Loading...
HomeMy Public PortalAboutORD12834 Azvv i BILL NO. 98-100 F, SPONSORED BY COUNCILMAN Haake l ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH JC INDUSTRIES, INC. FOR HOUGH PARK STREET SIDEWALK IMPROVEMENTS. WHEREAS, JC Industries, Inc. has become the apparent lowest and best bidder on the i Hough Park Street Sidewalk Improvements project; TED BY THE COUNCIL OF THE CITY OF NOW, THEREFORE, BE IT ENAC JEFFERSON, MISSOURI, AS FOLLOWS: Sec#ion 1. The bid of JC Industries, Inc. is declared to be the lowest and best bid and is hereby accepted. Section Z.The Mayor and City Clerk are hereby authorized to exeWte an agreement with JC Industries, Inc. for Plough Park Street Sidewalk Improvements. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. i Section 4. This Ordinance shall be in full force and effect from and after-the date of its passage and approval. Passed:_ � '- S�" Approved: c �j �P Presiding Officer r Mayor .__. ATTEST: APPROVED AS TO -ORM: r , City Cl rk City rse or p / � Duane Schreintann City of Jefferson I Mayor VW Department of Public Works Martin A. Brose, P.E,, Director ; 320 East McCarty Street Phone: (573)634-6440 ; Jefferson City, Missouri 65101 Fax: (573)634.•6457 October 27, 1998 Mr. Tony Adrian J C Industries, Inc. P,O. Box 104567 Jefferson City, MO 6510 RE: Project.No. 32040 - Hough Park Street Sidewalk.Improvement Dear Mr. Adrian: This letter will serve as the"NOTICE TO PROCEED"for the above referenced project.. The effective date of this notice shall be Monday, 1`yovernber 2, 1998. The contract tine for this project is thirty (30) working days. Enclosed,for your records,please find a fully executed copy of the contract between your company and the City of Jefferson for the above referenced project. } " Also, please find enclosed, for your use and ithe use of your subcontractors (if any),for i the purchase of materials to be utilized on the above referenced project, the follnv✓ing documents: ( 1. Missouri Project Exeniptiaii Certificate !, 2. A copy of the City's Missouri, Tax Exemption Letter x In using these documents to purchase materials,please react the appropriate"instruction" as included at the bottom of the Missouri Project Exemption Certificate. { if there are any questions, please advise. Sincerely, 1 obert W. Kclsick, PE Engineering Design Supervisor RWK:als j c: Marty Brose Iack'Kramer City Clerk Mike Papen Greg Dorge Central File = Steve Wankum 777 7- E:. 1 MISSOURI PROJECT EXEMPTION CERTIFICATE Authorization for Purchasing Construction Materials for Tax Exempt Project EXEMPTION ENTITY ISSUING CERTIFICATE: City of Jefferson 320 E. McCarty Missouri Talc.Exempt I.D.#12476773 Jefferson City, MO 65101 Letter Expiration Date: 0/06/2000 Department: Public Works •Engineering Division Contract Date: October 23, 1998 Certificate Expiration Date: April 30, 1999 Estimated Project Completion Date: March 1, 1499 Revised Expiration Date: Project#Assigned: 32040 Project Description: !'lough Park Street Sidewalk Improvement Project Location: Moreacs Heights School to Ellis Boulevard The City of teftertcin.Missouri.hereby author;�es the urchase,without saias tax,df tangible pertonai property to be ir►conpssrateo or consumed In the const u lion of ttw p ' ct erein �o otiwir,psursuanl to Saturn 144.082 R SMo. Authorized Sigl,atur r,�'`.v.�-' ,_�.Date:_ PURCHASING CONTRACTOR OR SUBCONTRACTOR: Name: J C Industries, Inc. Address: P.O. Box 104567 City/State/Zip: Jefferson City, MO 651110 INSTRUCTIONS CITY-A signed copy of this cartificste,along math your Miswwl Tax Exemption Lettor,must be fumlM!w.tfl each contractor orv'Jor vAoxttractor who wig be purchasing tangible personal property for uce hr the project it is the City's rasd+ons iiy to ensure ft va9dAy of j :� ( the cerbficato.You must ir.'e a certificate with a Revised Expirstion Data if purciusses vv��l be rcRgvasd to complete thtr pr :t hoyrnd the orighmd Project Exemption Certificate Expiration Date. CONTRACTOR OR SUBCONTRACTOR-The contractor shat fumish a completed copy of ti+is exemption certifrra�to a9or g with ci copy of } the City's Missouri Tax Exemption Letter,to all subcontractors,and ahycontractor or subcontractor purchasing mite Ws"wesent capbs 3. of such documents to all rratertai suppliers as authoriaAbon to purchase,on behalf of the Olt,/,an tangible personal property and rna terials to be incorporated of consumed In the construction of that project and no other cni a tax-exempt basis. A copy of each cettlficate must be retained by the purchases.for a pariod 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. t la MATERIAI.SUPPLIER-A completed copy of Ws exemption certificate,along with the City's Missouri Tax Exemption Letter,must.bc obodned?rom the contractor or subcontractor making purchases of tangibles peawnal property for use in the project,and retained for audit purposes. Ihwoi-e"s Issued for such purchases must reflect the name of the Cite,and the project number assigned by the City as shown ; �. above. . � u � +':O �..':;:�-1;�i• a'•'.•: .,-1..,'' .. '.. �.� -.:....••_ r• �.. .:- ...�'.n�d.:rw.L.....AtiJ.:•a rr.9i.dy: .+.��:..:.%•�.-... '•'• ..-.-.wi?ri:i-a.:.•l:.w:Ln++....r...+.. .... .w-,-..v.... ..o:.,r-... •n..:..n:•. `t EXEMPTION FROM MISSOURI SALES AND USE TAX ON PURCHASES � ` MISSOURI* TAX I .Db'' ISSUED T0: NUMBER: ` 12476773 CITY OF JEFFERSON ' 320 E MCCARTY ST EFFECTIVE DATE: JEFFERSON CITY MO 65101 09/06/95 • EXPIRATION DATEI 09/06!00 YOUR APPLICATION FOR EXEMPTION FROM SALES/USE TAX ON• YOUR PURCHASES HAS BEEN APPROVED PURSUANT TO CHAPTER 144 , RSMO. THIS LETTER IS ISSUED AS. DOCUMENTATION OF YOUR EXEMPT STATUS. PURCHAS'ES*..BY YOUR ORGANIZATION OR. AGENCY WILL NOT BE SUBJECT TO SALES OR- USE TAX: IF SUCH PURCHASES ARE WITHIN THE CONDUCT OF:'�YOUR EXEMPT FUNCTIONS AND ACTIVITIES. PURCHASES MUST BE PAID^' FOR' F.RDM i FUNDS OF: -THE ORGANIZATION OR AGENCY:. ALL SE�.LERS OR VENDORS.,- MUST BE.'• t FUR9�TSHED•• A COPY OF THIS EXEMPTION LETTER . . THIS EXEMPTION. CANNt�T BE USED ON:_•PURCHASES BY I14DIVIDUALS OR AGENTS FOR THEIR OWN'PERSONAL USE. f Sq�L S �1AI�E $'� YOUR ORGf�NIZATii?N ARE NOT EXEMPT FROt9 SALES-TAX.- SALES MADE BY YOUR ORGANIZATION Off; AG�t�CsY Q�� SUBJECT TO APPLICABLE ` STATE AND LOCAL SALES TAX. SHOULD YOU ENGAGE IN THE - BUSINESS OF SELLING TANGIBLE PERSONAL PROPERTY OR TAXABLE SERVICES AT RETAIL, YOU WILL BE REQUIRED TO OBTAIN A MISSOURI RETAIL LICENSE. i AN AGENT OF, OR CONTRACTOR FOR, AN EXEMPT ORGANIZATION OR AGENCY `. CANNOT CLAIM OR BENEFIT FROM YOUR ORGANIZATION' S OR AGENCY'S EXEMPT . F STATUS. SALES TO CONTRACTORS WHO PURCHASE CONSTRUCTION MATERIALS _ TO FULFILL THEIR CONTRACTS ,WITH YOUR ORGANIZATION OR AGENCY ARE SUBJECT- TO SALES TAX ON ALL SUCH PURCHASES, UNLESS -T HE MATERIALS ARE i ( DIRECTLY KILLED TO .YOUFZ= ORGANIZATION "AN�� 'PA�D. FORi'FROM YOUR ORGANIZATION'S FUNDS. ' 1 ' THIS EXEMPTION IS NOT PERMANENT. IT IS SUBJECT TO REVIEW BY THE s : DIRECTOR OF REVENUE, AND IT EXPIRES ON THE RAGE GIVEN ABOVE. IF IT • .: .' IS DETERMINED THAT THIS ORGANIZATION OR AGENCY CEASES TO QUALIFY AS, AN EXEMPT ORGANIZATION OR AGENCY, THIS EXEMPTION LETTER WILL CEASE - ,'. TO BE VALID, AND PURCHASES MADE BY THE ORGANIZATIONd OR AGENCY WILL '• ' : ` BE SUBJECT TO THE SALES/USE TAX. s THIS EXEMPTION IS NOT ASSIGNABLE OR TRANSFERABLE . IT IS FOR ' SALES/USE TAXES ONLY AND IS NOT AN EXEMPTION FROM REAL OR PERSONAL•. . . .'; PROPERTY TAXES. . ANY ALTERATION TO THIS EXEMPTION LETTER RENDERS IT INVALID. ' •�C;••.'a„�'.4'L�".:r-•;;:�;;s:��a;�V.`'.�l:;i":'i..•�^K.?J��ir`J�.•.f`•"�C't';-•1:.:-i- -i.- C .- :•"i;:• •�..,....i Ja 4Vr�� ��'r`,.r , •,.�_r,/-.aior, rr.w' ��t+.. � tip.�. ' _'�:Y•� i f.. .Y• •itv �'. r.•..•: :..�: �•.-��•�•+ • _ai. ,�� :�T..i:•i _. •S• .' �. ..-.'J�. rv•. .. . .- f^•`_. .. ..�-L::....�.'-.:..f.••.•..'.,.r-Y.iw�.:c...Tr.Jt*rl���� i�t r oe FINANCE DEPARTMENT ! PU RCHARNG DIVISION I 4 SUBJECT: Bid 1785 - Hough Park Street Sidewalk Impro*.cements, Project No. 32040 i Public Works, Opened on September 22, 1998 BIDS RECEIVED: J C Industries, Jefferson City, MO $43,724.00 APAC Missoud, Inc., Columbia,'MO $51,216.50 Don Schnieders Excavating Co., Jefferson City, MG $52,715.35 { Sam Gaines Constriction, New Bloomfield, MO $53.282.09 Kauffman Brothers, LLC, Jefferson City, MO $81,215.00 FISCAL NOTE: 3500-9900-7350-4025 -Hough Park Sidewalk 1997-98 Budget $54,300.00 j Expended -0- j Encumbered -0° f Bid 1785 *$48_096..00 Balance $ 6,204.00 i *Total amount includes the bid amount plus up to 10% contingency if needed. f ..A (43,724.010 + $4,372.00= $48,096.00) PAST PERFORMANCE: J C Industries, Inc. has completed projects for the city,in the pastas specified. The Public Works staff believes that this bidder will complete the project as specified and bid. RECOMMENDATION: It is the recommendation of staff to award to J C Industries, Inc. in the amount of$43,724.00 as bid and allow for up to 10°io as a contingency, if required. AT'T'ACHMENTS - SUPPORTING DOCUMENTATION Tabulation of Bids, Departmental Recommendation I acSignature �- �`'" W asing Agent p ment Director- is orks y i t MEMU :F 0 F F 1 C E To: Jim Hartley, Purchasing Agent From-. Marty Brose, Director of Public Works- ` Subject: Hough Park Street Sidewalk Improverneits, Project Igo. 32040, Enid No. 1785 Date: September 23, 1998 Bids,for the above referenced project were received and opened at 1:30 PM can Tuesday, ` September 22, 1998. A tabulation of the bids received is attached hereto. Please be advised that the Department of Public Works recommend: the acceptance of the Bid for this project in the amount of$43,724.00 as submitted by J C Industries, Inc. of Jdfiferson City, Missouri and that the contract for the work included in the proposal be •ry:{" awarded to the aforementioned bidder. Expenses for this project will be charged to the following accounts: f Account No. Arncunt Available Amount Required i &A*99O-7350.4025 $54,300.00 $48,096.00 ' (Hough Park Street Sidewalks) TOTAL $46,096.00 r The,total amount indicated to be required for this project includes the bid amount plus 10% ($43,724.00 + $4,372.00 = $48,098.00). The ten (10) per cent is a contingency to cover any change orders or extras not included in the original scope of the project.': co: Ricl1 Mays, City Administrator Central'File 4 w It 'ii .. .. •. i 11 RQ $ pp$ OfJ N 4I 1°l. �Nj C Epp V1 M 'e _ R N 1 A U6 to V/ N N M M• N 7 . . , oz Hono ° $ 8 S 8 S S $ S $ $ o ts co d M °m co r r w w v`-i M w e� y � f j W $ i" M ei' c°v ° N as w .o. ♦a N 5 �wo. ?b o in c iii vi ri ici ♦4 .v T w j. _ N SL � N MN «� W W Nf YS Y3 M ♦ .. A 'o .rim°oa w Jl( . � W 'a INO ttt i- Lw oiwc�w: w to �r•��E '.4 �a I I y' N H •R w N Yl mj to a a LU IX UA cc LU r {py)j t O U _ W LL o w C7 Z m >� uZi o f U S2 J 3 C V C3 a LU cy r z vm �r aU) co o Q Z LL lu v 'v v a Fc w v i �• t.. J, N C1 .'C cV ri v vi td P tt? Oi c ,� ,z'�?^*usR:«ct w Uut•'a::n+�.4KF.ra.:c;wt i', ...,.s.. , . l - --- rt '''. ` 1 $ °o o° g °Q oo °o °o 00 $ co N 1 c+i O N co wG L a w N wn N w r• yr w w w v9 w an co U. G1 u J V Co O d o b o i . t U co tD N $ N Ui z 0. I ! ! w w w � w w . �► OMB n j a o 0 0 0 0 0 o ws� o cn a I Cgq?OO��f O O O O O O O O ll. 6 a• 1 Q c� N QNi. N Q O h O N C4 4% � ;ma=y V`, N v ? w � � w to v� a ��i 2 W Z "LC Z C o i- N� i3 CD o . � bgi ► o x p � cf o Q Lo ci y > J �� w o CL Q wn G C� 1 5 i Q om— Q �. O.. �- X71 O O O N. O O rl c r �q} O CV .� 1 Cv tt t.7 1f1 .3 ' . C? Q r $ ovft .�- O N 1- O� P N v- wcsa,w�,, .� '- N v q st ^ rr 1.. U.'M�Ow OO o � }- 449, w - » rA. � � vs a w vNi !dD— w�tai alt Q c4i ° C C? a I ati U N N N �, .. Ci U CC I I ! wa w w cA s� er► w t IL 0. oa a f ! i 'o r 3t U. u! t9 { f LLU SA d Q Z C�. Z W. LU IL LU +,. w (� CO U rn �w — — I ' °' w w: o �J U' `= o CL o. W W o f °ate � � � � p , w F•.' f] � � ; : o o 0 ai �u o J cu a N U Z. co o U U o Q C-4 cwoli XXj 0. 0. W 0. 0. ZO W :. O pp r d .W U v v is tc tjj �^s 1Iw--wU ` tJ ri v wri t4 I� 06 ai Ci .•"^�•Nix�v'iYrii�hstrt lr.m.�+w. wn+»j:u.a.w..cyyu.n,v .,,..,.:.; . - _„... , �dve�v 1. I ,,` ' 1 5 ` ),5.. V r `\, : / 1 1. U 4 :\.,l..j} :iy., l ' .\ i Ia. .ty 11 a 11< - 4 ra V "N, . f j ./ t X;. 1...,'':. f I t' I / : r: \ \ ��I;I / ,t — , // d .,\,,r tK/Fla' x r `\ !•�. \ ' i ✓, l:` ,,',\ r ,;,! 1-t'",,,!!,`'M1p Fir W l.z .L1'' °'7"` `C�R A 'V-,, t :"'1.?r J:�,l, '.' f. 1 'a'. ." t) ' ' \. J•:•l , jK ✓y.•i. . , - ..°,• 'If-A. .+ -7 , \ - T�t'�Y .. ) }�"• ~''°7: r` ,,..', ;r:.\' '✓ -•1� t ,(., ,.t e ` ,� �< ti -7•li''��y.. fit' ,1i.1/' I:I ./.; •R:.: �(!•�Y1,\A l'_J .t)L 1 .Ir I. J'(}' \ c.lu � '�.. /� k% !� v 5 :�,. er,• ,\'; .r \,'A.r, ./.I Y�.`y �a Jdy.`%`O:y.i,,SAr.�'i r}r,`.',� ,,-y4"\' .t\'1.a\�:;4 1' (r I , ) 'q (/ a ,,q J ` ln,_ .r, , '�) t t (.. J ',-!„J lKy, y 'J 1, .I `) ;•jl'a' •''' ,�. \ :r I wr r- J♦✓ ` .\ �; /��:., !.p'�i / ti• .at.r, F:r _11.1. rr.�•1l�:V4 1-L. ` r' \ },r' t r }•.i. \ �`:` ''� '1.•V�r;I ,, ly K, �,.�I:I ,H,. ^ a .ht ,T.t` , `i�7i 1. , ,'' ..`, .rI A 1 1, ( ,'> _,y t f 9 "yJ'1. .!)�•:,.'\.',)2,.�'l ltd=T.:1 � �.ti5;µpti<r ).,. �, , 'l.�•,,rt..y• ;(Lit•. 't. J ') `I.' .ri, ) by .�q ��t,' •.,_-•,/i , .l:.,i 4.,)rq •I'-li I •.�rJ`' J _ ,J .\Y, •'Ji '�'• 1"I"' : "'I”., "'., . 1 'A ',/ S ,r` `I, < -.,. ` �'- •�'..' ',, t. ,} .n'p ,, d �� 9f /�; ,1J"• II,to 1.+-X, j`t.^ ✓i./f,'.•. ,'i\^., f ,v�' r'Lr C0..+�\ '� i� '.I� �•l. x 1 �ty'�.: , r. rl Ii,,j /�. -n.*Jf IHY � 1/1:,1 'i ;'1�,A /i,e,`-i I , ,, 4,. -)..1: \\, �� `� • - .. ./ , ti F S`a, y, ?I:. ` .> .r)�, w,''v.F�'�; t.':\ tr•-,` ',)'.�•,, .Si '• r ! .\' 1 "I , J.Cr :',; rr:. '` + '�+ r� !; T '`. („- :, yF;• J r I _ I [.')_r �, .y,., t \' trj,. '1� . .. '!'t'. ijf'i 4. le-,`> ' L)( I ,, ,,•`ti):`'i $( ' ! 1''r:.•� t ?,:. �,• / y d J5 '. ,, .i,,a.". 4t ,'\ Q"\.v IIiY'r�l ,v.�\/'i r. 4'• l:,,t l,, "r,y.. !b. .r,,\L'/a��t, .iJ�7'.\/.,;'.�_,4:/\ 4, \. •�'`' :i ' f),v '1. , . ' •'\'\:N) f` rv.G') ` !. 1,rµ.J 1 " 1.• i�. •;;.(f. J' '- � . �' \ L \ `�v,. ,)' i} - °yyri`. l `..`'.).� r'i + i t+ q,:f r..''r?•� :� ,"., q `j\.;�; `'`, -i ,�, ,t'L-':`)" .'' ,, -L - 7••' ,; \ v'':+ r,bl''`" "I• I v I •7-r"'N”: '-J"V "\ .y.y 1. •'Y3 "l `✓.'` �i r �:f, .1� ,f'li / . ` `'_ ,f!, :h, �rE ( r ,� �^,4 d"J�.'- "t!4."'N -\� [';''.+•J f:, '1/ d;,-i'%, i �rl `_ v,� \'• �) '\ irl t •'1\Y,. `., t,,, , -r,J.:&_#� ii�, 1. .�- ;1,� w n /.,1�. .y y , .A .. L d r.O r ` 1,:, 1)' �- :a'.0°: 1 '�y ''f, '' . "1, I., ,y`1.1'�.' \! .I. 1• . �; 2=1<r µ,, d 1`t It .4•d,/LI,., ,t,• In Jr ,f; ' I� •- Ce.,. ') ,'i..+. `rO 1•[51: 'y�' �, .r t<.'C<•'il. _;(;,•`•,%Ij ,.,:•�, 'S 1{`'f.,2r.;'lar ,J_" ;, :,y'\ r ! ,d_ /.., ', , " �' ', IS:,:.)., !�` v1 .; .Il.p: . a,. .1 ,, ,n �;,(• ? i ' - 1 \ � 11 `r•, .1•. i,- ;r ./\y„�fn�•r°-i•.w,t J%, ..fir - ,5�:� !/, "�.^ �+s, +,L '! c 11 _ y •,\' 1 t(' ` .a• ,:4. r, iN:';-v I r1'ie`.\e't `J t i, .,`,fit• .,v,Saq,^'..•: 1.if \\l.j,_�:Pr. 1!-:��' '-c •i: u. q ,. ? •..,n"t \ -Y:.,, ri r, \1•. 3 u. .,ni`µ". y t4, r. t- ✓ t :�' :N"* '`'-J r .j.:,,. t�... ti/a' ` 'i-',,, ':`` "`'..:� ( i '. :;''':y J; .1 '' ' �....,.. t �� S 5, k t\" }!r♦, 1" ./' \" .� r "\. I ,•, a+ is ,,:' ..4.' t.b;, ,2:1r-'': i7,,,. a ,: ;(`. 1� .y I� •. , . ) .,/�::`•ii !s/,)r.. L. lal:, 'f' 1_Ir'i'. ,_ \/,i,. 2 1. r •) .I ',/ ..r: 1/ , '. "•-, 1'•1__� ',' .I) C',y. 'r{�',,• ,. ,, , y. e rl. °,t•.:'. :1°% .n o'-Ii• `.- .,;. S'{ �r ,y 1--. i ,l: •J,'.'S- `S.' f n t .;;,j r4t:� .v` �,�.h:Ly I, oG.� .5.:. ./S't' '� ' L; f� :1 '.1, V .J/ .. I ` DEL .t r ,.�, '7: •!1, i.µ ^ 'y,N .S;')\;::' ,o :CJ.1.)+: \ '.1)' S eF.,1.; �;, + , 1 > ( i ) 'rt .,,or! 1! ,' 7 y.. ylt•. ) t�=\r,; T f � _ ;f 11 f; r �, `,d 1 ,i, ,\ , `4,\ , .aF .1 t ,.r,., ` 1 i.J I 1 1 t ' f, 6 9r! IL P. I :,j'w` ri a,1 , j li C ?.. v{r t, -t,J, 2'(d -, v ;'y,. ":; v \ (,% I,f •r aT '% `al �v `{) a e 1? .! i ` Y �1 , 4 'n. r -r1 -d i .t., . 14 F a f w•f° i),�I, ':,i:'t=;,ti'.-; J';*&-'I,•''y:�1'q,Y.y; > ( . CERTIFICATE OF LIABILITY INSURA��C - a-)p CH �w MTE(tIM'OIVW) � &P JCJPTD-1 PRODUCER I HI$ NFfiFiCATE IS ISSUED AZ A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE t7inter-Dent & Company HOLDER.THIS CERT!F!C,k'fE DOES NOT AMEND,EXTEIND OR • Box 1046 AL'T'ER THE COVERAGE r.FFORDED BY THE POLICIES BELOW. erson City MO 65102-1046 INSUREt�5 AFFORDING COVERAGE .�Ine1573-634-2122 Fax:573-636-7500 14SURED -- — --� INSURER k Continental Western Insurance _ INSURER 8: J. C. Industries, Inc. INSURER C: P.Q. Box 104567 INSURER D Jefferson City MO 65110 --- INSURER E: COVERAGES _ THE POLICIES OF INSURANCE LISPED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ARC%'E FOR THE POLICYBEROD It [ 01iiTTANCING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT'N17H RESPECT TO WHIGH THUM M�bmaa ` MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.CZGLUSIONS AND CONDIT IONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. r INS I _ 1 CL.rC'V AFG T DATE MMl6lm --� ---- LTR TYPE OF INSURANCE _ POLICY NUMBER __ I GENERAL LIABILITY EACH OCCURRENCE_ S 10_0 0 0 0 0 p 'C�ORIIMERCIALCENERALLIA.BILITY 9KY1220 07/01/98 07/01/99 RREDA.'AAGE(r•ny one tire) S 100000 ! I CLAIMS MADE U0 OCCUR I f MF4 CAP(Any one persw) IL q-0 0 0 0 �PE:<SONAI.3 ADV INJURY $1000000 i _ I GENERALAGGREGATF 1% 2000000 GEN'L AGGREGATE LIMIT APPLIES PCR: ( PRODUCTS-COMPlOP AGGi 1$ 2000000 PCILICY PROS LCC -- AUTOMOB;LCLIABILITY $1000000 3 COMBINED SINGLE 1.1:1517 A K A,'YAU-IO 9KY1221 07/01/98 07/O1f39 IEaacddent) t ALL OWNED AUTOS t ( BODILY INJURY fSCHEDULED AU-ICS (Pe'per,un) — HIRED,AUTOS — BODILY INJURY S { NON-OWW/ D AUTOS (Per accident) PP.OPfrR'i i DAMAGE (Per acdd^nt) S _. GA..RA E LIAHILIlY AUTO ONLY-EJ:ACCIOEN- S AhY AU'r0 I 0'Tt±F_R THAN –FA AC S v 1 AUTO ONLY: AOG I S ! EXCESS:LABILITY I EACH OCCURRENCE $2000000 j A OCCUR CLAIMS MADE 9lEtYl2?.2 07/OJ./98 07/01/99 AGGREGATE _ 32000000 i Retenti 5 on 10000 ( �DEDUCTIBLE ---�_—. t RETENTION 1 WORYERS COMPENSAT'ON AND ------ �+ EMPLOY cRS'Lb1BILIn' A 9RY1 210 07/01/98 07/01/99 E.L.EACH ACCIDENT s-1000000 E L OISEAj E •EA EMPLOYE S 10 0 0 0 0(1 El.C�SE_S5E-?GLiCY LIMIT j$100i.'000�! I CTHER� i{ A installation/ 9KY1250 07/01/98 07/01/99 Per Jar 100000 IBuilders Risk 1 __ DESCRIPTION OF OPERATIONS LOCATIONSNEHICLES/E),CLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISICNS Project: Hough Park Street Sidewalk Improvement; Mor.eau., Heights School 'to ,j Ellis Blvd. , Project No. 32040 s CERTIFICATE HOLDER N ADDITIONAL INSURED;INSURER LETTER: N CANCELLATION ' JEFFE–1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WIL L E.NDFAVOR TO MAIL 10 041.5 WRITTC•N t t NOTICE TO THE CERTIFICATE HOLDER NAMED'TO T11F_LEFT,BUT FAILURE TO DO SO SHALL City Of Jefferson IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR ' 320 East McCarty REPRESENTATIVES. Jefferson City MO 65101 EPRESEN1ATIVE -- F ! Z ACORD 25-S(7/97) CORPORATION 1991 4� 4 } i IMPORTANT i. i If the certificate holder Is an ADDITIONAL INSURED,the po!icy(ies)must be endorsed.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). t � i If SUBROGATION IS WAIVED,subject to the terms and conditions of the poiicy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). DISCLAIMER ! The Certificate of Insurance on the reverse side of this form doe,not constitute a contract between the issuing Insurer(s),authorized representative or producer,and the certificate holder,nor does it affirmatively or negatively amend,extend or alter the coverage afforded by the policies listed thereon. } A� r t, f i. � .......... Y aeoRD 25-S fl/97) � 51 --w ••• .~ �a' ::,;t{ .. 3s , tt}i ;.,t}i � } +£ '. ;� tiljr , k- iNA.i.a'n A( Qw INSURANCE ©I V D E R Oki t0 CH DATE THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE C;t�NDIT!ONS SiiOV;N ON THE hEVERSE SIDE_OF THIS FORM.- PR000CER A/C No.F�l): r,73-634-2122 COMPANY -'— _ BiNUER N r 3.386 573-636-7500 C.,ontillantal Western Insurallce etr-•Dent & Company `DATE TIME_-_ _- DATE TIME P.O. Box 104 G 7{ AM v 12:01 AM Jefferson City MO 65102-1046 10/14/9>3 12:01 _ FM 1Jj].4j99 NOON _ —I THIS BINDER IS ISSUED TO EXTEND COVERAGE 114 THE ABOVE UAMED COMPANY CODE: OP-1424 _ — SUS CODE: _ x PEREXPIRINGPOLICY": $1A-LTC1-,0CP AGENCY . OESCRIPTIOOF ORNSNEHICLESIPROPERTr'(Incnrdind Loalicn) ER10: JCI2D-1 Owner's Contractor's Protective Liability I:ZSURFO Policy: 11ough Park StroeL• Sidewalk Tm�ru-veulent, Mor®au 11ei.ghts School to City of Jefferson EMS Blvd; Project 270. 32040 320 East McCarty Jefferson City MO 65101 COVERAGES — ^-M��_ r LIMITS �- TYPE OFINSURANCE I COVERAGE/F0PM5 - -� DEDUCTIBLE COINS t: _AMOUNT PROPERTY CAUSES OF LOSt1 BASIC 1-1 BROAD F SPEC GE1tieRAl LWgILt7Y EACH OCCURRENCE $1000000 - FIRE DAMAGE(Any we fire) 5 't CO)AMERCLAL GENERAL LIABILITY ---- - -- CLAIMS MADE [7 OCCUR MED EXP(Any one persai) $ X FERSONAL&AD'J INJURY $1000000 GENERAL AGGREGATE $ X Owae=-a Contractors Prot* I RETRO DATE FOR CLAIMS MADE: __- PRODUCTS-COA4P/OP AGG S AUTOMOBILE LABILITY COMBINED SINGLE LIMIT $_ I BODILY INJURY(Per person) Z .ANY AUTO BODILY INJURY(Per acadent) ,3�- i j '-L OWNED AUTOS --- - j PROPERTY D fAAG'E S S-_--,- CHEDULEDAUTOS --- -c !I H!RE-D AUTOS MEDIC AL PP.Yt f"NTS --- 5 i )NOIJ t;WN1 G AUTtlS ('EfISONHt.INJLlf1'f PH 1T S UNINSURCO SIGTORiS7 -� ! AUTO PHYSICAL QAAIAGE AC7UAI.CASH VALLIL i DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES -__,-_�_ ( STATED AMOUNT S ' COLLISION: _ - i OTHER THAN COL: -- OTHER GARAGE LL4BILFTY AUTO ONLY-EA ACCIDENT S_ ANY AUTO OTHER THAN AUTO ONLY: r EACH ACCIDENT S_ — -- � AGGR,EGATL S EXC,M LIABILITY -- ACFI OCCURRENCE S - -_ j( UMgRELIA FORM F-INS�',GREGATE 5 S OTHERYHAN UAIBRFLLA FORM RETRO DATE FOR CLAIMS MADE: �- -SE LUREO RETENTION S WC STATUTORY LIMITS((- WORKER'S COMPENSATION E.L.EACH ACCIDENT t AND E.L.DISEASE•EA EMPLOYEE S EMPLOYEFVS LIABILITY —--- E.L.DISFASF-POLICY LIMIT S�-� :.i SPECLAL Jo L'nduatrioa, Inc. it responsible for payment of Premium and audit. FEES $ i CoOoN{DITIONS'/ TAXES $ COVERAGES -�����--- C,TIMATED TOTAL PREMIUM -S NAME&ADDRESS IAORTGAGEE A[iDITIONAL INSURED -1 LOSS PAYEE /j LOAN tl AUi HOR17.ED REF'RESE14TA f IVE ACORD 75-5(1/98) NOTE:IMPORTANT STATE INFORMK 107TON REVERSE SIDE CORD CORPORATION 1993 t 1 , S CONDITIONS This Company binds the kind(s)of Insurance stipulated on the reverse side.The insurance is subject to the i terns,conditions and limitations of the policy(les)in current use by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written notice to tho Company stating when cancellation will be effective.This binder may be cancelled by the Company by novice to the Insured in accordance with the policy conditions.This binder Is cancelled when replaced by a policy.If this binder Is not replaced by a policy,the Company is entitled to charge a premium for the binder according to the 1 Rules and Rates in use by the Company. 7 i j Applicable in California i When this form is used to provide insurance in the amount of one million dollars(31,000,000)or more,the title of the form Is changed from"Insurance Binder"io"(.over Note . i i Applicable in Delaware The mortgagee or Obligee of any mortgage cr other Instrument given for the purpose of creating a lien on real property shalt accept as evidence of Insurance a written binder issued by an aulhcrixed insurer or its agent if f the binder Includes or is accompanied by:the name and address of the borrower;the name and address of the ((, lender as lass payee;a description of the Insured real propettr a provision that the binder may not be can;pled i within tote teat of the binder unless the lender and the insured borrower receive written notice of the cancel- j lation at least ten(10)days prior to the cancellation;except in the case of a renewal of a policy subsequent to ithe closing of the Iran,a paid receipt of the full amount of the applicable premium,and the amount of Insurance coverage. ' Chapter 21 Title 25 Paragraph 2119 i Applicable in Nevada Any person who refuses to accept a binder which provides coverage of less than$1,000,000.00 when proof is required:(A)Shall be fined not more than$500.00,and(B)is liable to the paity presenting the binder as proof. of Insurance for actual damages sustained therefrom. ;r ACdRD 75-S(1197) � b l 1 -- City of Jefferson '� ��� a'a �. �A���� Mayore:��r���rt Department of Public Works / Martin A. Brose, P.F., Director 320 East McCarty Street Pbone: (573) 634-6440 Jefferson City, Missouri 65101 Pax: (573)634-6457 October 8, 1998 Mr. Tony Adrian J C Industries, Inc. P.O. Box 104567 Jefferson City, MO 65110 1 RE: Hough Park Street. Side%ralk.lin prove me.nt Moreau Heights School to Ellis Blvd. ' Project No. 32040 Lear Mr.Adrian: Enclosed, please find three (3) copies of the contract for the above referenced project. Please execute the contracts, return theist along«pith the P erforntance and Payment Bond(s), Certificate of Insurance,and a%,ner's and Contractor's Protective liability Policy Binder.by 5:00 p.m. on Monday, October 19, 1998. The Certificate of Insurance niust be issued by the } company affording coverage. Certification from a local agent is not acceptable'Mthout necessary i docurnentation empowering and authorizing the agent to sign the surety's name. In addition, j if an aggregate amount is specified,a statencerit of the amount of that aggregate.available to date must also be included. Be separate cover,the Department of Public Works A%ill issue a Notice to proceed on the project. You must submit the above documents in correct form before you begin work. Should you require additional information, please contact the Department of Public r works at 634-6440. � Sincerely, obert W. Kelsick, PE r� Engineering Design Supervisor RWIC:als c: Director of Public Works Central Pile City,-Clerk Engineering Division Director { I `! �PE�i�ie�TIONS AND CONTRACT DOCUMENTS PROJEc*r X 0. 32040 ..j ; �? Hough.Park Street Sidewalk impr0'Vemerlts 4 Moreau Heights School to Ellis Souievard Mjr !#r E jf y �.r�,• HONV BRO o w NtSMBER 1 E-17511 b Es IVY'. { t }}{){) Jeffersori'�i pepartmeilt of pubbi 1'®sks �s d S ptember 199 4 September 1 1998 C;1Wp0ACS�PRCJECT1hough.streat sidewalk.wpd 7:. Iry { i LI" r i 5 ABLE �� C INTEf�dTS , • Advertisement for Bids • Notice to Bidders Information for Bidders i -? Bid Form " ' • Bid Bond t • Anti-Collusion Statement 1 s ' • Contractor's Affidavit • Minority Business Enterprise Statement � • Statement of Minority Business Utilization Commitment •' '` . I. Affidavit of Compliance with P revailing Wage Law Prevailing Wage Determination 1 t Affidavit of Compliance Public Works Contracts Law i -� Excessive Unemployment Exception Certification t: Construction Contract f.s Performance, Payment, and Guarantee Bond 1 = General Provisions 4.11-11- 21,r Special Provisions • Attachments Addendums ( If Any ) (* INDICATES THIS ITEM' INCCUDEU IN BID 1�ACe<ET F(�f3 SUBMISSION OF,Sip) l 0AWPOOCSTROJECllhough stroot side wallc.wpd Septerribar 1 1898 ..1.�xi t 1:��t a.9�".'w Ott*: Tf {r4 �6 f,4}J`'i r.g a fel�[4�tiaw�� i Of I Ciiay i of ry Jefferson �. Ilfityar A Martin A. Brose,P.E., Director Department of Public Works . Yhone: (573) 6134-6440 320 East McCarty Street r 4sr Fax: (573) 634-6457 Jefferson City, Missouri 65101 &DV F:�tI �MJ IdT EQI BIDS t e of the Purchasing Agent 320 East McCarty Street, Sealed bids will be received at the office 9 Jefferson City, Missouri 65101, until ,l:30 p.m., on Tuesday,September zap 1998• The . bids will be opened and read aloud in the Council Chambers at 1:3('i p.m.on that s�trne day. The proposed work for the project entitled ,project Flo. 32040, plough Park Street _r Sidewalk Improvements -Moreau HeIgtits School to Ellis Boulevard"will include the furnishing of all material, labor, and equipment to include rernovals, g;adinq, E�cavatioo driveway approaches,sidewalk and other necessary appurtenances'►or the construction of approximately 1650 lineal feet of new sidewalk.. A,pre-bid conference will be held at 1:30 p.m.,on Tuesday,September 15, 1998 in the lower level conference room of City bail, 320 E, McCarty Street, Jefferson City, MG 65101. All prospective bidders are urged to attend. Copies of the contract documents required for bidding purposes may be obtained frorrs the Director of Public Works, 320 East McCarty Street, Jefferson City, Missouri. A non- refundable deposit of$25.00(twenty-five dollars)will be required for each set of plans and specifications. lndividual full sire sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. 1: -� The contractwill require compliancewith the wage and labor requirements and the payment of minimum wages in accordance with the Schedule of Wage Prates established by the r Missouri Division of Labor Standards. -...1 i f . 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. TY OF JEFF RSON I.. James Hartley j _- Purchasing Agent Publication Dates September 6, 1996 1. i September 2, 1898 CAW13130CSTROJECTNhough street sidewalkmpd � f t 1 ' NOTICE TO BIDDERS j Sealed bids will be received at the Once of the Purchasing Agent, City Hail, 320 East McCarty Street, Jefferson City, Missouri, until 1:30 p.m.on Tuesday, September 22, 1988. 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. 32040, Hough Park Street Sidewalk Improvements -Moreau Heights School to Ellis Boulevard" will include the furnishing of all material, labor, and equipment to include removals, grading, excavation,driveway approaches,sidewalk and other necessary appurtenances forthe construction of approximately 1650 lineal feet of new sidewalk.. A pre-bid conference will be held at 1:30 p.m., on Tuesday, September 15, 19' 8 in the lower level conference roorn of City Hall, 320 E. McCarty Street, Jefferson City, —' MO 65101. All prospective bidders are urged to attend. J All equipment, material, and workmanship must be in accordance with� the plans, specifications, and contract documents on file with the Direcfior of Public Works, Jefferson City, Missouri. Copies of the contract documents required for bidding purposes may be obtained from the Director of Public Works, 320 East McCarty Street, Jefferson City, Missouri. A non- refundable deposit of$25.00(hverty-five dollars)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 Band 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 Martin A. Brose, PE Director of Public Works ".: CAWp00CSTROJEC Rhough street sidewalk.wpd Septamber 2, 1998 ran �' .11�fAEK/�il�l'l�ti7Mi�}RSti t,�wsY.L1w-�r.�arr� �. .__._____—_.___.a_..• w!e,waruy�y�rwa �,p� i INFORMATION FOR BIDDERS IB-1 SCOPE OF WORK The work to be done under this contract includes the furnishing of all technical personnel,labor, the project entitled"Project materials,and equipment required to perform the work in l ahRoreau Heights School to Ellis 32040, Hough Park Street Sidewalk improvements Boulevard" in accordance with the plans and specifications on file with the Department of Public Works. i fabor,and The proposers work for this project will Include the f fishing of all material, and equipment to include removals,r�racifrta�,excavation,dravevraypp' ether necessary appurtenances for the construction of approximately :65 lineal feet �i of new sidewalk.. IB-2 INPBCTiOf�OF P_ LPhZa, SPGCI �QATIC3S, AhiD_SIT OiC — - the bid, plans, The bidder is required to examine carefully the iitQOSian�Pandconia td4cur>�entsbefore --� specifications,supplemental specifications,special provisions, ' submitting a bid. Failure to do so will not relieve a successful bidder of thy.obligation to famish all materials and labor necessary to carry out the provisions of the contract. s .,.,. IB-3 INT_ RBTAl'ION AF CONTt�ACT_DOCI.P>UIBItITS 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 cast, quality, quantity, or character of the project, he shall request in wri ting, at least five (5) days prior to the date fixed for the bid -. opening, that an interpretation be made and an addendum be. issued have the City, issuedshAll then be delivered to all bidders to whom Plans and specifications ted an addenda issued shall become part of the contract documents. Failure to have Specifications p - addendum covering any questions affecting the interpretation o,the Ply 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. 113-4 QUALIFICATIONS OF BIa��E I The City of Jefferson may,make such in as deemed necessary to determine the 1 ability of the bidder to perform the work and the bidder shall furnish to the City all such ' information and data for this purpose athe right to s the City may request. The City reserves f reject any bid if the evidence submitted by the bidder or investigation of such bidder fails to m satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. - September 1, 1998 l C:IWPDOCSTROJECT\hough street sidewaik,wpd j ta 4 1 ' 1B-5 l S,?�DI�/ALEI�T MATERiAL Wherever definite reference is made in these Specifications to the use of any ,articular material or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequately the Buttes imposed by t h e generaldesign,sub j ect to the approval 1 of the City. I13-6 SID 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. Sid securities will be returned after i award of the contract except to the successful bidder. Should the successful bidder fail or refuse to execute the bond and the contract required within seven (7)days after he has received notice of acceptance of his bid, he shall forfelt to the City as liquidated damages for such failure or refusal, the security deposited with his bid. 113-7 6�R1�6�AI�.AT{�N ©F Q311S Sills must be made upon the prescribed forms attached in these Contract Documents. Only seated bids wlil 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 inforrnai an may be considered cause for their rejection. s carried out to the penny. I � Extensions of quantities and unit prices shall be ca p .! ; IS-8 E ICES l 4 The price submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as described in the Plans and Specifications. Section 144.062 RSMo provides that the City's sales tax exemption may be used for the e contract for the project will authorize and i purchase of goods and materials for this project. The c � direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and k materials for the project. This provision shall apply to only those purchases totaling over$500 a I from an individual supplier. --� Al!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 t , Contractor from the morales obtained in satisfaction of the Contract. It being understood by the bidder, that the bid prices submitted for those items shall include the cost of such taxes. ' September 1,1998 ' ? !' C:IWPDOCSTROJEC Rhou9h street sidew,alk.wpd t ,s 1 4 IB-3 APPROXIMATE C1 AIdT;TIES In cases where any part or all of the bidding is to be received an a unit price basis, the quantities stated in the bid will not be used In establishinq final payment due the successful � Contractor. The quantities stated on which unit prices are so invited are approximate only and 1 each bidder shall make his own estimate from the plans of the quantities re quired can each item and calculate his unit price bid for each item accordingly. Bids will be compared an the basis of number of units stated in the bid. Such estimated quantities, while made from the best i information available,are appraximate only. i�ayment of the Contract e�ili be based on actual number of units installed on the complete wor"R. { IB-10 LUMP SUM.ITEMS - Payment for each lump sum item shall be at the lump su m bid for the item, complete in place, and shall include the costs of all labor,materials,tools and equipment to construct the Item as described herein and to the limits shown on the Plans. ' IB-•11 BUBMISSiON OF BIDS The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and ^i marleted"Project No.32040,Hough Park Street Sidewalk Improvements-Moreau Heights ; J School to Ellis Boulevard". 1S-12 ALTERN,ATIr SIDS in making the award, if alternate bids have been requested,the altt'mat bid which will be in ! the best interest of the City will be used. } IB-13 WITHDRAWAL OF BIDS If a bidder wishes to withdraw his bid, he may do so before the time fixed) for the opening, without prejudice to himself. No bidder may withdraw his bid for a period of ninety(90)days after the scheduled closing time for the receipt of bids. ' No bids received after the time set for opening for bids will be considered. IB-14 RIGHT TO REJECT BIDS r , The City reserve the right to reject any or all bids, to waive any informality in the bids received, } 1: or to accept the bid or bids that in its tudJement will be i,� the best interests of the City of r Jefferson. r i e�tamber 1,15 CAWPDOMPROJECmlhough shoot sidowalk.wpd 98 i ,i 1 IB-21 GUARANTEE j ' The Contractorshall 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 shail be paid by -- the Contractor or by his surety under the terms of the Bond. I The Contractor also extends the terms of this guarantee" to cover repaired parts and all replacement parts furnished tinder the guarantee provisions for a period of one year from the date of installation thereof. --t if within ten days after the City gives the Contractor notice of defect,faiiure, 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%�jork to be paid by the Contractor. In the event of an emergency where, in the judgment of the City deiays 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. 1 IB-22 NOTICE TO PROCEED A written notice to begin construction work will be given to the Contractor, by the City of i Jefferson within ten (10)days after the Contract is approved by the City Council. The time for i completion of the project shall begin to run on the date established in this notice. IB 23 WORK SCHEDULEE. 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 30 (thirty) working days. i • CAWP000SIPROJECTXhough streot sidewalk.wpd September 1, 1998 ��3r 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 comp to the office of the Director of Public Vlilarlcs -� and to execute the Contract and to furnish the required Performance etnd Payment Bonds and Insurance, properly signed by the Contractor and the Surety and Sure+.lea 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, moat be furroished and executed by the successful kidder or bidders. A 1 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 --F licensed to do business in the State of Missouri and acceptable to the City of Jefferson. Iii-17 IMDEM1NrPICA►�flON A6��7 I!` StJ_�sANC E The Contractor agrees to indemnify and hold harmless the City from all claims and su'stsforloss of or damage to property, including loss of all judgments recovered therefore, and from all y expense in defending said claims, or suits, including court casts, artomey fees and other 1 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. 11348 BID SECURITY RETURNED TQ SUCCES39FUL BIDDI- Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to r' t 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 z Contracts for work under this bid will obligate the Contractor and subcontractors not to i; discriminate in employment practices. IB-20 PREVAILING WAGE L&W 1 s. The principal contractor and all subcontractors shall pay not less than the pre vail'rr�g wage hourly rate for each craft or type of workman required to execute this contract as determined Industrial Relations of Missoud,pursuant to Section; 290.210 by the Department of Labor and through 290.340 inclusive of the Revised Statutes of Missouri, 1959 and as last amended in 1993. (See Determination included herewith.) t September 1,1993 C.MPDOCSIPROJECT%hough street sidewaik,wpd ,t , `s 1 II3-25 LIQUIDATED IZA�IiAU ~ ~,r Liquidated dams es shall be assessed at the raise of$500 per calendar day until the work is g ' ` 4 . complete, should the project not be completed within the.contract time. IB-26 P0IPVER OF ATTOWNEY Attorneys-In-fact who sign bid bonds or contract bonds must file with each bona a certified and I 'a effectively dated copy of their power of attorney. ! 3 I13-27 BID PACKET ' Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. :•;`' Each bid must be submitted in a sealed envelope bearing on the outside the name of the .r bidder,the bidder's address, and the name of the project for which the bid Is being submitted. if forwarded by mail, the sealed envelope containing the bid roust be enclosed m another. ' envelope addressed as follows: Purchasing Agent i City of Jefferson, MO 320 E. McCarty street Jefferson City, MO 65101 . For the convenience of bidding this project, a "BID PACKET" has been included with the project manual. This packet contains the necessary forms to be submitted with the bid s proposal. The contents of this packet include the following. t4 BID FORM ; 2) BID BOND � 3 ANTI-COLLUSION STATEMENT ; 4) CONTRACTOR'S AFFIDAVIT 5) MINORITY BUSINESS UTILIZATION COMMITMENT . END OF bNFORMATION FOR BIDDER �$ ( r ' ii 5eptambar 1198 C:wPDOCS\PROJECTIhough street sidewalk,wpd l 71 1�' . ,, kriv+vzr.,:irns+.i:arY .•n.,r:,;. , .:. .',;,-.4."- . .;...:... Y+!` :r'.r rtL t � fi�- mac. r 1 r ,. (Y F~{q�"�{ Narne of �- Bidder J.C.Industries, Inc• Address of Bidder P.0. aox 104567 Jefferson City, MO 65110 'f.o: CITY OF JEFFERSON 320 East McCarty Street - Jefferson City, Missouri 651,01 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 exiwting streets, roads, highways, railroads, pavements, surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other inst Dilations, 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. ! 7 HEREBY PROPOSED to furnish all required materials,supplier, equipment, tools, and + plant; to perform all necessary labor and supervision; and to construct, install, erect, I 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 surns 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 P, the specifications and he understands that the estimated quantities herein given are not l F _1 guaranteed to be the exact or total quantities required for the completion of the work z shown on the drawings and described in the specifications, and that increases or decreases may be made over or under the Contract estimated quantities to provide for needs that are determined during,progress of the work and that prices bid shall apply _ to such increased or decreased quantities as follows: r , C:WVPDOCSTROJECTIhough street sidewalk.wpd Septomber 1, 1998 3r;�: ... .. PAGE 1 � f CtrY Ole JEFFERSON rir? t ITEMIZED BID FORM: HOUGH PARK STREET SIDEWALK'IMPROVEMENT MOREAU HEIGHTS SCHOOL TO ELLIS gOULEylARD, i pROJFCT NO.32040 t � AptaROX. UNIT , UNCC 13UAN'TI ITEM Ty PRICE",",,,r AMOUNT , DESCRIPTI0N„_".."".�,...._----- .: NO. LS 4. 1.00 REMOVALS LS 2.00 EXCAVATION AND GRADING lau LS --- 4`'r 'y 3,00 CONSTRUCTION SIGNING AND TRAFFIC CONTROL SY 637 ;� f 4 - 4,00 4"PCC SIDEWALK SY 109 -- °r �' �r765.()o n� 5. o 4"PCC SIDEWALK RAMPS �- �; LF GUTTER ;;..". , 4 6.09. REMOVE AND REPLACE CURB AND.GUTTFR SY giI '� �Q 7;06 5"PCC RES{DENTIAL DRIVE APPRdACH SY 12 ? --- �---'w' g,OQ 6"PCC DRIVE REPLACEMENT �L���• �Z ���� k LF 1.17 g,00 MONOLITHIC TOE WALL. LF 117 v L�si � 1 r i r 10.00 HANDRAIL A!✓' 0.25 �� f L� 1 :' 11.00 SEEDING AND MULCHING Ln 71 TOTAL BID HOUGH PARR STREET•SIDEV+1,0.LK IMPROVEMENT ii r4 1 ri �l; s i; _ ese�u��q �s '�T�li��hiflt!l4tB� i � II f SUBCONTRACTORS _t to use any subcontractors in the course: of the construction, he If the Bidder intends shall list them. TIME OF COMPLETION r ect within 30 (thirty) working The undersigned hereby agrees t© complete the project subject a the stipulations of the regulations of the Contract, and the Special days, subs Provisions. + s quoted above include It is understood and agreed that if this s shall #�etpaid rby the; Contractor. all applicable state taxes and that said firms The undersigned, as Bidder, hereby declares that the only aPe that no other persons odr in the bid as principal or principals is or are narned herein d firms than herein mentioned have any intere>t in this bid or in the Contract to be , entered into; and this bid is made without connection with any other person, company, � 4 r or arties making a bid; and that it is in all respects fair and in good faith, without collusion or fraud. agrees that the accompanying bid deposit shall become h �r caelled ' The undersigned 9 1 of the Owner, should he fail or refuse to execute the Contract or furnish i o ' for in the specifications within the tirne provided, j if written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the dais after the date of opening of bids, or any time under signed within sixty (60) 2 hereafter before this bid is withdrawn, the undersigned will, within ten (10) days after t such mailing, telegraphing, or delivering of such notice, execute and deliver the date of a Contract in the form of Contract attached. i V J , I September 1.1996 street sidewalk.wpd C:\WPDOCS\PROJECT\hough h , J irnA�nass�rufws+wwr�r�wr iHi9A1CL+YC�IQS� IR9MIE'Nl�� 1!� a :! to which such notice of acceptance hereby , l The undersigned y designates tes a 3 his office _ may be mailed, telex raphed, or delivered: } i Tony Adrian, President of J. C. Industries, Inc. it is understood and agreed that this bid may be withdrawn at. any time prior to the S time for the opening of bids or any authorized postponement thereof. i Of --Ei-IJAag Attached hereto is a Bid Bond for the sum Dollars(cashier'- ss check),make -- payable to the City of Jefferson. s Signature of Bidder: doing business if an individual, ------ — .� as.-- �, member of firm. -"1 If a partnership,___. -- j by. _ �-° if corporation _J_O�Inf'ustrign��-� --- y-- " y I' t • Title Tony Adrian. President_ SEAL Box 10567 Jefferson City, MO 65110 Business Address of Bidder_ p l\ the following information: wi If Bidder is a corporation, supp Y E State in which incorporated Missouri k i3 ` Name and Address of its: President Tony Adrian _-- MO 65109 3208 Route C Jefferson City, Secretary car riie�b- 9__.w� -- i 3208 Route C Jefferson City, MO 65109 Date 1998 t' s' I •YR`VVV r__ September 1, 1998 C:\WPDOCS\PROJECT\hough street tidewalk.wpd 3W 1 s .. �_ �.�-•---••.--�•��•••�••••-••.••••��^•�.��. •..•..�w.vMw ...a.:ae.x+� h..��.�.n..^nw..�.�swvorw'vrrwTw«`MU.-rvnvwii�•Lw.a.+A•aAwfl�ir�;�q,�101�1R'.7fRrlRYl1� acv.«.. _....._-.,..-_.......�......_.. ......__ .............. .. .... 1._.... 1 B!�r BON _ Pi'�ESENT�� that we, the ALL MEN By THESE -__-_--_..-_.�_-_as Princlpal, KNOW Inc:• a Industri.Gsr�____---� hold and firmly undersigned,_J. �'- - y are hereby I rr_'�'CiVa!jX Y p,�T1ex7 Cd_�� SUrP, I, 5afeco Insurance — �, as owner, in the Pena) sum and bound unto the CITY OF JEF!"E€�SC�I' IWiS��C3M 0 or the payxnerit of which, well and M"' � bind ourselves, our heirs. , executors, of Five Percent (5%)he b in- and sevt,raiiy truly to be made, w vf,- Seaterrrer ,1g°aS• administrators, successors b nd assigns, thisr 2nd day "�"- s submitted obligation is such ti►at whereas ttse Prinr,!pal ham,.ubm = The condition of the ate v�b0lJ�, a certain Bid, attache,dh hereto and her�:t:y made a to the OITy Of' JEFFERSON, for the pro�ecl,.n-tit part hereof to enter into a c;onrracfi iii wrtting� im ravemants -Moreau Heights "Pra'ect No. 3 CA0, oug Bark Street Sidewalk P Schoo?to Ellis Boulevard" - tb6W, -fHEPEFOF?E, d If said Fld shall 13e reject�:d, or in the alternate, arce ted and the prin�pa►rz oi1 ro erie �omdiste�r in fib) If said Enid shall be p ((h p ormance con4r act in the FormS.ic Contract nshall fUrnish a bond for r+ss Pet' 1orrning labor or .- accordance with said ) p y eGts perform of said contra1 c the stn,shoal! all o,har respects ti!J mate the acceptance ag saki Bid, the',agreement created by o vise the same af�aq remain in force ll c a ms hereuunder them this obligation shall be th4ttttie liability Of tt►e Surety for any ei expresslyunderstoodand agreed exceed the penal amount of tnls obligation ar, l�..i ein stated• shall, in no event' agrees that the obligations of said 1 The Surety,forvalue received,hereby stipulates and a9 y vY4i extension notice of any such t ;�©via kmpalred or affected byhereoytension of the time such Surety and its bond shacice i such Std,and sa+d Surety does ' which the Owner may ; extension. ; �� r corporate seals to be heorth EREOF,the principal and the S��had! hereunto set their IN WITNESS WH orations have, , the day and year firs i t, and,Eals,and such of them as are core �:� Inc. nod by their 4 er ofr►�:e, affixed and these presents to be stg / n3u �r '4 Al above. c' Z*gtpa AdriatC,�Pre .. f America Tony Safeco insiu:ance Company o w� Kris Bennettr attorney-In-Fact i ... n street 2idcx31%-WPd c:%W?aOGS�pROJ @CT1hoep' ..ore, ■�_�,.S..z..i 1�1�A1F1L TrYli1�M�1R�mr�cu�llsebMllslll�lf�r®�oln _ .r�..•�� c.A�.r��, �i�rar wrra.+�.o' .S��IE I i 1 SAFECO INSURANC9 COM40ANY OF AMERICA dENERAL lfiSURkMC><COMPANY OF AMERICA FIRST NAT}ANAL INStI1tANGH COM7A/N OF AMERICA HOM11 0011 M SAFF.GO PS.A7A ' Iu4TT OO LE.WASHINGTON 3141611 ACKNOW LEDGMENT BY SURETY � t • i STATE OF °utl .. County of e,Col_,e„_,__ 22nd day of September , 1998 before me per.lOw ly On this" __, lcnav�tt tcs, noe to be the AttornGy�in-Fact of Kris L. t3ennett -- `! nPp�ed eNE�iAL IPlbtlNAMCE COMPANY OIL AMERICS, FIRS the cor osaron SAFECO IN_._.S E COMP'AhY Q!= ,AMI RICA• G tvAT1ODl0,L IN-: IAq F.: COMP'AN'Y ! tNSUAAP1Ct COMf�At+lY O!"AMERICA i that ratccutl d the�zehin in�s=ment,ar1d1 ackrtowlcdged to me ulae such cocporWtion cxccsaerd the saxt�e. i '~ Nc Hereunto set Iny hand and affXcd my official seal.at toy t�BSice in the aforesaid County, the day and . IN WM4ESS )Arj4L- IrOF, I have ycnr in tliis M�tificte first above Written. ! Notary ptsbli¢in the State of Ivlisscuri County of s21ge E I JANET M.WARREN I40TARY PUBLIC, ST XT G'� MISSOt1Rl J COUNTY of OSAO� ii.1y Comm! Expires Oct. Is, 1998 !i �� t S.023OiSAEF 6196 •Rapi+Lerid u>td�m�*of SAfECO r Z t _ .• ., ..L ' SAFECO INSURANCE COMPANY OF AMERICA POWER HoH11e OFFICE: SAFECO PLAZA Q ATTORNEY SEATTLE. WAyHINGTON 08195 ` C ® ' ® No:'_ 5462 rf )bti1 ALL BY THESE PRESENTS: , REYNOLDS; KRIS L. BENNETT; Jefferson That SAFECO INSURANCE COMPANY OF AMERICA. a•W 1 Ay�Y+�H�,p CAr�in, does hereby appoint ' 'N„a„XNNNNXXNNX(�'HARLEJ E . TRABLIE; JAMES _ ' 1 NXNriXNNXWNt1XXMX11XMIrNNXXXNXXNNXp11XMMNt1NXXNNXXXXNNXNMXXXXi1MXXNX XXNNXXNNNNNXMXXNNNX 4y, M(I scour 'its ;rue and lawful attorney(s)-in-fact. with full authority to execute an theatcourseh of its business, and dto bind SAFECO undertakings o:ilar documents of a similar character issued by the con'paha cn :s.COMPAN Y OF AMERICA thereby as fully as if such il�struments had been duly executed by its regularly elected officers at its home ;<of fice. •s�ilf,_.`NITfdFSS A.NY OF AMERICA has executed and attested these presen WHEREOF, SAFECO INSURANCE COMP ts is day of -- r; this — A, r} CERTIFICATE r Extract from the 'P.y-haws of SAFECO INSURANCE COMPANY OF AtJlERiC►'l_ rticle V. Section 13, - FIDELITY AND SUHES Y e(StNOS the President, Any ` ica Prusident, the Secretary, and any ntAirldividual>3I as } ' ± appointed for that purpose by the officer' in charge of surety operations, shalt each have authority to aPP or evidencing ';siden pp appropriate titles with authority to execute on babel# at t'•�e Da any instrurnentamakinge� bonds and zt}orneys'-in-fact or under other apprssu the company in the Course Of its business . . tither documents of similar character issued by Instrument conferring such authority or an any bond or , tjowaking y .• a±bar manner raprorlucad; provided, however. —1ch appointment, the signatures may be affixed �Y tac N'imPQesg d or at,ixed or in any i than company, the seal, or a facsimile thereof, may such instruRlan2 or undertaking.* -c,iat the scat shall not be necessary to the validity of any - Extract tram a Resolution A �r ��AEI Board ado SAFECO Directors 78, 1970. SAFECO INSURr'1Rit:lr CORfIP j r • 'On any certificate executed by the Secretary or �xr1 Assistant Laevst artd�f the Company setting out, (i) The provisions'of Article V. Section 13 c t rje t executed pursuant thereto, and (10' A copy of the power-of-attorney app be a tacsimil.� thereof." '1 (iii) Certifying that said power-of-•attorney appointment is in full farce and mpo-, s 1 ._ }} -'tfla signature of the certifying officer may be i.y facsimile, and the seal of the Compan• may extracts of the } !' OF oration, and of a Pawa,f of Attorney issued ant thereto, are Verson Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the toaegeffect.oing R. A. PI• y-Laws and of a Resolution of the 8aard of Directors of ; the Ta.esolution and the.Power of Attorney art., still 'sn full'force an r true and correct, and that both the By-Laws, i WHEREOF, 1 have hereunto set.my hand.and affixed the facsimile seal of said corporationy} Wl1<WESS 98 t Repte 22:d rrber this _ -- day �f . . n Registered trademark at SAFECO Corporation. S•1800tEP 1193 a �510�:Ie0rPfeaal hrl�.inrt�so>•�rnasssa�w��muase�r9s�waa�.r..Re..e:�.�.- ----� --- °> -TY BOND INFO IMPO Iss $' - in trance Agent .if you have specific Yra�.� SA QQ agent is a pErofex:�iosv�l inc p�nr! �°0.YOUR A�.�`. '•questiohs ZbOut your Surety. ficr4 YQU MAY E)FZCT 'E'er ' :i tSSQU�19 � IC Q,1„1SS'TIONS if yota have been Unable to corms q,- oft ir�foran�tlon from your aEgOnt,..You may contact r , S AC) at th foits�vAM0 2 "s anc� 4et � €' r' ; SAF ECO Inr-..r �t�txw. y of 'kn e�'i�as E to Cony of �+,meri t v Of Amsrica s First ludos tn�uran F i -�} &,rsty Office } P.Q. Box fi 1 St LaUL11. io 63166 e }: Tniephone: (314) 965^-0400 R4 vi t �r it w 'a� �A�erae�.ed tradonuk of 5.►iECO Carp0{fit AM k 4}.� v ,. ;. ... : �` k v,,",rig ai•P.xc'd`E• !F�`c,rS ''`8�-rY M s 77�..: � }4 r� J'� ,�.{''t��x}��jy' Y w J. E, , t i t s-f ATE OF Mli s amour i COUNTY OF CQ1 e Adrian being first ToU_. of duly sworn, deposes and, says that he is Pr, TITLE OF PERSON SIGNING i - J.C. Industries Inc, - - a , NAME OF BIUQEI� ,. t that all statements made and facts set out in the bid for the alcove project are true and ( correct; and that the bidder (the per:,on, firm, association, or corporation making said �-! bid)has not, either directly or indirectly,entered into any agreement, participated in any collusion, or otherNise taken any action in restraint of free competitive bidding in connection with such bid of any contract which result from its acceptance. ;�,� A"fiant further certifies that bidder is not financially interested in, o aricially affiliated �- with, any other bidder for the above project. r g Tony an, President f� Gary . „berg , Sec r Lary , k da of. � � ,. 1 y.�.�._ Sworn to before me this „22n-- Y t em1 .r.--- e, OT .�V PU BLIC ,r� N :�.. I � A� � a NOTARY �U��NOTARY SEAL SATE OF MISSOURI � COUP OF COLE My Comm. Exp. Jor4itary 20,2009 My commission expires: ---------------- �.. September. sldswalk.wpd C:1WPDOCS1PROJSCT\hcuph street rti c��t i ' ' E ' i ! ! i � ;. OI' TRA TORS AFFIDAVIT ..A This affidavit is hereby made a part of the Bid, and an executed copy thereof shall J accompany each Sid submitted. STATE OF E ' COUNTY OF The undersigned, Tan --___.___-. ----_----..- ------___ ; of lawful age, being first duty sworn states upon oath that he is President --- of J.C. Industries, Inc. the contractor submitting the attached bid, that he knows of his oven knowledge and states it to be a fact that neither said bid nor the computation upon which it is based include any amount of snonies, estimate or allowance representing wages, moneys or expenses, however designated, proposed to be paid to persons who ap3, required to furnish material or actually perform services upon or mart fi ,proposed I project. ..J Tony Adrian, President AFFIANT Subscribed and sworn to before me, a Notary Public, in and for the County and State aforesaid, this_end day of_;� ,�� __._, 192a . � 7 N OTAPYP�ARfi�I UCARY B sTATE OF M,MOW ens tei n NOTARY PUBLIC COUNTY OF COLE C, 6I}2 My Comm. Exp. �lhsau� My Commission Expires:— September 1, 1998 C:%WPD0CS\PR0J C dl)%ou h xtreot sdtwalk.wpd ;-. t ,i aa+W`ww�...+r..._......r...«.._...........-................»...__..........._.......... .... v... .. .. ... .. .., .,..._............ .... ....._._lam_•__ t 1 MIR _I f -, 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 VIBE sub-contractors along with their bid submissions. I - 2. Sufficient and reasona ble efforts will be made to use qualified MBE sub- contractors when possible on City contracts. i .. 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 W! be solicited t - whenever they are potential sources. 6. When economically feasible, Contractors will divide total requirements into smaller tasks or quantities so as to permit maximum small, warren owned, and minority business participation. ; 6. Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small, women owners and minority businesses. ' 7. Contractor will use the services and assistance of the Sfnall Business Administration, the Office of Minority Business Enterprise, and the Community 'r ' Services Administration. r 8. Forms for determining Minority Business Enterprise eligibility may be obtained . from the Department of Public Works. r f —" September 1, 19x9 C;\W DOCSTROJECT%hou9h stroat sldawalk.wpd �. .. .�.�-�--...–... .. ..__._.. .._ ... ._...__. �_.._.......,-.�_....–___..,.__......._......w._._._.....__—.,,..__. �'b �h s"`*..fir: �t ..: y ix , 1 i MINORITY BLISINER —LID-LIZATION COMMITMENT — A. The bidder agrees to expend at least two (2) % of the contract, if awarded, for Minority Business Enterprise(MBE). For purposes of this commitment, the term "Minority Business Enterprise" shall mean a business: 1. Which is at least.51 percent owned by one or more minorities or women, or, in the case of a publicly owned business, at least 51 percent of the i stock of which is owned by one or more minorities or women; and _ 2. Whose management rand daily business operations are controlled by one or more such indiviiduals. -, "Minority Croup Member'or"Minority"means a person who is a citizen or lawful .1 permanent resident of the United States, and xiho 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 t - and socialiv disadvantaged by the Small Business Administration under Section 6(a)of the Small Business Act, as amended [I5 U.S.C. 63 7(a)]. 6. A female person who requests to be r, � �� r p �� �� . q considered as an MBE, and who owns and controls a business.as defined herein, i. -; Minority Business Enterprises maybe employed as contractors,subcontractors, j or suppliers. J CAWFOOMPROJEC71hough stroet sidawalk.wpd Septomber 1, 1998 I. C°. i 1 iV f I e$' t '3 •f p B. The bidder must indicate the Minority Business Enterr•ise(s) proposed for ..;._..:. utilization as part of this contract as follows: I� Name and Addresses Nature of Qollar Value I s. Partici a ion ref Part!c�ation of Minority Firms__. �.�' f ' cur_ r._.�rar++_.•��� �_ w��r._ 1 Total Bid Amount:-- - -�' L- _ Total:. Percentage of Minority Enterprise Participation: ___--°a C. The bidder agrees to certify that the minority, firms) engaged to provide �-� materials or services in the completion of this project: (a)is a bona fide Minority ' Business Enterprise; and (b)has executed a binding contract fo provide specific ` materials or services for a specific dollar amount. ,- A roster of bona fide Minority Business Enterprise firrns will be furnished by the City of.lefferson. The bidder will provide written notice to the Liaison Officer of ,j the City of.fefFersnn 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. Breach of this commitment constitutes a breach of the bidder's contract, if awarded. D. The undersigned hereby certified that he or she has read the terms of this commitment and is authorized to bind the bidder to the co ent herein set forth. Ton �,rfi an. a de } 1 NA F A ORIZED OFFICER DATE��,cnt,e:�..?..2.q. 1�9A ,�i�''��"'-�'i IGMTURE OF AUTHORIZED OFFICER I t September 1,1998 .. CAWPDOCSTROJEC'Rhough street sidewakwpd J; f c i 1 '.f d AF IDAV T ! !COMPLIANCE WITH PREVAILING WAGE LAW Before me, the undersigned Notary Public, in and for the County of -, Cole State of �lital,�r; + ,personally came and ll ! I appeared Tony Alrian -- NAME POSITION of the J.C. Industries, Tnc NAME OF COMPANY . iA corporation? �t et�p�and after being duly swom.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 project have been fully satisfied and there has been no exception to the full and complete compliance with said provisions and requirements and with Annual Wage Orde No. 5, Section 026, Cole County in carrying out the contract and work in connection with Project No.32040, Hough Park ! :r Street Sidewalk Improvennents-Moreau Heights School to Ellis boulevard located 4� at Jefferson City in Cole County, Missouri, and completed on the .y day of �r Tony Adrian,Presi den SIGNATURE � .�..! Subscribed and sweo.n to m� t his day y of 19_ _ _ r Jon Harenstei n NOTARY PUBLIC l s My commission expires: I � t STATE OF MISSOURI . a )ss . COUNTY OF Cole Jy ry Q%WPUOCSIPROJECTIhough street eldewalk.wpd September 1, 19M t;r .4�..^• .. " _..�... .t,."$y'. .�51 .k ~fit 7 _ I • "�. �.�,r.rne�a+war►���.�.�w..r.+r.��..asnw.�.�r,�ra �'�. 1 ' MISS uvux { a k i . , 1 ;}. Standards- ; ,i j- «, wu 4� w A � Ys, "Du 6W KARA o 98 �J �°p: >- DEPARTMENT OF PLIKIC WORKS rr L C;t RNAliAl`i, Governor Ann..' al WagU UrdK.J. NO! t y ;P Section 026 COLE COUNTY •. , In accordahce with Section 290:262 RSMo 1994, within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of State as Indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection in , triplicate with the Labor and Industrial Relations Commission, P.O.' 599,Jefferson City, l'10 `; • ' 65102-0599. Such objections must set forth In writing the specific grounds of objection:Each objection shall certify that a copy has been furnished to-the Division of Labor Standards, P.O. Box 449, Jefferson City, MO 63102.0449, and to the party which requested this Annual Wage i L Order pursuant to 8 CSR 20.5.0100),A certified copy of the Annual Wage Order has been filed with the Secretary of State:'of Missouri. olleen A. Baker, Director vision of Labor Standards fiFiled With Secretary of State: M AR � APR ' 6 1998 Last Date Objections May Be Filec�:.��..4 - -_ - SECRETARY CAF STATE Prepared by Mss-ouli Deparl;nent of Labor and LndiLs trlal Reladons i 'k tAl�ls�sralfa •icawn �u�ra.e�nw,.one..�,w,wwwo.sw.�.,�...m..,�..�..�L...a.o _.. _•..,,_---------- - ... . . ,, -.; dWdMq 11Ei!L4CEMENT PAGE Section 026 Building Construction Rates tar -' COLE County _ ,. ..._ 'Eiiz"cTive 3a rl Mme Holiday � Total Fringe Benefits OCCUPATIONAL TITLE Date of � -Hourly Time ) Incraas© Ftates Fates Rates 50.45 611.00 FED Asbestos 1h-___'orkers____ -_ $2t.0%5 `r7 xy - $9.715~ Boilermakers _ S16.60 _59 �7 �_ $4.50 Briclda ers Starve Nlasrm _ - 516. 3 60 ' 7 _� $4.G7 Carpenters -- 518.04 9, ~3 _ 55.02 Cement Masons - - S?0 34 28 7 55.70+13% --- Electricians(Inside:ti'Lr rn�an) Y USE ELEi:TPI_CIANS(INSIDE_WIREIvtAN)RATE' ' Communication Technicians �!� 3 526.995 2G 54 57.235 Elevator Constructors�_� __ - Engineers-Portable&H.list in, : -I _ 59.23 5198 5?.0.1[ 8ii 3 Group I _ --- - 5212 5 0. 66 3 53.23 519 _ Group I! x_ _ - -"-�� 5198 518.8? 9.23 59.23 19(3 5 _ $20.12 86 Group Ill-A $9.23 Group IV 5/913 -520.8'2 86 3 59.23 -- 515$r ;2x.12 86 3 - Gioup V P:pe Fitters _. F!98 b 524.75 91 ED 3 $510,03 :11.65 F Glaziers Laborers(Build _ ----- $t4.00 t1t� - 7 $4.70 General --- '- 514.35 150 _7 54.70 First Semi-Skilled _ _ 84.70 Second Semi-Skilled - 514.35 110 7 Meta1,11rood - J� USE{;AnPcNTERS RATE Lathers - - _ SRS RATE Linoleum Layers&Cutters I.ISE CArtPEN"f... _ --'-' Marble Masons 516.60 5__9 7 54.50 517.531 1 - 54.67 Millwrights a.--�--11 8 $9.67 IronVi/orkers 8198 _517.,._ 4,98 $17.00 1(3 7 Painters - 517.1 t 94 5 Plasterers - - Plumbers __ 52�7.,?0 FED - Si7.5J SO 7 $4.67 File Drivers _M- 4 84,89 Roofers S 19.10 12 Sheet Melat Workers -' 7198 519:55 40 23 $7.22 Sprinkler Firiers S12.50 FED _ ! $16.60 59 7 $4.50 j Terrauo'V�orkers _ ••'7 $4.50 - - Tile Setters Ww $+6.60 59 _ Trunk Drivers-Teamsters S1590 X01 5 _ S3.50 group I -- -" $3.50 Group II $16.67 101 S16.30 101 5 $3.50 Group 111 _ $3.30 Group IV -_� $'I6.60 107 s �� - `� Traffic Control Service Dr OUP ti RATE iver St .50 48 49 $2.04 Well Drillers USE.BLDG COyS"f.ENGINEER GR Welders-Acetylene&Electric Fringe Benefit Percentage is of the Basic Hourly Rate j -Annual Incremental Increase J 'SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO.5 Br9a j AE' j�l i . t r , Building Construction Rates for REPLAC EMENT PAGE Section 026 °s COLE County Footnotes .-.. t,siz ver= OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates Welders receive rate prescribed for craft perforn-iing operation to which welding is incidental. &ilding Construction Rates on Building(s)and All Immediate Attachments. use Heavy Construction for remainder of project. For crafts not listed in Heavy Construction Sheets, use Rates shown on Building Construction Rate Sheet. �a Vacation: Employees over 5 years -9%; Employees under 5 years - 6% 'b- All work over $3.5 million total Mechanical Contract - $24.75, Fringes - $10.75 All work under $3.5 million total Mechanical Contract - $23.66, Fringes - $+9.26. t ti i 71 , } *Annual Incremental Increase ANNUAL WAGE:ORDER NO.S 71963 1i .a4)? Z141k4+ 3l .. ' _ ffOY�TIIlsf COLE COUTN'1'Y OVERTIME RATES - BUILDING CONSTRUCTION ___-�ERTIME RATES ARE REQUIRED TO ICE PAID FOR WORK' PERFORMED OUTSIDE THE NORMAL JRK DAY ONLY WHEN SPECIFICALLY INDICATED IN THE APPLICABLE OVERTIME RATE. FED: Minimum requirement per Fair Labor Standards Act means time and one-half(1'/2) shall be paid for all work in excess of forty(40)hours per work week. NO. 9: Eight (8) hours shall constitute a regular work day that may b6),g as early as 6:00 a.m. and end no later than 5:30 p.m. All work performed in excess of the regular work day and on Saturday shall be'compensated at one and one-half(1'/2) times the regular pay. In the event time is lost during the work week due to weather conditions, the Employer may schedule work on the following Saturday at straight tire. All work accomplished on Sunday and holidays .hall he campensatead for at double the rcgi;Iar rate of wages. 1-he work. week for the cement masons is Monday through Friday,except for midweek holidays. NO, 1 I: Means eight(8) hours shall constitute a day's work, from 8:00 am. to 5:00 p.m. from Monday to Friday. i Time and one-half(l%2) shall be paid for first two (2) hours Monday through Friday and the first eight(8) hours on Saturday. All other overtime hours Monday through Saiurday shall be paid at double (2) time rate. Double (2) time shall be paid for all time on Sunday and recognized holidays or the day; observed in lieu of these holidays. commence on Monday at 12:Q1 a m. and shall continue through the NO. ]x: Means the work week shall co 7 following Friday, inclusive of each week. All work performed by employees anywhere in excess of forty (40) -} fours in one (1) work week, shall be paid for at the rate of one and one-half(1,'/�) times the regular hourly wags: When a holiday falls during the regular work ?,veek, all work performer) by employees anywhere in excess i thirty-two (32) hours dozing one (1) work weep shall be paid for at the rate of one and one-half(1%) times the a regular hourly Nvage: scale. All.work performed within the regular working hours which shall consist of a tell (10) -. hour work day except in emergency situations. Overtime work and Saturday work shall be paid at one and erne- haII'(I%} limes the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two (2) tinnes the regular hourly rate. ,NO. 18: Means a work week shall consist of forty (40) hours beginning Nionday and ending on Friday. Any ' ?' hours worked over foray(40) in this payroll period shall be paid at the rate of time & one-half()'/2). Saturday %%ork 4i will be paid at time & one-half(1'/2). Sunday and recognized holidays shall be paid at double (2) time even if the -' holiday falls on Saturday. Saturday can be a make-up day, if needed, at straight time pay (provided it is:not a holiday). ? NO. 26: Means a regular working day shall consist of eight (8) hours, between 7:00 a.m. and 5:00 p.m., five (5) - , days per week, Monday to Friday, inclusive. Work performed on Saturdays, Sundays and before and after the regular working day on Monday to Friday, inclusive, shall be classed as overtime, and paid for at double (2) the �i rate of single time. Holidays shall be paid at the double(2)time rate of pay. J Awso26.o,r ANNUAL WAGE ORDER.NO. 5 PACs F. 1 eN'5 PAGI'S l COLE COUNTY OVERTI ME RATES - BUILDEN'G CONSTRUCTION OVERTIME RATES ARE REQU ED TO BE PAID FOR, WORK PERFOP.ME1� OUTSIDE THE NORMAL WORK DAY ONLY WHEN S>?ECIFIC�.LLY INDICATED IN THE A�pL1CA$LE OVERTIME RATE,. t�10. 28: Means eight (8) hours between '1:00 a.m. and 5:30 p.m, shall constitute a day's work five (5) drys cr week, Monday through Friday inclusive, shall constitute a work week. The Employer has the option for a - workdayA.vorkweek of four(4) ten(10)boos days ( -lJ's)provided: -The project must be for a minimum of four(4) conse~utive days. -Starting time may be within one(1)hour eitticr side of 8:00 3m. -Work week must, begin on either a, Monday or Tuesday: If a hohda; falls within that week it shall be a consecutive work day. (AltenYate: If a holiday falls in the middle of a week, then the regular eight(8)hour schedule may be implemented), -Any time worked in excess of any tc;r) (10) hour work day (in a 4-10 hour work week) shall be at the appropriate overtime rate. All work outside of the regular working hours as provided, Monday through Saturday, shall be paid at one & one- hlif(1!6) times the,empioy.e's regular rate of pay. Ail work performed from 12.00 am. Sunaay through 8:00 a.m. ti'iemduy and rec crgnized holidays shall be paid at double(2)the straight tirne hourly rate of nay. ►ICY. 40: Means the regular working week shall consist of five (5) consecutive (8) hour days' labor on the job beginning.with Monday and e-nding with Friday of each week. Four(4) 10-hour days may constitute the regular work week. The regular working day shall consist of eight (8) hours labor on the job beginning as early as 7:00 am. and ending as late as 5:30 p.m. All fall or part time labor performed during such hours shall be recognized as regular working hours and paid for at the regular hourly rate. All hours worked on Saturday and all hours worked in excess of eight($) hours but not more than twelve (12) ho urs, during the reg'alar working week shall be paid for at time and one-half(1'h) the regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of twelve (17.) hours during the regular xorking day shall be paid at two (2) times the regular _ hourly ate. In the event of rain, snow, cold or excessively windy weather on �a regular working day, Saturday Y may be designated as a "make-up" day. Saturday may also be designated as a make-up day, for an employee who has missed a day of work for personal or other reasons. Pay for"make-up" days shall be at regular rates. Monday h Friday or NO.48: Means the regularly scheduled work week shall be fi ve (5) consecutive days, y throe g '1'uesda throw h Saturday. Eight (8) hours shall constitute a day's work. Starting time for the first shill sha!t�hct Y g 40 hours shall constitute a weeks work. Overtime a be earlier than 7:00 am. nor later than 10:00 a.m. Forty( ) c 4A hours in an one work week. On the ' rate of time and one (I'/z)will be paid for all work in excess of forty ( ) Y Monday through Friday schedule, all work- performed on Saturday will be time and one-half(1'/z) unless time has been lost during the week, in which case Saturday will be a make up day to the extent of the lost time. On the Tuesday through Saturday schedule, all work performed on Monday will be time and one-half(1'/z) unless time has been lost during the week, in which case Monday will be a make-up day to the extent of the lost time. Any work performed on.Sunday will be double (2) time. If employees work on any of the recognized holidays they shall be paid time and one-half(1;4) their regular rate of pay for all ho urs worked, in addition to their regular s holiday pay. i }i 3 k ! ANNUAL WAGE ORDER NO. 5 PAC L' a OF s PACES :: i AWS026M' COI-E COUNTY OVERTIME R.A•I'ES - BUILDING CONSTRUCTION �'`�OVERTIME RAPES ARE REQUIRED TO F3E PAID FOR WORK PERFORMED OUTSIDE THE NORMAL NORK DAY ONLY WHEN SPECIFICALLY Il'MICATED T►N1 THE APPLICABLE OVERTIME RATE. NO. 57: Means eight (8) hours per day shall constitute: a day's work and forty (40) hours per week, Monday to Friday inclusive, shall constitute a week's `Fork. The.regular starting tirne shall be 8:00 a.m. When circumstances warrant, the contractor may change the regular workweek to four(4) ter,-hour shifts at the regular straight time rate of pay. The first two (2) hours of overtime worked Monday through Friday and the first eight (8) hours on Saturday shall be paid at the rate of time and one-half(l Y2). All time worked in excess of ten (10) hours, Monday through Friday and eight (8)hours on Saturday and all time worked on Sunday and holidays shall be paid for at the double(2) time rate of pay. NO. 59: Means that except as herein provided, eight(8) hours a day(which may begin as early as 6:00 a.m.) shall constitute a standard work day, and forty (40) hours per week shall constitute a week's work. All time worked outside of the standard eight(8)hour work day and on Saturday shall be classified as overtime and paid the rate of time and one-half(l Y2). All time worked on Stuiday and holidays shall be classified as overtime and paid at the rate of double (2) time. The Employer has the option of working either five (5) eight hour days or four(4) ten hour days to constitute a normal forty (40) hour work week. When the four (4) ten-hour work week is in effect, the standard work day shall be consecutive ten (10) hour periods between she hours of 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a weeks work, Monday through Thursday, inclusive. In the event the job is ._I down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the ' Employer, be worked as a make-up day; straight time not to exceed ten (10) hours or forty (40) hours per week. ,,,,,When the five day (S) hour work week is in effect, forty (40) hours per week shall constitute a week's ork, Monday through Friday, inclusive. In the event the job is doyen for any reason beyond the Employer's control. then Saturday may, at the option of the Employer, be worked as a rn �e-up day; straight time not to exceed tight (8) hours or forty (40)hours per week. NO. 60: Means the Employer shall have the option of working five 8-hour days or four 10-hour days Monday through Friday. If an Employer elects to work five 8-hour days during any workweek, hours worked more than eight (8) per day or forty (40) per week shall be paid at time and one-half(l Y.,) the hourly rate Monday through Friday. SATURDAY NIAKE-UP DAY: If an Fmployer is prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather(rain or mud), Saturday or any part thereof may be worked as a make-up day at the straight time rate. It is agreed by the parties that the make-up day is not to be used to make up time lost due to recognized holidays. If an Employer is working 10-hour days and loses a day due to inclement weather, he may work ten (10) hour, on Friday at straight time. Friday must be scheduled for no -- more than ten (10) hours at the straight thne rate, but all hours .worked over the forty (40) hours Monday through Friday will be paid at time and one-half(1'n) the overtime rate. All Millwright work performed in excess of the regular work day and on Saturday shall be compensated for at time and one-half (l Ys) the regular Millwright rate. -' The regular workday starting of 8:00 am. (and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 a.m. or delayed one (1) hour to 9:00 a.m. All work accomplished on Saturdays and holidays, or days observed as holidays, shall be compensated for at double(2)the regular rate of wages for carpenters. i NO. 86: Means the regular work week shall consist of five (5) days, Monday through Friday, beginning at 8:00 -a.m. and ending at 4:30 p.m. All overtime,work performed on Monday through Saturday shall be paid at time and I f 1_�ne-half(I Y2) the hourly rate. All work performed on Sundays and holidays shall be paid at double (2) the hourly rate. Aw5036.0T ANh'UAL iyIACE ORDER NO. 5 PAGE 3 of 5 PAGES i t aasr�vra� +GULF COUNTY OVERTIME RAVES - BUIL.DTN'G CONSTRUCTION O�/ERTIME RATES ARE R.EQUDtED TO BE PAID FOR WORK PERFORMED OUTSIDE THE NORl�9AL WORK DAY ONLY WHEN SPECIFICALLY INDICATED IN THE APPLICABLE OVERTIME RATE. NO. 87: Means eight(8) hours starting between 7:00 a.m. and 4:30 p.m. shall constitute hours before and after days form Monday through Friday inclusive, shall constihite a regular work week. A 1 these regular hours shall be considered overtime and shall be paid or at the r at he double(2) time ratle of pay. Saturday and Sunday shall be paid At doubly:(2) time. Holidays shy p � NO. 91: Means eight (8) hours shall constitute a day's work in a time frame beginning as early as 7 ending as late as 5:30 p.m. The work week shall be forty (4{9)hours beginning Monday as early as 7:00 a.m. and ending Friday at 5:30 p.m. Employees shalt receive double (2) time for over eight (8) hours in a work day or for over forty (40) hours in a work week from Monday through Friday. Saturdays, Sundays and recognized holidays shall he paid at the double (2)tsne rate of pay. �. NO. 94: Eight (8) hours shall constitute a regular work day shat m.ay being as early as 6:00 a.m. and end no later than 5:30 p.m., All woe perfonned i$ excess of the regular coo, k day and on Sam day shall be compensated at one and one-half(1'/z) times thc� regular pay. In the event time is lost during the work week due to weather on conditions, the Employer may schedule work on the following Saturday at straight time. All work accomplished and holidays shall be compensated at double the regular rate of wages. -� w ;�0. IUt s Means eight (8) hour a clay shall constitute: a standard work day, and forty (4U) hours per ��-ee4 shall �. constitute a week's work, which shall begin on lvionc'lay and end on Friday, All time worked oLits-h of the standard work day and on Saturday shall be classified as overtime and paid the rate; of time and one-half t I'/za -- ` (except as herein provided). All time worked or, Sunday and recog7iized. holidays shall be paid at the rate of -� tile double (2) time. Starting time may be as early as 5:00 a m. and end as late as 5:30 p.m. The Employer 4U hour option of working either five (5) eight-hour days or four (4) ten-hour days to constitute a norm y work week. When a four (4) ten-hour day work week is in effect, the standard work dray shall be consecutive ten (10)hour periods between the hours of 6:30 a.rn. and 5:30 p.m. Forty(40)hours per week shall constitute a week's ' work Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employees be worked as a make-up day; straight control, then Friday and/or Saturday may, at the option of the Employer, - time not to exceed ten. (10) hours or forty (40) hours prr week. All work over ten (10) hours in one day or forty (40) hours in a 4-l�0s's work week shall be pair: at the overtime rate of tim e and one-half(1'h). When using a five day eight 8 hour work week,and the job is down for any reason_beyond the Employer's control, then Saturday (5} y g ( ) time not to exceed eight (8) hours may, at the option of the Employer, be worked as a make-up day; straight forty(40)hours per week. t .J i i f nWSU-'6.UT AtWLIAL WAGE ORDER NO. 5 PAGE a o�s��nc�rs �. I COLE COUNTY OVERTIME RATES -BUILDING CONS rRUCTION VER.TIME RATES ARE REQUIRED TO BE PAID FOR WORK. PERFOlUvIED OUTSIDE THE NORMAL OR1C DAY ONLY 11VHEN SPECIFICALLY IlNlD1CATED IN THE AppL1CAF3L,E OVERTIME RA, s ~Y +T Means eight (8y hours between the how-s of 8:00 am. and 4:310 p.m. shall constitute a workday, The t NO. 110: 8 work week shall commcnce at 8:00 a.m. on Monday and shall end at 4:�0 p.m. �Friday.times the regular hourly rate of Saturday,except as herein provided,shall be.compensated at one an one-half(. ) 8 i week erformed. All work performed on Sunday and on recognized holidays shall be c working mpcnat O at pay for the p double(2) the regular hourly rate of pay for the work l�erformetl. If an Employer is jprevented from Saturday ou Friday, or any part thereof by reason of inclement weather (rain and mud), Monday through Y e option (40) hours, M Y e rate. he Employer shall have th p the t-ai ht trm P or any part thereof may be wonted as a make-up day'at g q to of working five eight (8) hour days or four ten (10)hour days Monday through Friday. If� Employer or forty (40) J work Eve (5) eight (8) hour days during any work week, hours worked more than eight (8) p hour per week shall be paid at time and one-half(I'!�) fire hourly rate Monday through 0 hours If er day or forty P elects to work four(4) tern (10) hour days in 'ari one-half (1 h)rthe hourly rate Monday through Friday. if an (40) hours per week shall be paid at tlnr�e they may y�ork ten (10) hours Employer is working ten (10) trout days and loses to day due eft tc8 hour,and no more than ten(10)hours at the -� Friday at straight time. Friday must be scheduled far at 1 eight( ) straight time rate, but all hours worked over the forty (40) hours Monday through Friday wial be paid at time and g M' u,re-half(1 V2)overtime rate. 4 t s AIJNUAL WAGE ORDER n��' NO. 5 PAGE S OF S I'A(WS „t J so?a;err i , vO 3 C01,E col'U'dTb" HOLIDAY RATE SCHEDULE- BUILDING CONSTRUCTION __ ~ �a Jurrc on New Years Day,Decoration Day,July th,Labor Day,Veterarf's Day,'fhankstiivint Day and ChrrsUnrt>I):ay . :A11µ1 k • slid at the double time rate of pay. �\'liene�cer any such holidays fall ort a Sunday,the following Monday shall be uhst:rve ax:+ „all be Ik holiday. independence Day,Labor Day,Thawksgiving and Christmas Day shall be Ton.4:All work done on New Years Day,Memorial Day, Pe c I�4onday will be observed as the recognized holida}•. If pay. of the above holidays fail on Sunday, paid at the double time rats of a if an}' any of the above holidays fall on Saturday,Friday will be nbser+ed as the rccog^izecS holiday. Fourth of July').Labor Day. S: All work performed on New "ear's Day,Decoration Dw y Zvlerrori.al Day),rate double( Day ivin Day.Christmas Day,.or days observed as 5111.11, shall be pan�t the tithe¢bllolwing 1:9onday shall be observed. No a Thanksgiving Saturday.the preceding Friday shall be observed h.n a holiday falls hail be performed on Labor except t,save life or proP'r'•'f• Where one of the holidays specified falls or is a of time during work, P work week,then all work perforn+cd over and above thirty-two(32,1 hours in that week shall be paid at the rate of time an one- { the half t 1'�1• ,and Inds ndence Day,Labor Day,Veteaan's Day,Thanksgiving Day,' NO.7:All work done on Near Years Day,Memorial Day, Pe ma.Day shall he paid at the double time rate vfpay, Ifa holiday falls on a Sunday,it shall tie observed on the Monday. Ira C'hn.t Y , recedrn holiday falls on a Saturday,it shat be observed on the p b T^+day. ti a Memorial Day,independence Day,l abor Day,Veterans Day,Thanksgiving Day,and All work dome on Ncµ Year's Day, - (.'hri.tma•.or day-;observed as such,shatl be paid at the double tim:rate of pay. Vetrtan's Da Thanksgiving Day, Memorial Day,Independ nce Day,labor Day, Y• -NO.23-All work done on New Years Day, ,ristmas I1a sold Sundays shatl be recognised holidays and shall be paid at the double time rate of pay. When a holiday falls on Cl. Y - 4 inday,the following Monday shall be considers a holiday., Memorial Day,Fourth of July,Labor Day,Columbus Day. I ` zsbin ,on s Isirtl',da}, Y aid at the double ' -- N21 i.'s 1:All week done on New Y,�,ar s Day, g� j Vcte+en's Day,Thanksgiving Day,Friday after n inksgiving,Day,Christmas Day.and Emply}°e�s ized ha shall be p time rate of pay. Ira holiday fails an Sunday,the following Monday will be observed as the recognized holiday. if a holiday falls on 5atuday,the preceding Frday',vi11 be observed as the recognized holiday. —' + ? tiesµill receive eight(8)hours'pay at regular straight time 1 _ NO.qg;The follaµing days shall be observed as legal holidays and emp Jul 4th,Labor Day,'I'ltanksgiving Day,Christmas Day, ' hourly rate for each of these holidays: New Years Day,Decoration Day, Y - ' f m Joyce's birthday and two(2)pets days. The observan nal does!'a31 on>personal rday the followinngrMonday will tbe observed as the i P 1)crcnlbcr 1 and March I of the following yea.. 1f any of.here Y r •r I if any o1'th+se holidays fall on Saturday,the preceding Friday will be all hours workedoliday, if cnlpinyces work oil:►�+} X91' htsl+d:ty a / i i these holidays they shall be paid time&one-half(!'/:)their regular rate o pay ' r All work done on Ncvr Years.MemvriaI Day,Independence Day.Labor 13 Mes a holiday fallslanFSatu day it shatl hr w I ). 5 . � " aid at the double(2)time.rat Pay. , !hanksgiving I)sy,and Christina.,Day shall be p t ob.crved nn Saturday. When a holiday falls on Sunday,it shall be observed on Monday. i + 1 i 4 AWM11-6.liDY ANNUAL WAGE ORDER.NQ. 5 �o�i�',�i[tfERta,etwi�eor,.xrm ���.�.•...,.v��.-,.:�: .r��.�.,�. 1 1 Heavy Construction Rates for REPLACEMENT PAGE Section 026 � 1 COLE County �. c�ive Basic I fiver- i OCCUPATIONAL Z'ITLE Cate of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates RPENTERS .Journeymen 5/98 $21.13 7v 5 $5.15 Al1wrights 5/98_ $21.13 7 5 $5.15 1 File Driver Worker _ 5/98 $2113 7 5 $5.15 -LOPERATING ENGINEERS croup 1 5198 $19.20 5 5 $9.20 Z oup I! 5/98 $18,85 5 5 $9.20 oup 111 5/98 $18.55 5 5 $9.20 IV 5198 $15.00 5 5 $9.20 p Oiler-Driver 5/98 $15.00 5 5 $9.20 0RER5 ---.-- General Laborers 5/9fs $18.30 2 4 $5.30 Skilled Laborers 5/98 $18.90 2� 4 S5.30 ------ f TRUCK DRIVERS-TEAMSTERS Group I 5198 $19.22 2 4 $4.75 _ Group 11 5/98 $19.38 2 4 S4.75 Group 111 5/98 $19.37 2 4 S4.75 5/98 $19.49 ?_ 4 $4.75 Group IV — ' � y i 7/98 'Annual Incremental Increase ANNUAL WAGE ORDER NUJ. 5 OwVERTIKE RAT.E SCHEDULE _HEAVY CONSTRUCTION i -^ NO. 1: Means eight (8) hours shall constitute a normal day's \vork Monday through Friday. Projects may be «'orked on the basis of a ten (10) hour per day, four (4) days a week schedule (Monday through Thursday). All ours worked over ten 10 hours per day or forty 40 hours per week shz11 be paid at time & one-half 1'/� . There are no provisions for make-up days on Friday or Saturday, work: on these days will be paid at time and one- half (I Y2). On projects working five (5) &y, eight (8) hour schedules (Monday through Friday), there is a ? _ provision called"50 hour window 1br forty(40)hours worked." if inclement weather causes a curtailment of work for projects operating under, this 5-8's schedule, the employer may invoke the "50 hour window for forty (40) hours" provision. The Employer can work the center employees up to ten. (10) hours per day at straight time, until the employee reu;hes forty (40) hours in that week. Any th-ne worked over the daily, make-up schedule (9 or 10 hours per day) and forty (40) hours per week, would be paid at time & one-half (1'/2). The ability of the Employer to alter their work schedule from the regular eight (8)hours per day to nine (9) or ten (10) hours per day at straight time, is only applicable after the Employer on that job site has lost work hours which are to be made up by the expanded daily work hours. Time & one.-half(1112) shall be paid for work performed on Saturdays. Double (2) time shall be paid for work performed on Sundays and recognized halidays. In such instances where a -- recognized holiday is observed during the Fork week, it shall be counted as eight (8) hours toward a forty (40) hour workweek, their all work performed over and above 32 hours in that week would be paid at the rate of time& one-half(I%2). _.4 ;10.2: Means a regal2r v,-ork week of forty (40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8) or ten (10) hours. if a crew is prevented from working forty (40) hours Monday through Friday, or any°part thereof, by reason of inclement weather, Saturday or any part thereof may be worked as a make-upJ day at the straight time rate to comple:e fory (40) hours of work in a week. Employees who are part of a regular crew, on a make-up slay, nor"ithsm-) in,g the fact that they may not have been employed the entire 1 Nveek, shall work Setuirday at the straight the rate. --time & one-half'(1112) shall be paid for all hours in excess of eight (8) hours per day (if v.°orking 5-4's) or ten (10) hours per day (if working 4-10's), or forty (40) hours per week, Monday through Friday. For all time worked on Saturday (unless Saturday or any portion of said day is worked as make-up to complete forty hours),tune and one-half(I%) shall be paid. For all time worked on Sunday and recognized holidays,double(2) time shall be paid. NO.3: Means a rewlar work week shall consist of not more than forty (40) hours of work and all work performed over and above ten (10) hours per day and forty (40) hours per week shall be paid at the rats of time & one-half (1'/2). Work shall receive time and one-hayf(l'/2) for all work performed on Sundays and recognized holidays. Where one of the holidays falls or is observed during the work week, then all work performed over and above thirty-two(32)hours shall be paid at time and one-half(I VS). -- NO. 4: Means a regular work week shall consist of not more than forty (40) hours of work, Monday through Saturday, and all work performed over and above ten (10) hours per day and forty (40) hours per week shall be paid at the rate of the & one-half(1'/2). Workmen shalt receive time and one-half(1'/2) for all work performed on f Sundays. NO. 5: Means a regular work week may be Monday through Thursday (if working 4-10's) or Monday through f Friday (if working 5-8's). Time & one-half(1'/2) is paid when working in excess of ten (10) hours per day (if { working 4-10's) and on Friday & Saturday carless Friday and/or Saturday is used as a make-up day. Time & one- half(I'h) is paid when working in excess of eight (8) hours per day (if working 5-8's), and on Saturday unless Saturday is used as a make-up day. All Sunday work shall receive double(2) time pay. t ANTNTUAL WAGE ORDER NO. 5 3,98 ;cr �r QVl RTI�"•K. F?�1TE_ SCHEi�LTT�F: - tiAVY CC'i;1 i RUCTION NO.6: Means eight (8) hours shall constitute the reirular`ti'orekber�ve and f t)rt a. 0) hours 9:00 a.m.work week, and day h the star' ovgh Friday. The Employer shall establish '"w rk day before the regular starting time and after the _ 'if(I'h) shall be paid for work performed can a rewlar v�or ' -- regular quitting time. DOUble (2) time shall the paid for work pe d��The Emu Employer and when holidays. orking on highway -discretion of the Employer, Saturday can be used for a make-up y P and road work may have the cptiorl to schedule the work week for 1u paving crew only from Monday through _ Thursday at ten (10)hot`trs per day at the straight time rate ©floe Employer with 1 hours in excess o ork from Monday h through hours m any one day to be at the applicable overtime .ate. If the E p Thursday and is stopped due to inclement`ti earlier(rain, snov,, sleet fall k falling)he shall have the option to work. Friday at the straight time rate of pay to complete his or her forty (QO) hours. NO. 7: Means the regular work week shali start oil 'Monday and end on Friday, except where the Employer elects to work Monday t.hro gh Thursday, ten to of one nd day.n All work tunes the regularr hourly ate oThem (40)hours in a�;eek shall be at &,e o�'eitii,.e rate q► o regular work day shall be either Fight (8) or t(.n (n�i)ioQ bP Ionatike ontrol of th Em4plo)errFriday or Staturday Friday because of inclement weather or otn r co may be worked as a make-up day at straight time (if working shall ot be u}ilized for da may s lost fromh l days Exc pt day at straight time (if�%orking 5-S's). . lake p - at one and rune-half(1'/2)times the regular rate. as worked as a make-tip day, time on Saturday shall be worked Work performed on Sunday shall be pzid at two (2) times the regular rate. ��'ork performed on recognized holidays or days obszrvcd as such, shall also be paid at the double (2) time rate of pay. NO. 8: Means eight (8) hours shall constitute a regular workday, Monday through Friday. Time and one-half ~" (l r2) shall be paid for work performed in excess of eight (8) hours on any re gular workday. An Employer may have the option to schedule his work -week from Monday through Thursday at ten (10) hours per day at the straight ime rate of pay with all hours in excess of tell (10) hours un any one day to be h Thursday annd isost stopped due to time and one (l'�2)• If an Employer elects to work from 'Monday through e rate of pay inclement weather (rain, snow; sleet falling) he shall have the option to w'ori` o Thursday, thetEmployer shall to complete his forty (..0,1 hours. How e�er, should a holiday occur, :Monday have the option to work Friday at the svcipht time rate of pay to complete his forty (40) fours. Time and one-half '�4 shall be aid for work performed on Saturdays. Double (2) tune shall be paid for work performed on (1 ) P Sundays and recognized holidays. time worked NO. 9: Means eight (8) hours shall constitute a normal day's work 'Monday through half(11/2). Anytime maybe over eight(8)hours per day or forty (40) hours per week will be paid at time scheduled on a four (4) days a w eek (Monday through Thursday) at ten (10) hours to ndn jeschedule.tl'r such ll schedule is employed, then Friday may be used ghouls a wee must be paid paidl atttime and one-half(1'/2). If an work over ten (10) hour's a day or over forty ( ) Employer has started the work week on a five-day, eight-hours a day schedule, and due to inclement weather he may switch to a nine or ten hours a day schedule, at straight time, for the remainder 31 be i misses any tine, rhea y that work week u1 alder to make up the lost time(10-hour make-up day). All work performed on Saturdays a paid at time and one (1'/2). Double (2) time shall be paid for all time worked on Sundays an e counted as holidays. In such instances where a recogrdzed holiday is obsen ed during the workweek, it shall eight 8 hours towards a forty ( 0) hour work week, Cher. all work performed over an d above thirty-two (32)hours in that week would be paid at the rate of time & one-half : h%•y0l.&wi AN-.\IJAL WAGE ORDER IN � 3'98 I„ --..__ ............_..___ W ffm7 ' OV E 1,TIME txA't'F. Cf?EDtILk�-_IiEA _,CC�N5'rRUCTION No. 10: Means the regular work\A. k shall consist of five 8-hour da}'s,Monday through Friday. The �Employer may have the option to schedule his work Week from ?Aonday through Thursday at ten (10) hours per day at the straight time rate of pay v.,ith all hours in excess of ten (10) hours in any one day to be paid at the V applicable overtime rate, if the Employer elects,to work Monday through Thursday and is stopped due to inclement weather(rain, snow, sleet falling), the Employer shall have the option to work Friday at the straight time rate of pay to complete his forty(40) hours. All necessary overtime and work performed on Saturday, shall be paid at time and on^.-half(P/2)the hourly rate. Work perfbi-med on Sundays and Holidays shall be paid at double (2) the hourly rate. Iti0. 11: Means the regular work day shall consist of eight (8)hours that shall begin between the hours of 7:00 a.m. and 8:00 a.m.,?Monday through Friday. The Employer may schedule his work week fxom Monday through Thursday at ten (10) hours per day at the straight time ante of pay with all hours in excess of ten (10) hours in any one day to be at the , oti'ertime rate. If the Employer elects to work from Monday through Thursday and is stopped due to inclement weather, (rain, snow, sleet falling) he shall have the option to work Friday at the straight time rate of pay to complete his forty(40) hours. Time and one-half(1'/2) shall be paid for all overtime hours worked tor��31t�e worked on Su iday aiid recognized holi�laysork performed on Saturday. Double time shall be pal NO. 12: Means a regular work week sha11 consist of not more than fbrYy (40) hours of work and all work performed over and above ten (10) hours per day and forty (40) hours per week shall be paid at the rate of time & one-half(1'/z). Workers shall receive time and one-half(1'/2) for all work performed on recognized holidays. -' NkIbere one of the holidays falls or is observed during the work week, then all work performed over and above _ thirty-two (32) hours shall be paid at time and one-half(1'/2). t NO. 13: Means that ti.�ne and nne-half(1'/:) shall be paid for the first two (2) hours overtime Monday through --�, Friday and the first eight (8) hours on Saturday. All other overtime hours Monday through Friday and on Saturday shall be paid at the double (2) tune rate. Double (2) time is also paid for Sundays and holidays. 8 hours shall constitute the regular\workday with starting time as early as 6:30 a.m. .-, NO. 14: Means ( ) � Employees shall be paid one and one-half(l l2j time.the regular rate of wages for all hours worked in excess of ;s to begin on Monday. Time and one-half(I'/2) shall be paid for eight (8)hours per day of a work week v.-hich Saturday work. Double (2) time shall be paid for all Sundays and recognized holidays. Monday through Friday,beginning at 8:00 >'C0. 15: Means the regular work a�•e�el'; shall consist of five (5) days, y g Y, g g a.m. and ending at 4:30 p.m. All overtime work performed on Monday through Saturday shall be paid at time and one-half(1 i1) the hourly rate. All v,ork perforried on Sundays and holidays shall be paid at double (2) the hourly rate. ~ NO. 16: Means eight(8) hours shall constitute the regular work day,between the hours of 6:30 a.m. and 5:30 p.m. in a five�5) day workweek of Monday through Friday except when the employer elects to work four 10- hour days. The Employee may have the option to schedule his work week from Monday through'Thursday at - ten(10)hotirs per day at the straight time rate of pay with all hours in excess often (10)hours in any one day to be paid at the applicable overtime rate„ If the Employer elects to work from Monday through Thursday and is stopped due to inclement weather(rain, snow, sleet falling) the employer may have the option to work Friday at the straight tune rate of pay to complete the (40) hour wo rk week. However should a holiday occur,Monday through Thursday, the employer shall have the option to work Friday at the straight time rate of pay to complete the(40)hours. Time and one-half(1'/2) shall be paid for work performed in excess of eight (8) hours in an 8- the week day,or in excess often ICJ-hours in a 10-hour work day, or outside the hours limiting a regular work day,Monday through Friday. Time and one-half(1/2) shall be paid for work performed on Saturdays. ; j Double (2)time shall be paid for work performed on Sundays and holidays. h%yut.aw5 ANNUAL WAGE ORDER NO. 5 3'48 f US�E 'A%ry CCNS T R CTION Sr2iED HF — 40 hours a work week, Monday NO. 17: Means eight (8)hours :hall constitute the tai-gtu��time bctue n if 30 a m. and 9:00 a.m. Time and one- NO. Friday. The Employer shall establish the g all 1'/� shall be paid after eight(8) consecutive how's worked after the}s�abl a�fort o k performed for h ( ) worked before the established starting tim ridio1�dZ s shall be paid at the double (2) time rate of pay. The Saturdays. Work perfonrrtd on Sunda}s .>' the work week for his when working on High-vay and Road Work may have the option to schedule ht time rate of pay with Employer paving crew only from Monday through Thursday at ten (10) hours per day at g all hours in excess of ten (10)hours in any one day to be at the applicable overarm dug to irrcl m nt weather (11/s). If the Employer elects to work,, rrdm Monday trrrough'Ihursork and is stopped rain snow,sleet falling), the Ernpluycr shall l:(ave the option to �a'ork.Friday at the straight time rate of pay to (rain, complete the forty (40)hours,. -- y X40 hours of work and all work NO. 18: Means a.regular work week shall consist of not more t u forty ez,seek shall be paid at the rate of time performed over and above eight (R)hours per day a.*rd forty ( ) P �/, . Workmen shall receive tune acrd one-half(1'/2) for all\Fork performed on Employer exdcest�hen and one-half (1 ) holidays. A�vorlt day is•to began beriveen �:QQ a•nr• cs control of the Employer prev nt work, in which inclement weather or other conditions oe}and the reasonable event,the starting time may be delayed,but not later than 12:00 noon. I , 1g; Means the standard work da}• shall consist of eight(8) hours of work scheduled between 7:00 a.m. and NO hours per day, forty (40) 5:00 p.m. from Ivionday to Friday, inclusive. All hours at the time and one-half(1 /) rate f regular hourly hours per week,1\40nday through Saturday shall be p rate except as provided elsewhere. All work p�rfonned on Sundays and option of working dfour(4) ten (10) hour F { the rate of two (2)times the regular hourly rate. The employer h� tyre op days,with Friday and �iatl=rday as a make-up Clay due to weather related loss of time. On the fou -ten schedule,r I y ' --•, the rate of time and one (l'/=) the reQalar hourly Tate \�'ill be paid on all hours over ten (1 per times the week all work performed on Sundays and recognized holidays shall be paid at ,hours in a work forty(40)per , __.. regular hourly rate. MA1�.E-LP DAY: In the event the contractor ake 1 is day. All makeup hours worked on arr week due to inclemept��ea+.her, Saturday may be used as P Saturday up to 40 hours) shall be paid at the straight time rate of pay. The make-up day may not be used to Y make-up holidays. ,s ei ht 8 hours shall constitute a day's work between the hours of 7:00 Freida d Anyp'o in No.20: Means eight ( 40 hours,Monday through Y Monday to Friday, inclusive. The work r��eek shall be forty ( ) fo 40�hours in one week shall be paid at the applicable overtime rate. otf bad Meatherr'o option excess of forty the work can consist of five (5) eight(8)hour days or four (4) ten hour days. In ;,Diked. If five eights are equipment breakdoti;n,Friday may be used a'' a rr`a+ce-tlp day if four e � az�works fivve eight hour days, all time being worked, Saturday may be used as a make-up day. I.the Employer ours in one day will be paid at the overtime:rate. Time and one-half (bef shall be regular paid tarting time first • over eight h 1�•work day grid any work performed gtr two(2)hours of overtime work on any regular quitting time and for the first ten(10)hours on Saturday. All work ind reco of ized holidays hours and after regular q g regular work.day and ten(10)hours on Saturday and all work performed on Sunday an gTr shall be double (2)time. ANTh'IJAL WAGE ojOER NO. 5 3/98 hvyot.awS , I HOLIDAY POJE jf HEDULE- HEAVY CONSTRUCTION No. 1: All work. performed on New Year's Day, Decoration Day, Fourth of July, Labor Day, Veteran's Day,Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. When any of these holidays fall on Sunday, the Monday following shall be observed as such holiday. -- No. 2: All work performed on New Year's Day, Decoration Day (Memorial Day), Independence Day (Fourth of July), Labor Day, Thanksgivhig Day, Chuistmas Day, or days observed as such, shall be paid at the rate of time and one-half(1%2). When a holiday falls'on Saturday, Friday shall, be observed. When a holiday falls on Sunday, Monday shall be observed. No work shall be performed on Labor Day except to save life or property. Where one of the holidays specified falls or is observed during the work week, then all work performed over and above thirty-m o (32) hours in that week shall be paid at the rate of time and one-half(11/i). No. 3: The following days are recom-ized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day except in case of jeopardy to work under constriction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight(8) hours toward the forty (40)hou.*week; hc�we%er, no reimbursement for this eight (8)hours is•to be paid to the workmer, unless worked. If workroen are required to work the above -� enumerated holidays,or days observed as such, they shall receive time & one-half (1'!2) the regular rate of pay for such v.-ork. l��- No. 4: All work performed on N'ew `Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, or days observed es such, shall be paid at the double time rate i i of pay. When a holiday falls on x Sunday, Monday shall be obsen•ed. i ' No. S: All A vork performed on New Year's Day,Decoration Day(Memorial Day), Independence Day(Fourth of July),Labor Day, Thanksgiving Day,Christmas Day, or days observed as such, shall be paid at the rate or double(2) tune. When a holiday falls on a Saturday,Friday shall be observed. When a holiday falls on a Sunday,Monday shall be observed. No work shall be performed on Labor except to save life or property. Where one of the holidays specified falls or is observed during the work week,then all work performed ever and above thirty-two(32)hours in that week shall be paid at the rate of time and one-half(1'!2). No. 6: All work dome on New Year's Day, Decoration Day, Fourth of July, Labor Day, Veteran's Day,Thanksgiving and Christmas shall be compensated at the double (2) time rate of pay. When a holiday occurs on Saturday, it shall not be observed on either the previous Friday or the following Monday. Such days shall be a regular workday. If such a holiday occurs on Sunday, it shall be - observed on the following Monday. No work shall be performed on Labor Day. j Holidhvy.awS ANNUAL WALE ORDER NO. 5 3198 � r i HOLIDAY RATE SfCLr ED ULE -HEAVY CONSTRUCTION No. 7: All work done on New Year's Day, Memorial Day, Thanksgiving Day and Veteran's Day shall be paid at the double tL-ne rate of pay. No work shall be done on Christmas 'Day, Fourth of July or Labor Day. When any of the above holidays fall on S►.mday,the following Monday shall be observed as such holiday. If a holiday falls on Saturday, it shall not be considered to be observed on the previous Friday or following A;onday. Such days shall be regillar workdays. i NO. 8: All work performed on New Year's Day, Decoration Day, Fourth of July, Labor Day, j Veteran's Day, Thanksgiving Day and Christmas Day, or d4ys observed-as such, shall be paid at double(2)the hourly rate. NNIen any of these holidays fall on Sunday,the Monday following shall be observed as such holiday. NO. 9: All work done on New Year's Day, Decoration Day, July 4', Labor Day, Veteran's Day, _.. 'Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Whenever any such holidays fall on a Sunday,the following Monday shall be observed as a holiday. NO. 10: All work done on New Year's Day, Memorial Day, Fourth of July, Labor Day,Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. When a _i holiday occurs on Saturday it shOl not be observed on either the previous Friday or the following Monday. Such days shall be regular work days. If such a holiday occurs on Sunday, it shall be —, observed on the following Monday. N4. 11: Means all work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgivu:g Day, Christmas Dray, and any additional holidays which may be _.. ' mutually agreed upon shall be paid at the double (2) time rate of pay. NN7henever any such holiday falls on a Sunday,the follow ing Monday shall be recognized and observed as the holiday. t - 1\'0. 12: All Nvork performed on\'ew Year's Day, Decoration Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day, or days observed as such, shall be paid at the rate of time and one-half(1'/S). No work shad be performed on Labor Day, except in case of jeopardy to life or -- property. This rule is applied to protect Labor Day. When one of the above holidays falls on a Saturday,the preceding F riday shall be observed; when t'ne holiday falls on a Sunday,-the following Monday shall be observed. Where one of the specified holidays falls or is observed during the Workweek,then all work performed over and above thirty-mo (32)hours in that week shall be paid at the rate of tune and one-half (1'/2). NCO. 13: All work performed on recognized holidays shall be paid at the double (2) time rate of i 1 pay. No work shall be performed on Labor Day except to save life or property. The following holidays shall be observed: New Year's Day,Memorial Day,Fourth of July,Labor Day,Veteran's Day, to be observed November '11 (or a.mutually agreed date of the Friday after Thanksgiving if agreed by other crafts working on project), T'hanksgivirlg Day and Christmas Day. Any holiday which occurs on a Sunday shall be observed the following Monday. t liddhvyawS ANNUAL WAGE ORDER Nth. 5 3/98 1 911-TSIDE ELECTRICIANS These rates are to be used in the following counties: i Adair, Audrain, Boone, Callatvay, Camden, Carter,Chariton,Clark, Cole, Cooper, Crawford, Dent, Frviklin, Gasconade, l-Ioward, Howell,Iron,Jefferson, Knox,Lewis, Lincoln, Linn, � Macon, Maries,Marion,Miller, Moniteau, h,onroe,Montgomer-y,Morgan, Oregon, Osage, Perm,Phelps, Pike, Pulaski,Putnam, Ralls, Randolph, Reynolds, Ripley, St. Charles, St. Francois, St. Louis City, St. Louis County, Ste. Genevieve, Schuyler, Scotland, Shannon, Shelby, Sullivan,Texas, Warren, and Washington COINTINTERCIAL WORK 1 Occupational Title Basic Total Hourly Fringe y Rate Benefits Journeyman Lineman 523.71 S2.00+40% Lineman Operator 521.23 S2.00+40% { Groundman S16.81 S2.00+40% UTILITY �N'ORK ;.. � 1 Occupational Title Basic Total Hourly Fringe Rate Benefits I � 4 —► Journeyman Lineman 523.29 S2.00+ 34% Lineman Operator S20.10 S2.00+34% Groundman S15.55 S2.00+34% OVERTIME RATE: Fight (8)hours shall constitute a work day between the hours of 7:00 a.m. and 4:30 p.m. Forty(40)hours within five(5)days,Monday through Friday inclusive, shall constitute the work week. Work performed in the 9th and I Oth hour,Monday through Friday, shall be Laid at time and one-half(1!/2)the regular straight time rate of pay. Contractor has the j option to pay two (2)hours per day at the time and one-half(1;/:) the regular straight time rate of pay between the hours of 6:00 d am. and 5:30 p.m.,Monday through Friday. Work performed outside the regularly schedule working hours and on Saturdays, Sundays and recognized legal holidays, or days celebrated as such, shall be paid for at the rate of double(2) time. x ,HOLIDAY RACE: All work performed on New Year's Day, Memorial Day, Fourth of July, ( .1 Labor Day, V'eteran's Day, Thanksgiving Day,Christmas Day,or days celebrated as such, shall be paid at the double time rate of pay. When one of the foregoing holidays falls on Sunday, it shall be celebrated on the following Monday. wj ll OUTSTL.AW5 /DINT UAL WAGE ORDER NO. 5 3/98 G� i .� �E►JIRY�'91�lf�IVF��ilii�+�vmiian��. �.....�.....ar:.•: r i f 4 L Al--ELDAVIT Q� CAMp1.IANaC Pi��L @C �►ARi� CAl►�TE2aCTS t.Aw f I, the undersigned, _TonAdri an being duly sworn, state to the best of my infor of lawful age, first mation and belief as follows: 1. That I am employed as President by _ J.C. Industries, Inc s. i ' 2. That was awarded a public works ; contract for Project No, 32040, Hough Park Street Sidewalk �! Improvements - Moreau Heights School to Ellis Boulevard. 3. That I have read and am familiar with Section 290.290 RSMo (1993 Supp.) an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged ini a public -� works construction project in the State of Missouri. i 4. That J.c. Industries,Inc. has fully complied with the + provisions and requirements of Section 290.29 (1993 Supp.) I FURTHER AFFIANT SETH NAU i Tony Adrian, President AFFIANT � f Subscribed and sworn to before me this 16th day of October -, lggg -z--�44M;e;ns t e i n 1 J r' r PUEiLIC My.Commission Expires: a NOTARY PO ' STATE OF MISSOURI ) STATE O ml own ' )ss COUNTY OF MOLE t COUNT`10 OIF�c 011.e- "y Con" Jan9W 20, CAWPDOCTPROJEC1lhaugh Street sldewafk.wpri September 1, 1958 i . . .. _ ' tt Nt1 i .wa�,ww.noes.�mwvnwrcio..,�,,mw.grnw+euirr i i EX a��3 11�dElUOF„LOXNkE�IT F?�C PTION CERTIFICATION 1, the undersignO, __ _ _ , of lawful age, first being dull/sworn, state to the best of my information and belief as follows: 1. That I am employed as by I ; -- 2. That _ _ _ was awarded a public 1 i works contract for Project No. 32044, Hough Park Street Sidewalk Improvements - Moreau Heights School to Ellis Bo ulevard. f i 3. That I have read and am familiar with Section 290.290 RSMo (1993 Supp.) an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. Although there is a period of excessive unemployment in the State of Missouri, which requires the employment of only Missouri laborers and laborers from non-restrictive states on public works projects or improvements, an exception applies as to the hiring of since no Missouri laborers or laborers from non-restrictive states are available or capable of performing FURTHER AFFIANT SA'YFTH NAUGHT. � AFFIANT Subscribed and sworn to before me this_ day of ' 19 ,�T f li _r F _ . NOTARY PUBLIC i My Commission Expires: _ APPROVED BY: —� DIRECTOR OF PUBLIC WORKS, CITY OF JEFFERSON, MO September 1, Y c:1'NPDOCSTROJECTIhough street sidewalk.wpd 998 I i i I I E i ' � t ! i CONSTRUCTION CONTRACT THIS CONTRACT, made and entered into this � a of Gf' ' 1998, by and between J C Industries, Inc, hereina ter called "Contractor", and the City of Jeffe son, Missouri, a municipal corporation, hereinafter called "City". E �^ WI T NESSE T t-i: 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: i Project No. 32040, Hough Park Street Sidewalk Improvements - Moreau Heights School to Ellis Boulevard. NOW THEREFORE, the parties to this contract agree to the following: 1. Manner and time for Completion. The 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 30 (thirty)working days from the date Contractor is ordered to proceed, which y order shall be issued by the Director of Public Works within ten (10)days after the date of this contract. All labor utilized in the construction of the aforementioned 2. Prevailin Wanes.agey, I —• improvements shall be paid 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 i Employment Standards of the Department of Labor. Contractor acknowledges that f 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 f j current Annual Wage Order loo. 5, Section 026, Cale County in which the rate of j wages 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 j 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 co of the record shall be delivered t h copy o the Director of Public Works 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. C:W PD0051PROJECTlhough street sidewalk.wpd October T, 19.0.3 r. 4i fain: rswerr..�wm�r�rrwwvppwrww�wmrsr�o�,yrF��'r'��P'R'�,R�� .i6 �f1�17R`DaTY1Rl.�SSliO i i i I i S J 3. IinSymno., Contractor shall procure and maintain at its own expense during he -=r life of this contract: g i i r i (a) Workmen's Compensation Insurance for all of its employees .to be 1 engaged in work under this contract. (b) Contractor's Public Liability vnsurance in an amount not less than $1,000,000 for all claims arising out of a single occurrence and $100,000 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$1,000,000 for all clairres arising out of a single accident or occurrence and $100,000 for any one person in a single accident or occurrence. (c) Automobile Liabilitv Insurance in an amount not less than $1,000,000 for --� all claims arising out of a single accident or occurrence and $100,000 for any one person in a single accident or occurrence. ! (d) Owner's Protective LiabilRy llnsurance- The Contractor shall also obtain at its own expense and deliver to the City an' Owner's Protective Liability Insurance Policy naming the City of Jefferson as the insured, in an amount not less than i $1,000,000 for all claims arising out of a single accident or occurrence and $100,000 ° for any!one person in a single accident or occurrence, except for those claims governed j by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which exclude i p y p s 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) SLoge of Insurance and Special Hazard. The insurance required under Sub-paragraphs(b)and(c) hereof shall provide adequate protection for the Contractor J ' and its subcontractor, respectively, against damage claims which may arise from operations under this contract,whether such operations be by the insured or by anyone direct!y or indirect!y employed by it, and also against any special hazards which ma y i be encountered in the performance of this contract. J CAWPDOMPROJEC nhou9h street sidewaik.wpd October 7,1998 f } I 4t ..�....-•,_. ._ .—�.,..---_.,..-._.._,..— -..�.,....�,.�.�........r�..�.pr...,�wa.a.�w.+..nvv.. ..'a�..a..:w:n...��wMVu+a�rac+.va�n'rw�r�awnw�rieawwA'awppID,lrn�gAf�py NOTE:, Paragraph (f)is construed to require the procurement of Contractor's protective insurance (car contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless the generai public liability and property darnage 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. _ 4. Corntractor"s relit rtn ibiTibLfor.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 4 regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing c ontained in this contract shall create any contractual relations between any subcontractor and the City or between any wr Subcontractors. " 5. Li uidated Damas.s, The Director of Public Works may deduct$500 from any ar notunt otherwise duty under this contract for every calendar day the Contractor fails ' s 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 i. Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated darnages because of delays in the completion of the work due to � unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 1 5. 'Termination.. The City reserves the right to terminate this contract by giving at least five (5) days prior written notice to the Contractor, without prejudice to any other rights or remedies of the City should the Contractor be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a j receiver should be appointed for Contractor or for any of its property, or if Contractor I 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 j —' persistently disregard instructions of the City or Fail to observe or perform any provisions of the contract. i 7. C! 's Ri tit 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, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any casts over the amount of this contract thereby occasioned by the City. v � I J CAWPDOCS%PRO,7ECTlhough street sidewa!Y,.wpd October 7, 1998 i i , t , f i { In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site and are ! necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation cif, the rights of the City under any other provisions of the contract, city ordinances, and state and federal laws. 8. Indemni __ The Contractor agrees to defend, indemnify, and save the City harmless from and against all claims, suits and actions of every description, brought against the City and fror n ail damage and costs by reason or on account of any injuries _ or damages received or sustained by any person or persons, or their property, by Contractor, its servants, agents or subcontractors in the construction of said work, or by any negligence, or carelessness in the performance of the same, or on account of any actor omission of Contractor, its servants, agents, or subcontractors, or arising out i of the award of this contract to Contractor. --i 9. Payment for Labor and Materials. The Contractor agrees and binds itself to 1 pay for all labor done, and for ail 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. SupRlies. 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 1 9)86 as amended. Contractor shall keep and maintain � records and invoices of ail! such purchases which shall be submitted to the City. r -- 11. I!Ay iient, 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 i DOCUrnents 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 September 22, 1998 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 Forty-three thousand seven hundred twentj tour and no/100 ($43,724.00) Dollars. '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 t } C:HNPDOCS1PROJECTIhough street sidewaik.wpd October 7, 1998 r 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. f 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, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar 1 ? 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 [director of Public Works, City of Jefferson, 320 East McCarty, Jefferson City, Missouri 65101, and Contractor at P.O. Box 104567, Jefferson City, M065110. '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 —i interpreted according to the laws and statutes of the State of Missouri. 16. IN TUTIMONYW.IAEREOF,the parties have hereunto set their hands and seals this day of 19 9 P_• CITY OF JLEFFERSON, MISSOURI Mayor ..APPR VEl� 4FR M: ATTEST: � i ns or My Clerk i 1 t CONT O j Title: Ton Adrian, President ATTEST: Title: Tim Kiesling, Vic President CAMDOCSTROJECTIhough strsat sidewalk.wpd October 7,1996 } u...maw.. n�...�_.�n.w_�......�.—.,......_...'. ......_..... .t�. _._..__. __..�._._._..... �._.._...._._..._......,.�«e___..- ... .. ....'_. v ..._ Bond #5941148 PERFORMANCE PAYMENT AND GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned J. C. Industries, Inc. , P.O. Box 104567, Jefferson City, MO 65110 hereinafter, referred to as"Contractor"and sa,.feco Insurance Company of America P.O. Box 461 , St. Louis, Mf,) 63166-0461 -a Corporation organized under the laws of the State of Washington and authorized to transact business in the State of Missouri as Surety, are held and firmly bound unto the City of Jefferson., Missouri hereinafter referred to as"Owner" in the penal sum of Forty-three t usand seven hundred twenty-four DOLLARS 43,724.00 lawful money of the United States of America for the payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; WHEREAS, the above bounded Contractor has on the day of ' 19 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. C:\WF100CMP.R0,)EC"Rhough street 2idewalk.wpd September 1, 1998 ti MIME �na.+r.�,srra�. rvar+�atmeIw.PR7w L5l9IDNi�RV�W PROVIDED FURTHER, that i.` the said Contractor fails to duly pay for any labor, materials, ;ustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries ' and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or, materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to be done, the Suretywill pay the same in any amount not exceeding the arnount 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 specifica tions: PROVIDED FURTHER, that if the said Contractor fails to pay the prevailing hourly rate -, of wades, as shown in the attached schedule, to any workman engaged in the k construction of the improvernents as designated, defined and described in the said contract, specifications and conditions thereof, the Surety will pay the deficiency and 7 any penalty provided for by law which the contractor incurs by reason of(his/its) act or omission, in any amount not exceeding the amount of this obligation together with -°' interest as provided by law: '7) IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the --' said Surety has caused these presents to be executed in its name, and its corporate seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at Jefferson City, Missouri on this the day of_ - �� 9�_ Safeco Insurance Company of A,rnerica J, C, I ie Inc. SURETY COMPANY ,�� RACTOR BY _ w_ (SEAL .-_ L) -ony Mr i an, Pres i deny es L) BY___ (SEAL) Rtt rney-in-fact (State Representative) Kris L. Bennett � (Accompany this band with Attorney-in-fact's authority from the Surety Company -� certified to include the date of the bond.) i f`•✓•' CAWPL70CSTROJECTlhough street sidawalk.wpd September 1, 1998 1 1. �_.... err-���.�.-.-.... ..-... n-�-.. n-......_._ _._.. ...... ..... ... ... �._"..�...-........_...�.._�_....._..��._...�....._.�...�.�.....�_�.��.....-�.".�..��. .�.... .. 4 { n � i .'l 7 SAFECO NSURA14CE CC?fS9F`ANY Of AMV4CA (IL*AMAL WSvir, tJCE COMPANY OF AL49VCA FMT NATIONAL WSUM WCQ COMPANY OF AMVHCA .,■rte HOUR Off SAFNCQ M.AZA ^ FEW SEATTLE.WASHhWiTTON 98105 j II >; g ACKNOWLEDGMEW S SURETY j STATE QF Ml c►rati sa. County of Cale i On this ._..., day of _ hefa're me personally Kit l Bennett , known to, we to be the Attorney Fact of i SA, F-ECQ IN t 13AN " fib ANY F AA.7 FtlCA, GENERAL INSURANCE'COMPANY OF AMERICA, FERST NATIONAL INSURANCE= COMPANY OF AMERICA or SAFECO NATIONAL INSUi�ANCE COMPANY the Cml3 oa that Cx t&e crithin iu�,at um=4 and alc&nowledgul to ms that such corporation executed the same. :.• _J IN VjnNF_jS VjHh-"MO , b han here unto set any h=d and mixed my official seat,at my office in the aforesaid County, the day and 1 year in Wi3=ti:lcate first above writTBn. I _ s 1 I - N za y PZlic i the State of ML-mouri (Seal) County of Osage J JANET M.WARREN NOTARY PUBLIC, STATE OF MISSOURI (` COUNTY OF OSAGE t My Commission Expires C1oi. 15+4S f1{ : .. [ S-0230/SAEF 6198 Fiepf�pr�d trad�meAt of SAFECO , it�sl�drr�. •,��ui�¢itl�freiinssisnnt�rwuiv��.wmn.�- >s..�...��... a �--- - �-— .t: .. .` i POWER SAFECO INSURANCE COMPANY OF AMERICA �� �Tif�R(V�Y HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 86165 1 K. ALL BY THESE PRESENTS: I at SAFECO INSURANCE COMPANY OF AMERICA, a Washington corpor4ian, does hereby appoint MMMMMMM} "muCHARLES E . TRABUE; JAMES J. LANLWEHR; CARL F . REYNOLDS; KRIS L . BENNETT ; Jefferson J Ity, lull SS OUr INtiNIfkMMiiNWMNM.MYMWMYitpMA'►3 JfMM!/MMk MMMM�MnMSIMM'MNMMMMMitMMMIlNMIF'k MNM1t IfMkNpkMMkMNNMMi(NMM i A its true and lawful attorney(s)--in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings d other documents of a similar character issued by the coynpany in the course of its business, and to bind SAFECO INSURANCE OMPANY OF AMERICA thereby as fully as if such instruments hid been duly executed by its regularly elected officers at its home fice. i Oil WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents f A i r this _ 7 day of June r. 19 97 ,t�,��.,f 1 {,J �'xD'` y.,r�.:�vn.�f:1 t.,'.�? :`,i � t'"" v�%?•''r'!t''l+fF,ti CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V. Section 13. - FIDELITY AND SURETY BONDS . . . the President, any Vice President, the Secretary, and any Assistant Vice esident appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as i urneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and 4er documents of similar character issued by the company in the course of its business . . . On any instrument malting or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, 'however, t the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. jn any certificate executed by the Secretary or an assistant secretary of the Company setting out. ; (i) The provisions of Article V, Section 13 of the By-Laws. and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and �y (iii) Certifying that sold power--of-attorney appointment is in full force and effect, signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." oral i 1, R. A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA., do hereby certify that the foregoing extracts of the -Laws and.of a Resolution of the Board of Directors of this corporation, rand of a Power of Attorney issued pursuant thereto, are e and correct, and that both the"By-Laws, the Resolution and the Power of Attorney are still in full force and effect IN WITNESS WHEREOF, I hwe hereunto set my hand and affixed the facsimile seal of said corporation this. day of ' 1�3001EP 11831 ® Registered trademark of SAFECO Corporation. I� a ` fit, ',� ,. + j. • SM PORTANT SLA Y' BOND �INFORMATION I MISSOURI is a Agent If you have specific a �ofealcww. I w Yaw, SAEVECD agant -� queslk a s *WA yaw 'atm Sor4 YOU MAY CIWC i 'MEM TO YO UR A GENT. 3 j . 'f IAI$3%-,V I SPEWIC CLEWICINS If have•I e a to �t O infar tlsan fry year ag�t yAu may coact O at'f `follaWmg &ddren �;tslipham t 1 i SF{;O as Comparry of America ; r: 'may of Ann iCa Flit Na*XW k=rff= Camay of Amm isa Six" ©fffim � `x PC, Box 46 St. LcuL% IO $3166 f 'C (31�4,1965�4a0 '4J tt s , ; ti t t� t t`F 4' t ti µ f t r t• ,. " t> ®Reolytvod trsdemak of SAFECQ Carporation y�4f" .a t + t t ai st c.' t.. .. �',v rafar nt +•�'r�t ap• t �k r !r 3 a r t F 7 t f j ttt F }4 2 y �I { l GENERA PROVISIONS (( + I FQQR A i { The following Articles GP-1 through GP49 are"general Provisions of the Contract", modified j as set forth in the Special Provisions. f _. GP-1 GQE1TRfiCT DOCUMENTS i 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, ` apecifrcations, 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 i ± specifications and drawings,are each and all component parts to the agreement governing the - i 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 I 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 E applied have a well known technical or trade meaning shall be held to refer to such recognized i -7 standards. V i 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 J 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 i executed contract documents shall be filed as follows: One (1)with the City Clerk of the City of Jefferson One (1)with the Jefferson City Director of Public Works One (1)with the Contractor GP-•2 DEFINITIONS Wherever any work or expression defined in this article, or pronoun used in its stead, occurs �y in these contract documents, it shall have and is mutually understood to have the meaning herein given: i f CAWPOOCSTROJECT1hough street s1dewa1k.wpd September t, 1998 r, 11 I � • A7c4�'i�as�aRfa�cf�aMa•.,.ri.s�� o�y.a r �...mzrr�: ' — _ 3 i I v� 1. "Contract"or "Contract Documents"shall include all of the documents enumerated in the previous article. I t 2, "Owner", "City", or words "Party of the f=irst Part", shall mean the party entering into � contract to secure pedormance of the work covered by this Contract and his or its duly authorized officers or agents. i _ 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 j authorized agents or legal representatives. a 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 Public Works, (i.e., the Engineering Supervisor). 6. "Co,,struction 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. I -' 7. "Date of Award of Contract" or words equivalent thereto, shall mean the date upon which the successful rudder's proposal is accepted by the City. 8. "tray"or"days", unless herein otherwise expressly defined, shall mean a calendarday or days of twenty-four hours each. -� g. "The work"shall mean the work to be done and the equipment,supplies and materials j to be furnished under this contract, unless some other meaning is indicated by the c . context. 14. "Plans" or "drawings" shall mean and include all drawings which may have been I` 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. i 11. Whenever in these contract documents the words "as directed", "as required", "as _6 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 t - ) in the judgment of the City and Engineer. CAWPDOCSTROJEC Rhough streot sidewalk.wpd September 1,1998 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 1 expression means the mutual understanding and agreement of the Contractor and the City. i 14. ".Missouri Highway Specifications" shall mean the latest edition of the "Missouri { f Standard Specifications for Highway Construction"prepared by the Missouri Highway and Transportation Commission. I 15. "Consultant" shall mean the fines, company, individual, or its/his/her duly authorized - representative(s)underseparate 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 °P and quantity of the materials to be encountered, the character of the equipment and facilities needed proeliminary to and during the prosecution of the work,the general local conditions,and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer,agent or employee of the City,either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. 1 The relation of the Contractor to the City shall be that of an independent contractor. GP-4 THE ENGINEER I - -rhe 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 1 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 .i the City will assume no responsibility therefore. _i C AWPDOMPROJSCnhough street sidewalk.wpd September 1,1998 a. �iNrRai.R7�lQa��1V mil' , 9 T#1iRt 16E�rterQ�w.�ssa�m.�.e��---..--._s I E GP-5 BOND Coincident with the execution of the Contract,the Contractor shall furnish a 9 ood and sufficient surety bond in the full amount of the contract sum. This surety bond, executed by the i Contractor to the City, shall be a guarantee: (a) for the faithful performance and completion of the work in strict accordance with the terms and intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might in any manner become a claim against the City; © 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 w' 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. "f 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 r be delivered to the City prior to the time that any operations under this contract are started. 1 All of said Contractor's certificates of insurance shall be written in an insurance company j authorized to do business in the State of Missouri. CAY&DOMPROJECTlhough streot sidewalk.wpd September 1, 1998 l r i a I i f � iI ; r { GP-6.2 BODILY INJURY LIAIi3ILlTY&PROPERTY[1AMAGE LIABILITY INSURANCE ' 1 f (1) Bodily Injury Liability insurance coverage providing limits for bodily injuries,including death, of not less than $1,000,000 per person and $100,000 per occurrence. (2) Property Damage Liability insurance coverage for limits of not less than$1,000,000 per one occurrence nor less than $1,000,000 aggregate to limit for the policy year. ' i GP-6.3 CONTRACTOR'S PROTECTIVE BODILY INJURY LIABILITY&PROTECTIVE_ PROPERW DAMAGE L ABIL.! Y INSURANCE: (COVERING OPERATIONS OF SUBCONTRACTORS) 4 —, (1) Contractors contingent policy providing limits of at least $100,000 per person and $1,000,000 per occurrence for bodily injury or death. I ' (2) Property Damage Liability providing limits of at least $1,000,000 per occurrence and $'1,000,000 aggregate. GP-5.4 CONTRACTUAL LIABILITY •M �1 Property Damage coverage with $1,000,000 aggregate limit. } i GP-6.5 OWNER'S PROTECTIVE LIABILITYAND 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 . I f f and all claims that alight arise as a result of the operations of the Contractor or his subcontractors in fulfilling this contract. y! 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 fled with the Engineer. GP.-6.6 EXCLUSIONS �r The above requirements GP-1.2, 1.3, 1.5 for property damage liability shall contain no exclusion relative to: M� '(1) Blasting or explosion. (Consult Technical Specifications Part I for possible deletion of this J requirement on subject project.) (2) Injury or destruction of property below the surface of the ground, such as wires, conduits, pipes, mans, sewers, etc., caused by the Contractor's operations. 1 CAWPOOCSTROJECTIhouph street sidewalkawpd September p mbar 1, 1998 f Q t . — ��CS.�lil� SRI�pEiuloMfAfwrYVrw�a.e QNl•; I (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 r 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 Insurances with Bodily Injury or Death Limits of not less than $100,000 per person and E _ $1,000,000 per occurrence, and property damage limits of not less than $100,000 with hired car and non-owned vehicle coverage or separate policy carrying similar limits. The above is to rover the use of automobiles and trucks on and off the site of the project. _.1 GP-6.8 EMPLOYER'S LIABILITY AND WORKMEN'S COMPENSATION I Employer's and Workmen's Compensation Insurance as will protect him against any and all claims resulting from injuries to and death ofworkmen engaged in work underthis contract,and ' in addition the Contractor shall carry occupational disease coverage with statutory limits, and -� Employees Liability with a limit of$100,000 per person. The "All State"endorsement shall be -- included. -- In case any class of employees is riot protected under the Workmen's Compensation Statute, the Contractor shall provide and cause such contractor to provide adequate employer's liability "i 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 "Ali Risks" type, with coverage designed for the j 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. _i J 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. CAWPDOMPROJEC'flhough street sidewark-wpd September 1, 1998 ..i I t 1 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 NTRACTOT'S RESPONSIBILITY FOR OTHER LOSSES For the considerations in this agreement heretofore stated, in addition to Contractor's other s obligations, the Contractor assumes full responsibility for all loss or damage from any cause whatsoever to any tools owned by the mechanics, any tool machinery, equipment, or motor, vehicles owned or rented by the Contractor's, his agents,sub-contractors, material men or his or their employees; to sheds or other temporary structures,scaffolding and staging, protective -' fences,budges 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 (excerpt as herainbefore 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 "1 work. 3. W! ITY ON DAMAGES & CLAIMS CQNTRA � Ot'S R_SPONSIBIL INDEMNiFYING CITY a 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 , I agent of either of then°,for or on account of the failure, omission, or neglect of the Contractor to do and perform any of the covenants,acts, matters, or things by this contract undertaken to be done or performed, or for the injury, death or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors,workmen, material men, or suppliers of machinery and parts thereof, equipment, power tools and supplies incurred in the fulfillment of this contract. 4 GP-6.12 NOTIFICATION IN EVENT OF LIABILITY OR DAMAGE i Upon the occurrence of any event, the liability for which is herein assumed, the Contractor agrees to forthwith notify the City, in writing such happening, which notice shall forthwith give the details as to the happening, the cause as far as can be ascertained, the estimate of loss or damage done, the names of witnesses, if any, and stating the amount of any claim. i i t September 1, 1999 CMVPDOCSTROJEC Rhough street sidewa�lk.wpd I' .a I,. -- 111NSri1�4wl�islllltr'i8�111� ry .�.�.�.._...,�a..�._.�.•....- n...smn�'n'�..ac+�rnue,�[reR�rv�rl��psee�1�11�r. ��111�e i i { t GP-7 ASSIGNMENT OF CONTRACT j 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 can 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 St BC^N'TRACTS.PRINCIPAL MATERIALS & EQUIPMENT � Prior to the award of the contract, the Contractor shall submit for approval of the City a list of I .., 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 per,on 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. Y No thing contained in the Contract Documents shall create any contractual relation between any subcontractor and the City. ' No officer,, agent rr 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, Jmaterial supplier or other person in any manner whatsoever. GP-9 OTHER CONTRACTS _1 The City reserves the right to let other contracts in connection with this work. The Contractor j shall afford other contractors reasonable opportunity for the introduction and storage of their --J materials and the execration of their work, and shall properly connect and coordinate his work with theirs. ' If any part of the Contractor's work depends far proper execution or results on the work of any other contractor, the Contractor shall inspect and promptly report to the Engineer any defect in such work that renders it unsuitable for such proper execution and results. J His failure so to inspect and report all constitute an acceptance of the other contractor's work as flit 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. { k CAWPQQCSTRCJECnhough stradt sidawalk,wpd September 1, 1898 ...��,.._M��...... ..—.�..._w.....s..w.cw..�...�r_+�ar.�l•fif *o�+r: Wherever work being don e by the CiO 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. _ G13110 LEGAL I`?KSTf3ICTIC,NS. P'ERI4"ITS AND REGULATIONS c The Contractor shall procure at his own expense all necessary licenses and permits of a I temporary nature and shall give due and adequate notice to those in control of all properties i 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 Contractorshall give all notices and comply with all laws,ordinances, # —? rules and regulations bearing on the cxnduct of the work as drawn or specified. M, GP-11 ROYALTIES AND 6?rZ'i ENY.�i It is agreed that all royalties for paterits or patent claims,infringement whethersuch 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 forsuch and shall be liable for any damages or claims for patent infringements,and i ' 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 intiringement or alleged' infringement Bement of any patentor i patents involved in the work,and in case of an award of damages,the said Contractorshall pay such award; final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. � 1 i i I GP-12 S PE AND INTENT©F: SPECIFICATIONS AND FLANS Gtr-12.1 GENERAL These Specifications and Project Flans are intended to supplement, but not necessarily duplicate each rather,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 l 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. CAWPDQCSTROJECMough street sidewalk.wpd September 1, 1998 li �r i a GP-12.2 E_,IPURED DIM€NSSIION11 TO OVERN Dimensions and Elevations shown on the plans shall be accurately followed even though they i ' differ from scaled measurements. No work shown on the plans, the dimensions of which are i not indicated shall be executed until the required dimensions have been obtained from the Engineer. I � I GP-12.3 CO�iT__ACTOR TQ3 Ct�EGGC PLANS AND SCHEDULES i The Contractor shall check all dimensions, elevations and quantities shown on the plans, and schedules given to him by the Engineer, and shall notify the Engineer of any discrepancy � between the plans and the conditions on the ground,or any error or omission in plans,or in the t layout as given by stakes, points, or instructions, which he may discover in the course of the .'F 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 cant' out such instructions as if originally specified. _ The apparent silence cif 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. i J f GP 42.4 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. I GP-13 CONSTRUCTION REPRESENTATIVE AT PROJECT i The City may appoint or employ such "Construction Representative" as the City may deem y 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. f 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. p f , [[ The sold duty Of the Project Representative during the construction is to the City to endeavor, J to protect against defects and deficiencies in the work. C;\WPGOCS1P,ROJECT\huugh street sldewalk.wpd September 1,1998 f i .tf ..... ....._....--....._-.........._.."._..�«..........-........_.....-. ,. ^7"^fwl....-fire+ R 4, V. f y 1 1 i i I -... z i The Contractor shall regard and obey the directions and instructions of the Construction , Representative so appointed,when the same are consistentwith the obligations of this contract j and the specifications thertr'or, provided, however, that should the Contractor object to any ordergiven by the Construction Representative,the Contractor may make written appeal to the - Engineer for his decision. The Construction Representative and otherproperiy authorized representatives of the Cityshall be free at all times to perform their duties, an intimidation or attempted intimidation of any one of therm by the Contractor or by any of his employees shall be sufficient reason, if the City so decides, to annul the contract. 1 Such construction representation shall not ralieve the Contractorfrom any obligation to perform said wort;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 Contractorat his own expense,and free of all expense to the City,wheneve;rso ordered by the Engineer, withbut 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 jacceptance 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 i for any deviation except on such written order. All condemned work,shall be promptly taken out and replaced by satisfactory work, and all condemned materials shall be promptly removed from the vicinity of the work. Should the ! Contractor fail or refuse to comply with instructions in this respect the City may, upon certification by the Engineer, withhold payment or proceed to terminate contracts as herein , provided. i 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 i -- 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 i -' material which he proposes to use. ? --J GP-14 LINES AND GRADES The Department of Public Works will set construction stakes establishing lines, scopes, and continuous ,profile grade in road work, and center-line and bench marks for culvert work, and y appurtenances as may be deemed necessary, and will furnish the Contractor, with all r CAYMOCSTROJECllhough street sldewalk.wpd September 1, 1988 I �i Vin.`: sue.,...,. ._—__.__...___.._._...."._......_. .. _. . _:�._ ' nec:e5sasy Information relating to lines, slopes, and grades, to lay out the work correctly. The i f } Contractor shall maintain these line,, grades, and bench marks and u j wont he is to perform under this contract, use them to lay out the -, the Contractor shall notify the Department of Public Works not less than 48 hours before C stakes are required. No claims shall be made because of delays if the contractors fail to give such notice. The Contractor shall carefully preserve stakes and bunch marks. If such stakes and bench l mark became 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, _ beech marks,or other basic rFference points checked by the Construction Representati = be ordered removed and replaced at the Contractor's expense. ve may i --i Cat✓••95 C;( TR6%CTOR'S RESPONSIt31lWITY FOR MATERIALS ti The C,�ontractor shall be responsible for the condition of all materials furnished by him, and he shall replace at his owil cost and expense any and all such material found to be defective In design ormanufacture,orwhich has been damaged afterdeiive This includes of all materials and labor required for replacement of any installed materials which Isifo d i 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 o th + materials furnished for use in this project do conf r g e City that al! standard tests p o m to these specifications. Whenever ! -� sts are conducted, he shall forward a copy of the test results to the City. i GP-18 AXLE II All water required for and in connection with the work to be performed shall be provided by the Contr�accor at his sole cost and expense. - i CaP-17 i?_QWER ` All power for lighting, operation of the Contractor's lant orequipment the Contractor, shall be provided by the Contractor his sle ost and expense they use by GP-18 iv�'INTEI!�gENCE FEND WORKMANSHIP i. �y The Contractor shall keep on his work, during its progress, a competent superintendent p nt and ! any necessary assistants. The superintendent shall represent the Contractor in his absence ! and all directions*given to him shall be as binding as if given to the Contractor. 'The Contractor shall provide proper tools and equipment and the services of all workmen, mechanics, tradesmen, and other employees necessary in the construction and execution of � the work contemplated and outlined herein. The employees of the Contractor shall be ,f CAWPDOMPROJECTlhough streetzldewatk.wpd _ i September 1, 1998 i.i �s r , I t�,• T r ' competent and willing to perform sa.tisfactodly the work required of them. Any employee who is disorderly, intemperate or incompetent or who neglects or refuses to perform his work in a ' Satisfactorily manner, shall be promptly discharged. It is called particularly to the Contractor's attention that only first class workmanship will be acceptable. Cp49 MA NTEIN ANCE 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 public Works. All detour signing shall conform to the "Manual on Uniform Traffic Control Devices". Throughout the project,wherever homes are served directly from a street or portion of a street which is to be reconstructed under this project,the Contractor shall make every effort to provide access to each home every night. This work shall be subsidiary to the construction and no direct payment will be made for it. OP-20 � RI�iCA�F Al"iD 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 y 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 V1 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. i1 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 .� subsIdIM to the construction and no direct payment will be made for it. ' GP-21 g)g!gIMO 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 petty the accuracy of such information. The Contractor shall the City. The t.,,rty does not guarantee cy CAWPD7cSOROJSC?lhough sleet eidewalk,.wpd September 1,1998 f." k �K make every effoirt 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 j - 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 yawners,and any damages caused to the utilities by the Contractor's negligence shall r be repaired entirely at the Contractor's expense. z Utilities, other than sanitary sewers and water mains, which, in the opinion of the Engineer, crust 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. i i Only sewers which must be moved because of direct conflict with the storm sewer conduit will � be paid for in this manimr. Sewerr.,damaged by excavation but not in direct conflict with the --� storms sewer will be repaired at the Contractor's expense. ' f GP-22 PROTECTION OF WORK AND PROPERTY The Contractor shall be accountable for any damages resulting from his operations. He shall be fully responsible forthe protection of all persons including members of the public,employees i of the City and employees of other contractors or subcontractors and all ublic p 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 fumish and maintain all necessary safety equipment such as barriers, f signs, warning lights and guards as required to provide adequate protection or persons and property. I The Contractorshall give reasonable notice to the owner or owners of public orprivate property i 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 foss 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 • `"""` "<.i construction or perl'onnance of this contract. ` CAWPOOCSIPROJCCMaugh straat sidewafk.wpd September 1,1998 �3�7Qel�il��.aw�r.rc� �FR!'Yf?l•Ei/lsuVL.mw�wwa.�r��:sue..__ - ��,,.....,..r...c 1 f i i GP 23 GUARANTEE MATERIALS AND WORKMANSHIP The Contractor hereby guarantees the work in connection with this contract against faulty irrateridls or poor workmanship during the period of one (1)year after the date of completion t -- of the contract. GP-24 NO WAIVEiR. OF RIGHTS Neither observation of work by the City or any of their officials, employees, or agents, nor any { order by the City for pavrnent 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 an •, y y y y possession taken by the City • or its employees, Shall operate as a waiver of any provision of this contract, or of any power -�; herein reserved to the City, or any right to damages herein provided, nor shall any waiver of any breach in this contract be held to be a waiver of any other or subsequent breach. GP-25 USE OF COMPLETED PORTIONS _.; if desired by the City,portions of the work may be placed in service when completed or partially ` completed and the Contractor shall give proper access to the work for this purpose; but such use and operation shall not constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter. i GIB-26 ADDITIONAL, QMJTTE D. OR CHANGED WORK j The Owner, without invalidating the Contract, may order additional work to be done in _ connection with the Contract or may alter or deduct from the work, the Contract sum to be — adjusted accordingly. All such work shall be executed to the same standards of workmanship and performance as though therein included. The Engineer shall have authority to make minor changes in the work, not involving cost, and not inconsistent with the purposes of the work. i, -i Except for adjustments of estimated quantities for unit price work or materials to conform to actual pay quantities therefor as may be provided for in the Special Conditions,all changes and ! alterations in the terms or scope of the Contract shall be made under the authority of duly executed change orders issued and signed by the Owner and accepted and signed by the l Contractor. All work,increasing the cost shall be done as authorized by the Owner and ordered ' in writing by the Engineer,which order shall state the location,character,amount,and method i of compensation. No additional or changed work shall be made unless in pursuance of such written order by the Engineer, and no claim for an addition to the Contract sum shall be valid unless so ordered. k w CAWPDOCSTROJECnhough street sidewalk.w d l P September 1, 1998 Ili•. 1. e R 'M�XlI�7iY�Il�lAfgMi7lliliea ceL e.�sirmraa...n�..�:�_s.—_.— _. .. i. i if the modification or alteration increases the amount of work to be done, and the added work I i - or any part thereof is of a type and character which can be properly and fairly classified under one or more unit price items of the Proposal,then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices therefor. Otherwise, such work shall be paid for as"Extra Work" as hereinafter provided in this Article GP-21;. If the modification or alteration decreases the amount of work to be done,such decrease shall not constitute the basis for a claim for damages or anticipated profits on work affected by such decrease. Where the value: of omitted work is not covered by applicable unit prices, the —; Engineer shall determine on an equitable basis the amount of: 1. Credit due the Owner for Contract work not done as a result of an authorized change. � 2. Allowance to the Contractor for any actual loss incurred in connection with the purchase,delivery and subsequent disposal of materials or equipment required for use on the work planned and which could not be used in any part of the work as actually built. 3. Any other adjustment of the Contract amount where the method to be used in making such adjustments is not clearly defined in the contract documents. i Statements for extra work shall be rendered by the Contractor not later than fifteen (15)days after the completion of Qach assignment of extra work and if found correct will be approved by the Engineer and submitted for payment with the next regular monthly estimate. i 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 t entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. { ,a r } Extra Work: (a) The term "Extra Work" shall be understood to mean and include all wank that may be ±. required to accomplish any change or arlteration in or addition to the work shown by the Plans or reason ably implied by the Specifications and not covered by the Contract proposal items and which is not otherwise provided under this Article GP-21. 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 `i 2. Method H,: By agreed lump sum C:IWPUnCSTROJEC rlhough street sidewalk.wpd September,1, 1938 WN its 1 j r�� t 1 . 3. Method C: If neither Method A or B can be agreed upon before the work is started by , force account. (Per Section 109,Measurement and Payment,Missouri State Highway and Transportation Commission. Missouri Standard Specification for (Highway 1 � Construction 1996. i i f CP_27 SUSPEPdglON OF AQ RK i The Owner may at any time suspend the work, or any part thereof by giving ten (10) days I notice to the Contractor in writing. The work shall be resumed by the Contractor within ten (10) i - , days after the date fixed in the written notice from the Owner to the Contractor to do so. JI But if the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if give notice in wilting to the Contractor to resume within a reasonable the Owner does not g 9 period of time.,then the Contractor may abandon that portion of the work so suspended and he J will be entitled to the estimates and payments for all work done on the portions abandoned, if a s any. i GP-28 ©VVNER'S RIOMT Ta O WORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision i 1 r of this contract, the Owner, after ten (10)days written notice to the Contractor, may, without prejudice to any other remedy he may have,make g ood such deficiencies and may deduct the � } cost thereof from the payment then or thereafter due the Contractor. 3 —� GP-29 OWNER'S i�tCt-I T TO TERMINATE CONTRACT i _., If the Contractor should be adjudged a bankrupt, or if he should make a genera! assignment ! t 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 property 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 .. i guilty of a Substantial violation of any provision of the Contract, then the Owner may, without ..1 prejudice to any other right or remedy and after giving the Contractor seven (7)days written notice,terminate the ernployment of the Contractor and take possession of the premises and of all materials,tools,and appliances the and finish the work by whatever method he may deem expedient. In such case, no further payment will be made the Contractor until the work is finished. If the �. unpaid balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services, such expenses shall be i paid to the Contractor. If such expense shall exceed such unpaid balance,the Contractorshall .' pay the difference to the Owner. CAWPDOCS1 ROJECMough street sidewalk.wpd September 1, 1988 l , , i - 1 ! j i C I .yam l GP-30 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRA91 # If the work should be stopped under an order of any court,or other public authority,for a period of threa months, through no act or fault of the Contractor or of anyone employed by him, then the Contractor may, upon seven (7)days written notice to the Owner and the Engineer, stop work or tenrninate 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 i I All loss or damage arising out of the mature of the work to be done, of from the action of the j elements, or from floods or overflows, gar 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. f 1 � ! z � i s 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 i holidays, without the written approval of the City. However, work necessary in case of emergencies or for the protection of equipment or finished work maybe done without the City's j approval Bight 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 Contractorfails to maintain adequate equipment and supervision forthe proper prosecution and i control of the work at night. I - 1 � 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 adverseiy,the f ` quality or efficiency thereof, unless special means or precautions are taken by the Contractor tc) perform the work in a proper and satisfactory manner, i .1 -' GP-34 OMITTED GP-35, MATERIALS AND EQ UIPMENT �tr l Unless specifically provided otherwise in each case,all materials and equipment furnished for I permanent installation in the work shall be new, unused, and undamaged when installed or I ,i : ' ! C:IWPDOCSIPROJE_CaUhough street sidewalk.wpd September 1, 1938 i f , cT t. r saw r _ aRaahr' + ` ti other-vise Incorporation in the work. No such material or equipment shall be used by the Contractorfor any purpose otherthkrn that intended or specified,unless such use is specifically authorized by the Engineer In each case. + r c GP-36 DEETIM,SE QE (WITS 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 i ' hings by this contract undertaken to any of the covenants, acts, matters, or t 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 connecfiion with any claim or claims _ 'cased 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 Contractorshali 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 gHANV!` OfiDEIR. ` 1 Any changes or additions to the scope of work shall be through a written order from the -J 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. ,I GP-38 CONTRACT TIME The time for the completion of the work is specified and it is an essential part of the contract. The Contractor will not be entitled to any extension of contract time because of unsuitable Weather condition unless:suspension of the work for such conditions was authorized in writing by the; Engineer. 'c 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, t 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. too working days will be counted from December 15 to March i5, both dates inclusive. ; Saturdays,Jundays,and City holidays will not be counted as working days any time during the . year. CAWPDOOSTROJECMhough street sidewalk.wpd September 1,1998 .......................«...a v..... -........,.. ...... .. ...,. .:i ..... : e ,'.""a^+....�+. if f"igw�J y,,� flYYf�lYe�alW�l1if51Yf! — . l f GP-39 i✓QNYR IIIAE EXTENSION i The Engineer may make allowance for time lost due to causes which he deems justification for extension of contract tlmrr. If the contractor claims an extension of contract time on the grounds that he is unable to work due to causes beyond his control, he shall state his reasons In writing, furnish proof to establish his claim and state the approximate number of days he estimates he will be delayed. Nc,tice 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. k --1 7 { i I GP-40 UgUIDATED DAMAGF-S 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 de'fault the surety fail to ...� complete the wot within the time specified in the contract, or Within such extra time as maybe 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 at-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 ali liquidated damages. Permitting the Contractor to continue and finish the work or any part of it afterthe expiration of the specified time,or after any extension of the time,shall ; _ in no way operate as a waiver on the part of the City or any of its rights under,the contract. GP-41 MEASUREMENT AND PAYMENT (a) BASIS FOR PAYMENT Contractor will be paid for quantities actually constructed or performed as determined by field ? ` J measurement(except as may be hereinafter provided)at the unit price bid for the items listed in the schedule of the Sid 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) DEDUCTION S FOR 13NCORRECTED WORT% I If.the Engineer deems it expedient not to correct work that has been damaged or that was not done in accordance with the Contract,an equitable deduction from the Contract price shall be made therefore. S• may. . C%MDOCSTROJECTlhough nttieet sidewalk.wpd September 1,1998 t i J j l r (c) l--0-P SG�M!'PE 1 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. E (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 _I retainer equal to 10% of the arnount of work completed to date shall be withheld. I i . (e) / CgEPTA CE AND RNAL PAYMENT ` Upon receipt of written notice that the work is ready for final inspection and acceptances the Engineerwill promptly make such inspection,and when he finds the work acceptably:underthe Contract and the Contract fully performed he will promptly issue a final certificate,over his own signature,stating that the work required by this contract has been completed and is acceptable by him under the terms and conditions thereof, and the entire balance found to be due the ! Contractor, including the retained percentage, shall be paid to the Contractor by the City of i Jefferson within thirty '30)days after the date of said final certificate. E (#) &FFI©AVIT_OF COMPLIANCE � Monies due to the Contractor will not be delivered to the Contractor without presentation to the -� Department of Public Works 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 1 for anything done orfurnished for, or relating to the work, or for any act or neglect of the Owner 1 or of any person relating to or affecting the work. GP-43 CERTIFICATIONS - ` GP-431 'All suppliers of materials such as drainage pipe or handrail and all suppliers of `t asphaltic concrete or portland cement concrete mixtures shall certify in writing that the product as supplied conforms fully with these specifications. Such xy" ' certification shall be delivered in triplicate to the Department of Public Works at least 24 hours before the product is to be used on the project. t_ ' C:1WOi�OCS1pROJEC Nxtugh street sidarvalk.wpd September 1,1998 t WE: F t I � { 7 ` + QA-43.2 The City, at its option, may perform or have performed such tests as may be r deemed necessan) to further assure that only specified materials are I Incorporated Into the work. GP-44 LOCAL. PREFERENCE In making purchases or in letting contracts for the performance of any job or service, the purchasing agent shall give preference to all firms, corporations or individuals which maintain offices or places of business within the corporate limits of the City of Jefferson,when the quality - of the commodity or performance promised is equal or better and the price quoted is the same or less. GP-45 PREFERENCE FOR U.U.S. MANUFACTURED GOODS Y --� On purchases in excess of$5,000,the City shall select products manufactured, assernbled or produced in the United States,if quantity,quality,and price are equal. Every contract for public works construction or maintenance in excess of$5,000 shall contain a provision requesting the contractor to use American products in the performance of the contract. GR46 AWARD OF CONTRACT - REJECTION OF BIDS All bidder,are required to submit with bid Minority Business Enterprise Eligibility Forms for all y subcontractors and suppliers who the contractor intends to use on the project. Compliance with ' this requirement and the Minority Business Enterprise Program shall be a consideration for j award of this contract. The contract will be awarded to the lowest and best responsible bidder on the base bid proposal, complying with the conditions of the Advertisement for bids and Specifications, providing the bid is reasonable and it is in the interest of the City of Jefferson, Missouri to z accept sarvie. The bidder to whom an award is made will be notified at the earliest possible date. The City of Jefferson, however, reserves the right to reject any and all bids and to waive sa, all informalities in bids received whenever such rejection or waiver is in their interest. ` GP-47 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORKS' CONTRACTS LAW �- Upon completion of project and prior to final payment, each contractor and subcontractor l ' hereunder shall file with the City of.Jefferson, Missouri, Public Works Department, an.affidavit ;1: r stating that the contractor or subcontractor has fully complied with the provisions and 'requirements of Section 290.290, RSMo (1993 Sup . , an act relating to Public Works " { - p ) 9 R contracts. The City of Jefferson shall not issue a final payment until such affidavit Is filed. _I C:1'O/PD0051PRnJE.C11hou9h street sldeewalk.ovpd September 1, 1398 t- jji iA t iyt ._,.,. .......- .-.,-.Y-....,.......,�-..-.,n.,�..�--....�..,-..�...o�, ..,,....�,,.....o..�. urwerw�iswnal�lF�fYIDRfRe7/AWWWi'41 •.s i F -} GP-4$ IIgISOURI tALt?RRIQIRIrMENT 4'Jhenever 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 Stati,tics in its monthly public-ation of employment and unemployment figures, only Missouri laborers or laborers from non-restrictive states may be hired by the contractor or subcontractors to work on this Public Works'contract. An exception shall exist when Missouri laborers,or laborers from non-restrictive states are not available or are incapable or performing the particular t ype of work involved,if so certified by the contractor or subcontractor hereunder and approved ;1y the Public Works Director of the City of Jefferson, Missouri. Nor does this f provision apply to regularly employed non-resident execrative, 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. . i E_WITH PU3Lt� © " dN GP-49 i_ ABILITY FOR COMFLIAPN i SAND MISSOURI LABORER REQUIREMENT _ contractor or subcontractor hereunder files with the City of Jefferson an affidavit In the t<:�fent a contra i stating that the contractor or subcontractor has fully complied with the provisions and ; k requirements of Section 290.290, RSMo (1993 Supp.), when in fact the contractor or j ' 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. j Any contractor wtlo fails to comply with the requirements of hiring only Missouri laborers or E laborers from non-restrictive states, absent statutory exceptions, whenever there is a period I. . — 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 C incurred by the City of Jefferson, Missouri, because of the contractor or subcontractor's failure I i. to comply. }((( `i END OF GENERAL PROVISIONS ' ' September 1,1999 C:1WPt?oCStPROJECT�houph street sldewalk,wpd f tom, J. sn c 11 Qi 11�J1Ywe7M �7lrRa7a�eAwma ..a 1 SPECIAL PROVISIONS j i;1 Ftl�AI C►: TIae provisions of this section take precedence over any other provisions I In'these specifications. # 5 �1 TCHMlraAL SPECIFICATIONS AND DETAILS The Technical Specifications for this project shall consist of the 1996 version of 'i the Missouri Standard Specifications for Highway Construction except as modified or contradicted by the City's Contract, Technical Specifications, General Provisions, Special Provisions, and Detail Plans. i • t All construction details included with the plans and attached hereto shall be } used in constructing this project. �'.;•�.t S�?at2 PARTIAL ACCEPTANCE t' The City reserves the right to accept any part or all of the bid for the project. t; SP-3 PRE-CONSTRUCTION CONFERENCE n ; T � Prior,to starting work, apre-construction conference will be held to discuss the .. :. project, its scheduling and its coordination with the work.of others. It is '► �" expected that this conference will be attended by representatives of the Owner, The Engineer,the Contractor and his Subcontractors, and the Utilities, as well - 1 as representatives of any other affected agencies which the Owner may wish to invite. t. The work schedule specified in Section 1B-23 of the Information for Bidders will ; w be submitted at the conference. x . SP-4 PREVAILING WAGE LAIN ' kidders are hereby advised that compliance with the Prevailing Wage Law, J Sections 290.210 through x.90.340 inclusive of the Revised Statutes of Missouri, is a requirement of this contract. (Reference Section IB-20). €: s Section 290.205 requires that a clearly legible statement of all prevailing hourly wage rates shall be kept posted in a prominent and easily accessible place at the site by each contractor and subcontractor engaged in public works projects, �ti t and that such notice shall remain posted during the full time. t r/ y ' „t "C:IWPOOCSTROJEC Rhou8h shoat sidawaik.wpd Saptombar 1,1998 ! S}' �3 1 I ¢ J� } .•fr I�,.L>+rr...... _. - •_. _,__.. _.�...�._.--...,_... _ t. :jtt ,f rx t Z �: f (k yr,�r f t�, Y , t kf� � mow., �_..._....__.___..-�._..__.._ -........._ .. . _...._.. _._.._. . _ .. . .. - _.._._. ._..�_-. I "N t {' lqp-5 PROOF OF INSURANCE All certificates of insurance provided for this project shall be issued directly from 1 the company affording coverage. Certification from a local agent is not f acceptable without the necessary paperwork empowering and authorising the f agent to sign the surety's name. s -� In addition,when an aggregate amount is included,a statement of the amount of that aggregate available to date shall also be attached. i SP-6 MAILBOXES , M� If U.S. Postal Service access to any mailboxes will be interrupted during construction,the Contractor shall contact the U.S. Postal Service to determine ` where the mailboxes should be set during construction. Mailboxes shall be reset at appropriate locations by the Contractor once work ' is complete. Any materials damaged by the Contractor shall be replaced with material of I better or equal type and quality at the Contractors expense. SP-7 TRAFFIC CONTROL DURING CONSTRUCTION All work shall be in accordance with the Manual on Uniform Traffic Control Devices. Signs, cones, and barricades shall be placed both to protect workers l � j and equipment and to protect the public by marking open trenches and other ff potential dangers. On projects open to traffic, "ROAD CONSTRUCTION _ AHEAD"signs shall be placed appropriately. On projects closed to traffic Type i III barricades signed "ROAD CLOSED" shall be placed at both ends of t' construction. Two-way vehicular traffic shall be maintained during construction. SP-l3-8 ACCESS TO ADJACENT PROPERTIES s Prior to .the removal of the driveways to any dwellings or buildings, the Contractor shall notify the inhabitants of such structures that the use of the k driveways or access will be temporarily affected. Notice shall be of sufficient length to allow the persons affected to remove vehicles and other items that may be inaccessible during construction activities. Pedestrian access shall be maintained at all times. Suitable access shall be r:. provided across trenches,ditches or other barriers and obstacles for pedestrian ' .' traffic. Appropriate devices shall be used to wam the public of the dangers that 7 may be present. ti CAWPD0CSV*R0iF-C'N-iough street aldewakwpd September 1,1998 ;I MIR t( � E s' ss 1 SP PROTE CTION OF ADJACENT PROPERTIES — i Surface water shall be diverted and otherwise prevented from entering or t damaging adjacent property as a result of precipitation during construction. " lTLUTIES � The Contracto r-hall expose all utility crossings to establish location and depths 1 M; prior to construction. SP-1I ROCK_EI OV& ,} No explosives shall be used on this project. Rock in these areas shall be --y rernoved by mechanical chipping,jack-hammering or other methods approved .� by the Engineer. ; t + S6a„� t,9�d�lERIGRA09MG IN ROCK CUT — — ,. �» Section TS-2.2.6 specifies that rock cut areas are to be undercut and backfilled -` } with a drainable material with top surface choked with fines for proper subgrade + preparation. No direct payment shall be made for backfll materials, The only i payment made shall be for cubic yards of rock excavation. ; SP-12 ROOF DRAINS, `s } All roof and/or foundation drains that discharge into an existing ditch section, «�! storm sewer or curb shall be connected to the proposed storm sewer or curb. See Technical Specifications Section TS-29, Downspout Drains. �P-14 REPAIR Car 17F21VlItilG SURFACE All sections of pavement damaged or removed during construction shall be replaced in accordance with the following requirements: Existing r Pavement Base Surface s PCC Street --- 6" PCC min. or thickness of street Bituminous Street 6" PCC 1' ll AC ' ell J i . �t ` Cold mix shall be used on a temporary basis when asphaltic concrete hot mix t is not available. The cold mix shall be removed and the permanent hot mix shat! ! be Installed when it becomes available. Chat drives; alleys, and parking areas shall be resurfaced with crushed stone in the areas disturbed. ,I CAMDOMPROJECTIhough street sidewerK.wpd September 2, 1998 1k' t, �i l In all areas disturbed by construction activities, replacement and repair of the �..... driving surface shall be subsidiary to construction. SPA 5 5 ADJUSTMENT OF UTILITY SERVICES The necessary adjustment of utility services such as water,gas,telephone,and electric, including meters, valves and other appurtenances shall be subsidiary -, to the work. 92 1.16 PLUGGING AND ABANDONMENT OF EXISTING PIPES � •i S All pipes to be abandoned shall be plugged and sealed with portiand cement .., concrete at the locations as shown on the plans. f All pipes to be abandoned shall be completely filled with clean sand. The sand shall be blown into the pipe by using compressed air or other such means. ,ill plugging and filling of pipes shall be subsidiary to the work. I, SP-17 ITENMS TO BE LEFT IW PLA-CE } Items rnar[ced "LIP"on the plans shall be "'left in place". Any damage to these items, or other items that were not to be disturbed by construction shall,be repaired by the Contractor at his own expense. h' Sp-1t� REMOVE AND REPLACE CURB AND GLITTER ;. I 4 The unit price for"Remove and Replace Curb and Gutter"shall include all labor, equipment, and materials necessary to remove and replace the existing curb and/or curb and gutter and adjacent pavement as necessary to facilitate the -� installation of the new curb and gutter. Payment shall be paid by the linear foot as measured aiong the new curb. The contractor shall use all care to minimize the width of the roadway repair section. The material for this roadway repair -� shall be as per City Standard Specifications for Patching and Backflling of '• Paved Streets. 1 ' END OF SPECIAL PROVISIONS ( 111 C:WPDOCSTROJECnhough streat aidewa k.wpd September 1, 1998 v . it 1' t. kY r ;J .1 ., AS :,�• /, I / %In ,`', J ,r ,' T A ,+ .0' i t, , ' 4 g t 11 n Yrt "t1 t ` 5 1 a r¢t t'` 14 t t + v" i•J{ ' t r 5 - 11.5 i��.'�'C J'l. "�'c,Y�iI 6 l�} t x-y+ ­J­',--­­-­}+_. o `. � n f ;.rt it\, •,-^ r. ii fs,..i r. -i.'. i 1 ,,f rt {1"!1:Q a} is{ 'r:�!•. .r _ 4' i r7 - ' 'n I t Z} ri t! W Yr t 1 ' ri, ­,$,.,x..y .�.�,r a"f t¢ ��u✓v�! x:11{}�.>a.tA4!•7a.t''�/./�S.` ;a'gyy`,t,+i f'!- a 'j ,I, •L °kd•�,4, f 'J' �)1'/. p _Y.J I 1" r�>,tl .p�.,.••11 'M1.•4 :�, t'fuI1L,` _ •4.5. ;q ^tw i �{ 3'.. '�'a!' d, 't'/'!b. six;' ;7 .�Jt: �.'.1Yy '�-_ ,.,;• ;f�� i'i x?'. y,.,,,Yi.f.1:.1i'I;j. ,J(rrl '!��jj� �t t•3 y- 'tYi.i-, r:'7"'.,try. r• {, } .'ir{,} 1 �({*��•.�'.)y Z;41 t �"7. N ,`• ,I :.:. /7'i'...�, i r -� •".�'.` 1. ,;r R..:(r.. rR.:? ( ::tp".P`fix -:ir:kr:'t'Y:"^r�Ll''i,. i�S.'tr•s. `i:1?;F.. '�a!la._{{�.��• -¢..ri.. .'i,` .i ''. . t lv�i s! ,.1'f_ ..t, '.t-I/i:•I ,r}":p.. F\,...,ti.'\.:.�lir.'.`'L,e.t,,..+< r v -,,r,asl.., ;rA,,,'?' •..,.f. ;•S"., 47i .' f � n. t +i'' �f ,hM+.. '.:' j' •��d :- ;,a. :4, ;`. .1 G; x,•3r Ark 5�' :1Z:.¢¢,r y, ' '1 t,r t ��it \� IV, ,I: t. :;:Y.� 'r4'11 „\ :t.' ' -1"'.4 I,'i- 17 r .h. {As ;.`,I{ r `.+:{) >',#,3�rI��.'a;y,t?t+,t {.,. { ,4 ."t. ,C ,. _I �'. yT. Y'•. °S�r (,. ?ti. rr t; 'Yt 'r'y.^,{) S 7ty" t e . a :s+`.:Layr� i. f� 3' t. '?� 1. '.1�i:t,hl ~( �4/ t, dA., ". ,t J JA`\ d I'' i YIi t::r»' ,i. r 3.;h y'sr:1^..,`.'ri. jx'P'4::: '.A v tf is,.Y y ! ' r .ti f' ' ,\ ,, .,r: `, r,.. .1,.r'.. ,,;. � �.,", j, r' �r L. 'I.+.,�: P{ 3 '{1. £ `}1.4. itt r 5' , `,. Y r '!. .� - / {,/ ..,`. .., �f .ri- ,.-i; ,"j• tiC. , - 1 t,; {{ fit` t i r f •r .t i r`i• , i✓ L,. �. )¢ r� r^ T L. t. :�r x: �t .J a, ,�, r (: ri. -; i '. � �t'.. •2 fir';° f.:/. t• ,`'i� , r `y .p:•Y. 5 i .Y b .A.J A , S 1 SA7 4 r T I\ .a t 'r , , Y / ''` 1W t.�/" ° .r,r Y tr .L}(. �r 'i"•Lr`i'Pa:' "C�Y ~;/;. .i:.'. 'r t _ Ley it U _'�t 11 ,w. / 1 e �, r .r ,. v :.i i'4: .'t:, ,} �' ,.'; ,(l°''':t :�I. i iay! :t :', {, Io '/:'y� i1 ,,p ey e �R 4 ' , '.'Y { t ''% I. A.;t,V': " Gtc v'^C.'�e'. i ,!-.4"•.G..N�,:r I. wX`;' .n rV ^ t _k :ft, .� I} t ,t .,I. C +,f' ,; i,+.,'r.v•,. ., \'}',;4,` !c5r 6 f'>>'t� .A;• r 1: + •t _ } 1•• �tl •! Y P ',A.,.,iJi I. .1 I S ra' } lljlj�,+, 4I/•j=!" rJ.::,t, '1` gl,t } t(yl�i,1t= �' jr�.L. .r ''!,' /•Y J 1 r,,+` ,%.-' , ., A. ., t „ti I. „6 tt k.Y J it. '1:'•{ 'it".:'ay.�, ;1�'i v CY,�.r,� t,/ ,.Z, l ,s ,i r t' `J_ r 'I t `+ i., .Y/✓ Jam,�•! is ( ;,^r` p.�, .;./J '"tv. ,, ter '47Sr "a r t . 5 rf�' .fr t :%."'.... ~� / 'l. Y1T P,t __1111:_ �i,\•'1_,` •+.' J:}i�r i r,•7I 1f, iS y1--.a.4 ../,i 1:'• ..N..17.. ;,t,; °1 J 'r m , 4. .1 (f: .r•:r 0ti no's. ',' ,r X aC 'a°,' �_. .♦er-i ..I�•tv t •• `.I•t�r t- . r, :J... y» .y ;. , .r { �.h •j':.5, T n,f':•.i,,i..,' Iry!,n: .'•t,•�'' u , .,.a.,. , ,,;17 :1.4 L. .!ice('"" .f%'.•"F.. y 1� •I,`,' C� A. �n.i '(r .t ':'' . i , r - r:_. ,//, •J,.. `i 'J ^6i :f.-,�"Ai,i P. clt�}. :i:J,1�1 y(,1. •14;.ir'. �ti t t .r, .r / •, : :1' Trti' i.' ,t` i/ �� Y:ar..'r .f, ,, r, �'1�:'.;1:; 1,.�� .t' I + !. 1 {J t yi.t ,t "r'•.1:r-iti;^il. r.,S,.P: •,i;i...0 .id ara A;` .;�;. ,`_f I. 1-r"'°r r• •. ;� I� 'F S.,% j• �, ,N (.£•• :. 'Y. .•r Y' "Il"Y' 't I .1, �.i7' '(" �,.: ',,, .,/'r '), . •ry .It .;it .'� ;�r .:/•:�' :,..;.a{',•.. I,(i:. `r i, / ! r:i �- .i` i` 4- � Z {/• :S,8 u I z +,j•i`. 5'i: ?'i S ' i .j` :i , ...(,Si. .;�.'. 1.. a(,I J. .,r.,,- ,-L .%. ,r(,,, r .!,.,,,., ✓ :. .l,' .5• n , 1 r 'N/ it 14--_. 17. ..Pt (:t I X11 I ; 1 r.L,.l .'r,l2 •'i,t' n •1: :t-.' •`la\.. .y i' J:{i - 'r. \YJ. `a' ,r 4r' _ ,. ~'r. t' A .A L j ;.r I,. \'. th ,f ^•rr':i5A`•'./:' 1 .is 1. 'ii t L .S } w t , .A ,i 1. .r. . t 5 : , t i "}f r� hL :��.!rt M.JI ri'r'.a Ii. J',,.11;f•/i':;4r,,a' :I.b�'I i 1:.•.�,,`t�r,:-fry:,,r nt r A r it,.., .s.-tA i ?' ,,', .,.-I'_1 Ii r .r0 l �J,r :sl{' 'fl•.4'( 7i )-5 '>:.r.,' !ItV 4 M. r{ r 't r': ',1• ff `L '� . '' ^ r '4 i'e:.'','y .'.+"y `•:`'.t I •,�1 f,r r�r 7JY{ •:�:.:4,•Y� ,yt t,-k... .4. ...,is J k 1 ,; .'f •,.7.t )' 'a��•y';'. .t1 1. .tI, ,✓ . is k. ,�VqR ..D Yh+'! 9 _Jrj ,.�.�I.. ;r .,f" ,r, .-i'' I *!,,V1:, r If '•=;ri. rI , n: '.} ',.?: yb L M',�f'� •'.Y.f- '{ r•.' .5`u J"^+t;:H'.i �. >, •{(,1.;.:., �. - ,^�: t>,, {.r - 't \y: ,/.�,..,,.It I '$: • i' .� 1.r ,, j;..Ar• yr.f•r 1 i.. .,(";I' -,; ..r:;'''\r.�\ -&,-&A s 1 1 ! •a. .Y. '�> T x('..r` .,i. e.�•`1 ..�,.;i,. •Tr.. 'V:':<i?'.r �I,. '`,!^ - t" .1 1. ,c• a..j. rr^•¢`ir. -H :2t•:in..,l .E';.I.':,,;: t- J *r', I. r .1 .r Ji�io(:' :C;1. r 1 t`+., tiM` r:. 1 r .Y'• r� .' r 6•Ji ? - ;I, .4 I(" ' t ti t Y _ �r"'.,�•.rr.. .{ F.A' r .1. / J i :t '.r t, ,a f: •t 'rel 4 J R ��1!ri .,r.n :V -p-', ,.tt .I e. .1 x t + ,.t.. ••�,' ,. y;.Y-Y.'..-t"•( 'tj, --�-.-; .{ •ir . :`'1. :w.'�`!` ytii ,.t,.; •'t f.' �.'c' ', .�. •y. 1. I. .:,',r'f I" 1 ��h'�yl+.trt-,.' '.7I r.. 'r` fi:.•t ,, �,{� r.'.' t 4 '+`� 1 .fJ,.. /+i1.,.1. 1t `,. , ArT;{-.-1,1r' ,:�+"Nir a:;, ��..'��'_ .0.C. , a i. .i •,I. 1j ?..1,-- \`t ��b,1 �•-'.r.•�t' `;:r. 4`., y Ali,• ..:''' f y trl � •l n. l' ` .r4 fu .tM ?'e.. .l ..,'..3:.^-�?." t`�..y w sr ,r` tJ I'll is r r`' / `A t S n li'.r t r's, < :, - !k� !1' r . r� ,. '4J 5rJ �1 t s .r 4. - I. �t 4� _ {M.11. ,Si,,,:�..t r ty,r v,i../ryt•f.Y rt.,,','S. 'r .iJ ? /„i'J,A r ! 1 ? t A C On M p� y �. •, ."{.�'. `ir!:l;.,.0.'.i, �,ir ,,C'• °"`w.i�. .'r, :��':� k .n I' ',r.:t • . :9?.. vrr .< '' ',..1 tl. rr H .Y,. y1: ai,` ';,••� .M1l':Y� -f.. •i K.;.F.`. _ "I.... r.4.> r, ./. .i�y ^ ..- •L\,. .,~:. 'r✓r'::.T ^l, !! ,1�-,,. >L A.. `�if wK A.V •,Y;.. •.:t: . ir'„ t�7 l 0,e '�1 r J '.It J;-.° d, ` r<.{r/ ? .i' , I.i. 5".,. Y Y r�I t "� ' •t / .."••'',i ( .Eal:it.'s..,y'.p 1>'.r a;•,.J' .�y°r ! rl' t t� J •i I ,t •'t a 1. 7: tr:r ',�.r, f .r• ..7, `5 '+ i' }, '.s5 `t [. ' T t•.iC. Fir^"' 4 (..'r r''~r(. ti y ,:Y� G (•,,t y.l„• I$' :,.y ' I1 4)11 1. ,' 1 t ,r m '�• t. ;rG/S,$ ':lrri`J .art." Y�'•4r .t� aAM� n, !y,/...i. rl'SYe�.:'r:. ;�,: J, -1 ..1,:1.1., - ,../• `•ar ,:lr +,fir-•'q• I _ _ .i ri: i. " 4 �C, 'r:i: ',,r •\.: �. • .',h. .7i ,J ,j� ,t: .f., 'k r... :t:: . 4s•• `•,{, pl l , ?t 1y: _'i, .n,, j ,11'!1 - ��r:. ,i�, 'f'.:. _ i;. ,r� /Y'�' .tr''' ..•v_- . .%�, b1 ''•' rr :1 '1 ,' t.Y :is 1Ai".,.n.'• 'S�.i?t tA._I• rtr 1 02 }; ..yi I. `P ':7` , 't.`` -hK; J. '.i. .1 1. ;:i,r:.,,` \ '! 1. I ,a� x 4. S•,. „t. F:'l •,rl .L• ',0.ix., t t,�al,. l �.n,.. - .•\ is \!^.'` 'n. r. .,v..'. !. . t•, .i ,. h I l e:. '1. i. ! 1. r:. ' ). :.:�.' J's l;r,1.;4; .*.n<„•7r11` t{ '?..r' , : AA:,, ri rl .r,?' .:r,. 4-11I, ':".r �• i�, v,• I('r 'I\'•v. ..i.. 'I'. .r .4 :r •i,` :'1^ iv :�• .,.-. .(.� n. ,r \ \, rM1 .\. T 'r ,\ �i`. C: t r'' -r. ,r,..,L. �tt+ .iv' '�1:�1.,•�• =�7•ar` �$` .A "J,:.,rig,HQJ;r�' " »;,rr�. �'^ ?.p .,i' �,,: .r ail ,`.K"y I, r C` .�.".`:,:. y.. Su N, 1 - ']. ,n s,r,. - 9~ z rr 1 PA1 t i:t 7 _ %'!. ir'' •�t '1,. J, rr -r. - ,5" ,t. f r "M. r 4'e. ..f O 1, "Y I: :.d:':' 'v,. ,.tit: 2 i ,,. /�. �'� ` .r YAP' .,:I:; 1 cr .i,S y \ .� '1 f 1C ' , '. , 4., r.=. 'J•. 'r t 1 ,�.�•l�y.. .S"':;(r �yy.F ,.r E; •.l'• •;v'S°r ve,'a'„nJ�J^:`}� _ %,,. .t•,,, '� .� - r- 5 r .u, ,4: t,r-; '•�SS• „C' S•I, :v .r=''', +.!': ,{ - ,', 't 1. .•{.1, ..h•, �r:t,C .<`i: '" , Q ., `•J+ r',' f. •'N' ,:1;. ,r,-, �'I 1., _Y?' ,.i' `ai` .i 1 �•;.^, ;c'rr:.1i *,.. `ice _,l is .ir ti:. .:+ _ :r r j�. a( a• \' L '''\:: ••" 1• .r. F: 1'. 11.. ''el". 'jr: rr .(t j, ,�.: :r: , I,1 _ ,'v 1-:'. 1 ;I' _ �x. .r ,,:�,•\•, L-:}, i.:,`' .'Y:.' /.. It.• ,a.T y>' Jl, 1.R.,ey;•t, .t, '1: !trttl,a'' ` •t," `T 1.: _'S'»»,';. +'*`r7. .':5.' \.:' ,;,r'. -1, -n i,/_ ,Z:11-?_',%`' ./.''' .',\ i•'+'4-,. ',1.: `i,.ry l.�,I rL .9. A > I f .I.n': �! L .�'.., .t,r'' l-,,. (--1-`4" A`4_ '.t.r•, yt.,� yt ;,.j.(: rl., -^ `I! :41u.,:`: y.t( n 5? Tiw t:,.. T y' t. 1•.+' 'r'{r. S, �. r•..!' o. 4, .'n'. .!:p;,`f r: .,�` - ,•ti"°t)"w! ., r;` ( �yG'., ..'./� 's\.n:: ;� �I •t, ;:t'. ,•'r ..1 f. 7e�••'}'�" 5.`d:.' i,' `i.i' 'v' (e� ,ice - 1 ,,I _ _";.�' .t.. •.,�, - ,y,Li:'a. 1 r r':. i;, d•' 'a'u'r - 's[. 3'. n:_ ,I• n,'y1 -fa+>• fir' .v 'ir 1 l '•:� ,Y Yom_.,. ',4�. y� A• v i s +`i �. `„7- _ 'i ;.' _ L' l.r .� - 'fir :r, rl tr. A' •1 �. �. It, A' S. �7, N 9 t r .1'.. r' :is `a n''�.! 6( ;-i_{ ..o fr1, •'/,. .,A,:.. / 5 '•7-a ,,J .j .+ �-i��:' _ q.:., ..\. :�J' j.. 11 ;JS o: LA(, f: �' `'�'a'y�:1".y,,`iy/]T Z1\y. �...b.. .94 /IC'. - "✓,' _ '1 <- .Y. v 1 '�r'r'�I,I76 ry ,�,( s1 .-• .r :i.,: .dSy i'•'.° ,' vAlIi;i•!n 'r, ( 10 r / f �'>J - "f,''' �S. ..1 .j 1'b ,ra r>,L •./,° fI. .•r:�.,T:�r;�r(J,q.�. h. •� ; (: ,r- _ �1 , ::,.i. .,J. , t �� .1f''r 'CiV. I_•k/f' :%»r,�}t �� r.�ti. ;W ",. I: .t _ ,^1•_.;i I r 'r'+i•i^,1\J .1 �. .itlr b' ItTr r I'.1 tr:, �y,.''Yi r';t'••�y�M1•,.,'.' r1 t " " + , - - 'i.rr';,' :' ._�,;' ! 'P; r a„ 4 I '� ? I I "f.:'a. T, , ,1 1:'� \ 1%It. .1. . . :'.rn..•,r,r,.l)' r.', d ;, d,'.: :;'`I`fJ' ."y':•;e1,r6. " i,w ',! t T- 4`,', t /^+ ..,, iA, t y. ,r, :Fr c.- .J+. 'J ; `T 'd. .,;� ., f ,,. ,\/ ' 1.t1I .a, 'f ,'t. 1r , 55 ''`f,{oL'f;-%' /.11,.' . •� ` ,t �}•,,: ,.ti .rl ,i , ,: r./ 7 /, ,( ,e5. 'i t i 1 1.. '\. 1 '�,J .t 1.( j',\ ` ,' +Z' .1 .!',,.,', "'ar ^r•. /,,,� r, ..w;�, ]` .A•5 n�. _ j s t �'lI 'r \' i' ';i ..u' r,r i.11 y° 5\: „i %.l:• .•ry «. ( )f r �r`II'. . y t K d r..i n• t t, I ;f,+''yr. I. 5\.•q^ (.. r,}tq: ,1 .1��.`i,' ;\ /I ''If'1- ., �1.. 1 .n Sic. ' � ' ' r1 _ '� -Y;,k- '.;'r �. .1 ., 11 .)o>;.,N,. :.,', ;t•1• - / �ti'' „r .r 1 .< V' 'r, •I 1 'q r 1, -<•. a., i(! `I '- is . •`\ ,I. /• r.Yr, .r. :1 v.a •r.` ,/.''f r , I, •' 't, u' '' ,1., ..�i`• /! r``,ti,'/r.'°, 1'! t '/(.`r.i. 1 'a .r I,I.". �t „I• I Y..1, ,rr Y, b•^(•�y;' ,� t� ,y ,r. \':' ��:Ae'��F•� \G. '1i rl.'1 .1�,• ,.`'t,^' „i:_T\{'.y :'n ? ',(,uti;'J•b� ,y' -'lA�•� I .1' 3 t W.!t:.':i !r a ,r• _ 't j " :a.4 i r,.,t+..•• Y.''4 a•. :%. \ .;,' - ti - ,. .j .•r'/ ,. ds;':i, y' .;`r,,.. r'1 i,Y¢-' o- d �, t'. FY,�_',,;.,, r.' '� '' h..i:I', \•{ 'r r I,,v :,". :\ 1t �;x' iT.:;.r t'rC ,-.,;'J^�>,!' l. ✓. (J �1 y1r/, _ t. ,\� .y,Sti .:f lr h r,. -a.A. ,. I' `'! �,, .+` '; r I.,i-'Y�,• I,:':h'r'�:t�:tel: ,'y,,( A 1,.r :i,.'. .its ;\ .�, �,,�;' - i,,r �, (.I,:. , 4, .�' a .�d t• 1 .l (, i',. �r.s /J �_ r'4Ki�r.; `�.. �.� vl'•Y• 'r..\' ,:, r�. '•r. .I` T. 11 9.• `I+:A �`11 ".�•:3''a,��k 1%'.:'.. %�� 5f�`, A :;,, 1. !- .tY'. i t rr-' �( •.V�, ;r ,1��'+f. k 1. 1J +6.. .,If y... r .SJ,�,"\.t . t 'E" a '�'f.'^'.4,r•. _ •,J;yI{{. LC •h ry ,A ;f,v r,�•:n.,L, "�✓`•i:,.i'., •+' jwt .,)•• t,• '1'T' (1/' . ^'}^-i• .5',. , 5•,a .,p', r, ,.,.`-, IZfi ;'rI /.I.•`,.\' - r't..t,•,` ';..,1 , ,o..r,,y, .,• .,i. ^4`, ,.p•.. .1.• I , i•A'_ :i - �\.,, S r.I' {. .i_i_..i /- 1;,, .4 . . 1i "•..., .. •.;�.�;. .�,.'�/,�, •� i. t1 ',I" L Y ,'`: .; ,d..;, .'� ,ev.I;y.SC `7ti,t,r°'.-5' rJ \r t<' \+ ,.q v,y.,.i;i\. .;CL• `,. "t / ' ,1;, +; .r,' `�,",� j ts'.^+", `�3•� `\c-tom ,!i' I •J' '/lt rr t (" �._ <i. .�' :i..• •t>... '-:' ,7 SR rte.`. Ia ;t,�"•i� r!.. : ;F' .yt 1.ilr. r r ;•,^ i 5'•,4'%" 1 r t,. ,1�..t: 1'- :1' + "C ti, .t.-Y• r' r'4�I• ! P., o.r ,f' Y 7 ., e �r , :ate r j.,, t, .,a.l"i)(t^: ..ice , '1• ,Y' J 'o-',rl '\14• , �'. ,t, r. .\ t.k `nv I >'Y•i .. 'i \" ," •:,i.^;. qq •r"�i);'It. Nit: `'• ", 1 e :j ,7 tr ,t T 1 •,i93 t \ ,/ , }., }�,• '!` - ,J.- I.,r' !'r }, t- ,1 t '•"' iy.!Vk " ,rY •,,;. •,l%N. 'Y{r' / , t:, ..i i•;r ," 'Ir.0 '1 .`.. _ , rr V i,, y' ->�}• / -:n' .,f�I.r i l•..;'•-.�'.i° ! rr`. ..�tt r.Y FY�i,�•�, r*,.-J j\�' .r`:.tea. ..t, ✓L' %,a'T 1 r ^i.r•• 1 - tJ - i `4'41 j- Y I. "r 1, ', I . ',t . ;4., .,,INl"._ .,...._., 1 ''•)... _r _ .,.... ....%.-!-_. . , ,.,,_. ._.... ...r..n 1.. _. ,. . ,., .,- , _ f. , 'r ,•yl i •f'1 `•l,t ,r �t. ,j• �ti• .., .,t,•ry ",i:fr,+'s.. •ir;',a" .. •1•-..era'_ ''r}. .:-^' ,i ,.Y:�. rs � �f �. t •t: .� ern, _ `) ti 'i'•;•..1��• •qT ,•C�� �'��• ,••.,.;ail. '' - ,. y +% 11�;(P,i •`4✓:' '.��� ' 1. - �`1� Y %�J:N•'fY•�ei�it �t.1 ��?.h•..~t It S.+'i.t. �•7:,f•,•'• .d• yi Y+ 1. _•� t..t � t �; /., �I� i•RT;.,".�Tj:.ui r �r.i 1 .♦ 1 .�' .`I. _ � :i:,`.' 7 �.1 I k I 'iI�X14 M• '+ .V, '• I i �� �•+ �?`'"d''.a`` ;' i',�o'�i\ ,, •� ~�` '+�,%.� - I c;�.. .' ='�..'•; 7.♦ r .1�• .` �r i �1 1 , °e F: I a, 1 It 1 w'mmd i� i .1, Ni IY _ .... ... _�,... ... .-a -.... , ...,.. _... ..... .. s.. " In all areas disturbed by construction activities, replacement and repair of the driving surface shall be subsidiary to construction. r I e to ADJUSTMENT OF UTILITY -R'=PVICES I The necessary adjustment of utility services such as water,gas,telephone,and , r. ( electric, Including meters, valves and other appurtenances shall be subsidiary � I to the work. i �" §'P- 6 P1 LIP;a'BNG ANC3 AE3ANDONMENT OF EXISTING PIPES j i I All pipes to be abandoned shall be plugged and sealed with portland cement concrete at the locations as shown on the plans. All pipes to be abandoned shall be completely filled with clean sand. The sand shall be blown Into the pipe by using compressed air or other such means. All plugging and filling of pipes shall be subsidiary to the work. -� SP-17, ITEM TO BE LEFT IN PLACE Items marked "LIP"on the plans shall be "left in place". Any damage to these t items, or other items that were not to be disturbed by construction shall be repaired by the Contractor at his own expense. I --1 SP-18 RE ANI� iEPLAI.E CURE AND G UTTER - l The unit price for Remove and Replace Curb and Gutter"shall include all labor, equipment, and materials necessary to remove and replace the existing curb I and/or curb and gutter and adjacent pavement as necessary to facilitate the � ,y installation of the new curb and gutter. Payment shall be paid by the linear foot as measured along the new curb. The contractor shall use all care to minimize � Y" the width of the roadway repair section. The material for this roadway repair shall be as per City Standard Specifications for Patching and Backfiliin'g of Paved Streets. } EN OF SPECIAL PROVISIONS ,. C:IWPDOCSTROJEC11hough street sidewalk.wpd September 1, 1998 } t t � ... ... ..... IIINow .fA tiiItitI10 IitIIt., """Pon"AAAK4 Sam If ip Oil Ills- Iv"A V.IIIIKINE QEJ Ig moa-MR tIIV Twy%%IiII11'r nNa too Igq, tA .""4"A_ follows AM*,MEW, -MOR-S,d"mom Ile imemo itoil IIIIWINE iIIiIIIIi4 I., Y q Will, Q-0,IIi4A IIi. Iiqm vow 00)VAN Ioil Tvq Qj%pull Yk! IWOW ii1M I"O IiIA A.IIImph'1 AWN.WO;Andl Q Iwill II . . ...... .. I