Loading...
HomeMy Public PortalAboutORD12859 F r. SILL NO.—N-131 SPONSORED BY COUNCILMAN James Haake ORDINANCE NO. ' AN ORDINANCE OF 'THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERIC TO EXECUTE AN AGREEMENT WITH DON SCHNIEDERS EXCAVATING COMPANY, INC. FOR THE TRUMAN BOULEVARD IMPROVEMENT PROJECT. WHEREAS, Don Schnieders Excavating Company, Inc. has become the apparent lowest and best bidder on the Truman Boulevard Improvements-Amazonas Drive to County Club Drive project No. STP-3112(502); j NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF " JEFFERSON, MISSOURI, AS FOLLOWS: Section?. The bid of Don Schnieders Excavating Company, Inc. is declared to be the lowest and best bid and is hereby accepted. f } t? Secticln 22.The Mayor and City Clerk are hereby authorized to execute an agreement with Don Schnieders Excavating Company, Inc. for Truman Boulevard Improvements - Amazonas Drive to Country Club Drive, Project No, STP-3112(502). I• } Section 3. The agreement shall be substantially the same in form and content as J that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full farce and effect from and after the date of r. its passage and approval cc c Passed: Approved:_, , ',>.:� %.�GGLc-(•�J�C--LPL L,�.,Gc�....,._-- ��•,LG��-cc.,�.��(�L-c.�c� Presiding Officer Mayor 1 ATTEST: APPROVED AS TO FO t ity Clerk City Cou [11N1.�fkSif�rn/® weaw�u•.�—�__.'u�a�a.n:w.��r.ws. .( Its r, ' ." .. .,j_t: i t 149WAtk FINANCE DEPARTMENT PURCH.ASING DIVISION SUBJECT: Bid No. 1790- Truman Boulevard Improvements- Amazonas Drive to Country Club t STP-3112(502)Project No. 32026, Public Works Department BIDS RECEIVED: i Don Schnieders Excavating, Jefferson City, MO $415,368.45 Twehous Excavating, Jefferson City, MO $446,410.84 3 J C Industries, Inc, Jefferson City, MO t $457,430.50 s FISCAL NOTE: 3200-9900-7350-0031 3200-0000-0335-0020 Truman Blvd. a State Grants(SO.Ja) Available $159,535.00 Available $365,524.24 Expended -0- Expended -0- Bid 1790 __91,38LQ6 Bid 1790 1)365,524.24 Balance $ 68,153.94 Balance -0- PAST PERFORMANCE: Don Schnieders Excavation has satisfactorily completed work for the City of Jefferson in the past. Staff believes that this firm is capable of completing the work as specified and bid. RECOMMENDATION: It is the recornmendation of staff to award the bid to the lowest bidder, r Don Schnieders Excavation Company, Inc. of Jefferson City, Missouri in the amount of $415,368.45 and fixrther authorize up to an additional 10% contingency, if required. The maximum amount if the contingency is required is $456,905.30. ATTACHMENTS - K)PPORTING DOCUMENTATION Tabulation of Bids, Departmental Recommendation Signatu'r asing Agent D�`recto , Public Wor;<s ta l n Syr -- ••?1 _ T .., _ �. N _ _. ._. ._.T_.�_.... �..4•,.�._......_ J 1\/1 N T EMO To: Jim Hartley, Purchasing Agent F6'AI79: Marty Brose, Director,of Public lfilO'r6ts•� Subject: Truman Boulevard Improvements - Amazonas Drive to Country Club Drive, STP-3112(502), Project Igo. 32026, Sid No. 1790 � [ate: November 25, 1998 Bids for the above referenced project were received and opened t 1:30 PM November 24, 1998. A tabulation of the bids received is attached hereto. on Tuesdays Please be advis ed that the Department of Public Works recommends the acceptance of � the Enid for this project in the amount of $415,:368.45 as submitted by Don Schnieder f (Excavation Company, inc. of Jefferson City, Missouri and that the contract included in the proposal be awarded to the aforementioned bidder. t for the work This project will be funded from the following accounts: Account No. Amount Available Amount Required 32M99M73so•QM I $159,535.00 $91,38i.OS (Truman Blvd.) r 3200•AiH 'o: -Ot)2Q $365,524.24 'y (State Grants) @ao% $365,524.24 TGY>rdiL $455,905.30 The total amount indicated to be required for this project includes the bid amount lus 10% ($415,368.45 $41,536:85 = $466,905.30). The ten 00) per cent is a.contingency to cover any change orders or extras not included in the original scope of the project. cc: Rich Mays, City Administrator Central File .; Z Ir It OIA 'VF N N N N N 1M .Y5/ M N VP N N iS >Z 7� 1�HVVllll Y► CO a p8p�� .88 8 8 pE a 8 8 8q 8 8j 8 8 t V V 1N ^ 01 'It g �- �� NVl Vim► Vl �i V► M N # m 8 8 8 8 8 8 e 8 8 S 8 8 � `�' ui V N Nf N tq N N N f/i M N iA M M t0 C w ff 1Y 41 Op X O O o O S S S 8 �u 8 8 U c' in tJ+, ,tea• ry .�i• aNO, n of � w U m �v L;i i er► � � fn :� w � � � w z n p. AIL a N N H W d NE CA m g! + 8 8 8 8 3 5 8� �3 dco go 8 8 c8 8 8 8 8 8 8 8 8 N R� 8 8 8 Z CC p m�' K c_i ci �ry v ,.1 .' rp v� _ N w����1 N w M! N Vf N tN i N S N M w N f�9 4) 4�9 N N m V 0 w IU to- LU Q Q Ct S O O S 8 8 ° N O 8, S 0 41 <<0.. W b N N w ra. (L N m UY is N O r v N a CL 1 i , r. N �" w ^ co � f z ' ' 0 = n p t�qq t V /' 0 <. UW U w rJ! w _ lu fl 1 1 Z Q 0 X z Q C) C3 w w w w ' S ((J L ..'ccc�. uJ try _g i i N t� j d a. Itli X X X L� Q t1 f3 d Q �S SO uj 6 § a g. 'u ui V) � r O Sf} Yi3 � b- 0 O +[ � .- � � rn . �' _ 8 F3 E $ o F3 .t3 wi , 1 8 IS 9 8 IS 0 O M �- tl G K! Y1 Ci M iD M C1 Q) N Z V 0� co M 8 8 2 $ 5 8 8 8 8 8 8 8 8 8 8 58 8 8 8 8 2 8 8 8 8 9 w V v� n ara 8 8 ' g h w uc�i w i9 H CL } �i L`► w �' Li Lii a .�/t v► M N N I z 8 8 $ 8 8 8 8 tf1 Ki H ICS '^} O ff) O C! 0 O V CO Yi t0 6m ci rp f-� f� tl�i Q Ilf h Ci � itI f� � o? ttt �o �i v cv c- � QP1 7 eN•- O cc �� 4 tp Kyy O'i CO U) f. N �-• � nj N yy N N Wi M N N '(A V) iA l�f V1 4A V) iR M IA N H �a a} I wx 8 8 8 8 8 8 8 2 8 8 8 8 8 8 •�� v c°v 8 8 ° _ W 3 c� ci o ci o ui ui ui a ti of r: r� N O t N �► m h. ti a tai S 49 ' IR t •7 lt�oj ) Z O ' ini N N iWM Vt A 5A' N Vi N g o g n �^ MON >v 8 E 8 8 $ $ 8 8 qa 8 8 4 8 �p 8j op$ 8 8 8 8 8 $ 8 8 8 8 8 8 8 �8p j r S M t� C'� CI RV C) c CTS 9 W N � r C80, � � ^ � 2: 0}N W � O Q4 6fl O fVV9!! SO O_S r p 1i�A, r h Q4 �+• m In ti? �' r t0 N V/ fy I Z F- n- � O +N Yom! to pl VJ N W GY to GJ! b9 VI 6R a1! fH M N N N NN VO U N W w 8 �8t 8s 8 Q8 8 yz���i 8 8 558�� 8 8 8 8 8 8 8 8 8 8 8 8 `� 8 8 i O 3 O�W a V ° irl in i 25 8 N8 �i g g g g w0 g ag g 8 w v► WME QA w ski N► v► in �=Q. W 8 a r r r r r r N ' O ^ r r �-' V' Ct �' ° N � 1n t7 4 1 t= Z �[ dQaQ QQaa LL � . •z r :Z .f .a d1 t � W � O SYl J 8 ul 1. U, 7 z Z z �A U a Q O 0 O u R O W � . C0 d < r N co Z a E c w >x c O K d V C7 G so v oR eFn N ? O O ,d to Cd p O _ D V a 'Z� _ +� u co m 2 w W w z z z to to O V1 Z F t= O O O t c in a (� U 8 2 LJ t- ►- �- s^ Q7 a Gi O O O zz Z 8 0 a 8 8 8 8 8 8 8 8 ,8y 8 8 8 8 8 �8d 8 8 8 n 8t 8 8 T E O o cS T' �b sJ c�i a of m id m ci ty ca c i �i N g c i i+i 0,z Z r �- r' IIl I�Cx►11rk� �uiY�87�f�nWrit�rsa�r�e�rnzne�s toawiaerrl inau�msi.l��..� .....,._.r...��__. ra :-------- in i H a W z CL 0 tu a tea ' WM to I 0 d` < � w as 0 4 `" tu � C)�� z V ?t �• A Osx '�' �4 cd cy 15 `S Z .0 '.'z: W '4 u, n � ,u j z hh p. p W . In 12 LU z p a r► W pG t: t/J, r Ai t 12D " ' ` ,y t.•" < ,fv 'rA 'M+M WNY�1'�^'"�4+*eawa�r�v�.waY.'*+t t +a.r�.....T .}....yi �.1Y Y ",�I'k at rcet.. r ... .•.. ,r,. a ' 6i'8�o�iifl�7its��r���i®eo�.>e�r�o�.aoeee+a.� 1 f I j MM tu '. � cl .. W -J p' „y q o 1n ua a p 0 0 o 0 0 0 Q a g r`. o ° o v� N a o co t�i o �' ° ° r F. ca 0' 1ii rn c^o "con cUV I': ° c r cri ai v m and r O. Qi o oq a�d�s ,� vJ aa? p m C. qj to4 w t N ° o v w M W w° IA K fH st to O f0 0; v N 'f . "1 .00 69 40,k VY {—A f f 1 in 0 O 1A tfT O O tl7 to f] O O O L 4? O h- N .r O t(? O P.. N O a 0 e- O O Q 119 z 9 C6 C6 C4 C6 9 4i tr. y on. w vi v� ca r a N r •- f` N 0) p CO a�0 c0 co .O.yy v- tV N 9 O) W a 0 n J Uj J V J V1 J aj LU ple tu L C2 �. a . . c , Q � ° z z _ w w Q w w Z. z ,� fJ. c3 w �'� i¢ w s v a I s d a n rc 0: U �� A o o. w w .Q d d y , CO ao , a a 8 �d O w O i< � O ¢ ¢ ¢ ¢ a U CL x O rU Fn 6 v d, r i i pp NN p p O 'O O O O O O O O O O O . Z iJ ri v v v v''v v' v ,,IT ui w w ai r: r; ai ad ad ad ad C! ad �.. , f. I Al r mg __..__.:....._........_._ ...- _....-..._.._..._. .. _ _ 1 ! i 1 j t ;r. �a i fl p ca ' p1 kN N w oD r gQ N S eO i �uc7 i aO p o O $ S S r 0 S 251 S N i C M W S c O v.cp►i v W a N W 4 Q W h r W W V 413, m $ w o�---.o z w z w ` a°� N pSp g O O S S . tl S m O S S O S p S S ?C� H 19 N! U) S QO M U) 9 (GZ� E(� tG CO I�eyA} S S g O N 6) 6 M ►.� '� i LLL711 0 w 1 Q Vim!` GMD' yU p W W vv 1A - '`t 1 t� m Vl N �A 4a MN M if t ti W w 1IY f9 fq 40 M 49 V! 69 Z J b Q i 6k^ cV N �p 1: � 0 r r �- r r r � r• V• N r e- ^ O � O �'0 ^ � tm� � � } r r C4 N (7 y N ca J lU r Q tit W 111 U i iL tl] ItJ W 41J W W U W J w J J J .LL J U. ! 1 a 0 � � . _° � � z z _ U t, ' o w c S W a LL u7 m V' (r o �' ° ° LLt ??: o U w w v° m M ro d N tr c }i y Z LL w w w.. �m� .x u9 w U9 Z Z �� Z u CL w .(}wy }Qw .o', Qd o pad' Z cZ=i }� .'z �: co fn lL — w In pc fi v.. Z a * a o ° m° .o a m m J p Ana' �n w Z Z 8 ' 'S 8. 8 N S $6 z g N$ $ g $ N p $ $ $ .. r ty i �y , ,. til ma UI ko 3 O r"F F•� , uo cd v ci cra C4 a c E ct AD � K � •9� ft/�� � '�Vf ri h �, ''1 i ���•.. . ` 6y. B UA M .- R4 cS ui'. . 49 40 k � 9L. co IL Old Q 4 , �. tF a. O. . fr,t N d1 w � `O `� � s l ju � ;O: 0 a a r� y UJ to 'it '.4k. r io wl fir. �Zm a . s 3' .�'���5 t� 7 d _ , 1r"-.i •ilr" ,+ I}:4•.� w.e r r •.""'.-�' `."�,ie� ♦XR jai rJ ', �� [ , al� � , City of JMferson Duane Schre maann Mayor Department of public Works Martin A. Brose, P.E., Director 320 East 112cCt►rty Street Phone:(573)634-6440 Jefferson City; Hissouri 65101 _ Pax: (573)634-6457 J January 6, 1999 Mr Donald E. Rhea Don Scl-inieders Excavating Company, Inc. 1307 Fairgrounds Road Jefferson City, MO 65109 iiRE: Project No. STP-3112(502) -Truman Boulevard Iinprovenients f l Dear Mr. Rhea: ; s This let -Al serve as the"NOTICE TO PROCEED"for the above referenced project. The effective date of this notice shall be Monday, January 4, 1999. The contract time for this project i is forty-five (45) working days. Enclosed, fox,your records, please find a fully executed copy of the contract between your company and the City of Jefferson for the above referenced project. Also, please fund enclosed,for your use and the use of your subcontractors (if any), for the , " purchase of materials to be utilized on the Above referenced project., the following documents: 1. Missouri Project Exemption Certificate }. 2. A copy of the City's Missouri Tax Exemption Letter In using these doccnnents to purchase materials,please read the app:ropmate"instruction"as E included at the bottom of the Missouri Project Exemption Certificate. If there are any questions,please advise. Sincerely, o6ert W. Kelsick PE, } Engineering Design Supervisor f RWK:als c: Marty $rose Jack Kramer . ( City C.16R Mike Pa en Carl Connell Central File Gary Oldelelhr ING t ; �.�a�t'1gRAJM111Q1f11lYilB[I� // we..e,.' :. l MISSOURt PKOJECT EXEMPTION. C,ERTIFI CATE Autncdzatlon faa Purchasing Construction m terlals far'Tax Ekempt Project EXEMPTION ENTIV ISSUING CERTIFICATE: City of Jefferson 320 E. �,; �y p�li�sauri Tax Exempt I.D. #12476773 s: Jefferson City,MO 65101 Letter Expiratio n Date: 9/06,12000 Depattrnent: Public Works-EnfpineeriuO Dlvfslors Contract Date: Deco mber 29, 1990 Ceddicate Expiration Date: July 31, 1999 stltris�ed tiro ComploWn Date May 31,199'9 Devised EXpiratian Date: ' i Qaojsd#AsOgnerl: aTF-3112a5O2y,JCP,W No.32020 IPro Ct Destxl : TMfi atn ea►ubl. d ImproiVernents J proidd Loan: Ac�r nas CSrjw'o CofAnitfy Club Ddwi 4 J The City at Jeflemn,t�iaet4 A hey sullxri m.frb pemh*w.without satex fair,of t b personal property to be.incorp�ated or cotusyti�d b the cotes �hatra'at and no,othar,purava+rst 62 SeaelNxe 1�tA.0t32 tTStub. +, E F D �. f Ila t Authorized �igrtati tt�. PIJRCHA6iPIG,CONTRACTOR OR SUBCONTRACTOR Name: Don 5chnIeders Excm&Vng Compainy#Inc. J Aec9drws:, 1307 Fairgrounds Road : r city/Statelzip: Jefferson City,MO,$5105 Fi INST RUCTIOWS GtTY-A utgn+id dopy oi;L'tka exrtilkcate,s your M�mwd Tax Extrnptien Letter.mist be furnished to each contractor and/or ` rut�ooretr:cbr v4m cull bey petrcha Av wtoe is pnaseRw p3op�wty for we in the p*t It is In City/s responsibiity br�,enys(u�r{e�tt►e va�F_d1ity cf. If project yNN . i I i.it F ..t tf the eertltia►te:.Yau riiusf tsatae a�vri�e a Raw�tam4 Cxpitatlon dafim if w�!be b b the� t be the . �roJect Exwnpd6n Cep Exemption I Ito.,} ! CO Oftfsla ex tiCn_CertiiiCatOlfi�TflQ with a Copy Of. � 147RACTOR Cast SUBCONTRACTOR-The c^or►�ac&x 9W AwKmh a c ted copy +'mp Cittds f1saoi�rt TiX EXetilpif on 3�etlnr.to aB �and any aatitractnre!a ucbor p> sing nialiri9is siiil!preesentcepies f ;, of sr eP+ddcums to ria�IrW svgs a�r�to purctiar ,are ieatiaif of the Cs j' q tanpi personal piroperty Arid rrratiwlais JIM i'woof pcxated c+fr carom In the corot�ri t f.that prtrject and no other on a bex-exainpt baislo. A copy of each cerftsb must. be 3t' ra#relined by tfie pexch�ses,tix n period'a9ov's,t+as";Hwoios%�issusc!fcr such purdwsea muat,rellect the•name of tlee City ar�d the'prciject R ` rich ow asstynard by ttee City as shown mb(rvs. " MIATERIAL SUPPLIER A cmntA*Wdt66"of.tida sxernptiaon aariffrcab.along with the,Citys Mtissouri Tax Exemption Letter,must be " t obffi6eed tram the ex ractex or suldocettreicltu mnkt 4 purchases of p!eiiioi*pnaparty for use in the project,and retained far audit Invcaeea issued for scale�iuirehr m""Wo M tect,the Hama of ttw city anal the project number"assigned by the City as Shown �T> �. a above . z i ` t a ` t t;J" _ .. no a I w:~ 1• t��•,,•..''�.��.'c•••rr)._:ar..b,�i• ••• i ., :y:+JY.• .• _.i `• .•r•,ti,. ..>.'yd..�.`, t• •+.a •y 1,.♦•^�.•''�•, i :7 +5•1L 1ff.Y. • 1 ' ...,�•• ;. r�.i�:}:r• i •p•+.r 'yJ'•'-.ti'.^r' 1'�.(1a�a �•`�` .' t~ •'�, •: 1 t.,iJE�r''yy'�' r a '....t•.]..��.......in►»..wd..•.....:.d....ais3.:�.a��: :.-.;,,d��efi+tf�.w'••`Yrl��:[:::i...�►' . EXEMPTION FROM MISSOURI SALES AND USE TAX ON PURCHASES ISSUED TO: MISSOURI' TAX I.D ' NUMBER: ' 12476773 CITY OF JEFFERSON :< 320 E MCCARTY ST EFFECTIVE DATE: JEFFERSON CITY MO 65101 09/06/95 . EXPIRATION DATE: '' s 09/06100 '• YOUR APPLICATION FOR-. EXEMPTION FROM SALES/USE TAX ON. YOUR. PURCHASES -' HAS BEEN APPROVED PURSUANT TO CHAPTER 1444 RSMO. THIS LETTER IS � ISSUED A.S.•DOCUMENTATION OF YOUR EXEMPT •STA•TUS. PURCHASES.-BY YOUR ORGANIZATION OR: AGENCY WILL NOT BE SUBJECT TO } SALES OR' USE "TAX; • IF SUCH PURCHASES'ARE WITHIN THE CONDUCT OF,='YOUR E EXEMPT FUNCTIONS AND ACTIVITIES PURCHASES MUST BE' PAID: FOR' F,.ROM FUNDS or-..,..THE ORGANIZA'T'ION OR AGENCY' ALL" SELLERS OR VENDORS- MUST BE,''. ; FURNISHED.. A•COPY OF THIS EXEMPTION LETTER. ' THIS EXEMPTION, CANNOT BE i USED ON:.. PURCHASES BY INDIVIDUALS OR AGENTS FOR 'THEIR OWN- PERSONAL- USE.. ' 9ALE9 MADE �Y YOUR OF�GANd�ATI01d ARE NOT EXEMPT FROM SALES�TAX.:' A SALES MADE AV- 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 WILL BE REQUIRED TO OBTAIN A MISSOURI RETAIL LICENSE. AN AGENT OF, OR CONTRACTOR FOR, AN EXEMPT ORGANIZATION OR AGENCY CANNOT CLAIM OR BENEFIT FROM YOUR ORGANIZATION'S OR AGENCY'S EXEMPT . STATUS. SALES TO CONTRACTORS WHO PURCHASE CONSTRUCTION MATERIALS TO FULFILL THEIR CONTRACTS •WITH YOUR ORGANIZATION OR AGENCY ARE SUBJECT. T0 SALES .TAX ON ALL SUCH PURCHASES,• UNLESS .THE MATERIALS ARE' DIRECTLY BILLED TO .YOUR=OR.GA,NIZA'TION -AND`'PAXD•FQR,'FROM YOUR • :Y ORGANIZATION'S FUNDS. ; THIS EXEMPTION IS NOT PERMANENT. IT IS SUBJECT TO REVIEW BY THE" { DIRECTOR .OF REVENUE, AND IT EXPIRES ON THE DATE GIVEN ABOVE. IF. IT {,. i ' IS DETERMINED THAT THIS ORGANIZATION OR AGENCY CEASES TO QUALIFY AS ,' ",.: AN EXEMPT ORGANIZATION OR AGENCY, THIS EXEMPTION LETTER WILL CEASE ; �•. � ' r• TO BE VALID* AND PURCHASES MADE BY THE ORGANIZATION OR AGENCY WILL ' ' "•"i' BE SUBJECT TO THE SALES/USE - TAX. i ; THIS EXEMPTION IS NOT ASSIGNABLE OR TRANSFERABLE. IT IS FOR ' SALES/USE TAMES ONLY AND XS NOT AN EXEMPTION FROM REAL OR PERSONAL.. " PROPERTY TAXES, r ci ANY ALTERATION TO THIS EXEMPTION LETTER. RENDERS IT INVALID. ' -; .�^'•�• Y.,'��•,��",yr r� •s:' .Jx.� :i�.+�.`��•y►^j•;��jj ��!:•��w�i•�;f i�'f•dj".;1 �ryry.ft�'!'�L���` i, • .. .•Cr,�.{'•' ,+ ,� iw•.�y r. 1!_•yi'. •. J '. y�•irwj�...:rt"tif•i•;'�l•;.y^'i.. •i..��•. �.�.��..�•��� :�+�':�F,i}-':7 �• • �3• . "n'_aT.. .;1.••.Gtti.y ...• \_..�:• ...'� :f% .'•!,' !F. .n�s. ....�l:•,". v.a.:, J� •.};1%i�i .jJ� y of Mayor Department of Publir,darks Martin A. Brose, RE., Director 320 East McCarty Street. Phone: (673)634-6440 Jefferson,City, Missouri 66101 Fax: (573)634-6467 December 11, 1998 i 1 � f Mr. Donald E. Rhea E Don Schnieders Excavating Company, Inc:. € 1307 Fairgrounds Road Jefferson City, MO 65109 ;. RE: Tninian Boulevard Improvements .Annazonas Drive to Country Club Drive Project..No. STP-3112(502) i Dear Mr. Rhea: t i Enclosed, please find three (3) collies of the contract for the above referenced project. iPlease execute the contracts, return thean along with the Performance and Payment Bond(s), Certificate of Insurance,and Owner's and Contractor's Protective Liability Policy Binder by 5:00 p.m. on Monday, December 21, 1998. The Certificate of Insurance must be issued by the company affording coverage. Certification from.a local agent is not acceptable without necessary s documentation empowering and authorizing the agent to sign the surety's naive. In addition, ' if an aggregate amount.is specified,a statement of the amount of that aggregate available to date must also be included. By separate cover,the Department of Public Works will issue a Notice to Proceed on the E project. You must submit the ,above documents in correct fornn before you begin work. # . Should you require additional inform:�tion, please contact the Department of Public Works at 634-6440. Sincerely, : f Robert W. Kelsick, PE i Engineerirg Design Supervisor RWK:als Cl Director of Public Works Central File Cary Clerk Engineering Division Director `�,w�n`siAr�.�a+ � i fi�O�lYr,lY�Sl�ew*1Ytv'sra�Y=. trea►.ienn - -- M�.��_.� e� r •y �. 1 ?, I,Il �Y f Icy 't f .1r , -o - il. .,• 'a. ; `\'ti.1,`'Ib`,i"a]vi•'f^:: '`f G:..r.. �•r-� `, \. '�•!! / 'V..i''�^.;i;:,'��ri.,�S ;i I ,- .r ,Y: a ,1. .,r, rz_.>;1...,._- ,..�,,, f, ,,%;I •./ ;•:✓.�1tvC:h.'+rl,j. _.(_,- +11 /. '.t• �° �. II �\_"hf -i i`•d°yr 't- `_i,•- .1. ",�,,.1" :;I•'' at�;7" °•J, T-.�;'.., ri I,. , •s ,,r +,'' jry `,I: .r,.,.l' -'1� \.I, ,n4 It, '�,...r N,""`...•`,.f' .",.'-, V!':,'p-r,('', '4, ,/+..: �,tr.,•r , ... , ,,)'.\ 4 ",�{' I/ !7- 1. iT - '.,4 S ,-•: ,l. iiii!%=• t^ ' .\. -•,' '-+• rS :1 / r' i••• ;�:.:i:� 'f' ':ice',= '•:r b,:% .•>m ..! s •!•� r',: 7 ,.- ° -•.` rM�l+`�:.f `Jw'.-4.y t•,",.:.'f:�e .,f . ,((? .i., •l �• :1 14' - �\ .Y:.\« 'L .-!'aI .,.,x',t 1.1!°'•f yr .\ ,.f`.`.ie�` ,:.Y,. Y J r I. I-V•'`r ,yl \ A .^r' •I•` 41°`'.`�'}. •1'fi•' .'/i` IJ. ;t,.. '�,,,/;'�',}'�a1., ,vr, .,'G'a,1'• i;•?•. i., ,! .k t?.1`! ,i .\�` „t.1.1 .,! ..r. ,+ C-',,•i 1�, ,.y,,. '(:•Y,r-,di .�t''�..r, .,1 J.-L,;,_, I,r/ ,.rJ .}-:'�t. �. '1'..• •u " ,'' 'I 'tom 1\ ,. ,)' ,ti't.4:`i;?�' r•r, I;': ,.,, '1:''�' •• •'i�.d.(,'•sw ,p,. . `s'' 1. yr : li' -I rli'c 'y ,J:.L'1."r. I, '�,!q- i.l��'i..�J r \':u .1 ,i, LI. ., ''• !'. </' ,i ,S./, wl(r:\' r1 .,y '.`«,)'r•..i•~Gq, :' '�11..1i` ,.v a� ^#t,}�V, .V' �`qr... ?. :,. N, ,},y ` .;e •'! ..I' \ 't +'C•J<',. 1'I,°t,i',�J". `i��'it Iut I,;",. ,r. .o", x�,�,c{,.., t�•"i.'\1'`'', 'I' .r. 'i - '!• •, 'C'<S,i.,J ,'b ,e`. ;•.''rt-f,I:�' -r'<,)`:;';;•hyi ,{'•rn.,1 `.'"1 ,%.. '141 I �• ' `,8`,. .;'I ,i. ; -} /r• .1", :.�•;.i. 7t: i' I�: `,l i .I •tl: .�i Ir: P J� ,,6..1Lam.:,/-i,'J•- ..i•' ..4 ",i/: . a(\f� "' !. 1• .iZ :� !! ^. v�a'� / z:" :2�"r6 fy .i,Y ( \�'. ..,�'fI,!�` r ,y- ; , i .' 1,\,•;1; + ' I.' r`' ,r..:•� `'1{N, \rYi ✓1 ''''••} .IIr4. \',"'� �' l`, t '!,, ,5,1 ..r J �'f. a n,,"'y! 'q.+ 1,1. �Z:1,t;'1 tr!v`1q�;M" -`,t it— bA 'Y ,M�� ,�I/ a �..,�:,�`i;yG.,i,'.1. ti•`/N \ •\ „ ) '0, r J,'.),h) po�'�'v,.`\,�h } 'I I t ! l ,I..1'-«r. + ,r �' , 'rJt/,_!'j,� a i, ,..y,. f•,;✓ (:"I G,.. v '...,i.���:•1:7! s 1 , , �. 1 '/r i ✓ t .�\ , .S ,(,,a ,�: \ 1 J,. 4 A,, ." t'a.4. �.;,r, i Y.1..;.,7• ,f' ;I ,i ' \. I i ,, ,:^ Ii , . ;:,rI., ..'i, -,.r', /} y t 7 11 ,JI •i +":1 !jr (` ., i .i•�,v :u,'..'.\Y;.,�,• ���" I„/3���..:f' ^� �f;, +�,:i1.;1 r, ? , If I I ` .\ \ \ ✓.' �,� .z„ 'yl•,.1. "%_ „4 an,.J.if r'i•` .,J' •r., (•1, ._.l,,,,-. 1,,, / "l, r'" i_( :( L ',�V q,. 1.., Af, Ol,.'1,y< *?,�. i',:r.s.�� ,C.r -1'}. , .l''.�• ,'i^,a _ �, � \r ,� ,y i•A;1' ',.``•�t 1•p'1 -It 1 a ,J •. \,I�:d.t .�.I �./ 'h. /'i .4'. ';'�•YJ 1 rt • ♦ .' ,y 7_� .., (,;t t � \ A I:'.'�•/ ' �'/f ,,. y}4; :�Y��1.s. :�',�I ) 1..' '1-' �' r. rl.r. '/:; i.-:.,..,;.' y' ,I A. . �°' , f / 1 et/ 1 .,h, \.,i+'':`/ �.I1 11 ',' 'Y C.•/,,t, h• .J..,:9i%:` '.'�! �,i a{;� ter'. i:,' ,< {f.t, i'4Sv,.k..I. 1 �t .i r.' ,4 _ ,rt'a' (: 1 Y ``\ u /, `,' ,f 1, !t?f..t r:i���.+ t ..,/.,, "r,i.l.: _✓�,, 2. .! •, i , 1:•'I l 1 4 / , Qy I :1 . ,` 1. 'i, 't, ,z5 ,1 S":; l Y 1 11 !, r,' 1 l.. , ;', J'. 1 1. .,, f '1 J1 A ` • , J \ '' .. ', 1 t ,uf%t f Y�f )r� . 'i . ,r II t ` ,0 ' f .r 4 1�r�;. .\ I-li,,.1'\\ ! 1.- •d'ii �;' 377.; •i,:1+ ''x'•:1.,ll.i•i D").'�,,. '} \ { / L \^ :, .),,,'.p'.i , ,.}, "', .r. y;CC= ,2 .rJ :A.,.t..'`vp"."..`• •`'+ _ I. -;, i_. -t,I.•1, ..(:� *: �i' :'�.r, ., . `r t / :\?' s. ,J`U, •r t s' :1'r" A,� ':t. �' .\ .l. 'r 4 Y• R' 1' f .'.I—' :•I. :h,.. t•' .u.•r.. 1� k :tr: \:, r• ,i' Tt:.. '3 'Ir �Y• ':j` r' 'V' i J `,': .r lJ.:: -::" ;;,. 1 ,.\, 1,. r t:r l' I'- t Yr' ?!/ `, _ :i �3 1. - j. ta'; - \. yr �.' �4i% r' `i Y' {.. `S 77 �1. 1't.11 1i :1' ,.Y:. 2 i..i- .{ a�i, :r, art _ , .,. ;' :r. J b r ,p. ,,p,, .S:.ii`,1. -�t •I. .44.1 :y Vi•,j° 'y'=!`t :, r/\` ,A\''" - '1, �C �5,. ",i,. •',.1:, nod"':i. 't.:.,i.,�.i ':l,,i'... '\. ,1.. h .1 �..7 -1 \7�vr•\•,,!' .'A,'°, 'r': '��•'1:. :,f ,'!`.�l�TY., �gfrr , °•y�';7� :./'°••,r. `, .1 1— _u ':, .,!.d "I 4 Lf ,,� •'mot) Y� ,1: `r%r:: •;, R I,,.r„" ,l l. .I. °, , 1 ,�;,. :',�,•1.Y # '4 rtl frr l I 'y:.. .P� Ir ,r i,."!, 1 1)1 ,1. :Jr"-',; '1' iY', , , \ l '+U•' \' 7,'• \%` / ", y: _ ,'111 �{'i' `,\.` ,I- :SJ. :t'J i' :/ i�! \+..�. , ,fl V.; ,fi: tt .„ .{ Y,, 4•:, j't 4,, �vl f \:ir :«J1..,J ',f.,'. ' «., r , .• , AYt \ �.. . {fY t :3' :.c;.I; l 'A 1, :1�! ) +t. #,e,,1:••J "r,�n, .. �\,`.:^Y`: i ".Q.y t9.'>.Y .�•A 1 , \., ef4 .-'r. ;�, !.. rl ,,,. ,: \J( '!f'�1, \ ♦ .,,';Y..;-r.x,Jl,a f J. " -.: !'I v. .,+" t!. °A.k; 3' ,'11..d...' ;•C,1' .'t, r 4 J •J.. , ,r7 .,;,:�I I rA - _ ,tf, - l -,._4: , =1• -� '`i;,- .L l:Yf. ',,,,., .(. r' II i ' .:1.- �. �.:'(' 41 ,,�\.,(. :i� 1 .1 .1':�'' 7jt C1,�7.��p,r,�i. •'�•1::1 L!.rC %,13! ,13 %' 3, J,.L: '1 ! 1 \I \�.�..\';7Y ot'! GY >rrT •t. `_i1•''r` c :y�;l'f° y'. ',il�,.•,.l' -,i ',...:,`.•'1 !,C f .r y .r 'Jr •l;Jf'I 'i.a.;. ,.,,.r`,"�. ,.\ - U.- --'l-i 'i rrn.IC a,.' '.,! ''Is{. ,h .\ :,I .1 \.' '1' �'�) '.I„ K f .I, �,-\.;.i ;pl'> ..kl.I,,', 1..,i- .\t \..).:1i• C J �'`�I'.-'fit' - 'J',Z.:', 't ,,_ ',n• K 'i •i- '_y '') ;'�' '!,)'- -;1'.'� :a `t'%f ' .1- •'G,.v, + i2-'Cf'� " .1 I „ �..,. , ' .,,�..`,. ..l`. . ? ` -,..;'�.v�),-1,,.;`5i q. .,. i.} :!r•4;• :f. 'v' �,,. .i ,JI' ;I. ��; ,•f•;'i'. 'ri.7. .%l,. •\ ..J!/. .4.. 1. .7 •1' "17 J. t•/.'. 'J; , «t '':. ;t ',.,, ..A. wi+ '1-'b: `.i�.-�,`.,`. ', `.11. .7,'' l,'r,I.-'. :Y4 j- r. •.i.V „J'�.j' ..\,f ,. •'/ ' ,J •`✓`. '.f' ,.+: :,r,ti ,1•,:., ',,A•`.\/. }+'✓. I n. IJ)..,; 'a',.. ,y >•,�i . C`.' :,t,i% „a.:. ti-.s: '' �.d,i :\✓!a: „Jy /' r:.J.. !c.,_ F' f,•�•.:1. t" "7' .\ '.' .vr.•� II:l..�r,6'''3 .�y. •,jl.' .fJ_,')'•;,..- ,.., ,\, .,,"� :'• 'i'^ i.. r�/ �•! I. ,4'`-Y�;,i' •�u` >t ,JI. ( f t\, •' , I IVii'c..h,' .%�?,! I+I _ ,n� h'..1�- I.1• '4 �/ F•11.f. n',q,:.' ,)x., ,` ,. r'11', -s'• .'N.:1'k°',I-'), a. .,1 ::1\. ,+f .t- + ''7• ,'t' •, _ ',j,l k -''.- .F" •r"•• l� ✓'y' .1'' ,lt., '�``6p.+ _(� 1.'��„ �'!y 't._.i",t',.\- 't• /. 'di:w-11 :S-`' e:.. . 1:'„^_'I':in1:'.`A r. P.'isI ',.�. ',. ,.7.:':'J` .t,t;. : ,,r, kx , '�a" . . \:' •11: h:. •.1C`r)v',•1,4. \... h.,"�, :,.r; :/:'' F�� i/': i4:_.",r ., _F t is 1 1.,. -A/ ..; ,,,1 .�. y..;1' I ,, ,_ :�:,J.„,j},•r, ,A_.4• ,r\., .1, `r' . i ri: "i:/.' :.la;::. \. n:N.it:.'_'�:'.'4 .r - Y. ' ..1; ..' it ,S'•-' ,! .,;. -';,.. '7: u, .;. 4 .- ,r 1.. '• h•%' .� ';!•.aY y1,. .`f,l• ,, 'I :+° \a , i ,q i... ri,`v' �I ,C,! /,. .,1 ,i`.:n c., .,R) *;r. ;ry." ,„ +'t`\'4-,.J..,..,�`' 'Li::,.i!l•;,\�>Z ,!n't ..i. 7+'1 , '" '-r- ^I ;I,.r J%':1_ 1 l l7 4 l -'a Y L ti: . N ! ,. •.�-'I.Y3:y! I :{' 'ti's \ P'I. I ,1 ,A'`f. ..17 :•_ A. a .r.` l/ 1I,Y;`K�/•,':;,14 ..,,Vr:\.x /f r , 1-'.1v,,.' :/`•': 7�. '.' 1 • ,+° ' t - , -.l lc .? ,` ir R / t �. "'lo.r�YiV /y -I'17 ,\ ( J .\I.. i\ 1 ( 1 •; .+;/,� ,i :, !: '. .J a:.,.- , IJ. 1:.. F- ,., r , j t ,vl.'...yl/!.n.y,,..1� ., /V,�" -2' ••, .i„' ° r 3 /” i,"' •\ 1 d '•.. •, I J.•fl •{� .Jr , I); / , . ';T;,-",:, It+\ -/� {;':•, C>, , \ , \,.._ )I �/ :✓,v•\ /j .,/,?,t. J� a: / t. , .f ! t - •i:'i, .1: ''� •!1 I J..i ,q \f v'^I I i ,l•,I�:, 'Ji: jl l \ !•,'Vt rl ..I ?I �k ..1� y !1 t 1. a• /'. 3,' ' 1'.� 1t.4 �� ! '+'1 .t.-I; J ! �l..t' y�, A., ,i1r ;•l" / /.7:'i'I' nh7:f/. @4•,I/,_,)\•,.w. ,I t. .1'~ ,,/ •` / I. .1_ <'` I rJl t 1 `i.,..b�r a ..),i,l'I.�'. I ', ,t J/, '. :.�i''L; \i,\ 1.• I:�^(y• - (' ,,,- R if>., VI \ r,.{,'t ..{.. plt, i, i Fr1 1..;///. 9•r' �' I S / . (r `Y, /A.'�; :/'' of ,. -'\:I`��'I,,,i , .:4, ')Y.t,. ' iI,%,ll M1.l.:a: •�V', :� .��r i ..\\:a'` A+�r,. I `I+, ,�` . Y , I --t`. +:r• \,,.1,`�'rr -B'/t),•11�R'4 ,v,.: } . ', .J,7..'i. ',1, .(, '",.. i 1� 1.I. ,J , /'. GI '/ �.7'Ji1• .. .I, V. ,171'1 .\' l -1+ /; y. ;X:i�r, ,! i✓t,i•.+,,,. ° �,'^ (.A .� \, - � .1 L ti.. .! 'J,_ rf.:L t` i`,J,i j .,\ / A, t J h .:' 'r 1. .°y ,'•f •A, , t ,I�(< t 1 W.�,. 1 C• t .r�' » 'rl'?•,,.,L_K;, :t.,.•,-.7,:'•, i i.' .,, r-,:v.:J,�i,.' �,G� �>if' .I. •\,� l � r \ .y 1 ',/' 1'. '1�" \- :V. 1,:3. '1 :�. '1';�,.'.r�-�i -I1i, Z:'k`• i,.I.,,,y "�t'i .,. f_ 1 r• '! ,\ ,: {. '�.` ,,. .� ,',,r fl S 1.,.;,,_.\ :i"`� i"r .c'`J }'„5t.1,, •.%' 'r ri ,7, 'r .�^ ,/�1. ..I• :��'..J,,. `\. .r'. .\76',1T',' •.'r. ,7.•T,I.i J, +k,-.ti^> •,.:y:.�.b"t' !„ A rr- :,:. t.. ./.)', v,' �J' '11. r ii•1•'1;��'}y'...,,t' ,-y i'•i'L-`:. 1 ..! r"'' .}'•�'.I. `! r' ,i'.•. `�I'\ J. 1 •:!• ," ,1'• , t'/.`\,.1 ',Q,,:, r 1t:,Y' .:\.t;-t,l:'. •r'. \. '. >",\. I rJ ,i+r„"9 :��., i\.% ,f{•(” ..a.,J"(' :,.�,5 ��✓,: / •.A. 't'' ,,�J�\�. -I ?�. � •l �•1 �J. +! ! .(+. '.S; ".I:' ."... 'r li li.i I ti• .1 \, .I. „t;rr i..�'4:',.; � �° �7. ir `�' 1. 6� . . '( +�:,(' L�J�::• ;.ih' Vt_ i•. r.%-'1,. Li .\.T•I '4)+1'`.\• 'L .1 '� ,\}.a ,• ,i �I. S, `? :1 -C'. ,y 7:,J,C 141- 'J _ti, :)•Z, t /,r\. ,✓,•'�N! 4_'. :#^ -.ter"c`/.PI�:.I .y. .� 1'�>w 1. ./• 2.'� :1 / I. 1 r l- ` 'r' is "I, ,1:7 !� •r•,- ✓s. .,t !e• : ,r1a. 1 \ 1 )( ./ , 1' . la. ,r •,.. , y^,� '!'t..I -'t/L:.•:,1.1I �- '.% .! :�• !, �, .{-�;,•.,d' �' ',, .'�1, z ♦ ♦ 1'\ I I ',''.:y 'i ,.� , I. ,�. 1 j1 /•ISIS f! ,t 1 J ^' 7:'�Y�, .I;�'�'S" .' ; :1\' I,1 /iS11\ ^I,` :r 'V!I J.l 1' r, .�:T I' , ,.1 i �,' 1 �1 ,,/. \ ;I'.,ti .q: :, r./. •r. 1 ._ '' \..'. ,w '! ..4:f:!',IY '1 / t ,r /.•. •,.� `` 1,) .r .�! J.. .r., -, t J, yJ '- .,. ,j ""1 4°` °It .4� „v �: !,Y.. �. a „k., 'l:11,...`Ili .1'•/- ,. ,, JI` Y ,,.l t.,} \!� i , / / ,J. Ji}\1 ?\. .Y .. 7 I�. f 1. ,. I ' I ;r pip p 1-11 SPECIFICATIONS AND CONTRACT DOCUMENTS f WOW 26, 19M PROJECT NO. S i P-3112(502) T ruman B�,15 lovaard Im 1'�V��Sient�W�1i'�t'3� onas Drfv 1 Std Counter Club DrIve� JC9��i Ng. 32026 JA �d '{ NY'�R NWBER Jeifferson City ASE , .Dep�prtment Of t'ubiic Vl9onks , • 'ovemb : er 1999 f+ �c Q W 06CS P ROJEC13 mmsn rwtract speca.wpd t , i L }} 1 4 � E` , f AC-OR OR _INSURANCE BINDER OP ID CH DATE 1 13/15/98 THIS BINDER IS A TEMPORARY INSUFAAN4E U N RAACT,SUBJECT'(0 THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. PRODUCER BINDER A ���, ,N�E,rI• �i'93-635-2Z^r 2 COMPANY 1591 5J:i=536-ff 3_6 1 General Casualt Insurance ATIUW ......�.tar-Dent & Company DATE CTS TIME � DATE I TIME P.O. Box 104 6 X AM� X 12:01 AM Jefferson City M0 65102-•1046 1_2/15/98 _ 12:01 PM 12/15/94 NOON �f T!115 BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY CODE: 0240321 sun CDoe M� �PER EXPIRING POLICYM NA-nONS_oCP CUVxy ID: DO�iSG-L DE=RIP f1ON OF OPERATIONSNEHICLES/PROPERTY(Including Lccallon) INSURED 0-,mer's Contractor's Protective Liability Policy; Project: Truman Boulevard Improvements, Amazonas Drive to Country City of Jefferson Club Drive, Project No. STP-3112 (502) 320 East McCarty Street Jefferson City MO 65101 I COVERAGES �- LIMITS TYPE OF INSURANCE -.._ C'O`/ERAGFIFORMS DEDUCTIBLE COINS% AMOUNT PROPERTY CAUSES OF LOSS BASIC_ F__]F__] BROAD a SPEC GENERALLIABRITY EACH OCCURRENCE 51000000 COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ CLAIMS MADE L�OCCUR MED EXP(Any one person) S X I PERSONAL&ADV INJURY S X OCP Policy L+ •...... GENERAL AGGREGATE_ $2000000 RETRO DATE FOR CLAIMS MADE: PRODUCTS-COMP/OP AGG $ AUTOM `7 OBILE LIABILITY COMBINED SINGLE LIMB S j2Tf AUTO BODILY INJURY(Per porson) $ !� JL OWNED AUTOS BODILY INJURY(Per acddent) $ SCHEDULED AUTOS PROPERTY DAMAGE S HIRED AUTOS MEDICAL PAYMENTS $ NON-OWNED AUTOS PERSONAL INJURY PROT $ UNINSURED MOTORIST $ i _ 5 i AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE COLLISION: _ STATED AMOUNT $ OTHER THAN COL: OTHER GARAGE LIABILITY AUTO ONLY-EA AC,COENT S ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE S _ UMBRELLA FORM AGGREGATE $ OTHER THAW UMBREL1A FORM RETRO DATE.FOR CLAIMS MADE: �- SELF-INSURED RETENTION $ 1 WC STATUTORY LIMITS } "WORKER'S CO PElISATION E.L.EACH ACCIDENT $ EMPLOYER'S LIABILITY E.L.DISEASE-EA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT $ Don Schnisdars ttacnrating Cnnpany, Inc. Is responribi• for paywnt oZ FEES $ rt10THV R ION Sf yrmium ,md audit. TAXES S AGES ESTIMATED TOTAL PREMIUM $ NAME&ADDRESS rl��^ MORTGAGEE ADDITIONAL INSURED ' LOSS PAYEE I • LOAN K 1 AUT HOR17.ED REPRESENTATIVE I ACORD 75-S(1/98) NOTE: IMPORTANT STATE Itv=0F'ttti:,T'IL� ON REVERSE SIDE eCORD CORPORATION 1253 i III •4r. .W wr���'aw�n Y�.�•,�rYUr�r.. I CONDITIONS This Company,binds the kind(s)of insurance adpulated on the reverse s'do.The Insurance Is subject to the terms,conditions and limitations of the policy(ies)in current use by the t�ampany. This binder may be cancelled by the Snsured by surrender of this binder or by written notice to the Company stating when cancellation All be effective.Tt;is binder May be cancelled by the Company by notice to the 1 Insured in accordance with the policy conditions.This binder is cancellers when replaced by a policy.If this l binder is riot replaced by a paUcy,the Company is entitled to cltiarge a premium for the binder according to the Rules and Rates In use by die Company. 4� 4 F 1 Applicable In California When this form is used to provide insurance in the amount of one million dollars($1,000,000)or more,the title of the fortrr Wchanged from"Insurance Binder"to'Cover Note". i ` Applicable in Delaware I i The mortgagee or Obligee of any mortgage or other instrument given for die purpose of creating a lien on real property shall accept as evidence of insurance a written binder issued by an authorized Insurer or Its agent if ! the binder includes or is accompanled by:the name and address of die borrower;the name and address of the lender as loss payee;a description of the insured real property;a provision that the binder may not be canceled within they term of the birder unless the lender and the Insured borrower receive written notice of the cancel- I ladon at least ten(10)days prior to the cancellation;except in the case of a renewal of a policy subsequent to the closing of the loan,a paid receipt of the full amount of the applicable premium,and the amount of Insurance coverage. Chapter 21 Title 25 Paragraph 2119 Applicable in Nevada Any person who refuses to accept a binder which provides coverage of less than$1,000,000.00 when proof is required:(A)Shalt be fined not more than$500.00,and(13)is liable to the party presenting the binder as proof of Insurance for actual damages sustained therefrom. r F ( r �� ► acoRD 7.5-s(use) St 1 5"'•'. ,. a.i :k�v.n,44�Y-w,ex.M:";.i-!.Ih.• :...... '. .. .. .. .. .. - .a...w..mrm.�.,a�..:a+.ac.o,..,.,a...cw,�ryia..gf,.•.,..,.ay �ww�m+x.,.r..»Ba:,�aR�1YD�/� .im. t r Rdvertisernent for Bids Notice to Bidders °R� A Information for Bidders Bid.Fora Bid Bond • Anti-Collusion Statement z • Contractor's Affidavit Disadvantaged Business Enterprise Statement Statement of Disadvantaged Business g us ness Utilisation Commitment 1 Certification Regarding Equal Opportunity and Affirmative Action in � t - Subcontracting " Certification Regarding Disbarment, Eligibility, Indictments, Convictions or Civil I Judgements j Certifostion Regarding Lobbying Activities " * Affidavit of Compliance with Pre va @ling Wage Lave •, Prevailing Wage Determinations }{ Affidavit of Compiiance Public Works Contracts Law j Excessive Unemployment Exception Certification n a Consxruction Contract f ei�forr�-iance, Peyment, acid,Guarantee Bond � "�neral Provisions t t Sp6cial Provisions 1 • ; Attachim©rats .k Mdendums If,,Any INDICATES T!•f!S rrEM wauDEO IN BID PACKET FOR SUBMISSION OF®!D) � 'r .p C:1wF DOCSTROJEC'nhoan contract 8M3.%f1N October 26;1998 4 0 $ 0 i �!�` � 4 Duane Sehr�eirrrann M Mayor ' Department of Public Works Martin A. Brose, P E., Director 320 East McCarty Street .z Phone: (573) 634-6440 Jefferson City,Missouri 65101 Fax: (573)634-6457 j A BIDS d Sealed bids will be received at the office of the Purchasing Agent, 320 East McCarty j Street, Jefferson City, Missouri 65101, until 1:30 p.m., on Tuesday, !November 24, 1998. The bids will be opened and read aloud in the Council Chambers at 1:30 p.m. on that sarne day. The proposed work for the project entitled '"Project No. STP-3112(502), Truman Boulevard Improvements - Amazonas Drive to Country Club Drive, JCPW No. -- 32026"will include the furnishing of all material, labor, and equipment to perform work including removals, grading, exca.ration construction of pavement, curb and gutter, storm drainage facilities, traffic signals, gild milling and surfacing and other appurtenances on Truman Boulevard between Amazonas Drive and Country Club Drive. A pre-bid conference will be held at 2:30 p.m., on Tuesday, November 17, 1998 in the lower Ievel conference room of City,!-call, 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 ,l the Director of Public Warks, 320 East McCarty.Street,Jefferson City, Missouri. A non- refundable deposit of fifty-five ($55.00) dollars will be required for each set of plans j I nd specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. E 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 and the U.S. Department of Labor. ' The City of Jefferson hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation I and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. f ;-? The City reserves the right to reject any and all bids and to waive informalities therein, . to determine which is the lowest and best bid and to approve the bond. T'Y OF,JEFFERSON es lea y Purchasing Agent ' Publiication Dates: November 1, 1998; November 4, 1998; November 8, 1998 t r --f C;UNt�t7pC�1PROJECTtrumam contract specs.wpd October 27,1998 f P40TICE TO BIDDERS f Sealed bids, will be received at the office of the Purchasing Agent, 320 East McCarty Street, Jefferson City, Missouri 65101, until 1:30 p.m., on Tuesday, November 24, 1998' The bids will be opened and rf;ad aloud in the Council Chambers at 1:30 p.m. 4. on that same day. j The proposed work for the project entitled "Project No. STP-3112(502), Truman � Boulevard Improvements - Amazonas Drive to Country Club Drive, JCPW NO. 32026°"will include the furnishing of all material, labor, and equipment to perform work --1 including removals, grading, excavation construction of pavement, curb and gutter: w3 storm drainage facilities-, traffic signals, cold mulling and surfacing and other appurtenances on Truman Boulevard between Amazonas Drive and Country Club —, Drive. i i {; A pr"ld conference will be held at 2:30 p.m., on Tuesday, November 17, 1998 in the Maurer level conference room of City Mall, 320 E, McCarty Street, Jefferson City, { MG 65101. ell prospective bidders are urged to attend. All equipment, material, and workmanship must be in accordance with the plans, specifications, and contract documents on file with the Director of Public Works, -_2 Jefferson City, Missouri. Copies of the contract documents required for bidding purposes may be obtained from the Director of Public Works,320 East McCarty Street,Jefferson City, Missouri. A non- refundable deposit of fifty ive ($55.•00)dollars will be required for each set of plans ' and :specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to five(5) percent of the total amount.of the bid must accompany each proposal. A Performance and Guarantee Bond is required. The City of Jefferson hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. -' The owner reserves the right to reject any or all bide and to waive informalities therein s to de'termine,which is the 16west and best'bid and'to approve the bond. 3 'CITE(OF JEFFERSON, MISSOURI LL_ Martin A. Brose, PE � Dl�ector of Public Works CAWPOOMPROJELMtruman=tract apecsmpd,: octobw 76,191% I � �(y�;j. A Ili INFORMATION FOR BIDDERS IB-1 9CQ�PE QI" V� RK The work to be done under this contract Includes the furnishing of all technical personnel,labor, materials,and equipment required to perform the work included In the project entitled"Project No.STP-3192(502),Truman Boulevard Improvements,-Amazonas Drive to Country Club brive, JCPliil No. 32026" in accordance vAth the plans and specifications on file with the Department of Public!/Yorks. The proposeW war*for this project will include the furnishing of all material,labor, and ' equipment to perform work Including removals, grading, excavation construction of 'r pavement, curb and guf:`er, .storm drainage facilittes, traffic signals, cold mlliing and surfacln_a;nd otherappurtenances on Truman Boulevard beiUreen Amazonas Drive and .+ Country Club D dve. } 11134 "INSPECTION OF PLANS. SPECIFICATION AND SITE QF 18LORK i ( The bidder Is required to examine carefully the site of the proposed work, the bid, plans, J specifications,supplemental specifications,special provisions,and contract documents before �+ submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish } all materials arvd labor necessary to carry out the provisions of the contract. � I13-3 .INTERPRETATION OF CDN?RACT DOCUMENTS If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications or any pant thereof, which affect the cost, quality, quantlty,•or character of the project, he shall request in writing, at least five (5) days.prior to the date fixed for the bid opening,that an Interpretation be made and an addendum be issued by the City,which shall i then be.delivered to all bidders to whom Plans and Specifications have been issued. All � addenda Issued shall become part of the contact documents. Failure to have requested an ` addendurn covering any questions affecting the Interpretation of the Plans and Specifications � shall not relieve.the Contractor'from delivering the completed project In accordance with the � intent of the Flans and Specifications to prcyide a workable project. II3 4 QUALIFICATIONS OF BIDDERS Th6 City of Jefiferson`may make such Investigatio'ns as deemed necessary to determine the ;ability ' f the,bidd6r to' perform the w'drk and the bidden shall furnish to the City:all such ihfiorma on and dada foo•this purpose as�the City;may request. The City reserves'the right to , re.jecK,any bic ,if the evidence submitted by the bidder or investigation of such bidder fails to saw ttie Uty that such;:bidder Is properly qualified to 66r y out the obligations of the Contract and to'corriplflte the wt�rk conteinpiated ther'erin. # C 1WPOOMPROJECTltrurimn contrr-et apeca.wpd October 26,.1986 f + 3 2j .b.a*+wi.aerrn;'a si «.�+. • . ': - ';:rc a > t , ., ..... ..... .. s.. t i i ilVhergverdellinl#ereference is made in these;specitications to the use of any particular material or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequatelythe duties imposed by the general design,subject to the approval of the Citti. 1 I -6 BID SEC QR_ITY 1 Each bid must be accompanied by a certified check or bid band made payable to the pity of Jefferson for five percent(5%) of the amount of the bid. Lid securities will be returned after --� award of the contract except to the successful bidder. I Should the successf�I bidderfail or refuse to execute the bond and the contract required within 3 — seven(T)days after he has received notice of acceptance of his bid, he shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. --� i�3 7 F�f�IeP'� TION OF BIDS ! ., Lids must be made upon the prescribed forms attached in these Contract Documents. Only sealed bids will be considered, ail bins otherwise submitted wild be rejected as irregular. I :° 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 tbere'n. Any conditions,limitations or provisions . # attached to bids w.il render them informal and may be considered cause for their rejection. Extensions of quantities and unit prices shall be carved out to the penny. i IS-8 PIZKES t The price submitted for each item of the work shall include all costs of whatever nature involved l In it s construction, complete in place, as described in the Plans and Specifications. Section, 144.0162 RSMo provides that the City's sales tax exemption may be used for the R purchase of goods;and materials for this project. The contract for the project will authorize and direct 1he Contractor to utilize the City's sales tax exemption in the purchase of goods and materials for the project. This provision shall apply to only those purchases totaling over$500 .�+ from.an.individoal supplier. All sale on those items which do not ctualiiyforthe use of the City's sales tax exemption l ; acrd for whim tales tax might lawfully.be hs. sessed against the City are to be paid by,the 'Contralctorfrom the crwonies obtained ire sntisfactiun of the Contract. It being understood by the I, bidder, that the bid prices submitted for those items shall include the cost of such taxes. C:1wf'D6CSV'RO.EECTltrutruan contract ua.wpd octok)er 26,10981 , E ;;", 2 13�d APF'1 C1, IMATE 'AgllTIES Y : In cases where any part or all of the bidding is to be received on a unit price basis, the a quantities stated i'h the bid will not be used in establishing final payment due the sucxessfui Contractor. The quantities stated on which unit prices are so invited are approximate only and each bidder shall make his own estimate from the plans of the quantities required on each item n� and calculate his unit price bid for each Item accordingly. Bids will be compared on the basis of number of units stated In the bid. Such estimated quantities, while made from the best information available, are approximate only. Payment of the Contract will be based on actual number of units installed on the complete work. , IB40 Lump SUM ITEMS a Payment for each lump suyn Kern shall be at the lump sum bid for the item, complete in place, :s - 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. $ I The Rid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked-Pmect No.STP4112(502),Truman Boulevard Improvements-Amazonas Drive to Country Club Drive, JCPW No. 3202691. . I ..�2 ALT RN�"�Blip: In making the award, If alternate bids have been requested, the alternate bid which%ill be in the best Interest of the City will be used. ` 11343 WINDRA10 AL OF BIDS i i if e.bidder wishes to withdraw his bid, he may do so before the time fixed for the opening, 4 without prejudice to himself. No bidder may withdraw his bid for a period of ninety.(90)days after 8Lhe scheduled closing time for the receipt.of bids. j f• No bids received after the time set for opening for bids will be considered. 413 '04 idIDWT___ REJECT BIDS i T'h City reserve the right to reject any or all bids;to waive any informality in the bids received, i or to accept the bid or,ilds.thatn' itls Judgement will be in the best interests of the City of . rson effe . J .y i 01w!PDOCSW,ROJEC nouman contract tj=S.Wper Octobe r 26,19 r R F t �3yJ"T !�`JSlltobm++If5Y��1�i01r ��.�_, __ •' •.• _ . J D �T,RAC—T If,,within Bevan (7y days attar he has received notice of acceptance of his bid, the successful bidder orbidders shall refuse or neglect to come to the office of the Director of PubNc Works and to execute the Contract and to furnish the required Performance and Payment Bonds and Insurance, properly signed by the Contractor and the Surety and Sureties satisfactory to the City of Jeffets ph as hereinafter provided,the bidder or bidders shall be deemed to be in default and Shall forfeit the deposit. 113-16 PERFORMANCE AND PA' INTENT BOND A Performance and,Payment Bond in an amount equivalent to one hundred percent(100%) of the Contract price, must be furnished and executed by the successful bidder or bidders. A ` form for the bidders use is contained in these Contract Documents. The Issuing Surety shall be a corporate Surety Company or companies of recognized standing licensed to do business In the State of Missouri and acceptable to the City of Jefferson. , IB47 DEMNIFICATIDN AND gNSUR.ANdIm t xt, The Contractor agrees to indemnify and hold harmless the City from all claims and salts for loss }� s ' of.or damage to property. Including loss of all judgments recovered therefore, and.from all expense in defending said claims, or suits, including court costs, attorney fees and other expense caused by any act or omisslon of the Contractor and/or his subcontractors, their 3 `D' '" respective agents, servants or employees. The Contractor shall be required to provide the City of Jefferson with a Certificate of Insuranc e ,I I ouWining the coverage provided. f" '? 11348 1 SECURI RETURNED TO SUCCESSFUL BIDDER Upon the execution of the Contract and approval of Bond,the Bid Security will be retumed.to the bidder unless Yhe,same shall have been presented,for collection priorto such time,In which case the amount of the deposit will be refunded by the City. ,. ' IB49 N®N©IaggLMINATION IN EMPLOYMENT r Contracts''for worst under this bid will obligate the Contractor and subcontractors not to di'soriminate In.employment practices, ,.;. 113-70 .P3E 14AILING 'bR91AlaE LAW The I�rindpal contractor and all subcontractors shall pay not less than the prevailing wage e hourYy wa►tn for$ach craft or type,of workman required to execute'this contract as deteirynined Iffy tt� 'Department of Labor and Industrial Relations of Missouri,pursuant to Sections 990.210 through:290,:340 indci -iva of the Revised_Statutes of Missouri, 19 and as last amended in Y 1J93; arj d a :detecri�ted by the U.S. Department of Labor. (See Wage Determinations r Included herewith). . r Octobw 26,1998 cAWPDO CS%PROJECr&un=contract 06W wed f 'If , r a ...- ... •-.•�--....,.o.t.........y^.��...r •�..w. .yo.�r� w� w�twq'�lwsP�>1,6�sf�la1� ARMUME The,Contractor shall guarantee that the equipment furnished under this contract will be as specified and will be free from defects for a period of six months from the date of final acceptance. In addition,the equipment furnished by the Contractor shall be guaranteed to be free'from defects In design. Within the guarantee period and upon notification of the Contractor by the City,the Contractor —+ shall promptly make all needed adjustments, repairs or replacements arising out of defects j which, in the judgment of the City become necessary during such period. he cost of all matedais, parts, labor, transportation, supervision, special tools, and supplies -� required for replacement of parts,repair of parts or correction of abnormalities shall be paid by the Contractor or by his surety under the terms of the Bond. ` The Contractor also extends the terms of this guarantee to cover repaired parts and all replacement parts furnished undertthe guarantee provisions fora period of six months from the i --, date of installation thereof. If within ten days after the City gives the Contractor notice of defect,failure, or abnormality of the worts, 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 vaark to be done by a third party,the costs of the work to be pain i by the Contractor. In the event of an emergency where, in the judgment of the City.delays would cause serious x loss or damage',repairs or adjustments may be made by the City or a third party chosen by the 'I City without giving notice to the Contractor,-and the cost of the work shall be paid by the I Contractor or by his surety under the terms of the Bond. i 18-22 NOTICE TO PR �0CBED A written notice to begin construction work tiviil ire given to the Contractor by the City of Jefferson within ten(1,0)days after the Contract is approved by the City Council. The time for completion of the project shali begin to run on the date established In this notice. 013-7.3 18fQR_jj SCHEDULE To insure. that the work will proceed continuaesly through the succeeding operations,to,its carnl letion with.the least possible interference to traffic and inconvenience to the public,the Contractor shall, at the recluest�of the city, submit for approval a complete schedule of his [[r F, proposed construction procedure,stating the sequence in which various operations ofwrkare Ao be perforrned. 11344 CONTRACT TIME The contract time shall be fortyive (45)working days. O C.M.PDOCSTROJECTutrumoan contract spns.twpd October 2B,IM i .K, s ,1 , 11YNw-- .��.^wry......�.....:._ .�....................^........_..._,..... .. ..._ .. .... ... .. ... ... ... ... ... .. .. .. ....,__......_.. ...__........�..,...._ ..._. 16� 5 TED®AFOAr ; 1 Liquidated damages shell be assessed at the rate of$10,06 per calendar day until the work is complete, should the project not be completed within the contract time. 18-26 POWER OF AY_IQR BEY Attomeys4n-fact who sign bill bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. IB:27 BID PACKED' , Each bid must be submitted on the prescribed forms and contain certain certifications i rtifications and documentation. Each bid must be submitted In a sealed envelope bearing on the outside the name of the bidder,the bidder's address, and the name of the project for which the bid Is being submitted. } if forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as fbilows- ;9 Agent i,. Purchasin i � ^� City of Jefferson!, MO -, 320 E. McCarty Street � Jefferson City, MO 65151 S L For the convenience.of bidding this project, a "BID PACKET" has been Included .with the prsajecfi manual. This packet contains the necessary forms to be submitted with the bid proposal., The contents of this packet include'the following: 1) BID FORM • 1 l 2) BID BOND 3) ANTI-COLLUSION STATEMENT 4) CONTRACTORS AFFIDAVIT � 5) DISADVANTAGED BUSINESS UTILIZATION COMMITMENT 6) " CERTIFICATION REGARDING EQUAL OPPORTUNITY AND 'AFFIRMATIVE ACTION IN SUBCONTRACTING ( 7)• CERTIFICATION REGARDING. DISBARMENT, ELIGIBILITY, INDICTMENT S, CONVICTIONS OR CIVIL JUDGEMENTS sa, 6) CERTIFICATION REGARDING LOBBYING ACTIVITIES , \ END OF INFORMATION FOR•fSIDDERS � CAWFDOCSPROJECIAtru man contact specs.wpd October 28,19W qtr :� .. .. . .. • t p yr ���>a.:�r',�■nw�i'af�d'iosl MQ'=-"-".�q�axrryl..wn.rYCa�..r�c.,o1i ds, L: .:�..- - .. ... \;,, BID F Name of SchniE:c�ra Exrating Cerny, Inc. ;address of Bidder 5307 FairigoMds Road• yieffereon City, Mg. 65909 Tyr: CITY OF JEFFERSON - 320 East McCarty Street Jeffers on city, Missouri 65101 + TIME UNDER SIG ICED BIDDER,having examined the plans,specifications, regulations of the Coe�tract, Special Conditions, other proposed contract documents and all P ' addenda thereto;and being acquainted with and fully understanding(a)the extend and { • b the location, arran ement, and specified character of the work covered by this t3id, ( ) g rt requirements far the proposed work; (c) the location, character, and condition of existing streets, roads, highways, railroads, pavements, surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other installations,.both surface and underground which may affect or be affected by the propo red work; (d)the nature and extent of the excavations to be made and the type, materials to be excavated; a the necessary character, and gerrerai condition of ma ( ) handling and rehandling of excavated materials;(f)the location and extent of necessary F i and hazards to the work whim or probable dewatering requirements;(g)the difficulties � might be caused by storm and flood 'water; (h) local conditions relative to labor, and i all otherfactors and conditions b°ariept�rtatior�;hauling,and rail delivery facilities; () affecting or which may be affected by the work. H 12E►3'y �RC�p ED to furnish all required materials,supplies.equipment,tool:,.and ' plant;to perforr�n all necessary labor and supervision; and to,construct.,install, erect, with the proposed '. and.complete all wow stipulated, required by, and in accordance p P ►� contract documents and the drawings,specifications, and other documents referred to therein:(a €�itered, amended, or rmodif➢ed by addenda).in the manner and time # r ` prescribed and that hew ill accept in full payment sums determined by applying.to the quarit�tiea of fiho'fo!lowing items, the following unit prices and/or any lump surd �bial payments and adjustments provided in payments`prbvi plus or minusany spy; l P t ` to 5 ecsficetipns and hd understands that the estimated quantities hetein given are not s f , guaranteed to be the exact or total quantities required for'the completion of the work ` shin on the:drawings and described in the'specif➢cations, and that in�.reases or, decreas+E<s may be made over or under the,Contract estimated quantities to provide for I s " 'heeds that are deter ➢nacl during pcogres of the work and that prices bid shall aipPlY to such icresed or decreased quantities as follows: cAVJPDocs�aec n M*Wt A)d ck zs,tie aaj.:' . . at 1 f'W_ III tttt''''aa c r I .x ; Ei a ! :•.t '. F 7 1' r.. 1`I�1�1 . 1{�T�R6f®i4ii711i[nfSiyQ�rwut�aw+saemrw�e� ': �.. J° _ .. _ _ CITY OF JEFFERSON PACE 1 ITEI 222 DID,FORM ` .,ox oNAB oRivE T'A COUNTRY CLUB DRIVE ... PRO,IEf 1'NO.8TP1 4 112(602) IT,-�M AppRoX UNIT }-• NO. DESCRIPTION UNIT QUAWM PRICE AAr,..�OUNT . SF.CTi M I,ROADWAY AND STORM DRAINAGE _ 1.00 REMOVA I S LS �- 15xt38t).OA 95,tt8{).Op 2.00 EXCAVATI.IG AND GRADING LS - �pd8t!�:Ci �C1,46p.p0 3.00 SUBGRADE STABILIZATION TON 500 11.00 5�.00 4.00 SToRm DRAINAGE 4.01 X M V GRATED I.VIET EA 1 '(,Z355.00 tm.A0 - 4.02 f)a TYPE A INLET W/O DEFLECTORS EA 2 1a21p�1�li 2.420.00 4,03 IV XT TYPE A INLET W10 DER-ECTORS EA 1 1 18.00 1.519.00 _ 4.04 $•it)P, iP1tIQLE EA 1 1;9 .00 , �1i12i1.00 f 4.05 15"CIA.RCP.CI.AISS III,IN PLACE. LF 18T 31.00 5.022.00 4. 2`161X A 'RCP.CLASS Ill,IN PLACE LF 11 3&00 a...._3 .plT , 4.07 27"I�(A RCP,Cta.ASB III,IN PLACE IF ? 3129.00 ? t ;. 4.05 R(Y6AC EXCAVAT10M(TRENCM Cy 25 175.00 ._4�78.Qq 5.00 I-YPE A CURB AND GUTTER LF 2370 11.34 28.2'�t1.it0 6.00 or PC.0 C ERCIAL DRIVE APPROACH SY 292 __ 2x3.50 7.73;3:00_, fl.f31 e'PCoC DRRNFE REPLACEMENT SY 30 31.70 951.00 } 6.02 So ASPHALTIC CONCRETE DRIVE REPLACEMENT SY 181 _ 21.85 3.,�.QS °-� 7.OA 4"PCC SIDEWALK SY 78 2020 2.O�b3.f,0 l d- 7.01 4"F�:C SIDEWALK RAMP 4 3120 w 124.80 t 4.82 13 7Ia.20 8.00 2"AC SURFACE(GRADE C) SY 28f30 �,�.�„r ®.�41:: 3°AC SURFACE(GRADE C,) SY f324 9.70 f3,0�a2�fIA c &.02 61 AC BASE SY 949 '10„vt L 10 26.f3S S.t}3 80 AC BASE SY 1€11 35,84f) f55 {`... 5Y 472 Y 35:80 103 897.80 ` 6.w 7".Pm PA:VEmENT' --�- �,----- ^ SE SY 44054 3.05 12 t.71) 6.05 3 Rt?I.LED STONE BA � a.06, 4"ROLLED ST©NE.BASE' SY 711 2,84403 r r ar s tt 4 IF�IQII�Y'm11GlU7mMR�il�etalllllr..ulr -- ` fsanrcrr e - - - --_- -- - - .- I 4 CaY OF JEFF SON PAGE 2 IS1 M17.ED 810 FORM t TRUMAN BOULEVARD IMPROVEMENTS AMAIPON DRIVE TO COUNTRY CLUB DRIVE s.. � PROJECT NO.STP•3112(602) 1TIF.P1) APPROX. UNIT NO. DF,OCIRIPTR)m UNIT QUANTITY PRICE AMOUNT fi.00 TEMPORARY SURFACING YON 300 11.00 3,300.00 10.00 COLD MILLING 2"ASPHALT SURFACE SY 10020 2.40 24,048.00 I 10.01 OVFRLAY 2".AC SUCtFACE(GRADE C) SY 10020 3.82_ 38,s276.40 10,02 AREA REFLECTIVE CRACK CONTROL TRGArAENT SY 10020 1.20 12.024.00 11.00 CONSTRUCTION SIGNING AND TRAFFIC CONTROL LS - 10.355.00 10,355.00 12.00 INOWTION LOOP REPLACEMENT FOR TRAFFIC COUNTER EA 2 660.00 1,320.00 --- 12.01 RELOCATE CAPITAL MALL4ff-VFE SIGN LS --- 8.570.00 8,570,00 i 13.00 SEEDING AND MULCHING AC 0.60 2,000.00 9,200.00 SUBTOTAL,SECTION 1 316,635.75 SECTION 11,SIGNAL AND LIGHTING ..;� } 14.00 CONTROLLER,CABINET.&ACCESSORIES EA 1 10.670.00 10,670.00 POWER SUPPLY ASSEMBLY.rfPE 3 EA 1 946.00 84$.00 16.00 MAST ARM POST,TYPE CL,40'ARM EA 1 8.470.00 8,470.00 17.00 MAST ARM POST,TYPE CL,38'ARM EA 1 8,250.00 8,250.00 f _Jy 18.00 MAST ARM POST,TYPE CL,37 ARM EA 1 8.140.00 8,140.00 10.00 MAST ARM POST,TYPE CL,28 AfZ944 EA 1 5,940.00 5,940.00 20.00 SIGNAL HEAD,TYPE 38 EA 11 68.00 7,,098.00 21.00 SIGNAL HEAD,TYPE 5A EA 1 995.50 995.50 22.00 150 WATT, 120 VOLT HPS LUMINAIRE EA 4 352.00 1,408.00 23.00 PULL BOX, PREFORMED CLASS 1 EA 2 1,100.00 2,200.00 (PULL PO)C PREFORMED,CLASS 2 EA 1 1,430.00 1,430.00 E. .:. 1 780.00 1760.00 .. � 25,00,, PULL®07�, PREFORMED,GLASS 3 EA 1 � _.. 28.00 BASE CONCRETE CY 17.4 715.00 12,441.05 � f 27.00 DETECTOR,VEHICLE INDUCTION(2 CHANNEL-RACK MOUNT EA 10 165.00 1.650.00 � 2A.00 CONDUIT,'1-1/4",TRENCH LF 144 10.45 1.504.80 I 00 CONDUIT,2",TRENCH LF 206 10.45 2,152.70 # 30.00 CCINDUIT.4",TRENCH LF.:: 18 13.20 237.60 , y ll a�• 1 n. .der li Ie1R8�Ie��YPas2 t4exr�rrns�inadsermwmre�wnnrei -- ---- -- ---- . —.. -------• . . . . . ..._.. _ w :_ �_.,_.._.._�_.,...._. ... __�,_ ., a. ,.,.. . . _ . . ..1.. — I I—. . .,. -_. _._. ----...._..�..,".._.�..---� _:. :I ; . . .. , .: .., ... ...� .. .. -�_ I. 7 ' I CITY OF JEFFERSON " t ITEMIZED DID FORM 3, TRUMAN BOULEVARD IMPROVEMENTS .. .. : AfMZONAS I1 tbVE ro'oOUI+1TRY CLUB ORIVE . . * ' PROJECT N©.STP-3112(602) 4 A: , r - ;, I AAPROX. UNIT {lTCM ice. : ,DESCRIPTION UNIT QUANTITY PRICE AMOUNT . 4t 1 „ 7 `: 31.00 CONDIJPI',2",PUSHED LF 159 27.50 4,372.50 32.00 CONDUIT,W,PUSHED LF 91 27.50 2.502.60 .. — 33.00 CABLE,6'8 AWG,1 CONDUCTOR,POWER LF 546 1.10 800.60, v 1. 1 34.00 CABLE,08 AWG.2 CONDUCTOR,LUMINAIRE LF 381 1.87 675.07 �4 Ili' I 35.00 CABLE,�F12 A WG,7 CONDUCTOR LF 1481 2.09 3.095.29 ' 1 35.00 CAME.010 AM.1 CONDUC Ir Q,POL3E AND BRACKET LF 316 —0.94 297.04 _.. 37.0 CABLE,514 AWO.I CONDUCTOR,LOOP DETECTOR.IN DUCT LF 3328 2.37 7,882.62 ;. -'I 38.00 CABLE,518 AWG,2 CONDUCTOR LOOP OE7ECTOR,LEAD-IN LF 1187 2.04 2,421.48 1 t i } 38.00 $ISMS EA 8 209,00 1.672.00 I OUSTOTAL SECTION II 98.732.70 i j SUBTOTAL,SECTKW I,ROADWAY AND STORM DRAINAGE 316,635.75 1. ,;1 SUBTOTAL,SECTION II,SIGNAL AND LIGHTING 98,732.70 r r I. :} GRAND TOT AIL BID 415,368.45 . ia�. ( , r:' 1 �'1. if�,��� { .,).,,+ „. i ) ..11 r r, a ,;,..1. r: 4 11, � . ' . . . . ti 17 , 3 ". . ittt )t � h.t t /3 1 A'$�'q' ) it t 1 to { {' y { { + .LS j /, ! / 1 t . tit + n t.'.. I 4 YSxA1 + ) 9 ye': .4 1 7 l '. .t f { rM I J S. i t ' "t t { i t IK r / / Wll r p I p4 11 IRE,* i t pi� 7a.+7" -F , ! 1 �+ i�: s� 4 it , t: Ind ;� ( �� .', - �.11 Vs� :rt'tt '-t:Er ,.: f :1L y r f, 4 t w 1.1 i,S, r� t 'r j t +' a , ,,1 . . .. 7 , ...+t y; } , + .7 . , C� .� ``Y3 '— .:"l t i ,;%?.: t r�+w�Yid tP t _t I {�l r r- z f .. 3 '"r•t't, rf.{E..a,54Y�.a..ila <`F :t .J .�t �1. .1 }. ! (t 1 t SUSCONTRAOTPIRS If the.Bidder intends to use any subcontraclors,in the course of the construction, he `sh6li list them. olwbia a o ut��►E:, Qolumbits Mca� Milling alt _ fav ra Meyer Electrical, Jefferson Git;��..�"igz. 9i9na ing and Lighting- _1 TIME OF COMPLETION The undersigned hereby agrees to complete the project within forty-five. (45) working -= days, subject to the stipulations of the regulations of the Contract and the Special Provisions. It is understood and agreed that ig this bid is accepted,the prices quoted above include all applicable state Faxes 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 ! fi rms than herein mentioned have any interest in this bid or in the Contract to be entered into;and this bid is made without connection with any other person, company, or parties making a bid, and that it is in all respects fair and in good faith, without --,1 collusion or fraud.' _7 The undersigned agrees that the accompanying bid deposit shall become the property ®i'the Owner, should he fail or refuse to execute the Contract or furnish Bond as called , for in the sp;cifcationt within the time provided. r _ If written notice of the acceptance of this bid is mailed,telegraphed, or delivered to•the undersigned within sixty (60) days aft®r the date of opening of bids, or any time + th®r�afiter before this bid is withdrawn, the undersigned will,within ten.('I0) days after the date of such mailing,,telegraphing, or delivering of such notice, execute and deliver i i a Contract in the form of Contract attached. j 4 rt: ff i •. i i d 1' 1 1. od*w 26,1898 y .ECIIA fl n c0nk�d 903GNAW( {+ w�oJ !f f t{ i r r 2 �Mf IMYUaa..�arrrrr�r._.•w�:u..�4_—�nry w� The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed, or delivered: It is understood and agreed that this bid may be withdrawn at any time prior to the scheduled time for the opening of bids or any authorized postponement thereof. =; Attached hereto is a Bid Bond for the sum of 5% of contract Amount _ Dollars (cashier's check), make payable to the City of Jefferson. !I Signature of Bidder: If an individual, doing business { as If a partnership,_, , member of finn. by If corporation, non eders Ex�a� Car�ariy, Ir►c. b Donald R. ,Rhea f' a �! y Title vice Pi. -sident 4 SEAL ' Business Address of Bidder 1307 Fai rgrounds Road I Jefferson City, Mo. 65109 If Bidder is a corporation, supply the following information: l State in which incorporated Missouri blame and Address of its: I President Mary aarae Rhea, 1307 Fai rgrnamdn_Ed- �¢farranr Cl Lt y' y, .. Secretary Ar+n Fix, 17 x.'aiMrn»rda Rd_ .traffor_ ns, C;ty. MO. 65i1( pate 11-24-038_ f C:11VPDOL."OJECTWtw►cn cw*vd Wx=wpd OcWbor 26,1898 I , • E _ Et � Bit) IQNQ J 'KNOW ALL . MEN BY THESE PRESENTS, that we, the 1 . ur'idersigned, � �n cr �v ._.. .�.�...y� Inc. as Principal, Safeco Insuxance r� Amea-ica as Surety, are hereby held and firmly bound unto the i;rTY OF JEFFERSON, MISSOURI as owner, in the penal sum btu rive Pea-crzt (S Hof �,mc�us�t Bid for the payment of which,well and ....�..,....,.�._...4..a.____ truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors. administrators, successors and assigns, this 24th day of November .199X8 } The condition of the above obligation is such that whereas the Principal has submitted to the Li'f't'OF JEFFERSON,MISSOUPLI a certain Bid, attached hereto and hereby made a part here&to enter Into a contract in writing,for the project entitled: ' "Project No. STP-3112 50221, Truman Boulevard improvements-Amazonas Drive to Cba nVy Club Or ivo,Jt`. W o. 22026" MW,THEREFORE, If Bald Bid shall be rege+wed, or in the attemate, ' c. �,- (b) If said Bid sha!I be accepted and the Principal shall execute and deliver a contract it the Foam of Contract attached hereto (properly completed in ' s=ffJank=with saint Bid)and shall furnish a bond for his fathful performance bf said" Gordract, and for tie payment of all persons performing labor or funvislzing n�afedsls hi connection therewith,shall In all caber respects perform the agrmnent c re.2ted by the acceptance of sald Bid, then'this obligation shall be vbiu,otherwise the sauce shall remain in force and elfed;it being er► ressiy understood r�rrd agreed that the Ilabiyofthe Suretyforanydnd all Claims hereunder shall, In no event, exceed the penal amount of this obligation as herein stated. The Surety,forvaiue r43tied,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 tme within vi htc h the Owmier may accept such Bid,and said Surety does hereby waive natace of any such 3 {< IN WITNESS WHEREOF,the Principal and the Surety have hereunto set.thair hands 9nd seals,and such ofithe ati a.,are corporations have caused theircorporate sets to be hereto s 'a e,d e''d thaw resents to bei si ned b r er rs a dm and r first set forth p 9 Y rYpiner's 'T cavti.ng-�ny, Inc. �bpvr~c Principal pE i Insurance Company of America , Bonne• , torney.-In-Fact t+ � ``..�►, ' cis ,, � r G.)Wf''47QMry'ROJECTb umn connd spDamwp! Oct;bw 26,12W , 4 tit F! 9 Ss r 4 ! I ,S' q. „1 SAFECO INSURANCE COMPANY OF AMMUCA . GD AMAL INEURANCE COMPANY OP AMEft,A FNtST MA71ONAL INSURANCE COMPANY OF AMERICA �D' sH ATTdEOFFJCEsWASN*AYa�N tR,� At'ICNC10tIiLh"k7GMENr BY SURETY SWATE OF Ksw uri SL cotinlyof Cole 24tti November 1998 i on* this shay of _ �. . before am pcoomany aarod Iris L.Sennett . known to, me to be the Attorney-in-p= of $$ INSURA IC Q 1Y tg,1�A, f_,i�Ra GETt RAL INSURANCE-COMPANY OF AMERICA, n-RST NATIONAL INSU NICE COMPANY OF AMERICA or SAFECO I��TIONAL INSURANCE COMPANY . ¢tee eorAonation i j .Uttat meted tle withare rntr Went%'ast�a+r. tto�vlcdged W we chat such co rporndcon executed the same. IN W rrNE&IS 1A HElRWE,I haam heteanto M my Iasi act axed my oftW§cal.at city office in the aforesaid County,the day and year in dais cmifflcmd fm'abavc wirtaa. Notary Pula in the State of Missouri (Scrap County of sage JANET M.WARREN NOTARY PIJBU. C-NOTARY SEAL. 1 ' STATE OF Mi SSOd1R! my owwdda i w ms OCL S S Iles. �s, 1 � t . ..,.....+♦—A.—Or4 of SAFECo'. 1'—+'f•.r..�...+��.�.,.... 1� _ _ ...... -�...............�.._.�._. icy ,F lt ry 1 1 1 f y q'h 1 t _ lai .�.»........._........ _ . . . ..., ..._. .. .__.ate i POMP SAFECO INSURANCE COMPANY OF AMERICA OF HOME OFFICE: SAFECO PLAZA ATTORNEY SEATTLE, WASHINGTON 98144 r No. 6462 fti�i4",ALL IDY THESE PRESENTS: 71>,-1 SAFECO INSU"NCE COMPANY OF AMERICA, a VJashington corporation. does hereby appoint "rte"0wxx"x"9rHARLES E , TRABLIE; JAMES J. LANLIWEHR; CARL E. REYNOLDS; KRIS L. BENNETT; Jefferson 4. $t , PAI $SoI1r IxNi�YlxSf 7lxx NNIiNPIM4FNi1 M.#MxttMY.Di 1CN1iMMi1RMNM7t NMMNMMMpMKMxNMxNMMMMxMfIKMxMgMMNM ItMxMNxMxMMx its--rue and iawful a<torney(:s)-in-feat, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings as j other d=umontl of a sirriiior character issued by the company in the course of its business, and to bind SAFECO INSURANCE CI„APPAN'Y OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at Its home 3 of,lcae, SY NI''fn , S MIERE017, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested those presents this 16 day of JUn6 1997 i CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA: V. Section.13. - FIDELITY AND SLIFIETY BONDS . . , the President, any Vice President, the Secretary, and any Assistant Vice Pr""*dmM appointed for that purpose by die officer in charge of surety operations, shall each have authority to appoint individuals as j aC h%ys-'Ilse-fact or under other appropriate tides with authority to execute on behalf of the company fidelity and surety bonds and owir dtAxinvents cef'uiml* character Issued by the company in the course of its business . . . On any instrument makIrV or evidencing 4 vmh %Vvintimnt, ithe signatures rrAry be affixed by facsimile. On my instrument conferring such authority or on any bond or undertaking ofw*e company, the coal, or a facsimRo thereof, may be impressed or affixed or in any other manner reproduced; providod, however. tf►YJft' seal sitall not be nscessary to the validity of eery such instrument or undertaking.' Extract from a Resolution of the Board of Directors of SAFECO INSURMCP COMPANY OF AMERICA adopted July 28, 1970. i f 'C.�arry cortifiet s exmcAuted by the Secretary or at assistant secretary of the Company setting out, 0 1U provixkons of Article V. Section 13 of the By-Laws, a W 00 A copy of Ois power-of-attornay appointment, executed pursuant thereto, and ” alit Certifying that Bald power-of-anomey appoint mPt is in Ivil force and effect, ` >n ob g�e Hof the vettifying "officer may be by facsimile, std a seal of the Company may be a facsimile thereof.' b K.A.:,Piwsonf Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the at-4• of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are .. y i to and;'correct, and that both the 8y-Laws, the Resolution and the Power of Attorney we still in full force and effect ! IN WITNESS WHEREOF, 1 herve hurounto set my hand and affixed ?he facsimile veal of said corporation .� i J 29th ftvember 98 this dry of 19 S 20lFP 1193 Registered trodaa►ark of SAFECO Corporation. .. E { f t 3 (. f Tta IMPORTANT SURM 13OND INFORMATION MISSOURI - t' ..,..J dam quesSom pa-ofwa kwW InclO ndOnt tn='ance Agent if you two spedfio *out yotar SA ir 6ty Bor4 YCl! MAY DWECT 7T- M TO YMM AGENT: 1 UMM. SPECIFIC CLM=CM r . 1 If sou hays ! N Y been i tc �rtact cw obtain inf"madon from your Inge , yrdu "i 6 ± C® apt. t f OvAn i' a fit°; Y t i SAFEW kwzams Cony of Armed(= G kura=G CO"Vmy of Ammerrira Rut NadizW,h%z=w* 'Company of Art dca Swety ®ff s P.O Box 461 6t Loula, MO 63166 T (3141965-0400 ' 11 t,�L 7j", i l.i r } p t t' : *t+. t t� t'�V�r t 11'k. 5 .� �lTr.^��w^ �.re'� 1 li. 1.,..1 t SF S tt .� kf 1 ''�•Y, ,�zt�stu ��Ctt�r' 'ts � - t i t:�. �t 5.1. ., '. . '. ., . ' ��`�at , :�,llil ' r , STATEMENT ti S'iAi'E OF Missouri _ COUNTY OF G21e i being first t vice President _ —_of -} duly sworn, deposes and says that he is TITLE OF PERSON SIGNING _p2rn SCthns. i NAME OF BIDDER ' that a!! statements made and facts set out in the bid for the above project mmk n e said Qn,firm, association, or corporation g =� correct; and that the bidder(the pens bid}has not,either directly or indirectly,entered Into any agreement,participated in any action in restraint of free competitive bidding in 1 collusion, or otherwise taken any a6., connection with such bid of any contract which result from its acceptance. � ►ffian4 further certifies that bidder is not financially interested in,or financially affiliated with,any other bidder for the above project. (BY) " I .1998 5 24th .day of Novc�nt�er Sworn to before me this, NOTARY PUBLI A T S RAD ` JANET K WA ER T T Notartyy Public Nota►yy Seal STATE OF MISSOURI County of Cale MY j born �s ion xpirps• 2—�6�•2001 s: Feb.26,2001 r , k October 26,iti28 1 't �C:IWPD0051PftOJEC fVtruman contract ccs,Wpd k t u 7-777=77— �, Jtt i Y 't � '{ ' l Tr •tee ..�...... .. .. �. t rr , :I CONTRACTOR'S AFFI,D"IT Thls.affidavit is hereby rude a part of the Bid, and an executed copy thereof shall accompany ea ch Bid submitted. ! STATE OF, Missouri ) COUNlY OF coIe The undersigned, Doria.ld E. Rhea of lawful age, being first duly sworn states upon oath that he is Vice l?r_ysic3n'c of { , �..Don.Schnjweders Fxcavatir C MY, 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 ' in�.lud at iyi am®unt of monies, estimate or allowance representing wages, moneys or expenses, however designated, proposed to be paid to persons who are not required to furnish material or actually perform services upon or as a part of the proposed { project. •`j" t . AFFIANT w; Subscribed and sworn to before me, a Notary Public, in and for the County and State r afar aid, this : 4th � day.of My r 19-2a ' NOTARY PUBLIC , t M JANET K.WAYERSTRAOT 2-26-2001 Notar Public Notary weal rryy l'it1y,,Commission Expires:— STATE OF MISSOURI . county of We r My Commission Expires: Feb.26,2001 C:lWPBr. MPROJECTltrumsn contract apocs•wpd October 26.IM i tl ^�^r^It"' �^"T,..-.+.�• �..w.1+,.� ......,... ,._.» ..«....._...�__ ....._ � �. .. Sri v4,3 it e + S tt�waamaihws�� �'I F�II79RIIlil l�Ill�ialihilMY41d1�411f111a t `l�se.'.w.........�..�.-= ��___.�._��..,.�. 1 . DI D'1'1� ►NTAGED BUSINESS ENTERPRISE STATEMENT � s "j Contractors bidding on City contracts shall take the following affirmative steps to assure -1 that small,Yi6men owned, and minority business are utilized when possible as sources i of suppliers, services, and construction items. ! 1. Contractor's will submit the names and other information if any, about their DBE sub-contractors along with their bid submissions. ± 2. Sufficient and reasonable efforts will be made to use qualified DBE 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 . E whenever they are potential sources. When economically feasible, Contractors will divide total requirements into smaller tasks or quantities so as to permit maximum small,women owned, and r - A minority business participation. i 6. Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small, women owned and minority businesses. -� i'. Contractor will use the services and assistance of the Small Business Administration, the Office of Minority Business Enterprise, and the Community Services Administration. 8. Forms for determining Disadvantaged Business Enterprise,eligibility may be obtained from the Department of Public Works. 1 ; + CAWPDOCESTROJECTttruman contract speca.wpd octobw M, IBM r S DMA VANTA L -BU 1NESS UTIL1 ZATION COMMITMENT A. The fodder agrees to expend at least ten (10) % of the contract, if awarded, for Disadvantaged Business Enterprise (DBE). For purposes of this commitment, " the term "Disadvantaged Business Enterprise" shall mean a business: ..., 1. Which is at least 51 percent owned by one or more minorities or women, i or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and i 2. Whose management and daily business operations are controlled by one _ or more such individuals. "Disadvantaged Group Member" means a person who is a citizen or lawful f G permanent resident of the United States, and who is: ► 1. Black(a person having origins in any of the black racial groups of Africa); 2., Hispanic (a person of Spanish or Portuguese culture with origins in Mexico, South or Central America, or the Caribbean Island, regardless of race); ,. 3. Asian American (a person having origins in any of the original peoples of V the Far East, Southeast Asia, the Indian sub-continent, or the Pacific a Islands); ,.� 4. American Indians and Alaskan Native (a person having od ins in any of f the original peoples of North America); 5. Member of other groups, or other individuals, found to be economically and socially disadvantaged by the Small Busine.�s.Administration under 4. Section 8(a)of the Small Business Act, as amended (15 U.S.C. 537(a)]. t b. A female person who requests to be considered as an DBE, and who "+wins" and,"controls" a business as defined herein. Disadvantaged Business Enterprises may be . employed as contractors, :A subcontractors, or suppliers. ,j October 26,19 CAMDOCSTROJ'ECrikuma�contract specs.wpd 98 f ! '1 must Indicate the Disadvantaged Business Enterprises) proposed B. The bidder mu for utilization as part of this contract as follows: Name and Addresses Nature of Dollar Value of .� ref Dis dvmFagd Firms F'artici, ation Participation ,F 21943.80 tamhia Curb and meter Col �►,r,rrant-r�r-t,nr --- E 1016.82 J Metal j :. Mid West Fuel Supplies supplier 8200.0(? �w� ._ ------ --- Finley Supply Co. supplier 120000Xm j Total Bid Amount � j � � _ Total: !43,160.62 Percentage of Disadvantaged Enterprise Participation: 10 /o -� c, ne bidder agrees to certify that the minority finYi(s) engaged to pravide materials or services in the completion of this project: (a) is a bona fide Disadvantaged Business Enterpri se; and (b)has executed a binding contract to .; provide specific materials or services for a specific dollar amount. ' A raster of bans fide Disadvantaged Business Enterprise firms will be furnished by the City of Jefferson. The bidder will provide written notice to the Liaison a officer of the City of Jefferson indicating the Disadvantaged Business .1 Enterprise(s) it intends to use in conjunction with this contract. This written notice is due five days after no to the lowest bidder. f E Certification that the Disadvantaged Business Enterprise(s) has executed a ( y bidding contract wish the bidder for materials or services should be provided to it i. E the DBE Cocrdinotor at the time the bidder's contract is submitted to the DBE Coordinator, Breach of this commitment constitutes a breach of the bidder's 1 i contract, if awarded. € ' D The undersigned hereby certified that he or she has read the tenrs of this > commitment and is'authorize d to bind the bidder to the commitment herein det {� forth. i , Donald E. Rhea ; } NAME OF AUTHORIZED OFFICER SIGNATURE OF AUTHORIZED OFFICER ! OCWW 26. k i C-%V'JPD0C$%PR0JECT%V= contract spa.s.wpd 1: i � f t October 1977 ..,,� CERTIFiCATION REGARDING EQUAL OPPORTUNITY AND AFFIRMATIVE ACTION IN SUBCONTRACTING f (1) Certification with regard to Performance of Previous Contracts or Subcontracts subject to the.Equal j Opportunity Clause and the filing of Requirement Reports. The bidder��_�,,proposed subcontractor , hereby certifies that he has _, has not participated lry a previous contract or subcontract subject to the equal opportunity clause, as 1 requires by Executive Orders 10925, 11114, or 11246,and that he has , has not ,t'ded with the Joint Reporting Committee, the Director of the Office of Federal Contract.Compliance, a Federal { Government contracting or administering agency, or the former President's Committee on Equal w' Employment Oprortunitlf, all reports due under the applicable filing requirements. Note: Thl3 certification Is required by the Equal Employment Opportunity Regulations of the ! Secretary of Labor (41 CFR 60-13(b)(1), and must be submitted by bidders and proposed subcontractors only In connection with contricts and subcontracts which are subject to the equal opportunity clause. I Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) r Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should not that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. - (2) Certification with regard to intent to subcontract a portion of the work and affirmative action to consider minority business enterprises as potential subcontractors. A- The bidder hereby certifies that: he does not Intend to subcontract a portion of the work. ;<he does intend to subcontract a portion of the work. (Bidder to check appropriate box.) , If in the affirmative, the bidder certifies that he has made contact with potential minority business - enterprise subcontractors to affirmatively solicit their interest, capability, and prices on the items he intends to subcontract, and shall document the results of such contacts. NOTE: A bidder's failure to submit this certification or submission of a false certification shall render his bid nonresponsive. B. If the Contractor requests permission to sublet work, and has not done so during the bidding stage, —' he shall take the affirmative actions required of bidders in Paragraph A No subletting will be approved unless the contractor demonstrates that he has taken such affirmative action. C. The contractor shall designate a liaison officer who will administer the contractor's minority business enterprise program. The name, address, and telephone number of the designated officer shall be f furnished the engineer in writing upon request. i wy NOTE: The requirements contained herein are in accordance with the Federal Highway Administration Federal-:�,id 'Highway Program Manual (Transmittal 164, November 3, 1975) Volume 6, Chapter 4, Section 'E 1, Subsection 8, Paragraph 8c(2)(3) and (4). s. Don Schnieders Excavating Compa Inc. -- (Company) n() By Donald E. Rhea I Date: 1-24=98— -_ Vice President ZTftle) s - s L; 4 May 1985 zf• .i, ✓J C!*RTIi=iCI,7ioN REGARDING DISBARMENT', ELIGIBILITY, INDICTMEWS, CONVICTIONS OR CIVIL JUDGMENTS i The president or authorized official of bidder, under penalty of perjury under the laws of the United States, certifies ! that, except as noted below, the company or any person associated therewith in the capacity of owner, partner, director,officer, principal investigator,project director, manager,auditor or any position involving the administration i of federal funds: Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; does not have a proposed debarment pending; and has not been 174cted, convicted, or had a civa judgment rendered against (it) by a court of competent jurisdiction in any matter Involving fraud or official misconduct within the past 3 years. i (Insert.Exceptions, if any) , 1 Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. j ? For arty exception noted, indicate below to whom it applies, initiating agency, and dates of action. Providing false f t inforrrtatinn may result in criminal prosecution or administrative sanctions. r ! L f WQTE: The.arbove.'statement is part of the.proposal. .Signing this proposal on the signature portion thereof shall also constIt rte an eruforsememand execution of this cergification. 5 i � c t mnwwwn�.raw.s+wwwraerrmavnrrrwQrwpwr�r rcee� �1i7�1! CER171FWATIO1ti R EGAlRDDIG 1i.,OBB YENG ACTnrfXUS: . .:, In accordance.with Section 391 of Public Law 101-121 the bidder, under penalty of perjury certifies by signing and submitting this bid or proposal,that: --1 (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the i undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress, in connection with the awarding of any federal contract, the malting of any . federal grant, the rnaldrng of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative;agreement. If any funds other than federal appropriated funds have been paid or will be paid to "s any person for influencing or attempting to influence an officer or employee of any federal agency, 'Member of Congress, an officer or employee .or Congress, or an ,employee of a Member.of 4 } t Con ess in connection with this federal contract, grant, loan, or cooperative agreement, the '<i ! undersigned shall complete and submit Standard FORM-LLL, "Disclosure Form to report Lobbying," in accordance with its instructions. This certification is a material representation of fart upon which reliance was plaited when this t ns>:c.�tion was ro de or entered into. Submission of this certification is a prerequisite for { mak:ing or entering into this transaction imposed by Section 1352, Title 31,U.S. Code. Any person �Ao fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for eadh such failure. The bidder also agrees by submitting this bid or proposal that they shall require that the �r f language of this certification be included in all lower tier subcontracts, which exceed $100,000 and • i and disclose accordingly. that all such subrecipients shall certify g1Y 4 } } Y i 1 i AFFIDAVIT � f�MPLIANCE WITH PREVAILING ; 71; WAGE LAW 1 Before me, the undersigned Notary Public, in and for the County of I State of , personally came and appeared NAME POSITION E, of the._.�._. �_ NAME OF COMPANY j (A corporation)(a partnership)(a proprietorship)and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes, pertaining to the payment ' of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions G -= and requirements and with Annual Wage Order No. 5, Section 026, Cecile County, and Ooneral Decision No. M0960001, in carrying out the contract and work in connection with Project No. STP-3112(502), Truman Boulevard Improvements - ` ' Amazonas Drive to.Country Club Drive, JCPW Boo. 32026 located at Jefferson City in Cole County, Missouri,and completed on the day of 119 -7 SIGNATURE Subscribed and sworn to me this day of , 19 ,j NOTARY PUBLIC 1 . Ft I Idly commission expires. STATE OF MISSOURI ) )sS. . COUNTY OF ) a t; Y ` O=NPDOCSTROJEC7ltrurnan contract specs.wpd October 26,1x99 . At�� 1 ' y{y, S •{ R1.l1i1A111ti1.1�111WYwlJ.1A\RII! mi.L.S...soun ➢ A A A Xi . uf Labor Standards WAGE AND HOUR SECTION j :3. 1 O ogee O R,x. LW � 5 �. UU 10, �ldcc,, DEPART MENT DE PUBLIC WORKS MEL CAR NAHAN, Govemor a �. N.M. 5 F. Section 426 COIF COUMN t In accordance with SecUon 290.252 RSMo 1994, within thirty (30) days after a ce►fiifled 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 Wage Order may object by filing an objection In triplicate;with the Gabor and Industrial Relations Commission, P.O. Box 599,Jefferson City, MO � 63102-0599. Such objections must set forth In writing the specific grounds of objection:Each f objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. J rF Boy. 449, Jefferson City, MO 65102-0449, and to the party which requested this Annual Wage �. ,Order,pursuant to 8 CSR 20.5.010(!).A certified copy of the Annual Wage Order has been filed '��'Wvlth the Secretary of State•of Missouri. j ileen A. Baker, Director DLF ( ➢ vision of Labor Standards Filed With Secretary of State: MAR 6 1498 ��` . .. r =�' ' • • -� APR 6199 r..,.: ,. Last Date Objections May Be Fllei 4,-, SECRttA Y OF g� ATE W. ftrpwed by Himmul Dep►arUnent of Labor and IIndtishiat Relations r , • sua�u�rna+a'cw:+�wrsr;r�czwua.�+rs�efnnv�r. r►.wnewcrn �. . f Section 026 Binding Cons truction Rains fa REPLACEMENT PAGE COLE County Time Holiday Total Fringe Benefits OCCUPATIONAL TITLE Uzte of Hourly Increase Rates Rates Rates $11.00 FED $0.45 � ,estos Wort_cer $22.08 57 7 ? ao!#o MfAM -- si9 $17.00 59 7 54"50----- 1 __ 54 ti7 } Bricx,e; -`'torsa h/,asan__ $15.53 v;0 7 4;ar�enters _ .-.�_ $3.02 $18.04 9 3 ! Cement $5.70�113%ment Mass $20.34 28 7 Igcir�clens(Inskie Wireman -- USE ELECTRICIANS INSIDE VYIREMAN)FAA TE L.an�mun'irati Tec�hnictans _ 90 a $25.995 26 54 57.235 Elevat�cr C,Lnstrudors - 71 ,eers-f oohle&Hoisting: 86 3 _$9.23 (�rou�i 5108 $20.1? $9.23 UP i! We $20.12 86 3 $9.23 Gro'�;�Ill ,�_ SJgtf $18.87 86 3 $9.23 Cm - - -• 5/J8 $20.12 8S 3 mklp 111-A 3 $9.23 5198 $20.82 86 $9,23 tsrov�N a,'08 $22.12 86 3 --- '-V--- 6198 b $24.75 91 3 510.78 Pipe F'itter's -- - $11.85 FED $1.03 $14.00 110 7 $4.70 Gertal ---- $14.35 110 7 $4.70 Fir�tSemi-E-AkMed $14.35 110 7 $4.70!_ Second Semi�SkNiez? -- __ USE CARPENTERS RATE - ' Lns�ars Cutter__ USE CARPENTERS f2ATE $4.50 _ ARaarbte F�1SSOns ^9F.48 $17.00 59 7 $4 6'7 Will ,his $17.53 SO 7 $9.67 y8 $17.92 11 ti i Iron tAlt�ritrsrs __ _ ._r8 _ -' $17.00 18 7 $1.32 powe rs PIRE.tarers-______ $20.()o FEp 5 `$2.96 _ - Plumbers - $17.53 60 7 $4.67_ PftP&em ,. - 9198 $20.10 12 4 $5.14 i R►a)t 23 $7.22 ers 7198 $19.55 40 teat Wo km $12.50 FED Sp'riratcier F"rtters _ _-- $4.50 1 Terrano M/orkers 9198 $17.00 59 7 $4.50 Tie Setters 9198 $17.00 59 1 _ a - - } Tnrck Drivers°Teamsters $15.90 101 5 $3.50 s wl Grou 1u �� $16.60 101 5 53.50 _ 1 _ 5 $3.50 �ptsp Ili $16.60 101 5 53.50 --�--- $12.90 48 49 $2.04 Yre�ric Calw Service Driver { 'i1�e0 UrNlc�ts -- USE BLDG CONST.ENGINEER GROUP II RATE _ Welders-A:etylerse i _ ! Fringe s �;�•,efit Percentage is of the Basic Hourly Rate NAnnL al Ircrellental increase 'SEE FOOL NOTE PAGE ANNUAL WAGE ORDER NO.5 i Building Construction Rates for REPLACEMENT PAGE Section 026 r �} COLE County Footnotes � <•..—____.�..._o.._.—..._..�. ter- r CCCUPATIMIAL TITLE bats of Hourly Time Holiday Total Fringe Benefits j Increase Rates Rates Rates --� Welder,, receive rate prescribed for craft performing operation to which welding is incidental. ' Building Construction Rates on Building(s)and All Immediate Attachments. Use Heavy Construction s for remainder of project. F'ur crafts not listed in Heavy Construction Sheets, use Rates shown Building Construction Rate Sheet.. is-Vacation: Employees over 5 years-8%; Employees under 5 years -6`'/0 -;'b- All.work over$3.5 million total Mechanical Contract-$24.75, Fringes- $10.78 'All work under$3.5 inillion total Mechanical Contract-$23.66, Fringes- $9.28. 4 a; ti ;i 'Annual Incremental Mrrease ANNUAL WAGE ORDER NO.5 7/98 tl i 1 J 3• 1 COLE COU14TY OVERTIME RATES - BUILDING CONSTRUCTION VERTIME RATES ARE REQUIRED TO BE PAID FOR `WORK PERFORMED OUTSIDE TH = NORMAL iRIC DAY ONLY WREN SPECIFICALLY INDICATED IN THE APPLICABLE OVERTIME RATE. "I FED: Minimum requkemcrit per Fain Labor Standards Act means time and one-half(1'/2) shall be paid for all ' work in excess of forty(40)hours per work week. NO. Eight (8) hours shall constitute: a regular work day that may being as early as 6:00 a.m. and end no later than 5:30 p.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one -. and one-half(I Y2) 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 fallowing Saturday at straight time. All work accomplished on Sunday ins .and holidays::hall he compensated for at double the regular rate of wages. The work week for the cement ma. — is Monday through Friday,except for midweek holidays. NO.. Y 1: Means eight(8)hours shall constitute a day's work, from 8:00 a.m. to 5:00 p.m. from Monday to Friday. Time and one-half(1'h)shall be paid for first two(2)hours Monday through Friday and the first eight(8) hours on Saturday. All other overtieiie hours Mbriday through Saturday shall be paid at double (2) time rate. Double (2) tirne shall be paid for all time on Sunday avd recognized holidays or the days observed in lieu of these holidays. NO. 12: Means the work week shall commence on Monday at 12:01 am. and shall continue through the ft4lowing Friday, inclusive of each week. All work performed by employees anywhere in excess of forty (40) hours in one (1) work week, shall be paid for at the rate of one and one-half(1'/2) times the regular hourly wage scale. When a holiday falls during the regular work week, all work performed by employees anywhere in excess )thirt y_two (32) hours during one(1) work week shall be paid for at the rate of one and one-half(1'/2) times the __ ,:eular hourly wage.scale. All work performed within the regular working hours which shall consist of a ten (10) hour work day except in emergency situations. Overt ime work and Saturday work shall be paid at one and one- half(1'/2) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two (2) timers the regular hourly mte. No. Bit: Means a work week shall consist of fbOy (40) hours beginning Monday and ending on Friday. Any -� hours worked over forty(40)in this payroll period shall be paid at the rate of time&one-half(1%2). Saturday work will be paid at time& one-half(I Y2). 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). i NO. 26: Means a regular working day shall consist of eight (8)hours,between 7:00 a.m. and 5:00 p.m., five (5) days per week, Monday to Friday, inclusive. Work performed on Saturdays, Sundays and before and after the ! - regular working day on Monday to Friday, inclusive, shall be classed as overtime, and paid for at double (2) the rate of single time. holidays shall be paid at the double(2)time rate of pay. i . j AWS026.o'r ANNUAL WAGE ORDER NO. 5 PAGE. I OF s rncrs COLE COUNTY OVERTIME RATES -BUILDING CONSTRUCTION OVERTIME RATES ARE REQUfl FD TO BE PAID FOR WORK PERFORMED OUTSIDE THE NORMAL WORKK DAY ONLY `,?VIXEN SPECIFICALLY INDICATED IN THE APPLICABLE OVERTIME RATE. NO. 28: Means eight (8) hours between 7:00 a.m. and 5:30 p.m. shall constitute a day's work five (5) days a.. ' week, Monday through Friday inclusive, shall constitute a work week. The Employer has the option for a wo&.day/workweek of four(4)ten(10)hour days OL 10's)provided: ' -The project inust be I&a minimum of four(4)consecutive days. -Stasrting time may be within one(1)hour either side of 8:00 a.m. i } AYork week must begin on either, a Monday or Tuesday: If a holiday falls within that week it shall be a c:onsz=utive work day. (Alternate: If a holiday falls in the middle of a week, then the regular eight(8)hour { schedule;may be implemented). -Any time worked furl excess of any ten (10) hour work day (in a 4-10 hour work week) shall be at the appropriates overtime rate. All work outside of the-regular wonting hours as provided„Monday through Saturday, shall be paid at one&one- half(I%)times the employee's regular rate of pay. All work performed from 12:00 am. Sunday through 8:(t)a.m. Monday mui recognized holidays shall be paid at double 2 the straight time hour!y rate of pay. NO. 40: Means the regular working creek shall consist of five (5) consecutive (8) hour days' lahor on the job beginnin&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 a.m. and ending as late as 5:30 p.m. All full or part time labor performed during such hours shall be recognizes) as regular working hours and paid for at the regular hourly rate. All hours worked on Saturday and all hours worked in excess of eight(8)hours but not more than twelve(12)hours during the regular working week shall be paid for 7 at time and one.-ImIf(i/2) the regular hourly gate. All hours worked on Sundays and holidays and all hours worked in excess of twelve (12) hours dtu*ig the regular working day shhall be paid at two (2) times the regular hourly .rate. In the event of rain, snow, cold or excessively windy weather on a regular working day, Saturday may be designated ass 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. NO.48: Means the regularly scheduled work week shall be five(5) consecutive days, Monday through Friday or ''uc-day through Saturday. Eight(8) hours shall constitute a days work. Starting time for the first shift shall not � be earlier than 7:00 a.m. nor later than 14:00 a.m. Forty(40)hours shall constitute a week's work. Overtime at the 1 rate of time and one-half(1 V2)will be paid for all work in excess of forty(40)hours in any one work week.On the Wnd through Friday schedule, all work performed on Saturday will be time and one-half(I%2) unless time has been lost during the week, in which case Saturday will be a make up day to the extent of the lost time. On the ' ; ! 'Ta-'mday through Saturday schedule, a work performed on Monday will be time and one-half(1%2) unless time has 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(I V2) their regular rate of pay for all hours worked, in addition to their regular holiday pay. .aw50260r ANNUAL WAGE ORDER NO. 5 PAGE 2 OF PAGES COLE COUNTY OVERTIME RATES - BUILDING CONSTRUCTION ~` ""'WORK RATES ARE REQUIRED TO BE PAID FOR WORK PERFORMED OUTSIDE THE NORMAL WORK. IDAY ONLY WHEN SPECIFICALLY INDICATED IN THE APPLICABLE OVERTIME RATE. NO. 57: Means eight (8) hours per day shall constitute a day's work and forty (40) hours per week, Monday to Friday inclusive, shall constitute a week's work. The.regular starting time shall be 8:00 a.m. When circumstances the contractor may change the regular workweek 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 (8) hours on Saturday shall be paid at the rate of time and one-half(1%). All time worked in excess of ten (10) hours, Monday _. through Fnda r and eight(8)hours on Saturday and all time worked on Sunday and holidays shall be paid for at the double(2) time rate ot'pay. NO. 59: Means that except as herein provided, eight (8)hours a day(which may begin as early as 6:00 a.m.) shall constitute a standard work day, and forty (40) hours per week shall constitute a week's work. All time worked outside of the standard eight(8) hour work day and on Saturday shall be classified as overtime and paid the rate of time and one-half(I%). All time worked 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. When the four (4) ten-hour work week is in ef%e the standard work day shall be consecutive ten (10) hour periods between the hours of 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a weeks work, Monday through Thursday, inclusive. In the event the job is down for my reason beyond the Employees control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed ten (10) hours or forty (40) hours per week. When the five day (8) hour work week is in effect, forty (40) hours per week shall constitute a week's work, �`,'Wnday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control. W...hen 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. NO. 60: Means the Employer shall have the option of working five 8-hour days or four 10--hour days Monday through Friday. If an Employer elects to work five 8-hour days during any workweek, hours worked more than eight (8) per day or forty (40) per week shall be paid at time and one-half(1'h) the hourly rate Monday through Friday. SATURDAY MAKE-UP DAY: If an Employer is prevented from working forty through Friday,or any part thereof by reason of inclement weather rain or mud Saturday or any hours,thereof( )� y y past thereof may be worked as a make-up day at the straight time rate. It is agreed by the parties that the make-up day is not to be — ured to inake up time last 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 for no more than tarn (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%s) 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%) the regular Millwright rate. i The regular workday starting of 8:00 am.(and resulting quitting time of 4:30 p.m.)may be moved forward to at - a.m. or delayed one(1) hour to 4:00 a.m. All work accomplished on Saturdays and holidays, or days observed as holidays,shall be compensated for at double(2)the regular rate of wages for carpenters. NO. 86: Means the regular work week shall consist of five (5) days, Monday through Friday, beginning at 8:00 a.m. and ending at 4:30 p.m. All overtime work performed on Monday through Saturday shall be paid at time and ne-half(I the hourly rate. All work performed on Sundays and holidays shall be paid at double (2) the hourly Awsazb.or ANNUAL WAGE ORDER NO. 5 PAGE 3 of 5 I'AGr:S i COLE COUNTY OVERTIME RATES- BUILDING CONSTRUCTION OVERTIME RATES A` , REQUIRED TO BE PAID FOR WORK PERFORMED OUTSIDE THE NORMAL WORK.DAIS'ONLY WHEN SPECIFICALLY INDICATED IN TIME APPLICABLE OVERTIME RATE. i NO. 87: Means eight(8) hours starting between 7:00 a.m. and 4:30 p.m. shall constitute a days work. Five(5) days forty Monday through Friday inclusive, shall constitute a regular work week. All hours before and after these regular hours shall be considered overtime and shall be paid for at the rate of double(2) time. All work on - Saturday and Sunday shall be paid at double(2)time. Holidays shall be paid at the double(2) time rate of pay. ! 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 rending 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 ending Friday at 5:30 p.m. Employees shall receive double (2) time for over eight (8) hours in a work day or for over forty (40) hours in a work week from Monday through Friday. Saturdays, Sundays and recognized holidays shall be paid at the double(2)time rate of pay. NO.94: Eight($) hours shall constitute a regular work day that may being as early as 6:00 a.m. and end no later than 5:30 p.m. All work performed in excess of the regular work day and on Saturday shalt be compensated t one and one-half(1%z)times the regular. pay. In the event time is lost during the work week due to weather condi tions, the Employer may schedule worm: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 a day shall constitute a standard work day, and forty (40) hours per week shall constitute a week's work, which shall begin on Monday and end on Friday. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rate of time and one.-hall'(1'/z) ' (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 ac 5:30 p.m. The Employer has the option of working either five (5) eight-hour days or four(4) ten-hour days to constitute a normal forty (40) hour work week. When a four(4) ten-hour day work week is in effect, the standard work day shall be consecutive ten (10)hour periods between the hours of 6:30 a.m.and 6:30 p.m. Forty(40)hours per week shall constitute a week's work Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed ten (10) hours or forty(40)hours per week. All work over ten (10) hours in one day or forty ? (40) hours in a 4-10's work week shall be paid at the overtime rate of time and one-half(I%). When using a five (5)day eight(8)hour work week,and the job is down for any reason beyond the Employer's control, then Saturday �.j 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. J. h i nw5026.dT ANNUAL WAGE ORDER NO. 5 PAGE a Ut'5 Nnrrs { i _. . . .. COLE COUI�TY OVERTIME RATES -BUILDING CONSTRUCTION t> OVERnME RA'Z'ES ARE REQUIRED TO BE PAID FOR WORK PERFORATED OUTSIDE THE NORMAL ORK DAY ONLY WHEN SPECIFICALLY INDICATED IN THE APPLICABLE OVERTIME RATE. NO. I I0:.`Means eight (8) hours between the hours of 8:00 am. and 4:30 p.m. shall constitute a workday. The work week small commence at 8:00 a.m. on Monday and shall end at 4:30 p.m. on Friday. All work performed on . Sattirday,except as hercin Providot shall be compensated at one and one-half(I%)times the regular hourly rate of' pay for the week perforned. All work performed on Sunday and on recognized holidays shall be compensated at double (2)the regular hourly rate of pay for the work performed. If an Employer is prevented frorn working forty s 40 hours, Monday thou Friday, or any art thereof b reason of inclement weather(rtaira and mud), Saturday :I ( ) Y � Y� � P Y :1 f or any part thereof may be worked as a snake-up day at the straight time rate. The Employer shall have the option of wdriting five eight(8) hour days or four ten (10) hour days Monday through Friday. If an Employer elect~to -, work five (5) 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(1'h) 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 7 ( 0) hours per week shall be paid at time and one (I%:) 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 (10) hours ' i ,. Friday at straight time. Friday must be scheduled for at least eight(8)hours and no more than ten(10)hours at the -straight time rate, but all hours worked over the forty (40) hours Monday through Friday will be paid at time and r Gene-half('1'/Y)overtime rate. Vf 2 , f �L AWA1e260.1 ...ANNUAL WAGE ORDER NO. S PncF s OF s rnGHS t COLE COUNTY HOLIDAY RATE SCHEDULE- BUILDING CONSTRUCTION :Ail work drr�rG ern NOW Year's Day,Dec�nration Day,July 4th,Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day .ill bit,ps+itl at the double time care of pay. Whenever any such holidays fall on a Sunday,the following Monday shall be observed as a " holiday. i NO 4:All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving and Christmas Day shall be paid at tiro double time rata of pay. if any of the above holidays fall on Sunday,Monday will be observed as the recognized holiday. If any of the above lwlidays fall on Saturday,Friday will be observed as the recognized holiday. NO.S: All work Ircrfcr,ned 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 double(2)time. When a holiday falls or a Saturday,the preceding Friday shall be observed When'a holiday falls on a Sunday,the following Monday shall be observed. No werrb:shall be performed on Labor except to save life or property. Where one of the holidays specified falls or is observed during the work work,then all work performed over and above thirty-two(32)hours in that week shall be paid at the rate of time and one- ha NO.7:All wo(k done nn New Year's Day,.Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day,and C'l ristrrras Day.hail he paid at the double,time rate of pay. If a holiday falls on a Sunday,it shall be observed on the Monday. 1 f n troliday falls ore a!�aturday,it shat]be observed on the preceding Friday. N!).R:Ali +c+rk done can New Year's Day,Memorial Day,Independence Day,Labor Day,V'eteran's Day,'t�anksg6ving Day,and Christmas.or days observed as such,shall be paid at the double time rate of pay. N(7.23:AI]work Borne ass New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, t'frristn:as Day and Sundays shalt be recognized holidays and shall be paid at the double time rate of pay. When a holiday fa]Os an Sunday,the following Monday shall be considered a holiday. Llr,31:All work done on New Ymes Day,Washington's Birthday,Memorial Day,Fourth of July,Labor Day,Columbus Day, �Ve'tcran's Day,Thanksgiving Day,Friday after Thanksgiving Day,Christmas Day,and Employee's Birthday shall be paid at the double time rate of pay. If a holiday falls on Sunday,the fallowing Monday will be observed as the recognized holiday. If a holiday falls.on Saturday,the preceding Friday will be observed as the recognized holiday. i i � NO.49:The following days shall be observed as legal holidays and employees will receive eight(8)hours'pay at regular straight time hourly rate for t ach of th holi&-Ays: New Yeaes Day,Decoration Day,July 4th,Labor Day,Thanksgiving Day,Christmas Day, i Employee's birthday and two(2)personal days. The observance of one(1)of the personal days to be limited to the time between c ' Ome:mber I and March I of tt4e following year. If any of these holidays fall on Sunday,the following Monday will be observed as the ! lxr{relay and if any of thcst holidays fall on Saturday,the preceding Friday will be observed as the holiday. If employers work on any of I ! tlxwt holidays they shalt be paid time&one-half(I'')their regular rate of pay for all hours worked. N().54: All weak done on New Year's,Memorial Day,Independence Day,labor Day,Thanksgiving Day,the Friday after '16-nksgiving Day,and Christmas Day shall be paid at the double(2)time rate of pay. When a holiday falls on Saturday.it shall h } � s i otrs erved on Saturday. When a holiday falls on Sunday,it shall be observed on Monday. )i 1 r AiV5t12li.iiDY ANNUAL WAGE ORDER NO. 5 , 1 1 'Oflyi �'A^Afiw�ns 7 Heavy Construction Rates for REPLACEMENT PAGE Section 026 ,,GLE Co_ nty ------------- e ve asic ver- + C3 CCU PAT10NAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates i r,ARPE:NTErRS Jn.umeyrnen 5/98 $21.13 7 5 $5.15 --Millwrights 5/98 $21.13 7 5 $_5.15 -Ile Driver Worker .._. 5/98 $21.13 7 5 _ $5.15 OPERATING ENGINEERS group 1 -� -- _ 5/98 $19.20 5 5 $9.20 ar0up U u 5/98 $18.85 5 5 $9.20 Croup ill 5/98 $18.65 5 5 $9.20 I ar011p IV 5/98 $15.00 5 5 $9.20 Giier-Mier 5198 $15.00 5 5 $9.20 GRERS j ,rte_, eral.Laborers 5/98 $18.30 2 4 $5.30 aeL neral i.,�aac Skilled Laborers 5/98 $18.90 2 4 $5.30 RUCK DRIVERS-TEAMSTERS ' ;roc-p i 5/98 $19.22 2 4 $4.75 ; 5198 $19.38 2 4 $4.75 _ -fproup III �mul� Ili 5/98 $19.37 2 4 $4.75 Group IV 5/98 $19.49 2 4 $4.75 M 1 ' ? 'Annual Incremental Increase ANNUAL WAGE ORDER NO. 5 7/98 r �171.•l'QI�fIN. L�M�Y4rr�a�.nawa�-- _.i-- - -____/_J._.�______ _. .. .-. OVERTIME RATE SCHEDULE - HEAVY CONSTRUCTION NO. 1: Means eig}it (8) hours shall constitute a normal day's work Monday through Friday. Projects may be worked on the basis of a ten (10) hour per day, four (4) days a week schedule (Monday through Thursday). All - ? hours worked over ten (10) hours per day or forty (40) hours per week shall be paid at time & one-half(1 S5). There are no provisions for make-up days on Friday or Saturday,work,on these days will be paid at time and one- balf (1%). On projects working five (5) day, eight (8) hour schedules (Monday through Friday), there is a provision called "50 hour window for forty(40)Hour's worked." If inclement weather causes a curtailment of work ' --� for projects operating under this 5-8's schedule, the employer may invoke the "SO hour window for forty (40) hours" provision. The Employer can work the carpenter employees up to ten (10) hours per day at straight time, until&,c: employee reaches forty (40) }lours in that week. Any tirne worked over the daily, make-up schedule(9 or 10 hours per day) and forty (40) hours per week, would be paid at time & one-half (1'/2). The ability of the Employer to aaher their work schedule from the regular eight (8)hours per day to nine (9)or ten (10)hours per day _ at straight time, is orgy applicable alter the Employer on that job site has lost work hours which are to be made up by the expanded daily Nvork hours. Time & one-half(1'/2) shall be paid for work performed on Saturdays. Double rm (2*1 time shall be paid for work perfoed on Sundays and recognized holidays. In such instances where a .recogriized holiday is observed during the work week, it shall be counted as eight (8) hours toward a forty (40) hour work week,then all work performed over and above 32 hours in that week would be paid at the rate of time& one-half(1 Y2). NO.2: Means a repular work week of forty (40)hours will start on Monday and end on Friday. The regular work day shall be either cight (8) or ten (10) hours. If a crew is prevented from working fogy (40) hours Monday through Friday, or any part thereof, by reason of inclement weather, Saturday or any part thereof may be worked as a make-tip day at the straight time rate to complete forty(40)hours of work in a week. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. Time & one-half(1 Y2) shall be paid for all hours in excess of «rf eight (8) hours per day (if working 5-8's) or ten (10) hours per day (if working 4-1 O's), or forty (40) hours pear week, Monday through Friday. For all time worked on Saturday (unless Saturday or any portion of said day is worked as make-up to complete forty hours),time and one-half(I%) shall be paid. For all time worked on Sunday and recognized holidays,double(2)time shall be paid. NO.3: Means a regular 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 rat; of time & one-half (1 Y2). Workers, shall. receive tirne and one-half(1%) for all work performed on Sundays and recogaia-ed holidays. Wbere one of the holidays falls or is observed during the work week, then all work performed over and above thirty-two(32)hours shall be paid at time and one-half(I Y2). j ; NO. 4: Meares a regular work week shall consist of not more than forty (40) hours of work, Monday through E Saturday, and all work perforrried over and above ten (10) hours per day and forty (40) hoi.rrs per week shall be paid at the rate of time& one-half(I Y2). Workmen shall receive time and one-half(l Yi) for all work performed on Sundays. t NO. 5: Means a regular work week may be Monday through Thursday (if working 4-10's) or Monday through Friday (if working 5-8's). Tune &. one-half(1'h) is paid when working in excess of ten (10) hours per day (if &orking 4-10's) and on Friday & Saturday unless Friday and/or Saturday is used as a make-up day. Time & one- half(I'/2) is paid when working in excess of eight (8) hours per day (if working 5-8's), and on Saturday unless Saturday is used as a make-up day. All Sunday work shall receive double(2)time pay. j ANNUAL N'VAGE ORDER NO. 5 3198 t 1 i c1�'ERTS Y�TE SCHEDULE — HEAVY CONSTRUCTION °- NO.6: Means eight(8)hours shall constitute the regular work day and forty(40)hours a work week, Monday —14,rough Friday. The Employer shall establish the starting time between 7:00 a.m. and 9:00 a.m. Time and one- f(1`1)small tie paid for Wo1-k performed on a regular work day before the regular starting time and after the :egular quitting time. Doubly;(2)taste shall be paid for work performed on Sunday and holidays. At the discretion of the Employer, Saturday can be used for a make-up day: The Employer when working on highway ! mmd road work may have the option to schedule the work week for his paving crew only 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 overtime rate. If the Employer elects to work from Monday through Thursday and is stopped dote 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 0 her Early (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 day. All work over ten (10)hours in a day or forty �._ (40)hours in a week shall be at the overtime rate of one and one-half(1'h) times the regular hourly rate. The regular work day shall be either eight(8) or ten(10)hours. I.f a job can't work forty(40)hours Monday through Friday because of inclement weather or other conditions beyond the control of the Employer,Friday or Saturday may be worked as a.rnal:e-up day at straight time (if working 4-10's). Saturday maybe worked as a make-up day at straight time(if working 5-8's). Make-up days shall not be utilized for days lost from holidays. Except as worked w a make-up day,time on Saturday shall be worked at one and one-half(I%2)times the regular rate. Work performed on Sunday shall be paid at two(2)times the regular rate. Work gerfomed on recognized -- holidays or days observed as such, shall also be paid at the double(2) time rate Wpm. NO. 8: Means eight (8) hours shall constitute a regular workday, Monday through Friday. Time and one-half (1%2) shall be paid for work performed in excess of eight (8) hours on any regular workday. An Employer may have the option to, schedule his work from Monday through Thursday at ten (10) hours per day at the straight ._Lime rate of pay oith all hours in excess of ten (10) hours in any one day to be at the applicable overtime rate % 'rne and one-half(11/2). If an Employer elects to work from Monday through 'Thursday and is stopped due to --icnclerYicnt weather(rain,snow- sleet falling)he shall have the option to work Friday at the straight time rate of pay to complete his forty(40)hours. However, should a holiday occur,Monday through Thursday, the Employer shall have the option to work Friday at the straight time rate of pay to complete his forty(40)hours. Time and one-half - (11h) shall be paid for work, performed on Saturdays. Double (2) time shall be paid for work performed on Sundays and recognized holidays, _7 NO. 9: Means eight (€t) 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(11/2)rate. Work maybe scheduled on a four (4) days a week (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 tirne is lost due to inclement weather. All work over ten (10) hours a day or over forty (40) hours a week must be paid at time and one-half(I%). If an ? Employer has started they work week on a five-day, eight-hours a day schedule, and due to inclement weather ' misses any time, there he may switch to a nine or ten hours a day schedule, at straight tim e for the remainder of -; that workweek in order to make up the lost time(10-hour make-up day). All work performed on Saturday shall be paid at time and one-half(1%), Double (2) time shall be paid for all time worked on Sundays an d recognized holidays. In such instances where a recognized holiday is observed during the work week, it shatl be counted as i eight (8)hours towards a forty(40)hour work week,then all work performed over and above thirty-two(32)hours in that week would be paid at the rate of time &one-half(1'/2). r' 1 i w h�yo:sMs ARTtUAL WAGE ORDER ISO. S 3qe � J t OVE MIRM RATE SCHEDULE - HEAVY CONSTRUCTION NO. 10: Means the regular work week shall consist of five 8-hour days, Monday through Friday. The Employes,may have the option to schedule his work week from Monday through Thursday at ten(10)hours per day at the,strai0it time ra!tc 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 Monday through Thursday and is stopped due to inclement weather(rahn,snow, sleet falling),the Employer shall have the option to work Friday at the straight time rate of pay to complete his forty(40) hours. All necessary overtime and work performed on Saturday,shall be paid at time and one-half(I l=)the hourly rate. Work performed on Sundays and Holidays shall be paid at dog ble(2)the hourly rate. NO. 1I t Meads the regular, work day shall consist of eight(8) hours that shall begin between the hours of 7:00 am.and 8:00 am., Monday through Friday. The Employer may schedule his work week from Monday through r "Chico-4ay 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 Employer elects to work from Monday through Thursday and is stopped due to inclement weather, (rain, snow, sleet falling) he shall have the option to work Friday at the straight time rate of pay to complete his forty(40)hours. Tvne and one-half(1 f:) shall be paid for all overture hours worked during the week, Monday through Friday, and for all work performed on Saturday. y Double tirrae shalt be paid-for all time worked on Sunday and recognized holidays. O. 12: Means a regular work week shall consist of not more than forty(40)hours of work and all work performed over and above ten(10)hours per da ►and forty 40 hours per week shall be t P S , ( ) p paid at the rate of time one-half(I%). Workers shall receive time and one-half(I Y2) for all work performed on recognized holidays. c 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(P/2). NO. 13: Means that time and one-half(I%) shall be paid for the first two(2) hours overtime Monday through ,z 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(1%s)time the regular rate of wages for all hours worked in excess of eight(8)hours per day of a work week which is to begin on Monday. Time and oiue-half'(1'/.,) shall be paid for Saturday work. Double(2) time shall be paid for all Sundays and recognized holidays. NO. I5: Means the regular workk week shall consist of five(5) days,Monday through Friday,beginning at 8:00 a.m.and exuding at 4:30 p.m. All overtime work performed on.Monday through Saturday shall be paid at time and one-half(1!a)the hourly rate. All work performed on Sundays and holidays shall be paid at double(2)the hourly rate. J NO*16: Means eight(8)hours:shall constitute the regular work day,between the hours of 6:30 a.m. and 5:30 I-a . in a five 5 day work week of Monday through Friday except when the employer elects to work for 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 "t 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 work week. However should a holiday occur,Monday through Thursday,the employer shall have the option to work Friday at the straight time rate of pay to complete the(40)hours. Time and one-half(1,M)shall be paid for work performed in excess of eight(8)hours in an 8- '�' hoitar workweek day,or in excess often 10-hours in a 10-hour workday, 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. - Z .J bvynt•IWS ANNUAL WAGE ORDER NO. 5 3198 , A�cef�'l'oR�t�w�fr�erwu•.aasiaivw�amaw�v,.���.,.....�___-- ------ —----- ._ — - 3 OVERTINS RATE SCHEDULE HEAVY CONSTRUCTION 1 NO. 17: McAns eight (8)hours shall constitute the regular work day and forty(40) hours a work week, Monday 1 ugh Friday. The Employer shall establish the starting time between 6:30 a.m. and 9:00 a.m. Time and one- (1%)shall be.paid after eight(8)consecutive hours worked after the established starting time and for hours work.od before the established starting time. Time and one-half(1'/2) shall be paid for work performed on 1 Saturdays. Work performed on Sundays and Holidays shall be paid at the double(2)time rate of pay. The Employer when working on Highway and Road Work may have the option to schedule the work week for his paving crew only 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 overtime rate of time and one-half If the Employer elects to work from Monday through Thursday and is stopped due to inclement weather (rain, snow, :Meet falling), the Empl6yer shall have the option to work Friday at the straight time rate of pay to complete the forty(40)hours. F NO. 18: Means a regular work week shall consist of not more than forty(40)hours of work 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%2). Workmen shall receive time and one-half(1'/2) for all work performed on Sundays and 1 holidays. A.work day is jo 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 worle, in which event,the starting time may be delayed,but not later than 12:00 noon. NO. 19: Means the standard work day shall consist of eight (8)hours of work scheduled between 7:00 a.m. and 5:00 p.m. from Monday to Friday, inclusive. All hours worked in excess of eight(8)hours per day,forty(40) hours per week, Monday through Saturday shall be paid at the time and one-half(I%) rate of regular hourly 4 rate,except as provided elsewhere. All work performed on Sundays and recognized holidays shall be paid at else rate of two(2)times the regular hourly rate. The employer has the option of working four(4)ten(10)hour —­`days,with Friday and Saturday m a make-up day due to weather related loss of time. On the four-ten schedule, _ the rate of tinge and one-h.3if(1%a)the regular hourly rate will be paid on all hours over ten(10)per day and over forty(40)per week, all work performed on Sundays and recognized holidays shall be paid at two (2)times the regular hourly rate. MAKE-UP DAY: In the event the contractor is unable to work forty(40)hours in a work week due to inclement weather, Saturday may be used as a make-up day. All make-up hours worked on _1 Saturday(up 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. ' 1 NO.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 Monday to Friday,inclusive. The work week shall be forty(40)hours,Monday through Friday. Any work in excess of forty(40)hours in one week shall be paid at the applicable overtime rate. At the Employer's option _j the woYk can consist of five(5) eight(8)hour days or four(4)ten hour days. In case of bad weather,or jequipment breakdown,l:riday may be used as a make-up day if four tens are being worked. If five eights are Y� 17effig wonted,Saturday may be used as a make-up day. If the Employer works five eight hour days, all time ; 1 —' over'eight hours in one day will be paid at the overtime rate. Time and one-half (I%2) shall be paid for the first } two(2)howl 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) hours on Saturday. All work in excess of ten (10)hours i regular work day and ten (10)hours on Saturday and all work performed on Sunday and recognized holidays shall be double (2)time. , 3/98 'hVYoLaws ANNUAL WAGE ORDER NO. 5 I QUDAY RATE SCHEDULE-HEAVY CONSTRUCTION I Tito. 1: All work performed on New Year's Day, Decoration Day, Fourth of July, Labor Day, Veterans Day,Thanksgiving Day, and Christmas Day shall be paid at the double time rata of pay. When any of these holidays fall on Sunday, the Monday following shall be observed as such -' holiday. ! No. 2: All work performed on New Year's Day, Decoration Day (Memorial Day), Independence Day (Fourth of July), Labor Day, 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. No work shall be ' performed on Labor Day except to save life or property. Where one of the holidays specified falls j or is observed during the work week,then all work performed over and above thirty-two (32)hours I --± in that week shall be paid at the rate of time and one-half(1'/a). i No. 3: The following days are recognized as holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a -,� Sunday,it shall be observed on the following Monday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. j When a holiday falls during the normal work week,Monday through Friday, it shall be counted as eight(S)hours toward the forty(40)hour week;however,no reimbursement for this eight(E)hoTars 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%:) the regular rate of pay for such work. No. 4: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, or days observed as such, shall be paid at the double time rate of pay. When a holiday fails on a Sunday,Monday shall be observed. ' No.5: All work,performed on New Year's Day,Decoration Day(Memorial Day),Independence Da (Fourth of Jul Labor Day,Thanksgiving Day,Christmas Day,or days observed as sue >' -art shall be paid at the rate of double(2)time. When a holiday falls on a Saturday,Friday shall be observed. When a holiday falls on a Sunday,Monday shall be observed. No work shall be performed on Labor except to save life or property. Where one of the holidays specified falls or is observed during the work week,then all work performed over and above thirty-two(32)hours in pp 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, holiday'occurs on Saturday, it shall not be observed on either the previous Friday or the following Monday. Such days shall be a regular workday. If such a holiday occurs on Sunday, it shall be ' observed on the following Monday. No work shall be performed on Labor Day. ,.� Hor, y aws ANNUAL WAGE ORDER NO. S 398 Vivaov�mvaas.°�raa�aiY0�1F�.SI�I�lOYOIf7E�lIOY sn�erwrwari- _ _ _mow--..u�.,..._...._.—_____._._____ ...• ... ... , i HOLIDAY RATE SCHED►IJLE-HEAVY CONSTRUCTION -'' loo. 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 work shall be done on Christmas Day, Fourth of i July or Labor Day. When any of the above holidays fall on Sunday,the following Monday sharp be `-?M observed as such holiday. If a holiday falls on Saturday, it shall not be considered to be observed on the previous Friday or following Monday. Such days shall be regular workdays. 1 r jNO. 8: All work, performed on New Year's Day, Decoration Day, Fourth of July, Labor Day, i 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 be observed as such holiday. NO. 9: All work done on New Year's Day, Decoration Day, July 4", Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Whenever any such holidays fall on a Sunday,the following Monday shall be observed as a holiday. NO. 10: All work done an New Y'ear's Day,Memorial Day,Fourth of July, Labor Day,Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. When a - i holiday occurs on Saturday it 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. t -J NO. 11: Means all work performed on New Year's Day, Memorial Day, Fourth of July, Labor f Day,veteran's Day, Thanksgiving Day,Clu-istmas Day,and any additional holidays which may be s 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. NO. 12: All work performed on New Year's Day,Decoration Day,Independence Day,Labor Day, ' Thanksgiving Day, wid Christmas Day, or days observed as such, shall be paid at the rate of time -, and one-half(11/2). No work shall be performed on Labor Day, except in case of}eopardy to life or property. This rule is applied to protect Labor Day. When one of the above holidays falls on a Saturday,the preceding Friday shall be observed;when the holiday falls on a Sunday,-the following j 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 at the rate of time and one-half (1%s). N®. 13: All work performed on recognized holidays' shall be paid at the double (2) time rate of ,r pay. No work shall be performed on Labor Day except to save life or property. The following .. lolidays shape observed: New Year's Day,Memorial Day,Fourth of July,Labor Day,Veteran's Day, to be observed November 11 (or a mutually agreed date of the Friday after Thanksgiving if by other crafts working on project), Thanksgiving Day and Christmas Day. An y.holiday a greed which occurs on a Sunday shall be observed the following Monday. Ho��hvyAws ANNUAL WAGE ORDER NO. 5 3/98 ! r a s< 16`�3�:izmir+winnzw'varar�s�f�fiSNiil�'15��■frRPAb�7R��lfloTherirta�Yi�rr�ol — - 'acBu�wraiw.nennn.��'���...�..._.�_ '.r: „�. IDE CTRIQ IS These rates are to be used in the following counties: j s i y Ad , ra air Audiri,Boone,Callaway, Camden,Carter,Chariton,Clark,Cade,Cooper,Crawford, a Dent,Franklin,Gasconade,Howard,Howell,Iron,Jefferson,Knox,Lewis,Lincoln,Linn, ). . Va�n, arias,M anon,Miller,luoniteau,Monroe,Montgomery,Morgan, Osage, � s Peary,Phelps,Pike,Pulaski,Putnam,Ralls,Randolph,Reynolds,Ripley, St. Charles, St.Francois,St. Louis City, St. Louis County, Ste. Genevieve, Schuyler, Scotland, Shannon, ' Shelby,Sullivaaajexas,Warren,and Washington y � � __.;. COM AERCIAL WORK j 0 c cupational Title Effective Basic 'Total l Date of Hourly Fringe Increase Rate Benefits ' *Journeyman Lineman 9/98 $24.42 $2.00+41% s *Lineinan Operator 9/98 $21.87 $2.00+41% ! r -` *Groundrman 9/98 $17.31 $2.00+41% JF ! U'TILITY WORK :. : `''► Occupational Title Effective Basic 'Total i i 1 .z, Date of . Hourly Fringe Increase Rate . Benefits ' ' Journeyman Lineman 9/98 $23.99 $2.00+35% *Lineman Operator 9/98 $20.70 $2.00+35% *Groundman 9/98 $16.02 $2.00+35% 1, OVEII.ma.RA'T'E: Eight(8)hours shall constitute a work day between the hours of 7:00 a:m. and 4:30 p.m. Forty(40)hours within five(5)days,Monday through Friday inclusive,shall constitute the work week. Work performed in the 9th and 10th hour,Monday through Friday, 1 shall be paid at tune and one-half(I%)the regular straight time rate of pay. Contractor has the 1 # : option to pay two(2)hours per day at the time and one-half(I%)the regular straight time rate of pay.b, etween the hours of 6:00 am. and 5:30 •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 Yea's Day,Memorial Day,Fourth of July, Labor.Day,Veteran's Day,Thanksgiving Day,.Christmas Day,or days celebrated as such,shall ' be p'aid at the double time rate of pay: When one of the foregoing holidays falls on Sunday, it shall be icelebFated on the following Monday. Y a *Annual Incremental Increase t ANNUAL WAGE ORDER NO. 5 9x98 { l �.i7i zf 7.7 7 5 t s X41• ...iti .,.., . ... .. _ .. ,'1,, .:,, / .i,f ,. . . , I II .,,. - __,_.: _ ..._.___ _.. _._.._. _ _ , i I 1.L ,. a ', } I, ;, ': 1 0r��ral Decision Number M0980001 i t! , sv £. ! ,�f 4 '£ rerseded general Decision. No. M0970001 { I I 1 Sate: Nei r� ur,i .� ff -1 I C�nstzuction� �'ype: I 11 asi H �/X .1. HIGHWAY —�. y . a : 'a Goun,ty f iPi�) : t 11 �lv 11 ( 1,. �,� t ... - 11 � Hm , AND HI TAY CONSTRUCTION .PROJECTS I 1. , 17,i ! . Mcici;ification .Number Publication Aare E .z d :: J 0 02/13/1998 rq,r i ,:l 04/03/'1998 J E t 2 ', Os/22/1998 r!11 ,k", "', 06/OS/7.998 06/12/3.998 . ` f i 07/10/1998 „ , ,. . 6 08/07/1998 0 /11/1998 „o,,.: . u,; ,� 10/23/1998 11 I " , _1 �ti,t , . i - , 1 i L .,11 6 ,11 1 .. Y i( ' y 1.t 1L t, r }t .Z $y x r�vt S t (f.,.i Ar !1) f, it t �r t - I , ! a l`Le F r�4 i I a t V S �5,"`S t: Fr�f r„`F�ra ' ,`.t i St t ! .1, ALL i _ a� f i �f .E (jt fj ti=r tTi ..t{ ! } f r L L F x d f '� t4itlt' .tt�t ��{. .; N �t t .. ' LFr, a: Ef , t i ,' q,r df.� F - r i 'PAII,I � } rt�i : ga '� ! ' t! Q t 4 F ;F 1 r t q . r a t :..y .. }F. .t.: Fa jt{.:1 . !!'tt „ I,-', T r- f 7 1 'FJ l:f ( 1 L? 1 d l d .rl tlYJ, .. «S4 i _ J 1 '.F . 7Y41rj ' i .t4 t i tf' .,1�'• y a t ' .. '. I , L t io/z /1998 ,{ r 'i� l a�, !� . M0980001` - .l , :;1.11 r ,�f; t i d �^i 1- ", t; t a 3:' 1 1 L 7., ,' ..1.11 11 y d §t7 � °9 ci l� 1G,C� rr...�..���."; !t 'v�t ' ti 7. ,n aw+,c.r t .1 r t ..-.;,. e ._„ .. x ."."'r^ l�'� i(ll,is . i}a��` �: Goa 11,yt "SY X�j ti "' t,. { rr(s5 X�t x 1 �t'� as _ ! iC 4 a �t e ii,t irr .f r,r' d <t r s i't 4t 4'y�' ��Lr��T,ji et ,, e ° t f .f t ' t.> 1':' � q t 1 it1 ( Y 4{`R -, .. 888 yyii ! t '' 1 } y 3."11 t V , )1.. " 544. ,"'SI.Si-�4""�x'rx">jlti •� s3 3� i t i j�. i .h. ai ' V :' r l' .. .. r-.,. ... _ , i . f CQmiTY Ues) STATEWIDE` t. � CARP0007M 04/01/1998 ,. Rates Fringes CAS: .f Richards-Gebauer AFB ONLY , CLAY, JACKSON, lPLA'.TTR_AI D RAY COUNTIES CARPENTERS � PILEDRIVERS 21 50 ---------------------------------------- -------------- --- --a---- - C".ARPOOo8C 05/09/1995 1 Rates Fringes , T � LOUIS COUNTY AND CITY <; 1 ( CAR PIMTERS 23 .19 4.77 _� _-_____----____.._____...___ Tom; C 0011A 05/01/1997 Rates Fringes CARPEN'Y RS & L�ILEDRIVERS ' FFERS+C N �iND ST. CHARLES Cf�UNTIES 23 .19 4,. 60 ,k FRANlt,3N COUNTY 21.0 8 4 .6 0 2108 4 .60 .r WARDEN COQ . !! 1 LINCOLN COUNTY 20.69 4 6 0 f ! PIKE, ST. F LWCOIS, AND WASHINGTON } < t COUNTIES 19.74 4. 60 f, BUCHANAN, C,ASqS, CLINTON, JOHNSON AND LAFA.YETTE COUNTIES 18.78 4 .00 &CHISON, ANDREW, BATES, CALDWELL, ' CARROLL, DAVIESS, DEKALBI GENTRY, C;RT3NDY, I ,f1RTSON, HENRY, HOLT, , ; LI.VINGSTON, MERCER, NODAWAY, ST. �{ CLAIR, SALINE AND WORTH COUNTIES 18.13 4 .00 " CAMDEN, CEDAR,,CHRISTIAN, DADE, DALLA..S, 'DOUGLAS,GREENE, HICKORY, LA.CLEDE, Pot&,:; STONE, T E VERNON, s WF�E`gR,: ,ANp, WRIGHT COUNTIES 17.88 4 .00 k C A.WFORD, ,.DF N f, GASCONADE, ,,IRON, ' M ILES, MONTGOMERY, <PHELPS, ` MAI?-ISON, 6+d,r r JC IJ13Rf Ski:i '.:] .G+moms, Si7lfL+JL�ONI ,•*+v.• S 'coUa � ES 9.03 3 .a0 { -TEXAS l fj r r 1 U]GR1 IN, :BO()NE, COOPER, AND HOWARD COUNTIES,, " BEi '+DN', 'MORGAN AND' PETTIS COUNTIES 19.18 4 .a0. s Ff, UEf/iIS',;' I�lN, AND RALLS COUNTIES 20.48 4.90 COhE,' MILLER, MONITEAU, . , AND OSAC3E COUNT 20.48 4 .80 ` � RiC,' .TTOX, PUTNAM, SCHUYLER, AND 5 4 7 R,vAIR . S�:CIT`Ia` SULLIVAN COUNTIES 20.48 4 .80 !. } . •l. ' CItI`o' , ',,L3�fN, MA,COP?, MONROE, t E M0980001 - 2 10/2 /1998 4 "tli•,Y,yl'^wrxY.,\4 M M .''.. yw.w.u,... pv+ ,. . :. ._..., .....:e .. ... t ��', 4t,. k"� tt`i•.-�"+1 5 .zJ 3 r, t a ;. t .. .. . r �M,r: '.i i bbbbbb x ••,,,,++ ?j �t z r'i 1` 1 i PH, AND SHELBY COUNTIES 20.48 4 .80, CAPE GIRARDEAU, iOLLINGER, BUTLER, DUNIMIN, MISSISSIPPI, NEW MADRID, PEMISCOT, PERRY, STE. GENEVIEVE, STODDARD AND WAYNE COUNTIES 20. 65 3 .70 SCOTT 'CARTER, HOWELL, OREGON AND R LEY COUNTIES 19 .78 3 .70 IP -- --------------------------------------------------------------- CARP0311H 08/01/1998 Rates F. ringes BARRY, BARTON, JASPER, LAWRENCE, MCDONALD AND NEWTON COUNTIES CARPENTERS: Carpenters and Lathers 15.32 5.00 millwrights and Piliedrivers 15.57 5.00, ---------------------------------------------------- FZEC0001B 06/01/1998 Rates Fringes -R, BUTLER, CARTER, DUNKLIN, BOULINGE CAPE GIRARDEAU, FRAMMIN, IRON, JEFFERSON, LINCOLN, MADISON, MISSISSXPPT, N�nf MADR D, , PEMISCOT, PERRY, REYNOLDS, RIPLEY, ST. CAARLES, ST. FRANCQISF %ODDARD, ST. LOUIS (City and County) , STE. GENEVIEVE', SCOTT, S1 WARRM, WASHINGTON AND WAYNE COUNTIES 24.65 13-30 ----------------------------------------------------------------- ELECO002D 09/01/1998 Rates Fringes ADAIR AUDRAIN, BOONE, CALLAWAY, CAMDEN, CARTER, CHARITON, MARK, COLE, COOPER, CRAWFORD, DENT, FRANKLIN, GRSCOMADE, HOWARD, MIS, LINCON LINN, MACON, HOWELL, IRON, JEFFERSON, 1010X, 1, MARION, MILLER, MONITEAU, , MONROE, MONTGOMERY, MORGAN, OREGON, OSAGE, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, IRALL.S., RAIsWLPH, REYNOLDS, RIPLEY, ST. 01ARLES, ST. FRANCOIS, ST.; 1;� ' LOUISI(Cityand County) , STE. GENEVIEVE, SCHUYLER, SCOTLAND, SHWHON, SHELBY, SULLIVAN, TEXAS, WARREN AND WASHINGTON COUNTIES. CONSTRUCTION: Lineman Cable Splicer 24.42 41% + 2.00 Equipment Operator 87. 41 t + 2.00 G oundim r an Winch Driver . 17.9,7 41V, + 2.00 , 41% -�: 2-00 � --- :-.-Groundman Groundman Driver 17.31 ---------------------------------------------------------------- ELECO053F .' 09/01/1996 Fringes Rates t; BXrES BENTON, CARROLL, CASS, CLAY, HENRY, JACKSON, JOHNSON LAFAYETTE* ' PETTIS, PLATTE, RAY, AND SALINE: COUNTIES. LIM CONSTRUCTION: Lineman. 24.46 �M0980001 3 10/23/1998 zA L,aneman Operator 22 .84 7.50 is "` `` GrQUr�dman Powderman 17. 12 6.11 Groundman 16 .27 5. 91 J ' ANDREW, ATCHINSON, BARRY, BARTON, BUCHANAN, CALDWELL, CEDAR, CHRISTIAN CLINTON, DADE, DALLAS, DAVIESS, DE KALB, DOUGLAS, GENTRY, GREENE, GRUNDY, HARRISON, HICKORY, HOLT, JASPER, LA.CLEDE, LAWRENCE, LIVINGSTON, McDONALD, MERCER, NEWTON, NODAWAY, OZARK,. POLK, ST. CIJ� IR, STONE, TANEY, VERNON, WEBSTER, WORTH, AND j ^, WRIGHT COUNTIES. LINE CONSTRUCTION: Lineman, 23 .53 7.66 j Linehan Operator 22 .36 7.37 ' Groundman Powderman 16.45 5.95 Groundman 15.22 5.65 ; .. ---------- •— f. E =0950 06/01/19,97 Rates Fringes BARRY, BARTON, CEDAR, CRAWFORD, DADE, JASPER, LAWRENCE, 'MCDONALD, t ` NEWTON, ST CLAIR, AND VERNON COUNTIES ' ELECMI CIANS Electricians 16.81 3.73+8% y~ Cable Splicers 17.16 3.73+9t j -----•---------------------------------------------•-------------- .• EIZC01241 08/31/1998 { Rates Fringes c 7 85+1A ELEM:RICtANS 24.06 ---------------------------------------------------------------- ELECO2S7C 03/01/1995 l Rates Fringes ai AUDRAIN (Except, Cuivre Township) , BOONE, CALLAWAY, CAMDEN, MMITON, COLT, CRAWFORD, DENT, GASCONADE, HOWARD, MARIES, i MILLER, MONITEAU, OSAGE, PHELPS AND PJUMLPH COUNTIES: Electricians 18.68 4.95+11k Qable Splicers 18 93 4-95+13%_- f ---------------------------------------------------- g , , E�EC035OE 12/01/1997 { Rates Fringes. ! r 1. ADASl2, AUDRAIN (East of Highway 19) , CLARK, KNOX, LEWIS, LINN, �'. MACM MhRION, MONROE, MONTGOMERY, PIKE, PUTNAM, RALLS, . SCHUYLER', A/ . CO'a �'LAND, SHELBY AND SULLIVAN COUNTIES j ELE C'TRICIANS 22.11 6.37 ———————————————•—-——————————————————————————————— —— '. ELECa�453D09/01/1997 r ' Rates Fringes iW �t 1 ;ISTIAN,• DALLAS, DOUGLAS, GREENE, HICKORY, OREGON, OZARK, 4U ' M0980001 - 4 10/23/1998. � i s 7v i a ff, , SHANNON, TEXAS, WEBSTER AND WRIGHT COUNTIES 18 .00 4 .22+9% t ELECTRICIANS P'ULASKI COUNTY ;;•, ; .. 'ELI�CTRICIA�+TS 19 .04 4 . 2 2+9% « HOWELL, LACLEDE, POLK, STONE ` AND TANEY COUI�`SIES FLECTRI CIANS 13 .75 3 .82+6% _ti-•------°-- ---------------------------------------------------- f ELEC0545D 06/01/1998 Rates Fringes BREW, P,t1CYANAN, CLINTON, DEKALB, ATCHISON, HOLT, MERCER, GENTRY, kU RISAN, DAVIESS, GRUNDY, WORTH, LIVINGSTON, NODAWAY, AND CALD'WFLL COUNTIES i E.L,ECTRICANS 21.72 2.35+19.5k -M1S _-----u-_-.---------------------------- ------------_----------- 1 1 ELEC0702D 09/04/1995 Rates Fringes BO ,I,INGER, 3UTLER, CAPE GIRARDEAU, DUNKLIN, MP,DISON, MISSISSIPPI, NEW MADRID, PEMISCOT, SCOTT, STODD.ARb AND WAYNE COUNTIES LINE CONSTRUCTION: 25.50 17%-+2.00 Lineman" Gxoundmian Equip tent Operator a 11 crawler type equipment 21.87 17%+2.00 -4. and larger) Groundman - Class A 15.45 17t+2 00 ^� -NGIO016A 05/01/1998 , Rates Fringes ._ ( ]BARP•X, BARTON, CAMDEN, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, -71 JASPER, LAWRENCE,, HICKORY, LACLEDE, MCDONALD, 'NEWTQN, OZARK, POLK, ST. CLAIR, STONE, T NEY, VERNON, WEBSTER AND � c ' WRIGHT COUNTIES 4 POWER EQUIPMENT OPERATORS i GROUP GROe 4.50 rs GROUP .2 18.52 G01UP 3 3.8.32 4 .50 ti I #' GROUP 4 16.27 4.501 , POWER EQUIPMENT OPERATORS CLASSIFICATIONS , j y ff , OROUp "1 Asphalt finishing machine & trench widening spreader; lant console operator; autograder; automatic slipforan Mauer; backhoe; blare operator - all types; boat operator sn M0980001 - 5 10/23/1998 azr 1 '.ball.wt.u.r...tr. :,�. '..:L.,..,-__...��.__......__................. ........:.... ..... _...... ., .. _.., ........ ..: .. ..._. ...... ... .. .. ._. ... ...... ... ..._ ._.- .... ..._....._.__ .._.._..-........_..__....__......_...._._.-.3__. -;'' � tow; bbilrs-2 ; central mix concrete plant operator; clamshell cp rato • cana:rete mixer paver; crane operator; derrick,or derrs.cBc ,�rucks; ditching machine; dozer operator; dragline operator , 'dredge booster pump; dredge engineman; dredge operator; ` •.' drill cat with compressor mounted on cat; drilling or boring : o machine rotary self-propelled; highloader; hoisting engine - 2 ;active drums; launch hammer wheel; locomotive operator; 4,, { standard cuage; mechanic and welders; mucking machine; off-road ''{ ! trucks- piledriver operator; pitman crane operator; push cat f ?y,c operator; quad trac; scoop operator - all types; shovel operator; l -; sideboom, cats; skimmer scoop operators; trenching machine i operratox; truck crane. i QsH�t�AP' 2: A-frame; asphalt hot-mix silo; asphalt plant. fireman t ? (d m ox boiler) ; asphalt plant man; asphalt plant man; asphalt pl t: mOixer operator; asphalt roller operator; backfiller operator; barber-greene loader; boat operator (bridges and dams) ; chip ,spreader; concrete mixer operator - skip loader; concrete ; j plant operator; concrete pump operator; crusher operator; ftedge oiler; elevating grader operator; fork lift; greaser-fleet; hoisting engine - 1; locomotive operator - narrow gauge; multiple compactor- ,pavement breaker; powerbioom - self-propelled; power ; shield; rooter; side discharge concrete spreader; slip form finishing machine; stumpcutter machine; throttle .man; tractor operator (aver SO h.p.) ; winch truck. ! 'GROUP 3: Boilers - 1; chip spreader (front man) ; churn drill Operator; clef plane operator; concrete naw operator (self- >` ro elled) ; curb finishing machine; distributor operator; fiuishixag machine operator; flex plane operator; float operator; ` foam grader operator; pugmill operator;, roller operator, other thaua high type asphalt; screening & washing plant operator; siphons & jets; sub-grading machine operator; spreader box � - o e�rat©r, self-propelled (not asphalt) ; tank car heater operator (combination boiler & booster) ; tractor operator (50 h.p. or less) ; Ulmac, Ulric or similar spreader; vibrating machine operator,' mot hand; QRQUPr 4- Grade checker; oiler; Oiler-Driver t � , HOURLY PM!IIUMSS: The following classifications shall receive $ .25 above GROUP 1 rate: Clae►tshclls - '3 yds. or over; Cranes -' Rigs or ,Piledrivers, l 7. 10 f t. of. boom or over (including j ib) ; Draglines 3 yds. or ,F aver. ' Ralsts each. additional active drum over 2 drums; 4. hove l s 3 .yds. or over; The following classifications shall receive $ .50 above GROUP 1 rate : Tan6ee scoop operator; Cranes :- Rigs or Piledrivers, 150 ft.: to 200 ft. of boom .(including jib) ; Tandem scoop: '" :: The:' �►ll�w ir�g classifications shall receive $ .75 above GROUP 1 rates z Cranes Rigs or Piledrivers, 200, f t. of boom or over ' (ir�cluding jib. ) . , -- ------------------------------------ j r ' t MO980001 6 10/23/1998 z r { t i :i t j ra W ; gGI:0161 65/01/1998 3 i Rates �iringes '���' '' ;,;,: + IBtIC0.Nl►f+I, CAS` (Except that part of the geographic boundaries ;M of t " Ric'hard-Gebaur Air Force Base) , : CLINTON AND LAFAYETTE rt COUNTIES ;. POWER EQUIPMENT OPERATORS ' GROUP X 19 .55 6 .55 GROUP 2 19.15 6 .55 GROUP 3 17. 15 6.55 1 t ' ANDREW, ATCHISON, BATES, BENTON, CALDWELL, CARROLL, CHARITON, { COOPER, DAVIESS, DEKALB, GENTRY, GRUNDY, HARRISON, HENRY, HOLT, g30%gARb, J0H1ySON, LINN, LIVINGSTON, MERCER, NODAWAY, PETTIS, SALINE, SDLLIVAN AND WORTH COUNTIES ; � POWM. EQUIPMENT OPERATORS GROUP 1 1,9.55 6.55 GROUP 2 19.15 6.55 GROW 3 17.1:5 6.55 !, ,t t ,$l POWER EQUIPMENT OPERATORS CLASSIFICATIONS a GROUP 1: Asphalt roller operator, finish; asphalt paver and { spreader; asphalt plant operator; auto grader or trimmer or ;r sub.- deer' backhoe; blade operator (all types) boilers - 2; 4 r booster puup on dredge; bulldozer operator; bearing machine (truck or crane mounted) ; clamshell operator; concrete mixer t paver; :con crete plant operator; concrete pump operator; crane , ' ' 1 operator; derrick or dex-rick 'trucks; ditching machine; dragline ''operator; dredge engineman; dredge operator; drill cat with compressor mounted (self-contained) or similar type self propelled rotary drill (not air tract) ; drilling or boring rnaichine (rotary-self-propelled) ; finishing• machine operator; ` gr.�aascx; high loader-fork' lift-skid loader (all types) hoisting engineer (2 active drums) locomotive operator 48ta dard guage) ; mechanics and welder, (field and plants`),; n.f: .• mucking machine operator; pile drive operator; pitman crane or truck (all types) ; push'cat; quad track; scraper operators ( (all'-types) ; shovel operator; sideboom cats; side discharge 1 spreader skimmer `scoop operators; slip form paver operator (CMI, k�R�� . klex; Coot co or equ al)'; la tourmeau rooter (all "tiller types) ; tow boait: operator; truck crane; wood and log chippers (all types) GROUP 2: A-frame truck operator;. articulated dump :truck; back fi1ler. operator;, boilers (1) ; .chip spreader; 'churn drill !. operator; compressor; concrete mixer operator, 'skip loader; ; coxncre e aacws (sel propelled) ; conveyor operator; crusher optexat'r' "distributor' operator; elevating grader operator; ' `? , fare: tractor (all attachments)',; fireman rig; float operator; fbri , ' graide"'.6perator; hoisting engine (one drum) ; maintenance operator; I!, multiple, gompactor; pavement breaker, self-propelled hydra-hammer or sira .lax type) ; paymill operator; power shield; pumps; roller " ? + l ¢ , M0980001 - 7 In/ /1:99s 4< f bS lJU 7��r#Y{ Y .R ri} S 11 F ."� 4 .. • .. I !14 Y 6 Y' lt l ��, ��`;t-+t�t t•,!Fy rE M1�� �i , ,:yr t. ;,°1{ _ t V � t , ���c I i operator .(With or without blades) ; screening and washing plant; � `'• "' self=prcdpe,lled street broom or sweeper siphons and jets; straw blower`; ;.situnip cutting machine; siphons and jets; tank car heater operator, (combination boiler and booster) ; welding machine; #. satin machine o erator (not hand held) ; welding machine. vib rF i GROUP 3 :g Oiler; oiler driver; mechanic. ,",` I10C3RTrY PREMIUMS: _1 THE FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($ .25) ABOVE ' } CROUP I RATE: Dragli.ne. operator - 3 yds. & over; shovel , 3 yds,, & aver; clamshell 3 yds. & over; Crane, rigs or = piledrivers, 100' of boom or over (incl. jib. ) , hoist - each additional active drum over 2 drums � THE FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($ .50) ABOVE GROUP 1 RATE: Tandem scoop operator; cram:, rigs or € ( piledrivers 150, to 200' of boom (incl. jib.) f TIDE FOLLOWING CLASSIFICATIONS SMALL RECEIVE ($ .75) ABOV19 GROUP 1 RATE: Crane rigs, or piledrivers 200 ft. of boom or. over . (including jib. ) --------- t E�L?OiIO1UIE 04/01/1998 i Rates Fringes S .(Richa.rds-Gebaur Air Force Base ONLY) . CLAY, JACKSON, `PLAN ` RAY COUNTIES POWER FQUfIPMENT OPERATORS: tZdCpP 1 20 .74 6.62 GROUP 2 19.70 6 .62 .. i GROUP 3 15.23 6.62 ax; GROUP 4 18 .58 6.62 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: asphalt roller operator, finish; asphalt- paver and spreader;, asphalt plant operator; auto grade;: or trimmer or, sub-grader; backhoe; blade operator (all types) ; boilers-2; {, ,booter dump on dredge; boring machine (truck or crane mounted) ;, bulldozer operator; clamshell operator; concrete cleaning ti dc�cors�tamin Lion machine operator; .co=ncrete mixer paver; oo+zi crete plant operator; concrete pump operator; crane operator; der r�. k 'or clerrick ,trucks; ditching machine; dragline operator; . engii�eman; dredge operator; drillaat with compressor mounted (self-contained) or similar ,type self propelled-rotary 7 ..: ot'..'air tract) ; drilling:: or boring machine, (rotary �� ; , p' self propelled) finishing machine operator; greaser; ,heavy o.c,uipmsn,t robotics 'operator/mechanic; horizontal, directional drill 'bperator; horizontal directional. drill locator; ' # x _loader-forklift . - skid loader (all ,types) ; hoisting engineer (2cacti.ve drums) locomotive operator. (standard guage) ; r p} hi ;Fdt� neaatter environmental maintenance mechanic;. mechanics and welders , �-..� (field. and''plants) ; mucking machine operator; piledrive operator, 1'pitman crane or boom truck (all types) ; " push cat; M0980001 - 8 10/23/1998 _Vi f�1' i f S• �m ra.. w r•--.— --.--•—• 1 WYE r•��ta�j�tits,i�.. , ,� i � . r .. quad-track; scraper operators (all types) ; : ~ sh6vel operator; side discharge spreader; sideboom cats; skimmer � _scoop ooexator; slip-farm paver (CNtI, FLEX, Gomaco or equal) ; la t-ourii"u rooter (all tiller types) ; tow boat operator; truck't � -- " crane; ultra high perssure waterjet cutting .tool system t Operator/mechanic; vacuum blasting machine operator/mechanic; �. ' wood and log chippers (all types)' f GROTJP 2: "A" Frame truck operator; articulated dump truck; sack filler operator; boilers (1) ; chip spreader; churn drill operator. ; concrete mixer operator, skip loader; concrete saws !' (self-propelled) ; conveyor operator; crusher operator; distributor- operator; elevating grader operator; farm tractor ' (all attachments) ; fireman rig; float operator; form grader operator; hoisting engine (1 drum) ; maintenance operator; multiple compactor; pavement breaker, self-propelled hydra- hamr (or similar type) ; power shield; paymill operator; pumps; siphons and jets; stump cutting machine; tank car heater operator (combination boiler and booster) ; compressor; "roller operator Oiith or without blades) -- screening and washing plant; self street broom or sweeper; straw blower; ' tank car heater operator (combination boiler and booster) ; vibrating machine operator (not hand held) GROUP 3 : Oilers -' GROUP 4 : Oiler Driver (All Types) FOOTNO'T`E HOURLY PRM4IUMS �I FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($.2S) ABO'D'E GROUP 3. RATE: Clamshells - 3 yd. capacity or over; Cranes. or rigs, 80 ft. ' of boom or over (including jib) ; Draglines, , 3 yd. capacity or over; Piledrivers 80 ft. of boom or over (including jib) ; s, . -jib Shovels & backhoe 3 yd capacity or over. {{ -.----------- ------------------------------------------------ l � I 7.. ENGI0513D 05/04,/1998 -�; Rates Fringes FRAMMIN, JEFFERSON, LINCOLN, ST CHARLES, AND WARREN COUNTIES r+; POWER EQUIPMENT OPERATORS: ` t :GROUP 1 22.77 GROUP 2 21.47 9.23 j r RO :3 18.47 _ 9 .23 ? r GROUP `4 21.02 9 .23 p, POWER EQUIPMENT ,OPERATORS CLASSIFICATIONS 3 1 , GROUP 1: Backhoe, Cable; Backhoe, Hydraulic (2 cu yds bucket and u3nder regardless. of attachment, one oiler for. 2 or ;,3, two oilers frar' 4 .through 6) ; iackhoe, Hydraulic over 2 cti yds; Cableway; §d' 4 ,0� '" Cxa�ne, ,Crawler or Truck; Crane, Hydraulic Truck or Cruiser �. mounted 16 tons and over; Crane Locomotive; crane with boom iholluding jib over 3.00 ft from pin to pin; Crane using rock M0980001 - 9 10/23/1998 03 � T i J Y' x , 7 :r f} 77. .flUan+..rY•+I..ur,:......:_.i..r..-+._.�.-w.+. ...._..:_.vn:—......._.•............. .......:._... ... .. .._. ..... .. .. .. .. ......_...... _....v......... ...._....._.................._a2........ sOck�:t too! Derrick, Steam; Derrick Ca' r and Derrick `Aoat; iraglixie, `�. cu yds sand over; Dredge; Gradall, Crawler or ti•re mounted, Locomotive, Gas, Steam & other powers; Pile Driver, Land gar` Floata.mg, Scoop, Skimmer; Shovel, Power (Electric, Gas, Steam { or, :Other ,powers) ; Shovel, Power (7 cu yds and over) ; Switch Boat; Whirl.ey; Air Tugger with air compressor; 'Anchor .Placing Barge, ; i Asphalt Spreaker; Athey Force Feeder Loader, self-propelled; ' Backf ill ins Machine; Boat Operator - Push Boat or Tow Boat (job 1.a:*te) ;. Boiler, High Pressure Breaking in Period; Boom Truck, _ Placing or Erecting; Boring Machine, Footing Foundation; sulifloat; Cherry Picker; Combination Concrete Hoist and Mixer (such as Mixermobile) ; Compressor, Two 125 CFM and under; Compressor, Two through Four over 125 CFM; Compressor when 1- i operator runs throttle; Concrete Breaker (Truck or Tractor fl mounted) ; Concrete Pump (such as Pumperete machine) ; Concrete Saw (self-propelled) ; Concrete Spreader; Conveyor, Large. (not selfpropelled) hoisting or moving brick and concrete into, or Jy into and on floor level, one or both; Crane, Cimbing (such as Linden) ; Crane, Hydraulic Rough 'Terrain, self-prc' el.led; Crane, ( : Hydraulic Truck or Cruiser mounted - wider 2.6 tons; Drilling +: machine - Self-powered, used for earth or rock drilling or boring (wagon drills and any hand drills obta:inik power from other" souc:es including concrete breakers, jackhammers and Barc:o I ecuip �net no engineer required) ; Elevating Grader; Engine Man, i' ' Dredge; Excavator or Powerbelt Machine; Finishing Machine, self- P.# -' propelled oscillating screed; Forklift; Generators, Two through ' Six" 30TiY or ;over; Grader, Road with power blade; Greaser; Highlift; Hoist, .Conerete and Brick (Brick cages or concrete { , `skips operating or on tower, Towermobile, or' similar equipment) ; Hoist; :Three or more drums in use; Hoist, Stack; Hydro-Hammer; Egad-A-Vat"o , hoisting brick or concrete; Loading Machine such as j 'Barber-Greene; Mechanic on job site GROt!P 2: Air Tugger with plant air; Boiler (for power or heating is ME ghe11 of building or temporary enclosures in connection with construction work) ; .Boiler, Temporary; Compressor, One over 125 � CFA+d; .Compressor, truck mounted; Conveyor, Large (not: ' self- ## { propelled)::,. Conveyor, Large (not self- P rop elled) moving brick f and concrete ' (distributing) on floor level.; Curb Finishing Machine; ' Ditch Paving Machine; Elevator (outside) ; Endless Chain. i Heist; ,Fireman (as required) ; Form Grader; Hoist, brie. Drum regerdl�ias of size .(except brick or concrete) ; Lad--A-Vator, other t hoistingt,,' Manlift; Mi.oer, Asphalt, over 8 cu ft capacity; Mixer, ". <: oneb�� ,capacity or less; Mixer, without side loader,° two: bag capacity r�r, more; Mixer, with side loader,` regardless of''size, z f ; n t. Paver; 'Mud Jack (where mud jack is used in conjenct, n with an-, r. opera ampreissor, tor shall be paid`$ .55 per' hour in ; addition to his basic hourly rate .for covering both operations)' Pug ki3 xl Operator; Pump, Sump —self,self,, powered, -automatic � con' ro 3la:t 'over 2n ; Scissor Lift . (used for„hoisting) Skid Steer l rr Loader;' Sweeper, Street; Tractor, small wheel type 50 HP and undei, with''grader blade and similar equipment; .Welding Machine, ., Giae '{aVer 400 amp; Winch, operating from truck GROW, '3 :.Boat operator - outboard motor, job site; Conveyors. (such``:es:: Can=Vay-it) regardless of how used; Elevator (inside) M09800.01 - 10 10/23/1998:: ..,. . t. I�try �� f ` I:.e rFrt�..4+�;n'ht�rh.,r�)i�a`�r�',�� f ii,4{x'.r..,t5.c,.,... •, . ., .. ' i� Heater ,operator, 2 through 6 ; Sweeper, Floor 4 a GROUP A : Crane type ' HOURLY PREMIUMS: Aac?shoe,, Hydraulic 2 cu yds or less without oiler - $2 .00; Crane, climbing (such as Linden) - $ . 50; Crane, Pile Driving and Extracting - $ .50; Crane with boom (including job) over 100 ft from pin to pin - $ .50 (add $ . 01 per foot to maximum of $2.00) ; Crane, using rock socket tool - $ . 50; Derrick, diesel, gas or electric hoisting material and erecting steel (150 ft or more above around) - $ . 50; Dragline, 7 cu yds and over - $ .50; Moist, Three or more chums in use - $ .50; Scoop, Tandem - $ .50,Shovel, Power - 7 cu yds and over - $ .50; Tractor, Tandem Crawler - $ .50; Tunnel, man assigned to work in tunnel or tunnel shaft - $ 50; Wrecking, when machines are working on second floor or higher - $ .50 -t ENG10513G 05/01/1998 Rates Fringes AI?PJR, AUDRAIN, BOLLINGER, BOONE, BUTLER, CALLAWAY, CAPE GIRARDEAU, CARTER, CLARK, COLE, CRAWFORD, DENT, DUNKLIN, GASS.SOMWE, IiOWELL, IRON, KNOX, LEWIS, MACON, MADISON, MARIES, MARION, MILLER, MISSISSIPPI, MONITEAU, MONROE, . MONTGOMERY, MORGM., NEW MADRID, OREGON, OSAGE, PEMISCOT, ?PERRY, PHELPS, PIKE, PUimm, PUTNAM, RALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. FRANCOIS, ,r STE. GF:NEVIEVE, SCHUYLER, SCOTLAND, SCOTT, SHA11VON, SHELBY, ;'. STODDARD, TEXAS, WASHINGTON, AND WAYNE COUNTIES POWER EQUIPMENT OPERATORS GROUP 1 19.20 9.20 GROUP 2 18.85 9.20 1 Cs'ROIFP 3 18.65 9.20 _... GROUP 4 15.00 9.20 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Asphalt finishing machine & trench widening spreader, asphalt. plant. console operator; autograder.; automatic slipform ;•paver;. back hoe; blade operator - all types; boat operator tow; boiler two; central mix concrete plant operator; clam shell opera or; concrete mixer paver; crane operator; derrick or 1 F'r derrick trucks;. ditching machine; dozer operator; dragline tvorator; dredge booster pump; dredge engineman; dredge operator; thrill cat with compressor mounted on cat; drilling or .boring machine rotary self.-propelled; hig h loader; hoisting engine 2 t t f l active drums; ""launchhamicaer wheel;. locomotive operator: standrad ty,t gge; mechanics and welders; mucking machine; piledriver operator; pitman crane operator; push cat operator; guad'-tract scoop operator; sideboom cats; skimmer scoop operator; trenching iF machine operator; truck crane, shovel operator. 4 •t� , GROUP 2: A-Frame; asphalt hot-mix silo; asphalt roller operator � aaq�halt plant fireman (drum or boiler) ; asphalt plant man; �. M0980001 - 11 10/23/1998 s , r' 1 l� }thtf it 1 4 i f�i9RRl fl law� »:•1✓r>a.���S�M1�16RiMM1TJRl��1fi/1RQ4trfl lllR�PLI��r�x�err�.w.r.�..n �.rar__. _ _ _ - _. _ .... •.. . �i.,,_. r� t . z4 asphalt .plant mixer operator; backfiller operator; `barber-greens loader''. boat operator (bridge & dams) ; chip spreader; concrete r Ff miker .operator skip loader; concrete plant operator; concrete pump operator; dredge oiler; elevating graded operator; fork lift; grease fleet; hoisting engine one; locomotive operator narrow gunge; multiple compactor; pavement breaker; powerbroom Yi, „ 'r self-=propelled; power shield; rooter; slip-form finishing ;. machine; stumpcutter machine; side discharge concrete spreader; throttleman; tractor operator (over 50 Yip) ; winch truck; asphalt ' roller operator; crusher operator. —°r $ ' GROUP 3 :' Spreader box operator, self.-propelled not asphalt; '`j tract©s operator (50 h.p. or less) ; boilers one; chip spreader (front man) ; churn drill operator; compressor over 105 CFM 2-3 ' games 4" over; 2-3 light plant 7.5 ItWA or any co bination thereof- clef plane operator; compressor maintenance operator 2 �at3 or 3; concrete saw- operator (self-propelled) ; curb finishing manc.in.e; . distributor operator; finishing machine operator; flex , t plane operator; float operator; fore grader .9pperator; pugmill �.; operator; riller operator other than high type asphalt; screening & washing plant operator; siphons & jetis; subgrading machine op Ator; . tank car heater (co'mbination boiler & booster) ; ulmac, � ulric or similar spreader; vibrating machine operator; i hydrobroom. GROW 4 : Oiler; grout machine; oiler driver.; compressor over '105 ; CFA one; conveyor operator one; maintenance operator; pump-. 4" & f .,. over one. s FOOTNOTE: i HOURLY PREMIUMS -�� FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($.25) ABOVE GROUP 1 f:... ?.TE: Crane with 3 yds. & over buckets; dragline operator 3 & over; shovel 3 yds. & over; piledrivers all types; ' clamshell 3 yds. & over; hoists each additional active drum r} over 2 drums; FOLLOWING CLASSIFICATION SMALL RECEIVE ($.50) :t ABOVE GROUP 1 RATE: Tandem scoop operator, crane, rigs over }t 10,, feet feet (incl. jib) .01 per foot. . -- --------------------------------------------------------- ENdI0513H 05/06/1998 Rates Fringed ii I OU IS CITY AND COUN1 7 „,_,t POWER EQUIPMENT OPERATORS GROUP 1 22.77 9 23 22.77 9.23 20.87 9.23 . GIROUR A 17.8 7 9,.2 3 a GROUP S. 17.41 9.23 ► POWER EQUIPMENT OPERATORS CLASSIFICATIONS : t,.CRP7UP 1 Backhoe, cable or hydraulic; cableway; crane,:j ! 98. M0980A01 - 12 10/23/19 b t 4t z � c 6,Wler or truck; crane, hydraulic truck or cruiser mounted 16 tons & oven; crane locomotive; derrick, ateam; derrick car &. derrick boat; dragline dredge; ! dall, :crawler or tire mounted; locomotive, gas, ateam & other powers; pile driver, land or floating; scoop, skimmer; shovel, power (steam, gas, electric, or other powers) ; switch boat; whirley. GROUP. 2: Air tugger w/air compressor; anchor.-placing Y }urge; asphalt spreader; athey force feeder loader (self- propelled) ; backfilling machine; backhoe-loader; boat j operator-push boat or tow boat (job site) ; boiler, r high pressure breaking in period; boom truck, placing +' or erecting; boring machine, footing foundation; bull- 1 ! float; cherry picker; combination concrete. hoist & i mixer (such as mixer mobile) ; compressor (when operator runs throttle) ; concrete breaker (truck or tractor ' tr�a mounted) ; concrete pump, such as pump-cre.te machine; concrete saw (self.-propelled) , concrete .spreader; con*vrsyor, large (not self-propelled) , hoisting or -, moving brick and concrete into, or into and on floor . '. level, one or both crane, hydraulic-rough terrain, self-propelled'; crane hydraulic-truck or cruiser { MOun.ted-under 16 tons; drilling machines, self-powered: �? us e' for earth or rock drilling or boring (wagon drills :.i and any hand drills obtaining power from other sources � f including concrete breakers, jackhammers and barco ~ + equipment-no engineer required) ; "elevatinq .grader- epgine-man, dredge; excavator or powerbelt machine; 'finishing machine, self-propelled 'oscillating screed; s �~ .'forklift; grader, road with power blade; . highlift; z gg" . slreaser; 'hoist, stack, Hydro-hammer; 'loading machine (such as barber-greene) ; machanic, on job site; mixer, " ,pipe wrapping machines; plant asphalt; plant, concrete producing or ready-mix job site; plant heating-job site; I Plant mixing-job site; plant power, generating-job site; p�xe�aps, .two through six self-powered over 2"; pumps, ; f { electric submersible, two through six, over 4"; quad- --:grade;roller, asphalt, to or aub- ade; scoop, tractor . ,j P p p drawn; spreader box; sub-grader;. ,tie tamper; tractor- f crawler, or wheel type with or without power unit, powe r take-offs and attachments regardless of size; ati trenching machine; tunnel boring machine; vibrating " v machine automatic, automatic propelled; welding machines Cgasoline or diesel) two through six; well drilling } ¢t�} machine ; °; 3 S,r. GRQL3p 3, Conveyor, large .(not self-propelled) ; : con ;, {, „yeybr, large (not self-propelled): moving brick and `concrete " 4 distributing) on floor level; mixer two or more mixers oaf , uf: one ,bag' capacity or less; air tugger .w/plant air; boiler, for power or heating,.on construction projects; Zo filer, temporary; compressor (mounted on truck; curb ftn' 116hing machine; ditch paving machine; elevator; endless chain hoist; form grader; hoist, one drum regardless of size; lad-a-vator; manlift; mixer, asphalt, ; `< ceder 8 cu. ft. capacity, without side loader, ,2' bag r M0980001 - 13 10/23/1998 j 14 Iy 1 Jt � tai,. ri". 'FA ++av�'r�Wb'ktv_.s'R'.`{�'tlf d{+bv'i�"n✓J�+�TM1A1 a-0.Nxtiwv .. ... r. .. u........ r .-.. ... .. ... 'S: t �1V4ti 1f TAT a L 3 ya'9fN �}' 3 u °{'tjiwit • : capIacity', or more; mixer, with side loader, regardless }1 of slip pug mill operator; pump, sump,-self-powered, J Litrimatar. controlled over 2" during use in connection I ``• with~construction work; sweeper, street; welding machine, 1 onelowe'r` 400 amp. ; winch operating from truck; scissor 1a t (used for hoisting) ; tractor, small wheel type 50 h.p. ` under with grader blade & similar equipment 'r GROUP 4 . , Boat operator-outboard motor (job site) ; ' s:onveyar (such as con-vay-it) regardless of how used; sweeper, floor GROUP 5: Oiler on dredge and on truck crane; crane with boom . (including jib) , over 100'from pin to pin (add 1 cent per foot tc� ?maximum of $2 .00) above basic rate for crane work in tunnel . cr gunnel shaft, $ 0.50 above base rate; mud jack where mud •ack .is used in con unction with an air compressor operator 71 ft five cent per�hour additional to his basic. rate for Ap i covering, both operations) I i HC� PREMIM S " 'Backhoe, hydraulic i 2.,cu; °yds. or under without oiler $2.00 } ane, :climbing {such as Linden) .50 +L' _. fs Crain, pile driving and extracting .50 w with boom (including jib) over , (from pin to pin) add $.01 { per f got to maximum of 4.00 Cra•�+e, wing rock socket tool .50 r' Derrick, diesel, gas or electric, hoisting.material and erecting steel or more above ground) .50 Aragline, 7 ..eu• yds. and over •50 } ±} Hoist, three (3) or more drums in use .SO �t S � s ; ' Scoop, tandem .50 j( Shovel, power Y 7 cu. gds. or more .50 . . Tractor, tandem crawler .50 ; 'Tuune.l, man assigned to work in tunnel .5 0 or, tunnel shaft.. Wrecksxig, when machine is working on s � i , second, floor or higher .50 � `r ------------------------------------------ --------------------------- -- -__-_ - ----------- ` IR 661OM .04/01/1998 Rates Fringes BUC:�RMTAN, .',CASS (Remainder. of County) , JOHNSON, and LAFAYETTE ". 1 F t f .;Count,Y.es t i , 20:.3A 8.78 IROI�SORIK'ERS ¢ P1NDREh1, 'ATCHISON, BARTON, BATES, BENTON, CALDWELL, CAMDEN, 1 ' N� C'ARROLL, :CEDER CHARITON, CHRISTIAN, CLINTON, COOPER, DARE, I�AVIESS, DE KALB, GENTRY, GREENS, GRUNDY, HARRISON, :,.HICKORY, HOLT, HOWARD, LACLEDE, LINN, LIVINGSTON, MERCER, M0980001 - 14 10/23/1998 �",P.'""""°'+`7w-� eeQ,xwww•sr1r,+,y +`at h :••1,:� . .,.: <>,v ._.....,. ... .. ... .. .. ..... ._� .. .:. �F `.R ftS'g4 � l+ .irr t ap i• iL�YI" �1'`aPII� � IOA'gf wow�wceiawnns�m�iedrtrrrnwrsu. l d.._. _ ,_ �:itu'.T r,', -; R41OIJITHAU, MORGAN, NODAWAY, PETTIS, POLK, PUTNAM, RANDOLPH, ST. � 1 ck v t - CYAIR ' SALINE, SULLIVAN, VERNON, WEBSTER, WRIGHT and WORTH Co ar ties; and portions of ADAIR, BOONE, MACON, MILLER, and RAI �GPH Counties t IRONWORKERS 17 .30 8 .78 -------------------- --------------------- ---------- ------ , IRON001OU 04/01/1998 Rates Fringes CTAY, JACKSON, PLATTE, RAY COUNTIES and that portion of CASS COUNTY lying within the boundaries of the military reservation known as " RICHARDS-GEBAUR AIR FORCE BASE ' a" IRONWORKERS 20.30 8.78 I --------------- --------------------------------------------- a. XRON0321C 06/01/1998 ► , ' Rates Fringes i =` Dt;IUGU S, HOWELL, OZARK AND TANEY COUNTIES ( IRONWOR.14 14.75 6.16 C ` E ---- ------------------------------------------------------ ---- * IRON0396D 10/07/1998 j Rates Fringes ST. LOUIS (City and County) , ST. CHARLES, JEFFE RSON, IRON, .. `: FRANYCLIN, LINCOLN, WARREN, WASHINGTON, ST. FRANCOIS, STE. GWTEVIEVE, and RE'YN'OLDS Counties; and portions of MADISON, PERRY, I BOLLINGER, WAYNE, and CARTER Counties ' q IRONWORKERS 22.61 9.90 , ---------------------------------------------------------..------- ' * .IRON0396I 10/07/1998 I ' Rates Fringes ADDRAIN, CALLAWAY, COLE, CRAWFORD, DENT, GASCONADE, MARIES, t MONTGOMERY, OSAGE, PHELPS, PIKE, PULASKI, TEXAS, and WRIGHT 1 Cejunties; and portions of CAMDEN, DOUGLAS, HOWELL, MILLER, 0, EGCN, BOONE, SHANNON, LACLEDE, MONROE, and RALLS Counties `t IYtOWARKERS 17.72 9.87 ' 1RO 0577F 0610111998' E i Frnges Rates 1 , J ADAIR, CLARK, KNOX, LEWIS, MACON,, MARTON, MONROE, RALLS, 3{s�+alt t SCs6XLER SCOTLAND ANY) SHELBY "COUNTIES I f e }` IRONWORKERS 17.45 8 .21 w 1„ 1 --------------- ------------------------------------------- -- u ' ' tQ 0 .84E, 06s I : ;. I 10111998 1 . it r t. M0980001 - 15 10/23/1998 to R y'r may!- :” s1 it t. ;t r! '! t .r5.� r ✓ .. . .. ' �im�l�Y�/uit�'iea�5rs�r�ar�..aa.�.e,.0 yam a.-��..'al...—.,.-.•,�..,—..��...,.. -- ,�..�...._..�.�_. �,_._ .. .. .,, t.> ,.<r. .. .!'��fr y wj Rates Fringes ; SARtY; 'JASPER, LAWRENCE, MCDOIJALD, NEWTON'AND STONE Counties IRZONWOR ERS 16.30 6 . 87 ---- --------------------------------•----------------------r E. t r IRON0782D 05/01/1998 ' Rates Fringes CAPE GIRARDEAU, MISSISSIPPI, NEW MADRID, SCOTT, tx STODDApj) ff C6U' n•tie,Q; and portions of BOLLINGER, BUTLER, CARTER, DUNKLIN, MADISON, PEMISCOT, PERRY, RIPLEY, and WAYNE Counties t , XRONVIORKERS: A1.1 Major River Work gAawa, Bridges) r >' ` Fojeots $20 Million ; or more 19.40 8. 81. All Other Work: Projects $1.5 million or more 17.55 7.77 s'F . Projects less than $1.5 million 16.67 7.77 d3 � ! a, — • .- ---w.---------------------r—r--r---r--rrrrr---r------r------- ' ! ' r' LAB00042C 03/02/1998 Rates Fringes ;ST: LOUIS (City and County) ' LABOPJBRS Plumber Laborers 21.15 5'.75 ; ------------------------------------------------------- "L+AB00042H 03/04/1998 Rates Fringes ST. LOUIS (City 'and County) � r LABCrRER,1131: # Laboiters, Flagperson 20.96 5.75 Wreaking 20.84 5.75 t Dynamiter, Powderman 21.46 5.75 -————r——r r r r r——————————————— —————.-———————— —————————— F }, LAB00424B 05/01/1998 Rates Fringes SIN COUNTY tt LAit3ORERS; ` GIFtOUP ti : 19:75 5 3'0 k „t CRrJUP 20.35 5 30-1 ' VSGFir�,C471N1Y CV4L' 1 i i. rt � r, r LA�L�F.ERS 19.80 5.30 GROUP:-2 2 0.4 0 . 5.30 �y M09800.01 - 16 10/23/1998 � lt . rfa � V ,A, ,r it r r '1, r rfi r t f t �HOf F�IRI�ArY�1�I�111C1111R•] f11i1617 9rr�.6ntas�rMt7nr�--'-e�yr'er;•ntrarsim»ss ` mv.—�-.�..-..�. 'i.: '�� t' _ .f :,7r: '` ,.... ,rt.. :.". 7p,✓, at..>'�il�r r ,Pr ADAIR# AUDRAIN, BOLLIIQGER, AOONE, SUTLER, CALLAWAY, CAPE ' CHMITON, CLARK COLE, COOPER, CRAWFORD, DENT, E GI�AI�UFAU, CARTER, DUNY.-LIN, GASCONADE, -HOWARD, HOWELL, IRON, KNOX, LEWIS, LINN, g MACON, MADISON, MARIES, MARION, MILLER., MISSISSIPPI, MONITEAU, 5 VAONROEy NEW MADRID, OREGON, OSAGE, PEMISCOT, PERRY, PHELPS, PIKE, ' PTJZ,ASYI, PUTNAM, RALLa R�INDOLPH, REYNOLDS, RIPLEY, ST. FRANCOIS, f STE. GEPTEVIEVE, SCHUYLER, SCOTLAND, SCOTT; SHANNON, SHELBY, 3 , :;TrJDT3ARD, SULLIVAN, TEXAS, WASHINGTON, AND WAYNE COUNTIES -, LABORERS GROUP 1 18.30 5 .30 d ' 18.90 5.30 I GROUP 2 j LINCOLN, MONTGOMERY AND WARREN COUNTIES LABORERS GROUP 1 18.55 5.30 GROUP. 2 19.15 5.30 j LABORERS CLASSIFICATIONS } ,rt 'GROUP 1. - General laborer-flagman, carpenter tenders; salamander �. ' Z:enders; Dump Marx; Ticket Takers; loading trucks under bins, ' h4 ers, and conveyors; trackman; cement handler; dump man on r . eah fill; geargie haggis man; material. batch hopper man; r , eprea�der on asphalt machine; material mixer man (except on k, 3: manholes) ; coffer dams; riprap pagers rock, block or brick;. scaffolds over ten feet not self supported from ground up; skip '...: . : � man on concrete paving; wire mesh setters on concrete paving; all work in connection with sewer, water, gas, gasoling, oil, _ . drainage pipe, conduit pipe, tile and duct lines and all other ' y pipe lines; power tool operator; all work in comzection with 5.� c hydraulic or general dredging operations; form setters, paddlers (graving only) ; straw .blower nozzleman; asphalt plant platform f{ Win; chuck tender; crusher feeder; men handling creosote ties or creosote materials; men working with an handling epoxy material; topper of standing trees; feeder man on wood, pulverizers, 'board =t wind willow mat weavers and cabelee tiers on river work; deck ~� hands; "pile dike and revetment work; all laborers working on }' underground tunnels less than 25 ft'. where compressed air, is not use d; abatement and pier .hole men working six (6) ft. or. more b�ielow ,ground; men working ,,in coffer dams for bridge piers and barco tamper; Jackson or an ot-h.er ,similar f v i . fdnting: iii: the river; Y r tatr� , hutting torch man;, liners, curb,` gutters, . ditch lines;,: hot mass is 'kettlemen; hot tar applicator; hand blade operator; mar+tar eery or brick or block manholes; rubbing concrete,' air tool fl : ,opera►tor under 65 lbs. ; . caulker and lead man; chain or concrete saw' uncYer 15 h.p. ; signal Gan; Guard rail and sign erectors. y ,a� GIt�3uP 2 Skilled laborers - Vibrator man; at raker; head i e'. layer on..sewer work; batterboard man on pipe and ditch work; clpff. scalers' working from bosun's chairs; scaffolds or platforms on .dms 'or power plants over 10 ft. high; air tool .operator over Y' M0980001 - 17 10/23/1998 Ott t2 7 � �MW+� .. , w.w+.atwr s,+.,as .t.. ,. •. ... '. }F`��f •�,.-0U;aria{; }4V{§ fa irl ' 1 , . . .. .. S1 I, l ' , 65 ,lbss: ; stringline man on concrete paving;. sandblast man; laser.# i,:beam man,* wagon drill; churn drill; air track drill and all other slmilar' type 'drills,, gunite nozzle man; pressure grout ,man; f, scre'edi'man on asphalt; concrete saw 15 h.p. and over; grade line cheoker stri man on electronic g grade control; manhole �• f sx bui•lde`r,; dynamite man; powder man; welder; tunnel man; k. waterbl,Aste r - 1000 psi or over; asbestos and/or hazardous waste ' removal and/or disposal ' -- ' ------------------------------------------------- --------- y LABOOS79F 05/01/1997 Rates Fringes ;:. .: BUCITARM, CASS AIM LAFAYETTE COUNTIES LABORED ' GROUP 1 15.63 5.30 GROUP 2 15.98 5.30 I 1 AMRM, ATCHISON, BARRY, BARTON, BATES, BE TON, CALDWELL, C.IP IDEN, CARROLJL. CEDAR, CHRISTIAN, CLINTON, 'DADE, . DALLA.s, DAvT SS, DE B, DOUGLAS, GREENE, GENTRY, GRUNDY, HARRISON, HENRY, ' HXCX RY, HOLT, JASPER, JOHNSON, LACLE�DE, LAWRENCE, LIVINGSTON, MCDONALD, MEMCER, MORG.AN, NEWTON, NODAWA:Y, OZARK, PE;TTIS, POLK, f ' ST. CLAIR, SALINE, STONE, TANEY, VERNON, WEBSTER, WORTH"AND WRIGHT COUNTIES. LABORERS + GROUP' 1 14 .48 5.05 GROUP 2 15 .03 5.05 � t ' ruUORERS CLASSIFICATIONS z ' GROUR I General . Laborers - "Carpenter tenders; salamander # t :tennders; loading trucks under bins; hoppers & conveyors; track mere. & all other general laborers; air tool operator; cement hand.ldr-bulk or sack; dump man.ion earth :fill; georgie bugg ie man;:, material batch hopper man; material mixer man .(except on '_j manholes) coffer dams; riprap pavers - rock, block or. brick; J ` sIgnal man; scaffolds over ten.,feet not self-supported from r gr.6urid ,up; skipman on concrete paving; wire mesh setters .on concrete paving; all work in connection with sewer, water, gas, {; gasoline, oil drainage pipe,'- conduit pipe, tile and duct lines and,all `other' pipe lines; power tool operator, all work in 'Y :connection with hydraulic or general 'dredging operations; t* uc1.dlers (paving only) straw blower nozzleman; asphalt lant c g 1'. P... P ff pI . form man; :chuck tender; crusher feeder; men handl,i.ng creosote # rr �' t tixes':'or creosote materials; men working with and handling `epoxy G' t �} ieterial or materials (where special protection is required) rubbing; concrete; topper of.� standing trees; batter board man `on ;pipe`;;and ditch work; feeder man on' ,wood pulverizers; beard and `nf - willow;mat, weavers and cable tiers on 'river work; deck hands; E, # pi]e; d`ike and revetment . work; all laborers working on underground tunnels.,,,less than 25_ feet where compressed air is not used abutment and pier hole men working six (6) feet .or more M0980001 18 10/23/1998 e �'°e•.� t�itpr�s..l,,: �5�crtp.+;�.1, p�br�yM. ..V�'_ .i - ._. , I I -� �aelow ground; men working in coffer dams for bridge pier, and =w;Y footings in the river; ditchliners; pressure groutmen; caulker; chain or concrete saw; cliffstalers working from scaffolds, ► v,, bosuns' chairs or platforms on dams or power plants over. (10) :f feet above ground; mortarmen on brick or block manholes; toxic l and hazardous waste work. " rRO 2 : Skilled Laborers - Head pipe layer on' sewer work; laser j beam man; Jackson or any other similar tamp; cutting torch man; form setters; liners and stringline men on concrete paving, curb, gu tters; hot mastic kettleman; hot tar applicator; sandblasting and gunite nozzlemen; air tool operator in tunnels; screed man ` } ors asphalt machine; asphalt raker; barco tamper; churn drills; _ aid track drills and all similar drills; vibrator man; stringline man for electronic grade control; manhole builders--brick or . .:� a. block; dynamite and powder men; grade checker. ... ..a, --------------------------------------- ..-_------------------- LABO0660H 03/02/1998 f Rates Fringes E S` '. anvaLES COuiZTY 1 �� t LABARERS: i GROUP 1 20.17 5'.3.7 GROUP 2 2 a.1'f 5.3 7 `I LABORERS C.LASSIIFICA.TIONS a. r o GROUP 1: General laborer.; carpenter tender; salamander tender; " dump man; ticket takers; flagman; loading trucks under bins, hoppers, and conveyors; track men; cement handler;. dump man on ; Lf earth fill; George buggie man; material batch hopper man; i ? spreader on asphalt machine; material mixer man (except on -x `{ manholes) ; coffer dams;_ riprap paver - rack, block, or brick; signal man; scaffolds over 10 ft not self-supported from ground up; skipman on concrete paving; wire mach setters on concrete paving; all work in connection with sewer, water, gas, { gasoline, oil, drainage pipe, conduit pipe, the and duct lines ' --? and! all other pipe lines; power tool oper�►tor; all work in Connection with hydraulic or general dredging operations; form I setters; paddlers (paving only) ; straw blower nozzleman; asphalt plant platform man; chuck tender; crusher feeder; men handling creosote tee or creosote,.materials; men working with i ! R and handling epoxy material; topper of standing trees; feeder r i.man on wood pulverizer;. board and w. 11ow mat weavers and cable y - fiver work- deck hands; pile dike .and •r{evetment work; tiers on r , all laborers working on underground tunnels less than 25 ft'; f . where compress ed air is not used; abutment and pier hole men ; working. 6 ft or more below ground; men working in coffer darns . for bridge piers and footings in the river; Earco tamper, °. Jacks�,n or any other similar tamp; cutting torch man; liners, hot mastic kettleman; hot tar curb,, gutters, ditchliners; applicator; hand blade operators; mortar men on brick or block I { manholes; rubbing concrete; air tool operator under 65 pounds; r caulker and lead man; chain saw under 15 hp; guard"rail and MO980001 - 19 10/23/1998 7 of ;r w _ »i e: NONE . !h t,r t 4,\ q.?Ln .erectors c"Roup Z: Vibrator man; asphalt raker; hand pipe layer on .sewer k; batterboard man on pipa and ditch work; cliff scalers };; � � . �YOi:' . I 'working from Bosun' s chairs, scaffolds or platforms on dams or , �'` peer plants over 10 ft high; air tool operator over 65 pounds; ' s •ixgline man on concrete paving etc. ; sand blast man; laser ?` kream man; wagon drill; churn drill; air track drill and all j other similar type drills; gunnite nozzle man; pressure grout 'i maxi, screed man on asphalt; concrete saw 15 hp and over; grade checker; stringline man on electronic grade control; manhole " builder; dynamite man; powder .man; welder; tunnel man; waterblaster - 1000 psi and over; asbestos and/or hazardous waste removal and or disposal; } , —— -——————————'--------- -----------------------------------------——— ———————————————————— ---�------------- LABO0663D 04/01/1998 Rates . Fringes : ` CLASS (Richards-Gebaur-Air Force Base 01SLY) MAY, JACKSON, PLATTE, l (, AND RAY COUNTIES t LABORERS: r G"FtO9JP 1 18.45 5:64 GItO 2 19.3 8 5.64 E. LABORERS OI,AaBTF�CAT1[OP1S M GROUP ,1: General laborers, Carpenter tenders, salamander tenders, loading trucks under bins, hopper's and conveyors, track en and all other general laborers, air tool operator, cement. i handler (bulk or sack) chain or concrete saw, deck.hands, dump Y 4 °w m an earth fill, Georgie Buggies man, material batch hopper man, scale man, material mixer man (except on manholes) , coffer darns, abutments and pier hole men working below ground, riprap pavers rock, black or brick, Signal man, scaffolds over .ten feet not self-supported from ground up, skipman on concrete paving, ware mesh 'setters on concrete paving, all work in connection with sewer, . . Water, gas, gasoling, oil, drainage pipe, conduit pipe, the and ; duct lines and all other pipelines, power, tool operator, all work ; , Zr , in connection with hydraulic or general dredging operations, farm t a«� ter helpers puddles' (paving only) straw blower nozzleman, ,.Asphalt plant platform man, chuck tender, crushex; .feeder, men h ndlir�g creosote ties. on crepspL•e materials, cnen working with. and ;1Qaiadling epoxy material or materials (where special„ is required) , tapper of standing trees, batter board` man can`, pipe and ditch ,work, feeder man .on wood pulverizers,, board ; acid 'Wi.l,3ow..,mat:. weavers and ably; tiers, on river work, deck hands, file: dike at�d revetment `work, all laborers -working„ an underground ty iejs less ,than:.25 feet, where compressed air is not used, . ' �abu�8ae-`nt.. and, pier hole men working six (6) feet or more below y L ; gr�c� nd, men working in coffer dams for bridge piers and footings `jr � en, , caulker and chain in the river, ditchliners, pressure groutm or,-concrete .saw, cliffscalers working from scaffolds, bosuns' chairs or platforms on dams or power plants over (10) feet shave ` M0980001' - 20 10/23/1998 j E ✓ }r{ affil° y`< r a 't :1' .«•,_'. W . r , mgrle�rs+wlm��ronaa+m�es�w�rc�ga� ■ A:. lr ,. ground, mortarmen on brick or block manholes, signal man. Rt?UP 2: Skilled Laborer - spreader or screed man on asphalt machine, asphalt raker, grade checker, vibrator man, concrete saw t". over 5 hp. , laser beam man, barco tamper, Jackson or f any other similar tamp, wagon driller, churn drills, air track drills and other similar drills, cutting torch man, form setters, liners and stringline men on concrete paving, curb, gutters and etc. , hot mastic kettleman, hot tar applicator, hand blade operators, mortar men on brick or block manholes, sand blasting and gunnite nozzle men, rubbing concrete, air tool operator in head pipe layer on sewer work, manhole builder (brick or tunnels, block) , dynamite and powder men. PAIN0002B 09/01/1996 Mates Fringes J CLARK, FRANKLIN, JEFFERSON, LEWIS, LINCOLN, LION, PIKE, RALLS, ST. CHARLES, ST. .•LOUIS (CITY & COUNTY) , AND wjxRREN COMES PAINTERS: ' Brush 19.60 6.66 i Spray 21.60 6.66 ' ---------------------- ,',�`_. .t -------------------------------------�'---'� ' `PAIN0003D 04/01/1997 tt Dates Fringes ,: .-,• }�PiTES, BEN'I'OIoT, CAY,aD�wELL, CAhMO�,L, CABS, :.CORY, CLINTON, COOPED, { ; I�. tFLISON, HENRY, JACKSON, JOHNSON, L. 'AYET'1'E, j 1�,�ib7LESS, GRUNDY, _. LXV XNGSTON, MEBt h, HONITEAU, MOR�GAN, PETTIS, PLATTE, RAY AND SALINE COUNTIES PAINTERS: Brush holler; Taper; Bazooka; mead Abatement 19.90 4.15 t : s paperhanger 2Q.40 4.15 E Storage Bin & Tanks " (Moller or Brush) ; Elevated Tanks (Roller l r or Brush) Stageman; Beltman; y Y; Bridgeman; Steelman; Sand Blast (Base) ; Elevator Shaft 20.65 4 .15 Sprayman 20.90 4.15 Sandblast (Bridge, Stage, Erected Steal and Storage ;Bin and Tanks) 21.40 . 4`.15 t k rE ti ;# Spzaycaan' ,(Storage Bin & Tanks, :Elevated Tanks) ; Stageman (Spray) ; j . Bridgeman (Spray) ; Steelman (Spray) 21.65 4 .15 fir, ' .Si eplejack (other than Elevated .59 4 .15 24 Tanks) Steeplejack -Spray or Sandblast 4 . 15 r � (other than. Elevated. Tanks) _--------- ---------- --- 25 59 ----------- � r � :. PAIN00958 05/01/1990 �•{{ Rates Fringes Y MO9$0001 - 21 10/23/199E3 y t (�y l < p I`MViil!!�Ml�ItIR ...t i ANDREW, A►TCHISON, BUCHANAN, DE KALB, GENTRY, HOLT, NODAWAY & i WORTH, COUNTIES II PA.3IttTER S: Frusrh & Roller 18 .50 4 .40 Sandblasters 19.50 4 .40 1 St6eple Jack 21.50 4 .40 i ----------------------------------------.------------------------ � .. PAIND203B 04/01/1998 Rates Fringes BARRY, BARTON, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, HICKORY, HOWELL, JASPER, LAWRENCE, MC-MONALID, NEWTON, OZARK, POLK, ST, CLAIR, STONE, TANEY, VERNON, WEBSTER and WRIGHT COUNTIES i PAINTERS,- Sandblasters & Hi.ghman (over 401 ) 17.18 3 .23 Painters 16.88 3 .23 Tapers 16.07 3 .21 ----------------------------------------------------------- -_ PXEN1185C 04/16/1997 Rates Fringes ! 'I ADAIR, AUDRAIN, BOONE, CALLAWAY, CHARIT"ON, COLE, GASCONADE, HOWARD, . Y.NOX, LINN, MACON, MON-ROE, MONTGOMERY, OSAGE, PUY"tZMi, RA3'MLYH, ..SCHUYLER, SCOTLAND, SHELBY AND SULLIVAN COUNTIES and the City of Booneville. PAINTERS: Brush, Roller, Paperhanger, j Taper, Structural Steel; Epoxy (Water Base OITLY) ; Stearn Removal o€ Wallpaper 16.25 1.00 Structural Steel Brush or ;I Roller; Epoxy Brush or Roller; Epoxy Structural Steel 16.75 1.00 M Spray, Structural Steel (Over 50' �f high) ; Sandblasting; � r F Epoxy Spray 17.25 ]. 00 i . Structural Steal Brush or ".RU1•ler (5.0' high) ; Stage , or Roller 18.25 1.00 Egraxy " Structural Steel .(50' {�} , high) ; epoxy Stake Structural ;r gt"eel t ` Y.r ,•.i.'.------------- — ----_--_—.—_--- -----------_--_— __—__—_. =f { PAIN3265C 07/01/1998 (y(( Z + Rates Fringes j r , CAMDEN, CRAWFORD, DENT,, ,L CLEDE, MARIES, MILLER, PHELPS, PULASKI . UM TEXAS. COUNTIES ;,. . PAINTERS: ! -Ws 9% h a' Roller 15. 90 6 .44 ; S� f' MQ980001 - 22 10/23/1998 , I� tT]�RliY1R�'i�1Rf,�►71 — I.ei�' _ J .rw ��_�_�--_. _. I : f. f ..a . 1 A1r. t Spray, Structural Steel, " Sandblasting and all Tank Wox'k 17.15 6 .4 4 ------ --- 18 .15 6 .44 Lead Abatement -- ---- ------ { PAIN1292B 07/01./1999 j Rates Fringes BOLLINGER, BUTLER, CAPE GIRARDEAU, CARTER, DUNICLIN, MISSISSIPPI, NEW MADRID, OREGON, PEMISCOT, PERRY, REYNOLDS, RIPLEY, SCOTT, I SHANNON, STODDARD and WAYNE COUNTIES HA PAINTERS: Commercial & Light Industrial 14:.55 4 .54 Heavy Industrial (Brush & Roller) 17.05 4 .54 , . Bridges (Brush, Roller & Spray) 22.00 4 .54 ! : Spray (Except Commercial) 15.70 4 .54 ' San dblasting,.& Waterblasting 19.00 4 .54 Pressure Washing 15.75, 4 .54 ` :{ _: �teight Rates (All Areas) : 50' to "75' per hour ($0 .75) # 75' to 150' per hour ($1.50). l _ 1501 and over (each .additional 50' .'.i add $.50 per hour) ----- ------------------------------------------------------ PAIN1292F 07/01/1998 j Rates Fringes IRON, . KhDISON, ST. FRANCOIS, STE. GENEVIEVE and WASHINGTON COUNTIES PAINTERS: Commercial and Light Industrial 16.65 4-54 '. ,. Heavy Industrial (Brush & Roller) 17.65 4 .54 Bridges (Brush, Roller & Spray) 22.00 4 .54 i Spray Painting (Except Commercial) 17.80 4 .54 ` I Sandblasting and Waterblasting 19.00 4.54 Pressure Washing 17,85 4.547 Lead Abatement 18.65 4.54 �= Height Plates (All Areas) : 50' to 751 per hour $0.75 +; 75' to 150 ' per 'hour 1.50 :i 1501 and over (each additonal 501. add $0.50 per hour) ---------°--------------------- -------- ------------------- t, PLA.S0368C 04/01/1995 ,) Rates Fringes BEPI'TON, ,CALLP.WAY, CAMDEN, COLE,, GASCONADE* HENRY, HICKORY, JOHNSON, Yi3RIES, MILDER, MONTGOY4ERY, MORGAN, OSAGE, PETTIS,, SALINE, & ST. 'GLAIR' COUNTIES CEMENT MASONS 17.56 ----- -------------.--------------------------------------- - ' ? r M0980001 - 23 10/23/1998 i p it -•*7,41 dcrw.re�tir.+^-tt...a..kwr.. , -•..a s w..a..tr „'! A' i s tihh 1� t2T u D,C' Crrj rt.r :r "1 t a' FLAS0518G 04/01/1998 Rates Fr inges CASS ::(Richaxds-Gebur AFB only) , CLAY, JACKSON, PLATTE AND RAY COUNTIES f CEMENT MASONS 19.16 6 .73 •� •J ---------------------------------------r------r PLA,S 05/01/1-9-98 __-r r r r r r r_r , f >i t ' --0518K �. Rates Fringes CALDWELL CARROLL CASS A..N'DI�.E�+l', ATCHISON, BUCHADTAN, BATES, , 4 . (Except Richards Gebaur AFB) CLAY, CLINTON, DAVIESS, DEKALB, , ' .GENTRY, GRUNDY, HARRISON, HOLT, JACKSON, LAFAYETTE, LIVINGSTON, MERCER, NODAWAY, PLATTE, RAY AND WORTH COUNTIES i CEMENT MASONS 19..95 5.23 1 :I ---------------------------------------------------------------- � { PIAAS0527A 05/07/1997 ! Rates Fringes a " ; JE FERSON, ST. CHARLES COUNTIES . - ' ` ST. LOUIS (City and County) -' O'ET .N'' MASONS 21.08 .08 w, FRANKLIN, LINCOLN, AND WARREN COUNTIES I tEMENT MASONS 19.91 8.08 _-_..---------------------------•-------------- ------------- Av -; PL LS0527D 06/01/1997 Rates Fringes -t C7AWFORD, DENT, IRON, MADISON, MARION, PHELPS, PIKE, PULASKI, I . RALLS, REYNOLDS, ST. FRANCOIS, STE. GENEVIEVE, SHANNON, TEXAS, : WASHINGTON COUNTIES -C-EMENTMASONS . 7.99. --------------------- r - - _. _------------ --------- PLAS0908A 05/01/1996 t Rates Fringes BOLLINGER, BUTLER, CXPE GIRARDEAU, CARTER°, DUNKLIN, MISSISSIPPI, --• NEW, MADRID, OREGON, PI;MISCOT-$' PERRY, RIPLEY, SCOTT STODDARDi,-, AND WAYriE COUNTIES f CIrMENT MASONS 16.15 --- ----------- -------------------------------- ------- Ph�R.S0908D 04/17/1995 s,= Fringes' . • Rates C, •"""' : I3ASaFtY, BARTON, CEDAR, .CHRISTIAN, DADE, DALLAS, DOUGLAS, t;REENE, HOT AELL, JASPER, LACLEDE, LAWRENCE, MCDONALD, NEWTON, { f� n� OEARK, POLK. ' STONE, TANEY, VERNON, WEBSTER, . AND WRIGHT COUNTIES t , ri t M0980001 24 10/23/199 Z ry 11•v': , _ 14L►�91t�IfiitlRfws�.a.w, ..�.—,... C '�_.__, '.�i,a; } t S f CEMENT MASONS ------------14-60---__1,4_60--------- __���___-__ ' ----------------- --- PLUM000SC 06/01/1997 Raves Fringes LASS, CLAY, JACKSON, JOHNSON, PLATTE COUNTIES PLUMBERS 24 .64 6.. 02 , ! BATES, BENTON, CARROLL, HENRY, LAFAYETTE, MORc3AN, PETTIS, RAY, ST. CrLAIR, SALINE, AND VERNON COUNTIES 'PLUMBERS 2? 2Q 6 . 02 --------- ---------------------�------------------------------------ ti a PLUM0035C 07/01/1998 Rates Fringes 4. CAMDEN, COLE, CRAWFORD, FRANKLIN, JEFFERSON, MARIES, MILLER, ;•, ONITEAU, OSAGE, PHELPS, PULASKI, ST. CRPiRIES, ST. LOUIS (City and County) , WARREN and WASHINGTON COUNTIES PLUMBERS 24.855 9 .27 ------------ -------------------------------------- ------------ { L` PLUM0045D 09/01/1998 Rates Fringes ANDREW, ATCHISON, BUCHANAN, CAS,DWELL,, CLINTON, DAVIESS, DEKALB, } ; Y HP►RRISON, HOLT, NODAWAY AND WORTH COUNTIES GERM Y, PLUMBERS & PIPEFITTERS----------------23_00_____------7_60------ ------------- i -- -a � Y�0178D 11/01/1997 PLU W' Rates Fringes i -� BARRY, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, HICKORY,. ` LACLEDE, LAWRENCE, POLYC, STONE, TANEY, WEBSTER, AND WRIGHT f. CAuN TIES P LUMBERS & PTPEFITTERS 19.94 5 .53 - -- ---- ------------ ------------------------ ------------------- PLUM0317B 07/01,/1995 Rates . Fringes... ;� { K BOONE, ,CALLAWAY, CObPER, HOWARD, AND RANDOLPH COUNTY (Southern..` t, 3 17 PLUMBERS & PIPEFITTERS-- 19.18 ------------ ---- -_----- ---------- ------------------- ( , PLUM0533E 06/01/1998 Rates Fringes ' LASS, CLAY, HENRYp HICKORY, JACKSON, BATES BENTON, CARROLL, JOHNSON, LAFAYETTE, MORGAN, PETTIS, PLATTE, RAY, SALINE, 1 ST. CLAIR AND VERNON COUNTIES M0980001 - 25 10/23/1998 a- -Jk - ----- -- - , I 1. .YtfVMw::r_,irwr:i{r+.�.u.«:,w«...+ .. .r...........a..._..»......_.».r....,...»....»......: .................. . .. .. ... .......... ... ......_ .. .. ,.. .. ..... ...,_. ............ ........ .. ..._....... ......».r.«�...» :...tea.. it.^i:i,,.."....tt.ft'e • ... ..........:. ... .. .. .. u PIPEFITTERS 24 . 83 8, . yy j � r v_ r r r r r r r r r r .1 SL`.4q.✓ : r r r r r r r r PLUM0562D 06/01/1998 Rates Fringes . P,DAIR, AUDRAIN, BOLLINGER, BUTLER, CAMDEN, CAPE GIRARDEAU, i CARTER, CHARITON, CLARK, COLE, CRAWFORD, DENT, DUNKLIN, FRANKLIN, GASCONADE, GRUNDY, HOWELL, IRON, JEFFERSON, KNOX, LEWIS, LINCOLN, LIMN, LIVINGSTON, MACON, MADISON, MARIES, MARION, MERCER, MILLER., MISSISSIPPI MONITEAU MONROE MONTGOMERY NEW "MADRID NORTHERN HALF" OF RANDOLPH, OREGON, OSAGE, PEMISCOTT, PERRY, PHELPS, PIKE, . N PULASKI, PUTNAM, RALLS, REYNOLDS, RIPLEY, ST. CHARLES, ST. z FRANCOIS, STE. GENEVIEVE, ST. LOUIS, SCHUYLER, SCOTLAND, SCOTT, z_ SHANNON, SHELBY, STODDARD, SULLIVAN, TEXAS, WARREN, WASHINGTON, AND WAYNE COUNTIES. � 1 � PIPEFITTERS 24 .75 10.78 (� ---------- -.----- --------------------------------:------ 1 r �r * PLUM0658B 07/01/1998 Rates Fringes {{! BARTON, JASPER, MCDONALD, AND NEWTON COUNTIES i :PLUMBERS & PIPEFITTERS 16.73 S 33 M0980001 - 1 TEAM0013H 05/01/1997 f Rates Fringes FRANKLIN, JEFFERSON, AND ST. CHARLES COUNTIES :.: TRUCK DRIVERS: { G'ROUP 1 26.04 GROUP 2 26.1.5 GROUP 3 26.19 ;:: :';, • GROUP 4 26.26 t - L'I'NCOLN AND WARREN COUNTIES : 2}{ TRT, = DRIVERS: ` GROUP 1 24.69 t�l , GROUP 2 4.80 GROUP -3 24.84 GROUP 4 24.91 0 t -AUDRA IN, ,.BOL'LINGER, :,BOONE, . CALLAWAY, CAPE GIRARDEAU, CARTER, COLE, CRAWFOR.D, DENT, GASCONADE' . IRON, ,MACON, , MADISON, MARIES, MARION,. MILLER, MISSISSIPPI, MONROE, MONTGOMERY, NEW MADRID,` OSAGE, PEMISCOT, PERRY, PHELPS, PIKE, PULASKI I RALLS, REYNOLDS, 9 `y ST..': .-FRANMIS, , STE. "GENEVIEVE, .SCOTT, SHANNON, SHELBY, STODDARD TEXAS, WASHINGTON, AND WAYNE COUNTIES } � .t $4 � TRUCK, DRIVERS I ` M0980001 - 26 10/23/1998 f. GROUP, I 18.S7 4 .4 0 GROUP :2 18..73 4 .40 GROUP 3 18.72 4 .40, GROUP 4 18.'84 4 .40 S , A:DAIR, BUTLER, CLARK, DUNKIN, HOWELL, KNOX LEWIS, OREGON, + , ` PUTNAM , RIPLEY, SCHUY'LER, AND SCOTLAND COUNTIES TRUCK DRIVERS: -, GROUP 1 17.84 4 .40 GROUP 2 18 .00 4 .40 i ,..... _ 1 GROUP 3 +; GROUP 4 17.9 9 4 .40 . 18.11 4 .40 J ,f TRUCK' DRIVERS CLASSIFICATIONS: a ' GROUP 1: Flat Bed Trucks, Single Axle; Station Wagons; Pickup Trucks; Material Trucks, Single 14x1e; Tani: Wagon, Single Axle s c'ROUP 2: - Agitator and Transit Mix Trucks tsROUP 3: Flat Bed Trucks, Tandem Axle; Articulated Dump + f Trucks; Material Trucks, Tandem Axle; Tank Wagon, } . Tandem Axle GROUP 4: Semi and/or Pole Trailers; Winch, Fork & Steel ,i Trucks; Distributor Drivers and Operators; Tank Wagon, � a Semi-Trailer; Insley Wagons, Dumpsters, Halm-Tracks, f' 3 Speedace, Euclids and other similar equipment; A-Frame �..r . and. Derrick Trucks; Float or Lots Boy TEAM0056A 05/01/1998 Rates Fringes BUCHA,NAN, CASS (Except Richards-Gebaur AFB) , JOHNSON, AND I"AYETT'E COUNTIES t TRUCK .DRIVERS: . E GROUP 1 20.13 4 .75 -- GROUP 2 20.24 4 .75 a. .. GROUP 3 20.28 4 .75 i GROUP 4 2 0.3 5 4 .75 t ANDREW; BAR:TON, BATES, BENTON, CALDWELL, CAMDEN, CARROLL0 1 CEDAR, . t c �` >;, Ck1ARITtaN, CHRISTIAN, CLINTON, COOPER,,, DADE, 'DALLA.S, DAVIESS', ' Jj --� DEIiALB, °DOUGLAS, GREENE, HENRY, HICKORY, HOWARD,_ JASPER, LACLEDE, _ LAWRENCE, LINT, LIVINGSTON, MONITEAU, MORGAN, NEWTON, PETTIS, Yet POLK, RANDOLPH, ST CIAAIR, . SALINE, :'VERNON, WEBSTER, AND WRIGH'T: . n %_ , TRUCK DRIVERS: GROUP 1 18 .92 4 .75 GROUP 2 a� 19.07 4 . 75 ; -t `GROUP 3' 19.08 4 . 75 1:; UP 4: 4 .75 7 � Ajj i, M0980001 27 10/23/1998 i� y�, f ` A $ }£3j `8„`F�z i .yt s r �i 1 is _ •..-"''!^�,r,�, c 'jz Ir t f 's t�rc'�t�i,}`�'y t .!fi j .fr,. a4 i .E' • .. , . .. ..'i.y , t i - ATCHISON# STARRY, GENTRY, , GRUNDY, HARRISON, HOLT, INICUONALA, MERCER, NODADWAY, OZARK, STONE, SULLIVAN,' TANEY AND WORTH :COUNTIES I TRUCK DRIVERS: ,'I GROUP 1 18. 19 4 .75 # ?' GROUP 2 18.34 4 . 75 4 , r GROUP 3 18 .35 4 . 75 I GROUP 4 18 .46 TRUCK DRIVER CLASSIFICATIONS GROUP 1: Flat bed trucks single axle; station wagons; pickup r trucks; material trucks single axle; tank wagons _ single axle. ' GROUP 2: Agitator Wand transit mix-trucks. * GROUP 3 : Flat bed trucks tandem axle; articulated dump trucks; p material trucks tandem axle; tank wagons tandem I axle. z GROUP 4: Semi and/or pole trailers; winch, fork & steel trucks; distributor drivers & operators; tank wagons semi- trailer; . insley wagons, dumpsters, half-tracks, # , ( speedace, euclids & other .similar equipment; 1 , A-frames and derrick trucks; float or low boy. --------------------------------------------------------- TEAM0245C 03/25/1996 Rates Fringes f 4 BARRY, BARTON, CAMDEN, CEDAR, CHRISTIAN, DALLAS, DENT, DOUGLAS, fI s GR.EENE, HICKORY, HOWELL, JASPER, LACLEDE, LAWRENCE, MCDONALD, --'' MILLER, NEWTON, OZARK, PHELPS, POLK, PULASKI, SHANNON, STONE, TANEY, TEXAS, VEF�.NON, WEBSTER AND WRIGHT COUNTIES fr, MUCK DRIVERS': .� Traffic Control .Service Driver 12 .30 3 .88+a PAID HOLIDAYS: New Year's Day, Decoration Day, July 4th, tk> < Labor Day, Thanksgiving Day,, Christcnas Day, Employee's birthday and 2 'personal days. ----------------------------------------------------- ---- - - TFMO.�'i41A 0 /01/1998 OF ,r Rates Fringes LASS (Richards-Gebaur AFB) , .CLAY, JACKSON, PLATTE, AND RAY n _ ' COUNTIES a"4 , - TRUCK DRIVERS GROUP 1 19 .86 6 :00 �4 19 .37 6 .00 , GROUP: 2 M0980001 - 28 10/23/1998 t 5 �»f,»w irlb; sy L><d�wvrr+i"'. r-.:..--.. _ •, ... ... ... ...... ,.. �°. , Yil GROUP 3 ie . a9 6 :00 r ' 1 r;: TRUCK DRIVERS CLASSIFICAT IONS welders, Field; A-Frame Low. Boy-Boom I GROUP 1 : Mechanics and Welde , Truck Driver. GROUP 2 : Articulated Dump Truck; Insley Wagons: Dump Trucks, -^ ters• Half-Tracks: Excavating, 5. cu yds and over; Dumps t' Speedace: Euclids & similar excavating equipment. Material ti-ucks, Tandem Two teams; Semi-Trailers; Winch trucks-Fork trucks; Distributor Drivers Tank Wagon and Operators; .Agitator and Transit Mix; Drivers, Tandem or Semi; One Team; Station Wagons; Pickup Trucks; Material Trucks, Single Axle; Tank { Wagon Drivers, Single Axle GROUP 3 : Oilers and Greasers - F'ie3d -----•------------ .----------------------------------•- �. TEA1Yi0541G 03/25/1998 Rates Fringes HENRY, ACKSON, JOHNSON, LAFAYETTE, PLATTE, !„ BATES, CASS, CLAX, ! AND RAY COUNTIES TRUCK DRIVERS: 2.13+a Traffic Control Service Driver 12.90 # a. PAID HOLIDAYS: �iifew Year's Day,.. Decoration Day. July 4th, t' Thanksgiving Day.. Christmas Day, Labor Day, er8onal days. Employee's birthday. and 2 p ,} --------------- ------------- --------------'----------------- - --- TE,AM0682D 05/01/1996 Rates Fringes ST LOUIS CITY AND COUNTY TRUCK DRIVERS: ( r 19.57 5.375+a GROUF 1 19.77 5..375+a'. GROUP 2 19.87 5.375+a GROUP 3 r ft ' t TRUCK DRIVERS CLASSIFICATIONS GROUP .l' - Pick-up trucks; .forklift, single axle flatbed ;,truck ; fob eite,'ambulance, and' trucks or trailers of a Mater level xs capacity of 11.99 cu. yds. or less capacit r , CROUP 2 - Trucks or trailers of a euclidse�slee ce and sim larcu } yds. up to 22 .0 cu yds. including P r equipment of same capacity and compressors 5 . �, t,,�i `• . i GROUP 3 - ..Trucks or trailers of a water level capacity of 22.0 cu:' yds & over including euclids, speedace & all floats, flatld E , r{ i. 10/23/1998 a . M0980.001 - 29 s f r. r i trailers, boom trucks, winch trucks, including small trailers, farm wagons tilt-top trsilers, field offices, tool trailers, i 'f' '� concrete` pumps, concrete conveyors & gasoline tank. trailers and ` truck mounted mobile concrete mixers FOOTNOTE FOR TRUCK DRIVERS: 1 a. PAID HOLIDAYS: Christmas Day, Independence Day, Labor Day, ; Memorial Day, Veterans Day, New Years Day, Thanksgiving Day PAID VACATION: 3 days paid vacation for 600 hours of service in any one contract year; 4 days paid vacation for 800 hours of service in any one contract year; 5 days paid ' J vacation for 1, 000 hours of services in any one contract years. I. t --------------------------------------------- - i . _,�.. ----------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. --------------- ---------..- ^-------- --------------------- t 4 � Unlisted classifications needed for work not included within f the scope of the classifications listed may be added after, award only as provided in the labor standards contract clauses I (29 CFR 5.5 (a) (1) (v) ) " 3:n the listing above, the "SU" designation means that rates ; listed under that identifier do not reflect collectively Liargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be ind ;. t prev ailing. j -� WAGE DETERMINATION APPEALS PROCESS n. �7; . t : 1. ) Has there been an initial decision in the matter? This can y an existing published wage determination i * a survey underlying a wage determination Al r *� a Wage and Hour Division letter setting forth a position on a wage determination matter � Po t5 * a conformance (additional "classification and rate) ruling On ,survey related matters, initial contact, including :requests ` for awmmaries 'of surveys, should'be with the Wage and Hour. Regional Office for -the area in which the survey was Conducted because those „Regional, Offices have responsibility for"the', Dav3.s-Ba6on survey program. If the response from this. initial '. contact is not satisfactory, then the process described in 2. ) and 3 . ) should.be followed. ci 1 b k J a r 4T 10/23/1998 M0980001 30 . tt {rq , z t Fit TES r •0 k.r S F r .. r W� h regard to any other matter not yet ripe for the formal ` rocess " described here, ' initial contact' �should be with the Branch of Construction Wage: Determinations. Write to: �.'r . Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. { �.� Washington, D. C. 20210 ~�! 2.) If the answer" to the question in 1. ) is yes, then an { ose affected by t interested party (th he action) can request { I. review and reconsideration from the Wage and Hour Administrator " ! (See 29 CPR Part- 1. 8 and 29 CFR Part ?) . Write to: Wage and Hour Administrator ' ! U.S. Department of Labor 200 Constitution Avenue, N. W. `1 ,e Washington, D. C. 20210 { The request should be hccompanied by a full statement ©f the-'aent os position and by any information (wage P ym interested party po ` c data project description, area practice material, etc. } that the ' regeetor considers relevant to the issue. 3 ,) If. the decision of the Administrator is" not favorable. " an eat directly to the ,Administrative Review interested pax yy may alp Appeals Hoard} . Write to: Board'` (forMe:r1 the Wa a App ' Rdministrative Review Board at f „�. U. S. Department of Labor z ` on Avenu 200 Constitutie, N. W. e s' Washington, D. C. 20210 4`, .l decisions by the Administrative" Review Board are final. ) END OF GENERAL f r , a\S i 4 ` r Y 1. 1 5 5 q i 4 1O/23/1998 M0980001 31 Cl%�t�s �u:}+.4.. \ .".' .� ....1—r � us^'.ww• 'x`vZei ��i�'�irY a•fit 7�� :�7dCd�t. !+' r r '�"""'" "" t } g G ! t r I { ir A ' y''�K'aY'*gT fix, if{•k Tla..r�W�.�...�..�r....... .r.._.......-.............__.V.........�.`...,......_..•_ ... ..._ ......... .... _. .... ....................nom_._.._... .._......,..«....5..... t P - AFlF1Al4�°IT OF C061�t�LIANC _PUBLIC WORMS CONTRI4CT. ; i . I, the undersigned, of lawful age,'first being duly swam, state to the best of my information and belief as follows: t 1. That I am employed as ' by 2. That was awarded a public works { contract for project No, STP-3112(502), Truman Boulevard Ian P rovements -Amazonas Drive to Country Club Drive, JCPW No. ; 32026. } 3. That I have read and am familiar with Section 290.290 RSMo (1993 $ i Sup.) an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the.State of Missouri. + .- 4. That has fully complied with the ' - provisions and requirements of Section 290.290 RS�+io (1993 Supp.) �. FURTHER AFFIANT SAYETH NAUGHT. ' AFFIANT i Subscribed and sworn to before me this day of } " NOTARY PUBLIC 9P f. ,v Wy Commission Expires: STATE,OF MISSOURI ) jr ii r rl cc n COUNTY OF ) { OdDber 26.1fl98 +; C-,\WPD00SIPR0JEC1ltruman contract specu.wpd " t 8MY T�Nloil9aw��uR�as�srrtrtrtramaarw"rs.�- .ei - _ - .. " i t(( i t fXi.;it. EXCESSIVE UNEMPLOYMENT EXCEPTION CERTIFICATION I, the undersigned, , of lawful age, j. first being duly sworn, state to the best of my information and belief as follows: i 1. That I am employed as , by i f 4 2. That was awarded a public works contract for Project No. STP-3.112(502), Truman Boulevard Improvements -Amazonas Drive to Country Club Drive,Project No. 7 JCPW No. 32025. ' 3. That I have read and am familiar with Section 290.290 RSMo (1993 Supp.) an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public _ works construction project in the State of Missouri. } 4. Although there is a period of excessive unemployment in the State of t Missouri, which requires the employment of only Missouri laborers and laborers from non-restrictive states on public works projects or Ilk ~' improvements, an exception applies as to the hiring of since no Missouri ,a - ' laborers or laborers from non-restrictive states are available or capable of performing FURTHER AFFIANT SAYETH NAUGHT. i � AFFIANT Subscribed and sworn to before me this_�day of 19 A!; NOTARY PUBLIC M ' Commission Expires: Y p , A ' APPROVED'BY• F� DIRECTOR OF PUBLIC WORKS, CITY OF JEFFERSON, MO {h K CAWPI1OCSTROJECTItruman contract$pecempd October 2s,1998 I' { � 1. r } F :A.CORD CERTIFICATE O - LIABILITY I V S U�AA N C E flPO NSC- 1 DATE(MM/DDMf) 12/15/98 9� PR04iYCEP. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ' ter-Dent & Company HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Box 1046 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. t� 'rer>aon City MO 65102-1046 a-none: 573-634-2122 Fax:573-638-7500 INSURERS AFFORDING COVERAGE YNSlIRED� INSURER A: General Casualty Insurance Don SchniedarA Excavating INSURER 8: 140 loyer-s Mutual Ins. Co..Company Inc. :NSURERC: 130q FaIrgrgundls Road INSURER D: Jefferson City MO 65109 _ INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTAND:h1G 1 ANY FIEOUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT T'0 ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIFS.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LiR_ TYPE OF INSURANCE POLICY NUMBER I POLICY AF xp �YA GENERAL DAT /DO/YY / L!diTS �— EACH OCCURRENCE S1000000 j A `{ CO►AMERCIAL GENERAL LIABILITY CCI O',15 5 S 31 10/10/98 10110199 FIRE DAMAGE(Any one fire) S 5 0 0 0 0 1 CLAIMS MADE t X J OCCUR MED EXP(Any one person) 5 5 0 0 0 PERSONAL&AOVINJURY $ 1000000 I GENERAL AGGREGATE $2000000 GEITL AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2000000 I _ POLICY X JEC LCC 1 AUTOMOOILE LIABILITY COMBINED SINGLE LIMIT 1 CBA0255831 10/10/98 10/10/99 $ 1000000 ,A X ANY AUTO (Ea accident) , ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per pe-5on) $ i X HIRED ALTTOS BODILY INJURY `X. NON-OWNED AUTOS (Per accident) S PROPERTY DAMAGE (Per accident) S GARAGE LIABILITY / ' AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN ACC $ AUTO ONLY: AGG 5 EXCESS LIABILITY EACH OCCURRENCE S 10 0 0 0 0 0 A X OCCUR E]CLAIMSMADE CCU0255831 10/10/98 10/10/99 AGGREGATE S1000000 S - DEDUCTIBLE S— X RETENTION $10000 S A'UFLKERS COMPE?MTION AND Y X TO LIMITS ER EAIPLOYERS'LU191LITY 506564 10/10/98 10110199 E.L.EACH ACCIDENT $1000000 E.L.DISEASE-EA EMPLOYE S 1000000 E.L.DISEASE-POLICY LIMIT,$ 1000000 OTHER 1 DESCRIPTION OF OPERATIONS/LOGATIONS/VEHICI.ES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project: Truman Boulevard Improvements, Amazonas Drive to Country Club Drive, Project: STP-3112 (502) i CERTIFICATE HOLDER N ADDITIONAL INSURED;INSURER LETTER: N CANCELLATION CJEFF-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING,INSURER WILL ENDEAVOR TO),SAIL 10 _ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FA'LURE TO DO SO SHALL City of Jefferson Department of Public works IMPOSE NO OBLIGATION OR LABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR 1 320 E. McCarty Street REPRESENTATIVES. Jefferson City MO 65101 EPRESENTATIVE ACOFir7 25-S(7197) Q' CORPORATION 19S1 �r F.. CONSTRUCTION CONTRACT i THIS CONTRACT, made and entered into this dray of - ' , 1996, . by and between Don Schnieders. Excavating Company, Inc. hereinafter called "Contractor", and the City of Jefferson, Missouri, a municipal corporation, hereinafter called "City". t WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies �i and for constructing the following City improvements: Project No,. STP-3112(502), Truman Boulevard Improvements -Amazonas Drive to Country Club Drive, JCPW No. 32026. NOW THEREFORE, the parties to this contract agree to the following: ' 1. Manner and time for Comnletion. The Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to 'f r perform,and to perform, said work at Contractor's own expense in accordance with the r ,: " contract documents and any applicable City ordinances and state and federal laws, within fo eve (a15) orkincJ days from the date Contractor is ordered to pr�,ceed, T .. which order shall be issued by the Director of Public Works within ten (10) days after �-� the date of this contract. 2. Prevailing Wages. All labor utilized in the construction of the aforementioned improvements shall be paid a wage of no less than the"prevailing hourly rate of wages" ==a for work of a similar character in this locality, as established by Department of Labor and. Industrial Relations of the State'of Missouri, and as established by the Federal Employment Standards of the Department of.Labor. Contractor.acknowledges that r Contractor knows the prevailing hourly rate of wages for this project because } Contractor has obtained the•prevailing hourly rate of wages from the contents of the t. current Annual Wage Order No.5,Section 026,Cole County,and General Decision � No.M0960001,in which the rate of wages is set forth. The Contractor further agrees that'Contractor viill keep an accurate record showing the names and occupations of all; " workmen employed in connection with the work to be performed under.the terms of this � co`ntracti. The record shall show the actual wages paid to the workmen in connection j p ' y with the work to be performed under the terms of this contract. A copy of the record 1 shall be;delivered to the Director of Public Works each week. In accordance with s Section 290:250 RSMo, Contractor shall forfeit to the City Ten Dollars($10.00)for each }; F, CAWPDOMPROJEC*ntruman contract s,Qecs.wpd December 10, 1998 ti C f¢YKro�..J3.P°✓NFMw4W�.cu`u,M M..,.r.v _ ......:... .-..,.. .. i.. n.... ... .... . ...... ...,, .,:r.•+�+ nA ✓'.fiYaN9.{t. -'Yfd. SC t 77—� P k1 f» J�G d i 4 i 4111 'i ' z N t workman employed, for each calendar day or portion thereof that the workman is p aid less than the stipulated rates for any work done under this contract, by the Contractor 4 " or any subcontractor under the Contractor. 3. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: (a) Workmen's Compensation Insurance for all of its employees to be j engaged in work under this contract. f (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 237, RSMo., and Contractor's Property Damage Insurance in an amount not less than $1,000,000 for all s _ claims arising out of a single accident or occurrence and $100,000 for any one person ' in a single accident or occurrence. ? r , (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) Owners Protective Liability Insurance -The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City 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 $100,000 ! ,t for any one person in a single accident or occurrence,except for those claims governed by the of the Missouri Workmen's Com p ensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground ' ,y? ' structures or by reason of blasting, explosion or collapse. ; ! r d (e) Subcontracts-In case any or all of this work is sublet,the Contractor shall require the Subcontractor to procure and maintain all insurance required in I Subparagraphs (a), (b), and (c).hereof and in like amounts. (f) Scope of lnsurancg and SDecial Hazard. The insurance required under SUb ara ra. hs b and c hereof shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from. � operations under this contract,whether such operations be by the insured or by anyone directly or indirectly employed by it,.and also against any special hazards which may fty r;, be encountered in the performance of this contract. Al CAWPDOCSWROJECTUruman contract spscs.wpd December 10,1896 1 d` tF t . 2 t' =rR.[F.i$'.i Ah 6 .'4-.,a':n{iw'Na,.Mn.a.r •erc,...r. . ... .. t ' iel��urL 4es.wst�er-arriQmoriee.�a.aa�wnpy. -- ,. ... r ". 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 the general public liability and property damage policy(or rider attached thereto) of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. 4. Contractor's Responsibility for Subcontractors_ It is further agreed that -� Contractor shall be as fully responsible to the City for the acts and omissions of its { subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. 5. Liquidated Damages. The Director of Public Works may deduct $1000 from any amount otherwise due under this contract for every calendar day the Contractor fails or refuses to prosecute the wrork,or any separable part thereof,with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without vault or negligence on Contractor's part or the part of its agents. I 6. Termination. The City reserves the right to terminate this contract by giving at least five (5) days prior written notice to the Contractor, without prejudice to any other rights or remedies of the City should the Contractor be adjudged a bankrupt, or if -`' Contractor should make a general assignment for the benefit of its creditors, or if a t ..� receiver should be appointed for Contractor or for any of its property, or if Contractor i should persistently or repeatedly refuse or fail to supply enough properly skilled ~- workmen or proper material, or if Contractor should refuse or fail to make prompt payment to any person supplying labor or materials for the work under the contract,, { i � persistently disregard instructions of the City or fail to observe or perform ay 4 provisions of the contract. 7. Clitv's RI, ht to Proceed. In the event this contract is terminated pursuant to Paragraph 6, then the City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. December CAWPDOCSTROJECT%truman contract specsDecember 10, 1998 t rt,i In any such case the City may take possession of, and utilize in completing the work, I appliances and structures as may be on the work site and are such materials, app Y , 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 _ ordinances, and state and federal laws. a 8. Indemnitx The Contractor agrees to defend, indemnify, and save the City - harmless from and against all claims, suits and actions of every description, brought against the City and from all damage and costs by reason or on account of any injuries or damages received or sustained by any person or persons, or their property, by Contractor, its servants, agents or subcontractors in the construction of said work, or f 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 pay for all labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. 10. Supplies. The Contractor is hereby authorized and directed to utilize the City's i. sales tax 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. �1 j _s 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 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 November 24, 1998 which are by reference made a part hereof. No partial payment to the Contractor shall operate as approval or acceptance of work done or materials. i furnished hereunder. The total amount of this contract shall not exceed Pour hundred fifteen thousand three hundred sixty eight and 45/100 Dollars $415,368.45). i.: 12. Contract Documents. The contract documents shall consist of the following: a. This Contract f. General Provisions b. Addenda g. Special Provisions -, C. Information for Bidders h. Technical Specifications - I d. Notice to Bidders L Drawings and/or sketches }: e. Signed Copy of Bid ' ' CAWPOOCSTROJEc ntruman contract specs,wpd December.10, 1998 } .rpprsa-.ai.�awr ate+ . . �/IA9P0�(11 . i c i i i., t This contract and the other documents enumerated in this paragraph, form the r Contract between the arties. These se documents are as fully a part of the contract as if attached hereto or repeated herein. : 1 ,_,.,, l 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. Notice_ All notices required to be in writing may be given by first class mail addressed to the Director of Public Works, City of Jefferson, 320 East McCarty, Jefferson City, Missouri 65101,and Contractor at 1307 Fairgrounds Road,Jefferson City, MO 65109. The date of delivery of any notice shall be the second full day after ! the day of its mailing. ? ` E . r 15. Jurisdiction. This agreement and every question arising hereunder shall be f : interpreted according to the laws and statutes of the State of Missouri. 16. I� TEIMiONY WISER OF,the parties have hereunto set their hands and seals this 'day of 19 9 CIT OF JEFFERSON, (MISSOURI Mayor .; APP VED FO A ST: t nselor C y Clerk CONTRACTOR ' I(v,{•'nx-""tea,► . Title: Vt ce Pretij deht- ATTEST: t , CAWPDOCSTROJEC ntri,man contract specs.wpd December 10, 193ti f r. v, 1 ; t. 2 .. .. ., U t z. i i Band #5941154 i PERFORMANCE PAYMENT ANN GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Don Schnieders Excavating company, Inc., 1307 Fairgrounds Road, Jefferson City, mo hereinafter,referred to as"Contractor"and Safeco Insurance canpany of America P.O. Box 461 , St. Louis, MO 63166-0461 a Corporation organized under the laws of the State of Washington and authorized to transact business in the State of rii ssouri as Surety, are held and firmly bound unto the City of Jefferson, Missouri _ - --- hereinafter referred to as"Owner" Four Hundred Fifteen Thousand Three Hundred in the penal sum of sixty Eight Dollars and 45/100 DOLLARS 415,368.45 ), 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, 'J l executors, administrators, successors, and assigns, jointly and severally by these presents. THE CONDITION OF TFIE FOREGOING OBLIGATION IS SUCH CH THAT; WHEREAS,the above bounded Contractor has on the da y c _ S !+ 19 , entered into a written contract with the aforesaid Owner for famishing ail l _ l materials, equipment, tools, superintendence, labor, and other facilities and x' ; accessories, for the construction of certain improvements as designated, defined and p` described in the said Contract and the Conditions thereof, and in accordance with the -a specifications and plans therefore; a copy of said Contract being attached hereto and made a part hereof: NOW THEREFORE, if the said Contractor shall and will, in all particulars,well duly and faithfully observe, perform and abide by each anti every covenant, condition, and part of:the said Contract, and the Conditions, Specifications, Flans, Prevailing Wage'Law and other Contract Documents thereto attached or by reference, made a part thereof, according to the true intent and.meaning in each case, and if said contractor shall } rr replace all defective'Parts and equipment for a period of six months after.acceptance i p ; f4 b`y the Owner, then this,obligation shall be and become null and Vold; otherwise it shall +, c C.eemain`in full force and'effect. C:IWPDOCSIPROJECTtruman contract simampd October 26,1958 t ' t F „ PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, ' ,... materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to be done, the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with interest as provided by law: PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract, or the work to be performed thereunder, or the specifications accompanying -, P , 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 { w contract, or to the work, or to the specifications: PROVIDED FURTHER, that if the said Contractor fails to pay the prevailing hourly rate } 1 of wages, as shown in the attached schedule, to any workman engaged in the construction of the improvements as designated, defined and described in the said ' contract, specifications and conditions thereof, the Surety.will pay the deficiency and I any penalty provided for by law which the contractor incurs b � y reason of(hisCts) actor omission, in any amount not exceeding the amount of this obligation together with interest as,provided by law: IN TESTIMONY WHEREOF,, the said Contractor has hereunto set his hand, and the said Surety has caused these presents to be executed in its name, and its corporate seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at -� Jefferson City, Missouri j M on this the 1 day of 19 Safeco Insurance Company of America Dori Schnieders Excavatin g C n Inc. _ .� SURETY COMPANY CONTRACTOR Y• BY-. (SEAL) BY� .yd (SEAL) ) (SEAL) BY (SEAL) Atto ey-in-fact (State Representative) Kris L. Bennett . (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) CAON Fq-gP$PROJEC ntruman contract spocs.wpd Oc w 26, it 4Lt)? V ` SAFECO INSURANCE COMPANY OF AMERICA 4 GENERAL.INSURANCE COMPANY OR AMERICA FIRST MAT'tONAL,INSURANCE COMPANY OR AMERICA HOME OFFICE, SAFECO PLAZA SEATTLE,WASNINCi7oti 96106 � i ACKNOWLEDGMENT BY SURETY f i STATE OF Missouri I SS. I County of Cola i } On this day of , before me personally apl Kris L» Bennett known to, tale to be the Attorney-in-Fact of SAFECO INSURANCE C(2MFANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA, FIRST NATIONAL INSURANCE COMPANY OF AMERICA or SAFECO NATIONAL INSURANCE COMPANY , the corporation t d that cxecuted the within instrument,and acknowledge;to me that such corporation executed the sane. IN WITNESS WHEREOF, I have heretuito srt my hand and fixed my official seal.at my office in the aforesaid County, the day and year in this mnific Lte first above wrimen. 1 Notary is in the State of Missouri ' #?!� (fWI) County oF O3tsye { JANET M. WARREN NOTARY PUSUC-NOTARY-SEAL STATE OF MiSSOURO COUNTY OF OU" lot J, 3 S•02301SAEF 6188 , Registered tndomuk of SAFECO t +)f I$ —^--- a^si-. �t. I MOM WTI" ' POWER SAFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA 93Ai2.1L■/Isw� SEATTLE, WASHINGTON 99165 ! '; 5 iir7�iPit"15V'Fd No. 5462 ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint I f �1 '�""N""CHARLES E. TRABUE; .JAMES J. LANUWEHR; CARL E. REYNOLDS; KRIS L . BENNETT; Jefferson ! City, its trua and lawful attorneys)-in-facts with full authority to execute on behalf of the company fidelity and surety bonds or undertakings *and other documents of a similar character issued by the company in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by, its regularly elected officers at its home „office. f IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents I } this 16 day of June 19 97 E l CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA: ; � i ui Article V. Section 13. - FIDELITY AND SURETY BONDS . . . the President, any Vice President, the Secretary, and any Assistant Vice 1 President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as ttarneys-in^fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and Char documents of similar character issued by the company in the course of its business . On any instrument making or evidencing Ouch appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on an bond or undertaking of the com Y evr. pant, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, hat the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 29, 1970. jOn any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, e signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." ,.t R. A Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA,, do hereby, certify that the foregoing extracts of the By-Laws and, of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are 9 uo and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. JN'WITNESS'WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation a: this day of 19 �i-13001EP 1i93 Registered trademark of SAFECO Corporation. :- II. S a< tt.; , . ,�, �:` i .. ._ .,.__,- _. _..4__.,_._..___ .._�._:..______._. ...... ,�__._...__., _...n.4. __ __ _._. x { . 'N Hsi,w u '. - .. 1 ' rI � _ _ .. I,. t . .. ' ilt •`irw ' �i I., , i 4}: ., , ..e '' .... .. .. .: „ I t ( I ..1, .. ir.. Ir ;1. t ii f I.$'t 1 1 ly,({{� .1 IfUlR4 FRTANT :URETY. BOND HYFORMAT ON , rt �� s MISSOURI o , 11— i 11 ' "' ... r SIIIIIIf t.:' a .E l Your tagernS to a profaonal rn�urx�ca �+aQ�t If ye�u taava specsfic "Ir t` ' a questions yaw S�.rety BQC4 Ou Y DIRECT TH M TO'YOUR AMY: . . i `i . ._� t � t I w•�1 . . 4'Y � ..i { i.' _ — . 1. i 1 If you try Ibemn to eontnt or,,cab m. hfornuWan from your agent, you �W ,cAmtact 1 � I f� SAC°# #e` gods®v�hg fraw &W �i e�rrter: , - rt Ft .ib If A�, 3Alct.Gr 6► a Consny of An�rrca . s 1 1, I � O.aer"ny of Anwicaa j tit ;„ �r:a4cxe �0 ,1any of Ams�rica �• /��ry,�� '4 t. i P.O, 6Cauc 46 t 1.I 11 1 S� L.o , IVIO 6�166 Ys I Telephonsc p 14) 966-0400 11 41. .. 'P f 44 !11 2Y !' ! + }Y n _ c i': . . ,{ t+ t r + , sa i�ppi +jIY I x a," , 4 1,�.J � � � � ' rr 11+b ; t tr1 ' t 7r a ';., 7 s r e s ! t . ' {+ / s r r l + i rat Y;111111 it 11 e i l J i I' +- a c ` �4 N.' �,.. �wt4 K r� M 1 J y 1 {. i yf 11 ' ;9' ' J u �.:'r �, fi'{ [. du Ss t Y1 r 0 L,t,i {:L wNb �r f iS P` r r I `s; { ' � , r , v I�, {t J' 11.h R ' r ,, {� i`.11 db pqH� ` 1 {H r 4$�!d; ti , k '}Rs -Jy .. 1.+i�, { �( .Y ' 1: ,I. , S i7951EP 9199 S R6glaterrd trademark o} SAFECO Corpurstion f rtrrF ,qN h "R2 ,p �+,ST1 a J' 4 a,L d 7 ' k t t` S i k 1 `! Y �k, 'A} ,}4 r 5 :IS R f t r .1 't 1S _ i t Y °. Si'!,jt 5 I t' a - t :i" -11 . �;�AC d+y . §� > ri J y y 1' '� t ' ., .., t ..% .w .rG`�u'J4try.•w �?' �,s.,,: 1 t r I I .t + I. r �# Y`ab, CE ERAL PROVISIONS FORWARD a. The following Articles GP-1 through GP-49 are"General Provisions of the Contract", modified as set forth in the Special Provisions. `y f ' GP4 CONTRACT DOCUMENTS ! It Is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders, General Provisions, Special Provisions, Bid, Contract, Performance and One Year Guarantee Bond, Specifications, other documents listed in the Table of Contents and bound in this Volume. Plans, all Addenda thereto Issued prior to the time of opening bids for the work, all of which are hereto attached, and other drawings, specifications, and engineering data which may be furnished by the Contractor and approved y; by the Owner,together with such additional drawings which may be fumished by the Engineer. � k °! -~ from time to time as are necessary to make clear and to define in greater detail the Intent of the specifications and drawings,are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary,and what is called for by any ' one shall be as binding as If called for by ail The intention of the Documents is to include the furnishing of all materials, labor, tools, equipment and supplies necessary for constructing ! complete and ready to use the work specified. Materials or work described In words which so ' applied have a well known technical ortrade 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 f copy of the Contractors bid as submitted,the Performance Bond properly executed,a Statutory, f' . 1 Bond where,required, and the contract agreement signed by both parties thereto. These executed contract documents shall be filed as follows: One (1)with the City Clerk of the City, of Jefferson ! ` One (1)with the Jefferson City Director of Public Works One (1)with the Contractor { i, t { GIP-2 DEFINITIONS t , 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 ,t herein given: t CAMDOMPROJECTUruman contract Mms.wpd October 26;19£8 � k 1v "Contract" " s"shall include all of the documents enumerated in Contract or. Contract Document ,. yWy J the previous article. "Owner", "City", or words "Party of the f=irst Part", shall mean the party entering into contract to secure performance of the work covered by this Contract and his or its duly authorized offlcem or agents. 3. "Contractor"or the words"Party of the Second Part"shall mean the party entering into ' contract for the erformance of the work covered by this contract and his duly p authorized agents or legal representatives. --- 4. "Subcontractors"shall mean and referto a corporation,partnership,orindividual having a direct contract with the Contractor, for performing work at the job site. 5. "Engineer shall mean the authorized representative of the Director of Public Works, � > , (i.e., the Engineering Supervisor). I f. "Construction Representative"shall mean the engineering or technical assistant duly authorized by the Engineer,limited to the particular duties entrusted to him or them as c subsequently set forth herein. ` 7. "mate of Award of Contract" or words equivalent thereto, shall mean the date upon x which the successful bidder's proposal is accepted by the City. j 4CO j & "Day"or"days",unless herein otherwise expressly defined,shall mean a calendar day or days of twenty-four hours each. 9. "The work"shall mean the work to be done and the equipment,supplies and materials to be furnished under this contract, unless some other meaning is indicated by the context. 10. "Plans" or "drawings" shall mean and Include all drawings which may have been " prepared by the,Engineer as a basis,for proposals, all drawings submitted by the successful bidder with,his proposal and by the Contractor to the City, if and when f y approved by the Engineer, and all drawings submitted by the pity to the Contractor during the progress of the work, as provided for herein. 1 r 11. Whenever in these contract documents the words ''"as directed", "as requlred", "as 4 permitted", "as allowed", or. words or. phrases of like import are used,`,it shall be ak t,f understood that the direction,requirement, permission; or allowance of the City and r Engineer is intended. { 12.1 Similarly the words "approved", "reasonable", "suitable", "acceptable", "propbrly", .� "satisfactory",orwords of like effect and import,unless otherwise particularly,specified herein,,shall mean approved, reasonable, suitable,.acceptable,proper or satisfactory 4"t ` in,the judgment of the City and Engineer. f <rr CAMDOCSWROJEC ntruman contract specs.wpd October 26,1M VR� �i, " A+1*"F• ,, ayx.MKVNaYxxy 2'«. ;.0 .w-.—.t rt { th m ng e I 13. Whenever ,any statement Is made In these Contract Docu ents contain,l ' expression 1t Is understood and agreed" or any expression of the 11W Import, such expression means the mutual understanding and agreement of the Contractor and the, city. 14. "Missouri Highway Specifications" shall mean the latest edition of the "Missouri Standard Specifications for Highway Construction"prepared by the Missouri Highway and Transportation Commission. 15. "Consultant" shall mean the firm, company, Individual, or its/his/her duly authorized representative(s)underseparate agreementwith the City of Jefferson that prepared the plans, specificabons, and other such documents for the work covered by this contract. A GP4 THE Cd N]LgACTOR It is understood and agreed that the Contractor, has by careful examination saflsfled himself egro as to the nature and location of the work,the conformation of th und,the character,quality and quantity of the materials to be encountered,the characler of Vie equipment and facilities needed preliminary to and.during the prosecution of the-work,die general local conditions,and all other matters which can in any way afflect the work under this C. ontract. No verbal agreement or conversation YAth any officer,agent or employee of the City,either before orafter . ct, shall affect or modify any of the terms or obligations'herein the'execution,of this contra c ntalned. 0 0.: AlY The relation of the Contractor�to the City shall be that of an independent contractor. GP-4 THE ENGINEER e '71 The Engineer shall be the City's representative during the construction p dod and he shall observe the work in process on behalf of the City by a series,of periodic visits to the job site. 'H e sha 11 have authority to act on behalf of the City. ctors and no TheEngineer assumes no direction of employees of the Contractor or subpontra, 0 saf ty Th s s6le s e e Engineer' supervi Ion of the,construction activities or resp risibility for their res'ponsibility during constru'dion is to the City to endeavorto protect defects and deficiencies, In the work. Any p an Or method of entative of the City,to ., work suggested by the Engineer,or other repres he Contractor ln.whok' Oecified or required,If adopted or followed by t the Contractor, but not s fid or.in pak.'shall be used at the risk and responsibility of the Contractor, and the Engineer a the City vWll assume no responsibil Ity therefore. a.wpd October 26,1 a-%WPD=%PROJECTA1rurran contract spec A �yi t GP-5 BAN[ Coincident with the execution of the Contract,the Contractor shall fumish a good and sufficient surety bond in the'full amount of the contract sum. This surety bond, executed by the Contractor to the City, shall be a guarantee: (a) for the faithful performance and completion --� of the work in strict accordance with the terms and intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might in any manner become a claim against the City;(c) for the payment to the City of all sums due or which may become due by the terms of the contract, as well as by reason of any violation thereof by the Contractor, and for a period of six months 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 parts or equipment used in the performance of the said contract. -? complete All provisions of the bond shall be and in full accordance with statutory requirements. p P. " The bond shall be executed with the property sureties through a company licensed and ;t 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. a If at any time during they continuance of the contract the surety on the Contractor's bond becaomes irresponsible,the City shall have the right to require additional and sufficient sureties �. ' which the Contractor shall fumish to the satisfaction of the City within test(10)days after notice to do so. In default thereof, the contract maybe suspended all payments or money due the t Contractor withheld, and the contract completed as hereinafter provided. GP-6 !NSURANCE I J I GP-6A GENERAL: 4 The Contractor shall secure, pay for and maintain during the life of the Contract,insurance of f such types and amounts as necessary to protect himself,and the City, against all hazards enumerated herein. All policies shall be in the amounts,form and companies satisfactory to l the City. r ' t 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 sr, requirements are complied with 1 ' All certificates of insurance required herein shall state that ten (10)days written notice will be j d, f q giver+ o the City before the policy is canceled or changed. All certifiications.of insurance shall 7 be delivered to the City prior'to the time that any operations under this contract are started. All of said Contractor's certificates of insurance shall be written in an insurance company Y authorized to do business in the State of Missouri. " Y!- j CAMDOMPROJECT%ruman contract specs.wpd October 26,19M 3' 1 Yt f t ill SM GP-6.2 BODILY INJURY LIABILITY&PROPERTY DAMAGE LIABILITY INSURANCE 1 Bodily Injury Liability insurance coverage providing limits for bodily injuries,Including death, of not less than $1,000,000 per person and $100,000 per occurrence. (2) Property Damage Liability insurance coverage for limits of not less than$1,000,000 per one occurrence nor less than $1,000,000 aggregate to limit for the policy year. GP-6.3 CONTRACTOR'S PROTECTIVE BODIL`t INJURY LIABILITY PROTECTIVE PROPERTY DAMAGIE LIABILITY INSURANCE: COVERING OPERATIONS 4t, i OF SUBCONTRACTORS) (1) Contractors contingent policy providing limits of at least $100,000 per person and -, $1,000,000 per occurrence for bodily Injury or death. (2) Property Damage Liability providing limits of at least $1,000,000 per occurrence and $1,000,000 aggregate. GP-6.4 CONTRACTUAL_ LIABILITY (i Property Damage coverage with $1,000,000 aggregate limit. !{f —' GP-6.5 OWNER'S PROTECTIVE LIABILITY AND PROPERTY DAMAGE INSURANCE � The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage -� insurance Issued in the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor or his 1, subcontractors In fulfilling this contract. The minimum amount of such insurance shall be the same as required for Bodily Injury Liability ` and Property Damage Liability insurance. This policy shall be filed with the Owner and a copy filed with the Engineer. f GP-6.6 EXCLUSIONS tit The above;requirements GP-1.2, 1.3, 1.5 for property damage liability shall contain no , 7 rt } , , exclusion relative to: 1 (1) Blasting or explosion. (Consult Technical Specifications Part I for possible deletion of this' requirement on subject project.) (2) Injury or destruction of property below the surface of the ground, such as wires,Conduits, ^~ pipes, mains, sewers', etc., caused by the Contractor's operations. October 26,199H CIWPOOMPROJIECTUruman contract aws.wpd •tip �' .. -._.. .__.� .._.._._ ..._._...._ _� .. -...,,_ _._._. ins 7� .r r ?M (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 AUTgM BILE BODILY INJURY LIABILITY & AUTOMOBILE PROPERTY DAMAGE LIABILITY INSURANCE Contractor shall carry in his name, additional assured clauses protecting City, Liability } Insurance with Bodily Injury or Death Limits of not less than $100,000 per person and ,. $1,000,000 per occurrence, and property damage limits of not less than $100,000 with hired car and non-owned vehicle coverage or separate policy carrying similar limits. ii The above is to cover the use of automobiles and trucks on and off the site of the project. GP-6.6 EMPLOYER'S LIABILITY AND WORKMEN'S COMPENSATION �t u - • Employees and Workmen's Compensation Insurance as will protect him against any and all claims resultin from Injuries to and death of workmen en Y g j gaged in work underthis contract,and In addition the Co►�tractor shalt cant'occupational disease coverages with statutory limits,and Employer's Liability with a limit of$100,000 per person. The"Ail State"endorsement shall be included. ;. F 4. In any class of employees is not protected under the Workmen's Compensatlon Statute, the Contractor shall provide and cause such contractor to provide adequate employees liability coverage'os will protect him p against any claims resulting from injuries to and death of workmen •• engaged in worts under this contract. r , f GP-6.9 INSTALLATION FLOATER INSURANCE This insurance shall insure and protect the Contractor and the City from,all insurable risks of i ' physical loss or damage to materials and equipment, not otherwise covered under Builder's Risk Insurance,when in warehouses or storage areas, during installation, during testing and + until the work is accepted. It shall be of the "Ali Risks" p 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 fct�� material.and equipment Insured under Builder's Risk Insurance. The value shall include the n, aggregate value of the City-furnished equipment and materials to be erected or Iristailed by the .� Contractor not otherwise insured,under Builder's Risk Insurance. ! ti Installation Fioeter insurance shall.also provide for losses,if any,to be adjusted with and msde�. t ; F paable to'the Contractor and the City as Qhelr;interests may appear 3 a! ~" %WPDOCSTROJECntrurAan contract s s.w 26,,1998::,.: } P� 1 October h4�1.• x'.w ..w• ',^ i 1.:,:a fyer+U'hd`Y"iAY a�r41'?l��iw F. rif1� kk ee4f;�Ja x {a f i • : If the aggregate`value of the City-fumished and Contractor-furnished equipment is less than $10,000 such equipment maybe covered under Builder's Risk Insurance, and if so covered, this Installation Floater Insurance may be omitted. y; tt GP-6.10 CONTRACTOR'S RESPONSIBILITY FOR OTHER LOSSES For the considerations in this agreement heretofore stated, in addition to Contractor's other , ,� . ._. obligations, the Contractor assumes full responsibility for all loss or damage from any cause whatsoever to any tools owned by the mechanics, any tool machinery, equipment, or motor <' vehicles owned or rented by the Contractor's, his agents,sub-contractors, material men or his w_. or their employees;to sheds or other temporary structures,scaffolding and staging,protective fences,bridges and sidewalk hooks. The Contractor shall also assume responsibility for all loss e'•`:`; ! or damage caused by, arising out of or incident to larceny, theft, or any cause whatsoever (except as hereinbefore provided)to the structure on which the work of this contract and any ' modifications, alterations, enlargements thereto, is to be done, and to materials and labor connected or to be used as a part of the permanent materials, and supplies necessary to the work. . '¢¢ �" GP-6.11 CONTRACTOR'S RESPONSIBILITY ON DAMAGES & CLAIMS INDEMNIFYING CITY I The Contractor shall indemnify and save harmless the City and Engineer and their officers and { . agents, of and from all losses, damages, costs,•expenses,judgments, or decrees whatever ¢ arising out of action or suit that may be brought against the•City or Engineer or any,officer or agent of either of them,for or on account of the failure, omission, or neglect of the Contractor ' to do and perform any of the covenants,acts, matters,or things by this contract undertaken to ;.... + be done or performed, or for the injury,death or damage caused by the negligence or alleged f 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 y ' the fulfillment of this contract. z -�-} .GP-6.12 NOTIFICATION IN EVENT OF LIABILITY OR DAMAGE Upon the occurrence of any event, the liability for which Is herein assumed, the Contract or• to forthvith not iFY,the Clty,ln Writing such happening,which notice.shall forthwith give agrees .. ,4 r the details as to the happening, the cause as far as can be ascertained, the.estimate of loss ,a or damage done, the names of witnesses, If any, and stating the amount of any claitrr. �N` 1 Y° GP T ASSIGNMENT OF CONTRACT The Contractor shall not assign or transfer this contract nor sublet it as a whole, without the ewt� written consent of the City and of the Surety on the Contractor's bond. Such consent of Surety, . together with copy of assignment, shall be filed with the City. No assignment, transfer or '! CAMDOCSTROJEC ntruman contract spacs.wpd October 26,1998 fivi i..f r. tj subletting,'even though consented to, shall relieve the Contractor of his Iiabititles under this, ' contract. Should any assignee fail to perform the work undertaken by him in a satisfactory manner, the Clty,may at his option annul and terminate Assignee's contract. GP-8 Sd1SCONTRACTS, 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 ` 5 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 I his subcontractors grid of person either directly or indirectly employed by them as he is for the ` acts�,nd omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the City. f 1 \ No officer, agent or employee of the City, including the Engineer, shall have any power,or r ; 'r authority whatsoever to bind the City or incur any obligation in its behalf to any subcontractor, s material suo lien or other person In any manner whatsoever. GP-J3 OTHER CONTRACTS f The City reserves the.right to let other contracts in connection with this work. The Contractor i shall afford other contractors reasonable opportunity for the introduction and storage of their i materials and the'execution of their work, and shall properly connect and coordinate his work k zr with theirs. If any part of the Contractor's work depends for proper execution or results on the work of any, other contractor, the Contractor shall Inspect and promptly report to the Engineer any defect in such work that renders it unsuitable for such proper execution and results. His failure'so to inspect and report all constitute an acceptance of the other Contractor's work . as fit and proper for the reception of his work, except as to defects which may develop in the J other.contrec:tor's work after the execution of his work. Wherever work being done by the City's forces or by other contractors is contiguous to work` { covered,by this Contract, the .respective rights of the various interests involved shall,be established,by the Engineer, in order to secure the completion of the various portions of the work in general harmony: C 1WPDOCSTROJECTItruman contract speea,wpd October 29,1999: v L Js++r+ss++c+.eww.+ew3twr Wu`M: k.MGdM'%+Si.X ., ..• ... ... :aA.y.M ; •:' S. fi �.wee±T, 1 �M -'-o'NYf •ru'r i3'aYti;.�''yf•4 fb"'\..t•.?LTtaSd.�i'. 4 GP40 LEGAL RESTRICTIONS, PERMITS AND REGULATIONS } t f.._.. The Contractor shall procure at his own expense all necessary licenses and permits of a ` temporary nature and shall give due and adequate notice to those In control of all properties "? which may be affected by his operations. Rights-of-way and easements for permanent structures or permanent changes in existing facilities shall be provided by the City unless } otherwise specified. The Contractorshall give all notices and complywith all laws,ordinances, rules and regulations bearing.on the conduct of the work as drawn or specified. J GP-11 ROYALTIES AND PATENTS It is agreed that all royalties for patents or patent claims,infringement whether such patents are for processes or devices,that might be involved in the construction or use of the work,shall be included in the contract amount and the Contractor shall satisfy all demands that may be made at any time for such and shall be liable for any damages or claims for patent infringements,and the Contactor shall at his own expense,defend any and all suits or proceedings that maybe instituted at any time against the City for infringement or alleged infringement of any patent or i µ; patents involved in the work,and in case of an award of damages,the said Contractor shall pay such award;final payment to the Contractor by the City will not be made while any such suits t or claims remain unsettled. "77)t GP42 SCOPE AND INTENT OF SPECIFICATIONS AND PLANE i GP42.1 GENERAL These Specifications and Project Plans are intended to supplement,,.but not necessarily duplicate each other,and together constitute one complete set of Specifications and Plans so that any work exhibited in the one and not in the other,shall be executed just as if it has been set forth in both,in order that the work shall be completed according to the complete design of the Engineer. . r Should anything be omitted from th > yt g e Specifications and Plans which is necessary to a clear j understanding of the work, or should it appear various instructions are in conflict, then the 1 Contractor shall secure written instructions from the Engineer before'proceeding with the construction affected by such omissions ordiscre discrepancies. It is understood an l p d agreed that � work shall be performed and completed according to the true spirit,meaning and intent of the A' contract, specifications and plans. +' GP42.2 FIGURED DIMENSIONS TO GOVERN Dimensions and elevations shown on the plans shall be accurately followed even though they I differ from scaled measurements. No work shown on the plans,the dimensions of which are not indicated shall be executed until the required dimensions have been obtained from the i •, Engineer. r f J CAMDOCSTROJEC 11truman contract spsca.wpd Ocbobe�26 198 sr t� , t. Izt ` f t J, tlfm►$lEAltll� wodiuw,oiu�ellv.aroo .ar -- __ _�_ _—_ __ 1 i GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES t? w, The Contractor shall check all dimensions, elevations,and quantities shown on the plans,and schedules given to him by the Engineer, and shall notify the Engineer of any discrepancy between the plans and the conditions on the ground,or any error or omission in plans,or in the layout as given by stakes, points, or instructions,which he may discover in the course of the i work. The Contractor will not be allowed to take advantage of any error or omission in the plans or contract documents,as full instructions will be furnished by the Engineer should such error or omission be discovered, and the Contractor shall carry out such instructions as if originally specified. The apparent silence of the Plans and Specifications as to any detail or the apparent omission from them of a detailed description concerning any point, shall be regarded as meaning that onlythe best general practices,as accepted bythe particular trades or industries involved,shall be used. GP-12.4 STANDARD SPECIFICATIONS -, Reference to standard specifications of any technical society, organization or association, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically t staed otherwise. i , GP-13 CONSTRUCTION REPRESENTATIVE AT PROJECT is 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 JSubcontractors and no supervision ofthe construction activities or responsibility for their safety. The sold dutyy of the Project Representative during the construction is to the City to endeavor r. to protect against defects and deficiencies in the work. f The Contractor shall regard and obey the directions and instructions.of the Construction , Representative so appointed,when the same are consistentwith the obligations of this contact and,the specifieations,therefor; provided; however, that should the Contractor object to any i F order given by the Construction Representative,the Contractor may make written appeal to the Y PP ' Enginee'for his decision. The Construction Representative and other properlyauthorized representatives of the City shall be free at all times to perform their duties, an intimidation or attempted intimidation of any one of them by the Contractor or by any of his employees shall be sufficient reason, if the City,so decides, to annul the contract. .f CAMDOCSTROJEC ntruman contract specs,wpd October 28,1598 f ? r �a 4141 .. —�, Such construction representation shall not relieve the Contractorfrom anyobligation 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 4� acceptance of the work, even though the same may have been previously overlooked and estimated for payment. _; The Construction Representative shall have no authority to permit any deviation from the plans and specifications except on written order from the Engineer, and the Contractor will be liable -- f or any deviation except on such written order. All condemned work shall be promptly taken out and replaced by satisfactory work, and all I -- 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. ,1 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 " 1 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 fumish samples of testing purposes of any material required by the Engineer, and shall furnish any information required concerning the nature or source of any i --I material which he proposes to use. GiP44 LINES AND GRADES ! i 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 t 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, J { pp 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 fall to give : f C' 1 such notice. F t` 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 { i X his expense and deducted from the payment for the work. ;f CAMDOCSTROJECT\truman contract specampd October 26,1998 ' ps; Any work done without being property located and established by base lines, offset stakes, F F? bench marks,or other basic reference points checked by the Construction Representative may be ordered removed and replaced at the Contractor's expense. GP45 CONTRAGTORiS RESPONSIBILITY FOR MATERIALS be responsible for the condition of all materials furnished by him, and.he The Contractor shall p ' shall replace at his own cost and expense any and all such material found to be defective in design or manufacture, or which has been damaged after delivery. The manufacturer of pipe for use on this project shall certify in writing to the City that all ...� materials furnished for use In this project aom of to these the test specifications. totithe City.Whenever standard tests are conducted, he shall forty copy .-y GP-16 Vti'ATER All water required for and in connection with the work to be performed shall be provided by the i Contractor at his sole cost and expense. ET; GP47 PQWER f I 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. ' j , t } GP-18 SUPERINTfENCENCE AND IIIOORKIUTAPdSHiP } The Contractor shall keep on his work, during its progress, a competent superintendent and # an necessary ssistants. The superintendent shall represent the C ontractor to his absence r and all directions given to him shall be as binding as if given to the Contractor. I The Contractor shall provide proper tools and equipment and the services of all workmen, to ees necessary in the construction and execution of mechanics,tradesmen,and other emp y ry the.work contemplated and outlined herein. The employees of the Contractor shall be . r competent and willing to perform satisfactorily the work required of them. Any employee who ; is disorderly,'intemperate or incompetent or who neglects or refuses to,perform his work in a E satisfactorily manner, shall be promptly discharged. k "` i ` It is called particularly to the Contractor's attention that only first.class workmanship will be , acceptable GP49 MAINTENANCE OF TRAFFIC Whenever any street is closed, the Police Department, Fire Department, and Ambutence t }: sin . When a ortion of the project is closed to through Services shall be notified prior to the clo g p ` 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 DI ctor Of Public Works. All detour signing shall conform to the "Manual on Uniform Traffic Control } �. Devices". i October 28,1998 r CAWIDDocswho.rec n�«ntr ct: a. a r " , l y i . J r / �1�M ,,. I� Throughout the project, wherever homes are served directly from a street or portion of a street which is to be reconstructed under this project,the Contractor shall make very effort to rovide access to each home eve night. This work shall be subsidiary o the construction and j no direct payment will be made for It. ry GP-20 BARRICADES AND LIGHTS All streets,roads,highways,and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable warning signs. ' Barricades shall be located at the'nearest Intersecting public highway or street on each side ' of the blocked section. ;.j All open trenches and other excavations shall be provided with suitable.barriers, signs, and lights to the extent.that adequate protection is provided to the public. Obstructions,such as a= material piles and equipment, shall be provided with similar warning signs and lights. ' All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be so placed,and the work at all times shall be so.conductedi 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 a j conformity with applicable statutory requirements, and in conformance with the Manual of Uniform Traffic Control Devices. All necessary barricades, signs, lights and other protective devices will be furnished, Installed and maintained by the Contractor.. This work shall be subsidiary to the construcilon and no direct payment will be made for it. tt GP-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES � - ' Pipe lines and other existing underground installations and structures in the vicinity of the work r' to be done hereunder are indicated on the plans according to the best information available to the City. The City does not guarantee the accuracy of such information. The Contractor shall make every effort to locate all underground pipe lines, conduits and structures by contacting owner- of underground utilities and by prospecting in advance of the excavation. d.; Any'delays to the Contractor caused by pipe lines or other underground structures or ' obstructions not shown by the plans, or found in locations,different than those Indicated,shall not constitute a claim for extra work, additional payment or damages. t' No payment will be made to the Contractor for locating and protecting utilitles.and cooperating ' { with their owners,and,any damages caused to the utilities by the Contractor's negligence shalt be repaired,ent(rely at the Contractor's expense. f 7 1 a / C I , C IWPDOCSTROJECT%truman contract specs.wpd October Z6;1996 6 t t , t A f f lA ( •r .. �: Utilities, other than sanitary sewers and water mains, which, In the opinion of the Engineer, must be moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be moved shall be re-laid by the Contractor and paid for at the prices bid, 1' °w Only sewers which must be moved because of direct conflict with the storm sewer conduit will be paid for in this manner. Sewers damaged by excavation but not In direct conflict with the i storm sewer will be repaired at the Contractor's expense. ' 7 t GP 22 PROTECTION OF WORK AND PROPERTY vi The Contractor shall be accountable for any damages resulting from his operations. He shall be fully responsible forthe protection of all persons including members of the public,employees _.; of the City and employees of other contractors or subcontractors and all public and private property Including structures, sewers and utilities above and below ground, along, above, across or near the site or sites of the work, or other persons or property which are In Ys any manner affected by the prosecution of the work. F The Contractor shall fumish and maintain all necessary safety equipment such as b amers, { J . signs, warning lights and guards as required to provide adequate protection or persons and property., i ; i The Contractor shall give reasonable notice to the owner or owners of public or private property ? �. . and utilities when such property is liable to injury or damage through the performance of the work, and shall make all necessary arrangements with such owner or owners relative to the ( i removal and replacement or protection of such property or utilities. in an emergency 'affecting the safety of life or of the work or of adjoining i ` Contractor, without special Instruction or authorization hereby permitted her g property, the rmitted to act at his } discretion to prevent such threatened loss or injury, and he shall so act. Any compensation, --. claimed by the Contractor on account of emergency work, shall be determined by agreement or arbitration. { The Contractor agrees to hold the City harmless from any and all loss or damages arising out !' of jurisdictional labor disputes or other labor troubles of any kind that may occur during the construction or performance of this contract. GP:23 OMITTED I { , f 1 GP-24.:, NO WAIVER OF RIGHTS f FF Neither observation of work by the City or any.of their officials,.employees,or agents, nor any order by tine City for payment of money,y,orany paymentfor,or acceptance of,the whole orany Xt. : { 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 an ,r- { y provision of this contract, or of any power. ,• , :y,,; t - , herein reserved to the City, or any right to da mages.herein provided, nor shall'any waiver of A t i.any breach In this contract be held to be a waiver of any other or subsequent breach. f C:�WPDOCSiPROJEC"ntruman'contract Veca.wpd $ October 26,1988, a , f t' � �: ,fir s•G, b R, �11�i�'lEral'�I�idra�� - a�>,.�. .� .. ,. . _. .: .>;. .. . .,Ip•!"n'e GP 25 . _! E OF COMpLETrrD ORTIONS If desired b the City, { Y ty,portions of the work may be placed in service when completed or partially completed and the.Contractor shall give proper access to the e work for this purpose; but such use and operation shall not constitute an acceptance of the work, and the Contractor shall be "I ..i liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter. GP 26 ADDITIONAL OMITTEp OR CHANGED WORFC ,Owner The 4 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 Burn to be me standards of ,. adjusted accordingly. All such work shall be executed to the sa woricmanshl s and performance as though therein Included. P ' The Engineer shall have authority to make minor changes in the work, not involving cost, and f, not inconsistent with the purposes of the work. ,. . J Except for adjustments of estimated quantities for unit price work or materials to donform to f actual pay quantities thereforas maybe provided for in the Special Conditions,all changes and alterations in the terms or scope of the Contract shall be made under the authority of dui f executed change orders issued and signed bythe Owner and accepted and signed by the r' Contractor: in waiting by the Engineer,which order shall state the location,character,amount,and method All worm increasing the cost shall be done as authorized by the Owner and ordered I of compensation: No,additional or changed work shall be made unless in pursuance of such written order by the Engineer, and no claim for an addition to the Contract sum shall be valid j unless'so ordered. j 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 proPealy and fairly classified under f one or more.unit price items of the Proposal,then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or pric:~s therefor. i Otherwise, such work shall be paid for as "Extra-Work"as hereinafter provided In this Article' I QP-26. 't ! If the modification or alteration decreases the amount of work to be done such d ecrease shall not constitute the basis for a claim for damages or anticipated profits on work affected bye such' i decrease. 1lVlhere-the value of omitted work is not covered b applicable unit ricer the : f ` t Engineer shall determine on an equitable basis the amount of: Y . PP R t5 rt f. 7 Yt 1., Credit due.the Owner for Contract work not done as a result of an authorized:change. f r g 3; 2: 'Allowance to the Contractor. for an actual loss incurred.in connection with the Y ; purchase,delivery and subsequent disposal of materials or equipment required for use y4 on.the work planned and which could not be used in an 4 s built. Y Part of the work as actually 5 CAWPDOCSIPROJEC ntruman contract apece.wpd October 26, 1998 I r t f' J t. i i 7 1 a 3. Any other adjustment of the Contract amount where the method to be used In making f.. i such adjustments is not clearly defined In the contract documents. Statements for extra work shall be rendered by the Contractor not later than fifteen (15)days' i 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. f ` The Owner reserves the right to contract with any person or firm other than the Contractor for any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. ! Extra Work: (a) The term "Extra Work" shall be understood to mean and include all work that may be required to accomplish any change or alteration in Or addition to the work shown by the Flans - or reasonably Implied bythe Specifications and not covered by the Contract proposal items and x which is not otherwise provided under this Article GP-26. ; (b) The Contractor shall perform all extra work under the direction of the Engineer when allttiorized 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: s 1. Method A: By agreed unit price ' —� 2. Method B: By agreed lump sum r 3. Method C: If neither Method A or B can be agreed upon before the work is started by € force account. (Per Section 109,Measurement and Payment,Missouri State Highway jand Transportation Commission. Missouri Standard Specification for Highway . Construction 1996. f 1, ``I r s GP-27 SUSPENSION OF WORK l , ° I The Owner may.at any time suspend the work, or any part thereof by giving ten (10)days notice to the Contractor in writing. The work shall be resumed b the Contractor ten 1 g Y ( 0) days after the date fixed in the written notice from the Owner to the Contractor to do;so. But If the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if. r ! the Owner does not give'notice in writing ,to the Contractor to resume within a reasonable t period,of time,then the Contractor may abandon that portion of the work so suspended and he S will be,entitled to the estimates and payments for all work done on the portions abandoned, if . any. , 17, CAWPOOM PROJECTItruman contract apeca.wpd October 26,16N - 1 .l . t ' Y 4 i r ' GIP OWNER'S RIGHT TO ®O WORK " # . ., If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this contract, the Owner, after ten (10)days written notice to the Contractor, may, without I prejudice to any other remedy he may have,make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. GP-29 OWNER'S RIGHT TO 'TERMINATE CONTRACT If the Contractor should be adjudged a bankrupt, or if he should make a general assignment ( for the benefit of his creditors,or if receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fall, except in cases for which extension of time is provided,to supply enough properly skilled workmen or proper materials, ;. or if he should fail to make prompt payment to subcontractors or for material or labor, or u F 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 ' of all matt'dais,tools,and appliances thereon and finish the work by whatever method he may z a - deem,expedient. t In such case, no further payment will be made the Contractor until the work is finished. If the r unpaid balance of the contract price shall exceed the expense of finishing the work,including compensation for additional managerial and administrative services, such expenses shall be r paid to the Contractor. If such expense shall exceed such unpaid balance,the Contractorshall �r pay the difference to the Owner. GP-30 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT " If the work should be stopped under an order of any court,or other public authority,for a period of three months,through no act or fault of the Contractor or of anyone employed by him,then 1 E the Contractor may, upon seven (7)days written notice to the Owner and the Engineer,stop =' worts or.tenninate his contract and recover from the Owner payment for ail work executed and any loss sustained.upon any plant or materials and reasonable profit and damages. + GP-31 LOSSES FROM NATURAL CAUSES ' All loss or damage arising out of the.nature'of the work to be done, of from the actlon of the } dements,or frorm floods or overflows, or from ground water, or from any unusual obstructidn YJ of difficulty,or any other natural or existing circumstances either known or unforeseen,,shish �= MI may be encountered in the prosecution of the said work;shall be sustained and'bome'by the Contractor at his own cost and expense. ti 2. t CAMDOCSTROJEC Rtruman contract specs.wpd October 26,1998 ] , i I , GP-32 SUNDAY, HOLIDAY AND NIGHT MIRK � No work shall be done between the hours of 6:00 p.m.and 7:00 a.m.,nor on Sundays or legal } holidays, without the written approval of the City. However, work necessary, in case of emergencies orforthe protection of equipment orf'inished work may be done without the City's {r ,. 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 i Contrmctorfails to maintain adequate equipment and supervision forthe proper prosecution and I control of the work at night. GP-33 UNFAVORABLE CONSTRUCTION CONDITIONS ! During unfavorable weather, wet ground, or other suitable construction conditions, the ` Contractor shall confine his operations to work which will not be affected.adversely thereby: o No portion of the work shall be constructed under conditions which would affect adversely the t 5 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. GP734 OMITTED � GP-35 MATERIALS AND EQUIPMENT y Unless specifically provided otherwise in each case,all materiais.and equipment furnished for t permanent installation in the work shall be new,.unused, and undamaged when installed or otherwise incorporation in the work., No such material or equipment shall be used by the Contractor for any purpose other than that intended orspecified,unless such use is specifically y authorized by the Engineer in each case. GP-36 DEFENSE OF SUITS f' In case an action at law or suit in equity.is brou ht a against the Ci or an officer or.a ent of Y g g City Y 9 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, z performed, or for the injury or damage caused by the negligence or alleged negligence of the r e Contractor or,his subcontractors or his or their agents,or in connection with any clalm or'claims,, based on the lawfui'demands of subcontractors, workmen, material men, or suppliers of #{r machinery and parts thereof, equipment, power tools, and supplies incurred in the fulfillment } of this contact,the Contractor indemnifjr and save harmless the City 'and their officers and v } agents, of,and.from all losses, damages, costs,`expenses,'judgnnents, or decrees whatever arising out of such action or suit that maybe brought as aforesaid. A y a; ` CAWP m DOMPROJECrAruan contract speca.wpd Ocbber 28 1998 .... .:.:.t t � f 6 y 3 3` a�iE,.;J;' f + i .. ` '`� GP47 CHANGE ORDER Any changes or additions to the scope of work shall be through a written order from the f Engineer to the Contractor directing such changes in the work as made necessary or desirable { y unforeseen conditions or events discovered or occurring during the progress of the work. GP-38 CONTRACT TIME __I The time for the completion of the work is specified and it is an essential part of the contract. J 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 _J by the Engineer. j{ If the time for the completion of the work is based upon working days,this time will be specified ( f in the contract. A working day is defined as any day when, in the judgment of the.Engineer, k > soil and weather conditions are such as would permit any then major operation of the project ' far six(6)hours or over unless other unavoidable conditions prevent the Contractor's operation. � F If conditions are such as to stop work in less than six(6)hours,the day will not be counted as a working day. ; �;. r € � No working .gays will be counted from December 15 to March 15, both dates inclusive. " Saturdays,Sundays,and City,holidays will not be counted as working days g anytime during the. dear. r GP-39 CONTRACT TIME EXTENSION I 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 ?' gro unds that he is unable to work due to causes beyond his control,he shall state his reasons In writing, furnish,proof to establish his claim and state the approximate number of days he estimates he will be delayed. Notice of intention to claim an extension of contract time on the : above grounds shall be filed with the Engineer at the time the cause or causes occur and the claim shall be filed in writing within 30 days after the claimed cause for the delay has ceased ,{ to exist. GP-40 LIQUIDATED DAMAGES ;{ Time Is an essential element of the contract and It is therefore important that,the work be pressed vigorously to completion. Should the Contractor or in case of default the surety fail to { complete the work within the time specified in the contract;or within such extra time as may g allowed in the manner set out In the preceding sections, a deduction of an°amount as set out in the contract will be made for each day and every calendar day that such contract remains uncompleted after the time allowed for the completion. The said amounfset out in the proposal y` Is hereby agreed`upon; not as a penalty but as liquidated damages for loss to the City and the t .J QWPOOCSiPROJEMuman contract specs.wpd ` October 26,1998 z i J .......... U� ucted from any, public, after the expiration of the time stipulated in the contract, and vAII be ded X11 Money due the Contractor under the contract, and the Contractor and his surety shall be'llable for any and all liquidated damages. Permitting the Contra(.1or 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 r any of its rights under the contract. in no way operate.as a waiver on the part of the City o G -41 P MEASUREMENT AND PAYMENT BASIS FOR PAYMENT o med as determined by field Contractor will be paid for quantities actually constructed r perfor pt as may be hereinafter provided)at the,unh price bid for the items listed measurement(exce ill the schedule of the Bid or for such extra work as may be authorized and approved by the forthe Engineer. The cost of Incidental work not listed in the schedule of the.Bid but necessary completion of the project shall be included in bid items. CORRECTED (b) DEDUCTI ISIS FOR UN _WORK d.or that was not if the Engineer deems it expedient not to correct work that has been damage ra done in 6ccordancewith the Contract, an equitable deduction from the Cont ct price shall be made th'arefore. M ITEMS (c) LUMP SU complete in place, Payment-for each lump sum item shall be at the lump sum bid for the item, ct the Rem as and shall include-the costs of all labor, materials,tools,and equipment to constru described herein and to the limits shown on the plans. _J �Y, (d) PARTIAL PAYMENT Partial payment will be made on a monthly basis. The payment shall be based on the work that has been found generally acceptable under the contract by the City,Engineer or inspector. A retainer equal to 10% of the amount of work completed to date shall be withheld. PAYMENT (e) ACCEPTANCE AND FINAL upon receipt of written notice that the work is ready for final inspection and acceptancei the work acceptable uhderthe' Englne6r'will promptly njakis such'inspedtion,and when he finds the Confna6t and the Contract fully performed he will promptly issue a final.certlifirate;oVerilhis,own .Ignature,stating that the work required by this contract has been completed and Is acceptable e nce found to,be due th -by him under the tdrms'and conditions thereof, and the,entire bala '71 Contractor, Including the retained percentage, shall,be" paid tblhe Urit.ractpr,by the ity:oif Jefferson within thirt he date of said final certificate. y(30)days after.t Octobw 26'19M specs.wpd CAMDOCSTROJECT11ruman contreir L�j 77� tf d AFFIDAVIT OF COMPLIANCE IT A r .. •,:E{ tF Monies due to the Contractor will not be delivered to the Contra ctorwithoutpresentation to the' Department of Public Works a Affidavit of Compliance with Prevailing ,F form attached to the back of these contract documents. Wade Law on prescribed 4 GP-42 RELIwASE OF LIA13lLITY ' t. The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof,from all claims and liability to the Contractor for anything done or furnished for, or relating to the work, or for any act or neglect of the Owner t or of any person relating to or affecting the work. : 37� T } GP-43 t-ERTIFICA+,TIONS i GP-43.1 All suppliers Of materials such as drainage pipe or handrail and all suppliers of asphaltic concrete or portland cement concrete mixtures shall certify in writing that,the,product as-supplied conforms fully with these specifications. Such certification shall be delivered In triplir to to the Department of Public Works at i=, least 24 hours before the product is to be used on th ! e project. 41 GP 4i2 The City, at its option, may perform or have performed such tests. as may be r;. deemed necessary to further as that only specified materials are ' e ' Incorporated into the work. I GP-44 LOCAL. PREFERENCE 7j' In making purchases or in letting contracts for the performance of any job or service, the purchasing agent shall give preference to all firms,corporations or Individuals which maintain ' € offices or places of business within the corporate limits of the City f Jefferson, o the commodity or performance promised Is equal or better and the price quoted e 3s theq lily r me r ' GP-45 PREFERENCE FC:+_U.S. MANUFACTURED GOODS ! x ; to f i xJk ' On purchases in excess of$5,000,the City shall select products manufactured;assembled or Y! r, Mduced In the United States,If quantity,quality,and price are f works construction ormaintenence'inexcess ofX5,000 shag re's in a provision rte�ueoPpubllc ; - r q sting the x a cantractor,to use American products in the performance of the contract.' tr { r tr E C%WPOOCSIPROJEC n"men contract a rr October 26, 1998 ! ip� r �,.wy, nw,w.v-swe w...x•.urr.fl.,",cr.v..aw"....w,.....r,.h.:. . .w.. .. *r,. a F j s��usbeeauarasw�r.. •��® l =— — ,. . _r.��� ,. rt . a a GP-4i5 AWARD OF CONTRACT --REJECTION OF BIDS is z All bidders are required to submit with bid Minority Business Enterprise Eligibility Fonns for all subcontractors and suppliers who the contractor intends to use on the project. Compliance with " ? this requirement and the Minority Business Enterprise Program shall be a consideration for award of this contract. x: } The contract will be awarded to the lowest and best responsible bidder on the base bid --� proposal, complying with the conditions of the Advertisement for bids and Speda`fications, providing the bid is reasonable and it is in the interest of the City of Jefferson, Missouri to accept same. The bidder to whom an award is made will be notified at the earliest possible -- date. The City of Jefferson,however,reserves the right to reject any and all bids and to waive { all informalitles In bids received whenever such rejection or waiver is in their interest. ' GP-47 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORKS' CONTRACTS LAW Upon completion of project and prior to final payment, each contractor and subcontractor 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 >> - requirements of Section 290.290, RSMo (1993 Supp.), an act relating to Public Works � r contracts. The City of Jefferson shall not issue a final payment until such affidavit is filed. GP-4E 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 I ; ,r Missouri laborers or laborers from non-restrictive states may be hired by the contractor or subcontractors to work on this Public Works'contract. An exception shall exist when Missouri } laborers or laborers from rion-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 provision apply to regularly employed non-resident executive, supervisory, or technical personnel or.projects where federal aid funds are being utilized in the'act and this provision would conflict with any federal statute, rule or regulation. Laborers from non-restrictive states means persons who arexesidents of a state which has not 4 pnacted,state laws restricting Missouri laborers from working on public works projects in that; ' state;'as determined by the Missouri Labor and Industrial Relations Commission. A Missouri E ., 1 1}`ftk laborer means any person,who has resided in Missouri for at least thirty(30)days and intends to become or remain a Missouri resident. 3 1 k . C:1wFDOCSIPROJECT\truman contract specs.wrxi _ - October 26,1998 f ..,.; .. t a A t � :i _ } � . .; ,_ f t. '. r .. , '1. 11 ��', .. � • ,', � t . r .s . .. .. .. 11 _ , . . , � .. .. i 1.11 i I .. i '. 1, .i } .. + ; 1� ' ~`�, GP-4J LIABILITY F®R Ct)MIPLIANCE WITH PUBLIC WARKS GONTfiACTS LACY ..; • ,) AND MISSOURI LABORER REEQUIREMENT rY' f , . if, 1, p , S . In the.event a contractor or subcontractor hereunder files with the City of Jefferson an affidavit I 1.r i stating that the'contractor or subcontractor has fully compiled with the provisions and ;`I 11 3 RSMo (1993 Supp.) requirements of Section 290. 9©, , when in fact the contractor or ,' , g subcontractor has not complied, to the extent that any liability is assessed against the City of Jefferson, Missouri,or any additional expenses are incyr ed by the City of Jefferson,Missouri, ` "" any contractor making the false statement, or whose subcontractor makes a false statement, =:i F, T 3 shall hold harmless and indemnify the City for any liability assessed against it or any additional ., i expenses incurred. I -r T � ..11 ,'.�"o-,.-,T1,-�I W�C*-�"I-w,�:,",-iA-1"9,11)-,-,.-,�-�,�,�"i,',-,1��,t 1"l,�-"-�-j,�,-`-.,�,.�e1I�,i:1,,'�-j I J.-,�1.,i'',i-,";i-�.��'-i��,v 5 I��l-�-�-1�--�,,;.-1:'"-I�1 1.-f I I,--:�1,,'�'.,�'1��1�:-.�,�1�,..,'�.1.���,—l,.I�7-I�1"-�,�,-i..,:��-I,,--�_-",.4�1 D 4 I_I I 1�;I.1:'�`-1,—", . Any contractor who fails to comply with the requirements of hiring only Missouri laborers or "-I*, laborers from non-restrictive states, absent statutory exceptions, whenever there is a period `'Y i'; _ of excessive unemployment in Missouri, agrees to hold harmless and indemnify the City of , ., 41 Jefferson,Missouri,for any,liability.that maybe assessed against it or any additional expenses .incurred b the Ci of Jefferson, Missouri,because of the contractor or subcontractor's failure . y to comply. at. A. tY3� „ ! { ,: h.:s! . ., 'T }'.j F END OF GENERAL PROVISIONS �`, ,l Y . ... ;. { 4 ..Y Y T T ;t. irr � i { , i .. :� ; i 7 1 ..! t ` { ti 1 �G v, �' j . . 14.Y+T ! " ,11 J l 1. �! ,. vt . t 7,, . , +) ± i y r 1 .fir. 1.7. �'�' 111; .(_;,,j* 1. P: �' l��z' ' .. a t 't 1. t h 1. Yi �1.'� ; `9t �.. I 11,4Y(rX ,i "I ;t .''7f ...f 5. ., x�}iii , Jk.: 11,1. i. •} sl:§Yi ' rsi i '; f rr +� l :i} a ..t'$9 j§dry ] 't E' A 1.i 1 .I 5 S F„. "�: .• _ ii r id 1. A,, C%WPDOCVPROJECT*Le rMn contact specs wed October 78,1998 4;rr x,11 t;, r f :� � 'I�,`�,` " I sa f ipf ` t tr 4 fFt 1.. .S 1 ' t ti trt'1. I l ,. w^+�ww^hc s'•�.1-t41W"i`i�a,1"*!G 41! .f i1 }i J i ;1 ii1 11 .•� irl ? t f .; ", .e .3 ..,-=,rr.-,�.... -:--,",—+-. w�,M.'Y� ,� .�'fg': i e— 4 f i t S 4. t 'T{• T ii I �t .3 Lx �, 1 <ti a .`°'«"'"F."` rte—=:. + „ii t,,,N) tr S d l x .t t.j. f 11�fr "h i� t'�i[ " t 1 ;i y trs� JSJ 11 i� F 0 fe" t fj. .1 : b., t f ` if t rt !i y a f:#i' i t r i l q'.1. 'C'�� t i > ej �; 9 f Li ._ t a111ti °� 11 k`2't.i- 3'i t .. .. r� ���? t 7 11 x3'. f.z i€.: 1 t�. w: rf' -,I r 7' s.F r? t _ :i 4 t i 1' 'f a..3 11 gad fir ° 1 .1•u. '1-`- ��f €•71r r}r b s{{err .aI SPECIAL PROVISIONS , ,t i{ FORWARD: The provisions of this section take precedence over any other provisions.:. In these specifications. SPa1 TECHNICAL SPECIFICATIONS AND DETAIL The Technical Specifications forthis project shall consist of the 1936 version of ' the Missouri Standard Specifications for Highway Construction except as } modified or contradicted by the City's Contract, Technical Specifications, General Provisions, Special Provisions, and Detail Plans. All construction details Included with the plans and attached hereto shali be used In constructing this project. r,5 SP-2 PARTIAL ACCEPTANCE l The City reserves the right to accept any part or all of the bid for the project: ` I §PP3 PRE-CONSTRUCTION CONFERENCE ! Prier to starting work, a pre-construction conference will be held to discuss the � t M project, its scheduling and its coordination with the work of others. It is r expected that this conference will be attended by'representatives of the Owner, The Engineer,the Contractor and his Subcontractors;and the utilities, as well "' t as representatives of any other affected agencies which the Owner may wish f r to invite. y t The work schedule specified in Section IS-23 of the Information for Bidders will 1 be submitted at the conference. # - 1 t SP-4 PREVAILING WAGE LAW 1 f ;d Bidders are hereby advised that compliance with the,Prevailing Wage Laver, , .;, Sections 290.210 through 290.340 inclusive of the Revised Statutes of Miss' --� is a requirement of this contract. . In,addition, compliance with.the Federal k ! General Wage Decision shall also be required. Whichever rate Is higher shall f f govem. (Reference Section IB-20). j CS; 1 a Ip nod' Section 290.265 requires that a dearly legible statement of all prevail Jng hourly f'Y 9 we a rates shall be kept posted in a prominent and easily accessible place at ` t , 1 the site by each Contractor and subcontractor en ag ed in ubllc works projects, 9 9 R p. juts, and that such notice shall remain posted during the full time. i C WPOOMPROJEOTltruman contract swa.wpd October 26,1998 ) , S l 4 t .r.�..FT+4k Elf, �MIIIl1�e�f®�Ri7�ea��ie��mr� �,�—.. !• .. - .. .. ., .. b'r y....dt._at:r}. 9 I , 31�r5 PROOF OF INSURANCE All certificates of Insurance provided for this project shall be Issued directly from the company,affording coverage. Certification from a local agent Is not acceptable without the°necessa ry Paperwork empowering and authorising the ` _ agent to sign the surety's name. In addition,when an aggregate amount is included, a statement of the amount of that aggregate available to date shall also be attached. G, 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. Any materials damaged by the Contractor'shall be replaced with material of better or equal type and quality at the Contractor's expense. ' x; SP-7 TRAFFIC CONTROL DURING CONSTRUCTION All work shall be in accordance with the Manual on Uniform Traffic: Control Devices. Signs, cones, and barricades shall be placed tooth to protect workers and equipment and to protect the public by marking open trenches and other poten4ial dangers. On projects open to traffic, "ROAD CONSTRUCTION AHEAD"signs shall be placed appropriately. On projects closed to traffic Type ' Ill barricades signed "ROAD CLOSED" shall be placed at both ends of construction. , r ; Two-way vehicular traffic shall be maintained during construction except for f Ventura Avenue which shall be dosed only for the time required to rebuild the .� .. 4k intersection and approach. The Capital Mail entrance shall be constructed under traffic. I � , City National Savings Bank and Concord.Baptist Church each have two existing r a; entrances. Only one of these entrances for each property shall be,closed at a e. �bt n During the cold milling and overlay operations on Truman'Boulevard,the stre et �x r,r shall be I¢ept open to traffic at all times unless permission is obtained from'the ' 'engineer to close said street. r 1 r 6.1W13pOCSTROJECTftman contract%ma.wpd Oatobw 26.1998 . a s I 's !! r Y y .`nveYrTr.+n..wvnr+'1'w`p^.cyk"..elwuYV«mxoua5u,Ntr�ri«V.e wiv �Vk XY w� SP-8 ACCESS TQ ADJ CENT PR91PERTIES . Prior to. the removal of the driveways to any dwellings or buildings, the Contractor shall notify the Inhabitants of such structures that the use of the driveways or access will be temporarily affected. Notice shall be of sufficient length to allow the persons affected to remove vehicles and other Items that may be Inaccessible during construction activities. Pedestrian access shall be maintained at all times. Suitable access shall be provided across trenches,ditches or other barders and obstacles for pedestrian traffic. Appropriate devices shall be used to warn the public of the dangers that may be present. SP-9 PROTECTION OF ADJACENT PROPERTIES Surface water shall be diverted and otherwise prevented from entering or damaging adjacent property as a result of precipitation during construction. AP =1 0 UTILITIES The Contractorshall expose all utility crossings to establish location and depths prior to construction. ROCK REMOVAL No,explosives shall be used on this project. Rock shall be removed'.by mechanical chipping, jack-hammering or other methods approved by the Engineer. SP42 , UNDERGRADING IN ROCK CUT Section,TS-2.2.6 specAes that rock cut areas are to be undercut and backfilicid with a drainable material with top surface choked with fines for proper subgrs�de preparation. No direct payment shall be made for batUll materials. The Ohl y payment made shall be for c:6bic yards of rock excavation. IS043 ;ROOF DRAINS All ro of and/or foundation drains that discharge into an existing ditch section, n storm.sewer or curb shall be connected.to the:prloposed;sto rb rm sewer or cu see* 'Technical Specifications Section TS-29, Downspout Dra"Ins. fo .6WPD0CSTROJECRbvrnMn contract aWs.wpd October 20.IM ev 4 S k P- SUBGRADE STABILIZATION .I Payment forcrushed stone for subgrade stabilization shall be per ton of material i provided, based on tickets submitted to the City at the time the work is done. Payment shall be at the unit price bid which shall include all labor, materials, ' tools and equipment necessary to stabilize the area including removal of unsuitable material,disposal of the material off-site and subgrade preparation. SP-1 3"ROLLED STONE BASE i Payment for 3"Roiled Stone Base shall be made by square yard measured from back of curb to back of curb, plus one (1) foot. Any additional thickness ; necessary under the curb and gutter section, that might be needed If the curb and gutter section Is placed separately, shall be subsidiary to this Item. No additional payment will be made. �P-16 REPAIR OF DEtl1lIIVG SURFACE All sections of pavement damaged or removed during construction beyond the limits of construction of new pavement as denoted on the plans shall be l; r� replaced In accordance with the following requirements:. Existing i i i. Pavement Base Surface PCC Street --- 6" PCC Bituminous Street 5"PCC t ,. Cold mix shall be.used on a temporary basis when asphaltic concrete hot mix Is not available. The cold mix shall be removed and the permanent hot mix shall f . be Installed when it becomes available. ; Chat drives, alleys, and parking areas shall be resurfaced with crushed stone In the areas disturbed. In all areas disturbed b { y construction activities, replacement and repair of the b i driving surface shall be subsidiary to construction. z't SP47. ADJUSTMENT OF UTILITY S t ERVICES The necessary ad justment of utility services such as grater,gas,telephone,and.,: ,. electric;Including meters, valves and:other appurtenances shall be subsidiary to the work. -� 1 4 ' A (d CAWDOWWROJEC Muman contract 8Ws.wpd Octobw 26,9998 (4 i 4 •° w..R+a!'W Nni•hwi..ti.y..! .., f _J. YJs . 11 t ,- PLl199IN9 AND ABANDONMENT OF EXISTING PIPES ? All pipes to be abandoned shall be plugged and seated with portland cement t concrete at the locations as shown on the plans.. a All pipes to be abandoned shall be completely filled with clean sand. The sand . __... shall be blown into the pipe by using compressed air or other such means. All plugging and filling of pipes shall be subsidiary to the work. j SP49 INSTALLATION OF SEINER PIPE The unit price for the installation of sewer pipe shall Include all necessary j excavations,ditching,backfilting,bedding,shoring or any other item required to !! "� make the installation of the pipe. SP-20 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 repaired by the Contractor at his own expense. SP41.: 'TRAFFIC SIGNAL INSTALLATION GENERAL: ,1 i?. The signal equipment to be furnished and installed shall meet the following 'i specifications: 71 1) Missouri Standard Specification for Highway Construction-1996 Edition F 2) AASHTO Standard Specifications for Highway Signs, luminaries, and Traffic Signals- latest edition } J 3) Missouri Highway and Transportation Commission details as per the "d etail drawings:"Traffic Signal ( „ 902.OQ-Sig a) Sig n al Heads, Lenses, Mounting b). 902,10 -Controllers, Conduit Location's f� F 1 r C)_ 902.15- Power Supply Assembly, d) 902.20- Pull Boxes r ' e) 21 -Telephone t 902. ephone Inerconnect { is ?t { e `Y r f) 902.30- Post Bases',,. ?P 902.40-Tubular Steel frosts h) 902.50- Detectors } t i j i) 902.80 -Traffic Signal Symbols tt (4j 4'~ c 1WPD0CVFf ra c °r"s''aat�'"w.^4'wei.M'w�F"F ., rr.a�,+a.. it. `-'t +r� tr''+ 1.'d;,G.+iJ• r p� +. . r . 4 t a Z 31 2C�'�$`�'�5,.:$i,".'f G•�t�al.ey.e .o't. '" ( .t 1 i iK i'k. ffO� MY+sma® 1. ;: , t l CONTROLLER: In addition to the above referenced speciflrations,the controller shall meet the following requirements: i i 1) Controller to be equal to or simi lar to an"Eagle Signal EPAC 300 Series" 8 phase actuated controller. (Software Version 2.22) 2) Controller shall be capable of internal coordination, pre-emption, time base, and system functions. 3) Controller shall have an Integral modem. 4) Input Levels:All logic signals shall be low state(Nominal 0 volts DC)for the operate condition. j 5) Output Levels: All logic signals shall be low state(Nominal 0 volts DC) for the operate condition. s g) A "D" connector and connecting cable shall be provided for system ' sensor, monitor inputs and control outputs. 1(,- 7 - 7) Internal coordination wild.accept commands from the Internal system interface, and/or from a companion time base program. 8) Sixteen different timing programs may be selected with three offsets in ; each. Coordination parameters are to be entered through the controller unit keypad, downloaded through the system interface, or transfer"ted from .another controller unit. Coordination settings and activity.can be monitored on the controller unit display. a S) Unused time from the non-coordinated phases may be re allocated to the y coordinated phases. , „ 10) Transition cycles shall provide a smooth and orderly transition from Free, T` to Coordinated, Program to Program, and Coordinated to Free. -- 111)i: The coordinated phases operate as,nonactuated when in coordination. 12) The master shall be capable of dual coordination phases: 9 3 Manual operation shall be available in any patter by entry through front panel: t V { 3 i }f 'C:1wPdOC.,WFtOJECllhuman contrac4 mmaxpd October 26 1894 � l ; 11" i C .. w ...r. , 1 rp i h? t r -L-0� ��i"111�.�'YErisil�wi� '' J� - _ :. ?: .. ., ,a x SS +•'n/l:,f Yif s,.a j 1 k{ - 1 4) Time base control(TBC)shall be on a time of day, day of week, month t!, 4 day of year basis. A minimum of 180 TBC'events shall be capable'of being programmed. The TBC events shall be capable of being loaded from the keyboard on the front panel, downloaded from a system -; interface,or transferred from another controller unit. It shall be possible r to control system detector reporting and dimming function while In TBC program. 15) ' TBC shall be provided with a line frequency driven clock and backed up !. . by a battery support clock. The switch from Daylight Savings Time to E Standard Time shall occur automatically at a user selected time and be `; programmable from the keyboard. 16) Preemption shall be provided in two modes,high and low priority. There f shall be a minimum of six preempt inputs available for programming. nt 17) Must be compatible and capable of communicating with the MARC i Traffic Management and Control System software presently in use by the City. (1 j 4 CABINET: ; The controller cabinet shall be ground mounted and shall be equipped with all i` relays, load switches and other necessary accessories. The T ype 3 Power Supply assembly and the fighting circuit breaker cabinet shall ' be mounted on the side of the traffic signal control cabinet. „; ; COORDINATION: 4 Timed base coordination with the Missouri Department of Transportation ' (MoDOT)signal system located south of this instaliation.will be reg6fred.. The q j. contact person at MoDOT will be Julie Stotlemeyer, District Traffic'Studies r Engineer Telephone: 573-751-7116. SP 2222 COLD MILLING REQUIREMENTS i PLANING MACHINE EQ.JIPMENT ' " The planing machine to be used in this contract shall be designed and built for + ,{, ' cold planing work,shall,baself-propelled and shall have a means of-plarnng or milling the cold pavement surface. A dust suppressionsystem must be pert of k> t the erns'�ui ment. k r q p The dram patte shall permit a grooved orsmooth surface s ° ' finish as'selected by the Department of Pub{'sc v1►'orks. The drum shall be'totally { a� enclosed to preventdischargeofany loosened material on adjacent Work areas Maximum width:oaf the planing machine will not,be restricted. A minimum of 42 « x Inches is preferred.Smaller machines maybe used for auxiliary purposes only. y. It E. { c:\wrDOCSTROJECIVnmian contract swo.wpd Odobw 26,1996 �t�r 4.3 yt 4 j1 5$Fi{ .df The equipment planing shall provide for pick-up of cuttings and elevating into dump trucks all In a single operation. Use of front end loaders as the primary nl Means of pick-up will not be construed as a single operation norwill side loading ; Y! of dump trucks be permitted. :t { The cold planing machine shall have adequate power to force:the cutting edge(s) of the drum teeth to the desired depth below.the surface of the pavement without causing undue irregularities in the surface of the planed pavement. The planer shall be so designed and constructed that it is capable of cutting flush to all curbs,inlets,manholes,or other similar obstructions within the paved t areas. -� Drum lacing patterns shall permit a smooth surface finish after planing"with t , groove spacing not to exceed one(1)inch unless approved by the Department I . . of Public Works. l ' The,planing machine shall be equipped with a flashing yellow light visible from t t 360 degrees. The light shall be mounted near the rear of the machine and shall t be used whenever the machine is being used. METH0DS OF OPERATIOIe! The nature and condition of the cold planing equipment and the manner of , performance of the work shall be such that the finished planed surface of the ` pavement is not tom,gouged,shaved, broken, oil coated or otherwise injured by the planing operation. The cold milling generally consists of milling off the surface to a depth of 2".,:It s ! is anticipated that on some areas the cold milling depth will be greater than the i kr typical 2"to maintain a good profile and drainage. Additionally,where brick is + .� the underlying material, it will be necessary to mill to the top of the bricks or to: f` t - sound asphalt. Any unsound material remaining on the bricks after milling shall. be removed at the contractor's expense. fi z in the event two (2) machines are used, they will be run in tandem so as to ( r< f f occupy only one lane, 500 running foot length of operation. This running t I t distance shall be from the planing machine to the last operated piece .of i rr"'sit equipment In said lane,orwhere circumstances warrant. Operation distance 3} !- —� may be Increased with the approval of the Department of.Public Works. , t it Y t C:IWPDOCSPROJEC ntruman contract sWaxpd octo1w Z8,1998 a f i f r ' 1 r " x Tolerances: In all areas designated, sufficient passes or cuts shall be'made T „ such that all irregularities or high spots are eliminated to the satisfacfion of the Department of Public Works. The planing operation shall provide a smooth p P 9 P u f profile and cross section that does not require.a leveling course prior to the { overlaying,operation. The maximum tolerance In a longitudinal direction shall ;: be '/" under a ten (10)foot.straight edge and shall be 3/8" under an eight(8) foot straight edge In a transverse direction. ,t } UTILITY MANHOLES, VALVE BOXES, CURBS AND SURFACE ACCESSORIES 71 The contractor shall use a small cold milling machine capable of milling around ` 1 manholes and valve boxes. Coid milling around valve boxes and manholes shall be performed immediately after cold milling a lane width and before that part of a lane Is reopened to traffic. Bituminous hot mix shall be placed around valve boxes and manholes for a width of three(3)feet, raked to a feather edge and compacted. The contractorshali be held responsible for protecting all utilities and in the vent he damages any of them, they shall be replaced bar the contractor at his own ' r ,' expense. ` SN23 AREA REFLECTIVE CRACK CONTROL_TREATMENT t F S _ ' 'This work shall consist of furnishing all materials, equipment and labor and perrorming all operations for constructing Area Reflective Crack Control Treatment. Area Reflective Crack Control Treatment shall be Reflective Crack . " Control System A (Petromat or approved equal). t {, The surface on which Reflective Crack'Control System A is to be constructed shall be clean and dry. j� Bituminous surface course mixtures placed on top of any Reflective Crack t Control system shall be.,placed at a maximum temperature of 300 degrees F. t' All other preparation, transportation, placing and,.compaction of bituminous r mixtures shall be done In conformance with the Technical Specifications. ,t V., t t l i t , C:1WPDocs1PROJECTItnuman contract spxs.wpd octabor 26, 1998 € W, . St 1 I `f 4 77, 777'77' t9 +r{: .t .t �Ykt.,,,,.+.w+•av,+^}w{'144".7 I�, t .x IJ } a iv track Contrc I S em A The reinforcing fabric shall be nonwoven of ro P YP Pylene or other approved ` � =_ plastic fabric* having the following properties: • Weight(ASTM D 1910) . `i ozJs q• y d.' min. 3.60 �'• �{ Grab Strength (ASTM D 1662) . lbs., min. 90.00 „ i Elongation at Break (ASTM D 1682) i % min. 55.00 = Asphalt Retention gals./sq. yd. min. 0:20 an The asphalt binder shall be 85/100 penetration asphalt cement meeting the it i F'1 requirements of Section 1015.5 of the Missouri.Standard Specifications for Highway Construction. z �t. t� Mechanical laydown equipment shall be capable of handling full rolls of fabric >, and shall.be capable of laying the fabric smoothly without excessive wrinkles::., i and/or folds. i t: Sufi'brush brooms to smooth the fabric and scissors to cast the fabric shall be „ provided. r �r The area to, be covered with fabric shall be sprayed unifomniy with as ' l �} binder at a rate of 0.25 to 0.30 gallons per square yard as directed by the ; . engineer. Binder application shall be accomplished with a pressure distributor t ` r ; for all surf6ces except, where the distributordoes not,have room to operate, hand spraying will be allowed. The Mdth of the spray application shall be no Niel.Y # more than 6"wider,than;the fabric and no less than the fabric width plus 2". The r,= h binder steal!not be applied at a temperature greaterthan 325 degrees F to avoid , + damage to the fabric. After the'binder has been sprayed, the fabric,shall be ', unrolled or hand placed onto the binder without delay. Every effort must be. { made to lay tine fabric as smoothly as,possible to avoid wrinkles. In no case �k fly shall wrinkles large enough Ito cause laps of,the.fabric be' a ed :.'.;Su& permitted. `rt wrinkles shall be cut and'laid out flat. The fabric shall be br©omed or s ct q 6d to remove air bubbles and rake complete contact'with the road surfece F tr Kniiv s + rt {'3F St qt ol 'sx*1`44 s 1 C:IWPDC1C51PRO:IECTltritman contract sms.wpd, t r ( f r. Grp(?# '.^T.n,**a+my+.ewa*w�rr.+'FrNrMO,w!aY,efY +v'++ v.,tY•t+* I.S �a *^.^ ., `r, ; ,»-w gr� s rt, ew...(�*�tsFN S��s"°,`e,°,.�"�. . r,Y,'.. ,.. 71•, ....' .{.,.'` r .... . _ i. r 4 'y n t }}t4 r'�` } I : The fabric shall overlap the adjacent fabric panel a minimum of 2". Additional . binder shall be applied to make the joints where overlap Is greater than 2". This :71 shall,be"a hand application. The transverse joints shall be made in such , manner to avoid ,pickup by the paver. The direction of paving shall be in the direction of fabric placement. " When the contractor re-opens the pavement after applying the fabric and prior ` to resurfacing,he shall apply prime coat aggregate to the surface when and in ' + the quantity requested by the engineer. In addition,the contractor will be held r responsible for any and all damage to the fabric by traffic. The contractor will repair the fabric in accordance with the specifications at his own expense. ,. Basis of payment This work shall be paid for at the contract unit price per square yard of AREA REFLECTIVE CRACK CONTROL TREATMENT,which prices shall include payment for performing the work as described herein. _... SP 24 INDUCTION LOOP REPLACEMENT FOR TRAFFIC COUNTERS ;A- i Traffic Counters are located on the south side of the Mail entrance and Hy-Vee entrance as shown an the plans. New induction loop wiring for each counter F 1V ,i shall be installed in the inbound lanes of the new entrances. The loops shall be connected to the counters to Inure that they are operational when the entrances � are completed. Payment will be made at. the unit price bid per each for the two counts . p rs rF Payment shall include all costs required to replace the loops and leads needed —, for operational use. Attached are informational sheets pertaining to the counters. SP 25 CONSTRUCTION PHASING The construction work on the entrance to Hy-Vee Supermarket left Station. ! 11+33 and the widening on Truman Boulevard between this entrance and the ` .i J Capital Mail entrance left Station 15+54 shall be the first order of work.Phasing for the remainder of the project shall be done in a manner to insure that ' interruptions to traffic and businesses are minimized. z P Z6 DROP INLET AT VENTURA AVENUE t = _ The existing drop Inlet located on Ventura Avenue, 54 feet right;of Station ,, ' 10+12.84 shall be utilized in place. The transitions and throat shall be repoured r= 1 to,match the new curb and gutter..No direct payment will bye made for his item. #` t CAMOMPROJEC ntruman contract sped impd October,26; 1998 I + a t , Yt i ! !fl 4:. SP!!27 OURG AND GUTIER ;�. 'a On typical sections that require asphaltic concrete base under the curb a'nd gutter, the cast per linear foot.for curb and gutter shall include the cost of the asphaltic concrete base under the curb and gutter. l SP-28 CAPITAL MALL -HY VEE SIGN The Capital Mall-Hy-Vee pole sign located 100 feet left of Station 15+80 shall be relocated as part of this contract. This work shall be a first order of work. Payment will be made at the unit price bid and shall Include all materials a nd labor necessary to move the sign including a new concrete foundation and reconnection of electrical circuits. f i SP-29 SUBCONTRACTING No second-tier subcontracting will be permitted on this project. SP-30 INSPECTION BY Mo®OT AND/OR FHWA PERSONNEL Inspections of the work may be made by the Missouri ©apartment of Transportation(MoGOT)and the Federal Highway Administration(FHWA). The .: contractor shall grant them access to all parts of the work. 3 SPy31 FEDERAL-AID REQUIREMENTS The attached federal-aid requirements are hereby made a part of this contract. J Notice of Requirement for Affirmative Action to Ensure Equal t • Employment Opportunity(Executive Order 11246) ,3 Standard Federal Equal Employment opportunity Construction Contract Specifications (Executive Order 11246) ( .:. Nondiscrimination in Employment Statements and Payrolls 1 y JJ}M1i •S ` �F,,,.' ,,. Required Contract Provisions, Federal-Aid Construction Contracts .: Whenever these requirements are more•stringent thain otherwIse provided, {{ these requirem'6nts.shall govern. END OF SPECIAL PROVISIONS ZU F t ,1t ' .. x C 1WP0©CSWROJE&Un man contract apecampd October 26,1898 i }� +r r , . x. 4 0 �M y. December"19A0 i1I _ �i .. NOTICE O� RE UIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) It «: 1. The Offeror's or Bidder's attention is called to the "Equal opportunity Clause" and the Standard Federal Equal Employment opportunity Construction Contract Specifications" set forth herein. - ! ` 2. The goals and timetables for minority and female participation, expressed to percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: 3. Construction contractors which are participating In an approved Hometown Plan (see 41 CFR 6D-4.5)are required to comply with the goals of the Hometown Plan with regard fo construction work they perform in the area covered by the Hometown Plan. With regard to all their other covered construction work, such contractors are required to comply with the following goals: Goals for Female participation for each trade �F AREA COVERED Goals for women apply nationwide i GOALS AND TIMETABLES t. Goals ' Timetable (Percent) From April 1, 1978 until March 31, 1979 3,1 From April 1, 1979 until march 31; 1980 S,1 , t From April 1, 1980,until March 31, 191 6.9 Goals for minority Participation for Each Trade ' county Goal (Percent) County Coal(Percent) .: x 3f , r air Linn 3.Z dr-ev� Livingston 10 . x ch� 10, McDonald 2.3 _., Udr ain 4. Macon 4 i � rry 2.3 Madison 11.4 } Baden 2.3 Marles 11.4 1: N Bates '> gip, l 10 Marion 3.'f r { fr i Er:•. F ' e , �5 Ib,. •+�ti~i...u..n..u,..� r.>•axrrxz.,.' T,� ++•...ai:.. ... '•.: x.. } a , Y. r .� - _- .� �- -�-•�-�•��y,.•.+�-.---.�-�.o.�...� i....aPw���e.ws.vaw�rl�F'1V+A117w►1t'rd�1.'c�aur'ear.V�.YI } aw f 1 t Benton 10 Mercer 10 Bollinger 11.4 Miller 4 Boone 6.3 Mississippi 11.4 Buchanan , . 3.2 Moniteau 4 Butler 11.4 Monroe 4 Caldwell 10 Montgomery 11.4 Callaway - 4 Morgan - .4.._ M, Camden 4 New Madrid 26.5 4 ; Cape Girardeau 11.4 Newton 2.3 Carroll 10 Nodaway 10 _ Carter 11.4 Oregon 2.3 Cass 12.7 Osage 4 Cedar 2.3 Ozark 2,3 Chariton 4 Pemiscot 26.5 Christian 2 Perry 11.4 Clark 3.4 Pettis 10 Clay 12.7 Phelps 11.4 Clinton 10 Pike 3.1 Cole 4 Platte 1?..7 Cooper 4 Polk 2.3 Crawford 11.4 Pulaski 2.3 Dade 2.3 Putnam 4 f Dallas 2.3 Rails 3,1 R Daviess 110 Randolph q DeKalb 10 Ray 12.7 " _i Dent 11.4 Reynolds 11,4 Douglas 2.3 Ripley 11.4 0un'lklln 26.5 St.Charles 14.7 ! Franklin 14.7 St. Clair 2.3 F., Gasconade 11.4 St. Francois 11.4 Gentry 10 Ste. Genevieve 11.�..�, Greene 2 St. Louis City 14.7 ((f Grundy 10 St. Louis County 14.7 - i ". Harrison 10 Saline 10 f Henry 10 Schuyler q .-� Hickory 2.3 Scotland q ` Holt 10 Scott 11:4 .� Howard 4 Shannon 2.3 Howell 2.3 Shelby q I I 2 i S t rlll a(XBfFW�R�iews�er..,o/.....>.c...�.�•.� .� _� iron 11.4 Stoddard 11.4 Jackson 12.7 Stone 2.3 �.v. Jasper 2.3 Sullivan 4 Jefferson 14.7 Taney 2.3 Johnson , 10 Texas 2.3. Knox 4 Vernon 2.3 Laclede 2.3 Warren 11.4 —, Lafayette 10 Washington 11.4 ai Lawrence _ 2.3 Wayne 11.4 Lewis 3.1 Webster 2.3 Lincoln 11.4 Worth 10 Wright 2.3 These goals are applicable to all of the contractor's construction work (whether or' not Is Federal or federally assisted) perforated in,he covered atea. if the -1 contractor performs construction work In a geographical area located outside of the covered area, It shall apply the goats established for such geographical area f where the work Is actually performed. With regard to this second area, the contractor also Is subject to the goals for both Its federally involved and nonfederally involved construction. ' --� The Contractor's compliance with the executive order and the regulations In 41 ' CFR Part 60.4 shall be based on Its Implementation of the Equal opportunity Clause, i :. specific affirmative action obligations required by the specifications set forth in 41 CFR 6G.4.3(a), and Its efforts to meet the goals. The hours of minority and female F: employment and training must be substantially uniform throughout the length of the contract,and In each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of !. minority, or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a I 1 violation of the contract, the Executive Order and the regulations in 41 CFR Pert 3 60.4. Compliance with the goals will be measured against the total work hours t performed. .4. The Contractor shall provide written notification to the Director of the Office of ' t Federal,Contract Compliance Programs within 10 working days of award of an C onstruction subcontract in excess of$10,OOo at any tier for construction work, !} ,f under the contract resulting from this solicitation. The notification shall list the` E ?�t name, address and telephone number of the subcontractor; employer ; identtficat(on number; estimated dollar amount of the subcontract; estimated starting-and completion dates of the subcontract; and the geographical area In whiich the subcontract is to be performed. S. As used in this iVotice,,and'in the contract resulting from this solicitation, the s "covered area" of the county, route, and limits described in the proposal for the ` work. t e(• 3 / 'b 1 l ,fit t t �r �j. 3/'s r )tl d.: .It' •' ' r•, 1 } )� !-..1.t .'13 / ' tY �QYLIIYI� �f31N1�W7iVR�Y f.ID1i1B/A�•Y/�.iw.� ���• -- iwr�wr �_�_�____. _ .. • . •. �••. July 1986 { ;. j STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION �. ,gINTRACT SPECIFICATIONS (EXECUTIiI'E ORDER 11246)� w j 1. As used In these specifications: . i, a. "Covered area" means the geographical area described in the solicitation which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs united States Department of labor, or any person to who the Director delegates authority; , C.. "Empigyer Identification Number" means the Federal social security number used on the Employer's quarterly Federal Tax Return, U.S.Treasury Department Form 941; ; d. "Minority" includes; (i) black (all person having origins in any of the Black African racial groups not df Hispanic origin); (11) Hispanic(all persons of Mexican, Puerto Rican, Cuban, Central or South American or otter Spanish Culture or origin, regardless of € ; race); c (iiil Asian and pacific islander(ail persons having origins in any of the original peoples of the Far East, southeast Asia, the Indian Subcontinent, or the Pacific islands; and `4 (IV) American Indian or Alaskan Native (all persons having origins In any ? ' of the original peoples of North American and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier,subcontracts a portion of the work Involving any construction trade, it shall physically include in each subcontract in excess of$10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which Is set forth in the solicitations from which this contract resulted. f; ` 3. if the Contractor is participating (pursuant to 41 CFR 60°4.5) in a Hometown Plan approved by tae U.S. Department of labor In the covered area either individually, or through an association, Its affirmative action obligations on all work In the:Plan area (including goals and timetables) shall be In accordance with that Plan for } " those trades which have unions participating in t he Plan. Contractors } must be . r able to demonstrate their participation In and compliance with the provisions of,, any such Hometown Plan. Each Contractor or subcontractor participating In an. . approved Plan is individually required to comply with its obligation under the EEO clause,and to make a good faith effort to achieve`each goal under the Plan Inv:dh trade in which it has employees. The overall good faith performance by other' r Contractors,or Subcontractors toward a goal In an approved Plan does not ek'bse lti 1'I? 4 r t , t any covered Contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. ..- 4. The Contractor shall implement the specific affirmative action standards provided In paragraphs 7a through 7p of these specifications. The goals set forth In the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the { Contractor should reasonably be able to achieve In each construction trade ire which It has employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a ' Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically In the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance € Programs office or from Federal procurement contracting officers. The ! Contractor Is expected to make substantially uniform progress toward its goals In each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with who the Contractor has a collective bargaining agreement,to refer ° either minorities or women shall excuse the Contractor's obligations under these l I specifications, Executive Order 11246, or the regulations promulgated p ursuant thereto. " 6. In order for the nonworking training hours of apprentices and trainees to be I counted in meeting the goal, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a . commitment to employ the apprentices and trainees at the completion of their training, subJect to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following; a. Ensure and maintain a workin g environment free of harassment, k " intimidation, and coercion at all sites, and In all facilities at which the Contractor's employees are assigned to work. The Contractor shall specifically ensure that all foremen,superintendents, and other on-site F supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention,} to minority or female Individuals working at such sites or in such facilities. r; b. Establish and maintain a current list of.minority and female recruitment sources, provide written notification to minority and female recruitment; t sources and to community organizations when the Contractor or its untans have:employment opportunities available, and maintain a record of the " organizations' responses. r s J i min I�T1MN6itlHtffaU959M� ri�rtrliMnwor�te�araii�aor0har�a�sl�oi►s�tiv�i�i,t,.e�...e��.....��_�_...____.._.—_�.._____—__. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or fernale: referral from a union, a recruitment source or community organization and --" * what action was taken with respect to each such individual. If such ' individual was sent to the union hiring hall for referral and was not referred 'back to the Contractor by the union or, if referred not employed by the Contractor, this shall be documented In the file with the reason therefor, ' , ' along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the unlon referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-Job training opportunities and/or participate In training programs for the area which expressly Include minorities and women, Including upgrading programs and.apprenticeship and trainee prograrrys . relevant of the contractor's employment needs, especially those programs` i funded or approved by the Department of labor. The contractor Shall �d provide notice of these programs to the sources complied under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to rY, unions and training programs and requesting their cooperation in assisting,E the Contractor In meeting its EEO obligations; by including it in any poiiryy manual and collective bargaining agreement by publicizing it In the company newspaper, annual report, etc., by specific review of the policy ? '' with all management personnel and with all minority and female - !' employees at least one a year; and by posting the company EEO pollci on bulletin boards accessible to all employees at each location where construction work is performed. j g. Review, at least annually, the company's EEO policy and affirmative action ` obligations under these specifications with all employees having any ' responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on s to supervisory personnel such as superintendents, General foreman, Etc., prior � to the initiation of construction work at any job'site. A written record snail be made and maintained identifying the time and place of these meetings, person attending,subject matter discussed, and disposition of the subject :t matter. ; h. Disseminate the contractor's EEO policy externally by including it in any � , advertising In the news media, specifically including minority and female news media,and providing written notification to and discussing the:,., t contractor's EEO policy with other contractors and Subcontractors with who the Contractor Does or anticipates doing business. 1. Direct is recruitment efforts, both oral and written,to minority, female and "s community organizations, to schools with minority and female students rk and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than: 6 • 1. r J tl.. , z -� one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Coati actor shall send written notification to organizations such as the above, describing the openings, screening procedures, and test to be used in the ~� selection process. ec j. Encourage present minoritiand female employees to recruit other minority persons and women and, where reasonable, provide after school, summer vacation employment to minors and female youth y minority y both on the site and in other areas of contractor's workforce. k. Validate all tests and other selection requirements where there Is an obligation to do so under 41 CFR Part 60-3. ` t. Conduct, at least annually, an Inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. I M. Ensure that seniority practices,Job classifications, work assignments and 1 other personnel practices, do not have a discriminate effect b ±� discriminatory continually monitoring all personnel and employment related activities to + ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. i o. Document an maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, Includingi circulation of solicitations to minority and female contractor associations' ! and other business associations. P. Conduct a review, at least annually, of all supervisors' adherence to and f i performance under the Contractor's EEO policies and affirmative action obligations. ! S. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations Ga through 7p). The:'I `1 efforts of a contractor association,Joint contractor unions, contractor community, ' ..� or other similar.group of which the contractor is a member and participant, may be asserted as fulfilling anyone or more of its obligations under 7a through 7p of these specifications provided that the contractor actively participates In t he group,makes every.effort to assure that the group has a positive impact on the ?; employment of minorities and women in the industry, ensures that the concrete il " ? , benefits of the program are reflected in the contractor's minority and female' i workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the i r effectiveness of actions taken on behalf of the contractor. The obligation to § , comply, however, is the Contractor's and failure of such a group to flilf III an X obligation shall not be a defense for the Contractor's noncompliance. / 1f .. Ld ,.. 9. A single goal for minorities and a separate single goal for women have been established to provide equal employment opportunity and to take affirmative.,< action for all minority groups, both male and female,and all women, both a u sta tlall •��� minority and non-minority. Consequently, the group,is employed in s b n y disparate manner(for example, even though the Contractor has achieved, Its goals for•vmohlen generally, the Contractor may be in a violation of the executive Order F if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, � or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal opportunity Clause, Including suspension, terminationand cancellation of existing subcontracts as may be imposed or ., ordered pursuant to:Executive order 11246, as amended, and Its implementing regulations, by the office of Federal Contract Compliance Programs. Any ' contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive order 11246, as amended. ' a 13. The Contractor, in fulfilling Its obligations under these specifications, shall s Implement specific affirmative action steps, at least as extensive as those ti standards prescribed in paragraph 7 of these specifications, so as to achieve maximurn results from its efforts to ensure equal employment opportunity. if the Contractor falls to comply with the requirements of the Executive order, the Implementing regulations, or these specifications, the Direct shall proceed In accordance with 41 CFR 60 14. The,Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried, out to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee 'the name, address,telephone numbers, construction trade, union affiliation if any, fi employee identification number when assigned,social security number, race,sex, status (e.g. Mechanic,apprentice, trainee, helper, or laborer), elates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which.the work was performed. Records shall be maintained In an easily uncler�ndable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provide'shall be con strued'as a limitation upon the applicatiorrAf other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residen evlg., tfiose.under the Public works Employment Action of 1977 and the Community: Development block Grant Program). ; i+a,dlsk"r(Z.uiiiti'Et1y31•.eirm'r.,$.d;,jyr'45ti+ Y{Hb::f. :..•I<r,,. .,...-.,. ,. ... .. .. g �� 1 _ _ '.1l��01i:/.,. , I •�.w.�rsr�v.r�.�^�.�_.—_i -_ .. +.-.'.. .1 i ,.':�i rvC, Mitt C lj ? OPERATING POLICY STATEMENT The contractor shall accept as his operating policy the following statement, or one of ; �.._ equal coverage, which is designed to further the provision of equal employment ' opportunity to all persons without regard to their race, color,.religion, sex, or natlonel origin, and tnpromote the full realization of equal employment opportunity through a 1 . positive continuing program: t "It is the policy of this company to assure that applicants are employed, and that employees are treated during employment without regard to their race, religion, sex, 4 color, or national origin. Such action shall include: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training." SUPPLEMENTAL REPORTING REQUIREMENTS A. The contractor will keep such records as are necessary to determine compliance with the contractors equal employment opportunity obligations. The records kept by the contractor will be designed to Indicate the number of minority and ! non-minority group members and women employed in each work classification on s the project. , B. All such records must be retained for a period of three years following completion, of the contract work and shall be available at reasonable times and places for Inspection by authorized representatives of the State Highway agency and the . , Federal Highway Administration. C. The contractor and each covered subcontractor will submit to the state Highway ' °? 7, agency,for the month of July, for the duration of the project, a report(Form PR-1391) "Federal-ald Highway Construction Contractors Annual EEO Report indicating the number of minority, women, and non-minority group employees, -� currently engaged In each work classification required by the contract work. . _ NONDISCRIMINATION IN EMPLOYMENT � July 1990 The following provisions are added by the state to the Required Contract Provisions of r Federal-Alo Contracts. r The contractor Isadvised that the exemptions referred to in the Required Contract PrnVislons, Federal-Aid Contracts under Section 11,Nondiscrimination, Paragraph 3g,with j4 !{ respect to contracts and subcontracts,are"substantial and are to be found ire Chapter 80 .106.1ce of Federal Contract Compliance, Equal Enipioyment Opportunity, Departmerrt,�f _{ labor (33 Federal Register 7804-7812,May 28, 1968, effective July 1, 1968, Chapter 60,;Titie $ , 41,Code of d eder°ai'Regulations),.,by which contract and subcontracts of S10 oo0 or less and certain contracts and subcontracts for indefinite quantities are exempt..',, ' 5 r ♦ 4t �t }��Y1'.*�dWx.Kwti,ta ++4i1 .:+H.444t-t„iA'•+:,r. .i'... _ w rr,- . ....... ..,. .. .. .. ...... .. ...... r , 't } 1'. r t r 9 y rl� i - The two pertinent exemption clauses are as follows: , 60-1.s Exemptions (a) General,- (1) Transactions of $10,000 or under. Contracts and subcontracts not e'kCeeding $10,000, other than.Government bills of lading, and other thaci Contracts and subcontracts with depositories of Federal funds in any amount and with financial institutions which are issuing and paying agents for U.S. savings �! bonds and savings notes, are exempt from the requirements of the equal opportunity clause. In determining the applicability of this exemption to any, i federally assisted construction`coat►act, or subcontract thereunder, the amount of such contract or subcontract rather than the amount of the Federal financial assistance shall govern. No agency, contractor, or subcontractor shall procure 4 -- supplies or services In a manner so as to avoid applicability of the equal Opportunity clause: Provided, that where a contractor has contracts or s 4 : subcontracts with the Government in any 12-month period which have an " aggregate total value (or can reasonably be expected to have an aggregate total value) exceeding $10,000, the $10,000 or under exemption does not apply, and the i contracts;are subject'to the order and the regulation issued pursuant thereto regardless of whether any single contract exceeds $10,000. (2) Contracts and subcontracts for indefinite quantities. with respect to x contracts and subcontracts for Indefinite quantities (including, but not limited to t, open end contracts, requirement type contracts, Federal Supply Schedule contracts, "call-type' contracts, and purchase notice agreements), the equal opportunity,clause shall be included unless the purchaser has reason to believe that.the amount to be ordered in any year unde.r.such contract will not exceed S1 0,000. The applicability of the equal opportunity clause shall be determined by �T the purchaser at the time of award for the first year, and annually thereafter for i succeeding years, if any. Notwithstanding the above, the equal opportunity clause "1 shalt be applied to such contract whenever the amount of a single order exceeds . ? .,.J 510,000. once the equal opportunity clause is determined to be applicable, the contract shall continue to be subject to such clause for Its duration, regardless of.'� r the amounts ordered, or reasonably expected to be ordered in any year. f STATEMENTS AND PAYROLLS ! '; Aria the following provisions are added by the state to the Required Contract Provisionsr o Federal-Aid Contracts. �t The contractor is advised that the;t=inal Certification referred to on Form FHWA 127 , Section y'., Paragraph 3 is no longer required to be completed. k r > ik� 1{ f z .10 t -+n.tarSww+a+w.'.ftK...u+- t 4# '�f• f !1 it l } 3( t ++YJ(( f t 7t 7 P�i+'f.x X": R1,3•.,'' ..tlt--.�'.,t,t r,fr:'}. ,.. '(,,.,.. ..yam � r F"A-1273 Ewctra+ie eerier-to n iri.,%KA REQUIRED CONTRACT PROVISIONS FEDERAt.•AID CONSTRUCTION CONTRACTS i Page ment A),or } 1. General . .......... 1 11. Nohdiscri�rilrptton ........ ............. ........ 1 b. employ convict tabor for any purpose within the omits of the 111. Nonsegregated Facilities.... ..... . ............ . ' 3 project unless it Is labor performed by convicts who art'on parole, IV, Payment of Predetermined Minimum Wage ..... ... 3 supervised release,or probation. V. Statements and Payrolls ......... .............. 6 VI. Record of Materials,Supplies,and Labor .......... 6 IL NONDISCRIMINATION , VII. Subletting or Assigning the Contract .............. 7 VIII. Safety: Accident Prevention . ...... ............. 7 (Applicable to all Federal-aid construction contracts and to sill IX. False Statements Concerning Highway Projects., ... 7 related subcontracts of$10,000 or more.) X. Implementation of Clean Air Act and Federal Water Pollution Control Act .. ............ ....... 8 1. Equal Employment Opportunity: Equal employment opportu- X1. Centfication Regarding Debarment,Suspension, nity(EEO)requirements not to discriminate and to take affrn'native . ; Ineligibility,and Voluntary Exclusion .............. 8 action to assure equal opportunity as set forth under law's,executive Xtl. Certification Regarding Use of Contract Funds for orders,rules.regulations(28 CFR 35,29 CFR 1630 and 41 CFR 60) Lobbying ................ .................... 9 and orders of the Secretary of Labor as modified by the provisions ; prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall ATTACHMENTS constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract The Equal A Employment Preference for Appalachian Contracts Opportunity Construction Contract Specifications set forth under 41 (included In Appalachian contracts only) CFR 60.4.3 and the provisions of the American Ditnbifrtoe's Act of 1990(42 U.S.C. 12101 es shy.)set forth under 28 CFR 35 and 29 ' '• 1. GENERAL CFR 1630 are incorporated by reference in this contract. In the execution of this contract,the contractor agrees to comply with the '; -- 1. Thm rxntract provisions shall apply to alt work performed on following minimum specific requirement activities of EEO: E the contract by the contractors own organisation and with the E assistance of workers under the contractors immediate suoerin- a. The contractor will work with the State highway agency i 1 tendenee and to all work performed on the contract by piecework, (SHA)and the,Federal Government in carrying out EEO obligations rrr I station Mork.or by subcontract. and in their review of his/her activities under the contract. i 2. Except as otherwise p:ovide'd for in each section,the contractor b. The contractor will accept as his operating policy the shalt insert in each subcontract all of the stipulations contained in following statement: i — tffese Required Contract Provisions, and further require their 'r inclusion in any lower tier subcontract or purchase order that may in "it is the policy of this Company to assure that applicants are turn be made. The Required Contract Provisions shall not be employed,and that employees are treated during employment, { I ka"pomted by reference in any case. The prime contractor shall be without regard to their race,religion,sex,color,national origin, responsible for compliance by any subcontractor or lower tier age or disability. Such action shall 'include: employment, i subcontractor with these Required Contract Provisions. upgrading, demotion, or transfer, recruitment or recruibiwnt. advedising;layoff or termination:rates of pay or other forms of ` 3. A breach of any of the stipuiatirms contained in these Requited compensation;and selection for training,including apprentice- Contract Pmvisiorm shall be sufficient grounds for termination of the ship,preapprenticeship,and/or on-the-job training contract. 2. EEO Officer. The contractor will designate and nuke kxwwn j 4. A breach of the following clauses of the Required Contract to the S HA contracting officers an EEO Officer who will have the Provisions may also be grounds for debarment as provided in 29 responsibility for and must be capable of effectively administering —' CFR 5.12: and promoting an active contractor program of EEO and who must be assigned adequate authority and responsfai9ty to do so. ' Section 1.paragraph 2: Sectlon IV,paragraphs 1,2,3,4,and 7; 3. Dissernlnation of Polk;y: Ali members of tale comahctoes,staff -- Section V.paragraphs 1 and 2a through 2g. who are authorized to hire, supervise, promote, and L discharge employees.or who recommend such action.or wtto are substantlitly 5. Disputes arising out of the labor standards provisions of involved In such action, will be made fully Cognizant of,`and Vda SWAIon IV(except paragraph 5)and Section V of these Required implement.the curl tfadors EEO policy and,contractual ttspansiblil- ,' Contract Provisions shad.not be,subject to the general disputes ties to provide EEO in each grade and classification of emliloyment douse of this contrail Such disputes shad be resolved in actor- To ensure that the above agreement will be met, the fotSoaring dance.wlth the procedures of the U,S.Department of Labor(DOL)as actions will be taken as a minimum 'rf i set foM In 29 M S.6.and 7. Disputes within the meaning of this douse kw*ade disputes between the contractor (or any,of its a. Periodic meetings of supervisory and personnel office '; subcontrostors) and the contras tq agency, the DOL. or the employees will be conducted before the start of work.and than not cai>tractors ampklryaes of their representatives. less often than ante every sot months,at which 1ir»W rite contra I EEO policy and its implementation will be revievrod and exptuinad 6. Selection of Labor During the performance of this contract, The meeta'tgs wM be conducted by the EEO Officer, the eon7actor shah riot: Y b. AN riew supervisory or personnel otfioe entpkWeets will be +s. ctsaaifrfnote against labor from any other State,possession, given a thorough indoctrination by,the EEO Officer. covering all r or ienitaYy N the United States(except for erraptoyntant preference major aspects of the contractors EEO obligations within tit*days for Appalachian contracts.where appGcaNe.as specified in Attach- following their reporting foe duty with the contractor, ; for`1 r; gallon, the contractor will inform every complainant of all of hl5 C. Ad personnel who are engaged in direct recruitment for the avenues of appeal, project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees. 8. Training and Promotion: • i d. Notices and posters selling forth the contractor's EEO a. The contractor will assist in locating, qualifying, and . policy,krill be placed Vt areas readily accessible to employees, increasing the skills of minority group and women employees, and applicants for erdployment and potential employees. applicants for employment. e. The contractor's EEO policy and the procedures to b. Consistent with the contractors work force%equireiiwrits implement such policy will be brought to the attention of employees and as permissibte under Federal and Stale nRgulation, the + by means of meetings,employee handbooks, or other appropriate contractor shall make full use of training program;, i.e., a3ppren• means. ticeship,and on-theyob training programs for the geographical tdrea of contract performance. Where feasible,25 percent of apprentices 4. Recruitment: When advertising for employees,the contractor or trainees in each occupation shall be In their first year of appren- I will include In all advertisements for employees the notation: "An ticeship or training. In the event a special provision for training it, Equal Opportunity Employer.~ All such advertisements will be placed provided under this contract,this subparagraph will be superseded in publications having a large circulation among minority groups in as indicated in the special provision. the area from which the project work force would normally be wa derived c. The contractor will advise employees and applicants for employment of available training programs and entrance require- . The contractor will,unless precluded by a valid bargaining ments for each. i agreement,conduct systematic and direct recruitment through public ! and private employee referral sources likely to yield qualified minority d. The contractor will periodically review the training and group applicants. To meet this requirement, the contractor will promotion potential of minority group and women employees,and wilt identify sources of potential minority group employees,and establish encourage eligible employees to apply for such tr. and promo 1 with such Identified sources procedures whereby minority group tion. applicants may' be referred to the contractor for employment J consideration. 7. Unions: If the contractor relies in whole or In part upon unions as a source of employees,the contractor will use hisnier best efforts• ; b. In the event the contractor has a valid bargaining agree- to obtain the cooperation of such unions to increase opportunities for ment providing for exclusive hiring hall referrals,he is expected to minority groups and women within the unions,and to effect itsferr;als observe, the-provisions of that agreement to the extent that the by such unions of minority and female employees. Actions.by the system perm is the contractors compliance with EEO contract contractor either directly or through a contractor's association acting I ~` provisions. (The DOt-has held that where implementation of such as agent will include the procedures set forth below: 111 agreements have the effect of discriminating against minorities or { women,or obligates the contractor to do the same,such imptemen- a. The contractor will use best efforts to develop.in coopera- __ tation violates Executive Order 11246,as amended.) tion with the unions,joint training programs aimed toward qualifying r more minority group members and women for membership in the ' = c. The contractor will encourage his present employees to unions and increasing the skills of minority group employees and ' 1 refer minority group applicants for employment. Information and women so that they may qualify for higher paying employment. ! procedures with regard to referring minority group applicants will be employees. b. The contractor will use best efforts to incorporate an EEO discussed with l es. ! ! clause into each union agreement to the end tiaat such union will be j ;l•. Personnel Actions: Wages,working conditions,and employ- contractually bound to refer applicants without regard to their,race, l. j ee benefits shall be established and administered,and personnel color,religion,sex,national origin,age or disability. f actions of every type,including hiring.upgrading.promotion,transfer. —, demotions Iayatf,and termination,shat!be taken without regard to c. The contractor is to obtain information as to the referral, �. taco, color, religion, sex, national origin, age or disability. The practices and policies of the labor union except that to the extent { ..3 following procedures shall be followed: such Information is within the exclusive possession of the labor union'' a. The contractor will cariduct periodic Inspections of project and such labor union refuses to furnish such Information to the ('' sites to insure that woiking conditions and employee facilities do riot contractor.the contractor shall so certify to the SHA and'shali set: ! r Indicate discriminatory tre atrnemt.of project site personnel. forth what efforts have been made to obtain such Information. r b. The contractor will periodically evaluate the spread of d. In the event the union Is unable to provide the,contractor / wages old within each classification to determine any evidence of with a reasonable flow of minority and womer4.referrals�+►itPrM the: discriminatory wage practices. time limit set forth in the collective bargaining r,greeinont, the; r +; contractor will,'through independent recnrltment efnarls, fdl the: c. The contractor will periodically review selected personnel employment vacancies without regard to face,color.reogkiii sex, s, actions in depth to determine whether there is evidence of discrimi- national origin,age or disability;making full efforts to obtain'qualifred L nation, Whom evidence is found,the contractor will promptly take and/or quslifwble miriotity group persons and women.. DOL has corrective action, If the review indicates that the discrimination may held that it shall be no excuse that the union with which the contme- ' extend beyond the actions reviewed, such corrective action shall for has a callectbre bargoining agreenlent•providin' for exclusve indude'aIt affected persons, referral failed to refer minority employees.) in the even!the unman referral practice prevents the contractor from meeting the ilbligrztions s d. The contractor will promptly investigate all complaints of pursuant to Executive Order 11246,as amended;and'ttreaac special akged discrimination made to the contractor In connection with his provisions,such contractor shall immedlateii.notify the Ui W. obligations under this contract, will attempt to resolve such cam- '! plaints,and,will take appropriate corrective action within a reason- 8. Selection of Subcontractors.ProcummufA of Mat+edmis and able time. if the investigation Indicates that the discrimination may Leasing of Equlpmsrr>± The contractor shad not diva irmina0e oat!hs ' affect persons other than the complainant, such corrective action grounds of race,color,religion,sex,national origin,age or disaabilt y shad include such other persons. Upon completion of each invests- in the selection and retention of subcontraciors,.IncludIng procure (: AR Oil 1 �Q�� ,�.�ruvr�rwyww.ay.Ww.�rf , ment of materials and leases of equipment. Ir a. The contr 1l 0 shall notify all potential subcontractors and •, t . auppiia�Y of hislttier EEO obligations under this contract r ; 1 b. Disadvantaged business enterprises(DBE),as defined in 49 CFR 23.shall have equal opportunity 10 compete for and perform subcontracts whi6h 4he contractor enters into pursuant to this contact. Thd contractor'wili use his best efforts to solicit bids from and to utilize DOE subcorrtractors or subcontractors with meaningful " ? minority group and female representation among their employees. -• Contractors shall obtain lists of DBE construction firms from SHA personnel. : c, The contractor will use his best efforts to ensure subcon- tractor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO r > requirements. Such records shall be retained for a period of three years fotlowft,conViation of the contract work and shall be available iwz at reasonable times and places for inspection by authofted repro- sentativers of the SHA and the FHWA. } " a. The records kept by the contractor shall document the a following: (1) The number of minority and non-minority group � x' members and wornen employed in each work classification on the pia: A2) The progress and.efforts bring made in cooperation f +i wfth uni6tim,%Alen applicable,to Increase employment opportunities : for minorities and Women; i' 1(3) The progress and efforts being made in locating, ' ;i hiring,'tralning qualtifying. and upgrading minority and female empiayaes;and (4) The progress and efforts being made in securing the services of DOE subcontractors or subcon-jactem with meaningful " minority and female representation among their employees. b. The contactors will submit an annual report to the SHA each July for ft duration of the project,indicating the number of minority, women. and nw rninority group employees currently engaged in each work Classification required by the contract wodt •, This inforuastion is to be reported on Form FHWA-1391. If on-the• JI 5 , x. 55' r 1 g.jj?tic t , 13 0aoo a jte` hwh+mn6�w4at'u+Aa+�r..n)r4i+sr2*isMi' t?u.aaalthv+..uais,r �'.,w.:.ak .h*,-. r ..,. ,.. ._..._,. .. ,>-..••- t "'"^"'^++...:..,,.�nR?�„rT.1T.�a+F,,i� �pit.$`'f j, r �lr�ai�d11B.R+� .••�••••-1��i i�EV'a�i.Pliar ..�..�,�_._ __._•�1"Ul�•. 3 � , t job tcainirq is being required by special provision,the contractor will quarto be required to collect and report training data, dY)under plans,funds,or prograrrrs,,,which cover week Ionian d weekly period, are deemed to be constructively made or;moored •� Ill. NONSEGREGATED FACILITIES during such weekly period. Such laborers and mechanics small be -. paid the appropriate wage rate and fringe benefits on tiro wage . determination for the classification of work actually perfonmed, (Applicable to all Federal-aid construction contracts and to all without regard 20 skill,except as provided in paragraphs d i related subcontracts Of S10,000 or more.) and 5 of i• f this Section IV. } a. BY submission of this bid, the execution o!this contract or ' ••"� subcontract,or the consummation of this material of supply agreement b• Laborers or mechanics performing work in more than one I or purchase,order,as appropriate,the bidder.Federaaid construc• classification for the time actually worked these n>provi ed for arch ~ lion contractor,subcontractor,material supplier,or vendor,as appro- employer's payroll retards accurately set'forth the time spent in each priate, certifies that the firm does not maintain or provide for its classification in which work is performed, provided,that the i employees any segregated facilities at any of its establishments,and that the fern does not permit its employees to perform their services c.t at any location, under its control, where segregated facilities are related acts lcon�tained i�interpretations t'.F of the Davis-Bacon Act and maintained. The firm agrees that a breach of this certification is a by reference in this contract. 3,and 3 are herein incorporated . r violation of the EEO provisions of this contract. The firm further I certifies that no ernployee will be denied access to adequate facilities on the basis of sex or disability. 2• Classification: b, As used In this certification,the tern"segregated facilities" laborers a. The SHA or mechanics contracting officer erallll a require that any s not , means any wafting rooms,work•areas,restrooms and washrooms• listed in the wage determination,shall err he oifi tr ct confornaance of restaurants and other eating areas,timeclocks, locker rooms, and with the wage determination. other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing b. The contracting nificer shall approve an additional cis ' Wciiidle3 provided for employees which are segregated b explicit 3srfe- directive, or are, in fact, segregated on the basis of race, color, cation' rate and fringe benefits only when the f°Elavrirygtdr� religion, national origin, age or disability, because of habit, local have been met: arstom, Of otherwise. The only exception will be for the disabled when the demands for accessibility override(e.g.disabled arkin requested the work to be performed la the:scion m t atassi e ' parking). cation requested is not performed by a classification In the wage C. The contractor agrees that it has obtained or will obtain determination: identical certification from proposed subcontractors or material suppliers prier to award of subcontracts or ccruurumatican of material (2) the additional classification is utiiixed in the area t>,r the i supply agreements of$10,000 Or more and that it will construction industry: _ certifications in its files. I retain such IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (3) the Proposed wage rate,including any berm f1de age benefits.bears a reasonable relationship to the wage rates conWrIed in the wage determination.and (Applicably to all Federal-aid construction contracts exceeding $2.000 and to all related subconVacts,except for projects located on (th with respect to helpers, when such a classification roadways classified as local roads or rural minor collectors,which Prevails in the area in which the work is Performed. are exempt.) i C. If the contractor or subcontractors, es.a —� 1. General: laborers and mechanics(if known)to bee l PPw additional t the classification or their representatives, and th* COntf8cft9 officer a• mechanics and laborers employed or working upon the agree on the classification and wage rate (lr;ciuding the &Mount i site of the work wilt be paid unconditionally and not less often than actin^^taken shall sent by ih�contra ote .� once a week and without subsequent deduction or rebate on an Pi R �), a art of L. i i1 account (except such Y Administrator of the Wage and Hour Division r t the DOL. 1 I P payroll deductions as are permitted by Administration, Washington. ployment Standards ' nmutations(29 CFR 3)issued by the Secretary of Labor under the ^�°^ D.C.©C 20210• The Wager and Hour f, Copeland Act(40 U.S.C.276c))the full amounts of wages and bona Administrator,of an authorized representative,will mpprave,modify, Cafe fringe benefNs (or cash equivalents thereof) due at time of receipt ands o�d� the additional mracting atiTrcw w Winn 30�y the of payment. The payment shall be carnputed at wage rates not less than these contained In the wage determination of the Secretary of nexssaing officer within the 30-day ry y period tit'addElirinal firne is Kam' Labor .(herNirwfter*the wage determination)which is attached hereto i 1' and made a part heneaf,regardless of any contractual relationship �^. i which may be alleged to exist betweed the contractor or its subcon- d• In the event the contractor a subcontractors, as appro•, ! trailers and such laborers and mechanics. The wage determination classification or their rep sentatives,i nod►he Co a additional tl co t emp (including any additional dasslfications and wage rates conformed under paragraph 2 of this Section Wand the DOL (WH-1321 not agree on the Proposed classification and wage rate(Includ the Poster ) mount designated for fringe �� � wfens a or Form FFiWA=1495)shall be posted at all times by the contractor contracting officer shall refar the questions,including the views of all. and its subcontractors at the site of the work In a prominent and• interested mccesslele place vAere it can be easily seen by the workers. For the partite and the recommendation of the conbacting officer. ' purpose of this`Section, contributions made or costs,rcasonabl to the Wage and Hour Administrator fot..determination.. Said Y Administrator,or an authorized representative, .wilt Issue a datermi= andCipatt:d for bona fide fringe benefits under Section 1(b)(2)of the nation within 30 days of receipt and re advise the Will Issu di Davi&aacon Act(40 U.S.C,276a)on behalf of laborers or machan- are Considered wages paid to such Laborers or mechanics or will notify the contracting officer within the' 30-da contracting d thaj .; additional time Is necessary Y Period tlw3 subject to the provisions of Section IV.paragraph 3b.hereof. Also, Poi the furrpose of this Section.regular contributions made or costs incurred for more than a week e, The wage rate(including ly period (but.not less often than determined pursuant to paragraph 2c or Section IV shag r �, : 5 , .. •. : UWWAW '1i� I li I • paid to all workers performing work in the additional classification Training, or a State apprenticeship agency recognized by'ihe from the fsrat day an which work is performed in the classification. Bureau, withdraws approval of an appretriticeship progrmm, the contractor or subcontractor will no longer be permitted to utilize 3. Payment of Fringe Benefits: apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an accept- a. Whenever the minimum wage rate prescribed in the able program is approved. contract for a class of laborers or mechanics included a fringe benefit which is r(ot Expressed as an hourly rate,the contractor or b. Trainees: subcontractors,as-appropriate,shall either pay the benefit as stated In the wage determination or shall pay another bona fide fringe (1) Except as provided in 29 CFR 6.16,trainees%ill not be ? benefit or an hourly case equivalent thereof. permitted to work at less than the predetermined rate for the wort: -MF performed unless they are employad pursuant to and Individually b. tf the contractor or subcontractor,as appropriate,does not registered in a program which has received prior approval,evidenced make payments to a trustee or other third person, he/she may by formal certification by the DOL, Employment and Training consider as a part of the wages of any laborer or mechanic the Administration. as amount of any costs reasonably anticipated in providing bona fide fringe bercafts under a plan or program,provided,that the Secretary (2) The ratio of trainees to joumeyman-lewet employees on of Labor has found,upon the written request of the contractor,that the job site shall not be greater than pennilled under the plan the applicable standards of the Davis-Bacon Act have been met. approved by the Employment and Training Adminhiration. Any ` The Secretary of labor may require the contractor to set aside in a employee listed on the payroll at a trainee ramle who Is not registered separate account assets for the meeting of obligations under the plan and participating in a training plan approved by the Employment and or program. Training Administration shall be paid not less than the arppticable wage rate on the wage determination for the classification of worts i 4. Appnimtices and Trainees(Programs of the U.S.DOL)and actua$1 performed. In addition,any trainee perfarrning work,on the Helpers: job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rats on the wage a. Apprentices: determination for the work actually performed. i _J (1)Apprentices will be permitted to work at less than the (3) Every trainee must be paid nt not less than the rate predetermined rate for the work they performed when they are specified in the approved program for histher tevel of progress, employed,pursuant to and individually registered in a bona fide expressed as a percentage of the journeyman-level hourly rate apprenticeship program registered with the DOL.Employment and specified in the applicable wage determination. Trainees shalt!be Training AdministraWn.Bureau of Apprenticeship and Training,or paid fringe benefits in accordance with the provisions of the trainee with a State apprenticeship agency recognized by the Bureau,or if program. If the trainee program does not mention fringe beriefrts, a person is employed in his/her first 90 days of probationary trainees shalt be paid the full amount of fringe benefits listed on the employment as an apprentice in such an apprenticeship program, wage determination unless the Administrator of the Wage acrd Hour who let not Individually registered in the program,but who has been Division determines that there is an apprenticeship progmm "— certified by the BureaU of Apprenticeship and Training or a State associated with the corresponding jou"yman,4evel wage rate on apprenticeship agency(where appropriate)to be eligible for proba- the wage determination which provides for less than full fringe '7 tonary empbyrment as an apprentice. benefits for apprentices, in which case such tr.inees shall receive the same fringe benefits as apprentices. (2) The allowable ratio of apprentices to journeyman-level ; employees on than job site in any craft classification shall not be (4) In the event the Employment and Training Adminis- gmamter than the ratio permitted to the contractor as to the entire work tration withdraws approval of a training program,the contractor or force under the registered program. Any employee fisted on a payroll subcontractor will no longer be permitted to utilize trainees at less ! at an apprentice wage rata, who is not registered or otherwise than the applicable predetermined rate for the work performed until ? ! employed as stated above,shall be paid not less than the applicable an acceptable program is approved. .t wage rate stated in the wage determination for the dassifcziton of work aci=4 performed. in addition,any apprentice performing work c. Helpers: on the job site In excess of the ratio permitted under the registered ' program shall be paid not less than the applicable wage rate on the Helpers will be permitted to work an a project if the helper wage determination for the work actually performed. Where a classification is specified and defined on the applicable wage eoftaetor or subcontractor is performing construction on a project in determination or is approved pursuant to the confonnarcx procedure a lot 11ty Other than that in which its program is registered,the ratios set forth in Section IV.2. Any worlter listed on a payro:t rat a helper and wage rates(expressed In,parcentages of the joumeyman4evel wage rate,who is not a helper under a approved definition,shall be r hourly rate)specified in the contractor's or subcontractor's registered paid not less than the applicable wage,rate on the wage detarml- ii program shall be observed. nation for the classification of wont'actually performed. 1 (3) Every apprentice must be paid at not less than the rate S. Apprentices and Trainees(Programst of the U.S.DOT): specified In the registered program for the.apprentice's level of progress,expressed as a percentage of time journeyman-level hourly Apprentices and trainees working under apprenlioes fmipand.skill ' rate specified in the applicable wage determination. Apprentices training programs which have been eat:rtified.by.the Se' Cetary of shall be paid fringe benefits in accordance with the provisions of the Transportation as promoting EEO in connection with Federahaid apprenticeship program: If the apprenticeship program does not highway construction programs are not cubjed to tiler requirements specify frhige benefits,apprentices must be paid the full amount of of paragraph 4 of this Section IV. The straight time hourly wage fringe benefits listed on.the wage determination for the applicable rates for apprentices and trainees under such programs will be classificatlon. If the Administrator for the Wage and Hour Division established by the particular programs. The title of sppren'dces snd } determines that a different practice prevails for the applicable trainees to journeymen shall not be greater than patmltted by the apprentici classification,fringes shall be paid in accordance with that terms of the particular program. ' i determination. i 6. Withholding: t (4) In the event the Bureau of Apprenticeship and , P.O.s pv The SHA shall upon Its own action or upon written request 9. Withholding for Unpaid Wages and Liquidated Damages'. of an authorized representative of the DOL withhold,or cause to be withhold,from the contractor or subcontractor under this contract or The SHA shall upon its own action or upon vnitten request of any any other Federal contract with the same prime contractor, or any authorized representative of the DOL withhold, or cause to be Other Federally-assisted contract subject to Davis-Bacon prevailing withheld,from any monies payable on account of"rk performed by wage requirements which is held by the same prime contractor,as the contractor or subcontractor under any such contract or any other much of the accrued payments or advances as may be considered Federal contract with the same prime contractor, or any other necessary to pWiaborem and mechanics, including apprentices. Federally-assisted contract subject to the(:ontract Work Hours and trainees, and helpers,employed by the contractor or any subcon- Safety Standards Act,which is held by the.same prime contractor; tractor the full amount of wages required by the contract. In the such sums as may be determined to be necessary-to satisfy any . event of failure to pay any laborer or mechanic, including any liabilities of such contractor or subcontractor for unpaid wages and i apprentice,trainee,or helper,employed or working on the site of the liquidated damages as provided in the clause;set forth In paragraph work, all or part of the wages required by the contract, the SHA 8 above, l contracting officer may,after written notice to the contractor,take i such action as may be,necessary to cause the suspension of any V. STATEMENTS AND PAYROLLS further payment,advance,or guarantee of funds until such violations have ceased. (Applicable to all Federal-old construction contrails exceeding S2,000 and to all related subcontracts,except for projects located on 7. Overtime Requirements: roadways classified as local roads or rural collectors, which are exempt.) f No contractor or subcontractor contracting for any part of the ` contract work which may require or Involve the employment g - _ of t. Compliance with Copeland Regulations,(29 CFR 3): laborers,mechanics.wstchmer;.or guards(including apprentices. 1 trainees,and helpers described in paragraphs 4 and 5 above)shall The contractor shall comply with the Copeland Regulations of the require or permit arty laborer,mechanic,watchman,or guard in any Secretary of Labor which are herein incorporated by reference. I workweek in which he/she is employed on such work, to work in excess of 40 hour in such workweek unless such laborer,mechanic. 2. Payrolls and Payroll Records: watchman,or guard receives compensation at a rate not less than i one-and-one-half times hisftr basic rate of pay for all hours worked a. Payrolls and basic records relating thereto shall be i in excess of 40 hours in such workweek. maintained by the contractor and each subcontractor during the S. Violation: course of the work and preserved for a period'of 3 years from the i date of completion of the contract for all laborers,.rnachanics, r apprentices.trainees,watchmen,helpers,and guards working at the Liability for Unpaid Wages;Liquidated Damages: In the event she of the work. of any;violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable b. The payroll records shall contain the name,social security to the affected Wnployee for his/her unpaid wages. In addition,such number, and address of each such employee; his or her rranect contractor and subcontractor shadl be liable to the United States(fn cimifi,ration:hourly rates of wages paid(ir ing.ratxs of c�ontrubu- Ute case of worst Bono under contract for the District of Columbia or tiOns or costs anticipated for bona fide fringes bt:nafds or cash a territory,to such District ar to such territory)for liquidated dam- equivalent thereof the ages.-Such liquidated damages shall be computed with respect to Davis Bacon Act): day andeweekllyy number of hourrs(�warked: each individual taborer,mechanic,watchman.or guard employed in deductions made.and actual wages paid, in addition,for Appsfa- violation of ft clause set forth in Paragraph 7,in the sum of S10 for chian contracts.the payroll records shall contain a ndatlon Ind;=0ng each calendar day on which such employee was required or whether the employers does,or does net nomximily reaido in the labor 1 permitted to work In excess of the standard work week of 40 hours area as defined in Attachment A. paragraph 1. Whenever the without payment of the overtime wages required by the clause set Secretary of Labor,pursuant to Section IV,paragraph 3b,has found forth In paragraph 7. that the wages of any laborer or mechanic include floe amount of any ` -? costs reasonably anticipated In providing benefits under,a plin.or j Program described In Section 1(b)(2)(8)of the Davis Oscan Act,the contractor and each subcontracor shag maintain records which show 'r that the commitment to provide such benefits 3s enforceable.that the °( plan or program is financially responsible,that the plan or prog: ' i has been communicated in wWrting to the laborers or mechanics affected,and show the cost antizipated or the actual cost L-tcurred in ' providing benefits. Contractors or subcontractors employing 'r -` apprentices or trainees under approved programs shall.maintain written evidence of the registration of apprentfoes and trairtessi,and ratios and wage rates prescribed in the applicable greogrroms: c. Each contractor and subcontractor'shag famish,each week In which any contract work is perfonnid, to ttte SHA tesid'ant i engineer a payroll of wages paid each of its employ"a(including !. apprentices. trainees, and helpers, described•in Sorilon IV, I ra- graphs 4 and 5.and watchmen and guards engaga d an work during the preceding weekly payroll period). The paymn ivubrtiitted obeli set out acruratety and completely all of the Informetion.re+qulred,ta be r ' maintained under paragraph 21b of this Section V. This Inform, n may be submitted in any form desired. Optic etat Form WH-347 is: t availabb for this purpose and may be purchased from the'Supsrin-. tendent of Documents(Federal stock number 029 005.0014.1).U.S I Government Printing Office,Washington,D.C.20402. The prlma } contractor is responsible for the submission of copies of psymils by ri( F"P e t I -x all subcontractors. .2 Al the n P me contractor's option,either a single report covering all contract work or separate reports for the contractof and for each d, Each payroll submitted shall be accompanied by a"State• subcontract shall be submitted. i Ment of Compliance, signed by the contractor or subcontractor or his/her agent who pays or supervises the payment of the persons VII. SUBLETTING OR ASSIGNING THE CONTRACT —; employed under the contract and shall certify the following: ,_i 1, The contractor shall perform with its own organization contract (1) that-We payroll for the payroll period contains the work amounting to nut leas than 30 percent(or a greater percentage information required to be maintained under paragraph 2b of this if specified elsewhere in the contract)of the total original contrarA I ; Section V and that such information is correct and complete; price, excluding any specialty items designated by the State. I Specialty items may be performed by sub ontrsct and this amount of -• (2)that such laborer or mechanic(including each helper, any such specialty , ) 1 pe Ity items performed may tact deducted from the total I apprentice,and trainee)employed on the contract during the payroll original contract price before computing the amount of work required # —, period has been paid the full weekly wages earned,without rebate. to be performed by the contractor's own organization(23 CFR 635). i either directly or indirectly,and that no deductions have been made either directly or indirectly from the full wages earned, other than a. "Its own organization"shall be construed to include only permissible deductions as set forth in the Regulations,29 CFR 3: workers employed and paid directly by the prime contractor and ( equipment owned or rented by the prime Contractor,with or without i 1 (3)that each laborer or mechanic has been paid not less operators. Such term does not include employees or ac !{ that the applicable wage rate and fringe benefits or cash equivalent a subcontractor,assignee,or agent of the rie ontractormerrt of , for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. b. "Specialty Items"shall be construed to be limited to work that requires highly specialized knowledge,abilities,or equipment not e• The K,eekty submission of a properly executed certification ordinarily available in the type of contracting organlatlons qualified set forth on the reverse side of Optional Form WH-347 shall satisfy and expected to bid on the contract as a whale and in general are to the requirement for submission of the"Statement of Compliance" be limited to minor components of the ovemil contract required by paragraph 2d of this Section V. i t i 2. The contract amount upon which the requirements set forth in L The falsification of any of the above certifications may paragraph 1 of Section VII is computed includes the cost of nmateriat subject the contractor to civil or criminal prosecution under 18 U.S.C, and manufactured products which are to be purchased or produced t 1001,and 31 U.S.C.231. by the contractor under the contract provisions, i g. The contractor or subcontractor shall make the records 3. The contractor shall furnish(a)a competent superintendent or required under paragraph 2b of this Section V available for inspec- supervisor who is employed by the firm. has full authority to direct tion, copying, or transcription by authorized representatives of the performance of the work in accordance with the contract require- . � # SHA,the FHWA,or the DOL,and shall permit such representatives ments,and is in charge of all construction operations(regardless of 1 to Interview employees during working hours on the job. If the who performs the work)and(b)such other ofi s own organizational i contractor or subcontractor fails to submit the required records or to resources(supervision,management,and engineering services)as -i make them available,the SHA,the F'tiWA,the DOL,or all may,after the SHA contracting officer determines is necessary to assure the written notice to the contractor,sponsor, applicant,or owner,take performance of the contract. f ; such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, 4, No portion of the contract shall be sublet,assigned or otherwise failure to submit the required records upon request or to make such disposed of except with the written consent of the SHA convaacting records available may be grounds for debarment action pursuant to officer,or authorized representative,and such consent when given } 29 CFR 5.12. shag not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. 'Written consent will be given only VI. RECORD OF MATERIALS,SUPPLIES,AND LABOR after the SHA has assured that each subcontmnct Is evidenced In 1. On ap Fede writing and that it contains all pertinent provisions and requiaemeits i , ral-aid contacts on the National Highway System, of the prime contract, except those which provide solely for the installation of protective i devices at railroad grade crossings,those which are constructed on Vill. SAFETY:ACCIDENT PREVENTION a force account or direct labor basis, highway beautification con- tracts, and contracts for which the total final construction cost for 1. In the performance of this contract the contractor shall comply roadway and bridge is lesn than $1.000,000 (23 CFR 635) the with all applicable Federal,State,and local laws. ioveming satoty, ! contractor shall: health,and sanitation(23 CFR 635). The contractor shall provide all safeguards,:safety devices and protective equipment and taste any �. a. Become famitlar with the list of specific materials and other needed actions as it determines, or as the SHA Con"Cling supplies contained in Form FHWA-47,"Statement of Materials and officer may deternmine,to be reasonably necessary to protetit the life Labor Used by Contractor of Highway Conatruction Involving Federal and health of employees on the job and the safety of the public and Funds."prior to the commencement of work under this contract. to prated property in connection with the performance of the worst covered by the contract b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work,and also of the 2, it Is a condition of this contract,and shall be made a condition quantities of those specific materials and supplies listed on Form of each subcontract,which the contractor enters into pumuacnt to this FMNA-47,and in the snits Shawn on Form FHWA 47. contract,that the contractor and any subcontractor shall not permit ' any employee,in,performance of the contract,to work in surround: i C. Fumish,upon the completion of the contract,to the SHA ings or under' conditions which are unsanitary, lararious or r resident engineer on Form FHWA-47 together with the data required dangerous to his/her health or safety.as deteirnirwd urid,ar construe. in paragraph lb relative to materials and supplies, a final labor tion safety fety and health standards(29 CFR 1836)prmuigated by the + summary of all contract work indicating the total hours worked and Secretary of Labor,in accordance with Section 107 of the Contract J the total amount earned. Work Hours and Safety Standards Act(40 U.S.C.333), l r+.w r Y ( i } --t 3. Pursuant to 29 CFR 1926.3,it is a condition of this contract that is not listed, on the date of contract award,on the U.S. Environ• the Secretary of Labor of authorized representative thereof, shall mental Protection Agency(EPA)List of Violating Facilities pursuant i have right of entry to any site of contract performance to inspect or to 40 CFR 15.20. investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under 2. That the firm agrees to comply and rernaiui in compliance with RII Section 107 of the Contract Work Hours and Safety Standards Act the requirements of Section 114 of the glean Air Alt and Section 308 i (40 U.S.C.333),e of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. _ IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS 3. That the firm shall promptly notify the SHA of the receipt of any In order to assure high quality and durable construction in communication from the Director,Office of Federal Activities,EPA, conformity with approved plans xnd specifications and a high degree indicating that a facility that is or will bQ utilized for the contract is t of reliability on statements and representations made by engineers, under consideration to be listed on the EPA List of Violating Faciii- contractors,suppliers,and workers on Federal-aid highway projects, ties. it is essential that all persons concerned with the project perform j their functions as carefully, thoroughly, send honestly as possible. 4. That the firm agrees to include or cause to be included the ? . Willful falsification,distortion, or misrepresentation with respect to requirements of paragraph 1 through 4 of this Section X in every !1 any facts related to the project is a violation of Federal law. To nonexempt subcontract,and further agrees to take such action as 1 prevent any misunderstanding regarding the seriousness of these the government may direct as a mxans of enforcing such require• i and similar acts, the following notice shall be posted on each ments. j Federal-aid highway project(23 CFR 635)in one or more places where it is readily available to all persons concerned with the project: XI.CERTIFICATiON REGARDING DEBARMENT,SUSPENSION, {{{ INELIGIBILITY AND VOLUNTARY EXCLUSION { _. NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS 1. Instructions for Certification-Primary Covered Tronsac- bons: ' 18 U.S.C.1020 reads as follows: _ (Applicable to all Federal-aid contracts-49 CFR 29) i f 'Whoever, being an officer, agent, or employee of the United ' States, or of any State or Territory,or whoever, ►vhether a person, a. By signing and submitting this proposal,the prospective j association, firm, or cotpom ion, knowingly makers any false primary participant is providing the certification set out below. statement,false mpeasentation,or false report as to the character, i quality, quantity,or cost of the material used or to be used, or the b. The inability of a person to provide the certification act out i T� quantity or quality of the ivcvk performed or to be performed,or the below will not necessarily result in denial of participation in this cost thereof in connection with the submission of plans, maps, covered transaction. The prospective participant shall submit nn specXCatfons,conftm,or costs of contraction on any highway or explanation of why it cannot provide the certifimfion sot out below. related pioject svbmittisd for approval to the Secretary of Transporta- The certification or explanation wil9 be considered in connection with ` Lion.,or the department or agency's determination whether to enter into this f " ? transaction. However,failure of the dive roe p pe primary participant INhoeverknowing.,1r makes any false statement,false represen- to furnish a certification or an explanation shall disqualify such a ration, false e'eperf or false claim with m5pect to the character, person from participation in this transaction. quality,quantity,or cost of any work performed or to be performed, 1 or materials furnished or to be furnished, in connection with the a The certification in this clause is a mateft representation construction of any highway or related project approved by the of fact upon which reliance was placed when the department or i Secretary of Transportation:or ..� agency determined to enter into this: transaction, If It is later determined that the prospective primary participant knowingly i Whoever knowingly makes any false statement or false repre. rendered an erroneous certification, in addition to other remedies , } sentatiorr as to material fact in any staAtment oertifcrcate.or report available to the Federal Government,the department or agency may submitted pursuant to provisions of the Federal-aid Roads Act terminate this transaction for cause of&.1ault. ;. approved July 1, 1916, (39 Stat. 353), as amended and supple- i merited: d. The prospective primary padkdpant shall provides imrnedWe. written notice to the department or agency to wharn this pro posal is Shall be faced not mcve that 510,000 or imprisonod not more than submitted If any time the prospective primary participant learns that, i 5 years or both.' its certification was erroneous when submitted or has become ; erroneous by reason of changed circumstances. --1 X- IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL r WATER POLLUTION CONTROL ACT e. The terms*covered transaction,"'debarred,""susponded; { --� ineligible;'lower tier covered transaction;'participant.""person; i ' c :.• i (Applicable to all Federal-atd construction contracts and to all related 'primary covered transaction;'principat. "pitufios V and'V'ofu�rily subcontracts of E100,000 or more.) excluded;as used in this clause,have the meanings stet out in the ' i Definitions and Coverage sections of rules irmiclenienthig executive y. By'submission of this, bid or the execution of this contract, or Order 12545. You may contact the department oragancy to which subcontract, as appropriate. the bidder, Federal-aid construction this proposal Is submitted for assistance in obtaining a copy of those j contractor,or subcontractor,as appropriate,will be deemed to haive regulations. stipulated as follows: L The prospective primary participant agrees by submitting } 1, That any facility that LS or will be utilized to the performance of this, this proposal that, should the proposed covered mmwetion be contraexempt . f ct,unins,such contract is under tho Clean Air Ad,as entered into,it shall not knowingly enter into any lower tier cmm-d amended(42 U.S.C.1857 ',.• 11 j,4q.,as amended by Pub.L.91-604), transaction with a person who is debarred. suspended, declared + ' and under the Federal Water Pollution Control Act,as amended(33 ineligible,or voluntarily excluded from participation In this conned U.S.C. 1251 In., as amended by Pub.L, 92-500), Executive transaction.unless authorized by the depariraent nor agency entering i Order 11738,and regulations in implementation thereof(40 CFR 15) into this transaction. raw 0 1 8 - , 1 g. The prospective primary participant further agrees by submitting this;proposal that it will include the clause titled"Certifi- caller Regarding lJebarrnent,Suspenxion.Ineligibility and Voluntary Certification Regarding Debarment,Suspension;tneiipibifity l Exclusion-Lower Tier Covered Transaction." provided by the and Voluntary Exclusion—Primary►.Cover*d Trensactionffi department or agency entering into this covered transaction,without modification,In all lower tier covered transactions and in all solicha- 1. The rospective primary lions for lower tier w clod transactions, P P ry Participant certifies to the Vest of its s n Y knowledge and belief,that it and its principals: l h. A participant in a covered transaction may rely upon a a. Are not presently debarred, suspended, p so certification of a prospective participant in a lower tier covered debarment,declared ineligible,or voluntarily excluded frorrcovered 1 transaction that is not debarred,suspended,ineligible,or voluntarily transactions by any Federal department or agency; excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and b. Have not within a 3-year period preceding this proposal frequency by which it determines the eligibility of its principals. Each been convicted cif or had a civil judgement rendered against them for ' } participant may, but is not required to, check the nonprocurement commission of fraud or a criminal offense in connection with I portion of the"Lists of Parties Excluded From Federal Procurement obtaining,attempting to obtain,or performing a public(Federal,State I or Nonprocurement Programs" (Nonprocurement List) which is or local)transaction or contract under a public transaction:violation compiled by the General Services Administration. of Federal or State antitrust statutes or cemn-iission of embezzle- ment,theft, forgery, bribery,falsification or destruction of records, 1. Nothing contained in the foregoing shall be construed to making false statements,or receiving stolen property; require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge c. Are not presently indicted for or otherwise criminally or and information of ant is not =. " l particip required to exceed that which is civilly charged by a governmental entity(t°ederal.State or local)with normally possessed by a prudent person in the ordinary course of commission of any of the offenses enumerated in paragraph 1b of business dealings. this certification:and Except for transoct=ons authorized under paragraph 7 of d. Have not within a 3-year period preceding this appiica- I i these-instructions,if a participant in a covered transaction knowingly tioi/proposal had one or more public transactions(Federal,State or —' enters into a lower tier covered transaction with a person who is local)terminated for cause or default. suspended, debarred, ineligible, or voluntarily excluded from E participation in this transaction, in addition to other remedies 2. Where the prospective primary participant is unable to certify available to the Federal Government,the department or agency may to any of the statements in this certification, such prospective terminate this transaction for cause or default. participant shalt attach an explanation to this proposal. r 2. Instructions. for Certification - Lower Tier Covered Transactions: j J (Applicable to all subcontracts,purchase orders and other lower i + tier transactions of$25.000 or mole-49 CFR 29) , { a. icy signing and submitting this proposal,the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation i of fact upon which reliance was planed when this lransactian was, l ' entered into. It it is later determined that then pnaspecxive krare.*tier participant knowingly rendered an erroneous certification;In addition to other remedies available to the Federal Government,the depairt- ment.or agency with which this transaction originsted may pursue available remedies,including suspension and/or debans►ent. C. The prospective lower tier participant shall provide immedl l ate written notice to the person to which this proposal is submkied K at anytime the prospective lower Ver participant'teams,Mat its I ! certification was erroneous by reason'af changed citcxrmatances. i • d. The terms'covered transaction;"debarred,""suspended," ., "ineligible" "primary covered transaction,""p>attiripant,"°ptsraon, 1 1 'principal,""proposal,"and'voluntarily excludwd;r<s used In tliit clause,have the meanings set out fn this Definitiorm and!Covera&a sections of rules Implementing Executive Order 12549. .You may .. contact the Person to which this proposal is subndUed for'assistar4e ; •. in obtaining a co of those . { 9 PY regulations. ,r e. The prospective lower tier a p rtkdpant asgrees by Submitting €' this proposal that, should the proposed covered transaction be .: I entered into,it shalt not knowingly enter Into any lower tier covered — transaction with a poison who is debarred;suspended,declared 4., Ineligible,or voluntarily excluded from participation in this covered I Y fi ... .. a�+ryk' s au .'ii FW .r!... .a .xth- v..:•:,o �t tt y r n' .r „'���t: .� transaction,,unless autho,A,ted by the department or agency with agreement, which this transaction originated, i. b. It any funds other:than Fedar'ril appropriated fuhda have # f. The Prospedh+e krwet tier partidpant further agrees by been paid or will be aid to an ? ..� submitting this P y Person for nkiencirig 6e attemptang , # ing ptopbssl that k will Include this clause titled"Cerlifica• to influence an officer or employee of any t'e�rral siengf,a Member tion Regarding Debarment,Suspension,Ineligibility and Voluntary of Congress,an officer or employee of Canpresrt of an employee of r Eacdusiorrlower Till Qovered Transaction,"without modification,In a Member of Congress in connection w th this Fedeml c ostract.' ' all lower tier=transactions and in all solicitations for lower tier grant, loan, or cooperative agreement, the ander'Xlg�rrrd.shall ` covered transactions. ` complete and submit Standard Form•LLL, "Disrd6:ure.Form to 1 Report Lobbying,"In accordance with its instructions. j g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered 2. This certification is a material rrrprLisentation of fad upon hich transaction that is not debarred,suspended,ineligible,or voluntarily reliance was placod when this trar=cti*n was made or entered htto. excluded from the covered transaction, unless it knows that the Submission of this certification is A 5,n3requis;tn fsxt rru►king or F ' certification is erroneous. A participant may decide the method and entering into this transaction imposed by 31 U.S.C.- 1352. Any' frequency by which it determines the eligibility of its principals. Each person who fails to file the J. participant may,but is not required to, check the(;onprocurement civil required certification.shag be suir)act,to a penalty of not less than$10.003 and not rrtesre than S11k3,000 for i LIsL each such failure. J ! I I ! h. Nothing contained in the foregoing shalt be construed to 3. The prospective a ! require establishment of a system of records in order to render in bid or proposal participant she s t alto ag're es by subrrtiNu►g his or her i good faith the certification required by thin clause. The knowledge certificpationb included in ail lower tier acid=„t � gx creel infomration of participant Is not required to exceed that whtuti is $100,000 and that all such recipients shall certify�ond disclose ed s normally Possessed by a Prudent person In the ordinary course of accordingly. business dealings. I., Except for transactions authorized under paragraph a of f, II! these instructions.if a participant in a covered transaction knowingly enters IMo'a tower tier cohered transaction with a F person who is � t suspended, debarred, ineligible. or voluntarily excluded from participation in this transaction, in addition to other remedies available`to the Federal Government,the department or agency with t which this transaction originated may pursue available remedies, including suspension anchor debarment. ,rI' Gt I _ CerNfication Regarding Debarment,,Suspension,Ineligibility 1 and Voluntary Exclusion—Lower Tier Covered Transactions; it Tho i prospective lower tier participant certifies.by submission of this proposal,that neither it nor its # Principals is presently debarred. I ! suspended,Proposed for debarment,declared ineligible,or volun- tarily excluded(rain participation in this transaction by any,Federal T I department or agency. 2 VVbem the WSPOMOM lower tier Participant is unable to Certify fo any.of the ssfatements in this certificaGan, such prospective ' 1 partkapant shall attach an explanation to,thls proposal. t )(11. CERTIPiCAlTION REGARDING USE OF CONTRACT FUNDS C FOR LOBBYING f (Applicable to all Federa"Id construction contracts and to all `t related subwntrac b which exceed$100,000.49 CFR 20) :1 The prospective partk �ant certifies,by signing and submitting # t Shls bid or proposal,to the best of,his qr her knowledge and belief,. ! that, ko Federal appropriated funds have been paid or will be by or err behalf of the underaigrred;tai,any person for influenc- trap air a!leneptng to hillu'enct an officer.or errrPbyee of any Federal zeri�y,a Merjrber of Congress;an officer or employee of Cangress, �. or an emplayxe of a Member.of Congress in connection with the ,x i swardkn of'i sly Federal contrar3,the making of any Federal grant, the,makkV of any Federal ban,the entering into of any cooperative € 8 resernent,and the extension.continuation;renevral,amendment. t7 a or,rnadi k.W21on of any Federal contrad,grant ban.or cooperative # E f +m`. f Page 10 2 _ ..,y, t w .,4 w 3,•. r. i } i• d . . . L .. .s ...�. .... ..._ ... .,... .. .................._`�t. .. . .r . . .I ir. n _ . , ••�, ATTACHMENT A- EMPLOYM.i T 4�Eil~��GtI�INCE Ft?i3 ''j 1., l APPALACHIARCONTRACTS ;1.U (AppficabiQ to Appalachian tontMcta Only.) I — � d,� ;::%> 1 1. During the performance of this contract, the canU�rnor undertaking to do work which is.or reasonably may be,ddrie sx on- , Ill" �''. site work,shall give preference to qualified persons who moutariy `. • reside in the labor area as designated by the Dt7l:-vrhert!iri.the ., ,,., contract work is situated, or the subregion, or the 4pnlachian II .:ri counties of the State wherein the contract work is situatecfi,except: ,. :i r , , a. To the extent that qualified otr ons"- ularty residing in the area are not available. . i „ b. For the reasonable needs of the contractor to ernpluy U- supervisory or specialty experienced personnel necessary to aasrrre ' an efficient execution of the contract work, i r _.3 . . l o For the oblgataon of the contractor to offer empiayment to present or former employees at the result of a lawful collective . bargaining contract,provided that the number of nonresident pentiorss employed under this subparagraph i c shall not exceed 20 percent of the total number of employees employed by the contractor on the J contract work,except as provided in subparagraph 4 below.I 1.' ,, 2. The contractor.shall lace a job order with the State E io I` P I Y :` -, menl Service indicating (a) the classifications,of the:laborers; 1.. mechanics and other employees required to perform.tlre contract work,(b)the number of employees a f 11' required in each rdasaifraation. i i 'It-11 t :� :- ( �`'� �,11 'I —1 7 J�- I . I I I .� I I . I � � . I I � .. I . I I. I I � 1 . �. , 4., �,, I I: +, l`, 7 j. v i t t r:11(( I � f 'i i[e.. 1 ;1 I 1!1! { `, .. .. a i k I t ✓a 11 it .. . 7 1'11 ( { ► i 1. ry"rt ;}t r, t { ...1�3 ` •.i, { ,t 11, t .'F�ly4l ,,,� ,1 1' tit a. t { 1.�' .r t ? yt Ji,.11,{ti�� 14 { {t ., 71 ., I} . , 4 { Ir S 1 71i° 'ti?.;1 6�, ;t f t f, , .a tat art 2 5 s '� t t•ti' ? ,,,ay., t . ,. .. .. ' �,, , i` v ~ , .. t 41, 1} .: ',. ... ... 1 11 f 1�% f��. J I : I � I I I I � ,�I, . .I:11 a! — oZ ,. .� / -� Mme,t t (.; 1: 1.! t `� 11,yy ,. r � a T{ .- f 1 f f �Y ! y} ' ,ft 5 , tt t ,gy{, �5.3y�r e.� t F s t 3 t t .t t � �r� 'i �,•'.A?�-U..t: ;Fr t ..x. ti r 7..'1 ( t { ';'ft y� T r av 1. T ... ..y - ,::_ _�-,_ 77_ -"-- �.-..� .rte w4�.iM11771 : _ . .SdwwF:.:.. r.....�..+-:.....,_»........-...-.w.__..a........_.-....u.......�........ ..,..... ,1�. :......... .. ... . . .. .. .. . . ...... .. .._...... . __... 3.._-.-A._.I.1, .. " 3 I :, i f 4 \m �. - - } .. ., >• 'i ,� { ., (cy the date an which Ms estimates such employees wig be required, , '_, and (d)'an other, ertinent information ip �I Y P required b the. Slate ` ti ' � . E t t:rrtptoyment Service'to ' Iste the job order form. The job order n�Oy be placed with th+e State Employment Sendce in writing or by r 1. f: ietsphorre. H during thm course of the contract work,the infom�tion f�' � submitted by the contractor in the original job order is substantially - °�� r ro p ,.� �, ,j modified,he sha promptly notify the State Employment Service. � ',i. a 3. The contractor shall give full.consideration to all.qualified job ,,f ' ` $ appUcnnts referred to him by the State Employment Service. The . contractor is not required to grant employment to any job applicants 11 11. "--J who.' In his opinion,are not qualified to perform the classification of f '1 . work required: --I i 4, If,within 1 week following the placing of a job order by the ;11 corMractor with the State Employment Service,the State Employ- l me: Service is unable refer qualified job applicants to the "! ,:, I contraror,or ksa than the number requested,the Stela Employment i 11 t Service Mini forward a certificato to the aontractrar indipting the " 1. ` unava of z .. � ppMeants. Such certificate shag be made a port of " 1 4t !­y,, the contractor's permanent project record%. upon.receipt of this . r 1."\ certificate,the contractor may employ persons who do not normally `� reside,in the labor area to fill pbsk6ons covered by the certificate, , ­1 I 1 notwithstanding the provisions of subparagraph 1c above. ' S. The contractor shall include the provisions of Sections 1 through 4 of thus Attachment A in every subcontract"for work which i Xl + r ii is,nr.rea`ss�nably may tae,done as ora•site work. } ,r • .K � L 1i i . `}�, : I I , <. • .. -11 l �,. . IV y,. . „" ;� , 'i -1 ty ! . .. !� .. [ y" . t , f . a t� "i ,� J, 7rr ., a 11 �, �.11��� "{. V_­ l,t 11 11�g t r .) .r �' ' f I ::.� 'ti i r I .� a t �.I. "t s ,i ,` i r, f ; ? , t it 11 1.�f I L f4'' � i, x;t. , r rt f . .,fir t , °r#!,. j ) 2.j 11_, s /.t F r 9 ( i v f f e wf- ..r i t ` .`t s ,t:,n 1+ ..`7f, �;'.11 fit' r, 1 t t-+ � x , \'J la V1 .. 1It. 1 n t��ii': 11 gal � ,a sr .it (` t't v Y t, j "y. 11 J , it I f 11. ,' 9i.'.Y [,�4 11­�1 3q t ,' r + �1, t (ft .\jf z 1,I f 'i. i . —• t f e : t i j Y c tttt� z r PtIl + } a t'a r� La I. i" "' '*_J I I - 1. I ;� � � 1, I �� I- - U. ,.. ,w.r✓ :�t .i� a* .._.x i, a,k yify. ''it } l Y F, f ,�P(, �, ikff�f at + f .:.,`^lid..,`,�y`,P_` X;d:f�$y`^dK`" ..'ri t, :'. `; k .<r_�.­, _ ­,','_­' ­'� _ :. , _­ 1 I .. ­ ­, . t � 'f­ -��ni 1AX5 i \ }i \ \ t is t '} f •°J'ttF '+\�, �+,'f} s 11� psi' tit P#t f t ..a S ,,,"' .�� , r t ,e��,�,,�;,,��.,,, .,,,�"Vi'�.,�;. .. !, t % . e tt� ., , r� �. ` r• f ", 11, �4," ­_ . 11 . , - - I r n7 \tr'.r . ! h ��sa{daE i _. f f u ;i 1.:­:�.­ _ � I'll I'll'�' �!` I I 1.. , i,bS'l7 j r tit d r tf z t + :• `s t d,:� � , , ,�- . I ; . I I 10 I , :,'i;t.i" 1��; , ,. � : - - . �� �., � I I I ,r� �,, t� � ,,� ., - .. iti ,�,�,,�,�� � 4 1 - 9;1 � WNW Traffic Controls Group Loop Detector-Co r -� . , .__..._._._._ _ Mode ILDC355 ! : !:. • ` . 9 Accumulates Traffic Counts o Completely Portable --T ® Self-Tuning Loop Detector o Simple Operation o Weatherproof Enclosure MODEL LDC355 LOOP DETECTOR-COUNTER i DESCRIPTION loop detector circuitry automatically tunes to a ?. j variety of loop and lead-in combinations, and 4 Compact, P ortable, and battery-powered, the requires no adjustments other than initial turn- LDC } 355 can be located anywhere traffic counts on. Temperature changes are automatically ,,;;., •. are desired. The lockable metal enclosure is compensated for by the detector to provide 55 { weatherproof and can be positioned up to 200 percent count accuracy over a wide range of feet from the roadway, minimizing vandalism environmental conditions.. attempts. Solid state circuits allow long battery Four, 6 VDC, NEDN 518 batteries provide oper life and reliable, maintenance-free operation. ating power for up to,six months at 1000 counts The LDC 355 utilizes inductive loop vehicle de- per day with an ambient temperature of 70 F. l tection to insure accurate traffic counts. Wire The batteries, six'digit counter,,and operating loops can be installed at several locations and instructions are contained within the heavy duty left unconnected until a sample count is desired. steel enclosure,assuring tamper-proof operation. The counter can then be transported to each of A plexiglass window in the cover allows the the locations, connected to the loop, and left to counter to be read without opening or unlocking `. .,�.. ' collect count data for the sampling period. The the unit. SXV1.1 } w.mynv.mra. avr.o.vtfw.ewe+.ma'srauaaa.�rwaeWom�e�r�o��.nzi�MraIlUa�7fawwfw @li�1f i _ , h r} � •�o P a �t� O r tic (7 Yi \ u 111 C 2 Z�v 0 •� m 0 N y • LL O j Y i • 1 nN aN.. a :;31Yttdx f Ire. q 0f h i u a" i w y is i o _ 7� J T o � x 4 � n r d` r * uh V) ' J ` III Nz a �oo i R"! N V�� q ri �3 p wit . ? ej 4 M Ued in Jf � li �� t ♦ �n U� ��o M� � ' • i N f r • iWWI ADDENDUM NO 1 t ;' i PROJECT NO. STP-3112(502) TRUMAN BLVD. IMPROVEMENTS AMAZONAS DRIVE TO COUNTRY CLUB DRIVE NOVEMBER 180 1998 e 1. The bidden will acknowiedge receipt of this Addendum and his acceptance to f its conditions by signing this Addendum and including it with his bid. 1 BIDDER: don Schinieders Exc ayating 92MP ty, Inc - ` �naId E. Rhea J BY: ' TITLE: Face President ^r CITY OF JEFFERSON, MISSOURI JP A. BROSE f DIRECTOR OF PUBLIC WORKS ' t ��) f 8t t r , " 1 I ic, ¢ y c:\wPOVt 'i1PPtOJErZlhumsn contract specs.wpd: �OYLPnb6r tEt,1f�98 l It 1C f + t 2 �a I rf t 1 �'JG <, if; i. of tt ,'. ,. ;: '. � �, r t 'ae �s�,✓�', v !, dr. °j f._ - - - ���.osb '��:�..v� .t• ! _ �...�..,.��.._.—� -.� .,t.. ..w.ta.,. � �.1'iuH w.,t•�yw.�r�'.�'<tG page 242" t ADDENDUM NO. 1 "t PROJECT NO. STP-31112(502) TRUMAN BLVD. IMPROVEMENTS AMAZONAS DRIVE TO COUNTRY CLUB DRIVE —, NOVEMBER 18, 1998 7. Federal Wage Decision - Replace General Decision Number M098,0001, I Modification Number 7 with the attached General Decision Number M0980001, � Modification Number 8. y 2. Replace the Triffc Signal Standard No. 902.30K with the attach'ad sheet with the same title. The base type changed in the "SASE EMBEDMENT IN SOLID ROW table. {Jt { r - l f �h y7 NK C:1WPD0CbVR0JECSl Am=contract specampd NO em bw 18 1t39R 1 �F�` } r F ryg. a!l """"oy+.+,w.»t..w+a•ww,+,+r�.F+'u.-,r,neur...,..r.x. vw.ti'.:.v„vr................. .. .. #F F LIVI"',sn`� .I .. - .1% , . .. ,. ... .......1111...'.. :. ... .. .. .._111:1.... rws�+k 1..:.,,--V+ h194'i.t> 1 s ,w. _ .1., t .r _ •1111 ..'��.¢' '.s ,1 Xi.. :...:'1 :s.....,.i . .. ... s. r :.y! y{ )i „ , 4 �� General. Decision Number -MO980001 11 fix„ r;,. 't:. ! y , �y -� Superseded General Decision No. .MO9700.0x °`�1'z .� .'fr 11 l,, l : ;a t r State: Iiesauri ' Conatrucaion Type: H �TY , ,'.11 ` HIGI�WAY ! j ';- County(3�es a : STATEWIDE s f "k Hmvy AND HIGHWAY. CONSTRUCTIC)`N PROJECTS i z;11 ». . , d ..} I Fk{ i Modif3aation Number Publication Date ` ' ll 0 02f13/1998 `1 04/03/x998 v0 -y, 2 05/22/1998 }k: 3 06/05/1998 1 A i )1 4 06/12/1998 , 4 5, 5 07/10/1998 a{1.3y c,s'. g 08/07/x998 J. Y.11,I 7—J- 1 � � "I ? 09/x1/3998 �;:'� y t4 l -� 8 ` 10/23/x998 " 1.1.' (: f r�" 11 s { a Y i i .. x f ( --� {c 1 .eft`. ;r{i Itf�.11 ,z1 ! �, I y,.a(( .. { of i ! ., 1 , r. +, {1.i tw i�;T(S r .. 1 f - t '11!11 I 11 14-SC', I .,i -,^" { t is 11 b �t } r 1 }�1. 1 ! 1i i �rif � L�;�C ;",;, i V.} Rt'.Ik 1 f +1. t'''P tl ). r tz; t } ., r,, ;t. y 't }„tt; 1. 11 5 iE.. f .z It t t ' ..�r r, ,ti ',?} t.tr It,' t h ��� i - t ,, } '` '' - h 9 1� tit` ..� +;: +k i T. 1 i i i{ii fr 7 G y ,(1v' r.'- l Ft�,; 16 r _ .. s,s xt, rs:'t, c i �3—. FEa 4#UU ,5}tr 17. 7!', S '+, {�, iltJ iK yt. J'�711f 1.I, f .'y .fb.11`R ( 5 . . 'j s -f. o1.3f2t, .I Y} >; j t:. .. rl�:f: Ft 1�--,*.1.!� jlt l (h / i t t 1; J 1.f,N 7] .: V } �k NJO980001 1 10/23/1998 11 4^`IT t 11 Itt i 3 - ➢ i. r fIt I:1. 1 t2t71 y M(!Mrry }gViW.+WUKM1(H'�ANWlMM G.,yW Mi^Ma^`+Y'af" W9'.^n^^ '^ —.,,! "` YE 1!T rti gr+5.rtt.j !'.t r i j t, b., r , .+.^5'4w1+'l,uef,k Mxltlgy*1. ',.: .{i Y 1C 7 t �C' !� f Sy y _..:.�.�...... t 1. pp}},u.'' ( f I �[' �#V24�}rl{ S� i. i h + _ ` 4. i ` t} r 1 {t li xi 4r i 14 r I 11' t i fir..t c t l .pia,tt ti 5 1�.s } +; :.,. IW�f r it y1 l a .r r c' x Y{k r ti 1 f .r tt'+' �.. r 1 ( :< "' rj.It k tt {. Y1 J E :j Y 1 f �} j r !7! f t11 i1 It x b } !� 'i l l{ 'i r.r�r+y� � { � .i 7i 'e t i + }i �s s' `fit+,i. '« t i!'. �r.> t;�,"It,:...:'. .i„•. %:'� ..,r, n - 3 , r.3 iYTr fr�1x , COUNTY (i a s),: STATEWIDE CARP0007M 04/01/1998 Rates Fringes CASS (Richards-Gebauer AFB ONLY) , CLAY, JACKSON, - PLATTE AND RAY COUNTIES CARPENTERS & PILEDRIVERS 21.50 5.68 ' -------------------------------------------------------.-- --- -- CARP0008C 05/03/1995 Rates Fringes ST. LOUIS COUNTY ARID CITY t : CARPENTERS 23.19 4.7'7. ------- ----------------------------------------------------- - CARP0011A 05/01/1997 � . Rates Fringes . CARPENTERS & PILEDRIVERS: � . -- ` JEFFERSON AND ST. CHARLES COUNTIES 23 .19 4.60 I � FRANKLIN COUNTY 21.08 4 .60 ' ..� WARREN COUNTY 21.08 4.60 f LINCOLN COUNTY 20.69 4.60 ? PIKE, ST. FRANCOIS, AND WASHINGTON 'COUNTIES 19.74 4.60 BUCHMAN, CA.SS, CLINTON, JOHNSON 'AND LAFAYETTE COUNTIES 18.78 4.00 l kTCHISON, ANDREW, BATES, CALDWELL, ! J ' C,ARROLL, DAVIESS, DEKALB, GEN'T'RY, I r` GRUNDY, HARRISON,, HMRY, HOLT, f L3WIBIGSTON, MERCER, NODAWAY, ST. CLAIR, SALINE AND WORTH COUNTIES 18.13 x.00 X14 CAMDEN CEDAR CHRISTIAN, DADE, DALLAS, DOUGLAS,GREENE, HICKORY, LACLEDE, ~ OZARK; POLK, STONE, TANEY, VERNON, WEBSTER, AND'WRIGHT COUNTIES 17.88 4 00 CPaAWFORD, DENT, GASCONADE, IRON, MADISON, MARIES, I!iONTGOMERY, PHELPS, {, I plU SKI . REYNOLDS SHANNON, AIM Y TES COUNTIES 19.03 '3080 'AtMRAIN, BOONE, COOPER, . AND HOWARD ,' 1 COUNTIES 20.48 --j BENTON, MORGAN AND PE'1'TIS COUIJ'I'IES 19.18 4��0• ; �' : LEhFIS, MARYON,. AND RALLS COUNTIES 20.48 4 .80 ff CALLiWAY, COIF MILLER, MONITEAU, I AND OSAGE COUIMIES 20.48 ADAIR, CARKr KNOXI PUTNAM, SCHUYLER, ; Ix� SCOTLAND .AND SULLIVAN COUNTIES 20.48 4'.80 z ' i ' ' ,RITON, LINN, MACON, MONROE, > t f i M0980001 - 2` 10/23: 1998 .� ol I 1 li I Y RANDOLPH, AND SHELBY COUNTIES 20 .48 4 .a0 # BOLLINGER, BUTLER, CAPE GIRARDEAU, DUNKLIN, MISSISSIPPI, NEW MADRID, PEMISCOT, PERRY, STE. GENEVIEVE, } SCOTT, STODDARD AND WAYNE COUNTIES 20.65 3 :70 M CARTER, HOWELL, OREGON AND r RIPLEY COUNTIES 19 .78 3 .70 --�. -----------------------------------------------------------_- -- �1 CARP0311H 08/01/1998 Rates Fringe; { BARRY, BARTON, JASPER, LAWRENCE, ' MCDONALD AND NEWTON COUNTIES CARPENTERS: Carpenters and Lathers 15.32 5.00 Millwrights and Piledrivers 15.57 5.00 -' -- -------------------------------------------------------------- ELEC0001B 06/01/3:998 Rates Fringes t BOLLINGER, BUTLER, CAPE GIRARDEAU* CARTER, DUNKLIN, FRANKLIN, ! IRON, JEFFERSON, LINCOLN, MADISON, MISSISSIPPI, NEW MADRID,r'. PEMISCOT, PERRY, RE-YNOLDS, RIPLEY, ST,. CHARLES, ST. FRANCOIS, ? ST. LOUIS (City and County) , STE. GIMEVIEVE, SCOTT, STODDARD7, WARREN, WASHINGTON AND WAYNE COUNTIES ELECTRICIANS 24.65 13 .30 � ---------------------------------------------------------------- � ' E-LEC0002D 09/01/1998 Rates Fringes ADAIR AUDRAIN BOONS SWAY, CAMDEN, CARTER, CHARITON, CLARK, t COLE, COOPER, CRAWFORD, DENT, FRANKLIN, GASCONADE, HOWARD, HOWELL, IRON, JEFFERSON, KNOX, LEWIS, LINCON, LINN, MiACON, � MARIES, MARION, MILLER, MONITEAU, MONROE, MONTC;OMERY, NORGAN, OREGON, OSAGE, PERRY, PHELPS, PIKE, PULASKI, PU7iTIAM, BALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. CHARLES, ST. FRANCOIS, SST. r and Count J �� : LOUIS (City y) , STE. GEYTEV•xEVE, SCHUYI.�E�2, SCOTLAND, � SHANNON, SHELBY, SULLIVAN# 'TEXAS, WARREN AND WASHING TON COUNTIES. LINE CONSTRUCTION: Lineman & Cable Splicer 24 .42 41% + 2.00 t Groundman Equipment Operator 21:87 41% , + 2`:00 7 Groundman Winch Driver 17.97 41 + 2.00 rtr � ! r y GirounOman, Groundman. Driver 17.31 41� +. 2.00 y! ,•� ------------------------------------------------- --------- 4 1. . ELEC0053F 09/01/1996 Rates E'x•inges ( ; r BATES, BENTON, CARROLL, CASS, CLAY, HENRY, JACKSON; .Q JOHNSON,, - N '. LA�FAYETTE, PETITS, PLATTE, RAY, AND SALINE COUNTIES. { f ; LINE CONSTRUCTION: Lineman 24.46 7.88 �. s M0980001 - 3 10/23/199+ 3 4 � �.--�,--.-.-.— •max _ ._.. a�f�wlrlirtttttt�ai 0. /�®s— • Lineman Operator 22 .84 7.50 Groundman Powderman 17.12 Groundman 16 .27 5 . 91 ANDREW, ATCHINSON, BARRY, BAR,TON, BUCHANAN, CALDWELL, CE'D'AR., CHRISTIAN, CLINTON, DADE, DALLAS, DAVIESS, DE KALB, DOUGLAS, GENTRY, GREENE, GRUNDY, HARRISON, HICKORY, HOLT, !JASPER, LACLEDE, LAWRENCE, LIVINGSTON, McDONALD, MERCER, NEWTON, NODAWAY, OZARK, POLK, ST. CLAIR, STONE, TANEY, VERNON, WEBSTER, WORTH, AND -'; WRIGHT COUNTIES. ( LINE CONSTRUCTION: Lineman 23 .53 7.66 Lineman Operator 22.36 7.37 . Groundman Powderman 16 .45 5.95 Groundman 15.22 5.65 ------------------------------------"------- ---------------------- ELECO095C 05/01/1997 f Rates Fringes BARRY, BARTON, CEDAR, CRAWFORD, DADE, JASPER, LAWRENCE, MCDONALD, _j NEWTON, ST CLAIR, AND VERNON COUNTIES F ELECTRICIANS Electricians 16.81 3.73+8t r Cable Splicers 17.16 3 .73+8 ___ j -------------------------------------------- -- ELEC0124I 08/31/1998 Rates Fringes 24.06 ; r ELECTRICIANS ?.851.0 ---------------------------------------------------------------- ELECO257C 03/01/1995 Rates Fringes AUDRA,IN (Except, Cuivre Township) , BOONE, CALLAWAY, CPYMEN, CHARITON, COLE, CRAWFORD, DEWr, GASCONADE, HOWARD, MARIES, MILLER, MONITEAU, OSAGE, PHELPS AND RANDOLPH •COUNTIES; ' Electricians 18.68 4 .95+13%, Cable Splicers 18.93 4 .95+13% ------------------------------------------------------------ ---------------------------------------- --- -- ELEC0350B 12/01/1997 r.. Rates Fringes ADAIR, RUDRAIN (East of Highway 19) , CLARK, KNOXII, LEWIS, LINN# MACODI, MARION, MONROE, MONTGOMERY', PIKE, PUTNAM, RALLS, SCHUYLER, {{ SCOTLAND, SHELBY AND SULLIVAN COUNTIES 'ELECTRICIANS 22.11 6 s7 ---------------------------------------------------- --- ------- ELEC0453D 09/01/1997 Rates Fringes ` CHRISTIAN, DALLAS, DOUGLAS, GREENE. HICKORY, OREGOPT,, OZARIIG, S M0980001 - 4 10/23/1.598 : . "o, 1 fir '. +��• ;., ' I " .; .. .. . ��Eb@e��arvw!.®w.w���,�-Sam--- -— ,�!,Nlsoollru,age!Sattt e9iet•=�rrn�i.nt•daiat a��lww#vaRa�!iio...��.•....:,...: �.._,_.�-'-- — '--- _�' - 1 • --�''"' SHANNON, TEXAS, WEBSTER AND WRIGHT COUNTIES " +" 1 ELECTRICIANS 18. 00 4 .22+9V : PULASKI COUNTY ELECTRICIANS 19.04 4 .22•1-9t HOWELL, LACLEDE, POLK, STONE AND TANEY COUNTIES --, ELECTRICIANS 13.75 3 . 82+6t --------------------------------------------------------•-------- ELECO545D 06/01/1998 E Pates Fringes .=l ANDREW, BUCHANAN, CLINTON, DEKALB, ATCHISON, MOLT, MERCER, GENTRY, HARRISON, DAVIESS, GRUNTDY, WORTH, LIVINGSTON, NODAWAY, AND CALDWELL COUNTIES ELECTRICANS 21.72 2.35+19.5* -, --------- ------------------------------------------------------- __j ELEC0702D 09/04/1995 Rates Fringes BOLLINGER, BUTLER, CAPE GIRARDEAU, DUNKLIN, MADISON, MISSISSIPPI, � NEW MADRID, PEMI.SCOT, SCOTT, STODDARD AND WAY'NE COUNTIEES LINE O"ONSTRUCTION: s Lineman 25.50 17%+2.00 r Groundman Equipment Operator tall Crawler type equipment D-4 and larger) 21.87 17k+2.00 ~! Groundman - Class A 15.45 17%+2.00 ---------------------------------------------------------------- 4 1 ENGI0016A 05/01/1998 Rates Fringes { BARRY, BARTON, CAMDEN, CEDAR, CHRISTIAN, DADE, DJAAJ.,AS, DOUGLAS,. . `+. GREENE, JASPER, LAWRENCE, HICKORY, LACLEDE, MCDONALD, NEWTON, CZARK, POLK, ST. CLAIR, STONE, TANEY, VERNON, WEBSTER AND r WRIGHT COUNTIES POWER EQUIPMENT OPERATORS { ' GROUP 1 18.87 4 .501, s r r GROUP 2 3.8.52 4`.50 GROUP 3 18.32 . t GROUP., 4 16.27 4,5m POWER EQUIPMENT OPERATORS CLASSIFICATIONS ; f GROUP 1: Asphalt finishing machine & trench widening spreader; � t � y asphalt plant console operator; autograder; automatic slipfox .. paver; backhoe; blade operator - all types; boat operator - ? M0980001 - 5 10/23/1998 .. ,.. .. --»..,.e_.a........._.._.... ...._�................. ---.ter... _w _ t tow; bailers-2; central mix concrete plant operator- clamshell ' operator; concrete mixer paver; crane operator; derrick or ` derrick trucks; ditching machine; dozer operator; drag line operator; dredge booster pump; dredge engineman; dredge. opera.t+or; drill cat with compressor mounted an cat; drilling or baring chine rotary self-propelled; highloader; hoiatirig engine '- 2 machine . - active drums; launch hammer wheel; locomotive oper�at: standard gunge; mechanic and welders; mucking macrhine; .off-road JI ledriver o erator; pitman. crane operator; push Gat trucks; p'i. F operator; quad trac; scoop operator - all types; shovel operator; sideboom cats; skimmer scoop operators; trenching machine operator; truck. crane. GROUP 2: A-frame; asphalt hot-mix silo; asphalt plant fireman (drum or boiler) ; asphalt plant man; asphalt plant- man; asphalt -� plant mixer operator; asphalt roller operator; backf3.11er operator; barber-greene' loader; boat operator (bridges and dams) ; ' chip spreader; concrete mixer operator - skip loader; concrete ' plant operator; concrete pump operator; crusher operator; dredge ' oiler; elevating grader operator, fork lift; * greaser-fleet; i hoisting engine - 1; locomotive operator - narrow- gauge; multiple �.i compactor; pavement breaker; powerbroom - self-propelled; power, shield; rooter; side discharge concrete spreader; slip form finishing machine; stumpcutter machine; throttle man; tractor 'j operator (over 50 h.p.) ; winch truck. GROUP 3: Boilers - 1; chip spreader (front man) ; churn drill operator; clef plane operator; concrete saw operator (self- Propelled) ; curb finishing machine; distributor operator; � finishing machine operator; flex plane operator; float operator; form grader operator; pugmill operator; roller operator, other than high type asphalt; screening & washing plant operator; siphons & jets; sub-grading machine operator; spreader box E ' operator, self-propelled (not asphalt) ; tank car heater operator i (combination boiler & booster) ; tractor operator ( 0 h.p. or ' less) ; Ulmac, Ulric or similar spreader; vibrating machine I a' operator, not hand; 3 + GROUP 4 : Grade checker; Oiler; Oiler-Driver HOURLY PREMIUMS: The following classifications shall receive $ ' 25 above GU ' . ..� rate: Clamshells 3 yds. or over; Cranes - Rigs .or Piledrivers, 10.0 ft. of boom or aver (including jib) ; Draglines 3 yds. or . l ' . --+ over; Hoists - each additional active drum over 2 drums; 1, Shovels - 3 yds. or over; ' !l� The°following c3assifications shall receive $ .5t3`.a4xre GROUF ,' ` rate: Tandem scoop operator; Cranes Rigs or Piledrivers,' 150 ft. to 200 ft. of boom (including jib) ; Taindem scoop The following classifications shall receive .$ .75' aboue GROUP 1 r � T t + ratei Cranes - Rigs or Piledrivers, 200 ft. 'of boom ;or' aaer fi (including jib. ) . _-_- .� --' . --------------------------------------------- -----•- M0980001 - 6 10/23/1998 1 ors1,+ -........__.V.__. _.._.._...___•__._........_.:..__.�....._............_ .._. .. � �_„ mot¢ h t ENGI0101A 05/01/1998 Rates Fringes r BUCHANAN, CASS (Except. that part of the geographic boU.nda.;ries of the Richard-Gebaur ,Air Force Base) , CLINTON'AND LAFAYETTE $ ..� COUNTIES .a POWER EQUIPMENT OPERATORS GROUP 1 19.55 6 . 55 ' z GROUP 2 19. 15 6.55 GROUP 3 17. 15 6.55 ANDREW, p.TCHISON, BATES, BENTON, CALDWELL, C?1IZROLL, CUITON, ' COOPER, DAVIESS, DERALB, GENTRY, GRUNDY, HA.RRISON,, HENRY, HOLT,. HOWARD, JOHNSON, LINN, LIVINGSTON, MERCER, NODAWAY, P'ETTIS, SALINS, SULLIVAN AND WORTH COUNTIES POWER EQUIPMENT OPERATORS GROUP 1 19.55 6.55 GROUP 2 19.15 6.55 f GROUP 3 17.15 POWER EQUIPMENT OPERATORS CLASS ` GROUP 1: Asphalt roller operator, finish; asphalt paver and spreader; asphalt plant: operator; auto grader or trimmer or ? sub-grader; backhoe; blade operator (all types) ; boilers - 2; — booster pump on dredge, bulldozer operator; boring machine (truck or crane mounted) ; clamshell operator; concrete mixer _? paver; concrete plant operator; concrete pump operator; crane . operator; derrick or derrick trucks; ditching. machine; dragline operator; dredge engineman; dredge operator; drill cat with �ry compressor mounted (self-contained) or similar type self- propelled rotary drill (not air tract) ; drilling or boring E a machine (rotary-self-propelled) ; finishing machine operator; greaser; high loader-fork lift-skid loader (all tykes) ; J hoisting engineer (2 active drums) ; locomotive operator (standard guage) ; mechanics and welders (field and plants); mucking machine operator; pile drive operator;, 'pitman crane `or�- boom truck (all types) ; push cat; quad track; scraper operators { t (all types) ; shovel operator; sideboom cats; side discharge .j. spreader; skimmer scoop operators; slap form paver operator ,(CMI, Rex,. Gomeco. or equal) ; la tourneau rooter (all` tiller types) ;,,'tow, i boat operator; truck crane; wood and log chippers (all types) . � ' GROUP 2: A-frame truck operator; articulates damp .ta�taick; back filler.:operator; boilers (1) ; chip spreader; ahiirn drill ' operator; compressor; concrete mixer operator; skip loader; concrete saws (self-propelled) ; conveyor operator; crusher ` r operator; distributor operator; elevating grader, operator; ' : ?; farm tractor (all attachments) ; fireman rig; float operator; farm 3 grade operator; hoisting engine (one drum) ; maintenance operator, r ) multiple compactor; pavement breaker, self-propelled hydra-hammer ? (or similar type) ; paymill operator; power shield; pumps; roller: 1 ' M0980001 - 7 10/23/1998. PIE trmtr�wtriviwr�w� ®u`rr �o..�n■.,.�.:�..��.� - �____—__�_� i operator (with or without blades) ; screening and washing, plint; '""�► self-propelled street broom or sweeper; siphons and jets; straw, -, blower; stump cutting machine; siphons and jets; tank car heater operator (combination boiler and booster) ; welding machine; vibrating machine operator (not hand held) ; welding machine. GROUP 3 : Oiler; oiler driver; mechanic. �i . HOURLY PREMIUMS: THE FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($ .25) ABOVE GROUP 1 RATE: Dragline operator - 3 yds . & over; shovel -° 3 yds. & over; clamshell 3 yds. & over; Crane, rigs or piledrivers, 100 ' of boom or over (incl . jib. ) , hoist - each additional active drum over 2 drums i THE. FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($ .50) ABOVE I GROUP 1 RATE: Tandem scoop operator; crane, rigs or piledrivers 150 ' to 200' of boom (incl. fib. ) THE FOLLOWING CLASSIFICATIONS SHALL RECEI`TF ($ .75) ABOVE GROUP 1 RATE: Crane rigs, or piledrivers 200 ft. of boom or --� --over- (including'-jib_) --------------------------------------------- f '_J ' ENGi0101E 04/01/1998 Rates Fringes.j CASS (Richards-Gebaur Air Force Base ONLY) , CLAY, JA,CY.13ON1 , ,,. PLATTE AND RAY COUNTIES ' POWER EQUIPMENT OPERATORS: GROUP 1 20.74 6.62 GROUP 2 19.70 6.62 �! GROUP 3 15.23 6.62 _J . GROUP 4 18.5E 6.62 ` POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Asphalt roller operator, finish; asphalt- paver and spreader; asphalt plant operator; auto grade-,c or trimmer or sub-grader; backhoe; blade operator (all types) ; boilers-2; booster pump on dredge; boring machine (truck or crane mounted) ; . 1 bulldozer operator; clamshell operator; concrete cleaning i ' . ..� decontamination machine operator; concrete wdxer paver; i concrete plant operator; concrete pump operator; crane operato ; derrick or derrick trucks; ditching machine; dragli.ne opera.tor;, dredge engineman; dredge operator; drillcat Frith cofaaressor mounted (self-contained) or similar type self propelled rotary , W drill (not air tract) ; drilling or boring machine (k.otary - } self-propelled) ; finishing machine operator; greaser; heairyr equipment robotics operator/mechanic; horizonta�. , directionsal drill operator; horizontal directional drill. locator; , ` - loader-forklift - skid loader (all types) ; hoisting engineer (2 active drums) ; locomotive operator (standard. guage) ; master environmental maintenance mechanic; mechanics and welders { (field and plants) ; mucking machine operator; giledri.ve operator; pitman crane or boom truck (all types) ; push cad; r M0980001 - 8 10/23/1998 . i i II i i 7 quad-track; scraper operators (all types) ; shovel operator; side discharge spreader; sideboom cats; skimmer : s scoop operator; slip-form paver (CMI, REX, Gomaco or equal) ; la tourneau rooter (all tiller types) ; tow boat operator; truck crane; ultra high perssure waterjet cutting too], system operator/mechanic; vacuum blasting machine operator/mechanic; wood and 'log chippers (all types) t GROUP 2 : "A" Frame truck operator; articulated dump truck; , back filler operator; boilers (1) ; chip spreader; churn, drill i operator; concrete mixer operator, skip loader; concrete saws (self-propelled) ; conveyor operator; crusher operator; =..i distributor operator; elevating grader operator; farm tractor (all attachments) ; fireman rig; float operator; form grader operator; hoisting engine (1 drum) ; maintenance operator; multiple compactor; pavement breaker, self-propelled hydra- hammer (or similar type) ; power shield; paymill. operator; pumps; siphons and jets; stump cutting machine; tank car heater operator (combination boiler and boaster) ; compressor; . roller operator (with or without blades) -- screening and, washing f plant; self-propelled street broom or sweeper; straw blower; t: tank car heater operator (combination boiler and booster) ; � vibrating machine operator (not hand held) I GROUP 3 : Oilers GROUP 4 : Oiler Driver (All Types) FOOTNOTE: HOURLY PREMIUMS FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($.25) .ABOVE GROUP y t RATE: Clamshells - 3 yd. capacity or aver; Cranes or rigs' , �+ 80 ft. of boom or over (including jib) ; Draglines, 3 yd. capacity or over; Piledrivers 80 ft. of boom or over -- (including-jib) ; Shovels-&- backhoes----------- ------------- - --------------------------- -------3 yd. capacityorYover. MGIO513D 05/04/1998 ! Rates Fringes ! FRANKLIN, JEFFERSON, LINCOLN, ST CHARLES, AND WARPM1 COUNTIES � POWER EQUIPMENT OPERATORS: GROUP 1 22.77 9.23 GROUP 2 21.47 9,23 GROUP 3 18 .47 9.23 , GROUP 4 21.:02 . 9 .23 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Backhoe, Cable; Backhoe, Hydraulic (2 .cu yds bucket .and A , under regardless of attachment, one oiler for 2 or 3, two oilers '.' : ix for 4 through 6) ; Backhoe, Hydraulic over 2 cu. yds; Oableway; Crane, Crawler or Truck; Crane, Hydraulic - 'Truck or Cruiser mounted, 16 tons and over; Crane, Locomotive; crane with boom including jib over 100 ft from pin to pin; Crane using rock i. . 9 MO980001 - .:,.i 10/23/199$ . J 4f , _w k i i socket tool; Derrick, Steam; Derrick Car and Derrick Boat; Dragline, 7 cu yds and over; Dredge; Gradall, Crawler or tire mounted; Locomotive, Gas, Steam & other powers; Pile Driver, Land --i or Floating; Scoop, Skimmer; Shovel, Power (Electric, Gas, Steam j or other powers) ; Shovel, Power (7 cu yds and over) ; Switch Boat; Whirley; .Air Tugger with air compressor; Anchor Placing Barge; Asphalt Spreader; Athey Force Feeder Loader, self-propelled; Backfilling Machine; Boat Operator - Push Boat or Tow Boat (joky site) ; Boile r, High Pressure Breaking in Period; Boom Truck, Placing or Erecting; Boring Machine, Footing Foundation; Bullfloat; Cherry Picker; Combination Concrete Hoist and Mixer (such as Mixermobile) ; Compressor, Two 125 CFM and under; Compressor, Two through Four over 125 CFM; Compressor when operator runs throttle; Concrete Breaker (Truck or Tractor } mounted) ; Concrete Pump (such as Pumperete machine) ; Concrete Saw (self-propelled) ; Concrete Spreader; Conveyor, Large (not { _ selfpropelled) hoisting or moving brick and concrete into, or into and on floor level, one or both; Crane, Cimbing (such as _. Linden) ; Crane, Hydraulic - Rough Terrain, self-propelled; C rane, Crane, Hydraulic - Truck or cruiser mounted - under 16 tons; Drilling machine - Self-powered, used for earth or rock drilling or boring (wagon drills and any hand drills obtaining power from other sauces including concrete breakers, jackhammers and Barco 1 equipmeet no engineer required) ; Elevating Grader; Engine Maxi, Dredge; Excavator or Powerbelt Machine; Finishing Machine, self- � . propelled oscillating screed; Forklift; Generators, Two through Six 30 KK or over; Grader, Road with power blade; Greaser; Highlift; Hoist, Concrete and Brick (Brick cages or concrete I skips operating or on tower, Towermobile, or similar equipment) ; Hoist, Three or more drums in use; Hoist, Stack; Hydro-Hammer.; { Lad-A-Vator, hoisting brick or concrete; Loading Machine such as Barber-Greene; Mechanic on job site GROUP 2: Air Tugger with plant air; Boiler (for power or heating shell of building or temporary enclosures in connection with construction work) ; Boiler, Temporary; Compressor, One over 125 CFM; Compressor, truck mounted; Conveyor, Large (not self- propelled) ; Conveyor, Large (not self- propelled) moving brick and concrete (distributing) on floor level; Curb Finishing Machine; Ditch Paving Machine; Elevator (outside) ; Endless Chaim Hoist; Fireman (as required) ; Form Grader; Hoist, One Drum � .4 . ; regardless of size (except brick or concrete) ; Lad-A.-Vator, other hoisting; Manlift; Mixer, Asphalt, over 8 cu ft capacity; Mixer# . p one bag capacity or less; Mixer, without side loader, two bag j capacity or more; Mixer, with side loader, regardless of size, . J not Paver; Mud Jack (where mud jack is used in conjenction with ,, an air compressor, operator shall be paid $ .55 per hour in addition to his basic hourly rate for covering both operations) ;, M Pug Mill operator; Pump, Sump - self powered, automatic -� controlled over 2" ; Scissor Lif ; Skid Steer t (used for hoisting) Loader; Sweeper, Street; Tractor, small wheel type 50 HP and �} under with grader blade and similar equipment; Welding Machine, _ one over 400 amp; Winch, operating from truck ! GROUP 3: Boat operator - outboard motor, job site; Conveyors j ;. (such as Con-Vay-it) regardless of how used; Elevator (inside) ; M0980001 - 10 10/23/1998 j . Heater operator, 2 through 6; Sweeper, Plooac . GROUP 4 : Crane type HOURLY PREMIUMS: Backhoe, Hydraulic 2 cu yds or less without oiler - $2 . 00; . Crane, i climbing (such as Linden) - $ , 50; Crane, Pile Driving and Extracting - $ .50; Crane with boom (including job) over 100 ft _ from pin to pin - $ .50 (add $ . 01 per foot to maximum of $2 .00) ; Crane, using .rock socket tool - $ .50; Derrick, diesel, gas or electric hoisting material and erecting steel (150 ft or more above ground) - $ .50; Dragline, 7 cu yds and over - $ .50; A Hoist, Three or more drums in use - $ .50; Scoop, Tandem - $ .50;Shovel, Power - 7 cu yds and over - $ .50; Tractor, Tandem Crawler - $ .50; Tunnel, man assigned to work in tuxuzel or tunnel - shaft - $ .50; Wrecking, when machines are working on seeond. floor or higher - $ .50 r r ----------------------------------------- --------------------- i ENGIO513G 05/01/1998 i -� Rates Fringes ADAIR, AUDRAIN, BOLLINGER, IBOONE, BUTLER, CArA AWAY, CAPS; 1 GIRARDEAU, CARTER, CLARK, COLE, CRAWFORD, DEN', DUNKLIN, {, I GASCONADE, HOWELL, IRON, KNOX, LEWIS, MACON, MADISON, MARIES, MARION, MILLER, MISSISSIPPI, MONITEAU, MONROE, MONTC,,OW-IRY, MORGAN, NEW MADRID, OREGON, OSAGE, PEMISCOT,,, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, RALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. FRANCOIS, . STE. GENEVIEVE, SCHUYLER, SCOTLAND, SCOTT, stMINON, SHEj3Y, STODDARD, TEXAS, WASHINGTON, AND WAYNE COUNTIES i POWER EQVIP14NT OPERATORS � GROUP 1 19.20 9.20 GROUP 2 18.85 9.20 GROUP 3 18.65 9.20 GROUP 4 15.00 9.20 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Asphalt finishing machine & trench widening spreader, fifi asphalt plant console operator; autograder; automatic slipform" , paver; back hoer; blade operator - all types; boat .operator tow; boiler two; central mix concrete plant operator'; darn shell operator, concrete mixer paver; crane operator; derrick or derrick trucks; ditching machine; dozer operator; dragline xy ,operator; dredge booster pump; ' 'dredge engineman; dredge .gperator;!, . drill cat with compressor mounted on cat; drilling or boring s+ machine.. rotary self-propelled; highloader; hoisting 'engine 2 adtive drums; launchham'ner wheel- locomotive operator standrad guage; mechanics and welders; mucking machine; piledriver . operator; pitman crane operator; push cat operator; goad-�;'rac scoop operator; sideboom cats; skimmer scoop operator; trenching .. machine operator; truck crane, shovel operator. GROUP 2: A-Frame; asphalt hot-mix silo; asphalt roller .operator . ' asphalt plant ,fireman (drum or boiler) ; asphalt plant man; r+ s. . M0980001 - 11 10/23/19 4 ilfitfd�li- `�wlmlwf7�araam.,..,�.. •9> i j i .. t 7 asphalt plant mixer operator; backfiller operator; barber-greene loader; boat operator (bridge & dams) ; chip spreader; concrete mixer operator skip loader; concrete plant operator; concrete pump operator; dredge oiler; elevating graded operator; fork 4 lift; grease fleet; hoisting engine one; locomotive operator narrow guage; multiple compactor; pavement breaker; powerbroom self-propellers.; power shield; rooter; slip-form finishing machine; stumpcutter machine; side discharge concrete spreader; ; throttleman; tractor operator (over 50 hp) ; winch truck; asphalt � roller operator; crusher operator. 3 GROUP 3 : Spreader box operator, self-propelled not asphalt; tractor operator (50 h.p. or less) ; boilers one; chip spreader (front man) ; churn drill operator; compressor over 105 CFM 2-3 pumps 4" & over; 2-3 light plant 7.5 K'WA or any combination thereof; clef plane operator; compressor maintenance operator 2 or 3; concrete saw operator (self-propelled) ; curd finishing mancine; distributor operator; finishing machine operator; flex plane operator; float operator; form grader .gperatos; pugmill operator; riller operator other than high type asphalt; screening -- & washing plant operator; siphons & jets; subgradinq machine J operator; tank car heater (combination boiler & booster) ; ulmac, ulric or similar spreader; vibrating machine operator; s; hydrobroom. I GROUP 4 : Oiler; grout machine; oiler driver; compressor over 105 C"FM one; conveyor operator one; maintenance operator; pump. 4" & over one. ' FOOTNOTE: j HOURLY PREMIUMS FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($.25) DOVE GROUP 1 PATE: Crane with 3 yds. & over buckets; dragl.ine operator 3 ' yds. & over; shovel 3 yds. & over; piledrivers all types; 3 clamshell 3 yds. & over; hoists each additional active drum over 2 drums; FOLLOWING CLASSIFICATION SHALL RECEIVE ($.50) { N ABOVE CROUP 1 RATE: Tandem scoop operator, crane, rigs over -.. 100 feet (incl. jib) .01 per foot. ; ----------------------------------------------- -------------------- t ENGI0513H 05/06/1998 E Rates Fringes � ST. LOUIS" CITY AND COUNTY t POWER EQUIPMENT OPERATORS: GROUP 1 22 .77 9.23 _ L GROUP 2 22.77 9.23 ;. - S. GROUP 3 20.87 9.23 --� GROUP 4 17. 87 9.23 'GROUP 5 17.41 9:23 ; t' POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 hydraulic; cablewa Y: Backhoe, cable or h _! y►'; crane, M0980001 - 12 10/23/1998. 1 r ' t, f crawler or truck; crane, hydraulic-truck car cruiser.1 mounted iG tons & over; crane locomotive; derrick; s ,steam.; derrick car & derrick boat; dragline; dredge; radall, crawler. or tire mounted; locomotive �f �. •, ,j"°.•'' � i gas,, � steam & other powers; pile driver, land or floating;' scoop, skimmer; shovel, power (steam, gas, electric, or other powers) ; switch boat; whirley. GROUP 2 : Air tugger w/air compressor; anchor-placing barge; .asphalt spreader; athey force feeder loader (self- propelled) ; backfilling machine; backhoe-loader; boat k operator-push boat or tow boat (job site) boiler, high pressure breaking in period; boom truck, placing or erecting; boring machine, footing foundation; bull- " float; cherry picker; combination concrete hoist & ' mixer (such as mixer mobile) ; compressor (whew operator runs throttle) ; concrete breaker (truck or tractor, mounted) ; concrete pump, such as pump-crete machine; , _i concrete saw (self-propelled) , concrete .spreader; conveyor, large (not self-propelled) , Foisting or ! moving brick and concrete into, or into and on flour z t level, one or both; crane, hydraulic-rough terrain, self--propelled; crane hydraulic-truck or cruiser mounted-under 16 .tons; drilling machines, self-powered ` use for earth or rock drilling or boring (wagon drills ( and any hand drills obtaining power from ,other sources .,� including concrete breakers, jackhammers and barco equipment-no engineer required) ; elevating grader; J! engineman, dredge; excavator or powerbelt Imchine; ` finishing machine, self-propelled oscillating screed; forklift; grader, road with power blade; hi.ghlift; greaser; hoist, stack, hydro-hammer; loading machine (such as barber-greene) ; machanic, on job site; mixer, pipe wrapping machines; plant asphalt; plant, concrete producing or reedy-mix job site; plant heating-job site; -plant mixing-job site; plant power, generating-job site; pumps, two through six self-powered over 2"; ,pumps, -, electric submersible, two through sip:, over 'V" ; quad- .. track; roller, asphalt, top or sub-grade; scoop, tractor ;! drawn; s reader box; sub-grad' r; tie_ to P roger; tractor- "crawler, or wheel type with or without power uriifi, ' power take-offs and attachments regardless of ,size; trenchih*, machine; tunnel 'boring machine; vibrating " `s machine automatic';. automatic propelled;, welding machines wt (4asoline or diesel) two through six; well drilling ` t machine J GROUP 3 : Conveyor, large (not self-propelled) ; con-; +E .. veyor, large (not self-propelled) moving brick and concrete distributing) on floor level; mixer, two or more`aiiixers f` t $ --� of-.one bag capacity or less; air tugger .wjpant air.; ;`r boiler, for power or .heating on constructirn• projects temporary;boiler, s� p ry; compressor (mounted I-on 'truck; curb , { finishing machine; ditch paving machine; elevator, ' endless chain hoist; form grader; hoist, one drum regardless of size; Iad-a-vator; manlift; mikery , asphalt, over 8 cu. ft. capacity, without side loader, 2 bag:j M0980001 - 13 10/23/194� ��yr-fit __._�___ _ ���w��ta��fr�✓,i✓ f t , t f" "fit r , ... ,. •. 7. capacity or pore; mixer, with side loader, regar dless, of size,; pug mill: operator; pump, sump-self-powerEd, automatic controlled over 21, during use in connection with construction work; sweeper, street; welding machine, ' one over 400 amp. ; winch operating from truck; scissor lift (used for hoisting) ; tractor, small wheel ty°pe. 50 h.p:' tx;;under with grader blade & similar equipment. i GROUP 4 : Boat operator-outboard motor (job site) ; conveyor (such as con-vay-it) regardless of how used; sweeper, floor GROUP 5: Oiler on dredge and on truck crane; crane with boom (including jib) , over 1001from pin to pin (add 1 cent per foot. to maximum of $2 .00) above basic rate for crane work in tunnel -' or tunnel shaft, $ 0.50 above base rate; mud jack where mud Jack is used in conjunction with an air compressor operator fifty-five cent per hour additional to his basic rate for covering both operations) ' HOURLY PREMIUMS: ?. Backhoe, hydraulic 2 cu. yds. or under without oiler $2.00 Crane, climbing (such as Linden) .50 Crane, pile driving and extracting .50 Crane, with boom (including jib) over j 100' (from pin to, pin) add $.01 .J per foot to maximum of 4.00 .Crane, uoing rock socket tool .50 Derrick, diesel, gas or electric, hoisting material and erecting steel (150' or more above ground) .50 Dragline, 7 cu. yds. and over .50 Hoist, three (3) or more drums in use .50 Sdoop, Tandem .50 i Shovel, power - 7 cu. yds. or more .50 Tractor, tandem crawler .50 Tunnel, man assigned to work in ,tunnel or, tunnel shaft .50 t Wrecking, when machine is working on second floor or higher ,;. ------ ----------------------------------- -- ---- -- --- $: IRON0010M "04/01/1998. c, Rates Fringes. ) ", ,; s " F3UC NAN, CASS, (Remainder of County) , JOHNSON, and LA A.YETTE ;. x. Coun ieB IRONWORKERS 20.30; 8.7 8' rr ANDREW, ,,ATCHISON, BARTON, BATES, BENTON, CAIVVIELL, CAMDEN 4 � CARROLL, CEDER CHARITON, CHRISTIAN, CLINTON, CO0PER, . DAME, , DALLAS, ,� DA.VIE$S, DE KALB, GENTRY, GREENE, GRUNDY, HARRISON, , ` HENRY,, HICKORY, HOLT, HOWARD, LACLEDE, LINN, LI'VINGSTUN, MERCER, M0980001 - 14 10/23/1998 oz � .. .w •n..A,✓. w..wrYaer p.t,az+.W V.tn,...r.+.+.+.e.v... ....-.. ,. - .... ... .. ... .. .. . .... ....._ • xxx `'. e., k 7 ` z „ ' i MONITEAU, MORGAN, NODAWAY, PETTIS, POLIO, PUTNAM, RANDOL1PH, ST. CLAIR, SALINE, SULLIVAN, VERNON, WEBSTER, WRIGHT and WORTH'? . Counties; and portions of ADAIR, BOONE, MACON, MILLER, and RANDOLPH Counties IRONWORKERS 17.30 8 .78 ---- --------------------- ---------..----•-------------- ! IRON001OU 04/01/1998 ' Rates Fringes CLAY, JACKSON, PLATTE, PAY COUNNTIES and that portion of CASS COUNTY lying within the boundaries of the t military reservation known as � .. RICHARDS-GEBAUR AIR FORCE BASE + - IRONWORKERS 20.30 8.78 i ---------------------------------------------------------_ - --- I:Y w IRON0321C 06/01/1998 Rates Fr ing" DOUGLAS, HOWELL, OEARK AND TANEY COUNTIES IRONWORKERS 14.75 6.16 ' t -------------------------------------------------------------.----- �. IRON0396D 10/07/1998 -.�' Rates Fringes ST. LOUIS (City and County) , ST. CHARLES, JEFFERSON, IRON, f FJ%NI"J,IN, LINCOLN, WARREN, WASHINGTON, ST. FRANCO.IS, STE. i GENEVIEVE, and REYNOLDS Counties; and portions of MADISON, PERRY, � _ BOLLINGER, WAYNE, and CARTER Counties IRONWORKERS 22.61 9.90 ------------------------------------------------.---------------- IRON0396I 10/07/1998 Rates Fringes AUDRAIN, CALLAWAY, COLE, CRAWFORD, DENT, GASCONADE, MAR::IES, MONTGOMERY, OSAGE, PHELPS, PIKE, PULASKI, TEXAS, and VIRIGHT -�y Counties; and portions of CAMDEN, DOUGL&S, HOWELL-, MILLER, OREGON, BOONE, SHANNON, LACLEDE, MONROE, and RALLS Counties a IRONWORKERS 1.7 .72 9.87 -------------------------------------------------- --- IRON0517F 06/01/1998 Rates Fringes ' ADAIR, CLARK, . KNOX, LEWIS, MACON, MARION, MONROE, RALLS, f SCHUYLER, SCOTLAND, AND SHELBY COUNTIES IRONWORKERS 17.45 8 .21 _ -------------- ------------------------------ ------- --------- IRON0584E 06/01/1998 J M0980001 - 15 10/23/'1998 fi 1r f4 .. dl • 7 ,. Rates Fringes BARRY; JASPER, LAWRENCE, MCDONALD, NEWTON AND STOI% Counties .• IRONWORKERS 16 .30 6.87 r - -----------------------------------------------------, ---- - , . IRON0782D 05/01/1998 Rates Fringes CAPE GIRARDEAU, MISSISSIPPI, NEW MADRID, SCOTIC, & STODDA:R1,7 Counties; and portions of BOLLINGER, BUTLER, CARTER, DUNY.LIN, 1 MADISON, PEMISCOT, PERRY, RIPLEY, and WAYNE Counties IRONWORKERS: All Major River Work (Dams, Bridges) : Projects $20 million or more 19.40 8.81 All Other Work: Projects $1.5 million or more 17.55 7.77 Projects less than $1.5 million 16.67 7-77 i I —————————————————————————————————————————————— LAB00042C 03/02/1998 Rates Fringes ST LOUIS (City and County) ' 2 LABORFt.S Plumber Laborers 21.15 5.75 - }, ----•------------------------------------------------------•----- �. _ LAB00042H 03/04/1998 i Rates Fringes $ ST. LOUIS (City and County) LABORERS: Laborers, Flagtperson 20.96 5 75 Z Wrecking 20.84 5.75° Dynamiter, Powderman 21.46 5.75 , -� ----- --------------------------------------------------•---- . --- LAB004248 05/01/1998 ) k Rates Fringes . „f y J FRANKLIN COUNTY , ,2 LABORERS GROUP 1 19.75 5 310 GROUP 2 20.35 5.,3 0 t` JEFFERSON COUNTY y LABORERS GROUP 1 19.80 5x30 . ` GROUP 2 20.40 530' a , i M0980001• - 16 10/23/1991 j i ��R'+s.;`�W'32#-it!fLiiSSG.tGs1 r., t•.r .. .... .. .. ... .. .. ...... ..... .. ':,is, ^.F'°+n.�„�r i'�1�..:r , ' t 1. i { O.i,. ADAI'R, AUDRAIN, BOLLINGER, BOONE, BUTLER, CALLAWAY, CAPE i` GIRARDEAU, CARTER, CHARITON, CLARK, COLE, COOPER, G'RAWFORD, DENT, DUNKLIN, GASCONADE, HOWARD, HOWELL, IRON, KNOX, LEWISt LINK, MACON, . MADISON, MARIES, MARION, MILLER, MISSISSIPPI, MONITEAU, MONROE, NEW MADRID, OREGON, OSAGE, PEMISCOT, PERRY,, PHELPS, PiKIE, PULASKI, PUTNAM, RALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. FRANCOIa, - STE. GENEVIEVE, SCHUYLER., SCOTLAND, SCOTT[', SNON, SHELBY, q STODDARD, SULLIVAN, TEXAS, WASHINGTON, AND WAY!M COUNTIES LABORERS i GROUP 1 15.30 5.30 GROUP 2 18. 90 5.30 ! LINCOLN, MONTGOMERY AND WARREN COUNTIES LABORERS GROUP 1 18.55 5.30 ' GROUP 2 19.15 5.30+ LABORERS CLASSIFICATIONS 1 ' GROUP 1 - General laborer-flagman, carpenter tenders;zalamandeSr enders• Dump Nan; Ticket Takers; loading trucks under bins, . T P , hoppers, and conveyors; track man; cement handler; dump man on earth fill; georgie buggie mace; material batch hopper magi; s reader on asphalt machine; material, mixer man (except on ; manholes) ; coffer dams; ri7pxap pavers rock, block or brick; scaffolds over ten feet not self-supported from ground up; skip y. ' man on concrete paving; wire mesh setters on concrete paving; all work in connection with sewer, water, gas, gasoling, oil, drainage pipe, conduit pipe, tile and duct lines and al:! other pipe lines; power tool operator; all work in connection with � hydraulic or general dredging operations; form setters, peddlers (paving only) ; straw blower nozzleman; asphalt plant platform man; chuck tender; crusher feeder; men handling creosote ties or creosote materials; men working with and handling epoxy material; i. topper of standing trees; feeder man on wood 'pulverizers, board ':. and willow mat weavers and cabelee tiers on river work; deck hands; pile dike and revetment work; all laborers working on underground tunnels less than 25 ft. where compressed air 'is not used; abutement and pier hole men working six (G) ft. or more below ground; men working in coffer dams for bridge piers 'a dz footing in the river; barco tamper; aackoon or any other' similax t tamp; cutting torch man; liners, curb, gutters', ditch lines,; got ' mastic kettlemen; hot tar applicator; hand .blade,-operator' ; ! mortar men or brick or block manholes; rubbing concrete, .air tool operator under. 85 lbs. ; caulker and lead man; chain or .concrete saw under 15 h.p. ; signal Gan; Guard rail and sign, erectors . GROUP 2 - Skilled laborers - Vibrator marl; asphalt . raker; head l� pipe layer on sewer work; batterboard man on pips: �iaxd Glitch work, cliff scalers working from bosun' s chairs;, s3caffolds or platf.orms� ' on damns or powerplants over 10 ft. high; air tool operator over .� f M0980001 - 17 10,/23/ 998 M 65 lbs. ; stringline man on concrete paving; sandblast man; laser beam man; wagon drill; churn drill; air track: drill and all other, , similar type drills, gunite nozzle man; pressure groin: manF screed man on asphalt; concrete saw 15 h.p and over; grade checker; strigline man on electronic grade control; manhole builder; dynamite man; powder man; welder; tunnel main; waterblaster - 1000 psi or over; asbestos and/or hazardous waste removal and/or disposal --•--------•-------------------------------------------------------- -t LABOO5 79F 05/01/1997 1 Rates Fringes W' BUCHMAN, CASS AND LAFAYETTE COUNTIES LABORERS GROUP 1 15 .63 5.30 GROUP 2 15. 98 5.30 } ANDREW, ATCHISON, BARRY, BA�?,TON, BATES, BIEN�'ON, CAL1s�PsdELL, C2�1►2DktT, CARROM, CEDAR, CHRISTIAN, CLINTON, DADE, DA7-J.&AS, IDAVIESS, I DEKALB, DOUGLAS, GREENE, GENTRY, GRUNDY, HARRISON, HENRY, HICKORY, HOLT, JASPER, JOHNSON, LACLEDE, LAWRENCE, LIVINGSTON, MCDONALD, . MERCER, MORGAN, NEWTON, NODAWAY, OZARK, PETTI,S, PCyLK, E ' ST. CiAIR, SALINE, STONE, TANEY, VERNON, WEBSTER, WORTH AND I WRIGHT COUNTIES. 1 `✓ 1 LABORERS GROUP 1 14 .43 5.05 GROUP 2 15 .03 5.05 -� LABORERS CLASSIFICATIONS GROUP 1: General Laborers - Carpenter tenders; salamander I.. tenders; loading trucks under bins; hoppers & conveyors; track men & all other general laborers; air tool operator; cement handler-bulk or sack; dump man on earth fill; georgie buggie man; , material batch hopper man; material mixer man .(except on �.. manholes) ; coffer dams; riprap pavers - rock, block or brick; ; signal man; scaffolds over ten feet not self-supported from aground up; skipman on concrete paving; wire Snesh setters on J , concrete paving; all work in connection with sewer, watelr, gas, gasoline, oil drainage pipe, conduit pipe, tile, and duct lines and all" other pipe lines; power tool operator, all work .in '. connection with hydraulic or general dredging operations; puddler`s (paving only) ; straw blower nozzleman; as phasl.t plant �. platform man;, chuck tender; crusher feeder; mere handling creosote � ,a ... ,ties or creosote materials; men working with and handfling ,e lroaey. material or. materials (where special protection is required) ;,,y rubbing concrete; topper of standing trees; batter. board. man on pipe and .ditch work; feeder man on wood pulverizers; board and willow mat, weavers and cable tiers on river work; deck hands;. } pile .dike and revetment work; all laborers working. on underground tunnels less than 25 feet where compressed air is not s used; abutment and pier hole 'men working sic (6) feet or more s M0980001 - is . 10/23/19,98 t ~'1 below ground; men working in coffer dame for bridge. piers and ! footings in the river, ; ditchliners; pressure groutmen; caulker; ., 1 chain or concrete saw; cliffscalers working from scaffolds, bosuns' chairs or platforms on dams or powerplants over (10) �r feet above ground; mortarmen on brick or block manholes; toxic and hazardous waste work. 1 Skilled Laborers - Head pipe layer on sewer work;. laser � ! GROUP .� : Skill P P ) beam man; Jackson or any other similar tamp; cutting torch man; ! form setters; liners and stringline men on" concrete paving, curb, ! ' gutters; hot mastic kettleman; hot tar applicator; sandblasting I f and gunite nozzlemen; air tool operator in tunnels; screed man on asphalt machine; asphalt raker; ba.rco tamper; churn drills; air track drills and all similar drills; vibrator man; stringl:ine man for electronic grade control; manhole builders-brick or - ' block; dynamite and powder men; grade checker. ---------------------------------------------•----------- T--- --- LRB00660H 03/02./1998 Rates Fringes . E ST. CHARLES COUNTY LABORERS: GROUP 1 20.17 5.37 ; GROUP 2 20.17 5.37 ~ LABORERS CLASSIFICATIONS s GROUP 1: General laborer; carpenter tender; salamander tender; dump man; ticket takers; flagman; loading trucks under bins, hoppers, and conveyers; track men; cement handler; dump town can - earth fill; Georgie buggie man; material batch hopper man; t spreader on asphalt machine; material miker man (except on manholes) ; coffer dams; riprap paver - rock, block, or brick; ' signal man; scaffolds over 10 ft not self-supported from ground ,: . ' up; skipman on concrete paving; wire mech setters on concrete paving; all work in connection with sewer, water, gas, gasoline, oil, drainage pipe, conduit pipe, tile and duct lines `y and all other pipe lines; power tool operator; all 4ork in connection .with hydraulic or general dredging operations; form ,-, setters; puddlers (paving only) ; straw blower 'nozzleman; .. , asphalt plant .platform man; chuck tender; crusher feeder; men handling creosote ties or creosote materials;. men worki' with ' and handling epoxy material; topper of., standing trees; f6eder` man on wood pulverizer; board and w llow mat weavers an ca ble r rid�a pile dike and •revetr�eutc wor tiers on river work; deck ha k, all laborers working on underground tunnels less. than' 25 ft . where. compressed air is not used; abutment and pier, hole min ' vaorki.ng 6 ft or mare below ground; men working in coffer dame _ for bridge piers and footings in the river. ; Barcc, .tamper, Jackson or any other similar tamp; cutting torch . , liners, . _ # curb, gutters, ditchliners; hot mastic ke:ttleman; hot tar applicator; hand blade operators; mortar men on brick or bblock , manholes; rubbing concrete; air tool operator under 69 pounds; i caulker and lead man; chain saw under 15 'hp; guard rail :and } i M0980001 - 19 10/23/1998 u sign erectors GROUP 2: Vibrator man; asphalt F raker; hand pipe layer an sewer work; batterboard man on pipe and ditch work cliff scalers working from Bosun's chairs, scaffolds or platforms on dame or power plants over 10 ft high; air tool operator over 65 pounds"., - stringline man on concrete paving etc. ; sand blast man; laser beam man; wagon drill; churn drill; air track drill and all other similar type drills; gunnite nozzle man; pressure grout man; screed man on asphalt; concrete saw 15 hp and aver; grade checker; stringline man on electronic grade control; manihole t builder; dynamite man; powder man; welder; turuiel man; waterblaster - 1000 psi and over; asbestos and/or hazardous waste removal and or disposal; ----------------------------------------- ( LABOO663D 04/01/1998 CASE (Richards-Gebaur Air Force Base ONLY) sC�.AY,, JACKSON, PLATTE AND RAY COUNTIES f LABORERS I GROUP 1 18.4 5 ., GROUP 19-38 5.64 lit j _..yam. ? IABORERS CLASSIFICATIONS s GROUP 1: General laborers, Carpenter tenders, salamander tenders, loading trucks under bins, hoppers and conveyors, track S - men and all other { s F handler (bulk or sack) , chain orrconcreteosa operator, cement. du man on earth fill, Georgie cxump Buggies marl, material batch hopper man, scale roan, material mixer man (except on manholes) , coffer dams, abutments and bier 'hale f men working below ground, riprap pavers rock, black or brick, � signal man, scaffolds over ten feet not self-supported from r °x ground up, skipman on concrete '; Paving, wire me sh setters an concrete paving, all work in connection with Bawer, S , water, gas, gasoling, oil, drainage pipe., conduit pipe, tike and duct lines and all other pipelines, in connection with hydraulic or power tool 4gerator, all work. 7 1 general dredging cperatloals, form setter helpers puddlers (paving only) , straw blower raowxleinan, asphalt plant platform man, chuck tender, crusher feeder, men.' handling creosote ties on creosote material s, waxdcin with. ` J and handling epoxy material or materials (where sFecial g protection is required) , tooper of standin trees, i ` g: batter board man on pipe and ditch work,. feeder man on wood pulverizers, board and willow mat weavers and cable tiers on .river na Ia rk, ;deck ,ndg, J pile dike and revetment work, all laborers working' on 'uYxdargicunci tunnels less than 25 feet where compressed air is not rased, ' j abutment and pier hole men working six W feet 'or more below f ground, men working in coffer dams for bridge piers and footings in the river, ditchliners, pressure groutmen, caulker 'and chain or concrete saw, cliff scalers 'working� king from scaffolds, bosuns' J chairs or platforms on dams or power plants over (10) feet above M0980001' - 20 10/23/199s ;t t a ! �I4 -�, ground, mortarmen on brick or block manholes, signal man. I{ �- GROUP 2 : Skilled Laborer - spreader or screed man on asphalt ' machine, asphalt raker, grade checker, vibrator man, concrete saw, over 5 hp. , laser beam man, barco tamper, Jackson or any other similar tamp, wagon driller, churn drills, air track drills and other similar drills, cutting torch man, form setters, ! -? liners and stringline men on concrete paving, curb, gutters and } etc. , hot mastic kettleman, hot tar applicator, hand blade operators, mortar men on brick or block manholes, sand blasting and gunnite nozzle men, rubbing concrete, air tool operator in tunnels, head pipe layer on sewer work, manhole builder (brick or ! block) , dynamite and powder men, s t _ PAIN0002B 09/01/1998 { Rates Fringes ' CLARK, FRANKLIN, JEFFERSON, LEWIS, LINCOLN, 14ARION, PIKE, RALLS, ! ST. CHARLES, ST. LOUIS (CITY & COLUITY) a AND WARR 4 COUNTIES PAINTERS: j Brush ' 19.80 6.66 , l � { __Spray 21.60 6.66 ------«-------------------------------_ -------•-- ------ 1 PAIN0003D 04/01/1997 Rates Fringes t BATES, BENTON, CALDWELL, CARROLL, CASS, CLAY, CLINTON, COOPED DAVIESS, GRUNDY, HARRISON, HENRY, ITACKSON,, JOH14SON, LAFAYETI°E;, LIVINGSTON, MERCER, MONITEAU, MORGAN, PETTIS, PINrrE, RAY Attu SALINE COUNTIES i PAINTERS: s Brush & Roller; Taper; C -; Bazooka; Lead Abatement 19. 90 4.15 _J Paperhanger 20.40 4.15 Storage Bin & Tanks (Roller or Brush) ; Elevated Tanks (Roller or Brush) ; St.ageman; Beltma.n• ` --f Bridgeman; Steelman; Sand Blast 1­ 7 (Base) ; Elevator Shaft 20,.65 4 .7.5 _? Sprayman 20.90 4 .15 Sandblast (Bridge, Stage, Erected `S eel and Storage Bin and Tanks) 21.40 4 .15 Sprayman (Storage Bin & Tanks, Elevated Tanks) Stageman (Spray) ; 4� ( Bridgeman (Spray) ; Steelman (Spray) 21. 65 4 .15 ' Steeplejack (other than Elevated ! ) i _. Tankr� 4 .15 Steeplejack -Spray or Sandblast (other than Elevated Tanks) 7.5.59 4 .15 „ n ----------------------------------------- ------------ «�•--�—«<....�..« ;. ;: ../ PAIN0098B 05/01/1998 Rates Fringes.; i M0980001 - 21 10/23/1998 . . �•...—. ...-...�w._.ao.a�.wa.wor.otuvry�aw r.�v�s���T �# iRl.\� i ,i i I i ANDREW, ATCHISON, BUCHANAN, DE KALB, GENTRY, MOLT, NODA111"k +' & l i 1 WORTH COUNTIES �+ PAINTERS Brush & Roller 18 .50 4 .40 # Sandblasters 19. 50 4 .40 ! Steeple Jack 21. 50 4.40 ( --------------------------------------------------------------_ - i PAIN0203B 04/01/1998 ? Raters Fringes BARRY, BARTON, CEDAR, CHRISTIAN, DADE, DALL&S, DOUCxJk-q, GREENF, I HICKORY, HOWELL, JASPER, LAWRENCE, MCDONALD, NE'd+TO�tl, OZARK, poLF�, _. ST. CLAIR, STONE, TANEY, VERNON, WEBSTER and WPY-OHT C'r.)UXTIES PRINTERS: ; Sandblasters & Highman (over 401 ) 17.18 3.23 Painters 16.88 3.23 . Tapers 16.07 3.21 .;. -------------------------------------------------- ___�__.._ ,.....__ ; PAIN1185C 04/16/1997 ` '< i ;. Rates Fringes ADAIR, AUDRAIN, BOONE, CALLAWAY, CHARITON, COLE, CAsC.(,)N,p.DE; HOWARD, KNOX, LINN, MACON, MONROE, MONTGOY.CRY, OsAGE, plYr SIAM., RANDOLPH, SCHT,TJER, SCOTLAND, SHELBY AND 3ULLIV.AN' C0 TTNTjwS and -- the City of Booneville. F 1 PAINTERS k Brush, Roller, Paperhanger, t Taper, Structural Steel; Epoxy (Water Base ONLY) ; Steam Removal of Wallpaper 16.25 ! Structural Steel Brush or Roller; Epoxy Brush or Roller; Epoxy Structural Steel 16.75 1.00 Spray, Structural Steel (Over 50 ' high) ; Sandblasting; s Epoxy Spray 17.25. 1.00 } Structural Steel Brush or J. l Roller (50' high) ; Stage ` Brush or Roller 18 .25 1.00 `t Epoxy Structural Steel (50 --� high) ; Epoxy Stage „Structural Steel 18.75 1.00 --------------------------------------------------------- PAIN1265,C 07/01/1998 a Rates 'xinge ` t CA, Ws CRAWFORD, DENT, LACLEDE, MARIES, MILLER,' PHELPS, PBL.A.SYC� ! r' _ - 7 . AND TEXAS COUNTIES 4 � PAINTERS: ` Brush and Roller 15—96 6 .44 '. { M0980001 - 22 10/23/1998 VA k _ ratmr.�reaes� _ Spray, Structural Steel, '-y Sandblasting and all Tank Work 17.15 6 .94 j .. "" Lead Abatement 18 .15 6 .44 ----------------------------------- --------------------------- PAIN1292B 07/01/1998 Rates Fringes BOLLINGER, BUTLER, CAPE GIRARDEAU, CARTER, DUNKLIN, MISSISSIPPI, NEW MADRID, OREGON, PEMISCOT, PERRY, REYNOLDS, RIPLEY, SCOTT, SHANNON, STODDARD and WAYNE COUNTIES PAINTERS: Commercial & Light Industrial 14.55 4 .54 Heavy Industrial (Brush & Roller) 17.05 4 .54 ' Bridges (Brush, Roller & Spray) 22.00 4 .54 f Spray (Except Commercial) 15.70 4 .54 1 Sandblasting & W'aterblasting 19.00 4 .5:4 } Pressure Washing 15.75. 4 .54 Height Rates (All Areas) : 50 ' to 75' per hfaur ($0.75) 75 ' to 1501 per flour 0) 150 ' and over (each, additional SO' ' add $.50 peg hour) �? - --------- - ----------------------- PAIN1292F 07/01/1998 - Rates Fringes ? ' IRON, MADISON, ST. F'RANCOIS, STE. GENEVIVVE and WASHINGTON COUNTIES i PAINTERS: Commercial and Light Industrial 16.6S 4 .54 Heavy Industrial (Brush & Roller) 17.65 4 .54 I �1 Bridges (Brush, Roller & ,Spray) 22.00 4 .54 Spray Painting (Except Commercial.) 3. .80 4.54 t; ' Sandblasting and Waterblasting 19.00 4,.54 Pressure Washing $7.85 4 .54 Lead Abatement 18.65 4.54 Height Rates (All Areas) : 501 to 75' per hour $0.75 75 ' to 150 ' per hour 1.50 � 150' and over (each additonal 50' { , add $0.50 per hour) , ------------------------------------------- -------------_____e i PIAS0368C 04/01/1995 Rates Fringes BENTON, CALLAWAY, CAMDEN, COLE, GASCONADE, HENRY, HICKORY, ? JOHNSON, MARIES, MILDER, MONTGOMER7f, MORGAN, OSAGE, PETTIS, 71 SALINE, & ST. CLAIR COUNTIES CEMENT MASONS 17.56 1.00 ------------------------------------- - -------- •-------- r .:` M0980001 - 23 10/23/1998 t I PLAS0518G 04/01/1998 � Rates Frinreo. CASS (Richards-Gebaur AFB only) , CLAY, JACKSON, PLATTE AN'O Rh.X COUNTIES i .! CEMENT MASONS 19 .16 6 .73 --------------------------------------- ------------------ ---<----..._ PLAS0518K 05/01/1998 } Rated Fringes ANDREW, ATCHISON, BUCHANAN, BATES, CALDWELL, CARROLL, CASS (Except Richards-Gebaur AFB) CLAY, CLINTON, DAVIESS, DEKALB, GENTRY, GRUNDY, HARRISON, HOLT, JACKSON, LAFAYE7. fE, LIVINGSTON, MERCER, NODAWAY, PLATTE, RAY AND WORTH COUI.iTIES CEMENT MASONS 19.95 5.23 { PLAS0527A 05/07/1997 Rates Fringes JEFFERSON, ST. CHARLES COUNTIES AND ST. LOUIS (City and County) x CEMENT MASONS 21.08 8.08 € ` ' FR.INNKLIN, LINCOLN, AND WARREN COUNTIES t _ CEMENT MASONS 19.91 8.08 ---------------------------------------•--------.-----._-_____..___.. i a PLAS0527D 05/01/1997 Rates Fringes . CRAWFORD, DENT, IRON, MADISON, MARION, PHELPS, PIKE, PULASKI, 1 �i RALLS, REYNOLDS, ST. FRANCOIS, STE. G'rNEVIEVE, SHANNON, 'I` AS, WASHINGTON COUNTIES CEMENT MASONS 18.50 7.99 --r .---------------------------•-----------------•------ -----•------ } i . � PLAS0908A 05/01/1996 � . Rates Fringes y BOLLINGER, BUTLER, CAPE GIRARDEAU, CARTER; DUNKLIN, MISSISSIPPI, =` NEW MADRID, OREGON, PEMISCOT, PERRY, RIPLEY, SCOTT,. STODDARD, "A2� WAYNE COUNTIES 1 CEMENT MASONS 16.15 3.95 ----------------------------------- ----------- I.: PLAS0908D 04/17/1995 Rates Fringes BARRY, BARTON, CEDAR, CHRISTIAN, DADE, DALTA.S, DOUGLAS, ` GREENE, HOWELL, JASPER, LACLEDE, LAWRENCE, MCDCONZ X, NEWTON, OZARK, POLK, STONE, TANEY, VERNON, WEBSTER, AND WRIGHT COUNTIES M0980001 - 24 10/23/1998 NO F' 3 i CEMENT-MASONS ------- ---- --------------14 -60- -----_.--&Q_--- _ PLU140008C 06/01/1997 �..... Rates Fringes CASS, CLAY, JACKSON, JOHNSON, PLATTE COUNTIES PLIJ14BERS 24 . 64 6 .02 BATES, BENTON, CARROLL, HENRY, LAFAYETTE, M RGAN, N PETTIS, RAY, ST. CLAIR, SALINE, AND VERNON COUNTIES PLUMBERS 22.,20 6 .02 _-,-------------------------------------------------------------- ~ PLUM0035C 07/01/1996 Rates Fringes ' CAMDEN, COLE, CRAWFORD, FRANKLIN, JEFFERSON, 14JA XES, MILLER, " MONITEAU, OSAGE, PHELPS, PULASKI, ST a4AR,LES, ST. LOUIS (City 3 and County) , WARREN and WASHINGTON COUNTIES PLUMBERS 24 .855 9.27 j -----•----------------------------------•------ --------- -------- t W PLUM0045T) 09/01/1996 1 Rates Fringes ANDREW, ATCHISON, BUCHANAN, CALDWELL, CLINTON, DAVIE SS, DEKALBS = GENTRY, HARRISON, HOLT, NODAWAY AND WORTH COUNTIES ; PLUMBERS & PIPEFITTERS 23 .00 7.60 ` ---------------------------------._---.-----•--------•-------------- _ I PLUM0178D 11/03/1997 Rates Fringes BARRY, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, HICKORY, LACLEDE, LlgRENCE, POLK, STONE, TANEY, WEBSTER, AND WRIGHT COUNTIES PLUMBERS & PIPEFITTERS 19.94 5.53 ------------------------------------ •----�- ..__- --------------- 7B 07 01 PLUM031 1995/ / Y' Rates Fringes . �+ t BOONE, CALLAWAY, COOPER, HOWARD, PM, RANDOLPH. COUNTY (SfaUtnern half) PLUMBERS & PIPEFITTERS 39.18 3.1'7 --------------------------------------------- -------- ----- - PLUM0533E 06/01/1995 t•, w.Y, Rates Fringes ` BATES, BENTON, CARROLL, CASS, CLAY, HWRY, HICKORY, JACKSON, \... I JOHNSON, LAFAYETTE# MORGAN, PETTIS, PLATTE, RAY, SALINE, � ST. CLAIR AND VERNON COUNTIES M0980001 - 25 10/23/1998 +r t . PIPEFITTERS 24 . 83 . 8.G3 Q J.. w r_r__err__r r r_a w r_r_r r r__r r___r__r r a 14 t. PLUM0562D 06/01/1998 Rates 'xinSes ADAIR, AUDRAIN, BOLLINGER, BUTLER, CAMDEN, ,CAPE GIRARDEAU., CARTER, CHARITON, CLARK, COLE, CRAWFORD, DENT, DUNFL;IN r FRANKLIN, ? " GASCONADE, GRUNDY, HOWELL, IRON, JEFFERSON, nIOX, LEWIS, LINCOLN, ' LINN, LIVINGSTON, MACON, MADISON, MARIES, MMAZION, MERCER, MILLER, .-, MISSISSIPPI, MONITEAU, MONROE, MONTG0m& ERY, NEW MADRID, NORTHERN HALF OF RANDOLPH, OREGON, OSAGE, PEMISCOTt, PERRY, PHELPS, PIKL:, PULASKI, PUTNAM, RALLS, REYNOLDS, RIPLEY, ST, CHARLES, ST. FRANCOIS, STE. GENEVIEVE, ST. LOUIS, SCIMYLER, SCOTLAND, SCOTT, i SHANNON, .SHELBY, STODDARD, SULLIVAN, TEXAS, WARREN, WASHINGTON, _i AND WAYNE COUNTIES. j r PIPEFITTERS 24 .75 10.78 ----------------------------------------- ---------- ----- * PLUM0658B 07/01/1998 f Rates Fringes , .. BARTON, JASPER, MCDONALD, AND NEWTON COUNTIES � r PLUMBERS & PIPEFITTERS 16.73 5.33 --------------------------------------------- _ M0980001 TEAM0013H 05/01/1997 ! Rates Fringes FRANKLIN, JEFFERSON, AND ST. CHARLES COUNTIES ' TRUCK DRIVERS: GROUP 1 26.04 - GROUP 2 26.15 i GROUP 3 26.19 GROUP 4 26.26 LINCOLN ANA WARREN COUNTIES TRUCK DRIVERS: GROUP 1 24.69 y GROUP 2 GROUP 3 24.80 24 .84 GROUP 4 . AUDRAIN, BOLLINGER, BOONE, CALLAWAY, "CAPE GIRARDEAU, CAR TERr CRAWFORD DENT, GASCONADE, IRON, ' COLE, .. MACON, MAD'SSQN 1-AktIE5; MARION, MILLER; MISSISSIPPI, MONROE, , MONTGOMERY, Nm- ?R.ADRID, >' ' 03AGE, PEMISCOT, PERRY, PHELPS, PIKE, PULA.SKI, RAID S, RZyNOLDS', "" .. ,.M. ST. FRANCOIS, STE , GENEVIEVE, SCOTT, STIANNO SHELBY, -.§TODDARD, r TEXAS, WASHINGTON, AND WAYNE COUNTIES . ' OUNTIES , 1 TRUCK DRIVERS Ax ii M0980001 - 26 . B/23'f 198 t i i GROUP, 1 18 57 4 ,A 0 . GROUP 2 :18 .73 4 1 4 0 ,. GROUP 3 18 .72 4 .40 � k ; GROUP 4 18. 84 4 .401 ADAIR, BU'sLER, CLARK, DUNKIN, HQWELL, KNOX, LEWIS, OREGON, PUTNAM, RIPLEY, SCHUYLER, AND SCOT, COUI+PILES j TRUCK DRIVERS: GROUP 1 1.7. 84 4 .4 0 GROUP 2 18 .00 4 .40 i GROUP 3 17.99 4.40 GROUP 4 18 .13 4 .40 � s MI TRUCK DRIVERS CLASSIFICATIONS: GROUP 1: Flat Bed Trucks, Single Axle; Wagons; Picku p I -' Trucks; °Material Trucks, Single'Axle; Tank Wagon, Single Axle GROUP 2: • Agitator and Transit Mix Trucks ! GROUP 3 : Flat Bed Trucks, Tandem Axle; Articulated Dump � Trucks; Material Trucks, Tandem .Axle; Twik. Wagon, Tandem Axle GROUP 4: Semi and/or Pole Trailers; Winch, Fork & Steel s Trucks; Distributor Drivers and Operators; Tank Wagon'. Semi-Trailer; Insley Wagons, Dumpsters, Half-Tracks, Sgeedaee, Euclids and other similar equipment; A-Frame -- and Derrick Trucks; Float or Lour Boy ----------------------------------------------------------------- # � 7'EAM@056A 05/01/1998 Z Rates ]Fringes BUCHAHM, CASS (Except Richards-G,ebau7r APB) , JOHNSON, AND LA.FAYETTE COUNTIES TRUCK DRIVERS: f. GROUP 1 20.13 4 .75 GROUP 2 20.24 * 4 .75 r •, GROUP 3 20.28 4 .75 � :S GROUP .4 20.35 4 .75 ff 4 r ANDREW, BARTON, BATES, BENTON, CAIMWELL, CAMDEN, CARROL L., CEDAR, CHARITON, CHRISTIAN, CLINTON, COOPER, DADE, DALLIES, DAVIESS, S; DEKAIaB, DOUGLAS, GREENE, HENRY, HICKORY, HOWARD, JASPER, LhCI,FDfi, ., iE LAWRENCE, LINN, LIVINGSTON, MONITEAU, MORGAN, NEWTON, PETTIS, s. { POLK,` RANDOLPH, ST CLAIR, SALINE, VERNON,, WEBSTER, AND".WRIGHT COUNTIES TRUCK DRIVERS: I GROUP l 18.92 : 4:. 7.5 r GROUP 2 19 .✓D7 4'.75 , GROUP 3 .19 ..08 4 .75 s GROUP 4 19..19 . 4 .75 M0980001 - 27. 10/23/1998 � �M11�91 Yl n�ae��aur�ts�aw�xrl�a,eepuan���,.... ........�—�....._..y���l.• ��. dd ! ATCHISON* BARRY, GENTRY, GRUNDY, HARRISON, HOLT, MC.`DONALI1 - ' MERCER, NODADWAY, OZARK, STONE, SULLIVAN, TANEY AND .WORTH COUNTIES TRUCK DRIVERS: w. GROUP 1 18 :1.9 4 . 75 GROUP 2 18.34 q .VS GROUP 3 18.35 4 . 75 GROUP 4 18 .46 4 . 75 TRUCK DRIVER CLASSIFICATIONS GROUP 1: Flat bed trucks single axle; station wagons; pickup t trucks; material trucks single axle; tank wagons :$ single axle. GROUP 2 : Agi.tator' and transit mix-trucks. , . i t GROUP 3 : Flat bed trucks tandem axle; articulated dump truck's material trucks tandem axle; tank wagons tandem C' ! axle. r GROUP 4 : Sethi and/or pole trailers; winch, fork steel trucks; distributor drivers & operators; tank wagons semi- trailer; insley wagons, dumpsters, half-tracks, t; speedace, euclids & other similar equipment; � 6 A-frames and derrick trucks; float or. l.ow boy. --------------------------------------------------------------------- � __j TEAM0245C 03/25/1996 Rates Fringes -BARRY, BARTON, CAI-MEN, CEDAR, CHRISTIAN, DALLAS, D&NIT, .DOUGLAS, i GREENS, HICKORY, HOWELL, JASPER; LACLEDE,, LAWRLRJCE, MCDONA.IJ), MILLER, NEWTON, OEARK, PHELPS, POLK, PULASKI, SHAJiNOtI, STONE, ;f TANEY, TEXAS, VERNON, WEBSTER AND WRIGHT COUNTIES TRUCK DRIVERS: i Traffic Control Service Driver 12.30 3 .88+a - PAID HOLIDAYS: New Year's Day, Decoration Day, July e1th, } Labor Day, Thanksgiving Day, Christmas Day; -- ------------Employee's . birthday and 2' pers' onal days. --- ----------- --,-------- ---------------------- s.. ,. TEAM0541AX 04/01/1998 Rates Fringes CiSS, (Richards-Gebaur AFB) , CLAY, JAOKSON,' PLATTE, AND RAY COUNTIES s� TRUCK DRIVERS ...... GROUP 1 19, 86 5 .00 I ' GROUP 2 19 -37 6 .00 M0980001 - 28 10/23/1998, a T, 4 , t c GROUP 3 18 . 89 6 .00 i TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Mechanics and Welders, Field; A-Frame ?Low Boy-Eoom Truck Driver. GROUP 2: Articulated Dump Truck; Insley Wagons: Dump Trucks, Excavating, 5 cu yds and over; Dumpsters; Ralf-Tracks: , Speedace: Euclids & similar excavating equipment. -- Material trucks, Tandem Two teams; Semi-Trailers; Winch trucks-Fork trucks; Distributor Drivers and Operators; Agitator and Transit Mix; Tank Wagon Drivers, Tandem or Semi; One Team; Station Wagons; Pickup Trucks; Material Trucks, Single Axle; Tank Wagon Drivers, Single axle GROUP 3 : Oilers and Greasers - Field ---------------------------------•----------- TE.AM0541C 03/25/i998 Rates Fringes BATES, CASS, CLAY, HENRY, JACKSON, JOHNsOj3, LAFA.YETTE, PLATTE, AND RAY COUNTIES � TRUCK DRIVERS: Traffic Control Service Driver 12.90 2.13fa ' a. PAID HOLIDAYS: New Year's Day, Decoration Day, July 4th, — . Labor Day, Thanksgiving Day, Ckrristmas Day, �w Employee's birthday and 2 personal days. --------------------------------------------------------------� - � TEAM0682D 05/01/1996 Rates Fringes ST LOUIS CITY AND COUNTY TRUCK DRIVERS: 19 .57 5.375+a I GROUP 1 r GROUP 2 19 .77 5.375+a , GROUP 3 19.87 5 j75+a f TRUCK DRIVERS CLASSIFICATIONS , -` GROUP 1 - pick-up trucks; forklift,' single axle; flatbed trucks; �. f job 'site ambulance, and trucks or trailers of a water level capacity of 11. 99 cu. yds. or lea GROUP 2 - Trucks or trailers of a water level capacity of 1 .0 .cu, i s yds. up to 22 .0 cu yds including ,euclids, speedace and similar equipment of same capacity and compressors GROUP 3 - Trucks or trailers of a water level capacity of 22 .0 r cu. yds over including euclids, Speedace & all floats, flatbed ~ f M09$00 01. - 29 10/23/1998 i 1 } i trailers, boom trucks, winch trucks, including small trailers, farm wagons tilt-top trailers, field offices, total trailers, concrete pumps, concrete conveyors & gasoline tank trailers and truck mounted mobile concrete mixers FOOTNOTE FOR TRUCK DRIVERS: a. PAID HOLIDAYS: Christmas Day, Independence Day, Labor Day, --� Memorial. Day, Veterans Day, New Yearn Day, Thanksgiving Day PAID VACATION: 3 days paid vacation for 600 hours of service in any one contract .year; 4 days pain vacation for 800 hours of service in any one contract year; 5 days paid vacation for 1, 000 hours of services in any one contract I years. -------------------- -------------------------------------- -------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ____.._-__-_- -- # -------------------------�----------------. i f Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses. (29 CFR 5.5 (a) (1) (v) ) . _ i ------------------ - - - ----- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations - '' indicate unions whose rates have been determined to be prevailing. f i WAGE DETERMINATION APPEALS PROCESS � I j Has there been an initial decision in the matte This can r. be: * an existing published wage determination ; * a survey underlying a wage determination � * a Wage and Hour Division letter settin' g forth a i position, on a wage determination matter * 'a conformance (additional classification and rate) ruling ' 9t On survey related matters, initial contact, including xequess- for summaries of surveys, should be with the Usage and Hour Regional Office for the area in which the survey was conducted' 'because those Regional Offices have responsibility fox'. the Davis-Bacon survey program. If the response from this initial i contact ' is not satisfactory, then. the proc:ees described in 2. ) and 3 . ) should be followed. M0980001 30 10/23/1,998 t , With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the' Branch �1. of Construction Wade Determinations. Write to: Branch of Construction Wage Determinations,„�. M.1 Wage and, Hour Division U. S. Department of Labor 200 Constitution Avenue, 19. W. !` Washington, D. C. 2020 2. ) if the answer to the question, in 1. ) is yes, then an ' interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator i (See 29 CFR Part 1 . 8 and 29 CFR., Fart 7) . Write to: i f Wage and Hour Administrator U.S. Department. of Labor 200 Constitution Avenue, N. W. I Washington, D. C. 20210 ` The request should be 'accompanied by a full statement of the ' interested party's position and by any information (tirage payment data, project description, area practice material, etc. ) that the ; f requesstor considers relevant to the issue, } ' I � ' 3 . ) if the decision, of the Administrator is not favorable, an interested party may appeal directly to the Admini strative Review � . Board (formerly the Wage Appeals Board). Write to; f !, Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, ,N W. Washington, D. L. 20210 ; '4.) All decisions by the Administrative Review Board are final., l 4 END OF GENERAL DECISION 4 � , t � f MO980001 31 10/23/1998 L, �If7�/�I✓Il�la �lr4r___ — — rrw.r.����. — w.r.r...._..�__.._— _____ ., s., •. 1.,'4 - 'I. no- 'tin vm t M, Or '12or V. V Vtll ii ,vii'R � ;, il; "W I;, X �7 ZA1 i i. r Y4 IV �X` ;I,_ I tj`4,y,.A1'4N,k,.1:Y Y J) .0 4A NI joal A, 1.1 1 1"k,".I I I,,I. - � .,;, .111, r; ,f;jrii�I lt� "�,I, I ij, �t ct _,%." i',%� -,t",I� A IN, g QV�114 L'i" A If,qif wg. N io if , `4 41. . . 0;�i" 1,14.tie, NI lei V4 it ,9'�Ev ve- IL XY NI71/;,Z��, A-CORD. CERTIFICATE O LIABILITY III SUfU I��.,�-bPlu Nz DATE(MwDD,,� PRODUCER ItA17FF-2 1?./2 3/9q TI 1iS GEHTIF'ICAT I ISSLiEU AS A MATTE{OF INFORMATION llt-�J ONLY AND CONFERS NO RIGHTS UPON THE CFRTIFIC:ATE g aught/Standr�rci HOLDER.THIS CERT FiCATE COTS NOT AMEND,r_XT6PdD OR Christy Drive ALTER THE COVERAGE_AFFORDED BY THE POLICIES BELOW. fEerBOn City MO 65101 COMPANIES AFFORDING COVERAGE ~-- COMPANY No. 573-634-2727 Fox No. 573-634-7762 A Am.Ari,can titEbt"UF1 Insurance Co. INSURED -- -.- CGMPANY B The Cincinnati. Insurance Co. Ken Kauffman & Sons -COMP,ANV ---- Excavar-ing LLC C P.O. Box 105125 COMPANY -�--- ���_-- --� Jefferson City MO 65110 COMPANY COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE IPASURCD NAMED ABOVE.FOR THE POLICY PERIOD INDICATED,NOTVM, HST,A4DING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OrNER DOCUMENT WITH RESPECT TO WHICH 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. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION -�- LIMITS LTR i DATE(MMIODiYY) DATE(MMIDDlYY) GENERAL llABllr[Y GF_NFRAL AGGREGATE _' S 2,0 0 0,Q 0 0 _ A 'i X CO,MMERCUIL GENERAL LIABILITY CC7690799 06/0:!/98 06/05/99 PRODUCTS-COMP/OPAGG . $2,000,000 ( 1 CLAIMS MADE i X; OCCUR; PERSONAL&ADV INJURY $1,0i)0,000 X OWNER'S&CONTRACTOR'SPROT; * OCP CE3703471 04/15/98 04/19/99 Ehr,NCCCURRE4GE — : s ]1 000,000 — AGGREGATE $1,000,000 FIRE DAMAGE(Any one fire) 3 20d2,000 OL'CDRENCF $1,000,000 MED EXP(Any one person) - S 10_,0 0 0 I {AUTOMOBILE LIABILITY A '; ANY AUTO ! CD1888537 06/05/98 QrS/Q5/9g ! COMBINED SINGLE LIMr[ ; S110001000 000,000 i _ j ALL OWNED AUTOS ! — BODILY INJURY I �``.X I SCHEDUL[eD AUTOS (Per person) $ t ' HIRED A41TOS — - i BODILY INJURY 'X, NUN-OWNED AUTOS (Peraaadent) - - -- -- A PROPERTY DAMAGE 3 -Cx^4RAGE LIABILITY AUTO ONLY-EA,ACCIDENT i S ANY AUTO OTHER,T14AN AUTO ONLY: FACH ACCIDENT Y~_ - - AGGREGATE 3 _ -EXCESS LIAL 1LITY I - i EACH OCCURRENCE 5 1,0_00_,0 0 0 _ B iLX UuORELLAFORM ccc4440935 ! 06/05/98 06/05/99 I AGGREGATE-� — S 1,000,.000 OTHER THAN UMBRELLA FORAM _ 3 j WORKERS COMPENSATION AND - { - —�r� - I p YTL�lT[;v 1 OEH EMPLOYERS LIABILITY EL EACH ACCIDENT S THE PROPRIETOR/ 3NCL { { PARTNERS/EXECUTNE f_L DISEASE•POLICY LIMIT f+ I OFFICERS ARE: I EXCL', -- EL DISEASE-EA EMPLOYEE" .S (OTHER - -- _ A Install/Builders CD1888197 06/05/98 06/05/99 Risk I DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESISPECIAL ITEMS ** Named Insured -ggCity of Jefferson 320 E. McCarty, Jlffer�son City, 140 I� Eft lf Jefferson is nnaamedtAdditi�onal insuredBwith respe is tosGeneral HER FICATE HOLDER CANCELLATION CITE OF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES r C CANCELLED BFFfiRE'[HE i EXPIRATION DATE THEREOF,THE ISSUMCI COMPANY WILL E140FJAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CER)IFICATE.HOLDER NAMED TO THE LEFT, f City of Jefferson SLIT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 320 13. McCarty OF ANY KIND UPON THE COMPANY.ITS AGENTS OR REPRESENTATrJES, Jefferson City M0 65101 AUTO DREPRES°_NTAI'IVE ��-`�`��v ) ''.1GriC -�k,a.! Gsu 1 ACORD 25-S(1/95) "`� W s / AC 0 CORPORATION 1988 �a�m�acuraw��r�r��ryccnnw i�EPMl�9'Y2G91i11M11�Y�tlE�rd�'h�ffA�f CERTIFICATE OF LIABILITY INSUR,� N ���z DATE1PAWO n•Y) � =; PRODUCER K-�R-ReF-2 7,2/?3�9Z? THIS CFFi i IFI( E IS I �SUFr AS A MATTER Or:WFARtvIATtL7N ght-Naught/Standard ONLY AND CONFERS NO RIGHTS{1NOPJ ThiE(:ERTIFIC',�TF F' 1 Christy Drive HOLDER,THIS CERTIFICATE DOES NOT ,MEND,E=XTEND nR Jefferson City No 65101 ALTER THE COVERAGE AFFORDED BY TH6 POLICIES BELOW. __—COMPANIES AFFORDING COVERAGE COMPANY –_— ?NO. 573-534-2727 FazNo. 573-634-7762 A RED Missouri Prtg�lo}�ertt MrSttiaJ. INSU - � COMPANY _—_._------------------•�_..__ -- Ken Kauffman & Sons —COMPANY 3xcavating LLC q C P.O. Dox 105125 i JOffersOn City HO 65110 COMPANY D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAME-O ABOVE FOR THE POLICY PERIOD INDICATED,NOTWfTF(STANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO'IIIH(CH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUP,JECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO ! TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EAPIRA TION -- DATE(MMAN)iYe) DA76(MNJOO/re) LIMITS GENERAL LLABILRY —--------- --- _may COMMERCIAL GENERAL LIABILITY GENERAL AGGREGATE $ PRODjCYS.COAP,'OP A aG S I :CLAIMS MADE : l OCCUR _ OWNERS 6 CONTRACTOR'S PROT; _PERSOK4L b Af3V INJURY F EACH OCCURRENCE __ S FIRE DAMAGE(Any;m tire) S _ MED EXP(MY me ptrsorl) $ `AUTOMOBILE LIABILITY - _ j ANl'AUTO COMBINED SINGLE LIMIT S ALL OWNED AUTOS SCHEDULED AUTOS BOOILY INJURY $ ` (Per pervxq 141RED AUTOS NON-OWNED AUTOS LL091LY INJURY S -- (Per actident) I_ ! I PROPERTIOAMAGE S GARAGE LIABILITY r— ANY AUTO AUTO ONLY-£A ACCIDENT-,_ 'S _- - — OTHER THAN AUTO ONLY. EACH ACCIDENT (S_- MESS LIABILITY ._ —AGGREGATE IS ` t UMBRELLA FORM ! EACH OCCURRENCE. IS AGGREGATE OTHER THAN UMBRELLA FORM ! WORKERS COMPENSATION AND - S i EMPLOYERS'LLASILRY _ ---- WC ST'4E CTH-, A THE PROPRIETOR: EL EACH AC_C'IDENT S 1{y 0,U 0 O P.4RTNEP&EXECUTNE _� INCI 5365 Y0/2.g/98 C i 3.0/28/.99 OFFICERS ARE! -E-L-DISEASE_-POLICYUM/T S_ _O_9FXC4 _ j OTHER i EL.DISEASE-FA EMPLOYEE S 1.0 U,(S 0 0 1 � l)ESCRIPTK)N OF OPERA RpNSA pCgTK)NSd`VEH!CLES/SPECIAL ITEMS – Jobs 1998 Storm Water Project ##2 - Amount of Joky $143,575.50 I CERTIFICATE HOLDER CANCELLATION CITY OF SHOULD ANY OF THE AF.OVE DESCRIBED POL!CIES BE CANCEV.EO BEFORE THE f i EXPIRATION DATE THEREOF,THE ISSUINdCOMPANY WILL ENDEAVOR TO MAit. I 30 DAYS vmwrEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, I City of Jefferson BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE.NO OBLIGATION OR L!AB(fJ?Y ' 320 B. McCarty OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. �'efferson City MO 65101 A �R1F(I aEDrR�EP,RE�SE(•r�rnr�wE i t . s ACORD 25-8(1195) � ) CORPORATII,N 1538 r X: