Loading...
HomeMy Public PortalAboutORD13584 BILL NO. 2003-34 to SPONSORED BY COUNCILMEN Groner, Weber Anc ile ORDINANCE NO._ ' AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH DON SCHNIEDERS EXCAVATING COMPANY, INC. FOR HYDE PARK ROAD CONNECTOR AND HYDE PARK SITE IMPROVEMENTS. WHEREAS, Don Schnieders Excavating Company, Inc, has become the apparent lowest and best bidder on the Hyde Park Road Connector and Hyde Park Site Improvements project; NOW, THEREFORE`-, BE IT ENACTED BY THE COUNCIL, OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Don Schnieders Excavating Company, Inc. is declared to be the lowest and best bid and is hereby accepted. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with Don Schnieders Excavating Company, Inc. for Hyde Park Road Connector and Hyde Park Site Improvements. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: � < <'' _ Approved: .,�'�,. ri �: C< /Presiding Officer Mayor (TEST: APPROVED AS TO ORM: Cify Clerk City Co nselor �� � P d FINANCE DEPARTMENT PURCHASING DIVISION • SUBJECT: Bid 2077- Hyde park Road connector& Hyde Park Site Improvements, Community Development - Opened on June 6, 2003 BIDS RECEIVED: Buse [aid Only Don Schneiders Excavating Co., Inc., Jefferson City, MO $1.319,995.16 *Twchous L-Excavating, Jefferson City, MO $1,395,512.50 Muenks Bros, Construction, Loose Creek, MO $1,521,966.49 Lehman Construction, California, MO $1,722,733.00 *Outside the corporate city limits of the City of Jefferson. FISCAL N0Tl": 3500-9900-7350-4032 3501-9900-7350-6052 6400-9900-7310-0021 Hyde Park Connector Hyde Park Cap. Projects Facilities for Collections 02-03 Budget $400,000.00 02-03 Budget $ 40,000.00 02-03 Budget $ 214,000.00 Encumbered 40,000.00 Expended 5,652.49 Expended 5,753.00 Bid 2077 $360,000.00 laid 2077 _ 4347.51 Bid 2077 2Q83247.00 Balance -0- Balance -0- Balance -0- 3502-9900-7350-1003 3502-9900-73.50-XXXX Greenway Acquisition & Dev. Sales Tax D 02-03 Budget $ 40,000.00 Expended 20,000.00 laid 2077 $ 763,285.65 Bid 2077 20,.000.00 Balance -0- 1)AST 1)ERFORMANCF': This bidder has completed City projects satisfactorily in the past.. Staff believes Don Schnieders Excavating, Company, Inc. will complete the work as specified and bid. RE'COMM1.?NDATJ0N: Staff recommends the award of the bid to the lowest and responsible bidder meeting the specifications, Don Schneiders l"xcavating Company, Inc. of'Jefferson City, Missouri. The total ofthe base bid and Alternate C, less the reductions to the base bid listed make the r�xommended total award amount $1,385,880.16. ATTACHMENTS - SUPPORTING DOCUMENTATION NTATION Tabulation of Bids, Departmental Recommendation Purchasin A ,,Lnt Dir ,&4or, j unity Development Dept. I N T E R MEMO 0 F F I C E To: Terry Stephenson, Purchasing Agent From: Pat Sullivan, Director of Community Developmell Subject: Hyde Park Road Connector & Hyde Park Site Impro vements, Project No. 32010-0303, Bid No. 2077 Date: June 10, 2003 Bids for the above referenced project were received and opened at 1:30 PM on Friday, June 6, 2003. A total of four (4) bids were received for this project and a tabulation of the bids received is attached hereto. Please be advised that the Department of Community Development has reviewed the bids received and recommends the acceptance of the Base Bid and Alternate C as submitted by Don Schnieders Excavating Company, Inc. of Jefferson City, Missouri and that the contract for the work included in the proposal be awarded to the aforementioned bidder. Alternates A, B, D, and E shall be rejected. In addition, also please be advised that the Department of Community Development recommends that the Base Bid be adjusted by the issuance of a Change Order that will eliminate the following items as bid and listed as: Item No. Description Units Unit Price Amount 9.05 Ivy Plants 15,700 ea $1.25 $19, 625.00 10.01 Auto. Cantilever 2 ea $20,425.00 $40,850.00 Sliding Gate 10.02 Chain Link Fence 110 lin. ft $31,00 $3.410.00 Total Reduction $63,885.00 Therefore the total value of the contract that is recommended to be awarded to Don Schnieders Excavating Company, Inc, is as follows: Base Bid $1,319,995.16 Alternate C $129,770.00 Reduction in Base Bid -$63,885,00 Total Contract Award $1,385,880.16 4P ():VACK\WI'I)()CS\MI-'M0S\1 Page •I of' 2 A' The total contract amount of $1,366,860.16 will be funded as follows: Account No. Budget Amount Amount Available Amount Required 3600-9900.7360-4032 $400,000.00 $360,00000 $360,000.00 (Hyde Park Connector) 3501.9900.7350-6052 $40,000,00 $34,347.51 $34,347.51 (Hyde Park Capital Projects) 6400-9900.7310-0021 $214,000.00 $208,247.00 $208,247.00 (Facilities for Collections) 3502.9900.7350-1003 $40,000.00 $20,000.00 $20,000.00 (Greenway Acquisition& Development) 3502-9900-7350-xxxx $XXX,XXX.XX $XXX,XXX.XX $763,285.65 (Sales Tax"D") TOTAL $1,385,880.16 Note:The Amount Available in Account No.3500-9900-73510-4092 is$40,0001oss than the budgol amount duo to proVect costs that will occur that are associated with the►alocation of powor line fncilities by Amoron UE. This cost will not part of the contract amount with Don Schnieders Excnvating, but will a direct cost to be horn by the City. cc: Rich Mays, City Administrator Central File U:\.IACK\Wlll)OCS\i�viEMo S\I MA"'PARKIM.purmptl Pugs?of 2 1 M W fD<T W tl -, V M U th n1 T[A�I In In VI U U IJ•In Ih lh U U U U in In Il (A U Ih U In In In (h U h h h A A W LI W tj [J o Cl b `') p CJ 1,7 l7 N FJ f�1 In N 4!hl �N - O U 1. lJ N + � h W N Cl IU fR�I In 111 h W fU + l-t 1��V,I In 1• (J fJ - � 1. lil hl C>N O f)l' 70 /n C� 1,y r f !�1 9-1 (n VI A W N �p N-.W I �1 W N I.t U S ,• A h h A 1. Ot A P n UI t11 fn•'1 z m V N^1 p m U/ to in q y'� .y t•1 M' ,[ S ;3 - z �m 6R9f ,w ~ Fry 3 " 2222 r. H D ,51 N.. CJ Q C _ {�A^' -1•-( xl � � F -1. ?1 6�$Ydf63YY �ir1 H � � �v0� � Y nY v rN O C z fTi W In Ul x --1 -' !r!fllrl',111' ffT-i Kr TT t71 r r rn n(,n1, rr m y ly i• Cc" r f„fftt1fn 1r ffnr1i ffnt1 b in O<niin "� vcn < D�n �r1T -! -t )•Tbit�+T•n •n •n yY D Y or I j fU N It :1 ,NJ I.) .+ «• .• _• .a ti .• • • /J(^+!I , .. .V In VI.ni W .1 I'J W !n G Z) If it N.• IJ �• .I 11,U, ,I .J LL1.. . ,I r� V/�.. In� .• y�) WpN in r in lh P 4J N O -1 OI U 1+UI H lT N iU Pl Cl U Il•r rir N IU M I�n G 11 ICl'J 11 Cl Cr 1�'n IUJ AC'+ C:i V O C, "I fslnCc) m +" W y `11AA fyI11 y� y�(A yI ( p� (yn�N -foul A F n i N 11f+nb LN1 ICOnJ1 (1 ({Lp• pq�1 h q(W�INS V^• pN lVn lN�CM N fi[^I N U.Ur 1(1.1 N+A(WJ IJ N. . N N U.1`�YpJ1 I�J"t io tl� 1<ylJO ICJ, rhU lVW',1 N pqW )>Ln O m S( •{ UNi N Y C]IJ O[J O 4 tJ O A IUn'O 9 U U� W!� WL ;j In C7 V O Il CJ J $ $9RS$$8<8 R8s E88R88888 to G- y! N 1» N N N Il/A N N +• f)9 N O :� O t> I16,» OV A ! C;G t ,, N J 1 � Cj 1U E1 , 8 V W p .89 'l, 0 G T 8 .1 f/) T z = m p/1 c, x N N N M W w'N VI V1 N IA 1n W N N A,N N V N to IJ m W N U U O J N N..11 U1 N N LppI (QW7 W A .((��• aL-,11 1pW.1 M(N� rr t�LW+fL:lJ• ..•,O+ N N.I• U:C•.`•.p". y�fS1 40 CD CJ f)�I C+d C1 U1 W l V U1 IA l�p fl LLl U Vii O('fn CS *S U �jj p� �I N �9 °8 �9 88 8tT888 808S2.4IT 8o 888 888 ;x88888 8 Q £3oU 887 88 (Jn c ly NNN N N N y1".N N f, N 111 M< Cp' -'• ,t CN Al,"m r J bW W U V «h ,NJI nCJ O U N G LLl 1~i on D Ci U O J N<o I{i ip 4 O Gi (j C)CJ .+ C(] O O G C' 1� In N O V ,. CJ Ul .O N vgitn�n I�'j0 `f-'-11iu`fi' l°n - 08823SE88 88° �3 �;88388880 8 N8�s3 9'. 88 m n m 7 D 11AA r 3• In LN+N 11AA 111 N N IrrA 1A In 01 m N Ofl OI W[J� M1,(j(A N N W N Ih N U L�AI (L 1,f1?1 I/' Y1 N In N M1)N h IJ In mri 11,i5b `you fb'Z b o o ��im N N-1 ( f' +1 N GJ V (J 1 C<J P C) J n 1. l 11 88 (nl,, 83 3Fd8ln �; �8€;gBEoG,B SGJY ES ,� BS�,SBo � [>2(�8 8,8 $� ° A N n N N N h I^1111<I �1 -•--_ `_- In pp 1n �<� 11n y1 { -•I•, 1 N 4 CT irn CJ N M+1 U�]I W IJ lN[1 0)[^p VWi N N ID O^),WI V,li✓� !^�h F 11 :?l�V (N'J N G U i1 Ih l�h UI O 1[1(1nh U IJ )V•'i 1J n T o gio0OCOlsin`b1u c C rd' Iri2,s mint"l.; I1 G9- ISt;RB °Si��(Wi,$E i'.� %'', 8a�o i' u, 8g m Zr" 4,01 in b V1A1 1V/1 N yI N In N y'IA N I»W I✓INiI IJI 1�1 1 In N N 41 M N N Ir {. I» A In , J N�n y 1p p� (p�1 1n J. WWl LI +p. o.'OI fpj !• -• �I -1 fJ I(Dn f:, I N IJ N fJ pN.N l If,1l w IN,,rLLJ1 11[nl JN,YLg1` LI.1 (C'. (O �+ �n C U O O 00 Gp 8 2 la jj O 2 8 a 2 1s Li O `C (;%l UI .-) S';n I•r (G','�•1 OJ C6C''npp -, U N N111 NIn 1»M NN N N/n f, VI ry VI y1 .. fJ -• -[[[p.111-• N N�Ni(L�J1+CWOJ 1lIp�J N VI 51 j•� NJ U VI N /A✓r1 f'~IU (1 l/, N 1�4 lu�1J.N( IL li t• �i lmh l"ll Ic,�J. In n/y M Q Ih fj .b 1^ -•• /�,1 � U U p U+ Y cio c`•'i<r2+`(''., Li<fi jgRS�fi �i ti t• chi �i c'. <`;G`tiu c�'cl•'Sn<f''i ci ' c;c[S)cQ�: Cl nd m Z G ch IA 1n /1 / /I 1'J V1 h W J II• In N Ih 111 V1 M 111 N N N 1»�� �+ N L)V!�.1 N JI N I2. QI W N J in 01 n LL' I G A y VI IJ T 1• N ih -1 11 IJ n in n n J L N In Ci i.l 0 U T V Cy)lh U+ 7 li r, ? � z (1 CVJ yq V� /�Cj IJ N(.)IL `1 A fI(� "- ,C f�b<,'J 4l f+ l�p N f lh ? ICJ( '4 6 V U<>W VI U U, ,] 1• O C1, �+1,N <J P 1. .. (n CJ U IJ R J C�P CJ O C1 t�C,(-, U O O`] h fj Cl l� '•i `J E 8$8$ 38 8 8Sc+8 Pba 8 SIR 13 F,1:+z; c 0 CP$SB�so8 r, o00 t',S R 113 82 fp y A, U,in 11, A b b � N -'. fJ O Q N W w N N W w N e �r� N § I �h m >b mr7 mi sylh N w m � z �F F PH O U �• � ': 1 " 4 ��71t^0' �fftt y YN� 1' r ; 7• �_ ��c�4y rKr,y<m� m D NCb flY)•Y AlY fn r !7 R A� �ZAII fn tx�_ pyr p 2-1 t'y� Cv � _ Zm m> cCy yu',�°,«�•� �� 0, o�n, �`, 2t� N C Mp ppO irlJ'i I! N N�n N („ �O M Cl Cl N CJ CJ�Gj � z q Cfj'.) b Ar If�J in Al/J ft'li G ) I � Y �'i Cl ui m ii If W i� U u g �i cVi �i 8 Gni d chi m m m yr .9 rn 0 m�" qq m 1 71 3 0 $ 8WbR nl),�8 8 88 r38 E8��88 oc re w � 'o lJ p A m T. wQ mtnu c ~Nh m VU 1� N Z Z � 01 (pNn U Uyi W N N N 1(nn1(0 y7CM (W�0000-.4 ,D /3n. ANN N(p4 tVU.pi � In 1,0 O O � O q j°m 1• G N F �Ali V� t7 U 8 O G $()Ji fJ A N I] z N pp pp [J 33�� pp nn GG Cp�p qq ))pp oo lC,�,pp ti d $ O C> Cdi �l M btC O G 7Cn d X01 [ 40 GO 00 C,CJOt] ._ `n c)u, h /- $nr;�',Sg8 m � (n C M Il�I Ai �1';a�/ 1'1 N N N N H yr In iv N b •1 11 lSii m A,fJ CV b 1. + UQQ u W W•. Ih 1.)lIi t• -I b `c3 o S c� ri yl[-.n yiti.;o� C./14 75 c°�i 4g of trl�.oc vv 4l pp o , iA 1 ro v g C� rJ tG Ci N m b NIO In 99� tG �i�i PO �Cj c4,fb'C�ig IA. u In V y N al W Y UI In 71 9 N w nt ini o m w r-a. O CJ U-• O b O In In 71 n T Nm j Ill M n � l�l �VI N N VI N rJ •'J1 N V1�� y V V V AI V (J) J IJ Ci ti ty Y N IJ N In J M N N rr N Vr Ti Q t,l N Ot IJ lJ U l V JJ.. 1Y. k".1�is 1h� /•'(t'.�7 ipn, cN iq N /� /r 1�i�J/,, tp.if�n o0((T y� pO Cl�7Jj (��J !., 41 W pDm�f n n W CNC.. +I C, M pi fJ p� f4 pGp 4O4 pQp qOq[J O O 1�1 1ppl, O '� O O fA iu N ni C'cb'l ihi tJ N!i V � W O 8 V O C, 4 I]6 d�G b a m I-i IF N W M/n W tl.o f.I I,Jn W ilJi M ty�l�l I)t�,� v S m x 0 N V) M U N W N N N '• P � N N pNp1, uIn� N +N N lJ ry,� lNJ Vr N�,r� N N Y L JJ yJ pppU���,N f1�L. CT'' N�n�I�)O tp01, N IJ N U tVil t9� N t0 4.W h�W O O $ O cn'i O a''j mi.['U In 7il C1d G O G g8a Z ,r- t� CONTRACT DOCUMENTS AC A`1"Q 1 N G1� ...7� IAfNN CITY OF JEFFERSON �-.- of City of Jefferson `y John MandMfehr or Department of Community Devolaprnen( Patrick E. Sullivan, PE, Director 320 East McCarty.Street Phone: 573-634-6440 Jefferson City, Missouri 65101 — t '� Fax: 573.634.6457 August 1, 2003 Mr. Don Rhea Don Schniedors Excavating Company, Inc. 1307 Fairgrounds Road Jefferson City, MO 65109 RE: Hyde Park Road Connoctor& Hyde Park Sito Improvemonts Project No. 33010-0303 Dear Mr. Rhea: This letter will serve as the "NOTICE TO PROCEED"for the above referenced project. The effective date of this notice shall be Monday,August 4, 2003. The contract time far this project is one h(indrecl twenty(120) working days, A pre-construction conference for this projoct was previously held on Thursday, July 3, 2003 in the lower love/ conference room of City Hall, 320 E. McCarty Shoat. Jefferson City,MO 65101. As noted in(his conference, tho work to be executed under this contract will include all the items specified in the BASE BID, excluding Item 9,05 Ivy Plants, Item 10.01 Automatic Cantilever Sliding Gate, and/term 10.02 Chain Link Fence. ALTERNATE C, Item 16.00 Timber Salt Storage Building Complete in Place is also includod in the contract. A fully oxecutod copy of the contract between your cornpnoy and tho City of Jefferson for the above referenced project for your records has previously been delivered. Please rind enclosed for your use and the use of your subcontractors(if any)for the purchase of mnto ials to be utilized on the above roferenced project, five (5) copies of the following documents: 1. Missouri Project Exemption Certificate 2. City's Missouri Tax Exemption Letter In using these documents to purchase materials,please read and follow the appropriate"instructions"as included at the bottom of the Missouri Project Exemption Corlificato. if there are any questions, pluaso advise. Sincerely, ohr L Kramer, P.E. inoering Division Diroclor JLK:jlk Enclosuro(s) cc: Contral File Pat Sullivan Bronchi Wundorlich Mntl Mornsch Cons(nrctien Inspector City Clock Purchasing 1 N SPECIFICATIONS AND CONTRACT DOCUMENTS j i PROJECT NO, 32010-0303 Hyde Park Road Connector & Hyde Park Site Improvements t off ref. f�kx ''r P R C M �� R ae 4 ��' �/hO,ININ1"• � �� ���miiu�>teeee�� Jefferson City Department of Community Development May 2003 ' FACONTRACT DOCUMENTS132010-0303-Hyde Park Road&Site Improvements,frm t TABLE OF CONTENTS • Advertisement for Bids • Notice to Bidders • Information for Bidders eBid Form * • Bid Bond * Anti-Collusion Statement • Contractor's Affidavit • Minority Business Enterprise Statement • Minority Business Utilization Agreement • Affidavit of Compliance with Prevailing Wage Law • Prevailing Wage Determination • Affidavit of Compliance Public Works Contracts Law • Excessive Unemployment Exception Certification • Construction Contract • Performance, Payment, and Guarantee Bond ' General Provisions • Special Provisions • Attachments • Addendums ( If Any ) (* INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) FACONTRACT DOCUMENTS\32010-0303-Hyde Park Road &Site Improvements.(rm 1 �rr °r...r rr♦ . f City of Jefferson John Landwehr �, �' g + a Mayor f ADVERTISEMENT FOR BIDS Sealed bids will be received at the office of the Purchasing Agent, 320 East McCarty Street, Jefferson City, Missouri 65101, until 1:30 PM, on Friday, June 6, 2003. The bids will be opened and read aloud in the Council Chambers at 1:30 PM on that same day. The proposed work for the project entitled "Project No. 32010-0303, Hyde Park Road Connector&Hyde Park Site Improvements"will include the furnishing of all materials,labor, and equipment to construct approximately 1800 lineal feet of street, a reinforced concrete box culvert, paved parking areas, drives, landscaping, grading, and other miscellaneous work to extend Hyde Park Road to connect to Heisinger Road and to develop city owned facilities. A pre-bid conference will be held at 10:00 a.m., on Tuesday, May 27, 2003 at the Jefferson City Wastewater Collection Maintenance Facility located on the site of the work at 2320 Hyde Park Road,Jefferson City, MO 65109. Access to Hyde Park Road is from Stadium Drive. All prospective bidders are urged to attend. Copies of the contract documents required for bidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street,Jefferson City,Missouri. A non- refundable deposit of Seventy-f=ive Dollars ($75.00)will be required for each set of plans and specifications. Individual full size sheets of the plans maybe obtained for Three Dollars($3.00) per sheet. The contract will require compliance with the wage and labor requirements and the payment of minimum wages in accordance with the Schedule of Wage Rates established by the Missouri Division of Labor Standards. The City reserves the right to reject any and all bids and to waive informalities therein, to determine which is the lowest and best bid and to approve the bond. CITY OF JEFFERSON ( � Terry Stc he on Purchasing Agent Publication Dates Tuesday, May 20, 2003. FACONTRACT DOCUMENTS132010-0303-Hyde Park Road& Site Improvomenls.frm May 16,2003 NOTICE TO BIDDERS Sealed bids will be received at the office of the Purchasing Agent, 320 East. McCarty Street, Jefferson City, Missouri 65101, until 1:30 PM, on Friday, June 6, 2003. The bids will be opened and read aloud in the Council Chambers at 1:30 PM on that same day. The proposed work for the project entitled "Project No. 32010-0303, Hyde Park Road Connector&Hyde Park Site Improvements"will include the furnishing of all materials, labor, and equipment to construct approximately 1800 lineal feet of street, a reinforced concrete box culvert, paved parking areas, drives, landscaping, grading, and other miscellaneous work to extend Hyde Park Road to connect to Heisinger Road and to develop city owned facilities. A pre-bid conference will be held at 10:00 a.m., on Tuesday, May 27, 2003 at the Jefferson City Wastewater Collection Maintenance Facility located on the site of the work at 2320 Hyde Park Road, Jefferson City, MO 65109.Access to Hyde Park Road is from Stadium Drive. 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. rCopies 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 Seventy-Five Dollars ($75.00)will be required for each set of plans and specifications. Individual full size sheets of the plans maybe obtained for Three Dollars($3.00) per sheet. The contract will require compliance with the wage and labor requirements and the payment of minlmurn wages in accordance with the Schedule of Wage Rates established by the Missouri Division of Labor Standards. 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(tae bid must accompany each proposal. A one-year Performance and Guarantee Dond 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 hest bid and to approve the bond. CITY OF JEFFERSON, MISSOURI Patrick E, SUllivran, PE Director of Community Development F:kCONTRACT D(.CUMl:N1'513.`t()I0.031):1•r lydo f'auk Road& Sno Improvumen115(fill 1 INFORMATION FOR BIDDERS I113-9 SCOPE OF WORK The work to be done under this contract includes the furnishing of all technical personnel, labor, materials, and equipment required to perform the work included in the project entitled"Project No. 32010-0303, Hyde Park load Connector & Hyde Park Site Improvements" in accordance with the plans and specifications on file with the Department of Community Development. The proposed work for this project will include the furnishing of all will Include the furnishing of all materials, labor, and equipment to construct approximately 9800 lineal feet of street, a reinforced concrete box culvert, paved parking areas, drives, landscaping, grading, and other miscellaneous work to extend Hyde Park Road to connect to Heisinger Road and to develop city owned facilities. I13-2 INSPECTION OF PLANS, SPECIFICATIONS, AND SITE OF WORK The bidder is required to examine carefully the site of the proposed work, the bid, plans, specifications, supplemental specifications, special provisions, and contract documents before submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish all materials and labor necessary to carry out the provisions of the contract. I13-3 INTERPRETATION OF CONTRACT DOCUMENTS If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications or any part thereof, which affect the cost, quality, quantity, or character of the project, he shall request in writing, at least five (5) days prior to the date fixed for the bid opening, that an interpretation be made and an addendum be issued by the City, which shall then be delivered to all bidders to whom Plans and Specifications have been issued. All addenda issued shall become part of the contract documents. Failure to [lave requested an addendum covering any questions affecting the interpretation of the Plans and Specifications shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. I13-4 QUALIFICATIONS OF BIDDERS The City of Jefferson may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by the bidder or investigation of such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. IB-5 EQUIVALENT MATERIAL Wherever definite reference is made in these Specifications to the use of any particular material s FACONTRACT DOCUMENTS132010-0303-Hyde Park Road&Site Improvemrnls frm or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequately the duties imposed by the general design, subject to the approval of the City. I113-6 BID SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City of Jefferson for five percent (5%) of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. Should the successful bidder fail or refuse to execute the bond and the contract required within seven (7) days after he has received notice of acceptance of his bid, he shall forfeit to the City Qas liquidated damages for such failure or refusal, the security deposited with his bid. I113-7 PREPARATION OF BIDS Bids must be made upon the prescribed forms attached in these Contract Documents. Only sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. All blank spaces in the bid must be filled in and no change shall be made in the phraseology of the bid, or addition to the items mentioned therein. Any conditions, limitations or provisions attached to bids will render them informal and may be considered cause for their rejection. Extensions of quantities and unit prices shall be carried out to the penny. 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 Plans and Specifications. Section 144.062 RSMo provides that the City's sales tax exemption may be used for the purchase of goods and materials for this project. The contract for the project will authorize and direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and materials for the project. This provision shall apply to only those purchases totaling over$500 from an individual supplier. All sales taxes on those items which do not qualify for the use of the City's sales tax exemption and for which sales tax might lawfully be assessed against the City are to be paid by the Contractor from the monies obtained in satisfaction of the Contract. It being understood by the bidder, that the bid prices submitted for those items shall include the cost of such taxes. I113-9 APPROXIMATE QUANTITIES In cases where any part or all of the bidding is to be received on a unit price basis, the quantities stated in the bid will not be used in establishing final payment due the successful Contractor. The quantities stated on which unit prices are so invited are approximate only and each bidder shall make his own estimate from the plans of the quantities required on each item ' and calculate his unit price bid for each item accordingly. Bids will be compared on the basis of number of units stated in the bid. Such estimated quantities, while made from the best ' FACONTRACT DOCUMENTS\32010-0303-Hyde Park Road&Site Improvernents.frm information available, are approximate only. Payment of the Contract will be based on actual number of units installed on the complete work. IB-10 LUMP SUM ITEMS Payment for each lump sum item shall be at the lump sum bid for the item, complete in place, and shall include the costs of all labor, materials, tools and equipment to construct the item as described herein and to the limits shown on the Plans. IB-11 SUBMISSION OF BIDS The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked "Project No. 32010-0303, Hyde Park Road Connector & Hyde Park Site Improvements". IB-12 ALTERNATE BIDS In making the award, if alternate bids have been requested, the alternate bid which will be in the best interest of the City will be used. 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 (30) 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 reserve the right to reject any or all bids, to waive any informality in the bids received, or to accept the bid or bids that in its judgement will be in the best interests of the City of Jefferson. I13-15 AWARD OF CONTRACT If, within seven (7) days after he has received notice of acceptance of his bid, the successful bidder or bidders shall refuse or neglect to come to the office of the Director of Community Development and to execute the Contract and to furnish the required Performance and Payment Bonds and Insurance, properly signed by the Contractor and the Surety and Sureties satisfactory to the City of Jefferson as hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit the deposit. IB-16 PERFORMANCE AND PAYMENT BOND A Performance and Payment Bond in an amount equivalent to one hundred percent (100%) of the Contract price, must be furnished and executed by the successful bidder or bidders. A FACONTRACT DOCUMENTS132010-0303-Hyde Park Road&Site Improvements.frm 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. ' IB-17 INDEMNIFICATION AND INSURANCE The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss of or damage to property, including loss of all judgments recovered therefore, and from all expense in defending said claims, or suits, including court costs, attorney fees and other expense caused by any act or omission of the Contractor and/or his subcontractors, their respective agents, servants or employees. The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance outlining the coverage provided. IB-18 BID SECURITY RETURNED TO SUCCESSFUL BIDDER Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to the bidder unless the same shall have been presented for collection prior to such time, in which case the amount of the deposit will be refunded by the City. IB-19 NONDISCRIMINATION IN EMPLOYMENT ' ® Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. IB-20 PREVAILING WAGE LAW ` The principal contractor and all subcontractors shall pay not less than the prevailing wage hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri, pursuant to Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, 1994 as amended. (See Determination included herewith.) IB-21 GUARANTEE The Contractor shall guarantee that the equipment, materials and workmanship furnished under this contract will be as specified and will be free from defects for a period of one year from the date of final acceptance. In addition,the equipment furnished by the Contractor shall be guaranteed to be free from defects in design. Within the guarantee period and upon notification of the Contractor by the City, the Contractor 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. FACONTRACT DOCUMENTS\32010-0303-Hyde Park Road&Site Improvements.frrn 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 1 the work, the Contractor neglects to make, or undertake with due diligence to make, the necessary repairs or adjustments, the City is hereby authorized to make the repairs or adjustments itself or order the work to be done by a third party, the costs of the work to be paid by the Contractor. In the event of an emergency where, in the judgment of the City delays would cause serious loss or damage, repairs or adjustments may be made by the City or a third party chosen by the City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. IB-22 NOTICE TO PROCEED A written notice of when 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 120 working days. IB-25 LIQUIDATED DAMAGES Liquidated damages shall be assessed at the rate of Seven Hundred Fifty Dollars ($750.00) per calendar day until the work is complete, should the project not be completed within the contract time. IB-26 POWER OF ATTORNEY Attorneys-in-fact who sign bird bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. IB-27 BID PACKET ' Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. s FACONTRACT DOCUMENTS\32010-0303-Hyde Park Road&Site Improvements.frm Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, the bidder's address, and the name of the project for which the bid is being submitted, If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as follows: Purchasing Agent City of Jefferson, MO 320 E. McCarty Street Jefferson City, MO 65101 For the convenience of bidding this project, a "BID PACKET" has been included with the project manual, This packet contains the necessary forms to be submitted with the bid proposal. The contents of this packet include the following: 1) BID FORM 2) BID BOND 3) ANTI-COLLUSION STATEMENT 4) CONTRACTOR'S AFFIDAVIT 5) MINORITY BUSINESS UTILIZATION AGREEMENT ' END OF INFORMATION FOR BIDDERS r e t �r FACONTRACT DOCUMENTS132010-0303-Hyde Park Road&Site Improvements.frm BID FORM 1 Name of ' Bidder Schnieder-s Excavating Company, :Inc, Address of Bidder 1307 Fairgrounds Road, Jefferson City, MO 65109 To: CITY OF JEFFERSON 320 East McCarty Street Jefferson City, Missouri 65109 THE UNDERSIGNED BIDDER, having examined the plans,specifications, regulations of the Contract, Special Conditions, other proposed contract documents and all addenda thereto; and being acquainted with and fully understanding (a)the extend and character of the work covered by this Bid; (b) the location, arrangement, and specified requirements for the proposed work; (c) the location, character, and condition of existing streets, roads, highways, railroads, pavements, surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other installations, both surface and underground which may affect or be affected by the proposed work; (d) the nature and extent of the excavations to be made and the type, character, and general condition of materials to be excavated', (e) the necessary handling and rehandling of excavated materials; (f)the location and extent of necessary or probable dewatering requirements; (g)the difficulties and hazards to the work which might be caused by storm and flood water; (h) local conditions relative to labor, transportation, hauling, and rail delivery facilities; and (i) all other factors and conditions affecting or which may be affected by the work. HEREBY PROPOSED to furnish all required materials, supplies, equipment, tools, and plant; to perform all necessary labor and supervision; and to construct, install, erect, and complete all work stipulated, required by, and in accordance with the proposed contract documents and the drawings, specifications, and other documents referred to therein (as altered, amended, or modified by addenda) in the manner and time prescribed and that he will accept in full payment sums determined by applying to the quantities of the following items, the following unit prices and/or any (lamp 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: COPY FACONTRACT DOCUMENTSM010-0303-Hyde Park Road&Site Improvements.frm 1 Page 1 of 4 CITY OF JEFFERSON ITEMIZED BID FORM HYDE PARK ROAD/PARKING IMPROVEMENTS copy PROJECT NO. 32010-0303 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1.00 REMOVALS LS 1 30,360.00 30,360,00 2.00 CLEARING AND GRUBBING LS 1 1 ,832.00 1 ,832.00 3,00 TEMPORARY EROSION CONTROL 3.01 SILT FENCE LF 2,000 1 .80 3,600.00 3.02 DITCH CHECKS EA 6 75.00 450,00 4.00 EXCAVATION 4.01 EARTH EXCAVATION AND GRADING LS 1 198,769.00 198,769.00 4.02 ROCK EXCAVATION CY 9,784 7.40 72,401 .60 4.03 TRENCH EXCAVATION IN ROCK CY 150 _ 100.00 15,000.00 4.04 SUBGRAGE STABILI7ATION TON 200 10.00 21000.00 ' 5.00 STORMWATER _ 5.01 6' x 12' REINFORCED CONCRETE BOX CULVERT LS 1 87,670.00 87,670.00 5.02 4' x T TYPE A INLET W/O DEFLECTORS EA 17 1 ,370.00 23,290.00 5.03 4' x 4'TYPE A INLET W/0 DEFLECTORS EA 1 2,500.00 2,500.00 5.04 6' x 5'TYPE A INLET W/O DEFLECTORS EA 1 2,600.00 24600.00 5.05 6' x T TYPE A INLET W/O DEFLECTORS EA 1 �2,805.00 21805.00 5.06 4' x 4'AREA INLET EA 1 1 ,825.00 1 ,825.00 5.07 4' x 5'AREA INLET EA 1 -1 ,700.00 _ 1 ,700.00 5.08 4' x 4'GRATED INLET EA 1 1159-5,00 1 ,595.00 ' 5.09 4' DIA STORMWATER MANHOLE EA 1 1 ,700.00 1 ,700.00 5.10 4' DIA SLAB TOP STORMWATER MANHOLE EA 1 979.00 ,r 979.00 ' 5.11 4' DIA SLAB TOP STORMWATER MANHOLE WITH CATCH BASIN FRAME & GRATE ' (NEENAH R-2500 OR EQUAL) EA 1 1 ,310.00 1 ,310,00 pyPage 2 of 4 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 5.12 V DIA STORMWATER MANHOLE EA 2 20060.00 4,120.00 t5,13 2' x T GRATED INLET EA 1 _ 930.00 93().00 5.14 10" DIA SCH, 40 PVC STORM GUTTER _M DRAIN LF 25 25.00 725.00 5,15 15" DIA RCP, CLASS III, IN PLACE LF 307 28.40 8,718.80 5.16 18" DIA RCP, CLASS III, IN PLACE LF 783 27.20 21 ,297.60 5.17 24" DIA RCP, CLASS III, IN PLACE LF 239 47.30 11 ,304.70 5.18 30" DIA RCP, CLASS III, IN PLACE LF 693 55.07 38,163.51 5.19 36" DIA RCP, CLASS III, IN PLACE LF 217 62_85 13,638.45 5.20 18" DIA RCP FLARED END SECTION EA 1 490.00 490.00 5.21 30" DIA RCP FLARED END SECTION EA 2 675.00 _ 1 ,350.00 5.22 36" DIA RCP FLARED END SECTION EA 1 950.00 950.00 5.23 1 FT, THICK, TYPE 1 RIP-RAP SY 565 9.50 5,367.50 5.24 2 FT. THICK, TYPE 2 RIP-RAP SY 200 18.20 3,640.00 6.00 BURIED GONDUI'f 6.01 2 1/2" DIA SCH 40 PVC ELEC. CONDUIT LF 775 9.20 7,130.00 6.02 3" DIA SCH 40 PVC NATURAL GAS CONDUIT LF 160 9.30 11488.00 6.03 4" DIA SCH 40 PVC TELEPHONE CONDUIT LF 450 9.60 4,320.00 6.04 5" DIA SCH 40 PVC ELECTRICAL CONDUIT LF 374 10.35 3,870.90 6.05 SINGLE METER PEDESTAL EA 3 1 ,000.00 _ 3,000.00 7.00 MODULAR RETAINING WALL 7.01 WALL UNITS SF 190 19.50 3,705.00 7.02 TOP CAP LF 50 7.50 375.00 8.00 PAVING 8.01 TYPE A CURB AND GUTTER LF 8,179 12.50 102,237.50 8.02 3"THICK ROLLED STONE BASE SY 21,971 2.55 56,026.05 • 8.03 4"THICK PCC PAVEMENT (AT GATES) SY 69 30.00 2,070.00 COPY Pape 3 of 4 ITEM APPROX. UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT 8.04 6"'THICK PCC PAVEMENT (TRAIL&. FUEL AREA) SY 893 23.85 r_21 ,298.05 8.05 7"'THICK PCC PAVEMENT (PAVEMENT, PARKING AREA, &APPROACHES) SY 20,057 22.50 451 ,282.50 9.00 LANDSCAPE BERM & SCREENING 9.01 CONCRETE RETAINING WALL EA 1 3f000.00 3,000.00 9.02 WHITE PINE TREES EA 29 225.00 6,525.00 9.03 REDBUD TREES EA 14 275.00 3,850.00 9.04 RIVER BIRCH'TREES EA 15 300.00 4,500.00 9.05 IVY PLANTS ON 1.5' GRID LAYOUT ON r BERMS EA 15,700 1 .25 19,625.00 9.06 TREE. BARK MULCH 4"THICK AC 0.8 4,500.00 3,600.00 10.00 GA'Z'ES AND FENCING 10.01 AUTOMATIC CANTILEVER SLIDING GATE EA 2 20,425.00 40,850.00 10.02 CHAIN LINK FENCE, 6 FT. TALL WITH eBARBED WIRE LF 110 31 .00 3,410.00 11.00 SEEDING AND MULCHING AC 6.2 1,950.00 12,090.00 12.00 CONSTRUCTION SIGNAGE AND TRAFFIC CONTROL LS 1 1 ,660.00 1 ,660.00 13.00 SANITARY SEWER MANHOLE ADJUSTMENT EA 2 500.00 1 ,000.00 BASE BID 1 ,319,995.16 ALTERNATE A -HYDE PARK AS ASPHALT PAVEMENT 14.00 REDUCE 7"PCC PAVEMENT SY (9,865) 21 .00 (207,165.00) 14.01 ADD 1 1/2"AC SURFACE (GRADE C) SY 9,865 3.05 30,088.25 14.02 ADD 8 1/2"AC BASE SY 9,865 17.08 '168r494.20 ' TOTAL ALTERNATIVE A (8,582.55) copy Page 4 of 4 ITEM APPROX, UNIT NO. DESCRIPTION UNITS QUANTITY PRICE AMOUNT ALTERNATE B -ROADWAY"A"AND"B"AS ASPHALT PAVEMENT 15.00 REDUCE 7" PCC PAVEMENT SY (6,008) 20.00 (120,160.00) 1 15.01 ADD 1 1/2"AC SURFACE(GRADE C) SY 6,008 3.05 18,324.40 15.02 ADD 8 1/2"AC BASE SY 6,008 17.08 102,616.64 TOTAL ALTERNATIVE B 781 .04 _ ALTERNATE C -TIMBER SALT STORAGE BUILDING 16,00 115'x 46' SEVEN (7) BAY CONCRETE AND TIMBER SALT STORAGE BUILDING COMPLETE IN PLACE EA 1 129,770.00 129,770.00 TOTAL ALTERNATE C 129f770.00 ® ALTERNATE D -TIMBER SALT STORAGE BUILDING: CONCRETE FOOTINGS AND WALLS ONLY 17.00 115'x 46'SEVEN (7)BAY CONCRETE FOOTINGS AND WALLS ONLY COMPLETE IN PLACE EA 1 75,000.00 75r000.00 TOTAL ALTERNATE D 75,000.00 ALTERNATE E -SALVAGE OF TWIN ARCH PIPES ' 18.00 REMOVE AND SALVAGE 130 LF OF Tx 5' STRUCTURAL PLATE ARCH LS 1 6,500.00 6,500.00 TOTAL ALTERNATE E 6,500.00 • COPY SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he shall list them. xnc. Schriatpf Landscaping, Inc. Sterling Excavating, Tiger Fence companyl inn. Jefferson Asphalt , Inc. TIME OF COMPLETION The undersigned hereby agrees to complete the project within 120 working days, subject to the stipulations of the regulations of the Contract and the Special Provisions. It is understood and agreed that if this bid is accepted, the prices quoted above include all applicable state taxes and that said taxes shall be paid by the Contractor. The undersigned, as Bidder, hereby declares that the only persons or firms interested in the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this bid or in the Contract to be entered into; and this bid is made without connection with any other person, company, or parties making a bid; and that it is in all respects fair and in good faith, without collusion or fraud. The undersigned agrees that the accompanying bid deposit shall become the property of the Owner, should he fail or refuse to execute the Contract or furnish Bond as called for in the specifications within the time provided. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within sixty (60) days after the date of opening of bids, or any time thereafter before this bid is withdrawn, the undersigned will, within ten (10) days after the date of such mailing,telegraphing, or delivering of such notice, execute and deliver a Contract in the form of Contract attached. The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed, or delivered: 1307 Fairgrounds Road, ,Jefferson City MO 65109 It is understood and agreed that this bid may be withdrawn at any time prior to the scheduled time for the opening of bids or any authorized postponement thereof. Attached hereto is a Bid Bond for the sure of 5% of bid amunt _ ($ ) Dollars (cashier's check), make payable to the City of Jefferson. FACONTRAc'r UOCUMSNTS\32M-0303-Hyde Park Road&Site Improvements.frm Signature of Bidder: COPY If an individual, doing business as If a partnership, member of firm. by If corporation, Don schnieders Excav�ting QQUy�, Inc- by �s- -�..x� �• 1 Title Vice President SEAL. Business Address of Bidder 1307 Fairgrounds Road Jefferson City, MO 65109 If Bidder is a corporation, supply the following information: State in which incorporated Missouri {dame and Address of its: President Mary Jane M. Rhea 13D7 Ralrqzounds Road, a®f€o=es Cite--M9 454-09 Secretary Ann F. Bax 1307 Fairgrounds Road, Jefferson City, MO 65109 Bate_ June 6, 2003 ' FACONTRACT DOCUMENTSM010.0303-Hyde Park Road&Site Improvements,frm COPY BID BOND i KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Don Schnieders Excavating Company, Inc. as Principal, ® and Safeco Insurance Company of America _as Surety, are hereby held and firmly l! bound unto the CITY OF JEFFERSON, MISSOURI , as owner, in the penal sum of Five Percent of Amount 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 6th day of June , 2oo 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. 32010-0303, Hyde Park Road Connector & Hyde Park Site Improvements" 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 t 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. � / C. ��n Don Sch�n-i-e,.dyer-sr/Excavating Company, OloG.) Principal SEAT. ' Safecc9l n`r om y of erica t _ Kris L. ennett, Attorney-In-Fac • FACONTRACT DOCUMENTS132010-0303-Hyde Park Road&Site Improvements.Irm S A F E C 0• SAFECO Insurance Company PO Box 34520 / Seattle,WA 90124.1520 ACKNOWLEDGMENT BY SURETY STATE 01' Missouri _ 1r ss, County of Cole J On this _. 6th day of _ June 2003r , before me personally appeared_ Kris L, Bennett _ known to, me to be the Attorney-in-Fact of SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE_COMPANY OF AMERICA, FIRST NATIONAL INSURANCE COMPANY OF AMERICA or SAFECO NATIONAL INSURANCE COMPANY , the corporation that executed the within instrument, and acknowledged to file that such corporation executed the same. IN *IVITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written, Notary Public it he State of Missouri (Seal) County of Osa e JANET NOTARY PUBC LI NOTARY SEAL CODE OF MISSOURI OF My Commisslon Expires:es: October 18,2006 1 COPY S•02301SAEF 10199 ' ®A registered trademark of SAFECO Corporation FRP CO' POWER ^;ArLC(t IN',WRANCC COMPANY OF AMERIGh !`C OF ATTORNEY SLAT' orr;re :;niece WOW ;LAT'fLL,WASFIINGtC)N 0ata6 Nn. 5862 KNOW ALL BY THESE PRESENTS: _ That SAFECO INSURANCE COMPANY OF AMERICA,a Washington corporation,dow;hereby appoint A.LANDWEiIR:CARL I-.REYNOLDS:KRIS l-.111i114NF"I'1.C'IIAItLIiti I..TI(Alit T:,.leflc!-,on 011 ,t,Lr.uxui""""'"""""'"""""' Its true and lawful attomey(s)-in-fact,with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a sundae character issued In the courso of Its business,and to bind SAFECO INSURANCE COMPANY OF AMERICA lhomby as fully as if such Insoumenls had been duly executed by its regularly elec..led officers at Its home office. IN WITNESS WHEREOF,SAFECO INSURANCE COMPANY OF AMERICA has executed and attestod these presents this loth dayof October 2000 R.A.PIERSON,SECRETARY BOH A.DICKEY,PRESIDENT CERTIFICATE - Extract from the By-Law:;of SAFECO INSURANCE COMPANY OF AMERICA-. "Article V, Section 13. -FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to apfxrint individual;:as attomoys-in-fact or under other appropriate titles with authority to "execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of Its business... On any Instrument making or evidencing such appointment, the signatures may be affixed by facsimile On any instrument conferring such authority or on any bond or 1 Aftindertaking of the company,the seal,or a facsimile thereof,may be impressed or affixed or in any ocher manner reproducod;provided,however,that the seal shall not necessary to the validity of any such Instrument or undertaking." Extract from a Resolution o!the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 2'$, 1970. On any coriificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provisions of Article V,Section 13 of the By-Laws,and (If) A copy of the power•of-attumey appointment,executed pursuant thereto.and (iii) Certlfying that said power-of-attorney appoindment rs in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be facsimile thereof." I,R.A.Pierson.Secretary of SAFECO INSURANCE COMPANY OF AMERICA,do hereby cortdy that tho foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Atlomoy issued pursuant thereto, are true and correct, and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facstmdo seal of said corporation 1 this 6th day of June 2003 1 �r PPOrt�r� �, COPY SEAT. a. 1953 OAfFor IifAS R.A.PIERSON,SECRETARY b•13001SAEr 7/06 M!Rugnaornd Irademnrk of SAFECO Corporation. 10/10/00 P D F F.2 0-M S A F E C 0• r 0 IMPORTANT SURETY BOND INFORMATION - MISSOURI - 1 Your SAFECO agent is a professional Independent Insurance Agent. If you have specific questions about your Surety Bond, YOU MAN' DIRECT THEM TO YOUR AGENT. MISSOURI SPECIFIC QUESTIONS If you have been unable to contact or obtain information from your agent, you may contact SAFECO at the following address and telephone number: 1 SAFECO Insurance Company of America General Insurance Company of America First National Insurance Company of America Surety Office P.O.Box 461 St. Louis, MO 63166 Telephone: (314) 965-0400 1 r r copy 1 1 1 1 ' S-3855/SAEF 2/98 0 A registered iradernarY,of SAFECO Corporation ANTI_ -COLLUSION STATEMENT STATE OF �Mia:3ouri ) COPY COUNTY OF ooze ) L Mica being first duly sworn, deposes and says that he is vice President of TITLE OF PERSON SIGNING Dg SC G EX .�V�tj,n�rrynpny, Tnc_ NAME OF BIDDER that all statements made and facts set out in the bid for the above project are true and correct; and that the bidder (the person, firm, association, or corporation making said bid) has not, either directly or indirectly,entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid of any contract which result from its acceptance. Affiant further certifies that bidder is not-financially interested in, or financially affiliated with, any other bidder for the above project. (BY)� >t .s---- (BY)_ rSworn to before me this 6th day of June , 2003 NOTARY PUBLIC My commission expires: January 23 2003^ ' FACONTRACT DOCUME14TSQ2010-0303-Hyde Park Roaa&Site Improvements.fan SHAWN M.WILSON Notary Public•Notary Seal State of Missouri County of Cole eMy Commission Expires: JAL 23,2007 CONTRACTOR'S AFFIDAVIT This affidavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted. STATE OF Missouri `�J COUNTY OF Cole ss COPY ) The undersigned, Donald E. Rhea a a of (awful age, being first duly sworn states upon oath that he is Vice President of Don Schni.edexs Excavating Cgm=y, Inc, the contractor submitting the attached bid, that he knows of his own knowledge and states it to be a fact that neither said bid nor the computation upon which it is based include any amount of monies, estimate or allowance representing wages, moneys or expenses, however designated, proposed to be paid to persons who are not required to furnish material or actually perform services upon or as a part of the proposed project. AFFIANT Subscribed and sworn to before me, a Notary Public, in and for the County and State aforesaid, this_ 6th day of_jurie , 2003 NOTARY PUBLIC My Commission Expires: January 23, 2003 FACONTRACT DOCIIMENTS132010-0303-Hyde Park Road&Site Improvements.trm SHAWN M.WII..YWN Notary Public-Notary Sea]2007 State of Missouri County of Cole My Commission Expires: Jzn.23 MINORITY BUSINESS ENTERPRISE STATEMENT Contractors bidding on City contracts shall take the following affirmative steps to assure that small, women owned, and minority business are utilized when possible as sources of suppliers, services, and construction items. 1. Contractor's will submit the names and other information if any, about their MBE sub-contractors along with their bid submissions. 2. Sufficient and reasonable efforts will be made to use qualified MBE sub- contractors when possible on City contracts. 3. Qualified small, women owned, and minority business will be included on solicitation lists as sub-contractors for City supplies, services, and construction. 4. Qualified small, women owned, and minority business will be solicited whenever they are potential sources. 5. When economically feasible, Contractors will divide total requirements into smaller tasks or quantities so as to permit maximurn small, women owned, and minority business participation. 6. Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small, women owned and minority businesses. 7. Contractor will use the services and assistance of the Small Business Administration, the Office of Minority Business Enterprise, and the Community Services Administration. 8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works, F:\CONTRACT DOC LIME N'rS\32010-0303-Hyde Park Road&Site ImprovementsAm r 1 MINORITY BUSINESS UTILIZATION AGREEMENT A. The bidder agrees to attempt to expend at least two (2) % of the contract, if awarded, for Minority Business Enterprise (MBE). For purposes of this goal,the 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 6(a) of the Small Business Act, as amended (15 U.S.C. 637(a)). 6. A female. person who requests to be considered as an MBE, and who "owns" and "controls" a business as defined herein. Minority Business Enterprises may be employed as contractors, subcontractors, or suppliers. CV466 OPY ' FACONTRACT DOCUMENTS132010-0303-Hyde Park Road&Site Improvements.frm 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 Minorit„yFirms Participation Participation Schri.mpf: Landscaping, Inc. Landscaping 58,320.00 Total Bid Amount: 1 ,319,995.16 Total: 58,320.00 4.4 % Percenta a 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(,) 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. Donald E. Rhea -- NAME OF AUTHORIZED OFFICER DATE 5/6/03 -...�� Fr• P-L. �- SIGNATURE OF AUTHORIZED OFFICER ' F:\CONTRACT DOCUMENTS132010.0303•Hyde('ark Road 8 Site Improvernente.frm COPY AFFIDAVIT COMPLIANCE WITH PREVAILING WAGE LAW Before me, the undersigned Notary Public, in and for the County of , State of , personally came and appeared NAME POSITION of the NAME OF COMPANY (A corporation) ( a partnership) (a proprietorship)and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions 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. 32010-0303, Hyde Park Road Connector & Hyde Park Site Improvement, 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 ) ' FACONTRACT DOCUMENTS\32010-0303-Hyde Park Road&Site Improvements,Crm � 0 0 Missoun o 0 0 Division of Labor Standards WAGE AND HOUR SECTION s 0 • • • ~ • s e � 3 ° `�y Mbrtcxx C� BOB HOLDEN, Governor Annual Wa. e Order Igo J Section 026 COLE COUNW In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection in triplicate with the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, Ma 65102-0599. Such objections must set forth in writing the specific grounds of objection. Each objection shalt certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, Jefferson City, MO 65102-0449 pursuant to 6 CSR 20.5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of Sate of Missouri. RECEIVED & FILED �' f Collten A. Baker, Director MAR 0 8 2002 Division of Labor Standards Piled With Secretary of State: �� ~ ooMr N8 piv�sioN APR 0 8 2002 Last Date Objections May Be Plied: Prepared by Mlssourl Department of Labor and Industrial Relations 1 Building Construction Raion for REFII-ACEMEN T PAU Soclion 026 COIF_ County - echve LZisica Z V7( OCCUPATIONAL. TITLE Date of Hourly Time V Holidav Total Fringe Benefits Increase Rates Rates Rates_ Asbestos Worker _ $27.91 55 60 $9.24 Boilermaker 9/02 _ $25.81 57_ 7 -��_ $13.03 Bricklayer -Stono Mason 6/02 $23.00 59 7 $6.40 Car enter $18.613 60 16 $7.01 Cement Mason _ 4/02 $17,81 9 3 $7.65 Electrician Inside Wirernan) $22,50 28 7 $8.45 -r 13% Communication Technician USE ELECTRICIAN INSIDE WIRE_MAN�RATE Elevator Constructor 7/02 a $29.545 26 54 $8.665 Operating Engineer Group I _ _ 5/02 $22.27 86 66 -!� ��$12.26 Grou II 5/02 $22.27 86 66 $12.26 Group 111 _ 5/02 $21.02 86 fib $12.26 Group 111-A 5/02 1 $22.27 86 66 $12.26 _ Group IV 5/02 $22.97 86 66 $12.26r 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(Building _ _ General $15.80 110 7 $6.40 First Semi-Skilled _ $16.90 110 7 $6.40 Second Semi-Skilled _ $16.80 110 7�_ $6.40 Lather USE CARPENTER RATE Linoleum Layer& Cutter USE CARPENTER RATE Marble Mason _ - 6/02 $23.00 59 7 $6.40 Millwright $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 $17.08 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 S rinkler 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 $11.50 Group 11 _$19.60 101_ 5 $4.50 Grou III $19.30 101 5 $4.50_ Group IV $19.60 101 5 _ $4.50 Traffic Control Service Driver $14.65 48 49 _ $2,44 Well Driller USE BLDG CONST. ENGINEER GROUP 11 RATE Welders-Acetylene & Electric I�r� Fringe Benefit Percentage is of the Basic Hourly Rate Attention Workers: If you are riot being paid 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,9 4/03 BLIlIdIng Construction Ratos, for REPLACEMENT PAGE Section 026 COLE County Footnotes Effectiv Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates Welders receive rate prescribed for the occupational title performing operation to which welding is incidental. Use Building Construction Rates on Building(s)and All Immediate Attachments. Use Heavy Construction rates for remainder of project. For the occupational titles not listed in Heavy Construction Shoots, use Rates shown on Building Construction Rate Sheet. a -Vacation: Employees over 5 years -8%; Employees under 5 years - 61/(, #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 7/02 ('Ol,E:COI!NCl' O1'k:l2'1'IM1( ItA'1'{:'+ ItUll,lHN(7 ('ONS'I'1tl!<"1'!(lN FEID. Minimum requirement per Fair I.ahor Standards Act nusuas lime and unc hnif(IV;) shall be paid for all work in excess of fiirty(40)hours per work weer. NO. 9: Me:ms the regular workday starting time of 8:00 a.m. (;end resultingg, quitting time of4:30 p.nl.) may be moved forward to 6:00 a.nl, or delayed one hour to 9:00 a.m. All work performed in excess ol'the regular work- day and on Saturday shall be compensated at one and one-half(1'/,) times(lie regular pay. In the event time is lost during; file work week (file to weather conditions, the hmployer may schedule work on the Rrllowing Saturday al straight time. All work m-ornplished on Sunday and holidays shall be compensated Im at double the regular rate of wages. The work week shall be Monday through Friday,except For midweek holidays, NO. 11: Means eight(8) hours shall constitute a day's work, with the starting: time to be established between 7:00 amt, and 8:00 a.m, from Monday to Friday, Time and one-haIf*(IIli) shall be paid lire first two (2) hour's of overtime Monday through Fridav and the first eight (8) hours on Saturday. All other overtime. prior's Monday through Saturday shall be paid at double(2) time rate. Double(2) tittle shall be paid firr all time on Swufay and recognized holidays or the days observed in lieu of these holidays. NO. 12: Means the work week shall commence oil Monday at 12:01 a.m. and shall continue through the following Friday, inclusive of'each week. All work perfilrrned by employees anywhere in excess of forty(40)hours in one(I) work week, shall be paid f'or at the rate of one and one-gall'(1'/.,) times the regular hourly wage scale. All work performed within the regular working hours which shall consist of a ten (1(1) hour work day except in emergency situations, Overtime work and Saturday word: shall be paid at one and one-half'(1`:) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two(2)times the regular hourly rate. NO. 18: Means the regular work day shall be eight(8) hours. Working hours are from six (6)hours before Noon (12:00) to six (b) hours after Noon (12:00). The regular work week shall be forty(40) hours. beginning between 6:00 a.m. and 12:00 Noon on Monday and ending between 1:00 p.m. and 6:00 I nl. on Friday. Saturday will be paid at time and one-half(I%z). Sunday and Holidays shall be paid at double(2) time. Saturday can be a make-up day if the weather has forced a day oft, but only in the week of the day being lost. Any time before six (6) hours before Noon or six(6)hours after Noon will be paid at time and one-half(1'/2). NO. 26: Means that the regular working day shall consist of eight (8) hours worked between 6:00 a.m., :end 5:00 p.m., five(5) (lays per week, Monday to Friday, inclusive. I fours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades. (the above working; hours may be change] by mutual Agreement). Work performed on Construction Work on Saturdays, Sundays and before and afler the regular working day on Monday to Friday, inclusive,shall be classified as overtime, and paid fore at double(2) the rate of single tittle. The rate of pay for all work performed on holidays shall beat two tittles(2)the single time rate of pay. rNO.28: Means eight(8) hours between 7:00 a.m. and 5:30 p.m. shall constitute a day's work five(5)days a week, Monday through Friday inclusive, shall constitute a work week. The Finlployer has the option for it workday/workweek of four(4)ten(10)hour days(4-10's)provided: -The pro must be for a minimum of four(4)consecutive days. -Starting time may be within one(I)hour either side of 8:00 a.m. -Work week mutt begin an either a Monday or Tuesday' if a holiday Galls within that week it shall be a consecutive work day. (Alternate: Ira holiday fulls in the middle of a week,then the regular eight(8) hour schedule may be implemented). -Any time worked in excess of any ten(10)hour work day(in a 4-10 hour work week)shall be at the appropriate overtime rate. All work outside of the regular working hours as provided, Monday through Saturday, shall be paid at one& one- ' half(1'/z)times the employee's regular rate of pay. All work performed from 12:00 a.m. Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at double(2) the straight time hourly rate of pay. ANNUAL WAGE:ORDER NO. 9 AW9026 OT.&L Page l o(A Pages i COt.h,('OI tN"I'1' O�'I;fr'I'IM1th. trn'1 h;S III 11,INNG CONSt M IC TION NO.33: Means the standard work day shall he eight (8) vollwcuIIvC hours of work between the hours of 0:00 a.m. and 0:00 p.m., excluding.', the lunch period, or shall confiorm to Iliv practice on the jot) site. Dour (4) days at ten (10) hour~ a day may he worked at straight time, Monday lhroug,h Friday and nerd not be consecutive. All overtime, except fur Sundays and holidays shall he at floc rate of liner• and one-half(I V)), Overtime worked on Sundays and holidays Shall he at double(2) time. NO. 35: Means the normal work week shall consist of five (5) eight (8) hour days firr a total forty (40) hours, starting on Monday at 8:00 a.m, and ending; on Friday at 4;30 p.m. The starting time can be flexible between 0:(1(1 a.nl, and 8:00 a.nt„ and ending at 2:30 p.m. respectively. All work befiuc designated starting; lime and after quitting time shall be paid at the rate of time and onc half(I!,). 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 noc of time and one-half(I'i4). All hours worked on Saturdays. Sundays, or I lolidays Shall he paid at the double(2)time rate. NO. 40: Means the regular work*ing week Shall consist of five (5) Consecutive (8) hour days' labor on the jot) beginning with Monday and ending with Friday of each week. Dorn• (4) 10-hour days may constitute the regular work week. The regular working day shall consist of eight (8) hour; labor on the job beginning as early as 7:00 a.m. and ending as late as 5:30 p.m. All full or part time labor perfirrmed during such hours shall he recognized as regular working hours and paid for at the regular hourly rate. All hours worked on Saturday and all hours worked in excess of cighl (8) hours but not more than twelve(12) hours during the regular working week shall he paid for at time and one-.-half(I'/,) the regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of twelve(12) hours during the regular working day shall be paid at two(2) times the regular hourly rate. In the event of rain, snow, cold or excessively windy weather on a regular working day, Saturday may be designated as a "make-up" day. Saturday may also be designated as a "make-up" day, for an employee who has missed a day of work ('or personal or other reasons. Pay R;r"make-up" days Shall be of regular rates. NO, 18: Means the regularly scheduled work week shall be five (5) consecutive days, Monday through Friday or Tuesday through Saturday, Eight (8) hours shall constitute a day's work. Starting time shall not lie earlier than 7:00 a.m. nor later than 10:00 a.m. Forty(40) hours shall constitute a week's work. Overtime at the rate of time and one-half(1'/:) will be paid for all work in excess of forty (40) hours in any one work week. On the Monday through Friday schedule, all work perforated on Saturday will he time and one-hall'(I%i) unless time has been lost during the week, in which case Saturday will be a make up day to the extent of the lost time. (.)n tile'Tuesday through Saturday schedule, all work performed on Monday will be time and onc half(1'ii) unleSS time has been lost during the week, in which case Monday will be a make-up day !o the extent of the lost time. Any work performed on Sunday will be double (2) time. If employees work on any of the recognized holidays, they shall be paid time and one-hall'(I'/.,)their regular rate ofpay for all hours worked. NO. 55: Means the regular work day shall he eight (8) hours between 0:00 n.m. and 4:30 p.m. The first two(2) hours of work per(brmcd in excess of the eight (8) hour work day, Monday through Friday, and the first ten (10) hours of work on Saturday, shall be paid at one & one-half(1%:) times the straight time rate. All work performed on Sunday, observed holidays and in excess of ten (10) hours a day, Monday through Saturday, sllall be paid at double(2)the straight time rate. NO, 57: Mutts eight (8) hours per day shall constitute a day's work and forty (40) hours per week, Monday through Friday, shall constitute a week's work. '1 he regular Starting time shall be 8:00 a.rt. The above may be changed by mutual consent of authorized personnel. When cirannstances warrant, the Fmployer may change the regular workweek to four (4) ten-hour days at the regular time rate of pay. It being understood that all other pertinent information must be adjusted accordingly. /',II time worked bel'ore and after the established workday of eight (8)hour,, Monday through Friday,all time worked on Saturday,shall be paid at the rate of tine;and one-half (I ''/:) except in cases where work is part of an employee's regular Friday shill. All time worked on Sunday and recognized holidays shall be paid at the double(2)time rate of pay. ' AW40 26(>'I.dr> ANNUAL WAGE, ORDER NO.9 c I'a(!,c 2 nl'4 I'ngczv COLE COUNTY OVERTIME RATES- BUILDING CONSTRUCTION NO. 59: Means that except as herein provided, eight (8) hours a day shall constitute a standard work day, and forty (40) hours per week shall constitute a week's work, All time worked outside of*the standard eight (8) hour work day and on Saturday shall be classified as overtime and paid the rate of tinge and one-half(1'/r). All time worked on Sunday and holidays shall be classified its overtime and paid at the rate of double (2) time, The Employer has the option of working either live(5) eight hour days or four(4)ten hour days to constitute a normal forty (40) hour work week. When the four (4) feet-hour work week is in effect, the standard work day shall be consecutive tell (10) hour periods between the hours of 6:30 a.m, and 6:30 imn. forty (40) hours per week shall constitute a weeks work, Monday through"Thursday, inclusive. ht the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday nary, at file option of the l,nlploycr, he worked as a slake-up day; straight time not to exceed ten(10)hours or forty(40) hours per week. When the five day(8)hour work week is in effect, forty (40) !tours per week shall constitute a week's work, Monday through Friday, inclusive. In the event the joh is down lily any reason beyond the F,niploycr's control, then Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed eight (8) hours or forty (40) hours per week. The regular starting tinge(and resulting quitting little) may he moved to 6:00 a.m. an•delayed to 9:00 amt. Make- up days shall riot he utilized For days lost due to holidays. NO, 60: Means the Employer shall have the option of working five 8-hour days or four 10-hour days Monday through Friday. If all Employer elects to work five 8-hour days during any work week, hours worked more than eight (8) per day or forty (40) per week shall be paid at time and one-11,111'(1'114) the hourly wage rate plus fringe. benefits Monday through Friday. SATURDAY MAKF-UP DAY: If an I ntployer is prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather(rain or mud), Saturday or any part thereof may be worked as a slake-up clay at the straight time rate. It is agreed by the parties that the make-up day is not to be used to make up tittle lost due to recognized holidays. If an Employer elects to work four 10-hour days, between the hours of 6:30 a.m. and 6:30 p.m. in any week, work performed more than tell(10)hours per day or forty (40) hours per week shall be paid at time and one half(I'/,) the hourly wage rate plus fringe ® benefits Monday through Friday. If an 1?mployer is working 10-hour (lays and loses a day due to inclement weather, the Employer may work ten (10)hours on Friday at straight time. Friday must be scheduled for no more than ten(10) hours at the straight tinge rate, but all hours worked over the forty(40)hours Monday through Friday will be paid at time and one-half(1 !h) the hourly wage rate phis fringe benefits. All Millwright work performed in excess of the regular work day,and on Saturday shall be compensated for at lime and one-half (P12)the regular Millwright hourly wage rate plus fringe benefits. The regular work day starting of 8:00 a,nt. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.ni. or delayed one (I) hour to 9:00 a.nl. All work accomplished on Sundays and recognized holidays, or days observed its recognize( holidays, shall be compensated for at double (2) the regular hourly rate of wages plus fringe benefits, NO'TF: All overtime is computed on the hourly wage rate plus an amount equal to the fringe benefits. NO. 86: Means the regular work week shall consist of five (5) days, Monday through Friday, beginning at 8:00 a.m. and ending at 4:30 p.m. The regular work day beginning time may be advanced one or two hours or delayed by one hour. All overtime work performed on Monday through Saturday shall be paid at time and one-half('/i)of, the hourly rate plus an amount equal to one-half ('/,) of the hourly Total Indicated Fringe Benefits. All work performed on Sundays and recognized holidays shall he paid at double(2)the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. NO. 91: Means eight (8) hours shall constitute it day's work cornnlencing at 8:00 a.m. and ending at 4:30 p.m., allowing one-half'(1/2) hour for lunch. The option exists for the Employer to use a flexible starting time between the hours of 6:00 a.m. and 9:00 a.m. The regular work week shall consist of forty(40)hours of five(5)work days, Monday through Friday. The work week may consist of four (4) ten (10) hour (lays from Monday through Thursday, with Friday as a make-up day, If the make-up(lay is a holiday, the employee shall Ile paid at the double (2)time rate, The employees shall be paid double (2) time for work performed before the regular starting tittle or after the regular quitting time or over eight (8) hours per work week (unless working it 10-hour work day,then double (2) time is paid for work performed over tell (10) hours a (lay) or over forty (40) hours per work week. ' Work performed on Saturdays,Sundays and recognized holidays shall be paid at the double(2)time rate of pay, • ANNUAL WAGE,ORDER NO.9 M0026 O'1'.<Icx: I'ugc 3 oi'd I'ugcs COLE C'OUN'T OVP:IITINIE RATES - III IILDIN(� CONS'I'll UC" ION NO, 94: Means eight (8) hours shall constifule it days work between the hours n1'8:00 a.m. and 5:00 p.m. The regular workday starting; time of 8:00 a.m. (and resullnll?, qutttinl, time of 4:30 p.ttt.) truly he moved fior•ward to 6:00 a,m• or delayed one (1) hour to 9:00 a.m. All wort: perflrmed in excess of the reltular work clay and on Saturday shall be u.•ntpensated al one and one-half(I'/')) (lines file rel"ular pay• In the event time is lust dotting the work week due to weather conditions, file 1:nrplover nury schedule work on the Following; Saturday at straight time. All work accomplished on Sunday and holiday~shall he conlpcnsaled at double the rag.*ular rate ofwng�cS. NO. 101: Means that except as provided Ilclow,eight(8)hurls a clay shill( consutulc it standard wotk day, and k)rty(40) hours per week shall constitute a week's wort.,which shall begin on Monday and end on I-riday. All little worked outside of the standard work day and on Salurdaay shall Ile chassifiel as overtime and paid the rate of time and orlo-half(I;%) (except as herein provided). All lints worked(ill Sunday and recogntnml holidays shall Iv classified as overtitrtc and paid at the rale of'douhle(2)lime. 'I he regular siarting tittle(and r(sultillp quitting time)tray Ix moved totward two(2)hours to 6:00 a.m.or the starling;time(and resullrnll quitting little)may be delayed one(I)hour to 9:00 a.m. The hilploycr has the option of working;either five(5)eight-hour day-,or film(4)ten-hour days to ccntstitule a normal limy(40)hour•work week. When a four (4) len-hour (lily work week is in eflict, the standard work clay shall be consecutive wit (10)hour perr•imis between the hours of 0:30 a.na• 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 clown fix any reason beyond the Emplover's control, then Friclay aluvor Saturday miry, at file option ol•Ihe I Anployer, he worked as a nmkorup day; straight line net to exceed ten(10) hours per day or filmy(40)hours lm-week. Starting tittle will Tic designatcd by the employer, Whra the five(5)day eight (8) horn work week is in eflect, fiaiy (40) hours Ixrr week shall constitute if wok's work, Monday through Friday, inclusive. In the ever)( Ihe job is down fin any reason beyond the Employer's control, then Saturday Wray,at the option of the I ntploycr, Ix: worked as if make-up day; straight time not to exiled eight (8) hours per day ur tbrly (40) hours per week. Make-up days>fiall not Ile utilized fin•clays lost(tile to holidays. NO. 110: Means eight (8) hours between the hours of 8:00 ac•m. and 4:30 p.m, shall constitute a work clay. The starting time may he advanced one (I) or two (2) hours Employees shall have o lunch period of thirty (30) minutes• The Fntployer may provide if lunch period of one (I) heart, and in that event, tire workday shall commence at 8:00 a.m. and end at 5:00 p.m. The workweek shall commence at 8:00 a.m. on Monday and shall cad at 4:10 I nt, in Friday (or 5:00 p.m. on Friday if*the Vinploycr gramis a lunch period of one(I) hour), or as adjusted by starting;time change as stiffed above. All work perl6rmed before 8:00 a.m.and afler 4:30 p.m. (or 5:00 Imn, where one ("I) hour lunch is granted for lunch) or as adjusted by starting time change as stated above or on Saturday,except as herein provided,shall be compensated at one and one-half'(1111'2)times the regular hourly rate of pay (or life work perdbrmed. All work performed on Sunday and on recognized holidays shall be compensated at double(2) the regular hourly rate of pay fir the work perfirtilvd. Ilan F'rnployer is prevented 1}•om working linty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather (rain and mud), Saturday or any part thereof may be worked as if make-up (lay at the straight time rate. The Employer shall have the option of working five eight (8) hour days or tour ten (10) hour days Monday Through Friday. If an I:ntployer• elects to work live (5) eight (8) hour days during any work week. hours worked more than eight (8) per day or forty (40) hours per week shall be paid at time and one-hall'(I%) the hourly rate Monday through Friday. If an Ernploycr elects to work Cour (4) tell (10) hour days in any week, work perfi.rmel more than tell (10) hours per clay or forty (40) hours per week shall he paid at tittle and one.-half (1;;) (he hourly rate Monday through Friday. If an Employer is working ten (10) hour clays and loses a day (file to inclement weather, they may work ten (10) hours Friclay at straight tirne. Friday must be scheduled I'or at ICaSI eight (8) huurS and no more than ten (10) hours at the straight lime rate, but all hours worked over the forty (40) hours Monday through Friday will be paid at time 1 and one-half(1'/2)overtime rate. 0 ' ANNUAL WAGE ORDER NO,9 AW9020 01'.duc Page'l of-t Pages COLF COUNTY HOLIDAY RATE, SCHEDULE — CiUIt.,[DING� CONti'I'It�1CI'tON NO. 3: All work clone on New Year's Day, Decoration l:ay, .luly•lth, Lalx+r Day, Veteran's Day,'l hanksgiving Day and Christmas Day shall Ix•paid at rile double rime rate of pay. Whenever any such holidays fall on a Sunday,the following; Monday shall be observed a"is holiday. NO. 4:All work done on New Year's Day, Memorial Day, Independencc Day, Labor Day,Thanksgiving and Christmas Day shall be paid nt the double time rate•of pay. I f any of the above holidays fall on Sunday, Monday will be observed as the recognized holiday. If any of the above holidays lull oil Saturday, Friday will be observed as the recognized holiday. NO. 5: All work that shall be done twit Nce4 t'ear's Day, Meniorlal Day, I•ourth of July, Labor Day, Veteran's Day, 'Thanksgiving;Day, and Christmas I)ay shall be paid at the double(2) tune rate of pay. NO. 7: All work done on New year', Day. Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Chrisunas I)ay shall he paid at the double time rate ofpay. If a holiday falls on a Sunday, it shall be observed on file Monday. If a,hohd:ry f}tlls on it Saturday, it shall be observed on Ill(-preceding Friday. NO. R: All work done on New Year's Da), Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving; Day, and Christmas Day, or days obscrve(I as such, shall he paid at rile double time rate ofpay. 'Tile Friday fbllowingThanksgiving will he worked at the Lfilplover's option. If worked,it will beat the regular hourly rate of pay. NO, 15: All work accomplished on rile recognized holidays of New t'ear's L)ay, Decoration Day(Memorial Day), Independence Day(Fourth of.luly), Labor Day, Veteran's Day,Thanksgiving Day and Christmas Day, or days observed as these named holidays,shall be compensated for at double(2)the regular hourly rate of wages plus fringe benefits. [fit holiday falls on Saturday, it shall be observed on the preceding;Friday. If a holiday falls on if Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day, Christmas Day, Decoration Day or Independence Day except to preserve life or property. NO. 19: All work done on New Year's Day, Memorial Day,July 4th, Labor Day,"Thanksgiving Day,and Christmas Day shall be paid at the double tittle rate of pay. The employee may take off Friday following Thanksgiving Day. However,the employee shall notify his or her Foreman,General Foreman or Superintendent on the Wednesday preceding'Thanksgiving Day. When one of the above holidays falls on Sunday, the tbllowing Monday shall be considered the holiday and all work performed on said clay shall be at the double(2)time 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 beat file double(2)time rate, NO. 23: All work done on New t'ear's Day, Memorial Day, Independence Day, Labor Day,Veteran's Day, Thanksgiving nay,Christmas I)ay and Sundays shall be recognized holidays and shall be paid at the double time rate ofpay. When a holiday Ialls on Sunday, file following Monday shall be considered it holiday. NO.49:The following clays shall be observed as legal holidays: New t'ear's Day, Decoration Day,July 4th. Labor Day,Thanksgiving Day,Christmas Day, l ntployce's birthday and two(2)personal days. The observance ofone(1)of the personal days to be limited to the time between December I and March I of the following year, If any of these holidays fall on Sunday, the following Monday will Ix observed as the holiday and if any of these holidays fall on Saturday,the preceding Friday will be observed as the holiday. If employees work of) any of these holidays they shall be paid time& one-half(1!/))their regular rate of pay fior all hourS worked. NO.54:All work done on New Year's,Memorial Day, lndependencc Day,Labor Day,Thanksgiving Day,the Friday after-Thanksgiving Day,and Christmas Day shall bw paid at the double(2)time rate of pay. When a holiday falls on Saturday, it shall be observed on Friday. When if holiday fall,;on Sunday, it shall be observed on Monday. NO.60: All work performed on New t'ear's Dry, Armistice Day(Veteran's Day), Decoration Day(Memorial Day), Independence Day(Fourth of July), Thanksgiving Day and Christmas Day shall be paid at the double time talc of pay. No work shall be performed on Labor Day except when triple(3)time is paid. When it holiday frills on ' Saturday, Friday will be observed as the holiday. When it holiday falls on Sunday, (lie following Monday shall be observed as the holiday, ' AW�26 h(ly.doc ANNUAL WAGL ORDER NO. c) Page I n1'2 1'ngc: COLE COUN'T'Y HOLIDAY RATE SCHEDULE -- BUILDING CONSTRUCTION NO.bh: All work performed on Sundays and the following recognized holidays,or the days observed as such,of New Year's Day, Decoration Day,Fourth of July, Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day,shall be paid at double(2)the hourly rate plus an amount equal to the hourly Il'otal Indicated Fringe Benefits, Whenever any such holidays fall on a Sunday, the following Monday shall he observed as a holiday, NO.69: All work performed on New Year's Day, Decoration Day,July I ourth, Labor Day, Veteran's Day, Thanksgiving Day or Christmas Day shat)be compensated at double(2)their straight-lime hourly rate of pay, Friday after Thanksgiving and the day before Christmas will also be holidays, but if the employer chooses to work these days, the employee will be paid at straight-time rate of pay. Ira 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 Day, Good Friday,Memorial Day, July tlIC Fourth, Labor Day, Veterans Day, 'I'hanksgivitip Day,Day after'f'hanksgiving and Christras Day. If a holiday fills on Sunday,it shall be celebrated on Monday. If a holiday lulls on Saturday, it shall he celebrated on the Friday preceding such Saturday. i ANNUAL WAGE ORDDI"slt NO.9 AW902G hdy,doc Page 2 of 2 Page Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE County �ective Basic ver- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates_ CARPENTER Journeymen 5/02 $23.63 7 16 $6.99 Millwright _ 5/02 $23.63 7 _ 16 $6.99 Pile Driver Worker 5/02 $23.63 7 16 $6.99 OPERATING ENGINEER Group ( t 5/02 $21.35 21 5 _ $12.23 Group II 5/02 $21 .00 21 5 $12.23 Group III 5/02 $20.80 21 5 $12.23 Group IV Y 5/02 $17.15 21 5 _ $12.23 Oiler-Driver _ 5/02 $17.15 21 5 $12.23 LABORER _ ® General Laborer 5/02 $20.20 2 4 $6.40 Skilled Laborer 5/02 $20.80 2 _ 4 $6.40 TRUCK DRIVER-TEAMSTER Group 1 5/02 $22.52 2 4 $5.50 Group it 5/02 $22.68 2 _ 4 $5.50 'Group Ili 5/02 _ $22.67 2 4 $5.50 Group IV _ 5/02 $22.79 2 4 $5.50 For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the Building Construction Rate Sheet. *Annual Incremental Increase ANNUAL WAGE ORDER NO. 9 7/02 COLE ('0UN'1'Y OVERTIME, RA'I'L, ,SCHEDULE, -- I11?A1'1' (Y)NS'1'ItUC"I'ION NO. 2: Means a regular work week of*firrty (40) hours will start on Monday and end on 1 Friday. '1'hc regular work (lily shall he ci(hcr eight (8) or tell ( 10) hour:~. If a crew is prevented From working (linty (40) hours Monday through Friday, or stay part thereof" by reason of inclement weather, Saturday or any pail thereof may he worked as a make-up day at the straight tints: rate to complete firrty (40) hours ol'work in it week. Gmployces who are part of a regular crew on a make-up (lily, notwithstanding the fact that they may not have been employee{ the entire week, shall work Saturday at the straight time rate. Time & one-half(11112) shall he paid firr all hours in execs~o('eight (8) hours per day (if' working 5-8's) or tell (10) hours per clay (if-working, 4-I0's), or forty (40) hours per week, Monday through Friday. For all time worked on Saturday (unless; Saturday orally portion ofsaid day is worked as make-up to complete firrty hours), time and onc-Jrall' (I !/r) shall he paid. NO. 7: Means the regular work week shall start on Monday and cad ern Friday, except where the Employer elects to work Monday through"Thursday, Ica (10) hours per clay. All Work over ten (10) hours in a day or firrty (40) hours in :.0 week shall be at the overtime rate of onc and onc:-hall'(I ',) times the regular hourly rate. The regular work day shall he either eight (8) or tell ( 10) hours. Fit job can't work firrty (40) hours Monday through Friday because of inclement weather ur'other conditions beyond the control o('thc Employer, Friday or Saturday allay he worked as a make-up day at straight time(il'working;4-10's). Saturday may he worked as a make-up day at straight time(if' working; 5-8's), Make-up days shall not be utilized I'M- clays lo:,t from holidays. Except as worked as su make-up day, time on Saturday shall he worked at onc and onc-half'(I 'i:) times the regular rate. Work perl6rmed on Sunday shall he paid at two (2) tines the regular rate. Work per(o need on recognized holidays or days observed as such, shall also be paid at the double (2) time rule o('pay. NO. 21: Means (he regular work week shall consist of five (5) eight (8) hour days, Monday through Friday. The regular work day firr which employees shall be compensated at straight time hourly ratc o('pa,y shall begin at 8:00 a.m. and end at 4::30 p.m. However, the project starting time may he advanced or delayed at the discretion of the Employer. At the discretion of the Employer, when working a five (5) (lay eight (8) hour schedule, Saturday may he used firr a nutke-up day. The F,nrployer may have the option to schedule his work from Monday through 'Thursday a( ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one clay to be 1 paid at the overtime rate of time & one-half'(1 112). 1 f the l,nrplover elects to work from Monday through Thursday and is stopped (tile to circtutrslanccs beyond his control, he shall have the option to work Friday or Saturday at the straight time rate ofpay to complete his firrty (40) hours per work week. Workmen shall he paid one& one-half'(I ''/7) times the regular rate ol'wug;es firr all hours worked in excess ofeight (8) hours per (lay (if working 5-8's), or ten (10) hours per(la), (if'working 4-10's), or Ibrty (40) hours per work week Monday through Friday (if'working 5-8's) or Monday through TlItt►:ulay (if working; 4-10's). Unless used as make-up days to complete firrty (40) hours per work- week, time and onc-half(I 16) shall he paid on Saturday (when working_, 5-8's) and on Friday or Saturday (when working 4-10's). Sundays and holidays shall he paid al file rate of double(2) time the regular rate of'pay. • AWQ026 My(9.e« ANNUAL WA(Ji ORDER NO.9 Pare I of I e COLE COUNTY IIOI,IDAY RATE SCIIEDULE - III AVY (.`(}NS'I'RUC"1'IUN NO. 4: All work performed on Nev Year's Day, Memorial (Jay, Independence Day, Labor Day, Thanksgiving Clay, Christmas Day, or days observed as such, shall be paid it( the double time rate of pay. When 11 holiday lulls on a Sunday, Monday shall be observed. NO. 5: The fbilowing days are recognized as holidays: New Year's Day, Memorial Day, fourth of.luly, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. Ifa holiday falls on it Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case ofjeopardy to work under construction. ']'Ills rule is applied to protect I.ahor Day. When it holiday falls during the normal work week, Monday through Friday, it shall be counted its eight (8) hours toward it lbrty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid the workman unless worked. If workmen are required to work the above recognized holidays or days observed as such, or Sundays, they shall receive double (2) the regular rate ol'pay hlr such work. The above shall apply to the tour 10'S Monday through Thursday work week. 'rhe ten (10) hours shall tic:applied to the forty (40) hour• work week. NO. 16: The fi►Ilowing days are recognized as holidays: New Year's Day, Memorial Day, fourth of July, Uibor Day, 'Thanksgiving Day and christillas Day. 11a holiday falls on Sunday, it shall be observed on the following Monday, [fit holiday falls on Saturday, it shall he observed on the preceding Friday, No work shall he performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When it 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 Im 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 its such, they shall receive double (2) the regular rate of pay fair sec,h work. ruw902Gnvyhokinc, ANNUAL, WAGE ORDER NO. 9 rage i or 7� RE PLACEMENT' PAGE OUTSIDE, EL EC'UR Wil AN These rates are to be used For the Hallowing counties: Adair•, Audrain, Bootle, Callaway, C'nnulerr, Carter, Chariton, Clark, Cole, Cooper, Cratvliard, Dent, Franklin,(iasconadc, 1 loward, I Cowell, Iran, Jefferson, Knox, Lewis, Lincoln, Litln, Macon, Maries, Marion, Miller, Monitcau, Monroe, Montgomery, Morgrur, Oregon,Osage, Perry, I'hclps, Pike, Pulaski, Putnam, halls, Randolph. Reynolds, Ripley,St. Char ks, St. Francois, St. I'miis ('ity, St. Louis C'ounly, SIC. Genevieve, Schuyler, Scotland, Shannon, Shelby. Still ivan, "Nexus, Warren. and Washington COMNIERCIAL WORK - )ccu�utional 'I'itic Basic I'oluf Iluurly I'ringe _..... . .._Rate *,lourneymnn l:.incratun -- .._... _.... -- ...-.. ..`28.2h 2 Lineman O�ac►,ttor ���.30 75 -41.3' 4. *G oundrn,an '(1.0) ` 2.75 ► 41.3"�� UTI1,l'1'Y WORK Ocet1r_ttional 'I:itic Basic fowl I burly _.._._I^rink__._--_- -- Rate __... .___13c1 ic(its- *Journcvnrut L,incnrua $27.27 ` 2.75 -t 37.3'%„ inentan O�aerator `6'3.54 $2.75 ► 37.3'%, *Grctundman $1 f;,2O _b2.75 ► 37.3`ii� OVERTIME RATE: bight (H)hours shall constitute a work day between the hours 47:(1(1 u,rn, and 4:3(1 p,m, forty(40)hou►•s within live(5)days, Monday through Friday inclusive, shall constitute the work week. Work performed in the 9th and 10th hour, Monday through Friday, shall he paid at tittle and onc-half'(1'iz) the regular straight time rate of'pay. Conti-actor has the option to pay two(2)hours per day at rile tittle and one-half(P/2) the regular straight time rate of pay hcmecn the hours of 6:00 a.m.rind 5:30 p.m., Mondry through Friday. Work perlbrnud outside the regularly scheduled working hours and on Saturdays,Sundays and recognized legal holidays,or clays celebrated as such,shall be paid liar at the rate of double(2) tittle. IIO1,1DAY RATE: All work pe formed on Now Year's Day, Memorial Day, fourth ofluly,Labor Day, ' Veteran's Day,'I'luuaksgiving Day,Christmas Day.or days ccichratcd as such. ,hall be paid at the double_ time rate of'pay, When one of the llaregoing holidays falls on Sunday, it shall be celebrated on the lbilowing Monday, ' ANNUAL WAl".;1 ORDER No . c) I/03 "Annual Incremental Increase r:u rI's'rL AM O.dm 0� AFFIDAVIT OF COMPLIANCE PUBLIC WORKS CONTRACTS LAW I, the undersigned, 4_ , of lawful age, first ' being duly sworn, state to the best of my information and belief as follows: 1. That I am employed as by 2. That ^_ _ was awarded a public works contract for Project No. 32010-0303, Hyde Park Road Connector & Hyde Park Site Improvements. 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended) an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. ' 4. That has fully complied with the provisions and requirements of Section 290.290 RSMo (1994 as amended) t 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 OF ) ' FACONTRACT DOCLIMENI'S132010-0303-Hyde Park Road& Site Irnprovements.frin EXCESSIVE UNEMPLOYMENT EXCEPTION CERTIFICATION 1, the undersigned, _. Dona.ld F% Rhc_ii of lawful age, first being duly sworn, state to the best of my information and belief as follows: 1. That I am employed as vicc! III-osick-'rit by Doti S(_,hnR-d(,rs 1_ �L,ly -.I[I(,. 2. That Don Schn.kde1-:3 Hx(-,aytiL1Lijc (L)in 7it as awarded a public works contract for Project No. 32010-0303, Hyde Park Road Connector & Hyde Park Site Improvements, 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended) an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. Although there is a period of excessive unemployment in the State of Missouri, which requires the employment of only Missouri laborers and laborers from non-restrictive states on public works projects or improvements, an exception applies as to the hiring of since no Missouri laborers or laborers from non-restrictive states are available or capable of per-forming FURTHER AFFIANT SAYETH NAUGHT. AFFIANT Subs Ujb2,d_a0d -,Zlnrn tn efora-aLe—this 10t'lidayof. JuLy ' 2003 SHAWN Ni.WILSON Notary Public-Notary Seal State of Missouri Countv of Cole My Commission I xpireg: Jan. 2007 J NOTARY PUBLIC F, My Commission Expires: Januiii-y 23, 2007 APPROVED BY: Director of Community Development, City of Jefferson, MO • FACONTRACT DOCUMENTS137010-0303-Hyde Park Road&Site linproveryients.frin i CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT, made and entered into this r �� day of�+ . (� , 2003, by and between, Don Schnieders Excavating Company, Inc , ereinaVer referred to as"Contractor", and the City of Jefferson, Missouri, a municipal Eorporation of the State of Missouri, hereinafter referred to as "City". WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the following City improvements.- Project No. 32010-0303 Hyde Park Road Connector & Hyde. Park Site improvements NOW THEREFORE, the parties to this contract agree to the following: 1. Scope of Services.. Contractor agrees to provide all labor, equipment, hardware and supplies to perform the work included in the project entitled "Project No. 32010-0303, Hyde Park Road Connector & Hyde Park Site Improvements" in accordance with the plans and specifications on file with the Department of Community Development. ® 2. Manner and time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws, within 120 working days from the date Contractor is ordered to proceed, which order shall be issued by the Director of Community Develooment within ten (10) days after the date of this contract. 3. Prevailing Wages. Tc the extent that the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less than the "prevailing hourly rate of wages" for work of a similar character in this locality, as established by Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 9, Section 026, Cale County rates as set forth. The Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed in connection with the work to be performed under the terms of this contract. The record shall show the actual wages paid to the workmen in connection with the work to be performed under the terms of this contract. A copy of the record shall be delivered to the Fiscal t Affairs Supervisor of the Jefferson City Finance Department each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City Teri Dollars ($10.00) for FACONTRACT DOCUMENTSQ2010-Oa03- Hyde Park Road&Site Improvements fret each workman employed, for each u.flendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. 4. Insurance, Contractor shall procure and maintain at its awn expense during the life of this contract: (a) Workman's Compens tips _-Insurance for all of its employees to be engaged in work under this contract. (b) Contractor's_ Public Liability in an amount not less than $2,000,000 for all claims arising out of a single occurrence and $300,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 237, RSMo., and Contractor's Property Damage Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (c) Automobile i abili ty_I nsurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (d) Owner's Protective Liabili _Insurance - The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City and the City as the insured, in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 237, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. (e) Subcontracts- In case any or all of this work is sublet, the Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and (c) hereof and in like amounts. r (f) Scope of Insurance and Special Hazard. The insurance required under Sub-paragraphs(b) and (c) hereof shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract,whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. NOTE: Paragraph (f) is construed to require the procurement of Contractor's protective ' insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless ' FICONTPACT DOCUMENTSI32010-0303-Hyde Park Road &Site Improvr,rnmrL,fret r the general public liability and property damage policy (or rider attached thereto) of the general contractor provides adequate protection against claims arising from operations ® by anyone directly or indirectly employed by the Contractor. [� 5. Contractor's Rest3onsibility for- Subcontractors.. It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to ,give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. 6. Liouidated Damages. The City may deduct Seven Hundred Fifty Dollars ($750.00) from any amount otherwise due under this contract for every day the Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor ® shall riot be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 7. Termination. The City reserves the right to terminate this contract by giving at least five (5) days prior written notice to Contractor, without prejudice to any other rights or remedies of the City should Contractor be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor should refuse or fail to make prompt payment to any person supplying labor or materials for the work under the contract, or persistently disregard instructions of the City or fail to observe or perform any provisions of the contract. 5. City's Right to Proceed. In the event this contract is terminated pursuant to Paragraph 7, then the City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and Utilize in completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, arid ' not in limitation of, the rights of the City under any other provisions of the contract, city • ordinances, and state and federal laws. rACONTRACT DOCUMENTSI3 2010-0303- Hyde Park,Read& Sun Inirrovaments 11111 r 9. Indemnity. To the fullest extent permitted by law, the Contractor will indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from and against any and all claims, damages, losses, and expenses including attorneys' fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall riot be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Paragraph. 10. "ment for Labor and Materials, The Contractor agrees and binds itself to pay for all labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials arid labor used in the performance of this contract. 11. Sup Ip ies. The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out In Section 144.062 RSMo 1994 as amended. Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the City. 12. Payment. The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Director of Community Development and in accordance with the rates and/or amounts stated in the bid of Contractor dated June 6, 2003 which are by reference made a part hereof. No partial payment to the Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this Contract shall not exceed One (Million Three Hundred Eighty Five Thousand Eight Hundred Eighty Dollars and Sixteen Cents ($1,385,,880.16). 13. Contract Documents The contract documents shall consist of the following: a. This Contract f. General Provisions b. Addenda g. Special Provisions c. Information for Bidders h. Technical Specifications d. Notice to Bidders i. Drawings and/or sketches e. Signed Copy of Bid ' This contract and the other documents enumerated in this paragraph, form the . Contract between the parties. These documents are as fully a part of the contract as FACONTRACT DOCUMENTS'32010.0303-Hyde Park Road R Site Improve+rnent s(rm r BMW if attached hereto or repeated herein. 14. Nondiscrimination. The Contractor agrees in the performance of this contract not to discriminate on the ground or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. 15. Notices_ All notices required to be in writing may be given by first class mail addressed to the City of Jefferson, c/o Director of Community Development, 320 East McCarty, Jefferson City, Missouri 65101, and Contractor at 1307 Fairgrounds Road, Jefferson City, MO 65109. The date of delivery of any notice shall be the second full day after the day of its mailing. 16, Jurisdiction. This agreement and every question arising hereunder shall be interpreted according to the laws and statutes of the State of Missouri, IN WI NESS WHEREO the parties hereto have set their hands and seals this day of 2003. CITY OF JEFFERSON CONTRACTOR (_M.., o Title: Vice President ATTEST: ATTEST: 1 City Cierk Title: of Lice Manager ' APPROVED AS TO FORM: City Counselor F:\CONTRACT UOCUNIFNTS\32010.0303-Hyde Park Road&Site Improvements.lrm Dond 46197427 PERFORMANCE. PAYMENT AND GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Don Schnieders Excavating Company, Inc., 1307 Fairgrounds Road, Jefferson Cik_MQ_65109 hereinafter, referred to as "Contractor" and Safeco Insurance Company of America a Corporation organized under the laws of the State of Washington 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" One Million IT—hre—&- dre ffund ighty- Five Thousand the penal sum of____Light Hundred E iqjty )o�Ilrs and 16/100 DOLLARS ($ 1,385,880.16 ­..), 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. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT: WHEREAS, the above bounded Contractor has on the _Z-3_ day of V/ 20 entered into a written contractwith 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 arid the Conditions thereof, and in accordance with the specifications and plans therefore; a copy of said Contract being attached hereto and made a pail hereof: F ACONTRACT DOC UMENTS\32010-0303 -Hyde F111fk Road t.Sato impfovemonts III" NOW THEREFORE, if the said Contractor shall and will, in al(particulars,well,duly and faithfully observe, perform and abide by each and every covenant, c Irlition, 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, rnatenal 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 :ails, greases, coal repairs, equipment and tools consumed or used in said work, groceries and foodstuffs. and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to be done, the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with interest as provided by law: PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract, or the work to be performed thereunder, or the specifications accompanying the same, shall in any wise affect its obligation on this bond and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract, or to the work, or to the specifications: PROVIDED FURTHER, that if the said Contractor fails to pay the prevailing hourly rate of wages, as shown in the attached schedule, to any workman engaged in the construction of the improvements as designated, defined ana 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 F:\CONTRACT DOCIJMFt4 TS%320 f0.080S-Hyde Bark Road& Srle improvenients frnt 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 �23 day of_ Jv,� 20 D 3 �afeco Insurance Company of_America _ Don Schnieders Excavating Company, Inc. SURETY COMPANY CONTRACTOR BY __.(SEAL) BY �b �— EAL) M mot '' — ���SE-AQ BY _._(SEAL) Attor y-in-fact (State Representative) Kris L. Bennett (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) FACONTRACT DOCUMENTS\32010-0303-Hyde Pork Road&SOL-1m rovemanlsJim r July 2, 2003 rCity of Jefferson, MO 320 East McCarty Jefferson City, MO 65101 RE: Don Schnieders Excavating Company, Inc. Bond No. 61974 27 Project: Hyde Park Road Connector & Site Improvements Project No. 32010-0303 Gentlemen, Please accept this letter as your authority to date the Bonds and Power of Attorney on the above captioned project to coincide with the date of the contract. Once the contracts have been signed, I would appreciate receiving a copy of the contract and the dated bond with Power of Attorney for my file. ® Sincerely, Kris Bennett ' Attorney-In-Fact copy rWinter-Dent & Co. ' Insurance & Bonds ('.O, licit 10.10 1('f' I-son City, MC) 05,10'2-1045 57,;-63-1-2122 Fil\ 5'3-6.ih."'!ioo Immiram."(;0IIIp;IDY S A F E C 0' N)No 14WC !-ic-4ifllo VVA 1W.1"14 i!)A, ~l ACKNOWLEDGIVIENTIBY SURETY STATI,,, 01: Missouri ss. Coillo of, Cole Oil t I I i s 43 dil\ of, helorc file persomilly aplwart-d kilown u). file to be tit'! Attorney-ill-Fact of SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY AMERICA, FIRST NATIONAL INSURANCE COMPANY OF AMERICA or SAFECO NATIONAL INSURANCE COMPANY the corporation that cxccutccl the I-I'I IlS*t I'Ll I'liClit. Mid ilChi IMA k-dL-Wd I0 If Ic that stic I C 01j),ffilt[0 11 C\C(-(11 Cd 111 C Sill I W. IN WITNFSS I have licremilo scl Im hand and affiNed III\ k)l'I16.11 seal. ill Im olliCV III IlIL' iIl0I'(:SMd ('Oil[](\. the dilVand year in this certil-Icate first above wriltell. 1 1 `4 &4 X/ lt. N- kjI,,tr\ I'tthlri of dic 'Nuitc()t' IAissotin Cscal) of IL 1'F I A u Lk\C, kRy F)UBH',, cx:missoulZl COUNI-Y cif-- Xpjre7,: 0- G,01101CA11 10;99 FRP e (/�� (/��� FIOWC_� lJ( . II1',IIfiA1Jr ( G)r.11hrJ'r'Or /�G1i.lti(:A SA F E C qV", Ui 114{ (itI C1 !,At S•I A,'A Ne. �,JIQ KNOW ALL BY TIIESF PRESENTS: that SAFECO INSURANCE COMPANY OF AMERICA,if Wrtshfnoton cor{uxahon.floc,homily'llp..,mt 1'"•'•*''•11•'..........I(It"I.A ! ANIAVI.Illl.i Ald I RI Yet fl I'.ti mesh i 111 `;`;1 I I r I!ARI I ';I I le\Ul 1 . lcll'i'on( 111N. Nlr.,runt•""'•""•'•'""""•""" tiS Inuf and lawful aftornny(s)-in faca, with lull aulhonly to rxuc:vlu or,60half of the c,nru;unr/hdohtu,and c,urr;ly boudk of nrnif:do-tf<togl',and ahur docurrords of N Sirnihrr diartrrtor e;suod in III(!cocoa!:of its husmess, :ref to bind SAFECO INSURANCE COMPANY OF AMERICA Ihrnchv if,,fully as it'.W11 1111A meet',toad been duly exoculod by its regularly ufonlod officers it its hones offI(.o IN WITNESS WHEREOF,SAFECO INSURANCE COMPANY Of AMERICA h;r,(x(c.ulrul:u;d,ttl b:d Illww! wr rill. Iht'; loth 1,ty(.,f t n.I'Alo Ilf 111 R.A.PIERSON,SECRETARY 13011 A.DICKEY,PR .....__..... CERTIFICATE is xtr,rc,t from Ilw By l nw:.;of SAFECO INSURANCE-.COMPANY OF AMERICA "Adido V, Section 1;1 f•IDI'l I I Y AND SUINI I\' (iU!JUG Iho Ptw,ideof. ,nay Vi,:(! Piww!ool Ilw S,wwtary and uuy Assist;fnt Vice Prusulont.ap{K,fnlecf for that purpose by Iho officor Ill choulm of suroly operohons, :shall each lscv:wilhonty 1r,ap{Kfa,t mrhvulUrl',w;irllurnny:,in f• d of widw olh(r appropwle liflus with authority to oxocuto on b0half of the cooklmny fidehly and :arciy hoed,; and o0w; docunit-1W,of ,nn l,u r.harar,If r e.suod h) 0w cuflipony u, thcr cnursv of i1S bu'.aneeS.. On any Inslrumonl making or evidemang such ap{Kill lnWill, the 1,11lnalare', m,y tv: of lm!d by tw.tome ()it any nr,lrun ont c.o0wrurl such ,ulhonty or on any bond or dorlaklnc)of Ilw company,thu seal, or a fsu ,unilr:thr:reof may tw rufm",,ell Of 011wd of ut any olhe( manrnrr repnvhr od {novaued,hnwovur, that tho Scal Shall not 1 necasaary to law vuhdly of any such twArument or undtvn;ikiny I:.xtfacl bunt at Ro';ohfUon of Ilw hoafd of Uurc.loc'fit SAFECO INSURANCE COMPANY OF AMERICA,nl.)plvd.IRIS ;''fs 19-01 On any certificate exurulud by Iho 5ecn:Lry of an ar.sr,;land:secrotavy of the Cnngiany s(Ilm({out (r) Tho prowww;of Afitde V, Suction I;a of fill:I3Y 1 anus, and (if) A copy of Iho power-of-attonury aplK)u,tnicnt,or.oculWd JARS(l,u.t 01NO(, WId (hi) Cufllyugl Inal sand puwur of alloeu.q alp{am,lnwnl c;rn lull Irmo will 01f,(.1. tllo si(Inuturo of tho codifying officer may be by faIc511n11('. mid the!,eal 0 Ih',-C:omp,rty Ilary ho f..t(:,u'il('fhf:ff of I.R.A. Pfurson,Secxotaty of SAFECO INSURANCE COMPANY OF AMERICA (lo hen:by curtly that the Rifedc,ni(1 erltacV.of tho 13y l nws,and of if RWSolution of tho Board of Unecioo.; of lilts corporation, rind of ,I Powef of Atioriwy v s(ied puc,mint ftwfelo ,rc low and(.'rrv:cl anti Ucl hnih (ho I3y-Lavr.:, the Resolution and tho Power of Altornuy nn:SUIT fn hill(otcu and effo(.1 IN WITNESS WHEREOF,I have herounlo s,ol Illy 11,11%1.11id affixed the tilc";trnlf �'e,U rf:.nid cor{,c,r,linn Ian:, fl'Iy of J U IV COAp9�� �ya'GapPOR.}�� SEAL 195' dr '`Of 1VASN� ' R.A.PIERSON,SECRETARY ' S-1;10015ALl'P98 ' ltr+(r";lurt:a U,rl(nnafA W SAfLC;U CurpernUon ,0111)I00 VD1 EXHIBIT B IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRIOR..I-SM-R.11$.K-..IN..S-UR.ANCE-.A.CT-O.F-.20102- Asa sure!,'� honj cusioiner of, one of tht, SAN-T'r) lnstvann� C'ompi'mv of Arnenca, General Insurance (,omoany of Arneti£',j, First Ncitiorial Irl"u"l-Irm, Artlell-w) �)'tatc','t 11`15LP- anCe Company or Am!r:,"an t[callomy it 15 ou, duty u) lintifv you tiiai the Terterisin 111SLIUMM., Act of 200: eXtelld" '(0 %Ll1`0')' ineivif, ii lilt uncier ,erlmm we fnay be eligible for reimbursement of ce-"'ik'� surety' hoed by tw- Unitt'!d rcwemmenl mi(jw L-i formtjl�., established by this Act, Under thfv, formula, tlio-, United Stdle,. government pays 90%1. of losses causec, i.)y certified act� of terforisill that exceed a statutorily esta[)lislied deductible to bt? paid b�' Nit'? rt1" lydWA crrnf any ()i0V1dl(l[', the b0tid. FI)e Act also estal)lislies a $1 oo t)jilion C.--jr) fr.)f the total of :,1i to be ►)aicl by (-M insurer:, for �,'ernfied acts of terrorism, Losros oil sorne or a2 of your boll"J" mily ';ubjoct to thl., cap, This notice does not nlodify any of the exi"tini.7 "ind ':or;ditmn', of t.tv, [.jond, tie(• underlyiniy, agteellient L'Llararitee(i by thus !.lord. any statute-. j!,overmfq,, vie term,, of ow,, i) ond or verietally arokable rijlc,,, of law. At this time there IS no wellimm change imm t;w' Act, SAFECO' IMPORTANT SURETY BOND INFORMATION - MISSOURI - Your SAFECO agent Is a professional Independent Insurance Agent. If you 17ave specific questions about Your Surety Bond, YOU MAY DIRECT THEM °rO YOUR AGENT. MISSOURI SPECIFIC QUESTIONS If you have been unable to contact or ohtain information from your agent, you may contact SAFECO at the following address and telephone number SAFECO Insurance Company of America General Insurances Company of America First National Insurance Company of America Surety Office P.O.Box 461 St. LOUiS, MO 63166 Teiephone, (.314) 965-0400 i r t t • ' s•�os�rsner zm� V A rayistored Oadamark or SALT-00 corporation GENERAL PROVISIONS FORWARD The following Articles GP-1 through GP-49 aria "General Provisions of the Contract", modified as set forth in the Special Provisions. 13113-1 CONTRACT DOCUMENTS It is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders,General Provisions, Special Provisions,laid,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 ail component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the Documents is to include the furnishing of all materials, labor, tools, equipment and supplies necessary for constructing complete and ready to use the work specified. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. The Contract shall be executed in the State and County where the Owner is located. Three (3) copies of the contract documents shall be prepared by the Contractor, each containing an exact copy of the Contractor's bid as submitted, the Performance Bond properly executed, a Statutory Bond where required, and the contract agreement signed by both parties thereto. These executed contract documents shall be filed as follows: One (1)with the City Clerk of the City of Jefferson One (1) with the Jefferson City Director of Community Development One (1) with the Contractor GP-2 DEFINITIONS Wherever any work or expression defined In this article, or pronoun used In Its stead, occurs In these contract documents, it shall have and is mutually understood to have the meaning herein given: 1. "Contract" or "Contract Documents" shall include all of the documents enumerated in the previous article. 2. "Owner", "City", or words "Party of the First Part", shall rnean 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 FACONTRACT DOCUMENTS132010.0303-riyde Park Road&Sito Improvemenls.frm contract with the Contractor, for porforming work at tho; jot) site 5. "Engineer" shall mean the authorized representative of the Director of Community Development, (I.e., the Engineering Division Director). G. "Construction Representative"shall mean the engineering or technical assistant duly authorized by the Engineer limited to the partrCUlar duties entrusted to him or them as subsequently set forth herein. 7, "Date of Award of Contract" or words equivalent thereto, shall mean the date upon which the successful bidder's proposal is accepted by the City 8. "Day"or"days", unless herein otherwise expressly defined, shall mean a calendar day or days of twenty-four hours each. 9. "The work" shall mean the work to be done and the equlprTlent, supplies and materials to be furnished under this contract, unless some other meaning is indicated by the context. 10. flans or drawings shall mean arid Include all drawings which may have been prepared by the Engineer as a basis for proposals, all drawings submitted by the successful bidder with his proposal and by the Contractor to the City, if and when approved by the Engineer, and all drawings submitted by the City to the Contractor during the progress of the work, as provided for herein. r11. 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. i 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. e 15. "Consultant" shall mean the firm, company, individwal, 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 • FACONTRACT I:UOCUMENTS132010.0303-Hyde Park Road R Site Improvements.lnn 1 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 tie shall observe the work in process on behalf of the City by a series of periodic visits to the job site. He shall have authority to act on behalf of the City. The Engineer assumes no direction of employees of the Contractor or subcontractors and no supervision of the construction activities or responsibility for their safety. The Engineer's sole responsibility during construction is to the City to endeavor to protect defects and deficiencies in the work. Any plan or method of work suggested by the Engineer, or, other representative of the City, to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor; and the Engineer and the City will assume no responsibility therefore. GP-5 FOND 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 inay 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 (1 U)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. FACOWRACT DOCUMENTS\3 2010.0303-Hyde Park Road E Site Improvements frm The insuring company shall deliver to the City certificates of all InWrancc, required, signed by ran 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 cuverage providing limits for bodily injuries, including death, of not less than $2,000,000 per person and $300,000 per occurrence. (2) Property Damage Liability insurance: coverage for limits of not less than $2,000,000 per one occurrence nor less than $2,000,000 aggregate to limit for the policy year GP-6.3 CONTRACTOR'S PROTECTIVE BODILY INJURY_LIABILITY & PROTECTIVE PROPERTY DAMAGE LIABILITY INSURANCE: (COVERING OPERATIONS OF SUBCONTRACTORS) (1) Contractors contingent policy providing limits of at least $300,000 per person and $2,000,000 per occurrence for bodily injury or death. (2) Property Damage Liability providing limits of at least $2,000,000 per occurrence and $2,000.000 aggregate, GP-6.4 CONTRACTUAL LIABILITY Property Damage coverage with $2,000,000 aggregate lit-nit. 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. 'rhe 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 excausion relative to: (1) Blasting or explosion. (Consult l echnical Specifications ["art I for possible deletion of this requirement on subject project.) ' (2) Injury or destruction of property below the surface nf the ground, such as wires, conduits, pipes, mains, sewers, etc., caused by the Contractor's operatic is, FACONTRACT DOCUMENI'S132010-0303•Hyde Park Rand& Site Irnprovemenls.frm (3) The collapse of, or structural injury to, any building or structure on or adjacent to the City's premises, or injury to or destruction of property resulting therefrom, caused by the removal of other buildings, structures, or supports, or by excavations below the surface of the ground. GP-6,7 AUTOMOBILE _BOUILY INJURY LIABILITY_& AUTOMOBILE PROPERTY DAMAGE LIABILITY INSURANCE Contractor shall carry in his name, additionill assured clauses protecting City, Liability Insurance with Bodily Injury or Death Limits of not less than$300,000 per person and $2,000,000 per occurrence,and property damage limits of not less than $300,000 with hired car and non-owned vehicle coverage or separate policy carrying similar limits. The above is to cover the use of automobiles and trunks on and off the site of the project. GP-6.8 EMPLOYER'S LIABILITY AND WORKMEN'S COMPENSATION Employer's and Workmen's Compensation Insurance as will protect him against any and all claims resulting from injuries to and death of workmen engaged in work under this contract,and in addition the Contractor shall carry occupational disease coverage with statutory limits, and E=mployer'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 airy, 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 mun or his or their ernployees; 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 FACOKRACr UOCUMEN'I 5132010-0303- Hyne Park Road F Site Improvoinenls.frm the work of this contract and any modifications, alterations, enlargemetits 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 tilt, 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 CONTRACT The Contractor shall not assign or transfer this contract nor sublet it as a whole, without the written consent of the City and of the Surety on the Contractor's bond. Such consent of Surety, together with copy of assignment, shall be filed with the City. No assignment, transfer or subletting, even though consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him in a satisfactory manner, the City may at his option annul and terminate Assignee's contract. GP-8 SUBCON'f FACTS PRINCIPAL MATERIAt_S « EQUIPMENT Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of the principal items of materials and equipment which he proposes to use in the construction of the project. The Contractor agrees that he is as fully responsible to the City for the acts and omissions of his subcontractors and of person either directly or indirectly employed by them as tie 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. eF1CONTRACT DOCUMENTS132010.0303• Hyde Park Road& Site improvements tern GP-9 OTHE—R_CONTRACTS The City reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results on the work of any other contractor,the Contractor shall inspect and promptly report to the Engineer any defect in such work that renders it unsuitable for such proper execution and results. His failure so to inspect and report all constitute an acceptance of the other contractor's work as fit and proper for the reception of his work, except as to defects which may develop in the other contractor's work after the execution of his work. Wherever work being done by the City's forces or by other contractors is contiguous to work covered by this Contract, the respective rights of the various interests involved shall be established by the Engineer, in order to secure the completion of the various portions of the work in general harmony. GP-10 LEGAL RESTRICTIONS, PERMITS AND REGULATIONS The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature and shall give due and adequate notice to those in control of all properties which may be affected by his operations. Rights-of-way and easements for permanent structures or permanent changes in existing facilities shall be provided by the City unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn or specified. GP-11 ROYALTIES AND PATENTS It is agreed that all royalties for patents or patent claims, infringernent 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 1 the City for infringement or alleged infringernent of any patent or patents involved in the work, and in case of an award of damages, the said Contractor shall pay such award; final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. GP-12 SCOPE AND INTENT OF SPECIFICATIONS AND PLANS GP-12.1 GENERAL These Specifications and Project Plans are intended to supplement, but not necessarily duplicate each other, and together constitute one complete set of Specifications and Plans so that any work exhibited in the one and not in the other, shall be executed just as if it has been set forth in both, in order that the work shall be completed according to the complete design of the Engineer. e Should anything be omitted from the Specifications and Plans which Is necessary to a clear understanding of the work, or should It appear various instructions are in conflict, then the Contractor shall secure written instructions from the Engineer before proceeding with the construction affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed and ' completed according to the true spirit, meaning and intent of the contract, specifications and plans. ' FACONTRACT 00CUMENTSQ.M0.0303- hlyde Park(load& Site Improverrienls Inn GP-12.2 FIGURi~D-DI,MENSIUN _TO_GOVERN Dimensions and elevations shown on the plans shall be accurately followed even though they differ from scaled measurements. No work shown on the plans, the dimensions of which are not indicated shall be executed until the required dimensions have been obtained from the Engineer. GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES The Contractor shall check all dimensions, elevations and quantities shown on the plans,and schedules given to him by the Engineer, and shall notify the Engineer of any discrepancy between the plans and the conditions on the ground, or any error or omission in plans, or in the layout as given by stakes, points, or instructions, which he may discover in the course of the work The Contractor will not be allowed to take advantage of any error or omission in the plans or contract documents, as full instructions will be furnished by the Engineer should such error or omission be discovered, and the Contractor shall carry out such instructions as if originally specified. The apparent silence of the Plans and `specifications as to any detail or the apparent omission from them of a detailed description concerning any point, shall be regarded as meaning that only the best general practices. as accepted by the particular traces 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 1 of local or state authorities, shall mean the latest standard, code. specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. GP-13 CONSTRUCTION REPRESENTATIVE_AT_PROJECT The City may appoint or employ such "Construction Representative" as the City may deem proper, to observe the work performed under this Contract, to the end that said work is performed, in substantial accordance with the plans and specifications therefor. The Project Representative assumes no direction of employees of the Contractor or Subcontractors and no supervision of the construction activities or responsibility for their safety. The sold duty of the Project Representative during the construction is to the City to endeavor to protect against defects and deficiencies in the work. The Contractor shall regard and obey the directions and instructions of the Construction Representative so appointed, when the same are consistent with the obligations of this contract arid the specifications therefor, provided, however, that should the Contractor object to any order given by the Construction ' Representative, the Contractor may make written appeal to the Engineer for Ills 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 frorYt any obligation to perform said work strictly in accordance with the plans and specifications or any modifications thereof as herein provided, and work not so constructed shall be removed and made good by the Contractor at his own expense, and free of all expense to the City, whenever so ordered by the Engineer, without reference to any previous oversight in observation of work. Any defective material or workmanship may pe rejected by the Engineer at any time before the final acceptance of the work, even though the same may • ' FACONTRACr DOCt.1MENTSM010-0303- Hyde Park Road&Site improveniwnts Irrn have been previously overlooked arid 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, arid the Contractor will be liable for any deviation except on such written order. All condemned work shall be promptly taken out and replaced by satisfactory work, and all condemned materials shall be promptly removed from the vicinity of the work. Should the Contractor fail or refuse to comply with instructions in this respect the City may, upon certification by the Engineer, withhold payment or proceed to terminate contracts as herein provided. Reexamination of questioned work may be ordered by the Engineer, and if so ordered the work must be uncovered by the Contractor. If such work be done in accordance with the Contract Documents, the City shall pay the cost of reexamination and replacement. If such work be found not in accordance with the Contract Documents,the Contractor shall pay such cost,unless he shall show that defect in the work was caused by another contractor of the City and in that event the City shall pay such cost. The Contractor shall furnish samples of testing purposes of any material required by the Engineer, and shall furnish any information required concerning the nature or source of any material which he proposes to use. GP-14 LINES AND GRADES The Department of Community Development will set construction stakes establishing lines,scopes,and continuous profile grade in road work, and center-line and bench marks for culvert work, and appurtenances as may be deemed necessary, and will furnish the Contractor, with all necessary information relating to lines, slopes, and grades, to lay out the work correctly. The Contractor shall maintain these lines, grades, and bench marks and use them to lay out the work he is to perform under this contract. The Contractor shall notify the Department of Community Development not less than 48 hours before stakes are required. No claims shall be made because of delays if the contractors fail to give such notice. ' The Contractor shall carefully preserve stakes and bench marks. If such stakes and bench mark become damaged, lost, displaced, or removed by the Contractor, they shall be reset at his expense and deducted from the payment for the work. Any work done without being properly located and established by base lines, offset stakes, bench marks, or other basic reference points checked by the Construction Representative may be ordered removed and replaced at the Contractor's expense. GP-15 CONTRACTOR'S RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for the condition of all materials furnished by him, and he shall replace at his own cost and expense any and all such material found to be defective in design or manufacture, or which has been damaged after delivery. This includes the furnishing of all materials and labor required for replacement of any installed materials which is found to be defective at any time prior to the expiration of one year from the date of final payment. The manufacturer of pipe for use on this project shall certify in writing to the City that all materials furnished for use in this project do conform to these specifications. Whenever standard tests are conducted, he shall forward a copy of the test results to the City. ' FACONTRACT DOCUMENTS%32010-0303-Hyde Park Road& Site Improvemenls.frm GP-16 WATER All water requi►t;d for and in connection with the work to be perforated 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 equrprlle>nt 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 campOtc:nt 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 [Ih workmen. (Tiechanics, 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 nlanne,.r, shall be promptly discharged. It is called particularly to the Contractor's attention that only first class workmanship will be acceptable GIR49 MAINTENANCE OF TRAFFIC Whenever any street is closed, the Police Department, Fire Department, and Ambulance Services shall be notified prior to the closing. When a portion of the project i3 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"Manua) 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 ccrostruction 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 barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be so placed, and the work at all limes 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, arid 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. • FACONTRACT DOCUMENTS 3?010.0303• Hyde Park (load R Site Impioverronts frrn CAP-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES Pipe lines and other existing underground installations and structures in the vicinity of the work to be done hereunder are indicated on the plans according to the best information available to the City. The City does not guarantee the accuracy of such information. The Contractor shall make every effort to locate all underground pipe lines, conduits and structures by contacting owners of underground utilities and by prospecting in advance of the excavation. Any delays to the Contractor caused by pipe lines or other underground structures or obstructions 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 sewers and water mains, which, it) the opinion of the Engineer, must be moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be moved shall be re-laid by the Contractor and paid for at the prices bid. Only sewers which must be moved because of direct conflict with the storm sewer conduit will be paid for in this manner. Sewers damaged by excavation but not in direct conflict with the storm sewer will be repaired at the Contractor's expense. 1 GP-22 PROTECTION OF WORK AND PROPERTY The Contractor shall be accountable for any damages resulting from his operations. He shall be fully responsible for the protection of all persons including members of the public, employees of the City and employees of other contractors or subcontractors and all public and private property including structures, sewers and utilities above and below ground, along, beneath, above, across or near the site or sites of the work, or other persons or property which are in any manner affected by the prosecution of the work. The Contractor shall furnish and maintain all necessary safety equipment such as barriers, signs, warning lights and guards as required to provide adequate protection or persons and property. The Contractor shall give reasonable notice to the owner or owners of public or private properly 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 properly,the Contractor, without special instruction or authorization, is hereby permitted to act at his discretion to prevent such threatened loss or injury, and he shall so act. Any compensation, claimed by the Contractor on account of emergency work, shall be determined by agreement or arbitration The Contractor agrees to hold the City harmless from any and all loss or damages arising out of jurisdictional labor disputes or other labor troubles of any kind that may occur during the construction or performance of this contract. ' GP-23 GUARANTEE OF MATERIALS AND WORKMANSHIP The Contractor hereby guarantees the work in connection with this contract against faulty materials or ' poor workmanship during the period of one (1) year, after the date of completion of the contract. F,ICONTRACT DOCUMENTS 113201 J-0303- Hyde Paik Ro ad R Site Impiovernenis trm GP-24 NO WAIVER OF RIGHTS Neither observation of work by the. C;Ity cu zany of than offirlrtls, employou,;, or agenls. nor any order by the City for payment of rTaonoy, 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 n 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 art acceptance of the work, and the Contractor shall be, liable, for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter. GP-26 ADDITIONAL.,.aMITTE.U, OR.rFiA.NGEQ WORK The Owner, without invalidating the Contract, may order additional work to he- clone in connection with the Contract or may alter or deduct from the work, the,Contract srnn to be,adjusted accordingly. All such work shall be executed to the same standards of worknwinship 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 gLantities for unit price work or materials to conform to actual pay quantities therefor as may be provided for in the Spec;al 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, acid method of compensation No additional or changed work shall be made unless in pursuance of Such written order by the Engineer, and no claim for an addition to the Contract sum shall be valid unless so ordered. If the modification or alteration increases the amount of work to be done: and the added work or any part thereof is of a type and character which can be properly and fairly classified under one or more unit price items of the Proposal, then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices therefor Otherwise, such work shall be paid for- as "Extra Work" as hereinafter provided in this Article GP-26 If the modification or alteration decreElSes file, amount Of work to be done:, such decrease shall riot constitute the basis for a claim for dainages or anticipated profits on work affected by such decrease. Where the value of omitted work is riot covered by applicable unit Feces, the f_ngnar!c:!r shall determine on an equitable basis the arraounl of. ' 1 Credit due the Owner for Contract work not done rir; ,a re.;ult Of ,an authorzed change. 2. Allowance to the Contractor for any actual loss Incurred In connection with the purchase, delivery and subsequent aisposal of materials of Eequipinent requlr(--!d for use on the work ' planned and which could riot be used u) any part of th0 work cos actually built. ' FACONTRAM DOCUMENTSU2010 0:1.0 Hyde Park koad R Gdn Impio enwnr�,Inn 3. Any other adjustment of the Contract amount where the rnethod to be Used in inaking such adjustments is riot clearly defined in they contract cfacclnients 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 it 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 fart that he shall be entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. Extra Work: (a) Time term "Extra Work" shall be understood to me an and Include all work that may be required to accomplish any change or alteration in m addition to the work shown by the Plans or reasonably Implied by the Specifications and not covered by the Contract proposal items and which is not otherwise provided under this Article GP•26 (b) The Contractor shall perform all extra work under the direction of the Engineer when authorized by the Owner. 'The compensation to he p:-aid the Contractor for perfor►ning extra work shall be determined by one or more of the following nirthods 1. Method A. By agreed unit price 2 Method B. By agreed lump su►n 3. Method C: If neither Method A or B can be agr00CI upon before the work is started, there the work shall be by force account as per Section 109, Ivlerasurement 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 reSUme?d by the Contractor within ten (10) days after the date fixed in the written notice frorn 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 resunme within a reasonable period of time, then the Contractor,may abandon that portion of the work SO suspended and lie will be entitled to the estimates and payments for all work done on the poltions abandoned, if any GP-28 OWNER'S RIGHT TO DO WORK If the Contractor should neglect to prose cede the work properly or fall 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 banki'LlIA, or if he should make a general assignment for the benefit of his creditors, or if a receiver shoulr.j be appointed on account of his insolvency, or if he should ' P\CONrrRACT OOCUMLNIfP320i0.030a•Ilyde: Park Roar) K Sii!; Irnruovonums.inn 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 fall to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor five(5)days written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever method he may deem expedient. In such case, no further payment will be made the Contractor until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such expenses shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. GP-30 CONTRACTOR'S RIGHT 'f0 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 be sustained and borne by the Contractor at his own cost and expense. GP-32 SUNDAY, HOLIDAY AND NIGHT WORK No work shall be done between the hours of 6:00 p.m. and 7:00 a.m., nor on Sundays or legal holidays, without the written approval of the City. However, work necessary in case of emergencies or for the protection of equipment or finished work may be done without the City's approval. Night work may be established by the Contractor as a regular procedure with the written permission of the City; such permission however, may be revoked at any time by the City if the Contractor fails to maintain adequate equipment and supervision for the proper prosecution and control of the work at night. GP-33 UNFAVORABLE CONSTRUCTION CONDITIONS During unfavorable weather, wet ground, or other suitable construction conditions, the Contractor shall confine his operations to work which will riot be affected adversely thereby. No portion of the work shall be constructed under conditions which would affect adversely the quality or efficiency thereof', unless special means or precautions are taken by the Contractor to perform the work in a proper and satisfactory manner. GP-34 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 of otherwise ' FACONTRACT DOCUMENTS02010.0303- Hyde Park Road& Site Improvements Irm r incorporation in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized by the Engineer in each case, GP-35 DEFENSE OF SKITS 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, ornission, 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 agent, 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 frorn all losses, damages, costs, expenses, judgments, or decrees whatever arising out of such action or suit that may be brought as aforesaid. GP-36 CHANGE ORDER Any changes or additions to the scope of work shall be through a written order from the Engineer to the Contractor directing such changes in the work as made necessary or desirable by unforeseen condition, or events discovered or occurring during the progress of the work. GP-37 CONTRACT TIME The time for the completion of the work is specified and it is an essential part of the contract. The Contractor will not be entitled to any extension of contract timr; because of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. 1 if the time for the completion of the work is based upon working days, this time will be specified in the contract. A working day is defined as any day when, in the judgment of the Engineer, soil and weather ' conditions are such as would permit any then major operation of the project for six (6) hours or over unless other unavoidable conditions prevent the Contractor's operation. if conditions are such as to stop work in less than six (6) hours, the day will not be counted as a working day. No working days will be counted from December 15 to March 15, both dates inclusive. Saturdays, Sundays, and City holidays will not be counted as working days any time during the year. GP-38 CONTRACT TIME EXTENSION The Engineer may make allowance for time lost due to causes which he deems justification for extension of contract time. if the Contractor claims an extension of contract time on the grounds that he is unable to work due to causes beyond his control, he shall state his reasons in writing,furnish proof to establish his claim and state the approximate number of days he estimates he will be delayed. Notice of intention to claim an extension of contract time on the above grounds shall be filed with the Engineer at the time the cause or causes occur and the claim shall be filed in writing within 30 days after the claimed cause for the delay has ceased to exist. GP-•39 LIQUIDATED DAMAGES Time is an essential element of the contract and it is therefore important that the work be pressed vigorously to completion, Should the Contractor or in case of default the surety fail to complete the work within the time specified in the contract, or within such extra time as may be allowed in the manner set out in the preceding sections, a deduction of an amount as set out in the contract will be made for each F:ICONTRACT DOCUMENTS132010•.0303-Hyde Park Road&Site Improvements lrm day and every calendar day that such contract remains uncompleted after the time allowed for the completion. The said amount set out in the proposal is hereby agreed upon, not as a penalty but as liquidated damages for loss to the City and the public, after the expiration of the time stipulated in the contract, and will be deducted from any money due the Contractor under the contract, and the Contractor and his surety shall be liable for any and all liquidated damages. Permitting the Contractor to continue and finish the work or any part of It after the expiration of the specified time, or after any extension of the time, shall in no way operate as a waiver on the part of the City or any of its rights under the contract. GP-40 MEASUREMENT AND PAYMENT (a) BASIS FOR PAYMENT Contractor will be paid for quantities actually constructed or performed as determined by field measurement (except as may be hereinafter provided) at the unit price bid for the items listed in the schedule of the Bid or for such extra work as may be authorized and approved by the Engineer. The cost of incidental work not listed in the schedule of the Bid but necessary for the completion of the project shall be included in bid items, (b) DEDUCTIONS FOR UNCORRECTED WORK If the Engineer deems it expedient not to correct work that has been damaged or that was not done in accordance with the Contract, an equitable deduction from the Contract price shall be made therefore. (c) LUMP SUM ITEMS Payment for each lump sum item shall be at the lump sum bid for the item, complete in place, and shall include the costs of all labor, materials, tools, and equipment to construct the item as described herein and to the limits shown on the plans. (d) PARTIAL PAYMENT Partial payment will be made on a monthly basis. The payment shall be based on the work that has been found generally acceptable under the contract by the Engineer or inspector. A retainer equal to 10% of the amount of work completed to date shall be withheld. (e) ACCEPTANCE AND FINAL PAYMENT Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer will promptly make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed he will promptly issue a final certificate, over his own signature, stating that the work required by this contract has been completed and is acceptable by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City of Jefferson within thirty (30) days after the date of said final certificate. ' (f) AFFIDAVIT OF COMPLIANCE Monies due to the Contractor will not be delivered to the Contractor without presentation to the Department of Community Development an Affidavit of Compliance with Prevailing Wage Law on prescribed form attached to the back of these contract documents. FACONTRACT DOCUM NTSQ2010-0303-Hyde Park Road&Site Improvements.frm GP-41 RELEASE OF LIABILITY The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof, from all claims and liability to the Contractor for anything done or furnished for, or relating to the work, or for any act or neglect of the Owner or of any person relating to or affecting the work GP-42 CERTIFICATIONS GP42.1 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 to triplicate to the Department of Community Development at least 24 hours before the product is to be used on the project. GP42.2 The City, at its option, may perform or have performed such tests as may be deemed necessary to further assure that only specified materials are incorporated into the work. GP-43 LOCAL PREFERENCE In making purchases or in letting contracts for the performance of any job or service, the purchasing agent shall give preference to all firms, corporations or individuals which maintain offices or places of business within the corporate limits of the City of Jefferson, when the quality of the commodity or performance promised is equal or better and the price quoted is the same or less. GP-44 PREFERENCE FOR U.S. MANUFACTURED GOODS On purchases in excess of$5,000, the City shall select products manufactured,assembled or produced in the United States, if quantity,quality,and price are equal. Every contract for public works construction or maintenance in excess of$5,000 shall contain a provision requesting the contractor to use American products in the performance of the contract. GP45 AWARD OF CONTRACT- REJECTION OF BIDS All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all subcontractors and suppliers who the contractor intends to use on the project. Compliance with this requirement and the Minority Business Enterprise Program shall be a consideration for award of this contract. The contract will be awarded to the lowest and best responsible bidder on the base bid proposal, complying with the conditions of the Advertisement for bids and Specifications, providing the bid is reasonable and it is in the interest of the City of Jefferson, Missouri to accept same. The bidder to whom an award is made will be notified at the earliest possible date The City of Jefferson, however, reserves the right to reject any and all bids and to waive all informalities in bids received whenever such rejection or waiver is in their interest. GP-46 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORKS' CONTRACTS LAW Upon completion of project and prior to final payment, each contractor and subcontractor hereunder shall file with the City of Jefferson,Missouri, Department of Community Development,an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section I290.290, RSMo (1994 as amended), an act relating to public works contracts. The City of Jefferson le shall not issue a final payment until SLIch affidavit is filed. IFACONTRACT DOCUMENTS\3 2010-0303• Hyde Park Rand& Site Imprrwonients Ifni GP-47 MISSOURI LABORER REQUIREMENT Whenever there is a period of excessive unemployment in Missouri, which is defined as any month immediately following two consecutive calendar months during which the level of unemployment in the State has exceeded five percent(50%)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. GP48 LIABILITY FOR COMPLIANCE WITH PUBLIC WORKS CONTRACTS LAW AND MISSOURI LABORER RE UIREMENT 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 e • ' FACONTRACT DOCUMENTS\3?.010-0303-Hyde Pa(k Ras+d &Site Improvements.irm r SPE91AL PROVISIONS rFORWARD; The provisions of this section take precedence over any other provisions In those specifications. C ' IO c' AND DETAILS SP- TECHNICAL SjPCIFI R�y_iV��_ ,U !,._. The Technical Specifications for this project shall consist of the 1999 version of the Missouri Standard Specifications for Highway Construction except as modified or contradicted by the City's Contract,Technical Specifications, General Provisions, Special Provisions, Detail Plans, and any special or specific specifications as included in the contract documents. SP-2 PRE-CONSTRUCTION.CONFERENCE Prior to starting work, a pre-construction conference will be held to discuss the project, its scheduling and coordination of the work of others. The conference will be attended by representatives of the Owner, the Engineer, the Contractor, Subcontractors, and the Utilities, as well as representatives of any other affected agencies which the Owner may wish to invite, The work schedule specified in Section IB-23 of the Information for Bidders shall be submitted at the conference. SP-3 PREVAILING WAGE L/�Vt( 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 113-20), 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 kite by each contractor and subcontractor engaged in public works projects,and that such notice shall remain posted during the full time. SP-4 PROOF OF INSURANCE All certificates of insurance provided for this project shall be 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 amount is included,a statement of the amount of that aggregate available to date; shall also be attached ' Complete insurance requirements are contained in section six of the General Provisions of this document (GP-6 INSURANCE) SP-6 PERMITS. a) Land [Disturbance - The work in this project will be covered under the General Operating Permit issued to the City of Jefferson by the Missouri State Department of Natural Resources, Water Pollution Control Program, Permit No. MO-R100031, ' FACONTRACT DOCUMENTS\32010-0303- Hyde Pcek Road&Site improvements.Irm 1 b) Flood Plain Permits-The Jefferson City Department of Community Development will obtain these permits for this project. c)Corps of Engineers Permits-The Jefferson City Department of Community Development will obtain these permits for this project, d)Burn Permits-Generally burning is discouraged,however if contractor chooses to burn trees, brush, and similar materials, it shall be the responsibility to obtain the permit from the Missouri Department of Natural Resources. e) Blasting Permits -The contractor shall be responsible for obtaining a permit for the use of explosives from the Jefferson City Fire Department. SP-6 ACCESS TO ADJACENT PROPERTIES & FACILITIES Prior to the removal of the driveways to any buildings, business operations, or other such establishments (Cowley Distributing Company, Jefferson City Wastewater Collections Maintenance Facility, and the Jefferson City Fire Training Facility), the Contractor shall notify the users and operators of such facilities that the use of the driveways or access will be temporarily affected, Notice shall be of sufficient length to allow the persons to temporarily amend their operations during this period. The contractor shall schedule and sequence the work so that access; to Cowley Distributing Company and to the Jefferson City Wastewater Collections Maintenance Facility is maintained at all times. In the area of the Jefferson City Wastewater Collections Maintenance Facility, the parking area must on the north side of the facility must be completed 1 and open to vehicular traffic prior to restricting access on the south and west sides of the facility. 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, "ROAD 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. The barricades shall be equipped with flashing beacons that are operating after daylight. SP-8 UTILITIES & ADJUSTMENT OF SERVICES Existing underground and overhead utility services are present on the site.The Contractor shall confirm the location of all utilities prior to executing the proposed work in the vicinity of the utilities Any potential conflicts shall be brought to the attention of the Engineer before proceeding with the work. The cost associated with the necessary adjustment of utility services such as water, gas, telephone,and electric, including meters, valves and other appurtenances shall be reimbursed on an actual cost basis. The cost of and the responsibility of the repair of any utility service that was damaged due to not being requested to be located or of which was disregarded or through carelessness of the contractor shall be borne by the contractor. ' The adjustment of Sanitary Sewer Manholes is included as a bid item in the proposal. FACONTRACT DOCUMENTS\32010-0303-Hyde Park Road K Slte Improvements.rrm 1 Relocations of existing overhead power lines and facilities is a necessary part of the project. Ameren UE will be responsible for this work which will be required to be performed in phases to accommodate the requirements of the project and to provide continuous electrical service to existing facilities. The cost of these relocations and adjustments will be borne by the City of Jefferson. Missouri American Water Company is planning to complete the? extension of their existing water distribution main to Helsingor Road and the Installation of at least two fire hydrants on the north side of Hyde Park Road in conjunction and in cooperation with the project, The contractor will be responsible for coordinating his work with that of this utility. The cost of this water main extension and hydrant installations will be borne by the utility, SP-9 REPAIR OF DRIVING SURFACE_ All sections of pavement damaged during constrUCtIM1 shall be replaced in accordance with the following requirements: Existing Pavement Base Surface PCC Street - - G" PC% Bituminous Street 81, PC;C 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 availabie.Chat drives, alleys, and parking areas shall be resurfaced with crushed stone in the areas disturbed. In all areas disturbed by construction activities and not shown on the plans as a pay item, replacement and repair of the area shall be at the contractor's expense. SP-10 INSTALLATION OF UTILITY CONDUITS The conduit to be used for utility crossings shall be of the size specified and installed at the locations as depicted in the plans. The end of each conduit shall be sealed with an end cap and the location of each end shall be marked for future recovery and use:?. The conduit shall be UL rated Schedule 40 PVC. The conduit shall be bedded with granular material, with at least 4 inches below the pipe and 6 inches above. This item shall be pain for on the basis of the unit price for each size of conduit furnished and installed in place, including a cap at each terminal end of the installation. SP-11 METER PEDESTALS The meter pedestals shall be of a type and style as approved by Amaren UE, in accordance with the provisions and specifications and drawings included in the latest version of the"Electric Service Manual for Ameren Corporation". The meter pedestal furnished shall be for a single meter•installation and shall include the 2 1/2" Schedule 40 11" radius bend, any needed appropriate couplings or fittings to join to the 2 112" conduit, weatherproof service disconnect, and the appropriate ground rod. Installation shall be ' in accordance with National Electric Code (NEC), and Ameren UE standards. This item shall be paid for on the basis of the unit cost for each meter base installed in place. F1C©NTRACT DOCLIMENTS132010.0303-Hyde Park Road K Site irnpeovemnnts.frm SF-12 WORK BY CITY FORCES a)Set,-contained f=uel Tanks-City personnel shall be responsible for moving the four(4) self- contained fuel tanks presently located north of the Wastewater Maintenance Facility. After the contractor has completed the proposed fuel island west of the Wastewater Maintenance Facility, City personnel will relocate and install the tanks on the island and re-connect the electric power ® through the electric conduit to be Installed by the contractor. 1� b)Materials,supplies,&miscellaneous Cifyequipment stored on site-City personnel shall be responsible for moving and/or coordinating the relocation of all materials, supplies, trailers, equipment, and other Items that are presently stored or located on the site within the limits of the project or that may conflict with the proposed work to be performed by the contractor. c) Salvaging of Structural Arch Pipes - As referenced by note"triangle 1"on sheet 2 of 47 of the plans, it is the intent to have City personnel to salvage the twin bolted structural plate arch pipes for future use. See SP-12 SALVAGE OF TWIN ARCH PIPES (ALTERNATE E) SP-13 SALVAGE OF TWIN ARCH PIPES LAL-[ORNA' E�1 The salvage of the structural arch pipes is not part of the work included in the Base Bid for this project, but is work that is to be performed by City personnel. Alternate E would allow the salvage and removal of these pipes to be included as part of the contract. These structural plate arches have a span of approximately 7 feet and a rise of approximately 5 feet with horizontal separation of approximately 2.5 feet between the spring line, Each pipe is approximately 65 feet in length. The work included in this alternate would include the;furnishing of all labor, equipment, material, and other necessary items to uncover, remove, and disassemble the structural plate arches, including the salvage, recovery, and packaging of all fitting such as bolts, washers, and nuts in 5 gallon plastic containers with suitable covers or lids. The salvage of the pipe shall be in such a manner as to minimize any damage such as bending, denting, gouging, cutting or deforming of the structural plates. The structural components and fasteners shall be moved and neatly stored on the site as directed by the Engineer. Payment for the work will be on the basis of a lump sum arrlount. SP-14 TYPE "A" CURB & GUTTER As indicated in the plans on sheet 42 of 47, the thickness of the gutter pan is seven (7) inches for curb and gutter used with concrete pavement, and the thickness of the gutter pan is six (6) inches for curb and gutter used with asphaltic pavement. At the option of the contractor the curb and gutter may be poured monolithically when used with ' concrete pavement. It is noted that when asphaltic concrete pavement is to be used on this project, a four(4) inch lift of Asphaltic Concrete Base is required under the curb and gutter along with a three(3) Inch lift of Rolled Stone Base, which is also required with the portland cement concrete pavement. No direct payment is made for this difference in the two paving options, SP-15 SUBGRADE STABILIZATION Payment for crushed stone for subgrade stabilization shall be per ton of material provided, based on tickets submitted to the City at the tirne the work is done, Payment shall be at the unit price bid which shall include all labor, materials, tools and equipment necessary to stabilize the FACONTRACT DOCUMENTS\32010.0303•Hyoo Park Road k Site Irnproveme tits,frrn area Including removal of unsuitable material, disposal of the material off-site and subgrade preparation. ' SP-16 3" ROLLED STONE BASE Payment for 3" r+Rolled atone Base shall be made by square yard measured from back of curb to back of curb, plus one(1)foot. Any additional thickness necessary under the curb and gutter section, that might be needed if the curb and gutter section is placed separately, shall be subsidiary to this Item. No additional payment will be made. SP-17 SALT STORAGE FACILITY(ALTERNA'i E_g & D� The following articles shall pertain to the construction requirements of the salt storage facility as referenced on sheets 38 thru 40 of 47 of the plans: a) Treated Lumber All dimensional lumber, including posts, planks, and beams furnished and used in the construction of this project shall be manufactured CCA treated, grade No. 2 or better. The grade, treatment type, and mill shall be stamped or indicated on each piece of lumber. The CCA pressure/protective treatment shall conform to AWPA standard C2 for soil contact applications. The presence of the AWPB quality mark LP22 shall be accepted as evidence of conformance to this specification. b) Plywood Sheathing All plywood (both 1/2"and 518")used in the construction of this project for roof decking or the interior lining of the storage bays shall be Exterior Type, Grade C-C Ext-APA. Application and installation shall be in accordance with recommendations of the American Plywood Association.The grade,type,and manufacturer of the material shall be stamped or indicated on each sheet or unit thereof. Plywood panels are assumed to be 48"x 96". C) Plywood Cl Rs ' The roof sheathing shall be installed using 5/8" aluminum plywood clips on butt edge joints between each sheet where there are no purlins in which to nail the sheathing to. Generally, one clip will be required between each purlin on sheathing joints that are at right angles to the purlins. d) Framing Sollces Support posts shall not be spliced. Purlin bearers and purlins shall be spliced only at those locations as indicated on roof framing plan. e) Galvanizing All fabricated steal angles and channels with welded bolts or anchors shall have two (2) coats of hot dipped galvanizing prior to installation. f) Fastners; • All bolts, nuts, washers, lag screws and nails used shall be manufactured galvanized. F1CONTRACT DOCUMENTS132010-0303-Hyde Park Road&Site Improvements.frm g) pNnnl© Brackets The angle brackets for anchoring and fastening the 6" x 6" posts to the concrete walls shall be recessed in the concrete to allow the post to be set flush with the top of the concrete wail. h) Minimum Nailing Fggt�nitjg uirements (1) All 1/2"and 5/8"Exterior Plywood sheathing shall be nailed 6"on centers along panel edges and 12"on centers on intermediate supports, except that when supports are spaced 48"on renter or more, nails shall be spaced at 6"centers at all supports as recommended by the American Plywood Association. Nails �y shall be galvanized ring shank or annular threaded shank. 6d (2") nails shall ® be used on 1/2" panels and 8d (2 1/2") nails shall be used on 5/8" panels (2) All 2"x 8"CCA treated trim boards that are to be installed on the exterior of the 1 structure between the exterior support posts shall be fastened with four (4) equally spaced nails at each end and with three(3)equally spaced nails at the center of each trim board, Nails shall be 16d (3 112") galvanized ring or annular threaded shank. (3) All 2 x 10 CCA treated boards that are to be face nailed to the support posts shall be fastened with six (6) equally spaced nails at each end and at intermediate supports, except where beveled or tapered to conform to the slope of the roof structure. Nails shall be 'led (3 1/2") galvanized ring or annular threaded shank. ® (4) All 2"x 10"CCA treated boards that are to be end nailed to the roof puriins for bridging or for soffit look-outs shall be fastened with six(6)equally spaced nails at each end . Nails shall be 16d (3 1/2") galvanized ring or annular threaded shank, (5) All lap splices shall have a minimum of two (2) rows of nails meeting the requirements of (b) or (c) above. All protruding nail points shall be clinched. (6) All butt splices, which require a backer board for the splice shall require a minimum of four(4)rows of nails meeting the requirements of(b)or(c)above, providing that two (2) rows are in each of the board being spliced. All protruding nail points shall be clinched. (7) All roof purlins shall be attached to the purlin beams or carriers by the use of manufactured galvanized steel brackets specifically designed for the type and kind of connection. The steel brackets shall be fastened using the kind and number of fasteners as recommended by the manufacturer, Roofing Systsm The roofing system shalt consist of asphalt self-sealing shingles laid over an underlayment of asphalt impregnated roofing felt on a 5/8" plywood deck. The felt underlayment shall weigh at least 30 lb per square and shall be applied such that each successive row be applied with a mini►rurm of a lap of one-half the width of the roll. Side lap shall be a minimurn of 4 inches. The underlayment shall be secured to the decking with only a sufficient number of nails or staples to keep the wind from blowing the underlayment from the deck. FACONTRACT UOCUMENTS\32010.0303- Hyde Park Road& Site Impiovements.frm The asphalt shingles shall be a 25 year three tab unit of asphalt/organic construction, ® weighing approximately 230 Ibs per square and meet the requirements of ASTM D'• 225, Type ill; D-3161, Type 1; E-106 Class C. The shingles shall be applied to the deck in accordance with the manufactures recommendations for exposure and the number of nails per shingle. Use one(1) inch long aluminum or galvanized annular thread or barbed shank roofing nails for fastening the shingles to the deck. j) Concrote All concrete shall be a commercial six (6) bag mix with seven (7%) percent air entrainment. The minimum seven day compressive strength shall be 3000 psi. Concrete forms shall be tight, smooth and free of defects and in good repair. All exposed corners or edges shall be chamfered or beveled by the installation of 3/4" strips in the forms prior to the placing of the concrete. Concrete shall be placed with a maximum slump of four (4) inches, If necessary concrete shall be placed by pumping. All concrete shall be consolidated by the use of mechanical vibrators. All form ties shall be of a type that can be broken off at least ono (9) inch below the surface of the face of the wall. The resulting pocket shall be grouted or filled to produce a surface free of rust staining. Any honey-comb that might exist shall be grouted and cured. ® All exterior wall faces that will be visible shall be hand rubbed after correcting any surface defects and the filling of form tie pockets. Reinforcing Steal All steel reinforcing rods shall be Grade 60 deformed epoxy coated. 1) Paint & Finish Coatings Painting and any special coatings are riot Included in the scope of the work. Any painting or coatings that may be required will be the responsibility of the City of Jefferson. M) Bay Separation Walls The 2"x 10"CCA treated bay separation walls shall be constructed to a uniform height of approximately 6 feet. Blocking at the top of the wall will not be required to close the resultant space contained between the faces of the walls. SP-1.8 EXCAVATION In general excavation shall consist of the grading the site to the elevations as shown on the plans. For the purpose of this project, excavations will include the removal of rock by blasting and/or mechanical methods and the hauling of and placement of the rock into fill areas; the cutting, moving, hauling, and the placement of excavated earthen materials into compacted ' embankments or fills; and the furnishing of and placement of topsoil materials in areas designated to be seeded and mulched and/or to receive plantings as in the area of the landscape berm to be located on the north side of Hyde Park Road, There has not been a determination of whether an adequate amount of material, including rock, FACONTRACT DOCUMENTS132010-0303-Hyde Park Road & Site Improvemonts.frn earth, or other suitable substances, exists on site to balance the project It is assumed that the material required to be topsoil will need to be imported in order to serve the purpose of providing an adequate seed bed or substrate for the plantings. Earthen excavation and grading, including the importing of needed materials (borrow) will be paid for on the basis of a lump sum price. Rock excavation will be paid for on a unit quantity basis per cubic yard of material removed as determined by cross sections and computation. In areas of mass rock excavation, the rock shall be overshot to an elevation of four(4)feet below the finish grade as indicated on the plans. The cost of overshooting shall be included in the unit price per,cubic yard for rock. The contractor shall obtain a blasting permit from the Jefferson City Fire Department prior to using explosives. No explosives shall be used on this project within fifty (50) feet of a structure. Rock in these areas shall be removed by mechanical chipping, jack-hammering or other methoas approved by the Engineer. Trench excavation in rock will be paid on the basis, of the unit price per cubic yard of material removed based on field measurement. The payline width of trench shall be the outside diameter of the pipe or structure, plus one (1) foot, with a minimum width of two (2) feet. SP-19 TOP SOIL FOR LANDSCAPE AND SEEDING AREAS The top twelve (12) inches of all areas of the project to be seeded or landscaped shall be free of rocks, stones and clods prior to seeding. To accomplish this requirement may require the contractor to utilize mechanical rock rake, hand picking of stones, and/or placement of twelve (12) inches of clean topsoil in those areas required to be seeded or sodded. No direct payment will be made for this requirement. SP-20 LANDSCAPING REQUIREMENTS The landscape berm as depicted in the plans on sheet nos. 4, 6, and 7 of 47 shall be constructed as shown in the typical cross section arid at the location as indicated. The berm shall be landscaped by the planting of three(3)species of trees at twenty(20)foot intervals and in the pre-determined sequence as shown. The berm shall be covered with a four(4) inch layer of bark mulch to the limits as shown. The berm shall also be planted with English Ivy on an eighteen (18) inch grid pattern so that an eventual ground cover will be developed. The three species of trees to be used are as follows:1) Eastern IZedbud (Cercis canadensis), 2) River Birch (Betula nigra), and 3) Eastern White Pine(Pinus slrobus). The minin;um size of the trees at planting shall be in accordance with 35-59.C.3. of the City of Jefferson Zoning Ordinance, and shall be as follows: the Redbud and Birch trees shall be two(2) inch caliper as measured at six (6) inched above the ground; and the Pine tree shall be five (5) feet in height. Plants shall be installed in accordance with the"Standard Tree Planting Detail'or the"Standard 'free Planting Detail for Compacted Soils" as promulgated by the Urban and Community Forestry Division of the Missouri Department of Conservation and as included herein. ' Planting shall occur between October 1 and December 1. the fall season, or between March 1 and April 30, the spring season. Actual planting shall be performed during the above periods only when weather and soil conditions are suitable in accordance with locally accepted practice, as approved by the Engineer. Planting operations will be suspended when the air temperature is below freezing or above 80 degrees Fahrenheit. Deviation from the above planting dates will be permitted only when approved by the Engineer. The plantings shall be paid for on the basis of the unit price per each species of plant, complete in place. No direct payment will be made for any incidental items such as supporting posts. FACONTRACT DOCUMENTS132010-0303- Hyde Park Road& Site Improvements.frm 1 peat moss, water, and other such items necessary to install the plants. SP-21 PCC PAVEMENT JOINT REINFORCING REQUIREMENTS The joints reinforcement regcurements are its follows 1) All bars shall be 114 deformed bars 24 inches in length. 2) Longitudinal construction joints - bars @ 30" centers. 3) Transverse construction joints - bars @ 12" centers. 4) Sawed or premolded longitudinal joints - bars @ 30"centers 5) If curb and gutter Is poured separately - bars @ 30"centers. SP-22 ELECTRIC CANTILEVER GATE SYSTEM The Electric Cantilever Gate System shall consist of the furnishing of all material, hardware, labor, supplies, and other necessary iteins to have installed in place an operable and functioning gate system at the locations as shown on the plans. The contractor shall be responsible for the installation of any conduits for power from the meter pedestal (the meter pedestal will installed under other iterns included in the project)to the gate operator or any other conduits to serve other devices required in the elate system. The gate system shall consist of the cantilever sliding gate, the gate supports, the electric:gate operator, pedestals for key pad entry, receivers and transmitters for remote control, and any sensors required to meet required safety standards as referenced in UL325 for Class II horizontal slide gate installations. The components of the system shall meet the following minimum standards: A)GATE: The gate shall be a single leaf sliding cantilever box frame aluminum structure six (6) feet in height topped by two (2) strands of barbed wire. 1. General The cantilever gate shall be designed as a high performance double track cantilever gate system and shall facilitate the installation of a top-hung, enclosed track, internal roller type cantilever sliding gate system as per AS'f M F 1184-88 Type II, Class 2. Class 1 gates, i.e. designs using external rollers or other support systems, shall not be acceptable. The enclosed track structure,internal-roller truck assemblies,mounting hardware,and guidance systems shall be specifically configured to facilitate automatic power operation, inclusive of high cycle and high speed operation. 2. Enclosed Track Enclosed track shall be a one-piece extrusior) of 6061-T6 structural-grade aluminum alloy, weighing a minimurn of 3.95 pounds per foot.Track shall be formed to enclose the internal-roller truck assemblies and structurally adequate to serve as the load-bearing surface for the gate • panel. Reaction load rating of the track shall be a minimum of 2,000 pounds, A track shall be installed on both sides of the box gate, r3. Gate Frame F:ICONTRACT DOCUMENTS\32010.0303•Hyde Part: Read & Site Improvements.frm Dual gate frames shall be designed and constructed in such a way as to constitute a single g y g welded box structure.The essential box Fran to structure shall incorporate a framework of square aluminum tubing for horizontal rails, vertical uprights, and horizontal connecting braces. Gate shall be fabricated as a single welded unit with Uniweld construction. Overall frame width, exclusive of the enclosed track, shall not exceed 2.4". Intermediate verticals shall be spaced apart no more than 60" on center Gate frames shall employ diagonal bracing installed in the vertical plane of each section of both frames, and throughout both the gate proper and the counterbalance portions. All frame corners shall incorporate welded gussets to enhance rigidity and strengthen corners against deformation caused by vibration or cantilever load stresses. Corner gussets shall be fabricated from minimum 1" square 6061 J6 structural grade aluminum alloy weighing at least .52 pounds per foot. Cross bracing shall be accomplished by means of cable and eyebolt assemblies. Cables shall be 7 x. 19(seven strand weave:with each strand having nineteen wires) pre-stretched stainless steel cables. 3/16"diameter. Cables shall be permanently affixed to 318"zinc plated eyebolts. Eyebolts shall be welded closed and tensioned by means of a self-locking type Nylock nut The gate structure shall include an enclosers track system running the full length of the top rail of each frame. The track shall be formed to enclose the internal roller truck assemblies and shall have a minimum reaction load of 2000 pounds.The gate structure shall be supported from within the two parallel tracks and shall slide freely on the enclosed roller truck assemblies. Materials Gate frames, intermediate vertical members, connecting and diagonal braces shall be fabricated from minimum 2"square 6061 J6 structural-grade aluminum alloy tubing weighing a minimum of 1.1 pounds per fool. Top and bottom angle braces shall be fabricated from minimum 1" square 6061-T6 structural grade aluminum alloy weighing at least .52 pounds per foot. The gate frame shall be fabricated as a single welded unit, as far as is possible given shipping length constraints.There shall be no more than one juncture point,which shall necessitate field- assembly, 'The gate frame shall have a separately extruded pair of enclosed tracks of aluminum 6061-T6 aluminum alloy, attached by factory-welding to either side of the frame. The two tracks shall weigh a minimurn of 3 95 pounds per lined foot each and shall have a combined reaction load of 4,000 pounds. 4, Finish Finish on aluminum components shall be as supplied by the mill unless otherwise specified Certain electrostatic paint finishes are available according to factory limitations. 5. Gate Filler The chain link gate filler shall be attached at each end by tension bands (supplied by manufacturer). Bottom of chain link shall be secured to horizontal tension wire installed by manufacturer. When rootorizred rill openings of a horizontal slide gate pare; to be yoarded or screened from the bottom of the gate to a nunfnnrrer of 4 foot above the ground to prevent a 2 !,,"diarneterspherce from pressing through tho openings anywhere in the gate and in thal portion ' of the adjacent fence that the gate cclvors in tho opon position. 6 Internal-Boller Truck Assembly Internal-roller truck assembly shall be self-aligning, swivel ball-arid••socket type running on four ' FACONTRACT DOCUMENT S\32010-0303- I lyde Pwk Rond 8 Site Improvements frrn bearirn -wheels. Bearing-wheels shall be a minimum.2"diameter x 9/16"wide rated as medium g g duty, with a basic dynamic load rating of 2,750 pounds per bearing Truck body shall be a one- piece structural grade 356-T6 aluminum alloy casting, equipped with milled steel guide wheels to ensure lateral alignment within the track. Guide wheel axle shall extend through the top and bottom of the truck body so as to assure that, regardless of wear, the guide wheels cannot come loose from the axle and lodge In the track, Internal-roller truck assembly shall be affixed to the hanger bracket or other mounting fixture by means of a 5/8" diameter industrial-grade rod end/center bolt, with a maximum static load rating of 10,000 pounds. Attachment of the center bolt to the truck body shall be by means of a swivel joint to ensure equivalent and consistent loading on all bearing-wheels and internal track surfaces throughout the travel of the gate. Internal-rrallar truck assembly shall have the same reaction load as the enclosed track. 7. Mounting Hardware Bottom guide assembly shall consist of a steel-mounting bracket with two 3"diameter phenolic roller wheels with sealed roller bearings mounted in Such a way as to limit or contain gate lateral movement without binding. Roller wheels with through axles shall be secured to a'/z"solid steel bottom plate,so the essential construction of the bottom guide prevents lateral gate movement which could deform the axles of the wheels and defeat the bottom guide assembly and shall be affixed to a 4" or 6 5/8" O.D. post. Hanger assembly shall consist of minimum '/." thick steel plate, gusseted, which is to be affixed to a 4" or 6 5/8" U.D. post by means of %" diameter U- bolls. All mounting hardware shall be hot-dip galvanized or plated for corrosion resistance. Two angle clips to be bolted inside internal track for gate stops 8. Catch/Latch Padlockable catch shall consist of a fitting designed to mount to a 4" 0 D. post, and shall include a yoke which will hell) guide the gate into a secure position. A separate latch to be attached to the gate frame is designed to nest inside the yoke shall be provided. It shall have provision for padlock insertion through the latch and the catch from both the secure or non- secure sides. 0. Support Structure Completed gate assembly shall be erected on two 4" or 6 5/8" O.D. posts of schedule 40 galvanized steel pipe Posts shall be installed plumb and must follow crit Gal spacing dimensions provided by manufacture(. 10. Quality Assurance Gate shall be constructed so as to n-ieet "Minimurn Performance Criteria, Type 11, Class 2 Gates",as specified in ASTM (=1184-88,with particular reference to vertical chord displacement and lateral chord displacement. Gates shall be installed to the requirements of ASTM F 1184- 88. When properly installed and adjusted, gates shall require less than 75 pounds of applied draw force to be manually opened and closed. B) OPERATOR The gate operator shall be compatible and matched to operate the gate as specified above. The gate operator shall be UL325 and UL991 listed. bate of travel shall not exceed one(1)foot per second. The operator shall incorporate an electro-mechanical operator lock that shall engage when the operator is stopped. The operator lock shall drop out if power is interrupted to allow manual gate operation without keys or special tools The motor in the;operator shall be at least 1 lip, 120 VAC,60 Flz, single phase, featuring instant reve►se, and rated for continuous duty. The motor shall be protected against overload by ' FACONTRACT DOCUMENTS\32010.0303- Hyde Prick Road& Site Improvt;ments fret thermal p rotector. Operator shall incorporate a heavy-duty solid state motor control system and pre-wired class 11 control circuit with provisions for connecting open/close/stop push button stations, radio controls, and external obstructions sensing systems (contact and non-contact devices) and access control systems (loops, entry systems, phone systems, etc,.). Control system shall include the following: a. Adjustable auto close tinier, b Independently adjustable open and close inherent anti-entrapment system, c. Selectable control of additional operator (master/slave), d. Right-hand/left-hand, e. Self-adjusting maximum run timer, I. Detected entrapment alarm, g. Electronic motor braking, h. Emergency pushbutton enabling which activates a pushbutton station when there is a detected entrapment, i. Installation/test mode operation, j. Diagnostic LEDs, k Slave mode operation, 1. Upgrade-able control processing unit Drive chain shall be#50 in length sufficient for opening size specified. Operators shall have a NOVA transformer to provide Class II power. The operator shall be equipped with an integral limit system that provides accurate settings to control the open and close positions of the gate and shall not be affected by manual operation or motor removal. The operator shall be protected from the environnrent by a steel frame and cover and finished to UL standards. A removable key lock cover shall provide access to the operator. The operator shall be pad mounted. C)ACCESS CONTROLS Access controls to be provided are to consist of a digita! keypad to be located at each gate for access into the site from Hyde Park Road and ten(10)dual channel remote control units (each gate shall have a separate channel). SP-23 REINFORCED BOX CULVERT The box culvert shall conform to the standard plans and specifications of the Missouri Highway and Transportation Commission as represented an tho following standard sheets for the design criteria of a span of twelve (12) feet, a height of six (6) feet, a fill of seven (7) feet, and a skew of 35 degrees on the downstream end: Drawing 703 21 E, Sheets 1 thru 3 of 3, Drawing 703.24F, Sheet 1 of 1, and Drawing 703.25G, Sheets 1 thru 3 of 3. Reduced copies of these standard sheets are included and attached hereto. Before starting construction, the contractor shall submit detail plans and shop drawings of the box culvert to the Engineer for approval. The drawings shall include a bar bill of the reinforcing steel to be used. Payment for this item shall be on the basis of a lump SUM in place. ' END OF SPECIAL CONDITIONS FACONTRACT DOCUMENTS\32010.0303-Hyde Park Road& Site Improvernents.frm I I f I I_I__l�--i-i._'..____.��_.—i � 1 I I � 11 i I 1 vt I.- LU A12111 _.ti -t U z t ( I t�` I I h t �` W ,• 1 S, O M tl 1p ca Lai -7-7�E. iv ti T I , 1 v I )j pa -11.Sol If-0 II p oil 4, 24 It ------ I n i( }, :} ;`, ,a� 5•i l}�'!�'��;�• „ �,,,1''; tt,l, •�s,'1��' >,1�' �� 15 ., H �.. . . . LW vl 14 o LU 01 lit- ------ ...... I M), I NJ ou -� - 1: 11 •E� I :�,1�. ,t�,1 �;. ,\�,;., ® / ��',). �,ij'.,,')i�l ilk {••f'1: '+ •1`)I q; y• All/' S � n917 p( 4�r "tl 'I•`i. ''1, I •i,l'i,l�"����`1.1• ,'I'I'•� I' � , iii'. �o�!' �' t � 1 i j♦:- r a1 ')- %_ ��,I, : )''t• j�:l' ,11 r1j}•!t-�•-1�.q i.1!. '` 1. I A w Gill:'' •�I- I1 .�1�."•i' 1� 11'� 1111'`' 11`'' N ?' =I1 ♦'�� �1 Ire �'�;'a.}} _+� r7 •1: +,.1,. 1 I f � 1�nttt. .l.,\6 N 0 ,1, :,4', ,,1 I,�),�1,��c� .•,, ' �',� i .)`, ,v}i'..�z' )�i 'e 1 1 t'I• (_r .!�1 'r 1t�!G VMt i�. '81 hp� ,dY �"�.�� T fi��atf� it �A( • ! _.� ♦ '+_ IN 1, I t 11.4 JU j. I.— ...... i • :�r� .�:.� :r'! In l: iJ�,'•- �' CIS _ih: %.t. :�..� M�� il, � _ N�= LL �j� o li,�i n M 1A �M..r S`i ��` ••i,1, '�••."I r � �i. _6'�t Y'•'�'taF 1�i:,{` •I1 •it+^ '� 'SZ ,:J 1,Z t t.,G,1 v t, o: !i,b�. ': '1 i,.''., ti i,: t•.h,'. Z 4' X v' i + n. ,+ t. •�: �- .i�. r'�,,..�, ,t,. ,� , of a � O i t ;, j,:, i•=•;;i „3i\i � i i tri �M? `ii, , ?, ,i '�, �;,,i' g LL, x R lb ,� �t"i •L.#•, ,b• �,5i1'• ,\.:ji.i •b 4 (.il„ j,..�Y„��i:\p'-?,±i 's,, '.1.�_ �, � w ;a _ cc1., ,J ,'1,1'.• •1.1, 1, •., • 1r lll,, tt, , 11, S r' i' roT„i,. „:, � 1` ti ,•I,� �IiLrv�'.�1 'b 'iL',al• li,•�1' 'la- � Z n JF;!''Ji, .b, ,6 ,i,i,i4.�bit,`i,t,434 v �i,�;,. ;;.`bi'.4..'i, ,b. •l,' •i; •ki..,4 5 � - S. ,- :t�: ,,6 a,: {�`I: v;,.il.{Z<<iit• ,,�+ i7 ,ii4, r; ,ii'.'1'C?:•�!.'4'�i L!- . 1 j .``i, ,2,L..i, .i�t i•. \i. Si 'tLiJ!.,,4 ii ,�rlt�b;.11' ,,L ,�' {,i,.l. ±j, i,L, ( � ��� r ;{•_ �: ilk; � .' �a;•; .�,' obi-!I;T:`tt'i" �',i,i�; :� ;�t'��� .rr �• W, r �,,; ::i:•;!oL•'t''YL:.l�Z: •�,. :ei`v4.I,L,i ,i,{t:?1�{�. ti, o• :ti�. 1 }, r„t},�•t ',,.r�' •i.i'�• '43•�;� Cu}` �; ,, `t. .ii`' p��, x.'I•Z ..,ii, i-St, '',','. ' �1'...i'' 4 4 ,tl \+ i• •i .,l• .(.L,i •�j'i. ,i• ' l ,i�•L,,i, i,L,�:,'.j,i win '' ., , t ,j•.a ,�„(i„ .�. .�r / . .�' ,. II , 1- y.,l ,i� �„itj,j, ,tu• ;,11, ,�j.��Il ',,, L?�`,�• `,i.1�' li ,�, ! ,�i• ,�4,..L .i, .t,{t.t.4. 4j, :�Ii.l,•' j�'�':•i., !,' .t�,f,iii{• i,ii S,. �, .4 =. .;, -fit.:I ,ij.i�;l{;.ii, tits ,ii�;�� ,i L �, .;�1• ,taii,j ,. ,ii,f',,t. .i. ,3.4 :;1',i,, .tri ,i {,:'.� ,y? i,i, i, i., i ,i„i,fr.iib• l,t6ili G . ; 1' ,. 1 L a 1- .�. ,,• ,i ' ,o;, � ',, i,,L•,•ii,Fbi,,�.�,i'ih;,, ' �.b 4' j, ',�bIZ, t.+�Sr ,`i�r;ii;•, :i. ,'ui.• :pb, Sii' L•6:, ,�'; !i1: ,L,j.lt.i'' i:i.�t ::;i. ,IiJ. ,11, ,;, •`� b r �, �,, .i ',. .t i�t. •pr,�,�,'•r il�'}' 1- \e','I�,li��,V�S, i t�j.t ii,(.�.',.'�i i%� ... N„ - !"�i , ,L. .1.i• :':L, ,Lii,i „b:, ,it�'ci �•l..i.,.i,i, ,bl•,,i.. „ii., 'i': (h/�_. �.. -ib�A \ ® i� J .iy. i• ,i .i,.,, i\_ '>f' _�' .i _'i _ ';i'i •i'�i '}, 1....1•n.;...--i-7•y� 4pl' it:. i' __. Z, �_ .f n'��' •o' ; r i i __ t : L i 4 .1 V-� ^�� �t 0 .i �. 'b. .1 • ,i., ,iJt•• ,< ,yi, il.i, i .t�.:, .;,7_�i.i., ,i.,ti•;.i, ,Z. .i, t p u ,• ;=- ='•_ _''.. ' •P. •til'j• \i�.Er;. o�t',�. 'pi .1 ;,t•c.G li .�_� Qu Jr,,ti. .; . .f1.. ,i,. .;,,i i•,p, .t` .i: ,�i..j„i:ti•.i,i..•.i 1:. i.l/,jri” mr �- ' .��L n�:''�i, .i, .LI• c•i. .iire'i,\i §i�,.o'--'i..l.'.i.:ii 'ii,:ii,. i�:'•'.;i 'i' ,\3 ° 3. •;. '�. ,i;i�, ii•.i ,L`��„I, :ia�,•t =i'z• .ti•�1;-i, 'i;�,; °I,�"'ti - •i• ,ii. ,ii,, �•ei•- -•%i,�- - .- i� .li,i•i'. i,.i.l. ';,i„ •'.iE,1.4 ,f..l �, ,��, oj' 1;1',,.li i!1 ',.,t ,::v",.J, •.;r-�v•,• i' i iI{• i• •iib. i .i Lb•S•i., i.t•1••k.;jL • \4.•i• i�i,' Y i J ! 1• L e ,� '1, ,1�• 1, i111 , 1 1, trr. ;,: ,�_ .i, •,• •�. :i�,• ;il{, S:i' ,Li}w.t. �i,i.,lli `��1""L. •il. •i• ii• ., a• a,i• .1�i.i.e.• ;i•��L• t,i•i! •i. itt, L 1 w, t. '�. �, :i,,. 7,;,, :V}'.j:i, •i,••L.y •i :i1;, L1 ,i,::ti: u +y'''i• ,i t. •i, i.i. j?i' •Li,i:. .iii LI,. i,i . .i,Z"il •:o,�i „ 'tdiL, •t i•I• t' i.. ;, io, I,.I, :L4L`, i, 1 i• t ,; ,,ra - i. _.i.11i,.•I:t�.t;1.. ''ill' ,�f;t• j „ d4 c• L. i Li 7.. \;, \47, 1 ,i�ui.il•� ,iii ,i, �.. iJi.,e,. 41 „"i .i, .L, i. , �::l:�,i� l:�.i:f•�i .i,�,. :I: ,L. ,l. v ' .�— `l.�_, _1.. •��:.�:.�L`'�.1.YL."� !.•l• �1-�•.lu�.•.i�.i Y�.�_,I,1: ,.j. }} r �y1i J, • all 114- u Al If fly 10, it it IN. V1 al L5 ;71 Vi. 41 uj a .:t, Art - �; T''7 U a w^^ � b ' • - Y Ix 'f-Q'I M 1 H Ir if� • • gin t '� • ' 1. b� b1, � ✓j b •� 2W... o:. �r6 1 to « u 4 T r- r ._ bapabba � t,�� s 1 y ,t lot: .atV , . i i City of Jq f rson Zening Ordinance Appendix B 'free Planting Detail Appendix 11.1 Standard'1't'ee Plantin}; MIMI r COMMUNITY ORL5INY Urban and Community Forestry ' -J -1 err,, STANDARD TREE PLANTING DETAIL_ ® The hole: Pruning: lw Excavator a pit which I!, at bast twirl,tha tli• Romow., only broken or badly dolorim- l arneter of the rootball and the same depth_. hrarwhe!. Heitrn a regular prtnlinl; prnitrani the no deetp�,r, Handle Ihe.- tree by the root- second or Ihirei year after planting. bail, riot the trunk. Ile sure the ruothall or container soil rests on solid ground. For best root development, enlarge the The following procedures are optional: planting area by removing existing turf, then spading or tilling soil In a Stakes: wide ring. Stakes may be used to prevent shiftinit of the ruothall or to protect the sled+ Carefully cut twine wrapped around from mowing equipment, Drive one or L.stem ae top of the football, more. stakes near the tree but not Remove ap frorn the top of the through the roots. ruothall tevent wicking of moisture the soil, Remove Ties: completely arty plastic: hurlap or II ties are used to prevent shifting, container. place them low on the sleet and with ;lack in the tie material. Ifackilll soil: Wires should Ix placed through Backfiil the pit with chopped ex- tubing or hose sections to prevent cavated soil. Use local topsoil for damage to the bark. Flexible plas- backfill If excavated soil is of poor tic ties are available. Remove Iles quality, Discard rocks and debris, as soon as the tree can stand alone --about 1 months, or longer if Water: n r needed. Saturate the entire barkfillen soil with water. Add more soil If need- ;; ;; Trunk wrap: ed to compensate for settling;. 1 Trunk wrapping may help to Iue. lies �� vent damage from sun exposure', ,, Inptlunall ,, Mulch: roptton.al Use a stretchable wrapping materi- Cove+r smoother(soil with a inchee ..n al. Do not allow wrap or hinding ar of wood or hark chips. Leave a ,, ,, to constrict the stem, Remove wrap small gap near the trunk. Keep 1 during;mild weather. mulch weeded. Replace as need- I; ed. u�f16111t rulfhdlllt/l,l1lU �� y 1�11!!t!!�udl/rrwdltl iii 1r►//L , rr•, , ur d,eu e 11• .1 ' These procedures may he used for planting in relatively uncompacted soils, or where water will per- colate through the topsoil layer, INS MARCII 19,2002 200 "� �Ip Cio,of Jefferson Zoning Ordinance Appendix 11.2 free I'Innting Detail for Compacted Solis r COMMUNITY FORESTRY 4,11t, Urban and Community Forestry ����' 'I 5� A, TREE PLANTING; DETAIL. FOR COMPACTED SOILS 1 The hale: Pruning: bxcavaU.,1 wade,s1a110w 110111 which is .1 to A Remove only broken or badly deformed linles the width of the tnathall or contairutr branches, flegin a regular pruning program the and only 112 as deep, t•Iandle the Lrce by the second or third year after planting. toothall, not the hunk. fie sure the roothall or container soil rests on solid ground. For The following procedures are optional: blest root development,enlarge the planting; area by removing existing turf, then spading; Stakes: or tilling soil in a wide ring. Soils wlliclt Stakes may be usrxi to prevent shiftinb;of hold excessive moisture may need a sub- the mxtlball or to protect the stem from surface drain tube Installed below the mowing equipment. Drive one.or roolball(not shown). more stakes near the tree but riot Carefully cut twine wrapl•wd around the through the roots. Win al the lop of the rootball.Re- Ties: move burlap from the lop of the root. If ties are used to prevent shifting, ball to prevent wickhil,of moisture place thern low on the stem and from the soil. Remove completely with slack in the lie material. Wires any plastic burlap or container• should be placed through tubing of hose sections to prevent tlam- Bac:kftll soil: age to the bark, Flexible plastic fiackfill the pit with local topsoil to ties are available. Remove ties as Improve aeration,or finely chop ex- soon as the tree cart stand alone— cavilled soil. Discard rocks and de• about 3 months, or longer if need. bris.Mound backfill slightly to the ed. lop of the rootball,and flare to edi,es l of excavation. I I ;I 'inutk wrap: I' Trunk wrapping may help to pre. Water: I " t , vent damage from sun exposure, Saturate the entire back(illed soil t I I Use a stretchable wrapping with Water.Add more soil If needed I:.._fi.tl,I~. ,I malerlaL Do riot ;allow wrap or to compensate for settling. t 1 li.Pai<e,all 1 a I I I bus II binding in constrict the stern. Re- I I lopuall ol, 41 move wrap Outing mild weather. Mulch: Cover smoothed soil with 3 inches of wood or bark chips. leave a small I I t gap near the trunk,Keep nurlch I mulch 1 layer ,I weeded. Replace as need- ��.�I•I /Ixllhall ' '•Ir' Abarl.hll spill u ``"- glade level These procedures may be used for planting III dense, compacted soils or subsoils,which are common to ' disturbed areas around construction sites. I n1, s ' MARCH 19,2002 201 �_� J uiv-04 e&Wa x:P'aV J1_ t-UPI'LI y t 1 r ur_VtL_UM•1tn 1 041 0( r.e,, I 75 . 1 of z Flow ihern�� ADDENDUM NO. i _ PROJECT NO. 32010-0303 HYDE PARK ROAD CONNECTOR& HYDE PARK SITE IMPROVEMENTS June 4, 2003 I, The bidder will acknowledge receipt of this Addendum and his acceptance of Its conditions by signing this Addendum tend Including It with his bid. SIDOER: Don Schnieders ExcavaL-ing Company, Inc. BY:_ .. TITLE: Vice President rCITY OF JEFFERSON, MISSOURI PATRICK E, SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMEN-f COPY i r F:%C.ONTRACT DOCUMENTSMOIM303-Hyde Park Road&Site Improvemenlr.trm JUN-04--2003 15159 J C:UMMUNI I Y U V1--LWMN I V.5 b34 b4t5*r r r lappd 2 of z ADDENDUM NO. 1 PROJECT INIO. 32010.0303 HYDE PARK ROAD CONNECTOR & HYDE PARK SITE IMPROVEMENTS June 4, 2003 r 1. Please be advised that on shoot 3 of 47 of the plans, notes "AA", "BB", and "CC", where reference Is made to the installation and payment of the motor pedestal as part of Installation of the conduit is In error. Payment will be made as a separate bid item for the Installation of the meter pedestal. See bid Item No, 8.05 "Single Motor Pedestal". 2. The top elevation of the 2' x 2' grated inlet, Structure No. 29, as Indicated on sheet 36 of 47 of the plans Is in error. 'rho correct elevation Is "671.60". 3, The detail entitlad "Hyde Park Load Berm Section"on sheet 4 of 47 of the plans t Indicates that the berm must be constructed entirely of "Landscape Fill", This detail is hereby modified so that only the top twelves (12) inches of the surface of the entire berm Is required to be"Landscape Fill". The remainder of the berm, the interior, can be constructed of clean earthen material free from rock, vegetative matter, including grass, sticks, limbs, etc, Please note that no attempt has been made to adjust the estimated "cut" and "fill" total&. r END OF ADDENDUM NO. 1 r r r r COPY r r Ft1CC3K1'RACT DOCUMENTS\32010.0903-Hyda PwU Rood A Sh«ImprcvamentOnn rTOTAL P,O2 f-ACORD. INSURANCE BINDER P 11) DAR 5 HOWN ON THE REVERSE SIDLOF'rms FORM. THIS 13INDER IS A TEMPORARY INSURX4&17-T64fiIACT,�'t ti�ECT T THE: PAODUCPR 11HOW, S73 6 34 -21 2 2 COMPANY It 0 G 5 8 4 - ,03-636-7500 Golintal Cnsualty Intiurance I:YICCIIVC , I COMMON or-Dent & Company OATC i IT I 1MV. Box 3.046 I X j AM, 1 X.I l.'01 AM Jofforson City MO 65102-1046 07/03/03 1 1201 i I PM 1 07/03/04 Charles E. Trabule ..........._, _ ._ ., . , . - , 1 IT I!;I!,%111.1)IT)I X If 111)COVIAW&IN 1111 AII0VE PJAMIJ)COMPANY CODE: 0240323. 5UII C 001. NA-DON9-0CP CV DON. C-' DESCRIPTION 01'01'LIIAI iott.,,.tvt,tiicLusti,fior,t:$ITY(lildiod4wip Localloll) INSURED Owner'n Contractorn Protective Liability Policy- Projectil Hyde Park Road Contioctor City of Jeffernon tA IlTdo Park Site Improvementn, Project No. 320 East McCarty 320..0-0303 Jefferson City MO 65101 COVERAGES LIMITS TYPE OF INSURANCE GOWIAGE11 ORMS i 01,00C.11111 L I colfir,% I AMOUNT PROPERTY -1 BROAD F �1'11 BASIC GENERALLIAHILITY I A(,,I I OCC I I I(M if(:I i s200000.0 COMMU.11CIA1.(IFINLRAk,LIAIWAlY 11141 I)AMA(;f (An,twe fam CA AIM!,MAD ML I X.1'(Ally me I-nt%wl X Owner & Contractor Prot. I'l NSOUAI &AW INAIII, S i GI fit,W I AlAMI(;A I 1 00 $20 00 0 Ili 11(0(All lf1If(AAIW.MA0f IN —am* AUTOMOI)ILL LIADII ITY COMMNI ONIT401 I I IMIT ANV A py; W 10 i10fi1t Y I.I.Itil?y(Ilw OWNLD AU10S fit)DII Y INJURY acuAvrlll PHOPI if I Y 0AMAW 111I)FOA1110r. hit 1)1(',A( PAYM14,115 NON•0WN(.0 A1110", I'l PSONAi INJURY IlRW s UNINSWIL0 M.0101WO S AUTO PHYSICAL DAMAGE U(UUC1111,1, i A'I VI I fWI I ;(.Ili DHI 1 0 VI 111(.1 1 AC I WA-,CA!,I I VAI 111 COLLISION 5I A 11 0 AMOWN I S OrK f11ANCOl GARAGE LIAIJILITY Atilt)-')N:- I AACC114 fit ANY AUTO (1111(1? IIIAN Atli()ONI Y I ACI I ACC1011 N1 LiAG(011 GAlf S ....... EXCESS LIADILITY I A(.11 IT(:[ I (11.41114CIA A I(MM AW;I?V(iA1i I It 01111114 THAN UMIIIIIA 1,A 1 01W 1 fit 114)DA I I I')If C1 AIM',MAIM 111SWIM U I LUTI(Ill Copy 51AIWOW 1101'1� WORKER'S COMPENSATION I I t I ACH ACC111,114 I AND •MPLOYER'S LIADILITY 1,1 Ill!,I,A!A I A FMI'i OYI f i S I I Fiffil A',I •1101 ICY I V.11 SPECIAL Don Bchniodarn h'.xcavatAwl compally to vouporifliblo It)( Imyllmilt ()f pro"millil) 111 S COND(tIONS' ttt%d audit, I AXI I IMA I[1) 10 1 At 140 1,111 JM NAME&ADDRESS ' —.•• ...._...___......_.._. A1UIt1,;4,f 1 ry A001110NA1 IN',URfl+ t 1,IAII Alll)IORILI:01UA'IU:.Y:WATlvf- ACORD 75.5(1198) NOTE:IMPORTANT STATE INFORW_ATId`WM _ . . .WE OACORU CORPORATION 1993 r CERTIFICATE OF LIABILITY INSURANCE� OP ID C1 DATt:(MM`0DfYYYY) ____�_,_____.___� ________.. .�_ ._ _ D014S C••i Q 7 0 3 0 3 Pnpnucr-n THIS CERTIFICATE 13 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 AFFORDED BY THE POLICIES BELOW, fAfterson City MO 65102 -1046 et573-634-2122 Faxt573-636-•7500 � INSURERS AFFORDING COVERAGE iNAIC# INSURFO INSIlItl'+1A General Casualt innuranco 24414 IN';(n11.{1 s1 MO Employers Mutual Ins. Co! 10191 D�p�nhni�nCrn Excavating i INSUrrcNC _ - .. _. _._ 1307 FaIr r undn Road 9 l wsuHrlt n Jefferson City MO 65109 I . .. COVERAGES I IrlsultLlt r ""*"0I.ICIF iOFIN;3UkArrCLil.l;ilf:.Oltf_IOWI(AVr:ItLLNISS(It01011if INf}Ut{1UFM.M(.DARUV{ IOH'1115.1'U;.ICYPCr21OI)INUI(:A11'1) NOIWII)ISIANUING ANY RFOUPIEMENI,TC14M Olt CONDITION OF ANY CONIRACI 011 0I11CH 00CNMI.Nt Willi Rl Sl'I(:T IO WHICH fill!;(AHill ICArl.MAY Ill.I!if,0E0(IF) MAY PERTAIN,TH1i INSI111ANCI:AFFORDED Fly lilt:1101 ICILS tH.SC11)111:)HI'RL IN IS MIII.ILC1 10 At I lilt fl PM!;,f XCLIIFIONR AND CONDIIIONS Of SWAT POLICIES,AOGREGATFi LIMITS SHOWN MAY HAVI'Ill{.N RI DHCLD BY VAIN CI AIM!; MsR rr�-.._..__...___... ._._-... -. _ - , r/oticvl±rrr:ctwc IF>rll.icyr:xrannnnri( . LT NfiRT� TYPE qF INSURANCt;___ 1'OI.ICY Will DATE MWOOfYY OATL MMJ01) IAMIIn _ _- 11 L ._1__:r_ __._ GENERAL LIABILITY J n I I f .ACrt0(G111OWNCF 100000 0 rt r r( RI N[l n A �.GMMC Cn GLrllnl LlnitV CC70:55831 lOj1.0/02 10J].0/03 1filMp:n,um,tu,,,r,) 100000 CLAIMS MADE ( X OCCI117 MIA)I X1'(Any une I»"9U() `o 5 0 Q G ! I I'(WiONAI AAUV IN.))IHY i i 1000000 1.._. ... .._. .__......_... .. � � it r ... X Blanket Addl lnad , i ';I NI1)AL Af;GlifGAIt ; x 2000000 GEN1.Aa(;11FOnTF_LIMH nPl'l ll.S 1'L1! j I`HUUUC t s.lx Rdl!'OI'Anr ! 2000000 _. . PO11CY X 11' 1' AUTOMOOILF.LIABILITY CUA111I111 I1 SINr)(I limit $ 1000000 A IX ANY All IO CDA0255831 1.0 10/(1:'. 10/3.0/03 , (lnntutrf:nl ALL OWNED AtI105 i _.. I IIr.+I11I V IlrJlll;v b SC111,0[1l.t.D AI11 O,, I qa r nrvnn) X 111111`0 AUTCKi 11(31)11 r INJlrlh' X NON OWNED AWTO(r dIr` fl ni nv ulrmt) 1 ,.. ; 1114111(111`1 UAMA(;( 7. GARAGE LIABILITY AOIO 01`11) -1 A ACCIDI Pit j !. ANYAIIfU •e (/ J�� ��' rilllllr IllnJr IAA('(' ! �• ._._ k � AUI():)N(Y EXCESSIUMBRELLA LIABILITY I I MAI OCCI1111+1 NCI, i & 5000000 A X ofxuH ( iCIAIMSMArw C'CT10255831 10/10/02 10/1.0/03 A(';+;HIGAH ' (( 5000000 GEODE[lilt( ± s X NE)ENT S10000 WORKERS COMPEN3ATIOIJ AND X i till 10.111:, j . I R EMPLOYERS'LIABILITY B ANYPHOPRIGIOHII'AFtINFit/LX(_(,Ullv'E 1.71.16 10/.10/02 LO/10/03 r 1 Inlalnr•c1ul Ill $ 1000000 OFVICriwMEMRri11LXCIUIILUI I fg61A5l FAFMPI0)II11. 3.000000 _ If i,de8rnba ude S 1 1 111611Ail -I1,)HG'I IA+II $ 10 Q Q 0 0 G OTHER A Leaded or Rented CC10255831 1.0/1.0/02 .1.0/10/03 Per Item 300000 d CZ11 1 pme at pEHCRIPII(N OF 0 PC_14 A_'TI.0 N51_L.O�CAT...I�(N-_V-EH._C I TS._I..E._X_C.L-.U_!i_IU.N-_°...A__O_U_P11-1 tY,_f_.N_U.O_1.1_5_.M._F-.N._f_I.!.;.1.'..L_f.;_lAl..._.__..._____..__......_____..-_..._....._..__..---..__.___..____.__y PItOVISIOMi Pro j eat i Hyde Park Road Connor t-or cc 1Tyd(i Park Site Lmproveninn t:rl, Project No. 32010-0303 COPY CERTIFICATE HOI.DER GANCELLA1110N J1'I''"FE_.1. '1110I)LO ANY OF OIL ABOVI OFSCHIfir0 POLICIES 1(I•CANCLLLFD IIFFORL TIIE EXPIRATION • UAIF.I HI.HLl11, FIIC I!i!i111NR INSllltlilt WILT FNDI:AVGH 1'1)MAIL. 1.0 DAYS WRITTEN NOIICI.TO 1HF.GUR11FICA11 HOLDER NAMED 1'0 Tiff:LEFT,BUT FAILURE 10 DO SG SHALL City Of Jefferson IMPORT:NOOHLIGAIIGNORLIABILIFYOF ANY KINU1110 14fl(E INSURER.ITSAAG[`NTSOR 320 Eaat McCarty RE.I'ul.serlTatwls. _ Jefferson City MO 65103 AIINIUI(I% .71(CI'ItfiSfiNIAIIV[.- ACORD 25(2001108) ^� �~ ��, ' ' `�� I4)ACORD CORPORATION 1988 1