot mix shall be installed when it becomes available. Chat drives, alleys, and parking areas shall be resurfaced with crushed stone in the areas disturbed. In all areas disturbed by construction activities, replacement and repair of the driving surface shall be subsidiary to construction. SP-12 EXCAVATION FOR SANITARY SENDER All excavations required to install the manholes and other necessary appurtenances shall be A unclassified (for example no direct payment will be made for rock excavation, the cost of which shall be included in the unit price of the installation of any required item). SP-13 ITENIP TO BE LEFT IN PLACE All portions of existing manholes should be utilized during the project. Any damage to these items, or other items that were not to be disturbed by construction shall be repaired by the Contractor at his own expense. SP-14 TRAFFIC CONTROL DURING CONSTRUCTION All work shall be in accordance with the Manual on Uniform Traffic Control Devices. Signs, cones, and barricades shall be placed both to protect workers and equipment and to protect the public by marking open trenches and other potential dangers. On projects open to traffic, "CONSTRUCTION AHEAD" signs shall be placed appropriately, On projects closed to traffic Type III barricades signed "ROAD CLOSED" shall be placed at both ends of construction. Two-way vehicular traffic shall be maintained during construction of pipe crossing of Fairgrounds Road, except when operations dictate otherwise. In rases where two-way traffic cannot be maintained, the Contractor shall provide the necessary traffir.. control personnel, such as flagmen, and any signing, warning devices and signs in accordance with the Manual on Uniform Traffic Control Devices, SP-15 EROSION CONTROL Permit No. Mo-Rl00031 as issued by the Missouri Department of Natural Resources in the name of the City of Jefferson for Land Disturbance Activities will be used to cover the construction activities required for this project. The Contractor will be responsible for providing any erosion control devices, such as silt fences, berms, temporary piping, silt basins, etc., during the construction. The cost of erosion control is to be included in those items of the proposal regarding earthwork and grading, and shall be subsidiary to the work included in those applicable items. SP-16 CONSTRUCTION ' Precast Wall and Reducing Cone Sections shall be used as supplied by the City. Handle with care to avoid damage to joint ends of each section. Damaged sections may be subject to rejection at the discretion of the City. A 1-inch square flexible strip of preformed bituminous polymer compounded with modifiers shall be used to seal jointed sections of manholes. The extrusion of sealant from the joint is not required. Vertical spacing between manhole sections shall riot exceed one-fourth Inch, Preformed joint sealers are to be applied in a temperature range between -10 and 125 degrees Fahrenheit. All butyl rubber materials or preformed flexible joint sealants shall riot be applied to wet or damp surfaces. r All rings for manhole covers shall be set to match the existing surfaces, except in flood plains where the ring is to be set at an elevation higher than existing ground, Each ring shall be set on a full seal of a %-inch square flexible strip of preformed bituminous polymer compounded with modifiers or a full seal of a %-inch bead of butyl rubber sealant caulk as supplied to the contractor by the City. SP-17 BA_CKFILL �^ Unless otherwise specified, excavation around structures shall be backfilled to the original surface of the ground with earth, earth and rock or other acceptable material. When earth and rock is used it shall be placed and thoroughly consolidated with sufficient earth to completely fill all voids between the rocks. The Contractor shall so sort and stockpile the excavated material so that the proper material is available for backfill. The backfill material shall be compacted to a minimum of 80.0 percent of optimum density as determined by the Standard Proctor Test or shall be compacted to a density equivalent to the density of the immediate adjoining soil. The top six inches of backfill in street right-of-way shall be compacted to a minimum density of 95.0 percent of optimum density as determined by the Standard Proctor Test. Backfill material shall be placed and compacted only when its moisture content is within 2.0 percent of optimum moisture content as determined by Standard Proctor Test. The combination of the thickness of the layer, the method of compaction and the type of compaction equipment shall be at the discretion of the Contractor subject to obtaining the densities as specified above. The quality of the compactions shall be subject to compaction tests when deemed necessary by the City. , It shall be the Contractor's responsibility to make necessary excavation in order to accommodate compaction tests at locations specified by the City. The compaction tests will be performed at no cost to the Contractor, If the quality of the compaction does not meet the above requirements, the material will be removed and replaced to meet the above requirement, at the expense of the Contractor. Commercial sand backfill shall not be used. Backfill material shall be carefully placed to avoid damage or displacement of sewer or ' structures, Backfill shall not be placed when material contains frost, is frozen, or a blanket of snow prevents proper compaction. Backfill shall not contain waste material, trees, organic material, rubbish, etc. The Contractor shall use utmost care to avoid any wedging action between the side of the excavation and the structure that would cause any movement of the structure. Any damage ' caused by premature backfill or by the use of equipment on or near a structure will be the responsibility of the Contractor. e Backfill shall be placed and compacted on all sides of the structure simultaneously, and operations shall be so conducted that the backfill is always at approximately the same elevation on all sides of the structure. No excavated rock larger than four (4) inches maximum dimension shall be placed within one ® (1) foot of the exterior surface of any structure. 5P-18 SEEDING This section governs the furnishing of all labor, equipment, tools and materials to perform seeding and restoration of yards associated with the project. All grassed areas disturbed shall be restored to a condition equal to or better than existing prior to construction. The contractor will provide the sending mixture, fertilizer, and mulch to be applied. The seed mixture shall be applied at a rate of ten (10) pounds per one thousand (1000) square feet or as specified on packaging. Fertilizer shall be applied at a late of five (5) pounds per one thousand (1000) square feet or as specified on packaging. The seeding mixture to be used to seed disturbed areas shall be a mixture of turf-type fescue and a minimum of 20% rye grass by weight. The seed mixture shall be a minimum of 80% live seed. Sowing shall be accomplished by use of an approved mechanical seeder or drill (hand spreader can be used in small area), making sure that successive seed strips overlap to provide uniform coverage. Seed should be drilled or raked to provide one-half (%Z) inch of cover. A 1-inch thick mulch of straw shall be applied to all seeded areas after inspection by the City. END OF SPECIAL CONDITIONS 1 r r r . 1 The ]Diamonds Manhole Location Sheets , Manhole Adjustment Project Project Number 31059 1 1 1 1 r r 1 1 1 r 1 1 - ■ 1 V7 r � . la -7�......- Ai ir 7-z 14 pQ •t ... i 7251 I r Q.1 13 00 l � 1 1 �, pity i � 1 1 1 1 902 Sardonyx Drive Lot 117, The Diamonds Subdivision 1 Il/H 7251 is approximately a" below grade; green flag marks position of MH 1 1 1 1 l``' __..... ....._ ._ ... 83.I4 x�� •ti,h�'°'��t', ,:;�: .,,,;,.y,,:Y ;.,fit I t t =y 903 Sardonyx Drive; Lot 116, The Diamonds Subdivision MH 8314 is approximately 4" below grade; green flag marks position of MH 1 141 31 'y 925 Sardonyx Drive. Lot 1061 The Diamonds Subdivision MH 8316 is approximaieiy 36" below grade: green flag marks position of MH Y I. 1 r 1• ,' �•1 � r •� i�t i' 1 t t 1 v :h� ..i T,y'b+'• �.rV�;1T�n i qq,�' � � >ra. js (r/!'�1z�y 5�' � 3'• '�:a����;tti'.&��#,ar's?>Rr`uran Rt ', a � "r�:�� ri ���t z�:r .x21..��F�. +� ,�.`;L�`.tiiv. 7U.,,`}Y;....."e�iKY..,.,'i:'::,'•t.. Y.c':r 1,�, �� `� !?.�'I• v a ,� x'14`y t t k'.h`t ,'. ti,'i+� rt'�t• t .. _ .!. �+ty`�t}�Nf.�•••r�r;.;:l'�i+��drlhi'�y�' fft^ �f � `,t y+.y. y ,,a ° a' '"r ,rey�R P��ti:il•.i.q+._4,{ + ,•Y� `,r'Sj}; lr�rt$' ,, •t J r $e�,.c.,,,`.�j' 1J , .5,•,` } , t f ,.r} �. ".,�;3;% •'�: +. �`:.Cr;,�•,:.��i+.r•?S•��,n r.�y.. , .t t'a,��;,:oyy � k!.�f•.'tQls � ,!• •t:•t;.ta�r� '`- �. r�a!`U�4'. �"d.�`rt,,��' t �, a���;?di,u �h. 6 0') � �� mot, ol .00 Lim N PS e •� �, 83a, Moors crm* FxtonWiW `•, ,,, ;. // .,•,,. �, , S 1NE N FMS 1499 � � _ •'�w^ wlfih (�+rxfic EflMrKln � /� r'• '� t1 air K M gill,. 941 Sardonyx Dnve Lot 102, The Diamonds Subdivision 1 OMH 8800 is approximately 15" below grade, green flag marks position of MH 1 Al 144, Lane N 11 '8301 T_ 1"J6 I %, TRAM A 1 04 anjW"01 k, 1..X, 9.19 C;ardon\ .rl, C)d y e Lot 100, Tile Diamonds Subdivision MH 830.1 Is approximately 36 below grade; green flag marks pooition of MH 0 F.S. 4 -H- -P.S 499 IIN IN 211 74) i !' 1 �gy,ti ( y N. N. 18272 DIAWND lara yj 4 1 � Wf 4.Zr b1 ` Y ■ 967 Diamond Ridge ■ Lot 66, The Diamonds Subdivision • MH 8272 is approximately 12" below grade: green flag marks position of MH '♦ r r 'ti, r S. 499 �. D"10" 41DOI I 4 1 JAWt�C' ''•i. 971 Diamond Midge Lot 65, The Diamonds Subdivision ' MH 8275 is approximately 25" below grade: green flag marks position of MH 9 9 g � r p. %too j. L r N '' 153 j ';,�� � +,5!t1 5 6 I. sa 1 • 1822 q . 98 83 974 Diamcnd Ridge Lot 55• The Diamonds Subdivision 1 MH 8223 Is approximately 20" below grade, green flag marKs position of MH j. 1p t r NAy�ar�lt>sit. .r � 1ft}i� t�P� rKn ,11 q u 7 y hrs�tmi' ti { ti v t4,�1 1CtA,l tf.t� r47 t .rnl�l �rKpo Yan.�Y � f ,+i 3t�t��•}�'t��r 1ri'a <r e 1; t.4 y'�:'y ' i,•j q +�1 c�.tti�CS#}l�?iF'Y���tl�i� t+ ,� rl��;�;,i �x,�� � r ' 1 l i r' I TV 1 8269 ♦J....�ti �"1��1'M bl�.S���t�tVr"ilii {3• ` A i /� t11t""ii" t '.l• �,�t ,� I'��: „' 1 � ' �1r �. ����I�t ' ••�"*+,''. .itiz�� 1h1inV T.i4kl�"j1i1' Y�'i�l.• ah�•�.� )1.ji;r � � �' �^:^rl'S.y�1WG�" 'S7';t�• ���,�(''.'���',�ra�4'i�,��it..�j^�1�"l`"'• .+ ,',.t: l��kt y,,�{:%'lk����' i,�p'�i!t��`t����+3'.1h''F y�'��v.+�a �� .',• ► Emerald Lane Lot 38, The Diamonds SU • • MH 8269 is approximately below grade 326. 1 I 1 I I ► ; 1 I 1 � � r ��,_rev, 00 1 � T is,lF+.1 k y t t IUIH 0267 MI-I 8260 1 -3303 `N, Edgewood Drive Lot 4*1 & 42. TMe DIamonas SLOOdlvlslnn r MH 8101 67 ,appcars to be Linder tho curd of the corking lot MFI 8208 is approximately 14" beloyr grade; green flog marks position of MH 0, I�' } S i 8267 Ga_ MH 8264 MH 8266 31%508 W. Ecgcwood D-ivc,) Lot 41 & 42) The. Diamonds Subdivision MH 8264 is approximately -14" below j. rade, green flaq mark's position of NIH MH U266 is approximately 4" below grade; green tlaq marks posit on of MH 1 . Covington Gardens Manhole Location Sheets r Manhole Adjustment Project Project Number 31 059 r r r r r r r r r r � r t 1 [y a C? t 1,W Aft im En wi vs CA cr �) Q7 Z3 CC U ~ ca CQ LZ it cr- 7a Z 12 rc o IL 1 I ML , LM A 83 LINE A- 13 P.C. sta. 44.80 In Om *Y - lin/3to. 12+4456 SCARMMM WAY Stone A Suh Sewer Cirnt, 0 F'O"Of 0 NW CORNE4 Low— NF 1/4. N VC, 20, 1 --Jf Rik 1804 Lonclan Way, Lot 83 C',avingtOn Gardens Subdivision MH 8633 is approximiately 30" below grade,- orange flag marks position of MI-1 MA JV MEN- 800�ng lsowo Vol 13+-:ML 03 T 27.5A* JIO �3 4 D 26 T tc 54.93' AwT Baja ' - � .......... 1923 London Way. Lot 36 Covington Gardens Subdivision LH 8608 Is approximately 6" below grade; orange flag marks posl.lon of LH 1 400 r �_867 4'37' 4 PS o. f 136 cc 1 e e--, LINE D-4 � c '��t�ti�� G. '•fit �i.��, :a;�,.� �.i� t�, 'A« • � s u.. .. �a3�.C.ta. 2003 York, Lot 136 Covington Gardens Subdivision MH 8671 is approximately 12" below grade; orange flag marks position of MCI r • 1 � � C - ♦ 2.15 U" Q. 126 1 12Y 4 F H. ! _ �. I J17. 7 Zk 12 7 C'I 3+%00 Lin D-7 28' Elk--Uk LO 160, VW 120 1 l t t°�% �� '.�,.,t 1 20*11 Le-leads, Lot 121 Covington Gardens Subdivision MH 8666 isapproximately 6" below gracle.: orange flag marks 1 position of MH 1 866 113 M P/w '1 112 L14 4 i 8" 1 r 2012 York Drive, Lot 112 Covington Gardens SLOdivision LH 8669 needs to be adjustcd to provide a proper fit for the lid Orallge flog marks position of LH 1 1 ® r N IF B � 1 �...... Storm Drain., 8624 � �q Son, Sc p,,� } Pfc `� BENCHMARK t -r r Double Conc, Nair in 8"x C Dak fence Pos. 10' t East of Stone. sto. i2+261-80 ()iS 169-50' R'(. "Liverraal Drive" U'S ► 13ay. 698.80 _ F. !i PJitFi►�� AI �FvhnF�l r r�,�/� � ~1 I ( � , �1�N+ 4a��;,� K�`;f4�,�x i��"�,Ms� � �FF'i�+riP{` •` 1 y t . ,Add l 2032 London Wa Y, Lot 72 Covington Gardens Subdivision MI-1 8024 is approximately 6" beiow grade, the birdbath marks position of MH 1 r r LINE E `r 15 Soy.. 5awpr E90 `�18d00'tX3� 1 �d 1 � t� e bu uk r 1 r r r 3718 Buckingham Park, Lot 158 Covington Gardens Subdivision r MH 8700 is approximately 12" below grade; orange flag marks 1 position of Mai 1 39 1400, 14 1 Storm faro Jjn'!. 14. 2 15U o4,3 O W0 1' Deep 4' Wide 12' ��l .., 688 V thick RIP-r-Up p 1. 3729 Bltckingham Park, Lot 140 Covington Gardens Subdivision M1+8688 is approximately G" below grade; orange flag 1 marls position of M11 i 1 I .� ;a•, a• ��� - Storm L�,a' �r'i. 1 C,AO-7 1'i` 3uc, Saar E:rn'1. 'f •" '.'': + ,�1'� I SEXIER LIN 108 107 106 arm U�Qin. :�rn i �• 3 Wx1 O Rip---rup 105 '1 Lined OWIN11,0 1 1 LIVER POOL DRIVE: ._ r e���QI'1 tJii��.~ 171�. ��' i• i ifli�i� �;r;wti'.(ol1 •/"� 6T2 t ARM 1 r 1 1 I 3738 Liverpool Drive, Lot 108 Covington Gardens Subdivision ' atel a" below glade; orange flag Mil 8667 is approximately marks position of M H i -0-LINE D-4. 1. 0 ill 86F "A 109 { t Slo. 104-18 0 YORK DHPM I��+,}��T.�..�•.�..�....�lam._,,, �'_��tl�...., ,_,�...._ _..... ... ,���....�•� fi? � r 3742 Liverpool Drive, Lot 100 Covington Gardens Subdivislon ' LH 86 70 is approximately 20 ' belo w gra d e, orange flag marks position of LH 1 sta 17 U �tfi6d 1'( K ..l ��... ....... _._• �;l'td, ;.i�4 k�l�f• ...�.,..•. ...... ,....`• ... � � P�lltrl y I 9 9 AP E.At "U' Union E*.(ric £ n'•'t Huak 363. pjgp 14f L' K„ ^S 3745 Liverpool Drive, Lot 98 Covington Gardens Subdivision MH 8682 is approximately 10" below grade', orange flag marks position of MH Ry IV Ole et - A ?`if.'� p: 4+T x NS ,��y,u r�•�"1al ��,`t� ry `-T,r?r;?);!:;t7t`.6i{ r N'',6 ..^.S 7 3807 Liverpool Drive, Lot 95 Covington Gardens Subdivision MH ,8659 is approximately 12" below grade; orange flan m position ositi+on of MH A i � M i y r J • ' I +`!ti t �. i r,r�iw r�i f t J t�A���•rti� « ,t1��, �..., 4(} � i i�f�at�•R' � .�t;t(: '� ,.t is+'i s# t>r�-' c k�'� �� �:$�y�4% �� { '! •.y3.a` ''I�.y,!t in�tei+<ilt,�t f�"`jil �f did r�'i`T'�',���'�}tr4'i�Ct:�..,.Wy '�. .,�.h�';.:i G',.trJe�'.f`'.''>+�:.�.. ,1,5}t�>"�i.g�r.'�.,i•:��.J':t`�#�,t.�„= ,/,�ttiJ"`ti- �+ �,!. i f;?i91«(�• �„`'fit"��.`��,i�', u,t'ey�ltd r'`��;:•�, yA*(,,+fjt �,�,n i I f+t';�":i�"�.^ii,S'��,j�i�..,!'`,�r i +�,tr��tt;!,c 1.��!�;�4• *�.;•j,'y'1'tr:+r�1�^>.�'.,°x`� � a rl - • o • A 44- Z, i ; 126 1.1 Woo', lop," 3843 BUGkinghani Park., 1..ol 126 Covington Gardens Subdivision LH 8606 needs to be adjusted to provide a oroper H for the lid 4+ 181 d ? � 3k 1 1 San. Sewer Esm't. Book 398, page 870 1 i 8681 r 3843 Oxford Road, Lot 181 Covington Gardens Subdivision MH 8681 is approximately 6" below grade; green pp Y flag marks position of MH /- l 4t 11.---- _ �... .�... 7 j , 3UCKINGHAII PARK 44 125 Cal VI t yi 'a. m k r 3903 Buckingham Park, Lot '125 Covington Gardens SUbdiuision 1 LH 8856 is approximately 3" below grade; orange flag marks position of LH 0 3 i v► ` ra m i r t 29 W960-5 i 28 I ! � 1 B�8k 39. 11 Oxford Road, Lot 28 Covington Gardens Subdivision LH 8605 needs to be adjusted to provide a proper fit. for the lid • 1 1 Nv* -YP "M o4w, ..... . ... ... . t ,t ti r. :�'t,. • „ -f yyes'�� .�`�s�';''S' ,-,� •r l:it�vvYJt��`���f1�+' � ri '.r .'• j*; t 1 ., rt + � tf,�} 3'' y't "'A*'g}-ly 1 `1 ,�/�Y.S fw•h. +f 11 e r .Y,in)� tA��r 'au'11 t;����ii.+v��tii�l� .���r• 'u. �S�tCtA�t��,.���,�`,fl,�i�#r,�ytili�Ty','� ��,;:;.tP}� �i,�,"t i11A�•.-�!�rt�'.+�'•'��t'~�•+,.{ �'f. 1f�tf_1. lR:��w�F"ne t 1 '., rA4.t rs 5fi�'i,; k•., ti•'�' ,,��,,,,t`��•-., rt .".' r,..,., �t,,.. ` #9 ' 71r,"{. 1 _ _ HI 6 6 b 0, San Suet Cana.. 1 2 i Sk 9k t ,7 1 S 1 1 1 8928 Scarborough Way, Lot 4 Covington Gardens Subdivision 1 111 H 8588 is approximately 3" below grade; orange flag marks 1 position of MI.-I 1 t ,a :f t- t.l y W1 � F N C z cr k; • y x S 111 t_) It w ci a ii v+ 1 N yy CI ,. '. .'2.' � �� '1'1 Z/1 `.i�� tr NIW r • ri.�. (L z a I i,/1 1— I LI.1 �e - Vl Ln W N 0. fl 1 < Ys ' � -r 1 rl' Q z ti < . 1 O d a i H W u X < a :F h ps (11 1 i 10 CXVW),r 1,1.. �x t nA • � ` �' u �R s _ v 7 1 � L��.S1_ ►— ji C1 1,1.7,1 ziy 0 0 � W 3 , �i ♦'�ir�r�l��Z y'4 � „� " (d{ �r--�. , ,C � I .• ,1�1 � � � W 'NM ,Y I X $� :k 14 31QISS0d SV 1V3ti0 $V ca i ,•' 1;„ Q 01 'WIO SIH1 ,» x t � . w'H'W d0 111'r 30 AVd d,'s I�C Vii. i. � t . f dVA 1/1 til w Q z a = Q r Z CJ Ij Li In 48 c-i e W ro m a�i I ,�� W u v, (r. u, x Z �t n w F w X %Z lJ n, V'u in 3 IA ul a r ii �a7 'in' �� °"a �`p,v7, ,,i t t 4 `UNp " �� j 2 1/I u ._ `U u , •{ h I", U W i.,y W rr�' Cr- v,a. h ,r (J •i�r N ? u Q a U ] i of i G �i �, I . V V13 W cl 21 w W ' u z x � Z� ut In o ? � w m Y r W T. 7 4 � m K D p� � .Ot a ?- ; ��.•( O z 1 �i t i W V1 a W J co uj IA LLJ LL) ft > a0 ? ,n W I- J � k' ,_ ru z c1 CL LY _1 V, !i LL- lLJ CD M �l .L ;! 0 1-131 r z •'+' LS n: x vl au' r z � n LALA Er CIO, x '�O V1 4, 4 O U `� N U 1 cl x G Q' C] 1 1 •a 1O J U O U a, Z u tD qq �r 3 (� a Z �1�j- Q fr 1. ra I & �� iS :�{ n' W Vl vi CL 2 CL {4�y� > in to 1 Q V y 'L �`�. t Vl I V' OC d OO,ya vti �ii a ,u„ Quc o c w � atn au � � w �'3 CL w yy Sn Is,O � N M Y y 1'••,�� Z • ' O O •O IS z, ( } •j O :r in io I H ' �--- s;Nior 30 2J3UVinN 'NIW V x z �I z • MID OL MOMS 30 11VHS S14LON31 VJSlU `r' v to NIW .t S 'XVYI .Z 1 SJldVA 3101ANVW JO HUM kVd ,U) 'HA OUVONVIS ADDENDUM NO. 1 MANHOLE ADJUSTMENT PROJECT PROJECT' NO. 31059 The followin changes are made to the Manhole Adjustment Project. A revised bid sheet 8 g J is attached. The general scope of the project remains unchanged. The City of Jefferson's Wastewater Division will furnish all manhole materials including seals and caulks, Item Address MII LII Lot Description of Change No. No. No. No. 1 902 Sardonyx 7251 117 Manhole 7251 needs a 24-inch manhole section due to storntwater drainage routed to area. 'Phis was originally listed m _ needing a 12-inch manhole section. _ 14 1923 London Way 8608 36 Lamphole 8608 needs to be raised 6 inches. '17his was originally listed as a manhole needing a 4-inch gradc ring. 21 3738 I..ivcrpool _ 8687 108 Lamphole 8687 needs to be adjusted. '11tis was originally Iistcd as a manhole needing a 4-inch grade ring. _ 27 3843 Oxford 8681 181 Manhole 8681 need.%a 12-inch manhole section due to stonnwater drainage routed to area. This was originally listed us _ needing a 6-inch grade ring. 28 3903 Buckingham 8656 125 Manhole 8656 needs a 4-inch grade ring installed. 111is wtv, i originally listed as a lampholc needing adjustment. 1 r t n . -+ Z-� W N -4 Of 131 A W NI w :I - po n -i pO V N tp OU N N -+ W W cry m p oo tsz nor < r- -c r t m d Q v cn ca sn m m mm _ m m m m m �WrT a Q�1 I 1}� C t x = ;u :U I �� .)• .J .l Y I M••1 M coca OD �� ppo� QQ�1 G ! CDCOCOpCnCDOD �WtWCO CD W co co N 1 0 W CO tl0 ,d Pi 01 O) J W M d A O N N N W N W W N i fk w -- -+ 1Na I!: U,1--+ OD �! W W /VT N � � � O) Ate'+ .�� N A N IJ CD N fU (O fA d A Ut •-J I-� N, G1 w ! , A A A A W fD UI I d -� -+ (D (D UI J 0)Fi-• Cn Co cU I W!p l tv j N N -�,Ol (JI I(.� ! I N N --� Ul -�•I UI I Ut 1 Qi O W N O) Ol V I I I I I ° o a la ! a at 4w� N _al '-. N iW' �IJi iJ NIN' W._.,' ,W {yl W p Q1 p r A�d r �N�NId p101'iNI� f�p�NlC7 W�NIA; DiNIN!C= th;NitA Oi:Ut'O) 1' d� N P Ala ' --� .. _.. ... . ..... ..... ._._... ......._..._ I� I I I I I I I J I � UI J � � r 'J J • .. J J J J � � 'W J J J cn N! l cyp a co I ro 13 ,• Lo l �D ! (AaN N 1 ' ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID (' DA TVIMMVDDNYYY) 1'WEHO- 0? 25 03 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Winter-Dent & Company HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P.O. Box 1046 ALTER THE COVERAGE AFFORDFD BY THE POLICIES BELOW. JaMerson City MO 65102-1046 e: 573-634-2122 Fax:573-636-7500 INSURERSAFFORDINGCOVERAGE NAlC# INSUReu _. INSURER A, General Casualty Insurance 2443.4 INSURER B Pr INSUHIR(' wehou Excavating Company Inc 8514 L bertyy Road INSURI RLI Jefferson C3.ty MO 65101 _ _ 1NSURr:R c COVERAGES _ THE POLICIES CE INSURANCE LISTED BELOW HAVE BIJ:N ISSUED 10!III.:INS1,11111)NAMLO Al1OVL POR THE POLICY PCRIOD INDICArIir) NOTVJIIWiTANDING ANY REQUIREMENT,TERM OR CONDITION 017 ANY CONTRACT OR 0 11111 DOCUMENT WII IT RLSPI-CT 10 WIIICH 1111S CIA0 II'ICAI 1:MAY UL ISSUED OFT MAY PERTAIN,THE INSURANCE:AI'I'ORDF.D BY I'HE POLicws OF-!7c IPF.n mJ01N IS SUBA CT TO ALL I UL I ERMS.EXCL USIUNS AND CONDI I IONS Or SIJCII POLICIES,AGGREGATE LIMITS SHOWN MAY IIAVE BLEN REDUCE!)BY PAID CLAIMS INSR 00''-_...._.__-------._._.__._.....-.--- .._ ....... .i. { POLICYFFFFCTIVE POLICYEXp1I2ATI0N _. .. .............._...._._..._ LTR NSR TYPE OF INSURANCE �- POLICY NUMBER f DATE(MIMIDDIJ_I DATE(MMIOL7ryY) _ LIMITS GENERALLIABILIrY I I:ACFIOCCURRI-NC(. S 1000000 -- 11 (lA 4AG-L !U RCNI(:I7 �M1. - .. A X COMMERCIAI.cENrrvALllA!uLR•r CCI0217459 10/01/02 10/01/03 Pi+r,M"WS(Eaaccutt-nce) 1 s 100000 lCLAIMS MM n: f X Oct:114 Ml-D I'XP(Any one pe^,)nt 5000 ufcl,vulr, _ _. �... . ... _......_.. .. . BLA.^TINn, x,C,u PLRSONAL n ADV INJURY S1000000 I ( (Al TVP.M ACIGREGAIL S 2000000....._.. GENT AGGREGATE LIMIT APPIALSPLR PRODUCTS-COMPIOI'AGG s2000000 PnL.ICV IX 11.0C AUTOMOBILE LIADILITY I I C(tRIRRJf D SING!r.LIMIT 1000000 A X ANY AUTO I CBA0217459 10/01/02 10/01/03 (l.iricad-m) ALL OWNED AUTOS RUDII Y RJ.Il1RY S SCHEDULED A010(3 ( (i'ci person) X HIREDAUrOS I ROUILYINJURY X NON•OV1'Nr_DA(1T0S QN�U :m (I'.ei nccufent) _.. S _ _. .. !'ROPER IY DAMAGE OARAGE LIABILITY I — AU IO uNLY•EA ACCIDENT S A14YAIJTV Date: 7 � O � OTHER THAN F.AACC. S AUrO ONLY AGG S EXCESS!UMBRELLALIABILITY FACHOCCURRLNCI S1000000 A X I OCCUR CLAIMS MADE CCU0217459 3.0/01/02 10/01/03 AGGREGATE s 1000000 S DEDUC TINT E j S X RFIF.NTION S-10000 $ WORKERS COMPENSATION AND I X �.TOH1'l IMIT S r= 1. f,R EMPLOYERS'LIABILITY A CWCO217459 ! 10/01/02 10/01/03 Lt LACIIACCIDI-Ni S 1000000 ANY PROPRIErORiPARTNFrLFx(.,r,U(IV(- _..._. .- .---.._...--..-_-._----.__-- OFFICEWMEMBEREXCIUDL'D7 i LI DISI.-AASE s lOOOUOO Il des,desr.nbE!Under _...__.._.__.__.._.._-__..___- S(ECIAL.PROVISIONSBelow I I l O(SI'ASI-• I ICY LIMIT S 1000000 OTHER • Cargo CC10217459 10/01/021 10/01/031 800000 1000 Ded • Leased Ewe _12ment ICCIO217459 _ _1_10/01/02 10/01/03 400000 1000 Ded DESCRIPTION OF OPERATIONS I LOCA710NS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project: Labor, equipment and grouting to raise or adjust 34 manholes including restoration of yards CERTIFICATE HOLDER_ CANCELLATION JE:E'FE-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES DE CANCELLED BEFORE'rHE EXPIRATION DATE rHEREOi:,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE-TO THE CER I IFICATE HOLDER NAMED TO THE LEFT,BU r FAILURE TO DO SO SHALL City of Jefferson IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 320 Lust McCarty Rr.PRESENTATIVES. _^ Jefferson City MO 65101 nuTFTDIiI7.7%REPRESENTATIVE ACORD 26(2001108) U ACORD CORPORATION 1988 r r IMPORTANT r If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsoment(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does riot constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon, r r bw.rHi.MeVwwnN+�A�I�f e+xa�%t+.✓v!V W+SY ttt �'}°-��j r r r r r r r ACORD 25(2001108) ' ACORU INSURANCE BINDER OP ID Cr - DATE THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE:OF THIS FORM. PRODUCER I �%iCNN),t:et►: 573-634-217,? rgMPnr+Y riINNrR� 6654 573-636-7500 General Casualty Insurance 1-1-1 01 flvr. LXPINAtON HATE ; TIME DATL TIME _ er-Dent & Company � i PW Box 1046 i ( AM I X vo1AM Jefferson City MO 65102••1046 07/25/03 12:01 I o-i I 07/25/04 ( NOON Charles E. Trabue illy,ItltlDl N I1;ISSI11 i)IOI x11 Nur:OVI I:A A IN 1111 AROVI IJAMr.00OMPANY cou[; 0240321 i:;unr,ouL — PIl+hxruatic,rn111'Y n NA-TWEH-END 7Ca@NdY Tt DT.SCRIPTION OP OP("RANGNSJVI?HICLESII'I[OPEItTY(111010blO Lncallnnl _— CUS OMER ID: ATEHO-1 INSURED Owners Contractors Protective Liability Pol City of Jefferson icy- Project: Labor, equipment and grouting 320 East effeto raise or adjust 34 manholes including .r McCarty estorati.on of yards Jefferson City MO 65101 I _ _ COVERAGES y LIMITS TYPE OF INSURANCE COVERAGH1 ORWi DEDUCTIBLE ; COINS•. AMOUNT PROPERTY CAUS.[!i QI'LOTS ( i (1n51C I 1 BROAD 1 1;111(: I GENERAL LIABILITY i 1.ACII f)(CU tNI N(;I' �! S1000000 i COMMERCIAL GENLNA,1 I IA UH rY 11K UAIJAI'4 (Any onn Inr) S CI AIMS MAIIr. I Ul'.('lllt MI N LXP(Any oon mason) 5 X Omer i contrnrtor Prot. 11LRSONAt &A!)VIN.PIRY GLNI Hnt Ac(;c:I GAII $1000000 N1 110 IIAII !u1t CI AR.1;1 I,IAI)1 1'ItUDIIC 19- AUTOMOBILE LIABILITY- I + n +ry AN 1:0KIDINVI)!;IN(;;.I.I IMII $ __-- ANY AUTO I "/ RG111LY INJURY(Per p,nson) S L UWNED AU ! v I)01)II.Y 1tJJURY 11'cr acc,doNI $ CIIGDIiLfiDAUTq;i i •-•� � 'l�F�ryf i RUT:RIY'I,ANIA(A-- I S IIIRED AIJ10S '1 / M �� j hil 01CAL PAYML[JIS $ _ NON•gWN('.O AU rGS c: PCT:.._ J r ..----_- ^-�---�•,....,r.,.,.,,�,,, � i t'IiNS;1.,NAI ItdJI11tY 1 U0 S - i I UtIIN SUltrll IAU70RISI S � �� ��_�• AUTO PHYSICAL DAMAGE DLUUC:nnl r i f Al 1 'JI I 11r,1' ; 1 ,tan I'w I u'.1 11,r,1 L, It nr.Il IAI r.AS1I VAt UI. I r COLLISION I ;-;I A i G D n6u1UN T orm.'ri(IAN GO( I ()ml N GARAGE LIABILITY nut(,()NI Y f A ACCIIII N I i $ ANYAUI0 (11111RIIIANAIIIUUNIY - - --_ _ 1 f ACH ACCIII!NI is A(1(40(,1A l I EXCESS LIABILITY .-•-.•-_---�__- -� 1 t AC;I1 Ol CI IItRI.tJ(:I �S ,_ UMBRELiAI014PA I AG,;RI(;AII S 01HLR IIIAN UMI1RCLl A I ONM HI I Nn NAH f(IN CI Au,1•,MAUI SI I 1-IN:Ultl 1. It( 11411 Intl S j VJCSIAIIIInRY1IMIf`.11 WORKER'S COMPENSA1 ION i 11 1 A!'lIACC OI NI is AND EMPLOYER'S LIABILITY 11 11IP4 Asl (A 13dI'LOYI I I i fl I)1!;I A!;F I 10 ICY I IIJI I I S SPECIAL `I'wehou3 [excavating Co Inc. ..i`r rtuuponf:[L)l,: for payuumt. of premium and audit-1111::; CONDITIONS/ - OTHER COVERAGES _ I I:;IIfAAll.D IU:AI !RI MI(IM 15 NAME&ADDRESS •���� ..��-���• t,tnRl(t�1nl(�� i � AI)DI11,)FUU INSllltl t) I,):d,PA O I ,I TO HORIZ1:D REPRE:SI:N7 AIIVE ^-- -- ------�--- ACORD 75•S(1198) — NOTE;IMPORTANT STATE INFORMATIO IDE t0ACORD CORPORATION 1993 CONDITIONS This Company binds the kind(s)of Insurance.stipulated on the reverse side.The Insurance Is subject to the terms,conditions and fimitatlons of the policy(ies)in current use by the Company, This binder may be cancelled by the Insured by surronder of this binder or by written notice to the Company staling when cancellation will be effective.This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions,This binder is cancelled when replaced by a policy.If this binder is not replaced by a policy,the Company is entitled to charge I premium for iho binder according to the Rules and Rates In use by the Company. Applicable in California When It form is used to provide Insurance,in the anaourll of one million dollars 01,000,000)or more,the title of the form is changed from"Insuranco Binder"to"Cover Note.". Applicable in Delaware The mortgagee or Obligee,of any mortgage or other instrument givenf Or the purpose of creating a lien on real property shall accept as evidence of insurance a written binder Issued by an authorized insurer or its agent if the binder Includes or is accompanied by:the name and address of the borrower;the ribme rind address of the lender as loss payee;a description of the Insured real property;a provision that the binder may not be canceled within the term of the binder unless the tender and the insured borrower.receive written notice of the cancel- lation at least ten(10)days prior to the cancellation;except in the case of a renewal of a policy suhsequent to ' the closing of the loan,a paid receipt of the lull amount of the..applicable premium,and the amount of Insurance coverage. Chapter 21 'Title 25 Paragraph 2119 Applicable in Florida Except for Auto Insurance coverage,no notice of concelUion or nonronewal of a binder is required unless the duration of the binder exceeds 60 days,For 1010 Insurance,the insurer must give 5 days prior notices,unless the binder is replaced by a policy or another binder in the same company. Applicable in Nevada Any person who refU5e5 to accept a binder which provides coverage of loss than S 1,000,000.00 whon proof is , required:(A)Shall be finod not more than$500.00,and(B)Is liable to the party presenting the binder as proof of Insurance for actual damages suslained Ihorefrom. ACORD 75•S(1198) �� i