Loading...
HomeMy Public PortalAboutORD13377 BILL NO. 2002-6 SPONSORED BY COUNCILMAN Jackson r ORDINANCE NO. 1 ,3 .-� 17 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH JEFFERSON ASPHALT FOR THE 2002 MILLING AND OVERLAY PROGRAM. WHEREAS, JEFFERSON ASPHALT has become the apparent lowest and best bidder on the 2002 Milling and Overlay Program project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Jefferson Asphalt 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 Jefferson Asphalt for 2002 Milling and Overlay Program. 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. Approved:__ 9V Z I- 1 Presiding Officer Mayor ATTEST: APPROVED AS TO FORM: iCity� '-fir► •G----y'� ,�r(_ /'� �� � (� /.��/�v�f , 66Fk City Courf6elor 1337 �7 4• `Mf Thomas A Rackers City of Je f fersora Mayor Department of Transportation Martin A.Brose,PE;Director 340 East McCarty Street Phone:(573)634.6530 Jefferson City,MO 65101 rs3y - Fax:(573)634-6497 April 11, 2002 Mr. Mike Huff Jefferson Asphalt Company P.O. Box 104868 Jefferson City, MO 65110 RE: Project No. 32071 - 2002 Milling and Overlay Dear Mr. Huff: Enclosed please find three (3) copies of the contract for the above referenced project. Please execute the contracts and the new Minority Business Utilization Agreement form, return them along with the Performance and Payment Bond(s), Certificate of Insurance, and Owner's and Contractor's Protective Liability Policy Binder by 5:00 p.m. on Monday, May 6, 2002. The Certificate of Insurance must be issued by the company affording coverage. Certification from a local agent is not acceptable without necessary documentation efIVOwerirn3 and authorizir IS the ai(3e rt to sign the surety's name. In addition, if an aggregate amount is specified, a statement of the amount of that aggregate available to date must also be included. By separate cover the Department of Transportation will issue a Notice to Procced on the project You must submit the above docurnents in correct form before you begin work. Should you need additional information, please contact me at(573) 634-6530. Sincerely, M rtin , Brose, PE Director of Transportation MAB:ld C: Larry Bates Louis Alber Phyllis�Powell, ! Jim Hartley Central File Attachments H.\WPP0C.M0JECNvA.1tr,%v0d r < r. 1 t r. ✓;�FC`pvr' +sy '+a { ;�5,±;`�`13s��t'r,;�:.;+ .j�a t F Y A �. � t'.' a I Pet g"'.all t '° 7 ": , r}�}, ✓Y Oir..t Frl ff ; i f f 1' S. D 7 .7 :5 ,i i Y �. , i 5..�: S ��'li{..1it+tl��ta•71%�jt'fi1rCjs f't��re�i�u�f�.t�'Kku�xfll{'�j'�SS}t5� r# tir. �t rt i�R.J• r ; ri t , • A t ' f r `l .l ., }r j ��"+ �+��yR�� ��r i��# 1�'i:.�� �i P1 i��5J tt�'v'v; 'r�7�t"r� r f !y ✓,f 1 t 7 r t rt r'1 j ;ZA �•f�f n n f rt Itit t tA., t 's NS r:i. t i � + i / 1i .�i (t +�+ ,`F JPF � 1 .t ! t Y,1 y t L • ' " J �' f.{� j J ' s t 1{S1tt. Sri htkr• 'Ai{k�l t r j'S � �i + i�, �t ' �r '!t i • �' ., ', .J� s j x�i ��p t J� t� `K i tt I +` x u Y r r .. n, r 7 t}>�+ {3:�[ n•F t Ss�y �YA v� i.J. i�, ar 't x I✓4 • �F• s i j t!i' !,/ FS,1 a� ,� ..A �4 ' t 5':" ' n 'r r. ,f r i..r ,. r ..{tt,. t•s. t d At r� a,' r ' `. .r t trt r tJ • f /r t'' r } +� ` rr.• J' 1 a t Jy. .fr ` JF''R ltr !rrr t. r ' � a ' ' f e i.t 'r °+� t�..F� I' {7.' r r •,F 7 ,i#',�.'' 9 v4 rn4 1 i • 1 r 1 y n�� 1n1 aria+riWtiii7•fr�•v��MYiI���/ 1 . ,. � # ';r� /' .t .�.t tti atFJt#<; J. ii 'If J 1 ,� f..' !n I.t' .` } Jt "� tS v.#,• ' ' . , \ c Y { •,J i° `>. 11 ' r t; �• 5 ,)f •7� r a t'. 1 °5 i s.'. I-k' ' P 1 ) �• '' ti }'1`', T ,1>J t F F �/f.F� r, ,Jt r !. r> ..x + , . 1 • � � i r S tV J ��� f ' i s T 1 1 , A }4r 7 r7 "�✓ 1 4 i s,"1 rt' .,fit. � , , ' , A ? ,/ i+,r Jlr S !t 1 It ' it. �� 't S ,J .l t t NI.y•il� r , �.'.• f J' t .' J .Pft. } t. x•ti 1ri t.r ' s. .tt ., a ,. .xr'; zi 1 ' • .I .� J .j A j. . } a S 5 p, s +4 J rt rs 5 sl Y . '..Fl 1J r 1 {+ t. �. '• f ttw .r r ! •j .. • ' tt J q v� .)- '!'a�....�F! 5' etl 'a?II •' 7� �7 a , q] a'3 Sr sS s aoKl i \ t ` f • ,< f '. J I F ..j" � � } !! 5X)'[ y �1 3 r<i .Jy.r t{ .i. ,S,�t ,y c. a t' '#. x t .�i , o- �' . Sf 1 sti•e 9 it'rJri?FI t�J�`.�'f� ! ii '•r�•, J"te .�s ttv .y t y. S r.� Jr.. in }. Iz ty S � , r .. , > > a Yn.l/# i.t Ft.it♦ �l�,r J! 1 i5 1 1 r'.q J}' Ar r.�r++ ;i� 7 F 1, .Ip1�5 �' • 1 ., , { F e j ' .''� 1o`t ' ;: 4, i .�.{I ' t + i ^ '.ti A 'j,li� �. ��J ,,a•,c. > .t _ ✓ , 4;'t "f r J � l' i�I �•� .Sf� f1�.�(3� :}Yk ��� '�Yt 9 ! IJ.i T! .1 'S � Ar p h ,4+"}�'?rrr,f�Ji 6J 3?.x�'° f l q �Ip'°, s}J it rrr.uS t✓f h C ! ' l;7 r+Y .r.4,t n{ #J�� t i' • ,,� i.y .'' '�'' f A .fy s�:Iti',�s„',j.l"`�?I j!ISv'G4>7,�'r;},Ip,b s.J.`'v�+!15'74 t,t r;'h��.,.:'.,,:. { 4'S,+�}.r �t.y aq i,.". �3�q��5•'Sr�j A it'd' }'} !'r� . t'a i�k2, j 1. .,�. h t,r ,. x' rs� 1 r� 1'r i r�tvj r �Jrc..ry iL�„ �.,1,J.;�py�:l,i+�,.Yrq.��F y:,, ,a�,'r�f 2� 7`:ur.':LFi,:'f'+ y .w. ! 1 i 'rc. �5 s}kr •' :'r. ..�, .!" s � riti:''jjr h M” h t.0 i.,}, f� s� ..4>� 1 J r .. y .H.!r S•}r v ,..1 ;A ;al .r S x4 r'i't1�.i'qM 5,.r l� •}✓.# L1J' pD ��{ ii ! SYf Y 'uk' {-iP'r,t $ Y. S .. C , a r. ';� ;'1 F' 1>�.'�?ti .1 a,�#t °; �'r• a 7} tj f.a� if,rci°},�,�r'f?� ,,i;: 't s, _,{,� i:r2{{,, �.���"4�+a` �ts ,�� -1. -.K �s"°v .,;: rr?, ^;r��,•",,�.i.>r„ +�". �r .�,'�i•,<F,,{: . ,A" � 55:x., ,• . ,`• 14'zt'?�•xiP'I 'i t �'•' 4�` }1s.,1:�}t1 Ay ,j t • .� � r j .)5�}.: r 3. �� F, y?,}rr.�,�:,"�,�op , Fy� ;aht i� .'�s� t"'q '('# ,}5"5at`!r i rff� t.�`fr1 #�s .+..,1t,, F. ...t . r x s7 a' �' �+ :t �3{� ,✓ r� I' j/.'�i l4!•• d3 � �`,i{�+ i J'�•'`�«, �' t r Q-' �" J k Z '� �,e j f 7 S7 r �'.j •i'{ 1` r �'° 1 i jgr+f rk,J� � ,(�.f.-.�, "r.�N�rs,1{4sg,� 1# r° � 7 ��� X+wz��{ j,�13F.ir,"�,P p, �jsJ�+-t��?Wjly` t,rCO'A•i`��A. '- • y�� t ,'•Y 1�}5} �: � •�. i I i{�:� J.�'i .•(�3 +} �a.'k l , S�ti ,t; ' •M1 1a..4 ky,.y�l'Cy',.,yv"TS'P�f�ur�.t $ L ,` 1 1 , :1 SPECIFICATIONS AND CONTRACT DOCUMENTS PROJECT NO. 32071 l 2002 MILLING & OVERLAY PROGRAM 4 Afy �'., G'61itllf •, Jefferson City Department of Transportation April 2002 F:\engincering\WPDOCSIPROJECP2002 Projects\2002 Overlay&Milling.pd.frm TABU OF CONTENTS • Advertisement for Bids • Notice to Bidders • Information for Bidders • Bid Form * • Bid Bond • Anti-Collusion Statement • Contractor's Affidavit * • Minority Business Enterprise Statement • Statement of Minority Business Utilization Commitment • Affidavit of Compliance with Prevailing Wage Law • Prevailing Wage Determination P Affidavit of Compliance Public Works Contracts Law • Excessive Unemployment Exception Certification ' 0 Construction Contract • Performance, Payment, and Guarantee Bond • General Provisions • Special Provisions 1 0 Technical Provisions • Schedule of Quantities for 2002 Overlay & Milling Project ' Attachment "A" Parking Lot Locations ' Attachment "B" Pavement Marking and Textural Asphalt Pavement Plans • Addendums ( If Any ) INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) F:\engineering\WPDOCSIPROJECT12002 Prujects12002 Overlay&Mil(Ing.pdArn Jefferson Thomm A Backers City of Mayor �bxs 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 p.m., on Tuesday, April 2, 2002. The bids will be opened and read aloud in the Council Chambers at 1:30 p.m. on that same day. The proposed work for the project entitled "Project No.32071, 2002 Milling&Overlay Program" will include the furnishing of all material, labor, equipment, and incidental work for the annual asphalt surfacing project for the City of Jefferson. A pre-bid conference will be held at 1:30 p.m., on Tuesday, March 26, 2002, in the Lower Level Conference Room of City Hall, 320 E, McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. Copies of the contract documents required for bidding o p q g purp ses may be obtained from the Director of Transportation, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Ten Dollars ($10.00) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for-Three Dollars ($3.00) per sheet. The contract will require compliance with the wage and labor requirements and the payment of minimum wages in accordance with the Schedule of Wage Rates established by the Missouri Division of Labor Standards. 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 r�Qn� Terry s on Purchasing Agent Publication Date: March 17, 2002 F:%engineering1WPDOCS1PROJECT12002 Projectsk2002 Overlay&Milling,prj.frm 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 p.m., on Tuesday, April 2, 2002. The bids will be opened and read aloud in the Council Chambers at 1:30 p.m. on that same day. The proposed work for the project entitled "Project No. 32071, 2002 Milling &Overlay Program will include the furnishing of all material, labor, equipment, and incidental work for the annual asphalt surfacing project for the City of Jefferson. A pre-bid conference will be held at 1:30 p.m., on Tuesday, March 26, 2002, in the Lower Level Conference Room of City Hall, 320 E, McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. All equipment, material, and workmanship must be in accordance with the plans, ' specifications, and contract documents on file with the Director of Transportation, Jefferson City, Missouri. Copies of the contract documents required for bidding purposes may be obtained from the Director of Transportation, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Ten Dollars ($10.00) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to five (5) percent of the total amount of the bid must accompany each proposal. A one-year Performance and Guarantee Bond is required. The owner reserves the right to reject any or all bids and to waive informalities therein ' to determine which is the lowest and best bid and to approve the bond. CITY OF JEFFERSON, MISSOURI ' a I A. Brose, PE D irec or of Transportation F:\engineering\WPDOCS\PROJECT\2UO2 Projects\2002 Overlay&Milling,prJ.frm INFORMATION FOR BIDDERS I13-1 SCOPE OF WORK The work to be done under this contract includes the furnishing of all technical personnel, labor, materials, and equipment required to perform the work included in the project entitled"Project No. 32071, 2002 Milling &Overlay Program" in accordance with the plans and specifications on file with the Department of Transportation. The proposed work for this project will include the furnishing of all material, labor, equipment, and incidental work as included in the "Schedule of Quantities'% 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 have requested an addendum covering any questions affecting the interpretation of the Plans and Specifications shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. rI13-4 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. 1 I13-5 EQUIVALENT MATERIAL Wherever definite reference is made in these Specifications to the use of any particular material or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequately the duties imposed by the general design, subject to the approval of the City. r F:\LngineeringlWPDOCS\PROJECT12002 Projects\2002 Overlay&Milling.prj*rn r IB-6 BID SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City of Jefferson for five percent (5%) of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. Should the successful bidder fail or refuse to execute the bond and the contract required within seven (7) days after he has received notice of acceptance of his bid, tie shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. IB-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. IB-8 PRICES rThe 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. rAll 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 rbidder, that the bid prices submitted for those items shall include the cost of such taxes. IB-9 APPROXIMATE QUANTITIES rIn 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 r 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 itern accordingly. Bids will be compared on the basis r of number of units stated in the bid. Such estimated quantities, while made from the best information available, are approximate only. Payment of the Contract will be based on actual number of units installed on the complete work. 1 r'\ongineering\1IVPDOCS\Pf iC)JECT1200?Proiocts12002 Overlay P. Mdhng.pri fret r 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. I113-11 SUBMISSION OF BIDS The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked "Project No. 32071, 2002 Milling & Overlay Program". 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, lie may do so before the time fixed for the opening, without prejudice to himself. No bidder may withdraw his bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids. No bids received after the time set for opening for bids will be considered. IB-14 RIGHT TO REJECT BIDS The City 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 1 Jefferson. IB-15 AWARD OF CONTRACT If, within seven (7) days after he has received notice of acceptance of his bid, the successful bidder or bidders shall refuse or neglect to come to the office of the Director of Public Works ' and to execute the Contract and to furnish the required Performance and Payment Bonds and Insurance, properly signed by the Contractor and the Surety and Sureties satisfactory to the City of Jefferson as hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit the deposit. IB-16 PERFORMANCE AND PAYMENT BOND ' A Performance and Payment Bond in an amount equivalent to one hundred percent (100%) of the Contract price, must be furnished and executed by the successful bidder or bidders. A form for the bidders use is contained in these Contract Documents. ' The issuing Surety shall be a corporate Surety Company or companies of recognized standing licensed to do business in the State of Missouri and acceptable to the City of Jefferson. ieF;\engirtaering\WPDOCS\PROJEC112002 Projects\2002 Ovorlay& Milling.prj.frm 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. 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. F:lengineeringlWPDOCS\f)ROJECT\:?.002 Pro;ects%2002 Overlay& Milling,prj.rmi 1 If within ten days after the City gives the Contractor notice of defect, failure, or abnormality of the work, the Contractor neglects to make, or undertake with due diligence to make, the necessary repairs or adjustments, the City is hereby authorized to make the repairs or adjustments itself or order the work to be done by a third party, the costs of the work to be paid by the Contractor. In the event of an emergency where, in the judgment of the City delays would cause serious 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 iA written notice to begin construction work will be given to the Contractor by the City of Jefferson within ten(10)days after the Contract is approved by the City Council. The time for completion of the project shall begin to run on the date established in this notice. IB-23 WORK SCHEDULE To insure that the work will proceed continuously through the succeeding operations to its completion with the least possible interference to traffic and inconvenience to the public, the Contractor shall, at the request of the City, submit for approval a complete schedule of his ' proposed construction procedure,stating the sequence in which various operations of work are to be performed. IB-24 CONTRACT TIME The contract time shall be ninety(90)calendar days. Except that milling, overlay, pavement marking, and textured asphalt pavement specified for the 100, 200, 300 blocks East High Street and 200 block of Madison Street needs to be coordinated and completed after the Downtown Streetscape Project. This project is scheduled to be completed by November 1, 2002. IB-25 LIQUIDATED DAMAGES Liquidated damages shall be assessed at the rate of$500.00 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 bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. IB-27 BID PACKET ' Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. 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 East McCarty Street Jefferson City, Missouri 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 COMMITMENT END OF INFORMATION FOR BIDDERS r BID FORM Name of �l Bidder k r`ion �_`� �tc<_ _ Co__-�-►'t .._____._�-- ----_ iAddress of Bidder D ( X )�LJ glo4� Jo-�F9rsat-CIA�j-Y(Ylp IoS I ► D To: CITY OF JEFFERSON 320 East McCarty Street Jefferson City, Missouri 65101 THE UNDERSIGNED BIDDER, having examined the plans, specifications, regulations of the Contract, Special Conditions, other proposed contract documents and all addenda thereto; and being acquainted with and fully understanding (a) the 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 lump sum payments provided, plus or minus any special payments and adjustments provided in the specifications and he understands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work 1 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: F:l engine ering\WPUOCS'J'ROJECTV002 ProjectG0002 Overlay&1A1hng.prj.rrm t CITY OF JEFFERSON ITEMIZED BID FORM for 2002 MILLING & OVERLAY PROGRAM PROJECT NO. 32071 ITEM APPROX. UNIT NQ_ nFSCBJP-M.N I1 NIT- _ClUANS1T_)L_P_RlCE _ AM LUhLT SECTION ONE- STREET AND ALLEY REPAIR 1.1 GRADE"C", IN PLACE TON 0 1.2 GRADE"D"IN PLACE TON 13.647 1.3 COLD MILLING(ASPHALT) SY 64,389 8 b ___ �3'l •5`� 1.4 COLD MILLING(CONCRETE) SY 5,333 � • $� )o o 4 ,oy 1.5 PAVING JOINT REFLECTIVE SY 1,244 _ay 3 o a L4 I.(DH CRACK CONTROL TREATMENT ^ 1.6 PURCHASE OF ASPHALT ]'ON 3,89: ( I • �,�J ) C_ MILLINGS TOTAL BID PART 1 -STREETS& ALLEY REPAIRS SECTION TWO - PARKING LOTS _ 2.1 GRADE"C" IN PLACE.: TON 0 2,2 GRADE"D", IN PLACE TON 233 2.3 COLD MILLING(ASPHALT) SY 618 5 31 .49 2.4 COLD MILLING CONCRETE SY None, " 10. 2.5 PAVING JOINT REFLECTIVE"- SY None CRACK CONTROL TREATMENT ,% �'— 2.6 PURCHASE OF ASPHALT TON 46 ( . a5 (_ J'1.`sue MILLINGS TOTAL BID PART 2-PARKING LOTS SECTION THREE- THERMOPLASTIC PAVEMENT MARKING 3.0 THERMOPLASTIC PAVEMENT MARKING W �` 3.1 4"WIDE SOLID WHITE LF 2,332 1 n a 5 1�5 . gD 3.2 4"WIDE SOLID YELLOW LF 3,556 . 55 1 55 • $ 3,3 18"WIDE SOLID WHITE STOP BAR LF 478 �, q�� � 3 to In • I � 3.4 ARROWS EA 14 I.O. DD 9 q0, 00 TOTAL OF SECTION THREE March 18,2002 r ' f , SECTION FOUR-PAVEMENT TEXTURING 4A TEXTURED ASPHALT PAVING SF 7,920 TOTAL OF SECTION FOUR _ i 00 I9 50. O D rGRAND TOTAL OF SECTIONS ONE R SECTION TWO SECTION THREE & SECTION FOUR (o a te rALTERNATE A r TOTAL OF ALTERNATE A r , r r _ r r t _ y� a March 15, 2002, a wo .t ITEM BID FORM 2002 MILLING AND ASPHALT OVERLAY PROGRAM CITY OF JEFFERSON PROJECT NO. 32071 The contractor shall also provide a unit rice for the following materials and/or products p p 9 p that can be picked up at the plant by City forces on an as needed basis. These unit prices shall be effective for a period of one (1) year from the date of the bid award. MATERIAL OR PRODUCT UNIT COST PER TON „ „ 6 Grade C Mix a 0o Grade "D" Mix Type "C" Mix (Driveways) Black Base . 0D Cold Mix 3 . ob Poly-Perm Cold Mix r\l Ultimate Paving Material Do F:\ehglnebdng\WPDOCS\PROJECR2002 Projects12002 Overlay&Mllling.prj.frm SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he shall list them. ' ll/ LUn+I',er11C t-- C�1n,4%- .l_tl)^l _.._...... __.__._ _ ... _.___.._.__.... TIME OF COMPLETION The undersigned hereby agrees to complete the project within ninety(90)calendar 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 lie 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. e • F:\engineering\WPDOCS\PROJECT12002 Projects\2002 Overlay 3 Milling,prj,inn The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed, or delivered: -Sams /���� - Cur a�o�t _��{ S�wo�dt Rc� Qo -c I 0L1�8�g 6+y rno It is understood and agreed that this bid may be withdrawn at any time prior to the W5 I to scheduled time for the opening of bids or any authorized postponement thereof. Attached hereto is a Bid Bond for the sum of 5 ($ Dollars (cashier's check), make payable to the City of Jefferson. Signature of Bidder: If an individual,_-_ , doing business as If a partnership, member of firm. by If corporation, 7S Q p r s On—�{?��� by Title CorPO So_r (-0 4-&rl � SEAL` Business Address of Bidder aQD-1 Sc,-L4..�nOC( �cQ�fir- o ��L>x _10 L(V 10 If Bidder is a corporation, supply the following information: State in which incorporated— c"n SSO u C Name and Address of its: , President Secretary 'I1 i clwQ t S. k(u-_(* rt'D lia;Dx. 1 Dqg �o? p� � Ct_�� nno US 11c) Date 24 _a-�� F:\engineering\WF-IDOCS\PROJECT12002 Projects\2002 Overlay&Milling.prj.frin i m p m a O N O 1 vO ' O to o0 O O O r O O O O l O O 4 v) q to b o n Uo = ' �� I00 M1 Vo i of N O cl n h C V) (n (N (D 0 0 N � D v � M N M n e O N (p M to f` w t1 � z N � V7 v/ o V) vl vNf h n $ Ou a a 1 z a in (n M .__._ a0i WW a n (n co to o 4 to b o ul o to to $ 'n z U O v to w N N O tV to O o N to T CL (°n VP 0 (°n a v°r h °o n in vi (qi vtOi vl o o to o W O U a t' O n o b O O O O a a 0 � g. 8 g Qi� w b (o q a a n o o a to w to N b tD ty z w 0 m m O v m O O Ol O1 N to ti O In O O to n U M 4 N M N in 19 19 to Q m to in m (p ((pp v1 YI N O w t0 O Q1 in v to VA W M N tV V w INV e? M N V! M M M VI V V h WfA M In M 444 00 00 to o v o o 0 w o o to to to n z (y h o (n b n a o to to v1 Q N r4 T L' 149 � h .M. tail tV) h % (Oil N !n h {,. I Q to 4 V N N O aO M M N to o. .N P O O V M In r f0?) LL Q Q a v1 to N 4 t..I-0 y Q 2�( Qa LL z C' �' lU H Q CO (n f) H J J J W C/) z f- `.. (n (n (n N C7 z J L z F F r w i7 O z w z 2. Q r z S z Z w a a 'n w � tu i w g o O to z r O W Z a z m -1 a. w o w o w z F > . w N O z V o Q a a m w p W o U (n J v a o 3? w z a It O Q ( w w 0 c'ri � O i ro � Wa W � r W W w CL U ° O Y U C S W ° w d1 O Or a / O Q ^' m m p f; of m O a W O c cri W a s °' W O n n w a w a io w g O c c tm crn �c p p c c c O N a (ail A LL Y _O IL ME 2 U m 0 o a [ h V 10 v v c cryT Q F 5 ° '" 4 F Q c(1 m tam w '(3 'a o w T N o o � ow my ry r 3 rn O O D U a a ►- N O U v U n a r N I= d 'v :° yr U) C4 ►O- r to a No O N z ty N 4 C .- x ,1,r, •- �' �^ N N (\I (V (`I N th M (n M M •J BID BOND Conforms with The American Institute Of Architects, A.I.A. Document No. A-310 KNOW AIJ,BY THESE I)RE-SIENTS, 'Fhat we, -.J..EFFE,.RSON--AS.Pi-i.ALT-,COMPANY.,.,,INC. -. 2.207 Idle wood Drive, Jefferson Citv MO 65109 and the NORTH AMERICAN SPECIALTY INSURANCE COMPANY of 1200 Arlington His. Rd., Suite 400, ItInsca, IL. 60143 (630)227-4700 ;i ClWptlialioti dolly organized under the laws of the State of New Hampshire :Is SWICI}. 1l(•l6l);l1lc1 call -d III(,. held alld 1-11-1111y houlld 1111to CITY OF JEFFERSON CITY, MISSOURI as t ahligrc, helvilial• r called the Obligee, in the sum of FIVE (5%) PERCENT OF AMOUNT BID - -- - - - - - - - - - - - - - - - - - - - Dollars ($ 5% of Bid Amount for the J%lyrnent ol,which suns well and truly to he rimcle, 111csaid Principal and the said Surety, bind ourselves,our heirs,executors,adni ill istrators. successors ancf assigsts, iuintly and sevol%illy, firmly by these presents. WHERE-AS, the Principal has submitted hid for PROJECT NO. 32071 2002 MILLING AND OVERLAY PROGRAM W, THEREFORE', if the Obligee shall accept the hid oftliv Principal avId tile Principal shalt enter into a Contract with the Obligee accordance With the terni,, of'such bid, and give SLICII hond or hands as imiy he specified in the biddirig iwContract Doctillients Willi good and sufficient surety for the filithful performance of'Such Contract and for the prollipt jl�lylllellt (11'labor and material furnished in the prosecution thereof, or in the event of the failure of the I)rincip;d to enter such •ontract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof-ofbctwecii the ,miotint specified in said hid and such larger amount for Which the Obligee may in good faith contract with another party to perform the \%?ork- covered by said bid, then this obligation shall be null and void,otherwise to remain in full lorcetod cflkt. Signed and sealed this 2ND L1,1NI of 2002 JEFFERSON ASPHALT COMPANY, INC. (Se a 1) 1)rillcipal ;�Iritle NORTH AMERICAN SPECIALTY INSURANCE COMPANY V"Itiless Bv Barbara A, Miller Attorney-in-Fact MA.; U054/GEEF 12/00 FpP NAS SURP'TY 6120111' NORTH A1`Y1CRiC/1N Sl'I?CIAI.TY INSURANCE: ' ANTI-COLLUSION STATEMENT STATE OF COUNTY OF Co V– _ ^r'1 i C'�0-( t . P being first duly worn deposes and says that lie is C or oor�-e acre..�ez of Y � p Y TITLE OF PERSON SIONIN S —�--L'-t _ —' NAME OF BIDDER that all statements made and facts set out in the bid for the above jroect are true and p 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)— (BY) Sworn to before me this day of 0- � , 2�W_O '=2 doh. 5+ NOTARY PUBLIC ' COLETTE ST. CYR NOTARY PUBLIC - NOTARY SEAL STATE OF MISSOURI, COLE COUNTY MY COMMISSION EXPIRES DEC. 9, 1003 My commission expires:_ F:l engineering%WPDOCS\PROJEC112002 Pro)ectst2002 Overlay&Milling.pd.frm ! 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 maximum small, women owned, and minority business participation. 6. Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small, women owned and minority businesses. 7. Contractor will use the services and assistance of the Small Business ' Administration, the Office of Minority Business Enterprise, and the Community Services Administration. 8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Transportation. Addendum #1 Item #2 Page 1 of 2 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 terra"Minority Business Enterprise"shall mean a business: 1. Which is at least 51 percent owned by one or more minorities or women, or, In the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such individuals. "Minority Group Member" or"Minority"means a person who is a citizen or lawful permanent resident of the United States, and who Is: 1. Black(a person having origins in any of the black racial groups of Africa); 2. Hispanic (a person of Spanish or Portuguese culture with origins in Mexico, South or Central America, or the Caribbean Island, regardless of race); 3. Asian American (a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian sub-continent, or the Pacific Islands); 4. American Indians and Alaskan Native (a person having origins in any of the original peoples of North America); 5. Member of other groups, or other individuals, found to be economically and socially disadvantaged by the Small Business Administration under Section 8(a) of the Small ' Business Act, as amended (15 U.S.C. 637(a)]. 6. A female person who requests to be considered as an AABE, and who'owns"and "controls" a business as defined herein. Minority Business Enterprises may be employed as contractors, subcontractors, or suppliers. ' B. The bidder must indicate the Minority Business Enterprise(s) proposed for utilization as part of this contract as follows: Name and Address Nature of Dollar Value of of Minority Firms Participation Pa_ rticipation Addendum a` '1 Item #2 Page 2 of 2 Total Bid Amount: �'� �� I . a 3 Total: ( `�D . Percentage of Minority Enterprise Participation: C. The bidder agrees to certify that the minority flrm(s)engaged to provide materials or services in the completion of this project: (a) is a bona fide Minority Business Enterprise; and (b) has executed a binding contract to provide specific materials or services for a specific,dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished by the City of Jefferson. The bidder will provide written notice to the Liaison Officer of the City of Jefferson indicating the Minority Business Enterprise(s) it intends to use in conjunction with this contract. This written notice is due five days after notification to the lowest bidder. Certification that the Minority Business Enterprise(s) has executed a binding contract with the bidder for materials or services should be provided to the MBE Coordinator at the time the bidder's contract is submitted to the MBE Coordinator.[last line of original deleted] D. The undersigned hereby certified that he or she has read the terms of this agreement and Is authorized to bind the bidder to the agreement herein set forth. NAME OF AUTHORIZED OFFICER Date `� ' a`1- Ga ^ z SIG TUR OF AUTHORInD OFFICER r t 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 COUNTY OF The undersigned, `- c�uG o- of lawful age, being first duly sworn states upon oath that he is 0 �V r vrcj-2_. I C r Q- 0-r_N _ of P L4-,L4- C o 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 ^_ day of 20_0—,?, L tb- _� -C ti NOTARY PUBLIC CULETTE 5T. CYO NOTARY PUBLIC - NOTARY SEAL STATE OF MISSOURI, COLE COUNTY My Commission Expires:_ MY COMMISSION EXPIRES DEC.... 0.01_ ' F:\engineedng\WPOOCSIPROJFCT12002 Projectsk2002 Overiq&Mfifing,prj,frin AFFIDAVIT COMPLIANCE WITH PREVAILING WAGE LAW Before me, the undersigned Notary Public, in and for the County 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 1 requirements and with Annual Wage Order No. 8, Section 026, Cale County in carrying out the contract and work in connection with Project No. 32071, 2002 Overlay & Milling Program located at Jefferson City in Cole County, Missouri, and completed on the day of , 20 • a SIGNATURE Subscribed and sworn to me this day of , 20 NOTARY PUBLIC My commission expires: STATE OF MISSOURI ) )SS COUNTY OF __ ) F;engineering\WPDOCSIPROJECT12002 Projects\2002 Ovorlay&Milling,prj.(rm Missouri Division Of Labor Standards WAGE AND HOUR SECTION f r o BOB HOLDEN, Governor Annual Waae Order Nio . 8 Section 026 COLE COUNTY ' In accordance with Section 290,262 RSMo 1994, within thirty (30) clays after -.r 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 tabor and Industrial Kclations Commission, P.O. 13ox 599, Jefferson City, MO 65102-0599. Such objections must set forth In writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of l abor Standards, P.O. Box 449, Jefferson City, MO 65102-0449 pursuant lu 8 CSR 20-5.010(1). A certified copy of the Annual Wage; Order has been filed with the Secretary of State of Missouri. RECEIVED & FILED J MAR 0 0 2001 r' Ic:�cii A. [.faker, Director Division of tabor Standards ' Piled With Secretary of State: SECRETARY OF STATE Last Date Objections May tie Plied; .__ _ _ ApR 0 9 2001 Prepared by Missouri Department of Labor and Industrial Relations Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County c lvt, OCCUPATIONALTITLE Daln of Hourly 'rime Holiday Total Fringe Benefits Increase Rate" Rates Rates Asbestos Worker 10101 $27.91 55 60 $9.21 Boilermaker 9101 $24,6G 57 $11.645 -�21 0 57) i Bricklayers Slone $5.80 C_arj)enler $18.13 60 15 $6.26 Comont Mason $113.61 9 3 $5.65 Electrician (Inside, WiromaiQ_ l 13% Communication Technician 11'311- ELECTRICIAN (INSIDE WIREMAN).RATE Elevator Constructor 7101 a $28,65,15 2G 1 54 $8.115 Operalinc-Engineer Group I 5101 $21.67 136 66 $11.64 $21.67 86 66 $11 64 5/01 $20,42 86 G6 $11.64 Group 111-A 5/01 $21.67 86 66 $11.64 -qL0Ljp-lv 5101 $2,2.37 66 66 ------- $11.64 Group V $11.64 Pipe Fitter 7/01 1) $27.75 91 69 $11.83 Glazier $13.00 FED $1.89 Laborer I ........--------- General $15.35 110 7 $5.85 First Serni-Skilled_ $10.20 110 7 $5.85 Second Semi-Skilled $16.20 110 7 $5.85 Lather USE CARPENTER RATE Linoleum Layor& ulter USE CARPENTER RATE Marble Mason -9/-01 $22.10 59 M111wrig,lit $19.1 3 - 60 15 $6.26 - - iron Worker 11 13 $11.29 Painter $16.9.1 $4.83 Plastorer $17.68 94 5 $5.39 Plumber $2.26 Pile Driver $19.13 60 15 $6.26 Roofer 9/01 $22.50 '12 4 $6.49 Sheet Metal Worker 7/01 $21 61 40 23 $7.36 IBLInkler Fitter 1/02 $26.69 33 19 $8.55 Terrazzo Worker T101 I --$)-Z.'T6 7 $5.80 Tile Setter 91 22.10 50 7 $5.80 Truck Driver-Teamster Group 1 4/01 $18.05 101 5 $4.25 -gLo-up-1 1 4/01 $18.75 101 5 $4.25 Group 111 4/01 s fd-4c) -5 $4.215 Group IV 1116 -$TKT5- $4.25 Traffic Control Service Driver -_$14,15- 48 ---- $2.44 Well Drillor USE BLDG CONST. ENGINEER GROUP 11 RATE Welders-Acetone & Electric _-- ' Fringe Benefit Percentage is of the Basic Hourly Rate Attention Workers: If you are not being paid the appropriate wage rate and ftinge, benefits contact the Division of Labor Standards at 1-800-475-2130. "Annual Incro monlal Increase *SEE FOOTNOTE PAGE ANNUAL WAGE:ORDER NO,8 1102 Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County Footnotes I iT--9-a—sic ver-- — 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 Buildings) and All Immediate Attachments, Use Heavy Construction rates for remainder of project. For the occupational titles not listed in Heavy Construction Sheets, use Rates shown on Building Construction Rate Sheet. Vacation: Employees over 5 years - 8%; Employees under 5 year's, - 6% All work over $3,5 Million Total Mechanical Contract - $27,75, Fringes - $11.83 All work under $3.5 Million Total Mechanical Contract - $26.41, Fringes - $10.08 "Annual Incremental Increase ANNUAL WAGE ORDER NO. 8 7/01 COLE COUNTY OVERTIME RA'Z'ES- BUILDING CONSTRUCTION FED: Minimum requirement per Fair Labor Standards Act means time and onwhalf'(l '/2) shall be paid for all work in excess of forty (40) hours per work week. NO. 9: Means the regular workday starting time of 8:00 u.m. (and resulting quitting time o1'4:30 p.m.) may he moved forward to 6:00 a.m, or delayed one hour to 9:00 a.m. All work performed in excess Ofthe regular work day and on Saturday shall he Compensated at One and Ono-half'(I %) times the regular pity. In the CVCnt time is Iosl during; the work ki�Lek due to weather conditions, " file EIIIplOycr May schedule work on the following Saturday at straight tirllc. All work accomplished on Sunday and holidays shall be conlpens,ttCCi for at double the regular rate of wages. 'Pile work week shall he Monday through Friday, except liar• midweek holidays. NO. 11: Means eight (8) hours shall Constitute it day's work, with the starting time to be established between 7:00 a.m. and 8:00 a.nt. front to Friday. Time :Ind ono•hall' (I %) shall be paid for first two (2) hours of OVOrtintc Monday through Friday and the first eight (8) hours on Saturday. All Other overtime hours Monday thr•OUgh Saturday shall be paid at double (2) time rate. D011blC (2) time shall be paid for all time on Sunday and recogni/Cd holidays or the days observed in lieu Of'thcsC holidays. NO. 12: Means the work wick shall commence on Monday at 12:01 a.m. and shall continue through the following Friday, inclusive of each week. All work perforated by employees ' anywhere, in excess of' lorty (40) hours in One (1 ) work week, shall be paid filr at the rate of'onc and one-half (1 '/z) times the regular hourly wage scale. All work perlormcd within the regular working hours which shall consist of a ten (10) hour work day except in emergency situations. Overtime work and Saturday work shall be paid at One and 011C-half(1 %) tilllCS the regular hourly rate. Work On recognized holidays and Sundays shall be Maid at two (2) times (lie regular hourly Pale. NO. 18: Means the regular work day shall he eight (8) hours. Working hours are front six (6) hours before Noon (1 2:00) to six (6) hours after Noon ( 12:00). The regular work week shrill be forty (40) hour;5, beginrlirlg between 6:00 a.m. and 12:00 Noon oil Monday and ending between 1 :00 p.m. and 6:00 p.m. On Friday. Saturday will be paid at tinic and one-half(1 �'2). Sunday and Holidays shall be paid at double (2) tinge. Saturday can he it mako-up clay if the weather has forced a day off', but only in the week ol'the day being lost. Any time before six (6) hours hef01'C Noon or six (6) hours alter Noon will he paid at time and one-half'(] %). NO. 26: Means that the regular working clay shall consist of eight (S) hours worked between 6:00 a.m., and 5:00 p.m., five (5) days per week, Monday to Friday, inclusive. Hours of work at ' each jobsite shall be those established by the general contractor and worked by the majority of' trades. (the above working hours may be changed by mutual Agreement). Work perlor•nled on Construction Work Oil Saturdays, Sundays and before and ancr the regular working day on 1 Monday to Friday, inclusive, shall be classified as overtime, and paid fill- at clOtlble (2) the rate of single time. The rate of pay f'rn' all work performed on holidays shall he at two tintcs (2) the single time rate of pay. ANNUAL WAGE ORDER NO. 8 MV8026 Stip OT.doc Page I of 6 Pages 1 ('01.1:COIIN'i'1' OVI:I2'1'INII? RATES- BUll.l)IM; C ONSTRUCl'it)N NO. 28: Means eight (Y,) hours Ilctwecti 7:00 a.m. and 5:30 p.m. shall CoMStitute a clay's work five (5) days a week, Monday through 1'riday inelusive, shall constitute a work weck. The FIllploycr has the option f6r a workday/workweek o1'film- (4) ten (10) hour days (4-10's) provided: -The project nllrst he filr a nlininlurrl ol`lira (4) consCCUtivC days. -Starting time may he within one ( I ) hour cither side of;1:00 -Work week -Must begin oil cither a Monday or 'I'ucsday: Ifa holiday falls within I11/11 wCCk it s11:111 he a c01lsec1111VC work day. (Alter-„11c: Ifa holiday falls in the middle ohl week, then the regulllr eight (ti) hour schedule may be implemented). -Any time worked in excess ol'any ten ( 10) hour t.vork day (in a 4-10 hour Work week) Shall he at the appropriate overtime -tile. All Work outside of the rcgufar working.; hours as provided, I\V1onclay through Saturday, shall he paid at olle & one-11,111'(I '/,) times the eillhloyce's rate of'pay. All work performed iron 12:00 a.111. Sundav through 8:00 11.111. Rionday and rcC0g111 zed holidays shall he paid at double (2) (lie straight tlrllc Ilonrly rate of pay. NO. 33: Means the standard wort; city shall he eight (,�) consecutive hours of'work between the hours of'6:00 a.m. and 0:00 11.111., Cxclud1111� the irnlch period, or shall conlorrrl to the practice on the job site. four (4) days at ten ( 10) hours a clay' may he worked at straight time, Monday through Friday and need not be consecutive. Ali overtime, Cxcept I01- Sundays and holidays shall be at the rate of tittle and one-11111i'( I !:). OYCIAinle worked on Sundays and holidays shall he at doublC (2) lime. NO. 35: Means (he normal work week shall corlsis( of five (5) eight (ti) hour clays pier a total ' forty (40) hours, starting on Monday at 8:00 a.ni. and cnding� on Friday at 4:30 p.m. The starting tinge can be flexible between 0:00 a.111. and 8:00 ;1,111., and ending at 2:30 p.111. respectively. All work before designated Stai'11111; time 111d alter quitting time shall be paid at the rate o1 Dille and one-hall'(p '/2). All work in the excess ol'eight (8) hours per day, or iilrty (40) flours per week Monday through Friday, shall be paid Im at the rate of'tinlc and ono-hall'( i ). All hours worked on Saturdays, Suirdays, or 1 lolidays shall he paid at the douhle (2) time rate. NO. 40: Means the regular working weck shall consist of live (5) Co►iseculivC (h) hour days' ' labor on the job beginning with Monday and ending with Friday ofeach week. l=ow' (4) 10-hour days may Constitute the regular work week. The regular working day shall consist of'eight (8) hours labor Oil the .fob beginning as early as 7:00 a.m. and Ceding as late as 5:30 p.m. All lull or part time labor performed during such 110111's shall hC recognized as regular working hours and paid ]or at the regular hourly rate.. All hours worked on Saturday and all hours worked in excess Of'eight (8) hours but not more than twelve (1 2) hours during (lie regular working week shall be paid for at time and one-half(IV.,) the regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess ot'twclvc (12) hour:~ during the regular working day shall he paid at two (2) tinges the regular hourly rate. In the event of'rain, snow, cold or excessively ' windy weather on a rCglrlar Working day, Saturday may be designated its a "make tup” day. Saturday may also be designated as a "make-up" day, 1111- an enlplr.lyeC w110 has Missed a day 01' work for personal or other reasons. Pay for "make-up" days shall be at regular rates. ANNUAL WAGE ORDER NO. R AW8026 stip O'r.dm Pare 2.orG Pages COLE; COUN'T'Y UVI?RTIM1IE RATLS- BUILDING CONSI'RUCTION NO. 48: Means the regularly scheduled work week shall he live (5) consecutive clays, Monday through Friday or 'Tuesday through Saturday. Eight (5) hourS Shall constitute a day's work. Starting; time shall not be earlier than 7:00 ,1.111. nor Iatcr than 10:00 a.nl. Dolly (40) hollrS Sha11 constitute a week's work. Overtime at the rate of*tIme and onc4halT(I '/?) will he Maid fOr all work in excess of forty (40) hours in any one work week. On the Monday through I ridgy Schedule, all work perfbi-mcd on Saturday will he time and one-half( I ' ) unless time has been lost during file week, in which case Saturday will be a make up clay to the extent of (he lost time. On the Tuesday through Saturday Schedule, all work perfi)rnled on Monday will he time and one-half ( 1 �i) unlcsS tirllc has I)CCiI lost during the week, in which c,+se !Monday will he a make-ell clay to the extern of the lost time. Any work 1)erfi,rnled on Sunday will he double (2) tinlc. If employees work on any of the rccognind holidays, they shall he p,ud IiMC MR1 onct11a11'( I '/) Ihcir regular rate of'11ay li)r' all hours worked. NO. 55: Means the regular work day shall he cigbt (ti) hours between 0:00 ,1.111. and 4:31► p.111. I'lic first two (`') hours of' work I)CI.1 1111CCI in cxecSS 01' the Cighl (5) hour wort: d,+y, 1N1011day through F1'iday, and file first ten ( 10) hours of'work on Satureay, sliall be paid tIt one 's unAhalf' ( I %) times the straight time role. All work perl6rnled on Sund;ly, observed holidays and in excess of ten ( 10) hours a day, Monday through Saturday, SIN111 be paid at double (?) the straight tulle r'atc. ' NO. 57: Means eight (S) horn's per Clay :,11,111 constitute a day's work and forty (40) hours per week, Monday through Friday, Shall constitute a week's work. The regular starting time shall be 5:00 a.m. The above may he changed by nlu11:11 consent of nu1hori•/Cd I)crsonncl. \'11hell cil'cunlStanccs warrant, the Employer filmy change the rt:gular workweek to pier (4) tell-hour days at file I'cgLikil' 11I11C NUC o1' pay. It hcing understood that all other pertinent 11116r11mlion must be adjusted accordingly. All time worked bef6re and alter the established workday of e1j.111t (5) 1 hours, Monday through Friday, all time worked on Saturday, shall he I)aid at the rate of limc and one-half(1 %.) except in cases where work is hart o1';111 employ-c'.,, regular Friday shill. All time worked on Sunday and rccog;nixcd holidays Sh;lll he paid 11 the double (?) time rate ofluy. 59: Means that except as herein provided eight S hours a day which nu+ , begin as cal-IN NO. . 111, 11 ( provided, ( ) ( } �, - as �i:00 u.nl.) shall eolltillllllt'. ,1 stand:uCl work day, and li,rty (40) 11o1I1'S per week shall constitute a week's work. All time worked outside of'the StandarCl eighl (b) hour work day and on Saturday shall be classified as overtirllc and paid the fate of lime and orlc-half( I ''/+ All time worked oil Sunday and holidays shall be elassilicd as overtime and paid al the late ofdouble (2) time. The Employer has the oplion of'working either live (5) eight lio ur days or Blur (4) tell hour days to constitute a normal filmy (40) hour work week. When file li)ur (4) tclrhour work week is in effect, the standard work day shall be consccufivc ten ( 10) hour periruls hel�1'1:e11 the 1101,11-S 01' 6:30 a.m. and 0:30 p.m. forty (110) hotu'S per week shall constitute a weeks Nvork, Monday through 'Thursday, inclusive. In the event the job is down f6r any reason heyond file Employer's ' control, then Friday foul/or Saturday may, at the option ol'the I nlployer, he worked as a make up day; straight time not to exceed ten (10) hours or 1611y (40) hour's per week. When the five day (8) hour work week is in eficct, Ibrty (40) horn's per week shall constitute a week's work, Monday through Friday, inclusive. In the event the job is down fOr any reason beyond the Employer's control, then Saturday may, at the option o1' The. Fnlployer, be worked as a mako-up day; straight time not to exceed eight (8) hours or flirty (40) hours per week. ANNUAL WAGE olIDER No. 8 A1v8026 Slip 0T.cW hipe 3 of 6 Pages ('OI,I; COUNTY (1Yl:RTIMF, RATFS IMIi.UIN(, CONS' RII('TION NO. 60: Means the I:Illllover Shall have the option of working IIvc 8•-[lot Ir days or f6iur 10-hour days Monday through i�riday. I) an I:rllplovcr• electS to work five h-hour &IYS during ally work week, hours worked more than eight (8) ficr day 01' linty (40) per week shall be Maid at time and one-half(1 '/2) (he horu•ly waste rate plus frill,( benefits Monday through Fridrty. SATURDAY MAKC:-Ui' DAY: If an i inployer is prevented from working forty ('10) hours, Monday through Fr'iday$ or ally hart thereof by reason (11, inclement weather (rain 01' mud), Saturday orally hart thur'c(l,play he worked as a ifmko-up day at the ,,trai'I time rate. If is agreed by (lie parties that the nmkc-Lill (lay is not t0 he used !(1 nmkc up time lost (lifee to reco)eni/ed holidays. if an I imp Ioycr elects to work 16111' 10-11cLir days, hetWcc-n the 11(1111'~ 01`0:30 aml. and 0:30 p.m. in ally week, work )lerfinrlle(1 more 111,111 ten ( M) hours per (lay u►• forty (40) hours per week shrill be 1)ai(1 at tulle a11d 01c half'( I '':) the hourly waste. rate plus 1'rinl!e hencfits Monday lhrollph Friday. I fan Fillplover is wurkilw I 0-hull. days and loSeS a day (lire to inclenlenl we;101er•. the l:nlp)0yer may work tell ( l0) hours ()rl Friday Lit Straight timV, Friday 1111ISt be Scheduled 161' no 11101'( than tell (10) hours at the straight tilue r1te, but 111 11ours worked over the 1,01•ty ('10) hours Monday thr0u h Friday will hC p,1id at tirnc I11(1 one 11111 ( 1 !.,) t11e 11(1Ilr1y WillT rate pins fringe bcnclitS. All Millwright work perlk,rnme(I in excess; of 111e re1;u111, wt);k duty ,old 0n saklyduy shrill h(: compensated f6,r ,II tinge ,Intl ortc-hall ( I '.;) file rgmlilr Millwright )H,urly wu1;( rate plus 1i'ingr benefits. The regular work el;Iy Starting! 01' 8:00 a.m. laud reSldrill!j, dt►itting lime- ol' 61:3O p.nl.) may he moved forward to (,:()O a.1n, u1' dclavcd one (I ) hour 1u 9:00 a.m. All Wol'k accomplished ' Lin Slltldal'5 (111(1 rcc0t;niied hulidayS, Or days observed ,Iti recog)liz.cd holidays, shall he compensated fill at double (2) the regal:u• hourly rule ul wul;es plus fringe benefits. NO TF: All ovcr•tinle is computed cif Ilse hourly ware rate plus an un0unt equal to the firinge benefits. NO. 86: Means the regular work week shall consist 01' live (. ) days, Mond.Iy through Friday, beginning at 8:00 a.m. and en(1irlg u1 4:30 p.m. The rcl,ular wort; day begullillig link rltay be advanced o►lc 01' two hours or delayed by one hour. All ovcrlinlc w0rrk perlirrnlcd 011 Mond;ly through Saturday s11,111 be paid at 1,1111e and one-half(I ':) of the hourly rate plus all 11110nrnl e(luul to one-half* of the hourly 'total Indicated fringe Renchts. All work perfinrlled on Sundays and recognized holidays shall be paid Lit d0IIb1c (') the 110urly ruts hluS ,1'n 11110MI( equal to the hourly "Dotal 111(licatcd Fringe Wilefils. NO. 91 : Means cig11t (8) hours Slrlll corlslitilte ,1 day's work commencing al 8:00 a.m. and ending; at 4:30 p.m., allowing Lin(:-hidl'( 1!'2) hour li+r lunch, The option exists 161• the I:nlployer• to use a flexible startinit tint( boween the 110urS (11'(000 u.nt. and 9:00 The regular work week shall consist of Itlrty (40) hours ul' live 0) work (lays, Monday through I ridgy. The work week nlay consist of fiiur (4) tell ( 10) hour drys li•onl Monday throutJl '1'htu'Sday, wills Friday as a stake-up ' day. If the make-up day is a holiday, the employee Shall he paid at the douhle (2) time rate. The employees shall he paid double• (2) time 16,1 1v0rk performed hel'Ore the regular starting (imc a1' afler the rquilar quitting time or over eight (8) hour; per 1\,crk week (unless working; I I Wiour e work day, then double (?) (title is paid f6n work perf6 imed over ten (10) hourS a day) or over iirrty (CIO) hours per work «eck. W(irk performed (11 Smurdays, Sundays and reco,miied holidays shall tic paid at the double (2) time rate of'puv. ANNUAL WAGE ( RDEI.IZ NO. H AW8020 S61)OT Axe Parts'l orb Pages iCOLE COUNTY OVERTIME RATES— BUILDING CONSTRUCTION NO. 94: Means eight (8) hours shall constitute a days work between the hours of 8:00 a.m. and 5:00 p.m. The regular workday starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one (1) hour to 9:00 a.m. All work peri'orrncd in execs elf'the regular work day and on Saturday shall be compensated at one and one-half (I %) times the regular pay. In the event time is lost during the work week due to weather conditions, the Employer may schedule work on tile. following, Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. rNO. 101: Means eight (8) hours a day 511,111 Corlslitulc a standard work da'Y, and filrty (40) hours per week shall constitute a week's work, which shall begin on Monday and end on Friday. All time worked outside of*the standard work day and on Saturday shall he classified as overtime and paid the rate of time and ogle-half (1 '/�) (except as herein provided). All time worked oil Sunday and recognized holidays shall be paid at the rate ol'double (2) tinge. The regular starting tinge (and resulting quitting time) may be moved forward two (2) hours to 6:00 a.m. or the starting time (and resulting quitting time) may be delayed one (1) hour to 9:00 a.m. The Employer has the option of working either five (5) eight-hour days or filar (4) teal-hour days to constitute a normal forty (40) hour work week. When a four (4) ten-hour day work week is in effect, the standard work day shall be consecutive ten (10) hour periods between the hours of 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall Constitute if week's work Monday through 'I'hur;ulay, inclusive. In the event the job is down for any reason beyond the I?mployer's control, then Friday and/or Saturday may, at the option of'tile l3rnployer, be worked as a mako-up day; straight time not to excecdd ten (10) hourS per day or forty (40) hours per week. All work over ten (10) lloxirs in one day or filrty (40) hours in a 4-10's work week shall be paid at the overtime rate ol'time and onc4hall'(I '/). When using a five (5) day eight (8) hour work week, and the job is down fog'any reason beyond the I rnployer•'s control, then Saturday may,at the option of the Employer, be worked as a makeup day; straight tulle not to exceed eight (8) hour,~per day or forty (40) hours per week. Maku up days shall not he utilized fin•days lost due to holidays. ANNUAL, NVAGE ORDER NO. 8 AW8026 Slip O'Ave, Page.5 of 6 Pages COLE COUNTY OVi,iITIMC RATES—— iI(JII.,1)INC CONST1211C'i'ION NO. 110: Means eight (8) hUUr:S betWCCra the hours of'8:00 a.m. and 4:30 p,m, shall eonstitute a work day. The starting time may be advanced one (1) or two (2) hciurs, f?naployces shall have a lunch period of thirty (30) minutes. The Ismployer may provide a lunch period of one (I ) hoar, and in that event, the workday shall commence at 8:00 a.m. and end at 5:00 p.m. 'i'hc- workweek shall commence at 8:00 a.m. on Monday and shall end at 4:30 p,m. on Friday (or 5:00 p.m. on Friday if' the I'mployer gwants a lunch period of tine (I ) hour) or as ad,jtuslccl by starting, lime change as stated above. All work perf6rntcd belilre 8:00 a.m. and tiller 4:30 p.m. for 5:00 p.nn, where otne ( I) hour 11I11Cl1 is granted fill- Itrrtch) or as adjusted by starting time chartay as stated above or on Saturday, except as herein provided, shall be compensated at onf� rind one-11,1!!'( 1 ',12) times the regUldr hourly rate of pay IN- the work perfiu•nned. All work perfi,rmed on Smiday and oil recognized holidays shrill hC u,nlperasatcd at double (2) the rCgul:u• 110u11y ratC of pay f6r the work perlbi-med. If an Employer is prevented from working fbily (40) hours, Monday through ' Friday, or any part thereof'by reason of inclement weather (min and nrud), Saturday or any part thereof may be worked as a naakcmip day at the straight tints rule. The I?mployer shall lhruve the option of working five eight (8) hour clays or liar tern (10) hour clays Monday through Friday. if ' an Employer elects to work five (5) eight (8) hour days during any work week, hours worked more than eight (8) per day or lbrty (40) hours per week shall be prod at time and one-half( 1 '/2) the hourly rate Monday through Frid:iy. It' all Employer elects to work four (4) tell (10) hour days in any week, work perliornaCd snore than tell ( 10) 1101.11'5 per clay or 161-ty (40) hours per week shall be paid at time and one-half(1 '/7) the hourly rate Monday through Friday. Ii'rnn Employer is working tell (10) hour days and loses a clay duc to inclement wealher, they nuuy work ten (10) hours Friday at straight time. Friday nnust he scheduled I'(W at !cast eight (8) hours and no more than ten (10) hours at the straight time rate, but all hours worked o\+er the li,rty (110) hours Monday throtigh Friday will he paid at limn and uric-11,111`( I !!,) overtinne rate, e t t ANNUAL WAGE ORDF,12 NO, 8 AW8026 Slip OTAx; Pugs G of b Pages r COLE: COUNTY IiOLIDAY RATE SCHEDULE — BUILDING CONSTRUCTION NO. 3: All work done oil New Year's Day, Decoration Day, July 4th, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day shall he paid at the double fink rate of pay. Whenever slay such holidays fiill ctrl it Sunday. the filllowinp, Monday shall N.-observe d as a holiday. NO. 4: All work doter ()it Nc%v Year's Day, Memorial Day, Ilidependerice Day, Labor Uay, Thanksgiving and ('hr islnl;rs Uay shrill he paid a( the double lime rate ol'pay. 11'any ol'thc above holidays Bill on Sunday, Monday will be observed as the rc eognizccl holiday. Ifar►y of•the ahove holidays lirll on Saturday, Friday will lie observed as the recol;nired holiday. NO. 5: All work that shall be done on New Year's Day, Memorial Day, fourth ofhily, Labor Day, Veteran's Day, 'I'hanksgiving Uay, and Chris Una" I);IN ~hall be paid Ot the double (2) tin►c rate of pay. No . 7: All work done (ill Ncw Yea 's Day, Menuu-ial Uav Indc lendence Day Labor Day, Veteran's Day, 'ihanksgiving Day, and Chrisunas Day shall he paid if the douhlc tittle rate of pay. If a holiday falls()It a Sunday, it shall he ohscrved on file Monday. I fa holiday hills oil a Saturday, it shall he observed on the prccedinl; Friday' NO. K: All work clone on New fear's Day, Menu►riul Day, Ir►depuulcnee Day, I,ahor Day, Veteran's Day,'Thanksgiving Uay, and Christmas Day, or days observed as such, shall hr Laid at the double time rate ol'pay. Tlic Friday 1i►Ilowing'1'1)anksl,iving will he \vorkcd at the I.inploycr's option. ll'workcd, it will he at the regular hourly rate ofpay. NO. 11.5: All work accomplished on I he recognized holidays of New Year'.,; Day, Decoration Day (Memorial Day), independence Uay (Fourth of July), Labor I)ay, Vetc'rall's Day, Hianksgiving Day and Christmas Day,or days observed its these harmed holidays, shall he compc ils ited fist•tit double (2) the r•eguliu• hourly rate ol'w;iZ!,cs plus li•irlpe betlefifs. II'a holiday Bells on Saturday, if shall be observed on the preceding Friday, l f a holiday lulls on ,) Sunday, it shall he observed on the Bellowing Monday. No work shall he prrliu•nled on Lahor I)ay, Christ nlas Uay, I)a:oration Day or Independence Day except to preserve Mi.! in• property. NO. 19: All work clone on Nrw Year's Day, Memorial Uay, .luly rlth, Labor Uay, 'I'hanksgiving Day, and Christmas Uay shall he paid at the double lime rate ol'pay. The cinployce nia y take off Friday Day, I lowever, the employee shall notify his or her Forenlan, Cialer•al Forenlan or Superintendent on file Wednesday Day. When one ' of the above holidays hills on Sunday, the following Monday steal I he considered the: holiday and all work performed on said day shall heat the double(2) time rate. When one of file holidays Dills cm Saturday, tilt• preceding Friday shall he Considered fhc holiday i)nd all work perliermcd on said ' clay shall be of file double; (?) Iime rate. NO. 23: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day,Thanksgiving Daly, Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate of,pay. When a holiday fulls on Sunday, the following Monday shall be considered a holiday. ANNUAL WAGE ORDER NO, 8 AW8026 hly.doc Page I of 2 1'u iii COLE COUNTY HOLIDAY RATE,, SCHEDULE-• BUILDING CONSTRUCTION NO. 49: The Iollowing days shall be observed as legal holidays: New Year's Day, Decoration Day, duly 4th, Labor Day, Thanksgiving Day, Christmas Day, E-Imployee's birthday and two (2) personal days. The observance of'one (1) ofthe personal days to be limited to the time between December I and March I ofthe following year. Ifany ol'thesc holidays fill On Sunday, tile. following Monday will be observed as the holiday and Wally of then, holidays fall on Saturday, the preceding Friday will be observcd as the holiday. 11•employecs work on any ol'these holidays they shall be paid tinle& one -half(I :'�) their rcl agar rate ol'pay (i►r all hours worked. NO. 54: All work done on New Year's, iVICrll anal Day, Indcpe►►dcncc Day, Labor Day, Thanksgiving Day, the l ridgy alter"l'hanksl,ivir►�; Day, and Christmas Day shall he paid at the double (2) time rate of'pny. When a holiday fulls on Saturday, it shall he observcd on Friday. WI1c►r a holiday lulls on Sun clay, it shall he ohscrved on Monday. NO. 60: All work lerl6rrllcd on New Year's Day, Armistice Day (Veteran's Day), Dcec)rcrtion 1 Day(Memorial Day), Independence Day (Fourth ol•.luly), Thanksgiving Day and Christmas Day shall be paid at the double time rate of'pay. No work shall he perli)rmcd on Labor Day except when triple (3) tinic is paid. Wilcn a holiday galls on Saturday, Friday will he obserml as the holiday. When a holiday galls on Sunday, the 161lowilill, Monday shall he ohser•vccf as the holiday. NO. 66: All work per•lirrnlcd on Sundays and (lie following recognized holidays,or the days ' observcd as such, of'New Year's Day, Decoration Day, Fourth of July, Labor Day, Veteran's Day, 'Thanksgiving Day and C'hristnlas lay, shall he paid at double (2) the hourly ra to plus an amount equal to the hourly"fatal hulicated Fringe l3enclits. Whenever any such holidays full on a Sund►ly, the following Monday shall be observed as a holiday. NO. 69: All work peribri al on New YCICS Day, 1)ccor16011 Dal', .ruly FOUrth, Labor Day , Veteran's Day,'I'hanksgiving Day or Christmas Day shall be compensated at double (2) their straight-tinge hourly talc ofpay, I�riclay after Tha ilk sgn'urg and the clay Before Christmas will also ' tic holidays, but it the employer chooses to work th(:sc days, the employee will be paid at straight - time rate ol'pay. Ifa holiday falls on a Sunday in a par•tierllar ,year•, the holiday will be observed on the hollowing Monday. NO. 71: All work performed on the !bllowing recognized holidays shall be paid at the dOIIbIC (2) time rate of'pay: New Year's'Day, Presidents Day, Good I'riday, Memorial Day, July the Fourth, Labor Day, Veterans Drry, "Thanksgiving Day, I)ay afle.r'I'hanksgivirlg and Christmas Day. It'a holiday hills on Sunday, it shall he celebrated on Monday. Hail h oliday galls on Saturday, it :;hall be celebrated on the Friday preceding such Saturday. ANNUAL WAGE ORDER NO. 8 AW8021 hdy.doc Page 2 of Pais Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE County_____� *Effective Basic ^ ver- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates CARPENTER Journeymen 5/01 $23.13 7 16 $6.24 Millwright 5/01 $23.137 16 $6.24 Pile Driver Worker _ 5/01 $23.13 7 16 $6.24 OPERATING ENGINEER Group 1 _ 5/01 $20.75 21 _ 5� $11.61 Group I) 5/01 $20.40 21 5 $11.61 Grou III _ 5/01 $20.20 21 `5 $11.61_ Group IV 5/01 $16.55 ^21 5 _ $11.61 Oiler-Driver 5/01 $16.55 21 5 $11.61 LABORER -!r eneral Laborer 5/01 $19.75 2 4 $6.10 killed Laborer 5/01 $20.35 2 4 $6.10 TRUCK DRIVER-TEAMSTER Group i 5/01 $21.72 2 4 $5.25 ' Group II 5/01 $21.88 �2 4 _ $5.25 Group III _ 5/01 $21.87 2 4 _ $5.2.5 Grou IV 5/01 _ $21.99 2 4 $5.25 _ For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the Building Construction Rate Sheet. ie 1 r "Annual Incremental Increase ANNUAL WAGE ORDER NO, a 7101 1 COLE COUNTV OVERTIME RATE. SCHEMUL E, -- IILAVV CONSTRUCTION NO. 2: Mcans a regular work week of forty (40) hours will start on Monday and end ctrl Friday. 'i'hc regular work clay shall be either eight (8) or• ten (10) hours. Ifa crew is prevented From working forty (40) hour•S Monday thrcltrgh i'r•iday, or any hart thereof; by reason cif inclement weather, Saturday or any hart thereof nary he worked as a rllclko-up clay at the straight time rate to complete forty (40) hours of work in a wcck. Flinployces who are Dart of.1 regular crew on a make-up day, notwithstanding the (act that they n'my not have heal clujiloycd the entire week, shall work Saturday at the slraig;hl lime rate. Time k, one-half( I X,) shall be paid 161. ;111 hours in exc..ess ofeight (8) hours per day (it' working 5-8's) of tell ( 10) hourS per clay (Ifworking 4-10'S), or filrty (40) hours per week, Monday tla'ougll Friday. For all lime worked on Saturday (unless Silllyday or any portion ofsaid day is worked as slake-al) to Conipletc firrty hours), 6111C anti one-hclll' (11,11) Shall be paid. N(1. 7: Mcans the rc ular work week shall start on xec Monday and end on Friday, ll I where the Fnlploycr elects to work Monday through Thursday, tell ( 10) hours per day. All work over tell (10) hours in a day or filrty (40) hours in it wcck shall be al the overlinn,' rate oforlc and one-half(I '/',) times the regular hourly rate. The regular work day Shall be either eight (8) or tell (10) hours. I f a tub Can't work 1111'ty (40) hours Monday through Friday bCClLlSC ofinclenlent wcathcr or other ConditionS beyond the control elf the l::mploycl•, Friday or Saturday may be worked as a make-up day 111 straight time (if'work ing 4-10'.5). Saturday rmly he worked as a make-up clay at straight time (if working 5-8's). Make-up d.►yS Shall not be utilixccl fur' day:; lost (i•on1 lullidayS. FXCept as worked as a slake-up clay, time on Saturdlly shall he worked at one and once-half(1 '/z) times the regular rate. Work perlbrined on Sunday shall be paid at two (2) limes tile regular rate. Work performed oil recc)glliled holidays or clays obscrN ed as such, shall also be paid ill the double (2) time rate ofpay, NO. 21: Mcans the regular work week shall consist of five (5) eight (8) hour days, Monday through Friday. The regular work day firr which clllployeeS Shall he conlpensa(eci at strilight tillie h0ur1)' rate of pay shall begin at 8:00 a.m. and end at 4:30 t p,m. i lowever, the project starting, time may be advanced or delayed at the discretion of (lie Limploycr. At the discretion ol'thc Finployer, when working a five (5) day eight (8) ' 110111' SCi1Cdl11e, Saturday slay he used fur it makeup day. The Employer r'lay have the option to schcdulc his work from Monday through 'I'1lursday M tell ( 10) hollfS per day at the straight time rate of pay with all ))()ill's ill CXCCSS O1 1011 (1 0) 110111'S ill any one day to he paid at the overtime rate of tinge S.- o lo-half,(1 "/2). If the FJ niployer elects to work: li'oill Monday through '1'hur'Sday and is stopped due to circumstances beyond his control, he shall have the option to work Friday or Siilu•day at the straight time rate clfpay to complete his lurty (40) 110L1rS per work wcck. Worknien shall be paid ofic &, one-hall(i %) tulles the regular' rate of wagcS lur all hOLI S worked in excess of eight (8) hours per day (if'working 5-8's), of- ten (10) hours per clay (if working; 4-10's), of- liirly (40) hours ' per work week Monday through Friday (if'working 5-8's) or Monday through Thursday (il'working 4-10's). UnleaS used as make-up days to complete lilrly (40) hours per work week, tinic and one-half(1 %) shall be paid oil Saturday (when working 5-8's) and oil Friday or Saturday (when working;11-10's). Sundays and holidays shall be paid at the rate of double (2) tillie the regular rate of pay. aW8020hvy 01.da: ANNUAL WAGE ORDER NO. 8 Page 1 0l'1 COLS: COUNTY 110LIDAY RATE SC11FDULL - 11EAVY CONSTRUC'T'ION NO. 4: All work peribi-rncd on New Year's Day, Memorial Day, indclmidence Day, Labor Day, '[hanksgiving Day, Christmas Day, or days observed as such, shall be paid tit the double time rate of pay. When a holiday frills on a Sunday, Monday shall be observed. NO. 5: The ft,llowing days arc recognized as holidt.iys: New Year's i.)ay, Memorial Day, Fourth of'July, Labor Day, 'Thanksgiving Day told Christmas Day. I fa holiday falls on a Sunday, it shall be observed on the fbilowing Monday. I f a holiday hills on i.1 Saturday, it shall be observed on they preceding Friday. No work shall be perlin-med on Labor Day except in case of jeopardy to work under•construction. 'this rule is applied to protect Labor Day. When a holiday Bills during; the normal work week, Monday throu};h Friday , it shall be coun(ed as eight (8) hours loward a firr(y (40) hour week; however, no rernibursemcnt for this eight (8) hout'S is to be paid the workman unless worked, ifworknien are required to work the above recognized holidays or days observed as such, or' S undtiys, they shall r(:CGiVe dMIb1C (2) the regular rate of"pay fin-such work. The above shall apply to the lino 10's tvionday (111 Ill '1'hur:ulay work week. "I'hc ten (I l)) hours shall be applied to the filmy (4o) hula• work week. NO. 16: The 161lowing days arc recognized as holidays: New )'car's Day, Memorial lacy, fourth of July, Labor Day,Thanksgiving Day and Christmas Day. I fa holiday Bills on Sundav, it shall be observed on the following Monday. I f a holiday frills on Saturday, it shall be observed on the preceding Friday. No work shall be perfiormcd on Labor Day except in case of jeopardy to work under construction. '1'his rule is applied to protect Labor Day. When a holiday fulls 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 file this eight (8) hours is to be paid to the worker unless worked. I l'workers are required to work the above recognized holidays or days observed as such, they shall receive double (2) the regular rate of pay lily such work. AW8026 hvyhol,doc ANNUAL WAGIa ORDER NO. 8 Page r of l OUTSIDE ELECTRICIAN >it[+;PLACEMENT PAGIFE, These rates are to he used 161.the 161lowin f_;counties: Adair, Audrain, Boone,Callaway,Camden,Cartel',Chariton,Clark, Cole, Cooper, C'rawlbrl, Dent, Franklin,Gasconade, I loward, I lowell, Iran, .lclicrscnr, Knox, Lew is, Lincoln, Linn, Macon, Marics, Marion, Miller, Monitcau, Monroe, Montgomery, Morgan, Oregon,Osage, Perry, Phelps, Pike, Pulaski, Putnam, Ralls, Randolph, Reynolds, Ripley, St. Charles, St. Francois, tit. Louis City, St, Louis County, Stc. (icrtcvieve, tich uyler, ticollnnd, Shannon, Shelby, Sullivan, I'cxas, Warren, and Wi15I1mZ;lon 1 COMNIFIRCIAL WORK Occupational 'Title Basic Total I fotlrly Rate Benefits *Jour nan Lincm:tn___. -$27.48 $2.20 -I. 4 2'%, *Lineman Operator $24.60 $2.20 1 42% *Groundman $1 9.47 $2.20 + 42`%, UTILITY \VORK Occupational 1'itic Hasic 'Total Rate I3enclits *.lourneyrrtan Lineman `20.47 $2.20 t- 38% *Lineman OjX.l""tor S,'-)2.8.5 `x;2.20 -t- 38% *GroUndmml $17.67 $2.20 -1 381)/0 OVLR'1'IMI ItA'1'1?; Hight(R)hours shall a�nslitute a +work d,q• lxa+vccn the hours c,l'7:00 a.m.and�t:3O p.m. Forty(40)hours within five(5)days, Monday through Friday inclusive,shall constitute the work, week. Work: per-fomred in the 9th and 10111 hour, Monday through Friday,shall be Ivid at time and one -hall'(11/7,) the regular stiaiglu time rate of lk.ty.Contractor has file option to pay twig(2)hours per day at the time and ' one-hall'(I%)the regular straight time rate ol'Ikay I)ct++'cLn the hours of 6:00 a.m.and 5:30 p m., Monday through Friday. Work, perlin-me f out side the regularly schedulcxd working hours and on Saturdays,Sundays and recognized legal holidays,or clays cclebr•atL(f as such,shall be paid fi r at the rate ofdouble(2)time, HOLIDAY RATE: All work Ixrfmned can New Yeat's Day, Memorial Day, fourth ofJ lily, Lalm- Day, Veteran's Day,Thanksgiving Day,Christmas Day,or days celebrated as such,shall he paid at the double tints rate of pay. When one of the GOwpoing holidays fulls on Sunday, it shall be celebrated on(11e following Monday. *Incremental Incre ass ANNUAL, WAGE ORDER NO. li sr,vt rOM STI.AWR i 0A)c AFFIDAVIT OF COPJIPLIANCB PUBLIC WORKS CONTRACTS LAW I,the undersigned, � ' c�^Qa 5 j`�'�'�f , of lawful age,first being duly sworn, state to the best of my information and belief as follows: 1. That I am employed as _ �.o r �ora� t?_ SC re IC, r--{ , by ')a R lea L+ 2. That was awarded a transportation contract for Project No, 32071,2002 Overlay & Milling Program. 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended) an act relating to transportation contracts, which impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. ' 4. That no-(-(ArSons Ca has fully complied with the provisions and requirements of Section 290.290 RSMo (1994 as amended) FURTHER AFFIANT SAYETH NAUGHT. l AFFIA T Subscribed and sworn to before me this �`14h day of-n- p. 20 0� . (—V NOTARY Pl7BLIC My Commission Expires _ co 3 STATE OF MISSOURI ) )ss COLETTE ST. CYR ' COUNTY OF Cy(2 ) NOTARY PUBLIC - NOTARY SEAL STATE OF MISSOURI, COLE COUNTY MY COMMISSION EXPIRES DEC. 9, 2003 EXCESSIVE UNEMPLOYMENT EXCEPTION CERTIFICATION I, the undersigned, �� i r1� Iz 5_ 'E-�u` � _ , of lawful age, first being duly sworn, state to the best of my information and belief as follows: 1. That I am employed as _�C_ 0PvrcJ JL 5cr0 Aar yy by 2. That (\5P ka,4 Co___was awarded a public works contract for Project No. 32071, 2002 Overlay & Milling Program. 3. That I have read and am familiar with Section 290.290 RSMo (1994 as arnended) an act relating to transportation contracts, which impose certain requirements upon contractors and subcontractors engaged in a transportation 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 transportation 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 performing FURTHER AFFIANT SAYETH NAUGHT. AF,P ANT Subscribed t fore me this cZ9k+�da of r, 1 , 20 ba., � �'rSol'.�,�� Y �? NOTARY PUBLIC - N01*ARY SEAL. - , _ STATE OF MISSOI11I1, COLE COUNTY wtk` �� MY COMMISSION EXPIRES DEC. 9, 2003 NOTARY PXLIC My Commission Expires: �~ C_ APPROVED BY: DIRECTOR OF TRANSPORTATION, CITY OF JEFFERSON, MO i 1 CITY OF JEFFERSON CONSTRUCTION CONTRACT cry r1 THIS CONTRACT, made and entered into this day of J j '1:__ 2002, by —� ---. and between hereinafte( referred to as "Contractor", and the City of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to.as "City". w 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. 32071, 2002 Overlay & Milling Program NOW THEREFORE, the parties to this contract agree to the following: 1. Manner and time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform, and 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 ninety (90) working days from the date Contractor is ordered to proceed, which order shall be issued by the Director of Transportation within ten (10) days after the date of this contract. 2. PrevaiI1MWag s. To the extent that the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less than the "prevailing hourly rate of wages"for work of a similar character in this locality, as established by Department of labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 6, Section 026, Cole County in which the rate of wages e is 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 Director of Transportation each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City Ten Dollars ($10.00) for each workman employed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor, e t 3. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: (a) Workmen's Compensation Insurance for all of its employees to be engaged in work under this contract. (b) Contractor's Public Liability Insurance in an amount not less than$2,000,000 for all claims arising out of a single occurrence and $300,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo., and Contractor's Property Damage Insurance in an amount not less than $2,000,000 for all claims arising out of a 1 single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (c) Automobile Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (d) Owner's Protective Liability Insurance - The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City and the City as the insured, in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMO. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. (e) Subcontracts - In case any or all of this work is sublet, the Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and (c) hereof and in like amounts. (f) Scope of Insurance and Special Hazard. The insurance required under Sub- ' paragraphs (b) and (c) hereof shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such Operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. ' 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 contractorwhose subcontractor has employees working on the project, unless the ' general public liability and property damage policy (or rider attached thereto) of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. F:lengineednglWPDOCSTROJECTN2002 Projects12002 Overlay&Milling.prj.frm 4. Contractor's Responsibilily 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. 5. Liquidated Damages. The City may deduct $500.00 from any arnount otherwise due under this contract for every calendar day the Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because t 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. 6. 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. ' 7. Ci 's Ri ht to Proceed. In the event this contract is terminated pursuant to Paragraph 6, then the City may take over the work and prosecute the same to completion, 1 by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and riot in limitation of, the rights ' of the City under any other provisions of the contract, city ordinances, and state and federal laws. ' 8. Indemnily. To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the City, its elected and appointed officials, employees, and agents, from and against all claims, damages, and expenses, including but not limited to attorneys' fees arising out or resulting from the performance of the Work, provided that any such claim, damage, loss or expense attributable to bodily injury, sickness, disease F:\engineering\WPDOCS\PROJECT\2002 Projects12002 Overlay&Milling.pd.frm 1 attorneys' fees arising out or resulting from the performance of the Work, provided that any such claim, damage, loss or expense attributable to bodily injury, sickness, disease or death or to injury to or destruction of tangible property(other than Work itself) including the loss of use resulting therefrom and is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for those acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this Paragraph. 9. Payment for Labor and Materials. The Contractor agrees and binds itself to pay for all labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. 10. Supplies. The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062 RSMo 1994 as amended. Contractor shall keep and maintain records ' and invoices of all such purchases which shall be submitted to the City. 11. moment_ 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 Public Works and in accordance with the rates and/or amounts stated in the bid of Contractor dated April 2s 2002 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 _ 626 73'11.21 12. 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 if attached hereto or repeated herein. 13. 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, April 17,2002 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. 14. 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 Transportation, 320 East McCarty, Jefferson City, Missouri 65101, and Contractor at P.O. Box 104868. Jefferson City, MO 65110 . The date of delivery of any notice shall be the second full day after the day of its mailing. `15. Jurisdiction. This agreement and every question arising hereunder shall be interpreted according to the laws and statutes of the State of Missouri. IN WITNE HEREOF,the parties hereto have set their hands and seals this J� day of Gt-�. , 2002. CITY OF JEFFERSON CONTRACTOR t Titl J ATTEST: ATTEST: �•, , �,r Gc-11 2'�7 City Cler Title: APPROVED AS TO FORM: 10fty Co0gdfor i April 17,2002 s, PERFORMANCE, PAYMENT AND GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned hereinafter, referred to as "Conti-actor" and Amt,tic;in Sp(,,(Jij1►y Instir,,ma cqnsoy a Corporation organized under the laws of th(.-) State of New I-IL'i i'lipsh ire and authorized to transact business in the State of ---- as Surety, are held and firmly bound unto the hereinafter referred to as "Owner" in the penal sum of DOLLARS 21 ($ a(v,, 7 31 --L­ __), 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 .--- day of— 20 , entered into a written contract with the aforesaid Owner for furnishing all materials, equipment, tools, superintendence, labor, and other facilities and accessories, for the construction of certain improvements as designated, defined and described in the said Contract and the Conditions thereof, and in accordance with the specifications and plans therefore; a copy of said Contract being attached hereto and made a part hereof: NOW THEREFORE, if the said Contractor shall and will in all particulars, well, duly and faithfully observe, perform and abide by each and every covenant, condition, and part of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law and other Contract Documents thereto attached or, by reference, made a part thereof, according to the true intent and meaning in each case, and if said contractor shall replace all defective parts, material and workmanship for a period of one year after acceptance by the Owner, then this obligation shall be and become null and void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries and foodstuffs, F:\engincering\WPDOCS\PROJECTV002 Projects\2002 Overlay&Milling,po.frm Six Seven Hundred Thirly-One Dollars and Twenty-One Cents and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to be done, the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with interest as provided by law: PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract, or the work to be performed thereunder, or the specifications accompanying the same, shall in any wise affect its obligation on this bond and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract, or to the work, or to the specifications: PROVIDED FURTHER, that if the said Contractor fails to pay the prevailing hourly rate of wages, as shown in the attached schedule, to any workman engaged in the construction of the improvements as designated, defined and described in the said contract, specifications and conditions thereof, the Surety will pay the deficiency and any penalty provided for by law which the contractor incurs by reason of an act or omission, in any amount not exceeding the amount of this obligation together with interest as provided by law: IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the said Surety has caused these presents to be executed in its name, and its corporate seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at On this the day of _, 20 Nurlh American Specially Irrsuranc(,. CmmI)ally Ir , SURETY COMPANY CONTRACTOR BY Barbara A. Miller (SEAL) BY ' (SEAL) BY L �. 11 V4-C1, SEAL BY SEAL Attorney-in-fact B3 irl ,)m A. Nii for (State Representative) MISSOURI F!Er('ESENTATIVE ' (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond,) (630)227-4700 North American Specialty Insurance Company ' 1200 Arlington Hts Rd - Suite 400 Itasca, IL 60143-2625 a P:%engineeringlWPDOCS%PROJEC'R2002 Projects12002 Overlay&Milling.prj.frm 1 NAS SIMU"'I'Y GROUT' NOU'II AMI:RICAN SI'R('IAI:I'Y INSURANCE COMPANY WASIIINCi•I'ON IN'H-'ltNA'I'IONAI. INSURANCE:CC)MI'ANY GI:NI':ItAI, 1'O1Vh.It OF A'I'1'ORNI';Y KNOW MA.MEN IiY TI IESE' PRF.SGN'I-S,TI TAT North American Specialty Insurance Company,a coilmi Lion duly organized and existing under the laws ol'the State of New I lampshire,and having its principal office Ili the C'ty ol'lMmichester. New I lanlpshire,and Washington International Insurance Company,it corporation organized and existing under the laws ol'the State of Arizona and having its principal office in the C.'ity ol'Itascn, Illinois,each does hereby make,constitute and appoint: Christine A. l lolloway,J. Douglas Joyce,Lawrence S. Kaminsky,Michael T. Kelly, Fogene A.Klein, Barbara A. iMiller,Thomas M. higlish,Thomas P, Litz, Linda L. Nutt, Jerome J.Reardon and Eric Van Buskirk jointly or severally, its Irue and l,nvlill Attorncy(s)-in-Fact,to make,execute,sell and deliver, file and oft its behall'and as its ac;and decd,bonds or other writings obligatory in the nature of a bond on behalf of each ofsald Companies,as surety,on contracts ot'surctyship as are or may be ic(pored or permitted by haw,regulution,conuacl or otherwise,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of. TEN MILLION(10,000,000.00) DOLLARS This Power ol'Attorney is granted and is signed by fitesimile under and by the authority of the following Resolutions adopted by tine Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24"'of March,2000: •'RESOLVI?D,that any two ol'the President,any Senior Vice President,any Vice President.any Assistant Vice President,(he Secretary or any Assistant Secretary be,and cach or any of them hereby is authorized to execute it Power of Attofncy(lualil'yiny the attorney named in the given Power of Attorney to execute oil behalf of the Company,bonds,undertakings and all contracts ofsurcty,and than each or any ol'them hereby is authorized to attest to the execution ofany such Power ot'Attorney,and to attach thacin the seal ol'Ihe Company; and it is I'MU'I IER ItESOLVED,that the signmille ol'such officers and the seal ol'the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power ot'Attorney or certificate bearing such hlcsinlile signatures or facsimile seal shall he binding upon the Company when so ill,fixed and in the filtu�rre with regard to any bound,undertaking or contact ofsurcty to which it is attached. Ow\�C\AUTY%Hsii \\ Q POq �pr`R At1.0..N..A.(.,'pp y y • 'r•,,� e ' SEAL 2` Paull It.Aut.uur,1'rre drat.\<11141 Eucolhe Ulacer of wnr11lnaunr huvinullunAl Imur.mcr(bmpuiy& pl� p 7�••t�2'? :m= \'Ice I'rcdd,ni of NnU11%nivilcnn Speclnlq Inwrnnce('ongrnn) •-'CORPORATE L 2 m p day` 1073 W n� -m j ;x SEAL ay''.'YAMP`?�." ARIZONA :'ae Saeren I'..uulr nau,Sr.\'Ire I'rr.ldcnl 01\1 nrhlnpinn Onenrntlunol Inwrnucr(ongr.m).0 r n„mra Y. \'Ire 14rcldenl of Notlh,Unrrirnn SprrIu111 Imurxnn•('auqunn IN WITNESS WI IF.REOh, North Ammican Specialty Insurance Company and Washington International Insurance Compam,have caused their official seals to be hereunto affixed,and these presents to he signed by their authorized of”iccrs this �� (la),of' April 10 02 North American Specialty Insunmee 0impany Washington Intet•national Insurance ('ompany State of'Illinois County of Dui'agc ss: 1 I clay of— April 20 02 ..,helore nu;,a Notary Public, personally appeared _—_Pau11 f),. llisloti ,I'residelti and C'F.O of Washington International In trance C'umpauiy and Vice President of North American Specialty Insurance(:'onyr,my and Steven 11.Anderson Sr.Vice President of Washington international Insurance Company rL Vice President of North American Specialty Insurance Company,personally known to tile,\\ho being by ale duly sworn,acknowledged that they signed the:above Power of Allorney as officers of,and acknowledged said insu'unent to be the voluntary act and decd of:their respective companies. OFFICIAL SEAL YASMIN A PATEL (� ruorwrw M,eerc,arwre w rro�raauow rxr+wr ei near curs Yasmin A. Patel,Notary Public 1, Junes A.Carpenter ,Vice President rL Assistant Secretary of Washington International Insurance Company and the Assistant Secretary of North American Speciality Insurance Company,do hereby certify that the above and Inr(:going is it true and correct copy ol'a Power of Attorney given by the companies,which is still in loll force and ellect. IN WUNESS WI IEREOF,I have set my hand and atlixcd the seals ot'the Companies this (lay of 20 v Jam"A.Cuipenlrr,\'Ice Nold4nl hacnmilimAl Imurwnce congrany&K Ae.Aautl secrenrr)of Guar Aancrialn special)hnurmice cemlmn� GENERAL PROVISIONS FORWARD The following Articles GP-1 through GP-49 are "General Provisions of the Contract", modified as set forth in the Special Provisions. GP-1 CONTRACT DOCUMENTS It is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders, General Provisions, Special Provisions, Bid, Contract, Performance and One Year Guarantee Bond, Specifications,other documents listed in the Table of Contents and bound in this Volume. Plans, all Addenda thereto issued prior to the time of opening bids for the work, all of which are hereto attached,and other drawings,specifications,and engineering data which may be furnished by the Contractor and approved by the Owner, together with such additional drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the intent of the specifications and drawings, are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the Documents is to include the furnishing of all materials, labor, tools, equipment and supplies necessary for constructing complete and 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: i One (1)with the City Clerk of the City of Jefferson ■ One (1)with the Jefferson City Director of Transportation One (1)with the Contractor GP-2 DEFINITIONS Wherever any work or expression defined in this article,or pronoun used in its stead,occurs in these contract documents, it shall have and is mutually understood to have the meaning herein given: 1. "Contract"or"Contract Documents"shall include all of the documents enumerated in the previous ' article. 2. "Owner", "City", or words Party of the First Part", shall mean the party entering into contract to secure performance of the work covered by this Contract and his or its duly authorized officers or eagents. Generally this will be the"City of Jefferson". 3. "Contractor"or the words"Party of the Second Part" shall mean the party entering into contract for the performance of the work covered by this contract and his duly authorized agents or legal representatives. 4. "Subcontractors" shall mean and refer to a corporation, partnership, or individual having a direct ' contract with the Contractor, for performing work at the job site. 5. "Engineer" shall mean the authorized representative of the Director of Transportation, (i.e., the Engineering Supervisor). G. "Construction Representative"shall mean the engineering or technical assistant duly authorized by the Engineer limited to the particular duties entrusted to him or them as subsequently set forth herein. 7. "Date of Award of Contract" or words equivalent thereto, shall mean the date upon which the successful bidder's proposal is accepted by the City. 8, "Day" or "days", unless, herein otherwise expressly defined, shall mean a calendar day or days of twenty-four hours each. 9. "The work" shall mean the work to be done and the equipment, supplies and materials to be furnished under this contract, unless some other meaning is indicated by the context. 10. "Plans" or"drawings" shall mean and include all drawings which may have been prepared by the Engineer as a basis for proposals, all drawings submitted by the successful bidder with his proposal and by the Contractor to the City, if and when approved by the Engineer, and all drawings submitted by the City to the Contractor during the progress of the work, as provided for herein. 11. Whenever in these contract documents the words "as directed", "as required", "as permitted", "as allowed", or words or phrases of like import are used, it shall be understood that the direction, requirement, permission, or allowance of the City and Engineer is intended. 12. Similarly the words"approved", "reasonable", "suitable", "acceptable", "properly", "satisfactory", or words of like effect and import, unless otherwise particularly specified herein, shall mean approved, reasonable, suitable, acceptable, proper or satisfactory in the judgment of the City and Engineer. 13. Whenever any statement is made in these Contract Documents containing the expression "it is understood and agreed" or any expression of the like import, such expression means the mutual understanding and agreement of the Contractor and the City. 14. "Missouri Highway Specifications" shall mean the latest edition of the "Missouri Standard Specifications for Highway Construction" prepared by the Missouri Highway and Transportation Commission and published before the date of this contract. 15. "Consultant"shall mean the firm,company,individual,or its/his/herduly authorized representative(s) under separate agreement with the City of Jefferson that prepared the plans, specifications, and other such documents for the work covered by this contract. GP-3 THE CONTRACTOR It is understood and agreed that the Contractor, has by careful examination satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of this contract,shall affect or modify any of the terms or obligations eherein contained. The relation of the Contractor to the City shall be that of an independent contractor. GP4 THE ENGINEER The Engineer shall be the City's representative during the construction period and he shall observe the work In process on behalf of the City by a series of periodic visits to the job site. He shall have authority to act on behalf of the City. The Engineer assumes no direction of employees of the Contractor or subcontractors and no supervision of the construction activities or responsibility for their safety. The Engineer's sole responsibility during construction is to the City to endeavor to protect defects and deficiencies in the work. Any plan or method of work suggested by the Engineer,or other representative of the City, to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor; and the Engineer and the City will assume no responsibility therefore. GP-5 BOND Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the full amount of the contract sum. This surety bond, executed by the Contractor to the City, shall be a guarantee: (a) for the faithful performance and completion of the work in strict accordance with the terns and intent of the contract documents; (b) the payment of all bills and obligations arising from this contract ' which might in any manner become a claim against the City; (c) for the payment to the City of all sums due or which may become due by the terms of the contract, as well as by reason of any violation thereof by the Contractor; and for a period of one year from and immediately following the acceptance of the completed project by the City, the payment to the City of all damage loss and expense which may occur to the City by reason of defective materials used, or by reason of defective or improper workmanship done, in the furnishing of materials, labor, and equipment in the performance of the said contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the property sureties through a company licensed and qualified to operate in the state and approved by the City. Bond shall be signed by an agent resident in the state and date of bond shall be the date of execution of the contract. If at any time during the continuance of the contract the surety on the Contractor's bond becomes irresponsible, the City shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the City within ten (10) days after notice to do so. In default thereof, the contract may be suspended,all payments or money due the Contractor withheld,and the contract completed as hereinafter provided. GP-6 INSURANCE GP-6.1 GENERAL: The Contractor shall secure, pay for and maintain during the life of the Contract, insurance of such types and amounts as necessary to protect himself, and the City, against all hazards enumerated herein. All policies shall be in the amounts, form and companies satisfactory to the City. The insuring company shall deliver to the City certificates of all insurance required, signed by an authorized representative and stating that all provisions of the following specified requirements are complied with. All certificates of insurance required herein shall state that ten (10) days written notice will be given to the City before the policy is canceled or changed. All certifications of insurance shall be delivered to the City prior to the time that any operations under this contract are started. All of said Contractor's certificates of insurance shall be written in an insurance company authorized to do business in the State of Missouri. GP-6.2 BODILY INJURY LIABILITY & PROPERTY DAMAGE LIABILITY INSURANCE (1) Bodily Injury Liability insurance coverage providing limits for bodily injuries, including death, of 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 INSURANCES C( OVERING 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 limit, GP-6.5 OWNER'S PROTECTIVE LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage insurance issued in the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor or his subcontractors in fulfilling this contract. The minimum amount of such insurance shall be the same as required for Bodily Injury Liability and Property Damage Liability Insurance. This policy shall be filed with the Owner and a copy filed with the Engineer. GP-6.6. EXCLUSIONS rThe above requirements GP-6,2,6.3, 6.5 for property damage liability shall contain no exclusion relative to: (1) Blasting or explosion. (Consult Technical Specifications Fart I for possible deletion of this requirement on subject project.) (2) Injury or destruction of property below the surface of the ground, such as wires, conduits, pipes, mains, sewers, etc., caused by the Contractor's operations. (3) The collapse of, or structural injury to, any building or structure on or adjacent to the City's premises, or injury to or destruction of property resulting therefrom, caused by the removal of other buildings, structures, ' or supports, or by excavations below the surface of the ground. GP-6.7 AUTOMOBILE BODILY INJURY LIABILITY& AUTOMOBILE PROPERTY DAMAGE LIABILITY ' INSURANCE Contractor shall carry in his name, additional 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 riot 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 trucks on and off the site of the project. GP-6.8 EMPLOYER'S LIABILITY AND WORKMEN'S COMPENSATION Employer's and Workmen's Compensation Insurance as will protect him against any and all claims resulting from injuries to and death of workmen engaged in work under this contract, and in addition the Contractor shall carry occupational disease coverage with statutory limits, and Employer's Liability with a limit of $300,000 per person. The"All State" endorsement shall be included. ' In case any class of employees is not protected under the Workmen's Compensation Statute, the Contractor shall provide and cause such contractor to provide adequate employer's liability coverage as will protect him against any claims resulting from injuries to and death of workmen engaged in work under this contract. GP-6.9 INSTALLATION FLOATER INSURANCE This insurance shall insure and protect the Contractor and the City from all insurable risks of physical loss or damage to materials and equipment, not otherwise covered under Builder's Risk Insurance, when in warehouses or storage areas, during installation, during testing and until the work is accepted. It shall be of the"All Risks"type,with coverage designed for the circumstances which may occur in the particular work included in this contract. The coverage shall be for an amount not less than the value of the work at completion, less the value of the material and equipment insured under Builder's Risk Insurance. The value shall include the aggregate value of the City-furnished equipment and materials to be erected or installed by the Contractor not otherwise insured under Builder's Risk Insurance. Installation Floater Insurance shall also provide for losses, if any, to be adjusted with and made payable to the Contractor and the City as their interests may appear. ' If the aggregate value of the City-furnished and Contractor-furnished equipment is less than $10,000 such equipment may be covered under Builder's Risk Insurance, and if so covered, this Installation Floater Insurance may be omitted. GP-6.10 CONTRACTOR'S RESPONSIBILITY FOR OTHER LOSSES For the considerations in this agreement heretofore stated, in addition to Contractor's other obligations, the Contractor assumes full responsibility for all loss or darnage from any cause whatsoever to any tools owned by the mechanics, any tool machinery, equipment, or motor vehicles owned or rented by the Contractor's, his agents, sub-contractors, material men or his or their employees; to sheds or other temporary structures, scaffolding and staging, protective fences, bridges and sidewalk hooks. The Contractor shall also assume responsibility for all loss or damage caused by, arising out of or incident to larceny, theft, or any cause whatsoever (except as hereinbefore provided) to the structure on which the work of this contract and any ' modifications, alterations, enlargements thereto, is to be done, and to materials and labor connected or to be used as a part of the permanent materials, and supplies necessary to the work. GP-6.11 CONTRACTOR'S RESPONSIBILITY ON D_ AMAGES & CLAIMS INDEMNIFYING CITY The Contractor shall indemnify and save harmless the City and Engineer and their officers and agents, of and from all losses,damages,costs,expenses,judgments, or decrees whatever arising out of action or suit ' that may be brought against the City or Engineer or any officer or agent of either of them, for or on account of the failure, omission, or neglect of the Contractor to do and perform any of the covenants, acts, matters, or things by this contract undertaken to be done or performed, or for the injury, death or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim orclaims 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 forwhich 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 SUBCONTRACTS,PRINCIPAL MATERIALS & EQUIPMENT Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of the principal items of materials and equipment which he proposes to use in the construction of the project. The Contractor agrees that he is as fully responsible to the City for the acts and omissions of his subcontractors and of person either directly or indirectly employed by them as he is for the acts and omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the City. No officer, agent or employee of the City, including the Engineer, shall have any power or authority whatsoever to bind the City or incur any obligation in its behalf to any subcontractor,material supplier or other person in any manner whatsoever. GP-9 OTHER CONTRACTS The City reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results on the work of any other contractor, the Contractor shall inspect and prorriptly 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 1 It is agreed that all royalties for patents or patent claims,infringement whether such patents are for processes or devices, that might be involved in the construction or use of the work, shall be included in the contract amount and the Contractor shall satisfy all demands that may be made at any time for such and shall be liable for any damages or claims for patent infringements, and the Contractor shall at his own expense, defend any and all suits or proceedings that may be instituted at any time against the City for infringement or alleged infringement of any patent or patents involved in the work, and in case of an award of damages, the said Contractor shall pay such award; final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. GP-12 SCOPE AND INTENT OF SPECIFICATIONS AND PLANS G113-12.1 GENERAL ' These Specifications and Project Plans are intended to supplement, but not necessarily duplicate each other, and together constitute one complete set of Specifications and Plans so that any work exhibited in the one and not in the other, shall be executed just as if it has been set forth in both, in order that the work shall be completed according to the complete design of the engineer. Should anything be omitted from the Specifications and Plans which is necessary to a clear understanding of the work, or should it appear various instructions are in conflict, then the Contractor shall secure written ' instructions from the Engineer before proceeding with the construction affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning and intent of the contract, specifications and plans. GP-12.2 FIGURED DIMENSIONS TO GOVERN Dimensions and elevations shown on the plans shall be accurately followed even though they differ from scaled measurements. No work shown on the plans, the dimensions of which are not indicated shall be executed until the required dimensions have been obtained from the Engineer. GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES The Contractor shall check all dimensions, elevations and quantities shown on the plans, and schedules given to him by the Engineer, and shall notify the Engineer of any discrepancy between the plans and the c:onditions 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 trades or industries involved, shall be used. GP-12,4 STANDARD SPECIFICATIONS Reference to standard specifications of any technical society,organization or association,or to codes of local or state authorities,shall mean the latest standard,code,specification,or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise GP-13 CONSTRUCTION REPRESENTATIVE AT PROJECT The City may appoint or employ such Construction Representative as the City may deem proper,to observe the work performed under this Contract, to the end that said work is performed, in substantial accordance with the plans and specifications therefor. The Project Representative assumes no direction of employees of the Contractor or Subcontractors and no supervision of the construction activities or responsibility for their safety. The sold duty of the Project Representative during the construction is to the City to endeavor to protect against defects and deficiencies in the work. The Contractor shall regard and obey the directions and instructions of the Construction Representative so appointed,when the same are consistent with the obligations of this contract and the specifications therefor, provided, however,that should the Contractor object to any order given by the Construction Representative, the Contractor may make written appeal to the Engineer for his decision. The Construction Representative and other properly authorized representatives of the City shall be free at all times to perform their duties, an intimidation or attempted intimidation of any one of them by the Contractor or by any of his employees shall be sufficient reason, if the City so decides, to annul the contract. Such construction representation shall not relieve the Contractor from any obligation to perform said work strictly in accordance with the plans and specifications or any modifications thereof as herein provided, and work 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 be rejected by the Engineer at any time before the final acceptance of the work, even though the same may have been previously overlooked and estimated for payment. The Construction Representative shall have no authority to permit any deviation from the plans and specifications except on written order from the Engineer, and the Contractor will be liable for any deviation except on such written order. e 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 Transportation 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 Transportation not less than 48 hours before stakes are required. No claims shall be made because of delays if the contractors frail 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 tine condition of all materials furnished by him, and tie 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. GP-16 WATER All water required for and in connection with the work to be performed shall be provided by the Contractor at his sole cost and expense. GP-17 POWER All power for lighting,operation of the Contractor's plant or equipment or for any other use by the Contractor, shall be provided by the Contractor at his sole cost and expense. GP-18 SUPERINTENDENCE AND WORKMANSHIP The Contractor shall keep on his work, during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to tine Contractor. The Contractor shall provide proper tools and equipment and the services of all workmen, mechanics, tradesmen,and other employees necessary in the construction and execution of the work contemplated and outlined herein. The employees of tine Contractor shall be competent and willing to perform satisfactorily the work required of there. Any employee who is disorderly, intemperate or incompetent or who neglects or refuses to perform his work in a satisfactorily manner, shall be promptly discharged. ' It is called particularly to the Contractor's attention that only first class workmanship will be acceptable. GP-19 MAINTENANCE OF TRAFFIC Whenever any street is closed, the Police Department, Fire Department, and Ambulance Services shall be notified prior to the closing. When a portion of the project is closed to through traffic, the Contractor shall provide proper 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 Transportation. All detour signing shall conform to the"Manual on Uniform Traffic Control Devices". 1 Throughout the project, wherever homes are served directly from a street or portion of a street which is to be reconstructed tinder this project, the Contractor shall make every effort to provide access to each home every night. This work shall be subsidiary to the construction and no direct payment will be made for it. GP-20 BARRICADES AND LIGHTS All streets, roads, highways, and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations shall be provided with suitable barriers, signs, and lights to the extent that adequate protection is provided to the public. Obstructions,such as material piles and equipment, shall be provided with similar warning signs and lights. All 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 times shall be so conducted, as to cause the minimum obstruction and inconvenience to the traveling public, All barricades, signs, lights and other protective devices shall be installed and maintained in conformity with applicable statutory requirements, and in conformance with the Manual of Uniform Traffic Control Devices. All necessary barricades,signs,lights and other protective devices will be furnished,installed and maintained by the Contractor. This work shall be subsidiary to the construction and no direct payment will be made for ' it. GP-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES 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 not shown by the plans, or found in locations different than those indicated, shall not constitute a claim for extra work, additional payment or damages. No payment will be made to the Contractor for locating and protecting utilities and cooperating with their owners, and any damages caused to the utilities by the Contractor's negligence shall be repaired entirely at the Contractor's expense, Utilities, other than sanitary sewers and water mains, which, in the opinion of the Engineer, must be moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be moved shall be re-laid by the Contractor and paid for at the prices bid. Only sewers which must be moved because of direct conflict with the storm sewer conduit will be paid for in this manner. Sewers damaged by excavation but not in direct conflict with the storm sewer will be repaired at the Contractor's expense. ' GP-22 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 property and utilities when such property is liable to injury or damage through the performance of the work, and shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. In an emergency affecting the safety of life or of the work or of adjoining property, the Contractor, without special instruction or authorization,is hereby permitted to act at his discretion to prevent such threatened loss or injury, and he shall so act. Any compensation, claimed 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. GP-24 NO WAIVER OF RIGHTS Neither observation of work by the City or any of their officials, employees, or agents, nor any order by the City for payment of money, or any payment for, or acceptance of, the whole or any part of the work by the City, nor any extension of time, nor any possession taken by the City or its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the City, or any right to damages herein provided, nor shall any waiver of any breach in this contract be held to be a waiver of any other or subsequent breach. GP-25 USE OF COMPLETED PORTIONS If desired by the City, portions of the work may be placed in service when completed or partially completed and the Contractor shall give proper access to the work for this purpose; but such use and operation shall riot constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period therenfler. GP-26 ADDITIONAL. OMITTED OR CHANGED WORK 1110 Owner, without invalidating the Contract, may order additional work to be done in connection with the Contract or rmay alter or deduct from the work, the Contract sum to be adjusted accordingly. All such work shall be executed to the same standards of workmanship and performance as though therein included. 1'ho t;nginool shrill have authority to make minor changes in the work,not involving cost,and not inconsistent Will) 11113 purposos of the work, Except for adfu6,411011tS of aslimated quantities for unit price work or materials to conform to actual pay quanlilio5 therolor as mr.ry be provided for in the Special Conditions,all changes and alterations in the terms or scope of tho Conlroct shall be made under the authority of duly executed change orders issued and signed by Iho Owner and accoplod and signed by the Contractor. All work increasing the cost shall be done as authorizod by the Owner and ordered in writing by the Engineer, which order shall state the location, charautor, amount, rand mothod of compensation. No additional or changed work shall be made unless in purskionco of such written order by the E=ngineer, and no claim for an addition to the Contract sum shall be valid unions rm ordored, r 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 pricey therefor. Otherwise, such work shall be paid for as "Extra Work" as hereinafter provided in this Article GP-26. If the modification or alteration decreases the amount of work to be done, such decrease shall not constitute r the basis for a claim for damages or anticipated profits on work affected by such decrease. Where the value of omitted work Is not covered by applicable unit prices, the Engineer shall determine on an equitable basis the amount of: 1. Credit due the Owner for Contract work riot done as a result of an authorized change, 2. Allowance to the Contractor for any actual loss incurred in connection with the purchase, delivery and subsegUr nt disposal of rnatorials or equipment required for use on the work planned and which could riot be used in any part of the work as actually built. 3. Any other adjustment of the Contract amount where the method to be used in making such adjustments is not clearly defined in tho contract documents Statements for extra work shall be rendered by the Contractor riot later than fifteen (15) days after the completion of each assignment of extra work and if found correct will be approved by the Engineer and submitted for payment with the next regular monthly ostimate. The Owner reserves the right to contract with any person or firm other than the Contractor for any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. Extra Work: (a) The term "Extra Work" shall be understood to mean and include all work that may be required to accomplish any change or alteration in or addition to the work shown by the Plans or reasonably implied by the Specifications and not covered by the Contract proposal items and which is not otherwise provided under this Article GP-26, (b) The Contractor shall perform all extra work under the direction of the Engineer when authorized by the Owner. The compensation to be paid the Contractor for performing extra work shall be determined by.one or more of the following methods: 1. Method A: By agreed unit price 2. Method B: By agreed lump sum ' 3. Method C: If neither Method A or Bran be agreed upon before the work is started, then the work shall be by force account as per Section 109,Measurement and Payment, of the Missouri Standard Specification for Highway Construction, as published by the Missouri State Highway and Transportation Commission. GP-27 SUSPENSION OF WORK ' The Owner rraay at any time suspend the work, or any part thereof by giving ten (10) days notice to the Contractor in writing. The work shall be resumed by the Contractor within ten (10)days after the date fixed in the written notice from the Owner to the Contractor to do so. 1 1 But if the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Owner does not give notice in writing to the Contractor to resume within a reasonable period of time,then the Contractor may abandon that portion of the work so suspended and he will be entitled to the estimates and payments for all work done on the portions abandoned, if any. GP-28 OWNER'S RIGHT TO DO WORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this contract, the Owner, after ten (10)days written notice to the Contractor, may,without prejudice to any other remed%/he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. GP-29 OWNER'S RIGHT TO TERMINATE CONTRACT If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency,or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor five (5)days written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever method he may deem expedient. B In such case, no further payment will be made the Contractor until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work., including compensation for additional managerial and administrative services,such expenses shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. GP-30 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be stopped under an order of any court, or other public authority, for a period of three months, through no act or fault of the Contractor or of anyone employed by him, then the Contractor may, upon five (5) days written notice to the Owner and the Engineer, stop work or terminate his contract and recover from the Owner payment for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages. GP-31 LOSSES FROM NATURAL CAUSES 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 not be affected adversely thereby. No portion of the work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken by the Contractor to perform the work in a proper and satisfactory manner. GP-34 OMITTED GP-35 MATERIALS AND EQUIPMENT Unless specifically provided otherwise in each case, all materials and equipment furnished for permanent installation in the work shall be new, unused, and undamaged when installed or otherwise incorporation in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized by the Engineer in each case. GP-36 DEFENSE OF SUITS In case any action at law or suit in equity is brought against the City or any officer or agent of them for or on account of the failure, omission, or neglect of the Contractor to do and perform any of the covenants, acts, matters, or things by this contract undertaken to be done or performed, or for the injury or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim orclaims based on the lawful demands of subcontractors,workmen,material men, or suppliers of machinery and parts thereof,equipment, power tools, and supplies incurred in the fulfillment of this contract, the Contractor shall indemnify and save harmless the City and their officers and agents, of and from all losses, damages, costs, expenses,judgments, or decrees whatever arising out of such action or suit that may be brought as aforesaid. GP-37 CHANGE ORDER Any changes or additions to the scope of work shall be through a written order from the Engineer to the Contractor directing such changes in the work as made necessary or desirable by unforeseen conditions or events discovered or occurring during the progress of the work. GP-311 CONTRACT TIME The time for the completion of the work is specified and it is an essential part of the contract. The Contractor will not be entitled to any extension of contract time because of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. If the time for the completion of the work is based upon working days, this time will be specified in the contract. A working day is defined as any day when, in the judgment of the Engineer, soil and weather conditions are such as would permit any then major operation of the project for six (6) hours or over unless other unavoidable conditions prevent the Contractor's operation. If conditions are such as to stop work in less than six(6) hours, the day will not be counted as a working day. ' 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-39 CONTRACT TIME EXTENSION The Engineer may make allowance for time lost due to causes which he deems justification for extension ' of contract time. If the Contractor claims an extension of contract time on the grounds that he is unable to work due to causes beyond his control, he shall state his reasons in writing, furnish proof to establish his claim and state the approximate number of days lie estimates tie 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. 1 GP40 LI(aUIDATED DAMAGES Time is an essential element of the contract and it is therefore important that the work be pressed vigorously to completion. Should the Contractor or in case of default the surety fail to complete the work within the time specified in the contract, or within such extra time as may be allowed in the manner set out in the preceding sections, a deduction of an amount as set out in the contract will be made for each day and every calendar day that such contract remains uncompleted after the time allowed for the completion. The said amount set out in the proposal is hereby agreed upon, not as a penalty but as liquidated damages for loss to the City and the public,after the expiration of the time stipulated in the contract, and will be deducted from any money due the Contractor under the contract, and the Contractor and his surety shall be liable for any and 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. GP41 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 darnaged or that was riot done in accordance with the Contract, an equitable deduction frorn the Contract price shall be made therefore. (c) LUMP SUM ITEMS Payment for each lump sum item shall be at the lump sure bid for the item, complete in place, and shall include the costs of all labor, materials, tools, and equipment to construct the itern 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 City 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 awn 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 Transportation a Affidavit of Compliance with Prevailing Wage Law on prescribed form attached to the back of these contract documents. GP-42 RELEASE OF LIABILITY The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof, from all claims and liability to the Contractor for anything done or furnished for, or relating to the work, or for any act or neglect of the Owner or of any person relating to or affecting the work. GP-43 CERTIFICATIONS GP43.1 All suppliers of materials such as drainage pipe or handrail and all suppliers of asphaltic concrete or portland cement concrete mixtures shall certify in writing that the product as supplied conforms fully with these specifications. Such certification shall be delivered in triplicate to the Department of Transportation at least 24 hours before the product is to be used on the project. GP43.2 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-44 LOCAL PREFERENCE In making purchases or in letting contracts for the performance of any job or service, the purchasing agent shall give preference to all firms, corporations or individuals which maintain offices or places of business within the corporate limits of the City of Jefferson, when the quality of the commodity or performance promised is equal or better and the price quoted is the same or less. GP45 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. GP46 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 wbom 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. GP47 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORKS' CONTRACTS LAW Upon completion of project and prior to final payment, each contractor and subcontractor hereunder shall file with the City of Jefferson, Missouri,Transportation Department, an affidavit stating that the contractor or ' subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo (1994 as amended), an act relating to Public Works contracts. The City of Jefferson shall not issue a final payment until such affidavit is filed. GP-48 MISSOURI LABORER .REQUIREMENT Whenever there is a period of excessive unemployment in Missouri, which is defined as any month immediately following two consecutive calendar months during which the level of unemployment in the State has exceeded five percent(5%)as measured by the U.S. Bureau of Labor Statistics in its monthly publication of employment and unemployment figures,only Missouri laborers or laborers from non-restrictive states may be hired by the contractor or subcontractors to work on this Transportation 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 Transportation Director of the City of Jefferson, Missouri. Nor does this provision apply to regularly employed non-resident executive, supervisory or technical personnel or projects where federal aid funds are being utilized in the act and this provision would conflict with any federal statute, rule or regulation. Laborers from non-restrictive states means persons who are residents of a state which has not enacted state laws restricting Missouri laborers from working on public works projects in that state, as determined by the Missouri Labor and Industrial Relations Commission. A Missouri laborer means any person who has resided in Missouri for at least thirty(30) days and intends to become or remain a Missouri resident. GP-49 LIABILITY FOR COMPLIANCE WITH PUBLIC WORKS CONTRACTS LAW AND MISSOURI LABORER REQUIREMENT In the event a contractor or subcontractor hereunder files with the City of Jefferson an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo(1994 as amended), when in fact the contractor or subcontractor has not complied,to the extent that any liability is assessed against the City of Jefferson, Missouri, or any additional expenses are incurred by the City of Jefferson, Missouri, any contractor making the false statement, or whose subcontractor makes a false statement, shall hold harmless and indemnify the City for any liability assessed against it or any additional expenses incurred. Any contractor who fails to comply with the requirements of hiring only Missouri laborers or laborers from non-restrictive states, absent statutory exceptions, whenever there is a period of excessive unemployment in Missouri, agrees to hold harmless and indemnify the City of Jefferson, Missouri, for any liability that may be assessed against it or any additional expenses incurred by the City of Jefferson, Missouri, because of the contractor or subcontractor's failure to comply. END OF GENERAL_ PROVISIONS SPECIAL PROVISIONS FORWARD: The provisions of this section take precedence over any other provisions in these specifications. SPA ADVANCE NOTICE The Department of Transportation shall be notified at least forty-eight (48)hours in advance of the start of construction. Coordination for street paving will be primarily through the Street Division of the Transportation Department, and coordination for parking lot paving will be through the Parking Division of the Transportation Department. Coordination of the milling, overlay, pavement marking and texturing for the Downtown Streetscape Project shall be done with the City and Project Coordinator. SP-2 SEQUENCE OF OPERATION The milling, crack sealing, reflective crank control and overlay operations will be sequenced to minimize the inconvenience to the traveling public. the contractor will not be permitted to place any final surface course until the base widening, the leveling course and the binder course have been completed throughout the entire combination of sections, unless otherwise authorized by the Department of Transportation. The proper condition of the base widening, the level course, and the binder course at the time of placing the surface course, shall be the Contractor's responsibility. SP-3 SURFACED APPROACHES At locations designated in the contract or as directed by the Department of Transportation, approaches are to be primed in accordance with the specifications and surfaced with Grade C asphaltic concrete. Approaches shall not be surfaced until the surface course adjacent to the entrance is completed. No direct payment will be made for any work required to condition and ® prepare the subgrade on the approaches. SP-4 PAVEMENT REPAIRS A blow-up will be considered to be that area where excessive expansion has resulted in distress to the existing pavement. Blow-ups occurring prior to the application of the tack coat on the existing surface will be repaired by the City of Jefferson. Blow-ups occurring after the application ' of the tack coat shall be repaired by the Contractor. SP-5 SURFACE PREPARATION iThe City of Jefferson shall be responsible for the preparation of streets, roadways, and other areas listed in the paving schedule, including removal and replacement of any soft spots with ' materials compatible with the pavement type encountered. SP-6 JOINT PREPARATION The contractor shall be responsible for the preparation of, including cleaning, filling, or other repairs to transverse and longitudinal joints, or to any random cracks that is required prior to the installation of a Paving Joint Reflective Crack Control System. This requiredjoint preparation shall be considered as part of the work required in the installation of the Reflective Crack Control System. The cost for this preparation shall be included in the unit price for the installation of the Reflective Crack Control System. SP-7 SWEEPING The City of Jefferson shall be responsible for sweeping after the milling operation and prior to tack coat application and overlay operations. SP-8 TRAFFIC CONTROL The streets under this project shall be kept open to traffic at all times unless permission is obtained from the engineer to close said streets. All necessary flagmen, barricades, warning signs, and cones shall be provided by the contractor in accordance with the MUTCD, and no additional compensation will be allowed. ' SP-9 TRACK TYPE PAVING EQUIPMENT The Department of Transportation reserves the right to require a track type paver should it deem it necessary. SP-10 DISPOSAL OF MILLINGS 1 The City will supply a number of dump trucks and qualified drivers to accept the asphalt cuttings for all work done in the City of Jefferson. The contractor shall load cuttings onto the dump trucks provided. All materials removed by the planing machine will be the property of the City. The contractor may be required to supply additional dump trucks and qualified drivers. If such work is required it shall be paid for at the unit price bid. SP-11 PURCHASE OF ASPHALT MILLINGS FROM CITY OF JEFFERSON a The City of Jefferson intends to keep for its own use approximately 1,000 tons of the asphalt millings obtained during the milling operation. The purchase of the remaining estimated tonnage of millings is included as a bid item in the proposal. Asphalt millings will be bid per ton delivered dumping site. The bidder must have a suitable scale available at or on route to the dumping site. Materials may be hauled as they are milled from the pavement, and the bidder must be prepared to take delivery at that time. ' Should the bidder desire delivery outside the city limits, additional arrangements must be made. Any costs incurred by the city over and above the costs of delivery inside the city limits must be reimbursed by the purchaser. r SP-12 COOPERATIVE PROCUREMENT The City of Jefferson has entered into cooperative purchasing agreements with the County of Cole and the Jefferson City Housing Authority. The Cole County and/or the Jefferson City Housing Authority may or may not request an unknown quantity of goods or services under this bid or resulting agreement period at the same prices, terms and conditions stated herein. It is understood and agreed that each participating political subdivision will make its own separate contract with the successful bidder, that each participating political subdivision shall only be liable to the successful for materials or supplies contracted for by such political subdivision, and each successful bidder shall be required to bill each participating political subdivision directly for the materials or supplies purchased. In the event of any dispute between a political subdivision and a successful bidder arising after a contract of purchase has been executed, such dispute shall be handled by and between the particular political subdivision affected and the contractor. SPA 3 CERTIFICATION OF BITUMINOUS MIXING PLANT The bituminous mixing plant used in the production of the bituminous paving materials to be utilized for this project shall meet the specifications in Section 404 of the latest edition of the ' "Missouri Standard Specifications for Highway Construction". Only plants that have been certified to produce paving materials for the use in MoDOT projects or projects requiring the same type of certifications may be used, The City will require documentation or calibration of the mixing plant. SP-14 TEXTURED ASPHALT PAVEMENT AND THERMOPLASTIC PAVEMENT MARKING The City has bid the Downtown Streetscape Project, which includes reconstruction of sidewalks, curb and gutter for the 100, 200, 300 blocks of E. High Street and the 200 block of Madison Street. These blocks are scheduled to be milled, overlayed, and have pavement marking, and textured asphalt pavement as a part of this contract. The Textured Asphalt Pavement shall rneet the Technical Specifications - TS 8 and constructed as shown on the plans. The pavement ' marking will be Thermoplastic Pavement Marking meeting "Missouri Standard Specifications for Highway Construction", and installed as shown on the plans. This work shall be done, as soon as possible, after the Downtown Streetscape Project is complete. The current schedule calls for the project to be completed November 1, 2002. The contractor will coordinate this work with the City and the Downtown Streetscape Contractor. Payment for textured asphalt paving shall include all labor equipment to install the Street Print system as specified and shall be measured by the square foot in place. Base Bid Textured Asphalt Paving shall include the installation of the stamping patterns as detailed and to the dimensions and locations as indicated in the plans with the application of one uniform standard color to the entire patterned surface. Alternate A Bid Textured Asphalt Paving shall include the installation of the stamping patterns as detailed and to the dimensions and locations as indicated in the plans with the application of two standard colors to the patterned surfaces as indicated on the plans and details. March 15, 2002 r I '..END OP SPECIAL PROVISIONS - PagR 1;of 2 p. *, t ::Z�,. �11.71 . i ... ... ,. , I f. ,. . , ..1. % . I I � I , I� I . , � I . � . �I " I I : � , I � � � I� .� . -,�,."I,-� ,,;.-��;', ., ..' .. . I .. .. - '% , i ' . � , + �, I::'. .. .,11 �:% I . �� ���. . �. I i � I I I . .� i�. I �. I .I . . I � �.I I I I :,I- �� � �'' .. ,.I ",' I .. r` :. . . .. .11. . . r , . . ,I .....I I .- .. ..11 I 1,"t I I.. .. .. .l I .. . f, 4 j` j�4!'. % , i iair .. .i.. 1' , ••�� ... March 15,2042 *� Ens < i `� �.1 ` } 1. %y P 3 y S J' 7p l,J 'i t {. } •.'t. .�.i.. 1 .�:,AiTtywi TECHNICAL SPECIFICATIONS TS-1 Plans There are no drawn plans for this work. The work is to be located on streets and alleys as designated in the Schedule of Quantities, except for the areas designated as Parking Lot Nos. 8, 10, 11, 13, 14, 15, 16, 22 and 24 as shown in the attachments included with these bid documents (see attachment). The areas and quantities given in the Schedule of Quantities are estimates only and may be increased or decreased as directed by the Department of Transportation. The areas given in tiie Schedule of Quantities as "Milling Area" do not in all cases include all of the street areas between limits given, but represent an estimated square yards of area within those limits that are to be planed. TS-2 Working Time Limitation Due to the high volume of vehicular traffic on certain routes included in this project, work shall cease at 4:00 p.m. unless specifically waived by the Department of Transportation. TS-3 Cold Milling`Reguirements ' TS-3.1 Planing Machine Equipment The planing machine to be used int his contract shall be designed and built for cold planing work, shall be self-propelled and shall have a means of planing or milling the old pavement surface. A dust suppression system must be part of the equipment. The drum patterns shall permit a grooved or smooth surface finish as selected by the Department of Transportation. The drum shall be totally enclosed to prevent discharge of any loosened material on adjacent work areas. Maximum width of the planing machine will riot be restricted. A minimum of 42 inches is preferred. Smaller machines may be used for auxiliary purposes only. The planing equipment shall provide for pick-up of cuttings and elevating into dump trucks all in a single operation. Use of front end loaders as the primary means of pick- up will not be construed as a single operation nor will side loading of dump trucks be permitted. The cold planing machine shall have adequate power to force the cutting edge(s)of the drum teeth to the desired depth below the surface of the pavement without causing undue irregularities in the surface of the planed pavement. The planer shall be so designed and constructed that it is capable of cutting flush to all curbs, inlets, manholes, or other similar obstruction within the paved area. Drum lacing patterns shall permit a smooth surface finish after planing with groove spacing not to exceed one (1) inch unless otherwise approved by the Department of eTransportation. The planing machine shall be equipped with a flashing yellow light visible from 360 degrees. The light shall be mounted near the rear of the machine and shall be used ' whenever the machine is being used or moved upon the City streets. A:IOVERLAY'01.fm7 TS-3.2 Methods of Operation The nature and condition of the cold planing equipment and the manncer of performance of the work shall be such (fiat the finished planed surface of the pavement is not torn, gouged, shoved, broken, oil coated or otherwise injured by the planing operation. The cold milling generally consists of milling off the surface to a depth of 2". It is anticipated that on some areas the cold milling depth will be greater than the typical 2" to maintain a good profile and drainage. Additionally, where brick is the underlying material, it will be necessary to mill to the top of the bricks or to sound asphalt. Any unsound material remaining on the bricks after milling shall be removed at the contractor's expense. In the event two (2) machines are used, they will be run in tandem so as to occupy only one lane. Planing work shall be limited to a maximum of one lane, 500 running foot length of operation. This running distance shall be from the planing machine to the last operated piece of equipment in said lane or where circumstances warrant, the operating distance may be increased with the approval of the Department of Transportation. TS-3.2.1 Intersecting Streets: The contractor shall plane through intersections unless directed otherwise by the Department of Transportation. Work on cross street intersection areas outside the ' through traveled way will be required in certain areas. TS-3.2.2 Portland Cement Concrete Pavements: Unless otherwise directed, concrete pavements shall be edge-Trilled approximately six (6) feet. The milling operation shall commence at a distance of two (2) feet from the face of the curb or at the gutter lip. The depth of cut at the limit of the n-filling nearest the curb shall be a minimum of two (2) inches and should taper to the existing pavement surface approximately eight (8) feet from the face of the curb. The finished product should present the appearance of a concrete gutter pan of a uniform width of two (2) feet in width from the face of the curb. TS-3.2.3 Transoortina Equipment: All equipment used by the Contractor having metal tracks shall not be driven over streets other than those streets being planed. Such equipment must be transported. TS-3.2.4 Tolerances_ In all areas designated, sufficient passes or cuts shall be rnade such that all irregularities or high spots are eliminated to the satisfaction of the Department of Transportation. The planing operation shall provide a smooth profile and cross section that does not require a leveling Course prior to the overlaying operation. The maximum tolerance in a longitudinal direction shall be '/2" under a ten (10) foot straight edge and shall be 3/8" under an eight (8) foot straight edge in a transverse direction. MOVERLAY'01.1'mi TS-3.3 Utility Manholes, Valve Boxes, Curbs and Surface Accessories The contractor shall use a small cold milling machine capable of milling around manholes and valve boxes. Cold milling around valve boxes and manholes shall be performed immediately after cold milling a lane width and before that part of a lane is reopened to traffic. Bituminous hot mix shall be placed around valve boxes and manholes for a width of three (3) feet, raked to a feather edge and compacted. The contractor shall be held responsible for protecting all utilities and in the event lie damages any of them, they shall be.replaced by the contractor at his own expense. 1'S-4 Area Reflective Crack Control Treatment This work shall consist of furnishing all materials, equipment, labor, and performing all operations for installing Area Reflective Crack Control Treatment. Area Reflective Crack Control Treatment shall be Reflective Crack Control System A (Petromat or approved equal). The surface on which Reflective Crack Control System A is to be installed shall be clean and dry. All cracks, spalls, potholes or other depressions shall be sealed with an approved crack sealer or filled with mixture for cracks, joints and flange ways to the satisfaction of the engineer before any crack control system is installed. Bituminous surface course mixtures placed on top of any Reflective Crack Control System shall be placed at a maximum temperature of 300 degrees F. All other preparation, transportation, placing and compaction of bituminous mixtures shall be done in conformance with the Technical Specifications. TS-4.1 Reflective Crack Control System A- Materials The reinforcing fabric shall be non-woven polypropylene or other approved plastic fabric having the following properties: a) Minimum Weight (ASTM D 1910), 3.60 oz./sq. yd., b) Minimum Grab Strength (ASTM D 1682), 90.0 lbs., c) Minimum Elongation at Break (ASTM D1682), 55.0%, and d) Minimum Asphalt Retention, 0.20 gal./sq. yd. The asphalt binder shall be 85/100 penetration asphalt cement meeting the requirements of Section 1015.5 of the Missouri Standard Specification for Highway Construction. iTS-4.2 gquipinen t Mechanical lay down equipn'ient shall be capable of handling full rolls of fabric and shall be capable of laying the fabric smoothly without excessive wrinkles and/or folds. Stiff brush brooms to smooth the fabric and scissors to cut the fabric shall be provided. TS-4.3 Installation ' The area to be covered with fabric shall be sprayed uniformly with asphalt binder at a rate of 0.25 to 0.30 gallons per square yard as directed by the engineer. Binder application shall be accomplished with a pressure distributor for all surfaces except. Where the distributor does not have room to operate, hand spraying will be allowed. The width of the spray application shall be no more than 6" wider than the fabric and no less than the fabric width plus 2". The binder shall not be applied at a temperature ioA:10VE RLAY'01.(rm greater than 325 degrees F to avoid damage to the fabric. After the binder has been sprayed, the fabric shall be unrolled or hand placed onto the binder without delay. Every effort crust be made to lay the fabric as smoothly as possible to avoid wrinkles. In no case shall wrinkles large enough to cause laps of the fabric be permitted. Such wrinkles shall be cut and laid out flat. The fabric shall be broomed or squeegeed to remove air bubbles and make complete contact with the road surface. The fabric shall overlap the adjacent fabric panel a minimum of 2". Additional binder shall be applied to make the joints where overlap is greater than 2". This shall be a hand application. The transverse joins shall be made in such a manner to avoid pickup by the paver. The direction of paving shall be in the direction of fabric placement. When the contractor re-opens the pavement after applying the fabric and prior to resurfacing, he shall apply prime coat aggregate to the surface when and in the quantity requested by the engineer. In addition, the contractor will be held responsible for any and all damage to the fabric by traffic. The contractor will repair the fabric in accordance with the specifications at his own expense. TS-4.4 Payment Basis of payment: This work shall be paid for at the contract unit price per square yard for Area Reflective Crack Control Treatment installed in place. The unit price shall include the cost of furnishing and applying any required bituminous material(prime coat), prime coat aggregate, and any mixture for filling cracks, joints and flange ways. TS-5 Paving Joint Reflective Crack Control Treatment: This work shall consist of furnishing all materials, equipment, labor, and performing all operations for the installation of paving joint treatment system similar to or equal to PavePrep or PavePrep SA as manufactured / distributed by CONTECH Construction Products Inc. The stress relieving membrane material that is furnished may be of the self adhesive type or of the type that requires a separate asphaltic tack coat for adhesion. ' TS-5.1 Area of Application: The joint treatment system shall be applied to all transverse and longitudinal control joints, as well as any random cracks that may have developed in portland cement concrete pavements that are to be resurfaced by the application of an asphaltic concrete overlay. TS-5.2 Surface and Joint Preparation: The surface upon which the system will be placed shall be free of dirt, water, and vegetation. Surface cracks or joints 3/4" wide or less need not be cleaned or filled. Surface cracks or joints and other distressed areas greater than 3/4" but less than 2" wide shall be cleaned and filled with an approved crack filler or hot-mix asphalt (maximum 3/8" aggregate size) compacted to the existing surface elevation. Cracks orjoints and other distressed areas greater than 2"wide shall be cleaned and filled with hot-mix asphalt (maximum 3/8" aggregate size) compacted to the existing elevation. ' Cracks and/or joints with vertical elevation differences greater than 1/2" shall be wedged with compacted hot-mix asphalt to level the distressed area. ieA:OVERLAY'01.frm 0 TS-5.3 Application of Joint Treatment Material: The joint material shall be applied in strict adherence to the recommendation of the manufacturer of the material chosen to be furnished. During the application of the joint treatment system, a representative of the manufacturer shall be present to provide technical assistance and on-site instruction as to the correct methods of installation. TS-5.4 Width of Joint Treatment Material: The joir: material shall be provided in widths such that the edge of the material extends a minimum of 9 inches beyond the joint or crack. The minimum width of material shall be 21 inches. TS-5.5 Asphalt Overlay Over Joint Treatment Material: The minimum compacted depth of asphalt overlay shall be two (2) inches. The contractor shall test roll the overlay to establish the rolling pattern that produces the required densities and an acceptable ride quality over the applied joint treatment material. The rolling operation shall be established so that shadows of the joint material do not appear on the surface of the newly applied overlay. TS-5.6 Payment Payment shall be based on the unit price per square yard and shall include the furnishing of all material, equipment, and labor to prepare and clean the surface and joints and installing the joint treatment system as recommended by the manufacturer. The contractor shall indicate with the submittal of his bid proposal the product which he proposes to use. TS-6 Depth of Overlay The depth of overlay shall be within 1/4 inch of that specified. The City will try to minimize thickness to achieve maximum utilization of available funds. TS-7 Asphaltic Concrete TS-7.1 General: This work shall consist of the construction of asphaltic concrete base, and surface course as shown on the plans and specified herein. TS-7.2 Standard Specifications: All work of this section shall be in accordance with the referenced portions of the latest edition of the"Missouri Standard Specifications for Highway Construction"as published by the Missouri State Highway and Transportation Commission, except as modified here. TS-7.3 Asphaltic Concrete Base: TS-7.3.1 Subqrade: ' Subgrade shall be prepared as specified in Sect. TS-2 of the City of Jefferson Standard Technical Specifications. A:OVERLAY'Ol Irm t TS-7.3_2 Materials: Materials shall conform to Standard Specifications Sec. 301.2. TS-7.3.3 Mixture: The mix shall conform to the requirements of Sec. 301.3 Asphalt cement content shall be in the range of 3 to 6 percent. Marshal Propertie Stability 1200 Min. Flow 8 to 6 TS-7.3.3.1 Section 301.3.2 shall be changed to read as follows: Prior to preparing any of the mixture on the project, the Contractor shall obtain, in the presence of the Engineer, representative samples of asphaltic cement and mineral aggregates for tests. The samples of material shall be of the size designated by the Engineer and shall be submitted to an approved laboratory for testing. The Contractor shall also submit for the Engineer's approval, a job-mix formula for each mixture to be supplied for the project. No mixture will be accepted for use until the job-mix formula for the project is approved by the Engineer. The job-mix formula shall be within the master range specified for the particular type of asphaltic concrete, and shall include the type and sources of all materials, the gradations of the aggregates, the relative quantity of each ingredient, and shall state a definite percentage for each sieve fraction of aggregate and for asphaltic cement. No job-infix formula sill be approved which does not permit, within the limits of the master range, the full tolerances specified for asphalt cement and for material passing the No. 200 sieve. The job-mix formula approved for each mixture shall be in effect until modified in writing by the Engineer. When satisfactory results or other conditions make it necessary, or should a source of material be changed, a new job-mix formula may be required. The Engineer may make adjustments in the job-mix formula in order that the mixture meets established criteria of the Marshall mix design. The maximum time a job-mix will be used will be two (2) construction seasons. TS-7.3.3.2 Omit Section 301.3.6, 301.3.7, 301.3.7.1, and 301.4. TS-7.3.3.3 Commercial Mixture: A commercial mix may be used if approved by the Engineer. To request approval of a commercial mix, the Contractor shall submit to the Engineer the proposed mix ' proportions, sources of materials, Marshall properties, and a list of projects on which it has been used. TS-7.3.4 Construction Requirements: TS-7.3.4.1 Weather Limitations: Bituminous mixtures shall not be placed (1) when either the air temperature of the temperature of the surface on which the mixture is to be placed is below 40 degrees F. (except that base courses 3 inches or more in thickness may be placed when the air temperature is 35 degrees F.) (2)on any wet or frozen surface, or(3)when weather ' conditions prevent the proper handling or finishing of the mixture. AA0VERLAY'01 Jrm r Mixture shall not be placed during inclement weather. TS-7.3.4.2 Asphalt Plant: The asphalt plant or plants shall meet the requirements or Standard Specifications Sec. 301.6. Plant calibration shall be the sole responsibility of the Contractor. TS-7.3.4.3 Preparation of the Mixture: Preparation of the mixture shall be in accordance with applicable portions of Standard Specifications Section 404.6.2.1 through 404.6.3. Transportation of the mixture shall conform to Standard Specifications Sec. 301.8. An adequate number of trucks to provide constant supply of mix to the laying machine shall be used. The location of the plant shall be close enough to the project that excessive cooling does not occur. The provisions of Standard Specifications 301.9 and 404.6.3 shall be met. TS-7.3.4.4 Spreading the Mixture: Asphaltic mixtures shall be spread in accordance with Standard Specifications Section 301.9, 301.9.1, and 403.17. ' Allowance shall be made for the slope of the outside edge so that the finished top dimensions match those shown on the plans. The curb and gutter shall be used as a grade reference for the automatic screed control. TS-7.3.4.5 Compaction: Rolling shall begin as soon as practicable after the spreading. The Contractor shall submit to the Engineer the rolling system he proposes to use or the compaction of the mixture. Rollers shall be in good condition, capable of operation without backlash. Steel wheel rollers shall be equipped with scrapers. All rollers shall have a functioning water system for moistening each roller or wheel. Base course shall be compacted to 95% of laboratory density. Surface course shall be compacted to 98% of laboratory density. TS-7.4 Asphaltic Concrete: This work shall consist of asphaltic concrete surface course. AAOVERLAY'01.frm { r TS-7.4.1 Materials. Material shall conform to the applicable sections of Standard Specifications for Highway Construction, Section 401, 403, and TS-7.3.3.1 for Grade "C", Grade "ID" and Type "C" except as modified hereto, TS-7.4.2.1 Gradation: MAX DESIRED MAX DESIRED GRADATION LIMIT GRADATION LIMIT GRADATION ' PASSING GRADE C GRADE G GRADE D GRADE D 3/4" sieve 100 100 100 100 '7 80-100 88 95-100 100 No. 4 40-65 52 60-90 70 No. 10 30-55 40 35-65 45 No. 40 8-25 18 10-30 20 No. 200 4-12 8 4-12 8 rNOTE:The gradations of the aggregates will be determined from samples taken from the hot bins. "Type C" Pass 3/4-inch sieve . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 100% Pass 3/4-inch sieve, retained on '/2-inch sieve . . . . . . . . . . . . . . . . . . . . . . . . . . 0 - 3% Pass 1/2-inch sieve, retained on 3/8-inch sieve . . . . . . . . . . . . . . . . . . . . . . . . . 0 - 25% Pass No, 4 sieve, retained on No. 10 sieve . . . . . . . . . . . . . . . . . . . . . . . . . . 20 - 45% Pass No. 10 sieve, retained on No. 40 sieve . . . . . . . . . . . . . . . . . . . . . . . . . . 7 - 20% Pass No. 40 sieve, retained on No. 60 sieve . . . . . . . . . . . . . . . . . . . . . . . . . . 5 - 20% Pass No. 80 sieve, retained on No. 200 sieve . . . . . . . . . . . . . . . . . . . . . . . . . 3 - 18% Pass No. 200 sieve . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 - 10% Asphalt Cement . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3.5 - 7% ' TS-7.4.2.2 Aggregate for Asphaltic Concrete: Shall conform to the applicable sections of the Standard Specifications for Highway construction with the additional requirement that supplier shall crush and stockpile 50% of the needed approved aggregates prior to placement of any asphaltic base or pavement. TS-7.4.3 Construction Requirements: Construction requirements shall be specified in TS-7.3.4 as amended herein. TS-7.4.3.1 Weather Limitations: ' Weather limitations shall be as specified in TS-7.3.4.1 except that no asphaltic concrete shall be placed when the temperature of the air or the surface on which the asphalt will be placed is less than 40 degrees F. TS-7.4.3.2 S reading: Spreading of the mixture shall be in accordance with Sections TS-7.3.4.4 except that automatic screed control shall not be used on the surface source unless directed by the Engineer. A10VERLAY'01.frm TS-7.5 Tack Coat: A Tack Coat will be required over all existing pavement to be overlaid and between each lift of the new asphaltic concrete pavement unless the preceding lift has been protected from all dirt and traffic since its placement. Tack Coat will be placed after cleaning and preparing of the surface is complete. Application rate will generally be 0.10 to 0.15 gallon per square yard as directed by the Engineer. Tack Coat material shall be RC-70, SS-1, or SS-111 unless otherwise approved by the Engineer. There will be no direct payment for tack coat. This work will be considered subsidiary to the asphaltic concrete pavement or base. TS-7.6 Measurement and Payment: Measurement will be made for the various type of pavement as per the itemized bid form. Where the existing pavement is being overlaid, payment will be for Base Leveling ' Course per ton and for Surface Course per square yard as shown on plans Where all new pavement is to be constructed, payment will be made per square yard of full-depth base and surface course per typical section. Payment will include all costs of cleaning existing pavement or previously laid lifts and all costs of tack coat. END OF TECHNICAL SPECIFICATIONS r A:\OVERL NY'01 Jrm i TS-8 TEXTURED ASPHALT PAVEMENT TS 8-1 GENERAL Textured asphalt pavement shall be described as "StreetPrint Pavement Texturing" or "StreetPrint" on the drawings and documents related to the project. The contractor doing this work shall be an Authorized StreetPrint Applicator as licensed by Integrated Paving Concepts Inc., and shall have at least one crew member on site who has successfully completed a StreetPrint Level 1 accreditation training program. TS 8-1.1 Definitions "StreetPrint Pavement Texturing" is defined as a finishing system, which treats the surface of Hot Mix Asphalt Concrete (HMA) by imprinting freshly laid, fully compacted, asphalt, or reheated existing asphalt pavement, with "grid style" or other styles of depressions to replicate, in relief, the concrete grout depressions common to hand-laid brick or cobblestone, or any other design as shown on the drawings or described in the specifications, and coating the imprinted asphalt surface using the StreetBond Surfacing tSystem. "StreetBond Surfacing System" is defined as a collection of proprietary coating products, specially formulated by Integrated Paving Concepts, Inc., for application on asphalt surfaces, to provide color and texture to the asphalt surface, and/or to fill surface voids or segregation. "Imprinting Hot Mix Asphalt" is defined as pressing flexible templates into hot, fully-compacted, Hot Mix Asphalt to create the appearance of grout lines or patterns in the asphalt surface. "Templates" are defined as flexible, woven wire rope cut and welded in various patterns, used for imprinting Hot Mix Asphalt. "Accredited StreetPrint Applicator" is someone who has successfully completed the StreetPrint Level 1 accreditation training program. "Reheating of the asphalt surface" is defined as the softening of existing compacted Hot Mix Asphalt by applying heat to the asphalt surface using equipment such as infrared heaters or hot air heaters. To avoid over heating or burning and degradation of the asphalt surface continuous monitoring of the surface temperature, during the heating process, using an infra red thermometer is recommended. Equipment that is specifically excluded from this section and shall not be used for reheating of the asphalt is any form of direct flame heaters. TS 8-1.2 Scope of Work TS 8-1.2.1 General Since StreetPrint Pavement Texturing is a finishing system, which treats the surface of Hot Mix Asphalt Concrete (HMA), the performance of StreetPrint will be dependent upon the proper design and construction of the subgrade, base and asphalt upon which StreetPrint is installed. In general, a subgrade, base and asphalt structure which complies with good practice given the expected service conditions for a HMA surface which will not be finished with StreetPrint, would also provide an appropriate structure upon which the StreetPrint Pavement Texturing system can be applied. The StreetPrint Applicator, shall engage an experienced Geotechnical Engineer, if needed, to provide recommendations for preparation of the subgrade and/or base upon which the pavement structure khall be placed. Refer to The Asphalt Institute Manual Series No. 1 (latest revision) "Thickness Design, ' Asphalt Pavements for Highways and Streets", or recognized alternative. 1 Textured Asphalt Pavement-Technical Specification Page 2 Where approved standards are not in place, the StreetPrint Applicator shall engage an experienced Materials or Pavement Engineer, if needed, to provide recommendations for the pavement structure. The Pavement Engineer shall define the pavement structure which will provide serviceability for the intended design life, having regard for the subgrade support parameters provided by the Geotechnicat Engineer. Pavement design shall be undertaken using the Asphalt Institute; Method (MS-1), the Shell Pavement Design Manual, or other recognized alternative procedure. TS 8-1.2.2 Imprinting of Hot Mix Asphalt Concrete Layout and imprint the pattern into the surface of the I-IMA shall be as per the drawings or specifications. Imprinting can proceed immediately after the hot asphalt has been placed and compacted, while the asphalt is still in a warm to hot pliable state. Alternatively, imprinting can be carried out at a later stage, on existing asphalt, by applying heat to the asphalt surface to make the upper portion of the asphalt surface pliable enough to accept the imprint of the template. The application of heat to existing asphalt surface shall be done using re-heating equipment, such a infra red heaters or hot air heaters. Direct flame heaters shall not be allowed to be used for this purpose. It is recommended that the temperature of the asphalt surface be regularly monitored during the reheating process, to avoid over heating and degradation of the asphalt cement. TS 8-1.2.3 Application of StreetBond Surfacing System ISupply and install"StreetBond Surfacing System" products as per the specifications. TS 8-2 MATERIALS TS 8-2.1 StreetBond Surfacing Systems" The Owner or Owner's representative shall specify the color and the number of applications of the "StreetBond Surfacing System" that will be installed At the time of installation, the contractor will determine the StreetBond Surfacing System to be used depending on the climatic conditions. If the asphalt surface is heavily segregated, or has an open texture, and this texture is undesirable, "StreetBond Base Coat Filler" may be applied prior to the application of the surfacing coatings. I Commercial applications exposed to vehicular traffic should receive a minirTTr.rm of two applications of StreetBond SP 50 or SP 100 Formula. The applicator shall adjust the number of coats of product in conformance with the level of anticipated traffic volume at each intersection Traffic volume anticipated at the affected intersections is as follows ' Jefferson @ High Streets ADT 1:3,325 High @ Madison Streets ADT 12,762 High @ Monroe Streets ADT 12,762 High @ Adams Streets ADT 7,548 Madison @ Capitol Streets ADT 12 810 TS 8-2.2 Physical and Performance Properties The products used in the surfacing system shall meet the minimum physical and performance properties described in the following "StreetBond Surfacing System" Product Descriptions and Specifications. "StreetBond Surfacing System" Product Descriptions and Specifications (i) StreetBond SP 50 Base: StreetBond SP 50 Base is a cement modified, acrylic polymer and aggregate blend developed specifically for use over imprinted asphalt. It is characterized by superior adhesion, flexibility and abrasion resistance as well as chemical resistance and good scrubability. This combination of characteristics is required of a StreetPrint application. One application of StreetBond SP 50 Base will provide a surface build between 10- 15 mils (0.25-0.4 mm). (For physical and performance properties see Tables 1 & 3.) 1 Textured Asphalt Pavement—Technical;specification Page 3 (li) StreetBond SP 100 Base: StreetBond SP100 base is a blend of acrylic resins and aggregates having similar properties to StreetBond SP 50 Base, except that it has been specially formulated to cure without the use of cement, and will not effloresce. It can therefore be applied in less favorable climatic conditions. (iii) StreetBond Base Coat Filler: StreetBond Base Coat Filler consists of a special blend of aggregates and manufactured fines, which is added to the StreetBond SP 50 base, and used to fill voids, segregation or an open texture in the asphalt surface, prior to the application of StreetBond SP 50 or SP 100 base coat. (iv) StreetBond Sealer Concentrate: StreetBond Sealer Concentrate is a breathable, high quality, acrylic polymer, clear sealer designed specifically for use with the StreetBond SP 50 Base. StreetBond Sealer Concentrate can also be used with StreetBond SP 100 Base if a "high gloss" appearance is desired. When applied over the StreetBond SP 50 Base, StreetBond Sealer Concentrate provides a breathable sealing membrane, which adds both durability and longevity to the SP 50 Base. It is absolutely necessary to seal StreetBond SP 50 Base with StreetBond Sealer Concentrate. (For physical properties see table 2.) (v) StreetBond Colorant: StreetBond Colorant is a highly concentrated, high quality, UV stable pigment blend designed to work with StreetBond SP 50 and SP 100 Base. StreetBond Colorant is available in eight standard colors: Granite, Slate, Terra Cotta, Brick, Bedrock, Sierra, Burnt Sienna and Hunter Green. Most custom colors can also be manufactured. 1 TS 8-3 INSTALLATION TS 8-3.1 Surface Imprinting The Contractor shall follow procedures detailed in the latest revision of StreetPrint Application Procedures as issued by Integrated Paving Concepts Inc. The pattern shall be created in accordance with the design as agreed by the Owner or Owner's representative. Patterning shall begin once the asphalt has reached its final density and ' while there is still sufficient heat in the asphalt to permit imprinting. Patterning shall be achieved using steel rollers and/or vibratory plate compactors and shall be of consistent depth. Alternatively, imprinting can be carried out at a later stage, on existing asphalt, by applying heat to the asphalt surface to make the upper portion of the asphalt surface pliable enough to accept the imprint of the template. For proper imprinting success, the asphalt pavement must be adequately heat soaked (softened) to a depth of at least % inch (12.5mm),without burning the asphalt. The asphalt surface temperature shall not exceed 300 OF (150°C). ' If smoke is visible, that is an indication that the asphalt is burning and the pavement may spall or crumble at a later date. Regular monitoring of the surface temperature during heating is recommended to prevent over heating. ' TS 8-3.2 Surfacing System The Contractor shall apply the "StreetBond Surfacing System" as specified in 2.3, Tile air temperature should be at least 50°F (10°C) and rising for applying the StreetBond Surfacing System. There should be no precipitation expected within 24 hours after' applying StreetBond SP 50 Base, or within 2 hours after StreetBond SP 100 has dried. Installation shall be in accordance with the latest revision of the StreetPrint Application Procedures as issued by Integrated Paving Concepts Inc. The StreetBond products shall be spray applied and broomed using a broom or brushes to cut in small areas where required. Once StreetBond SP 50 Base has fully dried StreetBond Sealer Concentrate will be applied as a curing membrane, StreetBond Sealer Concentrate may be tinted using StreetBond colorant, spray applied and broomed into the surface. Care shall be taken to ensure that the entire surface is covered, including the vertical edges of the imprinted surfaces. Sufficient masking shall be used to ' ensure that the surfacing products are applied only where specified. r Textured Asphalt Pavement—Technical Specification _ Page 4 Table 1 Physical Properties "StreetBond SP 50 and SP 100 Base" Characteristic Test StreetBond StreetBond - [ _ ecification SP 50 Base _SP 100 Base Solids by Volume % ASTM D-5201 53+/-3 % _ 58.3 % Solids by Weight (%) _ ASTM D-1351 75.5 +/- 2% _ 74.7% ' Density iv ASTM D-1475 _14.6 +l- 0.2 Ibs./gal (1 75 kq/�_ 13.9 1)sJ9a1t1.67 Flash Point _ _ ASTM D-3278 >200°F (930 >230oF (110 Percent Pigment ( by ASTM D-3723 -6-2-+/- 2% 61.9% weight including cement Sheen ASTM D_523 __. `_3@ 85 0 �:-.--=== --.. ----=_=--=--- _ Table 2 Physical Properties "StreetBond Sealer Concentrate" Characteristics �Test e�. StreetBond Sealer�) S ecifications Concentrate Solids by VolumeJ%) ASTM D-5201 _ 24 +/-2 T Solids by Weight % ASTM D-1353 ~ 27+/-2 Density ASTM D-1475 8.59 Ibs./gal(1.03 kg/I) Spec. Gravity ASTM_D-1475 _ 1.03 Sheen ASTM D-523 > 75 c 850� _ VOC Coating ASTM D-3960 > 200 Flash Point ASTM D-3278 > 200OF (93°C) Table 3 Performance Properties: "StreetBond Surfacing System" Characteristics _ Test Specifications �^ Test Results Test Results StreetBond StreetBond SP 50 Base_ _ SP 100 Base Dry Time (to re-coat) ASTM_D-711` �20 Mins. -4 Hrs. 20 Mins._-_4 Hrs. Dry Time (for traffic)- N/A 80 0,10 strength @ 6- r 80% strength @ 2- 75°F/30%RI-i _ 811rs. 41irs _ ' Taber Abrasion H-10 ASTM D-4060 0.4 grams —�~ 0.2 grams Wear Index 1000 cycles) Adhesion (PLI) To an ASTM D-4640 Cohesive f_ailure of Cohesive failure of ' Asphalt substrate — asphalt prior to asphalt prior to adhesive failure adhesive failure _ QUV AE ASTM G-53 300 hours 2,35 CIE 300 hours 1 CIE units ASTM G154 _units ASTM G54 ASTM G154 ' H dro hobicit 3da sZ ASTM D-570 12% wt. Gain Shore Hardness ASTM D-2240 80 D __ _ Temperature Limits for Dry, cured material -30°F to 160°F J -30°F to 140°F ' Service _ Y Surface Build N/A 10- 15 mils 10- 15 mils ap licatiol Textured Asphalt Pavement—Technical Specification Page 5 TS 8.3.3..`Paviing Patterns The contractor shall utilize the standard "Street Print"stamping templates and install them to the dimensions, lines",., ' and orientation patterns as Indicated on plans. Patterns to be utilized Include"Tile Sets"and "Offset Brick". if the. contractor deems that a minor modification to the pattern layout is necessary to achieve a higher quality f hished. product; a'shop.drawing shall be submitted (4 copies) to the City for review and approval prior to proceeding with` { the work. ;z 45; 1 r Textured Asphalt Pavement-Technical Specification LT �r y --� �-- �K -.� 'r-f. Herringbone 12" Offset Brick lierringbone Bricks on Edge Aahlor Slate -l- "- Lj A-_ 6 TUT __L I 1 British Cobble Frisco Cobble. Tile: Setts Random Stone A8" 4K CZ�ZI_L M) I — k Stacked Brick Border N a3 4K _r Eurofan Soldier Course Cobble Border FFI Texas Cobble Border f v —�81C Offset Brick Border Single Brick Border Bricks on Edge Handicap Parking Symbol lJ y N Numbers Letters t r �1 L (� �C L �i: I I:' I� 1`. �f f• �l� [: �1: 1' [� 1' f. l�'. �1' �L' �li •G -C -C 1`,�C�-G i C: 1) d Y, YU, Ii: N Y, KV, L X, b, 4 N r'1 'Y ) RU N k l 1Y)„ Y, 8U Th, l!, A (1 v) (1 Jl A J) 1 A A �A ,U Jl fl J, , U J) /l J1 •A �71 A ll J') 11' ,A Jl < 1 .(i 41 (1 1 1 (I 11 ( I•! r7 11 r O. r> V rn •rl: r • � ?4 � r( .. f> .• •j 4> r/ •1 111 •1 111 rll N •) .. (. •� IJ •f r I 41 `1 (, I•'I ,. nl 1�) i 1 �(� f'" (V IV f I �1 M Z (� M r) 11> f tT r! 1- rI. I A 41 rV I) .j 1)• ul <> U, •11 rl (1 n n) I I.1 <`• ul , lP '1 1 ./ IT `I ^: .• .�: .I .-. .. ... nl •1 .r •1 .. IJ tU ;'� Irl l.l. r/, fV ul �•) N fJ �: � .lr •(1 j. I(1 ly 1`• I" • I < C U> U1 U> I(> LL1 111 ul 41 if UI U> U1 I11 li, U1 1(1 Ul UI U) LLl U1 I(] U> It U) I(1 0 1(1 C.) U1 Ul 1(1 U1 U1.U1 I w dd G t T o o c- o o U c) o n o o C, r-1 f 1 CI r1 cJ Q1 r) I:) o o C-1 O 1-) C) 0 O U'0 O o r7 h I H ll In Q. f!] • . ZI <<1 v N o V 1:1 r) (:) 1.) II r., 1:> .) .1 .:) U r.) „ ,J <:) <s c) C) a l> tJ <:1 c> (J.V c) l:) q v C-J 1.> 0 0 �I 0, I Q r{ T lllVj fJ rd 1.. •, (7 M .) J �) L. •�; Ill fV U; u) '•) ui U/ N �,� IP :� 41 C).O - Ul.h 1 QI 0 < Ul 'J (:1 P, . F- i- ( 41 r f1 N C, f•. UI C; N .: (T r'1 fV 1 rl I{1 O CA, f U 1 N:N r•1.cl m .A •! In < < + wl�;��a �, c) r )/ r) m 4, m r) C/ �'. �n •, rn /• •1 v, r� r- rn .j �., al ,.! r.'.p :: O u •� c) J) In rn ( N `� 41 l) 11 I(1 ll Jl .[I •71 U, M • •Il Ji !� 4) l) .� (1 1� Ic P•(l .��'N ��J) «) r[, V) h v � 0 p V1 ul .. LL .. N ul n! N (P .j ry .. m N •A rl fu m Sil < N I CCJJ U, V) •1 r, U1 C) C, I(1 r) .-r f) [, (:) !, U� .A 1� •A J) (n fl N MA U,.l) f•l.CC, t(1 c�.Cl 1. Yl ZiH LLl .(1 1� J, t] <Il JI > ql 1'1 r•1 J) .• A r 'll () n t .N ( f). (), ()� h Q •() V) M�•A'M I�yly77 j � •1 •1 l(1 .• •7 Ul •1 •1 4'1 rl UI IU IJ •'7 f� �: N •1 n. I(1 •!' f�- frl r'1 CT,r••.m a) 1V I N N rj n) M1 Z I « v Ia • w! I n () rV N 1 ri r> r r1 N ul IV N �> N nl •1 M'M ICI N M'N 0 M 41 N Y1'nl:•A rA .(1 Ql u) f•1 4 .r 1 n 11 1 IV N r) rV N N P-7 �i �O U. OII' �I 1 ,1, �n ((�') N , �i, l ;� Y 4 i' w ; fl ` t. 3'b�l �..•i p f 17 111. III 111 } W r. �)• r. ' � i. 1. w ti 1� c. zr> " v ul i w;w; � r Z rl �I. ), v " if , [Y,.0 u) �. .tl .14;1 u V1 Y U Yl �U rj(t 1 U.T1 I I ti j I !w: I i (.I �I•. r r, ` ti p � �i• � ❑ v I JI v.a s: C,. �k;.r ♦7 � I ><Ix� I_ a:fX ul; '.i y �f ! Jd, v ol. r;Z;c° a lIY ;. emu � iT LJ..:Ci u n Y.� �I�IIA I u, •a h I c ;L - Im ml a � m Il i + Iur'41 m mlmlm fO CO fl'VI UI VI mI }� OIU U ulS UIfA' UIL�UI YI•U Z ml.t!°I .!1 r3 $I giI�J �i cn51m of°� �I`f� 1 Im m� ) o o I3 I.I.S. m o' of n 0 d m.m ICI �q) m m. I IJ 9i. Ala ilk' Im:m m I 1 ) 4 v rol - (Y a_ IA fn 1- I 3 j �� ' ; gig a 4 4 Y �4 � g,,, { V W oI x Do f (� �( ' L t: � � t C t) ['� C •t. L t ��f � G f'' [i f [- [C k` tE. K) ,K), K, x, �r tr),r r]I x, Kr 9, Y. xl Y, r;, g, r)), r)ll r, (nNl fir)„ r„ F. xl r„ r, S. fix), Nt U N l� u 'V tl l] N l ,U V N �' V (Vil (1 01 U TU lU u N (J d NI N td E! W Y U R C) U i� tl U 1. i) 1)' o it �) i lI tl () U f) f tl U i'r (, U 1 11 1 1 m •U Y) ,fl m L C. f'',m� J)' P.m J, �U •'U m L m Yl U J) ,YI m Y. •U JI J, rYl .O m D,Y) S 11Fyy{ nl •U Iil U) Y1 1f1 U)'hl'IV al •n or �T fT () U) •� V •] •] Y) •fl Ul N U) r• t:). Ul (T n),'• ? 4 N •1 ? �1 N '^ h f- m m �� •J •1 IV `! Vl t• tV V fV V, •1 `] •] n) V • W w - b Co.(1 1T rn rl. C) IL) tT nl (� f, 't m R) )[) l], IV Ill I V:U) nl'(V N n, f.l IV fV IV V (I7 Y) J.iIl (U LLI •., nl V I`! N,()'(l. (T •f) hJ );C) U (�:(V t^ fV N'N . U)' .. N N N .. fn. N... •.N • Yl n'n o n: ) c, n o n n'n n n n n n.n n.a'n'c) Co n (1 "t n c) 'D f h ' J _ I i C in oil UI to LLl UI 1(1�1() al al.to IV�Ul I() ifl If) LLl'LLl U) 111 LLl in oil U) UI�u)'I[) I(1 Ul Ul I()�1() (>;in 1(/ Ic! I ut wlf I O �• p10.0 O O CJ O O'O'O.0 QIO O 0;0.0 0 0 0 0 0 0 C, O O f) I;l 010,OI Uin O c.:Cl ( N 1 I I m Zrryyy tj7�j T J in 0 0 0 0 0 t) I') b L7 O n C) <:) O () CJ 17 0 CI 0 C) 0 C'J 0 L:) O p O U p ��JJ T y Q rO� NJ { J IQ J m. `). g: n) h % >• rn m m tT ^J fS G� ii rl In rn b �j r C) > UI �r n, al.rn (> u):o n) Y) b 10 u,V. 0 (< Z p O ) ,� )'� O .7.N.N;lo U U'n'Ill (a., it r. I I) U C,.al.C, I(1; 0 V P. O�to,In;u) NIn m..R.m' K, • V V IV m m'N m: ) N Ill nl 1(1 N m Al al LO •U •,., b IN, r, t, IIN LU or •' . N, : . • , .O ' .� Nb,n.r,0 N mlCOJ.:O LL . i �I C 41 W mN N N O rJ4 � w ' h m Z p! UI N V CIl)' h .v.; c, r. , > h�b V ' gl;o'o';m v,; !m-it 0 II l 1• V. ,'0 •7 IfJ I LL) w ICl it) N inP, UI I rn.LL) m W UU ti o!b o:a, m,W W R):L., a,'n):M.Or,U).m b <, .+ �-•'.o Ql r, b 0,m'It) (n a,'m'p IN, m m:c): ••.I g UJ V• N fV nl fV;nl •f 7 V"•I V 1 n)1 IV N,U) N f7 Ill f•, n) (V N N m I`'),N fV N Ul N f N N,N m' UJ Z im LLI u it u' N. 1 t, 111 ILI re. u. oy o.w ii `), a f �f a p �I �$ �: I ii: L ''Ili T (;. 211: ILI lL �:w w. ,.uJ1 t '� wlvl I {' vl t i. o UU1 c: sI (f FT— t- r• _L31�, h. 'V I tll`C �• Ol t �l L'•n1 U ttl UI' OI ul U,IU I U NI L.,(lJ' 7. to �- i�' ( �1 L; •�l w� mIT� } {I CIS Y I�f �I 1 c' 'lu i,� wl.sl , uI �I nI�, ; 84 (7 O �" I a 1 y. , c. Js In r I ti l u Tn n t n a O2i c. F o �' C Ti ° o tpYL .c' I.� U I... a, c r 3( n, { � u 16 �) rrt}Lyy�.. •�: ci o, m;m n i] x LL. nI tnis a, N' I IL�VI(njt�, ,lugs u Cn:d, 1: o' �x�ILI m Y :tl �' :ti, 1 '1' li"r: ':1 ill Iml on IY Y�Y 1 YI I � � ul Y. Y U U UI U U I-Y .Y I U I V,.Y Y Y) U� U O O U U: U V ul Y1�(ji V m u u o I.2 .P 3 .4 0l 4 r�'% o u' j_q Z s 3lslin fsn °° mp m m m m m cnn u Q1� o 0 4 m [n, y1 S m m m i.M 111 O in m m' n Fi Ci g 8 8 O��Ig�ta ' gloMolp ooil (�IQIg Y� 4 Lg�gl� gIIlo`i�o] VI nI(y O,S 4'.-• °) Q a( C, f o 2 2 !2 i rl= Yz ib.!_ 1 f I I1 ! 1 I I 1 I I VI l� in O 'D •, Z zi N in ( � It OIP'm f'. N N •I V',T. la iQ'-� N f.J V ;Q C /1 I c�lc� nio'n��;n'a�n o'o, 2 C O!Ini ln'1f1!in LLl'o;III u) I j ;in,Ih ' 1 Q l l i j tLj C7: 3 �: `llOj OO�OI Oi O'O�O; iNl IN O Iu,IU. �[ N L1J w V i lrj °f ` Z d Z� K in in <n P Q S. < x i W t 3 g T m aiOO'lnin p vl V) 2o m n� not h i° N. $ VI 1� c� to I 1 N o'OOj in! v OI Ni O 'n; LU LL tiI LL >ITIS w IIq•I � �! Zloll I ,IS °1 _ o 't] el�i I 1 aiF-i l uiiTlwlrl �!u a °I: ! tu'1 ' �' I I Z S' 41 L QQ m in i I ( wv) yy333 3 VA IV 51+111 �ArYM sl � I •lN(11 I I � In«n,Yrr i f ru lrl I 1. Ul11111 HNT 51rrt11 u,�i rlf liNr �� '.INIII � } _ 1• .I I 1 --'� IM PAL+WAT 1111,11 IIN�iK1«Ar SfN1lI WA•11116 i(.l 5+11(ll � MAilIU1C l[YI �L_�� JlILP:GI stNlft IffO t, a a YCMC+C slrl!(t � 4rYdK( StNICI _.- _. Ir (....__] _..._ -.. ..._.l.t ....._.�. ADAMS SIF411 i _ r l7_ 1 r UCN SCII '•'Intl l l«('«%h ilpl(1 E--1 F 7 fv N v n v � -A . x T i ,A• I (� !L _n C 4 L 1 O N ul C: Y X � fir, '�y '� ,� ,,. �• •. ��:. .���•L � d1 •, ��.�„`►' � , •• .R//.�1�'�,f�� J'•` ~�, sir,�n' r•. �*.�'�� ! ;�i�� 1 ^.i. Ag orl 10 'Ile r.' tit• ,�' �;� �i •�1• 'i.�'� r �, •;I { �I • I fIX � �I ► t ►'�. i �h L` ' Y �` ,, ' .. � �` .��I. �j6,�i1.Y ;, ` � � � •� 'lr'•,,,.y: �i{.iir+l,w'� • •• n • X11► u • r • ► 1 • 7 • w �'�' f it �, .• ��• . . � „ � , 1 - •' - ''s� � �'" • • i. % .�I�f}�• y!, t 's t/� ,1�Cyr_ ����,! 1/, y, ���. •W ,fir;�. XN to IN It .. 1 '.•\ �• /'. * is � r L' � _ /�y� �,� .� i �' ,`�• !raj,- � ' . .�','��u,`,":�:�;.r'�� �'+� �,c � �� • 1 � � �L.',I`!� +� Wit' .•r r j •A '+�f � /� � I � fit'4 �, ;� '•� �t"'� ':.+��.•.�, � t �1��� ` ,1t� ., r ..���.•� 'i% �11ft��'PS���x r",! 'i�� � � • j/r�.t!�Z".'�.h.� *. l +� t'�,!rv• .S.1G1' , .aa1't • r � • • f • lrnosslN 9410 uos,►e,,yer jo A;lo eUl oa.t 1 rtr r :.►oj pedolenea S.LNMRAOHM 3- d dOS.L33HI S,A.LIO NOS83d-43r -•livo %*MIN AN NY1J UNWUl4 M In pq" 41 gin 11 ! O ..�.©. ��� �'— .�I�'•,''(`,/ `(' tom' ` ._.�.-- M .................. ................... .❑. ��__• -. .... I, ,. I•y �....... ............ LLI- rl ......... a.... . ca rT Li A;. { G� /K .&�?f;p!MtIar f►r M i.ln'�„/°1 1ltilltillftltliltl I nOSSI N 1,410 u0' 'oi l t' M o ` .Ot�.l �TP191 4 :NMAUft,rwMt.M•,uM w�t�wclai , � ►��0 .x . joj podolonoO �1 G tv tr S.LN3W3AOUdWl3ddOS13381GA.LIO NOsda. 3r -�” � vigil , NM ONWIRS � � �co a -� (T � � G ri p z u Y R W` Id v) . rw- El El El 1 I I f Fl " Iw .d El �uj 14 i a r7 9�I I a` /► r� At■.l 1 a1V�S ! n 1W 1 .�1„/ jay no 41 "' Y&.Y►►fl■■P MMI,1►li IN►1i� YNIIYhM1- ��~�� ►� � ��o.�''�Q v ~� � �• �' � ;;�rrwlr w«w+n�nn+�fMn rwa u►1 �� �Ga ::.. Ud S1NRMAOUdW13dVOS133a1S X1113 NOSu3:4r13!' — _--- Nnd �IlR1 _ f,unxlY `Aq aNIAVel 07tlf11%ll e"'Rev ocq A . {� ' ,rr`�rr:;Y{:� %"ti•r i .'fir g ,y 2:j%rr f� 1 1 y 'i » 4-m ti r'kl i y �J � pp M ten■ ��I � � -�-- - - � �I .-- � � .. a.. W UJ oq iE rl ,�r',7 @ � — Iirtk� � tid t1� {Vi N3 a sit - - .. -- - •O• — L�xp:^erivarxrrs�°.zl: � _ `.J....`-� ' 8 5 � i ' II.��.�. � "" .zt^,ss:sxu�:zr.•r� :n � 5---1 n I ��Jaygly«IAy' nrCu' tr old Ot 40 � .c l� { ADDENDUM NUMBER 1 ;,: r: PROJECT #32071 , 2002 OVERLAY & MILLING PROGRAM MARCH 28, 2002 1 7 . The bidder will acknowledge receipt of this Addendum and his acceptance of its conditions by signing this Addendum and including it with his bid. BIDDER C-0 1 TITLE co( Dc r1-4- e kc-n2 C. r%- CITY JEFFERSON MARTIN A. BROSE, P.E, DIRECTOR OF TRANSPORTATION 1 1 ADDENDUM NUMBER 1 2002 OVERLAY & MILLING PROGRAM PROJECT #32071 MARCH 28, 2.002 Addendum #1 TO: Prospective Bidders and Others Concerned The original plans, specifications, and contract documents remain in full force and effect except as revised by the following changes, which take precedence over any wording to the contrary in the contract documents. This addendum shall be attached to the bidder's proposal and contract documents and acknowledged on the proposal as having been received. Item #1. Schedule, of Quantities. There are throe (3) sheet, of "Schedule of Quantities". Some specification books were missing a page. Attached are the three(3)pages"Schedule of Quantities". Please replace sheets in the specification book. Item #2. Minority Business Utilization Commitment. Attached is a new "Minority Business Utilization Agreement" two (2) sheets to replace the "Minority Business Utilization Commitment" two(2)sheets. The new form replaces the forms in the specifications and the Bid Packet. Item #3. TS8-2.1 "Street Bond `-11-irfacing Systems". Delete Section TS8-2.1 and replace as follows: TS8-2.1 "Street Bond Surfacing Systems. ' The Owner or Owner's representative shall specify the color and tine number of applications of the Street Bond Surfacing System that 4vill be installed. At the time of installation, the ' contractor will determine the Street Bond Surfacing System to be used depending on the climatic conditions. ' If the asphalt surface is heavily segregated, or has an open texture, and this texture is undesirable, "Street Bond Base Coat Filler" may be applied prior to the application of the surfacing coatings. Commercial applications exposed to vehicular traffic:should receive a minimum of two coats of Street Bond SP 50 to be roller applied with 1/2" nap roller and two coats of SP 100 Formula to be spray applied no puddling and broomed into the surface. e Traffic Volumes anticipated within the project areas are provided as reference only and are as follows: Jefferson @ High Streets ADT 13,300 High @. Madison Streets ADT 12,800 High @ Monroe Streets ADT 12,800 High L Adam Streets ADT 71500 Madison @ Capitol Streets ADT 12,800 Item #4. SP-'I 4 Textured Asphalt Pavement and Thermoplastic Pavement Marking, Delete Section SP-14 and replace as follows: SP-14 Textured Asphalt Pavement and Thermoplastic Pavement Marking. the City has bid the Downtown Streetscape Project, which includes reconstruction of sidewalks,curb and gutter for the 100, 200, and 300 blocks of East High Street and the 200 block of Madison Street. These blocks are scheduled to be milled, overlayed, and have pavement marking, and textured asphalt pavement as a part of this contract. The Textured Asphalt Pavement shall meet the Technical Specifications - TS 8 and constructed as shown on the plans. The pavement marking will be Thermoplastic Pavement Marking meeting "Missouri Standard Specifications for Highway Construction", and installed as shown on the plans. This work shall be done,as soon as possible,after the Downtown Streetscape Project is complete. The current schedule calls for the project to be completed November 1, 2002. The contractor will coordinate this work with the City and the Downtown Streetscape Contractor, Payment for textured asphalt paving shall include all labor equipment to install the Street Print system as specified and shall be measured by the square foot in place. The successful bidder shall provide a schedule of partial intersection and mid-block street closure for texturing and coloring of the new asphalt surface for approval by the City prior to commencement of the work. Complete closure of an intersection or mid-block crossing ' for the pavement texturing and coloring process will not be permitted unless specifically approved by the City. The Pavement Texturing must be complete in 14 working days after the streets have been overlayed. Traffic: control will be maintained throughout all phases of the project.' ' Base Bid Textured Asphalt Paving shall include the installation of the stamping patterns as detailed and to the dimensions and locations as indicated in the plans with application of two (2) standard colors to the patterned surfaces as indicated in the plans and details. 1 Item #5. Itemized aid Farm. ' The bid form is being modified to delete Alternate A. Section four Item 4.1 Textured Asphalt ioPaving of the Itemized Bid Form will include two (2) colors and he part of the base bid. Please line out Alternate A A. Textured Asphalt Paving on tfie. Itemized Bid Form. o. , ,,, t 3 3'7 r �� lf0 Thomas A Backers Cit;� o f Jefferson W d�« ra, = Mayor ! .. _ L)eparlment ol Irdrispoitation Kirlin rose, Director 320 East McCarty Street \ Phone:(573)634.6530 Jefferson City,Mo 65101 fax:(573)634.6427 y tees May 14, 2002 Mr. Mike Huff Jefferson Asphalt Company 2207 Idlewood Road PO Box 104868 Jefferson City, MO 65110 RE: Project No. 32.071 - 2002 Milling and Overlay Dear Mr. Huff: This letter will serve as the "NOTICE TO PROCEED" for the above referenced project. The effective date of this notice shall be Thursday, June 3, 2002. The finish date for this contract is on or before September 4,2002 except for the milling,overlay,Pavement Texturing,and thermoplastic marking of the 100, 200, 300, blocks of East High Street and the 200 block of Madison. This work will be scheduled/ coordinated with the Downtown Streetscape Project per the specifications.. Enclosed, for your records, please find a fully executed copy of the contract(red cover)between your company and the City of Jefferson for the above referenced project, as well as two (2) duplicate copies(green covers) for your use. Also, please find enclosed for your use and the use of your subcontractors(if any)for the purchase of materials to be utilized on the above referenced project the following documents: 1. Missouri Project Exemption Certificate 2. A copy of the City's Missouri Tax Exemption Letter In using these documents to purchase materials, please read and follow the appropriate"instruction" as included at the bottom of the Nissoud Project Exemption Certificate. If there are any questions, please advise. Sincerely, Ma in 1. Brose, PE Director of Transportation MAB:Im C. Larry Bates Louis Alber Phyllis Powell Jim Hartley Central File Attachment MISSOURI PROJECT EXEMPTION CERTIFICATE ® Authorization for Purchasing Construction Materials for Tax Exempt Project EXEMPTION ENTITY ISSUING CERTIFICATE: City of Jefferson 320 E. McCarty Missouri Tax Exempt I.D. #12476773 Jefferson City, MO 65101 Letter Expiration Date: 08/03/2005 Department: Transportation -Street Division Contract Date: May 7, 2002 Certificate Expiration Date: September 30, 2002 Estimated Project Completion Date:August 1, 2002 Revised Expiration Date:__ Project # Assigned: 32071 Project Description: 2002 Milling and Overlay Project Location: City Wide -Selected Locations The City of Jefferson, Missouri,.Aereby authorizes the purchase,without sales tax, of tangible personal property to be incorporated or consumed In the construction of 1158 project idenlifi hpryn and no other,pursuant to Section 144.062 RSMo. Authorized Signature: '` Date: ..3 PURCHASING CONTRACTOR OR SUBCONTRACTOR: Name: Jefferson Asphalt Company Address: 2207 Idlewood Road City/State/yip: Jefferson City, MO 65109 INSTRUCTIONS CITY-A signed copy of this certificate, along with your Missouri Tax Exemption Letter, must be furnished to each contractor andlor subcontractor who will be purchasing tangible personal property for use in the project. It is the City's responsibility to ensure the validity of the certificate. You must issue a certificate with a Revised Expiration Date if purchases will be required to complete the project beyond the original Project Exemption Certificate Expiration Date. CONTRACTOR OR SUBCONTRACTOR-The contractor shall furnish a completed copy of this exemption certificate along with a copy of the City's Missouri Tax Exemption Letter,to all subcontractors,and any contractor or subcontractor purchasing materials shall present copies of such documents to all material suppliers as authorization to purchase,on behalf of the City,all tangible personal property and materials to be incorporated or consumed in the construction of that project and no other on a tax-exempt basis. A copy of each certificate must be retained by the purchases for a period of five years. Invoices Issued for such purchases must reflect the name of the City and the project number assigned by the City as shown above. MATERIAL.SUPPLIER -A completed copy of this exemption certificate, along with the City's Missouri Tax Exemption Letter, must be obtained from the contractor or subcontractor making purchases of tangible personal property for use in the project,and retained for audit purposes. Invoices issued for such purchases must reflect the name of the City and the project number assigned by the City as shown above. FINANCE DEPARTMENT PURCFIASING DIVISION SUBJECT: Bid No. 2011 - Project 32071, 2002 Milling and Ovcriay Program Dept. of"Transportation, 01micd on April 2. 2002 BIDS RECTalvCn: ,)cffelson Asphalt, .lcflcrson City, MO 626.731 21 The advertisement 161. hills was published in the News 'Tribune on March 17, 2002 and sent to eleven firms. Plans and SI1CC1l1Cati0l1S wCI'C Se1b1111ttCd 10 thl'ee 1)1,111 hOUSCs. 1'iVC lirins requested plains and specifications. FISCAL NO"I'I.;: 3500-9900-7350-4031 6200-6200-7000-0030 Strect Rcsurlacing Parking -Pur/lnlprov 1-and/I31clg 2001-2002 BUdgCt 550.000.00 2001-2002 Budget 5 30,000.00 Expended -0- Expended -0- EnCUmbercd -0- F'ncumbered -0- Bid 2011 (0301 506.312.54 Bid 2011 1 1.71 1.57 Bid 2011 (0303) 7.727.10 1.3alancc 18,288.4 3 Balance; $ 35.960.36 3502-9900-7'-')50-6055-32072-030'-2 Jefferson City Streetscapc Improvement Project 200 1-2002 Budget $2.050.000.00 Encumbered $1.697.606.71 Bid 2011 $ 100.980.00 Balance $ 251.413.29 PAST PERF`(-.)RNIANC'I : Jefferson Asphalt has received the award for this project in the past and has perlornled satisfactorily. Staff helieves the bidder will Complete this project as spcciIled ,111(1 hid. REC:'ONINI I NI)ATION: It is the recollinicndation ofstal'f to award this bid to ,lcflerson Asphalt. Jefferson City. Missouri in the amoelnt ol'$626.7 31.21. It is also recommended that the unit prices for products to be obtained at the plant by the C'ily on an as needed bases he accepted. AT TACI-IN11`NTS - SUPPORTING DOC't 1i\11?NTATION Tabulation of Bids. Departmental Recommendation xi / e '%� Purcha5ing ,1i'cnt f)ileetei�)Cpartnlcnt of"I'rinsportatioll C Memorandum Department of Transportation • 320 East McCarty Street• Jefferson City, Missouri To: Terry Stephenson, Purchasing Agent From: Martin A. Brose, Director of Transportation Re: Bid Yl2011, 2002 Milling & Overlay Program Project #32071 Date: April 8, 2002 Bids for the above referenced project were received and opened at 1:30p m.,on Tuesday, April 2, 2002. A tabulation of the bid received and the listing of streets, alleys, and other facilities to be paved is attached also. The bids were received in four(4) parts to separate street paving operations from parking lot paving operations, Thermoplastic Pavement Marking, and Pavement Texturing. Also, the bid proposal included the sale of the millings to the contractor as a bid item to be considered as a part of the total bid amount. Please be advised that the Department of Transportation recommends the acceptance of the bid submitted by Jefferson Asphalt Company of Jefferson City, Missouri in the amount of $626,731.21. It is also recommended that the unit prices in the bid proposals as submitted by Jefferson ® Asphalt for materials that can be obtained at the plant by City forces be accepted. Expenses for this project will be charged to the following accounts: ACCOUNT // AMOUNT AVAILABLE AMOUNT REQUIRED Street Paving 350.1-9900-7350-403,1-3207'1-030-1 $550/000 1506 312.54 Parking Lot Paving 6200-6200-7000-0030-32071-0302 $30,000 11711 57 Thermoplastic Pavement Marking 3501-9900-7350-4031-32071-0303 $43,687.46 17,727.10 Pavement Texturing 3502-9900-7350-6055-32072.0302 $352,30;3 � _ 1100,980.00 C: Rich Mays, City Administrator l-any Bates, Street Division Director Phyllis Gilpin, Fir1ance Central File m F n r b E O N v-v v o v`•n m—m o 0 -0 r�__"__a`.o o n o d o �2 �•; tQ, O M to O to O to O O V O U )n (n N tD r O .- O O M J f- O in V tD In N_ O h O O r- r to to (D O r-• O O (, v Z V) M N N V tU v) M M M N In to (n M V N 00 W M v) N U V1 b/ ¢Vii Z (n M O N «) M N N to t` N d) (7 CO t� O) Cti It Z O (n In O O V O M .- N N V) r- O O W 0- N M to O r V) V! (n V) O C2 N to v) to N in in to v) inn Z W W O CO to M '- tfI O M t0 O O N O to to O LO U.F- U d V to co M N O N to O O N N in d t` LL O O d V O 0 0 0 O r O V U tV 0_ m - to in to v) to to in v) to (n V)) in O d In 0 M o d d d o 0 0 0 o d o o IS w a g $ 8 $ 8 8 8 8 d o rl O (i o r o d � d d o (n (o m N o to 0 o ry 1 W F O -4 - O 0) a) Cl) O in M O O ai m CIA N r- O V) 0 0 00 �' ry cy N O Z M V M (O N M N M to t0 M V) (n 7 m N `7 un M to (O c0 V1 vi VI 1n N N t0 r O cc r V fn to N 0) �- M r- V) V) W O (n 00 O 0) M W t0 M 00 2 V) V cV (V to V N (n V) M (n M in U) V d n W n N V) V) o V) V) W) m w p� W U p w °o o to o o 0 o to n O o ,n ,n O � d ? n' (`! (V f O M M O to r- O O to LO n V It) 4) z Z y N in t°n uNi N in, Vd) in tU) voi (°n in Vd) (f)) to uNi to O LU4 M �= N m LL r (6 it a r O lb M to Cl) In tU V N '' m n d .M- N .- M O (V (D O O V N M V CL LL Q Q O 0 o w a rn - --__— -.__.._._.--------------..—._.—_---- I- m c o o >- >- d Z z >- Y ?- u. u. u. �f u. ._ z �-- F- (n !� LU 0 0 U) V) () 0 J J J u1 to O Z ~ N ') LX Z N Y O w W a (D z d I a z >- w >- z Y j :5 w w w r- z LD a m Q a( W r >LIJ z w E p E O > z 0 F- O w O v K (D ° w No w m r- w ~ w r z ? :CC o >O z w p ° to Q > g r- u a o (X F- a (r n. F- na m w o U) Z U (n JO U a ° W F- u Q u a W 0 u u( O 2 ro m W w D 0 W W F- pz W s = w O O a Y N cn LL a , v ; z c> v ; g z v o) z Q Z m CL V) u ua n co U n o hg U W a N a) S U w a U m a Z o. ca U � a' V) a n (� a ¢ U) = u r 3 ° a p0 n V) r o c o O .0 E m rn c. 6 0 E E rn rn c O O F- N 'ci n to p LL E c 'L U A m Z U 0 � _O N m 2 n to v) m m z r� N ° O ry �'. O( m J ° O) N J D O n to J 0 N J N �•) O C) m .r aEi m U 'v v c L H U a w p v c 5 a E 3 a a Q, n, a m ro n v S U ) `> I- U N �S' ♦- U �, H N n z, • g i, E W �° o o m o p w �° o o ro O w i iu O W v 0 " T m o o •= to O 0 o c) a n F- to (D (9 U U a a F-- V) F- I 't r s F-- to F•- F- N � O O r' z t`! (') V N to N M V N (D O N M V O W �' r r �- N N N N N N M vi M M v> •f Dz l Milling; & Overlay i.3ackground 1998 Project: Bid 1763 Bids received: APAC 351,982.86 No subs listed Jefferson Asphalt -392,413.10 No subs listed Awarded: APAC, Inc. 1999 Project: Bid 1814 Bids received: APAC 472,364,88 1.00/ton deduct/millings no subs listal Jefferson Asphalt 473,956.08 1.25/ton deduct/ millings Sub: APAC Staff recommendation Award to APAC Deducting buyback of millings made Jefferson Asphalt. low bicicler on estimated 8,000+ tons (estimated qty determined after First Council meeting). SUbstltute bill passed by Council, 2000 Project: Bid 1881 Bids received: (Millings incli►(Ied in MSC) Jefferson Asphalt 668,233,07 Sub: APAC-Central Companies APAC 823,354,52 No subs listed Higgins Unit prices only No subs listed Staff 1-cconlmcndation Award to .lefferson Asphalt 2001 Project: Bid 1937 Bids received: (NlllllllgS Illgllded In base) Jefferson Asphalt 564,265.77 Sub: APAC-Richardson Bass Higgins Asphalt Unit Prices only No subs lislecl 2002 Project: Bid 2011 Currently bel01'C the Council