Loading...
HomeMy Public PortalAboutORD12838 1 . ,. BILL NO. 9'8•'1 t0 _ ' SPONSORED BY COUNCILMAN Haake 1 C1RDIN ANCE NUJ._.,_, _ AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CI'T'Y CLERK TO EXECUTE AN AGREEMENT WITH MEYER ELECTRIC COMPANY, INC. FOR TRAFFIC SIGNAL INSTALLATION FOR STADIUM BO ULEVARD AT WEST EDGEWOOD, AND EASTLAND. WHEREAS, Meyer Electric Company, Inc. has become the apparent lowest and best {' bidder on the Traffic Signal Installation for Stadium Boulevard at West Edgewood, and Eastland; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Meyer Electric Company, Inc. is declared to be the lowest and best bid and is hereby accepted. Sec tign 22.The Mayor and City Clerk are hereby authorized to execute an agreement with Meyer Electric Company, Inc. for Traffic Signal Installation for Stadium Boulevard at Wp'.st Ed ewood, and Eastland. =a Snction33. The agreement shall be substantially the sarr:e in form and content as that agreement attached hereto as Exhibit A. j Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: OCI , 11P, f 9 f Approved: Presiding Officer Mayor r � ATTEST: APPROVED AS TO FO M: t d 77777 7. 77. ktil [1fr Counselor Sit t 1j•n.I.iirl .M."3+>E✓f.V.:J :Y r .tl... i c , nw_."^'w-�!'.R^'y'.n.w `t. t i Vily ► 14g'cagaor Departtnemt of Public Works Martin A. Grose, P.E., Director ` 320 East McCarty Street ! Jekl'e;rsa our n City, Missouri 55101 �3 Phone: (:573) 634-6440 i Fax: (573) 634-6457 I October 30, 1998 i 4 f Mr. Leon Keller Meyer Electric Co., Inc. 3513 N. Ten Mile Drive !. Jefferson City, MO 65109 i RE: Project. No. 32042 - Traffic Signal Installation } Stadium Blvd. W. Edgewood Dr. and Eastland Dr. &Elm St. ! T)ear Mr. Keller: E This letter will serve as the "NO'T'ICE TO PROCEED"for the above referenced project. Tl c£fective date of this notice shall be Monday, November 2, 1998. Tlie finish date for this contract is oit or before Marcli 1, 1999. i Enclosed,for your records, please find a fully executed copy of the contract between your company and the City of Jefferson for -lie above referenced project. Adso, please find enclosed, for your use and the use of your subcontractors (if any), for the purcli ase of inaterials to be utilized on the above referenced project, the following f documents- Missouri .` 1. Missouri Project.Exemption Certificate 2. A copy of the City's Missouri Tax Exemption Letter � `f In using these documents to purcliase materials,please read the appropriate"instruction" as included at the bottoni of the Missouri Project Exemption Certificate. If there are any questions, please advise. Sincerely, ' kabert W. Kelsick, PE Engineering Design Supervisor RWK:als x f e: Marty Bruse 11 C:bty Clerk' Jack Kramer Mike Pap�ell Lace y Bates Mike Pile Dick Cr. t:. 0.t t a£ �c`icici+ll�r�s�¢tl�lr��liw��s�oawu[�anm��uNsmi�nlweeln sn�R�....nn-- { 7 R. Y, { M 'SOURI PROJECT EXEMPTION CERTIFICATE y � Authfsrizition for Purcihasing Construction Materials for Tax Exempt Project iI EXEMPTION iENTiTY ISSUING CERTIFICATE: ! r City of Jefferson 320 E, McCariy Missouri Tax Exempt I.D. #12476773 Jefferson City, MO 65101 Letter Expiration Date: 9/06/2000 Depsrtment: Public Works -Engineering Division Contract bate: October 23, 1998 Certificate Expiration Date: .April 30, 1999 Estimated Project Compiation Date: March 1, 1999 Revised Expiration Date: �� ! f ',1• Project#Assigned: 32042 1 ; Projee-Description: Traffic Signal Installation f . i Proysct Location: S3asdiuin Blvd. &W. Edgewood Drive and Eastland drive & Elm St. ' +± The City of JmTerson,MissnO,hereby a:tthoftes the purchaseewithout sales tax,of tangible personal'property to be incorporated or consumed in the conutruction of the project i ntiliad t d no o ursuant to Section 144.062 RSMo. , . Authorized Signature Date: PURCHASING CONTRACTOR OR SUBCONTRACTOR: Name: Meyer Electric Company, Inc. Address: 3513 N.Ten Mile Drive ' s City'/5tateliip: Jefferson City, MO 65109 t INSTRUCTIONS CITY-A signed copy of this ca tifcate,along with your Missouri Tax Exemption Letter,must be furnished to each contractor and/or r subcontractor who will be purchasing tangible personal property for use In the project It is the City's responsibility to ensure the validity or the aortiricate.Yar must issue a certificate with a Revised Expiration Date If purchases will be required to complete the project bey"the }! orip Dal Project Exemption Certificate Expiration Date. iy ;_CONTRACTOR OR SUBrOhI iC T AR-The contractor shall hemish a completed copy of this exemption certificate along tiYith a copy of :+ the City's Missouri Tax Exeriiotion Letter,to all subcontrac tors,and any contractor or subcontrmctor purchasing rria}ierials shah present copies of ouch"documents to all matiztsl suppliers as authorization to purehaso,an behalf of the Ciry,.nll"tangible personal property an d mateiiais ' b bo incorporaterd or cbnaumed in the canatruction of that project and no other on atax-exempt basis, P copyef each certifx ate must be n4iAirivd by th 'pit rcheres for a period of free years, Invoices Issued for such purchases must reflect the name of the City and the project F� numltieee'asserted by ihn City as+shown above. a {` MATEM4 SUPPLIER-A"completed copy of this exemption certificate,along with the Cbty's Missouri Tax Exemption Letter,must be obtained from ttie contractor or.subcontractor making purchases of tangible personal property for use In the project,and retained for audit '< i r 4 purposws "invoices issued for'such purchases must reflect the name of the City and the project number assigned by the City as shown tt i5 S3 1 {I .yy'. ,.above. .. - .. •, t , r, 4s C.. i .-.v...e'i .,. �... .. x i Yi7 >,ati44t9t4 ''•at't�` �"' i r I . , .. '�iS�N�I��iT71f�]1�i7�1�17�d1Oil�Jf lf�ARMIl4lilrOl�ii�lPOV�re�d. ..��_-— ? i+a•.a+�wwwwscaerr.��y.�+v.nrsarrray.vmrimt�esrr•aar�i+�p�.ItaIX�7t7elYSlYY'MF�lip/YSII� �pwy', •" ...-.�r rwl+w.:si_:.�+:.+.....v,. ...t:a.._�.v.• :..:.�c....:.:•........i...::..::....•,•.i•_....rw.i�w•.�a.:•.i.vJ.r.a�::.._: .•R.._�• ��••- ! 'sfaig of . tsorturi t EXEMPTION FROM MISSOURI SALES AND USE TAX ON PURCHASES ISSUED TO. MISSOURI' TAX S .D. E ' NUMBER: ' 12476773 CITY oF JEFFERS014 = 320 E MCCARTY ST F_FFECTIVE DATE: JEFFERSON CITY MO 65101 09/06.,0'95 . EXPIRATION DATE: ' 09/06/00 . ss -> I 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. PURCHASES -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.,ROM FUNDS OF;; .THE ORGANIZATION OR AGENCY, ALL . SELLERS OR VENDORS: MUST BE FURNISHED.. A• COPY OF THIS EXEMP*ri0N LETTER. - THIS EXEMPTION. CANNOT BE USED ON::PURCHASES BY INDIVIDUALS OR AGEN'T'S FOR 'THEIR OWN'•PERSONAL USE. 5ALE,-5 MADE BY YOUR ORGANIZATION ARE NOT EXEMPT FROM SALES-TAX.-.: SALES MADE BY YOUR ORGANIZATION OR AGENCY ARE SUBJECT TO APPLICABL€ STATE AND LOCAL SALES TAX. SHOULD. YOU ENGAGE IN THE - BUSINESS OF SELLING TANGIBLE PERSONAL PROPERTY OR TAXABLE SERVICES AT RETAIL, '.' YOU WILT.. BE REQUIRED TO OBTAIN A MISSOURI RETAIL LICENSE. ! AN AGENT UF, OR CONTRACTOR FOR, AN EXEMPT ORGANIZATION OR AGENCY j CANNOT CLAIM OR BENEFIT FROM YOUR ORGANIZATION'S OR AGENCY'S EXEMPT f STATUS. SALES TO CONTRACTORS WHO PURCHASE CONSTRUCTION MATERIALS * I TO FULFILL THEIR CONTRACTS .WlTH YOUR ORGANIZATION OR AGENCY ARE SUBJECT- TO SALES .TAX ON ALL SUCH PURCHASES, UNLESS -THE MATERIALS ARE* r S DIRECTLY BILLED TO .YOUR ORGANIZATION 'AND `PAID. FOR 'FROM YOUR r' ORGANIZATION'S FUNDS. THIS EXEMPTION IS NOT PERMANENT. IT IS SUBJECT TO REYIE W BY THE H DIRECTOR OF REVENUE, AND IT EXPIRES ON THE DATE 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, A14D PURCHASES MADE BY THE ORGANIZATION OR AGENCY WILL ` BE SUBJECT TO THE SALES/USE TAX. THIS EXEMPTION IS NOT ASSIGNABLE OR TRANSFERABLE. IT IS FOR ' SALEVUaE TAXES ONLY AND IS NOT AN EXEMPTION FROM REAL OR PERSONAL.. " PROPERTY TAXES. . ANY ALTERATION TO THIS EXEMPTION LETTER RENDERS IT INVALID. ...�•�`�.;'G`✓. X;j� .w.•C.,.j�.s.! .1....i �.�!��•Y� r'• '„ •�� :'�. ..t. •.4♦ s,'^� .�,. •j✓.t. �. T:"�i • �.t .. `.•^.•":`. .p. ..:_'L_ .,.y. \:..:J•_ •tr... s+.- '• N.'=•: . }'•i. ^c•'•:•:.:�,'y' ti.'+,. :7"''t;`;""+. ': "' w�'♦r -:r:!a.s. .r^r_: «�Y;. -• -�w• �.ti�•"-t•' i'� ,!!�:..•:: 'i'• JP �S'A w.� mow' � a'l� r.::l'. ..•i i! t-.�a�' !. ..✓_ .i Yom:..�•. r r. �" Xr 1 Mayor Department of Public Works Martin A- Brose, P E., Director 320 Pest McCarty Street Phone:(573)634-6440 Jeticrson City, Missouri 65101 d Fax: (573) 634-6467 October 20, 1999 Mr. Leon J. Keller Meyer Electric Co., Inc. 3513 N. Ten Mile Drive Jefferson City, MO 65109 RE: Traffic Signal Installation ( Stadium Blvd. £-Edgewood Dr. and Eastland Dr., Elm St. Project No. 32042 { Dear Mr. Keller: 1 { Enclosed, please find three (3) copies of the contract for the above referenced project. 1 Please execute die contracts, return thean along i0th The Performance and Payment Bond(s), Certificate of Insurance, and Ox ner's and Contractor's Protective Liability Police Binder. The Certificate of Insurance must be issued by the contipany affording coverage. Ceritific ation'from i a local agent is not acceptable xNithout necessary documentation empoivering and authorizing the agent to sign the surety's name. In addition,if an aggregate amount is specified., a statement. E i of the amount of that aggregate available to date must also be included. + Be separate cover, the Department of Public Works will issue a Notice to proceed on the projf.ct. You must submit the above document.,, in correct fo:ml before you begin work. 4 ' Should you require additional information, please contact the Department of Public works at 634.6440. j Sincerely► obert VW Kelsick, PE � Engineering Design Supervisor ; RWK:als c: Director of Public Works Central File 'PtV'Pt Clerk Engineering Division Director 5 1 e ,.aaa+� x.n...o.e-,nw.9a+v,v��tEjw�cyq/ucawww�a�wowe�wrr , 4 J � FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 1786 - Traffic Signal Installation for Stadium Blvd. & W. Edgewood Dr. and Eastland Dr. & Elm St. -Project 32042 Opened on October 6, 1998 BIDS RECEIVED: c Meyer Electric Co., Inc., Jefferson City, MO $187,952.00 Copies of the advertisement for bids were sent to thiity-two locations including the construction publications, Dodge Reports, Construction Activity Report, and Construction i Market Data resulting in two plan holders. ! FISCAL NOTE: 3501-9906-7350-4091 Traffic Signals 3501-9900-73504008 Budgeted 97-98 $ 146,000.00 Budgeted 97-98 $1,409,000.00 Expended 6,751.56 Expended -0- Encumbered 2,018.22 Encumbered 14,418.00 Bid 1786 82.203.70 Bid 1786 105,748.30 Bilance $ 55,026.52 Balance $1,288,833.70 t PAST PERFORMANCE: Meyer Electric Company, Inc. has completed projects for the city in 'f ' the past as specified. The Public Works staff believes that this bidder will complete the protect as specified and bid. t t RECOMMENDATION: It is the recommendation of staff to award to Meyer Electric Company, s Inc. of Jefferson City in the amount of$187,952.00 as bid and allow for dp to 10% contingency if t; required. (187,952.00 = 18,795.20= 206,747.50) L t ATTACHMENTS - SUPPORTING DOCUMENTATION Tabulation of Bids, Departmental Recommendation t Signature " P M1a,Smg A t Depart ent Director- Public s „ ♦t t t A S t ! k E 0�.�� . F I C E To: Jim Hartley, Purchasing Agent Frow Marty Brose, Director of Public Works Subject: Traffic Signal Installation for Stadium Bou evard & West Edgewood Drive 1 and Eastland Drive & Elm Street, project No. 32042, Sid No. 1786 � Date: ` October 7, 1998 Kids'for the,above referenced project were received and opened at 1:3a PlM on Tuesday, � .: actober 6;'1995. A tabulation of the bids received is attached hereto. r ',.:.—Please be advised that the Department of Public Works recommends the acceptance of ' j: the Bid for this project in the amount of $187,952.00'as submitted by Meyer Electric ! Company, Inc. of Jefferson Ci ty, Missouri and that the contract for the work included in the proposal be awarded to the aforementioned bidder. � j 1 Expenses for this Project will be charged to the following accounts: Account Ago. Amount Available Amount Required 4'4 3b01-g8t -7.? t-40'91 $137,254.22 $82,203.70 „i (Traific Control Signs) +10% $ 8,220.37 ; f i r 3501-9900-73-M-4008 $1,394,582.00 $105,748.30 1 (Wildwood/Edgewood) +10% $ 10,574.83 TOTAL $206,747.20 ' i Thy total amount indicated to be required for this roject includes the bid amount Ius i10%' � project R ($,1,67,,952.00;i-r$18795.20 = $206,747.20). The ten (10) percent is a contingency to { r saver any change orders or extras not included in the original scope of the project. cc , Rich Mays, City Administrator Central File 1 T., , .fir a>.I w....rr�.�.� F. J i � w .... ., ... tl' 4 tU {.1•. { 4 �•�( }11,.� ;ire 1 ! .. v�F�eX ,;. i 4 ' • ,t t } ,f 1 1 ; � 3 4 1 S;rl.{ }ii t i.i..art.• ; ! t j �^ chi Sp o S C) ca-+, lL �'j w S 7 Q O O fop co S S .. I �j M v �' ao L �i N m c. Z w N g e9 N, •r, is ifl ski ar w a a o 0 0 0 c a n c? o ca c, e^. ) ER o a o n o S o .. a Cl u o o p a fi _ o C*i v qd i i o w o co a N ci a3 9 DW 0. tR rR vS-J 'W t 4 O V) m S t- co i +n 40 bo o° oo col C5° a Go. a s o° a cal S o w 0 seqta e0� S S u" S °o S °o °er, S S S ° to M 'IT M 0 R tD t\ kY uT O r rr% in - c, tri CO e-• f9 r } J 00 � .. 0 0© N _ if iA E U W e� Q © O C 0 7 a �y O� ( U9 N 9 U L� !- S O W � o # eL A et( S o NC V of st C V N O' U) u� u`� r� u� 6 6 6 6 6 6 w u` } { j ° Q w K a W U Q a w JU IZ l Qd Co Q .. a to w W. lu LU n. ..! J J .1 .f x u J 4. Z' k t J W n- t/f U U ) cn Q t . Q cwi, rwi a w u m to z w z LU w > r ►= F= a �u erg' ° . ° ° a Qa a W w z z4 � z z W 11 O. Q (7` C)r' t9 (D `f/ 0 paj 11 ! w v. U c0 tD •f N cn cA !� u) r Q U G 111 0�s e ' O O .^ pd M et N �Q ti . ti �'1!PA€vw'y..'w�7.Y.ar+ca'Y+�a;.iu.vsr',M.`d i•�,Sh� .et. • .. . i � r � ' r} (t � l , ,. . � pp (� S o o ��11 pp op p pp op I O ..Q a O O O S IR 000, N q 01 '( W 11D r a to O O to M r O C � � o S O 'tt O O \T ; i r 00 M V; 1- tl) w M f-_ w O C'') § O O N 1` to co M r t} M r 00 r !r to 1D V 1n W r O r- 1� 'L11 r„ dSr nj r:. FI# Ifl lA b9 NM b9 to d _ tC) af! ' CD 01 LD O O 4 tn 00 O O O 0 O co 0 0 C tp 0 O O Cg IA N to to to to to V) to o N N CO V•) VD J V3. tR IfY lbo% M tq Z 'O f .',� .' o °c °o °o o °a °o Iq °o v0) o °o Q °o, a °) CR .. y ,ra'�. R O �' n tfi O ee�� O w V N 1� h N t+ t7 t7 O O O O .1 fty f•iQ!�� ► 00 N M t- 10 00 � M N 'r Q M w 01 O to O N O O a O l'A N r M N r M OL Vv $ tT fD N to N N N 1 . a Q v- IR T= z� 69 ey. fA iN N! lA trj Op' e- r tR r' l71 �^ r ID ... I . '._i U {,ej to t!?r ER to U9 tR 0 to b9 40 8A 69 dT �'000 . c? .-Q tl; O ra a O to O O O 0 © to O O O O o O o � G? rUr�ip a o c4i, rpp; o O u. sn O le o O O g O O q 1 �. U: .. ..: • W U t�q M09 N to 69 r9 t4 H 6r9 V) to t7 0 0 ' $ .. .. . lu ' F:• x .r to IA w N 000` O� M M { 1. . LS'.ri (� 69 to r r to 69 69 Lll a SL to 69 y lLL V) N N tp s .� •,� 00 M 1U`0 tto M N N 00 M m N Lt1 r M '� t4 Cl) r to 10 N e1 M LL it U. U. LL LL LL. LL LL LL LL LL LL N 11{ -1 J J J J J J J J J J J J \� O O i O W ' � � � � • © lie. r z tt! y co LY LX w1 Lu a a v s Z ' r N M �F p d V) cn co Z Z t tL Q: W fit' i 1 3 45 . . P r/ Q P V 0 V U zOz } O.. 0 0 0 O Zpp 0 Z qZq Z !a F- F- W W . t1J UZ s,UJI, U O D U qZ w U k� LL LL W N r U N tl') f` v � .e 3 3 3 o a s Lou: W 2 Z r 00 r r N 0 0 V U U e4.i tHs"",a j r tl'' .- ,z� Z 2 cJ J ftL .J Lft S d i tt u Z 1D tiD r v7 :a f� ��tpp 0S oo r t0 f~ '« .12 :r 1- `: h N lit, l,+! fY N M c"') t7 Nf Crf l'f M M .. i �7 . '4 '� e r r r r r r r r r r r r r r r S tye 'K"+iT�F, « +t'FE :E,t{f�FS,r'1aL3ij'xy c;,. ')v�':.y. .K)K'tY:t �y Fk.µj f I j 4 .. •. t r . 1._ e ib � a s i ii o �a.�1Oamrisi �r®r�L+,�91>�!�Ml9t�ltit�,l4�t�r�•ata���natr�m®N�ra�■s�,--- .�.-.,._- ------- --. _. _. _ { l • t 8 8 8 8 9 C.1 8 8 8 8 8 8 8 $ g 8 Q$ S 3 8 .o{ x Ht�) n �ry ee�� IT v tnp tip �u�' e°'fi 'V1��� e�pi N t�� �i V7 a 4 $ t��i a (,a�} iei o ILI,' .. C tNA N K W 1A N .4 eA w N H! W N N is N H N W N ;/f N W N y�to Lu: v 8 $ 8 8 8 8 8 8 8 8 �° 8 8 8 8 8 8 0 Qi p rpm p GY G O (V ED N .O tG7 fNY 10+ tnp 1[1 .O•- w. N N N N N N YI W N iA �9 j 11> th co i L3 I WW W v# .H N MI N w OGGw! NNaaS t*! c N N k t� > •.� h�`�. � Q pp: pp p pp O p 8 p p S p p �•� p p p p p .•t SG gTOJf tCry� t tpOp N f .gyp N .rnp_ S �A aD O N Ci Y A♦ 'f al d fi VI MM N ep� 1A 1� ep W N ti•' 0» r n a;16 . 'a N N N 61 ' to UJ re 8 8 8 8 8 8 8 8 8 8 € 8 8 8 gg v`Qi `�'► N e� w w H w LU+�iN 1°•. a .� 1�'il `.� w w N YS V N .- •- •- •- t0 p j ® C�Vy S S N N N l+) c0 11 . N p.!. 1„1 ^ 1'7 <V S '" N � . Z ..! N W ul ul 6 W 6 W W 6 ul J J J J J J J �i J J W W 6 U 6 ul lu n o o w m t '�1 U 8 th F- } W fr o W I Y m 'ad U U N ? p ca 9 be o tss i.•i ��{ � � � � � � O O � O � � �- N N O Z y }} xx 6 ati ?f j M !v ih v < F W p ao cp .� .j !� U U N N ul f Ul R. e� A O r M M V K1 te tN N 8 eJ C4 e3 iJ C4 N N C4 i3 tai iJ eV TTT �t 4 z tr l Project Name: Traffic Signal installation for Stadium Boulevard and W. Edgewood Drive and _ Eastland Drive and Elm Street Project No. 32042 FD TE CONTRACTOR ADDRESS PHONE NO. DEPOSIT j Construction Market Data to 48 00 Lamar 913-362-5959 NIC Mission, Kansas 66202 913-362-6364 ° l c�d�ge idepaQ?s 9750 S. Brurrtwocad 314,-963-5801 NIC St. Louis, MO 63178 314-963-5833 i Builders Association P.O. Box 6907 893-3307 NIC Jefferson City, MO 65102 893-6176 ,f CL(0 J k ee YA2y=g .4. &5710/ - 3q Is- FYI cps U a t i f J MATE AND TIME OF BID OPENING: October 6, 1998 1:30 p.m. k COST OF PLANS & SPECIFICATIONS - $25.00 I k --i��n--'� "`��ari�AMSR�ES/tOWiiURtlbil i®I�ysa'tr a7eletmrrsaiv®�ivr.�■.rY.�d:n�nmv�. - ® Sao. _ _. _ ... ,U .I'i f�;' I'', ..):f r' ,,t' ,5. "!i " i:' :i F.•.1 `:I., !L. :. (_ '.'1.. d ,, 1i:)1"q,. ,•4;.4.� ,^lt\';, i\. n .y_V i �r..• .,t. a,'f ,' "'\1'U _ , • i. 1 •Yl; �, ) `I a tr 0+1 Y u ( )(' ) '' 1 1 :� J .l. ,irp :, J d ''. 1 ` C 11 1, t l_`�1_.� .,1! 4,_-r(.°5'Ji 'S,r.Ar+„r,t-r\tyi�/N�O� la' r.l�!I, n 1 , i I'u i a rl`r e ' Yet •ylr ), r 1. ;_ :.. ;� �l:r,/:,,' .�'” •.''.i,`.,,,".�1'f 4 ,]{ll;^,, {.I t .,l. ,;T - . , C,i t.• x l / 9. r. l J 10 1 14, '•t p �}., n r .Ijj •�:�,..`, V /. tt. .+e''r' ,1 '.). -qtr ,\i ^.,y - 1 -i� CT I .;J, :r K? :r),q,• '.AID ��;a ,i. ) ./`•' ').1. r- '/a ` I .s .I,. .,; \ ,�_} a• _ ��..'. ,\.0, a. ,1,I;.¢/. 1'1I ,.Y0 ,C!" `\IC' ,4 '`! - ,l \ �S• 1 .�.I • _ ��) 4)' 4.,+ .il+'-',(• ppr') .. ••'• ++r`!;M1,'�"/ y rrl r" .,,� 1: ) \ 1)`'. 1,' I. 7'' _..'.I.',, a t Y'f,': f'r•2Y,�`�'•°'•>r'':F {s5. •X" '\ 'i.,;• •:�•.'` •)'.. a'.1. .��'\ l 4 , 1.1••; -\'. .1' ;\\ I L, . s ' .1. 1 1.1 '. ^jl� \ ' ' t z} ` r . . 1 , i v 1. A : � ` L t,, ` ` /' ,l 'l .� �' . rl 1' :l ` L \, ^ ',1vr(: " v .- .l , � I .i-.,f " • r j . ? r¢ ,. ~ . ` ; I ' '01 R 1 t + 1' , , ^ " �.' r:, 1 r 411. i• t 1. 1 i' f y : L f \ ,a. n - d' L 1 ' .Ir .5: .,, .:�.;.." r .•.'.'t I- ::.✓ ,),-. h"rr II��� .. i +S' '1 -'t, .�%� A\.-1. r•;.,11, 1.t..1� r, pr ,,..,.rr` L .li)'•. ,,1;t 't\ r.� ,;: t a'.y i ;\C',Iri, +'1•'/� .♦ 'i.-•,t.". •y 1. .,;;t•.�f, �t\r, °� .r <° .\}f, ,, ,, / ..fr .'l ) ,1, t ..ti 'O ,In .4t •`^ `,r: Ja .FI' .,)...,sj r. .�,r':�, ."1 y ,rC ti)`' \ �/ .t`: `,I ,'"•�.. .'tt ,5''s, /' `� .h. . - _ --',. ' ` :'Id.`.:t`l'�r' ',1i 1_;:•;'• _ '.1^ .JI ,p r 1 r.1 `rt•- �'.✓ ..y.N. ,5 'I�a:. !,. ., 's 1 - v _y r' ,I, ,5'` .— IR -i: 1' I.c \ /p t /y. .,( re. t sh vi 11. (t t ! \ Imo^ I,•ry \4 6-�el ILS F•�. \ ' t r. •'.0, u ", '..11 ti 1. 1 ! fn �� '.. 1•,5 , - ..„ a J. l )a' *114,x; 3 ,1. rc s� r t .{ rt r � ( , , d i , 1. i z .�,r ., n, '+, , s 7 .� 'r't �G`:•r:. : .1,:=1.:24.,,.,.}�< ;x:... •b:f: 1 l k. y d %�t r rK \ <YI L i ,, tP�;f. - '� ' �, 1 :.I 1. N;' Y 1 A l K r 1✓ t. �, Ji 'r H )1e} ;1 /.r<tf+,. C is Y. / r 1' 1 1. ''' .1.'. ' .i� ,• lS ,XI^J � i' Y �' ..t', - _ r• tK,il:`.I., .h` ♦,-�,. 1n, / "S:. '�Jp ,�:? .v i'tt':, -+ye,-"•t: .G.. •,;• ".y. •?i:* ',J ,ro r'e,• •�.'. ,.i�;•�i' rY, w�,::r K' ''af ,', t ). ¢,. .� g• ,ti' -,,.-I ` ,: S+ IA-- ;<�r :'1- .K' 1• , .LI'' •tl 1: (I, 4�: Y. •�.. _ ,�. h.:. f t` 4 y tla Y F. .0 'S• a 1, Y ✓.. y 2 F. -r- rY'. a i' r., - :,\' to a I - Y' �: 7: r1• ti• >S• i Y,r,• S' - v q 1. �. J. :�i 1• 1''r r j`�i: t`" i ^d:: - h r .)' 4',"`­1-­.1,.,­�a •t )I.'-,.V.�`: Y ?~a rU ,t.' F,r ':s _ ,fir 'i,• 1 Pr. ,4 :J,• i• F • .k''. Y `i+ .( 1z. •j r •:f3'. r' -r,l• ,n., •!!:. i'pr. 4' '.f. / t :1. a. .�:.'t /��'.;t•n r�1. �:�A:r ..i L Y '•d%.br. .9 _- ,.7; .,•srt',i;� :R-. •'t'' �'S• `t - 'a•' 'r .1.\ ',:'.,� -t, r. i. n ..t. 1 :•/%t•: r, 1. 11 1. y. •1 mji- .r, r'.1 `t y- •,W .1 4 .25.7 ;l): 1. 1' x t - ..\ is ',)..4, j' .,�. •h" .,'{•:`•.:` .,t •trr .i'L "...1p .f f.�� r r_ '.ii� ..s. Y.. 1 :t':' _ °s W v% 7� t "�s .r r. 1��' -°'riw` � ,ei .i ,*1 ry ,1 1!f t .1 i.� V+ ati'I ..� {. A S 12^ �J. 1' ,t. i 41 ', r a L1 ,'7..` ,. �F� 1 T 1•p • . f1,.. �'r' .7 ;.. :....,.w,.: .J?...-. 3. .ni r' ;SI. ;:5.i: _ _1 i .ms`s "•• y f t. S, ir , 1 ! - '�I1 +-1 !ri Y'._. ,VY`. `,y'` .'tl...r ''i Wit'• 1+ :�^ '•s {< 1 i, r .",: "p==t• '.\ ••+_.�., "In - `y-1`' r c 1.H F i+\ r:. :` �' ;i: 't� ,r .:•w\f L- L' :N Syr"•• .! �r:1-, (.. tsi K ..l'�"• .1: .��.,• '/`.. _ r't. ..+, ..i~-• 'Y, :}_ '.r '.'V' '.r `} 1. /. •I r r: •r i,+',Von L 1• 'i' :.l •A: �. 'ti.' .'S'- ..h" 'li: .IJ... :�. y: t: n' I:o� ,\t,, (p [. \iC 7- r'4, �. 1. 'y' r' ,a i iS� °'_ 6° >. (:._ �, `i 1 l _ ��^�;' W.. �f 't!l _ it A. .1 t' ''/• ,!� ., 1 t - 4, is,. '( ` 't.,-d k. , .4i- + '�l ,.1.,•" :., }e.,!.1 - "/. 'ar• '!i r ., x. lirrl'v..:_),ri•., ,.l.,d:^.,.,�'; .2r:.,c:�•:'t/'.'�/ :d,.,, ,:+.:c'i' S'I'D 'e•� r. •", :a.' - - ( V .� q�; yr..�:/ � / -�'/: }t.' -c';1 ( :::':� ".5n' r'11 ;t:.,%°� k 11 I. \,•'-•'r r -?,�. iar y ,(..1., ,Y V.,�:'(.: till"' "1`�:' I.'-:-!< .i' /I. ':.(;�i) ' "' ,I� .•/..I. r. ,J f•, "( ,•lL\. 'Y �" ^ • _ ,/,.�i• ,= .`1.,',I f / :/'R' '•' •:) '1..),I I,f, 11 i1>� •, ll`.�S :. •7, a `�. f� y� ! _,`.• vP,0- a �� b' iso ••sip ') '- '),l _C. (r,` s,F .9.,I,ji` •.'fi '-," .` ) I - `I /,. 'i..5 1''1 \' 1 ti- a :l.�, Li. �'!,}' 1 .r' :e.: 'I`:,Ir > -) '�/" i�•1 _ - r ',`l:.x!p r(,: .r., ,t('. .r.. T,Ln..rr.M1, �.. ..'Y/;.•;f., •(• r\'- (' rr , r• 11 •1 .i,+ " , ems' ':i- ,r. 'll `j : •• ',D 1' .;rr.IItS r .'i,. ./ - i.,,\ 4. r ,:r n .t' - ",' _ /" ,d:r; '%. r ?.t i. ,.J -,.t; ; I; 1,!':. .(' :5 y.. l'i�. ,t+ ,� A.! ; i t.:.- r .'Ll. ni. •5. 1;;.".,t x •'1 1 r .1 ' 1 �, n r t o 14-1-1 ' k'i�.. 1 . 46, ^,�I .45,t p' .te I r i I t ..l 2 1 !i t e) 'I;,*: i \} ;r.. °\I:. „4 I ,/ r'<'r \.,_ t .1. •t sr t• ( (. .t.• f , ...y}'�f�. S7�'`L' ,Y.. 1 \ Ar' /'.y 1 :5 .f It .:i / r -?\j \`,,p, nt'i,'1` a+1 l ;,�''i tip,' ..4. '\ ,:i' wl•• _ :li,:."'•'':';I:Lt, I I�' 1'' 'I 1, Y.•ti.! _'!• /'.�~ iS' _i'•` i ,5 v 4�, 't j , .1, i i I J ,I. A..l:ri ,1•-` .rl ; '�.I ..'1".'{''. t'I 1 )4,1' .•v - tI :I)5,v. 4 �( ) '•,• ' -t l s y S ./ r, �" '/.'n ,',ST:l..j ,,,k i/.. l,�\a r?,i 1'i.'' 1+`Ji' r f •'1."7• \ '-,,';.!,,. ,,11 r ••,i S"). s .k.r . Y%.I,.. .`.y .l '/�-'''S:. _ )w \ 1; _ .1,. .+R:.+ .r. ,I, ,' ' 1 ij� li ''' `( t .Cd., \ I S. „'t, -C: •+`r.,'`�;'r'�/ / ..7+'J_. A' {,'� ,�`I' t r, 7. t, .`r. ./ ?, 'J: 1Y:4' •!`:,v:. •/ rs•.� ,� j'!. 11 d1 ') "�: '.V: ^i'`c',; .: '' .�f;; •rJ ')' �c .':t ti,.r� Ji:v: p. 4 �N:r:r r I n'. P,,. �': ! d ;.::r.Y` . `jc- .-tea\:1 ,°� ;: 1; is `i ' ..� i' 1 i Cr:'1:1 I_.::Y::_1 : ri�l.'., ” :L-u.:�'­_..77'7777777 :I..•.Y v ,a' - r' 1 +. ..I .'.L. ......... ..,... _ _ .. _. .. ,. _ .... I ... _ .... .. _.._ _ DATE(MM/DD/YY) a CERTIFICATE OF LIABILITY 1N$URANC:E .)g 1 10/21/98 9P,�JaLrcEEt THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION XaTaght-Naught / 'tefferson City ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1441 C°taxisty Drive HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Box 1768 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. VEerson City NO 65102 _ COMPANIES AFFORDING COVERAGE — j COMPANY xawo_5'13-G34-2727 _FaxN . 573=634-7762 _ A General Accident INSURED i COMPANY L g Auto Ovmar 116yer Slectrie Co. , Inc. I CO�AWY � 351.3 N Ten Mile Dr P.O. blox 1013 COMPANY � tlaf+f'mraon, City Mo 65102 I D f 46 row COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATEO,NOTWITHSTANDING ANI(REOUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WI-IICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _— POLICY EFFECTIVE !POLICY EXPIRATION 1 LIMITS o i TYPE OF INSURANCE i POLICY NUMBER+ I DATE(MM/DD/YY) DATE(MM/DD/YY) I j GENERAL AGGREGATE I S 2,0 0 0,0 0 0 1 GENERAL LIABILITY I - }1 I-� COMMERCIAL GENERALL%AAILITY CO-L496004405 11/01/97 11/01/98 I PRODUCTS-COMP/OPAGG S 2,000,000 J CLAIMS MADE i OCCUR! PERSONAL&ADV INJURY 1_$ 1,000,000 X OWNER'SRCONfTRACTOR'SPROT j ** OCP 0162429 10/19/98 ! 10/19/99 i^EACH OCCURRENCE i Z,000,000 ba,n na.000 OTi. nmaxswY: I FIRE DAMAGE(Any one rim) 15100,000 ox,000.000 Baca ocurxl cs i I ML�D EXP(Any one person) i S 5,0 0 0 AUTOMODILF LIABILITY i i COMBINED SINGLE LIMIT ! S1,000,000 A X A.NYAVO BA004274505 11/01/97 11/01/9f3 «L OPINED AUTOS ' i i BODILY INJURY i S SC.•FIEDULED AI!TOS I ! y HIRED AUTOS ( I BODILY INJURY S (Per attidsnt) NON-OWNED AUTOS I i PROPERTY DAMAGE $ — GARAGE LIABILITY I AUTO ONLY-EA ACCIDENT S ANY AUTO I i OTHER THAN AUTO ONLY:�— I � EACH ACCIDENT ; S ( I AGGREGATE S EXCESSIIABILITY ' EACH OCCURRENCE ; $ 510001000 _ $ 1t UMBRELLAFORM 71584510 11/01/97 1 11/01/98 AGGREGATE S OTHER THAN UMBRELLA FORM I W RSYThtUf i IOTRH-1 WORKERS COMPENSATION AND EMPLOYERS'LIABILITY EL EACH ACCIDENT ! S5001000 A THE PROPRIETOR/ INCL WC015785305 11/01/97 11/01/98 EL DISEASE-POLICY LIMIT 1 $500,000 _ PARTN&RSIEXECUTNE EL DISEASE-EA EMPLOYEE 5 5 0 0,0 0 0 _OFFICERS ARE: - EXCL OTHER A Installation CIM041212601 11/01/97 11/01/98 Per Loc. $350,000 ` 7tlumter I Aggregate $1,000,000 DESCRIPTION OF OPERATIONS ILOCATIONSNE.HICLES:SPECWL ITEMS Job- act #32042 Traffic Signal inotallation for Stadium Blvd. & West ; Edit fir.& Eastiand Dr.& Elm Street. ** Named Insured: C t of I Je feroon De�pt.of Polic Work» 320 E.McCarty, Jefferson City, Mo 65101 & Geor a Buller & Ase.oc atea, 1 Pine Ridge Plaza, 8207 Melrose r, Lenexa, RS 6621 -3621 _ CERTIFICATE HOLDER CANCELLATION CITY OF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Jef fewson BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY riept. of Public, Works 320 Z. McCarty OF ANY KIND UPON THE COMPANY,R AGENTS OR REPRESENTATIVES. Jeeffexson City ;BYO 65101 AU IZ" REPRESENTATIVE �u�!�Z,� r �OU a " ACO�D 2.5- ORD CORPORATION 1988.1 511r i95) f ,`:. C . ,l . . . . V1 a , . • . . , �,}:l: . . . ,, . . ,.. i .., .. , i . s , tf5 Y! i. 0 1. .. . . ,t. 1 i - t I. I i 4 .. I 2 ( '.i A tt 1 iI..I. 41 t , .. � i Y 1 .. .. YYI .. j t . . .Y SPE:CIFICATIO A�1© CORITRACT CtOCUI�9�EVTS' t PROJECT NO. 32042 I Traffic Signal Inrtailation fior Stadi�rn �o�alevard I I i` ;r, I nd! West E,dgevraad Drive and Ewastland Drive and 1 m t �Ir Street I j , ` 1 ,1 1 {, .+'ciA 1 t �:.: .i „ (' i , i . - �� 1� 11:1 �, t,11 .a� � .. tf 7 : �WIt 1 ".. 1. dookkHRUMENNIM , ..� 6 G' `� ONY BR4�E `�' ' NUMBER �-- ." 4 ' f E�i7511 •' f, f_ r ���+{�1 . q" s} d r r { SSxx , y r k t rr t k i s .. �.. i .: -! ti .,. �' i t s,r' Jefferson"City department of Pubf1C Works ,5, { ! t! f v Yi t t1 1 f1lJ .'11 ',� ! }r 1 i+,r ::s r Cl' f, jr It.", October 1998 11 I !!t G 1 t J I 1 L 1 J r .jy. Y,f �:t''+Z rt Y. t t. k', Jr 1, Q '� , .✓'11 t p �'& 1 4.� " 11 .ETC 4 f j t .. e �{ 1t, t sig I L ,L"' "*�-,fit, �! `11��31r j September 17,,"1998 11�c �. G 1WFpp=L FRt�JEC11Vefilc signal proJectwpd T,rr li, r 1. £ l } } ..lY ) r t . . I (. ' 1 .. . �Pl i , i. It! t S �hh}hrrrAAA``` .tom /2 '1�' , 1 1 ) '°�,.r r 3.,. e-s++.+++>rr�T•k+u t +.3v t 3 YI x F<wbi: & x;E rP ' c y 5 rt, 1 I - t "'k,z 11 *t .r. , t r. : � r. { �, e,� .?t°s` {.k5 kip 'dS a 'rs. r �[ r t sue} w a ' §%1�1; t -� t a t j. .t i J -�J - : ,. �L 7 !t l,t t ��� Y- t S Fy u,f p.s 11 f$!t,1" t� 7j a% 7 a .'n t ': .,% r f .y � t i � z"at �. . i: j �ea�aa�IR7�i1.�f lfl6AiliRdl�lfN11t11�If7t�teii rA w.n�osrriw L.r -- ! .. •c _ _ .. to ,s.,'n. ..... yF;1,1rx�,..i r ..,-� .....��,... v....�,..�. ., Ad�iertiSement for Bids j Notice to Bidders information for Bidders y: Bid Form r • Bid Band " m Anti-Collusion Statement " ' { Contractor's Affidavit " Minority Business.Enterprise.Statement t; y Statement of Minority Business Utilization.Commitment Affidavit of Compliance with Prevailing Wage Law i Prevailing,Wage Determination r: r ( Affidavit of Compliance Public Works Contracts Law • Excessive Unemployment Exception Certification ! o Construction Contract t f " Performance, Payment, and Guarantee Bond i General Provisions Soedpal Provisions J" • Attachments A Addendums ( If Any ) �♦n t .. 1 I NDlCATES THIS ITEM INCLUDED IN BID PACKET FUR SUBMISSION OF BID) C:1V1'PnOMPROJECntrsf c signal project.wpd Sep".ember 17,1950 owl "��l1� ?lF[7R,�'1W?+\{?d'9?tt.GfS'YF1�e'><l`�iW.k:�.$i+?i Ewa xr: w S .«.1,..,,. .>. .. ... , ..r:,•� .. �:�.1�:r .. w' � L . ., {,s a /eye S tt 5 - .,_. ����.. ��..___ ��,�....o..,,,--...-�-..�...•��.�....,...-...-..-...,.,.��....� .,.a...�a.....�...�v�ar+a-..riw�wrcrar+e�are.uoeyi i i f 1 1 City of ele ffe son a ���► , � *Q Duane Sehrei»�e�nr� Mayor 1 1,....,,. Department of Public Works Martin A. Brose, P.E., Director t _! 320 East McCarty Street - Phone: (573)634-6440 j Jefferson City,Missouri 05101 s Fax: (573)634-6457 ' ADVERTISEMENT FOR BIDS I i Sealed bids will be received at the office of the Purchasing Agent, 320 East McCarty !atreet, Jefferson City, Missouri 65101, until 1:30 p.m., on Tuesday, October 6, 199 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. 32042, Traffic Signal Installation for Stadium Boulevard and West Edgewood Drive and Eastland Drive and Elan Street" will include the furnishing of all material, labor, and equipment to install traffic signals and other appurtenances for the two intersections. A r,re-bid conference will be held at 1:30 p.m., on Tuesday, September 29, 1998 in the lower level conference room of City Hall, 320 E, McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. Copies of the contract documents required for bidding purposes may be obtained from 1 the Director of Public Works, 320 East McCarty Street, Jefferson City, Missouri. A non- refundable deposit of $25.00 (twenty-five) will be required for each set of plans and specifications. Individual full size sheets of the plans maybe obtained for Three Dollars j ($3.00) per sheet. - The contract will require compliance with the wage and labor requirements and the payment of minimum wages in accordance with the Schedule of Wage Rates established by the Missouri Division of Labor Standards. The City reserves the right to reject:any and all bids and to waive informalities therein, to determine which is the lowest and best bid and to approve the bond. i CITY OF FFERSON mes artley urchasing Agent Publication Dates September 20, 1998 i CAWPDOf: PRO.IEClltraftic signal project.wpd September 16,1898 i IIII�+ - �i�.Glri�IRd�lt1�.�'NwO �.•iNYi�-®wxvt { -' ara �.___�-. . i' NOTICE TO B_I DERS Sealed bids will be received at the Office of the Purchasing Agent, City Nall, 320 East i McCarty Street,Jefferson City, Missouri,until 1:30 p.m.on Tuesday,October G, 1995. -1 The bids will be opened and read aloud in the Council Chambers at 1:30 p.m. on that !. 1 same day. The proposed work for the project entitled "Project No. 32042, Traffic Signal / installation for Stadium Boulevard and West Edgewood Drive and Eastland Drive and Eire Street" will include the furnishing of all material, labor, and equipment to ,3 install traffic signals and other appurtenances for the two intersections. s A pro-bid conference will be held at 1:30 p.m., on Tuesday, September 29, 1998 y, '20 E. McCarty Street, Jefferson City, ^ the lower level conference room of City Hall, ; Mo 55101. All prospective bidders are urged to attend. 71 ' s All equipment, material, and workmanship must be in accordance with the plans, }; specifiications, and contract documents on file with the Director of Public Works, --i Jefferson City, Missouri. i -� bidding purposes may obtained from Copies of the contract documents required for the Director of Public Works,320 Ease McCarty Street, Jefferson City, Missouri. Anon-. 3 / refundable deposit of $25.00 (twe nty-five)will be required for each set of plans and specifications, Individual full size sheets of the plans maybe obtained for Three Dollars ($3.00) per sheet. i A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount ! equal to five (5) percent of the total amount of the bid must accompany each proposal. A one-year Performance and Guarantee Bond is required. f 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 t Martin;A.Grose, PE % Director'bf Public Works r,:11MP0-Ci6V R0JECTltraffic signal projectmpd september 17, 1995' 1 al MllRef •eiiz as �. ..1.....�... ,d. —._�_�_ .,. .. ,. ' INFORMATION FOR BIDDERS WORK _80PE of i The work to be done under this contract includes the famishing of all tech pica{personnel,labor, equipment required to perform the work included in tea �5 E � oda Drive terlals,and Bo.evard a _ ma No, 3a:04�►Traffc Signal installation far Stadium 1 Isnd Drive and Elm Street" in accordance with the plans and specifications on file and I*a�t , with-the DrVartment of Public Works• kin of all material, labor, and . ?"he propa3ed work for this proier�t will Include appurtenances the for the two Intersections. ~Q�rxipment to install Traffic signals and rather ;- NU iYE® N�RK IB- I TION OF R _ANSSGIFICATONS �_ _NC ions, } wired to examine carefully the site of the propose dr ctdocumenas before The:bidder is req specifications,supplemental specifications,special provisions,an co submitting a bid. Failure to do so wi►Knot relieve a successful bidder of tlntrac!r9atran to famish all materials and labor necessary to carry out the provisions of the co INYERPRETATION OF CORITRACT DOCUi4AEIMiTs t questions which arise concerning the true meaning or intent of the Plans, �s 1 If the bidder has any q quantity,, or character of the .' Specifications or any part thereof,which affect the cosy, qu n''ar�ta the date fixed for the bid Spe project, he shall request in writing, at least five (5 Y P City,which shall that an interpretation be made and an addendum be issued �v�been issued. All opening,t► then be delivered to all bidders to whom Plans and Spec ica wed shall become part of the contract documents. Failure to Specifications addenda issued addendum covering any questions affecting the interpretation of t t shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifrcations to provide a workable project. 1134 t�,UALJFICATIONS OF 1311r9D RS £ � make such Investigations as deemed necessary.,ta determine the 'T rie City,of Jefferson may perform the work and the bidder shall furnish to threC ity the al gshut t �ibiiity,of the bidder top re west. The City rose €nfarrrrat{on and data for this psu omitted by the bidder orginvestigatiart of such bidder`bnitrairt 4 rgjeCl;any bid if the evidence qualified to carry out the obligations of the 5 satisfy the City that such bidder is properly q }° and to complete the work contemplated therein. �QUIVAL.ENT MATERIAL d{ articular material giver defnite reference is made in these Specifications to the use of any p Whet nderstood that any equlvalent material er;equipment may be used or egi�i�ament, it is to be u �tiri{I perform adequately the duties imposed by the general design,subjectto the app[©vat�� +' I of the City saptember 17.1!398 G:1wPOOCSTROJEC1ltraft signal proje C t wPd j 4w� it.!V y SS r t J^ , 1 nr{ E!q§6CURIT Y Each bid must be accompanEed by a certified check or bid bond made payable to the City of ,1e eracslz for five percent (5%) of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. E Should the successful bidder fail or refuse to execute the bond and the contract required within seven (7)days after he has received,notice of acceptance of his bid, he shall forfeit to the City .E as liquidated damages for such failure or refusal, the security deposited with his bid. i IF��7 PR�WARATION taF BIQ-S ,I Bids must be made upon the prescribed forms attached in these Contract Documents. Only sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. :F All blank spaces in the bid must be filled in and no change shall be made in the phraseology `{ of the bid, or addition to the items mentioned therein. Any conditions,limitations or provisions attached to bids will render them informal and may be considered cause for their rejection. Extensions of quantities and unit prices shall be carried out to the penny. f t tt -8 ElklCES Thep c�submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as described in the Plans and Specifications. Section 144.062 RSMo provides that the City's sales tax exemption may be used for the purchase of goods and materials for this project. The contract for the project will authorize and direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and � materials for the project. This provision shall apply to only those purchases totaling over$500 i from an Individual supplier. All Wales taxes on those items which do not qualify for the use of the City's sales tax exemption, i r, and for which sales tax might lawfully be assessed against the City are to be paid by the Con"ctosfrom the monies obtained in satisfaction of the Contract. It being understood by the bidder,that the bid prices submitted for those items shall include the cost of such taxes. IIS &A ATE gUANTITIES i In cases inhere any part or all of the bidding is to be received on a unit price basis, the I cTuantitiPS staffed in the bid wil{ not be used in establishing final payment due the successful r, 't~:ontractar. The quantities stated on which unit prices are so invited are approximate only and each bidder shall hake his own estimate from the plans of the quantities required on each item and calculate his unit price bid for each item accordingly. Ends will be compared on the"basis r number of units stated in the bid. Such estimated quantities,,while made from the best of i w.rt information available, are approximate only. Payment of the Contract will be based on actual i number of units installed on the complete work. September 17,1988.. C.%W'iJ0CSTR0JECTtraMC signal project.wpd ei Til �ti�L'i�T� "A�ffiI�I1�I�f��Wrlr4'il►�1,:'aiw� t '- �..:...:.:c S t . .wr SUM IMMM, for each lump sum item shall be at the lump Burn bid for the items, compiete.,n place, 4. .and shall include the costs of all labor,materials,tools and equipment to construct the item as desi!: ibl d herein and to the iimits shown on the Plans. j jaol1 8 . 1SS'SION OF BIDS The Sid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and inarwd "project No..32042, Traffic Signal Installation for Stadium Boulevard and West EdpfiWood Drive and Eastland Drive and Elm Street". 10-12 .t�T A,Tk BIDS In maYJnq, the award, if alternate bids have been requested, the alternate bid which will be in : the best Interest of the City will be used. ' tl -s ysldTiDR Mil L Ol_ BIDS i 1 If q 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 Isis bid for a peri ys od of ninety(90)da ' ' l efter the scheduled closing time for the'res;eipt of bads. 3 . i i4b bias recelved,after the time set for.o.pening for bids will be considered. J ��(� T ! 1 i3TMl� l3rlvi t I QIr�Tit}S 4 J ..IREJ F, 'The City reserve the right to reject any or all bids,to waive any informality in the bids received, 7 or to accept the bid or bids that in its judgement will be in.the best interests of the City J , Jefferson, tY o ' {l `Y! 113.15 AM OF CONTRACT if,.within seven (7)days after he has received notice of acceptance of his bid, the successful 7 i MOO or bidders shall refuse or neglect g t to come to the office of the Director of Public Works R and 'to execute the Contract and to furnish the required Performance and Pa q Payment Bonds and inayrance, properly,signed by the Contractor and the Surety and Sureties satisfactory to the clty of Jefferson as hereinafter provided,the bidder or bidders shall be deemed to be in default .` apd,shall forfeit the deposit: (( 1+ IQ-11Rt=Of2MANCE AND PAYAAENL OND. , +X APerfpCrttance and Payment Bond In an amount equivalent to one hundred,percent(100°ia) �_• ' mntract pdte,.must be furnished and executed by the successful bidder orbidders. -A ' vhf f r y r 60M far tho bidders use is contained.in these Contract Documents. � ;p 1 ` r f ,s A,I�h't•'�ioC?�iPf�Ojea 1traf6c signal project,vWpd September 17.,1 m j r t> i f' 4 AN t 'i1'.T? `/5. i t Y:t t i •�?' t fy ".r. t v?.....•AlF,,.w 5!Py}1,""'£.0 { i `,..�-..,.(`.,�...`.��'►.+i'",1`{�f'S .. i! tNk uS S 1 fi. #' f t{t # r_. _ 1 S.'C'? 'Mi,r +y � ^q.•:TMl."z "llYt< Jf. ,jsy. z E y ' t1t fn' i c "y ' �• �1Y1�{II��lYltl'r�� �ytal��seih�Aaeesu�frlrars.�..r.:�.�.�..�..�...:�...� _ _ +4 J � ,... .. >• . , _ ..::... ., !x.�;.-i�# 1' T he issuing Surety shall be a corporate Surety Company or companies of recognized standing licensed to do business in the State of Missouri and acceptable to the City of Jefferson. IB-17 INiEMNIFICATI�.1N AND INSURANCE The Contractor agrees to indemnify and hold harmless the Cityfrom all claims and suits for loss of or damage to property, including loss of all judgments recovered therefore, and from all -µi expense in defending said claims, or suits, including court costs, attorney fees and other expense caused by any act or omission of the Contractor and/or his subcontractors, their respective agents, servants or employees. The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance outlining the coverage provided. y iR-1 13ID SECURITY RETURNED TO SUCCESSFUL BIDDER } . s Upon the execution of the Contract and approval of Bond, the Lid Security will be returned to the bidder unless the same shall have been presented for collection prior to such time,in which case the amount of the deposit will be refunded by the City. 1 1B-19 Q�dDISCRI 'IINATlC1�! IN EMI�LOYMENT f I Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. { ; IB-20 EREVAIL.ING WAGE LAW The rincipal contractor and all subcontractors shall pay not less than the prevailing wage l p hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri,pursuant to Sections 290.210 -� through 290.340 inclusive of the Revised Statutes of Missouri, 1959 and as last amended in (See Determination included herewith.) ? IIB-21 GUARANTEE The Contractor shall guarantee that the equipment,materials and workmanship furnished under this contract will be as specified and will be free from defects for a period of one year from the date of final acceptance. In addition, the equipment furnished by the Contractor shall be i< < guaranteed to be free from defects in design. T, Within the guarantee period and upon notification of the Contractor by the City;the Contractor eha.li promptly make all needed adjustments, repairs or replacements arising out of defects t which, in the judgment of the City become necessary during such period. ' The cost of all materials, parts, labor, transportation; supervision, special tools, and supplies required for replacement of parts,repair of parts or correction of abnormalities shall be paid by Contractor or b his surety under the terms of the Bond. e the Co Y Y C:%w IDOCSTROJEC'fltratTic signal proJect.wpd September 17, 1898 P r ti l 4 itt i Ir i The Contractor also extends the tenns of this guarantee to cover repaired parts and all replacement parts furnished under the guarantee provisions for a period of one year from the date of installation thereof. ' ±n {f within ten days after the City gives the Contractor notice of defect,failure, or abnormality of the work, the Contractor neglects to make, or undertake with due diligence to make, the necessary repairs or adjustments, the City is hereby authorized to make the repairs or adjustments itself or order the work to be done by a third party,the costs of the work to be paid { by the: Contractor. In the event of can emergency where, in the judgment of the City deiays would cause serious toss or damage, repairs or adjustments may be made by the City or a third party chosen by the City without giving notice to the Contractor, and the cost of the work shall be paid by the f the Bond Contractor or by his surety under the terms o . t IB-22 i OTICE TO PROCEED } A written notice to begin construction woek 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 .1 completion of the project shail begin to run on the date established in this notice. . 113 23 'CORK SCHEDULE .:. �. To insure that the work will proceed continuously through the Succeeding operations to its -�— completion with the least possible interference to traffic and inconvenience to the public,the f 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. 1 113 24 CONTRACT IM LE The contract time shall be 120 calendar days. lB 25 LI4llIDATF_© DAPJIA AGES ry ; ., Liquidated damages shall be assessed at the rate of$500 per calendar day until the work is complete, should the project not be completed within the contract time. t ; 113-216 POWER OF ATTORNEY Attorneys-in-fact wh with each band a certified and o sign bid bonds or contract bonds must file .„ effectively dated copy of their power of attorney. 5 ' ,J IB-27 131D —PACKET Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. ,. September is,,1996 J C.\WPDoCS\PROJECntrafTic signal project.wpd �t r t � y zz r, Y tj Y ..�.� .r-....•��..ir1. .. ` '�'��'°"'^'�....n...l.i�...�.=v..ro...�.n. ncwrw.i,.m.s.oirar..swr.�o.�sl�.me�ow { i5 (� •1' Bach'bld must be submitted in a sealed envelo a bearin on the outside the narvis of the 1 p g ` bidder"'the bidder's address, and the name of the project for which the bid is being submitted. If fonArarrJad by mail, the sealed envelope containing the bid must be enclosed in another } {j .`ehy+t3lope addressed as follows: j ..... Purchasing Agent City of Jefferson, MO --i 320 E. McCarty Street Jefferson City, MO 65101 i -•'i For the convenience of bidding this project, a "BID PACKET" has been included With the project manual. This packet contains the necessary forrns to be submitted with the bid s proposal. The contents of this packet include the fallowing: BID FORM . 2) BID BOND 3). ANTI-COLLUSION STATEMENT { 33 � .f 4) CONTRACTOR'S AFFIDAVIT j MINORITY BUSINESS. UTILIZATION COMMITMENT fl EN m OF INFORMATION FOR BIDDERS 1 ki +i ' Itt f Il R at • } 4': rf 7 X, ( i Fs ij O.1WpDdGSWROJECT*afic martial project.wpd September 17,1995 f ; Y{4 { i{t 1 �! maawrrwsro+aauwi��a�+eviarxwavusatwweua•wr+nergos �afaurnef¢1fY�xo18'��Cy1VN�M p7l�MT�, 7�. 1 1 I f I ' BID FORM Name of I Bidder Meyer Electric Co. , Inc. { 3513 No. Ten Mile Dr. ' Jefferson City, Mo. 65109 _ ! /address of Bidder � �' �! To: CITY OF .JEFFERSON { ! 320 East McCarty Street ,Jefferson City, Missouri 65101 t i M THE UNDERSIGNED BIDDER, having examined the plans, specifications, regulations - of the Contract, Special Conditions, other proposed contract documents and all I addenda thereto; and being acquainted with and fully understanding (a)the extend and l character of the work covered by this Bid; (b) the location, arrangement, and specified requirements for the proposed work; (c) the location, character, and condition of _ { existing .Streets, roads, highways, railroads, pavements, surfacing, walks, driveways, curbs, gutters, treees, sewers, utilities, drainage courses, structures, and other �} Installations, both surface and underground which may affect or be affected by the -� proposed work; (d) the nature and extent of the excavations to be made and the type, character, and general condition of materials to be excavated; (e) the necessary 1 handling and rehandling of excavated materials;(f)the location and extent of necessary or probable dewatering requirements; (g)the difficulties and hazards to the work which might be caused by storm and flood water; (h) local conditions relative to labor, transportation, hauling, and rail delivery facilities;and (i)all otherfactors and conditions affecting or which may be affected by the work. i - ! HEREBY PROPOSED to furnish all required materials,supplies, equipment, tools, and f plant; to perform all necessary labor and supervision; and to construct, install, erect, and complete all work stipulated, required by, and in accordance with the proposed contract documents and the drawings, specifications, and other documents referred to therein (as altered, amended, or modified by addenda) in the manner and time prescribed and that he will accept in full payment sums determined by applying to the c quantities of the following items, the following unit prices and/or any lump sum 4 payments provided, plus or minus any special payments and adjustments provided in } the specifications and he understands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work shown on the drawings and described in the specifications, and that increases or decreases may be made over or under the Contract estimated quantities to provide for needs that are determined during progress of the work and that prices bid shall apply 1 I i to such increased or decreased quantities as follows: C:14NTDOCS1PROJECT12ratfic signal project.wpd September 17, 1998 i CITY OF JEFFERSON PAGE 1 ww ITEMIZED BID FORM j TRAFFIC SIGNAL INSTALLATION ~` STADIUM BLVD..EDGEWOOD DRIVE&EASTLAND DR.-ELM STREET PROJECT NO.32042 ITEM. APPROX. UNIT M NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT ; SECTION A•STADIUM BLVD.&EDGEWOOD DRIVE 1,01 CONSTRUCTION SIGNING AND TRAFFIC CONTROL LS r 2,000.00 2,000.00 1 1.02 6"PCC PAVEMENT(TRAIL) SY 90 40.00 3,600_0 i 1,03 6"PCC PAVEMENT FOR RAMP(TRAIL) SY 10 4Q.00 480,00 i 1.O, 4"GRANULAR BASE(TRAIL) SY 100 _ 14.00 1,400.00 40.00 800.00 i i 1.05 REMOVE AND REPLACE CURB AND GUTTER LF 20 i 1.06 SIGNAL HEAD,TYPE 2S,PEDESTRIAN EA 2 545.00 11090.00 g _I 1.07 SIGNAL HEAD,TYPE 22S.PEDESTRIAN EA 2 900.00 1,800.00 } --I 1.08 SIGNAL HEAD,TYPE 3S EA 4 648.00 2,592.00 1,09 SIGNAL HEAD,TYPE 3B EA _ 720.0O 2,880.00 .,' EA 4 1,086.00 _4,344.00 1.10 SIGNAL HEAD,TYPE 5B _ 1.11 150 WATT,120 VOLT HPS LUMINAIRE EA 4 300.00 1,200.00 EA 2 5,992.00 11,'984.00 .,! � • . 1.12 MAST ARM POST,TYPE CL,35'ARM 1.13 MAST ARM POST,TYPE CL,40'ARM EA 1 6,960.00 6,960.00 1.14 MAST ARM POST,TYPE CL,42'ARM EA 1 7,728.00 7,728.00 a 1.'15 CONTROLLER ASSEMBLY HOUSING,KEYBOARD ENTRY, EA 1 7,60000 7,60fl.00 8 PHASE NEMA CONTROLLER 1.16 POWER SUPPLY ASSEMBLY(MOUNTED ON CONTROLLER CABINET) EA 1 11100.00 11100.00 1.17 DETECTOR,PUSH BUTTON EA 4 9000 360.00 1.18 DETECTOR,VEHICLE INDUCTION(2 CHANNEL.RACK MOUNTED) EA 11 156.00 1,716.00 I 1.19 CONDUIT, 1.114',TRENCH LF 104 9.50 988.00 1.20 CONDUIT,2",TRENCH LF 298 9.50 2,831.00 , I 1.21 CONDUIT.3',TRENCH LF 135 _ 10.00 1,350.00 1 1.22 CONDUIT,4",TRENCH LF 16 11.00 176.00 1.23 CONDUIT,3',PUSHED LF 178 25.00 4,450.00 1.24 ' .CABLE, '10 AWG 1 CONDUCTOR,POLE 8 BRACKET LF 360 1.00 360.00 125 .CrABLE.8 AWG 1 CONDUCTOR;POWER LF 135 1.00 135.00 � t r 1 " , I : 1C �' -Y tot t //"i' !'r'.•�:�'^ . .' :' , r.-.+-rte.-.--__._«. ..-.. _-.._ __.�.. ....« �_�-,�.«._..«.«. ..�,„, 7 i t tt ! CITY OF JEFFERSON PAGE 2 j ITEMIZED BID FORM TRAFFIC SIGNAL INSTALLATION STADIUM BLVD.-EDGEWOOD DRIVE&EASTLAND DR.•ELM STREET PROJECT NO.32042 ITEM APPROX. UNIT _ NO. UNIT QUANTITY PRICE AMOUNT 1.26 CABLE, 12 AWG 2 CONDUCTOR LF 624 1.40 873.60 �I 1.85 1,161.so 1.27 CABLE, 12 AWG 5 CONDUCTOR LF 628 1.28 CABLE, 12 AWG 7 CONDUCTOR LF 2005 1.85 3,709.25 1.29 CABLE,8 AWG 2 CONDUCTOR,LUMINAIRE LF 437 1.90 830.30 I 1,30 CABLE,LOOP DETECTOR,IN DUCT LF 3382 1.95 6,594.90 1.31 CABLE,LOOP DETECTOR,LEAD-IN LF 1997 1.85 _ 3,694.45 i 1.32 PULL BOX,PREFORMED CLASS 1 EA 2 1,000.00 2,000.00 - 1.33 PULL.BOX,PREFORMED CLASS 2 EA 5 1,300.00 6,500.00 1 i 1,600.00 1,600.00 1.34 PULL BOX,PREFORMED CLASS 3 EA 1 I ' 525.00 7,140.00 ) 1.35 BASE,CONCRETE CY 13.6 i M 1.36 TRAFFIC SIGN,LEFT TURN ON GREEN(R10-12) EA 4 250.00 1,000.00 t 1.37 TRAFFIC SIGN,STREET NAME(VARIES) EA 4 180.00 720.00 SUBTOTAL,SECTION A $105,748.30 SECTION 8,EASTLAND DRIVE &ELM.STREET 2.01 CONSTRUCTION SIGNING AND TRAFFIC CONTROL LS -- - 2,000.00 I 95.00 1,235.00 `�.. 2.02 RAISED ISLAND .5Y 13 2.03 SIGNAL HEAD,TYPE 3S EA 4 648.00 2,592.00 1 2.04 SIGNAL HEAD,TYPE 3B EA 5 _ 720.00 3,600.00 ffI 2.05 SIGNAL HEAD,TYPE 513 EA 4 1,086.00 4,344.00 i 2.06 150 WATT,120 VOLT HIPS LUMINAIRE EA 4 300.00 1,200.00 j t _ 2.07 MAST ARM POST,TYPE CL,25'ARM EA 2 5,241.00 10,462.00 i s 2.08 MAST ARM POIST,TYPE CL,38'ARM EA 1 6,762.00 6,762.00 t 4 -ARM EA 1 6,787.00 6,787.00 2.09 MAST ARM POST.TYCE CL, 0 , } Z10 CONTROLLER ASSEMBLY HOUSING,KEYBOARD ENTRY, EA 1 7,600.00 7,600.00 8 PHASE NEMA CONTROLLER 2.11 POWER SUPPLY ASSEMBLY(MOUNTED ON CONTROLLER CABINET) EA 1 1,100.00 11100.00 2.12 DETECTOR,VEHICLE INDUCTION(2 CHANNEL-RACK MOUNTED) EA 6 156.00 936.00 2.13 .CONDUIT,1-114",TRENCH LF 60 9.50 570.00 2.14 CONDUIT,2 ,TRENCH LF 57 10.00 570.00 1 2.15 CONDUIT,3%TRENCH LF 89 10.00 890.00 11.00 242.00 2.16 CONDUIT,4',TRENCH LF 22 i 1.00 360.00 "�,, x••rt:, 2.17 CABLE,10 AWG 1 CONDUCTOR,POLE&BRACKET LF 360 1 i PAGE 3 i CITY OF JEFFERSON I'T'EMIZED BID FORM TRAFFIC SIGNAL INSTALLATION ¢ STADIUM BLVD,•EDGEWOOD DRIVE 8 EASTLAND DR.•ELM STREET PROJECT N0.32042 APPROX. UNIT ITEM UNIT OUANTITY PRICE Alh'OUNT i3ESCRiPT1ON .---^--.- LF 300 __ 1.00.�.._. 300.00 2.18 CABLE,8 AWG 1 CONDUCTOR,POWER 1.t35 2,998-85 —ti LF 1621 — --- 2,15 CABLE,12 AWG 7 CONDUCTOR ��— LF 313 1.90 59_4.70 2,20 CABLE,8 AWG 2 CONDUCTOR,LUMINAIRE 2.05 5,026.60 2.21 CABLE,LOOP DETECTOR.IN DUCT LF 2452 1.85 1,263.55 LF 683 --- 2,22 CABLE.LOOP DETECTOR,LEAD-IN 1,000.00 '1'000.00 EA 1 - t 2,23 PULL BOX,PREF ORMED CLASS 1 1,500.00 3,0 00-00 EA 2 — f J 214 PULL BOX,PREFORMED CLASS 2 1,600.00 1,600-00 EA 1 _— -- 2.25 PULL BOX,PREFORMED CLASS 3 850.00 13,430.00 CY 15.8 .- 2.26 BASE.CONCRETE 250.00 1,000.00 EA 4 -- 2.27 TRAFFIC SIGN,LEFT TURN ON GREEN(R1a-12) 180.00 720.00 + . -z EA 4 — 2.28 TRAFFIC SIGN;STREET NAME(VARIES) $82,203.70 SUBTOTAL,SECTION B 105,748.30 _ SUBTOTAL SECTION A,STADIUM BLVD.8.EDGEWOOD DR. - 82,203.70 SUBTOTAL SECTION B,EASTLANia DRIVE t�ELM STREET $18 7,952.00p TOTAL BID - i ' r r fi j'JraYS Wr J, +f. r , i SUBCONTRACTORS ` If the Bidder intends to use any subcontractors in the course of the construction, he i shall list thhem. I i TIME. OF COMPLETION I � 'The undersigned hereby agrees to complete the project within 120 calendar days, Y i subject to the stipulations of the regulations of the Contract and the Special Provisions. t It is understood and agreed that if this bid is accepted, the prices quoted above include a all applicable state taxes and that said taxes shall be paid by the Contractor. { --� The undersigned, as Bidder, hereby declares that the only persons or firms interested .� ; in the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this bid or in the Contract to be entered into; and this bid is made without connection with any other person, company, i ; s or parties making a bid; and that it is in all respects fair and in good faith, without ; collusion or fraud. The undersigned agrees that the accompanying bid deposit shall become the property of the Owner, should he fail or refuse to execute the Contract or furnish Bond as called for in the specifications within the time provided. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within sixty (60) days after the date of opening of bids, or any time � thereafter before this bid is withdrawn, the undersigned will, within ten (1 Q) days after the date of such mailing, telegraphing, or delivering of such notice, execute and deliver a Contract in the form of Contract attached. l ri QXWPOOCSIPROJEC11traf iie signal project.wpd September 1&,1998 :t r,. .. Tex I ...� 1 .i The tindersigned hereby designates as his office to which such notice of acceptance a may be mailed, telegraphed, or delivered: l 3513 No. Te:z Mile Dr. , Jefferson City, Mo. 65109 573-893-2335 It is understood and agreed that this bid may be withdrawn at any time prior to the f scheduled time for the opening of bids or any authorized postponement thereof. � Attached hereto is a Bid Bond for the sum of (5%)Five Per cent amount of Bid------------------------------------------------ 0 _--_---------------� Dollars (cashier's check), make payable to the City of Jefferson. Signature of Bidder: r If an individual, _, doing business I _ as _ - ' _, member of firm. ..� if a partnership, s i by- — ,i If corporation,_ Meyer Electr' Co. , Inc. by � i-�L� Title Leon J. Keller, Vice President SEAL Business Address of Bidder 3513 No. Ten Mile Dr. Jefferson City, Missouri 65109 If Bidder is a corporation, supply the following information: ; - ' State in which incorporated Missouri ; } Name and Address of its: ' Paul H. Meyer r President 2406 Greentree Rd. , Jefferson City, Mo. 65101 7 i . Secretary Mary Ann Fletcher � • 7829 Route B, Jefferson City, Mo. 65101 ...i' October 6, 1998 } f ., Date, September 17,199a C:%WPDOCS%PROJECTtratTic signal project.wpd , a 1 i'�IIWf\� �1�Q\�IIifllll'LR�rcaYlilm�wl�mtl rte. '� .: _. . wrew�awr.�.w►,atinvw:v i f BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Mejer Electric Corpanv„ Inc. as Principal, and St. Paul Fire &Marine Ins. Company as Surety, are hereby held and firmly f bound unto the CRY OF JEFFERSON, MISSOURI , as owner, In the penal sum - cf Five Percent (52) of Pr ce Bid-------------- forthe payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns, this 6th day of October ,1995, The condition of the above obligation is such that whereas the Principal has submitted g -? to the C17Y OF JEFFERSON, MISSOURI a certain Bid, attached hereto and hereby made a e s ; part hereof to enter into a contract in writing, for the project entitled: a "Project No. 32042, Traffic Signal Installation for Stadium Boulevard and West j - Edgewood Drive and Eastland Drive and Elrri Street'" i .' NOW, THEREFORE. (.a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a _ contract in the Form of Contract attached hereto (properly completed in accordance with said Bid)and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or .f furnishing materials in connection therewith, shall in all other respects perform the agreement created by the acceptance of said Bid, then Oils obligation shall be void, otherwise the same shall remain in force and effect; it being _. exprmslyf understood and agreed that the liability of the Suretyfor any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. r The Surety,for value received,hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by the extension of the time within i wbich the Owner may accept such Bid;and said Surety does hereby waive notice of any such t _ f extension. I IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,and such of them as are corporations have caused their corporate seals to be hereto i ►. - affixed and these presents to be signed by their proper officers, the day and yearfirst set forth dL'?t2ye,' Ate a Electric Company Inc. - l "1 SEAL H. nn r i t: St. ul & Marine n om B BTrT.� Q s ' Thomas S. Naught, Attorne -In- t . I Pr nal C:1WPD0CS%PROJEC1%&a%c sl CCLwpd D al September 17,1599 zJ..J 1 ?ti^ 1\ashington Street.St. 1';wl, %jirtncsuta ;;1(12 {l"hliukl'11, I. } • CERTI)`IEII For,enii:�tionrf theau;heiulcu+ ,+t tckphcroc It'll Ices I`(10-421•3N\11,md ask for COPY NCI, the Po,ier of Anorne! Clerk-,Please ie fer to the Cenitieate of.A nth(+1'il\ No.and the named indii idua Its). -• k�119�:1 GENERAL POVI ER CF,ATTORNEY - CERTIFIED COPT' �0 0 � r (�i (..ril•inal on File at Horne 6ffice of Company. See Cerlification.) -q.LN01V ALL MEN BY THESE PRESENTS:That St,Paul Fire and Marine Insurance Company,a nxporation organized and c\isting under the la\% of the State + 'f Mi•^,nesoca•ha�'ing its principal office in the City of St.Paul.Mintic a.daa hereby conaitute:md appoint: lihm'.a S. Naught, LbrOthy N,, Baker, H Zly D. Naught, individually, ' Jefferson City, Missouri 1 t 1 f its rrue aad lawful anornq•!s1•in-fart to execute, seal and deliver for and on its behalf as surety, any and all bonds and undrnukings, recOgnizances,contracts of } indemnky and otf,er writings obli_ratory in the nan:re thereof. :+hich are or may bz- allowed, required or permitted by lain• statute. rule, regulation.contract or uthtr�ise, l 140T Ti) EXC= IN PL—MALTY THE SUI OF F_'TVE MILL.TOV DOLLARS(SS,000,000)EACH i and the cxecuuon of all such instruments)in pursuance of these presents.shall be as binding upon said St.Paul Fire and\larine Insurance Company,as fully and amplY,to all intents and purposes•as if the same had been dulc executed and a:know ledced by its regularly elected officers at its principal office. , 4! j This Power of Attorney is executed,and may be certified to and may be revoked.Furt•u_:n to and by authority of Article V,-Section 6(C),of the By-Law's adopted by the Shareholders of ST'.PAUL FIRE AND MARINE iNSUR#NCii CO>IPAN1 at a rutting called and'neld on the 28th day ol'Apri1.19i t of which the following �t is a true trsasrript of said Section 6 tC1: i "The President or any Vice President.Assistant Vice President.Secreian•or Seri ice Center General Manager shall have power and authority (1) To appoint Anorneys-in.fact.and to auibc,ize them to C\ccuie c•n behalf of the Company.and attach the Seal of the Company thereto,bonds and 4 undenakin�.s.recogniz2nces.contracts of ir;demnit! avd ether w ritin;s obligatory in the nature thereof.and (') TO appoint special Anorneys•in•fact.who are hereby authorized io'cenify-te copies of any power-of-anomey issued in pursuarce of this section and/or any of the By-Laws Of the Company.and l3 To remove.at any time.,ny such Atturneyin-fact Or Special Anome!-in-fact and rc•roke the authority given him:' i Furthcr,this Power of Attornev is signed and sealed by f n-simle pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and .! held on the 5th day Of;fay, 1959.0{\chirp the following is o true excerpt: - ":Now therefor_the signatures of such Officers and the seal of tl:e Company may be affixed to any such power of attorney or any cenificate relating thereto by facsimile•and any such power of attorney or anifteate bearing such facsimile signatures or facsimile scat shall be valid and binding upon the Company and i any such power rt executed and certified by fat>imile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to am )w td or undertaking to which it is attached:' r `ri` Aiwa 1N TESTIMONY%\'HEREOF.St.Paul Fire and Marine Insurance Company has caused this instrument to be signed and its corporate J% s, seal to be affixed by its auihorized officer.this:0th day of.November,A.D. 1990. a� 77-. w x ST.PALL FIRE AND 1IARINE INSURANCE COMPANY Ain c° STATE OF NEW JERSEY l S"wcti County of Somerset KENNETH J.RYAN,Secretary CM:his 27 U day of Jan . 19 gel before me came the individual who executed the preceding instrument, to me r Fa!ly known,and,being by aum me duly sworn,sat that he/she is the therein described and authorized Officer of SL Paul Fire and Marine Insurance Company; duet'd Di affixed to said instrument pang. is the Corporate Seal of said Company;that the said Corporate Seal and his/her signature were duly affixed by order of the B�tl•d of Dueetou of said Company. LV TESTIMO`:Y 1114EREOF,I have hereunto set my hand and affixed my Official Seal,at the township of Bedminster,New Jersey.the day and year first above wrinen. l LINDA S1 llilif?R ,Notary Public,Middlesex,NJ E l f t'I-�FlcA�f�v My Commission Expires December 16,2001 � :+ 1 Y,dI urriersigned officer of St.Paul Fire and Marine Insurance Company,do hereby cenify that I have compared the foregoing coppy of the Power of Attorney and °.t affieat•it,arld the coynX of the Section of the By-Laws of said Company as set forth in said Power of Atlorney,with the ORIGI'N'ALS ON FILE IN THE HOINIE i been ev ed SAID is now in ANY,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not 1 Ixe7t revoked and is taw in full force and effect. IN TESTIMONY WHEREOF,I have hereunto set my hand this t )I w) i` `RAwe'�e. 6th day of October 19 98 ' 1 MICHAEL ANDERSON,Secretary i y 1.Certified COPY of Power of Attorney bearing the Ceniticate of Authority No.printed in red On the upper right corner is binding.Photocopies,car other Uproductions of this document arc invalid and not binding upon the Company. P bon copies or s r ANT INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY. i t i i 2n50 Rev.12.96 Printed in U.S.A. r ^.OL ACKNOWLEDGEMENT OFAT'I'ORN7EY IN-FACT STATE OF _ MISSOURI ' - COUNTY OF _ COLE ss. --� On this 6th day of October 19 98 , before me, a Notary Public,. within and for said County.and State, personally appeared THOMAS S. NAUGHT to me j personally.known, and known to me to be the Attorney-in-Fact of and for the ST. PAUL FIRE AND MARINE INSURANCE CONII'AN'1; Saint Paul, Minnes a corporation, created, organized and existing under and by virtue of the laws of the State i of Minnesota, upon oath did s y th the corporate seal affixed to the attached instrument is the seal of the said Company; that i the.seal was affixed and th said ' strument was executed by the authority of its Board of Directors; and he/she did also acknowledge that helshe execu ed th said instrument as the free act and deed of said Company. JULY 26, 1999 - j . Notary bL's DOR H R My commission&Piles 11t)7a Ra►v,�i-95 Printed fn U.S.A. j 4 1. • . . . . . , • • . � Vii'. ilj r a •ail' . , 1 ADDr'�L 1 Tb MY.SSWRI AONDS t' s -: IF YOU. A�,L 'M OL�T.A�i1 Yh'FL1Rm=cw PPM YCUR t' AGM. ,'YUJ mAy .CIONTACT U5 AT THE FYJ)LWWL% ADMESS ..�'. + Ph�ry�w� 'PAUL YLM AND,MRIM I24ST-11WKE CUM.,PAW � ST. !i AJ..TL vM�WnY iltiS7.dVH'ICE M(:CAN lw Sr. PAUL GUARDIM LNSURANCE CUA.PANY ' C -SEA" � � SURETY C CMPANY t ELTM NIUS ROAD AND FcOt= 206 i �S" KID+TIER, NEW ,,TEASEL .07921 C 908-658-3500 1 ; tjo, J t r z t r, S' r i*try t�.: v �. x �' .. ,, ._ •{ ���'�� �.r. �'� a�+ �, s ...,is �.. �. . .. t° , •�. 1 i, � �`}j�}SrhFq�,'1,+».w.DiAV3tt+CWa'�r«�9+•.+'�*'n '.+«wu. ar t z,.. s .. .. a «^"' a. et' ..15,, `°tY`F.r jj- t iP'>;•3�AS.f(�i}�1.T1 ,l''b f4'v4t+'L�x,'l f�V F` 'r�h '� � .`" 1 t. ,: ' ., r t: el.. a....., ah.d.-..m . I °" A -COLLUSION STA`'ENlENT r Missouri 4 .STATE OF COUNTY OF _Cole N Leon J. Keller being first ` ' ;duly swum vice President Of, deposes and says that he is _ TITLE OF PERSON SIGNING Meyer.. Electric Co. , Inc. ; r; �? NAME OF BIDDER }.. �., that sli statements made and facts set out in the bid for the above project are true and correct; and that the bidder (tire person,firm, association, or corporation making said ' bid)has not,either directly or indirectly,entered into any agreement, participated in any collusion, or,otherwise taken any action in fbistraint of free competitive bidding in Connection with such bid of any contract which result from its acceptance. ' i Affiarit further certifies that bidder is,not financially interested in, or financially affiliated f with, any ether bidder for the above project. $ ;` # (BYE i } (BY) Sworn to before me this day of October �g 98 NOTARY PUBLIC uL11Ai 1 L BtlF-WER My commission expires: g EARYPt� 1,+il�SOURt ram my COWSSION W. C.'1V11 r�0op51PFtOJEC71traP6e+MDR PrvjwLwpd vt 1, i t CONTRACTOR'S AFFIDAVIT :, I y This affidavit is hereby made a part of the Bid, and an executed copy thereof shall ' accompany each Bid submitted. STATE OF Missouri COUNTY OF The undersigned, Leon J. Keller E of lawful age, being first duly sworn states upon oath that he is I Vice President of Foyer Electric Co. , Inc. the contractor submitting the attached bid, that he knows of his own knowledge and states it to be a fact that neither said bid nor the computation upon which it is based �k, { include any amount of monies, estimate or allowance representing wages, moneys or j expenses, however,designated, proposed to be paid to persons who are not required to furnish material or actually perform services upon or as a part of the proposed project. 71 F AFFIANT a Subscribed and sworn to before me, a Notary Public, in and for the County and State r ACI aforesaid, this 6th day of october , 19 98 NOTARY PUBLIC i.; My.•,. y Commis sion Expires: COLE COUNTY t ' My COWWON DCP.MAX",200 Se ternber 17,1998 CAWPDOCSTROJECTtraifc signal project.wpd P i' 4 I A I MINORITY BUSINESS ENTERPRISE STATEMENT 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 MSE ` sub-contractors along with their bid submissions. s 2. Sufficient and reasonable efforts will be made to use qualified MBE sub- contractors when possible on City contracts. 3. Qualified small, women owned, and minority business will be included on ► . solicitation lists as sub-contractors for City supplies, services, and construction. 4. Qualified small, women owned, and minority business will be solicited whenever they are potential sources. 5. When economically feasible, Contractors will divide total requirements into smaller flasks or quantities so as to permit maximum small, women owned, and ` . 1 minority business participation. r 6. ''Where the requirement permits, Contractor will establish delivery schedules ! �l which will encourage participation by small, women owned and minority businesses. �f 7. Contractor will use the services and assistance of the Small Business t Administration, the Office of Minority Business Enterprise, and the Community ` Services Administration. , 8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works. fCAWPDOMPROJEC ntraf6c signal project.wpd September 17, 19% t YP3RL►s��wrra♦.Wmrsuvt ,r r.. . - ; (" _ "' `q I MINORITY BUSINESS UTILIZATION 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 j stock of which is owned by one or more minorities or women; and i 2. Whose management and daily business operations are controlled by one or more such individuals. "Minority Group Member"or"Minority"means a person who is a citizen or lawful permanent resident of the United States, and who is: ;} I '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 jof race); l S. 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); t E 4. American Indians and Alaskan Native (a person having origins in any of the original peoples of North America); ' 5. Member of other groups, or other individuals, found to be economically ` and socially disadvantaged by the Small Business Administration under Section 8(a) of the Small Business Act, as amended [15 U.S.C. 637(a)]. ; =-� 6. A female person who requests to be considered as an MBE, and who CC "owns" and "controls" a business as.defined herein. Minority Business Enterprises may be employed as contractors,subcontractors, ' or suppliers. CAWPDOCSTROJECTWaffic signal projectwpd September 17,1M • fit' B. The bidder must indicate the Minority Business Enterprise(s) proposed for utilization as part of this contract as follows: Name and Addresses Nature of Dollar Value of ` of Minority Firms Partici atic n Participation rentrex Electric Supply Corp Electrical Supplier $5,000.00 Total Bid Amount: s187.e52.00 Total: $5,000.00 Percentage of Minority Enterprise Participation: .0266 C. The bidder agrees to certify that the minority firm(s) engaged to provide I materials or services in the completion of this project: (a) is a bona fide Minority . Business Enterprise; and (b)has executed a binding contract to provide specific materials or sel-vices for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished by the City of Jefferson. 'The bidder will provide written notice to the Liaison Officer of r the City of Jefferson indicating the Minority Business Enterprise(s) it intends to use in conjunction with this contract. This written notice is due five days after ! notification to the lowest bidder. E �+ 't Certification that the Minority Business Enterprise(s) has executed a binding contract with the bidder for materials or services should be provided to the MBE Coordinator at the time the bidder's contract is submitted to the MBE y r -,� Coordinator. Breach of this commitment constitutes a breach of the bidder's c contract, if awarded. "` . D. The undersigned hereby certified that he or she has read the terms of this r commitment and is authorized to bind the bidder to the commitment herein set forth. Leon J. Keller, Vice President p I E OF AUTHOIZE FICER 1- DATE 10-06-98 ._, SIGNATUR OF AUTHORIZED OFFICER CAWPD0CSIPR0JEC7%tratr#c slpnal projaclwpd September 17, l99$ t 1 PJ.4..-....��o �.. �. ... _ _.._._,........ .__... ...� 1 4 , f { t AFFIDAVIT � COMPLIANCE WITH PREVAILING F WAGE LAW Before me, the undersigned Notary Public, in and for the County of � State of_ , personally came and appeared jj NAME POSITION E t of the -- ---- ' NAME OF COMPANY (A corporation)(a partnership)(a proprietorship)and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 through h and including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions �y„.. i with Annual Wage Order No. 5, Section 026, Cole County n . and requirements and g ! . ` carrying out the contract and work in connection with Project No.32042,Traffic Signal l Installation for Stadium Boulevard and Vest Edgewood Drive and Eastland Drive and Elm Street located at Jefferson City in Cole County, Missouri, and completed on the day of SIGNATURE ` Subscribed and sworn to me this _day of j 19 ; y NOTARY PUBLIC My commission expires: ' STATE OF MISSOURI ) t. f )s5 COUNTY OF ) I� CAWPDOCSTROJECTWaftic signal projxt.wpd September 17, 1998 it t# 14+r$rtul�o�. :,t lk l a•., .r,>rh«` . ,• ... .. _ .. .. r r ` .77 'L t ,; g' r �y3y^taj t f te. T Y I 5 missoun vivision Of Labor Standards WAGE AND HOUR SECTION 'f ^G• ,III• • ILI MR I l; 1 DEPARTMENT OF PUBLIC WORKS MEL CARNAHAN, Governor fimnlual Wage. e' er NLLo,, 5 Section 026 W Lrd WMTY In a; ordahce with Section 290.262 RSMo 1994, within thirty (30) days after a certified copy of this Annual Wage Order has been flied with the Secretary of State as Indicated below, any person who may be affected by this Annual tillage Order may object by filing an objection in triplicate with the Labor and Industrial Relations Commission, P.O. Box 599,Jefferson City, MO 65102-0599. Such objections must set forth in writing the specific grounds of objectlon.•Each objection shall certify that a copy has been furnished to the Dlvlslon of Labor Standards, P.O. �f Box 449, Jefferson City, MO 65102.0449, and to the art which requested this Annual Wage u Order pursuant to S CSR 20-5.010(1). A certified copy of the Annual Wage Order has been filed s with the Secretary of State of Missouri. i r , olieen A. Baker, Director 0 f-Dlvlslon of Labor Standards Filed With Secretary of States MAR 6 19„cp� APR 61998 Last Date Objections May Be File,SECRETA Y OF STATE Prepared by Mssouri Department of Labor and Indust rIal Relations wpY i t ; N .YY�p9liYla�. Of�Y�{r j Section 026 { Evilding Conslruct-cr)Ratcs'cr COLE County .ectwe as+c �'�'er- Total Frin a Benefits OCCUPATIONAL TITLE Date of Hourly ime Holiday G Y Increase Rates Rates Rates 50.45 Asbestos Workers 511.00 I FED 521.0751 57 7 --S9.715 i Boiierniake 59 7 54.50 516.60 Brickla ers-Stone Mason §16.53 I EO 7 _ 54.67 1 Carpenters 51804 ( 9 3 53.02 Cement Masons c20 3a I 28 7 - S5,70+ 13% ! Electricians(Inside Wireman) USE i:LECTRICIANS(I�JSiUE VJIREMf1N)RATE i U0 U__ Technicians 57.235 Elevator Conslrucicrs 1 7/98 1 a 525.955 I 26 54 _ 1 i _ i Engineers-Portable&Hoisting: I �9 23 i - 5/98 520.121 b6 I 3 I Group 1 ,a 520.12 ! b5 1 3 59.23 Group II I 59.23 Group ill 1 5198 1 $18.87 1 E5 1 3 1 _-- - 5/98 1 $20.121 55 3 ( $9.23 Group III-A 59.23 Group IV 5195 $20.62 I 66 3 I 5/98 522.121 E6 1 3 _ 59.23 Group V $10.78 Pipe Fitters i 619+8 1 b 524.75 I 91 3 S11.E5 FED �- $1.03 Glaziers I 1 I I Laborers(Building}: _ _1_______ �- S4.70 - General $14.001 110 7 5 First Semi•.�"ki!!2d 514.35 1 110 7 4.70 $14.35 1 1 i0 7 54.70 °I Second Semi•&lolled L ,V ood _ p- USE C:+c:PENTERS RATE athers-t�l.tal -� Linoleum Layers 8 Cutlers USE CARPENTERS RATE Marble Masons 1 $16.60 59 7 1 $4.50 517.53 1 60 7 T 54.67 1 tVliltwtighis�___ l Ircnj Workers 8/98 517.927 7 1 8 1 59.67 4198 517.00 18 7 _ S1.32 Painters 1 ~j Pto'Sterers S1711 94 5 S2.96 1 Plumbers _ $20.00 FED M i o Drivers $17.53 60 7 $4.67 ; Rooters 519.10 12 4 54.89 sheet Metal Workers 7198 S19.55 40 23 _ $7.22 Sprinkler Fitters 512.50 FED _.. Tf"traYZty Workers 516.60 59 7 $4.50 T Re getters $16.60 59 7 $4.50 TrLrA Drivers-Teamsters 1 Group I - S15.90 101 5 $3.50 I Group 11 �- S16.60 101 5 $3.50 - 1 Group 111 $16.330 101 5 $3.50 Group IV $16.60 101 5 $3.50 Traffic Control Service Driver $12.913 48 49 $2.04 Well Drillers USE BLDG CONST.ENGINEER GROUP II RATE ' i [W'elders-Acet lene&Electric Fringe Benefit Percentage is of the Basic Hourly Rate �l "Annual Incremental Increase r 'SEE FOGTNOTE PAGE ANNUAL WAGE ORDER NO.S bT➢8 1 r . 1 Building Construction Rates for REPLACEMENT PAGE Section 026 =: i COLE County Footnotes -Effe-5—W—Basic ver- CCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits gyiE/ Increase Rates Rates Rates 1 1 4 , f . 'Welders receive rate prescribed for craft performing operation to which welding is incidental. ;se'Building Construction Rates on Building(s) and All Immediate Attachments. Use Heavy Construction rates for remainder of project. For crafts not listed in Heavy Construction Sheets, use Rates shown uilding.Construction Rate Sheet. i a- Vacation: Employees over 5 years -8%; Employees under 5 years- 6% ? _J'b - All work over $3.5 million total Mechanical Contract - $24.75, Fringes - $10.78 All work under$3.5 million total Mechanical Contract- $23.66, Fringes -$9.28. I 7 f r 7 r kx. /98 f_.✓; 'Anneal Incremental Increase ANNUAL WAGE ORDER NCB.5 i) 1-rIfo`+.:w i i ri.r..+..y.t u}e.:, .,r:r ,,.....:,,.r• ... .,,,. ....... ..... ... ..... ... .. .. .. .., ... .... — i_ '"" . i COLE COUNTY OVERTIME RATES - BUILDING CONSTRUCTION I OVERTIME RATES ARE REQUIRED TO BE PAID FOR %\-OP K PcRFOR't4ED OUTSIDE THE NOR MAL i WORK DAY ONLY WHEN SPECIFICALLY I` DICAT•ED IV THE APPLICABLE OVERTIN E RATE. i 10: Minimum requirement per Fair Labor Standards Act means time and one-half (1 shall be paid for all work in excess of forty(40)hours per work week. i r I 1 NO. 9: Eight (8) hours shall constitute a regular work day that may being as early as 6:00 a.m. and end no later ' I j than 5:30 p.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one r and one-half(1'/2) times the regular pay. In the event time is lost during the work week due to weather conditions, 1 . the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sundav fand holidays shall he compensated for at double the regular rate of wages. The work week for the cement nrisoms is Monday through Friday,except for midweek holidays. j N110. 11: Meares eight (8) hours shall constitute a day's work, from 8:00 a.m. to 5:00 p.m. from Monday to Friday. s tN Time and one-half(1 iz) 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 Saturday shall be paid at double (2) time rate. Double (2) j -3 time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays. ' i NO. 12: Means the work week shall commence on Monday at 12:01 a.m. and shall continue through the following Friday, inclusive of each week. all work performed by employees anywhere in excess of forty (40) hours in one (1) work week, shall be paid for at the rate of one and one-half(11/2) times the regular hourly \\'age ( ; scale. When a holiday falls during t'ne repul?-r work week, all work performed by employees anywhere in excess t of thirty-two (32) hours during one (1) work vveek shall be paid for at the rate of one and one-half(l`/) times the --,--:ggular Hourly \\-agcy scale. All:work performed within the regular working hours which shall consist of a ten ()0) X,�ur work day except in emergency situations. Overtime work and Saturday work shall be paid at one and one- f+alf`(1`/2) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two (2) times the regular hourly rate. i I i ,MCP, IS: Means a work week shall consist of forty (40) hours beginning Monday and ending on Friday. Any w hours worked over forty(40) in this payroll period shall be paid at the rate of time&c one-half(1'/z). Saturday work � will be Paid at time & one-half(I%). 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) -f days per „leek, Monday to Friday, inclusive. `Work performed on Saturdays, Sundays and before and after the reLwlar working day on Monday to Friday, inclusive, shall be classed as overtime, and paid for at double (2) the rate of single time. Holidays shall be paid at the double(2)time rate of pay. A,vso3�s.o'r ANNUAL WAGE ORDER 1\O. S PACF i our 5 PA(,rs `: r< COLE COUNT`,' O%*ERTi\tE R.-\TES - BUILDING CONSTRUCTION OVERTINIEj RATES .ARE REQUIRED TO BE PAID FOR NVORX PERFORN4ED OUTSIDE '111E NOR\V\L WORK.DAY ONLY \VHEN SPECIFICALLY INDICATED IN THE APPLICABLE OVERTIME RATE. NO. 28: Means eight (8) hours between 7:00 am. and 5:30 p.m. shall constitute a day's work live (5) d.iys :i week, Monday through Friday inclusive, shall constitute a work week. The Employer has the option tier a i workday/workweek of four(4)ten (10) hour days(4-10's)provided: f -The project must be for a minimum of four(4) consecutive days. 3 -Starting time may be within one(1)hour either side of 8:00 a.m. _ -Work week must begin on either a Monday or Tuesday: If a holiday falls within that week it shall be a { consecutive work day. (Alternate: If a holiday falls in the middle of a week, then the regular eight(8) hour 1 schedule may be implemented). I _ -Any time worked in excess of any ten (10) hour work day (in a 4-10 hour work week) shall be at the i appropriate over time rate. All work outside of the regular working hours as provided, Monday through Saturday, shall be paid at one & one half(I'/S) times the employee's regular rate of pay. All work performed from 12:00 a.m. Sunday through B:00 a.m. Monday and recognized holidays shall be paid at double (2)the straight time hourly rate of nay. `4 INO, 40: Means the regular working week shall consist of five (5) consecutive (8) hour days' labor on the:job I be g innini with Monday and ending with Friday of each week. Four (4) 10-hour days may constitute the regular work week. The regular;working day shall consist of eight (8) hours labor on the job beginning as early as 7:00 �r st m. and ending as late as 5:30 p.m. All full 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 �%,orl:rd to excess of eight (8) hours but not more&hart twelve (12) hours during the regular working week shall be paid for at time and one-half(1 V. the regt1lrr hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of twelve (12) hours during the regular working day shall be paid at two (2) times the regular ! hourly rate. In the event of rain, snow, cold or excessively windy weather on a regular working day, Saturdav ...a 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. i 1\®d 48: Means the regularly scheduled work week shall be five (5) consecutive days, Monday through Friday or ling time for the first shill shall net Tuesday through Saturday. Eight (8) hours shall constitute a day's work. —: be earlier than 7:00 am. nor later than 10:00 a.m. Forty(40) hours shall constitute a week's work. Overtime at the rate of time and one-half(1'/2)will be paid for all work in excess of forty(40) hours in any one work week. On the Wnday through Friday schedule, all work performed on Saturday will be tirne and one-half(11/2) unless time has I _J been lost daring 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'/2) unless time, 1 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%z) their regular rate of pay for all hours worked, in addition to their regular holiday pay. � i �. Aw5026 Ryr A1vNUAL WAGE ORDER NO. 5 PAGE ?«r s 11AGFS l t r -` i3t'Il_DI�G CO�STRt:C"1l0\ COLE COUNTY OVERTIME R.A1 L_ i j 04ERT1ti9E RATES, ARE REQUIRED TO BE PAID FOR WORK PERFORMED OUTSIDE THE NORMAL -°t WORK DAY ONLY WHEN SPECIFICALLY E DICATED 1TI THE APPLICABLE OVERTIME RATE. �.. 40 hours per week, Monday to 57: 1`9eans eight (8) hours per day shall constitute a day's work and forty ( ) p t Friday inclusive, shall constitute a week's work. The regular starting time shall be 8:00 a.m. \�i�ten circumstances Ii warrant, the contractor may change the regular worlweek to four (4) ten-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 f,8) hours on i Saturday shall be paid at the rate of time and one-half(1'/-). All time worked in excess often (10) hours, Monday through Friday and eight(8) hours can Saturday and all time worked on Sunday and holidays shall be paid for at the double(2) time rate of pay. Iti+p, Sa: 1\1cans that except a5 herein proN'ided, eight (8) hours a day (which may begin as early as G:00 a.m.) �h:tll constitute a standard ;'ork day, and forty (10) hours per week shall constitute a week's work. All time worked outside of the standard eight (8) hour NN day and on Saturday shall be classified a_S overtime and paid the rate of time and one-half(1!h). Ail time ,�erl:ed on Sunday 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. NNIen the four (4) ten-hour Nvork week is in effect. the standard work day shall be consecutive ten (10) hour periods behteen the hours of 6:30 a.m. and 6:30 p.m. Forty (4U) hours per week shall constitute a �ti'ee s work, Monday through Thursday, inclusive. In the extent the jt is down for any reason beyond the Employ'er'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 ork. VAien the five day (8) hour work week is in effect, forty (40) hours per week shall constitute a week's :v��rk. Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control. _. then Saturday may, at Lhe option of the Employer, be worked as a make-up day; straight time not to exceed tight .(.)hours or f my (40) hours per week-. NO. 60: Means the Employer shall have the option of working five 8-hour days or four 10-hour days Nlonday through Friday. If an Employer elects to Nvork five 8-hour days during any workweek, hours worked more than eight (8) per day or forty (40) per N%,epk shall be paid at time and one-half. (1'/z) the hourly rats: Monday through Friday. SATURDAY MAKE-IFP DAY: If an Employer is prevented from working forty (40) hours, Monday __. through Friday,or any part thereof by ret:son of inclement weather (rain or mud), Saturday or any part ihereot'may be worked as a retake-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) hours on Friday at straight time. Friday must be scheduled far no more than ten (10) hours at the straight time rate, but all hours worked over the forty (40) hours Monday through Friday will be paid at time and one-half(1'/z) 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 (1'/z) the regular Millwright rate. 1 workday starting a.m. (and resulting quitting time of 4:30 p.m.)may be moved forward to G:00 y g of 4:00 � The regular a _j a.m. or delayed one (1)hour to 9:00 a.m. All work accomplished on Saturdays and holidays, or days observed as ; a.m. or shall be compensated for at double(2)the regular rate of wages for carpenters. f Monday duou h Friday, beginning at 8:00 i NO. g6: Mean the regular work week shall consist of five (5) days, y g y g i a.m. and ending at 4:30 p.m. All overtime work perfbrmed on Monday through Saturday shall be paid at time and one-half(1'/�) the hourly rate. All «-ork performed on Sundays and holidays shall be paid at double (2) the hourly rate. t j f ' PACE 3 Qt'51 G S '� AW5036.0T A:���UAL WAGE ORDER ISO. 5 I COLE COUNT)' OVERTI'ME RATES - BUILDING CONS I-RUC] ]ON I OVERTIME RATES ARE REQUIRED TO BE PAID FOR WORK PERFORNED OUTSIDE THE �OR�1AL > > ICALLY INDICATED LN THE APPLICABLE OVERTIME RATE. � WORK DAY ONLY WHEN SPECIFICALLY . shall constitute a days N0. 87: Means eight (8) hours starting between 7:00 a.m. and 4:30 p.n . 3 s work. Five (5) 1 days form Monday through Friday inclusive, shall constitute a regular work week. All hours before and aftc r these regular hours shall be considered overtime and shall be paid for at the rate of double (2) time. All work on I Saturday and Sunday shall be paid at double (2) time. Holidays shall be paid at the double (2) time rate of pay. f � �I ' NO. 91: Means eight (8) hours shall constitute a day's work in a time frame beginning as early as 7:00 a.m. and ending as late as 5:30 p.m. The work week shall be forty (40) hours beginning Monday as early as 7:00 a.m. and i ending Friday at 5:3(1 p.m. Employees shall receive double (2) tune 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 I shall be paid at the double (2) time rate of pay. NO. 94: Eight (8) hours shall constitute a regular work day that may being as early as 5:00 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 compensates) at one an d one-half(I'A,) 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 time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. NO, 101:• Means eight (8) hours x day shall constitute a standard work day, and forty (40) hours per week shall constitute a week's work, which shall begin on Monday and end on Friday. All time worked outside of the stm)dard work day and on Saturday shall be classified as overtime and paid the rate of time and one-hall'0',S) ,.u. (except as herein provided). All time worked on Sunday and recognized holidays shall be paid at the rate of double (2) time. Starting time may be as early as 6:00 am. and end as late as 5:30 p.m. 1-he Employer hay the option of working either five (5) eight-hour days or four (4) ten-hour days to constitute a normal forty (40) hour f work week. NVhen a four (4) ten-hour day work week is in e5ect, the standard work day shall be consecutive ten (10)hour periods between the hours of 6:30 am. and 6:30 p.m. Forty(40)hours per week shall constitute a week's work Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day; straight •- time not to exceed ten (10) hotils or forty (40) hours per week. All work over ten (10) hours in one day or forty (40) hours in a 410's workweek shall be paid at the overtime rate of time and one-half(1'/2). When using a five r (5)day eight(8)hour work week, and the job is down for any reason beyond the Employers control, then Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed eight (8) hours or forty(40)hours per week. } 1 4 # 4 AW5026.0T AN UAL WAGE ORDER NO. 5 IIA(;r: �cat t IInc;r1 I t i .t COLE COUNTY OVERTIME. RATES - BUILDING CONSTRUCTION � `ly � OVERTIME RATES ARE REQUIRED TO BE PAID FOR WORK PERFORMED OUTSIDE THE NORMAL 11'ORK DAY ONLY \Tir1iEN SPECIFICALLY II�TDICATED rN THE APPLICABLE OVERTIME RATE. p 10. 110: Means eight (8) hours between the hours of 8:00 a.m. and 4:30 p.m. shall constitute a work day. The �R ���or)c week shall commence at 8:00 a.m. on Monday and shall end at 4:30 p.m. on Friday. All work performed on Salurdav, except as herein provided, shall be compensated at one and one (I V2) times the regular hourly rate of , 1 p� p ' pay for the week performed. All work performed on Sunday and on recognized holidays shall be compensated at double (3) the regular hourly rate of pay for the work performed. If an Employer is prevented from working forty (+0) hours, Monday through Friday, or any part thereof by reason of inclement weather (rain and mud), Saturday or any part thereof may be worked as a make-up day at the straight time rate. The Employer shall have the option j of working five eight (8) hour days or four ten (10) hour days Monday through Friday. if an Employer elects to \vork five (S) eight (8) hour days during any work week, hours worked more than eight (8) per day or forty (40) � -.: hour per week shall be paid at time and one-half(I VS) the hourly rate Monday through Friday. If an Employer 1 elects to work four(4) ten (10) hour days in any week, work performed more than ten {10) hours per day or forty (40) hours per week shall be paid at time and one-half (1'/:) the hourly rate Monday through Friday. if an Employer is working ten (10) hour days and loses a day due to inclement weather, they may work ten (14) hours Friday at straight time. Friday must be scheduled for at least eight (8)hours and no more than ten (14) hours at the 'f . strai ,ht time rate, but all hours worked over the forty (40) hours Monday through Friday will be paid at time and ! overtime rate. ' f 1� t x. AW 502h.01' ANT\'UAL WAGE ORDER NO. 5 PAGE s OF S PACES i } i �I�fr�l�S(®h�6II/�'�/1�llli�llOf�L111117SY '�'..rm�ra.m..�..���s.�r — �...�___ •, ... COLE COUNTY j HOLIDAY RATE SCHEDULE - BUILDI N G CONSTRUCTION iZ:All wrnk II 4rrt New fears Day,Decoration Day.July 41h.Labor Day.\'cterari s Day.'fhanl��I M nL Day and e obsess 1 :ry t .ball hr paid at the double time rate of pay. \\'henc+er any such holidays fall on a Sunday,the following Monday shall be observed:r�a + day. .. 9 Memorial Day,Independence Day,Labor Day,Thanksgiving and Christmas Day shall be D,4:All work done on New Year's Day, paid at the double time rate of pay. If any of the above holidays fall on Sunday,Monday will be observed as the recognized holiday. If a:tv of the above holidays fall on Saturday,Friday will be observed as the recognized holiday. 1U. 5: All work 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 n a Sunday,the fol o�eing)!+4onday hhall be ob timed` No a Saturday.the preceding Friday shall be observed When a holiday falls work shall be performed on r,wbor except to say a life or propern�. \Where one of the holidays specified falls or is observed during the work week.then all work performed over and above thirty-two(32)hours in that week shall be paid at the rate of time and one- . Irs+lf t 1'�=1• ,.U.7:All work done ern New fears Day, Memorial Day,Independence Day.Labor Day,Veterans Day,Thanksgiving Day,and Christmas Day slralI he paid at the double time rate of pay. If a holiday falls on a Sunday,it shall be observed on the 1+4onday. 11'a holiday falls on a Saturday,it shall be observed on the preceding Friday. j 1 !14).11(:Ali work done on New Years Day,Memorial Day,Independence Day.Labor Day,Veterans Day.'i'h rnksgiv ing,Day,and 14 i 1 Chri%unas,err days nbservcd as such,shall be paid at the double time rate of pay. i lilt), ?3:All++ark done on;\ew y'ear's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day.Thanksgiving Day, Ci ristnias Day grid Sundays shall be recognized holidays and shall be paid at the double time rte of pay. When a holiday 9'all.on Sunday.the following Monday shall be eoncidered a holiday. - >\(�.31:All work done on New Years Day,Washington's Birthday,Memorial Day.Fourth of July,Labor Day,Columbus Day. l "�Ictcran's Day.Thanksgiving Day,Friday after Thanksgiving Day,Christmas Day,and Employee's Birthday shall be paid at the dntrblc _w �, rte rate of pay. If a holiday falls on Sunday,the following Monday will be obsen ed a_c the recognized holiday. if a holiday falls cm i Saturday.the preceding Friday will be observed as the recognized holiday. l l � NO.49:The following days shat)be observed as legal holidays and employees will receive eight(8)hours'pay at regular straight time J Labor Day,Thanksgiving Day,Christmas Day, hourly rate for each of these holidays: New Years Day,Decoration Day, my 4th, # } Employee's birthday and two(2)persona!days. The observance of one(1)of the personal days to be limited to the time between { j l7eccntber I and March I of the following year. If any of these holidays fall on Sunday,the following Monday will be observed as the holiday and if any of these holidays fail on Saturday,the preceding Friday a ill be observed as the holiday. ltemplm•ces work on:my 4r1' 1lrcxe holiday!:they shall be paid time&one-half(I'/:)their regular rate of pay for all hours Worked. y ? ' ' Nt),54:All work done ern New Year's,Memorial Day,Independence Day,Labor Day,Than Day.the Friday after { M 1 hanksgiwing Day,and Christmas Day shall be paid at the double(2)time rate of pay. When a holiday falls on Saturday.it shall hr l Observed on Saturday. When a holiday falls on Sunday,it shall be observed on Monday. alj S i a ,l AW502h.I1l)1' ANNUAL WAGE ORDER NO. S i ` , 'bt�. ' I Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE County a Effective asic over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates j ARPENTERS Journeymen 5198 $21.13 7 5 $5.15 — hAlillwrights 5/98 $21.13 7 5 $5.15 " iIQ_Driver Worker 5/98 $21.13 7 5 $5.15 °60ERATING ENGINEERS Group 1 5/98 $19.20 - 5 5 $9.20 roup 11 _ 5/98 $18.85 5 5 $9.20 Group iif _ 5/98 $18.65 5 5 $9.20 „IGroup IV 5/98 $15.00 5 5 _$9.20 M if;3iler-Driver 5198 $15.00 5 5 $9.20 r j fLAEBIORERS " .neral Laborers 5/98 $18.30 2 1 4 $5.30 Skilled Laborers 5/98 $18.90 2 4 $5.30 d TRUCK DRIVERS-TEAMSTERS _ - Group 1. 5/98 $19.22 2 4 $4.75 Group 11 5/98 $19.38 2 4 S4.75 Group 111 5/98 $19.37 2 4 S-4.75 i Group IV -5/98 $19.49 2 4 $4.75 i r. 'Annual Incremental Increase ANNUAL WAGE ORDER NO.5 7/98 i i 1: \leans ei&,t (S) hours shall constitute a normal day's work Monday through Friday. Projects may be %vorked on the basis of a ten (10) hour per day, four (4) days a week schedule (l,londay through Thursday). All hours worked over ten l Q hours per day or fort), +0 hours per week shall be aid at time & one-half l'/, . ( ) p• rt5' ( ) P P ( ) There arc no provisions for make-up days on Friday or Saturday, work on these days will be paid at time and one- half (1%). On projects \vorkutg five (5) day, eight (8) hour schedules (Monday through Friday), there is a l provision called "50 hour window for fore (40) hours worked." If inclement .veather causes a curtailment of work for projects operating under this 5-8's schedule, the employer may invoke the "50 hour windo,.v for forty (40) hours" provision. The Employer can «•crk the carpenter employees up to ten (10) hours per day at straight time, f until the employee reaches forty (40) hours in that \vicek. Any time 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'r:). The ability of the w; Employer to alter their work schedule from the regular eight (S) hours per day to nine (9) or ten (10) hours per day at straight tirne, is only applicable afer t}e Employer on that job site has lost work hours \%-hich are to be made up by the expanded daily -,work hours. Ti„te & ore-half(l I ) shall be paid for work perforated on Saturdays. Double (2) tune shall be paid for work performned on Sundays and recognized holidays. In such instances where a recognized holiday is observed d=14g the work week, it shall be counted as eight (8) hours toward a forty (40) hour«+ork \week, then ail v.-ork performed over and above 32 hours in that week would be paid at the rate of time & r one-half(1; ). w., \0. 2: Gleans a regular work week of forty (40) hours \\-ill start on Monday and end on Friday. The regular work day shall be either eight (8) or teat (10) hours. If a cre\v is prevented from working forty (40) hows Monday through Friday, or arty part thereof, by reason of inclement »•eather, Saturday or any part thereof may be worked as a make-up day at the straight time rave to complete forty (40) hours of,,vork in a vveek. Employees who are part of a regular cre\v on a make-up day, norvithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. -Time & one-half(1'/) shall be paid for all hours in excess of --- eight (8) hours per day (if working 5-8's) or ten (10) hours per day (if working 4-10's), or 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 Worry hours), time and one-half(1'/a) shall be paid. For all time worked on Sunday f and recognized holidays,double(2)time shall be paid. NO. 3: lvleans 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 rate of time & one-half �l (1 h). Workers shall receive time and one-half(1'/:) 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(1'/S). r INO. 4: Means a regular work week shall consist of not more than forty (40) hours of work, Monday through Saturday, and all a+ot•k performed over and above ten (10) hours per day and forty (40) hours per week shall be j paid at the raie of time & one-half(1'/:). Workmen shall receive time and one-half(1'/3) for all Nvork performed on ! ~j Sundays. NO. 5: Gleans a regular \vork week may be '�londay through Thursday (if working 4-10's) or Monday through Friday (if working 5.8's). Time & one-half(1'/) is paid when working in. excess of ten (10) hours per day (if working 4-10's) and on Friday & Saturday unless Friday and/or Saturday is used as a make-up day. Time & one- ; half(1'/2) is paid when working in excess of eight (8) hours per day (if WOTking 5-8's), and on Saturday unless jSaturday is used as a make-up day. All Sunday work shall receive double (2)time pay. .. J M h•;•nt.xNS ANNNUAL WAGE ORDER NO. 5 3,98 s s + ���:ifdCa�.in'-�7�iidR➢�NIlEL3iY8fL1�Y' �iE1�h ,F �RTI'• _, RAT cC:-- - VY CC!:CTR CTICN , 10. 6: '\4ea,-rs eight (S) hours shall coastaute the replar arr� day and form (40) hours a work week, :Monday through Friday. The Employer shall establish the starting tin-.- bet\�-een 7:00 a.m. and 9:00 a.m. Time and one- { half(1'/)shall be paid for work performed on a regular Work day before the regular starting time and after the i egular quitting time. Double (2) time shall be paid for work Performed on Sunday aJid holidays. At the j discretion of the Employer, Saturday can be used for a make-up day. The Employer vs-hen working on highway and road work my have the option to schedule the workweek for his paving crew only from Monday th-rough i Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one day to be at the applicable overtime rate. If the Ernplc)yer elects to work fromMonday through i 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 ca;,plete ljs or her forry (40) hours. NO. 7: Means the regular work week shall start on Monday and end on Friday, except where the Employer elects to work Monday through Thursday, ten (10) hours per ca} �� '. All ork over ten (10) hours in a day or fom (40)hours in a r.•eek shall be at the ovenime r ate of one and ene-half(1'/) times the regular hourly rate. The i regular work day shall be either- eight (8) or ten (10) hours. If a job can't work forty (40) hours :Monday through x.� Friday because of inclement weather or other conditions beyond the control of the Employer, Friday or Saturday maybe worked as a make-up day at straight time (if working 4-10's). Saturday maybe \\•orked as a make-up day at straight time (if working 5-8's). M1a'.;e-up days shall not be utilized for days lost from holidays. Except 4 ; as worked as a make-up day, tune on Sa7.:day shall be worked at one and one-half(1'/a) times the regt.rlar rate. NNrork performed on Sunday shall be paid at two (2) times the regular rate. Work performed on recognized holidays or days observed as such, shall also be paid at the double (2) time rate of pay. { _ NO. 8: gleans eight (8) hours shall constitute a regular workday. '`Monday through Friday. Tine and one.-half (1%) shall be paid for work perfonned it excess of eight (8) hours on any regular workday. An Employer may ! « have the option to schedule his , orknveek from Nionday through Thursday at ten (10) hours per day at the straight tirne rate of pay with all hours in excess of ten (10) hours in any one day to be at the applicable o-vertime rate of r , tune and one-half(1'/:). If an Employer elects to work from 'Monday through Thursday and is stopped due to ""_`,inclement weather(rainn, snow, sleet falling) he shall have the option to work Friday at the straight time rate of pay to complete his forty(410) hours. Ho wever. should a holiday occur, Monday through Thursday, the Emplover shall have the option to work Friday at the straight tine rate of pay to complete )vs forty (40) hours. Time and one-half (I'/:) shall be paid for work performed on Saturcays. Double (2) tine shall be paid for work per Formed on i wu Sundays and recognized holidays. ' NO. 9: Means eight (8) hours shall constitute a normal day's work 'Monday through Friday. Any time worked -" over eight(8)hours per day or forty (40) hours per week will be paid at time and one-half(1%) rate. `Fork may be scheduled on a four (4) days a creek (Monday through Thursday) at ten (10) hours a day schedule. if such schedule is employed,then Friday may be used as a make-up day when time is lost due to inclement weather. All work over ten (10) hours a day or over forty (40) hours a creek must be paid at time and one-half(I'/2). If an Employer has started the work creek on a fire-day, eight-hours a day schedule, and due to inclement eather _.� misses any time, then he may switch to a nine or ten hours a day schedule, at straight time, for the remainder of that work week in order to make up the lost time(10-hour make-up day). All work performed on Saturday shall be s` paid at time and one-half(1'/z). Double (2) time shall be paid for all tim e worked on Sundays and recognized -� holidays. In such instances where a recognized holiday is observed during the work week, it shall be counted as eight(8)hours to»•ards a forty (40) hour v.-ork week,then all work performed over and above thirty-two (32)hours in that week would be paid at the rate of tine & one-half(l'/-). , f M"` 3 h�;ot.aui ANNUAL- WAGE ORDER O. 5 3'99 ,t �a. �L CVRTIr: is SC'r'r1LL - CA'Tz' CONSTRUCTION NO. 10: Means the regular wort: tiveek shall consist of five 8-hour days, \Ionday through Friday. The .�. Employer may have the option to schedule his work week from Monday through Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one day to be paid at the j `°''►, applicable overtime rate. If the Employer elects to work Monday through Thursday and is stopped due to ! 1 inclement Nvewher (rain, snow, sleet failing), 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 I be paid at time and one-half(1%) the hourly rate. Work performed on Sundays grid Holidays shall be paid at double (2) the hourly rate. ' NO. 11: Means the regular work day shall consist of eiehi (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 from Monday through ' Thursday at ten (10)hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one day to be at the applicable ovenune rate. If the Emplo}er 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 fom•(40) hours. Time and one-half(11f!) shall be paid for ' all overtime hours worked during the week, 'Monday through Friday, and for all work performed on Saturday. i Double time shall be paid for all tirne worked on Sunday and recognized holidays. NO. 12: Means a regular%-ork 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 forte (40) hours per week shall be paid at the rate of time &one-half(1'/-). Workers shall receive time and one-half(] 'r:-) for all work performed on recognized holidays. Where one of the holidays falls or is observed during the -xork week, then all r:ork performed over and above thirty-two (32) hours shall be paid at tirn:e and one-half(1'�:}. NO. 13: Means that time and one-half(I' ) sha)1 be paid for the first t,.N-o (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) time rate. Double (2) time is also paid for Sundays and holidays. - � NO. 14: Means(8) hours shall constitute the regular workday with starting time as early as 6:30 a.m. ' Employees shall be paid one and one-half(I'/_) time the regular rate of wages for all hours worked in excess of eight (8) hours per day of a work .reek which is to begin on Monday. Time and one-half(3'/z) shall be paid for Saturday work. Double (2) time shall be paid for all Sundays and recognized holidays. NO. 15: 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 f and one-half(1'/2) the hourly rate. All work performed 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 work week of Monday through Friday except when the employer elects to work four 10- hour days. The Employer may have the option to schedule his work week from Monday through Thursday at ten(10)hours per day at the straight time rate of pay with all hours in excess often (10) hours in any one day to l _J 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 time rate of pay to complete the (40) hour workweek. However should a holiday occur,Monday through Thursday, the employer shall have the option to work.Friday at the straight time race of pay to complete the(40)hours. Time and one-half(11/2) shall be paid for work performed in excess of eight (8)hours in an 8- hour work week day, or in excess of ten 10-hours in a 10-hour work day,or outside the hours limiting a regular work day,Monday through Friday. Time and one-half(1'/-) shall be paid for work performed on Saturdays. Double(2)time shall be paid for work performed on Sundays and holidays. � 1 R' h yot.aws ANNUAL WAGE ORDER NO. 5 3.�8 i ' CVERTI R_=T SC-- � � - �.y'. i_CCNSTRUCTiC'N T wy five I � f NO. 10: deans the regular work week ,,-ail consist of five S-hots days, Monday through Friday. The Employer may have the option to schedule his work week from Monc(ay through Thursday at ten (10) hours per s day at the straight time rate of pay with all hours in excess of ten (10) hours in any one day to be paid at the applicable overtime rate. If the Employer elects to work ,'onday through Thursday and is stopped due to 1 i inclement weather(rain, snow, sleet falling), the Employer shall have the option to \vork 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 one-half(I%) the hourly rate. Work performed on Sundays and Holidays shall be paid at double (2) the hourly rate. j NO. 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 from Monday through -.» Thursday at ten (10) hours per da y at the st!•aight time rate of pay vvith all hours in excess of ten (10) hours in i any one day to be at the applicable o\-erime rate. If the Employer elects to work from Monday through Thursday and is stopped due to inclement weather, (rain, snow, sleet fallLng) he shall have the option to \vork Feiday at the straight time rate of pa} to complete his forty (40) hours. Time and one-half(111 ) shall be paid for all overtime hours worked during the week, Monday through Friday, and for all work performed on Saturday. Double tune shall be paid for all time worked on Sunday and recognized holidays. NO. 12: Means a regular work week shall consist of not more than forty (40) hours of Nvork and all work performed over a.nd above ten (10) hours per day and for (1 0) hours per week shall be paid at the rate of time & one-half(1'/z). \Workers shall recei\-e time and one-half(1'/) for all work performed on recognized holidays. Where one of the holidays falls or is observed during the vork week, then all work performed over and above thirty-two (32) hours shall be paid at time and one-half(1'/). - , NO. 13: Mears that time and one-half(I'/) shall be paid for the first two (2) hours overtime ?Monday through i Friday and the first eight (8) hours on Samrday. All other overtime hours Monday through Friday and on Saturday shall be paid at the double (2) time rate. Double (2) time is also paid for Sundays and holidays. NO. 14: Means (8) hours shall constitute the regular workday with starting time as early as 6:30 a.m. Employees shall be paid one and one-half(I'/-) time the regular rate of wages for all hours worked in excess of -„ eight (8)hours per day of a work week %vhich is to begin on Monday. Time and one-half(1'/2) shall be paid for Saturday work. Double (2)time shall be paid for all Sundays and recognized holidays. NO. 15: 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 one-half(I VS)the hourly rate. All work performed 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:')0 j p.m. in a five(5)day work weak of Monday through Friday except when the employer elects to work four 10- hour days. The Employer-may have the option to schedule his work week from Monday through Thursday at } ten(10)hours per day at the straight time rate of pay with all hours in excess of ten (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 .veather(rain, snow, sleet falling) the employer may have the option to work Friday at -1 the straight time rate of pay to complete the (40) hour workweek. Ho%vever 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 E the(40)hours. Time and one-half(I VS) shall be paid for work performed in excess of eight (8) hours in an 8- hour work week day, or m' excess of ten 10-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. } Double(2) time shall be paid for;work performed on Sundays and holidays. M-Yot.aw•s ANATJAL WAGE ORDER NO. 5 � 3.98 :ins. yKi1 1 cC� - - Ci,L�' CC':5T .UCT GN C'v NO. 17: 'deans eight (8) hours shall constitute the regular %\,,k day and fon�' ( 0) hours a »ork ��eek. \tot:da� through Friday. The Employer shall establish the starting tune bet-ween 6:30 a.m. and 9:00 a.m. Time and one- half(11/2) shall be paid after eight (8) consecutive hours worked after the established starting time and for hours Sworked before the established starting time. Time and one-half(1'/) shall be paid for work performed on aturdays. Work perfoned on Sundays and Holidays shall be paid at the double (2) time rate of pay. The Employer when working on Highw ay and Road Work may have the option to schedule the work week for his paving crew only from Monday through Thursday at ten (10.1 hours per day at the straight time rate of pay with -� all hours in excess of ten (10) hours in any one day to be at the applicable overture rate of time and one-half (1'/z). If the Employer elects to work from Monday through Thursday and is stopped due to inclement \veather (rain, snow, sleet falling), the Employer shall have the option to Nvork Friday at the straight time rate of pay to complete the forty (40) hours. NO. 18: Means a regular work week shall consist of not more than forty (40) hours of Nvork and all work performed over and above eight (8) hours per day and forty (40) hours per week shall be paid at the rate of time and one-half (1;%). Workmen shall receive time and one-half(1;,) for all ,vork performed on Sundays and ; holidays. A Nvork day is,to begin between 6:00 a.m. and 9:00 a.m. at the option of the Employer except when inclement weather or other conditions beyond the reasonable control of the Employer prevent w ork, in which M' event,the starting time may be dela)ed, but not later than 12:00 noon. h;O, i4: :��ea s the standard work day shall consist of eight (8) hours of work scheduled bet\\•een 7:00 a.m. and f 5:00 p.m. from Monday to Friday, inclusive. :?All hours worked in excess of eight (8) hours per day, forty (40) hours per:;eek, Monday through Saturday shall be paid at the time and one-half(I I/i) rate of regular hourly rate, except as provided else\,,'here. All work performed on Sundays and recognized holidays shall be paid at the rate of two (2) times the regular hourly rate. The employer has the option of working four (1) ten (l0) hour days,with Friday and Saturday as a make-up day due to «-eather related loss of time. On the four-ten schedule, j the rate of time and once-half(1'/2) the regular hourly rate will be paid nn all hours over ten (10) per day and over forty(40) per v.,eek, all work performed on Sundays and recognized holidays shall be paid at tN\o (2) times the _. regular hourly rate. MAKE-UP DAY: Ln the event the contractor is unable to Mork forty (40)hours in a»ork -' week due to inclement weather, Saturday may be used as a make-up day. All make-up hours worked on Saturday (tip to 40 hours) shall be paid at the straight time rate of pay. The make-up day may not be used to ' make-up holidays. N0.20: Means eight (8) hours shall constitute a day's work between the hours of 7:00 a.m. and 5:00 P.M. from i Monday to Friday, inclusive. The work,.veek shall be forty(40)hours,Monday through Friday. Any work in r _ excess of forty(40)hours in one week shall be paid at the applicable overtime rate. At the Employer's option the work can consist of five(5) eight(8)hour days or four(4) ten hour days. In case of bad weather, or equipment breakdown,Friday maybe used as a make-up day if four tens are being worked. If five eights are beilig worked, Saturday may be used as a make-up day. If the Employer works five eight hour days, all time ; 1 over ctght hours in one day will be paid at the overtime rate. Time and one-half (1'/:) shall be paid for the first { ~-' two(2)hours of overtime work on any regular work day and any work performed before regular starting time � and after regular quitting time and for the first ten(10)hour s on Saturday. All work in excess of ten (10) hours regular work day and ten(10)hours on Saturday and all Nvork performed on Sunday and recognized holidays shall be double(2) time. 1 • t. htiyot.:w•S ANNUAL WAGE ORDER NO. 5 ap$ I .. HOLIDAN* RATE SCHEDULE - IIE.-kVY CONSTRUCTION j No. 1: All work performed on New fear'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 obsen-ed as such holiday. No. 2: All work 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 of time and one-half(1%). When a holiday falls on Saturday, Friday shall ' be observed. When a holiday falls on Sunday, Monday shall be observed. I\To work shall be performed on Labor Day except to save life or property. N%Iere one of the holidays specified falls or is observed during the work week, then all wort:performed over and above thirty-m,o (32) hours in that week shall be paid at the rate of time and one-half(1'/2). No. 3: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be obsen'ed on the following Monday. No work shall be performed on Labor Day 1 except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. ( When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight(8) hours toward the fort (10) hour week: however, no reimbursement for this eight (8) hours - is to be paid to the workmen unless Worked. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive time & one-half (1'/,' '..ie regular rate ofpay for such work. w, No. 4: All work performed on New Year's Day, 'Memorial Day, Independence Day, Labor Day, ._ ) Thanksgiving Day, Christmas Day, or days obsen•ed as such, shall be paid at the double time rate of pay. When a holiday falls on a Sunday, 'vIonday shall be obsented. ( Nu.5: All work performed on N' w Year's Day,Decoration Day(IMemori J Day), Independence Day (Fourth of July),Labor Day, Thanksgiving Day,Christmas Day,or days observed as such, ~� shall be paid at the rate of double(2)time. W'nen a holiday falls on a Saturday,Friday shall be 1 obsered. NIVIen 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 over and above thirty-two (32)hours in -- that week shall be paid at the rate of time and one-half(1'/2). i No. 6: All work done 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 t 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 r T r 1 observed on the following Monday. 1\0 work shall be performed on Labor Day. � N.� 1 j 1 � f l f` HoliA y.aw•S ANNUAL WAGE ORDER NO. 5 3/98 C HOLID:41 RaTE CHEDt LE - H E.a� Y CO�STRL'CTIOti 1 No. 7: All work done on New Year's Day, Memorial Day, Thanksgiving Day and Veteran's Day shall be paid at the double time rate of pay. No Nvork shall be done on Christmas Day, Fourth of July or Labor Day. When any of the above holidays fall on Sunday, 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 P revious Friday or following Monday. Such'days shall be regular w orkdays. a NO. 8: All work performed on New Year's Day, Decoration Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, or days observed as such, shall be paid at double(2)the hourly rate. When any of these holidays fall on Sunday, the Monday following shall ...1 be observed as such holiday. ' NO. 9: All work done on New Fear's Day, Decoration Day, July 4', Labor Day, Veteran's Day, 'Yhanksgiving 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 \e%N, 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. Wb a holiday occurs on Saturday it shall 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. ( °`+ NO. 11: ?leans all work performed on New Year's Day, Memorial Day, Fourth of July, Labor hristmas Dav, and any additional holidays which may be Day,Veteran's Day, Thanksgiving Day, C i mutually agreed upon shall be paid at the double (2) time rate of pay. Whenever any such holiday falls on a Sunday,the following Monday shall be recognized and observed as the holiday. e Dav Labor Day, i ""? NO. 12: All work performed on'New Years Da}, Decoration Day, Independen.. a., i Thanksgiving Day, and Christmas Day, or days observed as such, shall be paid at the rate of time and one-halfi(l'/z). No work shall 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 1 Saturday,the preceding Friday shall be observed;when the holiday falls on a Sunday,ihe following Monday shall be observed. Where one of the specified holidays falls or is observed during the work week,then all work performed over and above thirty-two (32)hours in that week shall be paid I at the rate of time and one-half (1'h). y+ NO. 13: All work performed on recognized holidays shall be paid at the double (2) time rate of P a y. No work shall be performed n d Labor Day except to save life or property. The following ' holyda s shall be observed: New Year's Day, Memorial Day, Fourth of July, Labor Day,Veteran's y Day, to be observed November 11 (or a mutually agreed date of the Friday after Thanksgiving if —� agreed by other crafts working on project), Thanksgiving Day and Christinas Day. Any holiday which occurs on a Sunday shall be observed the following Monday. ' 1 . y Holidbvy.2wS ANNUAL WAGE ORDER NO. 5 3/98 1 I 2 r OUTSIDE ELECTRICIANS These rates are to be used in the following counties: Adair, Audrain, Boone, Callaway, Camden, Carter, Chariton, Clark, Cole, Cooper, Crawford, wr Dent, Franklin, Gasconade, Ho�%`ard, Howell,.Iron, Jefferson, Knox, Lewis, Lincoln, Linn, hlUon, Maries, Marion, Miller, Moniteau, Monroe, Montgomery,.Morgan, Oregon, Osage, Pony, Phelps, Pike, Pulaski, Putnam, Rails, Randolph, Reynolds, Ripley, St. Charles, St. Francois, St. Louis City, St. Louis County, Ste. Genevieve, Schuyler, Scotland, Shannon, Shelby, Sullivan, Texas, Warren, and Washington CO]NEMERCI aL WORK Occupational Title Basic Total Hourly Fringe Rate Benefits Journevman Lineman S23.71 S2.00 +40% Lineman Operator 521.23 S2.00 + 40% '7 Groundman S16.81 S2.00+40% UTILITY WORK 1 Occupational nal Title Basic Total t io f -r Hourly Fringe Rate Benefits Journeyman Lineman S23.29 S2.00+3;% Lineman Operator S20.10 S2.00+34% Groundman S15.55 S2.00+34% OVERTPNJE RATE: Eight (8)hours shall constitute a work day beM,een the hours of 7:00 a.m. and 4:30 p.m. Fort 40 hours within five 5 days,Monday through Friday inclusive shall � constitute the work week. Work performed in the 9th and 10th hour, Monday through Friday, 1 shall be Paid at time and one-half(1'/2) the regular straight time rate of pay. Contractor has the -� option to pay two (2)hours per day at the time and one-half(I V2)the regular straight time rate of s pay between the hours of 6:00 a.m. and 5:30 p.m.,Monday through Friday. Work performed outside the regularly scheduled working hours and on Saturdays, Sundays and recognized legal holidays, or days celebrated as such, shall be paid for at the rate of double (2) time. HOLIDAY RATE: All work performed on New"Year's Day, Memorial Day, Fourth of July, Labor D a y, Veteran's s D a y, Th ank sgNi ng D a y, C hristmas Da y, or days celebrated as such shall be paid at the double time rate of pay. When one of the foregoing holidays falls on Sunday, it shall be celebrated on the following Monday. 1 ouTSTt..AWS Ah'2'.UAL WAGE ORDER NO. 5 3/98 ......_........_._..._._..._.,.._ _� iFvt t. , AFFIDAVIT COMPLIANCE PUBLIC WORKS CONTRACTS LAW i „. . I, the undersigned, of lawful age, first ' being duly sworn, state to the best of my information and belief as follows: s I i 1. That I am employed as —_ { s by 2. That was awarded a public works I i contract for Project No. 32062,Traffic Signal Installation for Stadium Boulevard and West Edgewood Drive and Eastland Drive and Elm Street. a ` . 3. That I have read and am familiar with Section 290.290 RSNIo (1993 Supp.) an act relating to public works contracts, which impose certain 1 requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. , 4. That _,has fully complied with the 7 ' provisions and requirements of Section 290.290 RSMo (1993 Supp.) k , FURTHER AFFIANT SAYETH NAUGHT. + AFFIANT i 1 Subscribed and sworn to before me this _ day of , 19 NOTARY PUBLIC My Commission Expires: : a STATE OF MISSOURI ) )ss :A. COUNTY OF ) CAMDOMPROJECTWaffic signal project.wpd September 17,1898 . Fit ' i EXCESSIVE UNEMPLOYMENT EXCEPTION CERTIFICATION I, the undersigned, , of lawful age, first being duly sworn, state to the best of my information and belief as follows: ' 1. That I am employed as __ by 2. That was awarded a public works contract for Project No. 32042, Traffic Signal Installation for Stadium Boulevard and West Edgewood Drive and Eastland (Drive i �., and Elm Street. l i 3. That I have read and am familiar with Section 290.290 RSMo (1993 Stapp.) 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 j 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 I laborers or laborers from non-restrictive states are available or capable Y of performing ._ FURTHER AFFIANT SAYETH NAUGHT. r �I AFFIANT «, { Subscribed and sworn to before me this day of 119� NOTARY.PUBLIC t My Commission Expires: APPROVED BY: DIRECTOR OF PUBLIC WORKS, CITY OF JEFFERSON, MO Y CAMDOMPROJECTUraffc signal projectwpd September 17,1998 { { jt tSt ' r i , CONSTRUCTION CONTRACT s lq S r 111 THIS CONTRACT, made and entered into this day of ' 1995 i by and between Meyer Electric Co., Inc. hereinafter called "Contractor", and the City --� of Jefferson, Missouri, a municipal corporation, hereinafter called "City". WITNESSETH: That Whereas, the Contractor has become the lowest responsible r t bidder for furnishing the supervision, labor, tools, equipment, materials and supplies } and for constructing the following City improvements: { 2042 Traffic Signal Installation for Stadium Boulevard and West Project No 3 9 l ~� Edgewood Drive and Eastland Drive and Elm Street. # j NOW THEREFORE, the parties to this contract agree to the following: I 1. Manner and time for Corn letion. 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 120 calendar days from the date Contractor is ordered to proceed,which order shall be issued by the Director of Public Works within ten (10) days after the date of this 1 contract. f ' ( 2. Prevailing Wa ges. All labor utilized in the construction of the aforementioned 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 r } � and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that i Contractor knows the prevailing hourly rate of wages for this project because r. Contractor has obtained the prevailing hourly rate of wages from the contents of the ` k current Annual Wage Order No. 5, Section 026, Cole County in which the rate of .r 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 _•3 with the work to be performed under the terms of this contract, The record shall show the actual wages paid to the workmen in connection with the work to be performed under the terms of this contract. A copy of the record shall be delivered to the Director of 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. CAW PDOCSIPROJECT1traffic signal project.wpd October 15,19% , Fni A '1\eC4'iJrn.h.b.5.C1:r. , '. .' '. .:.:^' .'. ... .. ... .., ..4..,,.�.^...M^•. TT.bY i . axw-...�...._._._�._...___....._._.mow....-_.-.___ _.......... ......._.. ... ... .. ., .. .. .. .. .. .. ...._.._.,._ ...__'=__ i 3. Insullrance. Contractor shall procure and maintain at its own expense during the life of this contract: (a) Workmen's Compensation Insurance for all of its employees to be engaged in work under this contract. (b) Contractor's Public Liability Insurance in an amount not less than $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 claims arising out of a single accident or occurrence and $100,000 for any one person in a single accident or occurrence. i (c) Automobile Liability 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 Liabilit insurance -The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City of Jefferson as the insured, 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, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liabiiity 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 i require the Subcontractor to procure and maintain all insurance required in s Subparagraphs (a), (b), and (c) hereof and in like amounts. (f) Scope of Insurance and Special Hazard. The insurance required under ' ( Sub-paragraphs b)and ( ) c hereof shall provide adequate protection for the Contractor •- � and its subcontractors, respectively, against damage claims which may arise from .� operations under this contract,whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. NOTE: Paragraph (f)is construed to require the procurement of Contractor's protective insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless r, CAMDOCSTROJECTItrafic signal project.wpd October 15, 99W i }t OIF 1. , �cw�crwnswrcwworNCivew�^�',yrcrs9a�qwew�c��a► tf6ll the general public liability and properly damage policy(or rider attached thereto)of the I general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. 4. Contractoer i Responsibility for Subcontractors. It is further agreed that i °- 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 i cause appropriate provisions to be inserted in all subcontracts relating to this work, to J bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power ' regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. .,� 5, Lim acted Damages. She Director of Public Works may deduct$500 from any amount otherwise due under this contract for every calendar day the Contractor fails or refuses to prosecute the work, or any separable part thereof,with such diligence as ~� will insure the completion by the time above specified, or any extension thereof, or fails 1 ..� to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with I , liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. I —f 6. Termination. The City reserves the right to terminate this contract by giving at i 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 receiver should be appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor should refuse or fail to make prompt A4 payment to any person supplying labor or materials for the work under the contract, or t _ persistently disregard instructions of the City or fail to observe or perform any provisions of the contract. T -J 7. Ci 's Right to Proceed. In the event this contract is terminated pursuant to take over the work and prosecute the same to Paragraph 6, then the City may p completion, by contract or otherwise, and Contractor and its sureties shall be liable to L -^� the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site and are CAMDOMPROJECntraftic signal project.wpd octobar 15,19% at ' Y T >•-�. .�-�.�r �.nsr+..��.�a�.r��a.���rw+.�r�vgq.��.�rP�.+. .�nw+ww�cwn.i ).gill�..�[9v'ISYYYfi1-f-�I�WiAi.tMl� i j4!�( necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, city 4Y., l�{`5 ordinances, and state and federal laws. 3. Inde nitv. The Contractor agrees to defend, indemnify, and save the City ! harrnless from and against all claims, suits and actions of every description, brought C against the City and from all damage and costs by reason or on account of any injuries i - 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 act or omission of Contractor, its servants, agents, or subcontractors, or arising out of the award of this contract to Contractor. - 9. Payment for Labor and-Materials. The Contractor agrees and binds itself to -j pay for all labor done, and for all the materials used in the construction of the work to s 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. 3 .l 10. -4 s. The Contractor is hereby authorized and directed to utilize the City's .. sales flax exemption in the purchase of goods and materials for the project as set out + ^" in Section 144.062 RSMo 1986 as amended. Contractor shall keep and maintain - records and invoices of all such purchases which shall be submitted to the City. 11. Payment. The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the Contract i Documents upon acceptance of said work by the Director of Public Works and in accordance with the rates and/or amounts stated in the bid of Contractor dated Tuesday, October 6, 1995 which are by reference made a part hereof. No partial payment to the Contractor shall operate as approval or acceptance of work done or I materials furnished hereunder. The total amount of this contract shall not exceed One hundred eighty-seven nine hundred fifty-two and 001100 ($167,952.00) Dollars. 12. �antractJpcurnents. The contract docur-nents shall consist of the following: a. This Contract f. General Provisions b. Addenda g. Special Provisions c. Information for Bidders h. Technical Specifications ;;y r• d. Notice to Bidders i. Drawings and/or sketches ! �•..: e. Signed Copy of Bid CAWPDOCSIPROJEC)%traffic signal pro;ect.wpd October 15,1998 ^F ^4F < I I I 1 { 1 This contract and the other documents enumerated in this paragraph, farm the 1 r Contract between the parties. These documents are as fully a part of the contract as M if attached hereto or repeated herein. {{d �: EE 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 provision in all subcontracts let or awarded hereunder. .i 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 55101, and Contractor at 3513 No.Ten Mile Drive,Jefferson ` City, MO 65109. The date of delivery of any notice shall be the second full day after the day of its mailing. �i 15. Jurisdiction. This agreement and every question arising hereunder shall be l interpreted according to the laws and statutes of the State of Missouri. 16. IN TESTIMONY WHEREOF,the parties have h .reunto set their hands"and seals this 2 day of Qc-to 6 e r' , 19 . .....,� CI OF JEFFERSON, MISSOURI j APPROVED O FORM: ATTEST: y o se or 'City Clerk _.i TRACTO ..,; Title: Lee r- ATTEST: l c e. Pt-&-s ear>`"� itle: r Q D6=PROJSCT%traffic signal project.wpd October 15,IM wl Ni is Bond No. 400 JY8170 { j i i F ' PERFORMANCE, PAYMENT AND GUARANTEE BOND � KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Miner E ctric �' Company, Inc. , 3513 North Ten Mile Dr. , Jefferson City, MO 65102 hereinafter,referred to as"Contractor"and_ St. Paul Fire & Marine Insurance Coo, F i a Corporation organized under the laws of the State of Minnesota — and authorized to transact business in the �7 State of Missouri as Surety, are held and firmly bound unto the I City of Jefferson hereinafter referred to as"Owner" , One Hundred Eighty seven Thousand, Nine Hundred ' in the.penal sum of and no/100----------------- -- EbLLA � 187,952.00 _ ), 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. fit THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; WHEREAS,the above bounded Contractor has on the 19th day of _Qe W er j 19_98 , 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 a made a part hereof: NOW THEREFORE, if the said Contractor shall and will, in all particulars,well, duly and t faithfully observe, perform and abide b each and eve covenant, condition, and art y every p . 3({ of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law i 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; :a otherwise it shall remain in full force and effect. . CAWPD005IPROJECTWaft xigrW ao*twpd September 17,19M. > a , i PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries ► and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to be done, the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with interest as provided by law: W4 i i 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 i contract, or to the work, or to the specifications: - -- PROVIDED FURTHER, that if the said Contractor fails to pay the prevailing hourly rate � t ,i of wages, as shown in the attached schedule, to any workman engaged in the I construction of the improvements as designated, defined and described in the said i -1 contract, specifications and conditions thereof, the Surety will pay the deficiency and any penalty provided for by law which the contractor incurs by reason of(his/its) act or omission, in any amount not exceeding the amount of this obligation together with interest as provided by law: IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the l said Surety has caused these presents to be executed in its name, and its corporate i seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at Jefferson City, Missouri on this the 19th day of October 19 98 , St. Paul bemire & Marine Ins. Co. Mayer Electric Co. . Inc. � i SURETY COMPANY CONTRACTOR „r BY (SEAL) Y EAL) �. Ira u � �-• AL) BY (SEAL) Attorney-in-fact (State Representative) I +� Thomas S. Naught (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) � f. CAWPDOCSTROJEC ntreffic signal project.wpd September 17,1898 7 to ACKNOWLEDGEMENT OF ATTORNEY-IN-FACT tt , STATE OF MISSOURI COUNTY OF COLE ss. On this J9th day of October 19 98 before me, a No ' tary Public. within andfor said COuntY a.nd State, personally appeared THOMAS S. NAUGHT to me Personal1w known, and known to me to be the Attorne�y-in-Fact of and for the ST. PAUL FIRE AND MARINE INS URANCE COMPANY, Saint Paul, Minnesn, corporation, created, Organized and existing under and by virtue of the laws of the State ta I of Milineso , upon oath dii s the: corporate sea] affixed to the attached instrument is the seal of the said Company; that the sedl �vas affixed and th said nstrument was executed by the authonty of its Board of Ditwors; and .he/she did 'also ack:nowle'dge,that.lie/she ex e said instru as the free act and deed of said Company. inY 26, 1999 PublicDO N Y BAKER My comnisaon &Pi— .11072 Rev.4-85 P66ted In U.S. c ,41hd n e� exec "�um ' %"s e s s Sl aid iAna �L NbI1,I)o y BAKER V 1 ST.PAUL FIRE AND MARINE INSURANCE COMPANY CERTIFICATE OF i Sum), 385 Washington Sweet,St..Van],Minnesota 55102 AUTHORITY NO. i j CERTIFIED For vetification of the authenticity of this Power of Attorney,you may telephone toll lire 1•-800-421.3880 and ask for t) COPY NO. the Power of Attorney Clerk.Please refer to the Certificate of Authority No,mid the named individual(s). { � F-1193 GENERAL POWER OF A'T'TORNEY - CERTIFIED COPY 2004609 i (Original on file at Home Office of Company. See Certification.) 1 KNOW AI.L MEN BY THESE PRESENTS:That St.Paul Fire and Marine insurance Company,a corporation organized and existing under the laws of the State � of Minnesota,having its principal office in the City of St.Paul,Minnesota,dotes hereby constitute and appoint: 3h=_iZ S- Naught., DOrothy M- Elaker, RU- y D. Naught, individually, Jefferson City, Missouri ? 1 r t its true and lawful attomcy(s)-in-fact to execute,seal and deliver for and on its behalf as surely.any and all bonds and undertakings, recognizances,contracts of ! indemnity and other writings obligatory in the nature thereof, which are or may be allowed,required or permitted by law. statute, rule, regulation,contract or otherwise, r MT TO EXCM IN PEWI:,TY THE StJM 0£ FIVE M LLIM DOLLARS($5,000,000)FACH i i and the execution of a!)such instrutnent(s)in pursuance of*these presents,shall be as binding upon said St.Paul Fire and Marine insurance Company,as fully and amply,to ail intents and purposes,as if the sane had been duly executed and acknowledged by its regularly elected officers at its principal office. F This Power of Attorney is executed,and may he certitied to and may be revoked,pursuant to and by authority of Article V,-Section 6(C),of the By-Laws adopted by E Ste Shareholders of ST,PAUL.FIRF AND SIARINE INSURANCE COMPANY al a meeting called and held or,the 28th day of April, 1978,of which the following } is a true transcript of said Section 6(C): I "Me President or anv Vice President,Assistant Vice President,Secretary or Service Center General Manager shall have power and authority (1) To appoint Attorneys-in-fact,and to authorize them to execute pa behalf of the Company,and attach the Seal of the Company thereto,(ands and p undertakings,recognizances,contract,of indemnity and other writings obligatory in the nature thereof,and To appoint special Attorneys-in-fact who are hereby authorized to certify to copies of any power-of-attorney issued in pursuance of this section and/or any of the By-Laws of the Company,and t (3) To remove,at any time,any such Attomtry-in-fact or Special Atlomey-in-fact and revoke the authority given him." Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 5th day of May,1959,of which the following is awe excerpt: "Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and bunting upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." ,.' Ft�e IN TESTIMONY WHEREOF,St.Paul Fire and Marine Insurance Company has caused this instrument to be signed acid its corporate r 4 y� seal to be affixed by its authorized officer,this 30th day of November,A.D. 19901. A m ST.PAUL FIRE AND MARINE INSURANCE COMPANY STATE OF NEW JERSEY ss. r ' *Ao e • County of Somerset } KENNETH J.RYAN,Secretary On this 27th day of Ja*luc-LX y . 1994 before ore came the individual who executed the preceding instrument, to me personally known,and,being by me duly sworn,saia that he/she is the therein described and authorized officer of St.Paul Fire and Marine Insunuice Company; that the seal affixed to said instrument is the Corporate Seal of said Compap-y;that the said Corporate Seed and his/her signature were duly affixed by order of the Board of Directors of said Company. IN TESTIMONY WHEREOF,1 have hereunto set my hand and affixed my Official Seal,at the township of Bedminster,New Jersey,the �str day and year first above.written. ►trrrNtr F r , LINDA SME'fffERS,Notary Public,Middlesex,NJ Kly Commission Expires December 16,2001 CERTIFICATION I,the undersigned officer of St.Paul Fin:and Marine Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the By-Laws of said Company as set forth in said Power of Attorney,with the ORIGINAI ;ON FILE IN THE HOME OFFICE OF SAID COMPANY,and that the same are correct tnrnscrrpts thereof,and of the.whole of the said originals,and that the said Power of Attorney has not f been revoked and is now in full force and effect. �FrRE 4 � • k'+ iN TESTIMONY WHEREOF,1 have hereunto set my hand this l � r AN 1 "CE`A (y�th day of OCtOber - , 19 98 MICHAEL W.ANDERSON,Secretary : �nly a certified copy of Power of Attorney bearing the Certificate of Authority No.printed in red un the upper right comer is binding.Photocopies,carton copies or other reproductions of this document are invalid and not binding upon the Company. ANY INS'dRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY. , 29550 Rev. 12.96 Printed In U.S.A. f1 I ' I ....s - _ - —_ _ —_ .t: , S I. . . . f} ., . . I . dd)m"f •'L .....- --.�. -...,.r.-..,...__- - .._._. ._:-......., .,._...: _.-,-....... , .. ..-._... . ..._..._- .,-. ..-.„._...._.. ..-_........... :.. .". ... c:... ::... w(.` �. I . � I I I I .� . I . I I I I I� . I I . I�,:-,,,� :1- .I . I I I. I I I � I � I � . -, � Y y :i ­ � I'll . f I — i . . ,. I 5 t d f 3 -,,�.�,:": ,t �Y #�11 ,:. � , . I I I � � I � .1 � I � � � ,� . .I. � � � - � I � - �"”' — I - I i.. : :F + �, — :S . , . .. :s. it ' S r .�� ''I ,,,++`i`ir ADDENDUM TO MISSOURI BONDS 4 .. ' - *t .^C ',l ; I ,. . S. i e. IF YOU ARE UNA}�T.E TO OBTAIN IMRMATION FROM YOUR ,i .. A,S r AG=, YOU MAY CX�ACT US AT THE FOLS G ADDRESS . OR NUMEiER•11 G: - t ,: I'tii '}Y ,. � _ r V�I ST. PAUL b''1�2E AND 'INS[JRANCE COMPANY �{ `, ST. PAUL MII'C(MY INSURANCE CXCYPANY ��7. ST PAULA GUARDIAN INSURANCE COMPANY ;11} '' 1 11,Pmt "V"!.. _ .1.11 r C/O StJR��'Y CX�IPANY .. BURNT P= ROAD AND ROUTE 206 , BE24INSTER, NEW JERSEY 07921 , C t. M� aF� . a <' 908-658-3500 1 . ;,,� . �J. 77�r i t( 11 in,t �1. I i a 1( i. - ; ads :. ,j �� /f z, �6 a i 1, .. 3l �a €i ��i L�. } y . + C }S V { Jy 1 I,it1 i t ! PP P'F'.�';71yr.�f X�y dl 4 t ,{ {5>< ° � � t }', : d is td) .,5, n h s.�@ e, ,. } t t F ,�,:C : ' t tF I �'t f - .s}• a it , 5 F l .. .. ,a`2 x. : ..i. : i »f zfil I. b. ¢t' '?'z ts� . .. + r y a ,11 u i ask r- if tt F 4 awwr.�ya+w�, ..— F r.,..,,-tea aw"t.) ' a' f 9 n.M, m"�tF^"1 NGa.. '2v"Le'` l¢+ ..ti".' rfd�5�` 'L"4 1.I '+".� .R a+F t 3 .� 2 131 x , s y �..T�`�'— '...a..-._ 11 �I f`. ""'ao.ll-�' �. c is f� , t ,- ,,. `�#'!i a , r ' bFf-3 �p�FSx t i�' e ;r s i, a f! ,I 11 g i h ��.iry''� zr�i t r i�K. , al. .i - . .. ' � F F a. # iF , t5 F,FI e f i p-. 1 F { yr i. : ,tfir E�MrHdrle�o��nsr�nFn�cF�av s■.ae■■� o —.--°1--..�.« .a. :._ ,. :;, -} .,,.,; .n� ,c.. ;k � GENERAL P_ ROYISIONS .,.� FORWARD The following Articles GP-1 through GP-49 are"General Provisions of the Contract", modified i as set forth in the Special Provisions. ^t GP-1 CONTRACT DOCUMENTS E 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 'fable of Contents and bound in this Volume. Plans, all Addenda thereto issued prior to the time of opening bids for the work, all of which are hereto attached, and other drawings, specifications,and engineering data which may be furnished by the Contractor and approved by the Owner,together with such additional drawings which may be furnished by the Engineer } from time to time as are necessary to make clear and to define in greater detail the intent of the specifications and drawings,are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. 'rhe several parts of the Contract Documents are complementary,and what is called for by any one shall be as binding as if called for by all. The intention of the Documents its 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 �j applied have a well known technical or trade meaning shall be held to refer to such recognized standards. ; The Contract shall be executed in the State and County where the Owner is located. Three(3) copies of the contract documents shall be prepared by the Contractor,each containing an exact r 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 t, 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 I, One (1)with the Contractor ' ,f DEFINITIONS ,}r • GP-2 .� Wherever any work or expression defined in this article, or pronoun used in its stead, occurs in.these contract documents, it shall have and is mutually understood to have the meaning ; herein given:' CAWPDOMPROJECTTtrafic signal pro)ect.wpd September,17,1985 }, 7 Ix {}} =j 1}'*•i.cW\fyyk i.ry,ry vKm 4+ x.+v ... .ri .._. .. .. .. .. ..a )u..r •' �� •�(,. ~ 1 ^+ww`�v.'tsw � s y 5 ' 1 atlY .7 vZ i _1 c } i 1'. "Contract"or"Contract Documents"shall include all of the documents enumerated in the previous article. 2. "Owner", "City", or words "Party of the First Part", shall mean the party entering into contract to secure performance of the work covered by this Contract and his or its duly authorized officers or agents. S. "Contractor"or the words"Party of the Second Part"shall mean the party entering Into contract for the performance of the work covered by this contract and his duly ! authorized agents or legal representatives. 4 4. "subcontractors"shall mean and referto a corporation,partnership,or individual having —i a direct contract with the Contractor, for performing work at the job site. 6. "Engineer" shall mean the authorized representative of the Director of Public Works, (i.e., the Engineering Supervisor). .w� I "Construction �Cepresentative"shall mean the engineering or technical assistant duly f 6. "Construction authorized by the Engineer limited to the particular duties entrusted to him or them as .` subsequently set forth herein. 7. "gate of Award of Contract or words equivalent thereto, shall mean the date upon / which the successful bidder's proposal is accepted by the City. r $. "Day"or"days' unless herein otherwise expressly defined, shall mean a calendar day or days of twenty-four hours each. 9. "The work"shall mean the work to be done and the equipment,supplies and materials to be furnished under this contract, unless some other meaning is indicated by the context. I10.' "Plans" or "drawings" shall mean and include all drawings which may have been ' prepared by the Engineer as a basis for proposals, all drawings submitted by the successful bidder with his proposat and by the Contractor to the City, if and when r } approved by the Engineer, and all drawings submitted by the City to the Contractor during the progress of the work, as provided for herein. 11. Whenever in these contract documents the words "as directed", "as required", "as permitted", "as allowed", or words or phrases of like import are used, it shall be understood that the direction, requirement, permission, or allowance of the City and Engineer is intended. 12. Similarly the words "approved", "reasonable", "suitable", "acceptable", "properly", ' "satisfactory",or words of like effect and import,unless otherwise particularly specified herein,shall mean approved, reasonable, suitable, acceptable, proper or satisfactory In the judgment of the City and Engineer. 1 j C:\WPDOCS\PROJECT\troffic signal pro*t.Wpd September 1T,1998 t j r 1 iF E t gg 1{ x i1t 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 i expression means the mutual understanding and agreement of the Contractor and the City. 14. "Missouri Highway Specifications" shall mean the latest edition of the "Missouri Standard Specifications for Highway Construction"prepared by the Missouri Highway ' and Transportation Commission. 15. Consultant shall mean the firm, company, individual, or its/his/her duly authorized representative(s)u nd er separate agreement with the City of Jefferson that prepared the plans,specifications, and other such documents for the worts covered by this contract. j GP-3 THE CONTRACTOR It is understood and agreed that the Contractor, has by careful examination satisfied himself as to the nature and location of the work,the conformation of the ground,the character,quality ,' and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work the general local conditions,and all other matters which can in any way affect the work under this Contract. No vernal k t° 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 ! k' as g contained. r• :. The relation of the Contractor to the City shatl be that of an independent contractor. GIP-4 THE ENGINEER The Engineer shall be the City's representative during the construction period and he shall observe the work in process on behalf of the City by a series of periodic visits to the job site. He shall have authority to act on behalf of the City. The Engineer assumes no direction of employees of the Contractor or subcontractors and no supervision of the construction activities or responsibility for their safety. The Engineer's sole responsibility during construction is to the City to endeavor to protect defects and deficiencies 'in the work. i , r` Any plan or method of work suggested by the Engineer, or other representative of the City,to I i the Contractor, but not specified or required, if adopted or followed by the Contractor in whole i or in part, shall be used at the risk and d the Enginee responsibility of the Contractor;,an rand _ the;City will assume no responsibility therefore. C:\WE'DOCSIPROJECVTafrc slynal project.wpd September 1.7,1998 s `��t° �'�F�,`+�t�•�1�rr�a�+`z .��s�sn .''»Yt.+ , , ' � i r ,fir , •, ;: i, �M�SR�511 ..m7maa�ian�a�lnoi��*ma�ra __�___._, v tt{_�__✓?''' Y e, r k: tr� { GP-5 BOND Coincident with the execution of the Contract,the Contractor shall furnish a good and sufficient surety bond in the full amount of the contract sum. This surety bond, executed by the Contractor to the City, shall be a guarantee: (a) for the faithful performance and completion of the work in strict accordance with the terms and intent of the contract documents; (b) the W` 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 �. 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 3 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 maybe suspended, all payments or money due the Y Contractor withheld, and the contract completed as hereinafter provided. i r GP-6 INSURANCE 1 � i -� 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.. t enumerated herein. All policies shall be in the amounts, form and companies satisfactory to P P rY 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. AI!certificates of insurance required herein shall state that ten (10)days written notice will be given to the City before the policyis canceled or changed. All certifications.of Insurance shall be delivered to the City prior to the time that any operations under this contract are started. t � # ,yu : Ail of said Contractor's certificates of insurance shall be written in an insurance company 4 . authorized to do business in the State of Missouri. _. CAMDOMPROJECTItraft signal project.wpd September 17, 1998 jai „ . , '' , r: k 4440 WV l"•?x�> 'rip.; ,...r..•.a t •y t..... .r. .. .. .. :a i!: '. ' r �,,�tc•Hz.'r a� 4 .. .. .... ,..... ., ..-... ��..-«,.... _ ....._.-... ..-, ...ifs =+'i. SA �i ff`. .�nwcO:`mar��..�-n4rutwa.mvs,rcdhrix�aaa..r =-=- a��s,:...�:�..� ----. '.' .'. ..• ,,. ...:s z'f�' wcv$o r } i t i .t GP-6.2 BODILY INJURY LIABILITY PROPERTY DAMAGE LIABILITY'INSURANCE i 1 Bodily Injury Liability insurance coverage providing limits for bodily injuries, including death, t ) Y jry � 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 perone ! �? occurrence nor less than $1,000,000 aggregate to limit for the policy year. GP-6.3 CONTRAC'TOR'S PROTECTIVE(BODILY INJURY LIABIL ITY&PROTECTIVE PROPERTY DAMAGE LIABILITY INSURANCE: (COVERING OPERATIONS OF SUBCONTRACTORS) -_l (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-6.4 CONTRACTUAL LIABILITY Property Damage coverage with $1,000,000 aggregate limit. i GP-6.5 OWNER'S PROTECTIVE LIABILITY PROPERTY DAMAGE INSURANCE : .� The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage t insurance issued in.the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor or his 17 subcontractors in fulfilling this contract. ii The minimum amount of such insurance shall be the same as required for Bodily Injury Liability and Property Damage Liability Insurance. This policy shall be filed with the Owner and a copy filed with the Engineer. i .6 EXCLUSIONS i GP-6 . The above requirements VP-1.2, 1.3, 1.5 for property damage liability shall contain no exclusion relative to: t ' v F, (1) Blasting or explosion. (Consult Technical Specifications Part I for possible deletion of this requirement on subject project.) (2) Injury or destruction of property below the surface of the ground,such as.wires, conduits, ` f pipes, mains, sewers, etc., caused by the Contractor's operations. CAWPDOCSTROJEC'11traffic signal projecl.wpd September,17.1996 h t is , .... a`L awvrkF+t ',..F.;'. :.:'.a:..t.. :.,'. .a,. .. .. ., ... .. „ a..'�.:..:•,n.-ter^^'. '_�'.°""' ; ...f+ ,` (r {i rli r {. . e i °n,"" �ISi�isliI�7 N9A1'I/1�171<IRl��ile�"�tRM!l I11711VJ�e17�asr���r.�s�.�w�..� ;: i t c i (3) The collapse of, or structural injury to, any building or structure on or adjacent to the City's ' 1 premises, or injury to or destruction of property resulting therefrom, caused by the removal of ,- other buildings, structures, or supports, or by excavations below the surface of the ground. ! ' GP-6.7 AUTOMOBILE BODILY INJURY LIABILITY & AUTOMOBILE PROPERTY x DAMAGE LIABILITY INSURANCE F Contractor shall carry in his name, additional assured clauses protecting City, Liability Insurance with Bodily injury or Death Limits of not less than $100,000 per person and .$1,000,000 per occurrence, and property damage limits of not less than $100,000 with hired ii car and non-owned vehicle coverage or separate policy carrying similar limits. f _ ' I The above is to cover the use of automobiles and trucks On and off the site of the project. } GP-6.8 EMPLOYER'S LIABILITY AND WORKMEN'S COMPENSATION T; Employer's and Workmen's Compensation Insurance as will protect him against any and all claims resulting from injuries to and death of workmen engaged in work under this contract,and in addition the Contractor shall carry occupational disease coverage with statutory limits, and j Employer's Liability with a limit of$100,000 per person. The"All State"endorsement shall be s included. In case any class of employees is not protected under the Workmen's Compensation Statute, J the Contractor shall provide and cause such contractorto provide adequate employer's liability coverage as will protect him against any claims resulting from injuries to and death of workmen engaged in work under this contract. t ; ~• 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 J f # Risk Insurance,when in warehouses or storage areas, during installation, during testing and '. until the work is accepted. It shall be of the "All Risks"type,with coverage designed for the {; circumstances which may occur in the particular work included in this contract. The coverage shall be for an amount not less than the value of the work at completion, less the value of the material and equipment insured under Builder's Risk Insurance. The value shall include the 'aggregate value of the City-fumished equipment and materials to be erected or installed by the Contractor not otherwise Insured under Builders Risk Insurance. Installation Floater Insurance shall also provide for losses,if any,to be adjusted with and made payable to the Contractor and the City as their interests may appear. C:IWPDOCSTROJECTItraftic signal pro}ect.wpd September,17,1996 ic 1S r r i • �� vy. — — _ _ .�__ ___ _ .. ' .:SIC :1 ...r t.ji if the aggregate vacua p'f the �ily�futnl;;Yr�y�� Mfr+� �;,jr��r#►,,4+j►,.q►)ri)l#�,r�'i �%+►tt�I��r)��i1,►1 !� 1,���? �1���� ' , ,x �'5 >< r r�r r H► iYr l�,i Y !+► !�+ �?":fir k►�r•¢ ►� E 'iN�1�J5 �'l{l,fli)D such equipment may lyv f,j 9 t a 4 Wis installation Ficatsr lnwrant= MYY ��°� ±,►rr►ilte +a f a - ►.1 ir 1 r r� (� ,�j $.rJ- TIKitt tr��t•,�yr.sr ti',�r1�?. Ns a�5llt:+y+t 4?d i'Jj r��l . r' . ',<: +/ �zi ll�e .z 1 Trti^ri0ti-Onrl 'n D2�{.',.^,��}pDr , ttl? �.�Y1tTslit 'sit= 1►11► `, It iv, SSt, �(�t 1N'J IW � 4f► �'.fir++�• x��+�r + �P£T rj g,11 'tL3�.ki'.- '�4'dt� .��'�1"►�:i'ytre,,it"si{lf,,�,�><.I� �.,•';if J� ! + 1 1-�l II jl.Sfls`,- iMhatS e 3 7il:k^�,,{7j)(�al;�t f�4 y!t�+ji4"¢ 41.►1x4r♦.A� �h trrmg. r �rtf vy t♦R .,r� �/, { �.} ,g��lt♦ a;►r+N�)' �I . r►!r .l ,bs�`4�tEf�£TT'��':�' 4�:1' 'ifr�%:',.y't!}i' `S ��it�?v!✓.�ttd;t4tat�a�tr�tl+tr,"s�l�+���`�:t;"4��►!`J'xt#;' . t�'3Rt2 ��' i17"s/ •. < .{ t [ f, 1!l �. ° 1�•4 jam;j�r1 yr, =3fsv T� Ji� ►ts'- if t d i i� / •i:..71:US�+:,✓�'•Jar'.a% •'{f !� ';�� )�. �1��° :�.{Mtj �r/•'{'r!/T7?T".b�iJ J� �. fV":. ,il _. ��.,...�� � . " :i+;,.�t1.ri1�",•�(Ar44s�:.,,,��it{? ��3 ��"%�rs.!''•�sG�?` �►+t<r!;`.,`v+;��''dt•` 9t�';�'��-?t''t,� ,,. 'fit by ��1 ,W.�...'�,+33+T..+:�.�r'�+"J�/"�• ,ire"' . ; :... " .._.. -w '�"i�.��'�(2's 3�'Tfi1�11�`3`3��`^�jfsY�1r-^�ti1i. .l•,',` '*�.' .t � �A r f,{.,� `` :�y�i�Gi��""�3•.S?r-"Vd."'r',..Y r"Z'.�'��`-��'�=-�� '`��, �.,crir;•�d'4et"*'�''",' '' •` �f%���Yt,/!,t'',�f«•1±,�./�!.`rt' �...,.,,,.,.-.. i. :� _.y i ♦ ), 1. r"ty: ►�'y,{pA„f''/I M'dlei" J'. L+ •l x1c_. S ..lati'.✓ .a•.}�/f a!r!Y>! Niter •� itE�i}i�risi !e� ai�1 ._ y71�"�_L+:aT�n''..sy�*r"`� .:... � '` aI'`,�ta .?.�!'�,i;7r!'�.w?.glCs�r'• .... ;•�.�_y ��r..�}T}�{,...:�:.r.-.�r:. -iy�i�e���{•_•""'a��, l_�`^.i���_„V•'E •�'�''. ,.-cy'f,,/°'';�,i('e'�f".�?r.Ji��,,➢�%�^'.,M,,�,eP^< �,�e�{ ' "", !•� tT �c ', Ii.�+di r y* ylh� ?�??!�ttr'!" �° .��'�^'� �,r�:Y•.iw ir. y '�+w.µ (��,.( .. ��+ ,y,�r' �.?,.� n. .n F�^�'4'f7"��sF.-'� (��,�f�, } .••'t 4. 'r"'�iFa� zaP+[ , �7C.at.l+i�'1'��'7'SrM`;�f.Mlvf�'af yn^3�'l"�,{ ,[_ ,,..;Y��{, �"'t� . � -�.+ eS�yr ..-+�:.t,�"i '�w-,.�`s�`-r�3`..t r��,r ,.o!.�r�,r,�J ,t n,•'` , � a , t . S 1 ' e. �,r�+•)��a lT'AL."'fi{ srM,:s s;-r Y}� jy ,�. SCiY'S t '�i•b\1�raA9law �.r..- .�..��- �..�.� ��i .___—�__ .. .. .. , .. t..tF' r 7 , 1 if �S t i fir„ rf t ! n' :v c l• f}i t # t E j •� ,;4 ,� is �i x ��'tw`"li'"'!""'.°� "'�" !` .. ..irr ,•w. a 1,v.tt,:. �.,i,.r ...,... .. .�... ....,.. �76 kabi'yL 4 f7< 4L- pmavmamcrm NOI9llmli .J w .,1_: i hnu'rQi k�t...�'i�wi ii.bv. t (3) The collapse of,or structural Injury to, any building or structure on or adjacent to the City's premises, or Injury to or destruction of property resulting therefrom, caused by the removal of other buildings, structures, or supports, or by excavations below the surface of the ground. GP-6.7 AUTOMOBILE BODILY INJURY LIABILITY & AUTOMOBILE PROPERTY � DAMAGE LIABILITY INSURANCE -i _ Contractor shall carry in his name, additional assured clauses protecting City, Liability Insurance with Bodily Injury or Death Limits of not less than $100,000 per person and $1,000,000 per occurrence, and property damage limits of not less than $100,000 with hired l car and non-owned vehicle coverage or separate policy carrying similar limits. f ' The above is to cover the use of automobiles and trucks on and off the site of the project. i ` GP-6.8 EMP'LOYER'S LIABILITY AND WORKMEN'S COMPENSATION ' f . Employer's and Workmen's Compensation Insurance as will protect him against any and all { claims resulting from injuries to and death of workmen engaged in work under this contract,and. in addition the Contractor shall carry occupational disease coverage with statutory limits, and ` Employer's Liability with a limit of$100,000 per person. The"Ail State"endorsement shall be included. In case any class of employees is not protected under the Workmen's Compensation Statute, the Contractor shall provide and cause such contractor to provide adequate employer's liability coverage as will protect him against any claims resulting from injuries to and death of workmen engaged in work under this contract. 4 t ' } 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 f until the worts is accepted. It shall be of the "All Risks"type, with coverage designed for the circumstances which may occur in the particular work included in this contract. The coverage shall be for an amount not less than the value of the work at completion, less the value of the material and equipment insured under Builder's Risk Insurance. The value shall include the �. aggregate value of the City-famished equipment and materials to be erected or installed by the Contractor not otherwise insured under Buildees Risk Insurance. Installation Floater Insurance shall also provide for losses,if any,to be adjusted with and made payable to the Contractor and the City as their interests may appear. C:1WpDACSWRdJEC rltraffic signal project.wpd September 17,1988 p i 1 _ E� fifffilR'MO�iS�Al S.f1SiYNl 6oLeaJGM9fR1s�i�aav.s.....�.��.�..�,._._ _ � _�. 3 E V { 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. y GP-6.10 CONTRACTOR'S RESPONSIBILITY FOR OTHER LOSSES For the considerations in this agreement heretofore stated, in addition to Contractor's other obligations, the Contractor assumes full responsibility for all loss or damage from any cause '-i 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 ; ortheir employees;to sheds or other temporary structures,scaffolding and staging, protective fences,bridges and sidewalk hooks. The Contractor shall also assume responsibility for all loss .. or damage caused by, arising out of or incident to larceny, theft, or any cause whatsoever 9 (except as hereinbefore provided)to the structure on which the work of this contract and any —i modifications, alterations, enlargements thereto, is to be done, and to materials and labor connected or to be used as a part of the permanent materials,and supplies necessary to the , work. GP-6.11 CONTRACTOR'S RESPONSIBILITY ON DAMAGES & CLAIMS {. INDEMNIFYING CITY The Contractor shall indemnify and save harmless the City and Engineer and their officers and agents, of and from all losses, damages, costs, expenses, judgments, or decrees whatever i. '• arising out of action or suit that may be brought against the City or Engineer or any officer or V. agent of either of them,for or on account of the failure, omission, or neglect of the Contractor to do and perform any of the covenants,acts, matters, or things by this contract undertaken to <i 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, m aterial man, "': or suppliers of machinery and parts thereof, equipment, power tools and supplies incurred in the fulfillment of this contract. ' t � GP-6.12 NOTIFICATION IN EVENT OF LIABILITY OR DAMAGE ' Upon the occurrence of any event, the liability for which is herein assumed,the Contractor ' a rees to forthwith notif+ 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 i or-damage done, the names of witnesses, if any, and stating the amount of any claim. �t GiP;7 ASSIGNMENT OF CONTRACT " 1!, i R The Contractor shall not assign or transfer this contract nor sublet it as a whole, without.the x ' written consent of the City and of the Surety on the Contractor's bond. Such consent of Surety, CAWPDOCSTROJEC11traftie signal proJeet.wpd September 17,tg9t3 �.+ ..i..s.w3° f'�-• �F`�y+4`° '".r .'p 5 ., n y ., r M",.'` '� �' t. 1 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 an assignee.fail to perform the work undertaken b him in a satisfactory y g p y at dctory � ' manner, the City may at his option annul and terminate Assignee's contract. "! 1 GP-8 SUBCONTRACTS, PRINCIPAL MATERIALS & EQUIPMENT ' i Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of the principal items of materials and equipment which he t proposes to use in the construction of the project. The Contractor agrees that he is as fully responsible to the City for the acts and omissions of his subcontractors and of person either directly or indirectly employed by them as he is for the acts and omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors. 1 Nothing contained in the Contract Documents shall create any contractual relation between any / subcontractor and the City. No officer, agent or employee of the City, including the Engineer, shall have any power or - authority hatsoever to bind the City or incur an obligation in its behalf to an subcontractor, tY tY Y g Y material suppiler or other person in any manner whatsoever. V GP-9 OTHER CONTRACTS The City reserves the right to let other contracts in connection with this work. The Contractor' ' shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. If.any part of the Contractor's work depends for proper execution or results on the work of any E other contractor,the Contractor shall inspect and promptly report to the Engineer any defect ` in such work that renders it unsuitable for such proper execution and results. His.failure so to inspect and report all constitute an acceptance of the other contractors work as tit and proper for the reception of his work, except as to defects which may develop in the i other contractor's work after the execution of his work. f 'Wherever work being done by the City's forces or by other contractors is contiguous to work covered by this Contract, the respective rights of the various interests involved shall be t` --, established by the Engineer, in order to secure the completion of the various portions of the work in general harmony. y CAWPDOCSIPROJECS1trarRc signal project•wpd September 17,1938 { t� '. . .. gnu.rr:..u.vwnatt4kn+w•oax.d,.:wr;,,,' .. . .,......... ..... ... ". ir', y 3{ .t —......�_..� .�.._ , •n+..•.�..�� '....:..yF �ptYY'Y x~75. I 3 G.A"f L �L. RE TRI Ttl7NS PERMIT, AND ECUt�7lAN$ ° The ,Contractor fihaii procVre at his own expense all necessary licenses and sermits of a t temporary nature and shall give due and adequate notice to those in control of all properties $ ` yyh.lch may ,fie affected by~his operatio ns. fZights•of--way and easements for eran structures or permanent changes in existing facilities Permanent 9th.efwise specified,. The Contractors hall give all notices and Comply with aibis�vs�ordlnancesS 4: NITes and regulations bearing on the conduct of the work as drawn or specified. ' R- ta�7)�S AND PATEM-S tt is agreed that all royalties for patents cr patent claims, infringement whethersu'work,} for processes or devices, that might be Involved In the construction or use of the patents are be $ included in the.contract amount and the Contractor shall sat(s all de at anytime for such and shall be liable for any damages or claims for patent Infringements,and. M9 Contractor shall at his own expense,'defend any and all suits or proceedings that may in litute�d at any tittle against the City for Infringement or alleged Infringement of an Y be Y patents Involved In the work, and In case of an award of damages,the said Contractorshaeil to r • � • ,�! suFh award final amen to r payment t the Contractor by the City will not be made while any such suits or Claims rerrlain dnsettled. r GP-12 99-0-P-9—AN[) INTENT OF SperiFiCATI�NS t AI'yD F! A1j_$ h; ThpSe Specifications; and Pro)ect Plans are intended to supplement, but not necessarily ._ d la�lsat0 each other, and together constitute one complete set of Specifications and Plans s thal�r►y Work exhibited in the one and not in the other, shall be executed just as if,i apt fah in 06 both, in order that the work shall be completed according to the complete design of t th® Engineer, g _11 l Sh4410. anything be omitted from the Specifications and Plans which is necessary to a clear { vNerstanding of the work, or should it appear various instructions are in conflict, then th Cr?ntra!PtP( Shall, secure written instructions from the Engineer before proceeding ith the r �cstr�ctio.n pff'octsd by such omissions or discrepancies. it is understood and agreed 9 e ,h t y�ari,shill. e performed and.completed according to the true.spirit, meaning and tent;of the f r contract, VeGifcations and plans, e FIG 1�.EP DiMENStQNL% Tr% VEFtt ` I . e11sic►ns and:e1e"Kat Ion s shorn on the plans shill be accurately followed even thou' d ` k Qtti @r frQcn.staled measurements.. No-wodC shown on the PI the h g '""'"' nit:)ndlcated shill he executed until the,required dimensions have been nabtain d of fr which are f em the i a F�wPgQcswR4�ecnasrfc a nal of �t t � • , r SeRtamlter 17,1 99B ` . x. y S It.-... F t � 4 • t t i j ; " GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHIE Ji The Contractor shall check all dimensions, elevations and quantities shown on the plans, and j r schedules given to him by the Engineer, and shall notify the Engineer of any discrepancy j 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 + j I: work. The Contractor will not be allowed to take advantage of any error or omission in the j plans or contract documents, as full instructions will be furnished by the Engineer should such error or omission be discovered, and the Contractor shall carry out such instructions as if i originally specified. The apparent silence of the Plans and Specifications as to any detail or the apparent omission from them of a detailed description concerning any point, shall be regarded as meaning that _i onlythe bestgeneral practices,as accepted bythe particular trades orindustries involved,shall be used. GP-12.4 STANDARD SPECIFICATIONS Reference to standard specifications of any technical society, organization or association, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. . GP-13 CONSTRUCTION REPRESENTATIVE. AT PROJECT --Y The City may appoint or employ such "Construction Representative" as the City may deem proper, to observe the work performed under this Contract, to the end that said work is performed, in substantial accordance with the plans and specifications therefor. The Project Representative assumes no direction of employees of the Contractor or Subcontractors and no supervision of the construction activities orresponsibil'ty for their safety. The sold duty of the Project Representative during the construction is to the City to endeavor to protect against defects and deficiencies in the work. The Contractor shall regard and obey the directions and instructions of the Construction t Representative so appointed,when the same are consistentwith the obligations of this contract c and the specifications therefor, provided however, that should the Contractor object to any • e Contractor may make written appeal to the order given by the Construction Representative,the Y Engineer for his decision. l a: The Construction Representative and other properly authorized representatives of the City shat! Ate, Intimidation.or attem ted intimidation of any one C be free at all times to perform their duties, an P t , of them by the Contractor or by any of his employees shall be sufficient reason, if the City so { s to annul the contract. decides, CAMDOCSTROJECTWaffic signal project.wpd September 17,`1M NO + 1 , k ti' i Such construction representation shall not relieve the Contractor from any obligation to perform said work strictly in accordance with the plans and specifications or any modifications thereof as herein provided, and work not so constructed shall be removed and made good by the j Contractor at his own expense,and free of all expense to the City,whenever so ordered by the Engineer, without reference to any previous oversight in observation of work. Any defective material or workmanship may be rejected by the Engineer at any time before the final acceptance of the work, even though the same may have been previously overlooked and i estimated for payment. The Construction Representative shall have no authority to permit any deviation from the plans and specifications except on written order from the Engineer, and the Contractor will be liable ( for any deviation except on such written order. All condemned work shall be promptly taken out and replaced by satisfactory work, and all condemned materials shall be promptly removed from the vicinity of the work. Should the Contractor fail or refuse to comply with instructions in this respect the City may, upon ( certification by the Engineer, withhold payment or proceed to terminate contracts as herein provided. Reexamination of questioned work may be ordered by the Engineer,and if so ordered the work must be uncovered by the Contractor. If such work be done in accordance with the Contract Documents, the City shall pay the cost of reexamination and replacement. If such work be found not in accordance with the Contract Documents, the Contractor shall pay such cost, unless he shall show that defect in the work was caused by another contractor of the City and in that event the City shall pay such cost. The Contractor shall furnish samples of testing purposes of any material required by the Engineer, and shall furnish any information required concerning the nature or source of any material which he proposes to use. GP-94 LINES AND GRADES , f 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 ; appurtenances as may be deemed necessary, and will furnish the Contractor, with all necessary information relating to lines,slopes, and grades, to lay out the work correctly. The ' Contractor shall maintain these lines, grades, and bench marks and use them to lay out the work he is to perform under this contract. The Contractor shall notify the Department of Public Works not less than 48 hours before stakes are required. No claims shall be made because of delays if the contractors fail to give ' i such notice. The Contractor shall carefully preserve stakes and bench marks. If such stakes and bench mark become damaged, lost, displaced, or removed by the Contractor, they shall be reset at his expense and deducted from the payment for the work. C:1WFDOCSiPRoJECTltreffic signal proJect.wpd September 17,1598 4 r) , i Any work done without being properly located and established by base lines, offset stakes, bench marks,or other basic reference points checked by the Construction Representative may be ordered removed and replaced at the Contractor's expense. L' GP-15 CONTRACT R'S RESPONSIBILITY FOR MATERIALS ' The Contractor shall be responsible for the condition of all materials furnished by him, and he shall replace at his Own cost and expense any and all such material found to be defective In ; design or manufacture,orwhich has been damaged after delivery. This includes the furnishing of all materials and labor required for replacement of any installed materials which is found to be defective at any time prior to the expiration of one year from the date of final payment. ' The manufacturer of pipe for, use on this project shall certify in writing to the City tha t all materials furnished for use in this project do conform to these specifications. Whenever standard tests are conducted, he shall forward a copy of the test results to the City. GP-16 WATER All water required for and in connection with the work to be performed shall be provided by the 'Contractor at his sole cost and expense. , GP-17 POWER All power for lighting, operation of the Contractor's plant or equipment or for any other use by ` the Contractor, shall be provided by the Contractor at his sole cost and expense. GP-18 SUPERINTENDENCE AND WORKMANSHIP The Contractor shall keep on his work, during its progress, a competent superintendent and rf any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor shall provide proper tools and equipment and the services of all workmen, mechanics, tradesmen, and other employees necessary in the construction,and execution of— the work contemplated and outlined herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who` ` is disorderly, intemperate or incompetent or who neglects or refuses to perform his work in satisfactorily manner,shall be promptly discharged. It is called particularly to the Contractor's attention that only first class workmanship will.be acceptable..5 CAMDOCSTROJEC71trafric signal project.wpd Septambar 17,199 �r rr n= ' ;h :y+l ' I GP-19 MAINTENANCE OF TRAFFIC ' Whenever an street is closed the Police Department, Fire Department, and Ambulance y p p r„ 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 underthis project,the Contractor shall make every effort to provide access to each home every night. This work shall be subsidiary to the construction and no direct payment will be made for it. GP-20 BARRICADES AND LIGHTS All streets,roads, highways,and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable warning signs. t 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. Obstnictions, such as i 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 f or alongside public streets and highways shall be so placed, and the work at all times shall be ) so conducted,as to cause the minimum obstruction and inconvenience to the traveling public. -.! All barricades, signs, lights and other protective devices shall be installed and maintained in conformity with applicable statutory requirements, and in conformance with the Manual of 1; Uniform Traffic Control Devices. All necessary barricades, signs, lights and other protective 1 devices will be furnished, installed and maintained by the Contractor. This work shall be ; subsidiary to the construction and no direct payment will be made for it. GP-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES Pipe lines and other existing underground installations and structures in the vicinity of the work ' to be done hereunder are indicated on the plans according to the best information available to uj the City. The City does not guarantee the accuracy of such information. The Contractor shall 1. make every effort to locate all underground pipe lines, conduits and structures by contacting owners of underground utilities and by prospecting in advance of the excavation. CAWPDOCSTROJEC ntratRc signal project.wpd September 17,19N, a� 1' �a E Any delays to the Contractor caused by pipe lines or other underground structures or shown b the plans, or found in locations different than those indicated, shall obstructions not Y not constitute a claim for extra work, additional payment or damages. }, .'� No payment will be made to the Contractor for locating and protecting ruat�foir's negligence dc shagll with their owners,and any damages caused to the utilities by the Cont be repaired entirely at the Contractor's expense. «� sewers and water mains, which, in the opinion of the Engineer, Utilities, other than sanitary a must be moved will be moved by the utility company at no cost to the Contractor. Sanitary 1 sewers which must be moved shall be re-laid by the Contractor and paid for at the prices bid. { Only sewers which must be moved because of direct conflict with the storm sewer conduit will Y be paid for in this manner. Sewers damaged by excavation but not in direct conflict with the storm sewer will be repaired at the Contractor's expense. y . . :a GP-22 P tOTECTION OF WORK ND PROPERTY The Contractor shall be accountable for any damages resulting fro his operations. He shall members of m be fully responsible for the protection of all persons including a �ctors dta9 publlc,and private of the City and employees.of other contractors or subcant art including structures, sewers and utilities above and below ground, which are beneath �} prop Y ^} above, across or near the site or sites of the work, or other persons or property any manner affected by the prosecution of the work. r. d maintain al! necessary safety equipment such as barriers, The Contractor shall furnish and ai ns, warning lights and guards as required to provide adequate protection or persons and 9 �... -- property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance of the 4 t 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. nc affecting the safety of life or of the work or of adjoining property,.the in an emerge y 9 ` Contractor, without special instruction or authorization, is hereby permitted to act at his d loss or injury, and tie shall so act. /any compensation, discretion to prevent such threatens l r claimed by the Contractor on account of emergency work,shalt be determined by agreement �. 'J or arbitration. ,1 The Contractor agrees"to hold the City harmless from any and all loss or damages arising out occur during the of jurisdictional labor disputes or other labor troubles of any kind that may �? constn�ction or performance of this contract. . September 17 11. ., 9995 7 . C;\WPDOCSTROJSCTtrafric signal project.wpd t r' 90. -' :��vsr7trLF¢.«tisF.l y�nn!',,.lj'llitPkkr�Y*h�!ii+.A'v'S-x.i4•tw. •, .. .. e, .. .. 4: ..i1 J�.<x:�F�o,� li^�y`KYi �r�ki; �1t c,..t .t. --•. ........._.� _...� ,tom � Yt .r.. j 7 I i i GP-23 GUARANTEE OF MATERIALS AND WORKMA NSHIP The Contractor hereby guarantees the work in connection with this contract against faulty ..% materials or poor workmanship during the period of one (1) year after the date of completion of the contract. t 7 { ' GP-24 NO WAIVER OF RIGHTS { -i Neither observation of work by the City or any of their officials, employees, or agents, nor any order by the City for payment of money,or any payment for,or acceptance of,the whole or any part of the work by the City, nor any extension of time, nor any possession taken by the City or its employees, shall operate as a waiver of any provision of this contract, or of any power i j herein reserved to the City, or any right to damages herein provided, nor shall any waiver of j any breach in this contract be held to be a waiver of any other or subsequent breach. GP-25 USE OF COMPLE T ED PORTIONS s 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 Con tra�tor shall be j liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter, i ii, GP 26 ADDITIONAL,_OMITTED, OR CHANGED WORK The Owner, without invalidating the Contract, may order additional work to be done in connection with the Contract or may alter or deduct from the work, the Contract sum to be, adjusted accordingly. All such work shall be executed to the same standards of workmanship and performance as though therein included. i The Engineer shall have authority to make minor changes in the work, not involving cost, and not inconsistent with the purposes of the work. s 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 Specla{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 {` i Contractor. All work Increasing the cost shall be done as authorized by the Owner and ordered , ,J i In writing by the Engineer,which order shall state the location,character,amount,and method' of compensation. No additional or changed work shall be made unless in pursuance of such ..:. written order by the Engineer, and no claim for an addition to the Contract sum shall be valid unless so ordered. f CAWPDOCSTROJECiltraffsc signal project.wpd September 17,:1998 Zrl t ,r r 1 If the modification or alteration increases the amount of work to be done, and the added work 1 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 worts or part thereof shall be paid 1 for according to the amount actually done and at the applicable unit.price or prices therefor. Otherwise, such work shall be paid for as "Extra Work"as hereinafter provided in this Article GP-26. If the modification or alteration 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: I 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 t ' such adjustments is not clearly defined in the contract documents. Statements for extra work shall be rendered b the Contractor not later than - y an fifteen (15)days after the completion, of each assignment of extra work and if found correct will be approved by the Engineer and submitted for payment with the next regular monthly estimate. , The Owner reserves the right to contract with any person orfirm other than the Contractorfor ; any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. 1 1 Extra Work: i s (a) The term "Extra Work" shall be understood to mean and include all work that may be required to accomplish any change or alteration in or addition to the work,shown by the Plans orreasonably implied by the Specifications and not covered by the Contract proposal items and ' ,,J which is not otherwise provided under this Article GP-21. (b) The Contractor shall perform all extra work under the direction of the Engineer when authorized by the Owner. The compensation to be paid the Contractor for performing extra, work shall be'determined by one or more of the following methods:. 1. Method A: By agreed unit price 2. Method B: By agreed lump sum CAWPDOCSIPROJECIItraffic signal project.wpd A September 17,1958 - 4 � 1 � 7 ` ��_ .. _...........__._..._._......._....__" ._.......� :..l Fw•....' f ... � ...�. M jtlC-v't�¢YT�Y�Mrt+ p v BIZ i� F `r i r , 34 Method C: If neither Method A or B can be agreed upon before the work is started by . force account. (Per Section 105,Measurement and Payment, Missouri State Highway . and Transportation Commission. Missouri Standard Specification for Highway ► l Construction 1056. GP-27 SUSPENSION OF WORK { The Owner may at any time suspend the work, or any part thereof by giving ten (10) days 7 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. z c But if the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if l -i the Owner does not give notice in writing to the Contractor to resume within a reasonable ; period of time,then the Contractor may abandon that portion of the work so suspended and he 1 will be entitled to the estimates and payrtlenti:;for all work done on the portions abandoned, if �., any. . . GP-28 U1196NER'S RIGHT TO nO WORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision f. .:.i of this contract, the Owner, after ten (10)days written notice to the Contractor, may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the r cost thereof from the payment then or thereafter due the Contractor. i GP-29 OWNER'S MIGHT TO TERMINATE CONTRACT If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors,or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which 1 . extension of time is provided,to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor seven (7)days written € notice,terminate the employment of the Contractor and take possession of the premises and . . all materials tools and appliances thereon and finish the work by whatever method he may of a PP 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,shatl be expense shall exceed such unpaid balance,the Contractor sh a paid to the Contractor. If suc h ex p il ' ` pay the difference to the Owner. j C:IWPDOCSTROJECTtraffic signal project.wpci September 1T, 'it3% ° 4 1 GP-30 !GOIdTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT s If the work should be stopped under an order of any court,or other public authority,for a period 1 of three 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 terminate his contract and recover from the Owner payment for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages. GP-?1 LOSSES FROM NATURAL CAUSES l - - a . All loss or damage arising out of the nature of the work to be done, of from the action of the I` elements, or from floods or overflows, or from ground water, or from any unusual obstruction +I 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 home by the ? ' Contractor at his own cost and expense. i GP-32 SUNDAY. HOLIDAY ANI3 NIGHT WORK i No work shall be done between the hours of 61:00 p.m. and 7:00 a.m., nor on Sundays or legal holidays, without the written approval of the City. However, work necessary in case of emergencies or for the protection of equipment or finished work maybe done without the City's I: approval. Night work may be established by the Contractor as a regular procedure with the written permission of the City;such permission however, may be revoked at any time by the City if the -� Contractorfaiis to maintain adequate equipmentand supervision forthe proper prosecution and ' control of the work at night. _J GP-33 UNFAVORABLE CONSTRUCTION CONDITIONS .a t During unfavorable weather, wet ground, or other suitable construction conditions, the Contractor shall confine his operations to work which will not be affected adversely thereby. No portion of the work shall be constructed under conditions which would affect adversely the y I quality or efficiency thereof, unless special means or precautions are taken by the Contractor �. to perform the work in a proper and satisfactory manner. f. OMITTED GP-: 4 . GP45 MATERIALS AND EQUIPMENT ci ll provided otherwise in each case,all materials and equipment fumished for Unless specifically p ,-, permanent installation in the work shall be new, unused, and undamaged when ir�stail�d't�r otherwise incorporation in the work. No such material or equipment shall be used by the C:MDOCSTROJEMtraflic signal project.wpd September 17,1836. i . t , Contractor for any purpose other than that intended or specified,unless such use is specifically ' r authorized by the Engineer in each case. GP-36 DEFENSE OF SUITS f. #? In case any action at law or suit in equity is brought against the City or any officer or agent of -� them for or on account of the failure, omission, or neglect of the Contractor to do and perform { any of the covenants, acts, matters, or things by this contract undertaken to be done or t performed, or for the injury or damage caused by the negligence or alleged negligence of the } ' Contractor or his subcontractors or his or their agents,or in connection with any claim or claims based on the lawful demands of subcontractors, workmen, material men, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in the fulfillment } of this contract,the Contractorshall indemnify and save harmless the City and their officers and agents, of and from all losses, damages, costs, expenses, judgments, or decrees whatever 7; arising out of such action or suit that may be brought as aforesaid. CHANGE ORDER GP-37 Any changes or additions to the scope of work shall be through a written order from the "°"1 Engineer to the Contractor directing such changes in the work as made necessary or desirable ..i by unforeseen conditions or events discovered or occurring during the progress of the wort . GP-36 t�E3j,TRACT TIM 11 The time for the completion of the work Is specified and it is an essential part of the contract. The Contractor will not be entitled to any extension of contract time because of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. If the time for the completion of the work is based upon working days,this time will be specified -7 in the contract. A working day is defined as any day when, in the judgment of the Engineer, soil and weather conditions are such as would permit any then major operation of the project forsix(6)hours or over unless other unavoidable conditions preventthe Contractor's operation. If conditions are such as to stop work in less than six(6)hours, the day will not be counted-as ; a working day. No working days will be counted from December 15 to March 15, both dates inclusive, l Saturdays,Sundays,and City holidays will not be counted as working days anytime during the year. GP-39 CONTRACT TIME EXTENSION The Engineer may make allowance for time lost due to causes which he deems justification for : extension of contract time. If the Contractor claims an extension of contract time on the C:IWPDOCSIPROJECTVetrc signal project.wpd September 17,19W r. : e i i grounds that he is unable to work due to causes beyond his control, he shall state his reasons roof to establish his claim and state the approximate number of days he " In writing, furnish p � estimates he will be delayed. Notice of intention to claim an extension of contract time on the above grounds shall be filed with the Engineer at the time the cause or causes occur and the ; claim shall be filed in writing within 30 days after the claimed cause for the delay has ceased s to exist. 1 GP40 Ll UIDATED DAMAGES -' Time is an essential element of the contract and it is therefore important that the work be pressed vigorously to completion. Should the Contractor or in case of default the surety fail to y complete the work within the time specified in the contract,or within such extra time as may be _., allowed in the manner set out in the preceding sections, a deduction of an amount as set out in the contract will be made for each day and every calendar day that such contract remains 7 uncompleted after the time allowed for the completion. The said amount set out in the proposal 1 is hereby agreed upon, not as a penalty but as liquidated damages for lass to the City and the public, after the expiration of the time stipulated in the contract, and will be deducted from any money due the Contractor under the contract, and the Contractor and his surety shall be liable - for any and all liquidated damages. Permitting the Contractor to continue and finish the work or any part of it after the expiration of the specified time, or after any extension Of the time,shall in no way operate as a waiver on the part of the City or any of its rights under the contract. GP-41 MEASUREMENT Al�I� S�A'�f>'9ENT (a) BASIS FOR PA)L ENT_ .1 Contractor will be paid for quantities actually constructed or performed as determined by field measurer Went(except as may be hereinafter provided)at the unit price bid for the items listed i in the schedule of the Bid or for such extra work as may be authorized and approved by the Engineer. The cost of incidental work not listed in the schedule of the Bid but necessary for the completion of the project shall be included in bid items. (b) DEDUCTIONS FOR UNCORRECTED WORK i w 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. i S s (c) LUMP SUM ITEMS Payment for each lump sum item shall be at the lump sum bid for the item, complete in place, ` and shall include the costs of all labor, materials,tools,and equipment to construct the item as described herein and to the limits shown on the plans. C:IWPDOCSIPROJECT1treffic signal proJa'ct.wpd September 17,1!x38 t T'y � Sri•' I j k (d) PARTIAL on a month) basis. The payment shalt be based on the work that Partial payment will be made y } r has been found generally acceptable under the contract by the City Engineer or Inspector. A l s„. retainer equal to 10% of the amount of work completed to date shall be withheld. e ACCEPTANCE AND FINAL PAYMENT ( ) r1 Upon receipt of written notice that the work is ready for final inspection and acceptance, the 1 Engineerwi{I promptly make such inspection,and when he finds the work acceptable under the Contract and the Contract fully performed he will promptly issue a final certificate,over his own signature,stating thatthe 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 f Jefferson within thirty(30)days after the date of said final certificate. (f) AFFIDAVrf QF COMPt.IANCE delivered to the Contractor without presentation to the Monies dale to the Contractorwill not be de i , 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 i -� The acceptance by the Contractor of the last payment shall operate as and shall be a release Y to the Owner and every officer and agent thereof,from all claims and liability to the Contractor for anything done or furnished for,or relating to the work, or far any act or neglect of the Owner " - or of any person relating to or affecting the work. GP-43 CERTIFICATIONS ` GP'-43.1 All suppliers of materials such as drainage pipe or handrail and all suppliers of " }' asphaltic concrete or portland cement concrete mixtures shall certify in writing that the product as supplied conforms fully with these specifications. Such J certification shall be delivered in triplicate to the department of Public Worts at } least 24 hours before the product is to be used on the project. is ; z? U GP-43.2 The City, at its option, may perform or have performed such tests as may be,,.. j z deemed necessary to further assure that only specified materials are. Ij incorporated into the work. „ ,. CAWPDOCS1PROJECntrafBc signal project.wpd September 17,19 98 J t,'••t Hrw u:c�5.+`Fa _*t-.e",d-kky'e.9<..,is ,,: • .� 1 s 77— r��r{rn ... 1 t'•.4s n ,rt .' tai i �II•i�7�is ��iS14��11Y1��i1.� /— _. __ _ 3 I i GP-44 LOCALAL PREFERENCE In making purchases or in letting contracts for the performance of an job or service the 1 9 p 9 p Y J purchasing agent shall give preference to all firms, corporations or individuals which maintain i offices or places of business within the corporate limits of the City of Jefferson,when the quali4r of the commodity or performance promised is equal or better and the price quoted is the same or less. GP-45 PREFERENCE FOR U.S. MANUFACTURED GOODS { 1 On purchases in excess of$5,000,the City shall select products manufactured,assembled or produced in the United States,if quantity,quality,and price are equal. Every contract for public works construction or maintenance in excess of$5,000 shall contain a provision requesting the I contractor to use American products in the performance of the contract. ' I � 4 GP-46 AWARD OF CONTRACT -REJECTION OF BIDS All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all 9 Y x:. 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 .a award of this contract. i . The contract will be awarded to the lowest and best responsible bidder on the base kid 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 i accept same. The bidder to whom an award is made will be notified at the earliest possible date. The City of Jefferson,however,reserves the right to reject any and all bids and to waive all informalities in bids received whenever such rejection or waiver is in their interest. GP-47 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORKS' CONTRACTS LAW j Upon completion of project and prior to final payment, each contractor and subcontractor ' hereunder shall file with the City of Jefferson, Missouri, Public Works Department;an affidavit stating that the contractor or subcontractor has fully complied with the provisions and I requirements of Section 290.290, RSMo (1993, Supp.), an act relating to Public Works contracts. The City of Jefferson shall not issue a final payment until such affidavit is filed: GP-48 MISSOURI LABORER REQUIREMENT ' Whenever there is a period of excessive unemployment in Missouri, which Is defined as any ; month immediately following two consecutive calendar months during which the level of unemployment in the State has exceeded five percent(5%)as measured by the U.S. Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, only C:IwPDOCSIPR®JECTtraffic signal pro)ect.wpd September 17,19 { 1. Missouri laborers or laborers from non-restrictive states may be hired by the contractor, or. subcontractors to work an this Public Works'contract. An exception shall exist when Missouri laborers or laborers from non-restrictive states are not available or are incapable or performing the particular type of work involved,if so certified by the contractor or subcontractor hereunder and approved by the Public Works Director of the City of Jefferson, Missouri. Nor does this p rovision apply to regularly employed non-resident executive, supervisory or technical 1 i personnel or projects where federal aid funds are being utilized in the act and this provision, i would conflict with any federal statute, rule or regulation. i Laborers ftom 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 i state, as determined by the Missouri Labor and Industrial Relations Commission. A Missouri f �+ laborer means any person who has resided in Missouri for at least thirty(30)days and intends f to become or remain a Missouri resident. t 1 j J _i GP-49 LIABILITY FOR COMPLIANCE WITH PUBLIC WORKS CONTRACTS LAW ''.:.+. AND MISSOURI LABORER REQUIREMENT ' .. _.1 In the event a contractor or subcontractor hereunder files with the City of Jefferson an affidavit jstating that the contractor or subcontractor has fully complied with the provisions and ► r requirements of Section 290.290, RSMo (1993 Supp.), when in fact the contractor or subcontractor has not complied, to the extent that any liability is assessed against the City of Jefferson,Missouri,or any additional expenses are incurred by the City of Jefferson, Missouri, any contractor making the false statement, or whose subcontractor makes a false statement, shall hold harmless and indemnify the City for any liability assessed against it or any additional F expenses incurred. Any contractor who fails to comply with the requirements of hiring only Missouri laborers or t laborers from non-restrictive states, absent statutory exceptions, whenever there is a period .. . of excessive unemployment in Missouri, agrees to hold harmless and indemnify the City of E Jefferson,Missouri,for any liability that may be assessed against it or any additional expenses incurred by the City of Jefferson, Missouri, because of the contractor or subcontractor's failure � to comply„ END OF GENERAL PROVISIONS CAMDOMPROJECTItra�ie signal projeetwpd September 17,11396, t (1 SPECIAL PROVISIONS 1 FORWARD: The provisions of this section take precec0ence over any other provisions i In these specifications. Sp-'C TECHNICAL SPECIFICATION_S AND DETAILS The Technical Specifications for this project shall consist of the 1995 version of the Missouri Standard Specifications for Highway Construction except as modified or contradicted by the City's Contract, Technical Specifications, , 1 General Provisions, Special Provisions, and Detail Plans. ' All construction details included with the plans and attached hereto shall be used in construc ting this project, W� SP-2 PARTIAL ACCEPTANCE The City reserves the right to accept any part or all of the bid for the project.. SP-3 PRE-CONSTRUCTION CONFERENCE , Prior to starting work, a pre-construction conference will be held to discuss the ' 'project, its scheduling and its coordination with the work of others. It i ' expected that this conference will be attended by representatives of the Owner, } The Engineer,the Contractor and his Subcontractors, and the Utilities, as well as representatives of any other affected agencies which the Owner may Wish - to Invite. i �I The work schedule specified in Section IS-23 of the Information for Bidders will be submitted at the conference. _ SPA PREVAILING WAGE LAW Bidders are hereby advised that compliance with the Prevailing Wage;.Law, Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, �. Is a requirement of this contract. (Reference Section IB-20). f Section 290.255 requires that a clearly legible statement of all prevailing hourly' l ;} wage rates shall be kept posted in a prominent and easily accessible place at ,. z the site by each contractor and subcontractor engaged in public works projects, and that such notice shall remain posted during the full time. i a < - z C;IWPDOCS'�'ROJECTtrafflc sip'rsal project.wpci September V, a , rael., .J.cthTa+Y! tttkh.6k,v„zx.J?�' rrnx++� o - r`,.-*--,• ��"`� .. .. .... . .. , � `I ' r (> ,i t l ' a ""' SP-5 PROOF OF INSURANCE t y I_' All certificates of insurance provided for this project shall be issued directly from S the company affording coverage. Certification from a local agent is not 4 acceptable without the necessary paperwork empowering and authorizing the j 1 agent to sign the surety's name. t In addition,when an aggregate amount is included, a statement of the amount of that aggregate available to date shall also be attached. j S f SP-6 MAILBOXES If U.S. Postal Service access to any mailboxes will be interrupted during construction, the Contractor shall contact the U.S. Postal Service to determine where the mailboxes should be set during construction. Mailboxes shall be reset at appropriate locations by the Contractor once work is complete. r -- Any materials damaged by the Contractor shall be replaced with material of ' better or equal type and quality at the Contractor's expense. 4 SP-7 TRAFFIC CONTROL DURING CONSTRUCTION t All work shall be in accordance with the Manual on Uniform Traffic Control i Devices. Signs, cones, and barricades shall be placed both to protect wodcers and equipment and to protect the public by marking open trenches and other potential dangers. On projects open to traffic, "ROAD CONSTRUCTION l AHEAD"signs shall be placed appropriately. On projects closed to traffic,Type , III barricades signed "ROAD CLOSED" shall be placed at both ends of construction. Two-way vehicular traffic shall be maintained during construction. ` SP-8 ACCESS TO ADJACENT PROPERTIES Prior to the removal of the driveways to any dwellings or buildings, the Contractor shall notify the inhabitants of such structures that the use.of the . ` driveways or access will be temporarily affected. Notice shall be of sutficlent I Y• � I length to allow the persons affected to remove vehicles and other items that ! may be inaccessible during construction activities. t' Pedestrian access shell be maintained at all times. Suitable access shall be provided across trenches,ditches or other barriers and obstacles for pedestrian traffic. Appropriate devices shall be used to wam the public of the dangers that j.. may be present. ,,� CAWPDOCSVPROJEC Rtrafr►c signal project.wpd � September 17;12% Ott, 3, f o art. ,>.§F.;.+p+s :.',.•�t ... 1 Y l .oawsw+o.nmcrrwa��cvs�w'm�:yw �piq t i . SP- PROTECTION OF ADJACENT PROPERTIES Surface water shall be diverted and otherwise prevented from entering or damaging adjacent property as a result of precipitation during construction. a SP-10 UTILITIES The Contractor shall expose all utility crossings to establish location and depths prior to construction. E SP-11 ROCK REMOVAL �i No explosives shall be used on this project within fifty(50)feet of a structure. Rock in these areas shall be removed by mechanical chipping,jack-hammering or other methods approved by the Engineer. SP-12 UNDERGRADING IN ROCK CUT S -12 Section TS-2.2.6 specifies that rock cut areas are to be undercut and backfrlled 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 payment made shall be for cubic yards of rock excavation. p Y Y SP••13 ROOF DUNS 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. SP-14 REPAIR OF DRIVING SURFACE t ' All sections of pavement damaged or removed during construction shall be replaced in accordance with the following requirements: Existing 1 Pavement Base Surface K ' PCC Street -- 6" PCC min. or thickness of street Bituminous Street 6" PCC 1'/Z"AC Cold mix shall be used on a temporary basis when asphaltic concrete,hot mist Is not available. The cold mix shall be removed and the permanent hot milt shall be installed when it becomes available. Chat drives, alleys, and parking areas shall be resurfaced with crushed atom { In the areas disturbed. r` CAWPDOCSTROJEC Mraft signal proidct.wpd Septemtser r7,10s18' { 'b4tlWi'.W'd"Fd •v! '.d _Vc} 'I �,-a, ... .. .... i .. .. .. ., _ t f•{ V 1 ' In all areas disturbed by construction activities, replacement and repair of the driving surface shall be subsidiary to construction. t erg" SPA ADJUSTMENT OF UTILITI( SERVICES i sa adjustment of utility services such as water,gas,telephone,and The necessary ) Y � electric, including meters,valves and other appurtenances shall be subsidiary �a to the work. SP-16 PLUGGING AND ABANDONMENT OF EXISTING PIPES ' All pipes to be abandoned shall be plugged and .sealed with portiand 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. , E All plugging and filling of pipes shall be subsidiary to the work. I _ SP47 : ITEMS TO BE LEFT IN PLACE ;. Items marked "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 j repaired by the Contractor at his own expense. ` Sp-lI'i RAISED ISLAND Raised Islands shall be installed at locations noted on the plans. Existing i pavement at the Raised Island location shall be saw cut and removed. The Raised Island shall be installed to a grade 6" higher than that of the existing I pavement. Total thickness of the Raised Island shall be the thickness of the existing pavement plus 6". Payment for this item shall be by the square yard installed and shall include all labor, material, and equipment necessary to cut ; and remove the existing pavement and install the raised median as outlined. SP49 REMOVE AND REPLACE CURB AND GUTTER ? . 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;. {, installation of the new curb and gutter. Payment shall be paid by the linea'rf�oot " new curb. The contractor shall use all care to minimize i as measured along the - the width of the roadway repair section. The material for this roadway repair, shall be as per City Standard Specifications for Patching and Backfilling of Paved Streets. j it y C:IWPCOCS1PitOJECT1baft signal pro)ect.wpd Septembw 17,1M � �a�eas�ag+sa-- _ 7 ''�i��fiillrliaar�wvv,s..rara.-.r •l ••-•. -�-:- ...'+-� �+-.�.�......�.v...�a.�.-�.a-aww.a,�aio1� we-e�rtl�+a.�ia �ML'LIOit�1C DO�JEIIC II "qP-20 TRAFFIC SIGNAL INSTALLATION ' PART I - GENERAL 51 1.1 WORK INCLUDED IN THIS SECTION: -1 A. The work of this section shall consists of furnishing and installing traffic control signal equipment and materials as shown on the plans, as set out in these Technical Specifications, and as directed by the Owner's authorized representative(s)to result in a complete and finished Job. S. This section shall also include the restoring of existing sidewalk and sodded surface, which are damaged during the traffic signal construction, with new PCC sidewalk or new sod, respectively. i 1.2 APPLICABLE STANDARDS: All traffic control signal equipment,materials and construction methods relating thereto shall conform to Section 901, "Highway Lighting", and 902, "Traffic Signals" of Missouri Standard Specifications for --- Highway Construction, 1996, except as amended by the additions, deletions, 1 and substitutions of this Section. Where any section of the Missouri Specifications is so modified, the unaltered provisions shall remain in effect. Whenever this Technical Specification shall conflict with the Plans, or the Missouri Standard Specifications,these Technical Specifications shall govern. -�• PART 2- MATERIALS 2,1 MATERIALS: Section 902.3, "Materials", of the Missouri Standard 1 Specifications for Highway Construction is modified by adding the following ,} paragraphs: A. Section 1061.7, "Multi-Conductor cable", shall be amended by the f addition of the following: 1. As an acceptable alternate the contractor may use multi- .� ! f conductor cable meeting the requirements of International ► Municipal Signal Association, Inc. Specified No. 19.1 (1967)far Polyethylene-Insulated, Polyvinyl Chloride Jacketed Signal { 3 Cable. f 2.2 EQUIPMENT-. Section 902.4, "Equipment", of the Missouri Standard ±1 Specifications for Highway Construction is modified by adding the following paragraphs: { fl A. Section 902.4.1. "Signal Heads" shall be amended by adding the -J following: C.IWPDOCSTROJECT1Usfic signal project.wpd September V,;1395 . in rg l 11I ; I i 1. Lamps for signal section optical units shall be furnished by the s Contractor as follows: N a. Lamps for 12-inch lenses shall be 150 watts. All other lamps shall be clear 116 watts. b. Signal lamps shall be minimum life rating of 8,000 hours, guaranteed by the manufacturer. ; C. Horizontally mounted lamps shall be installed with the open segment of the filament up. B. Section 902.4.1.4. "Hardware" shall be amended by adding the following: I a. Bracket mounting: Type S mounted signal heads, as -- shown on the plan, may be supported by mounting brackets consisting of watertight assemblies of 1.5 inch durable polycarbonate in lieu of Standard MOdot Brackets. Mounting brackets shall be yellow. The dimensions of mounting brackets shall be as required to _ provide proper signal head alignment. Each bracket shall have 72 tooth serrations to assure a positive lock with the signal head and allow positioning of the traffic signal heads in increments of 5 degrees. All members shall be either plumb or level, symmetrically arranged' and securely assembled. Mounting brackets shall be �1 attached to the pole with a stainless steel banding, f Construction shall be such that all conductors are concealed within the assembly. b. Mast arm mounting: Type B mast arm signal head assemblies shall be rigid mounted. The assembly shall consist of both top and bottom brackets and be easily { and completely adjustable in both horizontal and vertical i 5 planes. The top and bottom brackets shall have 72 tooth serrations cast into the arm to assure a positive lock with the signal housing. The mast arm signal bracket shall be constructed of a high strength aluminum. It shall have a !, minimum opening of 1.5 inch to completely enclose the signal wiring. The bracket shall accommodate the I number and size of signal heads as shown on the plan. It shall be attached to the size and shape of the mast E ' {Ii arm supplied by means of stainless steel bands or I '� chains. �Jf.mn'4iq j. CAWPaOM PROJEC1ltraffic signal projectwpd SepSem(,ar`17;19M i 1 t C. Section 902.4.5 'Traffic Controllers", shall be amended by adding the { following: The traffic signal controllers, cabinets and accessories that are - to be supplied and Installed on this project shall meet all applicable requirements outlined in Section 902.4.5 and shall meet the following specific requirements: a. The controllers shall provide the signal phasing and timing as described on the plans. E b. The controller to be installed shall be a solid state i actuated controller with the following features: i 1) capacity of skipping or calling and extending certain signal phases and maintaining a fixed i i cycle length; -r 2) capability to provide coordinated signal operation; E. 3) provide a built-in time clock for interval time based Coordination, as well as, selection of dial .� transfer and night flashing operation as a j r standard feature; i 4) capability to program and re-program a resident 1 . ` . PROM to establish signal sequence and phasing data; ff 1 5) provide 40 signal circuits, 4 single channel detector harnesses, a 12-channel conflict monitor, and 3 solid state load switches; C) be an EPAC Series 300 controller with Software Version 2.22, or approved equal " C. If the Contractor wishes to provide controllers other than an EPAC Series 300, then the specifications for the . J alternate controller type shall be submitted in writing to r the Owner and approved priorto including such controller_. ;. in the construction bid. i. 7 PART.3- INSTALLATION 3.1 CONSTRUCTION REQUIREMENTS: Section 902.5 "Construction Requirements of the Missouri Standard .Specifications for Highway Construction shall be amended by adding the following: 6AWPDOCSTROJECTItraffc signal project.wpd September 17,1889 ` - '' y .. ..»..`..._.___...__.._< <...._._..-. •..,-..-�..�__ ..._.__.___.�.. ...Y .-ri..-t-1 TT7^JtrT.f {w�'?r'1'!R"'1r}:-;';.':} H it x t r i A. Section 902.5.1,"Pull Boxes and Junction Boxes",shall be amended by i the addition of the following: f I f' 1. Concrete pipe,meeting AASHTO specifications Designation M86 for non-reinforced, or M170 Class III for reinforced for suitable ! length and diameter, and provided with cable hooks, may be f substituted for other types of pull boxes with the approval of the s Owner's authorized representative(s). +� 2. Expansion Cast ABS (Acrylonitrile-Buradiene Styrene) I thermolatic Manhole Rings and Lock Covers shall specifically not l _ be allowed on this project. ) 3. Junction boxes shall be installed at locations shown on the plans. i 'They shall be of the sizes and designs as shown on the Plans. ' ? Minor relocation of the boxes may be completed with approval of i -� the Engineer. j 4. The Contractor, at his option, may submit in writing to the Owner, ' pull box or junction box designs with materials, shapes, and dimensions deviating from those required by the plans and ' -1 specifications for possible use on this project. The submittal and j approval must be completed prior to including such deviating i w designs in the construction bid. .i B. Section 902.5.7, "Wiring", shall be amended by adding the following: 1. External surge protection is required on each loop detectorwhich j will meet or exceed the following requirements: i i a. Units must be a three terminal device capable of protecting the detector against differential (between the loop loads)surges, and against common mode(between leads and ground)surges. , b. Unlit must be the inductive type with a maximum DC resistance of 150 miiliohms. C. Unit inductance must be at least 4 millihendes. 1 d. Unit must withstand repeated 400 ampere surges. E e. Unit must be a two stage device capable of clamping a 250 ampere surge to 20 volts within 40 nanoseconds 1 when the surge is applied across the two detector leads. ,. C:IWPDOCSIPROJECT1traTBc signal project.wpd September 17,lD99 ��.• ' +A+ �1 A stir . , . ' 1 . ..: '•. j� ,. 'i f. Unit must clamp a 250 ampere common mode (between j leads and ground) surge to 20 volts. 4 , 2, a. Detectors:internal surge protection for each loop detector f is required. l b. Alternating current service input: The controller cabinet - alternating current service shall be provided with the f following surge protection: i. Surges: The unit shall be able to withstand a minimum of twenty 20,000 - ampere surges. 1 ii Terminals: The protector shall be provided with ( terminals as defined below: J 1 {j f Main Line: alternating current line first stage `) terminal. .,� Main Neutral: alternating current neutral input f terminal. Equipment Line In:alternating current litre second { „' - stage input terminal, 10 amperes. 4 •.� Equipment Line Out: alternating current line second stage output terminal, 10 amperes. Equipment Neutral Out: neutral terminal to protected equipment. Ground: earth connection. Ili Inductor:The equipment line in and equipment line out terminals shall be separated by a 200 I. microhenry inductor rated to handle '10 amperes alternating current service. Iv First stage clamp: The first stage clamp shall be between main line and ground terminals. V. Second stage clamp: The second stage clamp i s ' shall be between equipment line out and equipment neutral. ' CAWPDOCSTROJECTItraffic signal projectwpd September 17.1Fl9ti {! "°'b.•a1 s..cri. 1 .YN A}t4.}t+.Y x• : ':.n. n...'.:..,. _.. ...... ... Y .. .'i. f*`Y t eF ; { vi. Neutrals: Main neutral and equipment neutral out i 77) shall be connected together internally and shall i have clarnping devices rated at 20 kiloamperes ~ between main neutral and ground terminals. vii. Line terminals: Main line and equipment line terminals shall be isolated internally. j viii. Solid-state: No gas discharge tubes will be allowed. The protector shall be of solid-state. design. ix Peak clamp voltage: Peak clamp voltage shall be 350 volts at 20 kiloamperes, with the voltage i- measured between equipment line out and equipment neutral out terminals and the current �j applied between main line and ground terminals, with ground and main neutral terminals externally i flied together. This voltage shall never exceed 35:0 volts. X. Material:Protector must be epoxy-encapsulated In ' f a flame-retardant material. - xi. Current: Continuous service current shall be 10 ;f amperes at 120 volts alternating current {CMS. D. Section 902.5.10, "Painting", shall be amended as follows: 1. All exterior metal parts of the signal heads, including mounting —� brackets and other hardware, except door fronts, inside and outside of visors, louvers, and backpiates, shall be primed and painted with a standard 'Federal yellow enamel. Door fronts, inside and outside of visors, louvers, and backpiates shall be painted flat black in their entirety,except backpiates constructed from black themtoplastic material i ;i ` 2. Polycarbonate components, if used, shall be the same color as specified for painted metal parts. i 3.2 TRAFFIC SIGNAL OPERATION POLICIES: 5 A. During the course of signal installation and until the signals are planed In operation,signal faces shall be covered or turned away from approaching traffic. After the signal installation is complete, the Contractor may pub r � September 17, t CAWPDOCSTROJECTItrafBc signal projact.wpd t3°d A 11161�l�f���lJ1 11®ISIL711�f1alL�OUi�[wel�vw...� — ___'.11...__ i ! . I the signal in operation for test purposes only. however, the signal shall ; c not be put into permanent operation until authorization is given by the Owner's authorized representative(s). 1. When the Contractor is certain the traffic signal controller and control accessories are working properly,and all signal equipment is properly installed, he shall make an inspection appointment. } with the owner's authorized representative(s). 2. After a thorough inspection of the signal equipment and installation, the Owners authorized representative(s) may authorize the Contractor, to put the signal into permanent _ operation. This authorization will be given if all signal equipment is working properly, or if public safety and convenience warrants ! . the operation of the signs!before all corrections have been made. 3. A written communication confirming the permanent signal ► 1 operations authorization and the findings of the inspection shall ; be prepared by the Owner's authorized representative(s). The � I findings of the inspection may include the acceptance and approval of the signal or a list of signal deficiencies to be ( corrected. 4. If the inspection findings contain a list of signal deficiencies, the - Contractor shall correct them as soon as possible. If the signal must be put on flashing operation or completely shut down to make the necessary correction, the Contractor must receive ; authorization from the Owner's authorized representative(s) before this action is taken. j 4 ` When the Contractor is certain all corrections have been made he shall again make an inspection appointment with the Owner's authorized representative(s). After the final inspec.'tion of the { signal, a written communication confirming the acceptance and ! T approval of the signal shall be sent to the Contractor by the I ,. owner's authorized representative(s)at the end of 15 consecutive j days of operation of said equipment. I . 3.3 GUARANTEE AND MAINTENANCE: } fJj A. General: 1. The Contractor is .required, until the end of the one year guarantee period covered by the Performance and Guarantee Bond to: ! CAWPUOCSIPROJECTVratrc signal project.wpd September 17,185 kk s . y.S:t: i,; i l a. Guarantee all traffic control signals against defective equipment, materials, and workmanship. b. Maintain all traffic control signals in connection with spe- cific items enumerated in paragraph 3.3.13. l 2. This requirement applies to all traffic control signals under this contract. 3. The intent is that at the end of the one (1) year guarantee period ' the Owner will have properly operating and serviceable traffic } _ control signal; that defective equipment, materials and j workmanship will have been corrected; and that any necessary maintenance in connection with specific items enumerated in paragraph 3.3.13 whether or not due to defects in Contractor's { 1 materials and workmanship, will have been accomplished. All ; 4� materials and installation for such work will be at the Contractor's expense. t B. Conditions Requiring Corrections: Any adverse conditions which affect i the use, function, operation, quality or life of the traffic control signals shall be corrected, including the following: 1. Traffic control signal equipment malfunctions; including, but not limited to the following: signal controller malfunctions; vehicular and pedestrian detector malfunction; electrical cable ; malfunctions; and failure of traffic signal units poles and mast arms, which affect the function and safe operation of the traffic control signals. 2. Exclusions: The following conditions are excluded and are no _ considered the responsibility of the Contractor. a. Traffic signal replacement due to lamp bum-Out. �. b. Damage to traffic control signal equipment and material resulting from acts of vandalism,traffic accidents,natural 4 J disasters, or street cuts or excavation within the right-of- . way by others. " _f C., General Requirements for Corrective and Maintenance Work: 1. All corrective and maintenance work shall be done promptly upon . notification by the Owner in order to prevent. unnecessary Inconvenience to the traveling public and to minimize trafficsafety. hazards. C:1Wr'DOCSIPROJECTItraffic signal projecGwpd September 17, 1'598, I � ; I�'!fQ• '-'�wlwrdr�n�ttl��rwwrroe�ar�ewrun.:� - ----- - --- .. .. ...t;t.. 3 F ` 2. All work shall be in accordance with these specifications and the highest standards and methods of the traffic controligrtai industry. The Contractor shall submit his proposed methods and '•` � designation of equipment and materials to the Owner, for t approval in advance of such work. 3.4 SUBMITTALS: The Contractor shall fumish five (5) copies of a list of equipment and materials to be installed to the Owner, showing name of _ manufacturer, catalog or descriptive data, and shall furnish manufacturer's certifications, in triplicate attesting that all materials 7 r supplied conform to the requirements of these specifications. 3.5 FIELD LAYOUT: All work covered by this Section shall be done to the lines shown on the Plans or as directed by the Owner's authorized E representative(s). The Contractor shall be responsible for all field layout work subject to the approval of the Owner's authorized representative(s). Ji t SP-21 GREENWAY TRAIL CONSTRUCTION _ s At the northeast corner of Stadium Boulevard and West Edgewood Drive, a portion of the Greenway Trail shall be completed between the existing trailand. the intersection, including a ramp the width of the trail. Details for this work are ., included in these special provisions. Payment shall be by the various items E included on the itemized bid form. No direct payment shall be made for excavation,grading, seeding, or mulching but shall be included in the bid Items, for this work. r END OF SPECIAL PROVISIONS j. " rt ' , tj CAWPDOMPROJECntrafBc signal project.wpd September 17,9 88 1 {Y i�Y- .., '+W:,d uY @s-sw , Moll k e jyt `t14 ¢'t? S{F� W Z Z Q W W I d QC fV W UJ z r t • V O L1 ! t0 J F W r Q_ .G0 zin<Y O , • 5: 0_ 0® . Q-N _.! oz LLJ a x a zd Q° Li ..1 Lo``', z�V) aria o .. w c� J ; LL_J w w a t in LJ Lj ui in Qd ~ w pzJ U- s W 0 t�J1 "o LA- Li _ IFS- 00 f��3 • d<� d L (Z m t N 0.Li3 L/1 O D' • z LU in W Q • Lj Q3 CO in J , _j m - U) I z �,• �n U V) 14-1 N z l o o LU mz i 5.� • 7 v � • • 0<-i2 z `. w — -aodx Q Ln Z LJ zQ.iin %3 Z w Q� .x Q O U j" J ,w ® ip -� cii x a o z n n � uj L+J L]to W _ Q N r z r- C`! O n CfT`i OF JEFF �SQN MISSOURI W� I}EPAR T6TC NT OF PUBLIC WORKS ETAILS ..M.. ..mss- L ..a�aµ •3 owl^. 5 Yk•3' _ �E 3 „ .y .... ._.__ LANDING (2% MAX, SLOPE RAMP WIDTH ANY DIREG'TIOIi) 4' (MIN.) I I EXPANSION SIDEWALK JOINT AB ING WALK-2t��{.�1 �F,� r i N h1 �� ) 1 w r �� i SIDEWALK RAMS RAMP NOTES 1. CURB CUT RAMPS ARE TO BE LOCATED AS SHOWN ON THE PLANS OR AS DIRECTEL` NY THE ENGINEER. I . I I 2. RAMPS SHALL BE PROVIDED AT ALL CORNERS OF STREET INTERSECTIONS WHERE THERE IS EXISTING OR j PROPOSED SIDEWALK & CURB. RAMPS SHALL ALSO Be' PROVIDED AT MID—BLOCK WALK LOCATIONS 3. SIDEWALKS SHALL BE RAMPED WHERE THE DRIVEWAY CURB IS EXTENDED ACROSS THE WALK. 4. CARE; SHALL_ BE TAKEN TO ASSURE A UNIFORM GRADE ON THE RAMP, FREE OF S AGS & SHORT GRADE CHANGES. S. IF POSSIBLE, DRAINAGE STRUCTURES SHOULD NOT BE PLACED IN LINE WITH RAMPS. EXCEPT WHERE EXISTING DRAINAGE STRUCTURES ARE BEING UTILIZED IN THE NEW CONSTRUCTION, LOCATION OF RAMP SHOULD TAVC 00rPrnrp;CE OVER LOCATION OF DRAINAGE STRUCTURE. 6. THE DtC)IZMAL MUTTER LINE PROFILE SHALL BE MAINTAINED THROUGH THE AREA OF THE RAMP. 7. CURB,RAMPS SHALL HAVE A MINIMUM WIOTH OF 48 INCHES, EXCLU SIVE OF FLARED SIDES. THE CURB s RAMPS SHALL HAVE A MAXIMUM LONGITUDINAL SLOPE OF 1:12. IN INSTANCES WHERE AN INTERSECTING WALK l s ABUTS THE FLARED SIDE OF A RAMP, THE SLOPE OF THE FLARED SIDE SHALL BE A MAXIMUM OF 1:10. I ! 8. A LANDING THE WIDTH OF THE CURB RAMP AND FOUR (4) FEET IN LENGTH SHALL BE CONSTRUCTED AT ' THE TOP OF CURD RAMPS. THE SLOPE OF THE LANDING SHALL NOT EXCEED 2% IN ANY DIRECTION. I 9: THE RAMP SURFACE SHALL BE FINISHED WITH A NON—SLIP BROOM FINISH. i SIDEWALK NOTES } 1. DETAILS,SHOWN ON THIS PLAN APPLY TO ALL CONSTRUCTION OR RECONSTRUCTION OF STREETS CURBS OR SIDEWALKS. 2. .THE MINIMUM CLEAR WIDTH OR MINIMUM WIDTH OF CONTINUOUS PASSAGE ALONG THE LENGTH OF A ! SIDEWALK. SHALL BE 36 INCHES. r 3. THE CROSS SLOPE OF A SIDEWALK SHALL BE 23: (1/4" PER 12"). THE 2% SLOPE CAN BE TOWARD THE � --� STREET OR AWAY FROM THE STREET AS LONG AS POSITIVE DRAINAGE IS MAINTAINED I 4. EXPANSION JOINTS CONSISTING OF 1/2" PREMOLDED JOINT FILLER (NONEXTRUDING, TYPE B) SHALL. SE � --j PLACED IN SIDEWALKS AS FOLLOWS: A. IN LONG RUNS, EXPANSION JOINTS SHALL BE PLACED AT A MAXIMUM SPACING OF 400'. s. B. AT SIDEWALK JUNCTIONS AS SHOWN IN TYPICAL PLAN. C. WHERE THE END OF THE SIDEWALK ABUTS A CURB. D. WHERE THE SIDEWALK IS PARALLEL & ADJACENT TO A RIGID STRUCTURE. � CITY OF JEFFERSON, MIS"GOBI I EPARfiMENT OF iJBLIC 44R.K STAILS r aY �� S „4 t _ I I 10' TYPICAL VARIES 20 TRAIL WIDTH 2.0 % 2.0 x 4 r • • •• 1 1 s i 6" CONCRETE (3000 PSI) 4" COMPACTED GRANULAR BASE -� TYPICAL TRAIL SECTION-7 SECTION NOTES,: 1. MAXIMUM SAWED JOINT SPACING SHALL BE 14 FEET. ALL JOINTS SHALL BE SEALED ICI ACCORDANCE WITH CITY STANDARD SPECIFICATIONS. SAW CONSTRUCTION JOINTS BEFORE SEALING. i 2. WEN A JOINT FALLS WITHIN 5 FEET OF A MANHOLE OR OTHER STRUCTURE, SHORTEN ONE OR MORE PANELS EITHER SIDE OF OPENING TO PERMIT JOINT TO FALL ON ROUND STRUCTURES AND AT OR BETWEEN CORNERS OF RECTANGULAR STRUCTURES. j I .r 3. ALL MANHOLES OR OTHER STRUCTURES SHALL BE SEPARATED FROM THE PAVEMENT BY EXPANSION JOINT MATERIAL EXTENDING COMPLETELY THROUGH THE SLAB. ALL MANHOLES WITHIN THE PAVEMENT' ! - LIMITS SHALL BE BOXED OUT, :s wy 1 CITX Of aIEFFE U RSON MISSOURI . �fN1FLI '.WKa DETAILS YZ v r l J ^,r 4t 64 . �'` }'.., +: , /K ,,/ 1°' Ik .j i. '/.I ,:1 t {'': t t ,�' ' 7 Y k ' y'• L.$ tj"yta''}'S\tai. 't` „ r '° • ' �t \ r A, , t1 f G v �.F c t t 1 Ak. P1 V iyr 5t� b i 7' I fi ) p�„ ,I r.`t ,SnY R ` lr �, !' .! E ) 'E tl r 4 F ,fr �t,� {. t iN���y�•i'�pty+t, "_ Y li t. .,r4 .} L}V # J'1 4 R:p 1 ' } a 111'` �}'t$ , h' 1,;:. 's';. 711'1•,;?,4,Igb .. g, -' •, ,>I �- �;. """ j N�.)Mi4 i ' 'S`w'},`",,L.. S'`.; s. r"�,�1ry:n�.a' 1. k .>�'},;x�r rt:r ,;r., s ,b:j .. 'S i1,s' s ;yt taA,ty; j r. tx. .: i •' ,t<a., ,' E•,�C a S "{ .r}r �e :., r,�,,�:'r�u,,jjr -.`a.' .,. st,�".""'•e;;'``' :y''"�:�.'"4°.q:J$1"'S; ;+(#-a •k. 46'& "°, cr i.+ '. ;{ .�x"'1''•G 1p •;:rxao£;, ' �,y r,:{1 L.;,�,'r'dA 3\I,;y'.}���f�1"i,yN ' 4 '' �, r ::"1i ;?i;'i;- i s h d r �;xa v f ', in .4J�' t J}°"� C d' 3 ."�y7 ?} ;1y.t `y�' >i "j o;i! a *F ti t 1 r�:! Y':. d s.r"." rr. ., . ,r 1"�"'{ 'r'r�^.oliit tr.; r. ). 1: d :'3t�''`;+; ' 3,� ,•srj 7 t. ,1 . .r, ',. 53L ^G ",Y r'`�• t.?`i i d.r}l qt_; t.. pf,r,4..r;Ei' r: Yt .y.n.,.:,,;.,,!C','R: t1 T{ y.i"x.'c•r.���'::'a.,r♦1L,a .q'?+q�t„?�eiAll' �; .,�z,i, 4514?{ .'iy,• h,• -.� �• 'a x: .44 y r, a L.;r !::°.'r,+; t{.�.;.,,,;1><}..:.: t� rl', o �' .;ii'" r.+ u; }.;>. !'^°4:�I44•, •* 3.r�L t" ;t.I. r, «. s cs" x r•t( i�- rj,, rr-R,s E :+re '';,� t` u4: { .;a Y .t:,{", L ,.)1. '• Jk.,t i ,iJ"'17�, ,,rrr,.Y,r ,� 1'' C 'FY. ,� t ,it'j,�{1 J l ,K ,:( y:rr ,+ "1•`` 1" st' •a :n IC.`i: r" .''!.{,'str,r,t,;�.°. t!t lr+ :7; ,+{:. ,a...i rr•;;r:t-if.c{tjv, r,` t �,f,: %Crm J ..'Y,.�},>; .. .a:FrY,..,a"�}'il '?r r z.if,.. � \i '% l,' ^}' �'' a. , s -,K;",� 1- S, .r"C''yµ It, # YW•°-1 i i 4i :.y .C. #,t ? {'.w:�ti 1,_.;.,_"rISI.S, 11 •i Fs ,b / ,5 ,: r d;:f.. .,a.,„ }ro r7j y. a., •?.4 .H '- tom ..�y�it�''y�.rE .< ;F .tee TF'la;�r.yili.,n{J ..f.F''�:3}iLr•t,T/ +t c: ,rf�,,:it• .r r-ti. !, d,;,'•t.eal`?', r-r .5>-T''.i`.��'"sc,rl. =; rti'.-}. >.''t.r,?,=!'�i a1t: .,:.;'sr ::'•`';e:`� n+,::,`.'S. ',w• V ,!.'>i•' .,EY�i} ,: .,.t%,J�t { f.. s\{�•a,l.,A.4.t•;a latrl�;•`d1}./ t r T,.Jt+,.) •c. ! YF:; ,k .zi ,t r<! i .s, r) t�•.,r.s�,},e.M 1 t4,G r , 1'. ,. Y, /�'1P" l.i�;6,rw '.f i i:. :'7 n<' { as�1?�i,:'rct w.-ro,,s. .rrt J.,.JS..`t..'- . .k;,a"j�)� •.T,,- .t;•,;f,-I.� '1, �,J,,J'.• t. �.;1;+,r'rt^ �,/ �•.•..,,f t-�, ,L '•'>n,*` .r. �t' .e :\ ,,t 1,:".a••�• i�, ,t 4A, "y.. ' : �;`x:;Y:`. +rl, ��}} i`ltx..r.} t=fJ.1,�.'�ice. .r!.:,,.. •.i•`'- s. r r,,,ut ' 1• n',r./,�;�: r.J� )rrtt?: 1w 1. pt ,:, r .,7Y.: ,/� ,r!' .rf..t,r"f,.. i t +.,'.�}Y'- } L. ,�:"y :t Ty7i «.l:'"ty,''`:Y � �,,K1, ,{; ,,t'y�,,, ti + .'rf ,'.7' r /•/. f F;-.' .r w.•'r t. .,,::t3. 1 j.. : t ).: •,e`rl, 1., .fR' .[ { ,t,t 'St f:,fv: �.;,. tY r.s,r., 9.<?.,ay, 1. 1, W, l .r• '„rx, y .r� ,y. y:f:r +Y ,rl�yJy. ,tr. ,� :�(,t',y+.� , ".Y`. "'.''[ 'T'',.t., � t. .t t. .! �D`. A"•' =:s 1 it :t" ,a ,x x• v,i k-t .�k, �p•':,. tra i;:. •J a; 1'.{i ``��'S!a";,t f.,aJ .�.. ,.. K4. Df \{Gi! {; '�..fit.. .:i::,:,;'.v:',". {. t't,Y' ,Jd` 4;i L�rt.f•{:y l,d f;ry vF;{t�i'f:v.{,V.;it',,r r; t• r•„ n;",r•r r;,I fi \\ 1 hl`, I't rEy :,r. .ay.D, .1 .r3+ '?j I "�{ /}: s{.v ,,,q.J, ,:!)..e.,''. t C G.K+t s•:to St l.r.<,ir i' i'.d ^!'�".3 i�' Ir,'. i z. 1'n' "3. - ..i. -4it', .1 ta'• 4!i 1 77 r<.J•- •;.i .S 7•a•ai•; �,y I F,. Yr. .4•*I`. 'r ,i, `t ?�: •,,:k ,y.ri` d,f i'y a `';)\ ,,, w ie. •t ri_ri•«: 6", wt1 >\. •41 .,(.E' 1. 'S„-. !.:'d-"`{},1 at< ): ;,,IJ'`i: ".v' 1',•:.rhh"D{�1:t ,1. .t Se. .i.' ..te. :1.. .: \\*' = ,, X111.= i' .{ '•y': 'i.,. ii t,• :V., { ,/, '.. 1>`, t,/C' d' t. .,' z, •r.'t. j,;K .ti .r.T .1.y_,,:, v•.t ,Z '. -,C ',�:' f -�. t 'l� (:., r';11...rr'...,1r�+'x�l'e ,i'':.:aT`I.,:tr.a ,`<' L:`,rY't',; !`:'.,�- . : 1 ,,Si` ;.'�,0 11}:;..I !'d) ,,°,\ <.,r� .#. :. r. Y e t ,1,-i, ,+,i,!x, a.r f v.f,'"'-,�.Y Y.'M t t Y ir('Vj .+i 'Y 9'• ,Ai a� f ,�, r tJ :,r f ..¢t t' .[ i {L _ 't :�♦. t sdj., r.• 1'-°rr. Kt' t t t 1 3 .t '. .nl 717id,`t>`: 'l.` •^., f, , lJ yT ..r• i. :t:. ' :,r. c ..I l., .1 S,r d,T'.` r7'u�,- i3y•., {a.. )5r'f i. { + ;i�r.t:t..t• :J.v:" ..>{ r rt:' I t., '.ti ( „�. r ♦e' *n:! e}; �,'. 1; i Y' ti . .5. ?A r,. a.' ..:t,,..,,e ytt;: t.4 •Er .r vg' S, o .t c".f. °$±; '�;.,tt':l: .i ,R..^..t at+ i:•,t r... ..d,.:r,A 7�?k/nJ,x ,T,;r t ',4' `!•...�)._°,a'r• y: �') r' .:l .. •'? .r♦,• ?i' •`:rx ,),+: {': :t r,Y'.. ,.£•J^%=3 tC: ,'i .,r;:::;t• .YC!';i •.l/f:. t�7••..iY e r':.,.3x!: •.y„•.i t x'�t.ji ;/S`.';«,;� ''+t• t.' 4:,� .,"f• 'tr. 1, ''"' -r.. ,I.j ;,�;,'.1•• �"rJ•r,i'+' ,r<'o- t,.ti .i.• `+.,r.,t'" {,a{J a,^d\`�"1y. ..t, /'r+ r} ,ir r,r'•1_.I •i .y1.Y.-3 %1.`"L.',A'•, :0 >:A.:r .Y- .y,r., t ) tr 4(,,.,`',?t n: '+yiyt.,r."'t" !i+.r .�k , Y' ,.t;, r`.Y. n.rs+: ..)•.r• x .f;;.. ..t;'(r,�t.l.,. .!. .:J,. ;ea,.. t• il. "•.y'j' �{ ;t'- r, :3 ,r, „ur ,•t �i ,.c: ,.l >+� .,C s{i.r°!:'-.r+1,i'f.).,.• ��7 ':J, b � ,/ ,t :" ti j.4:,'.n c { } ,i. + 'i• $ �. 1.:},q f J; 11r I'y,'.•,. af' {.. {.1 } ''/ r' Pi ri ',).,`S,V-,, . :./ h.. :rY, Ji .0 3? , .t p:}:, ,;( r.•.x�Ly,4,y.5! „J. rl r.1�:1`• t`t .y.f .a t:t' i l'"{\.i✓:sr K, .,,� r,.,. ) ,:".S. tr 't ). };:f,177 4f`f s7-,Aw ., tiF;�:!,rrtr2, .e4:•} Z " 1• ,)t,,. °) A,i,t'�,. I•:," :"' :'�\'-I. r.. c(' i;r) LL.. ,1','1, r '"I,: �`` elf 17. �:`t. t }{,, r.: %)L:`.i`;r; y:,Y,r !r..;.. S L,.t,.y':`n iiUIS; .xi./, •t.•.rt,C ..a lalr 9i:t.. .is. •�'..°1t e..�.',7,,:�r:.jy''".♦ `(.' ^t".1' ''1, t.' ,.d:'4 l .a•t 7U� .j! _'� 1';a;;e �,. t. ..�;; LY I. .r 1 t t S,(, ,',r,{ f; i ,t..,.l,,:.'i'.;�' ..z J• xJ;,. " �' ,' 1 .5:2� / .`J„ ,f r 1 a ij. .1.. ''t}r 1�'r r' rJ.' .IY°?;4r:t .,S'ar',{'.i.{ r .:!li;•it,'.5 1..1:,.%,,,.,,,,}r.•J,•, .gib'' \3, <.Ya.•; :'t y'-;:1i,.1 pt':.fsy''f•:a' J`q'i' .�':t. !"a �>:.:. --! .Kr, ".��'., .)• `:S 7' ijr ,j`7e t,� b .1, f4,{.i :,..M: :F}:.if:.!-.'e'^ p�xr inti :-,�. '�'f:'!>i:. '� f p .7��:a:rPi:'. �r`o``. •1a:..r Lr:��.h .1 pI,} +,{� ` ` ♦, i !.= ,t: n.r• ?i 7. t k' :SS r e, ✓'ri :1,:._+ , •Y. ..D,-(str�Q i'.C!".,). s.�;:.M i. ',t+ [b "R•fr.rri,:. .t,`1!'.,, !i1�.Y Rt,.v ,s.t;, r r. lt.Y.-l.,f• .7' 'K1` .i .Jir-"' 'ai`•t ! (,y,3>!re• :;.,.r,.,S 'F{.''; .nl i - y, rr4,�`;S}: s.,jt,1,i:.,�j:4;.+>.1:$''+Y.+: ".yy x/kr,. 1 .,•t•e,.v:q ?r:'.r.•' r'.'1 ..Irl.•r•rL. •.i;. !; �,x t, f:. '4:', ;sa•. •J.,t,..l•y,,r.}}.,tt. t`,'. a vk.` r. .�,..r ai•,.t H y ti :h. , 'f i•, 4', r,tC?r 6Y.".i• "nt '�` •; ,+ .,'i:. yr. ''d, ,;(.«,, ::t 4 :,tr 1i /`,t.,,;1,�.,<<•'_'-'t -,,.lf.tv •,,'t .t r�n�. 1+.../ a .ti:^" ..,. •[,.,,, .;t.gs �.:'Y 'l, tl. '.: `1, t '.:i ,s};:. . ' :i S�" ;:. }. h.. 1. �' t it 'u;.,, } F` t .i'. r., `t"'• p,^r.(.. j..,tt ,i! .,.+;i' ,rt< r�,t? +,.,,.) ..t.,S :k:'„1 , 'r'. • .Yi'.. .A .,,7�,, ,.y,..F• ,t n�.,r f%9, n i. •!r <f °a fair;'!•% ,x_, , 1. .t.. .r..1:d fa::t' 'ir.. ,iP':'{- .! 'raF. t i?}} ±? •r N.. 'tli;'., v". ..\ r �y/tal"\"r,,;: 't. A•.:� ..i a ,:e!'r i x:}S'M:ry::, y,j({'•},,,., fy 'i +:( :t•, ±t},�>,tr,�r s�,t,S, zt r,'l.. 3' r ..f,.;�.�7:n:!�t�f'�;t%'f• �. � �d,• - ./`. ..;Y. f .i,. D .wY Ja•^, t, :a'.'.ft- ' :ii>. •1.1'`.L;r`,r,3'r eaj .i,r-2 Y{'. ,�+ '1�?t' a'. .a „tt. i.1•; j.�. :'`�'+" ;t'\:-`':,+ ..•.;,: ,,,, ',5�. .y' , t" ,�. ..S,r ,[d 'tf, Ix• .n •t.( t:..; ty±_- .y-u.,, Da t ;;,�r" ,.L '''/,. !t; .,� ! l.T.: `••2:; :�a.;,,r 77 ?,a•7 V ,.D' S „t,.` 'J rt- ,,-',.}n/,' �� ',': ��+ .�{.' L j'.,{ ,a i l r '7',.ra'Y4•'�1 �t: `e7:..,.;..1 r .tx.a. m• ,F:r ,,:t♦t,.t. ,t :.r, J,. t\, .,t'•q,''.zj i 3 it .�//�' '1'�R' 3{r 1=-.,rJ'. ..,t ,-} '.ri�l, C r. ..r ,.L "f) yrt .,,. t.ty r:k• ;:t ;:{t(,Y-{',r,r (r ' 13'?a' .,4fy., ol.:s. t R ')`?` ..k J'^a3fn r^!•�F ;z~, .Y.':i :k, x t';' .R :� .. �. ,,,•.)r •< w .a1.. ,. ,3, .t.a ir~:2 '/Y,ysr'S.,�: rfi�, °i,r ,i t,rF,,},+ {.a' t< *t. }:,.hlt,t.�r:{;, :{„iy ril• •E.. -'I,t Y,u .'f { �1!'..t.yti., y, .•t.•: Irw ! ;i�. •er + .tt' ..�-.:.t" r't{I. .t`„'Fr d "'45.1 4.r:;( �i,.,`,p"4 :''•!ri^l,aftir Y.._ r4��� a..+ al.�, l+"�'` .''d' ;+' ...t�'r. .t. r. .j.. ,'j > 1?1','i ..G ',t, ,i" r:R 4.c._,{r >f.r,l.:' •Yw.. .,.Sr. ,Ip, 'Yl a'=. f (,.. Jl w,r y,:,,;°{"fit'{ .,,..r rii�' �., ,( ,i11': .a.. -'1 :� ( .t:- -11� {t ,I, „ Y- .trp,:,,t J J6;J:?1j ,I: �•',•t:i'u: ,, „ , .1,i:,E.:,.�r fi .,i zf u}t.,`t, •i:':i%�": •}� ,,C... .'�; • .i l#J. :,.. .t.,-a rnT '"s'•"TL:. .l, {r'F" •Si+4 `• J `'13. 1':Y `':<!E .} ,r +t.•Y•. }''; .t':`a } '.,` :AL:: /:` it 1 ,+ .£, f 7 i.., g }`�it ,l M t t r, , f ",, 1 •'*': rJ :;}, 1 s.J:. S d it a..L• ;r:.? ,.(,f '' :rtr✓ T.4,.pi .a: {,. .r'S;i•t'::, !2 .I d,}� .# '' i r.-�t' ,,.,,. '4` .'i. r. r ' •`•!,l t.ta: s: i i' V j ,.e^r. .,:,'l. ::$ ,l'r,": I i..,.5 T. 1 yL'r w5, J§L k�`,,, 7' !ifis,, <{t.1,'s. s n 'f ,. { -, ",,r \ J ) S Y ,, -,f } Y s.;,,, •t-"{!Mi ';� "d 'i dr�ir',u ,k: t„ t .<L 7',,. ,`tit tY 11. ,.•,rj,,t,)1::••-,/# r'l r,Y;[r't r J,:: 1.. „` ''/i 1 i S '•'t/ I+ ”! 1 A,.t. ..." i !.h I <�''yi J'1`I'6 11i -. :'.f/,4 .. .,L..1;,t. ,,.fi, Nt.,i,; . v c N},S t tr r r,.ik.Y, JC { 4 d , d r ,t•. 4. ?. „t •t r'r x,s.y.. 1,..),,,k Y' .,t:rPS p }wn L,1 r �.. alJ,.e..a.`;�°r 7ues�; n?:':t N..� . V,.�.. q t fd s}�. ;t:', iS 7::.7. .,2 r".t :" f>�;,},s A.' } t ,11 i,,.•.ii,` y ,.1 y'�i A,/ .1% 1:',,.J' { t?1,:5..".;;:.`.';,,..,;r.t;.:� y"rY .. r<`.t •rdi,•:aK.• ..kf -+fn s,J { C3 '.1D' {rt i}'y',Y.r.l' JJ.`TY.. .,:.}tom;,[x�� x.10 - `./t;L:1't:e`.,.w�r. '�rT"`f%:'-r !t.ri t .+ .l �3, ,.c.; uy,;,i,, ,I I.t}.t.7.�,�'u1',.J°ta 7✓><.,,: (i,5•. 4''�d.+:ktF=.11r..,:^YS.. ''�R,+,.fit{a,i•,°i'^. .it?,,,v�'f :':lt`ir .s±'i1"' iv;"4'�•.-`��r.^r ,r.K,n�i':.rtn, t, !' �.y, / '., ,h:• ^2 ,dl'•t.C. Y. :•{r•(�:`,,.r.'.i Js:u.r,S•J• M,,¢...5.,i),t>,j._•.f ..}. rrdr..r r. .�. k% -r i t x,i+.2 t'G„ ,i 9. % .+,1'+... q�..: ,7.:, .',^..•`.•-•. r :?R:^'�1 r;r�;i ,r.,.91: :r,,l� ' >.1. '* *:r{.'.�,:,r,r...,,},4,,: ,.tr'h.. ., ,.r "r+ u,•ts'a� Sa. *L LY -=re' #.'^. -r.Y• ,att a.4`. ^:.,.n .A(.1' ��:';+J .�z r f:•ti a .�'.? ,.r'^t. i rJri.y J t 'rl.a.r tilt„,.. 'a' :t.”Y .":>W z,. ::.r�i1 .t,q , ,.••t :i:'ff':i•,`.''., dt;;.. C,,,: s..t.. )hi �' '. s , a„` r .' y. ',,a., ,..2'.:,;dk'r t,: .4, E`� itei`.,.+fi,; `fit t' �G.'}•, ., S 'jt,i` '>t:±, tip; y r,,t`;L. ' ''Jr:.. / ,:kt :t :)''`:Y::l .r,ti• ,:r^y^,"x f,: ,#I:t./t; .+ ,,,`;� .,g;,:F.',, ,F, ;,{r•;...•A1,`irtlt ,,1 _ .,y h..�t. n/ .!''b ro�..r A: i''. � •r°I(. .t: a i E. ) ;/St ,ls:r d_s r'"�1.JC_`a•*c':;t' .:4: :r..- i1•;,u : , r:,ice*};;•> ,rt„ tr. .t,y: .t. §- 'i._/.r, .i'C.:1 •}{! .,r� .!Yi;r-, t' , 1.. r./i J.' ,r'r 4 \:". \' t :;)' -.}. y .. � ,.1'•. vl ,Ir ..r sJ.. t,. ,.r,,. 1 .i �. z• ::~ ;r ., 5 ;fir+' r i� key r""rs nor,..•;J. -,:w;7t`A -ar;;;:{ tn, .`..V,i v r.s a. t `�< N t v rd„' e, � s 7 x.?V, iif'. {{ .:Jr..: °e;..•,t•• r.., 3't't 4ir,: �:'r y �ti.'-:s,ry/it'x. a. ,� �, rf F t -s t rDi:, ..7 •'Gr, '� .✓' s: ,. .A. {.�'�`;{.' r, yy�1:,nS.t. "�:�. •?- ��-..H: "y,'r ,W.'`iri.t.n., .r• 1 „}• :.* „(,•,. r.S:i'1 :S' i L r I et; .y�i_ ,`X,k•':S5 a'rr ,'). ',i•,s f`5,:+:.� .t ea+f-r %;�; t; ;,g”. ,xk}i,, '.c ..r ! :L' .7� 1 t ,^'. h,R' ,'3:,' r .t .}i.•p •4• ,f r ),. ~1dt'7•:,.• r ':.;:: .t:+ t:- ,, x t ..i:},, ,.'S},,r..l^ .a �..\?t art ? �• `r, a. �. .v4i' ..t-E",, .•t .,-i, .rt&t`:", h.e,;`;�•y hi•:`:t, .'•7 .,•t 9 r +rAr-t}. d1>.',.xt� �i"v {-.,( „J.,` } -;,. ;t '1.' "SrtJ .{, > -a,tnt';rti, ,}.ql,« trd, ,r: ..,;x .•t:�'I.i,�{ .1, S:�^{;, i,at+., ,t ry'lt.�.:b: (.!''..r .•.,,.. , .t n. :,�.'r .9.,f,,�r:: i• d '"•^y '�"' sS .i<d ,,F1.cay,,,•?.t:.x•'''•:"f:',w,,•"r✓';T' t.+4 i,. '1 t. c'.t •X:+'�.M,�K d`( 't, ( .} :.;rya r....4,� ,:y,,', ,,: ,i''\'-: 'Y'ti t' r� ;,,l� .' w, r 'S; 1, :-i'ft .:,,', �,. ,(.,, r.,"Y:!:t S; 'S,,,.i. 'L Y .)+ ,.s;`!r .,-.4ry,r ir: t ♦ °.1 7 t t t.r � y}.tr.,e• /LIl. 1 '}',i/`„ , •,•n?r` ,7,(+Lt3:r:r „l...i .,�, .L,a. ''.',G',...!?.JPa,1; fa.;ra 's fF '21.;..: ..t. S'.{ ?r`r•;.Nr'},'t^r .f°S••Y• :,t �,t lw./ t- i5•..r ,: .1. i t y. ,Fy.�y �,k,i 't ,w '71 .ri.lVl t.- •,fii,,;'f5�+• 'l'�i!e,_-:. t:. .F. .:\ :.r'•7Y',x '•✓C.•.;>,:.,?:f'4'�'.;i''•`u'\1",scT.t; i.. .+u'••:: is.;L .g .i.S:` L :•i ! .:n`' .1..f..s.sr l.;it`^}}„„ ,.r!e✓s, ',rr4-. 4,i X,:swl,:,,n s,. }.r. q t r*'v J;`h'.iy,;:,3�'., •';:`, ,a.:.:: ••r Se,. ',�' [ ..f..' �(ra {r. rx., ..r;,f, .t :d'. S, ,n:. f: _ ,kl j.!"4 )!�(,e,y '+l. ,ail; t'.,,;]: -1..r'�' r:'t::, .. ';.?ii! ..1, .r ,,.3, i,. .'�..)'::"`. t•t`„`v`r' ,,;'.. :•,.: :,t y.. '✓.r{;�>:'i4 F. •.e, 'Y ,� .'., '.t: t h ;:. „4 :'}J;f;' ,.k. ,t•f...SN ro «�"_.,,-.i! 3: ).rr�r3.b',* '•' a�r•trt"�J, .'.7; "4 't°4:, I, .A ,' qq.. ?,.,' ...%. t • .}r. t i�. S.,.r }, .,;. .s'.+..3:r,-0�. x:•. ,i,.3., E:a..3:.,,r i. ..irj. .:,r, 't'J;,, ,.l r r:`+.v,.>.L'.: •T• ,M .r, 3 .� 'C :%''./:. Y,:'.`i•y..;-J.r,$.t. 1-� .;,,7"., .va`.r`.f i.',.A:r1- ( 'l`'4.�•. '"::,;P„}J,. #. �,,g ). r '.f:,- .f;y' Y Li`. •ila:�i '., _ t J ""'yx -r,! y� g }:r... sr i l'g mfr /*. h'S a, ! � )i ) G' .r .L.b ryf il.J•C"'.t •K;."r;�•y..lor}:Y`:f: ..D,:dL.Z..a.i2-:..r:".c,,n:at`'JI'. "3: , :,r 3G-rr'i'f."t'tr f .Av+ `t ''e1."'at, "rt,. >,; .1. .p• `,. 'i`r., .0 .i_ ,': .2r u ..,f•. ,,t, .r,.�..-..,lv. ^ri:°`ij.a,�:^,t•, •Y:'Y.,+... ,,/.:ii4"'. 1 ,i....iYril:.i< •/ .t. k. 1':J's '. :,t r .-a t i 1 ,'�;`R 1-. .+:,r*�:,r. ,,..-.Y -'t•' ? ::G,t'.'n •.y..);" ':z'":5r f .`i i :,.......,t ',ti,'.. :;`•�"••' •y3';'^:•s, ',ir •1,�T; i. gip. j 1 °tJlf-:* :r .;^ti viii` ;.•::' -,,,.,.,y. +` t' 'i ..(. Y T'J :iy,.,a .,k,1. °r�';�;,,, _ i�.•,•:� .;..tct, ,' ^rd :'I',. ,•1 M.:$} •"{ i.i J' a) t r S'i 4 :'l'i'i'. '1(l:..,..K '„ 'i.d t i' r•:•`'':•' ? +/,. r.; "}`'.y.f.7�., '.`, .:'. t •' t. . ',A. �. '� r. ul,..,f•. r,.,. {..a ,r. ..I,i..,r'z 't)•7, .l ♦.,'•k. f p 7. 'T• :?l a�},3. •Y•. •.` t �r ,r'k ;ca"' r p'-`f:.. , .s .r' yr�.:i '{r s r:: (' t� 'tiL'bl' ^i tf!"•tityl-{�'":- •tiif-'{'+: i' ', ••�r•n` ,.'!�j::',CC•.t>,.?re•,../ A J fh'•r•,'ti• .."i•.'` .f.,f, v. ; " .•n:.f".•rr.. .{.''"ry:':-," ,I 1. t �¢ ,. ;i7. ,'�,., ❑• ,.jt•,i;;{. 4:.,' ti,`. ;:i .r., �)a,a w,`4r.,4,,. .f` •Yi, li, ", 1,%- ,. .;� ,}>. / a.h rj It t t.-0.r.d.4'i,»r ..J r,v 5', ;`i,riYo, r; ..{,+ ,/,yt',,,,9. ,; ,Y S' i'!:`.,. f^” t�',"'. a, ..".-.d,r. ,r,. a ,^i�.; •Si. F ,; 2 r., t - :,v i I - ,I ,I� J j,.., ,i '(� A.JQ PI;r,.y; ...t:'�:,/f'. r^.;, .",1,7'•�, ,r':..i.. 'Q', '1 t'1 yr,. .AM) i,'{•.V.1: '.i'''••,_,C+,,•:�'�`"t:ntt•.ryR 1.5 r,. .t. ,k',:.'l.•i��at,_i�• l 'j, ;�; } ,+ ,f 4 a ,.tr,,n'1' -M ri I- i ;r ,J 'r .,i;. `a., ,,,,nr\;1+'.Ar;< 'i•`�. wf.!• xf... �[` 7 {i'S f, i. \ xs 1s. 4' r d ) t.' ;r c d}:. , '4S .. l}! �r,.3Fn?L• ;,. •K /; ft` t� - .YS .'i• '�` ¢ ,a > t •{e t d .t ..�{j';Y!5�.,3"LS r.7: �'. .r, t .,fly .s' ;.a4'i`1�I;::.:Ce,. .ti,r. 'Li •.r•t 9• 1 !. �,. f, ,, zl h,,4,i 'c:°Y t .,1...,' .j {�:,."r�, .`ir !v ,,. " , 1 't' .) , l,- .,tt 1 t i ..t r ,js. {,v. s. S :r'.,,.. 's 5 ti'' 1 .f�'• .c_=' ,T:�4Y�It v�•t i..�:\. :,1:;,.:. �•'r,...'C 1' )1 f`. .{! .,q.,Sro.r •}„ .r ,,, .� ;:, '.t .�, a}S; ,'j. ``':. .1, 'gib Y•:', b .1 I r '+r,r. ,rsr')+ ,{ .M. ,r`i i' �,l,t- , 1.•1\Ii!l:.• YJ .:t.d' S , f , {'t• •L �. ' 3' i t ) 'a e 1 i k'. '� tr.r, t1 �' �Yti,,:' f'•• 't� a 1„ 1 < r ,1 A K; U 7 s 4, } .I !. uya . �r �,: � r a r ft [ ,.4 �� 1 ,,. t• r. .br 'Y t _ .r. ; t r'T !. i }' r a 'a ' ,.>,,-1 ^�ltl,p)t -,., b � _ at a u': " SIi 'A 'k d .+ 1 ! f t , 3 1:, "F �fcC r D H , +/!."{,•: {! R:i•t.. / ?' ♦ .a, r'I oi i+- -.�,, - ' -f.11t1 i _ 1' 1, fir. lt' ,L,` t 'r'•'at t, ,1.;.,;iYr,�'-. :.•.,-tt .r.�.- f �r, ;y','J:' T'. A 'iJC 1. .f! 'a ) tc�f v" IJ' t )':. 1S. J fl rlYyi t t` .1;,.,1,K. 4. va „r t,',P'y .�,• u#•rr a.'- .y,11 raY ,r;4, v'',1 y ''{ ! t .I ,� .r ^a 4 i .t i. ! r 1tJ t.t,k, t. r + -?,t 'tf �, ) I s if .,: y , i 1 /., ',S„ ,a, d r. t 1. r..jr / �C':. , '\ �. K r,,.'s: 7.7t ., r , 'r ',' i .`t. o S i i ,/� ..,nj ;An' y,�:i. .,fey,;.�.';., rs` .. a: _.'',,. L'S./ i' a • ,•C,i� y ) / }'i ,tJ,i' J .} t; yr•,' i a,t. 1 i r<ii .._..J.�4.:t, ,.31 rrt 4 }t' f'";eT. .'t. .. ,a S i t I is + J fit,3, .. },r,t 7 yt. t �a Y , "1.1:4..a ••^ '!t a 1 ,l .r'i.:.i•.) �� z' . .:,. t , 7 2 #. , _, �, w i' t t I •''. vu f. v"-4J'L~ t°1„ x -.,r� i,t<':.h r' ''-r f t I ',: `/v .^r ^' { �:r. ':J,- ,'V`,'.-5 'r• rJ..�r S �'• r ".r 'S s ),.�., r� , .)`11 i...'Ar1 :.�..:.n:,R.1,,'y '•til. ,:1,',x'.+, ,'.�3,,.rn .�: ,., '-t-•',” z.t,'r:•� 3 ,.t ).?' �. t: :,,P•' k.., . f •),,r': 4 ,"t`a,, e�ir 1r, v". \. r +`.'�;r t t ri`.1 S3{ , t•�' - t' na 7 t. :t5 .; f.b , t i t i .. ti"t�4i t.' 1i• 1<;'rY?..,1 5..ri t I_.,..:? �y �•, •gin ,.,. _`! ; j1 it •,, vt{ ..1 ;.'rl?;r,,, } ' il' , :`..�, �.r'.'_t, :�"r,+[rr F .�1'E�\ (;h;: t` ?r y7, f \ i r. R•L ,t/ 1' r .r:- _ 7\ r+l t.jh':`•'%i•t✓V.`: .,'/,T ,' i' t)r , ,",�,�5 'i t ." -, ; •`:'•A•,�\".i,ti"t(., ....Tt r ��kn�w.;s. r 1'A i a. 't', G .,,* t .,t ;" I ♦.4',, / ',ti\r i k,�, t I,a'rl;,{t .fvn'"'t''%1 j;,i y:r« -,,, .�'•3�a.:,i't irf , ,Ir., tr)t,'•,l r ',.. w�.' .+ i �Sy ,� i' V;I},'r k"'i''J,./, 4 ' •i 1S\ 1. .r. J{, {•t i.' d;� 'r 'it ,*:,\:"r' {}'` -.i Y .•rte, / t ') ,i., } a .t ,. t,�""., 't rr t,...T\ - �a •;i,,i�! ;d' r .t .\ '.) t,' G?.. .'9' 't •.�s. :a^;a'!•: ,i.;11 't'' rt:» w'k a..ti. -r':?t,i," 'V .u% n I. c } ,,r r t .4r' ♦, ♦ t ) -1 !,y,..' , `. ,};, ti. 4 9. z.,,y,_ :�?' r r. :J `; "`l: \;: .i/'�rr�€•a R,ti,c, G;••�!•;•:x �*r Y 4;.' ,Y, /. j^• 1 .t.`'• ..'C .5't.`, / t '.` r7.v IY-1:A.37..51'x. .;� yl.p .r :.t'.r,. {L;. { '1;,,:,h"•Yi:/,Y;•1-.`� 4.c•'t.a l.'.:i r, '}: _,{. ,y. ?\ r ,Al f."• ,rfhq' d '\V •( ".t,. L. ., r , ) -, •' ?i )t�•d'{.•ij5^t„ r'. n., ��{{''-t?:<•+` fit.,:�f,i�, }, �{. .^A.• :• ., c/ '•t :•rj�. ::t ,1,. .1 v• :r d:wr r R.i'{!.r L}." .r}.-.L.'r('11., '• ,1r 1 \77, ,v ;{• iI' 'q st:.. ..L. :4i.. {k.- t \,.4 `{' C:q.,,,) _,.. 7�,{.,.c.v+l .L.. .Y. rt4:,1"• t••_J'i,r y'{' �. '•rr r- /.,1 i' :.<a �':' ' tt's,r ,#.y ,,:' �' ,,) r•;t .1 -.r`., 'ft•a •f_-s r/ { \•:;:C.°�::'S •. �•S' �3' .v. `'l+` . +' F t' 't ,ih:,l,f „P: t -,r.+': rf.' sl •a• i;! ,+r. :•,r, �, 'i,.': I•.l't ,\, ..,.!`_ ,�` .l:• .•.Su ,;� ''r't •'+i�':l2 / .,t,.,' 7 y ,t .r:n{ r..�;' �.'..r;.:: •i'.:1 r.r.. 'J,, Aa,l:. t , a ;T';.•5, r .ti' 1't<. ,D^,•'.k 1,t:. ;y .��,�/li( ,%, ''l• ,h.'( ,:'I'•1=t t:?.i�a. lf' ,. ,•i; ,f ,. r•- t, r:t Y �:. r r:, tD.tr=rL d ry' J.r}.'r t,'k i' 1t/ lxy. :t�J {"i•'",,••`•th:w1-, 3 JA.Lfr-�i-.' ,S,�f.4,�v; ta+l-a� .,1` 'o r, f7 •.t.;,vr t �. S .t .t} 4.- .8, L r� ];t .11:•,l:a,.,.q...4,..}J•.,< )�11, ! F r�", tir.r •R:;.:W,, ,1:+'1��:#�^•}'t ,r. ,,'..' ':,a?ew'•' ?'r: :y4 ,i it,:: .s ,^ :Jj•. / r.,r" S rya.3 1'Y lY 2 1 J{' (�'�,-.. .' I^:'3 f r ". ',4. ,t; ;'i.P' vt , ,y;, 5. r IA,• .L<.Yt ti}o 'Y'J}t'i 1. {-. «' .t ,1r} ,.} .jr 11: r Yf ':{.,J.1' ' n/.r F.I .al ft.rL,'• -r i