Loading...
HomeMy Public PortalAboutORD12745 { ...__. ... - '..:....raw+..�...............�....._.:..........,_.....__,....._....r_...._....____ ......_ ._._._.. ..... _.-..._..................__...._..._...._.�..�.u._.._.�...... _ ..�...._......�.. t 4 { dt x BILL NO. 97-157 j SPONSORED BY COUNCILMAN Haake r ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE 111 MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH KAUFFMAN 'r BROTHERS, L.L.C. FOR 1998 STORM WATER PROJECT NO. 1. WHEREAS, Kauffman Brothers, L.L.C. has become the apparent lowest and best bidder on the 1998 Storm Water Project No. 1 project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF t JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Kauffman Brothers, L.L.C. is declared to be the lowest and �+ y, best bid and is hereby accepted. P'. ,.: Section 2.The Mayor and City Clerk are hereby authorized to execute an agreement with Kauffman Brothers, L.L.C. for 1998 Storm Water Project No. 1. n Section 3. The agreement shall be substantially the same in form and content as A: •f�V that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of passage its and t P 9 approval. Passed: �1Pr� I* moo, Approved: /4Pi ( a r Presiding Officer Mayor 4� z ATTEST: APPROVED AS TO RM: ` / 1 ity Cl k City Counselor s l�. t � 15�i ..wH�rRffdiT #�f�Ak`�?Lt `a`�FbnY .++i(Yt*fl ii'.+�Rl'�+ksd.�t.G.L'�w�?sTr4casa.+l�Yt�s«»iY?��,�+.x�tkah..�n,etw�;•[rh:,n..r?n`��rr�:!t,F S t :�.;: ': 4;^g, iu, t� '�'�{+w�r> 4 7fav, t5✓ �. L4.•�'}rN y .� .. -. T""#i'k-fiF" "'�4+�p�`.rAr)xi�t.'it�'.t,"1`-,'�'C'�,�''.G"li� � i�z�(i'r1 `�4,3»+ •}a+," �,' is'•"K r "'� ,- �twtt'Yt„of r .t �•i i c { ^ �t h�� ' . t ,. , 't.. r.: ., I;�'Vii: 1 1 :I is JT .t.r.-" a11,t'u L. •+� •v ,rr,f s. +'' n 't -_ X -1 .+ ,i7:. ,f.:.f"")\i1 /, I.it/ q�'';^.11, •t. •7 - . I '1 .d .i+,, '/•- ' 1 (! ;,p�' 1'./ Y .i '{ i .1 11 �.t!v I - ';'(,,, 'I'. \ 1 ./".'.(' °r� , /1 t :,'. o \. r a� 6 I .`,, .1. 1. i I' ~ a' \ 117 :F / {,i lr I + t,J, -'. I ,1�. \, \ v. I / .,; .+ •/ < \' 'ny,•`i \.{ I,I//•.y yl + L. /f t .i,"11 : . .f ! 1 .I �I.,. 7 y',1 ',* 1' ." /�1 i ! , I , ;,* - ',. 1 7 f,'• ,: a .1'/� / pl.,a , $I f\ 1 �, "tl. I '1' AI'1 ,.(.x .. \i '� \4 \')"" / '1 i. ! 1 /A Iz. . '� \ /+. I ," It I, . 1,;".i a 1\ 1 /'I 1,1.. I (: ,`. ::iii•/'. ''i f'/p•,�',•. I \.r + 7. ,.17,+ 1. rl.rh .I•\C 11 ' /\. ';/.'r I 1 1 / 7,_.l w/ \s ; � .(, 1(*1 t r.a,\. +,Is /1 I /I 1 r s': .\'r t I' l \ i \. \. 7j' r I +'\ �'^ 1 n O al r �" 11 / �.,f 1\' /. `I , ,.�• .I`1'` \I / 1 \ , 1. ' i .�.. I a r- \-,:).4. ! .1 '. ,/.�,/.1, •'j \ ':,\'., \\ 1. 1 ., + J(, 1• vt ,\ 1 +, C \ e I 1 'o f� 1( ./., , ''j a h..1. /. \ \ .\'.1'. .t'- " :.1 0 /.•.+. a\ •1) .A.. `'I \ ., .1,• +s .•1'u'`„i1 uM w'"�. r I li S. ( \.I n `\L. l ./', ,. , I'. . .• I+ '� q..•/ -� •L+�r 1.r , /^ t - 1 .1 / / ./ 1 i + it .� 1Y 1 v+'', 1 ,i 1 .r !(1.'t•, '.!'.`!�. •��:)`\;• Y}1 r/ \ •',\ .. 'aA. �.ti ;Ya I i1� .,, ii ;K:� + .'I ,I. ..�: ..,I I 'f :''\." :+ s l',is -'1. 't - / \ ' '. /;:: .1 ''1 y \ +, \. �' ) A ! "' .,. {.. r `1 p ;• Y oY' - 't'l,Y 1 7�� (. :•T r (. 1 - i +. %:: ;`t;4. l A i' :t 'S L' , 'x I ,� t -,.1.A.-.." :I, f - - 'Y: *' 1' S-. \% /' i {: >:.r ;;: 1r. r. :' �j' ;, ` 4, I'. /. ✓Ip, .Iti 2\ \ J.: 4,. 'J i1 t1` f` \• \ •'f 1;,�, 4.'•;. {', ,'\111. 1 - 1 �� '%. 2 -�'1..., ' f. _ ii "'.\',` •:j, pi. '+'I"'' . •,, •'IA'l'� ±(� _I!` \ t. +1' -(.�.n�: -,..,11. - .1�1,1. -A. 11 ,'/� f v , a r ; 1( M/. ,�'1' 1, \ -I / :n 1. .1 i> ;l / I •,1•: K.1s 1.\..•, I 1 .',"\i.. ,. ./ I' .�' .l (- ,r.. -/`r `.r :, A !i./ F'"}\..•r-:�; !' / 1 \. 11 'l' i d: 1 r i 11 1 `t , o.', ;l i.1" 1 ,( / f,/ I 7, 7/: /.+;III ./. s;l•... /'ap".!t _ :V '1:"\ :I,' p, � 7 t ,1 / 1. I , -'r: .Il'•1 j.I) .�1 f9: �t \ , '' ;� ( ., 'f . •/' .. `1 l �.: \.'1 1 J ' .1Y . /.•-. , / /r. r I. '+10 F. !. 1 , +.,:1'..' . . I i.y d/ J/ ! 1 1 7''Y`1.- _ o .r, 'I('• �1;.J.I. /7 1, (L 1, \b , . .\' - /•.,. `n t , .emu ' l �,1 ,1\1\ .1.1 r,% .I// / 1 il. U3 7 ,��: A,, e+ 7 1 I W y'.i \f/ '. .1 'w' 7. ar„ L ,,,/ 7 7 (T ,I'14 i .-1 ,l' :'V Iii 1 - e .�..p. 1 , /1 ' .' , \ ti 7; I 4• .�.. I 'lii-'S'I>f' `' (� / \ a r\ J 1 .l. f/ 1' .``� , /' .r yl. ,\ ; " 5 1 ..\J •'f! \, k' . la. ,< I .I •\� , :- '' .\' \ + '1.,1'.7 ., '�i !r�..1.. r ! \1. \' fr. ,./,,,. ,, � _ 1',('q •1t .,l 11 I `y, ..7' `i 1 / / y I. •Q.1 �1 / 1+ /1 y ri.'• •• \ .d 7 716 f } ,,, .q. l.i- 1• :\+,i'i 1 A `,�,• 1 b \ y' '`°`'-c ,/�, \ / ,F, '•..% \I f ,.ti\;I '�. _/ 1 1., ' •.I f .q11 •1 *\;' ; 11; "- ';I';•. ' `• .l I! �''\ '', .•f ^ 1 '`I 11,\, `/• .t'•. tea \ •1 , t.l., t 7 {•�/i.,l� R �i1•., 1�•7 :I�.a•.;, r , �I 1.•, j,1". y. I p r1(/ '1 ..',,,1 1!,• 1 \ 7r�. / I 1 \..k 7.. �., i '/,�_ ,\\.: -7 ' ICk}.3• 1 7I J\ \+I' ' :n. - '.'.( t 1 ,.n .1 ./ ,� .. 1` 1 - \% 1 .I u/ I .< 4 A•I 'I,-1. ,.I,1 / 1 \-' 'f•� 'I, �,'1 + 1. •1 (. Y 11?,: ;+. 1.,,I :p, o I,�% �. �,. ,,, ./:\. :,1;, ,.;.: •.--+ I \ `, 4v , ,I;. . ! . O I•',. I 1 •,. ~.1 14 ,'1' \, ' •+•''1.'••'` („"I/, l • `1 '"j .'f+' .lv.'.. '''1. / /. ,,.:.Vii. 1 i.+ 1 ^' '/ fII -',n- I. \1j ., ,1 " 1.'.' ''!. ''�/ 1 1 1 t ,17 I\• 1 .I.' '1 :5" ..�. ,.:i, "� .,t\° ,'I. • 1:.., :1. ..1 r. :,' , ,I , ,N. , , rr , , 71 1. 1. t y 4 OF 1 fir. ° Duane Stchreimann } 'i ® eke ffer son � ��`� � _ Mayor Martin A.Brose,PE,Director Department of Public Works Phone:(573)634.6440 320 E,McCarty Street Fax:(573)634.6457 Jefferson City,Mn 65101 s April Z8, 1998 I s Mr. Tarn Kauffman ! Kauffman Brothers L.L.C. 3008 Wakoda Drive Jefferson City, MO 65101 RE: Project No. 33046 - 1998 Stormwater Project No. 1 r Dear Mr. Kauffman: j This letter will serve as the "NOTICE TO PROCEED"for the above referenced project. The effective date of this notice shall be Monday, May 4, 1998. The contract time for this project is Sixty(60)working days. `. Enclosed,for your records, please find a fully executed copy of the contract between your company and the City of Jefferson for the above referenced project. Also, please find enclosed for your use and the use of your subcontractors (if any)for the purchase of materials to be utilized on the above referenced project the following documents: 1. Missouri Project Exemption Certificate �. 2. A copy of the City's Missouri Tax Exemption Letter in using these documents to purchase materials, please read the appropriate "instruction" as included at the bottom of the Missouri Project Exemption Certificate. r If.there are any questions; please advise. = Sincerely, Rdb.ed W.Kelsick, PE z , Engineering Design Supervisor ' RWK:ais Bob Kelsick c Jack Kramer, Britt Smith u City Clerii. :: �t Shane Wade Mike Papers. Central File x i �s� '; } is«ti✓,.,,,u,tiy'f},v,xr.•,�.nf'�:r.M.w"73.rzirt`u M+y,*i'-t4t;:a+1r`k 43:^. +...a+H "�"' ,.x +" .. t. ... f , .... '-- � } :N 4 t��x�.`:k. X,7 �L � dR�+' e C i• , f " Si tp fit y 1,^. y 1 r t F Y ?± MISSOURI PROJECT EXEMPTION CERTIFICATE r 1 4, Authorization for Purchasing Construction Materials for Tax Exempt Project L z,rz EXEMPTION ENTITY ISSUING CERTIFICATE: City of Jefferson 320 E. McCarty Missouri Tax Exempt I.D. #12476773 Jefferson City, MO 65101 Letter Expiration Date: 9/06/2000 #° Department: Public Works -Engineering Division I Contract Date: April 24, 1998 Certificate Expiration Date: October 31, 1998 Estimated Project Completion Date:August 31, 1998 Revised Expiration Date: t Project # Assigned: 33046 t, Project Description: 1998 Stormwater Project No. 1 i Prgjrzi-t Location: St. Louis Road; Redwing Drive; Hillview Drive; Mohawk Drive �( me City of Jefferson,Missouri,hereby authorizes the purchase,without sales tax;of tangible personal property to be incorporated or { „L consumec.in'the tons n o e Zpr ' ct identified herein and no other,pursuant to Section 144.062 RSMo. rs Authorized Signature: � `' Date: —'J' t PURCHASING CONTRACTOR OR SUBCONTRACTOR: Kauffman Brothers L.L.C. Address:. 3008 Wakoda Drive tr ; City/State/Zip: Jefferson City, MO 65101 17, 1;P INSTRUCTIONS r , A.slgned copy of this certificate,along with your Missouri Tax Exemption Letter,must be famished to each contractor andlor i r. carstractor who will be purchasing tangible personal property for use in ftts project it is the Citys responsibility to ensure the validity, of to certificate, You must issue a certificate with a Revised Expiration Date If purchases wig be required to complete the project beyond,I original Project Exemption Certificate Expiration Date. CONTRACTOR OR SUBCONTRACTOR-The contractor shall furnish a completed copy of this exemption certificate along with s copy c 1 4r,t 3 oft o City&Missouri Tax Exemption Letter.to all subcontractors,'and any contractor or subcontractor purchasing materials,"shall present f " f . oapE.s of such docuin6hts;lo&I rnaterial au as authorization to purchase,on behalf of the City,0_tangible personal property arid. ; PPS. ? ,, �' i mayitals b loo Irtcorporaled or=mxnat in ttw'constnrction of that project and no other on a tax-exempt basis. A copy of each i rti6te; must be retained by to purchases for a period of five years. Invoices issued for such purchases must reflect the name or fire CHy and the: pipiect number assigned by the,City as shown above. R. r sr fFy MATERIAL SUPPLIER-A completed copy of this exemption certificate,along with the City's Missouri Tax Exemption Letter,must be r',r 1 r cEiDslrted from the contrackx or subcontractor making purchases of tangible personal property for,use In the project;snd retained for audit y= t pinp!ises. 'Invoices Issued for such purchases must reflect the name of the City and the project number assigned 6y'the City as showtl S ¢ r i,t f! 'YJ 5 L V I ,t �3`t�� yy;�, .<+rM..' Fwd'_ 'S e•...:. .✓ a..; ,;, ys' .. . ,�..:.+ , ::,r; w . ..r-"vy e x.;.t:y . : y :. ! • `" "�(�� x}..r, '. 'at , ttcP�.. r ko .. tt ffitt of c�t������ EXEMPTION FROM MISSOURI SALES AND USE TAX ON PURCHASES • ISSUED T0: MISSOURI' TA � •' X I .D.. NUMBER: ' 12476773 :: CITY OF JEFFERSON i 320 E MCCARTY ST EFFECTIVE DATE: JEFFERSON CITY MO 65101 09106195 . EXPIRATION DATE: ' 09/06/00 • I YOUR APPLICATION FOR EXEMPTION FROM SALES/*USE TAX ON YOUR PURCHASES j HAS BEEN APPROVED PURSUANT TO CHAPTER 144 , RSMO. THIS LETTER IS ISSUED AS- DOCUMENTATION OF YOUR EXEMPT STATUS. PURCHASES BY YOUR ORGANIZATION OR* AGENCY WILL NOT BE SUBJECT 70 SALES OR USE TAX; IF SUCH PURCHASES' ARE WITHIN THE CONDUCT OF.:* YOUR EXEMPT FUNCTIONS AND ACTIVITIES: PURCHASES MUST BE PAID' FOR' FROM FUNDS OF.;THE ORGANIZATION OR AGENCY:, ALL . SELLERS OR VENDORS:- MUST BE FURNISHED-.A- COPY OF THIS EXEMPTION LETTER.: THIS EXEMPTION, CANNOT BE USED ON:._PURCHASES BY INDIVIDUALS OR. AGENTS FOR THEIR OWN'PERSONAL' USE. SAGES MADE BY YOUR ORGANIZATION ARE NOT EXEMPT FROM SALES-TAX.. SALES MADE BY YOUR ORGANIZATION OR AGENCY ARE SUBJECT TO APPLICABL€ STATE AND LOCAL SALES TAX. SHOULD.,'YOU * ENGAGE IN THE • BUSINESS OF SELLING TANGIBLE PERSONAL PROPERTY OR TAXABLE SERVICES AT RETAIL, i' 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- TO SALES -TAX ON ALL SUCH PURCHASES, UNLESS THE MATERIALS ARE* C' .,DIRECTLY BILLED TO .YQUR;jORGANIZATION "AND 'PAID• FOR' FROM YOUR ORGANIZATION'S FUNDS.• • � THIS EXEMPTION IS NOT PERMANENT. IT IS SUBJECT TO REVIEW BY THE ;D-IRECTOR OF REVENUE, AND IT EXPIRES ON THE DATE GIVEN ABOVE. IF, IT , •• ,: IS. DETERMINED THAT THIS ORGANIZATION OR AGENCY CEASES TO QUALIFY AS, ,'- .: AN, EXEMPT ORGANIZATION OR AGENCY, THIS EXEMPTION LETTER WILL. CEASE ' TO . BE VALID, AND PURCHASES MADE BY THE ORGANIZATION OR AGENCY WILL -.':..­ BE _SUBJECT TO THE SALES/USE - TAX. ' THIS. EXEMPTION IS NOT ASSIGNABLE OR TRANSFERABLE. IT IS. FOR ± ' SALES/USE TAXES ONLY AND IS NOT AN EXEMPTION FROM REAL OR PERSONAL.. ; PROPERTY TAXES. Y,. ANY ALTERATION TO THIS EXEMPTION LETTER RENDERS IT INVALID. 'I"�� .•�' .� 1 L �"tr�' X55.1• / J• �• _ .♦: K • `.e✓{. •� !i"7•i7"r ri . 1.y� .i r +;'T1 •t•"w,.. 3:'cz!'l'1• rf'.,�+ .r, . •.]��. :i.�ly��'+ a• Z'c.''•+ •.ya•:1 ..•�. 1+. ` . r� a .en:. yN�. r.•..i•Za�0.�►'+�'�•�T •,. ;+y......1. d J 1„�. i r'.' r'F'•� ••J�„1• 7 w try. �' yr T,lei.. .� i 1 r �«� +y,. �•1•�• ,} �l:i • 1•»•� .�'••..'•�':.:7. :! J> •:.1 .:rr„yS.,,S�. ..• 1 ♦ �:'b:�'c'•� vi„�-;,•.T�f•s �YC.. •.ir a i+ T:' (2r i�w..x.,•_ ...... ... ...,. .. -�.•�� i.r.i.wri.w:J��..i.J.+ifi���✓i.::ii�iS::�+rr�.i�L�Y,i '..iii: y f ! t I ! .F j SPECIFICATIONS AND CONTRACT DOCUMENTS PROJECT NO. 33046 1998 Stormwater Project No. 1 Drive (St. Louis Road, Mohawk , Redwing Drive and Hillview Drive) f J ;y %k tf 1 ? HONY BROSE W w' NUMBER ? E•17511 fit_ y �ROFESS�Q�P� J` -t Jefferson City Department of Publi c.Works March 1998 j t March 4 1 i I{ C.%WPDOCSTROJECTM stormwatet pjt no 1,wpd , 898' t, 1111 ��+ j:.•` F • x y t f y��µ ta^".'.2N•+r.w.waw.c�tgs ,YSMt �uxtA�C.�s!!x.# � +.� �'..v;..F r t �.:��'�..se�,s�t,a,.� '4°i;'•�'�1.,dF:r c '^"..T-,.......-�►"" 't 'itt r•='#csmw'S;3N"St1: s ,r }Fi; �. F .. n?;f'E.YaC�i't-��Y{°: 3 1!.. k. l.t.;"`'; Y. s e f sf^^fuq A'r� '}�/ v A C ..K_.._..,.._:� _ v:-r`+ '7 '�Sr�"�•.+,�,sf�.2yT rL.Pi}�.� .L'�ah :,+.;. k, s.�L�f��,��Y �:��L�'�'.. ���,� ,.t k ai 4 f ! t i r•i.trY fry„ t �. �k m TABLE OF CONTENTS I v • Advertisement for Bids —' Notice to Bidders } _ Information for Bidders iT Bid Form * I 7 Bid Bond * I Anti-Collusion Statement t � �!a} Contractor's Affidavit Minority Business Enterprise Statement s .. s Statement of Minority Business Utilization Commitment * I Affidavit of Compliance with Piling Wage Law - Prevailing }` ' � • om Prevailing `t Wage Determination I • Affidavit of Compliance Public Works Contracts Law 'Excessive Unemployment Exception Certification tt i1ill ' Construction Contract ' Performance, Payment, and Guarantee Band rt .General Provisions ; 3 C r • Special.Provisions Yu r 1 r} =Attachments _ Addendums ( If Any INDICATES'THIS ITEM INCLUDED IN BID PACKET FOR SUBMISS/0N OF r T . .' CAWPDOCMPROJECTI9H stormwater p t no 1. k r Maich 4 1 oi* ti ? S �t ��l{�+yy+��'��b%1!�'r:.irn_y�}.�3 +�j'K'r�'`7'.�•'�'�14p.T'+F+�"e3iiG W'i:i-Y. . •. ., ;3 • 1 §CCU s1�S��k�v 1,�'f H�i4t �' di 7'�t�}1 i .t � , .. "`�''s"4�r x=✓y i�h�ri�4f }"ix^e r y :.:¢ 1 ���� ^{+1..:. # U t ,ri} • ;{' Us IRFSS�'''� f ' �� Duane Sehreirraann , wF� + qty ®f Je f ferso Mayer ' , ' AD'VERTI�EIWFNT FQR 131DS 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, March 24, 1996. The bids will be opened and read aloud in the Council Chambers at 1:30 p.m. on that same day. , f The proposed work for the project entitled "Project No. 33046, 1996 Stormwater Project No. 1"will include the furnishing of all material, labor, and equipment to install miscellaneous storm drainage improvements in various locations in the City. Work l includes piping, inlets, curb and gutter and grading. i A pre-bid conference will be held at 1:30 p.m., on Tuesday, March 17, 1996 in the lower level conference room of City Hall, 320 E, McCarty Street, Jefferson City, MO a j 65101. All prospective bidders are urged to attend. Copies of the contract documents required for bidding purposes may be obtained from y the Director of Public Works, 320 East McCarty Street, Jefferson City, Missouri. A non- refundable deposit of $25.00 (twenty-five) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. The contract will require compliance with the wage and labor requirements and the payment of minimum wages in accordance with the Schedule of Wage Rates , established by the Missouri Division of Labor Standards. . The City.reserves the right to reject any and all bids and to waive informalities therein, to determine which is the lowest and best bid and to approve the bond. CITY OF EFF RSON .�I r mes Hartley " Purchasing Agent i: S x Mi Publication Dates March 8, 1998; March 11,1998; March 15, 1998 4 C;1WpD0CSIPR0JECT98 stomr water pjt no. 1.wpd March 2,1998 Zoo rt � t:.. R ' ��f gypp' f + r r r Y: NOTICE T BIDDEM 4 } Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 320 East �. McCarty Street, Jefferson City, MISSOUri, until 1:30 p.m. on Tuesday, March 24, 1998. ! The bids will be opened and read aloud in the Council Chambers at 1:30 p.m. on that # i same day. - ro The proposed work for the project entitled "Project No. 33046, 1998 Stormwater 1 J Project No. 1"will include the furnishing of all material, labor, and equipment to install miscellaneous storm drainage improvements in various locations in the City. Work includes piping, inlets, curb and gutter and grading. ' A pre-bid conference will be held at 1:30 p.m., on Tuesday, March 17, 1998 in the ' lower level conference room of City Hall, 320 E. McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. All equipment, material, and workmanship must be in accordance with the plans, specifications, and contract documents on file with the Director of Public.Works, Jefferson City, Missouri. f 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- i. `y refundable deposit of $25.00 (twenty-five) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars i ($3.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to five (5) percent of the total amount of the bid must accompany each proposal. A one-year Performance and Guarantee Bond is required. The owner reserves the right to reject any or all bids and to waive informalities therein to determine which is the lowest and best bid and to approve the bond. CITY OF JEFFERSON, MISSOURI Martin A. Brose, PE Director of Public Works a � ` 1; .. CAWPDOCSIPROJECM98 stormwater pjt no.1.wpd March 4,1898 � x t � ' to t . lr ': tg1 li t ! INFORMATION FOR BIDDERS " IB-1 SCOPE OF WORK I . 7 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. 33046, 1998 Stormwater Project No.•1" in accordance with'•the plans and specifications on file with the Department of Public Works. The proposed work for this project will include the furnishing of all material, labor, and -; equipment to install miscellaneous storm drainage Improvements In various locations 1 In the City. Work Includes piping, inlets, curb and gutter and grading. ( RPECIFICATIONS, AND SITE OF WORK IB INRPFISZN OF PLANS. I The bidder is required to examine carefully the site of the proposed work, the bid, plans, specifications,supplemental specifications,special provisions, and contract documents before submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish 1 a!! materials and labor necessary to carry out the provisions of the contract. M CONTRACT-DO-CM IB 3 INTERERET TION OF CONTRA_CT_ I If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications or any part thereof,which affect the cost, quality, quantity, or character of the I ; project, he shall request in writing, at least five (5) days prior to the date fixed for the bid '• �. prol � Q 9 opening,that an interpretation be made and an addendum be issued by the City, which shall ti then be delivered to all bidders to whom Plans and Specifications have been issued. All i issued shall become art of the contract documents. Failure to have requested an addenda p addendum covering any questions affecting the interpretation of the Plans and Specifications -shall not relieve the Contractor from delivering the completed project in accordance with the ions to provide a workable project. Intent of the Plans and Specifications p P 1 � IB-4 QUALIFICATION OF BIDDERS f The City of Jefferson may make such investigations as deemed necessary to deterrrine.the ability of the bidder to perform the work and the bidder shall furnish to the City all such ' information and data for this purpose as the City may request. The City reserves the right to ,s t= reject any bid if the evidence submitted by the bidder ar investigation of such bidder fails to , ,> q satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract `x and to complete the work contemplated therein. r. , t}' 1113-5 EQL1iVALE T III�ATERiAL Wherever definite.reference is made in these Specifications to the.use of any particular material or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequately the duties imposed by the general design, subject to the approval of the City. C:\WPDOCSIPROJEG118t3 stomrvrater pit no.i.wpd March 4,1998 s j3 y i .} it A+rj`*�tY,y,Yyi.,r� ^e �I 1113-6 RM SEMRITY ' bond made payable to the City of Each bid must be accompanied by a certified check or bid P Y Jefferson for five percent(5%)of the amount of the bid. Bid securities will be returned after t to the successful bidder. award of the contract e xce p Should the successful bidder fail or refuse to execute the bond and the contract required within ! seven (7)days after he has received notice of acceptance of his bid, he shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. r IB-7 13BFPO►RATION OF BIDS Bids must be made upon the prescribed forms attached in these Contract Documents. Only t sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. f All blank spaces in the bid must be filled in and no change shall be made in the phraseology of the bid, or addition to the items mentioned therein. Any conditions, limitations or provisions ' attached to bids will render them informal and may be considered cause for their rejection. i { .a .. E Extensions of quantities and unit prices shall be carried out to the penny. IB-8 PRIM The rice submitted for each item of the work shall include all costs of whatever nature =' involved in its construction, complete in place, as described in the Plans and Specifications. Section 144.062 RSINo provides that the City's sales tax exemption may be used for the for this project. The contract for the project will authorize and purchase of goods and materials p j ; 3 direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and provision shall apply to only those purchases totaling over$500 materials for the project. This p PP Y from an individual supplier. I All sales taxes on those items which do not qualify for the use of the City's sales tax exemption ` and for which sales tax might lawfully be assessed against the City are to be paid by the f monies obtained in satisfaction of the Contract. It being understood by . ' the bidder, that the bid prices su Contractor from th e bmitted for those items shall include the cost of such taxes. I13-9 �PPRO I ATF QUANTITIES 1 In cases where any part or all of the bidding is to be received an a unit price basis, the quantities stated in the bid will not be used in establishing final payment due the,successful . Contractor. The quantities stated on which unit prices are so invited are approximate only and G plans of the quantities required an each.item �#a each bidder shall ma ke his own estimate from the 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 ° roximate only. Payment of the Contract will be based on actual ' f j information available,are app Y• Y �< number of units installed on the.complete work. . arch 4,19 G:IWPDOCSIPROJEc R98 stormwater pjt no.1.wpd M98 yt v x,W}� # 4 -T f n.{ i� r. f ! IB-10 LUMP SLIM ITEM r Payment for each lump sum item shall be at the lump sum bid for the item, complete in place, and.shall include the costs of all labor, materials, tools and equipment to construct the item as J` described herein and to the limits shower on the Plans. d � I13-11 SUBMISSION OF BIDS The Bid and the Bid Securi • ..,, ty guaranteeing the same shall be placed in a sealed envelope and marked "Project No. 33046, 1998 Stormwater Project No. V. IB-12 ALTERNATE BIDS F In making he award if alternate bids have been requested, the alternate bid which will be in i.. 9 � q the best interest of the City will be used. IB-13 WITHDRAWAL OF BIDS r f; .1f,a bidder wishes to withdraw his bid, he may do so before the time fixed for the opening, i without prejudice to himself. No bidder may withdraw his bid for a period of ninety(90)days i. after the scheduled closing time for the receipt of bids. d !, ^:,� ✓✓✓ No bids received after the time set for opening for bids will be considered. 1' OF �II IB-14 RIGHT TO REJECT BIDS € The City reserve the right to reject any or all bids,to waive any informality in the bids received, or to accept the bid,or bids that in its judgement will be in the best interests of the City of Jefferson. " s I13-15 AWARD OF CONTRACT ! t If,'within seven (7)days after he has received notice of acceptance of his bid, the successful bidder or bidders shall refuse or neglect to come to the office of the Director of Public Works and to execute the Contract and to fumish the required Performance and Payment Bonds and Insurance, property signed by the Contractor and the Surety and Sureties satisfactory to:the City of Jefferson as hereinafter provided,the bidder or bidders shall be deemed to be in.default i and shall forfeit the deposit. } b t,S r 1 -113 16 PERFORMANCE AND PAYMENT BOND . { 3 A Performance and Payment Bond in an amount equivalent to one hundred percent(100%). A 3 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. r Theis suing 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 , :r z C 1WPDOCMPROJECT198 stormwater pjt no.1.wpd March 4,199B a ; x,4 lY. W-% dfq a.t CM YP }' rk .'a• t''nF tSa���{ ��.Y-Y5134°1#?,.✓3'�'s.,4. W 1C.,r:.,, +'W .. ', i ._... 7r�.. .t"'4 s IS47 less the City from all claims and suits for •., The Contractor agrees to In and hold harm j to property including loss of all judgments recovered therefore,esand other loss of or damage p ? . " expense in defending said claims, or suits, including court costs, attorney all exp an act or omission of the Contractor and/or his subcontractors, their ! -- expense caused by Y ` respective agents, servants or employees. .:. Of Jefferson with a Cert ificate of Insurance 1 . The Contractor shall be required to provide the City jcoverage rovided. _{ outlining the 9 P ; s j AMDER ' 1 IB4 s E41R;zEG '�f 4 ! Upon the execution of the Contract and approval of Bond, the Bid Security Viii be returned to i _. the bidder unless the same shall have been presented for collection prior to such time, in which case the amount of the deposit will be refunded by the IB49 is bid will obligate the Contractor and subcontractors not to h � { Contracts for work under t ' in em to meat practices. discriminate P Y IB-20 RM I( { principal contractor and all subcontractors shall pay not less than the prevailing wage . i The p t e of workman required to execute this contract aionst290i210 l ` 4., hourly rate for each craft or type pursuant to Sect by the Department of Labor and induv Revised Statutes of Missouri, and as last amended In. through 290.340 inclusive of the Re ..� _ 1993. (See Determination included herewith.) t , nr�w�ANT� IB-21 ui merit, materials and workmanship famished The Contractor shall guarantee that the eq p r this contract will be as specified and will be free from defects for a period of one year + under acceptance in addition,the equipment furn ished by the Contractor shall a` from the date of final accep be guaranteed to be free from defects in design. I d upon notification of the Contractor by the City, the Contractor 6 f tfie guarantee period an P or re lacements arising'out of defects �t k Within 9 shall promptly make all needed adjustments,.become necessary during such period. t , vrhich; in the judgment of the City Ues ecial tools, and supp The,cost of all materials, part�o labor,transportatioo�,corP�c ion of abnormalities shall be paid �� 1J f k A _ - • .. ` , r. • required for replacement of parts, repair of parts by the Contractor or,by his surety under the terms of the Bond. , r r 1 ' March 4,1998 C:IWPDOCSTROJBC stormwater pjt no.l.wpd F t 12 CS t 'kG R:.i. y. . h` }C � I 4' r3. t The Contractor also extends the terms of this guarantee to cover repaired a replacement parts furnished under the guarantee provisions for a period of one parts, and all .5 date of Installation thereof. year from the If within ten days after the City gives the Contractor notice of defect failure, the work, the Contractor neglects to make, or undertake with due diligence to make, t e of necessary repairs or adjustments, the City is hereby authorized g make, the adjustments itself or order the work to be done by a third party, the costs of the work repairs or t by the Contractor. to be paid In the event of an emergency where, in the judgment of the City delays would ca loss or damage, repairs or adjustments may be made b the City use serious 1 the City without giving notice to the Contractor, and the cost oft a work s'allll be aid sen by Contractor or by his surety under the terms of the bond. p by the IS 2 TI 2 NO TO PROr"n A written notice to begin construction work will be given to the Contractor b Jefferson within ten 10 d the C days after the Contract is approved by the City Council. The time for completion of the project shall begin to run on the date established in this notice. i IB 23 WORK SCh1 D u pY To insure that the work will proceed continuously through the succeeding completion with the least possible interference to traffic g operations to its Contractor shall, at the request of the City, submit for approval a complete schedu eltof his Proposed construction procedure,stating the sequence in which various o er I are to be performed. p ations of work ; y IB 24 CDATB®CT i F' TlNlai The contract time shall be 60 (sixty)working days. IB25 I� Liquidated damages shall be assessed at the rate of$500 per calendar da until ` complete, should the project not be completed within the contract time y t I the work is ' . � 18-26 En6fE�OE ATTORNEY , Attorneys-In-fact ys-In fact who sign bid bonds or contract bonds must file with each bond e aiffectively dated copy of th .certfie eir power of attorney, d and k ti S IS-27, BID PACK�r NwOF Each bid must be submitted on the prescribed fo documentation. rms and contain certain certifications a nd ' CAWPOOCSIPROJEC7196 stormwater Wt no.'1.wpd March 4, 1898 f t}Si l wLw.."W.ti.6'rngiy.y'+b.6tR.4...fvi ' f 'f G.a42..J:{Kj wNly.4 -'; , . . ? f:,, . ��' . 11 „: . . M . . - ,...,......� �..-.._ _w:-.--.-_:.__w--_._.._._..___-._..._w.__. ._....__.___._. _,_.__I..- _ __-.-_._._-....w_._._..__.__. -,I,�.-;.L"�,1,I L�.L:.-I:L”I.L.I.�,'*V'I_1 I J­:,,:,:.�'t:1".'�,.-LL:�,­,L�L;.,,:I 1�?,!,L��"�:.�'.��1.,.1-­�L,�.:,1i,;L."I-,,:I,'��&I�I�;.,,'-W�I,1 L L.:.,,,�.LI".��L_:';,,"1't,�,.�I I* ,—"�.'L,,I'I L���].L I':'I,,L,�1:�,'�.L e-,!:'"��',;"�.�,,'-'i'­;i­I I�I 1�,�'',,j.�,.,.7 D-L:.,:L,i:I.I'L�:_,,,,.L�,(�I-',I,I".,��f,­�L"",:,L�,:,,,I;",—I�%.,�­`�L,L..,,I,,­,:,I.I, f I�L"'L;�_��..L I,�1::.L''.,-I�L'�I:,L:.,I��.--,�.,"�,,,,,�-,,'I."':�,,L��7,':f.L I,::L.L a-:I�:�'.L'L"�.L.".,:",`1­1 I::.�,L Z'.,L���."�,_.L��,­I..';�L�Y-,'�'�'­,L I,�I I,:,"L.,�,��L­,L L�'I,i�:�1�0�.L����,.",L��I I L�,',.;',.,;���:,.,�L f,.I,--,��_�L�I:I I"I,��'I�.,­I:I'"�-I I�',',�,,�:...".:),�I;,I­L'.J�.­,,.'" L I :h"[�J, 4, ' aw . t s... ...: .. .. . 3 h t 1 !Av 0 - I Each bid must be submitted in a sealed envelope bearing on the outside the name of the ','' bkider, the bidder's address, and the name of the project for which the bid is bein If forwarded by mail, the sealed envelope containing the bid must be enclosed In anotther g `," 5 � ';,► ":. envelope addressed as follows: _ `� 4 r T r Purchasing Agent £ City Of Jefferson, MO i :_i _ 320 E. McCarty Street . -; Jefferson City, MO 65101 ~ # }t For the convenience of bidding this project, a "BID PACKET" has been included with the project manual. This packet contains the necessary forms to be submitted with the bid ,:j J proposal. The contents of this packet Include the following: 1) BID FORM 2) BID BOND 3) ANTI-COLLUSION STATEMENT: ' ` : . 4) CONTRACTOR'S AFFIDAVIT 5) MINORITY BUSINESS UTILIZATION COMMITMENT . 5' f, .. ' t 7.. } " . ... s'+ EN Dc"INFORMATION FOR BIDD RS i *n "... : J + .. .. .. h 8 *`e i .. r _. .. •y{ . . . { j .. J, " . ,J�, .. i ]t r . . f ,- a4 t 1 .f frl;. t ;. i Q "r. 5 i lip ';. ! - "f F A { f 'V .. ..I, 2, � r Jh. ..1 3 _ ... ;itt . t ;t .. .. - + C 1WPOOMPROJECTM sbMwater pJt�, 1.wpd Marc ' i�t {, . I 11 n ,.,i( x fis• { ... f r{#i. ' ,L r { s ���" Y AA�e} Fr• 3 �"' .rrawkgv e'�+`ulyd4! xa. t YA'� ?l fr �. Y S�" t, h-c�n.L`tN 1>a. w.n a4xe>3.v t.cz..t:5u, c ..r:�s�,- sus at � 1 ns 1 m„+•4Y�S.:e3 m«b�s.' i i ♦ .' 54F r a"�`�':().;.e�f z+j��"'.SCt YFrC ,� ! .t,sy�, S '" r- { .'.. ,ii^-,I: ! 2�'�,.,a' �*�J$ t 1. 2 L! 7 , t ., .. 'f W( BC:d� 3 f�. c; S i"� $ ..{.� a a. , �r 4. s r s. }. r s; y'e Sc 3S`. ,• ,� . yr r, ✓� 1ti 3 t - 3 ai�r�-ey_,� -� ,4 ''� �, 3 s e ii _ �s --.. t v� �G, r „REF[. 11 t��s��l'i";�.r z %. 3}ti">`+ �t''l' ry r. j„,„�� rte. yf y 4 r 1~"+YVF G f s.f.w c32S t y 5 t i� r 1 y � tC ' S{d .i 'idt { { _ c t 'Rir 4+ 2T.A0.?. t amt "�.3>a, .7 ,.. _ -..,.; k r t a'I Name of Bidder I Address of Bidders___ i j To: CITY OF JEFFERSON 320 East McCarty Street _ Jefferson City, Missouri 65101 THE UNDERSIGNED BIDDER, having examined the plans, specifications, regulations of the Contract, Special Conditions, other proposed contract documents and all addenda thereto; and being acquainted with and fully understanding (a) the extend and character of the work covered by this Bid; (b) the location, arrangement, and specified -� requirements for the proposed work; (c) the location, character, and condition of existing streets, roads, highways, railroads, pavements, surfacing, walks, driveways, i curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other ' -'� installations, both surface and underground which may affect or be affected by the proposed work; (d) the nature and extent of the excavations to be made and the type, ; character, and general condition of materials to be excavated; (e) the necessary handling and rehandling of excavated materials; (f) the location and extent of -� necessary or probable dewatering requirements; (g) the difficulties and hazards to the work which might be caused by storm and flood water; (h) local conditions relative to labor, transportation, hauling, and rail delivery facilities; and (I) all other factors and conditions affecting or which may be affected by the work. HEREBY PROPOSED to Burnish all required materials, supp lies, equipment, tools, and equi p ?;1 plant; to perform all necessary labor and supervision; and to construct, install, erect, and complete all work stipulated, required by, and in accordance with the proposed contract documents and the drawings, specifications, and other documents referred to therein (as altered, amended, or modified by addenda) in the manner and time prescribed and that he will accept in full payment sums determined by applying to the i quantities of the following items, the following unit prices and/or any lump sum r F'( payments provided, plus or minus any special payments and adjustments provided in the specifications and he understands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the • specifications, and that increases or work shown on the drawings and described m the spec , decreases may be made over or under the Contract estimated quantities to provide for needs that are determined during progress of the work and that prices bid shat! apply to such increased or decreased quantities as follows: March 4,1998 C:\'dVPDOMPROJECTUN s9ormwalw pj no.1.wpd t. Q� I at. t 5 :CITY OF JEFFERSON PAGE 1 ITEMIZED BID FORM REVISED 1998 STORMWATER PROJECT NO.1 :3.19!98' PROJECT NO.33046 APPROX. UNIT ITEM UNIT QUANTITY PRICE AMOUNT NO. DESCRIPTION i4 A-MOHAWK DRIVE STORM DRAINAGE ~ 1.01 CONSTRUCTION SIGNING LS -' j 1.02 REMOVE AND REPLACE CURB AND GUTTER LF 125 20 ObD� 1.03 4'X 4'TYPE C INLET W/O DEFLECTORS EA 1 �. � ���°'1 EA 2 f :J 1.04 CONCRETE ANCHORS j 1.05 15'CSP STORM PIPING LF 43 t� O t� 1.06 15"CSP PIPE END SECTION 1.07 GROUTED RIP-RAP SY 25 � 000•� �r-�e,Q 3 1.08 SEED AND MULCH AC TOTAL BID,MOHAWK DRIVE STORM DRAINAGE �j s' 00 1 ". ! * B-REDWING DRIVE STORM DRAINAGE Ott .01 CONSTRUCTION SIGNING LS - - t,o 2.02 REMOVALS LS 2.03 EXCAVATION AND GRADING LS O 2.04 ROCK EXCAVATION(TRENCH) CY 10 !� •o 2.05 4'X Y TYPE A INLET W/O DEFLECTORS 1 j,F -=! � 2.06 4'X 4'TYPE C INLET W/O DEFLECTORS EA EA 2.07 5X 4'ENERGY DISSIPATOR STRUCTURE 2.08' 15'CSP STORM PIPING LF 113 �bp0 33 p�� 2.09 18'CSP STORM PIPE LF 16 _. �^ 2.10 18'CSP PIPE END SECTION EA 2.11 GROUTED RIP-RAP SY 15 _ .2.12 SEED AND MULCH AC a 2.13 REMOVE AND REPLACE CURB AND GUTTER m-'s-= - } Sb TOTAL BID,REDWING DRIVE STORM DRAINAGE ��` f-�"�-•.. It ds Mks r �, `1� :. akd�.w�uka':S�e+n.t.�h.ve�Srri•�b.�a :3i�4 +r:,+.t.n,:r,+t: . .t: ," s s enr�.«t s'r.,.: � {�S'4�'t�+' r i t Sri, iV4l' lz r<i 1M��t�lll�fl�InelA�• - — - � - .. . ,., f j. CITY OF JEFFERSON PAGE 2 ' ITEMIZED BID FORM REVISED 's 1998 STORMWATER PROJECT NO.1 3.19.98 PROJECT NO.33046 ITEM APPROX, UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT { C•ST.LOUIS ROAD STORM DRAINAGE f 3.01 CONSTRUCTION SIGNING LS - - " '.T0 00 R 3.02 REMOVALS LS - -- r. 3.03 EXCAVATION AND GRADING LS -- - '1,T-° i . 3.04 REMOVE AND REPLACE CURB AND GUTTER LF 85 e�0 po '70 0°= ` 3.05 4'X V TYPE A INLET W/O DEFLECTOR EA 1 166 0 4.• 0 D•= 3.08 CONCRETE ANCHORS EA 4 Acrea gDOt-• 3.07 15'CSP STORM PIPING LF 115 3.08 15'CSP PIPE END SECTION EA 1 i 3.09 GROUTED RIP-RAP SY 15 I 3.10 SEED AND MULCH AC 0.3 f TOTAL BID,ST.LOUIS ROAL)'STORM DRAINAGE OO 0^ D•HILLVIEW DRIVE STORM DRAINAGE } ' )4.61 CONSTRUCTION SIGNING LS 4.02 REMOVALS LS 00 4.03 EXCAVATION AND GRADING LS -- - Dock > J 4.04 ROCK EXCAVATION(TRENCH) CY 10 OpOp� ppO OO q s j 4.05 REMOVE AND REPLACE CURB AND GUTTER LF 197 2p (FO'- 4.08 4' -� X4'JUNCTIONBOX EA 1 O� DO�� r f-t-�-- --1-i-- ; ; •,, t' .•` 4.07 V X 4'TYPE C INLET W/O DEFLECTORS Eel 1 00•'� � (t 4.08 V X 4'TYPE C INLET W/O DEFLECTORS EA 1 Up GD 4.09 V X 4'AREA INLET EA 2 ODp° b !• } '4.10 36"CSP STORM PIPING LF 157 0 0• ?90 4.11 30'CSP STORM PIPING LF 96 3A 40 0•-° r .4.12. 18'CSP STORM PIPING LF 20 •� 0� j J�J 4.13:.36•CSP PIPE END SECTION EA 1 _3�a� 3��^ E �t 4.14 GROUTED RIP-RAP SY 28 { ± 4.15 PAVED DITCH SY 13 ,r ` 4.1a 6'PCC RESIDENTIAL.DRIVE APPROACH SY 5 . �Q0 3 0Ot IJ , 4.17 SEED AND MULCH - AC 0.3Z �� 6O TOTAL BID,HILLVIEW DRIVE STORM DRAINAGE 33, 7 J� TOTAL BID MOHAWK DRIVE STORM DRAINAGE G ° " ,1 TOTAL 810 REDWING DRIVE STORM DRAINAGE /S Ts0►� ' TOTAL BID ST.LOUIS ROAD STORM DRAINAGE if b00 TOTAL BID HILLVIEW DRIVE STORM DRAINAGE 33 17_0 i TOTAL BID 1998 STORMWATER PROJECT NO.1 Xrt7 i' S• t� qtr 7t1 T.+t; fa pCf fia s khps•< k A i Y ri { ff I k � � 4'� 9 IUAV _.... _ _ i SUBCONTRACTORS tors in the course of the construction, he If the Bidder intends to use any subcontrac i shall list them. Ntifl COBS I Vt, ' TIME OF COMPLETION project within 60 (sixty) working i ned hereby agrees to complete the prol Contract days, sub and the Special The unders g . . 1 ject to the stipulations of the regulations of the Provisions. It is understood and agreed that if this bid is accepted, the prices quoted above include all applicable state taxes and that said taxes shall be paid by the Contractor. -� persons or firms interested declares chat the only p i The undersigned, as Bidder, hereby I or principals is or are named herein and thrathe Contract to be in the bid as principal r or firms than herein mentioned have any interest in this bid or without connection with any other person, company, into; and this bid is made good faith, without entered into; makin a bid; and that it is in all respects fair and in g or parties g ' collusion or fraud. n bid deposit shall become the property The undersigned agrees that the accompanying ' of the Owner, should he fail or refuse to execute the Contract or furnish.Bond as called for in the specifications within the time provided. s e.of this bid is mailed, telegraphed, or delivered to the tf written notice of the acceptanc of. bids, or any time F undersigned within sixty (60) days after the date of opening #s u drawn, the undersigned will, within ten (10) days aver thereafter before this bid is with f such mailing,telegraphing, or delivering of such notice, execute and e the date o t > a Contract in the form of Contract attached. ' is 7L N 't3 . March 4,1 t 3 f C:\WPDOCSWROJECT198 stormwater pjt no.1.wpd y r i dl t4x d5 �� ��(Y9 k(k �• }�)C dY. 'Mitt , �f r�y T# tat��j t 1 • { i .. .. d t designates as his office to which such notice of acceptance The undersigned hereby 9 { ,,Y1I may be mailed, telegraphed, or delivered: 0 o W /Co DA K d that this bid may be withdrawn at any time prior to the f -� it is understood and agree i scheduled time for the opening of bids or any authorized postponement thereof. 1 Attached hereto is a Bid Bond for the sum of __:i Dollars (cashier's check), make payable to the City of Jefferson. '..: Signature of Bidder: doing business --} If an individual, .� as , member of firm. If a partnership, i by i( If.�; �'�; i f by Title SEAL i Business Address of Bidder t �-: Va V (off fl ' supply the following information: If Bidder is a corporation, s pp y State in which incorporated Name and Address of its: President R t z Secretary I . r Date ,Y Mauch 4,1994 ' CAWPDOCSIPROJECT98 stormwste►pjt no.l.wpd a� r '` �• l f 4 ' B11ZMQ 1 KNOW ALL MEN BY THESE PRESENTS, that we, the . undersigned -------------------------------------- as Principal, and as Surety, are hereby held and firmly bound unto the CITY OF JEFFERSON, MISSOURI , as owner, in the penal sum for the payment of which, well and of t truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, C ! - administrators, successors and assigns, this day of ,1998. -, The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF JEFFERSON, MISSOURI a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing,for the project entitled: } ! "Project No. 33046, 1998 Stormwater Project No. 1" i 1. 1 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a i contract in the Form of Contract attached hereto (properly completed .in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or �j furnishing materials in connection therewith, shall in all other respects perform the agreement created by the acceptance of said Bid, } �. then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims -» hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety,for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by the extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands .,r. and seals and such of the m as are corporations have caused their corporate seals to be , hereto affixed and these presents to be signed by their proper officers, the day and year first . set forth above. Principal s, SEAL gy; Q%WPDOCS%PROJECT stormwater pA no. 1.wpd Match A,1996 98 4 " � .,.�..,... ms+µ`•, , ... �..ti ;; urfev _L . VOID IF NOT USED BY: ° INTERCARGO INSURANCE COMPANY 04/215�1998 �• 1450 East American Lane •20th Floor Schaumburg, Illinois 60173.5458 No Power of Attorney on this form shall 1-800-394.3924 be valid as to bonds,undertakings, t recognizance&or other written obligations approvA l code POWER # In the nature i said expiration date. executed on or after I111111IIIII IIIII alll illl IIIII�I�I�I01�lll IIII IIII �-B�D x-l i�b•>,1 PRINCIPAL K�u([lllmi'llt�ters }I 3008 ittrl� ,1A .�+.ri,�r•„ ,1(•ff,•rs()tl Cicy, ,)10, 65101 OBLIGEE City City of Jellersoll Cifv Cit Hall .leffet•5rrll Vit. :�o 65101 DESCRIPTION& LOCATION OF OBLIGATION 1998 Stornl W.(rr Project I Jo. 1 - Project i'o. J)��J6 LocAtiorl Jefferson City, AZO PENAL SUM PRINCIPAL TAX ID. PROJECT it ! (a5%) of att.,clletl Biel--- ]LE 11TED POWER OF ATTORNEY i To be used only in conjunction with the bond specified herein. This Power of Attorney may not be used in conjunction with any other Power of Attorney. This Power of Attorney is void if altered 1 or erased. This Power of Attorney bears the numbered seal of INTERCARGO INSURANCE COMPANY. No representations or warranties regar�ng this Power of Attorney may be made by any person other than an authorized officer of INTERCARGO INSURANCE COMPANY, and must be in writing. Questions or inquiries regarding this Power of Attorney must be addressed to )INTERCARGO INSURANCE COMPANY, Attention: Contract Bond Underwriting Department. This Power of Attorney shall be /governed by the laws of the State of Illinois. = KNOW ALL MEN BY THESE PRESENTS:That INTERCARGO INSURANCE COMPANY,a corporation organized and i existing by virtue of the law,of the Slate of Illinois does hereby nominate, constitute aM appoint: MAry E. Ryan ip 1 its true and lawful Atluniey-in-fact to make.execute.aucst, seal and deliver for and on its behalf, as surety,and as its act and deed. where required.any and all fonds, undertakings,rceognirances asst written obligations in the nature thereof, as follows: Biel Bondis a to 600,000 As A percentage of the ammount Mel . License i•rmil antl .A16cellaneous llonols up to �.5(DlD,tD(14 t Performance & Pai•lnent Bonrls up to $3.0,.Df),(D( 0.00 inlliv irluAlly Court Bonils up to $500,000.ffl Such.bonds and undertakings,when duly executed by the aforesaid Attorney-in-fact shall be binding upon the said Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and scaled with its corporate seal. This appointment is made under and by authority of the By-Laws of the Company. which are now in full force and effect. STATE OF ILLINOIS xs. } ` COUNTY OF COOK 1, Michael L. Rybak Secretary of the INTERCARGO INSURANCE COMPANY a corporation of the State of Illinois,do hemb . y certify that the above and foregoing is a full, true and correct copy of Power of Attorney issued by said Company,a ttllabljl ve compared same with the original and that it is a correct transcript therefrom and of the whole of the original and , of Attorney ill still in full force and effect and has not been revoked. �.�`QQ•,..•••"'••..�1.+�►�71., ,,,;•,, : ,, ,a _�Qom'.;• nti '*••'O' IN WITNESS WHEREOF. 1 have hereunto set my hamsd and affixed the seal of said Company,at Cu .� '.O`• {. ,•3 i sad ►� »�nrs. �llinnia this 24f 1, day of �Q_„ryh ? t t'�►! # ky t 0ii SECRETARY SEA r CON•24L109196) f�N ..., ..v 'fit: _ ' .•.... .. ,_ ..__- _.__.....______r.. .� .. �� � .. '.. _•_•�„• '.:^,,.. '} f RESOLUTIONS OF THE BOARD OF DIRECTORS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company all the Sill day of Uccemher. 1988: i "RESOLVED,That the President, or any Vice President-of the Company or any person designated by any one of them is herehy authori zed to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney ro ex�cutc to behalf of the Company,bonds, undertakings and all contracts of suretyship,and that any Secretary or any Assixtiant Secretary of the Company tx�, { and that each or tiny of'them hereby is authorized to attest the execution of any such Power of Attorney,and to tttlach there to the Scut of the Company. j FURTHER RESOLVED, That the signature of such officers and the Seal of the Company may he affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate hearing such facsimile signatures or facsimile seal shall he thereafier valid and binding upon the Company with respect to any bond,undertaking or contract j { i of suretyship to which it is att:ached." Bonds executed under this Power of Attorney may he executed under facsimile signature and seal pursuant to the following Resolution adopted by the Board of Directors of the Company on April 4, 1987: a i "RESOLVED.That the signature of James R.Zuhlke,as President of this Corporation,and the seal of this Corporation may he affixed ` or printed on any and all bonds, undertakings. recognizance%,or other written obligations thereof, on tiny revocation of silly Power a { of Attorney.or on any ceriticate relating:thereto,by facsimile.and any Power of Attorney.any revocation of any Power of Attorney. j ! l bond ,undertakings,rrcognizances,certificate or other written obligation, bearing such facsimile signature or facsimile seal shall be i —1 valid and binding upon the Cur)ortion." IN WITNESS WHEREOF.the INTERCARGO INSURANCE COMPANY has caused its corporate seal to he here unto affixed,and these presents { • i j to}x:signed by its drily authorized officers this. 1Qth day of September 1996 . INTERCARGO INSURANCE COMPANY I BY: 1 P'4y 1'1tGCl1)!iN'f ATTEST: -- t ii ,etav�o�'�r SECR- ARY l ! STATE OF ILLINOIS SS. { COUNTY OF COOK j r On this' 10th day of September ,199b before me personally came James R. Zuhlke to me known.who.being duly sworn. did depose and say: that he is President of the Corporation described in and which executed the above instrument; that he knows the' scal'of said a Corporation;that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto by order and authority of the Board of . Directors of said Company;and that he executed the said instrument by like order and authority. ► ` OFFICIAL SEAL •� ELIZABETH HRANCHER NcrTARY I'1111LIC NOTARY PUBLIC.STATE OF ILLINOIS MY t OMAAI5SION EXPIRES:10105198 z, t r• i d k ,y rr s i IN TERCARGO INSURANCE COMPANY 1450 East American Lane •20th Floor j Schaumburg, Illinois 60173.5458 1.800-394-3924 LBO!-10651 13ONDNO. PUBLIC WORKS BID BOND KNOW ALL MEN BY THESE PRESENTS, That we. (Insert the full name and address of the principal below) I hereinafter referred to Kauffman Brothers L.L.C. ! as Principal, 3008 Wakoda Drive,Jefferson City, MO 65101 � I and INTERCARGO INSURANCE COMPANY, a corporation, hereinafter referred to as Surety, organized and existing under the laws of the State of Illinois and authorized to do business in the State of Missouri J are held and firmly bound unto (Insert the full name and address of the Obligee below) hereinafter referred to City of Jefferson City as Obligee, City Hall, Jefferson City, MO 65101 in the penal sum of (5%) of the amount of the Bid, not to exceed c y , Five Percent (5%) of The Attached Bid----- Dollars (S -----5%----- ) lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves our Executors, Administrators, Successors and Assigns, firmly by these presents. i THE CONDITION OF THIS OBLIGATION IS SUCH, that, whereas the Principal has submitted or is about to submit a - proposal to the Obligee on a contract for (Insert project description and location below) 1998 Storm Water Project No. 1 - Project No. 33046 Location :Jefferson City,Missouri i { i NOW,THEREFORE, if the contract is awarded to the Principal and the Principal has within such time as may be specified, entered into the contract in writing, and provided a bond, with surety acceptable to the obligee for the faithful performance of the contract; or if the Principal shall fail to do so, pay to the Obligee the difference not to exceed the i penalty hereof between the amount specified in the bid and such larger amount for which the Obligee may in good faith J contract with another party to perform the work covered by the bid, then this obligation shall be void; otherwise to i remain in full force and effect. Signed, sealed and dated this 24t$ day of March . 19199$ i r /Seal it applicable! Kauffman Brothers L.L.C. . (Print or type name of principal) ( it s ► (Signature of authorized►e tatiw) r (Type name and title) SEAL!; I INTERCARGO INSURANCE COMPANY ;:. . .. rlf�/l//r�� a4�� By: 4TVILA.V 1I Q7,en )Witness/. (Attorney/ tact) CC: �L •.•C1 .d Mary •;; -. (Name typed) -� re s iS C. ,.. ///'��JI��il`drlitlSttt•��•,• �: • I"eet•a 171931 $EALr•.JjrJ` . r; c �` r �.• :Pin n�.` ,°. 4 •rt C: , i [ i STATE OF ` S5 o u�.Yt. COUNTY OF being first [ >4. ' :, 1 - deposes of , t sworn, and says that he is ��� NG ` duly sw TITLE O PERSON SiGNI NAME OF BIDDER that all statements made and facts ect are true and set out �n the bid for the above proj correct; and that the bidder (the person, firm, association, or corporation agreement, participated n any. c ' bid) has not, either directly or indirectly, entered into any agreem n or otherwise taken any action in restraint of free competitive bidding in i collusion, itC connection with such bid of any contract which result from its acceptance. i ted in or financially affiliated y [ Affiant further certifies that bidder is not financially in eres ` with, any other bidder for the above project. k «.J# f (BY) oc tt (BY) i J day of —,19 Sworn to before-me this y Y 7 it f-' ' }ftl • NO ARY BLIC ` { �MMY + My commission`expires: DEBRA KAY HUONS3 NOTA11Y PUBCC STATE OF rch 4;'1995 '. +t r� C. pDocSTROJECTM stormwoor Pit no.l.wpd COUNiY fif COLE + btY COIAIA00"t7 pU MAR 1 S,200Q t + r' a sf L 1 ,5• c , .: k`. j x2'"S d 4 'Y jZ. j �. +r{•g: �2 tv y X'�t�'v� dti t }t. � - ,��-CnR�S AFFIDAYIZ - This affidavit is hereby made a part of the Bid, and an executed copy thereof shall each Bid submitted. accompany STATE OF ) i COUNTY OF 1. ) 4 The undersigned, of lawful age, being first duly sworn states upon oath that he is yn�b °f �- f,QW S j submitting the attached bid, that he knows of his own knowledge and ; t. r . the contractor su g I states it to be a fact that neither said bid nor the computation upon a which moneys or ti include any amount of monies, estimate or allowance representing 9 ., uses however designated, proposed to be paid to persons who are not �ogosed expenses, to furnish material or actually perform services upon or as a part o the p p E Project. AFFI 'bed and sworn to before me, a Notary Public, in and for the County and State SubSCn aforesaid, this ay of -- ' B cr PUBLIC r T My.Commission Expires: r.r March I,m C.pDocS?ROJEC t194 stormwst�r pjt no.1.wpd 29i f f , ` pOTMY PUI�LIC RA I os" CCP=OF C" ,.. Mn'MMMR ION fop i MA 1!,2000.' a yin 4 1 1 �y+�S'1 ��4.ut.a�rs,+sd..3�xwLU�.i&E+Yew+al wr,. ,R�`..auWrdb.f,�asw"hi.a'i�;w ,'Y:,H.• 2 frw+ .4 • 4 a.... :. "1-,. eµ=«: , ' ' {x3'...L}} ?.. M�" Y° i z �4F 1�F' , 4 .,..�.�.� :S� c� ERPRISE STATEMEtVT x t-� ive ste s to assure { Contractors bidding on City contracts'shall take the following affirmat p that small,women owned, and minority business are utilized when possible as sources J of suppliers, services, and construction items. Contractor's will submit the names and other information if any, about their MBE sub-contractors along with their bid submissions. ! i 2. Sufficient and reasonable efforts will be made to use qualified MBE sub- t 3 contractors when possible on City cantracts. ! 3. Qualified small, women owned, and minority business will be included on 4 solicitation lists as sub-contractors for City supplies, services, and construction. i minority business I be elicited 4. Qualified small, women owned, and m y i* 7D, whenever they are potential sources. i I ° e, Contractors will divide total requirements into 5. When economically feasibl smaller tasks or quantities so as to permit maximum small, women owned, and minority business participation. 6. Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small, women owned and minority :. t> businesses. i f . ` 7. Contractor will use the services and assistance of the Small Business Administration, the Office of Minority Business Enterprise, and the Community Services Administration. Forms for determining Minority Business Enterprise eligibility may be obtained ,t from the Department of Public Works. s t � tx e ::5 C.IWPDOCSTROJEC1198 atormwater pjt no.1.wpd Marc�4,1� , ZA ff •gyp 7 La y 7NJFp .a .i .Y._ i .r e ...K . .o- .. ✓.. } MI ORITYB� 11�!F T _QN CQMMITMENT ,> A. The bidder agrees to expend at least two (2) % of the contract, if awarded, for Minority Business Enterprise (MBE). For purposes of this commitment, the term } "Minority Business Enterprise" shall mean a business: j 1. Which is at least 51 percent owned by one or more minorities or women, or, in the case of a publicly owned business, at least 51 percent of the } stock of which is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such individuals. 1 - "Minority Group Member" or"Minority" means a person who is a citizen or lawful -; permanent resident of the United States, and who is: 1. Black(a person having origins in any of the black racial groups of Africa); 2. Hispanic (a person of Spanish or Portuguese culture with origins in Mexico, South or Central America, or the Caribbean Island, regardless of race); 3. Asian American (a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian sub continent, or the Pacific Islands); 4. American Indians and Alaskan Native (a person having origins in any of r the original peoples of North America); 5. Member of other groups, or other individuals, found to be economically and socially disadvantaged by the Small Business Administration under ' [ Section 8(a) of the Small Business Act, as amended [15 U.S.C. 637(a)]. 6. A female person who requests to be considered as an MBE,.and who owns and controls, a business as defined herein. k, Minority Business Enterprises maybe employed as contractors, subcontractors, or suppliers. i :t + x CAMDOCS7ROJEC'n98 stormwater pit no.1.wpd PAsrch 4,'1998 oJ .t" we .uxsr k n„•,,, trv.2:- .,. r:; t : it l+fir r 4 T � 'it B. The bidder must indicate the Minority Business Enterprise(s) proposed for utilization as part of this contract as follows: Name and Addresses Nature of Dollar Value of of Minority Firms Pa�ation Patticip� b (039 co 210' INo &vo� — J ' Co d Q0 �O Total Bid Amount. 7 P7 Total: (, G 3$ 0- Percentage of Minority Enterprise Participation: .0214378(o % j -� C. The bidder agrees to certify that the minority firm(s) engaged to provide ; materials or services in the completion of this project: (a) is a bona fide Minority +. ... Business Enterprise; and (b) has executed a binding contract to provide specific materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished by the City of Jefferson. The bidder will provide written notice to the Liaison Officer of the City of Jefferson indicating the Minority Business Enterprise(s) it intends to use in conjunction with this contract. This written notice is due five days after notification to the lowest bidder. Certification that the Minoru Business Enter rises has executed binding Minority p ( ) u ed a b d ng contract with the bidder for materials or services should be provided to the MBE Coordinator at the time the bidder's contract is submitted to the MBE Coordinator. Breach of this commitment constitutes a breach of the bidder's contract, if aNUarded. r D. The undersigned hereby certified that he or she has read the terms of this commitment and is authorized to bind the bidder to the commitment herein set forth. r ' NAME OF AUTHORIZED OFFICER ft f, t. J DATE _Z. A8 SIGNATURE OF AUTHO D OFFICER CAMDOCSTROJECT98 stormwatw pjt no.1.wpd match 4;1§9 s, 1 1 d r. t ., .. CS�'3�ip ••�[tb#"`St 'Tt yfi ray y ft r n� ri 4 Y, 1i .• .n t t j Y . AFFIDAVIT S"C�MPLIANCE WITH PREVAILING WAGE LA ; .. t Before me, the undersigned Notary Public, in and for the County of , 4 jj State of , personally came and appeared � I NAME POSITION of the { NAME OF COMPANY f (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 P ayment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said ! . provisions and requirements and with Annual Wage Order No. 4, Section 026, Cole County in carrying out the contract and work.in connection with Project Nor 33046, 1996�Stormvvater Project No. 1 located at Jefferson City in Cole County, Missouri,and " j y' tY, I completed on the day of ' 19 SIGNATURE *` Subscribed and sworn to me this day of , 19 ` { NOTARY PUBLIC i My commission expires: STATE OF.MISSOURI ) )ss { , . COUNTY OF ) Maiy. CAWPD00WROJECTM stormwater pjt no.1.wpd March r„r ” {,�d'" 1 i 4i k I jti�t 1 V t Y >:sw+wrivy NM a1...re& +� '•2 L SV }•4 $ b tt w, Y y ! 4 h ( . t Missoun t 4 • • S 1 Diinsion of Labor Standards WAGE AND HOUR SECTION i O LILI$V ` �,y MocccX� � F MEL CARNAHAN, Governor 4 I Waae Order no. Section 026 ' COLE OOUI`ITY !. ; In accordance with Section 290.262 RSMo 1994, within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of State as Indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection in triplicate with the I abor and Industrial Relations Commission, P.O. Box 599,Jefferson Clty, MO r 65102-0599. Such objections must set forth In writing the specific grounds of objection. Each ' objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. : Box 449, Jefferson City, MO 65102-0449, and to the party which requested this Annual Wage Order pursuant to 8 CSR 20.5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. Qnlleen A. Baker, Director islon of Labor Stan L� dards ` Filed With'Secretary of State: MAR 7 1997 ` --� APR 71997 Last Date: Objections May Be Fited� �. , SECRETAAY OF T R ATE Frepared by ftsouri Department of Labor and Industrial Reladons 4 5 `'4'' "f Yi,k�S�4 L 1 Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County 1 _ ective Basic ver- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Rates Rates Asbestos Workers 511.00 FED 09/97 $21.075 57 7 $9.715 Boilermakers $4.50 Bricklayers-Stone Mason 09197 $16.20 59 7 $4.32 Carpenters $15.88 60 7 Cement Masons $17.56 9 3 52.42 J Electricians(Inside Wireman) $19.76 28 7 $5.45+13°/. + 516.80 FED $5.54 II Communication Technicians $612 Elevator Constructors 07197 a $25.08 26 54 I E ineers-Portable 8 Hoisting: Group 1 05197 519.52 66 3 $8.86 } Group 11 05/97 $19.52 86 3 $8.86 Group III 05197 $18.27 86 3 $8.86 i 05197 $19.52 86 3 $8.86 i Group III-A } - Grou IV 05/97 $20.22 86 �23 $8.86 I Group V 05/97 521.52 86 . $8.86 f� Pipe Fitters 06197 b $24.50 91 3 $10.53 - Glaziers $16.50 FED $6.27+7.4% Laborers(Building): General $13.50 110 7 $4.45 7 First Semi-Skilled 513.85 110 7 $4.45 Second Semi-Skilled $13.85 110 7 $4.45 I J -'r Lathers-Metal,Wood USE CARPENTERS RATE Linoleum Layers 8 Cutters USE CARPENTERS RATE Marble Masons 09197 $16.20 59 7 $4.50 i _J MilW hts $16.63 60 7 $4.32 I Iron Workers 08/97 $17.12 11 8 $9.17 j Painters $16.25 18 7 $1.00 ! IJ � - ( 'u Plasterers $16.73 94 5 S2.36 Plumbers $20.00 FED - Pile Drivers $16.28 60 7 $ •32 Roofers 09/97 $19.10 12 4 54.89 Sheet Metal Workers 07197 $18.72 40 23 $7.03 J Sprinkler Fitters $10.50 FED Terrazzo Workers 09197 1 $16.20 59 7 S4•50 ` Tile Setters 09!97 $16.20 59 7 S4 Truck Drivers-Teamsters ' Group 1 $15.00 101 5 $3.50 Group II $15.70 101 5 $3.50 Group III $15.40 101 5 S3.50 { Group IV $15.70 101 5 $3.50 Traffic Control Service Driver ! Well Drillers JUSE BLDG CONST.ENGINEER GROUP II RATE • i w-eTers-Acetylene 8 Electric ' Fringe Benefit Percentage is of the Basic Hourly Rate .ni "ANNUAL INCREMENTAL INCREASE +sd -SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO.4 � EMENTPAGE Section 026 REPLAC r COLE County Footnotes Building Construction Rates fo er- Effective Basic Total Fringe Benefits Time Holiday! Date of 1 ; Hourly 0C, UpATiONAL TITLE C Increase '....Rates Rates j .................-: -7--7 hich welding is incidental cribed for craft performing operation to w elders receive rate pres W n Attachments. Use Heavy Constructio ction Rates on Building(s)and All immediate ts use Rates shown Use Bdilding PonstrU ted in Heavy Construction Shee inder of project. For crafts not lis rates for rema Sheet. on Building construction Rate years-6% ees under 5 mployees over 5 years-8%; Employ E $24.50 Fringes $10.53 a-Vacation: chanical Contract Hlion total Me es$9.53 All work over S3.5 m *b ntract-$23.41, Fring All work under,$3.5 million total Mechanical GO �V, is R NO.4, SE-ANNUAL WAGE ORDE REA AL INC L INCREMENT ANNUA AV /97 COLE COUNTY OVERTIME RATES r ED: Minimum requirement per Fair Labor Standards Act means time and one-half(i'/�) shall be paid for all work in E� j excess of forty(40)hours per work wcck. NO. 9: Eight (K) 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 cxccss of the regular work day and on Saturday shall be compensated at one and one (1'/�) times the regular pay. In the event time is lost during the work week due to weather conditions,the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated for at double the regular rate of wages. The work week for the cement masons is Monday through Friday,except for midweek bolidays. NO. 11: 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%,) shall be paid for first two (2) hours Monday through Friday and the first eight -+ (9)hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double (2) time rate. Double(2) time shall he paid for all time on Sunday and recognized holidays or the days observed in lieu of these i holidays. l ,NU. 12: Means the work week shall commence on Monday and shall continue through the following Friday, i inclusive of each week. All work performed in excess of forty (40) hour; in one wcck,'shall be pail for at the rate of one and one-half(1'r•.) times, the regular hourly wage scale. All work performed within the regular ' working hours shall consist of a ten (10) hour work day except in emergency situations. Overtime work and I S-iturday work shalt be paid at one and one-half (1 '/2) times the regular hourly rate. Work on halid;i}s and Sundays shall be paid at two(2) times the regular hourly rate. i# } No. IS: Means a work week shall consist of forty (40) hours beginning Monday a nc� ending on Friday. Any i hours worked over forty (40) in this payroll period shall be paid at the rate of time & one-half() ). Saturday and recognized holidays shall be paid at double(2) time even -� work will be paid at time&one-half(1 h). Sunday a y rovided it is not if the holiday falls on Saturday. Saturday can be a make-up day, if needed, at straight time pay (p a holiday). i shall consist of eight (8)hours,between 7:00 a.m. and:x:00 p.m., five(51 I J N®. 2b: Means a rcgul.rr working day. S days per wcck. 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 far at double (3) the rate of single tirnc. Holidays shall be paid at the double(2)time rate of pay. i t 'r. A�a„��,()I ANNUAL WAGE ORDER NO.4 PACT 101 4 rnus i, 14 Y t i j COLE COUNTY OVERTIME RATES F NO. 28: Means eight (K) hours between 7:00 a.m. and 5:30 p.m. shall constitute a day's work five (5) days a t week. Monday through Friday inclusive, shall constitute a work week. The Employer has the f option for a workday/workwcck of four(4)ten (10) hour days (4-10's) provided: } -The project must be for a minimum of four(4) consecutive days. 1 -Starting time may be within one(1)hour either side of 8:00 a.m. -Work week must begin on either a Monday or Tuesday: If a holiday falls within that week it shall be a consecutive work day. (Alternate: If a holiday falls in the middle of a week, then the regular eight (8) hour schedule may be implemented). ! j -Any time worked in excess of any ten (10) hour work day (in a 4-10 hour work week) shall be at the ' appropriate overtime rate. ! i All work outside of the regular working hours as provided, Monday through Saturday, shall be paid at one & + one-half(I %z) times the employee's regular rate of pay. Al) work performed from 12:00 a.m. Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at double (2) the straight time hourly rate of pay. NO. 40: Means the regular working week shall consist of five (5)consecutive (8)hour days')nlx)r on the Joh beginning with Monday and cnding with Friday of each wcck. Four(4) 10-hour days may amsikutc the regular work week. The regular working day shall consist of eight (8)hours labor on the job bcginning as early as 7:00 t 1 a.m. and ending as late as 5:30 p.m. All full or part time labor performed during such hours shall be recognized as regular working hours and paid for at the regular hourly rate. All hours worked on Saturday and all hour~ j worked in excess of eight(8)hours but not more than twelve(12)hours during the regular working wcck shall be paid for at time and one-half(]%z)the regular hourly rate. All hours worked on Sundays.and holidays and all hours worked in excess of twelve (12)hours during the regular working day shall be paid at two(2) times the regular hourly rate. In the event of rain, snow, cold or excessively windy weather on a regular working day, Saturday may be designated as a "make-up"day. Saturday may also be designated as a "make-up"day, for an E employee who has missed a day of work for personal or other reasons. Pay for"make-up" days shall be at regular rates. l 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 starling time shall be 8:00 a.m. When circwnstances warrant,the contractor may change the regular workweek to four(4) ten-hour shifts at the regular i 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(I%). All time worked in excess of ten (10) -�) hours,Monday through Friday and eight(8)hours on Saturday and all time worked on Sunday and holidays shall be paid for at the double(2)time rate of pay. i s 11 aw i AW4026 AT ANNUAL WAGE ORDER NO.4 PAGF 2 OF 4 PAGt JS f7 94 COLE COUNTY OVERTIME RATES NO. 59: Means that except as herein provided, eight (8) hours a day (v,,hich 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(1'/2). All time A,ot'kcd 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 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 weeks 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. When the five day (8) hour work week is in effect, forty (40) hours per week shall constitute a week's work. Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Saturday may, at the option 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 a regular work day of eight (8)hours may start as early as 6:00 a.m. and end as late as 5:30 p.m. 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 (9) per day or 40 per week shall be paid at time & one-half(1 '/2) the hourly rate Monday through Friday. If an Employer is prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather(rain or mud).Saturday or any part thereof may be worked as a make-up day at the straight time rate. If an Employer elects to work four 10-hour days, between the hours 6:30 a.m. and 6:30 p.m. in any week, work �i performed more than ten (10) hours per day or forty (40) hours per week shall be paid'at time &c one-half(I'%) the hourly rate Monday through Friday. if an Employer is working 10-hour days and loses a day due to I inclement weather, he may work ten (10)hours Friday at straight time. I I NO. 86: Means the regular work wcck shall consist of five(5) days, Monday through Friday,bcginning at 9:00 a.m. and ending at 4:30 p.m. All overtime work performed on Monday through Saturday shall be paid at time and one-half(i'/7) the hourly rate. A)1 work perfonncd on Sundays and holidays shall be paid at double (2) the hourly rate. NO. 91: Means eight (8) hours shall constitute a day's work in a time frame beginning as early as 7:00 a.m. and ending as laic as 5:30 p.m. The work week shall be forty (40) hours bcginning Monday as early as 7:00 a.m. -.i 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. - j NO.94: 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(NA) times the regular pay. In the event time is lost during the work week due to weather conditions, the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. Mf 1; AW40N,01 ANNUAL WAGE ORDER NO.4 PAGE .101 4 rAW:S .d COLE COUNTY OVERTIME RATES 110. 101: Means eight (8) hours a day shall constitute a standard work day. and forty (40) hours per week shall A 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 of double()(2)t�cpt as herein provided). All time worked on Sunday and recognized holidays shall be paid at the rate Starting time may be as early as 6:00 a.m and end as-latc as 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 rough 1 hours of 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a wcek's"wo; n k Frida thand/or Thursday, inclusive. In the event the job is down for any reason beyond the Employer s control, y Saturday may,at the option of the Employer, be worked as a make-up day, straight time not to exceed ten (10) hour: or forty(40)hours per wcck. 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 Y2). 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 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 NO. 110: Means eight (8)hours between the hours of 8:00 a.m. and 4:30 p.m. shall constitute a work day. The work week shall commence at 8:00 a.m. on Monday and shall end at 4:30 p.m. on Friday. All work performed on Saturday, except as hcrcin provided, shall be compensated at one and one-half(1 '/) times the regular hourly rate of pay for the week performed. All work performed on Sunday and on rccogmizcd holidays shall be compensated at double (2) the regular hourly rate of pay for the work performed. If an Employer is prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of incicmcnt weather (rain and mud).Saturday or any dart thereof may be worked as a make-up day at the straight time rate. The Employer j i shall have the option of working five eight (8) hour days or four ten (10) hour days Monday through Friday. if ► an Employer elects to work five (5) eight (8) hour days during any work week, hours worked more than eight (8)per day or forty (40) hour per week shall be paid at time and one-half(l Yz) the hourly rate Monday through ± Friday. if an Employer elects to work four (4) ten (10) hour days in any week, work performed more than ten (10) hours per day or forty (40) hours per week shall be paid at time and one-half(1'h) the hourly rate Monday i - , through Friday. if an Employer is working ten (10) hour days and loses a day due to incicmcnt weather, they t be scheduled for at )cast eight (8) hours and no may work ten (10) hours Friday at straight time. Friday must more than ten (10) hours at the straight time rate, but all hours worked over the forty (40) hours Monday r through Friday will be paid at time and one-half(l'h) overtime rate. : 1 WAGE 1 AA 4026.OT ANNUAL 1�AGE ORDER NO. PAGE OF 4 PAGES - - -i I ' HOLIDAY RATE SCHEDULE- BUILDING CONSTRUCTION ' NO. 1: All work done on New Year's Day,Decoration Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day shall be paid at the rate of double time. When one of the above holidays falls on Sunday,the following Monday shall be observed. NO.2: All work performed on New Year s Day, Memorial Day, Fourth of July,Labor Day,Thanksgiving Day, Christmas Day,or the days observed as such, shall be paid at the double time rate-of pay. i NO.3: All work done on New Year's Day,Decoration Day,July 4ib, 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.4: All work done on New Year's Day. Memorial Day, Independence Day,Labor Day, Thanksgiving and Christmas Day shall be paid at the double time rate of pay. If any of the above holidays fall on Sunday, Monday 7 will be observed as the recognized holiday. If any of the above holidays fall on Saturday, Friday will be observed as the recognized holiday. `i NO. 5: All work performed on New Years Day, Decoration Day (Memorial Day), Independence Day(Fourth of -3 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 on a Saturday, the preceding Friday shall be observed When a holiday falls on a Sunday,the following 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 _I performed over and above thirty-two(32)hours in that week shall be paid at the rate of time and one-half(l i). NO.6: All work done on New Ycar s Day, Memorial Day, Fourth of July,Labor Day, Veteran's Day, i Thanksgiving Day,Christmas Day,and any additional holidays which may be mutually agreed upon shall be paid s at the double time rate of pay. Whenever any such holiday falls on a Sunday,the following Monday shall be recognized and observed as the holiday. �I NO.7: All work done on New Ycar s Day,Memorial Day,Independence Day,Labor Day, Veteran's Day, Thanksgiving Day,and Christmas Day shall be paid at the double time rate of pay. If a holiday falls on a Sunday, it shall be observed on the Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. _.! NO.8:All work done on New Years Day,Memorial Day, Independence Day,Labor Day,Veteran's Day. l Thanksgiving Day,and Christmas,or days observed as such, shall be paid at the double time rate of pay. J NO.9:All work done on New Year's Day,Memorial Day,Fourth of July,Labor Day,Thanksgiving Day and Christmas Day shall be paid for at the double time rate of pay. Any one of the above listed holidays falling on Sunday shall be observed on the following Monday and paid at the double time rate of pay as all observed holidays, NO. 10: All work done on New Year's Day, Memorial Day,Independence Day,Veteran's Day,Thanksgiving Day,the day after Thanksgiving and Christmas Day shall be paid at the double(2)time rate of pay. Any holiday which occurs on a Sunday shall be observed the following Monday. No work shall be performed on LABOR DAY except to save life and property. bWdt ,,-4 ANNUAL WAGE ORDER NO.4 ?ACE IOf7MM, s" 1 NO. 11: All work done on New Years Day, Memorial Day,Christmas Day, Fourth of July, and Thanksgiving ' Day shall be paid for at the rate of double time. Positively no work shall be performed on Labor Day. Martin Luther King's Birthday,Veteran's Day and the day after Thanksgiving Day shall be considered optional holidays. and if the employer and employees agree that work will be performed on that day, no premium will be required. Should any of the above holidays fall on Saturday,the holiday will be observed on Friday. Should any of the above holidays fall on Sunday,the holiday will be observed on Monday. f NO. 12: All work done on New Year's Day, Decoration Day, Independence Day,Veteran's Day,Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Should any of these days fall on Sunday, then the following day shall be observed as the holiday. Under no circumstances sha11 employees be permitted to - work on Labor Day. i N0. 13: All work done on New Ycars Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day s - and Christmas Day shall be paid at the rate of time and one-half(1 1/2). I NO. 14: All work done on Memorial Day,Fourth of July.Thanksgiving Day,Christmas Day and New Year's f Day shall be paid at the rate of time and one-half(1 1/2). No work shall be done on Labor Day. When a _._ recognized holiday falls on Sunday,the following Monday is observed as the holiday. p 4 -; NO. 15: All work done on New Year's Day, Decoration Day,Independence Day.Thanksgiving Day and Christmas Day shall be paid for at the rate of double time. No work shall be performed on Labor Day. NO. 16: There shall be seven (7) recognized holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Armistice Day,Thanksgiving Day and Christmas Day. No work on any pretense shall be performed on Christmas Day, Labor Day, or Independence Day. Any work performed on the other holidays shall be paid for at two(2)times the regular rate of pay. _.� N0. 17: All work done on the following holidays shall be paid at the double (2)time rate of pay: New Ycar s Day, Memorial Day,Fourth of July,Labor Day,Veterans Day,to be celebrated on either its national holiday or � on the day after Thanksgiving,Thanksgiving Day and Christmas Day. NO. 1 S: All work done on New Year's Day,Memorial Day,July 4th,Labor Day,Veteran's Day,Thanksgiving . Day,the Friday following Thanksgiving and Christmas Day shall be paid at the double time rate of pay. When one of the above holidays falls on Sunday,the following Monday shall be considered the holiday,and when one of the above holidays falls on Saturday,the preceding Friday shall be considered the holiday,and all work performed on said day(s)shall be paid at the double time rate. NO. 19: All work done on New Year's Day,Memorial Day,July 4th, Labor Day-,Thanksgiving Day,and ,Christmas Day shall be paid at the double time rate of pay. The employee may take off Friday following x Thanksgiving Day provided be or she has notified their supervisor on the Wednesday preceding Thanksgiving Day. Y NO.20: All work done on New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day y: 4 and Christmas Day shall be paid at the double time rate of pay. When a paid holiday falls on Saturday, it,shall be observed on Saturday. When a paid holiday falls on Sunday,it shall be observed on Monday. q j ANNUAL WAGE ORDER NO.4 PAGE J«7►Aas f° i E Thanks ivin Day. NO. 21: All work done on New Year's Day, Memorial Day. Id at epen double fay,Labor oDpay. It Saturday f ails on Christmas Day, or days locally observed as such, shall be pal a designated boliday, all bours worked shall be paid at the double time rate of pay. Labor Day,Thanksgiving Day. NO. 22: All work done on New Year's Day, Memorial Day,lndcphe double time rate of pay. If a boliday falls on Christmas Day, or days locally observed as such, shall be paid at t Saturday, Friday shall be observed; if it falls on Sunday,Monday sball be observed. NO.23: All work done on New Year's Day,Memorial Day, Independence Day, Labor Day, Veteran's Day, E " Thanksgiving Day,Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate of Pay. Nklhcn a holiday falls on Sunday,the following Monday shall be considered a boliday, NO.24: All work done on Christmas Day, Thanksgiving Day,New Year's Day, Memorial Day,Independence i Day, Labor Day.Veteran's Day,Presidential Election Day or days locally observed as such, and Sunday shall be recognized as bolidays and paid at the double time raft of pay. NO.25: All work done on New Year's Day, Martin Luther Kind Day, Memorial Day, Independence Day, Labor ; Day,Veteran's Day., the day after Thanksgiving,Christmas Day,Presidential Election Day, or days locally observed as such,and Saturday and Sunday sball be recognized as holidays and shall be paid at the double (2) time rate of pay. If a named holiday falls on a Saturday,the holiday will be observed on the preceding Friday. E When a named holiday falls on Sunday,the Monday after will be obsery ed as the boliday. Appropriate overtime rates to be based on fifteen minute increments. NO. All work done on New Year's Day. Memorial Day. Fourth of July,Labor Day, Veteran's Day. Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. When a Holiday occurs on Saturday it shall not be observed on either the previous Friday or the following Monday. Such days shall be Sunda it shall be observed on the following Monday. regular work days. If such a holiday occurs on y ► ays observed as such shall be paid at the double time rate N0.27: All work done on the following holidays or d E of pay:New Years Day,Memorial Day, Independence Day,Labor Day,Veteran's Day,Thanksgiving Day and l Christmas Day. NO.28: All work done on New Year's Day ,Armistice Day(Veteran's Day), Decoration Day (Memorial Day), independence Day (Fourth of July),Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple(3)time is paid. When a boliday falls on • Sunday,the following Monday shall be observed as the boliday. „µ NO.29: All work done on New Year's Day,Armistice Day(Veteran's Day)Decoration Day(Memorial Day), Independence Day (Fourth of July),Thanksgiving Day,Christmas Day or day observed as such for these holidays "a shall be paid at the double time rate ofpay. No work shall be performed on Labor Day except when triple(3) time is paid. When a boliday falls on Sunday,the following Monday shall be observed as the holiday. car's Da Memorial Day,Independence Day,Thanksgiving Day,Friday after 10.30: All work done on New Y y, y Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be perfotmcd .,� on Labor Day except in special cases of emergency and only when triple(3)time is paid. When a boliday falls on Saturday,the preceding day of Friday will be observed as a holiday. When a holiday falls on Sunday,the following Monday shall be observed as the boliday. NSWJ�swl ANNUAL WAGE ORDER NO. 4 ?AGE 3 or 1►AM • E E x 4g4 �a f NO.31: All work done on New Year's Day, Washington's Birthday, Memorial Day, Fourth of July, Labor Day, Columbus Day,Veteran'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 following 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 _ N0.32: All work done on New Year's Day, Memorial Day, Fourth of July,Labor Day,Thanksgiving Day,the Friday after Thanksgiving, and Christmas shall be paid at the double time rate of pay when one of the above holidays falls on Sunday,the following Monday shall be obsery ed and when one of the above holidays falls on Saturday,the preceding Friday shall be observed. NO. 33: All work done on New Year's Day, Memorial Day.Fourth of July,Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Labor Day shall be paid at the triple(3)time rate of pay. If the holiday falls on Sunday,the following Monday will be observed;if the holiday falls on Saturday,the preceding Friday will be observed. N0. 34: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, and Christmas Day shall be paid at the double time rate. Any holiday falling on Sunday,will be observed on the following Monday and be'paid accordingly. When one of the above holidays falls on Tuesday,-the preceding i Monday will be observed as a non-working holiday. When a holiday falls on Thursday, such as Thanksgiving, the following Friday will be obsced as anon-working holiday. ry 1 - N0. 35: All work done on New Year's Day, Memorial Day,Independence Day, Labor Day,Thanksgiving Day and Christmas Day shall be paid at the time and one-half(1 1/2)times rate of pay. If a holiday falls on a Sunday, { it shall be observed on the following Monday. NO.36: All work done on Labor Day shall be paid at the double time rate of pay. i NO. 37: All work performed on the following observed holidays shall be paid at the time and one-half(I'/,)rate 1 of wages: New Year's Day, Decoration Day(Memorial Day),Independence Day,Thanksgiving Day,and Christmas Day. No work shall be performed on Labor Day except in special cases of emergency and then only when triple(3)time is paid. When a holiday falls on a Sunday,the following Monday shall be observed as the I holiday. NO.38: All work performed on New Year's Day, Decorrtion Day(Memorial Day),Fourth of July,Labor Day, °t Thanksgiving Day,Christmas Day and Veteran's Day(to be celebrated the day after Thanksgiving Day)shall be s J paid at the double(2)time rate of pay. In the event the holiday should fall on a Sunday,the following Monday, ti will be paid at the rate of double(2)time. �. NO.39:No work shall be done on the following holidays:New Year's Day,Memorial Day,Independence Day, Labor Day.Thanksgiving Day,and Christmas. Any of these holidays falling on Sunday,the following Monday shaii.be a holiday,and any of these holidays falling on Saturday,the preceding Friday shall be a holiday. N0.40: All work done on a legal holiday shall be paid at the double time rate of pay. tdy ANNUAL WAGE ORDER NO.4 ►Aa 4(N I P IS - TR it t NO.41: All work done on New Years Day, Memorial Day, Thanksgiving Day and Veteran's Day shall be paid at i the double time rate of nay. No work shall be done on Christmas Day, Fourth of July or Labor Day. When any of the above holidays fall on Sunday,the following Monday shall be observed as such holiday. If a holiday falls -� on Saturday, it shall not be considered to be observed on the previous Friday or following Monday. Such days shall be regular work days. NO. 42: The following days shall be observed as legal holidays: New Years Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day. No work under any pretense shall be performed on the Fourth of July, Labor Day or Christmas Day. Any work performed on the above holidays shall be paid for at two (2)times the regular straight time rate of pay. NO.43: All work done on New Year's Day. Memorial Day, Independence Day, Labor Day, Veteran's Day (Nov. I I th)or mutually agrccd upon day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. If a holiday falls on Sunday, it shall be observed on the following Monday. if a holiday falls on Saturday,it j shall be observed on the preceding Friday. i j NO.44: All work done on Ncw Ycar's Day, Washington's Birthday, Decoration Day, Fourth of July, jThanksgiving Day. Friday after Thanksgiving Day, and Christmas Day shall be paid at the double(2)time rate of 1 pay. Positively no work shall be allowed on Labor Day. If any of these holidays fall on Sunday,the following day will be observed as the holiday. If any of these holidays fall on Saturday,the preceding Friday will be observed. ' NO.45: All work done on New Year's Day. Dccoration Day, Independence Day, Labor Day, Veteran's Day, -� Thanksgiving Day,and Christmas Day or days to be celebrated as such shall be paid at the double time rate of ! pay. If a holiday falls on Sunday, it can be observed on the following Monday. If a holiday falls on Saturday,the ! employer shall dcsignatc whether such holiday shall be observed on Friday or Monday. .�; NO.46: All work done on New Years Day, Memorial Day. Fourh of July, Thanksgiving Day,and Christmas Day shall be paid at the two and one half(2 1/2)times rate of pay. NO WORK SHALL BE DONE ON LABOR j DAY. Holidays failing on Saturday shall be observed the preceding Friday. Holidays falling on a Sunday shall be observed the following Monday. NO.47:The following holidays arc recognized: New Years Day, Memorial Day, Fourth of July,Labor Day, Veteran's Day.Thanksgiving Day.Day after Thanksgiving.Christmas Eve,Christmas Day,New Year's Eve. The above mentioned holidays can be changed by mutual agreement. Men a holiday listed above falls on �} Saturday, it shall be celebrated on the Friday preceding the holiday. When a holiday falls on Sunday,the --� following Monday shall be observed. Holidays referred to above shall be paid for at straight tithe when not worked and at double time plus holiday pay when worked. N0.48• .All work done on New Years Day, Good Friday,Memorial Day,Independence Day,Labor Day, Thanksgiving Day,day after Thanksgiving,Christmas Eve and Christmas Day shall be paid at the double time rate of pay. Should any of the above holidays fall on Sunday,the following Monday shall be observed as the holiday. Should any of the above holidays fall on Saturday,the preceding Friday shall be observed as the holiday. r' i" ` Nye,•�+ ANNUAL WAGE ORDER NO. 4 PACE<a I Pia I 4" NO.49:Tie following days shall be observed as legal holidays and employees will receive at bnrDa ,July 4thtrLabor at regular straight time hourly rate for each of these holidays. New Years Day, De cora Y Y Day.I wanks ivin Day,Christmas Day,Employee's birthday and two(2)personal days. The observance of one Day. 8 8 (i)of personal days to be limited to the time between December l and March l of the following year. If any of these holidays fall on Sunday,the following Monday will be observed as the holiday and if any of these holidays fall on Saturday,the preceding Friday will be observed as the holiday. If all biours worked. any of be aid time&one-half(1/)their regular rate of pay for se holidays the shall p i the Y Y Good Friday,Decoration Day,Fourtb�of July, Labor Day, I NO. 50: All work done on New Year's Day, Y Thanksgiving Day Da and Christmas Day shall be paid at the double(2)time rate of pay. If any Holiday falls on Sunday.the following Monday shall be recognized as the legal holiday. ' NO.S 1: All work done on New Ycaes Day,Memorial Day,Independence Day, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day,or days observed as such, shall be paid at the double time rate of pay. In the event one of the above holidays falls on Saturday,the holiday shall be celebrated on that day. If the holiday falls on Sunday,the holiday will be celebrated on Monday following. NO.52: There are four(4)paid holidays and they are: Labor Day,Christmas Day,Memorial Day, and Independence Day.For these four(4)days,all regular employees shall be paid for eight (8)hours of pay computed at the regular straight time hourly rate,although no work is performed. Employees shall receive the double(2)time rate of pay for any work performed on these recognized holidays. Thanks 'vin Day Christmas 140.53: All work done on New Year's Day,Memorial Day,Independence Day, 8� B Day or days observed as such for these holidays shall be paid at the double(2)time rate of pay. No work shall be performed on Labor Day except in special cases of emergency, and then the rate of pay shall be at three(3) times the regular rate of pay. When a holiday falls on a Sunday,the following Monday sbaliibe observed as the bolida . When a holiday fails on Saturday,the preceding Friday shall be observed as the holiday. y Y NO.54: All work done on New Yeats,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,the 'vi Da and Christmas Da shall be paid at the double(2)time rate of pay. When a Friday after Thanksgiving y, Y holiday falls on Saturday,it shall be observed on Saturday. When a holiday falls on Sunday,it shall be observed on Monday. i NO. 55:All work done on New Year's Day,Independence Day, Labor Day,Memorial Day,Thanksgiving Day, r Day after Thanksgiving Day,Christmas Day and Two Floating Holidays(to be designated by the Company)shall be compensated at time and one-half(1%)the regular rate of pay. Should any of the above days fall on Sunday, -" the following Monday shall be considered and observed as the holiday. Should any of the above days fall on Saturday,the preceding Friday shall be considered and observed as the holiday. i i : . ` 140.56:All work done on Year's Day,Decoration Day,Independence Day,Labor Day,November 11 (whicb shall be recognized as Veterans'Day),Thanksgiving Day,The Day after Thanksgiving day,and Christmas dayshail be compensated at the double(2)time rate of pay. When an observed holiday falls on Sunday,the following A9onday shall be observed as the boliday. No work shall be performed on Labor Day except in cases { of eme r8 cY eta ,but when work is performed on this holiday,the employee shall be compensated at the triple(3) , r me rate of pay. :. r t` a ri '• .r. ANNUAL WAGE ORDER NO ►�a.« ►gas .`. l,n ..• w.:+=s..we*FKfYii,. ..�srlea;,. fi .•v,x,:�e "... •. 4 ^,.• .. ..,... v .. ,,. .rr r,'. tr� .���/�`r 3 it` 1, 57: All work done on hew Year's Day,Memorial Day,Independence Day,Labor Day,Veterans' Day (Novcmbcr. 1)).Thanksgiving Day, and Christmas Day shall be compensated at the double (1)time rate of pay. When any of these holidays fall on a Sunday,the following Monday shall be observed. NO. SK: All work performed on New Ycaes Day, Decoration Day(Memorial Day). Independence Day(Fou»h of July), Labor Day,November I 1 th (Veteran's Day),Thanksgiving Day and Christmas Day shall be paid at the rate of double(2)time. No work shall be performed on Labor Day except for Preservation of life or property. NO 59: All work performed on New Year's Day,Memorial Day, Independence Day,Labbr Day,and Christmas Day or any days celebrated in liew thereof when such holidays fall on Sunday, shall be paid at the double(1)time t 4 _a rate of pay. f NO.60: All work done on New Year's Day,Armistice Day(Veteran's Day),Decoration Day(Memorial Day), ' _ Independence Day(Fourth of July),Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple(3)time if paid. When a holiday falls on Saturday. Friday will be observed as the holiday. When a holiday falls on Sunday,the following Monday shall be observed as the holiday. _Y 4 h `fr 4t �� tar s —r ry i2 t " . .. •, xt ' I f r ANNUAL WAGE ORDER NO.4 ► � �a rears VY ?�� y e,..se ."dr,Kah t:f:.FT,rtt¢k7'.... z _ ., ;�'S +x t��f •t Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE County � 'Effective Basic ver- OCCUPATIONAL TITLE Date of . Hourly Time Holiday Total Fringe Benefits !' Increase Rates Rates Rates CARPENTERS --� Journeymen 5/97 • $20.48 7 5 $4.80 l Millwrights 5/97 $20.48 7 5 $4.80 Pile Driver Worker 5/97 $20.48 7 5 $4.80 OPERATING ENGINEERS z Group I 5/97 $18.70 5 5 $8.83 Group 11 5/97 $18.35 5 5 $8.83 Group III 5/97 $18.15 5 5 $8.83 Group IV 5/97 $15.00 5 5 $8.83 Oiler-Driver 5/97 $15.00 5 5 $8.83 t LABORERS I General Laborers 5/97 $17.80 2 4 $5.05 f Skilled Laborers 5/97 $18.40 2 4 $5.05 i TRUCK DRIVERS-TEAMSTERS r E ' -1 Group 1 5/97 $18.57 2 4 $4.40 s _ Group li 5/97 $18.73 .2 4 $4.40 Group III 5/97 $18.72 2 4 $4.40 Group IV 5/97 1 $18.84 2 4 $4.40 aj I : 'ANNUAL INCREMENTAL INCREASE ANNUAL WAGE ORDER NO.4 7/9 ; L QVERTIME RATE SCHEDULE - HP.AV CCNSTRUCTTON Np, 1: Means eight (8) hours shall constitute a normal day's work Monday through Friday. Projects may be t 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'/3). There arc no provisions for make-up days oo Friday or Saturday, work on these days will be paid at time and one-half(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) hours worked." If inclement weather causes a curtailment of work for projects operating under this 5-8's schedule, the employer may invoke the "'S0 hour window for foray (40) hours" provision. The Employer can work the carpenter employees up to ten (10) hours per day at straight time, until the employee reaches forty (40) hours in that week. Any time worked over the daily, make-up schedule (9 or 10 hours per day) and forty (40) hours per week, would be paid at time & one-half(11/2). The ability of the Employer to alter their work schedule from the regular eight 8)hours per day to nine (9) or ten (10) hours per day at straight time , is only applicable after the Employer on that job site has lost work hours which arc to be made up by the expanded daily work hours. Time&one (1%) shall be paid for work performed on Saturdays. Double (2)time shall be paid for work performed on Sundays and recognized holidays. 1n such y instances where a recognized holiday is observed during the work week, it shall be counted as eight (8) hours toward a Pony (40) hour work week, then all work performed over and above 32 hours in that week would be i Paid at the rate of time & one-half()'/,). NO. 2: Means a regular work week of forty (40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8) or ten (10) hours. if a crew is prevented form working forty (40) hours Monday through Friday, or any part thereof, by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate to complete forty (40) hours of work in a week. Employees who arc pan 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%) shall be paid for all hours in excess of eight(8) hours per day (if working 5-8's) or ten (10) hours per day (if working 4-10's).or forty (40) hours per week. Monday through Friday. For all time worked on Saturday (unless Saturday or any portion of said day is worked as make-up to complete forty hours), time and one-baif (1'/2) 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 rate of time & one-half (I'/a). Workers shall receive time and one-half (1%,) for all work performed on Sundays and ...+ recognized holidays. Where one of the holidays fails or is observed during the work week, then all work performed over and above thirty-two(32)hours shall be paid at time and one-half(1 U NO. 4: Means a regular work week shall consist of not more than forty (40) hours of work, Monday through Saturday,and all work performed over and above ten (10) hours per day and forty (40) hours per week shall be paid at the rate of time & one-half(I'/). Workmen shall receive time and one-halt(1%,) for all work performed on Sundays. ' NO. 5: Means a regular work week may be Monday through Thursday (if working 4-10's) or Monday through Frida y (if working 5-8's). Time & one-half(I%,) is paid when working in excess of tcn (10) hours per day (if ` working 4-10's)and on Friday& Saturday unless Friday andlor Saturday is used as a make-up day. Time & one- half(I'/) 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. bvyoc.w� ANTN'UAL WAGE ORDER NO. 4 3197 LM. .. - . . . OVERUM—BBTF err,*�ntrr F HP•AVY�STRUCTION_ eight 8 hours shall constitute the regular work day and forty (40)hours a work week. Monday a.m. and 9:00 a.m. Time and one. N0. b: Mean s g ht ( ) through Friday. The Employer shall establish the starting time be b fore the regular St stiq time and ficr he d half(1'/�)shall be raid for work performed on a regular Y regular quitting time. Double (2)time shall be paid for vve-Ue dae.Lhe Employer when working on highway and b B 7 discretion of the Employer,Saturday can be used for a m p ft J and road work may bavc the option to schedule the work week °w t'th all hours crew in excess of ten (10)hours in Thursday at ten (10)hours per day at the straight time raft pay any one day to be at the applicable overtime rate. If th�s owhsleetlfalling)be shall have the option to work 1 Thursday and is stopped due to inclement p weather(rain, q0 hours. Friday at the straight time rate of a to complete his or her forty ( ) 1�0. 7: Means the regular work week shall start an Monday and end on�Fridaver t n except 10)hours v amdaly orrforry elects to work Monday through Thursday,ten (1 A)hours per day. All w ark o (40)hours in a week shall be at the overtime rate of one and if a-half 0 V2)tim forty (40)hours uMonday through h regular work day shall be either eight(8) or ten (10) hours. Friday because of inclement weather or other conditions beyond the c nt urda thma Employer, as omake-pdd Y may be worked as a make-u day at straight time (rf w orkrng 4-10 s). Y Y at straight time (if working 5-8's). Malec-up days shall,orkedehone and one-half(I V2)times the regular rattc� worked as a make-up day.time on Saturday shall i " Work performed on Sunday shall be paid at tv�.o (2)times the regular rate. Work pertorrncd on recognized ' holidays or days observed as such, shall also be paid at the double (2)time rate of pay. NO. 8: Means eight (K) hours shall constitute a regular workday, Monday through Friday. Time and one-half !.. 1 (11/2) shall be paid for work performed in excess of eight (8) hours on any regular workday. An Employer may i v the option to schedule his work,vicek from Monday through Thursday at ten (10) hours per day at the } r have p straight time rate of pay with all hours in excess often (10) hours in any one day tobe at the Thursday is stopped -� rate of time and one-half(1'/a). if an Employer elects to work from Monday through Y # 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. H owever, should a holiday occur, Monday through Thursday, the -� Employer shall have the option to work Friday at the straight time rate of pay to corrmplcte his forty (40) hours. j Time and one-half(I%,) shall be paid for work performed on Saturdays. Double (2) time shall be paid for work performed on Sundays and rccognized holidays. time worked : Means eight (8) hours shall constitute a normal day's work Monday through Friday. Any may NO. 8 ! over eight(8)hours per day or forty (40) hours per week will be paid at time and one-half�l/�) rate. Work y be scheduled on a four (4) days a week (Monday through Thu ay at ten (l0) hours a day schcdulc. a such M s a make-up day when time is lost due to inclement wear: All i work over ten (10) hours a day or over forty (40) hours a week must be paid at time and one-half(1'/�). 1f an schcdulc is employed,then Friday may be used a Employer has started the work week on a five-day, eight-bours a day schedule, and due to inclement weather mi4ises any time, then he may switch to a nine or ten hours a day schedule, at straight time, for the remainder of that work week in order to make up the lost time(10-hour make-up day). All work performed on Saturday shall be paid at time and one-half(1'/,). Double (2) time sball be paid for all time worked on Sundays and recognized J holidays. In such instances where a recognized 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 thirty-two (32) hours in that week would be paid at the rate of time &one-half(1/z). ,.f f pvyat.wl ANNUAL WAGE ORDER NO. 4 3197 YS S:. 4 QVERTIMg�SCHEDLE_ �� CONSTRU TION r ND, t0: Means the regular work week shall consist of onda'th�ough Thursday at ten through 0)bo Friday,s per day a Ither may have the onion to schedule his work week from Monday to be aid at the applicable -� straight time rate of pay with all hours in excess often (10)hours in any one day p overtime rate. If the Employer elects to work Monday firthrough h o t Thursday work at d be straight times rate of j weather(rain, snow, sleet falling),the Employer shall to complete his forty (40)hours. All necessary overtime answorkanpderformeds on ball Saturday, paid at shall be paid c (2)the lime and one-half(i'%)the hourly rate. Work performed on Sundays Y . ' hourly rate. that sha NO. 11: Means the regular work day shall consist meight (m)aoschedule his iwork week from Monday through a.m.and 8:00 a.m.. Monday through Friday. The Employer Y with all hours in excess of ten (10)hours in Thursday at ten (10)hours per day at the straigbt time rate of pay any one day to be at the applicable overtime rate. 1 rain snow, leet falling)be ork from shall have the Monday to work Thursday and is stopped due to inclement v.cathcr, Friday at the straight time rate of pay to complete his forty (40)hours. Time and one-half (1/�) shall be paid for all ovcnimc hours worked during the week, Monday through and rccriognized holidays.work performed on Saturday. Double time shall be paid for all time worked on Sunday N0. 12: Means a regular work week shall r day and for more (40)hoursP rC (w0cck shall be paid at he rate of time pertamtcd ciilci and above ten (10) hours per dad icy J & one-half(I'M. \ti'orkcrs shall rccciv c time and one-half hcwtok)wcck,thenrall work perrformed over and above holidays. wlicre one of the holidays falls or is observed during — —�, thirty-tv,o(32)hours shall be paid at time and onc-half(1'/). ime 13: Means that time and one-half(1'/,) shall be paid for the first two (2)hoauribfou b Friday and onough NO. Friday and the firstaideight at the double(2)rimcrateADoublc (2)time is ai o P d for Sundays and holidays. Saturday shall be p �+0. 14: Means (X) hours shall constitute the regular he regular rate of starting for all hours worked in excess of Employees shall be paid one and one-half(]'/:) eight(KI hours per day of a work week which is to begin on Monday. and Time hol d one-half(1'/,) shall be paid for Saturday work. Double (2)time shall be paid for all Sundays recognized N®. lS: Means the regular work wick shall consist of five(5)days,Monday through Friday,beginning at 8:00 ' a.m.and ending at 4:30 p.m. All ovcnimc work performed on Monday through Saturday shall be paid at time and one-halt(1'12) the hourly rate. All work performed on Sundays and holidays shall be paid at double(2)the hourly rate. 8 hours shall constitute the regular work day,between the hours of 6:30 a.m. and 5:30 P+10. 16: Means eight ( ) p.m. in a five (5)day work week of Monday through beduiC cs work week from Mondaylthrough 7hursdaylat-ten hour days. The Employer may have the option to s (10)hours per day at the straight time rate of pay with all hours in excess often (10)hours in any one day to be aid at the applicable overtime rate. if the Employer elects to work from Monday through Thursday and is � paid at due io inclement onc wcathcr(rain,snow, sleet failing)the employer may have the option to work Friday at ht time rate of a to complete the(40)hour work week. However should a holiday occur, Monday , the straight pay option to wok Friday t the straight time rate of pay to complete • through 7�iursday,the employer shall have the op , r work performed in excess of tight (8)hours in a 8-hour the(40)hours. Time and one-half(i/,)shall be paid for p week day,or in excess of ten 10-hours in a 10-hour work day,or outside the hours limiting a regular work days Monde through Friday. Time and one-half(1'h) shall be paid for work performed on Saturdays. Double (2) time shall be paid for work preformed on Sundays and holidays. ANNUAL WAGE ORDER NO.d 119' $1 hayot.&A rCr 1 M I'YJ' ;> _ � ' . 0 .. .. .� i OVERTIME RATE S_ CKEDULE - HEAVY CONSTRUCTIQN Ir ",-, : . 1. '` NO. 17s Means eight(8)hours shall constitute the regular work day and forty (40) bours a work week. Monday , ` through,Friday. The Employer shall establisb the starting time between 6:30 e.m. and 9:00 a.m. Time and one- s half(I%)shall be paid after eight (8)consecutive hours worked after the established starting time and for,hour~ i I worked before the established startin time. Time and one-half(1 a)shall be aid for work performed on ,_ B P 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 scbedulc the work week for his i. paving crew only from Monday through Thursday at ten (10)hours per day at the straight time rate of pay with j ``'.. all hours in excess of ten(I 0)hours in any one day to be at the applicable overtime rate oftime and one-half to --I time(1%). If the Employer elects to work from Monday through Thursday and is stopped due to inclement ! i weather(rain, snow.sleet falling),the Employer shall have the option to work Friday at the straight time rate of i '`) 1 .11 I pay to complete the forty(40)hours. 11 i f I j _s } :. f �I t .v.l' + 11 ' I 11. i' - .. � .. - I , " �� ; . . X ' i ' ..�. 7 { I . ' `may .� .� t t . . ,1. i 1 t " t . a J:11, j 11 , 15., :11 1111 t, f! V t?� } '' -1 I I Y 1 .. 1, ;4. q,, t : ?fit 1. `4j [iY t 5. S ' �I '3;� at'g T.ax" )11! �� 1J. t MMMyyyjjj``` ( f 'w 1— { } tt r . tZa ..r }I 1,x ��t-`� } t t• :r Si_ .. 'J� ,v'y r .j•%fit, it,` e'c;' .. _ 1 + .: ,, nVyoc awl `ANNUAL WAGE ORDER N0.4 app Y;` �°''11 T ! ; rYK .. 1�'ti V^.j .> . * .. t IN. 1.LLL- �4 t C a Xi,+'i!!t0 A j e _ wsAt»{*kdA�a ;� c.:;x #5"4' , �ir.A :5 r o 4i ; �'.. .,.�.�,....�..�..... =y ,:c << z. v : �t3 M <2a 3 a},x"41,.14- 4 f ~ I '^ i t•r .. t. _' . "k pd F+,'rkr}yt s {.�£s t 5a6 +fir �Kf ar't r •'� , eg �'' ��`§ r.t z t. rtye '{rT -"i; .vt� kt i .i iT 3}}{Cy{, ,- y .. .. p�.' 1. xi 't 1 "t'tt y 7h§1f`t. Ji { t t J tii. 4 1.11, t ..tir �rr�... _ r ..; .:. ta�'t.t j Yt 2. ++6yr�_y,VS}y"d 1. 11 ' HOLIDAY RATE SCHEDULE-HEAd'Y CONSTRUCTION l I; A1! work pelf on New Yea's Day, Decoration Day, Founb of July, Labor Day, No. aid at the double time rate of pay. Veteran s Day, Thanksgiving Day, and Christmas Day shall be p da ; men any of these holidays fall on Sunday,the Monday following sball be observed as such holiy. _r No, 2: All work performed on New Year's Day,Decoration Day(.Memorial Day),Independence Da (Founh of July), Labor Day,Than y ksgiving Day, Christmas Day, or days observed as such, shall be paid at the rate of time and one (11/2). V�'ben a boliday falls on Saturday,the preceding Friday shall be obscrvcd. NVbcn a boliday falls on Sunday,the following Mondae ei be obscrvcd. No work shall be performed on Labor Day except to save life or property. one of the holidays specified falls or is observed during the work week,then all odor if i med over and above thirty-two(32)hours in that week shall be paid at the rate of time and I Memorial Day. Independence Day, Labor Day. -- No. 3: Ali work rcrformcd on New Year's Day. E. Thanksgiving Day, Christmas Day. or da}� observed as sucb, shall be paid at the rate of time & one- s half(I'/:). Men a holiday falls on Sunday,it shall be observed on the following Monday. . Memorial Day, Independence Day, Labor Day. No. 4: All work rcrformcd on New Years Day, time rate of Thanksgiving Day. Christmas Day. or days observed as such, shall be paid at the double ray. 1�'hcn a holiday falls on a Sunday. Monday shall be observed. i No. 5: All work pc on New Year's Day.Decoration Day (Memorial Day),Independence Day(Fourth of July). Labor Day.Thanksgiving Day,Christmas Day,or days obscrvcd as such, shall be paid at the rate of double(2)time. When a holiday falls on a Saturday,the preceding Friday shall be observed. When a holiday falls on a Sunday,the following Monday shall be -� observed. No work shall be performed on Labor Day except to save life or property. Where one i of the holidays specified falls or is observed during the work week,then all work performed over and above thirty-two (32)hours in that week sball be paid at the rate of time and one-balf(1'/2). µ� work done on New Years Day.Decoration Day,Fourth of July,Labor Day,Vetcran s Day. No.6: All Thanks giving and Christmas shall be compensated at the double(2)time rate of pay. When a ay b occurs on Saturday, it shall not be observed on either the previous Friday or the following Monday. on Sunday, it shall be observed on the Such days shall be a regular workday. If such a holiday occurs following Monday. No work shall be performed on Labor Day. No. 7: All work done on New Years 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 July or Labor Day. When any of the above holidays fall on Sunday,the following Monday shall be observed as such holiday. If a holiday falls on Saturday, it shall not be considered to be observed on the previous Friday or following Monday. Such days shall be regular workdays. ; � r turr.rotrvi.Ax, ANNUAL WAGE ORDER NO.4 319 i r; s, i; .. . . ... .4•... ..r ...>- ..• .. ` • .. . .. . .. .. . ., .. . .. ... ", a ..� ,.'.. . HOLIDAY RATE SCHEDULE• HEAVY CONSTRUCTION � 4 No. 8: All work perfonncd on New Ycaes Day,Decoration Day, Fourth of July, Labor Day, ,l Veteran's Day,Thanksgiving Day and Christmas Day.or days observed a%such, shall be paid at double(1)the hourly rate. When any of these holidays fall on Sunday,the Monday following shall be observed as such holiday. J No. 9: All work done on New Year's Day,Decoration Day,July 4tb,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 boliday.- No. 10: All work done on New Year's Day,Memorial Day, Fourth of July, Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day shall be paid at the double time rate ofpay. When a --� Holiday occurs on Saturday it sball not be observed on either the previous Friday or the following Monday. Such days shall be regular work days. If such a boliday occurs on Sunday it shall be observed on the following Monday. i No. 1 I: Means all work performed on New Year's Day,Memorial Day,Fourth of July,Labor ? , Day,Veteran's Day,Thanksgiving Day,Christmas Day,and any additional holidays which may be mutually agreed upon shall be paid at the double(2)time rate of pay. Whenever any such holiday I falls on a Sunday,the following Monday shall be recognized and observed as the holiday. Of is i. 'f { . I E 5 ,J t♦ . 'a. „ t H011crrwaa4 ANNUAL WAGE ORDER NO.4 »� �t >t '.;, "*.!^'+`.+.rte xl+rx r+U+l+•wat.+r++`{.iNY..+(�i4.,A'd7t " f. rq{,Y4r 4 #�. 1 vt7 1 i 4 REPLACEMENT PAGE II+ { ' OUTSIDE ELECTRICIANS ) These rates are to be used in the following counties: ~E Adair,Audrain,Boone, Callaway, Camden, Carter, Chariton, Clark, Cole, Cooper, Crawford, ' ` J Knox,Lewis, Lincoln,Linn, Dent,Franklin,Gasconade, Howard,Howell, on, efferson, Morgan, Oregon,Osage, Macon, Maries,Marion, Miller,Moniteau, Monroe,Montgomery, i Perry,Phelps,Pike,Pulaski,Putnam,Ralls, Randolph,Reynolds,Ripley, St. Charles, St. Francois, St. Louis City, St.Louis County, Ste. Genevieve, Schuyler, Scotland, Shannon, -� Shelby, Sullivan,Texas,Warren, and Washington CO�LN'IERCIAL WORK Basic Total Occupational Title Hourly Fringe Rate Benefits *Journeyman Lineman S23.71 $2.00+40% 521.23 S200+40% *Lineman Operator S16.81 S2.00+40% *Groundman UTILITY WORK Basic Total Occupational Title Fringe Hourly g Rate Benefits ► S2.00+ 34% *Journeyman Lineman S23.29 ` S20.10 S2.00+ 34% *Lineman Operator 51 5.55 S2.00+ 34% ti r *Groundman OVERTIME RATE: Eight (8)hours shall constitute a work day between the hours of 7:00 a.m. } 40 hours within five(5)days,Monday through Friday inclusive,shall and 4:30 p.m., and forty( ) constitute the work week. Work performed in,the 9th and 10th hour,Monday through Friday, shall be paid at time and one-half(1'/s)the regular straight time rate of pay. Work performed i F outside these hours and on Saturdays, Sundays and legal holidays shall be paid for at the rate of t ., double(3) time. Memorial Day,Fourth of July, HOLIDAY RATE: .All work performed on New Yea's Day, shall ' Labor Day,Veteran's.Day,Thanksgiving Day,Christmas Day, or days celebrated as such, be aid at the double time rate of pay. When o p ne of the foregoing holidays falls on Sunday, it shall be celebrated on the following Monday. " "AN14TUAL INCREMENTAL rNCREASE � •, , ,off .: ANNUAL WAGE ORDER NO. 4 k ol•TSTL,�4.IN3 9197 '.. kll-�11`1=M F ' I' c r xx t yyy I.r F r r i f AFFIDAVIT OF COMPLIANCE PUBLIC WORKS CONTRACTS_L.,A'�f is I, the undersigned, of lawful age, first it being duly sworn, state to the best of my informatiorWnd belief as follows: 1 1. That I am employed as 2. That was awarded a public works .J contract for Project No. 33046, 1998 Stormwater Project No. 1. 3. That I have read and am familiar with Section 290.290 RSMo (1993 I 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. That eWT-grVz1 GL�' has fully complied with the .j provisions and requirements of Section 290.290 RSMo (1993 Supp.) i t FURTHER AFFIANT S YET"AUGHT. AFFIANf� t Subscribed and sworn to before me this,,day of , 199W NOTARY PUBL C MARY LOUISE WILSON NOTARY PUBLIC STATE OF MISSOURI , COUNTY OF COLE My:Commissiori Expires: MY COMMISSION EXPIRES MARCH 11,2001 J STATE OF MISSOURI ) sS COUNTY O ) ,. C:IWPDOCSIPROJECT198 stormwater pjt no.1.wpd March 4,19M �r ' •:. u•w.n.v+ «d+Yr.V fR r£i:iib 1✓Y'v r.<rvr;ik..z..fi.. ..... ::....e - . . (' '... .. ..;n.: w ty 1.' ,�� Ni C 4{ ' .. k•'" %a .Yt '{`4i S t r. tY•ygprt{{4 Asrq'+ t" f{ { T M ? Yii /ij T r i ,f ccwrr i rgFMPLQYNIr_i�i;••••coring r�RTIFIG_ I�TI_ON } EXCE��.�,. { I of lawful age, I I, the undersigned, first being duly sworn, state to the best of my information and belief as follows: by Ae i 1, That I am employed as _ j s S LLC.was awarded a public 2. That r _ works contract for Project No. 330461999 Stormwater Project No. 1. 3. That I have read and am familiar with Section 290.290 RSMo (1993 ` an act relating to public works contracts, which impose certain 1 Supp.) 9 : 1 I requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4, Although there is a period of excessive unemployment in the. State of Missouri, which requires the employment of only Missouri laborers and z { laborers from non-restrictive states on public works projects or improvements, an exception applies as to the hiring of 1 since no Missouri l laborers or laborers from non-restr'ctive states are available or capable . i of performing rL FURTHER AFFIANT SAYETH N GHT. A FIANT t. k day of , 9_ x' Subscribed and sworn to before me thi� Y 4 MARY LOU WILSON TARP PUBLIC NOTARY PUBLIC STATE OF MI880Uftl COUNTY OF COLE My, Expires:e.d : 1 APPROVED BY: PERSON MO �+ DIRECTOR OF PUBLIC WORKS, CITY OF JEF r f., March,4,1996 G:IWPDOCSIPROJECT98 stormwater pit no.l.wpd #� Y{ } _.,,..... hv.r use ..?'r_ a d a:k.r.✓� .. r -irw t i y _ .. e . .Fy1r r rt ` t bl rgv + t i CONSTIR CTtQN-CONT ACT _.s THIS CONTRACT, made and entered into this day of 998, by and between Kauffman Brothers �..L_C hereinafter called "Cant actor", and the City r' of Jefferson, Missouri, a municipal corporation, hereinafter called "City". WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies _.., and for constructing the following City improvements: Project No. 33046, 1998 Stormwater Project No. 1. ` i -� NOW THEREFORE, the parties to this contract agree to the following: J 1. Manner and hMg for C M lep tkm The Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to J perform, and to perform, said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws, I within 60 (sixty)working days from the date Contractor is ordered to proceed, which v order shall be issued by the Director of Public Works within ten (10) days after the date �. of this contract. ~� 2. p1eyaUkKVWAVs. All labor utilized in the construction of the aforementioned i improvements shall be paid a wage of no less than the "prevailing hourly rate of wages" !. for work of a similar character in this locality, as established by Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that i Contractor knows the prevailing hourly rate of wages for this project because f Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No 4, Section 026, Cole County in which the rate of wages is set forth. The Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed in connection t with the work to be performed under the terms of this contract. The record shall show the actual wages paid to the workmen in connection with the work to be performed under the terms of this contract. A copy of the record shall be delivered to the Director of Public Works each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City Ten Dollars ($10.00) for each workman employed, for each G calendar day or portion thereof that the workman is paid less than the stipulated rates �j for any work done under this contract, by the Contractor or any subcontractor under the r ; Contractor. r� 3 tnsuranm Contractor shall procure and maintain at its own expense during the April 13,1998 C:mPb0CSIPR0JECT%98 stormwater pit no.1.wpd ntract: life of this co (a) Workmen's ,ompensation_lns_urance for all of its employees to be engaged in work under this contract. ? ' (b) Contraet�r s_ P�.�blic Liability surance in an amount not Tess than $1,000,000 for all claims arising out of a single occurrence and $100,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo., and Contractor's Property Damage Insurance in an amount not less than $1,000,000 for a claims arising out of a single accident or occurrence and $100,000 for any one person in a single accident or occurrence. Ai Anmobile I iability Ins tr nc•e 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. f (d) ility 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 r all claims arising out of a single accident or occurrence and $100,000 $1,000,000 for 9 for an one person in a single accident or occurrence, except for those claims I —, y Chapter governed by the provisions of the Missouri Workmen's Compensation Law, 287, I�SMo. No policy will be accepted which excludes liability for damage to i underground structures or by reason of blasting, explosion or collapse. i i e , i�bcantracts - In case any or all of this work is sublet, the Contractor shall f require the Subcontractor to procure and maintain all Insurance required in ? Subparagraphs (a), (b), and (c) hereof and in like amounts. f ?: ({) yip of Insurance and ,Sp iec al Hazard. The insurance required under Sub-paragraphs (b) and (c) hereof shall provide adequate protection for the Contractor � and its subcontractors, respectively, against damage claims which may arise from } operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. is construed to require the procurement of Contractor's protective N.QM Paragraph (f) q insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless thegeneral public liability and roe damage olic or rider attached thereto) of the g p property protection a aiynst claims arising from operations general contractor provides adequate p 9 by anyone directly or indirectly employed by the Contractor. '# C:IW PDOCSTROJEC R98 stormwater pjt no.1.wpd April 18,1998 iV i li i jh.TN's r tSwr 7 y cf r f i 1 $sp�sibjlity fo Sr,b�antractors. It is further agreed that 4 4. its Contractor shall be as fully responsible to the City for the la ema and by i them f as subcontractors, and of persons omissions either ofper tons t directly employs. Contractor shall Contractor is for the acts and e a ro riate provisions to be inserted in all subcontracts relating to this work, to caul Pp P bind all subcontractors to Contractor by all the terms Contractor t e. same opower as applicable to the work of subcontractors and to give din termination of any subcontract as the City may exercise over Contractor ll c create regarding under any provisions of this contract. Nsubcont actor contained nd the is Citytorcbetween any any contractual relations between any subcontractors. 5 ,�Qam s, The Director of Public Works may deduct $500 from any amount otherwis. •_due und er this contract for every calendar day the Con tractor fails such diligence as 1 { or refuses to pros cute the work, or any separable part any ex�tensrion thereof, or fails will insure the completion by the time above spec Y — o com lete the work by such time, as long as the City does not terminate o be charged h1+vith Contractor to proceed. it is further provided that Contractor shall r • es because of delays in the completion of the work due to liquidated damages unforeseeable causes beyond Contractor's control and with fault or negligence on Contractor's part or the part of its agents. { a i 6 The City reserves the right to terminate this contract by giving at } i ..i rior written notice to the Contractor, without prejudice to any other { least five (5) days p rights or remedies of the City should the Contractor be adjudged its creditors, or if a { Contractor should make a general assignment for the appointed for Contractor or for any of its property, or if Contractor , receiver should be app supply enough properly skilled should persistently or repeatedly refuse or fail to ffue or fail to make prompt workmen or proper material, or if Contractor should r s -- I 'n labor or materials for the work under the contract, or payment to any person supp Yi 9 P ersistently disregard instructions of the City or fail to observe or perform any provisions of the contract. ±' d, In the event this contract is terminated pursuant to ^gyp 7, �;itv's iaht to Pracea -.� Paragraph 6, then the City may take over the work and prosecute the same to 9 P be liable to completion, b contract or otherwise, and Contractor and its sureties shall b the City. comp Y , . . •' the City for any costs over the amount of this contract thereby occasion y + ` i take possession of, and utilize in completing the work, In any such case the City may liances and structures as may be on the work site and aped . such materials, pp are in addition to, necessary for completion of the work. The foregoing provisions. ' itation of, throvisions of the contract, city e rights of the City under any other p t , not in lim ordinances, and state and federal laws. April 13,1996 f •,.; C:\WPDOCS\PROJECTM stormwater pjt no.1.wpd , Y 3 24 L 1$ y %k4'Y of " _,1�:;.YJ•N+ I The Contractor agrees to defend, indemnify, and save the City harmless from and against all claims, suits and actions of every description an, br ught by against the City and from all damage and costs person o�persons, or their property, by or damages received or sustained by _ Contractor, its servants, agents or subcontractors in t of the tsamenorf on account of said work, or by any negligence or carelessness in the performance any act or omission of Contractor, its servants, agents, or subcontractors,..or arising out of the award of this contract to Contractor. 1 9 or n�.,�..o�t far Lat�or an The Contractor agrees and binds itself to pay for all labor done, and for all the materials used i the l furn shrto the City a bond to be completed pursuant to this contract. Contractor P insure the payment of all materials and labor used in the performance of this contract. i 10. Supplies. The Contractor is hereby authorized and directed to utilize the City°s out ! sales tax exemption in the purchase of goods and materials ctor shall keep)and maintain i in Section 144.062 RSMo 1986 as amended. Co , records and invoices of all such purchases which shall be submitted to the City. The City hereby agrees to pay the Contractor for the work done 11. •. �;' pursuant to this contract according to the pay ment schedule set forth in the Contract � Documents upon acceptance of said work by the Director of Public Works and in i accordance with the rates and/or amounts stated in the bid rt f he�f. No partial Tuesday March 24, 1998 which are by reference mad p payment to the Contractor shall operate as approval or acceptance of work done or -� P 3 materials furnished hereunder. The total amounts add contract $67!190.00)exceed J Sixty-seven thousand one hundred ninety dollar§ an , z � 12. The contract documents shall consist of the following: E f. General Provisions a. This Contract g. special Provisions b. Addenda h. Technical Specifications c. Information for Bidders w I. Drawings and/or sketches d. Notice to Bidders e. Signed Copy of Bid d in this paragraph, form the This contract and the other documents enumerate P C ontract between the parties. These documents are as fully a part of the contract as ` if attached hereto or repeate.d herein. j.:. April 1301998 ater pJt no.1.wpd C:\WPDoCSTROJECT198 stormw .o { 13. 1Nondlscrimlttatjm The Contractor agrees in the performance of this contract E not to discriminate on the ground or because of race, creed, color, national origin or r ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any ! ! ' f. employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. -' 14. Nblices.. 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 3008 Wakoda Drive, Jefferson City, MO 65109. The date of delivery of any notice shall be the second full day after, the day of its mailing. � � I 15. This agreement and every question arising hereunder shall be _ -; interpreted according to the laws and statutes of the State of Missouri. 16. IN TTIFSTIMONY WHEREOF, the parties have hereunto set their hands and seals this-G "" day of ? CITY OF JEFFERSON, MISSOURI A. APPR D A ORM• ATTEST: F Ci elor Ci y Clerk CONTRACTOR ` Title: << "{ ATTEST: Title: ! " Aprq 13,1 CAMDOCSTROJECTM atormwater pit no.1.wpd 999 7f. T ,r 3 iiYr y `'3' ' . .... 'a .eqw w.... s �..�ys,z:a s.x;w .., �..",. ,. .,6 . .. . .. r i..:'z �,• •r- ..'.."""+'*`-...t+...".�•l'����Y� �,�.vi'z..i1 r.?z,4' k ,ts t ....«. ..., ' r{ � '`ti ! i c a •a BOND #LFOI-07587 PEREQ.BMANGE, PAYMENT-ANrUG_UABANTEE J3.QNn _ KNOW ALL MEN BY THESE PRESENTS, that we, the un �r 1 KAUFFMAN BROTHERS L.L.C. hereinafter, referred to as "Contractor" and INTERCARGO INSURANCE COMPANY a Corporation organized under the laws of the State of ILLINOIS_ _ and authorized to transact business in the State of MISSOURI as Surety, are held and firmly bound unto the CITY OF JEFFERSON, MISSOURI hereinafter referred to as "Owner" _ in the penal sum of SIXTY-SEVEN THOUSAND, ONE HUNDRED NINETY & 00/10CDOLLARS i ($ 67,190.00 - - - - - - -}, lawful money of the United States of America for the payment of which sum, well and truly to be made, we bind ourselves and our heirs, I executors, administrators, successors, and assigns, jointly and severally by these presents. ! THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT: WHEREAS, the above bounded Contractor has on the day of ' 19 98 , entered into a written contract with the aforesaid Owner for furnishing all -� materials, equipment, tools, superintendence, labor, and other facilities and I accessories, for the construction of certain improvements as designated, defined and j described in the said Contract and the Conditions thereof, and in accordance with the , specifications and plans therefore: a copy of said Contract being attached hereto and made a part hereof: i NOW THEREFORE, if the said Contractor shall and will, in all particulars, well, duty and faithfully observe, perform and abide by each and every covenant, condition, and part of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law and other Contract Documents thereto attached or, by reference, made a part thereof, according to the true intent and meaning in each case, and if said contractor shall „ replace all defective parts,'material and workmanship for a period of one year after acceptance by the Owner, then this obligation shall be and become null and void, otherwise it shall remain in full force and effect. C 1wPDOCSTROJECT198 stormwater pit no. 1 wpd March 4.1998 {1R� I I I' PROVIDED FURTHER, that if the said fontractor faits to duty pay for any tabor, materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and toots consumed or used in said work, groceries and foodstuffs, and all insurance preen+urrr5, compensation liability, and otherwise. or any other supplies or materials used o► c.c,-riswned by such Contractor or his, their, or its subcontractors in performance of the wcrK contracted to be done, the Surety will pay ; -- the same in any amount not exceeding the amount of this Obligation, together with interest as provided by law: PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms Of the contract, or the work to be performed thereunder, or the specifications accompanying the same, shall in any wise affect its obligation on this bond and it does hereby waive police of any change, extension of time. alteration, or addition to the terms of the contract, or to the work, or to the specifications'. PROVIDED FURTHER, that if the said Contractor fails to pay the prevailing hourly rate of wages, as shown in the attached schedule, to any workman engaged in the construction of the improvements as designated, defined and described in the said .__ contract, specifications and conditions thereof, the Surety will pay the deficiency and any penalty provided for by law which the contractor incurs by reason of (his/its) act or 1 omission, in any amount not exceeding the amount of this obligation together with interest as provided by law: IN TESTIMONY WHEREOF, the said CQntractor has hereunto set his hand, and the -� said Surety has caused these presents 'o be executed in its name, and its corporate seal to be hereunto affixed, by it attorney-+n-fact duly authorized thereunto so to do, at . QUINCY, ILLINOIS On this the I t day of _ 19 98 INTERCARGO INSURANCE CO KAUFFMAN BROTHERS L.L.C. . . SURETY Ct A �1��'' CONTRACTOR y lit~A/ (/'y L) BY Jo H. Williams w +;; 9 ro = Thomas A. Kauffman t-'. ''� Manager Attorney-in-Fact BY (SEAL) '�•, 4 L1;,I0,5 (State Representative) Attorney-in-fact ����np,ur►nttut�t� SSEAp #015 (Accompany this bond wiA A 6rney-i n-facI's authority from the Surety Company certified to include the date of the bond ) Mardi 4 C 1WP00CWR0JEC*n96 stoemwatet pp no t wpd ; 1598 VQIQ IF NOT USED 13Y: INTERCARGO INSURANCE COMPANY i 1450 East American Lane 20th Floor ; Schaumburg, Illinois 60173 5458 - 1.800-394-3924 I No Power of Attorney on this form shall be valid as to bonds.undertakings. ,yttatpnvnl rMlt• POWER a recognizanees or other written obligations } in the nature—� said expiration dater Il� !l executed on or alter IIIIIIIIII�IIIIIIII�II�I�IIIIIII���IIII�IIIIIII�IIII�II II ,grOy wO�.)�7 I ' PRINCIPAL 0. I R\d1AI{WA lltd lr ��t'r�l�1r•1'� '•1.r.i�. .��. t 7OO81 g l lit) A�ri�•r„ ..7r•��•r•t•sou 11 f,• �^ r OBLIGEE tt{• ! I J 't,.•1��• 1r•{•(•r•rst,rt (.,rtt• J2() E. (1r•'f"1! :�trr t !, ,lr Ilr rson tlt, - - - DESCRIPTION & LOCATION OF OBLIGATION 1 y {) r& lttrny,�•nlr•r 1 't ,�rr•1 i�<t. � �I.,urellir,t, ••�rllr•rsot, � .tlt•, . PENAL SUM PRINCIPAL TAX ID. PROJECT A i LIMITED POWER OF ATTORNEY To be used only in conjunction with the band specified herein. This Power ofAtiomey may not be used in conjunction with any other Power of Attorney. This Power of Attorney is void if altered or erased. This Power of Attorney bears the numbered seal of INTERCARGO INSURANCE COMPANY. No representations or rranties regarding this Power of Attorney may be made by any person other than an authorized officer of INTERCARGO i URANCE COMPANY, and must be in writing. Questions or inquiries regarding this Power of Attorney must be addressed to �NTERCARGO INSURANCE COMPANY, Attention: Contract Bond Underwriting Department. This Power of Attorney sh,31t be governed by the laws of the State of Illinois. KNOW ALL MEN BY THESE PRESENTS:That INTERCARGO INSURANCE COMPANY.a corporation or%!:uivedst:.t existing by virtue of the laws of the State ol•Illinois does hereby nominate, constitulc and;rppuim: i R t its true and luwful Atiorncy-ivaiicl to make,exeeule,attest. seal and deliver l'or and on its behall,ure thety,and as its act aril decd• where required, any and all bonds, undertakings, recognizanees and writlen obligations in the nature thereof, as follows: R Laid Bomly it? It, S00(),()()() t License K II 4`1.11:11i entl misre11.3nt•ot44 bon Ils lint (u ,�Aerlrorny�Aeltrt• •1',yCnAt•nAt t��+rtntls OOO,OO(�i.i)1) I Court Fowl's 441) to •D:) o,(n)().(Yi) Such Iwnds and undertakings,when duly executed by the aforesaid Attonte:y-in Iact shall Ix binding ulon Use said y and sea a Cully r _ and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company utlli sealed with { its corporate seal. This aplwintment is made under and by authority ill*the By-Laws of the Company, which an now in Cull force and effect. STATE, OF ILLINOIS •s. . �F COOK yt.Siilliael L. RyI+C '4$�oretary of the INTERCARGO INSURANCE COMPANY a corporatiunofthe State of Illinois.do heresy n join• i. u full, true and correct copy of Power of Attorney issued by said Company,and that l,havc B;a(4�,haf tlin atigv�it *going b _� im - s5ltitTavit)�t the ,i ttul and that it is a correct transcript therefrom and of the whole of the original and that the wid PQWI r '"` .1■] sgt/�ttonluy is sIhIRt in, Ctaf tE a and el'Icel and has not been revoked. W41ITNESS WHF. �'l have hereunto set my hand and al•lixed the seal of said Company.at ;v this _ day of SEAL #615 SEAL.., SECRETARY � •. h{ .. CON-24L(09/961 re i CERTIFICATE OF LIABILITY INSURANCfti 2 4i R THIS CERTIFICATE LS ISWED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE aught-Naught/Standard HOLDER.THIS CERTIFICATE DOES NOT AMEND.EXTEND OR 1'441 Christy Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Jefferson City NO 65101 COMPANIES AFFORDING COVERAGE COMPANY mwm tw 5.73-634-2727 PaaN0.573-634-7762 A American States Insurance Co. M$SUR[D COMPANY B The Cincinnati Insurance Co. Ken Kauffman i Sons COMPANY INSU Excavating LLC C P.O. Box 105125 COMPANY By! i Jefferson City NO 65110 p COVERAGES p • ` A~ R THIS IS TO CEIMFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED A FORTHIF INDICATED,NOTWRMHSTANOMG ANY REaUMA E R.TERM OR CONDITION CF ANY CONTRACT OR OT/ER DOCUMENT WIMM RESPECT TO WHICH TMS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 13 3UWECT TO ALL THE TERMS, EXCLUSIONS AND CONOMNS OF SUCH POLICIM LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAWS. — POLICY EFFECTIVE POLICY EXPIRATION L Co TYPE OF INSURANCE POLICY NUMBER DATE(MMIOMNYY) DATE(MWDONYY) DINTS GENERAL LIABILITY GENERAL AOGREDA7E s2,000,000 A X ClMLM1RRClALN3ENENIALLIAwLITY CC7690798 06/05/97 06/05/98 PRooucrs•coworAaa s2,000,000 CLAIMS MADE❑X OCCUR PERSONAL S ACV SLIMY S1,000,000 X olel"acowwTowsPROT * OCP CE3703471 04/15198 04/15/99 EAcHoccummmm $1 000 000 AGMIGATE $1,000.000 I=DAMAGE(#AVOQ*We) $50#000 OCCUWS ees $110001600 MMED Ew ww0M psaw) $5 000 IurtOMIX$ELE LIABILITY CO'MeINEDSI NGLE LIM IT 11,000,000 A ANYAUTO CD1888536 06/05/97 06/05/98 ALL OWNED AUTOS E9001LYIKJURY $ 4 X 3CHEDULEOAUTO5 (0 ►p«70"1 f X HIRED AUTOS BODILYRWAiY )( NON-OWNEDAUTOS (PwaetNL>M,N) $ — PROPERTY DAMAGE s , GARAGE wpuTY AUTO ONLY•EA ACCIDENT $ ANY AUTO I OTHER THAN AUTO ONLY: r j EACH ACCIDENT $ AOGREOATE S B HESS LIABIMm EACH OCCURRENCE $1113001000 UMBFELLAFORM CCC4380239 06/05/97 06/05/98 ^c4mEOATE $1,000,000 1 J OTHER TIN►$UMBRELLA FORM $ WroEaxaRB COMMPENSATION AND EMMrtovERr LIAwLITY EL EACH ACCIDENT s THE PROPINETORI TIVE NICL EL pS[ASE•POLICY LIMONT $ OFFICERS MME REXCL EL 013EAW•EA EMPLOYEE $ f OTHER 1 i A Install/Builders R CDISO8196 06/05/97 06/05/98 OF OPERA CEAL ITEMS f IIn�sured: City of J ffer on, 320 E. McCarty, Jefferson C' 65101 J99 8 N taMr Proi•Ct1, Jefferson City, 290 Broject ��3b46 - Cost o Job 67, C ty of 7ifi�rson is named Additional Insura�dd w respects to General Liabi qty. CERTIF"TE HOLDER CANCELLATION CITY OP SHOULD ANY OF TNR ABOVE MXiSCRMWD POL/CEF.S sa CANCELLED BEPOW,THE ' EXPIRATION DATE THEREOF.THE ISSUING COMPANY WALL ENDEAVOR TO MAIL 10 DAYS WACTTEN NOTICE TO TILE CVnW1CATE HOLDER NAMED TO THE LIFT., City of Jefferson City 80 FARM TO MAIL VAN NOT=$HALL IMPOSE NOOBLIOATIONORuA%KO' 320 Z. McCarty OF ANY MW UPON THE COMPANY.ITS AGENTS Olt REMMENTATiYM ^� Jefferson City MO 65101 ' RErasENTATTrQ� w;� ACORD 2"11" ACORD CORPORATIM IM 4i�. C�Rv CERTIFICATE OF LIABILITY INSURAIVC DATE(MIWDDIYY) I�2 04 17/98 i ER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION TE Naught-Naught/Standard ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLD R.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 1441 Christy Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Jefferson City MO 65101 COMPANIES AFFORDING COVERAGE COMPANY 573-634-2727 a 0573-634-7762 A Missouri Employers Mutual � �NBUaeO COMPANY a INSURANCE PEVIEWED Ken Kauffman 6 Sons COMPANY �~ Excavating Llc C By; P.O. Box 105125 Jefferson City MO 65110 COMPANY L 6 _COVERAGES D Date• THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRAC f OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY DE LSSUED 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. T TYPE OF INSURANCE POLICY EFFECTIVE POLICY EXPIRATION LTR POLICY NUMBER DATE(MM/ODlYY) DATE(MWODlYY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE f COMMERCIAL GENERAL LIABILITY PRODUCTS•COM►lOP AOG f CLAIMS MADE OCCUR i PERSONAL A AD1/INJURY f i OWNER'S A CONTRACTOR'S PROT EACH OCCURRENCE f FIRE DAMAGE — i on fte) f MED EX (Any one Parson) f AUTOMOBILE LIABILITY ANY AUTO J COMBINED SINGLE UTAIT f i I ALL OWNED AUTOS I SCHEDULED AUTOS BODILY INJURY f FIRED AUTOS NON•dWNEO AUTOS BODILY INJURY 3 (Pw accldwM f j i PROPERTY DAMAGE f GARAGE LIABILITY I AUTO ONLY-EA ACCIDENT f f ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT f EXCESS LIABILITY AGGREGATE f I- EACH OCCURRENCE f UMBRELLA FORM j OTHER THAN UMBRELLA FORM I AGGREGATE : WORKERS COMPENSATION AND f f EMPLOYERS'LIABILITY C .. THE PROPRIETOR/ EL EACHACCIOEN7 f 100,000 ) A PARTNERSIMCUnvE INCL 5365 10/28/97 10/28/98 EL DISEASE•POLICY LIMIT $500 000 i OFMCERS ARE: EXCL rOTHER EL DLWASE•EA EMPLOYEE 110 0 000 ` UzwJ IFTION OF OPERATIONftOCATIONWENICLEWSPECIAL ITEMS I •�7+�b: 1998 Storm Water Project #1 - Jefferson City, MO Project 1133046 1 I CATE HOLDER CANCELLATION I JE FFC IT SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE FSSUINO COMPANY WILL ENDEAVOR TO MAIL 30 OAYS WRITTEN NOTICE TO THE COMF)CATE)LOUDER NAlIEp TO THE LEF7',. ..J City of Jefferson City BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LLAEiLJTY 320 E. McCarty St. OF ANY MNO UPON THE COMPANY,ITS AGENT'S OR REPRESENTATIVES Jefferson City MO AUTHD R ATNE y �ORD 2"(1188) ,z OACO TEOPs>9883 .! . Q,s� p�V1 'IONS FORWARD The following Articles GP-1 through GP-49 are "General Provisions of the Contract", modified as set forth in the Special Provisions. GP-1 CONTRACT DOM IMFNTS I : It is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders, General Provisions, Special Provisions, Bid, Contract, Performance and One Year Guarantee Bond, Specifications, other documents listed In the 7 Table of Contents and bound in this Volume. Plans, all Addenda thereto issued prior to the .� time of opening bids for the work, all of which are hereto attached, and other drawings, specifications, and engineering data which may be furnished by the Contractor and approved by the Owner,together with such additional drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the intent of . the specifications and drawings, are each and all component parts to the agreement governing .� the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary, and what is called for by any , one shall be as binding as if called for by all. The intention of the Documents is to include the E furnishing of all materials, labor, tools, equipment and supplies necessary for constructing complete and ready to use the work specified. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. The Contract shall be executed in the State and County where the Owner is located. Three ? . (3)copies of the contract documents shall be prepared by the Contractor, each containing an exact copy of the Contractor's bid as submitted, the Performance Bond properly executed,a Statutory Bond where required, and the contract agreement signed by both parties thereto. These executed contract documents shall be filed as follows: , One(1)with the City Clerk of the City of Jefferson " One.(1)with the Jefferson City Director of Public Works ,N One (1)with the Contractor 4 1 4 GP-2 BFFINITIONS Whereveranywork or expression defined in.this.article, or pronoun used in its stead, occlars in these contract documents; it shall have and is mutually understood to have the meaning herein given: t Match.4,19SS CAMDOCSIPROJECTM stormwater pjt no.1.wpd YQ L. V Ik 10 " i r+ a • ., . I ! ipF y ! �R sf Y£„t y7{j 54 ,� " shall include all of the documents enumerated in 1. Contract or Contract Documents the previous article. ! ' 2. "Owner", "City", or words "Party of the First Part", shall mean the parry entering into contract to secure performance of the work covered by this Contract and his or its duly f l authorized officers or agents. 3. "Contractor"or the words"Parry of the Second Part" shall mean the party entering into contract for the performance of the work covered by this contract and his duly authorized agents or legal representatives. 4. "Subcontractors" shall mean and refer to a corporation, partnership, or individual having a direct contract with the Contractor,for performing work at the job site. _. 5. "Engineer" shall mean the authorized representative of the Director of Public Works, (i.e., the Engineering Supervisor). t g. "Construction Representative"shall mean the engineering or technical assistant duly authorized by the Engineer limited to the particular duties entrusted to him or them as subsequently set forth herein. 7. "Date of Award of Contract" or words equivalent thereto, shall mean the date upon which the successful bidder's proposal is accepted by the City. , y n otherwise expressly defined, shall mean a calendar day g, "Day"or"days", unless herei s ?; 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. i "Plans" or "drawings" shall mean and include all drawings which may have been 10. prepared by the Engineer as a basis for proposals, all drawings submitted by the i successful bidder with his proposal and by the Contractor to the City, if and when l r approved by the Engineer, and all drawings submitted by the City to the Contractor during the progress of the work, as provided for herein. i Whenever in these contract documents the words "as directed", "as required", "as 11. it shat! be ,4 permitted", "as allowed", or words or phrases of like import are used, ,,. nce of the City and understood that the direction, requirement, permission, or allowa Engineer is intended. 12. Similarly the words "approved", "reasonable", "suitable", "acceptable", "properly", "satisfactory", or.words of like effect and import, unless otherwise particularly specified i h+r;rein,shall mean approved, reasonable, suitable, acceptable, pro per or satisfactory ; ' in the judgment of the City and Engineer. ' March 4.9f+98 C,%WPDOCS7ROJEC`R98 stormwater Pit no.l.wpd A '' i 13. Whenever any statement Is made in these Contract Documents containing the expression it is understood and agreed" or any expression of the like import, such expression means the mutual understanding and agreement of the Contractor and the City. mean the latest edition of the "Missouri 14. Missouri Highway Specifications shall { jStandard 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) under separate agreement with the City of Jefferson that prepared the plans, specifications, and other such documents for the worm covered by this contract. GP-3 1HE CdNTRACIGR It is understood and agreed that the Contractor, has by careful examination satisfied himsetf as to the nature and location of the work,the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work,the general local conditions, and all other matters which can in any way affect the work under this Contract. No verbal J agreement or conversation with any officer, agent or employee of the City, either before or after the execution of this contract,shall affect or modify any of the terms or obligations herein contained. ;t The relation of the Contractor to the City shall be that of an independent contractor. GP-4 j�F _ENGINEER 's.•, r shall be the City's representative during the construction period and he shall The Engineer tY r: observe the work in process on behalf of the City by a series of periodic visits to the Job site. He shall have authority to act on behalf of the City. The Engineer assumes no direction of employees of the Contractor or subcontractors and no, supervision of the construction activities or responsibility for their safety. The Engineer's sole responsibility during construction is to the City to endeavor to protect defects and deficiencies „ in the work. r An plan or method of work suggested by the Engineer, or other representative of the City,to F > y the Contractor,but not specified or required, if adopted or followed by the Contractor in whole , or in part,shall be used at the risk and responsibility of the Contractor, and the Engineer and the pity will assume no responsibility therefore. `a March 4,' CA WPDOCS%PROJECTM stormwatw pit no.l.wpd rt7 tit 1 —..erg. ivYw+7Wst• .W - • ..«w .. 5 '. . 1' ­11". q-xr4.•«..r.-..,... LLLt +j8 .....__-------_ ...... _... ... . ... _. . .... .._.._._. ...... _ _. _.... ._-._._.......___. ._.._...-.._..._..._.____.._._......____. i 4 ` GP-5 BONA t r . Coincident with the execution of the Contract,the Contractor shall furnish a good and sufficient surety bond in the full amount of the contract sum. This surety bond, executed by the Contractor to the City, shall be a guarantee: (a) for the faithful performance and completion, of the work in strict accordance with the terms and intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might in any manner " become a claim against the City; © 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 j Contractor, and for a period of one year from and immediately following the acceptance of the completed project by the City, the payment to the City of all damage loss and expense which -� may occur to the City by reason of defective materials used, or by reason of defective or improper workmanship done, in the furnishing of materials, labor, and equipment in the performance of the said contract. , 1 AIl provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the property sureties through a company licensed and -� qualified to operate in the state and approved by the City. Bond shall be signed by an agent resident in the state and date of bond shall be the date of execution of the contract. If at any time during the continuance of the contract the surety on the Contractor's bond becomes irresponsible,the City shall have the right to require additional and sufficient sureties ' which the Contractor shall furnish to the satisfaction of the City within ten (10)days after notice to do so. In default thereof, the contract may be suspended, all payments or money due the Contractor withheld, and the contract completed as hereinafter provided. GP-6 INSURANCE i GP-6.1 GENERAL_ r,f The Contractor shall secure, pay for and maintain during the life of the Contract, insurance of such types and amounts as necessary to protect himself, and the City, against all hazards enumerated herein. All policies shall be in the amounts, form and companies satisfactory to the City. 4, shall deliver to the City certificates of all insurance required, signed by _ The insuring company an authorized representative and stating that, all provisions of the following specified _' .requirements are complied with. r` All certificates of insurance required herein shall state that ten (10)da ys written noti cs'wi!!be,. st z. given to the City before the policy is canceled or changed. All certifications of insurance shall ' be delivered to the City prior to the time that any operations under this contract are started All of said Contractor's certificates of insurance shall be written in an insurance company "authorized to do business in the State of Missouri. March 4,185 C:IWPDOCSIPROJECT198 atorrtswater pjt no.1.wpd it Al r , 4 1Y xxC h � yy ' .";' a t� ..«vw ..it+vtki - .,w •t: .;.t x x ` 4 '. Ir ip i GP-6.2 BMLY IN•IURY LIABILITY & PROPERTY DAMAGE LI,S1M { IN�l�AN 1 (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 BODILY INJURY LIABILITY&PROTECTIVE PROPERTY DAMAGE LIABILITY INSURANCE: (COVERING OPERATIONS QE S1 113CONTRACTORS) 1 (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. t j GP-6.4 CONTRACTUAL LIABILITY Property Damage coverage with $1,000,000 aggregate limit. GP-6.5 OWNER'S PROTECTIVE LIABILITY AND PROPERTY DAMAGE INSURANCF 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 al claims that might arise as a result of the operations of the Contractor or his ' and I a g p ff subcontractors in fulfilling this contract. 1 it The minimum amount of such insurance shall be the same as required for Bodily Injury Liability. " and Property Damage Liability Insurance. This policy shall be filed with the Owner and a copy filed with the Engineer. GP-6.6 . EYCIIISIONS -- The.:above requirements GP-1.2, 1.3, 1.5 for property damage liability shall contain no .t ' exclusion relative.to: (1) Blasting or explosion: (Co nsult Technical Specifications Part l for possible.deletIon of this,'; h requirement on subject project.) C 1WPDOCSIPROJECT198 stormwa ter,pit no.,t.wpd Llaich'4,19W ' t jt z r ""`^"4• a...+rt`i ur <t��ryaSt 5k'ici+ w" 'Js.i ..bpi;..S^ i }{t fib. k'yf ,) < �� .�.r t _ F n'•;d v ¢,.as a 2:f{. 0 F ,4•¢ q .. � ,r".�±,+�!�ti�jyTl .,. 7 ¢t l C in 0 '° •,' l a ti'Y,P 5 r i r 0000 �� a (2) Injury or destruction of property below the surface of the ground, such as wires, conduits, pipes, mains, sewers, etc., caused by the Contractor's operations. (3) The collapse of, or structural injury to, any building or structure on or adjacent to the City's premises,or injury to or destruction of property resulting therefrom, caused by the removal of -� other buildings, structures, or supports, or by excavations below the surface of the ground. i f GP-6.7 A41TOh".081LE 6l�lLtLT INR'+� IA�I iTY & AUTOMOBILE PR�?p�RTY DAMAGE L IAW ITY WSURANCE -3 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. The above is to cover the use of automobiles and trucks on and off the site of the project. ; GP-6.8 MPE e r IAQII ITV Ar�D ��!(�RKI�AEN S F rv. I w OY .� 1 : 'D Employer's and Workmen's Compensation Insurance as will protect him against any and all claims resulting from injuries to and death of workmen engaged in work under this contra , # , and in addition the Contractor shall carry occupational disease coverage with statutory limits, and Employer's Liability with a limit of$100,000 per person. The "All State" endorsement shall , be included. E In case any class of employees is not protected under the Workmen's Compensation Statute, all provide and cause such contractor to provide adequate employer's liability the Contractor sh p „-, coverage as will protect him against any claims resulting from injuries to and death of workmen engaged in work under this contract. l GP-6.9 I OATFR INSLIRANC� is This Insurance shall insure and protect the Contractor and the City from all insurable risks of Y 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 "Ail Risks"type, with coverage designed for the circumstances which may occur in the particular work included in this contract. The coverage cz� shall be for an amount not less than the value of the work at completion, less the value of the material and equipment insured under Builder's Risk Insurance. The value shall include the aggregate value of the City-furnished equipment and materials to be erected or,installed by, the Contractor not otherwise Insured under Builder's Risk Insurance. Fr t ' Installation Floater Insurance shall also provide for losses, if any, to, be adjusted with, and 4{ made payable to the Contractor and the City as their Interests may appear. Y; C:IWPOOCSTROJECIUS storrnwater pjt no.1.wpd March 4,J s: "'•F? j y r �T b i If the aggregate value of the City-furnished and Contractor-furnished equipment is less than $10,000 such equipment may be covered under Builder's Risk Insurance, and if so covered, this Installation Floater Insurance may be omitted. I GP-6.10 C_Q.MIBAr_ *OR"S RESPONSHW TY FOR OTHER LOSSES j For the considerations in this agreement heretofore stated, in addition to Contractors other obligations, the Contractor assumes full responsibility for all lass or damage from any cause i whatsoever to any tools awned by the mechanics, any tool machinery, equipment, or motor. vehicles owned or rented by the Contractors, his agents, sub-contractors, material men or his. —? or their employees;to sheds or other temporary structures, scaffolding and staging, protective fences, bridges and sidewalk hooks. The Contractor shall also assume responsibility for all loss or damage caused by, arising out of or incident to larceny, theft, or any cause whatsoever I (except as hereinbefore provided)to the structure on which the work of this contract and any a ' modifications, alterations, enlargements thereto, is to be done, and to materials and labor ! .. .M.l t . connected orto be used as apart of the permanent materials, and supplies necessary to the i work. GP-6.11 !'ONTRACTOR"S RESPONSIBILITY ON DAMAGES & CLAIMS D MNIFYIN f 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 i ;r J to do and perform any of the covenants, acts, matters, or things by this contract undertaken to be done or performed, or for the injury, death or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his.or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors, workmen, material men, or suppliers, of machinery and parts thereof, equipment, power tools and �:. supplies incurred in the fulfillment of this contract. GP-6.12 NOTIFI ATIO ' IN FVENT OF LIABILITY OR_DA�AA�! Upon the occurrence of any event, the liability for which is herein assumed, the Contractor s ` agrees to forthwith notify the City, in writing such happening, which notice shall forthwith give the details as to the happening, the cause as far as can be ascertained, the estimate of loss or damage done, the names of witnesses, if any, and stating the amount of any claim, GP-7 ASSIGNMENT OF CONTRACT ' ` The Contractor shall not assign or transfer this contract nor sublet it as a whole, without the written consent'of the City and of the Surety on the Contractor's bond. Such consent t f , C:IWPDOCSIPROJECH98 stormwater pJt no.1.wpd IiAa�rch 4,1998 t i ; ' S 4 VX. r KK , f Surety, together with copy of assignment,shall be filed with the City. No assignment, transfer or subletting, even though consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him in a satisfactory 1 manner, the City may at his option annul and terminate Assignee's contract. • i Gp.g $S!BGONTRAGTS, PRINCIPAL h".ATEBIAI S & EQLIIPMENT , E Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of the principal items Of materials and equipment which he proposes to use in the construction of the project. ? The Contractor agrees that he is as fully responsible to the City for the acts and omissions of his subcontractors and of person either directly or indirectly employed by them as he is for the s -� acts and omissions or persons directly employed by him. Any notices to the Contractor shall c be considered as notice to any affected subcontractors. -, Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the City. No officer, agent or employee of the City, including the Engineer, shall have any power or authority whatsoever to bind the City or incur any obligation in its behalf to any subcontractor, �_ .•� material supplier or other person in any manner whatsoever. GP-9 QT.HER CONTRACTS �j The City reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their �. materials and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results on the work of any ` other contractor, the Contractor shall inspect and promptly report to the Engineer any defect - in such work that renders it unsuitable for such proper execution and results. r' 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 t other contractors work after the execution of his work. :r.i vu '• CAWPDOCSIPROJEc n98 stormwater pjt no.1.wpd March 4,.1999 � r 1 � ' . '. : ,: - ;`.'iM 1� t s z to t; 3y�Ytr � ,���•f«. ii r t d 1� 4 y� >a dj n 1 + i . . +fit�"':`�'• t Wherever work being done by the City's forces or by other contractors is contiguous to work nvved shall be' covered by this Contract, the respective rights of the various !nt var oius olort ions of the i established by the Engineer, in order to secure the completion of the p . work in general harmony. i � nL RP 7RI TinNS P RMITS AND RECIULAT1CAlS GP40 i 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 t which may be affected by his operations. Rights-of-way and easements for permanent wl structures or permanent changes in existing facilities shall be provided by the City unless --� otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn or specified. 1 I GP-11 �.. agreed that ail royalties for patents or patent claims, infring It is ement whether such patents g � 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 on claimdsafo sp patent l` infringements, and the Contractor shall at his own expense, defend a y or i proceedings that may be instituted at any time against the Citanar'nfse gement of anoawardeof i .t infringement of any patent or patents involved in the work, ... t damages,the said Contractor shall pay such award;final payment to the Contractor by the City t : will not be made while any such suits or claims remain unsettled. ; GP-12 ,^oc et�n i�r'1=NT OF SPECIFIC_�T.I_ NS AND_PI.AKS i GP42.1 GENERAL r 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 her, shall be executed just as if it has been 4 ;r that any work exhibited In the one and not in the of , set forth in both, in order that the work shall be completed according to the complete deign of the Engineer. 'I Should anything be omitted from the Specifications and Plans which is necessary tc� clear understanding of the work, or should it appear various instructions are in conflict, than the Contractor shatl secure written instructions from the Engineer before proceeding with the , t; construction affected by such om!s slons or discrepancies. it is understood and agreed'that the work shall be performed and completed.according to the true spirit, meaning and intent of the contract, specifications and plans. ' i '� >r March 4,+195 k C:IWPDOCSIPROJECT►SS stormwater t : t. 4 t .:•r.....r ..o.-.u.Fw.+awa•:iyb*�r,».-cwe: ..t ra Yt-«>xt t.v,t..rt; ._r, •. ., .., .. S .- t `..w,.�� f1 2�5� � y�; "Y wt GP42.2 EIGlIRFD DI " NSIONS TO COVERN Dimensions and elevations shown on the plans shall be accurately followed even though they differ from scaled measurements. No work shown on the plans, the dimensions of which are 4 not indicated shall be executed until the required dimensions have been obtained from the —� Engineer. GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES j 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 worts. The Contractor will not be allowed to take advantage of any error or omission in the l 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 j 1 ;i only the best general practices, as accepted by the particular trades or industries involved, shall be used. j GP42.4 STAMAR ! SPECIFICATIONS ;1 Reference to standard specifications of any technical society, organization or association, or i to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. GP-13 CONSTRUCTION REPRESENTATI��E A PRO IEGT 1 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, i' The Project Representative assumes no direction of employees of the Contractor or IS Subcontractors and no supervision of the construction activities or responsibility for their. safety. The sold duty of the Project Representative during the construction is to the City to ' endeavor to protect against defects and deficiencies in the work. JJJ , t• "f CAWPOOCSTROJECTM stormwater p#no. 1.wpd March 4,1969 x •1 i; t 3 , h - `� j 'r-.s+f l"""' The Contractor shall regard and obey the directions and inns with the obligations of this so appointed, when the same are consistent Representative Pp object contract and the specifications therefor, provided, however, that Cont actoremay make written t --1 1 to any order given by the Construction Representative, the i appeal to the Engineer for his decision. ` Construction Representative and other properly authorized representatives of the City The shall be free at all times to perfonr their duties, an intimidation o es shall be sufficient i reaslon, i the City one of them by the Contractor or by any of his emp y J� so decides, to annul the contract. Such construction representation shall not relieve the Contractor from any obligation to perform said work strictly in accordance with the plans and specifications or any modifications removed and thereof as herein provided, and work not so constructed all the City, whenever so orciere� the Contractor at his own expense, and free of all b the Engineer, without reference to any previous oversight in observation of work. Any y dive material or workmanship maybe rejected by the Engineer at any tiS eoe the final defect eriook d and � acceptance of the work, even though the same may have been prev y estimated for payment. The Construction Representative shall have no authority to permit any w will the plans and specifications except on such written order. the Engineer, and the Contracto ill be for any deviation except All condemned work shall be promptly taken out and replaced by satisfactory work, and all y condemned materials shall be promptly removed from the vicinity respect the City may, upon Contractor fail or refuse to comply with instructions m P certification by the Engineer, withhold payment or proceed to terminate contracts as herein provided. Reexamination of questioned work may be ordered by the a done in a if such work be ccordance with the work must be uncovered by the Contractor. Contract Documents, the City shall pay the cost of reexamination and rdance with the Contract Documents,the ont actor shall pay such work be found not in acco nless he shall show that defect in the work was caused by another contractor of the City cost, u such cost. and in that event the City shall pay TheContractor shall furnish samples of testing purposes of any material required by the r and shall furn ish any information required concerning the nature or source of any Engineer, tt "' material which he proposes to use. GP-14 L NE ANQ GRADES The Department of Public Works will set construction stakes establishing lines, scopes, and } ntinuous raffle grade in road work, and center-Pone and bench marks for culvert work;with CO P da appu rtenances as may be deemed necessary, and will furnish the Contractor, with all March k'y9fl8 }r, QMPDOCSTROJECT\98 stormwater pit no.1.wpd t h 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 ` work he is to perform under this contract. The Contractor shall notify the Department of Public Works not less than 48 hours before. --� stakes are required. No claims shall be made because of delays if the contractors fail to give such notice. The Contractor shall carefully preserve stakes and bench marks. If such stakes and bencFi j mark become damaged, lost, displaced, or removed by the Contractor, they shall be reset at his expense and deducted from the payment for the work. 4 j Any work done without being properly located and established by base lines, offset stakes, bench marks, or other basic reference points checked by the Construction Representative may be ordered removed and replaced at the Contractor's expense. GP-15 Cn 'TRACTOR'S RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for the condition of all materials furnished by him, and he shall replace at his own cost and expense any and all such material found to be defective in. design or manufacture, or which has been damaged after delivery. This includes the furnishing of all materials and labor required for replacement of any installed materials which Is found to be defective at any time prior to the expiration of one year from the date of final went. paY 1 The manufacturer of pipe for use on this project shall certify in writing to the City that all ! '' materials fumished for use in this project do conform to these specifications. Whenever standard tests are conducted, he shall forward a copy of the test results to the City. GP-16 MATER All water required for and in connection with the work to be performed shall be provided..by the Contractor at his sole cost and expense. GP-17 PDYVJER 4 All power for lighting, operation of the Contractor's plant or equipment or for any other use by f ; ., the.Contractor, shall be provided by the Contractor at his sole cost and expense. GP-18 SUPERINTENDENCE AND WORKMANSHIP F The Contractor shall keep on his work, during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence. and all directions given to him shall be as binding as If given to the Contractor. . The Contractor shall provide proper tools and equipment and the services of all wo'rkmen,`' men and other employees necessa in the construction and'exec'ution of mechanics,trades necessary r _ C '4,iIWPDOC T pjt . p ss ' i,' .....i4 4 .WS[W? � ..Mr^.c`Y ..... » , M. 1x'..1:•• 1: ' �..77 AF the work contemplated and outlined herein. The employees of the Contractor shall be competent and willing to perform satisfactorily t hew ork required of them. Any employee who is disorderly, intemperate or Incompetent or who neglects or refuses to perform his work In a: satisfactorily manner, shall be promptly discharged. particularly to the Contractor's attention that only first class workmanship will be It is called p y -7 acceptable. GP49 flAAINT NANCE�F TRAFFI-C � �! a Department, Fire Department and Ambulance ' Whenever any street is closed, the Polic p i —, Services shall be notified prior 4o the closing. When a portion of the project is closed to through traffirricad es and shall mark a detour route c, the Contractor shall provide proper ba , --� around the section of the project if applicable. The route of all detours shall be approved by i the Director of Public Works. All detour signing shall conform to the"Manual on Uniform Traffic Control Devices". ' Throughout the project,wherever homes are served directly from a street or portion of a street which is to be reconstructed under this project, the Contractor shall make every effort to: provide access to each home every night. This work shall be subsidiary to the construction no direct payment will be made for it. and p y GP 20 RoRRIGADES AND r JGH1S --, All streets, roads, highways, and other public thoroughfares which are closed to traffic shalt' ,.:'. be rotected by means of effective barricades on which shall be placed acceptable warning p signs. Barricades shall be located at the nearest intersecting public highway or street on each { side of the blocked section. ..r All open trenches and other excavations shall be provided with suitable barriers, signs, and lights to the extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. w 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: 5 s to cause the minimum obstruction and inconvenience to the . shall be so conducted, a , traveling public. All barricades, signs, lights and other protective devices shall be installed and maintained in conformity with applicable statutory requirements, and in conformance with the Manual of Uniform Traffic Control Devices. All necessary barricades, signs, lights and.other,protective ' devices'will be furnished, installed and maintained by the Contractor. This work shall ba 1, subsidiary to the construction and no direct payment will be made for it * GP-21 EXl�I1 ' 'D 13GRQLND INSTALLATIONQ AND STRUCTURESo. Pipe lines and other existing underground installations and structures in the.vicinity of the work t s March 4,189H C:\WPDOCSTROJECT98 mtormweter pit no. 1.wpd �I y: k 1 z3 , i�t r g,rF� L +Si.. s i... .,r. x.n<.., ^ml f jt1.. 45 a i t ..ia: .n 4 .„+.., t,..:;, tr •,rr . `,.:r7 l rt 3 t? tW�tb.f r :v It It .;.4 I"4}of ., dr Fy YX 'kg�jy. , a. it. �i�C " r 'i '7lr�ryrt z't r t 7 t X - — 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 Contrac,Kor shall make every effort to locate all underground pipe lines, conduits and structures by �! contacting owners of underground utilities and by prospecting in advance of the excavation. —, Any delays to the Contractor caused by pipe lines or other underground structures or obstructions not shown by. -,plans, or found in locations different than those Indicated, shall not constitute a claim for extra work, additional payment or damages. i No payment will be made to the Contractor for locating and protecting utilities and cooperating I with their owners,and any damages caused to the utilities by the Contractor's negligence shall f - be repaired entirely at the Contractor's expense. Utilities, other than sanitary sewers and water mains, which, in the opinion of the Engineer, must be moved will be moved by the utility company at no cast to the Contractor. Sanitary sewers which must be moved shall be re-laid by the Contractor and paid for at the prices bid. Only sewers which must be moved because of direct conflict with the storm sewer conduit will be paid for in this manner. Sewers damaged by excavation but not in direct conflict with the storm sewer will be repaired at the Contractor's expense. GP-22 PROTECTION OF WORK AND PROPERTY The Contractor shall be accountable for any damages resulting from his operations. He shall be fully responsible for the protection of all persons including members of the public, employees of the City and employees of other contractors or subcontractors and all public and private property including structures, sewers and utilities above and below ground, along, beneath, above, across or near the site or sites of the work, or other persons or property which are in any manner affected by the prosecution of the work. The Contractor shall furnish and maintain all necessary safety equipment such as barriers, signs, warning lights and guards as required to provide adequate protection or persons and property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance I of the work, and shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. r ' In, an emergency:affecting the safety of life or of the work or of adjoining property, the Contractor, without special instruction or authorization, is hereby permitted to act at his discretion to prevent such threatened loss or injury, and he shall so act. Any compensation, claimed by the Contractor on account of emergency work, shall be determined by agreement or arbitration. . The Contractor agrees to hold the City harmless from any and all loss or damages arising out of jurisdictional labor disputes or other labor troubles of any kind that may occur during the x C:IWPQOCSVPROJEC'1193 stormwater pp no. 1.wpd i wwch 4.1&m tp 1t�j� . . . ; ' 1 tiro 1t��'fo- '1'-,�'`•h fl g� y7 ry, . construction or performance of this contract. GP-23 S+IfARANTEE Op MATEglAI_c Ah1D WORi�fMANSHIP -� The Contractor hereby guarantees the work in connection with this contract against faulty' 1 materials or poor workmanship during the period of one (1)year after the date of completion 4 of the contract. I GP 24 NO WARIER OE_RW7RLS Neither observation of work by the City or any of their officials, employees, or agents, nor any order by the City for payment of money, or any payment for, or acceptance of, the whole or any part of the work by the City, nor any extension of time, nor any possession taken by the 1 ! City or its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the City, or any right to damages herein provided, nor shall any --j waiver of any breach in this contract be held to be a waiver of any other or subsequent breach. GP-25 I RF OF C.OIVIP T D PO TIONS If desired by the City, portions of the work may be placed in service when completed or� partially completed and the Contractor shall give proper access to the work for this purpose; but such use and operation shall not constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter. GP 26 ADDITIONAL 014".ITTED OR CHANCED WORK The Owner, .without invalidating the Contract, may order additional work to be done .in connection with the Contract or may alter or deduct from the work, the Contract sum to be adjusted accordingly. All such work shall be executed to the same standards of workmanship ' and performance as though therein included. The Engineer shall have authority to make minor changes in the work, not involving cost, and not inconsistent with the purposes of the work. Except for adjustments of estimated quantities for unit price work or materials'to conforrta to r, " actual pay quantities therefor as may be provided for in the Special Conditions, all changes, Y{ , r and alterations in the terms or scope of the Contract shall be made under the authority of duly t. executed change orders issued and signed by the Owner and accepted and signed by the rr, ; y' " Contractor. All worts increasing the cost shall be done as authorized,b the.Owner and ordered in writing by the Engineer,which order shall state the location, character, :mount, and.' 4b method of compensation. No additional or changed work shall be made unless in p,ursuance.` of such written order by the Engineer, and no claim for an addition to the Contract sure shall' ` '' C:IWPDOCSIPROJEGT198 atormwater pjt no. 1.Wpd March A,1M �` } (� � , �.:r r> wu... s w .,ha a r::.+.az`Lr . ..- 3. :,.,,. ,. .. .... , :. ,, x.. .��� 3 i .: , a �,,..r• , k fjf (fir... • t �.} a'.,, 4 M �P: f � g+t' -iffi 1P ty ,�ftik 4 fi,. � .. s r _. •' • .. .. ,. ., ice �i`. .. }., •y1L k , d. be valid unless so ordere " If the modification or alteration increases the amount of work to be done, and the added work or any part thereof is of a type and character which can be properly and fairly classified under one or more unit price items of the Proposal, then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices ? therefor. Otherwise, such work shall be paid for as"Extra Work"as hereinafter provided in this i Article GP-26. i If the modification or alteration decreases the amount of work to be done, such decrease shall not constitute the basis for a claim for damages or anticipated profits on worts affected by such decrease. Where the value of omitted work is not covered by applicable unit prices, the } Engineer shall determine on an equitable basis the amount of: 1. Credit due the Owner for Contract work not done as a result of an authorized change. 2. Allowance to the Contractor for any actual loss incurred in connection with the purchase,delivery and subsequent disposal of materials or equipment required for use on the work planned and which could not be used in any part of the work as actually built. l;: 3. Any other adjustment of the Contract amount where the method to be used in making clear) defined in the contract documents. such adjustments is not y Statements for extra work shall be rendered by the Contractor not later than fifteen (15)days after the completion of each assignment of extra work and if found correct will be approved by the Engineer and submitted for payment with the next regular monthly estimate. The Owner reserves the right to contract with any person or firm other than the Contractor for is especially called to the fact that he shall any or all extra work. The Contractor's attention : be entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. : �s Fxtra Work: �. �} (a) The term "Extra Work" shall be understood to mean and include all work that may be I required to accomplish any change or alteration in or addition to the work shown by the Plans or,reasonably implied by the Specifications and not covered by the Contract proposal items and which is not otherwise provided under this Article GP-21. iR� b The Contractor shall perform all extra work under the direction,of the Engineer when a ; h � ) 'q authorized by the Owner. The compensation to.be paid the Contractor for-performing extra' ; {. work shall be determined by one or more of the following methods: 1. Method A: By agreed.unit price f C:UPDOCSTROJECTM stonnwater pjt no.1.wpd Nrarch 4, NZI a�•s ak Y. t r r.w.a ,.7•-+.,,'. rcu w+..a l-.•,.r,a.'frz a Y H Y. .. t r 's�'S[� i f i r 2, Method B: By agreed Iump'sum -' 3: Method C: If neither Method A or B can be agreed upon before the work ate ad by I force account. (Per Section 109, Measurement and Payment, Missouri S Highway and `Transportation Commission. Missouri Standard Specification for Highway Construction 1996. GP-27 S I��PEN�ON OF WO$K 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 by the Contractor within ten (10) { 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 the Owner does not give notice in writing to the Contractor to resume within a reasonable eriod of time, then the Contractor may abandon that portion of the work so suspended end P payments for all work done on the portions abandoned, he will be entitled to the estimates and if any. ? GP-28 Q�n.cRG RIGHT TO QO WORK � �: If the Contractor should 10)days written notice to the Contractor,neglect to prosecute the work properly or fail to perform any y,provision 1 .k of this contract, the Owner, after ten ( prejudice to any other remedy he may have, make good such deficiencies and may deduct the P 1 i cost thereof from the payment then or thereafter due the Contractor. GP-29 s If the Contractor should be adjudged a bankrupt, or if he should make a general a �untg of his for the benefit of his creditors, or if a receiver should be appointed on n or if he should persistently or repeatedly refuse or should fail, except in cases for k , insolvency, ..3 which extension of time is provided, to supply enough properly skilled workmen or proper �t i materials, or if he should fail to make prompt payment to subcontractors or for material or. ' antes or the instructions of the 'Engineer, or.... f labor, or persistently disregard laws, ordinances .J otherwise be guilty of a substantial violation of any provision of the Contract} then tale Owner may,without prejudice to any other right or remedy and after giving d take ntos essic�n of the - j:' days written notice, terminate the employment of the Contractor an P premises and of all materials, tools, and appliances thereon and finish the work by whatever r. method he may deers expedient. ;;} such case, no further payment will be made the Contractor until thew is finished. If the sr, In. unpald.balance of the contract price shall exceed the expense'of finishing the work,including , s compensation for additional managerial and administrative services, such expenses shall be :Q. such unpaid aid balance, the.Contractor A ,1 „ paid,to.the Contractor. If such expense shall exceed p t N1 li X .I'M CAWPDOCSTROJEC1198 siormwater pJt no.l.wpd s . ,. 4r 3C" Xi ii IV 'y�w .ww+o K,zBCrts rn,ii�u.,.tc6xJ>i2c,,.r+a r{�,i..S t u,: f ,1.th. Efu>' ..✓ � 1. ` �i ..� {Yt<trz,' �r'i.e°hk'.S �ph3� ��'9k Y's t s r { 1• ..f 5 rP : f p k ) :..� _ — — _.__.1.=�' .f= r ., .. .. . .. ..n. , .5< .•..Yin E shall pay the difference to the Owner, i GP-30 CQNI�GTOR S RIGHT TO STOP WORK OR TERMINATE CON111=1 , If the-work should be stopped under an order of any court, or other public authority, for a j period of three months, through no act or fault of the Contractor or of anyone employed by him, then the Contractor may, upon seven (7) days written notice to the Owner and the Engineer, stop work or terminate his contract and recover from the Owner payment for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages. i GP-31 LOSSES FROM NAT�iRAL CALSES All loss or damage arising out of the nature of the work to be done, of from the action of the , elements, or from floods or,overflows, or from ground water, or from any unusual obstruction f of difficulty, or any other natural or existing circumstances either known or unforeseen,which may be encountered in the prosecution of the said work, shall be sustained and borne by the w and Contractor at his own cost expense. } GP-32 RUN AY_ HOLIDAY AND NIGHT WORK !! 7 ' No work shall be done between the hours of 6:00 p.m. and 7:00 a.m., nor on Sundays or legal —� holidays, without the written approval of the City. However, work necessary in case of emergencies or for the protection of equipment or finished work may be done without the City's I approval. 1 Might work may be established by the Contractor as a regular procedure with the written permission of the City;such permission however, may be revoked at any time by the City if the Contractor fails to maintain adequate equipment and supervision for the proper prosecution and control of the work at night. t GP43 IIhcA� 'RARLE CONSTRI ICTION CONDITIONS ` burin 9 unfavorable weather, wet ground, or other suitable construction conditions, the_ Contractor shall confine his operations to work which will not be affected adversely fihereby. No portion of the work shall be constructed under conditions which would affect,adversely the quality.or efficiency thereof, unless special means or precautions are taken by the'Contractor to perform the work in a proper and satisfactory manner. fj GP-34 OMITTED f; March 4,199$' x 4 C-1WPD6CSTROJECn98 stormwater pit no.1.wpd .. .. .. i itf flr na t �'� .,. .. .. _...^ L„.`'s1L{as'`a\r' F^. Jj�tu�l +��i�l�`Y>sA'���1:•§ a GP-35 MATERIALS AND EQUIPMENT ` Unless specifically provided otherwise in each case, all materials and equipment furnished for , permanent installation in the work shall be new, unused, and undamaged when installed or otherwise incorporation in the work. No such material or equipment shail.be used by the J -; Contractor for any purpose other than that intended or specified, unless such use Is . i specifically authorized by the Engineer in each case. i I ; J GP-36 DEF ENSE OF SUITS ' In case any action at law or suit in equity is brought against the City or any officer or agent of them for or on account of the failure, omission, or neglect of the Contractor to do and perform _s any of the covenants, acts, matters, or things by this contract undertaken to be done or performed, or for the injury or damage caused by the negligence or alleged negligence of the , Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors, workmen, material men, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in the fulfillment ;;. . of this contract, the Contractor shall indemnify and save harmless the City and their officers and agents, of and from all losses, damages, costs, expenses, judgments, or decrees { whatever arising out of such action or suit that may be brought as aforesaid. � GP-37 S'HAN �E ORDER i.t -4 Any changes or additions to the scope of work shall be through a written order from the Engineer to the Contractor directing such changes in the work as made necessary or desirable by unforeseen conditions or events discovered or occurring during the progress of the work. t � GP-38 ACT TIME The time for the completion of the work is specified and it is an essential part of the contract. i f The Contractor will not be entitled to any extension of contract time because of unsuitable s suspension of the work for such conditions was authorized in writing weather condition unies p by the Engineer. ;f time for.the completion of the work is based upon working days,this time will be specified , If the p ; in.the contract. .A working day is defined as any day when, in the judgment of the Engineer, 1` ' soil and weather conditions are such as would permit any then major operation of the project t}t f J for six (6) hours or over unless other unavoidable conditions prevent the Contractors operation. If conditions are such as to stop work in less than six(6)hours, the day will not.be counted as a working day. No working days will be counted.from December 15 to March 15, ,both dates inclusi�%e Saturdays, Sundays, and City holidays will not be counted as working days any time during the year. March 4,199@ s� CAWPOOCSTROJEC M stormwater pjt no. 1.wpd ` °'° oi` 'r ly �5s } YS l.s era {{ I GP-39 �`(�NTRACT 71ME E ENSIGN 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 this grounds that he is unable to work due to causes beyond his control, he shall state his reasons In writing, furnish proof to establish his claim and state the approximate number of days he estimates he will be delayed. Notice of intention to claim an extension*of contract time on the above grounds shall be filed with the Engineer at the time the cause or causes occur and the claim shall be filed in writing within 30 days after the claimed cause for the delay has ceased f to exist. GP-40 I rQLIDATED 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 ;ti to complete the work within the time specified in the contract, or within such extra time as may be allowed in the manner set out in the preceding sections, a deduction of an amount as set out in the contract will be made for each day and every calendar day that such contract the corn letion. The said amount set out in remains uncompleted after the time allowed for p the proposal is hereby agreed upon, not as a penalty but as liquidated damages for loss to he City and the public, after the expiration of the time stipulated in the contract, and will be deducted from any money due the Contractor under the contract, and the Contractor and his surety shall be liable for any and all liquidated damages. Permitting the Contractor to continue #> and finish the work or any part of it after the expiration of the specified time, or after any extension of the time, shall in no way operate as a waiver on the part of the City or any of its rights under the contract. i GP-411 MFear IREMENT AND PAYMENT (a) BAS S FOR PAYMENT ' Contractor will be paid for quantities actually constructed or performed as determined`by field ` measurement(except as may be hereinafter provided)at the unit pricy bid for the items listed; 1 in the schedule of the Bid or for such extra work as may be authorized and approved by the Engineer. The cost of incidental work not listed in the schedule of the Bid but necessary for ,f r the completion of the project shall be included in bid items. (b� ` NS FOR UNCORRECTED-WORK D� r F, T If the Engineer,deems it expedient not to correct work that has been damaged ar thy#was not done in accordance with the Contract,an equitable deduction from the Contract price ahaii be 4 made therefore. CAMDOCSIPROJECTM stormwater pjt no.1.wpd MirC�1�,18�t3 s t.f 1" r. r t Y tKRt4"4D"+nr*4CC th;}.`+f f'W5Yt4 t .:Y ¢? ItiS ; r�✓), [ i, 1 S S (c) LUMd { Payment for each lump sum item shall be at the lump sum bid for the item, complete in place; ; and shall include the costs of all labor, materials, tools, and equipment to construct the.item as described herein and to the limits shown on the plans. r (d) PARTIAL PAY!IAENT i 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. f f . :r (e) �rrroTANGE AND FtNA�YM�T ' Upon receipt of written notice that the work is ready for final inspection and acceptance, the S x: Engineer will promptly make such inspection, and when he finds the work acceptable under A the Contract and the Contract fully performed he will promptly issue a final certificate,,over his Ni own signature, stating that the work required by this contract has been completed and is } acceptable by him under the terms and conditions thereof, and the entire balance found to be p t - due the Contractor, including the retained percentage, shall be paid to the Contractor the L City of Jefferson within thirty (30)days after the date of said final certificate. Y p,FFIDA IT F CQMIRAJA CE Monies due to the Contractor will not be delivered to the Contractor without presentation to the, 4 Department of Public Works a Affidavit of Compliance with Prevailing Wage Law on prescribed form attached to the back of these contract documents. GP-42 AS �F LtAB!LITY i The acceptance by the Contractor of the last payment shall Operate as and shall be a release rA ' 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 actor neglect of the rFx r Owner or of any person relating to or affecting the work. GP-43 CER1 .ATIONS GP-43.1 All suppliers of materials such as drainage pipe or handrail and all supplie r of asphaltic concrete or Portland cement concrete mixtures shall certify in v�ntigg that the product as.supplied conforms fully with these specifications. Such' ' certification shall be delivered in triplicate to the Department of Public Works at 1 ro ect. least 24 hours before the product is to be used on th e p j 1A l i CAMDOCS1PROJECTI9®stotmwater pjt no.1.wpd Match/x,198 1,Y � ��L kr ' .w , ,. .. �_..^^^*r--'"�"�'e+.. wino 5—•.��� }'�N +r ti e,�Ly�ig�� x. perform or have performed such teats as may be GP-43.2 The City, at its option, may p ' ',4 deemed necessary to further assure that only specified materials are Incorporated into the work. GP-44 SAL BEI ERENGE s wl purchases or in letting contracts for the performance of any job �or service, the In making p ? urchasing agent shat!give preference to all firms, corporations or individuals which maintain : «, p offices or places of business within the corporate limits of o b�per and the price quoted Is quality of the commodity or performance promised Is equal the same or less. ' .• y;�N;!FACTIrREQ COOQS GP-45 t?R�Et?f�Nt:E �`�R On purchases in excess of$5,000, the City shall select products manufactured, assembled or p roduced in the United States, if quantity, quality, and price are equalcontain a provlsi on P ublic works construction ctor to use American products excess n the performance of the contract.' requesting the contra { GP-46 -- - .•nuro erT' QF rEGTIOI�QF'BIQB All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all subcontractors and suppliers who the contractor intends to use on the project, Compliance with this requirement and the Minority Business Enterprise Program shall be a copsideration for award of this contract. The contract will be awarded to the lowest and best responsible bidder on the ifcations, T e with the conditions of the Advertisement for bids and p "1 .proposal, complying Missouri to I providing the bid is reasonable and it is in the in ofbe notifiedf at he earliest possible f accept same. The bidder to whom an award is made will date. The City of Jefferson, however, reserves the right to reject any and all bids and to waive all informalities in bids received whenever such rejection or walver,is in their interest. TA I-AW 'GP-47 AFFIQAi/IT QF GC) 23T Upon completion of project and prior to final payment, each contrail 0 and subcontractor hereunder shall fi le with the City of Jefferson, Missouri, Public Works Department, an affida?�it statin that the contractor or subcontractor has fully complied with the"provisions and 9 , an act relating to Public Works", requirements of Section 290.290, RSMo (1993 Supp.) . s : The City of Jefferson shall not issue a final payment.until such affidavit is filed ` contracts tY w r ref t � t Uri March 4.1fIS� C-%WPD�OCSTROJECT%98 stormwater pit no.I wpd t?., f. { i �f. �.wa,.tdw:,,a,,,K3d,r�.,k��,kn�wxxxv"•i4� s�1`'xi�: s s . 't. :,,, 'r..,.-r.rl?"a""t'a,��je{F s�t 4i � r ���j�' ��e��w: € r rr 1 i IuI1�S0 IRI LA$Q13FR RErJU-BEMEI� GP-48 119SO RL i Whenever there is a period of excessive unemployment in Missouri, which is defined,as any n which.the level of month immediately following two consecutive calendar months during I 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 states may be hired by the contractor or Missouri laborers or laborers from non-restrictive subcontractors to work on this Public Works' contract. An exception shall exist when Missouri -, laborers or laborers from non-restrictive states are not available or are incapable or performing i so ce K rtified by the contractor or subcon the particular type of work involved, tractor hereunder and approved by the Public Works Director of the City of Jefferson, Missouri. Nor doers`.his provision apply to regularly employed non-resident executive, supervisory or technical 7 personnel or projects where federal aid funds are being utilized in the act and this provision would conflict with any federal statute, rule or regulation. Laborers from non-restrictive states means persons who are residents of a state which has not enacted state laws restricting Missouri laborers from working on public works projects in that state,as determined by the Missouri Labor and Industrial Relations Commission. A Missouri 7 laborer means any person who has resided in Missouri for at least thirty(30)days and intends k to become or remain a Missouri resident. GP-49 •°I� 'T`' r"o rn�apr Iot�GE WITH PLBLIG WORI�SS:QPITRAGT_�� ' R �n ;QnecR REQLIREME�T_ n a contractor or subcontractor hereunder files with the City of Jefferson an affidavit In the event stating that the contractor or subcontractor has fully complied with the provisions or l requirements of Section 290.290, RSMo (1993 Supp.), when in fact �. . subcontractor has not complied, to the extent that any liability is assessed against the City of Jefferson, Missouri, or any additional expenses are incurred by the City of Jefferson, Missouri, statement, or whose subcontractor makes a false statement, any contra making the false ► shall hold harmless and indemnify the City for any liability assessed against it or any additional r expenses incurred. ' An contractor who fails to comply with the requirements of hiring only Missouri laborers _or Y i eriod laborers from non-restrictive states, absent statutory exceptions,whenever there s a p of excessive unemployment in Missouri, agrees to hold harmless and indemnify the City of Jefferson,Missouri,for any liability that may be assessed'against it or any additional expenss; f Incurred by the City of Jefferson, Missouri, because of the contractor or subcontractor's feilure to comply. J " t END nF GENER�I PRQVISIQt K; C:IWPDOCSIPROJECT198 stormwater p#no.l.wpd u V �� 1 { •—...�a y t�#.����ni'`v�n�"R, j�$�Y1N,"'at,.��y t}a6 tit 1 �. SPESa PROV_ISl�I "d FORWARD: The provisions of this section take precedence over any other provision in these specifications. Spy TECHNICAL SPECIFICATIONS AND DETAILS The Technical Specifications for this project shall consist of the 1996 version of the Missouri Standard Specifications for Highway Construction except as t modified or contradicted by the City's Contract, Technical Specifications, l --, General Provisions, Special Provisions, and Detail Plans. ' J All construction details included with the plans and attached hereto shall be "} used in constructing this project. f ` SP-2 PARTIAI ACr.FPT ANC The City reserves the right to accept any part or all of the bid for the project. >Y PRE-CONSTRUCTION CONFERENCE Prior to starting work,a pre-construction conference will be held,to discuss the ` project, its scheduling and its coordination with the work of others. it is a } expected that this conference will be attended by representatives of the Owner, 4 the Engineer, the Contractor and his Subcontractors, and the Utilities, as well r as representatives of any other affected agencies which the Owner may wish to invite. The work schedule specified in Section IB-23 of the Information for Bidders will . be submitted at the conference. J S.P 4 PREVAILING WAGE LAIR/ Bidders are hereby advised that compliance with the Prevailing Wage Law, } A Sections 290.210 through 290.340 inclusive of the Revised Statutes of ` " Missouri, is a requirement of this contract. Reference Section 113-20). Section 290.265 requires that a clearly legible statement of all prevailing hourly f wage rates shall be kept posted in a prominent and easily accessible place of the site by each contracto r and s ub contract or en gag ed in public works projects, i,and that such notice shall remain posted during the full time. oi- y: t r U c,CAWPDOCSVROJECTM atormwaterpjt no.1.wpd March! ,1590 " rs t Y 33 1 3 is �'i"� i ¢� '�•�6�§.r`713�17�'"*M4dC�,�'ry'Ftfa'+"tf+�'�;g+k4A x ; ..�k 'ara. ,. t• 'r"t''�v'1'�zi i ka'.+F.iy Ui�Satt�k.'.5ik!'.Nts. at=•,x,` �. t 3i Y tia .�t �ri4n.�:..-......� ,. —r-- ...-� +,.::r , '�{t�,; i �.:. {T,y t; i rr. t : S�" r^,.5 X:..�-�''`��j*'•{S i'• �A { 3 S ,� (xt `� ' '` t t°-,y"..e '��:k a'x m�i�'`S'r,1�,r' `�" $•'^ M� UN Al r f �"� t r }�� PR F OF INSliIB.�►dC.E ` Sp.5 f } certificates of insurance provided for this project shall be i locals agent i ,is from All ce . the company affording coverage.a Certification and authorizing the . acceptable without the necessary pap agent to sign the surety's name. re ate amount is included, a statement'of the amount In addition,when an agg 9 of that aggregate available to date shall also be attached. i � I SP-6 t one project in this phase shall be under construction at a ttre onpthat .1 approval s obtained from the Director of Public Works. Construction shall be essentially complete before the next project is started, project MAL XES If U.S. Postal Service access to any mailboxes will be interrupted dun+i9 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 mater damaged by the Contractor shall be replaced with material of better or equal type and quality at the Contractor's expense. T.-�r• r►n�ron� pLRINC CONSL_l1OIL�[�l SP-4 All work shall be in accordance with the Manual on Unifo o Traffic ect workers Devices. Signs, canes, and barricades shall be placed both p and to protect the public by marking open trenc�hlS � C�IOt� and equipment potential dangers. On projects open to traffic, "ROAD CO c signs shall be placed appropriately. On projects closed both ends of AHEAD" t9 : III barricades signed "ROAD CLOSED shall be placed r ( construction. T r. ,.ESS T., en �erFNT PROPEBTIF� x r SP-9 dwe the `,f Prior to the removal of the driveways to any dwellings, or buildings, 41 _ . 7 t ' t, Cont ractor shall not the inhabitants of such structures that ail be of selfficient driveways or access will be temporarily affected. Notice shall n Isn th to allow the persons affected to remove vehlc0es.and other t#ems that g Y z maybe inaccessible during construction activities: }iT ti J cess shall be maintained at all times. Suitable ac�,ess stall be. '. Pedestrian ac " v S' ,p z C:IWPDOCSTROJECTM stormwater Pit no.1.wpd t'r 1�{ yy 1 r 7'M -3 Y I �: 11 j provided acro ss trenches, ditches or other barriers and obstacles for pedestrian traffic. Appropriate devices shall be used to wam the.public of the dangers that may be present. SP.1Q PROTE TI N OF AD {AGENT PROPERTIES ' diverted and otherwise prevented from entering or Surface water shall bed f damaging adjacent property as a result of precipitation during"construction. 'l -i SP 11 r 1 ITIES ' The Contractor shall expose all utility crossings to establish location and depths t t prior to construction. GP-12 BOOK-REMOUAL No explosives shall be used on this project. Rock shall be removed by mechanical chipping, jack-hammering or other methods approved by the . ? Y Engineer. SP A 3 {INDEI�GRADING IN ROCK GLT Section TS-2.2.6 specifies that rock cut areas are to be undercut and backfiiled With a drainable material with top surface choked with fines for proper subgrade preparation. No direct payment shall be made for backfll materials. The only ; payment made shall be for cubic yards of rock excavation. r y SP-14 ROOF DRAINS All roof and/or foundation drains that discharge into an existing ditch sect on, r storm sewer or curb shall be connected to the proposed storm sewer or curb. ` See Technical Specifications Section TS-29, Downspou t Drains. PAS ,r RFPAIR OF DRIVING SLIRFAGE ,t All sections of pavement damaged or removed during construction shall be s 1` re placed in accordance with the following requirements: Existing Pav .met flaSH e 4 I r ' 6" PCC min. or thickness,of.stree4' PCC Street minous Street 6" PCC 1-'/="AC Bitu f, rary basis when asphaltic concrete Cold mix shall be,used an a tempo hat mire 4r is not available. The cold mix shall be removed and the permanent,hot rrlix shall be Installed when it becomes available. March f A C.IWPD005IPRCJECTt98 stormwater Pjt no.1.wpd 4' ' �h t 1 1 F. F� 6 y� btu i{R. kY ,T AiA. S? , iti @+4r,•6--e' .a++wk.3a M.r .le t ,,...nr t ..,Fxr F.rayS iy:.. t..< , �.1.4i a a, . + 3 t rY t 3 - sL! 74 N"tgd 4 tT s i Chat drives, alleys, and parking areas shall be resurfaced with crushed stone,, i In the areas disturbed. In all areas disturbed by construction activities, replacement and repair of the , d riving surface shall be subsidiary to construction. i ,c,�p-16 ,g,D ILSTINENT F UTILITY SERYIC� � ` The necessary adjustment of utility services such as wafer, gas, telephone, and i 1 electric, including meters, valves and other appurtenances shall be subsidiary to the worts. ' AP—J7 ar U!GGINC AND ABANDONMENT OF EXISTING_PMES All pipes to be abandoned shall be plugged and sealed with portland cement concrete at the locations as shown on the plans. All pipes to be abandoned shall be completely filled with clean sand. The sand shall be blown into the pipe by using compressed air or other such means. All plugging and filling of pipes shall be subsidiary to the world. LTEM-R TO BE LE 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 r ; repaired by the Contractor at his own expense. SP-19 AND REPL�AGES-1 IRB AND GUTTER The unit price for "Remove and Replace Curb and Gutter shall include all labor,equipment,and materials necessary to remove and replace the existing ' curb and/or curb and gutter and adjacent pavement as necessary to facilitate the installation of the new curb and gutter. Payment shall be pald,by the linear f i foot as measured along the new curb. The contractor shall use.all care to s minimize the width of the roadway repair section. The material for this roadway repair shall be as per City Standard Specifications for Patching and Backfillin�y _.j of Paved Streets. i X20 PAVEMENT REPLA�FMENT All:pavement replacement not covered.by SP-19 REMOVE AND REPLACE CURB AND GUTTER shall be considered subsidiary to construction with r�o ; ' direr t payment. In all cases, the Contractor shall use care to mINir-kiB k, amount of pavement removed during the construction. ; 1 FIND OF SPECIAL PROVISIONS C 1WPDOCSTROJECTWB atarmwater pjt no.t.wpd Marc h 4,1fJ98 r' j.. r ? r JL FIB .>q3 A: # r „R$+M$�r4�Ft,45:+s�acAY.43sthNe',t k--,�SI.yS+'FttbN.A�.ycf•;".;t^.�r tvs.>" 'r c,"�".,x Y '�" � ^�y++t� iy, f9�i."^�c' 3a r �.`' t ?t •. t b3 l 1 Y 5 x it ( t.; t • 1 �. .s j H 1� F y <> Pspe S of 2 1 ADDENDUM NO. 1 ,1. PROJECT NO. 33046 1998 STORNIWATER PROJECT NO. i MARCH 19, 1998 The e bidder will acknowledge receipt of this Addendum and his acceptance Of its --� conditions by signing this Addendum and including it with his bid. BIDDER: BY: r 4 TITLE: CITY OF JEFFERSON, MISSOURI MARTIN A. BROSE 4 DIRECTOR OF PUBLIC WORKS tA 1' 1i t ty. tt tr• sow' 7 7 S r i 3 , C IWPOOCMIPROJECTM stormwater pjt no.1.wpd �N `t�t.�m.S�y� z' F.� *. s t � - .'r � ''fi'-0" yr:`i4% qY�<'i;Fj;�'f 7 , " r r 3 t Fc�t.}t,i'�d'•'��2'ftsiF�`.ir wt ! t "'o-k�i.2kY lnr5aa ac � a tW �ki to 3 fZ 3fr f 2 + ,z t _ y .. 'Pane 2 of 2 ADDENDUM NO 1 .PROJECT N0. 33046 r --� i 1998 STORMWATER PROJECT N0. 1 MARCH 19, 1998' F t� 1. ITEM 2.13, REMOVE AND REPLACE CURB AND GUTTER has been added to l the bid form under the Redwing Drive section. Be sure to submit the amended bid form when submitting your bid. �Y { : t s f: r n r r C 1WPDOCSWROJECT198 atormwater pjt no.l,wpd � �W,9D9<f „• f , 1. : ,� } ^�4TS4�A+3F�N'aYN"'�4n.Y�k.�4,'+�,.',.}.+,sw,r kF'W:{%.NSF to•�UK'u,y, 1 rL a µF. ,U.'t + I.. k.. i , 4 ' .t•.r, �x f . . ,.:.'i#•tt�'r. re :+. �� a a :nom*^'. : .� e. ti:K'?t"jrz "yt9't'ieh�' iv � zs.l� t• '..�r}4�L'�s'.f.(2'$��SA°,,�r,4;.iryT,,r�� CA",r LSttp'F�+1 '..SFr nk:.'1ms..�A1�S�t:KH��A ri3!�Yy)YF 44Y.;S: 5✓z r at s � ; S} '�i�} r _ ( F 'i �:'k Y •_�il /;;e�"i r ! `5t n.e,�#1 thy.' d....tt5 / r't:+�lw 9.YYi{J: i .y..+ }. .c ?':i(': i; f i :'j•z':t\:s.1�J ♦•' i,.It :rl, ;i r� -.y r'• / a� 1 / t ,/ 1 -le,s i' .r 1 i N•.a 1 t :v I.i. t- #. y t t. � ..j Yt ,•r. br t ! t + ♦t 4 `r.t N. s \ J, { �}. l 1 y J t 1 't 4' �: 1 ? r A'dl1.J<`�w;5 t, 1 L. = a: t M ,� l \• y•. .,ln�"tw '�^..\, ".t • v 1' � �. cv .i. 1 rti .vt r t t \ \.. " .,, v vp: � r`,7{{� t •i. J J 1 t ,` � `! Y' .t :4) � i .Y'; ✓. Y 1 c k'!l 1. f.. . • p 'v,'rl 1. S''f'1. 1 /1 !' _� . } et,. % ♦'� '�: r 1.. 1; 1 1 1 ) !. 1\' t. )' I'; Y •'J I t .'. j I `r .i•- 'N j .V ,\' �C r ,.t' ,v i Y, rr 1' � '�R rl •rI ''t: � 1 . L .\'" . tli \ 1 � I�➢f�V 'l /l {1 'I: v' Y' j \ <'. !' .i, s�i, 3 'I .i a t' r e r ' IrJ / .�� ,•{,�,. ,i ,�, [,/ 1� J .r , I• •1 � ! Y„t C '"•t, i _ -i•� 1. ttrn "I �Y t i ✓ ti i 1 A/ .1 / ,•'.J i. /': /` •''+r��` IS , . t \, , �• J \ ri 7 I +L t” ./J7 )' 1'2 N�� �• / r l' ' r t�•t•' 't ,}: `!• /'Y,•. {. 1. •.1' '\::t., .1 .7 t S •1 .'J�' .Y• `I f t \ i , t' ,r•� 4 •1 J :v ,rl .> - r. ..r •7' _ .l:_�'Er,'.. r \� �Y^'trn '�'i ,� r'> -K :;�° `t.s, �i •.: r I"• v�r.l^rte:• '•'% J':..;'r:C f* 'v.� '>•:!,/� ,,+: i;'i;i` r.v,. .\ t .t✓ h •. �- ; -,tom .. •i, � ,1.. ..7? v .. ,r 7 r f r s J�• J! 1 `.'.. _�.",✓ \ es r i .. / ' ! :i t /i, ,, ,. .r( t„I 1 r'. r it �' I t.. / / ',. 1 /�+ !1'� �v .••/!! 't� • a,� "'J t t1 , ;1 .,�• ,4 '/ J `v /�,� .t+":..t'r••�l I/:!! � v e.' •�^o''^' .1 �J t I J ll' !' :I��r: J ''' ;I .t•.c,! fy 1,�- r:r. ��;.�': rt, t v F t r.ty¢J�'t`r S�I ) .( 1 t c •...e.: i 1,� �J -:ill`n• :'�i� i t •t.;1. t e �t�, ' rt xa? f�%�l`�f' � 1 1r,�� t .Y S:' '� f r ,I. /4.t •'t', � ''t• Yom. j ,�., �t ..r�. (y'+ ,ti; x .."tp ",!. r `�'r �_'�,:+,/ 1 �i.t'• ' /r':j'. •.r�7',,r ''1� '4 ,i^\r•,I�e'I'tc•J•1� rt•x'i�Y k n1.1.r/. �, .�� ' 4th Off. Duane Schreinwn Cty Jefferson _ Mciyor Department or Pubiic Works Martin A.Bross,PE,Director X 320 E.McCarty Street Phone:(573)634-6440 Jefferson City,MO 66101 Fax:(573)634-6437 4 April 14, 1998 Mr. Thomas A. Kauffman Kauffman Brothers, LLC 3008 Wakoda Drive Jefferson City, MO 65101 RE: 1998 Stormwater Project No. 1 Project No. 33046 Dear Mr. Kauffman: Enclosed, please find three (3) copies of the contract for the above referenced project. Please execute the contracts, return them along with 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, April 20, 1998. The Certificate of Insurance must be issued by the company affording coverage. Certification from a local agent is not acceptable without necessary documentation empowering and authorizing the agent to sign the surety's name. In addition, if an aggregate amount is specified, a statement of the amount of that aggregate available to date must also be included. By separate cover, the Department of Public Works will issue a Notice to Proceed on the project. Yau must submit the above documents in correct form before you begin work. Should you require additional information, please contact the Department of Public Works ,r at 634-6440. Sincerely, ,j Robert W. Kelsick Engineering Design Supervisor , +_ RWK als Director of Public Works i' Ir1�F CI Cilt3rk-: 4 : �y 7 � File ile } 1 i MEMO . , ® F F 1 C E To: Jim Hartley, Purchasing Agent I From: Marty Srose, Director of Public Works Subject: 1998 Stormwater Project No. 1, Project No. 33046, Sid No. 1755 Date: March 30, 1998 Bids for the above referenced project were received and opened at 1:30 PM on Tuesday, A 4 t March 24, 1998. A tabulation of the bids received is attached hereto. i Please be advised that the Department of Public Works recommends the.acceptance of- r : the bid for this project in the amount of$67,190.00 as submitted by Kauffman Brothers, L L.C. of Jefferson City, Missouri and that the contract for the work included .in the proposal be awarded to the aforementioned bidder. Expenses for this project will be charged to the following accounts: Account No. Amount Available Amount Required &5A*99W7&%-3007 $171,446.32 $67,190.00 (Neighborhood Storm) + TOTAL aG7,19Q.li+J y t cc: > Filch Mays;,City Administrator s, ...Jack framer .. Bob Kelsick �t. Central File. x r� f ,t =eta tl�xrx ( + S. I 13 t .: _...__ .. ............ ... ............:.............._.. .. i t j . FINANCE DEPARTMENT PURCHASING. DIVISION SUBJECT: Bid.1755 - 1998 Stormwater Project No. 1 Project 33046, Public Works l Opened 3-24-98 j' ! BIDS RECEIVED: Kauffman Brothers, L.L.C., Jefferson City, MO $ 67,190.00 Aplex, Inc., Linn, MO $ 77,877.00 Don Schnieders Excay. Co., Jefferson City, MO $ 95,698.00 z` Muenks Bros. Const. Co., Loose Creek, MO $ 97,698.00 J C Industries, Inc., Jefferson City, MO $ 99,983.00 Twehous Excavating Co., Jefferson City, MO $101,858.00 a FISCAL NOTE: 3500-9900-7350-3007 Neighborhood Storm y t, 1997-98 Budget $ 192,390.00 r Expended $ 20,943.68 ; Encumbered $ -0- Bid 1755 $ 67,190.00 Balance $ 104,256.32 PAST PERFORMANCE: The City has awarded projects to Kauffman Brothers L.L.C. of 'Jefferson City, Missouri in the past and staff believes that this firm will be able.to complete the +: project as specified. RECOMMENDATION: It is the recommendation of staff to award this project to Kauf na>t s Brothers L.L.C. of Jefferson City, Missouri as bid in the amount of$67,190.00. r � ATTACHMENTS - SUPPORTING DOCUMENTATION r Tabulation'of Bids ' a t Signature + : '4eing IStr M,z fi mDeparten.. Director-Public or s A e . ' t l.• .:# a , ;: a tY qt e fc Yt�ltw•t'-F� : .'t��^, a. S � L C � t alY,^.p s, 'y r i I 1 t;';; ��.... _.—__.. __ — -I����V1>✓®` 1! .:, ,'.; < VI..i .a� ` 3 ___ S—_ .4.. ; .i.. ,.. .. .F..T.=1° ..M>{ �y i Tkt i { Q 8 8 8 8 8 8 8 8 8 8 8 8 8 fll 8 8 8 8 8 8 ; 8 E N 8 8 8 8 8 8 8 $ 8 8 8 8 8 H 401 1 yy f OO d� iiI b 8 8 .8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 $' g g M ' 3!3 � � N i i K m ' 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 S I ( i r Z p 8 H S S H S 8 O O S 8 S S S S S 8 O H g 8 H H C mi O M R N N N N N + LU o� W a 8 Y. W W 8 8 8 8 8 8 6 R M N ' W R r r r I I I r r r CO r in H cn d W W !i C7 t7 _ Z � i i . of l G 0 O ° ul S2 o z a a rn O � W � a F Z N N Li.IL a. IL w IL WO �a ,W V Q.. .. .}.. O O O O O O O p Ln A A' r C4 C.) cli k z C S N N E r (F 3 5 � 1 yu� 4 a x, 4 t . � f t 8 $ 8 �. � N N � N N N M M N N N N � N � � N ,!I► r N N N N N N N M 1 - N N N � N N N N N � � N N M N N M N N � N M p,• Iq N t t �� r Q Q B 9 8 + Z p ( I I ( i I N «. a N 3 N N v w a N N N N M tt In q at N F i s n ,' � I I i � �- '� � � � o I i I � �,. � •- N 6 �i R mil, w �+ o ri Ix J J 5 U J W W 6 W W . . W. W us tu,•t 2 a p• O N OZ` " a x. W 3 .3 rn -W Wt 40 N •}: /'i P! !7 19 Pl f7 17 1'7 f R T • 1. t 7 f V v V v .v f '0 X .:{ t:'• Ij �s.�' i• 3 i J t . L1AY �` � s r x r ` V 8 8 8 8 8 8 V V V V V 8 8 8 a .. ' q 8 8 S p S 8 $ n 8 O O 8 g � � � �$. � s�. �s. � sssg �$. sssssssssgsss , 8 o8 8 8 g 8 8 5 1� N CL S O 8 S 8 8S O S S O O O O Q O O 8 8 O S lu F Z, W 88 8 sss .R Z J J W W N J J W W W J 5 q � tt W W f IL ! -* w w w K X X It•' + � Q 0� YyOJ1 } 1 M p P .d z .r r r r r r r __' 94 C4 C e � C4 I cq' me JM, Xery t ! t: 7 i { W { f $ $ $ $ $ $ $ $ $ $ $ $ $ $ R q ss Cal ° SW� g 6 M N » M 2 �� QQ$p Q$ Q$ $ $ Q$ $ Q$ Q$ $ S R R $ $ 8 ag R $ 8 $ g $ $ i 8 g in +' ? 4 a ' v N a M M ~ a N N iii d „ N N y M C" o' 't y u F,W �a $ qR q$ R $ s $ sss. $ sss $ 8E8s $ 0 6 � M » p �e N r �+ .. � R R R � � o .1 J J J 41W J lu LU t ° O W 161 W 4 ; us tu si 10 a .�Cy(, Lu F< ..0,. c4L 3 .' : M In N l Ji tC rr � ,to Yv. r�G i+F '.i°• 'd�f,..t� a „Lm t7��t �O P'O O 0 �qsi i ri ed ei n vi N n of N ♦ • v Q �.. i a �i �v ♦ r , wz "Ok , t . [�1T xY 5v !