Loading...
HomeMy Public PortalAboutORD12601 - BILL NO. 97-5 CORRECTED 1 „a SPONSORED BY COUNCILMAN HAAKE I ORDINANCE NO. Z21, 17� i AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE i MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH STERLING EXCAVATION AND ERECTION COMPANY, INC. FOR THE BOONVILLE ROAD SANITARY SEWER PROJECT. i WHEREAS, Sterling Excavation and Erection Company, Inc.,has become the apparent lowest and best bidder on the Boonville Road Sanitary Sewer Project; j NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI,AS FOLLOWS: Section 1. The bid of Sterling Excavation and Erection Company, Inc., is declared to be the lowest and best bid and is hereby accepted. Section 2. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. I Section 3. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: 4pr,•( a�, (y i 7 Approved: Acr,I a a� (919-2 �GC Gc��SGc c c cis �G��c u t ` Presiding Officer Mayor • ATTEST: APPROVED AS TO FORM: G' J t C-*.�'• r r4 } } y r C k City Counselor' ...vwuM...w • / r y.Y ' t •y ...4 r:1iN•v..r.• .._.. __.....—.... ao4i.so)uw ra..w•t.,w. } } �•. . I r , f a ") )' I AGl3R�, CERTIFICATE OF LIABILITY liV;aURIaIVCE DATE(MMlDI YVI -� PRowIEn 7 16 99 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Aon Risk Sorvicos, Inc of KC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 00 Walnut HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, O. Box 13647 J nannas City, MO 64199-3G47 -------.._.__COMPANIES AFFORDING-COVERAGE_ } 816-391-1000 COMPANY IJ `-- -- A Valiant Insurance Com nn INSURED _... .._..._ _.....__....._____ q MPANY 1 L51IGateway cavation & Erec ion � - � f RECEIVED arko)) American Ina. Co. -- -- -_- --ity, Mo 65109 coM -NY JUL __Builders Assoc 3elf_Ins Fund I , I 9 M9 COM NY COVERAGES THIS IS TO CERTIFY THAT THE POLICIES F IEM AVE BE ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PE-RIOD INDICATED,NOTWITHSTANDING ANY RE , . I,I 7R��F Al Y CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN T SUBJECT EC ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES._LIMITS SHOWN MAY HAVE BEEN RE_POLICIES BY PAID DESCRIBED LTR TYPE OF INSURANCE POLICY NUMRF.R �OLICY EFFECTIVE POLICY EXPmATION i DATE IMM/DD/YY) I DATE(MMIOD/YYI LIMITS GENERAL LIABILITY ! A X COMMERCIAL GENERAL LIAOILITY CON33743874 GENERAL AGGREGATE { 2,000,000 CLAIMS MADE XI 7/19/00 PROS-COMP/OP AGG 1 2,000,000 �OCCUR — DU---CT OWNER'S 6 CONTRACTOR'S PROT PERSONAL 6 ADV INJURY 1 1,000,000 X XCg EACH OCCURRENCE 1 1,000,000 X A Per Pro act FIRE DAMAGE(Any one fire)) 1 300,000 AUTOMOBILE LIABILITY MED E%P(Any one Perron)) 1 10,000 I A X ANY AUTO CON33743874 7/19/99 7/19/00 COMBINED SINGLE LIMIT { ALL OWNED AUTOS 11000,000 SCHEDULED AUTOS BODILY INJURY { IPer porsonl HIRED AUTOS !.• BODILY INJURY NON OWNED AUTOS (PO a—denll 1 I PROPERTY DAMAGE { j GARAGE LIABILITY ANY AUTO AUTO ONLY-EA ACCIDENT { OTHER THAN AUTO ONLY: EACH ACCIDENT a I EXCESS LIABILITY AGGREGATE a B X UMBRELLA FORM EACH OCCURRENCE a 1,000,000 . CUNJ187399 7/19/99 I 7/19/00 AGGREGATE a 1,000,000 OTHER THAN UMBRELLA FORM I WORKERS COMPENSATION AND WC STATU- 0TH- ' C. EMPLOYERS'LIABILITY X Y I 99WC0457 1/01/99 1/01/00 EL EACH ACCIDENT a 1,000,000 PARTNE SIEXE PROPRIETOR/ X INCL PARTNERS/EXECUTIVE OFFICERS ARE: E%CL EL DISEASE-POLICY LIMIT a 1,000,000 OTHER EL DISEASE-EA EMPLOYEE a 1,000,000 DESCRIPTION OF OPERATIONSR.00ATIONSA'EHICLES/SPECIAL ITEMS Dew. Z CERTIFICATE HOLDER CANCELLATION T SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE FJi1 ty of Jefferson EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL -? -..LO B McCarty Street 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, �rMJefferson City, MO 65101 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COM ANY, 175 AGENTS OR REPRESENTATRIEb. A HORIZED REPRESENTATI C � 782659000 ACORD 26S 1719b) ! •=�� --�1 oACORD CORPORA`nDN 9988 ! •r w f . (m i , r ACORpM CERTIFICATE OF LIABILITY INSURANCE DATE IMM/OD/YYI _ 7/14/98 Pnouucln THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Aon Rink Services, Inc of KC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1f 00 Walnut ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ; .O. Box 13647 COMPANIES AFFORDING COVERAGE Kansan City, MO 64199-3647 COMPANY 8].67391-1000 A Valiant Insurance Company _.. INSURED , COMPANY Sterling Excavation & Erection B Assurance Company of Amer. i 511 Gateway COMPANY Jefferson City, MO 65109 C Builders Assoc Self Ins Fund IPANY D I COVERAGES THIS IS TO CERTIFY TI4AT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD I INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO`NHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL [HE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. lTH TYPE OF INSURANCE I POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION I LIMITS DATE IMMIDOrYYI DATF.IMMIDD!YYI I GENERAL LIABILITY GENERAL AGGREGATE ! 2,000,000 _ A X COMMERCIAL GENERAL LIABILITY CON68262527 7/19/98 I 7/19/99 PRODUCTS-COMP/OP AGO_ 12,000,000__ CLAIMS MADE [X-j OCCUR PERSONAL&ADV INJURY 1,000,000 i OWNER'S&CONTRACTOR'S PROT _EACH_O_C_CURREN_CE---_!_1,000,000_ X XCU FIRE DAMAGE IAnY one lire) II1 300,000 X Agg Per Project MEDEXP(Any OnoPerson) �! 10,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ! i A X ANY AUTO CON68262527 7/19/98 7/19/99 1,000,000. . ALL OWNED AUTOS BODILY INJURY ! SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS IPer acddenll ! PROPERTY DAMAGE ! GARAGE LIABILITY AUTO ONLY-EA ACCIDENT 1_ ANY AUTO OTHER THAN ALTO ONLY: _ _ —EACH_ACCIDENT_ ! _—AGGREGATE 1 ----- EXCESS LIABILITY EACH OCCURRE_N_CE___ ! 1,000,000 B X UMBRELLA FORM CONG8262485 7/19/98 7/19/99 AGGREGATE 1 1__,_0_00,000_ ! OTHER THAN UMBRELLA FORM ! WORKERS COMPENSATION AND _X IJO�y TAT1TS EMPLOYERS'LIABILITY C 98WC0457 1101198 1101199 ELE_AA HACCIDE_NT I--_1000,000_ PARTNERS/EXECUTIVE S/EXE PROPRIETOR/ 17{ IINCL EL DISEASE-PO_LICYLIIdIT_ _1,00_0,000 7 OFFICERS TIVE �-j _OFFICERS ARE: EXCL EL DISEASE•EA EMPLOYEE 1,000,000 OTHER I j I I - I I DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ty of Jefferson City EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL five of Purchasing Agent 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. 't City Hall BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY YP 320 E. McCarty St. OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES. Jefferson City, MO AUTHORIZEORE ENTATIV„7112,K � 782659000 ACOA0 25•S(4195) ACORD CORPORATION 1988 1 11, Iu ; I COR M : CERTIFICATE OF LIABILITY INSURANCE DATE IMM/DONYI i 11/24/1997 cEn 810.381.1000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Alexander&Alexander Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE a Aon Risk Services HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1000 Walnut Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. AFFORDING COVERAGE Kansas City MO 64106-2123 COMPANY A _ TIG INSURANCE COMPANY . INSURED COMPANY STERLING EXCAVATION&ERECTION,INC. B FAIRMONT INSURANCE CO 511 GATEWAY COMPANY JEFFERSON CITY,MISSOURI 65101 C BUILDERS ASSN SELF INS FUND COMPANY COVERAGES I THIS IS TO CERTIFY THAT THE POLICIES OF INSLNCIE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD _ INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO PDI ICY EFFECTIVE POLICY EXPIRATION j LTR TYPE OF INSURANCE POLICY NUMBER ppiC ImM1i/ODNYI DATE IMM/DDNY) LIMITG 1 B GENERAL LIABILITY GL37410136 07/19/1997 07/19/1998 GENERAL AGGREGATE ! 2,000,000 , X COMMERCIAL GENERAL LIABILITY PRODUCTS-CO_MPIOP AGO { 1,000,000 CLAIMS MADE XO OCCUR PERSONAL&ADV INJURY 0 1,000,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE ! 1,000,000 X XCU FIRE DAMAGE Wiy ono fire) 1 50,000 X Aggregate Per Project MED EXP(Ally ono poison) ! 5,000 UTOMOBILE LIABILITY CA37410137 07/19/1997 07/19/1998 ANY AUTO COMBINED SINGLE LIMIT 0 1,000,000 t ALL OWNED AUTOS BODILY INJURY 0 SCHEDULED AUTOS (Por pmonl X HIRED AUTOS ' BODILY INJURY 0 X NON-OWNED AUTOS (P.,ncldonl) PROPERTY DAMAGE 0 GARAGE LIABILITY AUTO ONLY-EA ACCIDENT 0 ANY AUTO OTHER THAN AUTO ONLY; EACH ACCIDENT 11 AGGREGATE 0V A EXCESS LIA13ILFTY XLB9752752 07/19/1997 07/19/1998 EACH OCCURRENCE 0 1,000,000 X UMBRELLA FORM AGGREGATE 0 1,000,000 OTHER THAN UMBRELLA FORM 11 C WORKERS COMPENSATION AND 98WC0457 01/01/1998 01/01/1999 X WC s7n7u• )TH. EMPLOYERS'LIABILITY EL EACH ACCIDENT 0 1,000,000 THE PROPRIETOR/ X INCL PARTNERS/EXECUTIVE EL DISEASE-POLICY LIMIT 0 1,000,000 OFFICERS ARE: EXCL EL DISEASE•EA EMPLOYEE 0 1,000,000 I , DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS i KATE HOLOEit CANCELLATION. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF JEFFERSON CITY EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL OFFICE OF PURCHARSING AGENT 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, EXCEPT 10 DAYS NOTICE FOR NON-PAYMENT. CITY HALL BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPO E NO 00LI TION OR LIABILITY 320 E MCCARTY ST OF ANY KIND UPON THE ANY, ITS OENT6 REPRESENTATIVES. JEFFERSON CITY MO AUTHORIZED REPRESENTATIVE ( , Aon Risk Services ACURD 26.S.i1/95{ _ ©ACORb GQRPORATit)N1888 Cads#172007 1 "t F��ztayr ,j t"••,'�'�,+�" A r ti 'S ' i r Y.z:�„a:� t f� r\, ri,�ru s i ��xM,r •oy a�' � e� r c s 6 tt�''x�.,`JU��y�i fir. . .�i' i f � ,, 7{, r ��"kr �r,.ty �,t"��'�R^'"+•s+ �e�r'iYlSf�``�r�t e t• , s ..t 4 .4 'S t,, i �' ,t ¢tK Ti.S�ar�.'s•` 'k 3' J�fr `D ,r J`,'�t''{5 �Sk s ""4't3 � C"'•R•' »•'t�°'iti ri�ti t rf t 5 e3 SStr: t� w 1 s 'tl�$I r+ !^3 s'S'f �!r 'jy f'�1e';! �''�1` S±t•.t }; S,� 1 r>>+ (.�•fQ�, � Nx.c��4�` ,{.��+�<,1 i�•am a' , { 3' ,��.rfi r � ,,,thf�t'r'=!..is.:',iilt '�;,r'sf�, '',•v7 + f x� .stK�l�J.,C1j1"tiJS ty"i•Fd'.4 ; �'S�} - �% �A 4, �`' k', r r•, 4 ' UY' � �' � J'�r, t.. bc"Ct�,',�r,',.,yrrr R rTM t ..r bet', ( 2dlp1+s'„ r��p{1'9^. ��,L1C��d, ��}�G°' � � t• SGfi.S' •'1'Yt�'�',�` � .� 47�-i..` •o'�✓h`�L �r ,,f y 3' 4r'Y G rir�i#i {1}+.,��,,r��i tyLy��� ;` y KY 1 i� r y 'd�i{. ,.i'f '`''�' � ,q ,.t},',r, � j�. `r' a ar'v � >•�. '" �w�r� 7�t 4'�t C`r4 � ,1' i try p srE x r, �..3.3 .t ; .� YE (�•,�t • ,rl" r ��r t t��^�t �' ,F�.� C{iM��l�;tt��n 9 hi R..A.�r.. �r s }�;��.r, "�`• ��r, .:�i ' ` � ' a+� �';p� � {}4 f� 3�yyrr� ,�t� �{'.y�sy Ni. "? L'•E.�is ti 1r S t' f } M'( :,��. x• r', f .s .�� �l. '. d;�. ,�€: ��,+ S +'{R 7I 5t,dt�,}�.f.�.('i '7,� I �' a tFr ,�4t ry�„1 �ry�'. T "�"4i�/yb il' ri'V` ..4 .. "!r �k Tr`r. �Yy � liz<• t r Cj s��} f�`ts l� } +}.'HFt � S 'ii i t• i4!•�i i �„�,Cy,'a(k 3 +ir i l�4 r"t+t�'� tN r�. h�. w 'c' �. r+ '+' �� 'A:y`zr', ,5•i R A "'t"frT«�'�S� t�S F 3�,v,�� �t1#, c}'� t r�Jr 1' �s`srm b �• � ,•�, �� .+ �w ���.±^t';� t �,���ai,4,�t•.>+, ! >z f ?" f$,r+ y�"r`Ri7{� x, ,jt��i�'Na "� ) `' •``- � .x`.}ig+"�r,. uS. 'i�G, + 'll,"'�Y {gr sc"��yt:J i��;��5� i4� aka". ` ! t ki✓� lh� ✓k✓ rrt ,#; �a. 'r"O ktJ.�pia{,st y,'-. ;, •:t ii E;•k'2;5"•%k',,) + {ta{li�rk e i1_,,�,rj .r.. , '� l` ''•i t�'x �'¢ , t•v +f'.[•s +'Std 4a• } 5+ X•4 t-53�3 ��ssrr '' l �1Yr + wr iJ 4 i£rk r p Ye 1 ? r err C . {r,•,�j r.� '•} f } ,.# ";r r -�,'S1F ` ,r / .f"r r�r jj di.Cje `q ''itu;.�' #�J i�tT t :1x��1� C,F 44�°''a r� ��:`} L7`�F+• t T,+�y'tlt? €"�:.. � r � l yicrN„R�'•i.;y����'w�r# �t"'.'� yr� .'Y�J[i_ b 4 �, iYplir ' ,�', s S-Sti{3!1>f:� x F� �+�18Y°•rltA�Y! t),t'l c,r•,4����, �5,;�4� .} i'ri.n ' k4 it��,� rtt. k'JS/ �.{' t t Wit'; iLrrl ✓ J1 $ r>{�i t..t 4 ,ir p Ak/. ✓ r� s..5ic'?r-ia���y�, '+ - k;st ',s,y#4<1K.,,N 4 '-Ox P { !r'?T gP 1,4•li �t t,T 'a,.t7 I t r�"rit} ryL<I v fYU y n : r 3/�y`Y{rpY7 r'dSSE�$?'tf is?L t. itffi;'�y'i�f..!f ` •`.,rMA' +�`�..'•X{:i':°b+ �.�s }Gkt ,� •r;"� �(,'. .i(Ssfh ,ttu`?! xXV .� h ,f;'•y e_ }f�y4: t of>tr4r T'#i ,}.,. ',.'!`t'i'::'Y'•rC';ts\$,'t:L ;r7 :f..K.r r sf• �' ? ''� �',3i:;}rNr +aG. a 1�- "3'. r...sn ?zs3* .1 �an4�j {:.tF ' s5 4;�'I�ti•r�,a',:. ,r•t; 2.374 a ,�Ilr. 'anrt,r.4�x. r t.t,s:u. 31` nh' t 'v 1:s° k,;.C•'�i W6�:i'?;:Lkc?ri t:%;y�.��+,.i,;a'�£��jt5�r.s_1. ,+I u'� �V;'...�riai�'�'F#7,Y�zFr�'Z'.,`,•S.i."i Y �`'�� 1-•�, iyFri � t'+Sj n.f iA'� tl i Y . }•r `!`�rlrv�,.Jt`"x�+^. r� .lt.'.°rt;}3 r.as,4�t P..r4 rr�� .rjr � �'L'k-a' •,"t t,,g3t,a if r•.�•_.3�}r 'rs�r), ��t_.t. ,��r. .� :}-.>t t=.ll'V) x k.Y,.�:'�''P.ti ' �,n, f 'rt ,,,fir„ir�•�.•(a:�.Ft w1'},x� 7 t.tC,�,,s t• .yt�; 1"':�.•k!.f s''a'� i r� A',�Ts a.+.�.-5t^1�,t. t�` x,' 5+' :t�.l. i '� �i CAF,•r i,iv:;�'�r t'.r...��•.,#',ri7:'�;�t't to 2'it, i F�'.��il�?^+k1,M+ ���Yr.,Y,;�S.{���"✓x ti tk,< r ?r,� .!3 vt` nrs.e!.;t rte t,.#t f G b .n x t 5 r 7 .l, t "C t'i/k r. A' � yF' 1 "��ii�S Y$ .•Y � r ..f,•, �,�X 5 I rf.� t' {'f, �lt•.�iu !�-'.�t'),+ Bt;}',I�Ji,l��lt,,;.a r�t'Ur�'1 J`L V.�.�':?,``•rrr.'fSc;a'F � t YI �` Sf� Iri•r{r � 3' SS y`#'.Y }t ;,5.�x,,.,�t a .,(rf x n s!' s ✓ {�i.r v r, t �r�,r#t y..!t� a x:..,..,i..,�i, � 7 rt t l0r i?s.i „f•• h"7�Y Il ST `yYT? lr<• g °;,.;5', yy'j:',t,.".�xk f.M.>l1r•��,. r>•ia '..tf�ti LF�f t*.il ,ai�l7rirg;".,W ��;,� .}j.`{ ti�1eyt S•,3 rc' r,s;i •ttnit i tl 2 3 <Y� '.�f�?J 3,}J7'rYt1Yl,:) 1•,! ,r t 4,�' S `+1{t" U djr'ttl,� c-AG rY ,f. Y 'ySJA' F`rfl .� ,}`{].51'C`tb•$.AJ`V,f ,] S,t: 3 t4 ! "f/, tr., .:i.,v yry3 .t'S ;h�rF.. -+.'tz5#rr•v r.�.'k£ ,.t*;A.4r3.,..°r1.'1Sd{g, 'zy+,;y{,,+.1: •�{f6+^``�` C'�'F4 >'i3 ;i'k'•/, '41'1 ..,T;�.f`Yi) +•y t rr,x'r �'.:ic tl 2 tad "4 �•'� Y's�;>F:,:i.�A'}''r•�ti`-f(l 1`t4, 1.,{;'`•G.kk 3155,1 4;,#t'YL`, ,�'�N`.Y9+ .t ° a, s'�r'i?�., i��rr t.ry �'+'r •v �F f s yr? 77 r ..r '.�-�r'}ti';:%'a' t`•ts ii'" t"i,"<',^n1r ,,.rtz.,P.r r � ra�Z, , +.� ^�`�r.� �;.>'4'GM ,'�' t,.4r }y tLj,.asp �: !�•�'{,;ssr.Yy rr�'�.T } r ¢ 4h, �;nrry Sat v � t+•�t # C �i�� 1i�r:�J�tt,�s hS�;r��fti+.� �+:Sa�'t+��'-�s,.,.!�x � ,C •, L`st 'r �S. 4t,,�`.•rt�C r 'V ),•4Gk?,:'it�5t.�'��� ! =I•H' :r.` 'l.:•:,"lr,..r•;s a 2 6 �,'t,",.iy txr,A ,�..•r,r !' fl r :r > ''+i{°• f ,f`' ::ai. •�t .j.�k' Y•3':�•'+tr., �c5.i?.y (ttsfitl �`''�•' `r tSG rljY�.r.{;•t!�.tc. J+r•',T,'tr4.v rr: ,•, ''3 ,t f ei 4 f,!? •'tk s t~Y�'• tf,,r, ,yC�• :;eP, T• '1.'_ r+"-r�.i'l1';a'v:�z 'vtf'✓-.;,...` E . ' '� 'l s X'Ip '3I/•�r �t P . ,f t,}r1. . i•ttart,t{.csi by�cY'.+xs raF"p^tu. r•�S•fr ',J�r•q £ Xr p'S r� i;�'• y3'd �K 7r•�^„ f t lJ .ki Y} 1{ , '.s S.C'}s sv}'. ''. ^' r k�r'Yr�r,,s \<� lr �•f .�p}'; `�r -ik ',. tuf'li. ryas.`t �tv�.� h'"'•.t l°S•�{1''"fr``:,-'dt'i iFfti tiYr} 4tu 5s 1 7 �• Fl 4 F, ts' Y n q f } } 4.i a �• r, r '< x .}cT,� v > CfF.t ± '..•r,,•:•,r }� :{;'f. . to ,j .}fYi s r4. Iy r.� ,'r 0 r•�t5 :a5' �!^rSYfin � ''•�r.�}...Cnr�nc.G�,.y'<,. 5ft* .:3,�"'R' .'y✓Ph 1'*.- ,i.J�^ 'l : tdi't E{'. ri h:l�ti'ksar++' ., •rat -.l^':'!'4 �( :Ssr ktTysr: ,s.tA,.2;."},:�,1`yi.�••,�,�.itJt�., ylyys#';T�,�tti^;E;t:t'. '' vrthJLrr.�•r. tr>7r,'Cy .,^t9 lr �'r ,)• '�• 'Y.,aT,Y$�`}'r,r x:tCtl Qe> /'G ✓r •�' 1 .t f �( dit '}x�,'yl f $ `. ,54'L ,� �J,� •{* �i1� :f •' �bry, d��#,,. jfy, .�: (�, ,k F��f r.c �t�. K r �4�,,rir+f rit g4, :�f s ..,Y�It',it"'_.i fys}-i.�J.Ff Ij i's '•�yE '�: *•. "'. �tri�++.,t i• }',tfi`;�1;4i�•._,} ;.�>l". h. .`f1'4h '�f'i yrr� p y4 + t tC`f r=,f. i. s. 5t .YT •,t�'f!;(,✓.'U➢'''J:.,f13:.�dtY fS'(`,l:jk:r'V'P•,. .1i( a61MI.1 S' i'16'ls iltil;•C:,S"y�•.�'5. .�5' �4v7,'5,,,r•:;7. ,a 4:t'.s.r`.t:X' [j� c .?{sj; ,ri� ;, .r ,, ?f fiJ ,aa q� rtr>,f�.0&.xr,i ' �� ice `• ":}yi'} ! �#..r� ' !•; ,' v •F'' F .z"n3�I xn'.:2 tN- rli� `S n. »+ �_� a ,' �� ?,r 7 c x ri { •tr ?7 7 �,7��� s t F i 4 i'�ti. S i#,r•. J..G;,;,.,:: t,r� i t^u�f °;}ix5 ,•ray's,. !'.s"G.`LII..;,Sit 21.,y•.r,! p. fi r, u,tc,.h qlu�'y4,,*...'�F+1,t.i�l5,(+,�Et la t rz r .i f, ,. .x' 'rr } "tA;•,'¢r ttt s�y+�n.lor� t :a r x l;'aY't'•'7�:F' 4. tii 7# oy f f G"rt;r 3 ryy yLf •ifs• ,/„r cal.. ir'7 "" t'}t"i �y;.,:, a ! •f,,,s k'l r d li p„ }' ,cY; ls{ i.i si #1'r t',3;� ty,f.1�` 1�,' �k•4< .�r;yt+r'), y. ��cc h,''T �7A.{)r.t,�3�'•fa �k'�`�3•��"' .,r,�r.tr r+:w LsSS�I,e.S�tt ��g �=�:�d ,,try, ,>rdi.. ''+!f E.. 1t,t ,�r dx'it} ,•'£, ,i ra{'7{"P'ic'a .'+f '4rr Jl�rNjEa•r ,yF.• s,1. J, Y r "E l•Sn v }tgthN+l, '�'U7 `}1 a' �yZ t t s {a t+7�'. #:�. ,�S ..sr t. S t `i f !i','4 � Y 1,tr'j{f„:.t, i:ik'.<'1yoa „y`'!ij'�Jijti'�s+:t,�. •�I'h i�,J ti i 'F tJ' yfr.,. e<. t ,° nt. ,!�'r>t•.,'u'T.�``ab�t�;�fi5,'r�+ �"rt��;�-,rr�'•�ry3 :�'... 9rA.rJ`�s^,X:', i � ..rr' b r /"r yr. q i {~�j Jr ';'x F£t r. ,J �G'"'�},,; '3,' �,7' rf4a,?'^(r't'�t�"S,Yr t r• � ':r.;irf�;<;i.:i;4ir'i. 1 £! ,:rut 4' �'>. .r}r+ ��is.�;i6y-'':a •rT'`,rt'��'l+.�ft:Y'.gi�e�;•.r `Y�ir�; -YF ./i{#(ir pSj. .s+�•eigssy�55Ni:t�.:e1. r�`S}t.,,.'y`J.:,;✓ p.,�is.r.�.u' �tls 4fi.�J`r7. { .+,;i s i 6 x,'.•tf ;rltr"`i`'{7 t r,1'.,,.t}i''"I N.fn'�.,v `'.> w,a•�', 4'• i ft,�.v.�l'.�! '�'�yk f a'ti�i ry"+:1'j.° E 9': .!� vit:;�,,,.;,g ., �np t•a (•. t, ,ts J;;'ih S� S .w.rs.L w�T1P, +f•'u�kr , \ f ft A•r l�t t r ru} t Y�k7n: ri�t ',`r,:iro,flr„'i: 4 tl� � bi�.'�.>trj'f:°3 �' } .i r' 3'.t 1.'t #+r�. �/j73 a rllktr5�r "/ tr r:w",l.r u lv,sra� b' ...r T .7-'r 3 '•L�i�'3'V'}( >• k +S'.'� ,� i Y , , 7 to r r sr f. i 7x s�"S a � r 't"r,• .5�''�tM � (J _,Uf �'t '} S 'r7t�a ET3 '' � ri'1 l ?,�nt k^'�. .r�5�fj ..7f' � rttl+ i tH'iadfrs•••sf}'.,s5.:4;:,"'�� I{���r���� (i ...ttk`J�1�`��t•(�`[tiFys;�"` 'rh.r” a � f c t �' ''� >;.S( ?I? ''�ri t. It r kl Es< �ci-,R1t J{h�t�p. r�yh�Cii..F�zr` �,'. i j}}.f s..., f { } "+. 4,}�'� ;r �•+'i '�' '4i ''4`` tF' s.Jt fit# r - r k L lt.iy 'r - ,V o i f4 Z•ilri', ° ', zt 1 t , 5 'y :}iS S �s Whiff ,rf'yf 3rvty t}:it.ul rg }i1r 5 �!',•::�'} ni.. 'j;�`%'��:,r.}'s':� �3�,,{'.a�it rt rrP s �: r tiXF r"�y' rr t � Y�'9� f t� l't•�l:.Sy,"�i 4 s i .tt� .F n t�r�.at{td-Y.>j � 4 !' S, .e.r tt°r r F r•ir r� { t ' r y a.# l r a I . 1 +v'!, .•g• ir,f 4 Sn a.. r ....rt ''�.�T �a�y��'tv t i�r ty7,var, '✓a i t'r.'I 5'S Z�' t a) ' aa!a A '✓� .iJ !t t Y'Sj 4..xSiPi ir3, rj�et. ,�'r r .1t• x3 r. t + F� '..,J3 tt s.r •"ft ,. t 5 K� e 'rj �•� q' s.t.('J.•Y t a"t. t 'F 5 •" t,. } + � �s +#�'i T ��tt �yd `l 'r n ,, 4 :�sr�wY lJr 7r 1. �'•� y t`,�St�.�'T`+>i.. {t'#5i [^ Y yy xw& .r J{„ y3't tti .mot '37C3 vy.s v� ,EidSi' +.3 '.4.1•} p •"',e f r'�i Cr t.5'pY�rr4 ...nt! r y'ia��> +• 7 ''��(r• i ;,Iv ?r ar t b't cd Y/ f ,1 •�r.+,tJ # ,�k lz 4r .�s .: A : •i�Fl.�,(ts i1 r, �y. i F� r�ti��,+E X ir'�.LF l fY•},�w ..'r,t ..-w, .rf' x �rr'4't It�'(41 d {�f�V�r tGr/r F�'r, ,t r'.' ,i''�t sr',.r..,,� ' r3Y 'ti t f r >t Js: u�t1 Y�1.i.s�5+�ar�i Vi i,s -1 3'.1. rs 'Q;'. r� ,t�xr+`x'f1J �s• .:,rlb 4S3 ,l r``<Yf r rjF;.,.i�z+r���rt.s: Lf f J LC,µ, Y., Y I..Glrt }G, tt ✓Y (r(1jJ t }x' / I 'i f�� �:E P }' �� ..v �•'tf 5 t/(55 .ti. '1'•. }r r � } .ty .) s .Z S';is .S4 it ! m�'rsrt r+sV t. .j3dJ 1.: ti /�+ }v�3 4. z� :tf r�rye={✓.r„n-•i:.at 4�tF r y., i.# )r a'/ ' '.f,r, Q :`' 4[t .r ✓'s nit;c .r..tti,4' '+ r �' Ja .t d +:.•f�k .i !^a r V' , V'rN''�i/ ' S ' .at.�y'� o jJ i rr'y�,�t ro *'4>}.• 7 ors r t t'' �^�}r t`r {t�'1:1 t t r p s i r f I S 1 ,. IrF x .•i �' rA t �f5i�'ttqq(�+tiF j 'k,j}r /q9 ,k"`>,.4 tks.1'L,y'} f tr h } J 4 '�[371-{76 r � z� t t,` j Y"tJ ; r+t r�� � 5' � '4 S'f�.'Y'S 1 IS 4 d s! � 5}i '!�t � S 5"�(; / N. tt5 �,"y[ T•t't c.. `'z,' `” i. 1 . .s F.�(+L �' ' Yf �'�tr-i dat x,,.tit 4tfn#r, f{5+j,7.F� Pa.a sr '2 ti >t#,',C r �;`e:, i/-r +,t i •,• t 1) Y , }. � � ' .+ � if1 �`F I�iir•.Tit 55t'M"�`v�tt�, 'S.I . !. �.S 5ki)'i•4'� �t `I.h+;�,t,..tiC,.}'K F, i's+6..� >� t a sr � i'+4.,' �F , .,tx v {�2r isr,.� �}tw � � t� '. tS� j}t�cl,�1 �t R:. 'y'�4"4' '4a ' o ...*>}',•r{r S •,''.� t Y z< .'fJr�1,rY.,: tFr tr• Y ,y,r.t r 1J.3 pi"s ifr �2 }a „•�''tr' l', tiTrtr rr>(5y' fEsuY,)s z n 'i ti 't s. .,`t'F�.' '! `,,. tr+'"ty.� 4ftt�i�>�;,, }1 v��N T i�y'�ritr titT 9 f sr � aY.`f G#t �fY✓`r t.;r't'F'sTS "+ } r s i '�,>•t# >r�'!':;+,t,%+'�'} S�{c'"t*`TY .L.' .,;1.�;}�"'rM{�'^�• r., ti^" X M,N�}I ��; ,��,,�y^�St !.,}�,s Ji � g4J•C.-# S,' : fir' .:fip ' Y t..lit�{c�t,-r:r" ,fir+� b; .�lr �',�r�,t;���5� ,. Ta f''�'-t.1r�,z�,;�7,��,sir( r�+.`.5 r.� 3,it, •/i r„„y X53� 1 1 �,�,•.....�-r..,.i}� 1x t:b'' J�'1 � ..:d' ��':,r tatA,4�,4 .��Jx n•�• 9�.}1 tlt'� ,'� s��'� N`!?k`3.7'1r 1�t. /"1i ..5:R�f�"f 15yatS{w" t �,. � ai;u+ �t`..i.:}, '•'..-�.,t:.;r:t;,/,:.i 7C;A'�+'.y6 7t': rk f �'t tyy y�t,�t,,n v� SX S,r'r,r,;ij-r"iY 1,t.���f'� , e ;' ',5 ,�, r .,t•'�.F"•! s I�'i1'tn'. ! r,., �,. e7 L. ..J• S.rr. `.S,f,# .art 5�'?t,�rti, f,i$1..c.h�tf�i�l+y r%ix �M J � �,A�i"' r �r'<S 4 „+,+ n OF I City of Jefferson �A Duane Scl:reima��n s Mayor 1 Department of Public Works Martin A.Brose,PE,Director 320 E.McCarty Street Phone:(573)634-6440 Jefferson City,MO 65101 Fax:(573)634-6447 April 29, 1997 i 1 Mr. Rick Muldoon, PE ! Sterling Excavation& Erection Co., Inc. i 511 Gateway Drive { Jefferson City, MO 65109 RE: Project No.31024-Boonville Road Sanitary Sewers Dear Mr. Muldoon: This letter will serve as the "NOTICE TO PROCEED" for the above referenced project. The effective date of this notice shall be Tuesday,April 29, 1997. The contract time for this project is fifty(50)working days and shall be assessed in accordance with GP-38 of the General Provisions. i As per the pre-construction conference, please submit your alternate material specifications for the force main installation as soon as possible for review. If there are any questions, please advise. 't Sincerely, 941Ct J hn L. Kramer, PE r ngineering Division Director r. JLK:aIs c Marty Brose i [ Jack Kramer Bob Kelsick. h City Clerk Mike Papen Gary Oldelehr ( ',I• Tom Wallace Central File ry r t t (;1 r• r f i - SPECIFICATIONS AND CONTRACT DOCUMENTS ' j PROJECT N0.31024 ..I BOONVILLE ROAD SANITARY SEWER PROJECT t. -� BROSE - NUMBER E-17511 �ApR01FES StiQa���\\ { Jefferson City Department of Public Works March, 1997 , ) L ti s t F i I J ZARLE9f-C-ONTENZS I . ? Advertisement for Bids Notice to Bidders ' t 1 Information for Bidders E r } Bid Form I a Anti-Collusion Statement C 4 r Contractor's Affidavit i Minority Business Enterprise Statement i ] Statement of Minority Business Utilization Commitment �-+ Affidavit of Compliance with Prevailing Wage Law f Prevailing Wage Determination Affidavit of Compliance Public Works Contracts Law 1 Excessive Unemployment Exception Certification f' Construction Contract Performance, Payment, and Guarantee Bond i General Provisions ,, F Special Provisions Attachments 4 - Addendums r r J � 1 t+`:S+t , t J �� 6 '^s''k,CS.nT•7.`,Stitt°i\+Sf%t'ft(CtA:R..a.iCisn t,:.:•C,'t:,,..t.a:r.�:,':, w„+.,.,...,.-„-,.....—._.._,._.._ ,.._ - r.r,..a+, yy, t t r t � t't .;{ t it ,,t + � •} � t , i 1f { Cl t a Y y O�Jefferson � ��; �� ..1 E Duane Schrcimann Mayor f ( AD-VERII.SEMEN.T_FOR BID-S Sealed bids will be received at the office of the Purchasing Agent, 320 East � Street,Jefferson City,Missouri 65101,until 1:30 .m. o t McCarty bids will be opened and read aloud in the Council Chambers sat 1�0 p.m. on that same day. i i J The Boonville Road Sanitary Sewer Project, Project No. 31024, ' -- includes the � construction of approximately 2553 linear feet of 8"PVC gravity line, 1310 linear feet of 2" j PVC CL200 ' ( )pressure sewer line, manholes and other necessary appurtenances. . I A prebid conference will be held at 10:00 a-m,Wednesday,March 19, 1997 In the lower level conference room of City Hall,320 E. McCarty Street,Jefferson City, MO 65101. All ^". prospective bidders are urged to attend. Copies of the contract documents required for bidding purposes Director of Public Works, 320 East McCarty Street, Jeffers n C ty, M ssoued fA non- refundable deposit of twenty dollars ($20) will be required for each set of plans and specifications. Single sheets of plans may be obtained for Three Dollars($3.00)per sheet. (' The contract will require compliance with the wage and labor requirements 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 j determine which is the lowest and best bid and to approve the bond. _i CITY OF JEFFERSON ' mes Hartley Purchasing Agent j 71 t I � i i 3 • t NOTICE-TO BIDDERS -' Sealed bids will be received at the Office of tho Purchasing Agont, City Hall, 320 East McCarty Street, Jefferson City, Missouri, until 1:30 p.m, on Tuosday, March 25, 1997. i The bids will be opened and read aloud in the Council Chambers at 1:30 p.m.on that same day. The Boonville Road Sanitary Sewer Projoct, Projoct No, 31024, Inciudos the construction of approximately 2553 linear feet of 8" PVC gravity lino, 1310 Ilnoar foot of 2" r i — PVC(CL200)pressure sewer line, manholes and olhor nocossary appurtonancos• I s A prebid conference will be held at 10:00 a.m,Wodnosday,March 19, 1097 in tho lower level conference room of City Hall, 320 E. McCarty Stroot, Jofforson City, MO 65101. All r prospective bidders are urged to attend. All equipment, material, and workmanship must be In accordanco with tho plans, specifications,and contract documents on file with the Director of Public Works, Jefferson _ City, Missouri. I Copies of the contract documents required for bidding purposes may be obtained from the Director of Public Works, 320 East McCarty Street, Jefferson City, Missouri. A non- refundable deposit of twenty dollars ($20) will be required for each set of plans and specifications. Single sheets of plans may be obtained for Three Dollars($3.00)per sheet. i A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount i 3 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 t Martin A. Brose, PE Director of Public Works J { 1 ' r ,. • �N h � INFORMATION FOR BIDDERS , I113-1 SCOP_I<Of—WORK The work to be done under this contract includes the furnishing of all technical personnel, labor, materials, and equipment required to perform the 1997 Boonville Road Sanitary Sewer Project,Project No.31024 in accordance with the plans and specifications on file with the Department of Public Works. _J IB-2 Ily_SP-ECSIO N-OEP1AUS.,SPCCIFICATI_QNS,-AND_SITE-OF-WORK The bidder is required to examine carefully the site of the proposed work, the bid, plans, specifications, supplemental specifications, special provisions, and contract documents before submitting a bid. J I13-3 INTERPRETATION OE-001VTIRAC-T-D-QQU-MENIS If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications or any part thereof, which affect the cost, quality, quantity, or character of the project, he shall request in writing that an interpretation be made and an addendum be issued by the City, which shall then be delivered to all bidders to whom Plans and Specifications have been issued. Failure to have requested an addendum I covering any questions affecting the interpretation of the Plans and Specifications shall not relieve the Contractor from delivering the completed project in accordance with the intent ti of the Plans and Specifications to provide a workable project. I113-4 QUALIFICATIONS OEBIDDEBS ! The City of Jefferson may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such Information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by the bidder or investigation of such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. l I113-5 EQUIVALENT MATERIAL -� Wherever definite reference is made in these Specifications to the use of any particular I 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. i J , , T I i 113-6 BID_SECURLLY Each bid must be accompanied by a certified check or bid bond made payable to the City of Jefferson for five percent(5%)of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. Should the successful bidder fail or refuse to execute the bond and the contract required within seven(7)days after he has received notice of acceptance of his bid, he shall forfeit to the City as liquidated damages for such failure or refusal,the security deposited with his t , bid. i I13-7 PREPARKTION_OE-WDS Bid must be made upon prescribed forms attached in these Contract Documents. Only ' sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. All sales tares which might lawfully be assessed against the City are to be paid by the Contractor from the monies obtained in satisfaction of his Contract, it being understood by the bidder that the bid prices submitted shall include the cost of such taxes. All blank spaces in the bid must be filled in and no change shall be made in the I phraseology of the bid, or addition to the items mentioned therein. Any conditions, limitations or provisions attached to bids will render them informal and may be considered cause for their rejection. Extensions of quantities and unit prices shall be carried out to the penny. I13-8 PRICES The price submitted for each item of the work shall include all costs of whatever nature Involved in its construction, complete in place, as described in the Plans and Specifications. I13-9 APJ'BOXIMA IE QUANTITIES In cases where any part or all of the bidding is to be received on a unit price basis,the quantities stated in the bid will not be used in establishing final payment due the 'J successful Contractor. The quantities stated on which unit prices are so invited are q P � approximate only and each bidder shall make his own estimate from the plans of the ! quantities required on each item and calculate his unit price bid for each item accordingly. Bids will be compared on the basis of number of units stated in the bid. Such estimated quantities,while made from the best Information available,are approximate only. Payment J of the Contract will be based on actual number of units installed on the complete work. j� i � IB-10 LUMP SSIMJIBMS i Payment for each lump sum item shall be at the lump sum bid for the item, complete in j place,and shall include the costs of all labor, materials,tools and equipment to construct the item as described herein and to the limits shown on the Plans. IB-11 S1IBMISSM-OEBIRS i The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked "1997 Boonville Road Sanitary Sewer Project, Project No.31024." LTEBNAIEBIQS IB-12 A In making the award,if alternate bids have been requested,the alternate bid which will be In the best interest of the City will be used. IB-13 YVITHDRAWAL_OF_-BIDS i If a bidder wishes to withdraw his bid, he may do so before the time fixed for the opening, without prejudice to himself. No bidder may withdraw his bid for a period of ninety(90) days after the scheduled closing time for the receipt of bids. J No bids received after the time set for opening for bids will be considered. j IB-14 RIGHT TO REJECT-MDS The City reserve the right to reject any or all bids, to waive any informality in the bids �t received,or to accept the bid or bids that in its judgement will be in the best interests of the i City of Jefferson. y. I I13-15 AWARD OF CONTRACT If, within seven (7) days after he has received notice of acceptance of his bid, the successful bidder or bidders shall refuse or neglect to come to the office of the Director of Public Works and to execute the Contract and to furnish the required Performance and Payment Bonds and Insurance, properly signed by the Contractor and the Surety and i Sureties satisfactory to the City of Jefferson as hereinafter provided,the bidder or bidders J shall be deemed to be in default and shall forfeit the deposit. { t i J { .�....,.�ir:rs xrll:SU',.•r .• ,.,.,......4f UtSfT:rM'ab vKw�. ..r.\.. su...v..w ..u...,..-T......,...�..+n....wr,.. ..-'_-- _.. .....,T.._..�... - "^^R" O II i I I I13-16 L'EREORMAI!I_CEJANDLIWYMENLBOND ` A Performance and Payment Bond in an amount equivalent to one hundred percent (100%)of the Contract price,must be furnished and executed by the successful bidder or ^ bidders. A form for the bidders use is contained in these Contract Documents. The issuing Surety shall be a corporate Surety Company or companies of recognized standing licensed to do business in the State of Missouri and acceptable to the City of Jefferson. IB-17 INDEMNIFICATION-ANWNSURANCE The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss of or damage to property, including loss of all judgments recovered therefore, and from all expense in defending said claims, or suits, including court costs,attorney fees and other expense caused by any act or omission of the Contractor and/or his subcontractors, their respective a( ents, servants or employees. _ The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance outlining the coverage provided. IB-18 BID_SEC-U.RLr1LREIUBNED_T_0_SIWCES;zEU1.BIDDER ,J Upon the execution of the Contract and approval of Bond,the Bid Security will be returned ^ to the bidder unless the same shall have been presented for collection prior to such time, J in which case the amount of the deposit will be refunded by the City. IB-19 N_ONDISCRIMINATIONJN-EMAJ-O_YMENT J Contracts for work under this bid will obligate the Contractor and subcontractors not to 5 discriminate in employment practices. J IB-20 PREVAtUNG WAGE LA The principal contractor and all subcontractors shall pay not less than the prevailing wage hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri, pursuant to i Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, 1959 and -, as last amended in 1993. (See Determination included herewith.) f • I J . . .......::. .i.Y.:.:':4'•..:+ruY!::i�xYJ Y'�......, •.. ,,..,.r.vu.v-.......r...�..•...w...e,. ...._...__._... S f s i ' � 1 ,.a IB-21 GUARANIEE I I The Contractor shall guarantee that the equipment, materials and workmanship furnished under this contract will be as specified and will be free from defects for a period of one year from the date of final acceptance. In addition,the equipment furnished by the Contractor shall be guaranteed to be free from defects in design. i -� Within the guarantee period and upon notification of the Contractor by the City, the j Contractor shall promptly make all needed adjustments, repairs or replacements arising out of defects which, in the judgment of the City become necessary during such period. i _ The cost of all materials, parts, labor, transportation, supervision, special tools, and supplies required for replacement of parts, repair of parts or correction of abnormalities shall be paid by the Contractor or by his surety under the terms of the Bond. _ I J The Contractor also extends the terms of this guarantee to cover repaired parts and all replacement parts furnished under the guarantee provisions for a period of one year from the date of installation thereof. If within ten days after the City gives the Contractor notice of defect,failure, or abnormality of the work,the Contractor neglects to make,or undertake with due diligence to make,the -, necessary repairs or adjustments, the City is hereby authorized to make the repairs or adjustments itself or order the work to be done by a third party,the costs of the work to be {,,• paid by the Contractor. JIn the event of an emergency where, in the judgment of the City delays would cause serious loss or damage, repairs or adjustments may be made by the City or a third party -1 chosen by the City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. IB-22 NO-TLCE TOGO—EEQ ' A written notice to begin construction work will be given to the Contractor by the City of Jefferson within ten(10)days z fter the Contract is approved by the City Council. The time -� for completion of the project shall begin to run on the date established in this notice. IB•23 W.1BK S-CMIXlLE I i To insure that the work will proceed continuously through the succeeding operations to its completion with the least possible interference to traffic and inconvenience to the public, the Contractor shall, at the request of the City, submit for approval a complete schedule of his proposed construction procedure,stating the sequence in which various operations j of work are to be performed. J rt r V iB-24 CONTRACT TIME The contact time shall be fifty(50)working days. IB-25 LIQUIDATED-DAMAGES Liquidated damages shall be assessed at the rate of $500 per day until the work Is complete, should the project not be completed within the contract time. 1 l 1 � r r s i r p J f. r f i R S J i J+ 4. fi{t i ti l� i 7Y s 3'r f 1. l t ti it ...r • 1 r. f i 9� i4 t rt Kt. 7 rI 7 + Name of j Bidder Offtl a na v('_Q UCH 17 cn y erec Ln, In(P. � n j Address of Bidder,5// (. al e r.1C a Dr. Jf �e✓SCrI L mo 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 J thereto; and being acquainted with and fully understanding (a)the extend and character of the work covered by this Bid;(b)the location, arrangement, and specified requirements for the proposed work; (c)the location, character, and condition of existing streets, roads, highways, railroads, pavements,surfacing,walks,driveways,curbs,gutters,trees,sewers, utilities,drainage courses,structures, and other installation,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 (1) all other factors and conditions affecting or which may be affected by the work. HEREBY PROPOSED to furnish all required materials, supplies, equipment, tools, and plant;to perform all necessary labor and supervision; and to construct, install, erect, and complete all work stipulated, required by, and in accordance with the proposed contract documents and the drawings, specifications, and other documents referred to therein(as _! altered,amended,or modified by addenda)in the manner and time prescribed and that he will accept in full payment sums determined by applying to the quantities of the following items,the following unit prices and/or any lump sum payments provided, plus or minus any j special payments and adjustments provided in the specifications and he understands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work shown on the drawings and described in the i specifications, and that increases or decreases may be made over or under the Contract estimated quantities to provide for needs that are determined during progress of the work j. _� and that prices bid shall apply to such increased or decreased quantities as follows: i ALTERNATE BID AND SUBCONTRACTORS The Contract may provide for altemates for storm sewer pipe at the Contractors discretion. The Bidder shall state in the spaces below whether he intends to use corrugated metal pipe or reinforced concrete pipe for Storm Sewers where an alternate is allowed. If the Bidder intends to use any subcontractors In the course of the construction, he shall j list them. i J TIME OF COMPLETION The undersigned hereby agrees to complete the project within fifty (50) working days, subject to the stipulations of the regulations of the Contract and the Special Provisions. "1 It is understood and agreed that if this bid is accepted,the prices quoted above include all applicable state taxes and that said taxes shall be paid by the Contractor, � The undersigned, as Bidder, hereby declares that the only persons or firms interested in the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this bid or in the Contract to be entered into; and this bid is made without connection with any other person,company,or parties making a bid;and that it is in all respects fair and in good faith, without collusion or fraud. The undersigned agrees that the accompanying bid deposit shall become the property of the Owner, should he fail or refuse to execute the Contract or furnish Bond as called for _I In the specifications within the time provided. J r If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within sixty(60)days after the date of opening of bids, or any time thereafter before this bid is withdrawn,the undersigned will,within ten(10)days after the date of such mailing,telegraphing, or delivering of such notice, execute and deliver a Contract in the Jform of Contract attached. J I , j CITY OF JEFFERSON PAGE 1 ITEMIZED BID FORM BOONVILLE ROAD SANITARY SEWER PROJECT PROJECT NUMBER 31024 ITEM APPROX. UNIT „ NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 13.00 �'7� 30.00 1.00 2"PVC SANITARY SEWER PIPE"FORCE MAIN'(IN PLACE) LF 1310 2.00 2"PVC'LONG"SINGLE SERVICE CONNECTION 2'PRESSURE LINE EA 5 ova m (IN PLACE•PUSHED) j I! 3.00 2"PVC'SHORT'SINGLE SERVICE CONNECTION 2"PRESSURE LINE EA 7 dop-00 -noon-� (IN PLACE-TRENCHED) 4.00 2"END OF LINE CLEAN OUT&PIG LAUNCH PORT(IN PLACE) EA 2 �Q 4) 6 •00 5.00 8'SANITARY SEWER PIPE(IN PLACE) LF 2553 J n^^ ^^ 6.00 8"DUCTILE IRON PIPE(IN PLACE) LF 75 30•o0 .-�„26D.� 7.00 STANDARD MANHOLE(0'-6') EA 20 �1.00 1 8.000 f 8.00 ADDITIONAL DEPTH MANHOLE(OVER 6') VF 26.72 7,on a OQ� .Oct 9.00 STANDARD OUTSIDE DROP(2') EA 2 a75.C)o ss-a- z 10.00 ADDITIONAL DEPTH OS DROP VF 2.04 ?.?5.00 45q.00 ! r, 11.00 CONNECTION TO EXISTING MANHOLE EA 2Q l�Q r700-Cr :J 12.00 STANDARD LAMPHOLE EA 2 356-W 700-M 13.00 CONCRETE ANCHORS EA 3 175.00 525.00 14.00 CONCRETE ENCASEMENT LF 20 .2500 600. 0 15.00 6'PCC RESIDENTIAL DRIVE APPROACH REPLACEMENT SY 83 1.00 83.00 16.00 6"PCC DRIVE REPLACEMENT SY 29 1.00 17.00 TYPE"A"CURB&GUTTER REPLACEMENT LF 5D -N-00 � i J 18.00 4"PCC SIDEWALK REPLACEMENT SY 7.0 �.n� �73•UO 19.00 SHOT ROCK BLANKET SY 108 �F).nn 1,(Q2DLo -� 20.00 TRENCH ROCK EXCAVATION"ESTIMATED-(BLASTING PERMITTED) CY 25 _sd ,nd) 21.00 TRENCH ROCK EXCAVATION'ESTIMATED-(MECHANICAL METHOD) CY 65 ion,on to,-m.Q7 I 22.00 SEEDING&MULCHING LF 1709 5•(ln R,�S�S QD i 23.00 CONSTRUCTION SIGNING LS --• TOTAL BID J } I r. t } I { . i a l � -�,. The undersigned hereby designates as his office to which such notice of acceptance may be mailed,telegraphed, ordelivered: 15II Ga4 way 1kive 7-eg',-o-Son O L1, MG b5169 It is understood and agreed that this bid may be withdrawn at any time prior to the scheduled time for the opening of bids or any authorized postponement thereof. Attached hereto is a Bid Bond for the sum of ($ -� Dollars(cashier's check), make payable to the City of Jefferson. i Signature of Bidder: If an individual, , doing business I i as If a partnership, , member of firm. by I ., Ifcorporation, 'Q ol n e. I . Title P43,-01 er7� SEAL BusinessAddressof Bidder If Bidder is a corporation, supply the following information: M State in which incorporated_ _I i i i 55 ou r i Name and Address of Its: �t President �Ob ( ,I PvenQ2r 6Pn4Y-61)n , (nO Secretary �Q 111.1Q fii!) Date 11 n/1 I ./� 45, lqq I n i -__,13 BOND I t Conforms with The American Institute of Architects,A.I.A.Document No.A-310 KNOW ALL BY THESE PRESENTS,That we, STERLING EXCAVATION & ERECTION INC. I - 51 1 GATEWAY JEFFERSON CITY, MO. 65109 as Principal,hereinafter called the Principal, and the SAFECO INSURANCE COMPANY OF AMERICA i I of KANSAS CITY,MO. a corporation duly organized under the laws of the State of Washington as Surety,hereinafter called the Surety,are held and firmly bound unto CITY OF JEFFERSON CITY,MO. 320 E. MCCARTY ST. JEFFERSON CITY, MO. 65101 as Obligee,hereinafter called the Obligee, in the sum of 5% of Bid Amount--------------- --- ----------------------------------------- Dollars(S 5%of Bid Amount ) ,for the payment of which sum well and truly to be made,the said Principal and the said —Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. H the Principal has submitted a bid for BOONVILLE ROAD SANITARY SEWER PROJECT NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the iPrincipal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 25TH day of March 1997 STERLING EXCAVATION & ERECTION, INC. (Seal) Witness / Principal Title Witness SAFECO INSURANCE COMPANY OF AMERICA 1 By /YIh Q BRENDA LINZE Attorney-in-Fact i J•00541GEEF 11x7 . It. s` 7' POWER SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA , OF ATTORNEY HOME OFFICE:SAFECO PLAZA r� ®© SEATTLE,WASHINGTON B818e No. 752 ALL BY THESE PRESENTS: bat SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington cNorporation does each hereby appoint _ SUE CAMARILLO, Kansas City, Missouri ; BRENDA LINZE, Blue Springs, Mlssourl; ROGER FEASTER, Lee' Summit , Mlssourl; DALE A. GEBAUER, Raymore, Mlssourl ; JANICE A, SPARKE, Prairle VIIlogo, Kansas; ANN BRESHEARS, Lee's Summit, Missouri; STEVEN M. LANGE, Leawood, Kansas"MMNNMMNMMMMNMNN is true and lawful attorney(s)-in-fact. with full authority to execute on its behalf fidelity and surety bands or undertakings and other jocuments of a similar character Issued in the course of its business, and to bind the respective company thereby. 'N WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each ° executed and attested these presents j this 14 day of November 19 96 I �l CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA IArticle V. Section 13. - FIDELITY AND SURETY BONDS . the President, any Vice President, the Secretary, and any Assistant Vice resident appointed for that purpose by the officer In charge of surety operations, shall each have authority to appoint individuals as ttorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business . . . On any instrument making or evidencing iuch appointment. the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking If the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, hat the seal shall not be necessary to the validity of any such instrument or undertaking.' { Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970, On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (1) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is In full force and effect —he signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." -^I, R. A. Plerson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, !do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and -Jof ■ Power of Attorney Issued pursuant thereto, are true and correct. and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. 1IN WITNESS WHEREOF, I have hereunto set my hand and affixed the fa-csimile seal of said corporation this day of ///��� 19 q. J S•0741EP 1190 O Registered trademark of SAFECO Corporation. r a' `T 4 -� ANTI-COLLUSION STATEMENT �,.,.,. STATE OF l (l sSDCI r ) COUNTY OF w' 1b being first duly sworn, deposes and says that he is 1-ee�7iC• en4 of TITLE OF PERSON SIGNING NAME OF BIDDER that all statements made and facts set out in the bid for the above project are true and correct; and that the bidder(the person,firm, association, or corporation making said bid) has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid of any contract which result from its acceptance. Affiant further certifies that bidder is not financially interested in,or financially affiliated with, any other bidder for the above project. { J (BY) Sworn to before me this day of 19�`� r NOTARY PUBLIC h TANYA RAE NJLT Notary r L'bllc-fdo ary Seal STAite(?r= URI County of Cole My commission expires: M'Commission Expires:March 22,1998 MIAt i ,__/!,''"O �.QI�Tg®CTOR'S AFFIDAILLI • - 1 This affidavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted. STATE OF f iI�SSOL(/ r j COUNTY OF I D 1 The undersigned, of lawful age, being first duly sworn states upon oath that he is of G _ r Q Q n Ce On, the contractor submitting the attached bid,that he knows of his own knowledge and states it to be a fact that neither said bid nor the computation upon which it is based include any amount of monies, estimate or allowance representing wages, moneys or expenses, ' however designated, proposed to be paid to persons who are not required to furnish material or actually perform services upon or as a part of the proposed project. t i AFFIANT Subscribed and sworn to before me a Notary Public, in and for the County and State I r J aforesaid,this Z day of / /�h 19�'L_ J NOTARY PUBLIC I I f' TANYA RAE HOLT ; Notary Public OF NNotary Seal Cole.►/) Commis on Expire Cole My Commission Expires: des Marcr2,199s 4 t l I i I M�LQBI7Y_8UsjNES_8ENTERPRISE _STAIEMEItl.I I Contractors bidding on City contracts shall take the following affirmative steps that small,women owned,and minority business are utilized when Possible as sources of suppliers,services, and construction items. 1. Contractor's will submit the names and other information if any, about their MBE t sub-contractors along with their bid submissions. 2. Sufficient and reasonable efforts will be made to use qualified MBE sub-contractors when possible on City contracts. 3. Qualified small,women owned,and minority business will be included on solicitation lists as sub-contractors for City supplies, services, and construction. 4• Qualified small, women owned, and minority business vititl.b�s whenever f they are potential sources. henever i 5• When economically feasible, Contractors will divide total requirements into smaller tasks or quantities so as to permit maximum small,women owned, and minority business participation. I 6• Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small,women owned and minority businesses. I• 7. Contractor will use the services and assistance of the Small Business Administration, the Office of Minority Business Enterprise, and the Community J Services Administration. J 8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works. J ,{ Illy. MINORITY BUSINESS UMIZATION COMMITMENT A. The bidder agrees to expend at least two (2) % of the contract, if awarded, for Minority Business Enterprise (MBE). For purposes of this commitment, the term "Minority Business Enterprise"shall mean a business: ` - 1. Which is at least 51 percent owned by one or more minorities or women, or, j in the case of a publicly owned business, at least 51 percent of the stock of r which is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such Individuals. "Minority Group Member" or"Minority" means a person who is a citizen or lawful . permanent resident of the United States, and who is: 1. Black(a person having origins in any of the black racial groups of Africa); J 2. Hispanic(a person of Spanish or Portuguese culture with origins in Mexico, South or Central America, or the Caribbean Island, regardless of race); ! , 3. Asian American(a person having origins in any of the original peoples of the _ Far East, Southeast Asia,the Indian sub-continent,or the Pacific Islands); -� 4. American Indians and Alaskan Native(a person having origins in any of the original peoples of North America); i 5. Member of other groups,or other individuals,found to be economically and socially disadvantaged by the Small Business Administration under Section i 8(a)of the Small Business Act,as amended [15 U.S.C. 637(a)]. i . . 6. A female person who requests to be considered as an MBE,and who"owns" ;j and"controls"a business as defined herein. Minority Business Enterprises may be employed as contractors, subcontractors, or suppliers. ,. 6am t r t 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 Participation rtic' an tion ; Karen s Cons+ cti R�. Nw 5o E �pcae3��°., ��+.r, rn S coo 00 ac Total Bid Amount:_ Ia1,87�.6t� Total: 15opo.00 Percentage of Minority Enterprise Participation: _% 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 r( of Jefferson indicating the Minority Business Enterprise(s) it intends to use in conjunction with this contract. This written notice is due five days after notification to the lowest bidder. Certification that the Minority Business Enterprise(s) has executed a binding contract with the bidder for materials or services should be provided to the MBE Coordinator at the time the bidder's contract is submitted to the MBE Coordinator. Breach of this commitment constitutes a breach of the bidder's contract, if awarded. 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. t 6eywget- NAME OF AUTFJ6RIZED OFFICER DATE (C - ^N g' SIGNATURE OF AUTHORIZED OFFICER I t. J b AEEIDAVIT J COMPLIANCE WITH PREVAILIRG j WA -LAW Before me,the undersigned Notary Public, in and for the County of State of , personally came and appeared NAME POSITION of the NAME OF COMPANY (A corporation)(a partnership)(a proprietorship)and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions and requirements and with Annual Wage Order No. 43 issued by the Division of Labor Standards of Missouri on December 1996, in carrying out the contract and work in connection with the 1997 Boonville Road Sanitary Sewers Project, Project No. 31024 ,J located at Jefferson City in Cole County, Missouri, and completed on the day of SIGNATURE ( .., , Subscribed and sworn to me this day of , 19_ i NOTARY PUBLIC 4 My commission expires: I � i STATE OF MISSOURI ) -1 )ss J COUNTY OF ) J l , . f { -M"iS�®�.ri Of a or. tancaarus:" U­ b S?!" WAGE AND HOUR SECTION w p p`' I MEL CARNAHAN, Governor Annual -Vuvage "rder No . 3 . Section 026 COLE COUNTY —' 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 Labor and Industrial Relations Commission, P.O. Box 599, Jefferson —� City, Mo. 65102. 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, JP.O.Box 449, Jefferson City,Mo. 65102, 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. J V0 L olleen A.Baker,Director Division of Labor Standards 5 MAR 71996 Filed With Secretary of State: Last Date Objections May Be File Y APR ��'�Tp ��CF�T�.� Prepared by Missouri Department of Labor and Industrial Relations ti • i I I --Building Construction Rates for COLE County REPLACEMENT PAGE Section 026 j ecuvo Basic Over- GRAFTS Date of Hourly Time Holiday Fringe Benefit Payments Increase Rates Rates Rates H&W Pen. Vac. Appr.Tro Other j stns Workers 12/96 $25.46 55 28 3.22 4.97 { makers 9196 $21.35 57 7 3.25 3.00 0.16 b a ers•Slone Mason 9196 $15.60 59 7 2.30 1.85 0.15 rtl 1 Ca enters $15.68 60 7 2.05 1.50 0.17 moment Masons $17.56 9 3 1.66 Electricians jinside Wireman $19.21 28 7 2.05 3.00 10% 0.15 NEBF3% Communlcation Workers USE ELECTRICIANS INSIDE WIREMAN RATE levator Constructors 7/96 $23.92 26 54 3.845 2.19 a 0.005 !nears-Portable&Hoisting: Group 1 5196 $19.12 86 3 3.65 3.65 0.45 ANN.55 I Group II 5196 $19.12 86 3 3.65 3.65 0.45 ANN.55 Group III 5/96 S17.871 86 3 3.65 3.65 0.45 1 ANN.55 G III-A 5196 $19.12T 86 3 3.65 3.65 0.45 ANN.55 Grou IV 5196 $16,891 86 3 3.65 3.65 0.45 ANN.55 Grou V 5196 $19.821 86 3 3.65 3.65 0.45 ANN.55 Pi a Fitters c $24.25 91 3 TOTAL FRINGES$10.28 Glaziers $11.35 FED 0.45 0.28 0.45 HOL.18 Laborers Buildin I General 1 $13.051 110 7 2.301 1.50 0.40 First Semi-Skilled 1 $13.401 110 I 7 2.30 1.50 0.40 _ Second Semi-Skilled 1 $13.401 110 1 7 2.30 1.501 0.40 I t I I I I I Lathers-Melal,Wood I I USE CARPENTERS RATE - Linoleum Layers&Cutters I IUSE CARPENTERS RATE Marble Masons 9/96 I 1 $15.60 59 1 7 2.30 1.85 0.15 -IlAillwrights $16.43 60 7 2.05 1.50 0.17 f. Workers 8196 $16.87 11 8 2.87 5.30 0.25 tens I $15.501 18 7 1.00 I I I I Plasterers __ $16.73 94 5 1.63 1 Plumbers 1 $20.001 FED I 1 Pile Drivers I 1 $16.081 60 I 7 2.051 1.50 _ 0.17 Roofers 9196 1 $17.601 12 1 4 2.65 2.10 0.14 !Sheet Metal Workers 7/96 $18.39 40 23 3.16 2.18 0.29 ISASMI.71 1 I . '! S rinkier Fitters 1 $10.50 FED I Terrazzo Workers 9/96 $15.60 59 7 2.30 1.85 0.15 Tile Setters 9/96 $15.60 59 7 2.30 1.85 0.15 `i Truck Ddvers•Teamsters J Group 1 $14.25 101 5 1.75 1.75 Grou II $14.95 101 5 1.-75 1.75 Grou III S14.651 101 5 1.751 1.75 Grou IV $14.951 101 5 1.751 1.75 ,1 Traffic Control Service Driver $11.90 48 49 __o.a3i 6.481 0.23 HOL.41 Well Drillers USE BLDG CONST.ENGINEER GROUP 11 RATE Welders•Acet lens&Electric _ J -.ANNUAL INCREMENTAL INCREASE 'SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO.3 12/86 MEAN r ' I! 1 Building Construction Rates for COLE County Footnotes Section 026 T1�fect ve asic ver- CRAFTS Date of Hourly Time Holiday Fri n a Benefit Pa ments Increase Rates Rates Rates H&W Pen. Vac. A r.Tr Other i i .F Welders receive rate prescribed for craft performing operation to which welding is incidental. Use Building Construction Rates on Building(s)and All Immediate Attachments. Use Heavy Construction rates for remainder of project. For crafts not listed in Heavy Construction Sheets, use Rates shown on Building Construction Rate Sheet. i i �a-Vacation: Employees over 5 years-8%; Employees under 5 years-6% b-Annuity Trust-$2.00,MOST Program-$0.205, i All work over$3.5 million total Mechanical Contract-$24.25,Fringes$10.28 JAII work under$3.5 million total Mechanical Contract-$23.16, Fringes$9.78 J , ANNUAL WAGE ORDER NO. 3 3/96 -. a. . , v...,afar..+n�afn"Y} ;YL'Y;S21.0?iF%fs XHrw i I �) COLE COUNTY OVERTIME RATES BgD: Minimum requirement per Fair Labor Standards Act means time and one-half (155) shall be ' I paid for all work in excess of forty (40) hours per work week. 91 Eight (8) hours shall constitute a regtiilar 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 IIII and on Saturday shall be compensated at one and one-half (I%) times the regular pay. In the event time is lost during the work week due to weather conditions, the Employer may schedule work on 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 holidays. N0. 11: Means eight (8) hours shall constitute a day's work, from 8:00 a.m. to 5:00 p.m. j from Monday to Friday. Time and one-half (154) shall be paid for first two (2) hours Monday through Friday and the first eight (8) hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double (2) time rate. Double (2) time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays. ! NO. 12s Means the work week shall commence on Monday and shall continue through the -1 following Friday, inclusive of each week. All work performed in excess of forty (40) hours in one week, shall be paid for at the rate of one and one-half (IM) times the regular hourly I wage scale. All work performed within the regular working hours shall consist of a ten (10) i hour work day except in emergency situations. Overtime work and Saturday work shall be paid _i at one and one-half (I%) times the regular hourly rate. work on holidays and Sundays shall be paid at two (2) times the regular hourly rate. NO. 18: Means a work week shall consist of forty (40) hours beginning Monday and ending on J Friday. Any hours worked over forty (40) in this payroll period shall be paid at the rate j of time & one-half (154) . Saturday work will be paid at time & one-half (154) . Sunday and recognized holidays shall be paid at double (2) time even if the holiday falls on Saturday. -_I Saturday can be a make-up day, if needed, at straight time pay (provided it is not a holiday) . NO. 26: Means a regular working day shall consist of eight (8) hours, between 7:00 a.m. and 5:00 p.m., five (5) days per week, Monday to Friday, inclusive. Work performed on Saturdays, Sundays and before and after the regular working day on Monday to Friday, inclusive, shall *, be classed as overtime, and paid for at double (2) the rate of single time. Holidays shall be paid at the double (2) time rate of pay. NO. 28: Means eight (8) hours between 8:00 a.m. and 5:00 P.M. shall constitute a day's work five (5) days a week, Monday through Friday inclusive, shall constitute a work week. The Employer has the option for a workday/workweek or four (4) ten (10) hour days (4-101s) provided: -The project must be for a minimum of four (4) consecutive days. -Starting time may start as early as 7:00 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) . -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 ipaid at one & one-half (154) times the employee's regular rate of pay. All work performed j from 12:00 a.m. Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at J double (2) the straight time hourly rate of pay. NO. 401 Means eight (B) hours per day Monday through Friday shall constitute a forty (40) hour work week. The regular eight-hour working day can begin as early as 7:00 a.m. and end as late as 5:30 p.m. All hours worked on Saturday and all hours worked in excess of eight (8) hours but not more than twelve (12) hours during the regular working-week shall be paid for at one and one-half (155) times the regular hourly rate. All hours worked on Sundays and j holidays and all hours worked in excess of twelve (12) hours during the regular working day J shall be paid at double (2) time the regular hourly rate. Aw3026,oT ANNUAL WAGE ORDER NO. 3 PACE 1 OF 7 PAOE.S R r, I i NO. 481 Means the regularly scheduled work week shall be five (5) consecutive days, Monday through Friday or Tuesday through Saturday. Eight (8) hours shall constitute a day's work. Starting time for the first shift shall not be earlier than 7:00 a.m. nor later than 10:00 -� a.m. Forty (40) hours shall constitute a week's work. Overtime at the rate of time and one-half (1K) will be paid for all work in excess of forty (40) hours in any one work week. On the Monday through Friday schedule, all work-performed on Saturday will be time and one- "'j half (i%) unless time has been lost during the week, in which case Saturday will be a make I up. day 'to the extent of the lost time. On the Tuesday through Saturday schedule, all work performed on Monday will be time and one-half (136) unless time has been lost during the week, in-.which case Monday will be a make-up day to the extent of the lost time. Any work performed on Sunday will be double (2) time. If employees work on any of the recognized holidays they shall be paid time and one-half (I%) their regular rate of pay for all hours worked, in addition to their regular holiday pay. NO. 55: Means the regular work day shall be eight (8) hours between 6:00 a.m. and 4:30 P.M. The first two (2) hours of work performed in excess of the eight (8) hour work day, Monday through Friday, and the first ten (10) hours of work on Saturday, shall be paid at one & one-half (136) times the straight time rate. All work performed on Sunday, observed holidays and in excess of ten (10) hours a day, Monday through Saturday, shall be paid at double (2) the straight time rate. N0. 57: Means eight (8) hours per day shall constitute a day's work and forty (40) hours per week, Monday to Friday inclusive, shall constitute a week's work. The regular starting time shall be 8:00 a.m. When circumstances warrant, the contractor may change the regular workweek to four (4) ten-hour shifts at the regular straight time rate of pay. The first two (2) hours of overtime worked Monday through Friday and the first eight (8) hours on Saturday shall be paid at the rate of time and c.e-half (136) , 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 NO. 59: Means that except as herein provided, eight (8) hours a day (which may begin as i 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 wcrY.ed 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 (136) . All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double (2) time, The Employer has the option of working either five ( 5) eight hour days or.four (4) ten hour days to constitute a normal forty (40) hour work week. When the four (4) ten-hour work week is in 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) i 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 (a) hours or forty (40) hours per week. I 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 (a) per day or 40 per week shall be paid at time & one-half (I%) the hourly rate Monday through Friday. If an Employer is prevented from J 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 performed more than ten (10) hours per day or forty (40) J hours per week shall be paid at time & one-half (!A) the hourly rate Monday through Friday. If an Employer is working 10-hour days and loses a day due to inclement weather, he may work ten (10) hours Friday at straight time. NO. 86s Means the regular work week shall consist of five (5) days, Monday through Friday, beginning at 8:00 a.m. and ending at 4:30 p.m. All overtime work performed on Monday through Saturday 'shall be paid at time and one-half (1%) the hourly rate plus an amount equal to one- half of the hourly pension, welfare, and JATF contributions. All work performed on Sundays I and holidays shall be paid at double (2) the hourly rate plus an amount equal to the pension, welfare, and JATF contributions. A*3=.OT ANNUAL WAGS ORDER NO. 3 PAGE Z OF 3 PAGES i ' i ' Means eight (8) hours shall constitute a day's work in a time frame beginning as N0. 91: Mea early Mea a.m. and ending as late as 5:30 p.m. The work week shall be forty (40) hours s •" beginning Monday as early as 7:00 a.m. and ending Friday at 5:30 p.m. Employees shall ; a receive double (2) time for over eight (a) hours in a work day or for over forty (40) hours /""'``n a work week from Monday through Friday. Saturdays, Sundays and recognized holidays s15a11 e paid at the double (2) time rate of pay. f N0. 94: Eight (a) 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 (1}4) 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. ! N0. 101: Means eight (8) hours a day shall constitute a standard work day, and forty (40) hours per week shall constitute a week's work, which shall begin on Monday and end on Friday. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rate of time and one-half (15,4) (except as herein provided) . All time worked on Sunday and recognized holidays shall be paid at the rate of double (2) time. Starting time may be as early as 6:00 a.m, and end as late as 5:30 p.m. The Employer has the I option of working either five (5) eight-hour days or four (4) ten-hour days to constitute a normal forty (40) hour work week. When a four (4) ten-hour day work week is in effect, the standard work day shall be consecutive ten (10) hour periods between the hours of 6:30 a.m. I and 6:30 p.m. Forty (40) hours per week shall constitute a week's work Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make- i up day; straight time not to exceed ten (10) hours or forty (40) hours per week. All work i 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 (15/i) - when using a five (5) day eight (8) hour work week, and the job is down for any reason beyond the Employer's control, then Saturday may, at the _i 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. N0. 108: Means eight (8) hours shall constitute a day's work. The day shall begin at 8:00 -� a.m. 'and end at 4:30 p.m. Forty (40) hours shall constitute the work week, which shall begin Monday at 8:00 a.m. and end Friday 4:30 p.m. All time worked before and after established ork day of eight (8) hours, Monday through Friday, shall be paid at time and one-half (11.4) . `..l Saturday will be paid at time and one-half (1M) . All time worked on Sundays and holidays shall be paid for at the rate of double (2) time. N0. 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. -i on Friday. All work performed on Saturday, except as herein provided, shall be compensated at one and one-half (I%) times the regular hourly rate of pay for the week performed. All work performed on Sunday and on recognized holidays shall be compensated at double (2) the regular hourly rate of pay for the work performed. If an Employer is prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather H (rain and mud), Saturday or any part thereof may be worked as a make-up day at the straight -� time rate. The Employer shall have the option 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 I per week shall be paid at time and one-half (lih) 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 (15,4) the hourly rate Monday through Friday. If an Employer is working ten (10) hour days and loses a day due to inclement weather, they may work ten (10) hours Friday at straight time. -J Friday must be scheduled for at least eight (8) hours and no more than ten (10) hours at the straight time rate, but all hours worked over the forty (40) hours Monday through Friday will be paid at time and one-half (15,5) overtime rate. r� iAW30:6.OT ANNUM+ WAGE ORDER NO. 3 PAGE 3 OF 3 PAGES 5 1 ...• ..: IN HOLIDAY RATE SCHEDULE- BLTLDL'�G CONSTRUCTION Fourth of N0.Thanksgiving July, Day,Dy, 13 e f double ti e. enone of the Day and Christmas Day shnllbpnidat the rate ' ::abo're holidays falls on Sunday, the following Monday shall be observed. } ThanksgiyingwDay,pChrisrtmns DayNeorYthe,days observedias such, shall befpaidyat th odotuible time rate of pay. N0. 31 All work. done on New Year's Day, Decoration Day, July 4th, Labor Day, Veteran's enever Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. Memorial Day, Independence Dny, N0. 41 All work done on New Year's Day, If Labor Day, t the double time rate of pay. Thanksgiving and Christmas Day shall be paid a Y observed as the recognize above holidays fall on Sunday, Monday will be ized holiday. If any of the above holidays fall on Saturday, Friday will be observed as the recognized holiday. N0. 51 All work done on New Year's Day, Decoration Day, July 4th, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. ! N0. 6: All work done on New Y ar'sDaay, and myladditionaltholidaysywhicho�ray Day,bevmutually Day, Thanksgiving Day, y' whenever an such holiday falls agreed upon shall be paid at the double time rate ze pay. Y i on a Sunday, the following N.onday shall be recognized and observed as the holiday. H0. 71 All work done on and C4srstrasyLayeshalllbe pa d at the double�timeoratteyofVpaySBnIf Day, Thanksgiving Dny, a holiday falls on a Sunday, it shall be observed on the Monday. If a holiday falls on n _ Saturday, it shall be observed on the preceding Friday. i NO. 8r All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas, or days observed as such, shall be paid at the double time rate of pay. Thanksgiving H0. 9 s All work done on New Year's Day, Memorial Day, Fourth of July, Labor Done of the above and Christmas ! listed holidays f ailing on l Sunday s Y.allabetobservedeonitherfollowing Monday and paid at the ' double time rate of pay as all observed holidays. H0. S0g 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 J (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. No. Ili All work done on New Year's Day, Memorial Day, Christmas Day, Fourth of July, and be Thanksgiving Day shall be paid for at the rate of double t Veteran Sat Dayla d no work the dayaafter performed on Labor Day. Martin Luther King's Birthday, Thanksgiving Day shall be considered optional holidays, and if the employer and employees Jj agree that work will be performed on that day, no premium will be required. N0. 12� All work done on New Year's Day, Decoration Day, independence Day, Veteran's d any -II Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. y 1 no eircumetancea shallue ployeesnbe permitted following o shall be Labor Day. as the holiday. Under l 110. 131 All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day shall be paid at the rate of time and one-half- (1 1/2). NO. 141 All work done on Memorial Day, Fourth of July, Thanksgiving Day, Christmas Day and j New Year's Day shall be paid at the rate of time and one-half (1 1/2) . No work shall be done J on Labor Day. when a recognized holiday falls on Sunday, the following Monday is observed as the holiday. ANNUAL WAGE ORDER NO. 3 PAGE 1 OF S PAGES 7 Wa4di.8w) J t , f s ' f • t r lI No st on New Day, Decoration bIndependence y Thanksgiving allbepaid for a the rateofdouletie. No work shallbeperfrme and Christmas Day sh �4 on,Lobor Day. - a seven (7) recognized holidays: New Year's Day, Memorial Day, 161 There shell b T work independence Day, Labor Day, Armistice Day, Thanksgiving Day and Christmas Day. No work on any pretense.: shall be performed an Christmas Day, Labor Day, or Independence Day. Any 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 o! pay; New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, to be celebrated on either its national holiday or on the day after Thanksgiving, Thanksgiving Day and Christmas. 's Day, Memorial Day, July 4th, Labor Day, Veteran's Day, N0. 1 9, All work dons on New Year id at the Thanksgiving Day, the Friday hfollowinow f thekabovenholidaysrfnllss ona 6unday,btheafollowing Wen double time rate of pay. Monday shall be considered the holiday, and when one of the above holidays falls on s 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. N0. 19: All work done on New Year's Day, Memorial Day, July 4th, Labor The Day,loThanksgiving Day, and Christmas Day shall be paid at tcv double ed he or she has notified their supervisor on the Friday following Thanksgiving Lay p_ Wednesday preceding Thanksgiving Day. Labor N0. 20: All work done on New Year's Day, Memorial Day, Independence Day, When a Daid Thanksgiving Day and Christmas Lay shall be paid at the double time rate of pay. P holiday falls on Saturday, it shall be observed on Saturday. When a paid holiday falls on j Sunday, it shall be observed on Monday. J NO., 21: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, I Thanksgiving Day, Christmas Day, or days locally observed as such, shall be paid at the I double time rate of pay. If Saturday falls on a designated holiday, all hours worked shall be paid at the double time rate of pay. r' N0. 22: All work done on New Year's Day, yemorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, or days locally observed as such, shall be paid at the double time rate of pay. If a holiday falls on Saturday, Friday shall be observed; if it falls on Sunday, Monday shall be observed. N0. 23: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's i —i Day, Thanksgiving Day, Christmas Day and Sundays shall be recognized holidays and shall be _I paid at the double time rate of pay. When a holiday falls on Sunday, the following Monday shall be considered a holiday. NO. 24s All work done on Christmas Day, Thanksgiving Day, New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Presidential Election Day or days locally observed as such, and Sunday shall be recognized as holidays and paid at the double time rate of pay. j N0. 25. All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving, Christmas Day, Presidential Election Day or days locally observed as such, and Saturday and Sunday shall be recognized as holidays, I and shall be paid at the double time rate of pay. N0. 261 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 regular work days. If such a holiday occurs on Sunday it shall be observed on the following Monday. �j N0. 271 All work done on the following holidays or days observed as such shall be paid at the -.j double time rate of pay: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's _ Day, Thanksgiving Day and Christmas Day. f i ANNUAL WAGE ORDER NO. 3 PAGE 2 OF S PAGES i i ' - N0. 281 All work done on New Year's Day , Armistice Day (Veteran's Day), Decoration Day (Memorial Day), Independence Day (Fourth No of work shall on Labor Day shall when j / be paid at the double time rate of pay. the following Monday shall be )triple (3) time is paid. When a holiday falls on Sunday, . observed as the holiday. ,i t70. 291 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 Norwday observed as such for these holidays shall be paid at the double time rate of pay. shall be performed on Labor Day except when triple (3) time is paid. When a holiday falls i on Sunday, the following Monday shall be observed as the holiday. i no. 301 All work done on New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. s No work shall be performed on Labor Day except in special cases of emergency and only when triple (3) time is paid. when a holiday 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 holiday. N0. 311 All work done on New Year's Day, Washington's Birthday, Memorial Day, Fourth of July, Labor Day, Columbus Day, Veteran's Day, Thanksgiving atDay, the double time rate'ofgpny 9 Ifya Christmas Day, and Employee's Birthday rall 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. NO. 321 All work done on New Year's Day, me-morial 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 :ails on Sunday, the following Monday shall be observed 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 cn Saturday, the preceding Friday will be observed. N0. 341 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. the preceding Monday will be observed as a non- one of the above holidays falls on Tuesday, working holiday. when a holiday falls on Thursday, such as Thanksgiving, the following Friday will be observed as a ncn-working holiday. N0. 35t 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. N0. 361 All work done on Labor Day shall be paid at the double time rate of pay. N0. 371 All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Dny, Thanksgiving Day, Christmas Day, and such other days as may be declared legal holidays by the Federal Government shall be paid the double time rate of pay. N0. 381 All work performed on New Year's Day, Decoration Day (Memorial Day), Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veteran's Day (to be celebrated the day after Thanksgiving Day) shall be paid at the double (2) time rate of pay. In the event the holiday i should fall on a Sunday, the following Monday will be paid at the rate of double (2) time. �1 N0. 391 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 shall be a holiday, and any of these holidays falling on Saturday, the preceding Friday shall be a holiday. 1 N0. 401 All work done on a legal holiday shall be paid at the double time rate of pay. ANNUAL WAGE ORDER NO. 3 PAGE)OF S PAGES • 7 r , G No. 41: All work done on New Year's Day, Memorial Day, Thanksgiving Day and Veteran's Day shall be paid at the double time rate of pay. No work shall be done on Christmas Day, Fourth o! 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. i NO. 42: The following days shall be observed as legal holidays: New Year's Day, Memorial - Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day. No work ".iinder 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. N0. 43: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day (Nov. 11th) or mutually agreed 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 shall be observed on the preceding Friday. NO. 44: All work done on New Year's Day, Washington's Birthday, Decoration Day, Fourth of July, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rate of 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, Decoration Day, Independence Day, Labor Day, _ Veteran's Day, Thanksgiving :ay, 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 cn Saturday, the employer shall designate whether such holiday shall be observed on Friday Cr Monday. NO..46: All work done on New :'ear's Day, Memorial Day, Fourth of July, Thanksgiving Day, and j Christmas Day shall be paid at the two and one half (2 1/2) times rate of pay. NO WORX S'r.A_rL BE DONE ON LABOR DAY. Holidays falling on Saturday shall be observed the preceding Friday. Holidays falling on a Sunday shall be observed the following Monday. NO. 47: The following holidays are recognized: New Year's Day, Memorial Day, Fourth of July, 1 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. When 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 j referred to above shall be paid for at straight time when not worked and at double time plus J holiday pay when worked. _. NO. 48: All work done on New Year's 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. _j No. 49: The following days shall be observed as legal holidays and employees will receive eight (8) hours' pay at regular straight time hourly rate for each of these holidays: New Year's Day, Decoration Day, July 4th, Labor Day, Thanksgiving Day, Christmas Day, Employee's birthday and two (2) personal days. The observance of one (1) of the personal days to be 4 limited to the time between December 1 and March 1 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 `? employees work on any of these holidays they shall be paid time b one-half (13S) their regular rate of pay for all hours worked. J ANNUAL WAGE ORDER NO. 3 PAGE 4 OF S PAGES IL I i ^• "� NO. 50: All work done on New Year's Day, Good Friday, Decoration Day, Fourth of July, Labor j Day, Thanksgiving Day and Christmas Day shall be paid at the double (2) time rate of pay. •„.' t any Holiday falls on Sunday, the following Monday shall be recognized as the legal r^ oliday. N0. 51: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's i 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 I holiday shall be celebrated on that day. If the holiday falls on Sunday, the holiday will be celebrated on Monday following. j 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 wor). performed on these recognized holidays. N0. 53: All work done on New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Christmas Day or days observed as such for these holidays shall be paid at the double (2) j time rate of pay. No work shall be performed on Labor Day except when triple (3) time is j paid. when a holiday falls on Sunday, the following Monday shall be observed as the holiday. when a holiday falls on Saturday, the preceding Friday shall be observed as the holiday. j NO. 54: All work done on New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rate of pay. when a holiday falls on Saturday, it shall be observed on Saturday. when i a holiday falls on Sunday, it shall be observed on Monday. NO. 55: All work done on New Year's Day, Independence Day, Labor Day, Memorial Day, j Thanksgiving Day, Day after Thanksgiving Day, Christmas Day and Two Floating Holidays (to be J designated by the Company) shall be compensated at time and one-half (I%) the regular rate I of pay. Should any of the above days fall on Sunday, the following Monday shall be i considered and observed as the holiday. Should any of the above days fall on Saturday, the j ^� preceding Friday shall be considered and observed as the holiday. NO. 56. All work done on New Year's Day, Decoration Day, Independence Day, Labor Day, _ November 11 (which shall be recognized as Veterans' Day), Thanksgiving Day, The Day after Thanksgiving day, and Christmas day shall be compensated at the double (2) time rate of pay. _f When an observed holiday falls on Sunday, the following Monday shall be observed as the j I holiday. No work shall be performed on Labor Day except in cases of emergency, but when work performed on this holiday, the employee shall be compensated at the triple (3) time rate of 1 . pay. I NO. 57: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans' Day (November 11), Thanksgiving Day, and Christmas Day shall be compensated at the double (2) time rate of pay. When any of these holidays fall on a Sunday, the following Monday shall be observed. NO. 58: A11 work performed on New Year's Day, Decoration Day (Memorial Day), Independence Day (Fourth of July), Labor Day, November 11th (Veteran's Day), Thanksgiving Day and i J 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. _j i. a ANNUAL WAGE ORDER NO. 3 PACE S OF 5 PAGES i J s ' � �r Heavy Construction Rates for COLE County REPLACEMENT PAGE Section 026 P, Ifective Ziasic Over- CRAFTS r. Date of Hourly Time Holiday Fringe Benefit Payments I r Increase Rates Rates Rates H&W Pen. Vac. r.Tr Other _ PENTERS -" t t F 5/96 journeymen $20.28 7 5 2.05 2.10 0.05 ' Mlllwri hts _ 5196 _$20.28 7 5 2.05 2.10 0.05 Pie Driver Worker 5196 $20.28 7 5 2.05 • 2.10 0.05 OPERATING ENGINEERS -- ' �II w1�Grou 1 5196 $18.30 5 5 3.65 3.65 0.42 ANN.55 r r `n�Group II I 5/96 _$17.95 5 5 3.65 3.65 0.42 ANN.55 Grou�lil _5/96 $17.?51 5 5 3.65 3.65 0-T2 ANN.55 -1 FGroup IV 5%96 1 $15.00 5 _5 _ 3.65 _3.65 0.42 ANN.55 LOiler-Driver 5/96 ; $15_0 5 _ _ 5_�3.65 3.651 ANN.5.55 ' �,~BORERS _•-_� •;--•�- �----..I-__-...._-. '-_ .-�--- • - -• I ' General Laborers '-"�-"-~--•--` -+---•---�_.-._.,--�- . ' _5/96 -; $17.30: 2 I 4 2.301 2.10' 0.40 --- Skilled Laborers - --- - --- --- -- , --------- 5/96 $17.90: 2_"__ 4 2.30 2.10 0.401 STRUCK DRIVERS-TEAMSTERS - ►-- ;Group I _�--__-_-_ -2.40j 2.00 1 ------y ..,,Group 11 i $17.9-57" 17.95 2 14 2 - - -------•-- �.ao 1 2.00; - i- -� u ill --------- ' ..-----•-----• ---- �-------- $17.94! 2 14 ! 2.40 2.00 I - I upIV -.�.._4-,_ 2.00 ---. .__..._ ..... . ....-_ -�--------' --- -------....._ _...c _2.40j.._..- t -ANNUAL INCREMENTAL INCREASE ANNUAL WAGE ORDER NO.3 7/96 : 9 :C i 1 I • OVERTIME RATE SCHEDULE - HEAVY CONSTRUCTION �? •.i 'a N0. 1: Means eight (8) hours shall constitute a normal day's work Monday through Friday. fr Projects may be worked on the basis of a ten (10) hour per day,- four (4) days a week schedule (Monday through Thursday). All hours worked over ten (10) hours per day or forty I (40) hours per week shall be paid at time & one-half M0. There are no provisions for make-up days on Friday or Saturday, work on these days will be paid at time and one-half (135). 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 150 hour window for forty (40) hours, provision. The Employer can work the carpenter employees up to ten (10) hours per day at straight time, until the employee reaches forty (40) hours in that week. Any time worked over the daily, make-up schedule (9 or 30 hours per day) and forty (40) hours per week, would be paid at time & one-half (135). 'The ability of the Employer to alter their work schedule from the regular eight 8) hours per day to nine (9) or ten (10) hours per day at straight time , is only applicable after the Employer on that job site has lost work hours which are to be made up by the expanded daily work hours. Tire & one-half (135) shall be paid for work performed on Saturdays. Double (2)time shall be paid for work performed on Sundays and recognized holidays. In such instances where a recognized holiday is observed during the work week, it shall be counted as eight (E) hours toward a forty (40) hour work week, then all work performed over and above 32 hours in that week would be paid at the rate of time & one- half (135). N0. 2: Means a regular work week c£ forty (40) hours will start on Monday and end on Friday. The regular work day shall he either eight (8) or ten (10) hours. If a crew is prevented form working forty (40) ho-:rs Monday through :Friday, or any part thereof, by S 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 are part of a regular crew on a rake-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 (135) shall be paid for all hours in excess of eight(8) hours per day (if working 5-81s) or ten (10) hours per day (if working 4-101s) ,or forty (40) hours per week, Monday through Friday. For all time worked on Satu:day (unless Saturday or any portion of said day is worked as make-up to complete forty hours), time and one-half (135) 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 (135). workers shall receive time and one- half (135) for all work performed on Sundays and recognized holidays. where one of the holidays falls or is observed d--ring the work week, then all work performed over and above thirty-two (32) hours shall be paid at time and one-half (135). iNO. 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 MO. workmen shall receive time and one-half (135) for all work performed on Sundays. NO. 5: Means a regular work week may be Monday through Thursday (if working 4-ID's) or Monday through Friday (if working 5.8's). Time & one-half (135) is paid when working in _ excess of ten (10) hours per day (if working 4.101s) and on Friday & Saturday- unless Friday and/or Saturday is used as a make-up day. Time & one-half (135) is paid when `j working in excess of eight (8) hours per day (if working 5.81s), and on Saturday unless Saturday is used as a make-up day. All Sunday work shall receive double (2) time pay. NO. 6: Means eight (8) hours shall constitute the regular work day and forty (40) hours a work week, Monday through Friday. The Employer shall establish the starting time as early as 7:00 a.m. Time and one-half (135) shall be paid for work performed on a regular work day before the regular starting time and after the regular quitting time. Double (2) time I shall be paid for work performed on Sunday and holidays. At the discretion of the Employer, Saturday can be used for a makeup day. -' ANNUAL WAGE ORDER NO. 3 1 ijb+bek/eimsoti ice/winword/wp5lconv/slltiles/4vyot.av3 3/96 J t .. OVERTIME RATE SCHEDULE - HEAVY CONSTRUCTION NO. 7s Means the regular work day shall be either eight (8) or ten (10) hours. The regular work week shall start on Monday and end on Friday, except where the Employer elects to work Monday through Thursday, ten (1b) hours per day. All work over ten (10) hours in a day or forty (40) hours in a -week shall be at the i . overtime rate of time and one-half (135). Except as worked as a make-up day, time on Saturday shall be worked at time and one-half (135) . Time on Sunday shall be worked at double (2) time the regular rate of pay. N0. 8: Means eight (8) hours shall constitute a regular workday, Monday through Friday. Time and one-half (135) shall be paid for work performed in excess of eight (8) hours on any regular workday. An Employer may have the option to schedule his workweek from Monday 1 through Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one day to be at the applicable overtime rate of time and one-half (135). If an Employer elects to work from Monday through Thursday and is stopped due to inclement weather (rain, snow, sleet falling) he shall have the option to work Friday at the straight time rate of pay to complete his forty (40) hours. However, should a holiday occur, Monday through Thursday, the Employer shall have the option to work Friday at the straight time rate of pay to complete his forty (40) hours. Time and one-half (135) shall be paid for work performed on Saturdays. Double (2) time shall be paid for work performed on Sundays and recognized holidays. N0. 9: Means eight (8) hours shall constitute a normal day's work Monday through Friday. Any time worked over eight (8) hours per day or forty (40) hours per week will be paid at time and ore•halfOH) rate. pork may be scheduled on a four (4) days a week (Monday through Thursday) at ten (10) hours a d:y schedule. If such schedule is employed, then Friday may be used as a make-up day when time is lost due to inclement weather. All work over ten (10) hours a day or over forty !40) Sours a week must be paid at time and one- __ half (135). If an Employer has started the work week on a five-day, eight-hours a day schedule, and due to inclement weather misses any time, then he may switch to a nine or ten hours a day schedule, at straight time, for the remainder of that work week in order to make up the lost time (10-hour make-up day). All work performed on Saturday shall be _ paid- at time and one-half (IM) . Double (2) time shall be paid for all time worked on Sundays and recognized holidays. In such instances where a recognized holiday is observed : during the work week; it shall be courted as eight (8) hours toward a forty (40) hour work �i 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 (1:5). No 10: Means-a regular work week may be Monday through Friday (if working 5.81s) or ` Monday through Thursday (if working 4.10's). Time and one-half (135) is paid when working in excess of ten (10) hours per day (if working 4.101s) Monday through Thursday. If the Employer elects to work from Monday through Thursday and is stopped due to inclement _! weather (rain, snow, sleet falling) he shall have the option to work, Friday at the straight time rate of pay to complete his forty (40) hours. All necessary overtime in excess of eight (8) hours per day and work performed on Saturday, shall be paid at time and one-half (135) the hourly rate. work performed on Sunday and recognized holidays shall be paid at double (2) the hourly rate. NO. 11s Means eight (e) hours shall be a regular work day beginning as early as 7:D0 a.m. Time and one-half (135) shall be paid for all overtime hours (over eight (8) hours per day or over forty (40) hours per week) worked during the week, Monday through Friday and for all work performed on Saturday. Double (2) time shall be paid for all time worked on Sunday and i recognized holidays. i I i ANNUAL WAGE ORDER N0. 3 ljb:bck/c,weoil ice/winword/wpSlecav/alliilee/hvyot.aw3 3/96 ;r ~t'I HOLIDAY RATE SCHEDULE-HEAVY CONSTRUCTION u No. 1: All work performed on New Year's Day, Decoration Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay, f When any of these bolidays fall on Sunday,the Monday following shall be observed as such holiday. j No.2: All work performed on New Year's Day,Decoration Day(Memorial Day),Independence Day -- (Fourth of July),Labor Day,Thanksgiving Day,Christmas Day,or days observed as such,shall be paid at the rate of time and one-half(1 S). When a holiday falls on Saturday, Friday shall be observed. ry; When a holiday falls on Sunday, Monday shall be observed. No work shall be performed on Labor Day except to save life or property. Where one of the bolidays specified falls or is observed during the work week,then all work performed over and above thirty-two(32)hours in that week shall be paid at the rate of time and one-half(I%). No. 3: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Christmas Day, or da}5 observed as such, shall be paid at the rate of time&one- half (l%). When a holiday falls on Sunday,it shall be observed on the following Monday. _1 No. 4: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, I Thanksgiving Day,Christmas Day, or days observed as such, shall be paid at the double time rate of pay. When a holiday falls on a Sunday,Monday shall be observed. ,J1 r No.5: All work performed on New Year's Day,Decoration Day(Memorial Day),Independence Day (Fourth of July),Labor Day,Thanksgiving Day,Christmas Day,or days observed as such,shall be paid at the rate of double 1(2)time. When a holiday falls on a Saturday,Friday shall be observed. When a holiday falls on a Sunday,Monday shall be observed. No work shall be perfomted on Labor except to rlsave He or property, where one of the holidays specified falls or is observed during the work week, then all work performed over and above thirty-two(32)hours in that week shall be paid at the rate of j 7 time and one-half(1%). No.6: All work done on New Year's Day,Decoration Day,Founh of July,Labor Day,Veteran's Day. -� Thanksgiving and Christmas shall be compensated at the double(2)time rate of pay. When a holiday occurs on Saturday,it shall not be observed on either the previous Friday or the following Monday. i Such days sball be a regular workday. If sucb a holiday occurs on Sunday,it shall be observed on the following Monday. No work shall be perforated on Labor Day. NO.7:All work done on New Year's Day,Memorial Day,Thanksgiving Day and Veteran's Day shall be paid at the double time rate of pay. No 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 sball be observed as such boliday. If a holiday falls on Saturday,it shall not be considered to be observed on the previous Friday or following Monday. Such days sball be regular workdays, _1 yj l ANNUAL WAGE ORDER NO.3 3/96 � s i ---..-._,,.-_-----.�...-�..-_ •---.---- --- -�-- - — _.-_,_------_.__..._ _-� .___ ter, . -. _ , f . I t. REPLACEMENT PAGE _ OUTSIDE ELEC7'R1C1A1\'S COAIMERCLkL WORK Tbese rates are to be used in the following counties: Adair, Audrain,Boone, Callaway, Camden. Carter. Chariton, Clark, Cole. Cooper, Crawford, Dent, Franklin, Gasconade,Howard Howell,Jron.Jefrerson.Knox,Lewis,Lincoln, Linn, Macon,Maries, Marion, Miller, Monitcau, Monroe, Montgomery, Morgan, Oregon, Osage, Pcrry, Pbelps. Pike, Pulaski,Putnam Palls,Randolph,Reynolds,Ripley.St.Charles,St.Francois,St.Louis City.St.Louis County,Ste.Genevieve,Schuyler,Scotland,Shannon,Sbclby,Sullivan,Texas,Warren, and Washington JClassifications Rate Effective I Date of Increase 4 � _ *Journeyman Lincman 523.02 9/96 *Lineman Operator $20.61 9196 °Groundtmn S16.32 9/96 Fringe Benefits Hcaltb&Welfare -$2.00 i Vacation Holiday Trust- 13'i:"/� National Electricians Annuity Plan-221,1' t a Apprenticeship&Training-3:4 of I M National Elcc.Ben.Fund-3"•0 LTILM'WORK Classifications Rate Effective Date of J E Increase 'Jourrcyrnan Lineman $22.61 9/96 -t "Lineman Operator 519.51 9/96 J "Groundman S15.10 9/96 Fringe Benefits Health&Welfare -32.00 Vacation Holiday Trust-10Y4% • National Electricians Annuity Plan- 19% Apprenticeship&Training-3/.4 of 1% f National Elec.Ben.Fund-3% J "ANNUAL INCREMENTAL INCREASE + r. x oursn rtr.M ANNUAL WAGE ORDER NO.3 9/96 a 1 E t 1 (f( REPLACEMENT PAGE - OUTSIDE ELECTRICIANS COMMERCIAL WORK• gVERTI1v1RALi :' Eight(8)hours shall constitute a work day between the hours of 7:00 a.m and 4:30 p.m,and forty(40)hours within five(S)days,Monday through Friday inclusive,shall constitute the work week. Work performed in the 9th and 10th hour,Monday through Friday;shall be paid at time and one-half(]%)the regular straight time rate of pay. Work performed outside these hours and j _ on Saturdays,Sundays and legal holidays shall be paid for at the rate of double(2)time. HOLIDAY RATE: All work performed on New Yeaes Day, Memorial Day, Fourth of July, Labor Day,Veteran's Day,Thanksgiving Day,Christmas Day,or days celebrated as such,sball be paid at the double time rate of pay. When one of the foregoing holidays falls on Sunday,it sball be celebrated on "j the following Monday. t r j ! . r'. Y•1 1 j t I' 1 J •f oursln"AWa ANNUAL WAGE ORDER NO.3 5/96 J y h `t � 1." Ir +.+rua+auR'r.niC��:fCN:'W r.u♦ ...- _. _...•-..,...»...«......w.... -•-.. __ 3 S ;' 1 ...� .. It i/ i ..I AEFJDA"Z01c4.MP-LU LCEeUBLIC-WORKS-CoNTRAC1tiLAW I,the undersigned, ,of lawful age, first being duly sworn, state to the best of my information and belief as follows: That I am employed as by a; 2. That was awarded a public works I contract for 1997 Boonville Road Sanitary Sewer Project, Project No. 31024. J 3. That I have read and am familiar with Section 290.290 RSMo(1993 Supp.) I 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. I I 4 4. That has fully complied with the provisions and requirements of Section 290.290 RSMo(1993 Supp,) I� FURTHER AFFIANT SAYETH NAUGHT. I AFFIANT I �1 Subscribed and sworn to before me this day of , 19 I I NOTARY PUBLIC I My Commission Expires: I STATE OF MISSOURI ) )ss " COUNTY OF ) ,. v^:...ate.•.,.,..:..._......... .. ..._,...«_�....�_.�.___...._. }t. { EXCES.SI-YE_UNEMPLOY-MENLEXCEP_TION CERT1EICATIO-N I,the undersigned, , of lawful age,first being duly sworn, state to the best of my Information and belief as follows: j 1. That I am employed as by 2. That was awarded a public works contract for 1997 Boonville Road Sanitary Sewer Project, Project No. 31024. , 3. That I have read and am familiar with Section 290.290 RSMo 1993 Su pp.) I - an act relating to public works contracts,which impose certain requirements j i 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 I' Missouri, which requires the employment of only Missouri laborers and laborers from non-restrictive states on public works projects or � improvements, an exception applies as to the hiring of J since no Missouri laborers or laborers from non-restrictive states are available or capable of performing ( i I I FURTHER AFFIANT SAYETH NAUGHT. AFFIANT f , Subscribed and sworn to before me this day of ' 19 J I NOTARY PUBLIC My Commission Expires: APPROVED BY: , io DIRECTOR OF PUBLIC WORKS CITY OF JEFFERSON, MO , , , t I _ CONSTRU_CTIO.N.CONTRACT � THIS CONTRACT, made and entered into this ��'�Iy of ?u- I_, 1997, by I and between Sterling n Excavation&Erection, Inc., hereinafter dalled"Contractor", and the City of Jefferson, Missouri, a municipal corporation, hereinafter called "City". WITNESSETH: That Whereas,the Contractor has become the lowest responsible bidder w -I for furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the following City improvements: 1997 Boonville Road Sanitary Sewer Project, Project No.31024. NOW THEREFORE, the parties to this contract agree to the following: 1. Manner-and-time-for-Completion. The Contractor agrees with the City to furnish _ all supervision, labor,tools,equipment, materials and supplies necessary to perform, and to perform, said work at Contractor's own expense in accordance with the contract 1 documents and any applicable City ordinances and state and federal laws, within fifty(50) working days from the date Contractor is ordered to proceed,which order shall be issued by the Director of Public Works within ten(10)days after the date of this contract. -' 2. P-revailing Wage-s. All labor utilized in the construction of the aforementioned r —, 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 J Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 3 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 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%:itf, the work to be performed under the terms of this contract. A copy of the record shall be delivered to the Director of Public Works each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City Ten Dollars ($10.00) for each workman employed,for each calendar day or portion thereof that the workman is paid less than the _I stipulated rates for any work done under this contract, by the Contractor or any J subcontractor under the Contractor. -, 3. Insurance Contractor shall procure and maintain at its own expense during the life of this contract: (a) Workmen's Gompensationlnsurance for all of its employees to be engaged J in work under this contract. i t i 7 (b) Contractoes._Pubiic.Liability-Insurance in an amount not less than$1,000,000 forall 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 i Insurance in an amount not less than $1,000,000 for all claims arising out of a single accident or occurrence and $100,000 for any one person in a single accident or occurrence. I (c) Automobile_Liability-insurance in an amount not less than$1,000,000 for all claims arising out of a single accident or occurrence and $100,000 for any one person in a single accident or occurrence, - (d) Owner's.Protective--Liability-.Insurance-The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City of Jefferson as the insured, in an amount not less than $1,000,000 for all claims arising out of a single accident or occurrence and$100,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted ! which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. (e) S.ub_contracts- In case any or all of this work is sublet, the Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and(c)hereof and in like amounts. _j (f) Scope_of-nsurancB and-SpecialJdazard. 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 j 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 i' in the performance of this contract. NOTE: Paragraph (f)is construed to require the procurement of Contractor's protective rl insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy(or rider attached thereto)of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. 4. -Contractoes"Responsibility—for S-ubcontrac tors. It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its 7 subcontractors,and of persons either directly or indirectly employed by them,as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all y,J subcontractors to Contractor by all the terms herein setforth, insofar as applicable to the J f work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. 5. Liquidated.Damages. The Director of Public Works may deduct $500 from any amount otherwise due under this contract for every day Contractor fails or refuses to prosecute the work, or any separable part thereof,with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated j damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 6. Termination. The City reserves the right to terminate this contract by giving at least five(5)days prior written notice to the Contractor,without prejudice to any other rights or i remedies of the City should the Contractor be adjudged a bankrupt,or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be J appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material,or if Contractor should refuse or fail to make prompt payment to any person supplying labor _ or materials for the work under the contract, or persistently disregard instructions of the City or fail to observe or perform any provisions of the contract. 7. City's_Right_.to_Proce.ed. In the event this contract is terminated pursuant to Paragraph 6,then the City may take over the work and prosecute the same to completion, , -� by contract or otherwise,and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, j appliances and structures as may be on the work site and are necessary for completion . of the work. The foregoing provisions are in addition to,and not in limitation of,the rights of the City under any other provisions of the contract, city ordinances, and state and 1 federal laws. B. Indemnity, The Contractor agrees to defend, indemnify, and save the City harmless from and against all claims, suits and actions of every description, brought against the City and from all damage and costs by reason or on account of any injuries or damages received or sustained by any person or persons,or their property, by Contractor, f its servants, agents or subcontractors in the construction of said work, or by any negligence or carelessness in the performance of the same, or on account of any act or omission of Contractor,its servants,agents,or subcontractors,or arising out of the award of this contract to Contractor. Z. rJ 1 s 9. PaymenLfoLLabor-and_Materials. The Contractor agrees and binds itself to pay for all labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. —' 10. Supplies. The Contractor is hereby authorized and directed to utilize the City's � sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062 RSMo 1986 as amended. Contractor shall keep and maintain records j and invoices of all such purchases which shall be submitted to the City. —' 11. Payment The City hereby agrees to pay the Contractor for the work done pursuant _ to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Director of Public Works and in accordance with the rates and/or amounts stated in the bid of Contractor dated March 25, 1997 which are by reference made a part hereof. No partial payment to the Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this contract shall not exceed One Hundred Twenty One Thousand Eight Hundred Seventy Two and 00/100($121,872.00) Dollars. j12. Contract-Documents. The contract documents shall consist of the following: I a, This Contract f. General Provisions f b. Addenda g. Special Provisions c. Information for Bidders h. Technical Specifications —� d. Notice to Bidders I. Drawings and/or sketches J e. Signed Copy of Bid This contract and the other documents enumerated in this paragraph, form the J Contract between the parties. These documents are as fully a part of the contract as if attached hereto or repeated herein. 13. Nondiscrimination. The Contractor agrees in the performance of this contract not to discriminate on the ground or because of race,creed, color, national origin or ancestry, . sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar provision in all �I subcontracts let or awarded hereunder. j J 14. Notices. All notices required to be in writing may be given by first class mail I{I addressed to the Director of Public Works City of Jefferson, 320 East McCarty,Jefferson I City,Missouri 65101,and Contractor at Sterling Excavation&Erection, Inc.,511 Gateway Drive, Jefferson City, MO 65109. The date of delivery of any notice shall be the second full day after the day of its mailing. t T 4 V :z I to 15. ,!!A[lssl[�ttQn. This agreement and every question arising hereunder shall be _1 interpreted according to the laws and statutes of the State of Missouri. i +J 16. I TE TIf1flONY WHEREOF,the parties have hereunto set their hands and seals this day of i CITY OF JEFFERSON, MISSOURI I Mayor I AZT/AS OR ATTEST: City Clerk ` l r CONTRACTOR Title: Prey 2 d er,+- ATTEST: f I Title: Seer'�a ! r. j J Y � t _. w.ra MS.•5,G4P4'+.S-'.'fr3X'TSSYk us'.r,�'�S,JtC�t. .. t _ �, S t{ 1 . ` 4 t 4 Vi f I AC41141 �URD.� CERTIFICATE OF LIABILITY INSURANCE MIDD/YYI j L 0411 411997 Pnoouctn 816-391.1000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 3•l ' ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ~; Alexander&Alexander Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1000 Walnut Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. j COMPANIES AFFORDING COVERAGE Kansas City MO 64106-2123 ( COMPANY I A TIG INSURANCE COMPANY _ INSURED 7� COMPANY ` �+ (� STERLING EXCAVATION&ERECTION,INC. B _FAIRMONT INSURAAVPPO- "'7� 511 GATEWAY COMPANY JEFFERSON CITY,MISSOURI 65101 C UNITED STATES FIRM 1 I COMPANY / D BUILDERS ASSN SELF COVERAGES 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO I TYPE OF INSURANCE POLICY NU BER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR I DATE(MM/DD/YYI DATE(MM/DDlYYI I B I GENERAL LIABILITY GL374101 36 07/19/1996 07/19/1997 GENERAL AGGREGATE _I 3 2,000,000 XX COMMEACIAL GENERAL^LIABILITY PRODUCTS•COMPIOP AGG 3 1,000,000 I t CLAIMS MADE I X J OCCUR PERSONAL&ADV INJURY 3 1,000,000 I I I OWNER'S&CONTRACTOR'S PACT EACH OCCURRENCE 1 1,000,000 I X XCU FIRE DAMAGE IA,one lire) 3 S0,000 IX Aggregate Per Project MED EXP(AnY one P—OM 3 S,000 A IIAUTOMOBILELIABILITY CA37410137 07/19/1996 07/19/1997 COMBINED SINGLE LIMIT 1 1,000,000 X ANY AUTO i L-1 ALL OWNED AUTOS BODILY INJURY 3 SCHEDULED AUTOS I (Per Parsan)X HIRED AUTOS BOOILY INJURY 1 1 ;NON-OWNEO AUTOS I(Per acwdan0 PROPERTY DAMAGE 13 GARAGE LIABILITY I AUTO ONLY•EA ACCIDENT 13 AN',AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT 13 1 • _ _ _-- I AGGREGATE 3 C EXCESS LIABILITY 553040627 07/19/1996 07/1911997 EACH OCCURRENCE I1 1,000,000 X UMBRELLA FORM I AGGREGATE 3 1,000,000 OTHER THAN UMBRELLA FORM 13 WC STATUTH•" D WORKERS COMPENSATION AND i 970457 01/0111997 12/3111 997 X I T-gRY EMPLOYERS'LIABILITY • O _ EL EACH ACCIDENT 13 1,000,000 j T'+E eROPRIETOR, X IfICL EL DISEASE•POLICY LIMIT 13 1,000,000 . PARTpERS EAECuTI'JE OF--CE-S ARE EXCL EL DISEASE•EA EMPLOYEE S 1,000,000 I I I DESCRIPTION OF OPERATIONSILOCATIONS'VEHICLES/SPECIAL ITEMS Project: 1997 Boonville Road Sanitary Sewer Project,Project#31024 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF JEFFERSON CITY,MD EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL ",1•+� 1 320 E MC CARTY STREET 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Y• `�/J EXCEPT 10 DAYS NOTICE FOR NON-PAYMENT. JEFFERSON CITY MO 64101 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE GMPANY, !]V AGEN OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Ln •!�� ALEXANDER &AL ANDER INC. K/ ACORD 25•S(1195) OACORD CORPORATION 1988 (@dS#83547 - I - r v , INSURANCE FRANCE B'N®ER ISSUE GATE IMAVODIVVI �tl ' �f 9-19-97 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE •�, ,'' SIDE OF THIS FORM. '- ER COMPANY BINDER NO. CIGNA Insurance Canpany 97-030 ,ierander & Alexander, Inc. EFFECTIVE EXPIRATION P.O. Box ]3647 DATE TIME DATE x TIME }{ AM 12:01 AM Kansas City, Mo 641.99 4-14-97 12:01 PM 6-14-97 NOON THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED CODE SU"ODE COMPANY PER EXPIRING POLICY NO. DESCRIPTION OF OPERATIONSIVEHICLESIPROPERTY(Including Location) INSURED Project: 1997 Boonville Road Sanitary Sterling Excavation & Erectim * Ses,er Project, Project #31024 I 511 Gateuey Jefferson City, Mo 65109 COVERAGES LIMITS TYPE OF INSURANCE COVERAGEJFORMS AMOUNT DEDUCTIBLE COINSUR. PROPERTY CAUSES OF LOSS BASIC BROAD }{SPEC. Per Canpany Fornts $121,872 1,000 � Builder s Risk Transit 100,000 Telmorary.Storage 100;.Q01L_ GENERAL LIABILITY GENERAL AGGREGATE $ .. COMMERCIAL GENERAL LIABILITY PRODUCTS—COMPIOP AGO. $ ' i CLAIMS MADE OCCUR PERSONAL 6 AOV.INJURY $ OWNER'S 8 CONTRACTOR'S PROT. EACH OCCURRENCE S - FIRE DAMAGE IAny one Ilro) S RETRO DATE FOR CLAIMS MADE: MED.EXPENSE(Any one Person) S OBILE LIABILITY COMBINED SINGLE LIMIT $ j ANY AUTO BODILY INJURY(Par person) S - ALL OWNED AUTOS BODILY INJURY(Par accident) S SCHEDULED AUTOS PROPERTY DAMAGE S A HIRED AUTOS MEDICAL PAYMENTS S I ' NON-OWNED AUTOS PERSONAL INJURY PROT. S GARAGE LIABILITY UNINSURED MOTORIST $ i S AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE COLLISION: STATED AMOUNT S OTHERTHANCOL: OTHER EXCESS LIABILITY EACH OCCURRENCE S UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION $ WORKER'S COMPENSATION STATUTORY LIMITS EACH ACCIDENT $ AND EMPLOYER'S LIABILITY DISEASE-POLICY LIMIT $ I _ DISEASE-EACH EMPLOYEE S SPECIAL CONDITIONSIOTHER COVERAGES j *their sub-contractors and sub-sub Contractors I and the City of Jefferson City, Missouri as their interests may appear NAME&ADDRESS MORTGAGEE ADDITIONAL INSURED LOSS PAYEE Vl\/ LOAN M AUTHORIZED REPRESENTATIVE --- - Alexander & Alexander Inc. ACORD 75.S(7!90)- OACORD CORPORATION 1990 i lip I i INSURANCE BINDER 14SSE DE -14 T97'M,OD/YYI THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. _�R COMPANY BINDER NO. .xander & Alexander, INc. TIG Insurance Company B97-029 � Y.O. Ecm 13647 DATE EFFECTIVE TIME DATExPIRATION TIME Kansas City, Mo 64199 4-14-97 12:01 AM 6-14-97 X 2.0I AM PM NOON THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED CODE SUB-CODE COMPANY PER EXPIRING POLICY NO. DESCRIPTION OF OPERATIONS/VEHICLES/PROPERTY(Including Location; INSURED Project: 1997 Boonville Road Sanitazy Sewer City of Jefferson City, Mo Project, Project #31024 320 E McCarty Street Cost: $121,872 Jefferson City, Mo 64101 Contractor: Sterling Excavating & Erection, I. 511 Gateway Jefferson City, Mo 65109 COVERAGES LIMITS TYPE OF INSURANCE COVERAGEIFORMS AMOUNT DEDUCTIBLE COINSUR, PROPERTY CAUSES OF LOSS BASIC BROAD SPEC, . GENERAL LIABILITY GENERAL AGGREGATE s2,000,000 " iCOMMERCIAL GENERAL LIABILITY Per Cangany Folln PRODUCTS—COMPIOP AGO. S CLAIMS MADE OCCUR PERSONAL A ADV.INJURY $ I X OWNER'S A CONTRACTOR'S PROT. EACH OCCURRENCE S1,000,000 . FIRE DAMAGE(Any one fire) S - PETRO DATE FOR CLAIMS MADE: MED.EXPENSE(Anv ona person) S OBILE LIABILITY COMBINED SINGLE LIMIT S ` ANY AUTO BODILY INJURY(Par person) s i ALL OWNED AUTOS BODILY INJURY(Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE S I HIRED AUTOS MEDICAL PAYMENTS $ " NON-OWNED AUTOS PERSONAL INJURY PROT. S ' GARAGE LIABILITY UNINSURED MOTORIST S S I .. AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE COLLISION: STATED AMOUNT S OTHER THAN COL: — OTHER I' EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION $ .i STATUTORY LIMITS i i WORI(ER'S COMPENSATION EACH ACCIDENT S AND EMPLOYER'S LIABILITY DISEASE-POLICY LIMIT S , DISEASE-EACH EMPLOYEE S SPECIAL CONDITIONSIOTHER COVERAGES -- — I I . NAME b ADDRESS MORTGAGEE ADDITIONAL INSURED LOSS PAYEE LOAN M AUTHORIZED REPRESENTATIVE Alexan & Al antler, Inc. (-r`1LrY ���� ACORD 75•S(7/90) _ �. ACORD CORPORATION 1990 I A � ` y { II ISSUE DATE(M MIDD/YYI t AllDARIO. INSURANCE SENDER 4-14-97 ! THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. t WZR(�CEn COMPANY BINDER NO. f 1 CIGNA Insurance Company 97-030 �exander & Alexandler, Inc. EFFECTIVE EXPIRATION P.O. Box 13647 DATE TIME_ DATE TIME }C Kansas City, MO 64199 4-14-97 12:01 6-14-97 x 2.01 AM PAM IA 1NOON THIS SINGER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED ^ CODE SUB-CODE COMPANY PER EXPIRING POLICY NO. DESCRIPTION OF OPERATIONS/VEHICLESIPnOPEnTY(including Location) INSURED Project: 1997 Boonville P.oad Sanitary ; Sterling laxcavaticn & 1'recticn * Saver Project, Project 031024 511 Gateway Jefferson City, Mo 65109 COVERAGES 1 LIMITS f TYPE.OF INSURANCE COVERAGE/FORMS AMOUNT DEDUCTIBLE COINSUR. PROPERTY CAUSES OF LOSS BASIC BROAD VPEC. Per Cmpany Forms $121,872 1,000 Builder's Risk Transit 100,000 Temporary Storage 100 OQ�_ GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS—COMP/OP AGO. S CLAIMS MADE OCCUR PERSONAL 8 ADV.INJURY $ OWNER'S 8 CONTRACTOR'S PROT. EACH OCCURRENCE $ FIRE DAMAGE(Any one fire) $ PETRO DATE FOR CLAIMS MADE: MED.EXPENSE(Any one person) $ .. 'z MOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO BODILY INJURY(Per person) E ALL OWNED AUTOS BODILY INJURY(Per accident) S SCHEDULED AUTOS PROPERTY DAMAGE $ r I HIRED AUTOS i MEDICAL PAYMENTS $ NON-OWNED AUTOS PERSONAL INJURY PROT. S GARAGE LIABILITY UNINSURED MOTORIST $ S AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE COLLISION: STATED AMOUNT S OTHER THAN COL: OTHER f EXCESS LIABILITY EACH OCCURRENCE $ l! UMBRELLA FORM AGGREGATE $ • OTHEn THAN UMBRELLA FORM PETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION 5 STATUTORY LIMITS WORKER'S COMPENSATION EACH ACCIDENT $ AND EMPLOYER'S LIABILITY DISEASE-POLICY LIMIT $ DISEASE-EACH EMPLOYEE $ SPECIAL CONDITIONS/OTHER COVERAGES *their sub-contractors and sub-sub contractors and the City of Jefferson City, Missouri as their interests may appear NAME&ADDRESS MORTGAGEE ADDITIONAL INSURED { LOSS PAYEE LOAN N AUTHORIZED REPRESENTATIVE Alexan/dam/ & Ale and Inc. ACORD 75•S(7190) CACORD CORPORATION 1990 t , a., , O`9�Ptl�Gb��• I ��, A➢^7,01�y�j�' ���� "'� -V_ ••--^ _ ISSUE DATE(MM/DDIYY)R 4-14-97 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM, PB CEn COMPANY ' t BINDER NO. xander & Alexander, INc. TIG Insurance Carpany 897-029 - .0. Box 13647 EFFECTIVE EXPIRATION Kansas City, Mo 64199 DATE TIME DATE TIME AM 4-14-97 1201 X 6-19-97 X 12:01 AM PM NOON CODE SUB•CODE COMPANY PER EXPIRING POLICY N NO.OVERAGE IN THE ABOVE NAMED I l INSURED DESCRIPTION OF OPERATIONSIVEHICLES/PROPERTY(Including Location) {{ City of Jefferson City, Mo Project: 1997 Bocnville Roil Sanitary Sewer 320 E McCarty Street Project, Project #31024 Jefferson City, Mo 64101 Cost: $121,872 Contractor: Sterling I�ccavating & Fsection, Ina 511 Gateway I. COVERAGES Jefferson City, Mo 65109 —•--- � I TYPE OF INSURANCE LIMITS PROPERTY CAUSES OF LOSS COVERAGE/FORMS AMOUNT DEDUCT ISLE COINSUR. BASIC BROAD SPEC. GENERAL LIABILITY GENERAL AGGREGATE $2,000,000 COMMERCIAL GENERAL LIABILITY Per Canpany Form PRODUCTS—COMP/OP AGO. $ j CLAIMS MADE OCCUR PERSONAL d ADV.INJURY $ �+ X OWNER'S d CONTRACTOR'S PROT. EACH OCCURRENCE S1,000,000 I FIRE DAMAGE(Any one tiro) S RL--TRO DATE FOR CLAIMS MADE: MED.EXPENSE(Anyone porsoa) $ �OBILE LIABILITY COMBINED SINGLE LIMIT $ ���ANY AUTO . ALL OWNED AUTOS BODILY INJURY(Per person) S SCHEDULED AUTOS BODILY INJURY(Per acdclonl) S + HIRED AUTOS PROPERTY DAMAGE S If{ NON-OWNED AUTOS MEDICAL PAYMENTS $ GARAGE LIABILITY PERSONAL 114JURY PROT. $ + I y UNINSURED MOTORIST $ AUTO PHYSICAL DAMAGE S DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE COLLISION: ' OTHER THAN COL: STATED AMOUNT $ EXCESS LIABILITY �-- OTHER EACH OCCURRENCE $ UMBRELLA FORM � . AGGREGATE S OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: ' SELF-INSURED RETENTION S WORKER'S COMPENSATION STATUTORY LIMITS AND EACH ACCIDENT $ EMPLOYER'S LIABILITY DISEASE-POLICY LIMIT S SPECIAL CONOITIONSIOTHER COVERAGES `-- DISEASE•EACH EMPLOYEE S NAME&ADDRESS MORTGAGEE ADDITIONAL INSURED LOSS PAYEE LOAN M AUTHORIZED REPRESENTATIVE Alexancj & A can r, Inc. ACORD 75-5 7/90 �ACORD CORPORATION 1890 i r , It Z' I ACORL?M CERTIFICATE OF LIABILITY INSURANCE DATEIMM/DDYYI D4/ DG' I vnoouctn 816.391.1000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Alexander&Alexander Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1000 Walnut Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, COMPANIES AFFORDING COVERAGE 1 Kansas City MO 64106.2123 COMPANY A TIG INSURANCE COMPANY COMPANY STERLING EXCAVATION&ERECTION,INC. B FAIRMONT INSURANCE CO 511 GATEWAY COMPANY ------------------- -- JEFFERSON CITY,MISSOURI 65101 C UNITED STATES FIRE INS CO COMPANY D BUILDERS ASSN SELF INS FUND COVERAGES TH15 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, —EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. L O TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ' DATE IMM/DD/YYI DATE(MM/DDIYY) LIMITS B _GENERAL LIABILITY GL37410136 07/19/1996 07/1911997 GENERAL AGGREGATE_ $ 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGO S 1,000,000 CLAIMS MADE(�OCCUR I PERSONAL&A_DV INJURY_ $ 1,000,000 _ OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE S 1,000,000 X XCU FIRE DAMAGE IAny ono Ilrol S 50,000 X Aggregate Per Project MED EXP IAny one Por ) A AUTOMOBILE LIABILITY CA37410137 07/19/1996 07/19/1997 X ANY AUTO COMBINED SINGLE LIMIT S 1,000,000 1 ALL OWNED AUTOS BODILY INJURY S SCHEDULED AUTOS IPnr Parson) j _ HIRED AUTOS i BODILY INJURY S NON-OWNED AUTOS (P.,acditml PROPERTY DAMAGE D GARAGE LIABILITY AUTO ONLY• ` i EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY: _--_ _ EACH ACCIDENT S AGGREGATE S C EXCESS LIABILITY 553040627 07/19/1996 07/19/1997 EACH OCCURRENCE S 1,000,000 X I UMBRELLA FORM AGGREGATE S 1,000,000 OTHER THAN UMBRELLA FORM S D WORKERS COMPENSATION AND 970457 01/01/1997 12/31/1997 XTL M T. O7H• EMPLOYERS'LIABILITY _ EL EACH ACCIDENT S 1,000,000 THE PROPRIETOR/ X INCL EL DISEASE•PDIICY LIMIT $ 1,000,000 PARTNERS/EXECUTIVE _ OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE S 11000,000 i I DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS Project: 1997 Boonville Rood Sanitary Sewer Project,Project#31024 j CERTIFICATE HOLDER CANCELLATION;.. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF JEFFERSON CITY,MO EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 320 E MC CARTY STREET 30 EPi 10 D BITTEN NOTICE FOR NON-PAYMENT. CERTIFICATE HOLDER NAMED TO THE LEFT, JEFFERSON CITY MO 64101 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE AMPANY. ITF ADEN OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE L!7 �aIN°� I ALEXANDER&ALEXANDER INC. ACORR.25•S 17198) QACORD CORPORATION 1988 (a7ds#83547 ti r `1 PEREOB MAN-CE,_P-YMEN_T_AND_GUARANTEE_BOND BOND //5856231 KNOW ALL MEN BY THESE PRESENTS,that we,the undersigned STERLING EXCAVATION & I ERECTION, INC. 511 GATEWAY DRIVE, JEFFERSON CITY, MO. 65109 — i SAFECO INSURANCE COMPANY OF AMERICA hereinafter, referred to as"Contractor"and I i a Corporation organized under the I laws of the State of WA and authorized to transact business in the I State of MO as Surety, are held and firmly bound unto the CITY OF JEFFERSON CITY, MO. hereinafter referred to as"Owner" ONE HUNDRED TWENTY ONE THOUSAND EIGHT HUNDRED in the penal sum of CFIIFAITV TWO AND NQ�,gg DOLLARS ($ 121,872.00 ), lawful money of the United States of America for the , payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors,administrators,successors,and assigns,jointly and severally by these presents. I i J THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; WHEREAS,the above bounded Contractor has on the day of , —� 19 entered into a written contract with the aforesaid Owner for furnishing all _ materials,equipment,tools, superintendence, labor, and other facilities and accessories, i for the construction of certain improvements as designated, defined and described in the said Contract and the Conditions thereof, and in accordance with the specifications and plans therefore; a copy of said Contract being attached hereto and made a part hereof: J1997 Boonville Road Sanitary Sewer Project Project No. 31024 NOW THEREFORE, if the said Contractor shall and will, in all particulars,well,duly and —� faithfully observe,perform and abide by each and every covenant, condition,and part of i 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. J , i i PROVIDED FURTHER,that if the said Contractor fails to duly pay for any labor,materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal • ° repairs,equipment and tools consumed or used in said work,groceries and foodstuffs,and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to be done, the Surety will pay the same in any amount not exceeding the amount of this Obligation,together with interest as provided by law: I- PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and ,a -r agrees that no change, extension of time, alteration, or addition to the terms of the contract, or the work to be performed thereunder,or the specifications accompanying the same, shall in any wise affect its obligation on this bond and it does hereby waive notice of any change,extension of time,alteration, or addition to the terms of the contract, or to the work, or to the specifications: PROVIDED FURTHER, that if the said Contractor fails to pay the prevailing hourly rate of wages,as shown in the attached schedule, to any workman engaged in the construction of the improvements as designated, defined and described in the said contract, specifications and conditions thereof, the Surety will pay the deficiency and any penalty provided for by law which the contractor incurs by reason of(his/its)act or omission,in any amount not exceeding the amount of this obligation together with interest as provided by law: IN TESTIMONY WHEREOF,the said Contractor has hereunto set his hand,and the said Surety has caused these presents to be executed in its name, and its corporate seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at KANSAS CITY, MO on this the day of 19 SAFECO INSURANCE COMPANY OF AMERICA STERLING EXCAVATION & ERECTION. INC. 6PANY R TY O CONTRACTOR t BY (SEAL) BY r3o( (SEAL) Dale A.Gebauer,Attorneyin-Fc�:i Dale A. Gebauer,Attorney-In-Fact BY and Mlssouri ResidentAflent (SEAL) BY and Missouri Resident Agent (SEAL) Attorney-in-fact (State Representative) J (Accompany this bond with Attomey-in-fact's authority from the Surety Company certified to include the date of the bond.) Ira mono J . t I II POWER SAFECO INSURANCE COMPANY OF AMERICA f GENERAL INSRANCE e�e��q OF ATTORNEY HOME OFF CEU SAFECO PLAAZAY OF AMERICA ' pAFE O SEATTLE.WASHINGTON 96105 I 7 No. 52 �4LL BY THESE PRESENTS: .-pat SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington cor oration does each hereby appoint "SpUE CAFAARILLO, Kansas CIIy, Missouri; BRENDA LINZE, Blue Springs, Missouri ; ROGER FEASTER, tee' SurrmlI, Mlssourl ; DALE A. GEBAUER, Raymore, Mlssourl ; JAN ICE A, SPARKE, Pro Ir10 Village, Cansas; ANN BRESHEARS, Lee's Summit , Mlssourl ; STEVEN M. LANGE, Leawood, KansasMMMNMMMMMMMMMMMM true and lawful attorneys)—in—fact, with full authority to execute on Its behalf fidelity and surety bands or undertakings and other Dcuments of a similar character Issued in the course of its business, and to bind the respective company thereby. My WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each kecuted and attested these presents v.l this 14 day of November 19 96 1 I —a CERTIFICATE i Extract from the By—Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: lcle V, Section 13. — FIDELITY AND SURETY BONDS . . the President, any Vice President, the Secretar y, and an y Assistant Vice osident appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as orneys—in—fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of Its business . On any instrument making or evidencing 1 such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking ( the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, at the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970, __Dn any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By—Laws, and (ii) A copy of the power—of—attorney appointment, executed pursuant thereto, and (iii) Certifying that said power—of—attorney appointment is in full force and effect, le signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." L R. A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, b hereby certify that the foregoing extracts of the By—Laws and of a Resolution of the Board of Directors of these corporations, and I i a Power of Attorney issued pursuant thereto, are true and correct, and that both the By—Laws, the Resolution and the Power of Attorney are still in full force and effect _ WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this day of 19 i.9741EP 1197 ®Registered trademark of SAFECO Corporation. " R r L I ,J GENERAL-PROVISIONS EOWARQ The following Articles GP-1 through GP-46 are "General Provisions of the Contract", modified as set forth in the Special Provisions. GP-1 CONTRACT DOCUMENTS It is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders, General Provisions, Special Provisions,Bid, Contract, Performance and One Year Guarantee Bond,Specifications,other documents listed in the Table of Contents and bound in this Volume. Plans, all Addenda thereto issued prior to the time of opening bids for the work, all of which are hereto attached,and other drawings, 1 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 t d be done and the mterials equ e defined as the Contract Documentsnt to be furnished. . All of these documents are hereby .i 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 ry for include the furnishing of all materials, labor,tools, equipment and supplies necessa constructing complete and ready to use the work specified. Materials or work described I in words which so applied have a well known technical or trade meaning shall be held to i refer to such recognized standards. The Contract shall be executed in the State and County where the Owner is located. p 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: Two with the Owner - One with the Contractor J GP-2 DEEINITIJORS L. Wherever any work or expression defined in this article, or pronoun used in its stead, occurs In these contract documents, it shall have and is mutually understood to have the meaning herein given: "Contract"or"Contract Documents"shall include all of the documents enumerated in the previous article. JAem OWN"= rtj. 'M .I l 2. "Owner","City",or words"Party of the First Part", shall mean the party entering into contract to secure performance of the work covered by this Contract and his or its duly authorized officers or agents. ...I 3. "Contractor"or the words"Party of the Second Part"shall mean the party entering into contract for the performance of the work covered by this contract and his duly authorized agents or legal representatives. 4. "Subcontractors" shall mean and refer to a corporation, partnership, or Individual j having a direct contract with the Contractor,for performing work at the job site. i 5. "Engineer"shall mean the authorized representative of the Director of Public Works, (i.e.,the Engineering Supervisor). 6. "Construction Representative" shall mean the engineering or technical assistant i duly authorized by the Engineer limited to the particular duties entrusted to him or j them as subsequently set forth herein. 7. "Date of Award of Contract"or words equivalent thereto,shall mean the date upon E which the successful bidder's proposal is accepted by the City. . 8. "Day"or"days", unless herein otherwise expressly defined, shall mean a calendar j day or days of twenty-four hours each. -� 9. "The work" shall mean the work to be done and the equipment, supplies and materials to be furnished under this contract, unless some other meaning is . r indicated by the context. j 10. "Plans" or"drawings" shall mean and include all drawings which may have been prepared by the Engineer as a basis for proposals, all drawings submitted by the i successful bidder with his proposal and by the Contractor to the City, if and when j — approved by the Engineer,and all drawings submitted by the City to the Contractor during the progress of the work, as provided for herein. j — 11. Whenever in these contract documents the words"as directed","as required","as -- permitted", "as allowed", or words or phrases of like import are used, it shall be understood that the direction,requirement,permission, or allowance of the City and Engineer is intended. 12. Similarly the words"approved", "reasonable", "suitable", "acceptable", "properly" "satisfactory", or words of like effect and import, unless otherwise particularly specified herein, shall mean approved,reasonable, suitable, acceptable,proper or satisfactory in the judgment of the City and Engineer. VA S j III , I A i I 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 t ' the City. j 14. "Missouri Highway Specifications" shall mean the latest edition of the "Missouri "I Standard Specifications for Highway Construction" prepared by the Missouri -� Highway and Transportation Commission. t , GP-3 THE CONTRACTOR It is understood and agreed that the Contractor, has by careful examination satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general local conditions,and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any ofi:cer, 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. The relation of the Contractor to the City shall be that of an independent contractor. GP-4 THE_ERGINEER The Engineer shall be the City's representative during the construction period and he shall i I 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 constriction is to the City to endeavor to protect defects and deficiencies in the work. Any plan or method of work suggested by the Engineer,or other representative of the City, - to the Contractor,but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor; and the J Engineer and the City will assume no responsibility therefore. GP-5 BOA Coincident with the execution of the Contract, the Contractor shall furnish a good and j 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 OIL . 1 1 . r-.., might in any manner become a claim against the City; (c) for the payment to the City of j all sums due or which may become due by the terms of the contract,as well as by reason of any violation thereof by the Contractor; and for a period of one year from and immediately following the acceptance of the completed project by the City,the payment to the City of all damage loss and expense which may occur to the City by reason of I 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. u All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the property sureties through a company licensed and qualified to operate in the state and approved by the City. Bond shall be signed by an agent resident in the state and date of bond shall be the date of execution of the contract. -� If at any time during the continuance of the contract the surety on the Contractor's bond becomes irresponsible,the City shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the City within ten(10)days -� after notice to do so. In default thereof, the contract may be suspended, all payments or money due the Contractor withheld, and the contract completed as hereinafter provided. GP-6 INSURANCE GP-6.1 GFSIERAL: ' The Contractor shall secure,pay for and maintain during the life of the Contract,insurance _J 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 j satisfactory to the City. The insuring company shall deliver to the City certificates of all insurance required, signed by an authorized representative and stating that all provisions of the following specified I requirements are complied with. i All certificates of insurance required herein shall state that ten(10)days written notice will i J be given to the City before the policy is canceled or changed. All certifications of insurance shall be delivered to the City prior to the time that any operations under this contract are started. All of said Contractor's certificates of insurance shall be written in an insurance company I authorized to do business in the State of Missouri. .. V yryb•1 I .�w......:zc+il::1.e'.-.vT' ...... . ... ...,. . .J i.:...u.w.....r..-..... ..».........,......................... .. ...,._-............�..�....�_........ «.......+w.. I GP-6.2 BODILY—INJURYLLIABILIIY–.&__PROP_ER'Ll(__DAMAGE_LIAB.ILITY -'� INSURANCE °I (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 C_()NTRAC_T_OR'_S_P.OTECMVE—BODILY—.INJ_URY_LIABILITY—& PROTECIjVE___pROP_ERTY___.DAMAGE.—LIABILITY INSURANCE: (COVERING OPERATIONS OF SUBCONTRACTORS) Contractors contingent policy providing limits of at least $100,000 per person and �) $1,000,000 per occurrence for bodily injury or death. "1 (2) Property Damage Liability providing limits of at least$1,000,000 per occurrence and j $1,000,000 aggregate. GP-6.4 CONTRACTUAL LIABILITY_ ' Property Damage coverage with$1,000,000 aggregate limit. GP-6.5 ONERS. PROTECTIVE_LIABILIZY AND�BOj?ERIY�AMAGE W INSURANCE The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage insurance issued in the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor i or his subcontractors in fulfilling this contract. The minimum amount of such insurance shall be the same as required for Bodily Injury Liability and Property Damage Liability Insurance. This policy shall be filed with the Owner and a copy filed with the Engineer. GP-6.6 EXCLUSIONS i The above requirements GP-1.2, 1.3, 1.5 for property damage liability shall contain no r exclusion relative to: (1) Blasting or explosion. (Consult Technical Specifications Part I for possible deletion of this requirement on subject project.) (2) Injury or destruction of property below the surface of the ground, such as wires, conduits, pipes, mains, sewers,etc.,caused by the Contractor's operations. J l (3) The collapse of,or structural injury to, any building or structure on or adjacent to the City's premises, or injury to or destruction of property resulting therefrom, caused by the removal of other buildings,structures,or supports,or by excavations below the surface of the ground. GP-6.7 AUT-0IVLOBILE BODILY_INJ.URY_LIABILITY&_AU-TOMOBILE-PROPERTY DAMAGE-LIABILITY_INSURANCE 1 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 lhired car and non-owned vehicle coverage or separate policy carrying similar limits. I The above is to cover the use of automobiles and trucks on and off the site of the ect.j ro p GP-6.8 EMPIQYER'S_LIABILIT_1LAND.WORKMEN'.S_COMPENSATION Employer's and Workmen's Compensation Insurance as will protect him against any and all claims resulting from injuries to and death of workmen engaged in work under this contract, and in addition the Contractor shall carry occupational disease coverage with statutory limits,and Employer's Liability with a limit of$100,000 per person. The"All State" —� endorsement shall be included. I In case any class of employees is not protected under the Workmen's Compensation Statute, the Contractor shall provide and cause such contractor to provide adequate employer's liability coverage as will protect him against any claims resulting from injuries i to and death of workmen engaged in work under this contract. GP-6.9 IN.STALLAT1Orl_F1 OATERINSURANCE ~ This insurance shall insure and protect the Contractor and the City from all insurable risks of physical loss or damage to materials and equipment, not otherwise covered under Builder's Risk Insurance,when in warehouses or storage areas,during installation,during testing and until the work is accepted. It shall be of the "All Risks" type, with coverage designed for the circumstances which may occur in the particular work included in this contract. The coverage shall be for an amount not less than the value of the work at completion, less the value of the material and equipment insured under Builder's Risk Insurance. The value shall include the aggregate value of the City-furnished equipment and materials to be erected or installed by the Contractor not otherwise insured under Builder's Risk Insurance. Installation Floater Insurance shall also provide for losses, if any, to be adjusted with and made payable to the Contractor and the City as their interests may appear. If the aggregate value of the City-furnished and Contractor-furnished equipment is less .. than $10,000 such equipment may be covered under Builder's Risk Insurance,and if so covered,this Installation Floater Insurance may be omitted. i i f GP-8 SUB_C.O.NTRACTS,_PRINCIPAL.MATERIALS_&..EQUIPMENT Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of the principal items of materials and equipment which he proposes to use in the construction of the project, The Contractor agrees that he is as fully responsible to the City for the acts and omissions of his subcontractors and of person either directly or indirectly employed by them as he is for the acts and omissions or persons directly employed by him. Any notices to the 7 Contractor shall be considered as notice to any affected subcontractors. Nothing contained in the Contract Documents shall create any contractual relation between 1 I any subcontractor and the City. No officer,agent or employee of the City,including the Engineer, shall have any power or 1 authority whatsoever to bind the City or incur any obligation in its behalf to any subcontractor, material supplier or other person in any manner whatsoever. GP-9 OTHER C- NTRACTS. The City reserves the right to let other contracts in connection with this work. The ^j 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. ti 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. iHis failure so to inspect and report all constitute an acceptance of the other contractor's work as fit and proper for the reception of his work, except as to defects which may develop in the other contractor's work after the execution of his work. -� Wherever work being done by the City's forces or by other contractors is contiguous to work covered by this Contract,the respective rights of the various interests involved shall Jbe established by the Engineer, in order to secure the completion of the various portions of the work in general harmony. _l GP-10 LEG.ALRESTRICTIONS, PERMITS AND REGULATIONS The Contractor shall procure at his own expense all necessary licenses and permits of a Jtemporary nature and shall give due and adequate notice to those in control of all properties which may be affected by his operations. Rights-of-way and easements for `} permanent structures or permanent changes In existing facilities shall be provided by the J 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. J I y GP-6.10 C_ONTRACTORS_RESPONSIBILITY_FO.R OTHER-LOSSES I For the considerations in this agreement heretofore stated,in addition to Contractor's other obligations, the Contractor assumes full responsibility for all loss or damage from any cause whatsoever to any tools owned by the mechanics, any tool machinery, equipment, or motor vehicles owned or rented by the Contractor's, his agents, sub-contractors, material men or his or their employees;to sheds or other temporary structures, scaffolding and staging, protective fences, bridges and sidewalk hooks. The Contractor shall also assume responsibility for all loss or damage caused by,arising out of or incident to larceny, theft,or any cause whatsoever(except as hereinbefore provided)to the structure on which _ the work of this contract and any modifications, alterations,enlargements thereto, is to be I done, and to materials and labor connected or to be used as a part of the permanent ri _ materials, and supplies necessary to the work. j GP-6.11 CONTRACTQR'S_-RESPO.NSIBILI11f_._QN.._.DAMAGES—_&_._CLAIMS i INDEMNIEYING CITY i The Contractor shall indemnify and save harmless the City and Engineer and their officers J and agents, of and from all losses, damages, costs, expenses, judgments, or decrees j whatever arising out of action or suit that may be brought against the City or Engineer or I any officer or agent of either of them,for or on account of the failure, omission, or neglect Jof the Contractor to do and perform any of the covenants, acts, matters, or things by this contract undertaken to be done or performed, or for the injury, death or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors, workmen, material men, or suppliers of machinery and parts thereof, equipment, power tools and supplies incurred in the fulfillment of this contract. GP-6.12 NOTIFICATION N-EVENT OF LIAB UTY--O -DAMAGE Upon the occurrence of any event,the liability for which is herein assumed,the Contractor agrees to forthwith notify the City, in writing such happening,which notice shall forthwith give the details as to the happening,the cause as far as can be ascertained,the estimate of loss or damage done, the names of witnesses, if any, and stating the amount of any claim. GP-7 ASS1GNMENLOF Csi!NT_RA _T The Contractor shall not assign or transfer this contract nor sublet it as a whole,without the written consent of the City and of the Surety on the Contractor's bond. Such consent of i Surety, together with copy of assignment, shall be filed with the City. No assignment, j J transfer or subletting,even though consented to,shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him in a satisfactory manner,the City may at his option annul and terminate Assignee's contract. J . � J J r - L .. GP-11 ROYALTIES AND-PATENTS j {" It is agreed that all royalties for patents or patent claims,infringement whether such patents are for processes or devices,that might be involved in the construction or use of the work, shall be included in the contract amount and the Contractor shall satisfy all demands that may be made at any time for such and shall be liable for any damages or claims for patent Infringements, and the Contractor shall at his own expense, defend any and all suits or proceedings that may be instituted at any time against the City for infringement or alleged Infringement of any patent or patents involved in the work, and in case of an award of damages,the said Contractor shall pay such award;final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. ~ j GP-12 SCOPE_AND_IN_TENLOF_SPE.CIFICATIONSAND_P_LANS GP-12.1 GENERAL 1 These Specifications and Project Plans are intended to supplement, but not necessarily _ duplicate each other, and together constitute one complete set of Specifications and Plans so that any work exhibited in the one and not in the other,shall be executed just as if it has been set forth in both, in order that the work shall be completed according to the complete i design of the Engineer. I Should anything be omitted from the Specifications and Plans which is necessary to a clear understanding of the work,or should it appear various instructions are in conflict,then the Contractor shall secure written instructions from the Engineer before proceeding with the construction affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit,meaning and intent of the contract, specifications and plans. GP-12.2 ELGURED_DIMENSLON-SSO_GO-[ERN Dimensions and elevations shown on the plans shall be accurately followed even though they differ from scaled measurements. No work shown on the plans, the dimensions of which are not indicated shall be executed until the required dimensions have been i obtained from the Engineer. I I GP-12.3 CONT.RACSOBIO-CHECK PLANS..AND_SCHEDULES The Contractor shall check all dimensions, elevations and quantities shown on the plans, and schedules given to him by the Engineer, and shall notify the Engineer of any discrepancy between the plans and the 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 work. The Contractor will not be allowed to take advantage of any J error or omission in the plans or contract documents,as full instructions will be furnished F' by the Engineer should such error or omission be discovered, and the Contractor shall carry out such instructions as if originally specified. � I •„` The apparent silence of the Plans and Specifications as to any detail or the apparent f omission from them of a detailed description concerning any point,shall be regarded as meaning that only the best general practices, as accepted by the particular trades or industries involved, shall be used. ` I GP-12.4 STANDARD_S.P_ECIFICAT1ONS Reference to standard specifications of any technical society,organization or association, or to codes of local or state authorities, shall mean the latest standard,code,specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. GP-13 C_O.NSI RUCTION_REPRESENTATIVE-ALP-ROJECT f The City may appoint or employ such"Construction Representative”as the City may deem l j 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. j i i The Project Representative assumes no direction of employees of the Contractor or Subcontractors and no supervision of the construction activities or responsibility for their safety. The sold duty of the Project Representative during the construction is to the City to endeavor to protect against defects and deficiencies in the work. The Contractor shall regard and obey the directions and instructions of the Construction Representative so appointed, when the same are consistent with the obligations of this contract and the specifications therefor, provided, however, that should the Contractor object to any order given by the Construction Representative,the Contractor may make written appeal to the Engineer for his decision. 1 i The Construction Representative and other properly authorized representatives of the City shall be free at all times to perform their duties, an intimidation or attempted intimidation of any one of them by the Contractor or by any of his employees shall be sufficient reason, m if the City so decides,to annul the contract. Such construction representation shall not relieve the Contractor from any obligation to perform said work strictly in accordance with the plans and specifications or any modifications thereof as herein provided, and work not so constructed shall be removed j - and made good by the Contractor at his own expense,and free of all expense to the City, J whenever so ordered by the Engineer, without reference to any previous oversight in observation of work. Any defective material or workmanship may be rejected by the Engineer at any time before the final acceptance of the work, even though the same may f have been previously overlooked and estimated for payment. The Construction Representative shall have no authority to permit any deviation from the plans and specifications except on written order from the Engineer,and the Contractor will be liable for any deviation except on such written order. _J All condemned work shall be promptly taken out and replaced by satisfactory work, and all condemned materials shall be promptly removed from the vicinity of the work. Should the r i r, I Contractor fail or refuse to comply with instructions in this respect the City may, upon j certification by the Engineer,withhold payment or proceed to terminate contracts as herein provided. t Reexamination of questioned work may be ordered by the Engineer,and if so ordered the work must be uncovered by the Contractor. If such work be done in accordance with the Contract Documents,the City shall pay the cost of reexamination and replacement. If such j work be found not in accordance with the Contract Documents, the Contractor shall pay such cost, unless he shall show that defect in the work was caused by another contractor of the City and in that event the City shall pay such cost. j The Contractor shall furnish samples of testing purposes of any material required by the t j Engineer,and shall furnish any information required concerning the nature or source of any J material which he proposes to use. GP-14 LINES-AND-GRADES The Department of Public Works will set construction stakes establishing lines, scopes, and continuous profile grade in road work, and center-line and bench marks for culvert work,and appurtenances as may be deemed necessary, and will furnish the Contractor, with all necessary information relating to lines, slopes, and grades, to lay out the work J 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. I 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. i J , The Contractor shall carefully preserve stakes and bench marks. If such stakes and bench mark become damaged, lost,displaced,or removed by the Contractor,they shall be reset at his expense and deducted from the payment for the work. ; � 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 S CONTRACTOR_S-BESPONSIBILMLFS?81111ATERIALS 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 J includes the furnishing of all materials and labor required for replacement of any installed materials which is found to be defective at any time prior to the expiration of one year from the date of final payment. J The manufacturer of pipe for use on this project shall certify in writing to the City that all materials furnished for use in this project do conform to these specifications. Whenever standard tests are conducted, he shall forward a copy of the test results to the City. J . .. ... . . . . ... ....;.max. "-1 GP-16 WATER I All water required for and in connection with the work to be performed shall be provided 1 by the Contractor at his sole cost and expense. GP-17 l?QWER j 7 All power for lighting, operation of the Contractor's plant or equipment or for any other use by the Contractor, shall be provided by the Contractor at his sole cost and expense. GP-18 %UPERIN-TENDENCEAND_WORKMANSHIP 7 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 workmen, mechanics,tradesmen, and other employees necessary in the construction and execution of the work contemplated and outlined herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly, intemperate or incompetent or who neglects or refuses to perform his work in a satisfactorily manner, shall be promptly discharged. It is called particularly to the Contractor's attention that only first class workmanship will be acceptable. GP-19 MAIN_TENANCE91 TRAFFIC Whenever any street is closed,the Police Department, Fire Department, and Ambulance Services shall be notified prior to the closing. When a portion of the project is closed to through traffic,the Contractor shall provide proper barricades and shall mark a detour route around the section of the project if applicable. The route of all detours shall be approved by the Director of Public Works. All detour signing shall conform to the"Manual on Uniform Traffic Control Devices". f j Throughout the project,wherever homes are served directly from a street or portion of a street which is to be reconstructed under this project,the Contractor shall make every effort to provide access to each home every night. This work shall be subsidiary to the construction and no direct payment will be made for it. GP-20 EARRICADESANDIIGHTS All streets,roads,highways,and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable warning i ,J signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. J . All open trenches and other excavations shall be provided with suitable barriers, signs,and lights to the extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. f� All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sunrise. Materials _ stored upon or alongside public streets and highways shall be so placed, and the work at all times shall be so conducted, as to cause the minimum obstruction and inconvenience to the traveling public, All barricades, signs, lights and other protective devices shall be installed and maintained in conformity with applicable statutory requirements, and in conformance with the Manual of Uniform Traffic Control Devices. All necessary barricades, signs, lights and other ^ protective devices will be furnished, installed and maintained by the Contractor. This work i shall be subsidiary to the construction and no direct payment will be made for it. i GP-21 EXISTING STRUCTURES Pipe lines and other existing underground installations and structures in the vicinity of the i work to be done hereunder are indicated on the plans according to the best information available to the City. The City does not guarantee the accuracy of such information. The Contractor shall make every effort to locate all underground pipe lines, conduits and structures by contacting owners of underground utilities and b the excavation. Y prospecting in advance of Any delays to the Contractor caused b l `,••�`" obstructions not shown b the y Pipe lines or other underground structures or shall not constitute a claim for extra work, additional payment oredamages.ose indicated, I No payment will be made to the Contractor for locating and protecting utilities and i � cooperating with their owners, and any damages caused to the utilities by the Contractor's negligence shall be repaired entirely at the Contractor's expense. J Utilities,other than sanitary sewers and water mains,which, in the opinion of the Engineer, must be moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be moved shall be re-laid by the Contractor and paid for at the prices bid. Only sewers which must be moved because of direct conflict with the storm sewer conduit will be paid for in this manner. Sewers damaged by excavation but not in direct iconflict with the storm sewer will be repaired at the Contractor's expense. ~ GP-22 PROT ---=rT1.ONLQF-MRKAHD.IROPERTY —� The Contractor shall be accountable for any damages resulting rom • ! g 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. J 4 t' - _.__ ___ylt__ M._ � I _ __. __.��►_ _ ate _ �_ -__� .. ... __�_.__.�__�__ `.____�_____.__ .. 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. i - �' The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the µ� performance of the work, and shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. -i 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. 7. The Contractor agrees to hold the City harmless from any and all loss or damages arising out of jurisdictional labor disputes or other labor troubles of any kind that may occur during the construction or performance of this contract. -' GP-23 G-UARAN_T_EE_OF-MATERIALS_ANiDJNORKMANS-HIP I - The Contractor hereby guarantees the work in connection with this contract against faulty materials or poor workmanship during the period of one (1) year after the date of completion of the contract. GP-24 NO-RAIVER OF RLGHIS I Neither observation of work by the City or any of their officials, employees, or agents, nor any order by the City for payment of money, or any payment for, or acceptance of, the ` whole or any part of the work by the City, nor any extension of time, nor any possession taken by the City or its employees, shall operate as a waiver of any provision of this I contract, or of any power herein reserved to the City, or any right to damages herein Jprovided, nor shall any waiver of any breach in this contract be held to be a waiver of any i other or subsequent breach. I GP-25 USE-O-00BIR .ETEIJ-12-OBIIM I - If desired by the City, portions of the work may be placed in service when completed or I partially completed and the Contractor shall give proper access to the work for this purpose; but such use and operation shall not constitute an acceptance of the work,and - the Contractor shall be liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter. i GP-26 ADDITIONAL,QN LTTED OR CHANGED WORK The Owner, without invalidating the Contract, may order additional work to be done in connection with the Contract or may alter or deduct from the work,the Contract sum to be -J adjusted accordingly. All such work shall be executed to the same standards of ^. workmanship and performance as though therein included. IL { 1 r ! i The Engineer shall have authority to make minor changes in the work, not involving cost, and not inconsistent with the purposes of the work. Except for adjustments of estimated quantities for unit price work or materials to conform to actual pay quantities therefor as may be provided for in the Special Conditions, all changes and alterations in the terms or scope of the Contract shall be made under the ' authority of duly executed change orders issued and signed by the Owner and accepted and signed by the Contractor. All work increasing the cost shall be done as authorized by i the Owner and ordered in writing by the Engineer, which order shall state the location, character,amount,and method of compensation. No additional or changed work shall be ` made unless in pursuance of such written order by the Engineer, and no claim for an addition to the Contract sum shall be valid unless so ordered. 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 I 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 1 i hereinafter provided in this Article GP-26. i J j If the modification or alteration decreases the amount of work to be done, such decrease shall not constitute the basis for a claim for damages or anticipated profits on work affected by such decrease. Where the value of omitted work is not covered by applicable unit s- pric es, the Engineer shall determine on an equitable basis the amount of: 1. Credit due the Owner for Contract work not done as a result of an authorized change. 2. Allowance to the Contractor for any actual loss incurred in connection with the purchase,delivery and subsequent disposal of materials or equipment required for —� use on the work planned and which could not be used in any part of the work as actually built. ' 3. Any other adjustment of the Contract amount where the method to be used in _i making such adjustments is not clearly defined in the contract documents. Statements for extra work shall be rendered by the Contractor not later than fifteen (15) days after the completion of each assignment of extra work and if found correct will be j approved by the Engineer and submitted for payment with the next regular monthly estimate. r The Owner reserves the right to with any p other than the Contractor J o contract person or firm i .. for any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages or anticipated profits on any portion of the work -J that may be omitted. 7 J { . It I :f ~ ' Extra_W_ork. (a) The term"Extra Work"shall be understood to mean and include all work that may be required to accomplish any change or alteration in or addition to the work shown by the Plans or reasonably implied by the Specifications and not covered by the Contract proposal items and which is not otherwise provided under this Article GP-21. I I (b) The Contractor shall perform all extra work under the direction of the Engineer when authorized by the Owner. The compensation to be paid the Contractor for performing extra work shall be determined by one or more of the following methods: 1. Method A: By agreed unit price I 2. Method B: By agreed lump sum 3, Method C: If neither Method A or B can be agreed upon before the work is started by force account. (Per Section 109, Measurement and Payment, Missouri State Highway and Transportation Commission. Missouri Standard Specification for Highway Construction 1986. _ GP-27 S_t!&PPE[1SION QfW9RK —� 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 j (10)days after the date fixed in the written notice from the Owner to the Contractor to do i so. i J 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 � 4 period of time, then the Contractor may abandon that portion of the work so suspended and he will be entitled to the estimates and payments for all work done on the portions abandoned, if any. I —i GP-28 QMER_MG1iLIO_ "-0RK If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this contract,the Owner, after ten(10)days written notice to the Contractor, I _ may,without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. GP-29 OWNER'S RIGHT TO TERMINATTTE—QOHTB.ACI If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors,or if a receiver should be appointed on account W of his insolvency,or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided,to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to subcontractors or for .-J material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer,or otherwise be guilty of a substantial violation of any provision of the Contract, 1 1 �i i then the Owner may, without prejudice to any other right or remedy and after giving the •, Contractor seven(7)days written notice,terminate the employment of the Contractor and ;-� take possession of the premises and of all materials, tools, and appliances thereon and 1 finish the work by whatever method he may deem expedient. i In such case, no further payment will be made the Contractor until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, Including compensation for additional managerial and administrative services, such ' expenses shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. GP-30 CONTRACTOR_SRIGKT_TO_S.TOP_WORK-OR_T_ERMINA_TE-CONTRACT __• If the work should be stopped under an order of any court, or other public authority,for a period of three months,through no act or fault of the Contractor or of anyone employed by him, then the Contractor may, upon seven(7)days written notice to the Owner and the Engineer,stop work or terminate his contract and recover from the Owner payment for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages. GP-31 LQS.SES-FIROM_NATURAL CAUSES J All loss or damage arising out of the nature of the work to be done, of from the action of the elements, or from floods or overflows, or from ground water, or from any unusual obstruction of difficulty, or any other natural or existing circumstances either known or unforeseen, which may be encountered in the prosecution of the said work, shall be sustained and borne by the Contractor at his own cost and expense. .J GP-32 S.UNDAY,1101LIDAY-AND_NIGHT_W_ORK 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 j of emergencies or for the protection of equipment or finished work may be done without — the City's approval. I Night work may be established by the Contractor as a regular procedure with the written permission of the City;such permission however, may be revoked at any time by the City if the Contractor fails to maintain adequate equipment and supervision for the proper prosecution and control of the work at night. GP-33 l 1NEAY_ORABLE_CONSTRU-CT1ONCONDLTMNS j During unfavorable weather, wet ground, or other suitable construction conditions, the ~� Contractor shall confine his operations to work which will not be affected adversely thereby. J 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. J r. n r , GP-34 OMITTED .j GP-35 MATERIALS-AND-EQUIPMENT Unless specifically provided otherwise in each case, all materials and equipment furnished for permanent installation in the work shall be new, unused, and undamaged when Installed or otherwise incorporation in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized by the Engineer in each case. I GP-36 DEFENSE_OE-SUITS -7 In case any action at law or suit in equity is brought against the City or any officer or agent of them for or on account of the failure, omission, or neglect of the Contractor to do and perform any of the covenants, acts, matters, or things by this contract undertaken to be done or performed, or for the injury or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim 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 -CHANGE_-QRDER Any changes or additions to the scope of work shall be through a written order from the J Engineer to the Contractor directing such changes in the work as made necessary or desirable by unforeseen conditions or events discovered or occurring during the progress 1 of the work. -� GP-38 C.ONIRACLLIIME i The time for the completion of the work is specified and it is an essential part of the contract. The Contractor will not be entitled to any extension of contract time because of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. JIf the time for the completion of the work is based upon working days, this time will be specified in the contract. A working day is defined as any day when, in the judgment of the J— Engineer, soil and weather conditions are such as would permit any then major operation of the project for six (6) hours or over unless other unavoidable conditions prevent the Contractor's operation. If conditions are such as to stop work in less than six(6)hours,the day will not be counted as a working day. No working days will be counted from December 15 to March 15, both dates inclusive. Saturdays,Sundays,and City holidays will not be counted as working days any time during J the year. • J ' 1 • a GP-39 CONTRACT-TIME-EXTENSION 1 _ The Engineer may make allowance for time lost due to causes which he deems justification for extension of contract time. If the Contractor claims an extension of contract time on the grounds that he is unable to work due to causes beyond his control, he shall state his reasons in writing,furnish proof to establish his claim and state the approximate number of days he estimates he will be delayed. Notice of intention to claim an extension of contract time on the above grounds shall be filed with the Engineer at the time the cause or causes occur and the claim shall be filed in writing within 30 days after the claimed cause for the delay has ceased to exist. GP-40 LIQUIDATED-DAMAGES Time is an essential element of the contract and it is therefore important that the work be pressed vigorously to completion. Should the Contractor or in case of default the surety fail to complete the work within the time specified in the contract, or within such extra time - as may be allowed in the manner set out in the preceding sections, a deduction of an amount as set out in the contract will be made for each day and every calendar day that such contract remains uncompleted after the time allowed for the completion. The said amount set out in the proposal is hereby agreed upon, not as a penalty but as liquidated damages for loss to the City and the public,after the expiration of the time stipulated in the contract,and will be deducted from any money due the Contractor under the contract, and the Contractor and his surety shall be liable for any and all liquidated damages. Permitting the Contractor to continue and finish the work or any part of it after the expiration of the ` specified time, or after any extension of the time, shall in no way operate as a waiver on the part of the City or any of its rights under the contract. J GP-41 MEASUREMENT AND-PAYMENT ^I (a) BASIS_EOR-PAYMENT J , Contractor will be paid for quantities actually constructed or performed as determined by field measurement(except as may be hereinafter provided) at the unit price bid for the items listed in the schedule of the Bid or for such extra work as may be authorized and approved by the Engineer. The cost of incidental work not listed in the schedule of the Bid J but necessary for the completion of the project shall be included in bid items. (b) DF_DUCTIO. E-CTED-WO-RK ^ If the Engineer deems it expedient not to correct work that has been damaged or that was not done in accordance with the Contract,an equitable deduction from the Contract price shall be made therefore. ' (c) LUMP SUM ITEMS Payment for each lump sum item shall be at the lump sum bid for the item, complete in place,and shall include the costs of all labor,materials,tools, and equipment to construct the item as described herein and to the limits shown on the plans. t i' j' 1 1 (d) PARTIAL-PAYMENT rl � f!� Partial payment will be made on a monthly basis. The payment shall be based on the work that has been found generally acceptable under the contract by the City Engineer or Inspector. A retainer equal to 10% of the amount of work completed to date shall be withheld. (e) ACCEP_TANCE_AND-FINALIAYMENI Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer will promptly make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed hie will promptly issue a final certificate,over his own signature,stating that the work required by this contract has been J completed and is acceptable by him under the terms and conditions thereof, and the entire j balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City of Jefferson within thirty(30)days after the date of said final w certificate. I f (f) AFF�DAVIT_OECOMP_LIANCE Monies due to the Contractor will not be delivered to the Contractor without presentation to the Department of Public Works a Affidavit of Compliance with Prevailing Wage Law on prescribed form attached to the back of these contract documents, ! GP-42 RELEASE_OELIABJLITY The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof,from all claims and liability to the Contractor for anything done or furnished for, or relating to the work, or for any act or neglect of the Owner or of any person relating to or affecting the work. GP-43 CERTIFICATLOUS GP-43.1 All suppliers of materials such as drainage pipe or handrail and all suppliers J of asphaltic concrete or portland cement concrete mixtures shall certify in writing that the product as supplied conforms fully with these specifications. Such certification shall be delivered in triplicate to the Department of Public JWorks at least 24 hours before the product is to be used on the project. GP-43.2 The City,at its option,may perform or have performed such tests as may be Jl deemed necessary to further assure that only specified materials are Incorporated into the work. ,.a J a p ' f i GP-44 LOCAL.PREFERENCE j _ i In making purchases or in letting contracts for the performance of any job or service,the purchasing agent shall give preference to all firms, corporations or individuals which maintain offices or places of business within the corporate limits of the City of Jefferson, when the quality of the commodity or performance promised is equal or better and the price quoted is the same or less. i GP-45 PREFERENCE_FOR U S.-MANU.FAC_T_URED_GOODS J! On purchases in excess of$5,000,the City shall select products manufactured,assembled or produced in the United States, if quantity, quality, and price are equal. Every contract for public works construction or maintenance in excess of$5,000 shall contain a provision wa requesting the contractor to use American products in the performance of the contract. _1 GP-46 AWARD_OF_C_ONTRACT—REJ.EC_T_IO.N_OF_BID.S i All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for 7 all subcontractors and suppliers who the contractor intends to use on the project. Compliance with this requirement and the Minority Business Enterprise Program shall be a consideration for award of this contract. The contract will be awarded to the lowest and best responsible bidder on the base bid - proposal, complying with the conditions of the Advertisement for bids and Specifications, w providing the bid is reasonable and it is in the interest of the City of Jefferson, Missouri to accept same. The bidder to whom an award is made will be notified at the earliest possible date. The City of Jefferson, however, reserves the right to reject any and all bids and to waive all informalities in bids received whenever such rejection or waiver is in their interest. GP-47 AFFIDAYfLOE-COMPLIANCE-WITH-PUBLIC_W-ORKK.CQN.T_RAC-TS1AW Upon completion of project and prior to final payment, each contractor and subcontractor hereunder shall file with the City of Jefferson, Missouri, Public Works Department, an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290,RSMo(1993 Supp.), an act relating to Public Works contracts. The City of Jefferson shall not issue a final payment until such affidavit is filed. GP-48 MISSOURI LABORER REQWREMENT Whenever there is a period of excessive unemployment in Missouri, which is defined as ' any month immediately following two consecutive calendar months during which the level J of unemployment in the State has exceeded five percent(5%)as measured by the U.S. Bureau of Labor Statistics In its monthly publication of employment and unemployment figures,only Missouri laborers or laborers from non-restrictive states may be hired by the .J contractor or subcontractors to work on this Public Works' contract. An exception shall exist when Missouri laborers or laborers from non-restrictive states are not available or are incapable or performing the particular type of work involved, if so certified by the contractor s --� or subcontractor hereunder and approved by the Public Works Director of the City of Jefferson, Missouri. Nor does this provision apply to regularly employed non-resident v I ' executive,supervisory or technical personnel or projects where federal aid funds are being 1 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 I not enacted state laws restricting Missouri laborers frorn working on public works projects In that state, as determined by the Missouri Labor and Industrial Relations Commission. A Missouri laborer means any person who has resided in Missouri for at least thirty(30) p days and intends to become or remain a Missouri resident. f GP-49 LIABILITY�OR_001VIP_LIANCF�NIINPUBLI.C_1l1LORKS_CON.TRAcTSIAW ._J ANDMISSOURI-LABORERREQUIREMENT In the event a contractor or subcontractor hereunder files with the City of Jefferson an affidavit stating that the contractor or subcontractor has fully complied with the provisions _ and requirements of Section 290.290, RSMo(1993 Supp.),when in fact the contractor or subcontractor has not complied,to the extent that any liability is assessed against the City Missouri y of Jefferson, , or any additional expenses are incurred y the e Cit of Jefferson, Missouri,any contractor making the false statement,or whose subcontractor makes a false statement, shall hold harmless and indemnify the City for any liability assessed against it or any additional expenses incurred. i Any contractor who fails to comply with the requirements of hiring only Missouri laborers or laborers from non-restrictive states, absent statutory exceptions,whenever there is a period of excessive unemployment in Missouri, agrees to hold harmless and indemnify the City of Jefferson,Missouri,for any liability that may be assessed against it or any additional expenses incurred by the City of Jefferson, Missouri, because of the contractor or subcontractor's failure to comply. f J'J.:ti1:n . .:.si....:.....»_.. v....,. _. ....�...... .. ..._. ......._..... _.. .. ..... ... _ ..�_.. _ _, t: nxJ F; �.T C: v , :tl • CIMOF-JEFFERSON I DEPART_IVIENT-OF_PUBLI_C_WORKS STANDARD-SPECIAL-PROVISIONS FORWARD: The provisions of this section take precedence over any other X provisions In these specifications. ! SP--A TECHNICALSPECIFICATIONS_AND__DETAILS The Technical Specifications for this project shall consist of the 1996 version of the Missouri Standard Specifications for Highway Construction except as _.. modified or contradicted by the City's Contract, Technical Specifications, General Provisions, Special Provisions, and Detail Plans. -- All construction details included with the plans and attached hereto shall be used in constructing this project. SP--2 PARTIALACCEPTANCE j The City reserves the right to accept any part or all of the bid for the project. - SPA PRE-CONS1RUC-TLON_CONFERENCE Prior to starting work, apre-construction conference will be held to discuss --�� the project, its scheduling and its coordination with the work of others. It is I expected that this conference will be attended by representatives of the i Owner, The Engineer, the Contractor and his Subcontractors, and the j Utilities,as well 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. SP_-4 PREVAILING�fIfAUE Bidders are hereby advised that compliance with the Prevailing Wage Law, J Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, is a requirement of this contract. (Reference Section I13-20). J Section 290.265 requires that a clearly legible statement of all prevailing hourly wage rates shall be kept posted in a prominent and easily accessible J place at the site by each contractor and subcontractor engaged in public works projects,and that such notice shall remain posted during the full time. MMM J 1 j 4 i `ice. SAS PRO-OF_MNS_URANCE All certificates of insurance provided for this project shall be issued directly from the company affording coverage. Certification from a local agent Is not acceptable without the necessary paperwork empowering and authorizing the agent to sign the surety's name, In addition when _i amount of that aggregate aggregate vailable o date'shall la so be attached.nt of the S'-6 SALES TAX_EXEMPSI.ON i Section 144,062 RSMo provides that the City's sales tax exemption may be used for the purchase of goods and materials for this project. The contract for the project will authorize and direct the Contractor to utilize the City's — sales tax exemption in the purchase of goods and materials for the This provision shall apply to only those purchases totaling over$500 from an Individual supplier. J A list of materials to be ordered in the City's name for the project shall be submitted prior to the preconstruction conference. The Contractor will notify the City and obtain concurrence in advance of any changes being made to the list. The Contractor shall order, receive, approve, responsible for all materials for the Project. Material install, and generally be 1 purchases to be paid by 1 the City shall be ordered in the City's name. Invoices for this material shall `I be mailed in care of the Contractor, a submitted to the City for payment. approved by the Contractor, and I Requests for payment for materials shall be deducted from the contractor's monthly payment estimates for work completed. MAILWXIES If U.S. Postal Service access to any mailboxes will be interrupted durin construction, the Contractor shall conct determine where the mailboxes should be settduri g co st utctionervice to g Mailboxes shall be reset at appropriate locations b work is complete. y the Contractor once J�x Any materials damaged by the Contractor shall be replaced with material of better or equal type and quality at the Contractor's expense. ir IL J i 4 1 I . I TRAEEI.0 CONTROL_D.URING...CONSTRU.CTION All work shall be in accordance with the Manual on Uniform Traffic Control Devices. Signs, cones, and barricades shall be placed both to protect workers and equipment and to protect the public by marking open trenches and other potential dangers. On projects open to traffic, "ROAD CONSTRUCTION AHEAD"signs shall be placed appropriately. Two-way vehicular traffic shall be maintained during construction. SP__9 ACCESS-TO-ADJACENT-PROPERTIES Prior to the removal of the driveways to any dwellings or buildings, the i Contractor shall notify the inhabitants of such structures that the use of the driveways or access will be temporarily affected. Notice shall be of sufficient length to allow the persons affected to remove vehicles and other items that may be inaccessible during construction activities. i Pedestrian access shall be maintained at all times. Suitable access shall be provided across trenches, ditches or other barriers and obstacles for pedestrian traffic. Appropriate devices shall be used to warn the public of the dangers that may be present. 3 SPA PROTECTION OF ADJACENT_PIROPERTIES Surface water shall be diverted and otherwise prevented from entering or damaging adjacent property as a result of precipitation during construction. SPA 1 UTILITIES The Contractor shall expose all utility crossings to establish location and depths prior to construction. SP-12 ROCK RFMQyA. No explosives shall be used on this project within fifty(50)feet of a structure. Rock in these areas shall be removed by mechanical chipping, jack- hammering or other methods approved by the Engineer. l � J r SP-13 REP-MR—OfDRIVING_S.URFACE All sections of pavement damaged or removed during construction shall be replaced in accordance with the following requirements: 1 Existing Pavement Base Surface „.t PCC Street ---- 6" PCC ` Bituminous Street 5"PCC 1''Y2"AC Cold mix shall be used on a temporary basis when asphaltic concrete hot mix is not available. The cold mix shall be removed and the permanent hot ^' mix shall be installed when it becomes available. Chat drives,alleys,and parking areas shall be resurfaced with crushed stone in the areas disturbed. i i In all areas disturbed by construction activities,replacement and repair of the driving surface shall be subsidiary to construction, I SP-1 4 AIDJSIS MENZOf—UTILRY—SERVICES I The necessary adjustment of utility services such as water, gas,telephone, and electric, including meters, valves and other appurtenances shall be J subsidiary to the work. P-15 INSTALLATIONLOES EWERP�PE The unit price for the installation of sewer pipe shall include all necessary Jexcavations,ditching,backfilling,bedding,shoring or any other item required to make the installation of the pipe. SP-16 HEMS TO BEI,EFT IN PLACE I Items marked "LIP" on the plans shall be "left in place". Any damage to these items,or other items that were not to be disturbed by construction shall be repaired by the Contractor at his own expense. f, J • ..._._..._._.._. __ . _................,.ten............., •rryE _".IY^'r' it ' I i I SP.17 ADDITI.ONAL.DEEINITION Section GP-2, Definitions, is hereby modified by the addition of the following definition: 15. "Consultant"shall mean the company that prepared the plans for the work covered by this contract and its duly authorized representatives. S�(8 L'U_SHED—CONDUIT All 2" PVC service line connection under roadway shall be installed without disturbing the existing surface. Pushed conduit may be placed by jacking, pushing, boring or other approved means. Spas LAWN-RESTORATION All areas disturbed by the construction in established and/or maintained a yards shall be sodded with like grasses. This may be accomplished by cutting and replacing existing sod or by the placement of new sod in these areas. All sodding shall be subsidiary to other required work. SP_2Q S1NLG1.E_ ERV10E1jONNE.C_TIONS_2'FORCEMAIN LONG SElli Includes cast iron valve box with lid,2"curb valve, 2"check valve with plug, 2"corporation stop, 2"x 2"tee,40 linear feet of 2"(CL200)PVC pipe. SHOIRT SERVICE: "j includes cast iron valve box with lid,2"curb valve,2"check valve with plug, J 2"x 2"tee, and 5 linear feet of 2"(CL200) PVC pipe. When short service connections are to be installed to a 8"gravity sewer line, _1 the fittings shall include 8"x 4"tee,4"x 2" reducer coupling with plug and five(5)linear feet of 2"(CL200)PVC pipe. SP-21 END OE LINE CLEANO-UMSZ Includes 18"round heavy plastic or fiberglass pit, pit cover without lettering, 2" gate valve, 2-2" 450 elbow, 2" female adapter with plug, 12" x 12" concrete reaction block with#3 rebar, and 4 linear feet of 2"(CL200) PVC S pipe. 4 I , ` � I it j SL'-22 L'BESSURE-SEWEB..SPECS Technical Specifications for 2"pressure sewer line pipe,fittings,valves and details,as per attachment prepared by Marshall Engineering and Surveying ii Company, 914 N. College Avenue, Columbia, Missouri. SP-23 PERMIT As per attachment of a 404 Nationwide Permit From Corps of Engineering, Kansas City District. r } 7 It , r I. t r , y j k � t 1 ' t i t � � f } I � t: ,r ,•^•`�*'auM;a'+rYxSFiU�1K.ta'fii41.WF3AU.a+a;usxr.a�s.,w�++.•�..n,.,.,.a+ __.. ._ � 7 �y�` ai r�I r z �t job- 1 TECHNICAL SPECIFICATIONS FOR G -� PRESSURE SEWER AND SEPTIC TANK EFFLUENT PUMPING SYSTEMS `! DEPARTMENT OF PUBLIC WORKS " JEFFERSON CITY, MISSOURI t ``1�11111Up1►p// ���pF WILLIAM LL ,' s . =a MARSHALL 1 z NUMBER E-11597 �Z' 0fESS1�����` Prepared by: Approved by: ij David J. Hack William L. Marshall, P.E. s ' MARSHALL ENGINEERING & SURVEYING 914 N.College Ave. Columbia, MO 85201 314-875-8832 ,��_ .. r xtn2:'r"An,',*xe..wa,,.....,....r.....:,,,.T..,1.:•,..o...:-. .. ....-..,.. ..... •, +wm.R`t.7 , . r r { SPECIAL PROVISIONS FOR PRESSURE SEWER _. AND SEPTIC TANK EFFLUENT PUMPING(STEP)SYSTEMS I CITY OF JEFFERSON-DEPARTMENT OF PUBLIC WORKS , JEFFERSON CITY,MISSOURI TABLE OF CONTENTS i` A. Authority .................................................................2 B. Intent and Definitions .......................................................2 C. Responsibilities of Contractor and Owner . .3 I, D. Responsibilities of the Design Engineer .......................................4 i E. Materials and Equipment ....................................................6 � i I F. Excavation and Preparation of the Trench ...................................... � I G. Pipe and Appurtenance Installation .......................................... 11 H. Backfilling ............................................................... 12 I� I i _ I. Hydrostatic Testing........................................................ 13 ! . J. Inspection . ........................................................... 14 i M. Detail Drawings ........................................................... 16 1 ' 1. Orenco 10 OSI 05 HHF-6 stage w/flow controller 2. Peabody Barnes:STEP 522-L and STEP 1022-L Pump Curves 3. F.E.Myers:P51D and P52D Pump Curves J� 4. Aurora/Hydromatic:SPD50H Pump Curves I' i.. r 1 4 n __..._.-.,.,rnc�,r+r,1r�Y.1�h°dr^S;�L'K t.•.t ,:;R���lu,t..w>.. ,...,<.N.s ....._. N}� .. '.l . .. }:.'IF'.� '.t. . .. .r..tar+ ......... .....�............ ....... ._. .. w.... ..... ., roM>t�II,S•J�SAS.e}4 j i i CITY OF JEFFERSON•DEPARTMENT OF PUBLIC WORKS JEFFERSON CITY,MISSOURI TECHNICAL SPECIFICATIONS FOR PRESSURE SEWER AND SEPTIC TANK EFFLUENT PUMPING SYSTEMS A. AUTHORITY: These specifications are drawn and approved by the Department of Public Works,Jefferson City,Missouri,and shall be enforced,and no part thereof altered without written approval of ^I'I City,or the duly appointed representative. B. INTENT AND DEFINITIONS: �) 1. Intent:The intent of these specifications is to specify the type and quality of all septic tank effluent pump and pressure sewer system materials,the method and procedure of construction,the inspections and testing methods,and the terms of acceptance by the City of any new pressure sewer system work or extensions of existing systems, that are or will be an active part of the sewer system of the Department of Public Works,Jefferson City,Missouri. I 2. Definitions: i i City:City of Jefferson,Jefferson City,Missouri. "! Engineer:That person employed by the City,or owner,to provide such professional engineering services as required or his duly authorized representative. Inspector:The engineering,or technical inspector,or inspectors authorized by the City,or owner,or engineer,limited in each case to the particular duties entrusted to { . him or them. Contractor:Any person or firm doing any type of work on a sewer collection system. Owner:Any person owning rights to or sponsoring any work pertaining to sewer collection system work,such as a land owner,developer or City, i Sewer:All pipe,valves and appurtenances which are or will be an active part of the 1 sewer system of the Department of Public Works,Jefferson City,Missouri•up to the consumer side of the sewer service connection. —� MO DNR:Missouri Department of Natural Resources AWWA:American Water Works Association MHTD:Missouri Highway and Transportation Department ! ASTM:American Society for Testing Materials AREA:American Railway Engineering Association TS-#and SP-#:"Standard"Technical Specifications and Special Provisions of the °i Department of Public Works,Jefferson City,Missouri j J JEFFERSON CITY"STEP"SPECIAL PROVISIONS —� Page 2 ,, I I ' I Y i C. GENERAL RESPONSIBILITIES OF CONTRACTOR AND OWNER: { t 1. The owner,or his engineer,shall be responsible for the proper location of the ;•�.t, —� proposed sewer or extension work. Property irons,or accurately located and labeled laths,shall be provided at major lot corners,particularly at Intersections and curves. The sewer shall not be located solely from street conteriine markers, Possible problems with other utilities and structures must be marked with sizes and depths Indicated. Failure of a non-City owner to provide the above requirements may result -� in suspension of the work by the City. 2. The Contractor is responsible for securing all licenses and permits required in connection with this work,except the MO DNR Construction Permit. 3. The contractor shall employ skilled workmen under the supervision of a foreman, experienced in sewer and sewage pump system construction. The inspector may suspend work until,In his opinion,skilled personnel are provided. ._i 4. The contractor shall be responsible for any failure of the sewer and sewage pump system that can be attributed to faulty workmanship or defective materials,and for maintenance of backfilled areas for one year after completion of the work. The completion date shall be established in writing by the engineer or the City based on the report of the inspector. i J 5. The contractor shall be responsible for all damage to streets,roads, highways, shoulders,ditches,embankments,culverts,bridges,or other public or private i property or facility,regardless of location or character,which may be caused by i moving,hauling,or otherwise transporting equipment,materials,or men to or from the work or any site thereof,whether by him or his contractor or subcontractors. The i contractor shall make,without delay,satisfactory and acceptable arrangements with the owner or owners of,or the agency of authority having Jurisdiction over the damaged property,surface structure,or facility concerning its repair or replacement or payment of costs incurred in connection with said damage. _j 6. The contractor shall protect,brace,support,and maintain all underground pipes, conduits,drains and other underground construction uncovered or otherwise affected i by the construction work performed by him. All pavement,surfacing driveways, curbs,walks,buildings,utility poles,guy wires,and other surface structures affected ' by construction operations in connection with the performance of the Contract, n I -7 crossed by or adjacent to the pipe line,shall be maintained and,If removed or I otherwise damaged,shall be restored to the original condition thereof as determined I - and approved by the owner of the damaged or removed property. All replacements of j such underground construction and surface structures or parts thereof shall be made 1 with new materials conforming to the requirements of these specifications or,if not i specified,as approved by the property owner. 1 i 7. If the City or engineer determines that the work Is defective or endangers the public or local facilities,the contractor shall stop further construction until the defective work is corrected,or the endangered public or facilities,are properly protected. This provision In no way limits the liability of the contractor to construct the project in a safe manner or Imposes upon the engineer or owner the liability to seek out,discover and adjudge such conditions. i JEFFERSON CITY"STEP"SPECIAL PROVISIONS J Page 3 �: i 8. The contractor shall follow safe practices. In public rights-of-way,the contractor shall _ provide sufficient barricades and warning signs to direct traffic around work in f progress. If traffic speed or volume warrant,the contractor shall promptly furnish sufficient flagmen to effectively and safely direct traffic around or through the work J area.In railroad,state highway,county highway or municipal street rights-of-way, barricading,lighting and flagmen requirements shall meet standards of the agency having jurisdiction. The contractor shall alone be responsible for the safety, efficiency and adequacy of his plant,appliances and methods,and for any damage which may result from their failure or their improper construction,maintenance or operation. .I f _ 9. Cleanup shall follow as closely as possible behind the Installation. The contractor I shall not delay cleanup so that public use of streets is hold up needlessly.Surface _) restoration(including pavement)is considered as a part of the cleanup and general provisions of"cleanup"apply. i _i 10. Owner shall provide at least twelve feet wide easements for the sewage tank,pump j unit and controls,and pressure sewer mains for maintenance and repair. The owner ! _ shall transfer ownership of the pressure sewer mains to the City after completion of �j the work. Failure to provide these documents will result In a refusal of the City to 1 make service connections to the mains concerned. 11. The owner shall provide that existing septic tanks are cleaned of accumulated solids not longer than one year before connection to the pressure sewer system. ..� 12. The City shall inspect all service connections to the sewer main,treatment units and I effluent pump systems. D. GENERAL RESPONSIBILITIES OF THE DESIGN ENGINEER: The Engineer providing engineering services for the design of the septic tank effluent pump system and pressure sewer system shall be consistent with MO DNR Design Guide,10 CSR ~� 20-8.020 Daslgn_af_SmalLSewage_Works,the policies of the Department of Public Works, Jefferson City,Missouri and these Specifications. 1. Hydraulic analysis must confirm design to meet the following conditions: Pressure sewers shall be laid out In branched tree configuration avoiding flow spitting at branches. The velocity in each line must be adequate to achieve flushing velocity of 1 to 5 fps at least once per day. Design for peak hour flow rates. Neglect Infiltration unless there is a potential for —� leaky septic tanks or leaky house connections for existing residences. The maximum .1 number of pumps operating simultaneously relative to the total number of potential pumps upstream of any gravity outfall shall be consistent with the table below. For peak hour flows,consider the single pump furthest from the outfall as operating and accumulate downstream pumps along main as appropriate until predicted maximum number of pumps are simultaneously operating. j JEFFERSON CITY"STEP"SPECIAL PROVISIONS am { r+ Page 4 { Number of Pumps Maximum Daily Number i -'' Connected on System Operating Simultaneously 2. 3 2 4- 9 3 10- 18 4 19. 30 5 31 - 50 6 "1 51 . 80 7 81 -113 8 114-146 9 147-179 10 180-212 11 213-245 12 246-278 13 279-311 14 312-344 15 Unless otherwise required by hydraulic conditions,all pumps within any subdivision shall have the same electrical requirements(230 volt,single phase,60 Hz,preferred) model and manufacturer and be interchangeable with all other pumps in that subdivision. To simplify the City's In and expertise requirements,only those pumps listed herein may be used in pressure sewer systems that will be an active part of the sewer system of the Department of Public Works,Jefferson City,Missouri I without prior written approval by the City. Where hydraulic conditions require more than one pump model,and line size variations still will not allow just one pump usage, design should be made utilizing not more than two models. Pumps shall have a pumping capacity adequate to operate efficiently over the entire , range anticipated for the system. The maximum design pumping head should not i exceed 85 percent of the maximum obtainable pump pressure. Actual selected pump cury es and a Hazen-Williams coefficient of one hundred and twenty(C=120)for (. pressure sewer lines should be used in the system hydraulic analysis to determine }. total dynamic head. Evaluate at C=150 for initial startup conditions. Sewer service line size and pressure sewer main line sizes must be balanced with authorized pump f selection. 2, Additional Design Consideration Requirements: Check valves specifically suited for wastewater service shall be provided in the pressure service line before it enters the main. A quarter turn,ball or plug,curb stop valve with valve box shall be provided in the service line between the check valve and the pressure sewer main to allow for service line isolation for maintenance. Pressure sewer line cleanouts shall be provided at the upstream end of each main branch,at major changes of direction of flow,whore one main joins another and at intervals along the main not to exceed 500 feet. Air relief devices are required at high points in the line,where velocities may be Insufficient to purge line. Air/vacuum relief devices may be required in the mains or in association with individual pumps,where necessary. Air relief units may be utilized as cleanouts. JEFFERSON CITY"STEP"SPECIAL PROVISIONS Page 5 =mood� J The pump system shall include trouble-free Integral on-off level controls,an audible - and visual alarm with high water level control and exterior electrical disconnect switch ; for system maintenance by the operating authority. . j Septic lank shall be located within fifty(50)feet of driveway,if possible,for ease of 11 accoss and cleaning. E. MATERIALS AND EQUIPMENT:Materials and equipment shall be now and of the highest quality and shall be Installed to conform with the Contract Documents,the approved recommendations of the manufacturer,and the applicable codes and standards. 1, Septic Tank Effluent Pump(STEP)Systems: Without prior written approval by the City,only those pumps listed herein may be used In pressure sower systems that will be an active part of the City sewer system. Pump listings Identify pump systems that are of approved quality and function. The J design engineer shall Identify pumps from this listing that meet capacity requirements l'.• of system, Caution:Consider the full range of proposed pump curve. Excessive pumping may occur In low head situations and the maximum system total dynamic hand should not exceed 85 percent of the maximum obtainable pump pressure. Effluent pump systems serving a single family residence may be a simplex effluent pump unit. Duplex systems are required for units serving multiple family residences with an average dally flow of 1,500 gallons per day or greater. The fiberglass or concrete pump wotwoll basin may be separate or integral to treatment unit. Minimum j ^i wotwoll volume shall be 150 gallons per residence below the alarm level. Minimum J etorago above the alarm level shall be at least 200 gallons including unused wetweil and septic tank storage. Unit shall Include bolt-down steel or 2"reinforced concrete cover,adjustable Inlet adapter for 4-inch lines per ASTM D3299,discharge piping and fittings,chock valve,ball valve,junction box,level controls and control panel. Minimum wall thickness to be M16"fiberglass or 2-112"concrete. Pump controls in NEMA 3R enclosure for mounting on the side of house or outbuilding. Controls to Include a circuit breaker,overload protection,tamper proof l door,run light,magnetic contractor,HOA selector switch,reset,liquid level sensors with pump-on,pump-off and high water(high water alarm with red light and audible alarm with silencer). NEMA 4X junction box in wetwell. Minimum fittings to Include quick disconnect of pump from flexible reinforced effluent i hose(rated at 100 psi),full flow swing check valve(PVC with Buna-N seal),full flow union typo ball valve(PVC with Teflon seats)and other Items as normally supplied. j I r , JEFFERSON CITY"STEP"SPECIAL PROVISIONS Pago 6 J I Engineer is to select pump(s)from listing and approved system(s)to be shown on _ Plans. Provide one year written warranty on total package unit from date of startup to •,.. Owner. (The OSI model specified is only pump preapproved for Boonville Rd.Sewer. Other systems require analysis and engineer's approval at Contractor's expense), _ J j a. Orenco Systems,Inc.,OSI. Roqulres OSI system complete w/effluent screens and appurtenances. i 10 OSI 05 HHF-6 stage w/1/4"flow controller for most applications where excessive pumping may be a problem. 2 gpm @ 218',6 gpm @ 135'&8.6 gpm @ 30'. Other OSI models may be approved for higher flows, b. Peabody Barnes STEP 522-L: 1/2 hp,wide range capacity. 10 gpm @ 72',20 gpm @ 60'and 35 gpm @ 20'. STEP 1022-L:1 hp,high head capacity. 10 gpm @ 104',20 gpm @ 90'and 28 gpm @ 44'. C. F.E.Myers PSI D-521): 1/2 hp,10 gpm @ 72',20 @ 64',54 @ 201. 1 P1021):1 hp,10 gpm @ 115',20 @ 106',58 @ 20'. d. Hydromatic SPD50H: 1/2 hp,10 gpm @ 45',20 @ 40',80 @ 20'. 2. Residential Treatment Unit:Concrete or fiberglass septic tank or aerated treatment unit as required by the City of Jefferson and MO DNR. Pump wetwell tank may be }) integral part of treatment unit. Any pump basin volume is in addition to the minimum 1,000 gallon treatment unit size. _i 3. Pipe: s . r --i a. Polyvinyl Chloride(PVC)Pipe:ASTM D1784 and D2241,SDR 21,Class 200. i PVC pipe shall have elastomeric push joints ASTM D1794. Schedule 40 ASTM _ D2466. b. Polybutylene(PB)Pressure Tubing: Polybutylene pressure pipe,tubing and fittings may be used for 1-inch to 2-Inch sewer service connections,meeting AWWA Specifications C902,pressure class PC 250 PSI with mechanical Flo- Lock fittings. 1 C. Copper:Type"K"copper tubing,ASTM B-88,may be used for pushes under J roads and driveways. i d. Casing pipe:The casing pipe shall be welded steel pipe,ASTM A139,Grade B with a minimum yield strength of 35,000 psi. Casing pipe bituminous coating shall be applied In conformance with standard coating for metal culverts under highways(MHTD 1021.5 and AASHTO M190)and shall be a minimum thickness of 0.05 inch on the outside of the pipe. 7 e. Tracer Wire:All non-metallic pressure mains shall be Installed with a 14 gauge 1 copper tracer wire with THHN Insulation. Wire splices to be made with split bolt parallel connectors and protected with a watertight seal,3M-2210 Insulating pad. JEFFERSON CITY"STEP"SPECIAL PROVISIONS Page 7 4 ti 4. Fittings:PVC gasket fittings rated at 250 psi 450 elbows(slip x slip)for cleanouts and turns. (. b. Standard or reducing too(slip x slip x Fipt)for service connections rather than \/ saddle. , c. Wyes for Inline cleanouts(slip x slip x slip). d. Crosses(slip)adapt to 2"cleanout by bushing. j 6. Valves:As specified below or Engineer approved equal. ; a. Air Relief:Val-Matic 15, 1 to 50 psi,1"inlet wgh 1"quarter turn ball valve. b. AirNacuum Relief:Val 301S with 1"90 elbow outlet for air release and Intake on top and 2"ball valve below this unit to allow this valve to be removed for maintenance. { C. Curb Stop:Mueller 300 Ball Curb Valve. — d. Pit for Air Relief and Air/Vacuum Relief Valves: 18"diameter fiberglass water meter pit with Neenah R-1914 pit cover without lettering. e. Tapping Saddles:Ford Style FC202 stainless steel band,epoxy coated. j f. Gate Valve:2"or 3"resilient seat,epoxy coated gate valve. Kennedy or equal with valve box and shut off rod. g, Ball Valve:1-112"to 3"Watts Series B-6000 ball or Hammond 8201 valve sized as shown on the Plans. h. Service Connection Check Valve:Bronze check rated at 125 WSP1200 WOG rvj Watts WCV-2 with rubber seat. I 7. Cleanout: a. Piping and Fittings:Schedule 40 PVC per Plans. I b. Pit:18"or 24"diameter fiberglass water meter pit with Neenah R-1914 pit cover without lettering. 8. Valve Boxes: I i a. Valve boxes shall be of good quality cast Iron or high density reinforced polyethylene. The base section shall be large enough to fit over the valve f bonnet. The upper section shall be arranged to screw down on the adjoining lower section and provide a minimum of 4 inches internal diameter —I throughout. Valve boxes shall be provided with cast iron lids or cover. The overall length of valve boxes shall be sufficient to permit the tops to be set flush with the established pavement or ground surface grade. Tyler,Ametek or approved equal. b. Curb Stop Valve Box:Mueller telescoping cast Iron H-10336 with optional foot place H-10394. C. Concrete collar shall be provided in traffic areas. 1 i t .fV 1 .• P�q �I'J] JEFFERSON CITY"STEP"SPECIAL PROVISIONS Page 8 ' i , . .y_ ...-......w..,„. ...... .y� ,y.rn sN.,...„�._........w.................,., ..._......,.. .,., _.... ...__.. _ .. ...— _a:,t�gpS,w ,y f F. EXCAVATION AND PREPARATION OF THE TRENCH:TS-2 EARTHWORK. 1. Size and Alignment:The trench shall be dug such that the pipe can be laid to the proper grade and alignment as shown on the approved plans(36-Inch minimum depth. Trenches shall be excavated to a minimum uniform width which will permit satisfactory jointing of pipe and thorough tamping of bedding material.The following j trench widths shall be maintained below a plane 12-inches above the top of the pipe: Pipe Sizes Trench Width Minimum Maximum 1-1/2"to 3" Pipe O.D.+3" Pipe O.D.+61, 4"to 6" Pipe O.D.+6" Pipe O.D.+11$" 8"to 12" Pipe O.D.+1'4" Pipe O.D.+2,0" Maximum trench width limitations shall apply beginning 3'from a manhole or other —� structure. -� 2. Pushes Under Hard Surface Street and Driveways:All pressure sewer mains under hard surface streets and driveways,3-Inches or smaller in diameter,shall be installed by pushing a rod and pulling a mandrel without disturbing the ground or pavement surface above the pipe. The proper line and grade of pipe shall be maintained. Pipe size shown on the plans is a minimum for the pipe being installed therein. The Contractor may elect to use a larger pipe. Diameter,thickness and schedule of such �l alternate pipe must be approved in writing by the Engineer. All pushes shall meet the requirements of the applicable agency involved. 3. Bracing and Shoring:In the event of any hazardous or unstable trenching conditions, suitable bracing or shoring may be required by the Engineer or the City. 4. Open Trench:At no time shall there be more than 400 feet of trench opened in 1 advance of the pipe laying operations and this length of open trench may be / shortened by order of the Engineer or the City. 5. Rock Excavations:TS-13,SP-13,SP-14 and SP-22. a. Rock excavation is defined as sandstone,limestone Hint, ranite, similar material,in masses measuring more than one cubic yard in volume'eor In ledges four inches or more in thickness,and which requires blasting or jackhammering for Its practical and effective removal. -� b. Trench Width and Depth:Any trench of rock excavation shall be at least 6- inches wider than the outside diameter of the pipe and undercut to a 6"greater depth than the trench depth as required by existing topography. In the event _f of required undercut,the trench subgrade shall be restored to proper grade by filling and compacting,with an approved material to insure a uniform bed along the full length of the pipe and appurtenances. i • • I � JEFFERSON CITY"STEP"SPECIAL PROVISIONS Page 9 r 1 I N d. BITSting:Blasting will be permitted only after securin g the approval or its engineer and only when proper precautions aretaken for the protection of persons or property. Any damage caused by blasting shall be repaired by the contractor at his expense. The contractor's method of procedure relative to blasting shall conform to state laws or municipal regulations or the most restrictive of the two. Trench rock will be drilled and blasted without removing . i the earth above wherein possible. If earth has been removed,the trench will be refilled prior to blasting. Blasting blankets shall be used In the developed areas. In general,blasting will not be allowed for excavation if the site is closer than 50 feet of a structure. 6. Barricades and Lights:TS-23,SP-9 and SP-10. All open trenches and other excavations shall be provided with suitable barriers,signs,and lights to the extent I i that adequate protection is provided to the public against accident by reason of such open construction. Obstructions,such as material piles and equipment,shall be I provided with similar warning signs and lights. All barricades and obstructions shall be illuminated by means of acceptable warning lights at night,and all lights used for this purpose shall be kept burning form sunset { to sunrise. Materials stored upon or alongside public streets,roads and highways { shall be so placed,and the work at all times shall be so conducted as to cause the { minimum obstruction and inconvenience to the traveling public. All barricades,signs,warning lights,and other protective devices shall be and maintained in conformance with applicable statutory requirements and,where within the railroad or highway right-of-way,as required by the authority having i Jurisdiction thereover. 7• Bore and Jacking:Welded bituminous coated steel casing pipe shall be installed under State highways,railroads,or as otherwise required on the approved plans,by j dry bore and Jacking as per plans and specifications. a. Highway and railroad bore and Jacking approval by the respective Owner or agency of autoriy I and permit shall be provided i b. Construction shall be in accordance with the respective rules and specifications:MHTD(7 CSR 10-3.1010)Location and Relocation of Utility Facilities on State Highways Appendix A;or AREA Specifications,Part 513, Pipelines for Non-flammable Substances,Appendix B. C. Proper line and grade shall be maintained.Auger shall not be advanced i beyond end of the rasing. i { J J JEFFERSON CITY"STEP"SPECIAL PROVISIONS J Page 10 r v 1 G. PIPE AND APPURTENANCE INSTALLATION: e 1. General: All pipe shall be cut by use of power or hand saw methods with beveling as required by manufacturer's recommendations. All pipe,fittings,valves,and appurtenances jK,a shall be carefully lowered into the trench by moans of ropes or mechanical equipment. Trench shall be frost free,dry and bedded per regulations. Ends and interior of all pipe must be thoroughly cleaned. 1 . All joints must be made as per the manufacturer's specifications. All joint deflections must be within the pipe manufacturer's recommendations. J Support in bore sleeves shall be continuous(except at bells). CCA treated 2x2 skids tied together with stainless steel bands which will not allow skids to separate and pipe to fail will be required in 6-inch,or greater,diameter sewer lines. Valves shall be located as designated by the approved plans. All valves shall be protected by an adjustable height valve box as specified above,the top of which shall I be to the same grade as the existing terrain. 7 2. AirlVacuum Relief Valves: Set valve box on concrete blocks such that the cover will be at final grade. Install relief unit vertically so that it can be serviced through the opening above. Fill the bottom with 314"or 1"clean crushed rock for leaching. Install pit and cover. 3. Cleanout: a Install elbows,riser sections,valve and female adapter. Install pit and cover so that `• ./ valve is readily accessible. Install reaction backing inside the pit and outside the pit. k 4. Buried Line Identification and Location:Tracer wire shall be laid along the centerline � of all pressure sewer line construction. f a. Tape tracer wire to pipe at intervals sufficient to hold wire in position during I backfill. b. Ground surface access to tracer wire shall be provided at each pressure sewer line cleanout or air relief valve. Run wire along outside of cleanout valve box or air relief box and Into box through bore hole within 6-inches of the top of the box,leaving 12-inches of excess tracer wire within box. J S. Plugs,Caps,Bends:All plugs,caps,tees,and bends,unless otherwise indicated on approved plans,shall be anchored to prevent movement by providing suitable reaction backing in the form of concrete thrust blocks or metal harness anchored in J concrete. { 6. Reaction Backing:Provide reaction backing for all tees and elbows according to the following table of square footages against trench wall in sand: i JEFFERSON CITY"STEP"SPECIAL PROVISIONS Page 11 r: x t, s t . !'1 Pipe Taos Elbows Size Plugs_ 900_Els 45_0 _22-112_0_ 11_1L4° .! 1-112 to 4" 1 2 1 1 1 6" 3 3 2 1 1 r 8,. 4 6 3 2 1 I Other Soil Conditions Cemented sand or hardpan•Multiply above by 0.5 ' Gravel -Multiply above by 0.7 Hard dry clay •Multiply above by 0.7 Soft clay •Multiply above by 2.0 Temporary blocking using used grader blades driven into the soil behind valves,DIP caps or other metal fixture. 1 7, Septic Tank and Effluent Pump System Installation: Septic tank,or aerated treatment unit,and effluent pump tank and assembly shall be I installed per approved plans and specifications,approved manufacturer recommendations and consistent with the requirements of the City of Jefferson and the Department of Natural Resources. t 8. Location of Sewers with Respect to Watermains: I a. Horizontal Distance:Sewer pipe shall be laid no closer than ten feet ••1 horizontally from water mains. Should conditions exist whereby the `J Cont actor cannot main :his separation,the sewer pipe may be laid In a j separate trench or on an undisturbed earth shelf located on one side of the sewer at such elevation that the bottom of water main is at least 18 Inches above the top of the sewer pipe. b. Vertical Distance:Where PVC sewer pipe crosses water mains,it must be laid at such elevation that the top of the sewer is at least 18-inches below the bottom of the water mains and midway between the joints of the water main. When it is impossible to obtain vertical and horizontal separation on a crossing,the sewer line shall be constructed with ductile Iron pipe in "j accordance with ASTM A746 Class 50 and must extend on each side of the j J crossing a distance of nine(9)feet. When these conditions cannot be met,the Engineer shall be notified. C. Distance from Manhole: No water pipe shall pass through or come into contact with any part of a sewer manhole. _I H. BACKFILLING J 1, Adjacent to Top of Pipe:The first eighteen Inches(18")of backfill over the top of pipe shall be select backfill material free from debris,organic material,and stones larger than one inch In greatest dimension. JEFFERSON CITY"STEP"SPECIAL PROVISIONS Page 12 IMF= Nam- J If excavated material is not suitable for backfill,the engineer may require imported material be used;including clean,finely divided soil or crushed stone aggregate(one Inch and smaller). If the material in the banks of the trench is suitable,and granular t. backfill is not required by approved project plans,it may be used. t � If the depth of the trench is over five feet,at least two feet of hand placed fill must be � i t placed over the top of the pipe before a mechanical fill placement is used. f F On completion of the specified hand fill,the balance of the trench shall be i mechanically filled to at least three Inches above the proposed finished grade of the surrounding terrain. In non-paved areas the top six inches backfill shall be topsoil corresponding to that underlying the original sod. 2. Improved Areas:All streets,driveways,lanes,parking area or other improved areas supporting vehicular traffic shall be backfilled with crushed stone or gravel and shall be restored to original or better condition.Backfill material may be MHTD Type 1 or Type 2 Grades A or B crushed stone or gravel; MHTD Type 3 if compacted;or MHTD i Type 4 washed sand and gravel. j 3. Maintenance of Backfilled Areas:Backfilled areas shall be maintained to the grade of j the surrounding terrain,by the contractor during construction to the completion date of his respective contract. Seeding or sodding shall be done to the satisfaction of the City's inspector. 4. Cleaning Up:TS-3. On completion of contract,contractor shall remove all excess materials or supplies and shall clean up the entire working area and dress the land so j as to leave a neat,accessible work area. Any ditches,road,or street shoulders shall " be restored to their original alignment and grade. I. HYDROSTATIC TESTING: 1. The Contractor shall provide all equipment necessary for the pressure test. j 2. The City's Inspector shall witness the test. ` } 3. Procedure: a. Pressure test-Each valved section of pipe shall be filled with water slowly and the specified test pressure of 2.5 times the maximum working pressure of the section of pipe to be tested(approximately 100 psi),based on the elevation of the lowest point of the line or section under test and corrected to the elevation of the test gage,shall be applied by means of a pump connected to the pipe in Ja manner satisfactory to the City's Engineer. Before applying the specified test pressure,air shall be expelled completely J from the pipe,valves,and appurtenances. All exposed pipe,fittings,valves, hydrants,and joints shall be examined carefully during the test. Any damage or defective pipe,fittings and appurtenances that are discovered following the pressure test shall be repaired or replaced with sound material and the test „f shall be repeated until it is satisfactory to the City's engineer or inspector. ./j JEFFERSON CITY"STEP"SPECIAL PROVISIONS —� Page 13 NEW— l R , t ` b. Leakage test-A leakage test shall be conducted concurrently with the pressure test. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe,or any valved section thereof,to maintain pressure within 5 psi of the specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. The minimum duration of the test shall be one hour unless otherwise directed by the City's 1 engineer. Acceptance of installation shall be determined on the basis of allowable leakage. If any test or pipe laid discloses leakage greater than that specified In I the following formula,the Contractor shall,at his own expense,locate and repair the defective material until the leakage is within the specified allowance. _J+ All visible leaks are to be repaired regardless of the amount of leakage. J Additional leakage per closed valve or 0.0078 gaUhrlin,of nominal valve size shall be allowed,when testing against closed metal-seated valves. i L=S"!2'a where, 13,200 L=allowable leakage,in gallons per hour. S=Length of pipe tested,in feet. D=nominal pipe diameter,in inches. P=square root of average test pressure in PSI(gauge). i J. INSPECTION: JIt shall be agreed to by all parties that the Department of Public Works,Jefferson City, Missouri,or Its representative shall have full authority to inspect the materials and the work performed, The Contractor shall furnish all reasonable aid and assistance required by the Engineer or the City,for the proper Inspection and examination on of the work and all parts thereof. The Contractor shall regard and obey the directions and instructions of the Engineer,or Inspector,so appointed,when the same are consistent to his contract or these specifications; however,should the Contractor object to any order given by any inspector,he may object by Jwritten appeal to the Director of the Department of Public Works,Jefferson City,Missouri,or Its duly appointed representative. i Supervising engineers,Inspectors,and other properly authorized representatives of the + Owner or City shall be free at all times to perform their duties,and Intimidation or attempted intimidation of any one of them by the any of the Contractor's employees shali be sufficient reason,if the City so desires,for suspension of work. Such inspections shall not relieve the Contractor,or Owner,from any obligation to perform —, his work in accordance with these specifcations or any approved plans,and work not so Jconstructed shall be removed and made good by the Contractor or Owner at his own expense,whenever ordered by the inspector without reference to any previous oversight or error in Inspection. i J JEFFERSON CITY"STEP"SPECIAL PROVISIONS Page 14 J I � ,f DETAIL DRAWINGS 1. Orenco 10 OSI 05 HHF•6 stage w/flow controller 2. Peabody Barnes:STEP 5224 AND STEP 1022-L Pump Curves 3. F.E.Meyers:PSI D AND P52D Pump Curves z 4. Aurora/Hydromatic:SPD50H Pump Curves I'D�.1 , - r 1 r 1 t 4 t JEFFERSON CITY"STEP"SPECIAL PROVISIONS Page 15 t x� 1 zt -- nFT L DRAI+LING // 1 10 OSI 10 HHF- 10 stage 400.00 1- EFFLUENT PUMPS 1/2 Hp toIHp SIN GLE PHASE,60HZ 115/230 VOLT pc#1 350.00 � © 9/93 I 116OSI07HHF.8stage . _. 300.00 250.00 '10 OSI 05 HHF-6 stage" • i 200.00 \ - — ` I u — — — f r - — - ----- �_ _ - _ N.- f < 150.00 100.00 ;—Refer to Price List page _.__..- _ _10 GR 05 HH-8 stage* 50.00 I — Ji-l._:, _ __-_. .. .10OSI05HHF- 6stage —w/l/4"flow controller — J Q.Available LrOV V 0.00 0.00 200 4.00 6.00 8.00 10.00 12.00 JjNET DISCHARGE,GPM J ORENCOSYSTEMS,INC 2&6COLONIALROAD ROSEBURG,OR97470 (5Q3)6i3-0165� • I SECTION ( 9 ' PAGE 121 ISSUED 1 9185 TOTAL HEAD DETAIL DRA14ING # 2 SUPERSEDESI MT_._ 6��---200 ' ' : PerformanceCurve Submersible ertt Pumps Models: Step 52,102 Motor: 'b ind l HP,230 Yolt i Single Phase,3450 RPM ^I• ' ' ' Peabody Barnes Inc J{ 49 160 • .... , 36 120 „ ; f 24 — 80 w, 12- 40 U.S. GALLONS 1'0 20 3C 40 ``� 60 ; PER MINUTE ; LITERS I 37 76 113 1:1 189 22i PER MINUTE i Peabody -� MaWelc.Ohio-0-M '. 63t North Main Street. • P:.enc 4191523• „ 1 DETAIL DRAWING # 3 x50 x°100 SERIES 1/2 and 1 Hp Effluent S.T.E•P.Pumps i DIMENSIONS POWER AND=AT-PROBE MOTOR HODSDJG PSI.P52 PI02 CO]?n5 Casi iron for ettldent PS t D.PS2D,Pt 02D Jackets sealed with cm• heel trauter and press=offing Individual corrosion resistance. f ,� wires polled with epoxy / O !� i to prevent wicla:g tn case SHAFT J of cord damage. \ % \ / cor SSI for syengLh and U corn onresslarce. .._.i III !Ii MOTOR ' \1 � ,1�%•�`,y:v •�) 11 and I F?=.(;Ie phase ,:: '�+ '60:i �a R;-4 Henna• , � :h Y3M 'l r % rer t spill : u �,..: .. '.•,'� motors hove bu3t•n on eke [ ^ '- — � wmdingever'ocdprctec- — dcn.011tacled a:d lubricated. BEARINGS Upper and lower ball -- y,! .- :1 beannOs suppcn Take radial c:d rrut SHAFT-•r e f I Double Tcrdem seals I with carbon ctd cer=nic 1' faces Extends actor life. MAT,LEAK PROBES �= Octfonal probes deter - :: \, water lecJa_ge in seal hou=g.Acavates light 173 r_ 1 PERFORMANCE CURVE 4 VLWCi/S311GIE 1AM MGH i.•SicmNcr CAST 00 ti: '.. f M{ice{ ' -• •J-. T-=, ...7+II I�ELS,E>? 11lONVOLIITh ) _ ...a:. .•.._� .. .__ i High etticency.Pa ses Corrosion •J.on res stc Passes ii'spherical scuds.1!i.' =wleertcai solids with •nr - .,xt. ^�.. .�1 )- ed_ cn . �; _t scrless steel weer r ng. IJr'1e• , t IA Cp1lorrl bronze corS-ac• VOLDTEMAPEIrrvstir. ttcn available. RING �:r and m-duces ! 1 Replaceable. { '� yv �m .e a a s :n:•t -•.v u a . .. s}y �• e.•.ern Wyp�.a•�� . _.� K= un sa F.E ►:rma n u.S.l � 1101 A�lyeerns PuPkewa vy t:omparry J IWIan A Ohio u905.1923 :,.,w,.,•... .. FM 19/ a ' DETAIL DRAWING # 4 j ;r ' t Performance Data ' mp Characteristics 1 1 1 III 1 1 I I I l t 1 ll II 1 I I III 4mo/Kat w uerl ! s:s.ea.ra31. t I 1 f I I t A 'edKdd(501 1 MHI I MH2 1 MH6 1 IAHt AUtS W 48 1 F 1 i• I I 1 V mdk Xa h I AHI I AHT 1 r�- - c 1 ( I I 1 1. 1 i latsroaeeer 1/2 I I I I t HP 1 I I A. 115.0 TS 1 4.0 t IA IS = I I 1 I I I l •1 t 1 1 N 'w TV" .. (C�t Start f 'i6r..-tks. � � I I I I 1 I I 1 1 I I I 1 1 1 I I I t 1 t l -T Tr t o I 3450 I I I I I I I I I 1 ► 1 ! Iaaie i i 13 I I I 1 1 1 1 1 1 1 1 ! I V'eae I 115 1 230 I 200 460 1 S75 1 1 1 1 1 1 1 1 172 HP I I I I I I I i N d Abdo;(100) I M21 MH6 I AUU I KH4 I KHS °- 16 Aitooatk Ra&6 I ANT I - Rotseoowc•• t 1 1 1 1 1 1 1 1 I l l l l t l 1 1 1 I S I F Lad A. 1 9-5 1 4-5 1 4.0 1.7 11-S o I I ( I I I I I l l l l l l 1 1 1 I I I {( Y ot?me t C=.I 11"o-Mm L%.L I .. - 3450 CAPA=.Y4JS.c.?j x I py w 0 I I i 3 y aoe 1 230 1 200 I Z'0 1 460 1 S75 I Tatal Head(fact) 10 20 30 40 50 60 I i. _rz I 60 1 tro.�tlw I fanrarls:m G?fd EIH HP 105 77 s0 23 p _ T— atv+ I 1401Ao>a(aar , ( '137 . 120 96 67 31 0 l m I t L. I cot3 Dimensional Data i •• sae I r HPT(3-wt.) -- t Waiafrt I 73 IL I ', i r--5:.a— l Ammea ec� . I PmwCm¢PORN 14/3.SIT*&1a IISV.IV rnL rV i i � � t Lmae.aaw=m.oy , . a.t}t+/+,S-.*-k Ia.11.74.IC'aL rY sn}16/7.STel L IL I ,.vP- 'aY-1Ri16 ,I rw A.Ia:.AV::O'aL 751 100H 16/7.1 �•�a � =U Fir--^^—x=,I r l i Y•c1._oV,:o nL-161+.5�Vtt�_ov.:o I ! 1 ,;e„%FW 1.N•A.:a.-AV,MOV,460Yr575 •:0'mL ( r 1 li-r =i`eraT I iaterials of Construction E �� � ter.-� Ham. I sleet 18�� \ I '. � �/ wrc�lbeodSAll'AAH2asrs . ttor Ho®g 1 Csst It= ! '.r Hoesmg I Ca1 kaa mnmoic�pvoou� Cat has �_ait 1 St®ass Sleei ' lcaa crl Sod F=x CaiW4/Caramk Silt Sod Sd S 'r'Srass I; Span;%ilhu 51ed is va 6edaw=loaa 8 Ia Tle r 12-'M } _1Pdar 1 cat boa i Upper i°w9 Sao love IIa ' et secriag I sff�s low tag t.aioy Cos try. wo slaJess 5169 l J AURORA/HYDRCIAATIC Pumps, Inc. I 1840 Baney Road,Ashland,Ohio 44805 (419) 289-3042 ire i r � 1, -� PIPE NETWORK ANALYSIS AND OPTIMIZATION " JOB: JEFFERSON CITY: BOONVILLE ROAD PRESSURE SEWER NODE DATA PAGE 1 I-----------------------------------------------------------------I NODE ELEV. OUTPUT E.G.L. PR.HEAD PRESSURE I I NO. FT. GPM FT. FT. PSI I ' I----------------------------------------------------------------- I I 1, 503.0 24. 503.0 RESERVOIRI e. I 2 506.0 521.4 15.4 6.7 I �.• I 3 495.0 528.2' 33.2 14.4 I i j I 4 503.0 530.5 27.5 11.9 I I 5 495.0 539.2 44.2 19.1 I I 6 502.0 532.5 30.5 13.2 I ; 7 490.0 532.5 42.5 18.4 I I 8 501.0 539.7 38.7 16.8 i I 9 491.0 545.2 54.2 23.5 i I 30 503.0 24. 503.0 RESERVOIRI i 11 506.0 517.5 11.5 5.0 I I 12 501.0 517.5 16.5 7.2 1 I 13 505.0 521.4 16.4 7.1 I 1 14 488.0 532.2 44.2 19. 1 i _T 15 504.0 528.2 24.2 10.5 I I 16 496.0 534.9 38.9 16.8 T I 17 505.0 532.1 27.1 11.7 I I 18 498.0 547.2 49.2 21.3 I } 23 491.0 -8. 492.0 1.0 0.4 SUPPLY I q. I 25 491.0 -8. 492.0 1.0 0.4 SUPPLY I J I 29 487.0 -8. 488.0 1.0 0.4 SUPPLY 1 I 34 484.0 -8. 485.0 1.0 0..4 SUPPLY I I 36 492.0 -8. 493.0 1.0 0.4 SUPPLY I I 38 494.0 -8. 495.0 1.0 0.4 SUPPLY 1 I-----------------------------------------------------------------s • � i. r � r � _ ._..._ _._. ,.r, r 1. .......t_.u:ur.«+.r�.•._...,,<,.r.r k..r.,....._.._ ... _ .._ _._.,.....__. .. •--...,�av ? t "J JOB: JEFFERSON CITY: BOONVILLE ROAD PRESSURE SEWER i PIPE DATA PAGE 2 i ------------------------------------------------------------------- I ._ I . I PIPE NODES DIAM. LENGTH COEF FLOW VEL. HEAD I I NO. FROM TO - IN. FT. GPM FT/SEC LOSS I � . ------------------------------------------------------------------- I 1 2 1 1.5 240.0 120.* 24. 4.4 18.4 I I 2 3 2 1.0 90.0 120.* 8. 3.4 6.8 I I 3 4 2 1.5 260.0 120.* 16. 2.9 9.1 I I 4 5 4 1.0 120.0 120.* 8. 3.3 8.6 I - I 5 6 4 1.5 210.0 120.* 8. 1.4 2.0 I a I 6 6 7 1.0 90.0 120.* 0. 0.0 0.0 I I 7 8 6 1.0 105.0 120.* 8. 3.2 7.2 I 8 9 8 1.0 80.0 120.* 8. 3.2 5.5 I I 10 11 10 1.5 190.0 120.* 24. 4.4 14.5 I I 11 12 11 1.0 120.0 120.* 0. 0.0 0.0 I I 12 13 11 1.5 50.0 120.* 24. 4.4 3.8 I I 13 14 13 1.0 150.0 120.* 8. 3.3 10.8 I I 14 15 13 1.5 190.0 120.* 16. 3.0 6.9 I I 15 16 15 1.0 90.0 120.* 8. 3.4 6.7 I I 16 17 15 1.0 55.0 120.* 8. 3.3 3.9 I I 17 18 17 1.0 215.0 120.* 8. 3.3 15.1 I I 23 23 3 PUMP HEAD 36.2 FT 8. POWER O._P I I I 25 25 5 POMP HEAD 47.2 FT 8. POWER 0.1 I I I 29 29 9 POMP HEAD 57.2 FT 8. POWER O.H-P I I 34 34 14 PUMP HEAD 47.2 FT 8. POWER O.HP ! I 36 36 16 PUMP HEAD 41.9 FT 8. POWER O.HP I I 38 38 18 PUMP HEAD 52.2 FT S. POWER O.HP I i -----T i l f i \ 1 t I t kry ! k � I +,.,��,a;s,'.:0•ia'.1::,.:se:«t^.s re'iuwJ,FHn,. ,- ,..u..._...... ........_..,..... . . .. � a .,.... ..r...�.._ a...........-• ......._ .._ ..•�J,yyyB, *� .. � a z dt! i } r 1 ,f CORPS OF ENGINEERS NATIONWIDE PERMIT AS x, Ni STATED IN SP-23 WILL BE FORWARDED AS AN ADDENDUM. t � � { _ s 3 t ! j J 5 I 1 i r t, { t , f • r � is Ix ' t \ r i i k r 4F t t �X x !� 1,r �f�1`v` ++fifty"i;-�i,4�'�Yfia"�`M;,�`P"�.tXvkuaV,a7xYr,+J'.caa,mr.wv.,..�.,..-,......,.+.,,.e,a+>,.+sup,.,.,...•._.. - �, � r y '+�,� ,.. y S- t ..it. f. Tr r fA '{ x .. '� � 4 ;. •r{i r�ad.�..{k�}w t�� iJ t}t 11 list ,t✓�{ . l: S , , t,•, t 5 � s' 1. �r: I ADDENDUM NO. 1 BOONVILLE ROAD SANITARY SEWER PROJECT PROJECT NO. 31024 MARCH 19, 1997 1. The bidder will acknowledge receipt of this Addendum and his acceptance of its I conditions by signing this Addendum and including it with his bid. u� BIDDER: �t9� r ;!�ca ( Vl�Lal�l� 7�'O/) `� r���Or7, n J TITLE: res,d n I ^1 r i CITY OF JEFFERSON,MISSOURI MARTIN A.BROSE, P.E. DIRECTOR OF PUBLIC WORKS as L` rWi . r . : .. "'"•r':^"�;xt�ti`un�i�m`:r�rl .nY4�A.! 'i «•.:.z',,::swa,_,4w�•x .,«>�w... _ __..__..._......_.,._. ....... - -°- r , 4' --` —'---�--'� '—�---�—^^'TTYT----•-'--�_ _ � —_ — — _—__� _ _--�_, �..-_ r�._—� �. — � , w� ADDENDUM NO.1 BOONVILLE ROAD SANITARY SEWER PROJECT PROJECT NO.31024 MARCH 19, 1997 •f _I 1. Add the attached Corps of Engineers Nationwide Permit as part of SP-23. flil t tt 1� 1 t t,' I i r i s I r, f r r' a t t `•r1�1 � r;, 4,v�t� } 'ry t ti ti�t+�t d r tt 3 i, z tz t ' J si .c` rt �' � t F G ' �.�K:aYr'1"'YLtN�YthL°knaixaayrran uu:ti.a.r ., .•.• 4 t .� 4 ffrt rc �•t rrl r �r� ti1 Y { r } y • �> 1 DEPARTMENT OF THE ARMY I �I,I��, KANSAS CITY DISTRICT.CORPS OF ENGINEERS _ 700 FEDERAL BUILDING KANSAS CITY.MISSOURI 64106.2896 i :,11 IdIAQ 1°97, _ REPLY TO - — ^ a� ATTENTION OFI I�"I�`�I\I IL^'@7 L� Eastern Project Section " �-'—' _" (97-00934) I'�i (�I>h� 31997 I (Cole, M0, NWP 12) Mr. Bob Gangwish _1 City of Jefferson City Department of Public Works City Hall 't 320 East McCarty Street Jefferson City, Missouri 65101 Dear Mr. Gangwish: I This letter concerns your request for a Department of the Army (DA) permit for a sewer crossing in a tributary of Grays Creek. The activity will be located in Section 27, Township 45 north, Range 12 west, Cole County, Missouri. Mr. Jon Miller of our Jefferson City Regulatory Field office discussed the activity j with you on February 21, 1997. The Corps of Engineers has jurisdiction over all waters of the United States. The discharges of dredged or fill material in waters of the United States, including wetlands, require prior authorization from the Corps under Section 404 of the Clean Water Act (33 USC 1344) . The implementing regulation for this Act is J found at 33 CFR 320-330. -, We have reviewed the information furnished and have ` . determined that your utility line crossing is authorized by nationwide permit (NWP) No. 12, provided you ensure that the conditions listed in the enclosed copy of excerpts from the December 13, 1996 Federal Register, Final Notice of Issuance, Reissuance, and Modification of Nationwide Permits (61 FR 65874) are met. General condition 9 requires you to obtain a Section i 401 water quality certifj�ation, which you have obtained. 1 General condition 14 requires you to submit a signed certification regarding your project and any required mitigation upon completion. Included with this letter is a "Compliance Certification" that must be submitted to this office upon completion of the authorized work and any required mitigation. This NWP verification is valid for a period of two years from the date of this letter. Should your project plans change or if your activity is not complete within this two year period, you must contact this office for another permit determination. Although an individual DA permit is not required, other Federal, state and/or local permits may be required. You should J verify thi's yourself. The Missouri Department of Natural Resources has certified that this NWP will not violate existing state water quality standards provided you comply with the conditions included in their letter. If you have any I Ink- 1 r -2- i .. Iq.•rvMt — .'1 t questions concerning state water quality standards or associated conditions, please contact the person listed in their letter. J If you have any other questions concerning this letter, t -� please feel free to write me or call me at 816-983-3667 (FAX 816- _.� 426-2321) . Sincerely, I James L. Scott Regulatory Specialist �J Regulatory Branch J Enclosures r JCopies Furnished: wo/enclosures Missouri Department of Natural Resources wo/enclosures -� Missouri Department of Conservation wo/enclosures lk } J Y. I r., r t 1 I t 1 y fFt t}1 � ` ..^..^^r.yti.yK♦fSj, � 1F ' Py f/ ft S t � s' "4 t r 7 .4 ' t tt ) CEMRK-CO-R j -{ DECEMBER 13, 1996, FEDERAL REGISTER i ACTIVITIES IN WATERS OF THE UNITED STATES C. NATIONWIDE PERMIT CONDITIONS —� GENERAL. CONDITIONS: The following general conditions must be followed in order for any authorization by a nationwide permit WKP) to be valid: I. Navigation. No activity may cause more than a minimal adverse effect on navigation. 2. Proper maintenance. Any structure or fill authorized shall be properly maintained, including maintenance to ensure public safe*y. 3. Erosion and siltation controls. Appropriate erosion and siltation --) controls must be used and maintained in ef:ect:ve operating condition during construction, and all expcsed soil a=.d other fills, as well as any work below the ordinary high water mark cr hich tide line, -�st be permanently stabilized at the j ^� earliest practicable date. 4. Aquatic life movements. No activity may substantially disrupt the movement of those species of aquatic life indigenous to the waterbody, including those species which normally migrate through the area, unless the activity s primary purpose is to impound water. S. Equipment. Heavy equipment working in wetlands must be placed on mats, or other measures must be taken to minimize soil disturbance. 6. Regional and case-by-case conditions. The activity must comply with any `1 regional conditions which may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state ` or tribe in its section 401 water quality certification. 7 7. wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River System; or in a river officially designated by j Congress as a "study river" fer possible inclusion in the system, while the river is in an official study status; unless the appropriate Federal agency, with direct "I management responsibility for such river, has determined in writing that the proposed activity will not adversely effect the Wild and Scenic River designation, or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area (e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service.) 8. Tribal rights. No activity or its operation may impair reserved tribal rights, including, but not limited to, reserved water rights and treaty fishing and hunting rights. 9. Water quality certification. In certain states, an individual Section m, 401 water quality certification must be obtained or waived (see 33 CFR 330.4(c)) . i i J 10. Coastal zone management. In certain states, an individual state coastal zone management consistency concurrence must be obtained or waived (see Section 330.4(d)) . _) J _.. } MEW- f 11. Endangered Species, a. No activity is authorized under any NWP which id'likely to jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act, or whiblf Is SSRL:q"'tC es Esc' 3S'd1p iF63t11, the critical habitat of such species. Non-federal permittees shall notify the District Engineer if any i listed species or critical habitat might be affected or is in the vicinity of the project, and shall not begin work on the activity until notified by the District Engineer that the requirements of the Endangered Species Act have been satisfied and that the activity is authorized. b. Authorization of an activity by a nationwide permit does not 1 authorize the take of a threatened or endangered species as defined under the Federal Endangered Species Act. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological opinion with incidental take provisions, etc.) from the U.S. Fish and Wildlife Service or the National Marine Fisheries Service, j both lethal and non-lethal takes of protected species are in violation of the - Endangered Species Act. Information on the location of threatened and endangered species and their critical ha-.itat can be obtained directly from the offices of the U.S. Fish and wildlife Service and !rational Marine Fisheries Service or their world ! wide web pages at http://w-:. fws.gcv/-r9ends=p/endspp.html and ! -- http://king fish.spp.mnfs.gcv/t^cir.tyr/prot_res.html#ES and Recovery, respectively, 12. Historic properties. No activity which may affect historic properties listed, or eligible for listi:g, in the National Register of Historic Places is ! authorized, until the DE has complied with the provisions of 33 CFR Part 325, Appendix C. The prospective permittee must notify the District Engineer if the authorized activity may affect any historic properties listed, determined to be I eligible, or which the prospective permittee has reason to believe may be eligible for listing on the National Register of Historic Places, and shall not begin the activity until notified by the District Engineer that the requirements of the ' iNational Historic Preservation Act have been satisfied and that the activity is ' authorized. Information on the location and existence of historic resources can be obtained from the State Historic Preservation office and the National Register of I Historic Places (see 33 CFR 330.4(g)) . 13. Notification. -- t a. Timina; Where required by the terms of the NWP, the prospective j permittee must notify the District Engineer with a Pre-Construction Notification (PCN) as early as possible and shall not begin the activity: ! (1) Until notified by the District Engineer that the activity may proceed under the NWP with any special conditions imposed by the District or Division Engineer; or J (2) If notified by the District or Division Engineer that an individual ! permit is required; or (3) Unless 30 days (or 45 days for NWP 25 only) have Y passed from the District Engineer's receipt of the notification and the prospective permittee has not received notice from the District or Division Engineer. Subsequently, ! , the permittee's right to proceed under the NWP may be modified, suspended, or j j J revoked only in accordance with the procedure set forth in 33 CFR 330.5(d) (2) . i rJ - 2 I J •,,.'' b. Contents of Notification: The notification must be in writing and `. include the following information: _ (1) Name, address and telephone numbers of the prospective permittee; I (2) Location of the proposed project; (3) Brief description of the proposed project; the project's purpose; direct and ind4rect adverse environmental effects the project would cause; any other NWP(e) , regional general permits) or individual permits) used or intended to be used to authorize any part of the proposed project or any related activity; and (4) For NWPs 14, 18, 21, 26, 29, 34, and 38, the PCN must also include a delineation of affected special aquatic sites, including wetlands (see paragraph 13(f)) ; i J (5) For NWP 21 - Surface Coal Mining Activities, the PCN must include an OSM or state approved mitication plan. (6) For NWP 29 - Single-Family Housing, the PCN must also include: _ (i) Any past use of this VrIP by the individual permittee and/or the permitees spouse; -� (ii) A statement that the single-family housing activity is for a personal residence of the permittee; I (iii) A description of the entire parcel, including its size, and a J delineation of wetlands. For the purpcse of this NW?, parcels of land measuring 0.5 acre or less will not require a formal on-site delineation. However, the applicant shall provide an indication of where the wetlands are and the amount of wetlands that exists on the property. For parcels greater than 0.5 acre in size, a formal wetland delineation must be prepared in accordance with the current method required by the Corps. (See paragraph 13(f)) ; J (iv) A written description of all land (including, if available, legal descriptions) owned by the prospective permittee and/or the prospective permittee s spouse, within a one mile radius of the parcel, in any form of ownership (including any land owned as a partner, corporation, joint tenant, co-tenant, or as a tenant-by-the-entirety) and any land on which a purchase and sale agreement or other contract for sale or purchase has been executed; -� (7) For NWP 31 - Maintenance of Existing Flood Control Projects, the J prospective permittee must either notify the District Engineer with a Pre-Construction Notification (PCN) prior to each maintenance activity or submit a five year (or less) maintenance plan. In addition, the PCN must include all of the "( following: (i) Sufficient baseline information so as to identify the approved channel depths and configurations and existing facilities. Minor deviations are authorized, provided that the approved flood control protection or drainage is not increased; _ (ii) A delineation of any affected special aquatic sites, including wetlands; and, (iii) Location of the dredged material disposal site. I , 3 F r ' (8) For NWP 33 - •:emperary Construction, Access, and Dewatering, the PCN must also include a restoration plan of reasonable measures to avoid and F minimize adverse effects to aquatic resources. C. Form of Notification: The standard individual permit application form (Form ENG 4345) may be used as the notification but must clearly indicate that it is a PCN and must include all of the information required in (b) (1) -(7) of General Condition 13. A letter may also be used. d. District Engineer's Decision: In reviewing the pre-construction .� notification for the proposed activity, the District Engineer will determine whether i the activity authorized by the h'WP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. The prospective permittee may, optionally, submit a proposed mitigation plan with the pre-construction notification to expedite the process and the District Engineer will consider any optional mitigation the applicant has included in the proposal in - determining whether the net adverse environmental effects of the proposed work are minimal. If the District Engineer determines that the activity complies with the terms and conditions of the N"WP and that the adverse effects are minimal, the District Engineer will notify the permittee and include any conditions the DE deems necessary. - Any mitigation proposal must be approved by the District Engineer prior to cormencirg work. if the prospective termittee elects to submit a mitigation plan, the District Engineer will expeditiously review the proposed mitigation plan, but will not commence a second 30-day (or 45-day for NWP 26) notification procedure. If the net adverse effects of the project (with the mitigation proposal) are determined by the District Engineer to be minimal, the District Engineer will provide a timely written response to the applicant stating that the project can proceed under the terms and conditions of the nationwide permit. If the District Engineer determines that the adverse effects of the proposed work i are more than minimal, then he will notify the applicant either: (1) that the project does not qualify fcr authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (2) that the project is authorized under the h'WP subject to the applicant's submitting a mitigation proposal that would reduce the adverse effects to the minimal level; or (3) that the project is authorized under the N'nP with specific modifications or conditions. I e. Agency Coordination: The District Engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the MPs and the need for mitigation to J reduce the project's adverse environmental effects to a minimal level. I (i) For NWP 14, 21, 26 (between 1 and 3 acres of impact), 29, 33, 37, and 38. The District Engineer will, upon receipt of a notification, provide immediately, e.g., facsimile transmission, overnight mail or other expeditious manner, a copy to the appropriate offices of the Fish and wildlife Service, State natural resource or water quality agency, EPA, State Historic Preservation Officer (SIiPO), and, if appropriate, the National Marine Fisheries Service. With the J exception of NWP 37, these agencies will then have 5 calendar days from the date the material is transmitted to telephone or fax the District Engineer notice that they intend to provide substantive, site-specific comments. If so contacted by an 1 agency, the District Engineer will wait an additional 10 calendar days (16 calendar _j days for NWP 26 PCNs) before making a decision on the notification. The District Engineer will fully consider agency comments received within the specified time frame, but will provide no response to the resource agency. The District Engineer will indicate in the administrative record associated with each notification that _f the resource agencies' concerns were considered. Applicants are encouraged to provide the Corps multiple copies of notifications to expedite agency notification. 4 (ii) Optional Agency Coordination. For NWPs 5, 7, 12, 13, 17, 10, 27, - `� 31, and 34, where a Regional Administrator of EPA, a Regional Director of USFWS, or a Regional Director of NMFS has formally requested general notification from the ti District Engineer for the activities covered by any of these NWPs, the Corps will provide the requesting agency with notification on the particular NWPs. However, where the agencies have a record of not generally submitting substantive comments j on activities covered by any of these NwPs, the Corps district may discontinue I providing notification to these regional agency offices. The District Engineer will coordinate with the resources agencies to identify which activities involving a PCN that the agencies will provide substantive comments to the Corps. The District _ Engineer may also request comments from the agencies on a case by case basis when the District Engineer determines that such comments would assist the Corps in reaching a decision whether effects are more than minimal either individually or cumulatively. (iii) Optional Agency Coordination, 401 Denial. For NWP 26 only, where the state has denied its 401 water quality certification for activities with less than 1 acre of wetland impact, the EPA regional administrator may request agency coordination of PCNs between 1/3 and 1 acre. The request may only include acreage limitations within the 1/3 to 1 acre range for which the state has denied water quality certification. In cases where the EPA has requested coordination of projects as described here, the Corps will for-4ard the PCN to EPA only. The PCN will then be l forwarded to the Fish and Wildlife Service and the National Marine Fisheries Service by EPA under agreements among those agencies. Any agency receiving the PCN will be bound by the EPA time frames fc. pro -ding cccTerts to the Corps. f. wetland Delineationn: Wetland delineations must be prepared in accordance with the current method required by the Corps. For NWP 29 see paragraph (b) (6) (iii) for parcels less than 0.5 acres in size. The permittee may ask the Corps to delineate the special aquatic site. There may be some delay if the Corps does II the delineation. Furthermore, the 30-day period (45 'days for NWP 26) will not start until the wetland delineation has been completed and submitted to the Corps, where 1 appropriate. i •~ s g. Mitigation: Factors that the District Engineer will consider when determining the acceptability of appropriate and practicable mitigation include, but are not limited Co: (i) To be practicable, the mitigation must be available and capable of being done considering costs, existing technology, and logistics in light of the overall project purposes; (ii) To the extent appropriate, permittees should consider mitigation banking and other forms of mitigation including contributions to wetland trust — funds, in lieu fees to organizations such as The Nature Conservancy, state or county natural resource management agencies, where such fees contribute to the restoration, creation, replacement, enhancement, or preservation of wetlands. Furthermore, examples of mitigation that may be appropriate and practicable include but are not limited to: reducing the size of the project; establishing wetland or upland buffer zones to protect aquatic resource values; and replacing the loss of aquatic resource values by creating, restoring, and enhancing similar functions and values. In addition, mitigation must address wetland impacts, such as functions and values, and J cannot be simply used to offset the acreage of wetland losses that would occur in order to meet the acreage limits of some of the NWPs (e.g., for NWP 26, 5 acres of wetlands cannot be created to change a 6-acre loss of wetlands to a 1 acre loss; however, 2 created acres can be used to reduce the impacts of a 3-acre loss.) . J 5 i r, } M ; 14. Compliance certification. Every permittee who has received a Nationwide - permit verification from the Corps will submit a signed certification regarding the completed work and any required mitigation. The certification will be forwarded by the Corps with the authorization letter and will include: a. A statement Lhat the authorized work was done in accordance with the Corps authorization, including any general or specific conditions; b. A statement that any required mitigation was completed in accordance with the permit conditions; C. The signature of the permittee certifying the completion of the __J work and mitigation. 1S. Multiple use of Nationwide permits. In any case where any NWP number 12 through 40 is combined with any other NWP number 12 through 40, as part of a single _.. and complete project, the permittee must notify the District Engineer in accordance with paragraphs a, b, and c on the Notification General Condition number 13. Any NWP number 1 through 11 may be combined with any other NWP without notification to the Corps, .unless notification is otherwise required by the terms of the NWPS. As i provided at 33 CFR 330.6(c) two or more different NWPs can be combined to authorize a single and complete project. However, the same NWP cannot be used more than once for a single and complete project. I SECTION 404 ONLY CONDITIONS: -n addition to the General Conditions, the following —� conditions apply only to activities that involve the discharge of dredged or fill I material into waters of the U.S., and must be followed in order for authorization by the NWPs to be valid: 1. orator suppiv iatokea. No discharge of dredged or fill material may occur in the proximity of a public water supply intake except where the discharge is for repair of the public water supply intake structures or adjacent bank stabilization. +� ✓ 2. Shellfish production. No discharge of dredged or fill material may occur JI in areas of concentrated shellfish production, unless the discharge is directly related to a shellfish harvesting activity authorized by NWP 4. 3. Suitnble material. No discharge of dredged or fill material may consist J of unsuitable material (e.g., trash, debris, car bodies, asphalt, rte.,) and material discharged must be free from toxic pollutants in toxic amounts (see Section 307 of the Clean Water Act) . J 4. Xitiaation. Discharges of dredged or fill material into waters of the United States must be minimized or avoided to the maximum extent practicable at the project site (i.e., on-site), unless the District Engitieer'approves a compensation plan that the District Engineer determines is more beneficial to the environment than on-site minimization or avoidance measures. S. Spawning areas. Discharges in spawning areas during spawning seasons must be avoided to the maximum extent practicable. obstruction of high flows. To the maximum extent practicable, discharges or impede must not permanently restrict de the passage of normal or expected high flows or cause the relocation of the water (unless the primary purpose of the fill in to impound waters) . J"j') 6 7. Adverse effects frem�impoundmente. If the discharge creates an impoundment of water, adverse effects on the aquatic system caused by the accelerated passage of water and/or the restriction of its flow shall be minimized to the maximum extent practicable. B. waterfowl breedina arena. Discharges into breeding areas for migratory waterfowl must be avoided to the maximum extent practicable. r 9. Removal of temporary fills. Any temporary fills must be removed in their " entirety and the affected areas returned to their preexisting elevation. E F r. ' t4 k 4 � t 1 ti f ! YIY ifi { . j t �f 7 f �.""""•o+'na�af�'ta'CS',�'.x.'w�,.�i:?Rfa,:�"X,�+,1ii��'iv:",�"i:'>r,''1;2 n^,'{c.'.ds+Y�e,x;:uaaw,r.sau..,.....,......... _ ... _ _ t } ` r t, r 1 r� mob- ! r 111 k,. �" ��ht'tt,;�F,'+� � •>: i, .� ,;• k`t+'', ',s. -r ` 'f xn spa r��y iS q �,� ,P „1,y , c �l�A��F�'��¢��L��t�r� �'yq��.�' 'r e. � ' � � 3 , �y; yY}}wT 'r'if � +` ,c�• 'F}�j�'$� - Jr�t t g. �Fh .gt" t',f{:: f 1:r9 1t ET;iY,t'7'#!,yd:pp P ) a',rzs'C, i'Yx,'ti .•.rt+a "�'• ,tom`r w t( •`:4:,. � ;1a. t`�r,•,w 9's u} 'k .,'fYa:�; 1i" "i�J; ,('"?.�t 4 «,9P, „s( :•b,.v,�,T•�,:+r'�t.t'.�'�'Y`r t�"` °f sW?°'�`.�'t?a. ���,y��i.,Y� C'a`i9,ri,s wu .y� t� xY � �h�. ;Tks�r� Y !bf C 5`�iy Q'j��.Y��tiV� if+,��3r•,e.gra p!•' r 'f s�'.,r ;:r,'s f x 'ax:. t}y, 'iii y i � v�,';'�,,��.'t��.S`,• c;�t �:.C:'!, f4 �' si3� ';i• ..t,:! r r=.}r': fit' �?' � �x...'4.t } l s 1'T?py .cu#'�fi,'t`�'�,s�1 k$r n 3i'..+1 f q ur. l,i,r tr s�3;t�'.r k t°_: � r f �s �j r 'i:r x� '�.�' " '` (ury i r ;a a t f fr4iFr.•r _ r �� 4 .s S:. r�`';i;%�Jr::i"S,,ir,,:!�',.k s�} >1':�,'„� ,,,�:.Y�k,�,rS a1�� ,—';�'a#,�'`"r f:�+,.rrr L,g+'rr�fr.� A ..r� }r�,�� � �'a", •'`s... '"' ' }r �" ,,h ,.ter'. tci.� j t�- '';4:;T,.. 7 tM F } .r ��a t�' -,may.,}+ r 1 r•��yk�r". f'C',vr� SS,,yyy/�o yrpi c a:'t'3,, u � F `k {, J )' r ♦ t <tT d,, ..Ji )F !'r2',Y �il L ,�1 ",'"� �"yp t,a�q[•."�- f a ti �u Y i,a !r k ' rti � yyc ,'t}@a •� i r*+ •+r Rv T: .^j x s r. rk{h}',;,, ,- .r.; kir:+�' ,2;tGs�`tr'`' '� ' `�,byRi t' `� 't 'Cd+ Cl ,�e 'A'., 4f S, •°�q'l;eti•Y:. k.+•. i.yl t ; 7 t,, 1r' i f `�I,, dr�S '��,�`it'X14 q"r£r"fi6vr'-� „r•�,,,��i.� ;�"^n".- ,��.`,q�'�� r�Y��n a�•,l�,.e+" `y j is<tit�}iF��fir�Y'�.`�.( r t�3i?pfis;f`:��sr t��` t x Fkr' .z'" X r' •U �f:U a;{',.1G�,�+...«;y dr.` :ft.�. t :�i ��'•n .SY. ;,r°r"S' 1,10 7• �� Y ? r, <' �t `t r'�SE { gS, Sfs•;�� S�r.'p°71 y '�. �s ty �t�'°•f4rr" ;' r,�6 S t v <��� � +R'.`f"'t� ,tta,;at %J..'��.JiY"F��'{�'tWt..�T'�t�'', s�i '•,`•�r'.C,1 .A .r�ti7� ..�Y;•�`S.y�':fr�a•S�i;��}. r+.i'y,. ,��:+�D y'l�r;i,�tr ,};�p� ��1`''«:h ` �s •"X..' ��� � � �r �4' �rti � Y'"« } ,{+yr i� .�}.f Wp� 4` `a,t.�(,a} �-T,{2+�(r;�Z�, . wMIN y .x• f. fi`+•r•4 •',<. s t i4' y,7 i'••1'rr}4rw,} Rte•. r Ott' i ,s �tfda 1S.�u�it &.(# '' ��' �.� x}g',«7 � fl�S"jY •t�"}rC�+�., y+ ^yM i d f '' Y '.� d`E vF`"'.gt;yF '��.. � }� 3N a�,j(1�-�I":�hk�� Ir Pir.r.. �..•, [,•£t ��l �, ' ,a•��`�,�f t>L,�fiJ} �+f' � �?��•a�;�,jay�;t S'.'+3' r°7=ti,,,. `Y`lt �}�'r[�b'=.7,�f�s#L,� �rTi'. r �• ��ir� �t 1QM�; ° + '�" Y'p, t �'°�,���'��:� }a`k+•!)r�'�t ?r,a "f`" ��StY' �k^�'vE!°��' t::r +< ,rF. -ft + r`�;���r7-, .,t' F .f'I .,• yyt N'.> "3s.,`"'��#•Fi.�"�i?.�'•��1�5if t„� � �y,E� �F� s << .t�� $. T*.����. .��.1 � _ �;� •�+ ,Y' Y� t Y{'1<4• � y.,JC,S�.. #�Ny�,�+'(�k"il?5 {�r't��•�, �xt it,{tu"` !''}s` a #�? �r, i� a •.t7v�:;o `{#.r� [� f � i < �g q rr5#� 1'��tp" �t`fN'rt;j�,r�'t��"r��,,^t' ¢ya• fy�f 4k'fur'Ui�`"{ik.rate' 7 t p'``1. r, : F`g F dv s1� ✓tJ"!'� + t t [iAT iota 4.+'"-£ Saga �` J r�si^«' ' XS 7• .x� _ ti �2j'� 'J r `�jfA'+ r$ t�"ixV fi'fir'' .Avr'``'`JgtS'✓ f � , f. ` .��t�. "-rx'C' �s.'s,n ) t 44k ,; ,c. s- p (y>,,ru. `r{•k,,yy��r: �ifdn v 1 ',., .�>s. t5:s .%`�'r�,l,(••t�'�1�,'c�,y�f' '� ,s� ,� a`'�'rs" '+'t Y3{ r � }: .,.t `{' �:rti({a s 1 �srr'' }}�,��,�st� `�' �}3 r� r.�`.A .{ r{'jl .�•�5 r�'kl,Yr�'•)'4y,{^f � s j`' «l ,yf" �+�. (�� y'S'-.� t,tr'i'ii i;6�.�,,t.J;r�1 w i!°il�i fs s' ,y� t �\•Fyr:,��;.' �y,F � �7 � 3c' �Q�. �l ��y3, d <,��� qA f' sr! 1. �'�",14.�'S kZ'1F`'' r. ;{ �xt 1.'q t�t�, �r iYi"y .s[ �i}!S�, a ,. '"'ST' s, vri 'rt A , ht} y.•3i't} i,{s'r 47S'tr �'f'fk{,;f7 t ?? 'tk'P,ij{3jS`I� `i r.h �'+ kR� +.,� ,i 77;,��,i� '��G�}X �y, `1Yr r,'�. •f,.• q�''4� ' T""�¢T'SS(�t,}���1�i,;.,,,KtAX�t�,9 it A: i'JRr rr x+V.�.�`�2,y`t����S1rrs 4• tJ�ht r „�j„ sr iA �;�. �i1: +r+i"�,'�.�,, r'F'” E,�f}�• 7i' �` +� 1 :�"r�i"1-'tit''Sr:Soy'•t'�'.`;q-i'isxS,,,-f,i7: + ;�s;' „i7 T'Z, r i 1c � i5,'`l, n "'7 ''•Y,`� 5,v'.."�! ,r F•S ''. rRp,. '! (' 4 +'n �'n ° xis 5''1 ,b t 7d. r'r r, t �'<,'k C r,�}�� `Y•.J,t+r•�^ s7'" ''�r'��r.„C ttv .t5[K”' !^rya ;r*.. i} .'�' 4,.Y i t t'T f , fi �{ + ',�,,' '' •;r.+, s `{=i'h �'', ii "6? t,' �'" t r Su4 4t,, , J3 t[�',r y,,.: 3„1 1":. . r S lr ;:a'}?:.FFe r;t rr) r' ,'ry �t i.t.�(: 5�;'• r•.J f e[.NKr 4 w`"Y r" 1�'` +C SS 44 �d(;��y 7a. ,!4..tt•�.•, ,* 4P� Y^ C•OL''t,. r;, f,,�:,:�`:l°,"r�J�?}S�.!��T�•<�ts' .,.'�,! 'r �1.�^+'�yl:{.r'}�'��, .�4✓���,�:���r/.,y,;,,l+.��.'N"'+ :�it�C>�yfi�}t�`S,'.•��j;F uf:+' a;'rt. �' )�•;T:Hriili}?.)�.+r:l`�-k ,�,.'.�.:;C45p,l:i t +' + F l;'srCh''` E',Ty`'.+f�� �YrS tl` iv ,r"'','''} ( !N„f" " i r3J :,,�'7'�•Y r. 'Sr`/ Jdc'J+t4 ".SLfir -.•r. S !a rrY. i. j ,' �4-�,J �ja t yf`Yx,•s�FrS< ;irY,k hw. r"" } 3 �°a,' `r 1 4',.4 fr.J't,+ rS; ''L+3^.• .1 l.1 „(s 'r�!f' � 1r Y7 3T „= „ Ft^'iX. ,sfr 'R”, a'r3•+t J- �k-,`zgr?'i r ., "R .r�+�.l��St��i�; 'Fi (,•S"'d�t,�CK,;�,ti 1.... . s;s,..�'•i trr'`ttJ i� r k ..,. t..,(c.!t•..S tiht ',1�'Y; a'1 7'abSy.�.rtc..p. )jls�;' '+ ` jt., �° •S• L +r( >i£K.S,' r' �'t.,•.r'�'rY r b7 .,,,r; i r;t'tt ty i< t( p,✓, , i,.'T:? ;'St .•1;Y' "I:e'^'+} :.g$`16.y.t.•)``,;,;.�'Sh,,r:� r>'_✓,,°.Y.�.c{;7 ; p ti•,r>(Jz;'irr"ny ast.ki<,:?r.�'�t'cic.l. { f�•.t".+ r t,t•: �i y t`C :, .+' JKyy y�� {,.t( �.+., 3' Pir,Z” f u:''� ..,t. +rF: y rA+ -�',!�'%a`t•!•^,•.,r{"!ir, i't!"r.�'�•,3t;z�.r+t�,'y,s#r C"v;"+^,'j)r �h(C.r iXk°J�4' "C--? _' s. r1�4i'a`;x ..TJ'kw;rk �' .s+t, r ck,rr.ja 'v.•�ss r, v,�.1 ..!. K.»:.z7'r i'S ✓, t'+t•(:•,.%•}?:t ,u,[; ' '.',.r f.,5 �..:� , t;:, r i! wlr :d^ 1 •2 '�r`++ist� ,: L'?+I H'n "k:' + F pia tY <a❑ ;' yt�'vv fi�i�2 {'F,f, .rs7!�t,�'3�;r``�,.�;�vr`-«"%s`•'sx 't' �.�3kt4,F.�. �'?'s�a �, �1�;s•a�•- .r.f}, i r. '�'a'f{.. r!^',.t�,�i "w t•y. i �.ifr'•"S.y `p�,..'.... E•L �yY"3c, �}�,� ad��p,,,fr t•: "S•A1')�j, a{ ..q'': �r I)Ax}'•'ts'sy 4)�r'1 ,+} Y .,f Sii `iC•. ..7.,�( .(,)�r'"'a� ,+i r+Y.`:ir!>-pit?lki4 +x .? *T�a31.ti�,i-"'+,7„"•, (�y"+yA, ;'ry(�;>t3 5 �,{'Y'-°]�: iki' y'.tr..S.•(1�$?�C"r lYl<l�hi -r,7;.j7�.�`�„�. '•;r,.• .rm.;�'Sa'j�i'Uf°''t7',.-+ .r2�n. > 7, IsktZ fy c1f:i�}:Fy,d>•t♦l E'ay,:}F •4^.Y"'w'r:ii'[.' vl.,.�$', ?t� +;i ' ; „�"�al}?�;'tsµ,..'w` "'sG'� �'r F 7�xz;7; aa���'!�`11r�'Sa'z,�� J� _�•1�,�`�:v.F,y� S.;i.j�,i �i�''�,s 4•'t'�cs•.'•rr”'—i�}t E°a�vt?<.�.�•`s.'r.4!;�k,, F>xa a.h }. wi: ,;Y '�•',",F�1 ��,rr..--�� kd 'u' T'a�+' Yt'"`�i,^•a{•t r.,t[.�; `�. j {_ 7 S 'p?� u'L �..r S ut e F riA.` JJ;;;1t,Y'.{'i ,#.YS'o�Sra,�' f ,YFjSr,r/'i h•�i"T;;T" •1`r'�t .x�tc ,`� tT'"tyrh'''v •Y1i "f]•ibr;.+ 41x''e.'yY t:l `tFC:•rS«.d�'iF("`'I.i ✓ s f S .T.. ,n,,i ;xi;,'(:r;ll,yc!i,'ry} :;' �,`�,:'1 .7[:^?'`,t= �;•vr ,3j �`' 4,(l�'r".t' ':•�E• ,,,xii < ,'{' ';E s f �I,•(,:Lrar, l iw,# i.x °rrrS'r r,�,r?'4:s;`19�!i�;• `t tir7S: }}l;1.�,'i5,r*'� ��� a j'7,t a.t•ts^`1' � ,.;+�g hY Q t Sf4•�r:�� r :t� !',Y'jrcJ,..,. •p�'}}4>i it +,� ,,�,,, �s!'t;''1? 1: ,y,r at ,:�a t 1 r v'. S !ir>e ;�;s:,,ax.'✓. ,.ce-6 R�i, x fi r 4 ,} irq �'�• . 1r,+�! a r..r fE'-�i., Y r?•i b .'„•�t 4Yt' f r� 5��' .��� •n'a�}ih y'y inr'•tr•.t.Z{•'.t,.r'.l).{r.ry C.1•h:1 r,J:tt�J'•s�s't};-t.,:v::L+,;(.?t{,..�x:,•r r,'d"£,C:r.�1��+...cra•x v u+r.,.;y..:'v.t-`�.,�j"r[Y'.�1/"'U.cf r^i'w'!.+rC"E""K+"3�'C Fh.�;M-sF•pi e[�cc Y't.t,}<d ia�s,".*1r i,.�.7-0,'r C:`Cti t a 1 Fs��1^.�.z r.-+~>•r1 4,N r%o,a,�-,�+'f t�"�.r,��7 f r•4 tt L 1{r' =rs,��>,'��',}�`,,.�ir.�s,tr t Y r r+'7�"�`>�Y,f r�t,y(r..A'.�,,r i''C.}1 y, `,r+.•-'.x f,,`.Z-•�`i2'.°s v«'�• .P. Pr a;G 4~'t Y i 1�'"��'•.'{r 7;`,hi:"'k'F i<`"'?SS'�•�i Sit fs'S 4 y.t vy.tFAR, f#f R.`YlJh`+?s.e'-('."7,.Y,:+c•#rz:`I.r�}f x{y'W1 rh.L+i(f r(A'{..v{"�,[.g`Yt x;'�«:.7 s;Y i�i r•+i'3{•,r'•r Fj:sf3,$,„y r(.r. i 3 v it }d "t.,,�te ,J �: �r' qk i2 '% h+;.r , c 's'r'f .J'` ;,��, 13. •�' �. v � 7 .e,y',(� ,.'�i.�+f7+• . 4 i �M�',+ .-^ �K' s ! 1i3y+ r '•i-1 K .}5 i' +)K'7;., I 4, '1, is rSti � ir�Cr; i y:'p��s,..s$••2%cr ,r p r r.. K �(�sr Ct.�,t-�'4}.kc J. >yzar .r rFla!u+fi i,+ a+i'` r F. t frth� S'�f<YX ll.� ,,*ry'r�.•r�q�:4i'�.}rvt AY.'!t ',+2* a �.�r`'d �i:k3'S�iyf � (4.• ��''•��yr'h �itri irfi sWS,?" ,la •W .,d. d" ity�{ ` •ti'tl ctti.'.'•d , _t t .Nt.`}'1 »,'�4, te#S ,ii' "S' b a 9F tf+ ,.r{«fc':r;'t4ffi#�;tN•;�;J.�, r�t.��},)J'.�'.�.:i�' •t..'. n0',.' ,�}y? °YFr .'{.i'•t t�� •F r”'Ptfk�i f1 ! r Ss'it •1 7�. 5. "s�•i• r�.��ll' ,'x ,+r, n, s,t., ;-k,riy rr T62ry��';.,. a,. tS i,nl;... ;r• .•!• t i �7 l i.S a 1::y.� „<•F> (�"5� ��rr; ;<� r r ' � :5�� ^rr:- °-:[`" ;,F-r?• A.'y''•:<'�i'i:r+Y• ,y r,ts��' nr• j:;. 4y�[ •�`'iE�4r a "p��; 4-`���9: (��� -hhi�<t„`'�,'. .+_;&,�,Jtrb•a.,'�,�'�:nt"�;r;r ,.�.)�:�'''`:;�'t:>a:3;<tco�:a ks�,�'� t .:t .f��. 3' ':�t;}�h:",• ���'}���iSX''�` .°x.�r} �y ��i+r•��'��^i�s ��. .� -��:G�rr ''tt.+ f r 3l .;' �•.< r lf,�i�`'4:°' � E'�, L.a` t•'p. r77-'yf' :^' 6` ' 'i4''�. r'G,. ,k, L �� r h t + k3 i „, ,. ..G Sri 4ti kc "�Jr N.5 •�b t z { t Ss�f�.R2�tJ',rt, fii •11'1`µj iv,C, � i`1'•�t,�^i`�i •A -j"R`�1} .'.H:q.,rt�("0"'[�1 J7;) if, ti to - »,if •t kf3`i l n oaf '�sn7,. v'tV.'4.,"6'. ..r{ r..r; •rl. r•;p t ,ij+., y., ':r-y ,'.'�•2r`., T"},rr, ,Jr. .: 1 5•' 1:•+' ,lY'rtim; S2,;r".. %�'r9 X'JC x• t'r n', 7r t .•rF... y�•-ir,»•.«•,?:., ! wS .rsri, }.it.,s s+. 1 f 'r 7 z 4•' r"r <.}, r.,..'„r �,F ``��' r�'� � ;;'� y f, J:>.r:j �. 4{x nv "4 3�= y '!�:ft !Y•.iSc}�y� 1 �� Y �F f'b• Y vV.::. Y4,., rY.r -L .:�:.+,� .7.L+.,t.,,,�r '.;t�.C�.}rrat. ru'jt ,rrr�,vy�d�r.,{d"'i` �.lrl:f 4 L;`rt•�'tt';retb '1F afi4S�' f�1:is+e,rc.• t+.xa �L',t�G�: �i,;:�,rr r ! rf ;:r.':,�ra .� s`4�w �""•'�'�"'.r.,(.7t } 4i."'�,x:.r ••V'^wl `�+, f,,p3,`a � l�r+l`�^n"f'?,t:U'. 'rl.,.0<!i4 1`' ¢;ryc f(,1rr,rS5Jr r�L> 'J�y 1� k �. :fti,• .:+, r� {rr«,y�;� ',:i�`'+ `.t�'r" 4r' tl;� ,6,Y`i.`!{tj,t '4'Y'�97` `'1s+°J..r s 't"-'�.s”'fi n�'K1ir Jr )ir�t J a. 4 4+ .x•t f,�r.t:jSr�''srf,{.`• ?r?tr;':zrR+'� r s'£i,F }<r�,�i tX(rr� k. :�� J;'�?�y i �".��rx�r:�- .rStt,"r, �?' q � '!r1 fn: ra-f. .r 1 L%t „Lu:?, ,mr"z'iS�"r�•t, '4�^'t A � 't.,;Fv ,?x. ,a;rY°" "t,., y r rk...ir•,y;5 -, °y J it f 7ktiit; ;• i` � '3.' $. .-:rr; 4- i• rr�t > T ,,,�'i. �^ 4. t,,. Fl3l^ Jr� 1 '• k �c I '.p- b i .7n 4 I �2^' .�, f` { t r y �ifa'� '1 .� L i.'"��„y�•j{'} f '�tt: n ,� y, "�{j`s.k�i`j 41 r�.�5+�y'•�..`lCJ.'� .�C,j- �h rx.,C h/°�i::'�"•..'t:�=1: r`.i3s(, {'.ft' rti »�� r .+ 'L I:Y�, 1�' jp �C ry u` tat�1'tj'F{t"4'"�}�' 41�' �Y'�sf� �l;•T tt4(,Y"'��`t?: 4e1,.. (� p��1 i' {.F�,•!'- 7e41L,y1S14 �'�i� 9:r' f'{ J [' �Y d a, 't"f r t # 'aY) .t•+:a t•.iT�..}'�IS.lt 7S'tri �A,S r/• "ei'(�""FF 1"�• irU{iJ,';� +S�.�t�'ttit {7 '�[{T"r r4 +�i �•r.i t,/ tJt_ $ j,:r•. t ..! �.rt., �° IfGt`�'.tt,, .�[. k-+3`5 rit-Z.n p,14 ��1: 2a' ;;t. +f�.4" �a•k a.i�.(,}{'f� 7�r•.11 ri 1.r {�.rl ssr}, t. '� w¢try.? Te}:�'�`.. S,, 1 Jf;(' ✓C '.$ �.tt��.. (1$ t' ,1}{ 7f�1{� 1� � t�r'yf:Y,�< fY�N.i t�LU lf<�,M Y"�Ti 'K.f. fl Ft Ti. ( L �+r'�{�T 7 '31JIY �`)� .}{. .t, '.t y (. ,.�f I-rt.*}3,r)rGSh,,. 1,: r+lrif.k. ::s��{{5Y�1! '^'. 'ttk'aw'S: rJYit•�4r,+'•;•„•_'t. .! '4 r!-l+t4u�{, +rr! ?i` Tt 9y~.T 7' ,4 rx3'rid r,4't ,{f{.� t. nTJt{1 »My.L! ;}h..tr•;{'AI�?S7"yst 'i�(,;'+t a,ay t t4 t” .t, a 'Tri rr,FS .7, s.lyyn rx {i:a r' t - S rvr",,,r;�kr `.?iysry K�dS[:azsrf�i'''i•�4#.r ••y,•�x „i�"' 'i 'J')+:ts.,,p�^,a„i,'�?'t!. �yr�y7',{`?.r'r,i.ar ert iwf,;;.r,',,•,,,., Ai`. 9..K' ,S,r;,'•v, 1 Zs F,irr.. xk A;�.,.fr;:%,:> [t i� �r.{.tiGcin•:r�t,r:�,y��N;JG•: r•fY��,ry� � 'r��..�. E'�'r�c ftt q 1 rI f}i}} a`'. .:. ${ �ri' <�'' J A r w l.Cy;S"x�.�r a'' 2 ts:;.,61�-r r�",Y`�;l �t a,k:•: r-3'i�Cf",'yrty�2r f pFie��f''v r Y i i`3� S ✓ ar. i .g,+��a't'I :ii:c C��'f,vt`?sh'C,'`Sa: +.v-`+'`1c'.;-te,',•ts�„+.��jY�ri> tt�`'f:':far'yta f 4�w 1.t4. 9'�.L&�o',"..r?r<r Sr r 3 )l�r sr �}.:' 1• tart w'r wLyr it'r,F.t,ir»{..,Y:4 t :(:3se �`N r�,.is r,:l{ ,ex 'i`..j.{�;;.rJ.:K"tt:,et"�'<+}tea, + t'S1.t=srP,1.y.�re•,'.'4i:K"F'Ft7:e�.f.:r:..7�!` `r }+.i r F r�3 [r., ir'.P,... [a�r . a u 3 r} s >s 3.ry t �r+A r Y• rf r' k k {S£ .+,, �r ti }d t {;� '�' ° � {S < ( '.� 1i.J. t ) ✓ t�6t F)�t�?T VYS s :'>"• ,t vt l• d 3,i�,(�rt� K�}• i 3: it t t `, v .rf L;� r �, ;r_ t,{t r J y.ytS• �r t 't. '�' : [ T t i +�; 4 yn��.tr� {Plr s u ,}L.,+hr t .: r i fs Jr 5. .r as r ` r ) .7 .� ,a. .?,.y L x Jr t jt,.r 9 5i tN-z��Ss y�'t�' rc,; D`1 S�'s4��'�1 rs a r•fs : j 1I,c ! rr.. t:Lr Jt '•` Fr f .:t i r Ci S S.,�{ .7.•' i�'�A f•: t 1 �,, art�'` int iG "s/•r r. i <7 h l{tC� .l ti � 3 fJJ..R V 5 rS .t �' .( J..' )i. i} M 3tt�. 9'F/ 1y 7X fJ#,�•, "ifi I� (YJ Fj•I t �}Y 15 pTL'(4 !`'• la -E7' ,.kJ tirr,tf'r rti=.' t Y+ r 9 .� ..a{,t Y!iJ'� 'it,•+rx .t)�tt .lrJSt 1•-.c ���t'" 2"t�`�1PK`C } prst ii ,qrl E � i-t�`r i' 1 t' f Jn'(('�xr': , �'r!?rt�i.fl�t'f.1. 4�(vf �t JS ft�f�:� '+J�}'�A','"ji�f3.��,X`'pCf "l.y} i`,z'il`�f;fiyr 4(,its J !r.�:•nl. >. ti • � ! t Jlt j1 .fin 7 .ti. 4 t:`�' j( r<'+�<r3eJ' is r•.r 3'�1'ctr'Y >, '�4 !+ Jr t ur.c y t r t 1 ' r u r !r�'�t 254 1y `] -9lct.`(('�f l.<•'.ty f r n `i � Gr h r. s._ j, i5 + r. r.lr� t ...r' °iy_1., S. t c k4 '( w 'r-� rr,h } pJ 3•ti r1 K J P.fj3 �cGb 3Jn<.{. � t r irr 3t1.�F 11� �y;rk,,.i.;�"r;•y'c,;:i%t`rrti'.� ,J'i 3JS�'^`{? �`�i �e� �SZ�'i�r �.`t�� Svi�tj';�RrJ�i .d'�:), 1 r`r ..{� it,y 9� �" tY+'` kr � ° 'E �yii• �ti ..'4 A� Jt.rt.,. t.i't-rroi�i.:3r..;T, 4 { ��: tK''y'1i `�{'Sryt-s:v,1%�"di.r�a�:C��.tL,�ttitt d{��'LS/''y� S, �Zw y�^l+r+s �'�`'n. }3 , :r ..+M,tt.✓�+r lr ,t l i qq.� i } ( b .r! y y f,:1"i 1 i2•.:t�,r k t r„. .. , ,y. ''t J 2� tt r 4r t . Y k 4 �y ti.,.1'`t t , r�:r�✓ `s 1 #�t`{-ft h "t'.�•,p��},;K�r��:!s=3ill t(nf ,r! J: k r .+ r .r ".> ,<� {, f.4.,tu'irr 3� t ! f t""J 1) <!`'�`i' �J# ?.t'(r,.ii y• C ,r �( r,)i:r.r � .r'� [ .X4-•y5' p7• 'r5��Ss�per,�,,+y r f.S 2•li'rC� r=,37 �''s-rM ti4t{i�`,�r<+.z ;}i'' 'N �"r`,i"RX�'fi•;'w`"'' 'r,<.i 1 F1 c,. ,r. .. t � di: ' t'r•�fi '� '� c+s. 7 1a; S°�;.`t�;���r'"�'�.s` t��.,:{it i f .ta'z�`Y Y +-tf r,f�•1�:: ��"z� �1.J,y 6 �;1'�#Sr�Pa ��, f r t r !+ r .I tr. 4;w,i.'a:�o• Ms,�:•. 5,1 ti;x�,r ,t*,s :,i�h���v i�kt Ll�µ '%.{ra;:�' �'�si;' '^'�+� '�t � �fi. �'�'�'t'.�x• sl t �iF� .�, ,, r ,S 1 ;. ]FINANCE DEPARTMENT PURCIH[ASING DIVISION SUBJECT:Bid 1683 -Boonville Road Sanitary Sewer Project, Opened March 25, 1997 BIDS RECEIVED: Sterling Excavation&Erection, Jefferson City,MO i J C Industries,Jefferson City, MO $ 121,872.00 Kauffman Brothers,Jefferson City, MO $ 127,767.50 $ 128,086.40 Capital Railroad Contracting, Inc.,Jefferson City, $ 13366,11844.MO , .00 Stockman Construction Corp,,Jefferson City, MO Engineer's Estimate y $ 138,309.90 $ 154,076,45 FISCAL NOTE: Funds were approved in the 1996-1997 budget as listed below: 6400-9900-7310-0020-Sewer Extensions Budgeted 1996-97 $300,000.00 Expended 7,844.71 Encumbered -0- Bid 1683 —121,87200 Balance $ 170,283.29 PAST PERFORMANCE: Sterling Excavation and Erection Co.,Inc. of Jefferson City, ` Missouri has not been awarded a contract with the City for a number of years;however the Public Works Department feels they are capable of performing the work under this bid. RECOMMENDATION: The Public Works Department recommends the acceptance of the bid in the amount of$121,872.00 as submitted by Sterling Excavation and Erection Co., Inc. of Jefferson City, ATTACHMENTS-SUPPORTING DOCUMENTATION Tabulation of Bids Signature: 111 /, c urchasi =Agent D partment Director f� ,x 3 t t s ' rvu'it4il-�iV4r.n •1 W N O W m V T w co J O N A w 0 0 0 0 o c o 0 o c o 0 0 0 0 0 0 0 0 0 z �s7 ' w,t o 0 0 0 0 0 0 0 0 0 0 o u4 0 0 0 0 0 0 o S S o 0 v -i L7 A a= o= 8 ti 8 a N a ti m m n2 z n2 z rq r Z � r . m x x -� v ° •O ra z z z ° a ° D o ro ro ro ro L) n n h () n v 0 ° • m ar m L7 =Z�, S x Q S x `m x S W o p O Y°° p p<9 m a" = o o ° o$mo 0 {° xroZ y Z D D O D O D 9 ro N rG-,>r m S t ° V aa o^ y z a z O v K m v m z 'm 'm ro c) v O 1 -13 z rn p m o Om�n n z cz CO c r rr,.Fn n= z m O tn m m z v m o o ° 2 0 °p m m� 9 O m O m 0 23 T Q m z m m M n m m �o _ o y m W Oro O z _? z N m ^1 N z m v ro z •� 9 s D m ro m N n m myr m N N m _ v m m x m m p° v V1 rrl { { Cl) { rtl { < T a D D T D T D T D n D ca NN N pp N N o {m!1 N S p o S fJ p W N N O N V O N (Njt N V UI O m tu m r . I 6r m Obi N d tJl N fJ. VI O In V N N fl1 N b N �Z 0 U1 UI NI O m O N A O (J m _ M a 0 Ln �y p N O O O O O O O O S O O O O S S O O O O O {!� m C- }� a Z a m yam{ N U Iv N A N N :1(q m C a f4<O m O N m O �I fJ G OD A O O O O N N to � n 00 V O y n N m ,,°o a •vNi �i o <n o N o ,,°o }Vii o ,o° UI OCO �I Co r/ m ,b" v. S m m v o 0 0 0 0 0 0 0 0 0 0 o c i� S a S $ S SSW= vi o to 0 0 0 0 0 0 0 0 0 0 0 0 0 0 rtrtii y M m mr m �i o o N m �+ •�i •uVi ,`� �' •1Yi N yVi g o m $ o g W m m Z 00 o� N 4A a y� N m N VI N o N o p 0 •��. o i7S o °O °0 m o ••°o ••°o S o N C .r, a° yrni g 6 b ,,°o o (P o o { v ,°o °o `6 � m� 0 O O O O O N lAll U S S O S S O S O O O O S O C C a w w !C N H q .•. V O •tOD O •171 O � V P N S O S O O � UI O O V � O O O •IVJI rn b 0 o b o o m o w ut o S a S o o o S S S S t 1 A•r I `^+ N "' O fD N p fb 61 V Qa N A z(J Z�J •-` O q Lo�g g g o z O m o o C i p N v v cg o n m a R7 O a �o a z Z r., y � V ?_ OCXX X X z W D 0 Z -1 T O m O m fZil m A fOTI n w m $N ZZ fn G7 z a n A m o o �' o Fn -D m ri z c En O O n m < N m z o O z m C ON om O O SS O N O z z 2 m -1 A O O v o v -i 0 <' •9 m m zm 'n v "t z w < n m S.a R1 a y >0 0 m mo A (") 031 mQ . 9 � G 9 O m Cm� m G m D _ cli m _O O O n (7 z ^2 Z aO m Z 3�7 m 'R11 r, m 0 u7 c `• 7 .. 9 m 2 m m o g z on N m c� m (p w w w w w N (Nq w w IV 4A N N V N W N N tJ V UI �n N O tNn V O O UI ((nn n�f 'T} O N N O O O t11 0 (n O. O O O O O O V O O O OD m HO .. in o o O o 0 0 0 0 0' o �0 0 0 0 0 0 0 0 o V yi ' 0 0 0 0 0 0 0 0 0 0 0 o g o 0 0 0 0 0 0 o to G m=m0 . . . �+ a o zy°m C. r, w N w w w w w c _ j/ A _'n3 ww r' �' �.i �A7 O yz O mm O O O (n � M N N C V Ja in �+ troll twn N troll N O N la p pl N . • ' Q�l O � W N O N t0 O to O O O O V O N O O N 7 O O N O O O O o A O O O O O O o °0 0 00 00 0° °0 00 °o °0 00 °o 00 00 00 0 0 00 00 N s m 2 9 'U t+ w mC �O o .. v nGm Y'i •�n N o o N o o •00 0° (i ^^°o ••°o o �tn' °o °o u m 1 >r0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 fir. Z� n 0 O +O ,UVI ,tNn o O tJl o o ,°0 00 •°o •(ili ,°o (u °o ,fil t0 •°o •°0 0 0 _1 w (n w 00 U w N Z .. I ((qb w w (j w Uw+l tNll (�1� O tNJI J ow] (Vn w f7 ' (n (N/l !11 (n fJ N Vn N O O Vl O pO (UN�l m O O O O O O O O O O O O O O O O N lVl O O O O co Z > O m w OD N W w Nwpp Iwll w w t+ 3C 4A N w N N N N V o O fJ A O O O O OV O tJ N w tOp (OVn l o to o 0 0 o c o 0 0 0 0 o c o o i. ora v o c o 0 O r p ro m im M,� n v m`n v n O `O z o 1 z 0 O 0 0 z o 0 No M »vm i ZA°i zO-0 v N n m m o > O O mm v v m -n C u z v s o z 0 m y .z :z O m n:13 C, { O z ci s m O �C m 4 v [�" �z c� m G) �" m mNi 9 v9 Fn v _�i o z z m m m 0 m i $ mm om IAn m m m ro > ro H r Z w �7J < ro a ~ y m O O m 5 G> m m m Z m = m m c a m v ° r? a�� ° Z z m m m M E S $ o P, a m i � Z O m v A v . m m v a m m O C m O m m v v T D T D T D n D T � 00 O O ID ImJ O W N N p N N tv/ N 4_1 c'a W 4A M C C O tD (J "� N N tNli O N p! U 41 W N N NI Z 31 . m� 0Cc TO>0 o Arno }_) m . N O N N + N H M to fR fNNR N N 41 �/1��,1 (v� Nr �j 61 0 < O a m?ryf . O OVi o o O iOJ o O ONi 00 N o O O .NOi o N 10 O N p1 C K D 1.1 ' °o o° °o 2 4A 44 0 z D O m I m� ay U O O N � 'T M M IA f/1 L . ... V � O OD N O O N O � O O O O � � O •OVO O O O � (On S � � . O O O O O O O O O O O O O O O O 000 O O N O p O N ' O O f J }' ' � ♦ 1 3 , 1 t r r1 1