Loading...
HomeMy Public PortalAboutORD12619 BILL NO. 97-34. SPONSORED BY COUNCILMAN Haake ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE a MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH TWEHOUS j EXCAVATING COMPANY FOR THE EAST McCARTY STREET(LAFAYETTE TO CLARK) IMPROVEMENTS PROJECT. WHEREAS, Twehous Excavating Company has become the apparent lowest and best bidder on the East McCarty Street Improvements project; r NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI,AS FOLLOWS: Section 1. The bid of Twehous Excavating Company 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. Section 3. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: f 9F 7 Approved: 7, / i Presiding Officer Mayor } ATTEST: t .. r 4, 1 r F 1. Y f s t 11 l 1 Ayj�• ,1 • s ` t r trt 7 r. y i t< f. 1 4RT CRD CERTIFICATE OF LIABILITY INSUR�ANC P160 _ 01102198 _ ; �.P cea THIS CERTIFICATE IS ISSUED AS A MATT ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ter-Dent & Company HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ' � )3ox 1046 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Jefferson City MO 65102-1046 COMPANIES AFFORDING COVERAGE _ COMPANY A General Casualty Insurance Phone No. 573-634-2122 Fax Ne•573-636-7500, INSURED COMPANY B co Cnrly INSU Twehous Excavating Company Inc COMPANY -- 8514 Liberty Road D Jefferson city MO 65101 COVERAGES ee��,,, THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE.LISTED BELOW HAVE BEEN ISSUED 8*9INBUR D'NAM D 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. POLICY EFFECTIVE POLICY EXPIRATION LIMITS CO TYPE OF INSURANCE POLICY NUMBER DATE(MWDDIYY) DATE(MMIDOIYY) LTR BODILY INJURY OCC $ OENERAL LIABILITY A X COMPREHENSIVE FORM CCI0217459 10/01/97 10/01/98 PROPERTY AGG $ I PREMISES/OPERATIONS PROPERTY DAMAGE OCC S UNDERGROUND PROPERTY DAMAGE AGO S EXPLOSION d COLLAPSE HAZARD ' PRODUCTS/COMPLETED OPER BIBPD COMBINED OCC S1,000,000. CONTRACTUAL INCLUDES BLASTING BI&PD COMBINED AGO $2,000,000. INDEPENDENT CONTRACTORS PERSONAL INJURY AGO S I iBROAD FORM PROPERTYDAMAGE ZNCL PER JOB AGGREGATE PERSONAL INJURY u-TOMOBILE LIABILITY BODILY INJURY $ � `l7[ ANY AUTO CBA0217459 10/01/97 10/01/98 (Per person) ALL OWNED AUTOS(Private Pass) BODILY INJURY $ I ALL OWNED AUTOS (Per accident) i (Other than Private Passenger) X HIRED AUTOS PROPERTY DAMAGE $ X NON-OWNED AUTOS BODILY INJURY 6 GARAGE LIABILITY PROPERTY DAMAGE $1,000,000. COMBINED EXCESS LIABILITY EACHOCCURRENCE $1,000,000. A X UMBRELLA FORM CCU0217459 10/01/97 10/01/98 AGGREGATE s 1,000,000. OTHER THAN UMBRELLA FORM Retention $10,000. �. • X TORY LIMITS CR WORKERS COMPENSATION AND • EMPLOYERS'LIABILITY EL EACH ACCIDENT $1,000,000. A THEPROPRIETORI X INCL CWCO217459 10/01/97 10/01/98 EL DISEASE•POLICY LIMIT $1,000,000. PARTNERSiEXECUTIVE EL DISEASE•EA EMPLOYEE $1,000,000. , OFFICERS ARE: EXCL OTHER A Cargo CCI0217459 10/01/97 10/01/98 $800,000. $1,000. Ded DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESISPECIAL ITEMS - Fax# 573-634-6402 r- T(FICATE HOLDER CANCELLATION CJEFF-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATETHEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Jefferson 10 DAYS WRITTEN NOTICETO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Fire Department BUT F L RETD MAIL SUCH NOTICE SHAL IMPOSE NC OBLIGATION OR LIABILITY Jason Turner FA K D UPON TK COMPANY,ITS APINTS OR REPRESENTATIVES. Nr ! 320 E. McCarty Street AUTHOR D EPRESE A IVE Jefferson City MO 65101 ACORD 26-N(1196) 1C ®AGGRO CORPORATION 1888 r s ' f • ACORD CERTIFICATE OF LIABILITY INSURANC ID CI{ DATE(MIAlDDIYY) � L HO-1 09/30/97 r nuc[R THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE :-Dent & Company HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR a:¢ 13ox 1046 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Jefferson City MO 65102-1046 -------COMPANIES AFFORDING COVERAGE a+ Ir COMPANY —_- Phon.No. 573-634-2122 FexNo_573_636-7500 A General Casualty Insurance INSURED ----'—"--^ COMPANY -- sAN G%/ FQ—_ COMPANY C Twehous Excavating Company Inc ----- �j/;_ 8514 Liberty Road COMPANY p Jefferson City MO 65101 D 2 �lJ 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 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE IMMIODNY) DATE(MMIDDIYY) LIMITS GENERAL LIABILITY BODILY INJURY OCC A X COMPREHENSIVE FORM CCI0217459 10/01/97 10/01/98 BODILY INJURY AGO $ I PREMISESIOPERATIONS PROPERTY DAMAGE OCC $ UNDERGROUND — EXPLOSION&COLLAPSE HAZARD PROPERTY DAMAGE AGG $ PRODUCTS/COMPLETED OPER BI d PO COMBINED OCC S 1,000,000. . CONTRACTUAL INCLUDES BLASTING BI R PO COMBINED AGG $2,000,000. INDEPENDENT CONTRACTORS PERSONAL INJURY AGG $ a BROAD FORM PROPERTY DAMAGE IIICL PER JOB AGR=GAT8 PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY ANY AUTO CBA02I7459 10/01/97 10/01/98 (Perpersan) $ ALL OWNED AUTOS(Private Pass) ALLOWNEDAUTOS BODILY INJURY $ (Other than Private Passenger) (Ps,.=Idsnt) X HIRED AUTOS X NON-OWNED AUTOS PROPERTY DAMAGE S GARAGE LIABILITY BODILY INJURY 8 PROPERTY DAMAGE 51,000,000. . COMBINED EXCESS LIABILITY EACHOCCURRENCE $1,000,000. A X UMBRELLA FORM CCU0217459 10/01/97 10/01/98 AGGREGATE $1,000,000. OTHER THAN UMBRELLA FORM Retention $10,000. WORKERS COMPENSATION AND X TORY LA 11TS PER - •' EMPLOYERS'LIABILITY EL EACH ACCIDENT $1,000,000. A THE PROPRIETOR/ }( INCL CWCO217459 10/01/97 10/01/98 ELDISEASE•POLICYLIM.IT $1,D0D,000. PARTNERS/EXECUTIVE _ OFFICERSARE: EXCL EL DISEASE•EA EMPLOYEE $1,000,000. OTHER A Cargo CCI0217459 10/01/97 10/01/98 $800,000. $1,000. Ded DESCRIPTION OF OPERATIONSILOCATI ONSIVEHICLESISPECIAL ITEMS FICATE HOLDER CANCELLATION JEFFE-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City Of Jefferson BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 320 East McCarty OF ANY KIND UPON THE qPMPANY,ITS AGENTS On REPRESENTATIVES, Jefferson City MO 65101 AUTHO/R/I"�D PRESENT TIVE /� A ACORD 25-N(1196) GACORD CORPORATION 1988 r . . s •" It ! kr Y"-E T P tY ��'i K ft'Ll�� �^'+�f���.,���• n °t' r - r u�.�1 w� "4th' �Y i ��'�'�J�e✓ ��� y f�t`"4•J t� r,& 5` s r, )-� � " ,� ' " s `�v. a t L 5 kx Fc�' r p r t>.c4 of `lfe. f >.t H 's z•. A... °i .3, + � � .4 trt 5 f � a ° R'•i,'iZ„in}"d ` � ; a��.'.ai >~�' .�t;i:`.1 'h.y��v,h`! .Vei3 a�fq'it'�•51'i o-� Y+'A�7' ;L ?3 �, �� f EF .�w� ♦I +. !t "!e'Jr"1"t'k C'r:. :1y1 1 H •2'r'� 4 t�,'`'�. • ,�' 1:' _ .J t' ""'.. v`s¢'�, •a�r(;fp,Uu -1�4rj' •: "ts�.rt' ♦:r ;� � ..•C�'Jr.^� .�t{ r tr, :�t.•rt`r,}i.�•. 'i, jy ?Y frvt�.yf,.. >`rS�S':;,Y.�'' , Y:f p 1 RFCA'{. �i,3�,jIF:+`., 'i4Yi:,'.'k}•w�,.f. S i R: ¢ •lf tfw" d` a pt a i+,h{ pl 7.l'y e"rh ypr ,,�.^.,'y r'S7'S;�:.i•�+ r {i w'7`U .N,,. t,y / i? y t° {3'i.. .SH',r { ' `� Jk .�A'{f f?�[Q��, E;jx ,� ;'�:l���G�a+'g�;• f€;' •� •r'r ..L'}��'�T'�i.X't�rS� j,�.'; .`1. i t�TYSP3�'S1it:��" v'3�i I1"♦ Ir�fty�`�jy F,:�a �a',�w;y`:'x`r°' {� � , 3 t �'3' � L'i�, yy 3� t�t7 <�'���"? i L k y�.�,�� � 4 • �. Iij t' '^ t om• 7•' +.tfi ,+ 41,} Y.a»`4�'• ,P),; ,i tF (,`/first Jto r � i�57 {ra'ri.it{`(t Mai,�� •°$ �3 ..}�sA7° .'i r a. F'•" >;, Iz i _ xf, 4, ty ,` i a f r} yr z\ r' `'titi33".. t �.lsr},' . tJF` G .�st t�+t ` S, '3"}��1. S �y�,� �rF, 'S'i'f?at d' 5 t' "°.3!'f 1'F•t;F w �?'.,�}J,`,^i• "'u•'r~.•'t? +'h' � �.F r t°rt�,S; tns. al.y� a,�.r.2y �'y�� ,+;j3v,`t.Y'�,1X� ° �i:., f'�g .,na�.t ;t •.Aw b8�'h�'� s +�sJr��MJ�f}}tiihi"u ,: !e, fiber?i�y, ��y;�'x,3y,:?,�,�;,rjy,•.�.••.•'titi. r a Lks + $ �'M�:rl#. t• � J � [[ f F�'•'Lt -=r� 3�.l�"�• tu4�'at m'r'.,.CC,�f;ta r+`r,r y' yth y' �' ty"•' ��'t s L S� �" 4� Yfi, '���JS-{ ' �-�3� §y �`+Y�Y1"Ya..ir;�e'2� BSc.�#, ?}�i 1 t r r.e�aalt•�•ert f i t. ,„k. °nrh�.i.�:S� �,vjrt',. .s n+ stFrt�,,5���f y,I� rp3 t r 1 #'S j'+�` #���';y�f' •;+3{i�^fif N�.y 5'$j'7t.)^,P' Y'..�xt'�iy'f; �a£f F�y„�, I± LtP i �h nr� +°t• t�, t SL, �/'1 r�''� r r t,..u�gl tt_fAFL.xStX �SE 1,75 -'E�$`•i z 5"'1 J r''w t'�vJ Y �t'i 'd J71S u tw 'Yd �ZY .? viu t el n`k,S R If"n I PNi r y,attt sr r " ey3t rt { 'p J , ¢ fs t°'� i Ell n"(>��1�K t 5 ..5. ttk f 1 ' '�i5i•;L� fyiY`✓,^.+)'. 4 1'�F. tt }s t✓t 'u, s S` t �1S' tr S',; �d ti tc�`�t} S§.1�° 5. �i.t I �a t p ,p4 y.rt iT � M1 ttf Kit{,-,Sa.;t; aar. 5�FfP e� �j tn. '.t1 c'1J. , r•, � 3t sFy�`. ,.,�tfr RR") 3 4,V +,} ¢''.t,`+« fa...�M,c,v{±;:j•.��`:P`r F�!'i'.:'V' ^';j,3ccJ�% $= .7•y 3 yif"X S;;F..0};til�•,1r''`r�'"'r-;''r}' �t •�; rfy4 Jtt. �:r'4F Ffcfrl,:i.�v.r4�' 3'} sl,( •�t11.,,�,. t•+3 "'tSY- f J a Sf °ir �' r� .n k. 1 ]'t5�1 !}ix4' ' }tr. �-Y/.��l.�l dk',�l'S3i'{Tt'��;1.t:w{',y i'�t�t t r+ti,M i"mo t;r Y t}t'3'5 ti 3 I�',.F 1 t 3.i K i'it f5 r-•1��',cStir l r:YY FV j.ytPij3'�,,'�^1x d t i`4 N.`,f#1tr,h't yf'�F`''�r��dn c S `���1...�lr k{7 e.{✓e`.IM1t�4 F'y''1?5i,»F�}.�.'fr'�`'r�ti4r.2?n a( f'�.�y 'Z��raxQM 3 It 1 ylt.Y.y f�1 5 i.Y W, ns f Y✓k :,! 4 t. y�l{A{t z n1l,��"t,t tY(tf'r}F't i t FS aX^t'+Y`M y,$�.i''J r 5'i>�•t'°. Tt rt*..%�yayyyyr".'+v" :ie;{r:�w1'��.p..3�f�fi•2.J7o 2 G"Y�rti•;�M' "a tY yl.f2 Y SJ•E �f� fl i,F� �,.. 'fit Y r 1 t r i y, �`1t• r�i '"`r'�S( ,t;s F d; 5. r t y�< `5`� ~t,t�-.sx�i "�>�r� a i3�°r� ' A <<�.r�k ;; ,} ;" ''�•."' � t'F`�"Yr Y��. � a 1 !°}' t'cC Fz j>;,�;::„�,„w:;: t fJ r.�.. i:t 1 I I,�'r S c'{t'i r r>:zt s�k r C I f r 7''.X t t�.r f t i}.•ytt�a.t t i,s',c ya"�a Y{{'f^'4 1y!r fa,t,3',,i'n C,a>i:'�#4'J{;s";t3 4'?N+4{�.2•.•},J J/�.���'fi•u A t.?it;•bt(•a'x5 4Y„"+.,`nrF Y'een�1 4r k L{'if;;�.ir�'cT^a,,?r,:}'j;E�;�i�,il�u.5 14 ', � 4 d {x 'sb4)��``"Y1^�e+'K f1 S�tt`i�c(r??�3{�,��w•1.fi.b�:.-r'yrx t 2,...tr,,�X,a;��,l:f�"t�iw'1 t;F* '+,yt't",1`:`S•cS<y`�,,-{`��1�c�,r.:.J:i+�?°r„s��',}i 4���K r,"ty .t�tF,f�i i', 1 +-•!.', F i 4145"`yl �}. +��^ia rt"SrC` r'T'M`nr ��,�t t > tl1,i!-1 , *j' :�.Pt"5�:'h:, t• °A .' }e C' + Iq ,fir .'�3 4 � r .ec 3 3 4 v �er4 r f:. .1r r t f} 11,r'i.•hEJ-+YkF r ti;4• '�� tC .CYO '�. ���j ,( ! Y k"��3�t"`�RTn;�,ri sl' � 1' Yt♦3�>"?- s r f i�f tt' a' z k r a fY x�,i'? ,::k`' �' ,u:� s ,s},:^e,(s•S r2.'"s,�h +k.,',+ s sc �y+K w ty S�?y i •f r y 4 t �.(� � J'pll. S 3."F t 15 i?c £t �," �., Pp� �� 4�r #'� '>t 4 5 Yy.�y � tt 7 F�.s •, r y,,, � i `) '� 1 i L 5 •� 1 P,...'l, ?Y+... ,.. y.J;"r,T',' r Ftt�. �`r4'' Up. r. tt+, ,', "'-, •'{`,'v�n�Ikr E'er r " { i r?.�. J ..tY t �, s, v5 i E2 %fie+°��� µ'`'� �cfiY�+'`.n fir" yeY;'��., c's •:rY���lf�Fi'i? 5�3}•`7r, 3�� ry�XL} ''i'fq. SC�7' k�f^. >'� 1ti r m r�7r 1 t f f){'t,}}y ,+a, t'.4 H Nw i Y�� 'ts'�' r° v#� p>;r+r w �1,., , av •5 ») '} .4..r�..'.,'.7�t.s,e i:Y.si..{t t('.tfs Yv t..E�1�t,r.s,r�s�a'�d.s a,!a tt k i�.''��S5 tc 1.i ir,}.3�v••f�3a.ri i,f7(ii..e .rCu Sra z:n;r ytr.a C*t^+,. ey t'�.�L`�/,,�5y af•*..t`;k''1 5{,.,%.'r}S,•4�,'S'�r^�g,si 4 J'�S t��f�,°��z S'�{}i i'k,4rYr r i Lt t Y"kr a•'1Z y.:',�4��.¢?��,.t.•"�+�v i'7��.''''F fi+4+k w�:'�`*�''",y>�"�.7 d:?.w t.`RX iF F"St�F•SS j'A:a jr wSF r''•Y'.t' LKFta+•L}E,:�.!,;tik„s r y k bs•";.?�;.,.T,P r C a f t E<1{�1't Y 2i-r�4y�i`4xl'•If-��'v':`ii��:'¢'•V'^1{+"k"�'3`1Y b';`''X Fa..Yv�^}11`i 5'�++.t,l>tS+?~'..}tr k:'7 t� w� {s . t.•..p t 1 �••�•� rj y y°,.�{."@r.{1H{ik;i:;"q�'r�..:�g�i• �{,��'�)flk{.':�Lrjj:ri.. h vJ.r � .� J°.:c v .� {y•` 5r !.{n,.':";.i'�'J'�.y }:ti3 �,kf!?�'i+ 't t:' .y' e'P��j^'r �yA1..L.�4'� �itti ;•J J' i''t�f.•']tt- nll t y4E'`` fftS hil 'l'y$,�,4A i°,f�ht5 3�' 111 i.✓1f FI,: i� ?"yyaJ,.' !h�,t�' , eYs ",4". r t5:'. 3'� tf, aG, ui t t r "ik.5 F', s ,F t d I s : �f �,iPc";.nxsY a2 f?k1. {._., �dE'p' h♦. .: S a"' t rN +v��F,'{ ,�-� '�,, 1..} � !,�.� r7Y�'.[� �'t`r• �:`,. a 1. M t i4 ♦ it. i., r , .1 .1 >•3! r il) �''lr 4� H� F t i.tr"r{'2hKq" ? f . , fir.< ''� t 1S '`pt+4�t`&?�a�,f"�� '{�i�S',r(7 q"�T,id s,l `l. {� It�E.''��i,� `tl { �y(` }'•`��,,.t Si 1 f t.�,F 'sT+ `!fi'rY' :R, 1..° . 1, Y+l e 5 I Fs.' t It ti:y I .� ,Ft I F 'Ry S..r' ? XL-i:ili,tjt 1' ra X.tl r r'�'*'t� 1r 1, ✓1i tf�l. .f ) I 1 S :q � r h t I j�• 1: �ra.,j, �' 11.F�c+ .,Ky e t : r .s .,� ::? , � ' n, f ,t7 y .' Ir3 .���F F3`L J'`r�rt 'fit i� � r I' s l.?„�'a�.• y G �yit t'r �rw't4t� it l ��Li rt+t{ ). { ;Sk ., t t c .I. : cr} r c 1'�'Vt'�' i' 7�t t v Y ty^.. ,.u;^,y r �.'!°t �t 7 Xt� t '4� I R t.lf•: n; i'' S i .f*r r c a t � Lrs ( .�,�. 1£ijl�2,}t° � - .,tlr,; t,�f,•�c r fn 15^. L1'eJ�� KYF4 X f }.' d U t i it r• t 1 .. s,.r rt s t.rr F ?{A F3.0 t �'E•,x! ,C�.S I 'i Kl.{ R y.i j j r r ,r-.r J�'fx�'4P` }' t F 1 A'Yµf! � r§�,'rY�J�kY,�ry 1,i5{� f •„ r I,r t,Pt1t" b i�,r-i 5 !5 i e 1.l Xt.r y .t r.t,;a,i••5: f f } ,ry'i r �3'. 5 51 `y ,r i�t 1 i� i'1 It I 1 !: t; ' •t -try s.r F i"t ?4�rr_I! tt y r F ♦�t'+' ar ar �r' y {v... .�P 3 r a,7h''. .F'it t t. ' '- t t r° t.i i P i �• 3.,1`"'f} " }.+ F+r J ¢ t?rn ,,v i! + a'tl`i•= F 5 fr �. taTv a •., { °`�,j ' tI J 2 ,;y � ' i�..,,, arikt;rr�`� 1��a}' + fi�' '�' a "r fT. sk�r tv+ �e '�3� irhrk�`, •: `c"^,,`� :, tt y J,i bh Kra5 r 3 at �4 ntt 1 3 "”' Xb� i o '� f 11.cr 3 '�kr ' .( t 9 ,. i.{~ I�' c y l• tF �'t.. 7 rw.t°tt'°+ sr r = , 1 r i'r ._4 Cw ri F 3 L l l;i��F �t,a'k.'kl��4�E rr L 5't ,yi 4u�;t4�'1'{ t,.•t Z t � , 5�'� rP ��t, .. f x . pit r .3 °,} 4rt ft• a a f t w'h•i r Y r { S I s} C, •L i f c Et .S >;a� tris-,i r rl 3`ss r t y � R t .3.(, 3 Sr � `� i t t t y � ?r{ f •� ?.•> t.�pF,.4 bS,>;> � 3 S� t�`� t tin; .• 7' •,e'y,ti�s. �;1t K�,�Krk r u 3 i�� 1` a ..-�.,, i . i t' 5.`r •��} i il {,... }�.,+7'r v '"E*�t r fJ c1�{ S �4� ?a>p r 1ty' .�r�, ,j 'lr.!'r4 lyt x�K �^�:.a,4'r9 t t I ,,"r t i ]nom 1 r 1. P r43�;.. { � J S•h 2J b'*5f? L �e"P�,�9+,"�it 3'��"4 �. y5"Vj;.r.'� fYw'""s"7''' "r CyC'1 1 fY �'JL ,1 tY 'R'�'C y� '{''' �i},• ^tT ii s,r, { .'s' a 4 f X� i i r1 J.,YVj'• ��.v tty r n:�r+r�F.�,i a'EyAf,-"y,'G„`rt.<<".,` t t'+7, ,Fr CcY, �'�,=1{+3 �;� �'�u 1 T� d Y '1 �.. r. .J4`f t, t.";. t•,, •Y,a},.�a.,�R•t�w.£,.a y�y ;;�Tt � ,"rv .1 'sr4ft r .,v.�'h.,t s ..•R•: �+ .b.•,.ti. :.,,tir ,r r. s'..'Y.$d,,,. s f t..., .mk,!'S - ) ..{`.'"e,:'1P.e ..'� t ..r:. t y' , M , N I" SPECIFICATIONS AND CONTRACT DOCUMENTS y � p. I PROJECT NO. 32038 -� East McCarty Street Improvement Project- r Lafayette Street to Clark Avenue l r ; 7 llF' TIN ;l HOMY EROSE NUMBER 1 E-17 1 eft S� J �iiieu�lilt%% l .Ci Jefferson City Department of Public Works 7 f , May 1997 I � � ft 7 7 J C:IWPDOCSTROJECTWaslmcearty.doc May 28,1887 � 4 3 i 5 jr 1t. l t t f {.. ICE 5t I Y f'NS t �r �' jfT.Y 1 CERTIFICATE OF INSURANCE ISSUE DATE(MM/UDIYY) Pnonucen _ 6-12-97 s S CERTIFICATE IS ISSUED AS A MATTERR OF INFORMATION ONLY AND Winter LY nt & Company CFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE•0. Box 1046 [�Hl OLICIES BELOW, Jefferson City, Missouri 65101 COMPANIES AFFORDING COVERAGE COMPANY LETTER A General Casualty Company INSURED LEITNY ER B USF&G thous Excavating Company Inc, COMPANY ..r 8514 Liberty Road LETTER C Jefferson City, Missouri 65101 COMPANY LETTER D COMPANY E lX I LETTER 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 TYPE OF INSURANCE LTR POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION GENERAL LIABILITY DATE(MMIDD/YY) DATE(MM/DD/YY) LIMITS A X COMMERCIAL GENERAL LIABILITY CCI0217459 GENERAL AGGREGATE CLAIMS MADE X 10-01-96 10-01-97 pRODUCTSCOMP/OP AGO. $2'000'000. OCCUR. 2,000,000. OWNER'S 6 CONTRACTOR'S PnOT. PERSONAL 6 ADV,INJURY $ EACH OCCURRENCE 1.000,000. =1,000,000. FIRE DAMAGE(Any ono Ilra) S 50,000. UTOMOBILE LIABILITY MED.EXPEN.Rr—.,ono porson)j • X ANY AUTO CBA0217459 COMBINED SINGLE - ' ALL OWNED AUTOS 10-01-96 10-01-97 LIMIT 51,000,000. SCHEDULED AUTOS BODILY INJURY $ . HIRED AUTOS NON-O%':,ED AUTOS BODILY INJURY GARAGE LIABILITY (Par accldont) S PROPERTY DAMAGE S EXCESS LIABILITY � A X UMBRELLA FORM CCU0217459 EACH OCCURRENCE OTHER THAN UMBRELLA FORM 10-01-96 10-01-97 AGGREGATE 11,00 1,000,000. AND CWCO217459 1,000,000' ' WORKER'S COMPENSATION A }{ STATUTORY LIMITS ' 10-01-96 10-01-97 EACH ACCIDENT EMPLOYERS'LIADILI':Y $1,000,000. DISEASE—POLICY LIMIT $1,000,000. OTHER DISEASE—EACH EMPLOYEE S B Installation Floater Binder 06-16-97 06-16-98 $1,018,684. Limit DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Project: Project No. 32038, E. McCarty Street I mprovements - Lafayette St. to Clark Avenue CERTIFICATE HOLDER CANCELLATION City of Jefferson SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED DEFORE T11E ."0 East McCarty Street EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO ferson City, Missouri 65101 MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAI RE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY R NY IND UPON I E COMPANY,ITS AGENTS OR REPRESENTATIVES. ' AUTHORIZED RE nE N TIVE ' ACORD 2S.S(7/8� V� ©ACORD CORPORATION logo ' l I 'NSu�N ,E BINDER ISSUE DA(T7E 112 17(U,/�I AI THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF"PHIS FORM. DUCER COMPANY BINDER NO. General Casualty Company EFFECTIVE EXPIRATION Winter Dent & Company DATE TIME DATE TIME P.O. Box 1046 12:01 X AM X 12.01 AM Jefferson City, Missouri 65101 6-16-97 PM 6-16-98 NOON THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED CODE SUB-CODE COMPANY PE II EXPIRING POLICY NO: DESCRIPTION OF OPERATIONS/VEHICLES/PROPERTY(Including 1-mallon) INSURED Owner's Contractor's Protective Liability City Of Jefferson Policy: Project No. 32038, E. McCarty Street 320 East McCarty Street Improvements - Lafayette St. to Clark avenue Jefferson City, Missouri 65101 COVERAGES -----. —°— LIMITS • TYPE OF INSURANCE COVERAGE/FORMS AMOUNT DEDUCTIBLE COINSUR. PROPERTY CAUSES OF LOSS I BASIC BROAD SPEC. ' I GENERAL LIABILITY GENERAL AGGREGATE $ 1,000,000. COMMERCIAL GENERAL LIABILITY PRODUCTS—COMPIOP AGG. S CLAIMS MADE OCCUR PERSONAL d ADV.INJURY $ X OWNER'S A CONTRACTOR'S PROT. EACH OCCURRENCE 1,000,000. ✓'"�+� FIRE DAMAGE(Any one lire) $ 1 \JM PIETRO DATE FOR CLAIMS MADE: MED.EXPENSE(Any Ono poraon) S j OBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO BODILY INJURY(Per person) $ ALL OWNED AUTOS BODILY INJURY(Par accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ HIRED AUTOS MEDICAL PAYMENTS $ i NON-OWNED AUTOS PERSONAL INJURY PROT. $ ( 1 GARAGE LIABILITY UNINSURED MOTORIST $ $ f AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE COLLISION: STATED AMOUNT $ OTHER THAN COL: OTHER i EXCESS LIABILITY s EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE S � OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION S STATUTORY LIMITS WORKER'S COMPENSATION EACH AND ACCIDENT $ EMPLOYER'S LIABILITY DISEASE-POLICY LIMIT $ DISEASE-EACH EMPLOYEE $ SPECIAL CONDITIONSIOTHER COVERAGES �� -----� T%vehous Excavating Company Inc is responsible for payment of premium and audit. r NAME&ADDRESS MORTGAGEE ADDITIONAL INSURED LOSS PAYEE rr • ;.y I .� LOANM . AUTHORIZED E ESENTATIVE _.�r —1--�— ACORD 76.5 OACORD CORPORATION 1990 l INSURANCEBONDER ISSUE DATE(MM/UU/YY)` THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. �7CEn COMPANY \F LISP&C GINGER N0. Winter LY:�1,*` Company P.O. Box 1040 EFFECTIVE EXPIRATION DATE TIME DATE TIME Jefferson City, Missouri 65101 12:01 X AM X 12:01 AM 6-16-97 PM 6-16-98 NOON CODE TI11S SINGER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED SUB-CODE COMPANY PER EXPIRING POLICY NO: INSUR°D DESCRIPTION OF OPERATIONS/VEHICLES/PROPERTY(Including Location) ' Installation Floater: $1,018,684. Limit; Special coverage subject to a $1,000. ded.; Twehous Excavating Company Inc. Includes Elood and earthquake coverage subject 8514 Liberty Road to a $25,000. ded. Jefferson City, Missouri 65101 COVERAGES - --- TYPE OF INSURANCE LIMITS PROPERTY CAUSES OF LOSS COVERAGEIFORMS AMOUNT DEDUCTIBLE COINSUR. BASIC BROAD SPEC. GENERAL LIABILITY - ' COMMERCIAL GENERAL LIABILITY GENERAL AGGREGATE $ CLAIMS MADE OCCUR PRODUCTS—COMP/OP AGG. E OWNER'S 6 CONTRACTOR'S PROT. PERSONAL&ADV.INJURY $ " EACH OCCURRENCE FIRE DAMAGE(Any ono lira) $ _ RETRO DATE FOR CLAIMS MADE: 'MOBILE LIABILITY MED.EXPENSE(My no parson) $ •.. , ANY AUTO COMBINED SINGLE LIMIT f ' ALL OWNED AUTOS BODILY INJURY(Pot parson) S " SCHEDULED AUTOS BODILY INJURY(Par accident) $ PROPERTY DAMAGE S HIRED AUTOS MEDICAL PAYMENTS S NON-OWNED AUTOS GARAGE LIABILITY PERSONAL INJURY PROT. S } • UNINSURED MOTORIST S AUTO PHYSICAL DAMAGE $ DEDUCTIBLE_-- ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE COLLISION: THAN COL. AMOUNT f OTHER EXCESS LIABILITY —• OTHER UMBRELLA FORM EACH OCCURRENCE f ' AGGREGATE f OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION S _— t ' WORKER'S COMPENSATION STATUTORY LIMITS AND EACHACCIDENT f EMPLOYER'S LIABILITY DISEASE-POLICY LIMIT f SPECIAL CONDITIONS/OTHER COVERAGES DISEASE-EACH EMPLOYEE f NAME 8 ADDRESS MORTGAGEE ADDITIONAL INSURED ' LOSS PAYEE LOAN M ' AUTHORIZ PRESENTATI ACORD 76•S 7/80 . ©ACORD CORPORATION:1990 of t q City of Jefferson 5 '1",. r fo Duane Schreimann f _ - ' e Mayor Department of Public Works 320 E.McCarty Street Martin A.Bross,PE,Director i Jefferson City,MO 65101 Phone:(573)634-6440 i Fax:(573)634-6447 to June ',11, 1997 Mr. Frank Twehous i..; President I Twehous Excavating Co., Inc. 8514 Liberty Road Jefferson City, MO 65101 RE: East McCarty Street Improvement Project- Lafayette Street to Clark Avenue Project No.32038 Dear Mr.Twehous: 1 Enclosed please find three (3) copies of the contract for the above referenced f project. Please execute the contracts, return them along with performance and payment bond(s), certificate of insurance, and Owner's and Contractor's Protective Liability Policy p Binder by 5:00 p.m., Monday,June 16, 1997. The certificate of insurance must be issued \\--✓✓) by the company affording coverage. Certification from a local agent is not acceptable without necessary documentation empowering and authorizing the agent to sign the surety's name. In addition, if an aggregate amount is specified,a statement of the amount of that aggregate available to date must also be included. By separate letter,the Department of Public Works will issue a Notice to Proceed l on the project. You must submit the above documents in correct form before you begin work. Should you require additional information,please contact the Department of Public Works at 634-6440. Sincerely, 1 , C7 ohn L. Kramer, PE Engineering Division Director c: Director of Public Works ' City Clerk i Central File 1 1� ft ._. . ' _ - .ttat'rtt uaat,�s;,cte t«t• . r 1. . • ,' � is /J 1 4 �A l TABi• NIS • Advertisement for Bids • Notice to Bidders i Information for Bidders • Bid Form • Bid Bond • Anti-Collusion Statement ! j Contractor's Affidavit • Minority Business Enterprise Statement • Statement of Minority Business Utilization Commitment • Certificate of Owner's Attorney • Affidavit of Compliance with Prevailing Wage Law • Prevailing Wage Determination `1 Affidavit of Compliance Public Works Contracts Law Excessive Unemployment Exception Certification 1 ti Construction Contract • Performance, Payment, and Guarantee Bond • General Provisions • Special Provisions • Attachments ' • Addendums( If Any) • Flashing Beacon Signal Details ' r * ( INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) 1 ] 1 . J CAWPDOCSTROJECTIeast mccarty.doc May 28,1997 t ' f s { { r 7.1'� ♦ S � .� .. , t{ j�A.1 ,S.r_ tom'' `!1 { 111 �1 Y f ti -a Duane Sehreimann City of Jefferson -� - - Mayor 1� -� ADVERTISEMENT_..FOR_BIDS Sealed bids will be received at the office of the Purchasing Agent, 320 East McCarty Street, Jefferson City, Missouri 65101, until 10:00 a.m.,on June 11, 1997. The bids will be opened and read aloud in the Council Chambers at 10:00 a.m. on that same day. k The proposed work for the project entitled "Project No. 32038, E. McCarty St. i Improvements- Lafayette St.to Clark Ave."will include the furnishing of all material, " labor, and equipment to include removals, grading, excavation, construction of -I pavement,curb and gutter,drainage,sanitary sewer,and other ancillary improvements for East McCarty Street between Lafayette Street and Clark Avenue. + A pre-bid conference will be held at 1:30 p.m., on June 4,1997 in the lower level ! ` J conference room of City Hall, 320 E, McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. ! Copies of the contract documents required for bidding purposes may be obtained from f . the Director of Public Works,320 East McCarty Street,Jefferson City,Missouri. A non- ! refundable deposit of fifty dollars ($50.00)will be required for each set of plans and ! —� specifications. Individual full size sheets of the plans may be obtained for Three Dollars ;. ($3.00) per sheet. 1 The contract will require compliance with the wage and labor requirements and the payment of minimum wages in accordance with the Schedule of Wage Rates established by the Missouri Division of Labor Standards. I The City reserves the right to reject any and all bids and to waive informalities therein, to determine which is the lowest and best bid and to approve the bond. ..! T OF EFFERSON s Purchasing Agent Publication Dates May 28, 1997;June 1, 1997;June 4, 1997 q { i tiOnCEJU BIDDERS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 320 East McCarty Street, Jefferson City, Missouri, until 10:00 a.m.on June 11, 1997. The bids will be opened and read aloud in the Council Chambers at 10:00 a.m. on that same day. The proposed work for the project entitled "Project No. 32038, E. McCarty St. Improvements-Lafayette St.to Clark Ave."will include the furnishing of all material, labor, and equipment to Include removals, grading, excavation, construction of I pavement,curb and gutter,drainage, sanitary sewer, and other ancillary improvements �` for East McCarty Street between Lafayette Street and Clark Avenue. I A pre-bid conference will be held at 1:30 p.m.,on June 4, 1997 in the lower level conference room of City Hall, 320 E. McCarty Street, Jefferson City, MO 65101.All I J prospective bidders are urged to attend. All equipment, material, and workmanship must be in accordance with the plans, specifications, and contract documents on file with the Director of Public Works, Jefferson City, Missouri. Copies of the contract documents required for bidding purposes may be obtained from -�� the Director of Public Works,320 East McCarty Street,Jefferson City,Missouri. A non- refundable deposit of fifty dollars($50.00)will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00)per sheet. I A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount t., equal to five (5)percent of the total amount of the bid must accompany each proposal. JA one-year Performance and Guarantee Bond is required. The owner reserves the right to reject any or all bids and to waive informalities therein _l to determine which is the lowest and best bid and to approve the bond. CITY OF JEFFERSON, MISSOURI Martin A.Brose, PE Director of Public Works J C:IWPDOCSTROJEC1least mccarty.doc May 28,1997 i i j _ INFORMATION FOR BIDDERS IB-1 SCORE-OF—WORK 7 The work to be done under this contract Includes the furnishing of all technical personnel,labor, materials,and equipment required to perform the work included in the project entitled "Project N I No.32038,E.McCarty St.Improvements-Lafayette St.to Clark Ave."in accordance with the plans and specifications on file with the Department of Public Works. The proposed work for this project will Include the furnishing of all material,labor,and is equipment to Include removals,grading,excavation,construction of pavement;curb and gutter,drainage,sanitary sewer,and other ancillary improvements for E. McCarty St between Lafayette St and Clark Ave. 113-2 IN.SP-ECTION-OF_P_LANS,_SP-ECIFICATIONS,.AND SITE_OF_N4CORK yJ The bidder is required to examine carefully the site of the proposed work, the bid, plans, l specifications,supplemental specifications,special provisions,and contract documents before I 1 submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish i all materials and labor necessary to carry out the provisions of the contract. f --� IB-3 INTERME.TATLON-OF'_CONTRACZDOC_UMENTS 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, at least five (5) days prior to the date fixed for the bid ' opening,that an interpretation be made and an addendum be issued by the City,which shall then be delivered to all bidders to whom Plans and Specifications have been issued. All addenda issued shall become part of the contract documents. Failure to have requested an a: w addendum covering any questions affecting the interpretation of the Plans and shall not relieve the Contractor from delivering the completed project in accordance tfwith the Intent of the Plans and Specifications to provide a workable project. I IB-4 0MALIFICATIONS-of BIDDERS -� 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 7 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. vo od i J CIWPOOCSIPROJECReast mccartydoc May 28,1997 a • _ _-• Y � � Yea �.. � _. _.. _ _ __ _ _ r F I13-5 ES ULVALENI—MATERIAL ,1 Wherever definite reference Is made in these Specifications to the use of any particular material or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequately the duties imposed by the general design,subject to the approval r of the City. i i _J I13-6 BID—SECIlRIIX 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 bid, TM IB-7 P_REPARATION_OEBIDS � JBids must be made upon the prescribed forms attached in these Contract Documents. Only sealed bids will be considered,all bids otherwise submitted will be rejected as irregular. All blank spaces in the bid must be filled in and no change shall be made in the phraseology of the bid,or addition to the items mentioned therein. Any conditions, limitations or provisions attached to bids will render them informal and may be considered cause for their rejection. Extensions of quantities and unit prices shall be carried out to the penny. I J I13-8 PBLC.ES The price submitted for each item of the work shall include all costs of whatever nature involved r in its construction,complete in place,as described in the Plans and Specifications. Section 144.062 RSMo provides that the City's sales tax exemption may be used for the _! purchase of goods and materials for this project. The contract for the project will authorize and direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and materials for the project. This provision shall apply to only those purchases totaling over$500 ! from an individual supplier. All sales taxes on those items which do not qualify for the use of the City's sales tax exemption and for which sales tax might lawfully be assessed against the City are to be paid by the Contractor from the monies obtained in satisfaction of the Contract. It being understood by the bidder,that the bid prices submitted for those Items shall include the cost of such taxes. C:IWPDOCSIPROJEC'rleast mccarty.doa May 28,1997 J t y 1 113-9 AP1'ROXIMATE_QUANTJTIES In cases where any part or all of the bidding is to be received on a unit price basis, the I quantities stated in the bid will not be used in establishing final payment due the successful Contractor. The quantities stated on which unit prices are so invited are approximate only and 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 of the Contract will be based on actual number of units installed on the complete work. IB-10 LUMP—SUM-LTEMS Payment for each lump sum item shall be at the lump sum bid for the item,complete in place, a; V 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. _J IB-11 .SUBMIS.SlON_OF_BIDS The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked"Project No.32038,E.McCarty St.Improvements-Lafayette St.to Clark Ave. ". IB-12 ALTERN&TE-BIDIS — 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 WITHDRAWAL OEBIQS If a bidder wishes to withdraw his bid, he may do so before the time fixed for the opening, without prejudice to himself. No bidder may withdraw his bid for a period of ninety(90)days after the scheduled closing time for the receipt of bids. No bids received after the time set for opening for bids will be considered. IB-14 RISIi G-REJECT RIDS J The City reserve the right to reject any or all bids,to waive any informality in the bids received, or to accept the bid or bids that in its judgement will be in the best interests of the City of Jefferson. I13-15 AWARD OF CONTRACT JIf,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 Sureties satisfactory to the i i CAWPDOCSFROJEC Reast mccartydoc May 28,1997 ^'7 1 , • .. 4 t t _ j { City of Jefferson as hereinafter provided,the bidder or bidders shall be deemed to be In default and shall forfeit the deposit. r IB-16 PERF9EMANCEAND-PAYMENLBQND 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 4i licensed to do business in the State of Missouri and acceptable to the City of Jefferson. I B-17 I N DEMNIELCATIONAN IZINSllR.AALCF 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 u 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 I i respective agents, servants or employees. ..J I _ The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance �I I outlining the coverage provided. J IB-18 BID—SECUI ROYLREIIIBNED SQSSJCCF.SSEUL_BMMR 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,in which case the amount of the deposit will be refunded by the City. { J j IB-19 N-GNDIS-GRIPMNATLQN_IN-EMPLQYMEN-T Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. I : J IB-20 EREVAit IN ^.SAGE LAW The principal contractor and all subcontractors shall pay not less than the prevailing wage I� hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri,pursuant to Sections 290.210 through 290.340 Inclusive of the Revised Statutes of Missouri, 1959 and as last amended in 1993. (See Determination included herewith.) I fJ C:%WPDOCSIPROJEC1least mccarty.doc May 28,1997 oil I 1 11 t:. j IB-21 taUARANIEE ,. 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. y Within the guarantee period and upon notification of the Contractor by the City,the Contractor shall promptly make all needed adjustments, repairs or replacements arising out of defects which,In the judgment of the City become necessary during such period. _ The cost of all materials,parts,labor,transportation, supervision, special tools,and supplies u� required for replacement of parts, repair of parts or correction of abnormalities shall be paid by the Contractor or by his surety under the terms of the Bond. The Contractor also extends the terms of this guarantee to cover repaired parts and all — replacement parts furnished 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. In the event of an emergency where, in the judgment of the City delays would cause serious i loss or damage,repairs or adjustments may be made by the City or a third party chosen by the City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. j IB-22 hK=E1QPRO-GEED A written notice to begin construction work will be given to the Contractor by the City of -� Jefferson within ten(10)days after the Contract is approved by the City Council. The time for completion of the project shall begin to run on the date established in this notice. IB-23 WDRK SCHEDULE To insure that the work will proceed continuously through the succeeding operations to its completion with the least possible interference to traffic and inconvenience to the public,the Contractor shall, at the request of the City, submit for approval a complete schedule of his "I proposed construction procedure,stating the sequence in which various operations of work are i to be performed. IB-24 CONTRACT TIME The contract time shall be 120 working days. C:1wPDOCSTROJECneasl mccady.doc May 28,1997 I J i' t .�' f ' , • ..»....,... .....c n........uuaut...,�.r_ + .-.._.' �.._.. _ ..wn iK*`vytilbu1. ' i f i i IB-25 LIQWDATEDJDAMAOES 1I Liquidated damages shall be assessed at the rate of$1000 per calendar day until the work is i complete,should the project not be completed within the contract time. IB-26 P-0-WEf3 OF ATTORNEY Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. IB-27 BID-QACKET , Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. ii Each bid must be submitted in a sealed envelope bearing on the outside the name of the -� bleder,the bidder's address,and the name of the project for which the bid is being submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another i envelope addressed as follows: J Purchasing Agent City of Jefferson, MO J 320 E.McCarty Street ! _ Jefferson City,MO 65101 I For the convenience of bidding this project, a "BID PACKET" has been included with the project manual. This packet contains the necessary forms to be submitted with the bid { proposal. The contents of this packet include the following: J 1) BID FORM ` 2) BID BOND 3) ANTI-COLLUSION STATEMENT 4) CONTRACTOR'S AFFIDAVIT I 5) MINORITY BUSINESS UTILIZATION COMMITMENT i 6) CERTIFICATE OF OWNER'S ATTORNEY + I` END OF INFORMATION FOR BIDDERS s { C:1WPt>OCSIPRQJECneast mccarty.dx May 28,1997 ; k i A 1 d I ` { j BID FORM Name of -� Bidder oLLg ExcaUa}•„Ja CP c• Address of Bidder 3.svi L: s Me. (pSIDI To: CITY OF JEFFERSON 4, 320 East McCarty Street Jefferson City, Missouri 65101 THE UNDERSIGNED BIDDER, having examined the plans,specifications,regulations : 7 of the Contract, Special Conditions, other proposed contract documents and all addenda thereto;and being acquainted with and fully understanding(a)the extend and character of the work covered by this Bid;(b)the location, arrangement, and specified requirements for the proposed work; (c) the location, character, and condition of existing streets, roads, highways, railroads, pavements, surfacing, walks,driveways, curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other installations, both surface and underground which may affect or be affected by the proposed work;(d)the nature and extent of the excavations to be made and the type, -"1 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, j i 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, J 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 J prescriUed 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 special payments and adjustments provided in the specifications and he understands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work ~} shown on the drawings and described in the specifications, and that increases or decreases may be made over or under the Contract estimated quantities to provide for needs that are determined during progress of the work and that prices bid shall apply to such Increased or decreased quantities as follows: CAWPDOCSIPROJEC neast mccarty.doc May 28,1997 � 1 r CRY OF JEFFERSON PAGE 1 ITEMIZED BID FORM E,McCARTY STREET•LAFAYETTE TO CLARK AVE., ITEM APPROX. UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1.00 EXCAVATION AND GRADING LS - --• 120000.00 2.00 REMOVALS LS ••• --• 68000,00 3.D0 SUBGRADE STABILIZATION TONS 9000 9.25 83250.00 _i 4.00 STORM DRAINAGE 4.01 4'X 4'TYPE C INLET,W/O DEFLECTORS EA 3 2500.00 7500.00 4.02 4'X 4'TYPE C INLET,W/DEFLECTORS EA 3 3000.00 9000.00 4.03 6'X 4'TYPE C INLET,W/O DEFLECTORS EA 1 3100.00 3100.00 4.D4 4'X T TYPE A INLET,W/O DEFLECTORS EA 2 1800.00 3600.00 4.05 4'X 3'TYPE A INLET,W/DEFLECTORS EA 5 2200.00 11000.00 4.06 4'X 4'TYPE A INLET,W/DEFLECTORS EA 1 1900.00 1900.00 4.07 5'X 5'JUNCTION BOX EA 3 2100.00 6300.00 4.08 4'MANHOLE(STORMWATER) EA 3 1100.00 3300.00 4.09 15'DIA.RCP,CLASS III,IN PLACE LF 414 45.00 18630.00 4.10 18'DIA RCP,CLASS III,IN PLACE LF 809 47.00 38023.00 4.11 24"DIA.RCP,CLASS 111,IN PLACE LF 85 50.00 4250.00 -1 4.12 30"DIA.RCP,CLASS III,IN PLACE LF 488 62.00 30256.00 4.13 MECHANICAL ROCK EXCAVATION(TRENCH) CY 200 100.00 20000.00 5.00 TYPE A CURB AND GUTTER LF 5314 11.50 61111.00 1 6.00 6'PCC RESIDENTIAL DRIVE APPROACH SY 235 26.00 6110.00 6.01 6"PCC DRIVE REPLACEMENT SY 303 26.00 7878.00 , 6.02 4"ASPHALTIC CONCRETE DRIVE REPLACEMENT SY 78 25.78 2010.84 �I 6.03 4"CRUSHED STONE DRIVE REPLACEMENT SY 161 5.50 , 885.50 6.04 6"COMMERCIAL PCC DRIVE APPROACH SY 122 30.00 3660.00 -� 7.00 4"PCC SIDEWALK SY 2500 21.00 52500.00 7.01 4"PCC COLORED SIDEWALK RAMPS SY 100 52.00 5200.00 7.02 MONOLITHIC CURB LF 50 B.00 400.00 7.03 AC FILLER(4"THICK) SY 1D0 22.88 2288.00 I l ' CITY OF JEFFERSON PAGE 2 -, ITEMIZED DID FORM E.McCARTY STREET-LAFAYE17E TO CLARK AVE. ITEM APPROX. UNIT J y NO. DESCRIPTION UNIT OUANTITY PRICE AMOUNT 8.00 STRUCTURAL CONCRETE CY 20 545.00 10900.00 8.01 HANDRAIL LF 60 30.00 1800.00 9.00 SOLID BLOCK GRAVITY WALL SF 1600 18.40 29440.00 9.01 SOLID BLOCK CAP UNIT LF 430 7.50 3225.00 10.00 FLASHING BEACON EA 1 2750.00 2750.00 w. 10.01 2'ELECTRICAL CONDUIT W/ELECTRIC LINE LF 155 18.00 2790.00 10.02 METER PEDESTAL EA 1 1000.00 1000.00 11.00 UNDERGROUND LINE TRACER EA 1 2970.00 2970.00 i 12.00 TPCCPAVEMENT SY 11060 23.00 ?5480.00 12.01 1-1/2'AC SURFACE SY 220 7.69 1691.80 ` 12.02 8 1/2'AC BASE SY 220 18.30 4026.00 13.00 TEMPORARY SURFACING TON 1000 9.50 9500.00 I 14.00 3'ROLLED STONE BASE SY 12890 3.00 38670.00 15.00 CONSTRUCTION SIGNING 8 TRAFFIC CONTROL LS --- 14500,00 14500.00 16.00 BLUEGRASS SOD SY 3000 6.30 18900.00 I^ 17.00 WATER SERVICE REPLACEMENT LF 1300 15.00 19500.00 J17.01 WATER METER RELOCATION EA 15 325.00 4875-00 17.02 WATER METER INSTALLATION EA 43 83.00 3569.00 ' 17.03 EXPLORATION FOR EXISTING WATER SERVICE EA 10 225.00 2250.00 1 i 18.00 EXPLORATION FOR STORM SEWER EA 1 1750.00 1750.00 19.00 SANITARY SEWER CONSTRUCTION 19.01 4'DIAM.PVC LATERAL LINES LF 2000 12.50 25000.00 19.02 8'DIAM.PVC PIPE(IN PLACE) LF 2380 32.00 76160.00 19.03 STANDARD MANHOLE(0'-6) EA 11 1350.00 14850.00 "j 19.04 ADDITIONAL DEPTH 4'MANHOLE VF 7 200.00 1400.00 J BASE BID 1,116,04 9.14 l ALTERNATE A-ASPHALT PAVEMENT 12.10 REDUCE T PCC PAVEMENT" BY (10380) 23.00 (238740.00) 12.11 INCREASE 1.1/2'AC SURFACE(GRADE C) SY 10380 2.22 23043.60 -��•y 12.12 INCREASE B-11Z AC BASE' SY 10380 11.40 .118332.00 km Y ,_ TOTAL ALTERNATE A (97,364. 0) J' TOTAL BASE BID WITH ALTERNATE A 1,018.68 .74 A a - 1 I i SUBCONTRACTORS _ If the Bidder Intends to use any subcontractors in the course of the construction, he shall list them. _Karen's Construction & Rental Company, Inc. + i Jefferson Asphalt Company, Inc. Meyer Electric, Inc. Green Horizons Landscaping TIME OF COMPLETION t _ The undersigned hereby agrees to complete the project within 120 working days, subject to the stipulations of the regulations of the Contract and the Special Provisions. It is understood and agreed that if this bid is accepted,the prices quoted above include all applicable state taxes and that said taxes shall be paid by the Contractor. 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 t collusion or fraud. The undersigned agrees that the accompanying bid deposit shall become the property I of the Owner,should he fail or refuse to execute the Contract or fumish Bond as called for in the specifications within the time provided. If written notice of the acceptance of this bid is mailed,telegraphed,or delivered to the undersigned within sixty (60) days after the date of opening of bids, or any time thereafter before this bid is withdrawn,the undersigned will, within ten(10)days after the date of such mailing,telegraphing, or delivering of such notice, execute and deliver a Contract in the form of Contract attached. J I ` J V V F y i C:1wP00CS%PR0JECT%eas1 mccarty.doc May 28,1997 t ' , ., 1 i i' The undersigned hereby designates as his office to which such notice of acceptance may be mailed,telegraphed,or delivered: 51 3 c Mo. Cs?5ID1 i 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 S% o grnck� ($ Dollars(cashier's check), make payable to the City of Jefferson. ..t Signature of Bidder: If an individual, ,doing business ` - as If a partnership, , member of firm. -� by t If corporation, 1,0 o CD- c. by f Title-RgS;& 1- r SEAL I Business Address of Bidder 8s U Ma. CGS1D1 i -I If Bidder is a corporation, supply the following information: t State in which incorporated iK\�ssbur- Name and Address of its: President Fro{,k TweNflL s 1 � I x•4. 3 �ersnil C� f'�b. CvSla I r ` Secretary La!S1er,3e "("wZ�nus -1 �j. Q •3 Str ersart Cat f CkLSVol -- i — Date :2u0- 1\, M-7 J C:IWPDOCSIPROJECTeaal mccarty.doC May 28,1987 � t l V� ' tt BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the j undersigned, Twehous flscavating Company, Inc. as Principal,as Sure and The American Insurance Co­­ ' owneerein t held and he d f penal urn -j bound unto the CITY OF JEFFERSON, -' of Five Percent of Total Amount Bid for the payment of which,well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, �. e ,1997. administrators,successors and assigns,this >> day of un J i The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF JEFFERSON,MISSOURI a certain Bid,attached hereto and hereby made a I part hereof to enter into a contract in writing,for the project entitled: "Project No.32038, E.McCarty St.Improvements-Lafayette St.to Clark Ave." NOW,THEREFORE, _j (a) If said Bid shall be rejected,or in the alternate, —� (b) If said Bid shall be accepted and the Principal shall execute and deliver a J contract in the Form of Contract attached hereto (properly completed in accordance with said Bid)and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void,otherwise the same shall remain in force and effect; it being t•.." expressly understood and agree dnai amou'nto' this tobligation as herein stated. �ms hereunder 1 shall,in no event,exceed the pe The Surety,for value received,hereby stipulates and agrees that the obligations of said Surety and its bond shall be in noway impaired or affected by the extension of the time within which the Owner may accept such Bid;and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF,the Principal and the Surety have hereunto set their hands and seals,and such of them as are corporations have caused their corporate seals to be hereto fir -I affixed and these presents to be signed by their proper officers.the day and yearc set forth in ( above. 7W us Excavat' omPany (L.S.) J Principal SEAL Dw am i J The Aire can Insurance Cc pan Y 's . Bennett, Attorney-In-Fact i May 28,1997 � C:IWPDOCSIPRCJECTIeesl mecaAy.dx I , I I . , .,, .M.�. ....,..,. .- ,r ..«.«..... ' I ONE"= f . t i . ' State of- Missour Ceunly of Cole n: On June 11, 1997 before me,a Notary Public In and for said Counlr and Slate,residing l "J thereln,duir'commissioned and swam, personally appeared Kris L. Bennett known to me to be Attorney-In•ract of The American Insurance Company I the corporation described In and that executed the within and foregoing Instrument,and known to me to be the person who executed the said Instrument in behalf of the sold corporation,and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF,I have hereunto set mr hand and affixed my official seaL day nd yu•:r staled In lhl certificate above. My Commission Expires October 18. 1998 _ Notary Public t `. 860212-.&Ga JANET M.WARRE14 { NOTARY PUBLIC,STATE OF MISSOURI t I " COUNTY OF OSAGE My COMMISSlon Expires Oct,18,1998 'l I i I I I t f � 7-1 j � ./ j•� k t., r i � { s t } { • i' iLt�,l'S��1 1F it^Z J1� � P 'l tltl l� fi ',1 ir'R a ): Ir - ." ........-,•-- ....._r-y- -,... '? 4r 3 (l s vita_ l � YI � F '• 1 :• i4 ` i ? t .•rr .. ` . t ; 1 tYi t.t �l��tl ,•;`> 1 Ell �t }3'1'. (( tt {':t'i t ` , I t."2 r.}e $'}('�L �t��. k t•Jp } E. t• GENERAL pOWHR OF ATTORNEY THE AMERICAN INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY,a Corporation incorporated under the laws of the State of New Jersey on February 20,1846,and redomesticated to the State of Nebraska on June 1,1990,and having its principal office in the City of Omaha.State of } --4ebraskn,has made,constituted and appointed,and does by these presents make,constitute and appoint JAMES J. LANDWEHR, KRIS L. hENNETT and CARL E. REYNOLDS, jointly or severally JEFFERSON CITY, MO its true and lawful Attorucy(s)-in-Fact,with full power and authority hereby conferred In its name,place and stead,to execute,seal,acknowledge and deliver any and all bonds,undertaking,recognizances or other written obligations In the nature thereof______________. I , 1 — and to bind the Corporation thereby as fully and to the same extent as If such bonds were signed by the President,sealed with the corporate scat of the Corporation and duly attested by Its Secretary,hereby ratifying and confirming all that the said Attorneys)-in-Fact may do in the premises. This power of attorney Is granted pursuant to Article VII,Sections 45 and 46 of Bylaws of THE AMERICAN INSURANCE COMPANY now In full force and effect. —' "Article Vll.Appointment aodAuthorityo t'ResidentSecrr(arfes,Attorneys-fa-Fad and Agents to accept LepalProcut And Make Appearances. I Section 45.Appointment.The Chairman of the Board of Directors,the President,any Vice-President or any other person authorized by the Board of 2 Wrectors,the Chairman of the Board of Directors,the President or any VimPresidenl may,from time to time,appoint Resident Assistant Secretaries and Attorneys-in Tact to represent and act far and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of The Corporation. Seciloo 46.Autboriry.The authority of such Resident Assistant Secretaries,Attorneys-in-Fact and Agents sball be as prescribed In the Instrument evidencing -" their appointment.Any such appointment And all Authority granted thereby may be revoked at any time by the Board ofDlrcctorsorby any person empowered to make such appolalment.' i i This power of attorney is signed and scaled under and by the authority of the following Resolution adoptcd by the Board of Directors of THE AMERICAN IN COMPANY at a meeting duly called and held on the 31st day of July,1984,and said Resolution has not been amended or repealed: _a "RESOLVED, that the signature of any Vice-President,Assistant Secretary,and Resident Assistant Secretary of this Corporation,and the seal of this Corporation may be affixed or printed on any power of attomcy,on any revocation of any power of attorney,or on any eenificate relating thereto,by facsimile, and any power of attorney,any revocation of any power of attorney,or certificate hearing such facsimile signature or facsimile sea]shall be valid and binding upon the Corporation:' J IN WITNESS WHEREOF,THE AMERICAN INSURANCE COMPANY has caused that presents to besigned by its Vice-Pretident,and its corporate seal to hereunto affixed this 13th day of December 19 91 [�x: THE AMERICAN INSURANCE COMPANY y I -Im: By 14�•...• VI - '—' «to Via•Prnidxnt STATE OF CALIFORNIA ss J COUNTY OF MARIN a, Onthis 13th dayof Deremh r 19 beforeme personally came R. D_ Farnnwnrt•h to me known,who,being by me duly sworn,did depose and say:that he is Vice•Presidcnt of THE AMERICAN INSURANCE COMPANY,the Corporation j described in and which executed the above instrument;that he knows the sea]of said Corporation;that the seal affixed to the said instrument is such corporate seal;that It was so affixed by order of the Board of Directors of said Corporation and that he signed his name tbereto by like order. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal,the day and year herein first above written. • J �•: ]'°'- OFFICIAL NC•?r`.ns.�'.i.L ?f- . ,�� A rMaGER P _ tT's.'t► nt a r ' d R••'` My Comm.c f�1�1. iU71 i.� � trait 61k raw :wa^r 2t:.1£0° CERTIFICATE STATE OF CALIFORNIA as. COUNTY OF MARIN I,theuader 1p cl,ResidentP.ssistantSecretaryofTHEAMERICANINSURANCECOMPANY,a NEBRASKA Corporailon,DO HEREBY CERTIFY that the foregoing and attached POWER OFAT PORNEY remains in full force and Las not beta revoked;and furthermore that Article VII,Sections 45 and 46 of the Bylaws of the Corporation,and the Resolu[ion of the Board of Directors;set forth in the Power of Attorney,are now In force, _'Signed and sealed at the County of Maria.Dated the day of Jane .19-97 Radom Aninam Stony I 360712-TA•6.90(REV) t • , a- s r�^ i 1 I } ! I� :4 MSSSCDX SURETY BOND 2NFORMAT=ON , The agent executing this bend is a professional Independent =nsurance Agent. I: "i you have estior.s regarding this bond, you may contact that agent. Any } correspondence shculd also be directed to the local FIREMAN'S FUND o!lice at: 727 Craig Road Crewe Coeur, MO 63141 Surety Dept. ft the agent If you have nct zeceived a response or the local office, you may contact our hcme of=ice at the following address and telaphcne number: `J FIREMAN'S FUND INSURANCE COMPANY T.92 AMERICAN INSURANCE COMPANY ASSOCIATED INDEMNITY CORPORATION ; AMERICAN AUTOMOBILE INSURANCE COMPANY 1 SURETY OPERATIONS 777 San Marin Drive 1 r J Novato CA 94998 , Telephone 415 899 2000 ------------------------------- J ------------------------------------ I NATIONAL SURETY CORPORATION I 200 West Monroe Street � Chicago, IL 60606 �t Telephone 312 580 6000 i 1 �f I t f t S .-s _.., -_.« ».... •-+.+wcev +- Ti"n t a . Oil N I i 1 � ♦ ♦ Qi a.Y t /Flf.;. t l t y .. .•. .. .. y .. y 3' �. P t ' ANTI-C-01 LIISION STAT MEN1 s STATE OF_ M;5--,Our- COUNTY OF �k T,x•�,ous ., being first � duly sworn,deposes and says that he is of ` TITLE OF PERSON SIGNING " "ib YV�A� �lu g�'tJa l "NAME OF BIDDER i that all statements made and facts set out in the bid for the above project are true and 1 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. (BYl ii �� ZL Xk',9•r. , I 4 J I (BY) Sworn to before me this _day of _ ;C"ixae ,1947 NOTARY PUBLIC My commission expires: HUGO BACKES MIE OF 111111=1 C:IVVP000SIPROJECTIeaat mccarry.doc 20ft May 211.1997 �. 11 i Y V 5 F l 1 t � +: r s J s q� ' •, f ' • i i i f i f;OPdTRACIOR'S AFFIDAVIT J This affidavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted. STATE OF�i COUNTY OF Code ) J The undersigned,Fran "1Q0-ov.5 , of lawful age, being first duly sworn states upon oath that he is s;c�ena' of 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 Jto furnish material or actually perform services upon or as a part of the proposed project. .. A AFFIANT J { Subscribed and sworn to before me, a Notary Public, in and for the County and State aforesaid,this 11 day of Tare , 19 I3_. NOTARY PUBLIC My Commission Expires: NMRViPIIAIICAtlp�SEAI f STATE OF MISSOURI COLE COu My Coslon Expires: May 22,20 mnUs 01 ! C:IWPDOCSIPROJECTIeast mCCarty.doC May 28,1987 Ir , }t z ' r z. 1 I ilA1L�14�L�Li�Lis I K11ESS-ENTERPRISE STATEMENT -1 Contractors bidding on City contracts shall take the following affirmative steps to assure that small,women owned,and minority business are utilized when possible as sources of suppliers,services, and construction items. 1. Contractor's will submit the names and other information if any,about their MBE " r sub-contractors along with their bid submissions. `I 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 wili_be—sQlicited whenever they are potential sources. 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. 6. Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small, women owned and minority C businesses. 7. Contractor will use the services and assistance of the Small Business Administration,the Office of Minority Business Enterprise,and the Community Services Administration. , J i 8. Forms for determining Minority Business Enterprise eligibility may be obtained j from the Department of Public Works. I J l � t 1 CdWPDOCSTROJEC Reast mccarty.doc May 28,1997 1 F Y i '4 sl .......-..—..•,++.w..e .r....v.. _ _ ....._ ; .�....._..-..._.....—�..............».........t»... r ... ,.»...» .. .f ._. ,"°Y«++iwMM.;�w's• 1 S . 4 , Y t y• fl81NGUMBUSINESS_UTILIZAIION-C-OMMI_TMENI 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 j "Minority Business Enterprise"shall mean a business: 1. Which is at least 51 percent owned by one or more minorities or women, or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and 2. Whose management and daily business operations are controlled by one or more such individuals. � I "Minority Group Member"or"Minority"means a person who is a citizen or lawful permanent resident of the United States, and who is: J1. Black(a person having origins in any of the black racial groups of Africa); 2. Hispanic (a person of Spanish or Portuguese culture with origins in Mexico, South or Central America, or the Caribbean Island, regardless of race); 3. Asian American(a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian sub-continent, or the Pacific Islands); 4. American Indians and Alaskan Native(a person having origins in any of f ' the original peoples of North America); I -� 5. Member of other groups,or other individuals,found to be economically i J and socially disadvantaged by the Small Business Administration under Section 8(a)of the Small Business Act, as amended [15 U.S.C.637(a)]. , 6. A female person who requests to be considered as an MBE, and who "owns"and"controls"a business as defined herein. Minority Business Enterprises may be employed as contractors,subcontractors, ' I � or suppliers. CAMDOCSTROJECTIeasl mccarty.doc May 28,1997 5 1 ' + 1 i t } rs wnavh'MYAY.aci.bYm-aw.wwr<........_.....�..._... .v..wr.w•w.r..v.........._..............-....._.._ .� -e ,v..... ... _. .... 1 i f 1 St t7 ; } 1 i B. The bidder must indicate the Minority Business Enter rise s tY `' :P Oproposed for utilization as part of this contract as follows: Name and Addresses Nature of Dollar Value of of Minority Firms Participates Ea ___,_afim Karen's Construction Landscaping 51.565.00 �I Total Bid Amount: 1,018,684.74 Total: 51,565.00 Percentage of Minority Enterprise Participation: 5 C. The bidder agrees to certify that the minority firm(s) engaged to provide materials or services in the completion of this project: (a)is a bona fide Minority Business Enterprise;and(b)has executed a binding contract to provide specific materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished by the City of Jefferson. The bidder will provide written notice to the Liaison Officer of the City of Jefferson indicating the Minority Business Enterprise(s)it intends to use in conjunction with this contract. This written notice is due five days after notification to the lowest bidder. Certification that the 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. J 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. JETmk Twel,ous f%;c)eNA- NAME OF AUTHORIZED OFFICER Mtt DATE use t\ V4 I SIGNATURE OF AUTHORIZED OFFICER C:IWPDOMPROJEC7least mcmrty.dx May 28,1997 i u,M... ti.,.,.._..�_._.._._,___•_ .�. ....,...._ �_..... �......,. .•...__._ _..... . ..... _�_ _ 1 S;EBTIEICATE OF U10l�lEB_S�'QOBNEY r tt I I,the undersigned, , r' the duly authorized and acting legal representative of I do hereby certify as follows: I �l I have examined the attached contract(s) and surety bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has i been duly executed by the proper parties thereto acting through their duly authorized representatives;that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with the terms, conditions, and provisions thereof. , i t (Signature) 7 (Date) I 5 Itt a r I I . J °t I t s t S CAWPDOCSTROJEC'neasl mccarty,doc May 28,1897 " Y � r e 1 r S ,�'.�.C:s"�'.T4a 7.1'�.KM13e"RTNFi;."•tart^.rl:N trs.,r..-w-.ca.--..,.....__.........,,._.._....,,.,._...........------ �- , x • t ' �• - Sit" is A/( „ I ( ' .. • t t1'if` Fy fit.� T�I>� 1 t k }i 'w AEF�DAYIT I COMPLIAN-Cf W TH-PREY-AILINC Before me,the undersigned Notary Public, in and for the County of , J 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. 3, Section 026, Cole County Issued by the Division of Labor Standards of Missouri on April 8, 1996 and last modified in December 1996, in carrying out the contract and work in connection with Project No. 32038, E. McCarty St. Improvements - Lafayette St. to Clark Ave. located at Jefferson City in Cole County, Missouri, and completed on the day of ' 19 SIGNATURE Subscribed and sworn to me this day of ' 19 NOTARY PUBLIC , My commission expires: STATE OF MISSOURI ) I :I )ss i COUNTY OF CAMDOCSIPROJEC1least mccarty.doc May 29,1997 a + F f 2 i » _.. •.RTJtI'iil !7L ..}J.. .r_.a., >xa+,.n,.....+r........., ......w,.e........�..-...._. ....... n,..T .....»......_._..__.—_.....- j . I 'r,f - MISSO = . ligion . f �1 � WAGE AND HOUR SECTION OP•THE .ST r tied ��✓%' UII IVNI� 9y Mucccx��0 I MEL CARNAHAN,Governor annual '"Wage 0"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, P.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. olleen A. Baker,Director ! Division of Labor Standards . MAR 7 1°96 _ Filed With Secretary of State: Last Date Objections May Be File ��Tp t"cFrCT APR R 1996 i Div Prepared by Missouri Department of Labor and Industrial Relations F r • t i • i i i juilding Construction Ratos for COLE County REPLACEMENT PAGE Suction 026 - ocuve asic or• CRAFTS Data of Hourly Time Holiday Fdn o Benefit Payments I Increase Rates Rates Rates & on. ac. r.T Othor slos Workers 12/96 $25.46 55 28 3.22 4.97 •' Irmakers 9/96 $21.35 57 7 -3.25'-3.00 0.16 b W,ukla ers•Slone Mason 9/96 $15.60 59 7 2.30 1.85 0.15 Gar enters $15.68 60 1 7 2.05 1.50 0.17 Cement Masons $17.56 9 3 1.66 lectric an��ns de roman 519.21 28 7 2.05 3.00 1 % 0.15 NE F3% ommunication Workers USE ELECTRICIANS INSIDE REM N)RATE c evator Constructors 7/96 $23.92 26 54 3.8451 2.19 a 1 0.085 Engineers-Portable&Hoisting: Group 1 5/96 $19.12 86 3 3.65 3.65 0.45 ANN.55 Group II 5/96 $19.12 86 3 3.65 3.65 0.45 ANN.55 Group III 5/96 $17.87 86 3 3.65 3.65 0.45 ANN.55 Grou III•A 5/96 $19.12 86 3 3.65 3.65 0.45 ANN.55 Group IV 5/96 $16.89 66 3 3.65 3.65 0.45 ANN.55 .Group V 5/96 $19.82 86 3 3.65 3.65 0.45 ANN.55 Pi a Filters c $24.25 91 3 TO_TAL FRINGES$10.28 _Glazlers $11.35 FED 0.45 0.28 0.45 HOL.18 .aborers Buildin : General $13.05 110 7 2.30 1.50 0.40 First Semi-Skilled $13.40 110 7 2.30 1.50 0.40 ...,Second Semi-Skilled $13.40 110 7 2,30 1.50 0.40 Fathers-Metal,Wood USE CARPENTERS RATE linoleum Layers&Cutters USE CARPENTERS RATE Marble Masons 9/96 $15.60 59 7 2.30 1.85 0.15 ri is $16.431 60 7 2.051 1.50 0.17 orkers 8196 $16.87 11 8 2.87 5.30 0.25 .-w ters $1b.50 18 7 1.00 - I I 1 Plasterers _ 1 $16.73 94 5 1.63 Plumbers 1 $20.00' FED Me Drivers $16.061 60 7 2.05 1.50 0.17 ioofers 9/96 $17.60 12 4 L23-5 2.10 0.14 Sheet Metal Workers 7/96 $18.39 40 23 6 2.18 0.291SASM1.71 i i rinkler Fitters $10.50 FED errazzo Workers 9/96 $15.60 59 7 0 1.85 0.15 Tile Setters 9/96 $15.60 59 7 0 1.85 0.15 • �"ruck Drivsrs•Teamsters group 1 $14.25 101 5 1.751 1.75 LGroup II $14.95 701 5 1.75 1.75 I-Gro 11110 III -$14.65 101 5 1.75 1.75 Grou IV $14.95 101 5 1.75 1.75 •raffic Control Service Driver $11.90 40 49 0,83 0.48 0.23 HOL.41 Well Drillers USE BLDG CON f ENGINEER GROUP II RATE tVolders-Acetylene&Electric I R✓ l --+ UAL INCREMENTAL INCREASE `ME FOOTNOTE PAGE ANNUAL WAGE ORDER NO.3 12196 . I I r c 1 luilding Construction Rates for COLE County Footnotes Section 026 ' I I Effective Basic Over- Date of Hourly Time Holiday Frin a Benefit Pa ments Increase Rates Rates Rates H&W Pen. Vac. A r.Tr Other I 1 _ h i —'Welders receive rate prescribed for craft performing operation to which welding is incidental. 7)se Building Construction Rates on Building(s)and All Immediate Attachments.Use Heavy Construction I sates for remainder of project. For crafts not listed in Heavy Construction Sheets, use Rates shown i on Building Construction Rate Sheet. -Vacation: Employees over 5 years-8%; Employees under 5 years-6% b-Annuity Trust-$2.00,MOST Program-$0.205 :DII work over$3.5 million total Mechanical Contract-$24.25, Fringes$10.28 AII work under$3.5 million total Mechanical Contract-$23.16, Fringes$9.78 ` I J ANNUAL WAGE ORDER NO.3 3/96 A-W en i ��.+•awrr•Y�^�•.�+�ypa�.'4.�°-'r'� ..�-����-..��+--I.-'..° -•r.�wro.�w.-.-.�.w.+:+is^^�n•+�w�.rT+.►� nrwwr^,r' '- �+—.�'.T f • y, COLE COUNTY OVERTIME RATES F3Dt Minimum requirement per Fair Labor Standards Act means time and ono-half (134) shall be paid for all work in excess of forty (40) hours per work week. N0. 91 Eight (8) hours shall constitute a regular work day that may being as early as 6:00 :a.m. and end no later than 5:30 p.m. All work performed in excess of'the regular work day and on Saturday shall be compensated at one and one-half (12,5) 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. NO, lit Means eight (8) hours shall constitute a day's work, from 8:00 a.m. to 5:00 p.m. from Monday to Friday. Time and one-half (14) shall be paid for first two (2) hours Monday through Friday and the first eight (8) hours on Saturday. All other overtime hours Monday J 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. 121 Means the work week shall commence on Monday and shall continue through the 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 (135) times the regular hourly wage scale. All work performed within the regular working hours shall consist of a ten (10) ( hour work day except in emergency situations. Overtime work and Saturday work shall be paid at one and one-half (135) times the regular hourly rate. Work on holidays and Sundays shall be paid at two (2) times the regular hourly rate. NO. 181 Means a work week shall consist of fort (40) hours beginning ginning Monday and ending on Friday. Any hours worked over forty (40) in this payroll period shall be paid at the rate of time & one-half (135) . Saturday work will be paid at time 6 one-half (1225). Sunday and recognized holidays shall be paid at double (2) time even if the holiday falls on Saturday. Saturday can be a make-up day, if needed, at straight time pay (provided it is not a j holiday) . l N0. 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 i 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 (4-10's) ti 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) i shall be at the appropriate overtime rate. All work outside of the regular working hours as provided, Monday through Saturday, shall be paid at one 6 one-half (1%) times the employee's regular rate of pay. All work performed from 12:00 a.m. Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at double (2) the straight time hourly rate of pay. NO. 401 Means eight (8) 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 (135) times the regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of twelve (12) hours during the regular working day shall be paid at double (2) time the regular hourly rate. i AW30:6.oT ANNUAL WAGE ORDER NO. 3 PAGE 1 OF 3 PAGES 2 F ' r N0. 481 Means the regularly scheduled work week shall be five (5) consecutive days, Monday j 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 i ", one-half (1%) 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- half (i',S) unless time has been lost during the week, in which case Saturday will be n make up day 'to the extent of the lost time. On the Tuesday through Saturday schedule, all work performed on Mcnday will be time and one-half (1%) 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 thuy shall be paid time and one-half (1%) their regular rate of pay for all hours worked, in addition to their regular holiday pay. NO. 551 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 (1%) 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. NO. 571 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 one-half (1',5). All time worked in excess of ten (10) hours, Monday through Friday and eight (8) hours on Saturday and all time worked on Sunday and holidays shall be paid for at the double (2) time rate of pay. NO. 591 Means that except as herein provided, eight (8) hours a day (which may begin as early as 6:00 a.m.) shall constitute a standard work day, and forty (40) hours per week shall constitute a week's work. All time worked outside of the standard eight (8) hour work day and on Saturday shall be classified as overtime and paid the rate of time and one-half (I%) . All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double (2) time. The Employer has the option of working either five (5) eight hour days or four (4) ten hour days to constitute a normal forty (40) hour work week. When the four �i (4) ten-hour work week is in effect, the standard work day shall be consecutive ten (101 ' our periods between the hours of 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a weeks work, Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed ten (10) hours or forty (40) hours per week. When the five day (8) hour work week is in effect, forty (40) hours per week shall constitute a week's work, Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Saturday may, at the .J option of the Employer, be worked as a make-up day; straight time not to exceed eight (8) hours or forty (40) hours per week. NO. 601 Means a regular work day of eight (8) hours may start as early as 6:00 a.m. and end J as late as 5:30 p.m. The Employer shall have the option of working five B-hour days or four 10-hour days Monday through Friday. If an Employer elects to work five 8-hour days during any workweek, hours worked more than eight (8) per day or 40 per week shall be paid at time & one-half (155) the hourly rate Monday through Friday. If an Employer is prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather (rain or mud), Saturday or.any part thereof may be worked as a make-up day at the straight time rate. If an Employer elects to work four 10-hour days, between the hours 6:30 a.m. and 6:30 p.m. in any week, work performed more than ten (10) hours per day or forty (40) hours per week shall be paid at time & one-half (155) 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. 861 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 (155) the hourly rate plus an amount equal to one- half of the hourly pension, welfare, and JATF contributions. All work performed on Sundays and holidays shall be paid at double (2) the hourly rate plus an amount equal to the pension, welfare, and JATF contributions. Awxus.OT ANNUAL WAGE ORDER NO. 3 PAGE 2 OF 1 PAOES j j ' r j r y w I : I N0. 91s Means eight (8) hours shall constitute a day's work in a time frame beginning as early as 7:00 a.m, and onding as late as 5:30 p.m. The work week shall be forty (40) hours j beginning Monday as early as 7:00 a.m. and ending Friday at 5:30 p.m. Employees shall receive double (2) time for over eight (8) hours in a work day or for over forty (40) hours 4n a work week from Monday through Friday. Saturdays, Sundays and recognized holidays shall Je paid at the double (2) time rate of pay. N0. 94s Eight (9) hours shall constitute a regular work day that may being as early as 6:00 a.m. and and no later than 5:30 p.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half (I%) 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 compensates' 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 (I%) (except as herein provided) . All time worked on Sunday and recognized holidays shall be paid at the rare of double (2) time. Starting time may be as early as 6:00 a.m, and end as late as S: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. and 6:30 p.m. Forty (40) hours per week shall constitute a week's work Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make- up day; straight time not to exceed ten (10) hours or forty (40) hours per week. All work J over ten (30) hours in one day or forty (40) hours in a 4-10's work week shall be paid at the overtime rate of time and one-half (1',S) , When using a five (5) day eight (8) hour work week, and the job is down for any reason beyond the Employer's control, then Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed eight •(8) j Jhours or forty (40) hours per week. i NO. 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 on&y at 8:00 a.m. and end Friday 4:30 p.m. All time worked before and after established work day of eight (8) hours, Monday through Friday, shall be paid at time and one-half (1',6) . Saturday will be paid at time and one-half (1%). All time worked on Sundays and holidays shall be paid for at the rate of double (2) time. 1 NO. 110t Means eight (8) hours between the hours of 8:00 a.m, and 4:30 p.m. shall constitute a work day. The work week shall commence at 8:00 a.m. on Monday and shall end at 4:30 p.m. on Friday. All work performed on Saturday, except as 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 -i forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather (rain and mud), Saturday or any part thereof may be worked as a make-up day at the straight time rate. The Employer shall have the option of working five eight (8) hour days or four ten (10) hour days Monday through Friday. If an Employer elects to work five (5) eight (8) hour days during any work week, hours worked more than eight (8) per day or forty (40) hour per week shall be paid at time and one-half (1%) the hourly rate Monday through Friday. If an Employer elects to work four (4) ten (10) hour days in any week, work performed more than ten (10) hours per day or forty (40) hours per week shall be paid at time and one-half (1%) ' 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. Friday must be scheduled for at least eight (a) 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 (I%) overtime rate. 1 AW3016.OT ANNUAL WAGE ORDER NO. 3 PAGE)OF)PAGES i r i HOLIDAY RATE SCHEDULE- BUILDL\G CONSTRUCTION NO. it All work done on New Year's Day, Decoration Day, Fourth of July, Labor Day, ;Thanksgiving Day and Christmas Day shall be paid at the rate of double time. When one of the + :above holidays falls on Sunday, the following Monday shall be observed. NO,.: 21 All work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day, or the days observed as such, shall be paid at the double time rate of pay. ' NO. 31 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 Yay. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday, j j NO. 4t All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, J Thanksgiving and Christmas Day shall be paid at the double time rate of pay. If any of the _ above holidays fall on Sunday, Monday will be observed as the recognized holiday. If any of the above holidays fall on Saturday, Friday will be observed as the recognized holiday, y NO. 5t All work done on New Year's Day, Decoration Day, July 4th, Labor Day, Veteran's Day, a 3 Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. I a _ NO. 6s All work done on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day, and any additional holidays which may be mutually agreed upon shall be paid at the double time rate of pay. Whenever any such holiday falls _ on a Sunday, the following Monday shall be recognized and observed as the holiday, j NO. 7t All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's i Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. If a holiday falls on a Sunday, it shall be observed on the Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. r NO. 8: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's I Day, Thanksgiving Day, and Christmas, or days Observed as such, shall be paid at the double I time rate of pay. I NO. 9: All work done on New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day shall be paid for at the double time rate of pay. Any one of the abov _j listed holidays falling on Sunday shall be observed on the following Monday and paid at the double time rate of pay as all observed holidays. u� NO. 20s All work done on New Year's Day, Memorial Day, Independence Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving and Christmas Day shall be paid at the double (2) time rate of pay. Any holiday which occurs on a Sunday shall be observed the following Monday. No work shall be performed on LABOR DAY except to save life and property. 1 NO. ilt All work done on New Year's Day, Memorial Day, Christmas Day, Fourth of July, and j Thanksgiving Day shall be paid for at the rate of double time. Positively no work shall be performed on Labor Day. Martin Luther King's Birthday, Veteran's Day and the day after j Thanksgiving Day shall be considered optional holidays, and if the employer and employees agree that work will be performed on that day, no premium will be required. NO. 12: All work done on New Year's Day, Decoration Day, Independence Day, Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Should any _I of these days fall on Sunday, then the following day shall be observed as the holiday. Under no circumstances shall employees be permitted to work on Labor Day. NO. 13t 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). N0. 14s All work done on Memorial Day, Fourth of July, Thanksgiving Day, Christmas Day and New Year'a Day shall be paid at the rate of time and one-half (1 1/2) . No work shall be done on Labor Day. When a recognized holiday falls on Sunday, the following Monday is observed ao the holiday. -J -j waver wa ANNUAL WAGE ORDER NO. 3 PACE!OF S PAGES R I I ' i N0. 151 All work done on New Year's Day, Decoration Day, Independence Day, Thanksgiving Day and Christmas Day shall be paid for at the rate of double time. No work shall be performed on Labor Day. _ X110.' 161 There shall be seven (7) recognized holidays: New Year's Day, Memorial Day, i Independence Day, Labor Day, Armistice Day, Thanksgiving Day and Christmas Day. No work on 1 any pretense shall be performed on Christmas Day, Labor Day, or Independence Day. Any work performed on the other holidays shall be paid for at two (2) times the regular rate of pay. ' N0. 1711 All work done on the following holidays shall be paid at the double (2) time rate of pay:eebrated one eitheraits national holiday or on n the day after Thanksgiving,Day, Than}csgivi g to be Day _ and Christmas. R0. 181 All work done on New Year's Day, Memorial Day, July 4th, Labor Day, Veteran's Day, Thanksgiving Day, the Friday following Thanksgiving and Christmas Day shall be paid at the double time rate of pay. When one of the above holidays falls on Sunday, the following Monday shall be considered the holiday, and when one of the above holidays falls on Saturday, the preceding Friday shall be considered the holiday, and all work performed on said day(s) shall be paid at the double time rate. i H0. 191 All work done on New Year's Day, Memorial Day, July 4th, Labor Day, Thanksgiving Day, J and Christmas Day shall be paid at the double time rate of pay. The employee may take off Friday following Thanksgiving Day provided he or she has notified their supervisor on the Wednesday preceding Thanksgiving Day. j H0. 201 All work done on New Year's Day, Memorial Day, Independence Day, D , When a Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. paid holiday falls on Saturday, it shall be observed on Saturday. When a paid holiday falls on Sunday, it shall be observed on Monday. -� N0. 211 All work done on New Year's Day, Memorial 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 Saturday falls on a designated holiday, all hours worked shall be paid at the double time rate of pay. _ 1 � R0. 221 All work clone on New Year's Day, Memorial 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. H0. 231 All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's lDay, Thanksgiving Day, Christmas Day and Sundays shall be recognized holidays and shall be 1 paid at the double time rate of pay. When a holiday falls on Sunday, the following Monday shall be considered a holiday. N0. 24: 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. 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, 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 J following Monday. '"Such days shall be regular work days. If such a holiday occurs on Sunday it shall be observed on the following Monday. 1 N0. 271 All work done on the following holidays or days observed as such shall be paid at the double time rate of pay: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day. J 1 e�ar..o ANNUAL WAGE ORDER NO. 3 FACE 2 OF 3 FACES ...... ........_ _...._._... ___ _. . _..... _... . .,,... . t ' 1 N0. 20t All work done on New Year's Day , Armistice Day (Veteran's Day), Decoration Day �! (Memorial Day), Independence Day (Fourth of July), Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple (3) time is paid. When a holiday falls on Sunday, the following Monday shall be j observed as the holiday. NO. 29s All work done on New Year's Day, Armistice Day (Veteran's Day) Decoration Day (Memorial Day), Independence Day (Fourth of July), Thanksgiving Day, Christmas Day or day observed as such for these holidays shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple (3) time is paid. when a holiday falls 1 on Sunday, the following Monday shall be observed as the holiday. : 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. 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 Wbe observed as a holiday. When a holiday falls on Sunday, the following Monday shall be j observed as the holiday. N0. 311 All work done on New Year's Day, Washington'a Birthday, Memorial Day, Fourth of July, ! Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, and Employee's Birthday shall be paid at the double time rate of pay. If a holiday falls on Sunday, the following Monday will be observed as the recognized holiday. If a holiday falls on Saturday, the preceding Friday will be observed as the recognized holiday. NO. 321 A11 work done on New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, the Friday after Thanksgiving, and Christmas shall be paid at the double time rate of pay when one of the above holidays falls on Sunday, the following Monday shall be observed and when one of the above holidays falls on Saturday, the preceding Friday shall be observed. ,.. I NO. 33; All work done on New Year's Day, Memorial Day, Fourth of July, Thanksgiving Day and Christmas-Day shall be paid at the double time rate of pay. Labor Day shall be paid at the � triple (3) time rate of pay. If the holiday falls on Sunday, the following Monday will be observed; if the holiday falls on Saturday, the preceding Friday will be observed. N0. 34t 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 I falling on Sunday, will be observed on the following Monday and be paid accordingly. When I .� one of the above holidays falls on Tuesday, the preceding Monday will be observed as a non- working holiday. When a holiday falls on Thursday, such as Thanksgiving, the following Friday will be observed as a non-working holiday. NO. 3Ss All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, J Thanksgiving Day and Christmas Day shall be paid at the time and one-half (1 1/2) times rate J of pay. If a holiday falls on a Sunday, it shall be observed on the following Monday. i NO. 361 All work done on Labor Day shall be paid at the double time rate of pay. NO. 371 All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, 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. NO. 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 Should fall on a.Sunday, the following Monday will be paid at the rate of double (2) time. NO. 391 No work shall be done on the following holidays: New Year'a 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 J Saturday, the preceding Friday shall be a holiday. 0. 40s All work done on a legal holiday shall be paid at the double time rate of pay. J � , esaeby e„3 ANNUAL WAGE ORDER NO. 3 PAGE 3 OF 3 PAGES 110. 41s All work don. 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 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. NO. 42s 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 tDay. em wort, . '.under any pretense shall be performed on the Fourth of July, Labor Day or Chrismas Day. Any 1 work performed on the above holidays shall be paid for at two (2) times the regular straight j - time rate of pay. N0. 431 All work done on New Year's Day, Memorial Day, Independence Day, Labor Day,•Veteran,a 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. 44s 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. 45s All work done on New Year's Day, Decoration Day, Independence Day, Labor Day, _ Veteran's Day, Thanksgiving Day, and Christmas Day or days to be celebrated as such shall be paid at the double time rate of pay. If a holiday falls on Sunday, it can be observed on the 'following Monday. If a holiday falls on Saturday, the employer shall designate whether such holiday shall be observed on Friday or Monday. jNO. 46s All work done on New Year's Day, Memorial Day, Fourth of Jul Thanks Christmas Da shall be Y. giving Day, and y paid at the two and one half (2 1/2)•times rate of pay. NO WORK SHALL 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. I -- NO. 47s The following holidays are recognized: New Year's Day, Memorial Day, Fourth of July, i 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 referred to above shall be paid for at straight time when not worked and at double time plus holiday pay when worked. i NO. 481 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 i V Saturday, the preceding Friday shall be observed as the holiday. NO. 491 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'a 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 J 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 & one-half (1%) their regular J� rate of pay for all hours worked. I e4*4*3 ANNUAL WAGE ORDER NO. 3 PACE 4 OF!PAGES O I —� No. 501 All work done on New Year's Day, Good Friday, Decoration Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day shall be paid at the double (2) time rate of pay. I! any Holiday falls on Sunday, the following Monday shall be ::ecognized as the legal holiday. N0. 51: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran'e -� Day, Thanksgiving Day and Christmas Day, or days observed as such, shall be paid at the double time rate of pay. In the event one of the above holidays falls on Saturday, the holiday shall be celebrated on that day. If the holiday falls on Sunday, the holiday will be celebrated on Monday following. ; No. 52: There are four (4) paid holidays and they are: Labor Day, Christmas Day, Memorial Day, and Independence Day. For these four (4) days, all regular employees shall be paid for eight (B) hours of pay computed at the regular straight time hourly rate, although no work I is performed. Employees shall receive the double (2) time rate of pay for any work performed on these recognized holidays. N0. 531 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) time rate of pay. No work shall be performed on Labor Day except when triple (3) time is paid. When s 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. y N0. 54e 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) pay. When a holiday falls on Saturday, it shall be observed on Saturday. When time rate r j a holiday falls on Sunday, it shall be observed on Monday. No. 5Se All work done on New Year's Day, Independence Day, Labor Day, Memorial Day, i Thanksgiving Day, Day after Thanksgiving Day, Christmas Day and Two Floating Holidays (to be designated by the Company) shall be compensated at time and one-half (11A) the regular rate of pay. Should any of the above days fall on Sunday, the following Monday shall be considered and observed as the holiday. Should any of the above days fall on Saturday, the `1preceding Friday shall be considered and observed as the holiday. JNO. 56: All work done on New Year's Day, Decoration Day, Independence Day, Labor Day, November it (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. When an observed holiday falls on Sunday, the following Monday shall be observed as the holiday. No work shall be performed on Labor Day except in cases of emergency, but when work is performed on this holiday, the employee shall be compensated at the triple (3) time rate of pay. J N0. 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 J Monday shall be observed. N0. 58: All 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 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. � ANNUAL WAGE ORDER N0. 3 PAGE!OF PACES f r ° I leavy Construction Rates for COLE County REPLACEMENT PAGE Section 026 ective •Sasic er- -- t CRAFTS Date of Hourly Time Holiday Fringe Benefit Pa ments Increase Rates Rates Rates H A W Pen. Vac. r.Tr Other .,APENTERS - Journe men 5/96 $20.28 7 5 2.05 2.10 0.05 NiTwrlhts 5/96 $20.28 7 5 2.05 2.10 0.05 pile Driver Worker 5/96 $20.28 7 5 2.05 2.10 -0.05 OPERATING ENGINEERS - group I 5/96 $18.30 5 5 3.65 3.65 0.42 ANN.55 Group II (-- -_ 5/96 -$17.95 5 5 3.65 3.65 0.42 ANN.55 Grou III _5/96 $17.75 5 5 3.65 3.65 0.42 ANN.55 Group IV b%96 _ $15.00 _ 5 5 3.65 3.65 _0.42 ANN.55 Oiler Driver 5/96 $15.00 5 5 - 3.65 3.65 0.42 ANN.55 LABORERS -General Laborers ; - -�---• 5/96 - 2i0! -- --- i-.- --------- ----,---$17.301 2.30 . - i Skilled Laborers 5/96 T-------- -'----- -___ - - -- - $17.90 2 2.30 _2.10 1 ,TRUCK DRIVERS TEAMSTERS f --'--°-- -�-- ;Group I -----�-------�-•---$17.791..?-...L 4 $17.95; 2 14---..2.401 2.001 i ---' --17 - 2 _.--�.__.-•---- -••--- I _V1. --"---�-$ -.94! I I 2.40• 2.00 I-------t•-- 1 --- 4 :... ... - l_.._...1_2_001._._.... - ._:.....__ t ! J7. ANNUAL INCREMENTAL INCREASE ANNUAL WAGE ORDER NO.3 7/96 �. i 't u4 f jQVERTIME RATE SCHEDULE HEAVY CONSTRUCTION x '-N0. is Means eight (8) hours shall constitute a normal day's'work Monday through Friday. Projects may be worked on the basis of a ten (10) hour per day,' four (4) days a week schedule (Monday through Thursday). All hours worked over ten (10) hours per day or forty hours per week shall be paid at time & one•ha3f (135) - 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), 7 there is a provision called 150 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 "50 hour window for forty (40) hours" provision. The Employer can work the carpenter employees up to ten (30) hours per day at straight time, until the employee reaches forty (40) hours in that week. Any time worked over the daily, make-up schedule (9 or 10 hours per day) and forty (40) hours per week, would be paid at time & one half MD. The ability of the Employer to alter their work schedule from the regular eight 8) hours per day to nine (9) or ten (10) hours per day at straight time , is only applicable after the Employer on that job site has lost work hours which are to be made up by the expanded daily work hours. Time & one-half (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 (1%). NO. 2: Means a regular work week of forty (40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8) or ten (10) hours. If a crew is prevented form working forty (40) hours Monday through Friday, or any part thereof, by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day i at the straight time rate to complete forty (40) hours of work in a week. Employees who — are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. Time & one-half (135) shall be paid for all hours in excess of eight(8) hours per day (if workin - \ 5.8's) or ten (IV--hours per day lif working 4-10's),or forty (40) hours per week, Monday g 1 through Friday. For all time worked on Saturday (unless Saturday or any portion of said day is worked as make-up to complete forty hours), time and one-half (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 during the work week, then all work performed over and above thirty-two (32) hours shall be paid at time and one-half (135). NO. 4: Means a regular work week shall consist of not more than forty (40) hours of work, i 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 (1%). Workmen shall receive time and one-half (135) for all work performed on Sundays. _ NO. 5s Means a regular work week may be Monday through Thursday (if working 4-10'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 4-10's) and on Friday a Saturday- unless Friday and/or Saturday is used as a make-up day. Time & one-half (135) is paid when 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. 6s Means eight (8) hours shall constitute the regular work day and forty (40) hours a J 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 shall be paid for work performed on Sunday and holidays. At the discretion of the J _ Employer, Saturday can be used for a makeup day. i –� ANNUAL WAGE ORDER N0. 3 jjb1bck/camsotl ice/wiaword/wpSlcoav/all file 8/hvyot.swl 3/96 ...._..._..... l ) QVERTZME RATE SCHEDULE HEAVY CONSTRUCTION • ' I NO. 7: 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 (1U) hours per day: i All work over ten (10) hours in a day or forty (40) hours in a-week shall be at the ..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. NO. 8: Means eight (8) hours shall constitute a regular workday, Monday through Friday. Time and one-half (1)S) shall be paid for work performed in excess of .eight (a) hours on any regular workday. An Employer may have the option to schedule his workweek from Monday . � through Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (30) 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. NO. 9: Means eight (8) hours shall constitute a normal day's work Monday through Friday. Any time worked over eight (8) hours per day or forty (40) hours per week will be paid at time and one-half(135) rate. work may be scheduled on a four (4) days a week (Monday through Thursday) at ten (10) hours a day schedule. If such schedule is employed, then Friday may be used as a make-up day when time is lost due to inclement weather. All work over ten (10) hours a day or over forty (40) hours a week must be paid at time and one- half (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 MD. Double (2) time shall be paid for all time worked on Sundays and recognized holidays. In such instances where a recognized holiday is observed r during the work week, it shall be counted as eight (8) hours toward a forty (40) hour work week, then all work performed over and above thirty-two (32) hours in that week would be paid at the rate of time a one-half (135). I I No 10: Means a regular work week may be Monday through Friday (if working 5.81s) or Monday through Thursday (if working 4.101s). Time and one-half (135) is paid when working in excess of ten (10) hours per day (if working 4-101s) Monday through Thursday. I£ 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 J be paid at double (2) the hourly rate. N0. 11: Means eight (8) hours shall be a regular work day beginning as early as 7:00 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 recognized holidays. 1 J I' I' ANNUAL WAGE ORDER NO. 3 libtbck/ctmeoi[ice/winwcrd/wpSlcoav/alliiles/hvyot.aw) 3/96 t I'. . f as HOLIDAY RATE SCHEDULE-HEAVY CONSTRUCTION l No. 1: All work performed on New Year's Day, Decoration Day, Fourth of July, Labor Day, i Veteran's Day,'Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. •, When any of these bolidays fall on Sunday,the Monday fallowing shall be observed as such holiday. No.2: All work performed on New Year's Day,Decoration Day(Memorial Day),Independence Day (Fourth of July),Labor Day,Thanksgiving Day,Christmas Day,or days observed as such,shall be paid at the rate of time and one-half(1'/x). When a holiday falls on Saturday, Friday shall be observed. ! When a holiday falls on Sunday,Monday shall be observed. No work shall be perfomxd on Labor Day except to save life or property. Where one of the holidays specified falls or is observed during the work week,then all work performed over and above thirty-two(32)hours in that week shall be paid at the rate of time and one-half(11/2). No. 3: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Christmas Day,or days observed as such, shall be paid at the rate of time&one- half(1%). When a holiday falls on Sunday,it shall be observed on the following Monday. No. 4: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Christmas Day, or days observed as such, shall be paid at the double time rate of pay. When a holiday falls on a Sunday,Monday shall be observed. 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 J at the rate of double t(2)time. When a holiday falls on a Saturday,Friday shall be observed. When a holiday falls on a Sunday,Monday shall be observed. No work shall be performed on Labor except to .. .:, save life or property. where one of the holidays specified falls or is observed during the work week, then all work performed over and above thirty-two(32)hours in that week shall be paid at the rate of time and one-half(1 Y2). No.6: All work done on New Year's Day,Decoration Day,Fourth of July,Labor Day,Veteran's Day, Thanksgiving and Christmas shall be compensated at the double(2)time rate of pay. When a holiday occurs on Saturday,it shall not be observed on either the previous Friday or the following Monday. Such days shall be a regular workday. If such a boliday occurs on Sunday,it shall be observed on the following Monday. No work shall be performed on Labor Day. J NO.7:All work done on New Year's Day,Memorial Day,Thanksgiving Day and Veteran's Day shall °i be paid at the double time rate of pay. No work shall be done on Christmas Day, Fourth of July or J Labor Day. When any of the above holidays fall on Sunday,the following Monday shall be observed as such boGday. If a boliday falls on Saturday,it shall not be considered to be observed on the previous Friday or following Monday. Such days shall be regular workdays. f ANNUAL WAGE ORDER NO.3 3/96 a REPLACEMEh?PAGE OUTSIDE ELECTRICIANS •,,� COMMERCUL WORK These rates are to be used in the foUowing counties: ;.. . ! Adair,Audrain, Boone, Callaway,Catnden.Carter, Chariton, Clark, Cole, Cooper, Crawfo j Franklin, Gasconade, Howard Howell, Iro n.Jefferson, Kn rd, Dent, ox,Lewis, Lincoln, Linn,Macon, Marks, Marion, Miller, Monitcau, Monroe, Montgomery, Morgan, Oregon, Osage, P _ Pulaski.Putnam,Ralls,Randolph.R g g outs Phelps. Poe, County,Ste.Genevieve,Schuyler,Scotland,Shannon.ShcibyeSuUivan,Texas,SWarren, Cam•St.Louis and Washington Classifications Rate Effective I � I Date of Increase "Journeyman Lineman 523.02 9/96 I 'Lineman Operator $20.61 9/96 t 'Grouodman $16.32 9/96 f Frinee Benefits Health&Welfare -S2.00 Vacation Holiday Trust- 13V;% i National Electricians Annuity Plan-22% Apprenticeship&Training-3:4 of F, National Elcc.Bcn.Fund-31.'•o i UTILITY WORK I Classifications t y ! Rate Effective Date of f Increase I J t i !I 'Journeyman Lineman $22.61 I 'Lineman Operator 9/96 •Groundman 519.51 9/96 $15.10 9/96 Frine_ c Bcnefitc Hcahh&Wei" fare -$2.00 Vacation Holiday Trust- 10y,% j National Electricians Annuity Plan-19% Apprenticeship&Training-3/4 of I% National Elec.Bea.Fund-3% "ANNUAL INCREMENTAL INCREASE OUTSTLU.n:1 ANNUAL WAGE ORDER NO.3 9/96 H4 i t i i Z 2 r t Y I t tt Ii •• i REPLACEMENT PAGE OUTSIDE ELECTRICIANS, COMMERCIAL WORK - t OVERIT E RATE: 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(5)days,Monday through Friday inclusive',sball constitute the work week. Work performed in the 9th and 10th hour,Monday through Friday;shall be paid at time and one-half(I%)the regular straight time rate of pay. Work performed outside these hours and on Saturdays,Sundays and legal holidays shall be paid for at the rate of double(2)time. r HOLIDAY RATE: Alt work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day,Veteran's Day,Thanksgiving Day,Christmas Day,or days celebrated as such, shall be paid at the double time rate of pay. When one of the foregoing holidays falls on Sunday,it sball be celebrated on the following Monday. to i 4 it ' � t j t ' r ,r l J K t Yh l/ .SY j t t oursnRPAw3 ANNUAL WAGE ORDER NO.3 5/96 to t Y t n f r . ✓�=r ht � ?, `' r i '.:1 , elf ;{�!„;'a�'�4� }� 1 �p 1S+'�t t (. ."'•' ...., -. ..�. - �1 _a........WnsN�ist'� � t i1 i t r�� n �� 4 rr F ` . . �.t. iii . Y t F:s n Mlr �r v.� r.,. x?irk{..+ r '� •, r S t i PI �r•I + 4 t t, Ell I 1 11 +0 1 � I i - AEEIDAYMQF_C0MPLIANCE-P-U B.LI..C-WQRKS-D4NTRACTS_LAW r 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 J 2. That _ was awarded a public works ql contract for Project No. 32038, E. McCarty St. Improvements Lafayette St.to Clark Ave. I 3. That I have read and am familiar with Section 290.290 RSMo (1993 Supp.) an act relating to public works contracts, which impose certain Jrequirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. That has fully complied with the provisions and requirements of Section 290.290 RSMo(1993 Supp.) FURTHER AFFIANT SAYETH NAUGHT. ' AFFIANT Subscribed and sworn to before me this day of , 19 : z NOTARY PUBLIC My Commission Expires: J STATE OF MISSOURI ) )SS p I ", ).. COUNTY OF ) C:IWPDOCSIPROJECTeaat mccarty.doc May 28,1997 SM01-1 lea m -MW milli t. t 1 t iaf.Y.lriS:k.'•{.ki/:i:N.f+S7Sl"o+k0Yi.1.r,SC�'p SiEai4 a.vW't.y w ,.✓Si.Mrw.vwa.✓N.n.r..iarv..w a.. ........ .« -......a. .., _ .,-. _ ...... ` . 1 t' i 1. i i EXCESSL�CE UNEbeLO]CMENLEXCEPTLON_CERTIFUCATLON of lawful age, I, the undersigned, first being duly sworn, state to the best of my information and belief as follows: by 1 1, That I am employed as 2. That was awarded a public i works contract for Project No. 32038, E.McCarty St. Improvements — -Lafayette St.to Clark Ave. 3. That I have read and am familiar with Section 290.290 RSMo (1993 works contracts an act relating to public wor , which impose certain -' Supp.) p requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 1 I 4. Although there is a period of excessive unemployment in the State of J Missouri,which requires the employment of only Missouri laborers and laborers from non-restrictive states on public works projects or improvements, an exception applies as to the hiring of since no Missouri laborers or laborers from non-restrictive states are available or capable \ of performing FURTHER AFFIANT SAYETH NAUGHT. AFFIANT Subscribed and sworn to before me this day of I. NOTARY PUBLIC My Commission Expires: APPROVED BY: DIRECTOR OF PUBLIC WORKS,CITY OF JEFFERSON,MO , t ..�• �.,, t{ t May 28,1097 7 ; C:\WPDOCS\PROJECT\easl mccarty.doc t t f 41 r 1 Iry Y r 1 t1' I 4 I CONSTRUCTION—CONTRACT i • I -- THIS CONTRACT, made and entered into this_((,y day of 1 997, by and between Twehous Excavating Co., Inc. hereinafter called "Contractor", and the City of Jefferson, Missouri, a municipal corporation, hereinafter called"City". WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies " j and for constructing the following City improvements: • ,t Project No. 32038, E. McCarty St. Improvements -Lafayette St.to Clark Ave. NOW THEREFORE,the parties to this contract agree to the following: 1. Manner-and-time-for-Completion. The Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform,and to perform,said work at Contractor's own expense in accordance with the —� contract documents and any applicable City ordinances and state and federal laws, within 120 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. j I 2. L'reyailing-Wage% All labor utilized in the construction of the aforementioned improvements shall be paid a wage of no less than the"prevailing hourly rate of wages" — for work of a similar character in this locality, as established by Department of Labor J 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, Section 026, Cole County as issued on April 8, 1996 and last modified in December 1996 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 with the work to be performed under the terms of this contract. A copy of the record shall be delivered to the Director of Public Works each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the J City Ten Dollars($10.00)for each workman employed,for each calendar day or portion -.; thereof that the workman Is paid less than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. CAMDOCSTROJECT\east mccarty.doc June 11,1997 t, u.t., ... .._ I { i i "! 3. Insurance. Contractor shall procure and maintain at its own expense during the •;� life of this contract: (a) Wcrkmen!s_Comp-ensatior Jnsurance for all of its employees to be j engaged in work under this contract. (b) Contractor._s-Public-Liab.ility_Insur-ance in an amount not less than $1,000,000 for all claims arising out of a single occurrence and $100,000 for any one person in a single accident or occurrence, except for those claims governed by the i provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo., and Contractor's Property Damage Insurance in an amount not less than$1,000,000 for all ' claims arising out of a single accident or occurrence and$100,000 for any one person r In a single accident or occurrence. (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) O-wnees_P-rotective_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 j $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) Subcontracts-In case any or all of this work is sublet,the Contractor shall j require the Subcontractor to procure and maintain all insurance required in Subparagraphs(a),(b), and (c) hereof and in like amounts. (f) Slop-a_oUnsurance_and_Sp-eciaLNazard. The insurance required under Sub-paragraphs(b)and(c)hereof shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract,whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may 1 be encountered in the performance of this contract. i CAMDOCSTROJECTIeast mccarty.doc June 11,1997 , c p - RUE. Paragraph(f)is construed to require the procurement of Contractor's protective insurance(or contingent public liability and contingent property damage policies)by a general contractor whose subcontractor has employees working on the project, unless _.) the general public liability and property damage policy(or rider attached thereto)of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. 4. C-oretractor's-Responsibility_.for-Subcontractors. It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work,to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. I �1 5. LiquidatedDamage% The Director of Public Works may deduct$1000 from any amount otherwise due under this contract for every calendar day the Contractor falls or refuses to prosecute the work,or any separable part thereof,with such diligence l . as will insure the completion by the time above specified,or any extension thereof, or j fails to complete the work by such time,as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without 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 I least five(5)days prior written notice to the Contractor,without prejudice to any other rights or remedies of the City should the Contractor be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a -; receiver should be appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled _ workmen or proper material, or if Contractor should refuse or fail to make prompt 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 i provisions of the contract. i 7. Cigt'.sRightto-P—m e-d. 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 ti CAMDOCSTROJEMeast mccarty.doc June 11,1997 r' � 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 i6 completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract,city -1 ordinances,and state and federal laws. 8. 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 l _ or damages received or sustained by any person or persons, or their property, by i Contractor, its servants, agents or subcontractors in the construction of said work, or by any negligence or carelessness in the performance of the same, or on account of any act or omission of Contractor,its servants,agents,or subcontractors,or arising out J of the award of this contract to Contractor. -� 9. Payment_fox-Labotand_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 and invoices of all such purchases which shall be submitted to the City. 11. i?ayment. The City hereby agrees to pay the Contractor for the work done I pursuant to this contract according to the payment schedule set forth in the Contract t< j 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 June 11, 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 i J hereunder. The total amount of this contract shall not exceed One million eighteen -, thousand six hundred eighty-four and 74/100 Dollars(1,018,684.74). 12. Contract Documents.. The contract documents shall consist of the following: a. This Contract f. General Provisions b. Addenda g. Special Provisions c. Information for Bidders h. Technical Specifications d. Notice to Bidders I. Drawings and/or sketches e. Signed Copy of Bid CAMDOCSIPROJEMeast mccarty.doc June 11,1997 1 � ..... R • "'.fie 1 { I This contract and the other documents enumerated in this paragraph,form the Contract between the parties. These documents are as fully apart 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 �1 ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall Include a similar provision in all subcontracts let or awarded hereunder. 14. Notices. All notices required to be in writing may be given by first class mail I addressed to the Director of Public Works, City of Jefferson, 320 East McCarty, Jefferson City,Missouri 65101,and Contractor at 8514 Liberty Road,Jefferson City, MO 65101. The date of delivery of any notice shall be the second full day after the day of its mailing. -� 15. durisdiction. This agreement and every question arising hereunder shall be �J interpreted according to the laws and statutes of the State of Missouri. i --�� 16. IN TESTIMONY WHEREOF,the parties have hereunto set their hands and seals .,i this ►u day of :TiANe , 19g1 CITY OF JEFFERSON, MISSOURI Mayor APPROVED AS FORM: ATTEST: � t ity Counselor City Clerk CONTRACTOR:T"wt6Ls. 6«va4:.wa Q1.17,11 C. A T Title.SQeIe-I X,ne n r i' I-,eflezct�'!z .. CAMDOMPROJECReast mccarty.doc June 11,1997 rill d: Y fond 011133262607 7 P_.EREORMANCE,—PAYMEMT—AND GUARAN_T_EE—BOND a i !� KNOW ALL MEN BY THESE PRESENTS,that we, the undersigned Twehous Excavating Company, Inc., 320 East McCarty Street, Jefferson City, MO 65101 hereinafter, referred to as "Contractor'and The American Insurance Company 727 Craig Road, Crove Coeur, MO 63141 a Corporation organized under the laws of the State of Nebraska and authorized to transact business in the State of Missouri as Surety, are held and firmly bound unto the i City of Jefferson, Missouri hereinafter referred to as"Owner' j One Million Eighteen Thousand Six Hundred inthepenalsumof Eighty-Four Dollars and no cents DOLLARS 1,018,684.00 i ($ ), 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 j presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; WHEREAS,the above bounded Contractor has on the 16 th day of June I 19 97 , entered into a written contract with the aforesaid Owner for furnishing all materials, equipment, tools, superintendence, labor, and other facilities and accessories,for the construction of certain improvements as designated, defined and described in the said Contract and the Conditions thereof,and in accordance with the J specifications and plans therefore;a copy of said Contract being attached hereto and made a part hereof: NOW THEREFORE, if the said Contractor shall and will,in all particulars,well,duly and faithfully observe, perform and abide by each and every covenant, condition, and part of the said Contract, and the Conditions,Specifications, Plans, Prevailing Wage Law and other Contract Documents thereto attached or, by reference, made a part thereof, I according to the true intent and meaning in each case, and if said contractor shall Jreplace 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. � CAWPDOCS\PROJECTIeast mccariy.doc May 28,1997 J !{._ •_ -,�.. : s..s ..,,,,,,.w.,.. .. ......,.<..ti,.,.... .. ,r �..> ... .,-,,,..H..,....,•.,.,, . :;i.:•' t � ;" xrr AIV s 4« e '• r 'Y 9V4 t 2w'.gl,t .j$1'x )f t 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 Ilab(lity, and otherwise,or any other supplies or materials used or consumed by such Contractor or his,their,or ' r its subcontractors in performance of the work contracted to be done,the Surety will pay the same In any amount not exceeding the amount of this Obligation,together with Interest as provided by law: PROVIDED FURTHER,that the said Surety,for value received,hereby stipulates and , agrees that no change, extension of time, alteration, or addition to the terms of the contract,or the work to be performed thereunder, or the specifications accompanying j 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 I 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 attomey-in-fact duly authorized thereunto so to do, at Jefferson City, Missouri on this the 16th day of Jane , 19__27 The American Insurance Company Twehous Excavating g.ompanv. Inc_,. SURETY COMPANY CONTRACTOR BY (SEAL) B P �,L) SEAL) BY (SEAL) Atto ey-in-fact (State Representative) Kris L. Sennett (Accompary this bond with Attomey-in-fact's authority from the Surety Company certified to include the date of the bond.) ' cAwPD0CS\PR0JECTeWt mccarty.doc May 29,1997 I • y I s f State of- Missour County of Cole er. June 16, 1997 before me,a Notary Public In and for sold County and Slate,residing I therein,duly commissioned and sworn, personally appeared Kris L. Bennett E t: known to ms to be AllorneyIn•Fad of The American IRSUr&RCe Company the corporation described In and that executed the within and foregoing Instrument,and known to me to be the person who executed the said Instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF,I have hereunto set my}rand and affixed my official Beal, th ay d year dated In t s certificate above. J My Commission Expires October 18, 1998 ��✓ u Notary Public 360212-1-66 JANET M.WARREN NOTARY PUBLIC, STATE OF MISSOURI I J COUNTY OF OSAOE My Commission Expires Oct.18,1998 F. r � 7 4 t J 1 , ;r it j J t, i t ! 5 J f � r t t } tt t,n 1{ a 1 ati,rppp t,rg tS�� �S r tt v[` ➢ } t tts t t4., t7 c t "!•'^R+w+WTVA1.Fhf/I.SiYOaPNKSJ,tHIVf{4MC?RwtY1 MK/,R•�+i'ASaYICVnY�i,HavR+M1l..,LJI't3u�vfi+nwKVf+eft.nau'.isnwwaWUM.W.,xanriw.yq �`..}; I r �rri;r $�C l� ..� • 'f+isi.+�et>.trpuvx',nvuz%�'ia.W►bvsx+swurytu*A�.WxAtAipp � Rt:.} r ' t''r tlkf r�t63 �itl a.u4d'. it r �a nt, i j. Ny y 1lxr. } ,. {fir 'p .. - ., �. :, s r (ri •,�.. { !t + ty5.ti; d . NO t li`ri kl sl v r t t i zr r.•�.• i3t rt..' y i jP } • f. GENERAL POWEROF ATTORNEY THE AMERICAN INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY,a Corporation incorporated under the laws of the State of ew Jersey on February 20,1846,and redomesticated to the State of Nebraska on June 1,1990,and having its principal office in the City of Omaha,State of +' braska,has made,constituted and appointed,and does by these presents make,constitute and appoint JAMES J. LANDWEHR, KRIS L. ENNETT and CARL E. REYNOLDS, jointly or severally JEFFERSON CITY, MO i Its tmc and lawful Attomey(s)•In-Fact,with full power and authority hereby conferred In its name,place and stead,to execute,seal,acknowledge and deliver any -t and all bonds,undertaking,recog"izances or other written obligations in the nature thereof_______ and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the i Corporation and duly attested by Its Secretary,hereby ratifying and confirming all that the said Attorney(,)-in-Fact may do In the premises. This power of attorney is granted pursuant to Article VII,Sections 45 and 46 of By-laws of THE AMERICAN INSURANCE COMPANY now in full force and effect. "Article VII.Appointment and Authority or Resident Secretaries,Attorneys-In-Fact and Agents to accept Legal Process aad hfake Appearances. I Section 45.Appointment.The Chairman of the Board of Directors,the President,any Vice-President or any other person authorized by the Board of Directors,the Chairman of the Board of Directors,the President or any Vlcc-President may,from time to time,appoint Resident Assistant Secretaries and Attorneys-In-Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 46.Authority.The authority of such Resident Assistant Secretaries,Attorneys-In-Fact and Agents shall he as prescribed in the instrument evidencing their appointment.Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment." �I This power of attorney is signed and sealed under and by the authority of the Collowing Resolution adopted by the Board of Directors of THE AMERICAN f INSURANCE COMPANY at a meeting duly called and held on the 3l st day of July,1984,and said Resolution has not been amended or repealed: "RESOLVED,that the signature of any Vice-President,Assistant Secretary,and Resident Assistant Secretary of this Corporation,and the seal of this Corporation maybe affixed or printed on any power of attorney,on any revocation of an and any power of attorney,any revocation of any power of attorney,or certificate bearings such facsimile signature or facsimile seal shat thereto,he valid and binding J upon the Corporation!' IN WITNESS WHEREOF,THE AMERICAN INSURANCE COMPANY has caused these presents to besigncd by its Vice-President,and its corporate seal to W D hereuntoaffixedthis 13th day of December 19 91 ' THE AMERICAN INSURANCE COMPANY ��wcr co�'�`• Bey l i••-k_ - �f �^^ Vice-Praident tl STATE OF CALIFORNIA COUNTY OF MARIN J ss. Onthls 13th dayaf December 1921_,before me personally came R- D P^rncnnrrh tome known,who,being by me duly sworn,did depose and say:that he is Vice-President of THE AMERICAN INSURANCE COMPANY,the Corporation described in and which executed the above instrument;that Ise knows the seal of said Corporation;that the seal affixed to the said instrument is such corporate seal;that It was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal,the day and year herein first above written. ff ,e I A KRIEGER r ... -, ,t'•."¢"':r� Naay:•*,,:r —C�1��^rn!n is . I `,4`h„r► � 1,1AAIN r• wJUp,•!' otary 611c My Comm.:xp :'N% ZG.f Uf �a v,•r-ry �•�Q y 4� CERTIFICATE i STATE OF CALIFORNIA 1 J COUNTYOFMARIN 1 �' i c, I,the undersigned,Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY,a NEBRASKA Corporation,DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked;and furthermore that Article VII,Sections 45 and 46 of the By-laws of the Corporation,and the Resolution of the Board of Directors;set forth in the Power of Attorney,are now in force. ^-Signed and sealed at the County of Marin.Dated the 16th day of June 97 . � � ,•,�c�°'- Reddrnl Aadrtant Sccrgary 36071?•T,\•6-411[REV) .s • c .. mom u .` , l r'. MSSSOLJR= SLT1q-ETY BOND SNFc)xzu�T=ON _a I The agent ececuting this bond is a professional Independent Insurance Agent. If The have questions regarding this bond, you may contact that agent. Any correspondence sho 727 also ig Road ed to the local FIREMAN'S FUND office at: Greve Coeur, MO 63141 Surety Dept. -- if you have not received a response from the agent or the local office, you may contact our home office at the followin address and telephone number: g FIREMAN'S FUND INSURANCE COMPANY THE AMERICAN INSURANCE COMPANY J ASSOCIATED INDEMNI'T'Y CORPORATION AMERICAN AUTOMOBILE INSURANCE COMPANY SURETY OPERATIONS } fa 777 San Marin Drive Novata, CA 94998 Telephone 415 899 2000 ------------------------------------------------------------------- NA'T'IONAL SURE'T'Y CORPORATION 200 West Monroe Street Chicago, IL 60606 Telephone 312 580 6000 I I f t +�' F ,' +y4i2r17.dM1 hn,gKe.:,ax+'y."u _ __ ....... _... ........ ...... K.H-.. ,.. p + 1 ,yanr.c t a 111 � t, �� t t x S t , t.. I GENE RAL,-P_BOVISLONS EOBreRO The following Articles GP-1 through GP-49 are"General Provisions of the Contract",modified as set forth in the Special Provisions. _.1 GP-11 C-O TRACT QOGUMERRIS It is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders, General Provisions, Special Provisions, Bid, Contract, Performance and One Year Guarantee Bond, Specifications, other documents listed in the Table of Contents and bound in this Volume. Plans, all Addenda thereto issued prior to the time of opening bids for the work, all of which are hereto attached, and other drawings, specifications,and engineering data which may be furnished by the Contractor and approved by the Owner,together with such additional drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the intent of the specifications and drawings,are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary,and what is called for by any one shall be as binding as if called for by all. The intention of the Documents is to include the furnishing of all materials, labor, tools, equipment and supplies necessary for constructing complete and ready to use the work specified. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. The Contract shall be executed in the State and County where the Owner is located. Three(3) copies of the contract documents shall be prepared by the Contractor,each containing an exact -1 copy of the Contractor's bid as submitted,the Performance Bond properly executed,a Statutory J Bond where required, and the contract agreement signed by both parties thereto. The . executed contract documents shall be filed as follows: J One(1)with the City Clerk of the City of Jefferson One(1)with the Jefferson City Director of Public Works One(1)with the Contractor GP-2 DEFINITIONS Wherever any work or expression defined In this article,or pronoun used in its stead,occurs in these contract documents, it shall have and is mutually understood to have the meaning herein given: C:1wPDOCSIPROJEC'Tleast mccarry.doc May 2t3,1897 Fq 't ..... l .' '.'. Y i .i I, "Contract"or"Contract Documents"shall include all of the documents enumerated in ,l the previous article. :f 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. 3. "Contractor"or the words"Party of the Second Part"shall mean the party entering into contract for the performance of the work covered by this contract and his duly .J authorized agents or legal representatives. 4. Subcontractors' shall mean and refer to a corporation,partnership,or individual having a direct contract with the Contractor,for performing work at the job site. 5. "Engineer"shall mean the authorized representative of the Director of Public Works, (i.e.,the Engineering Supervisor). 6. ,I Construction Representative'shall mean the engineering or technical assistant duly authorized by the Engineer limited to the particular duties entrusted to him or them as subsequently set forth herein. 7. "Date of Award of Contract" or words equivalent thereto, shall mean the date upon which the successful bidder's proposal is accepted by the City. 8. "Day"or"days",unless herein otherwise expressly defined,shall mean a calendar day or days of twenty-four hours each. 9. "The work"shall mean the work to be done and the equipment, supplies and materials to be furnished under this contract, unless some other meaning is indicated by the context. J10. "Plans" or "drawings" shall mean and include all drawings which may have been prepared by the Engineer as a basis for proposals, all drawings submitted by the successful bidder with his proposal and by the Contractor to the City, if and when approved by the Engineer, and all drawings submitted by the City to the Contractor during the progress of the work,as provided for herein. 11. Whenever in these contract documents the words "as directed", "as required", "as permitted", "as allowed", or words or phrases of like Import are used, it shall be —� understood that the direction, requirement, permission, or allowance of the City and J Engineer is intended. 12. Similarly the words "approved", "reasonable", "suitable", "acceptable", "properly", j "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. n ` C:IVJPDOCSIPROJECTeast mccorty.doc May 20,1897 ' A 9 • II j 13. Whenever any statement is made in these Contract Documents containing the axpresslon "it Is understood and agreed or any expression'of the like import, such expression moans the mutual understanding and agreement of the Contractor and the �+ City. 14, "Missouri Highway Spocifications" shall mean the latest edition of the "Missouri Standard Spociflcallons for Highway Construction"prepared by the Missouri Highway and Transportation Commission. 15, "Consultant" shall moan the firm, company, individual, or Its/his/her duly authorized ropronantntivo(n)under separate agreement with the City of Jefferson that prepared the pinnn,tspociflcatIons,and other such documents for the work covered by this contract. r j GP-3 THE CONTRACTOR It is understood and ngrood that the Contractor, has by careful examination satisfied himself I as to the nnture and location of the work,the conformation of the ground,the character,quality j and quantity of the mntorlals 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 I, agreement or conversation with any officer,agent or employee of the City,either before or after the oxoculion of this contract, shall affect or modify any of the terms or obligations herein \� contained. G �> The relation of the Contractor to the City shall be that of an independent contractor. i GP-4 THE ENGINEER is The Engineer shall be the City's representative during the construction period and he shall observe the work In process on behalf of the City by a series of periodic visits to the job site. ! He shall have authority to act on behalf of the City. The Engineer assumes no direction of employees of the Contractor or subcontractors and no supervision of the construction activities or responsibility for their safety. The Engineer's sole responsibility during construction is to the City to endeavor to protect defects and deficiencies td 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 Engineer and the City will assume no responsibility therefore. i f C;IWPDOCSIPROJECT%oaet mccorty,dx May 28,1987 z = ^ !te j f I { GP-5 EKMD Coincident with the execution of the Contract,the Contractor shall fumish a good and sufficient surety bond In the full amount of the contract sum. This surety bond, executed by the Contractor to the City, shall be a guarantee: (a) for the faithful performance and completion —, of the work In strict accordance with the terms and Intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might In any manner become a claim against the City; © for the payment to the City of all sums due or which may become due by the terms of the contract, as well as by reason of any violation thereof by the Contractor;and for a period of one year from and immediately following the acceptance of the completed project by the City,the payment to the City of all damage loss and expense which may occur to the City by reason of defective materials used, or by reason of defective or improper workmanship done, in the furnishing of materials, labor, and equipment In the performance of the said contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the property sureties through a company licensed and qualified to operate in the state and approved by the City. Bond shall be signed by an agent I 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 fumish 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 tit RANCE ! i i -� GP-6.1 GENERAL � J The Contractor shall secure,pay for and maintain during the life of the Contract, insurance of I such types and amounts as necessary to protect himself, and the City, against all hazards enumerated herein. All policies shall be in the amounts, form and companies satisfactory to the City. ! The insuring company shall deliver to the City certificates of all insurance required, signed by an authorized representative and stating that all provisions of the following specified requirements are compiled with. All certificates of insurance required herein shall state that ten(10)days written notice will be given to the City before the policy is canceled or changed. All certifications of insurance shall be delivered to the City prior to the time that any operations under this contract are started. ~l All of said Contractor's certificates of insurance shall be written in an insurance company J authorized to do business In the State of Missouri. Rim JQ WPDOCSTROJEC Reast mccarty.doc May 28,1997 J ' I + J w. t i GP-6.2 B_ODIMNJUITY-.IABILIDL&P BBL'ER�AAIIAGELIABILCO(JNStJRANCE (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 CONIR?cToR'S -ROSECnV E-BODILYJNJURY-LIABILI]Y&2RO EC_IlVE - EROPERID DAMAGE-LIABI MLINS.URANCE: (COYERINCzOPERA7IQNS of-SUB-CONTRACT-ORS) ~ Contractors contingent policy providing limits of at least $100,000 per person and i $1,000,000 per occurrence for bodily injury or death. (2) Property Damage Liability providing limits of at least $1,000,000 per occurrence and $1,000,000 aggregate. GP-6.4 CONTRA CT-UAL-LIABILITY —, Property Damage coverage with$1,000,000 aggregate limit. GP-6.5 O]NNEB EPBQIECILVE LIAflILIIY�ll12F30PEI MDAMAGEINEURANCE -� The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage J in issued in the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor or his 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 The above requirements GP-1.2, 1.3, 1.5 for property damage liability shall contain no 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, a . pipes, mains,sewers,etc.,caused by the Contractor's operations. CAMDOCSTROJEC Reast mccarty.doc May 28,1997 J , r � r i (3) The collapse of,or structural injury to,any building or structure on or adjacent to the City's premises,or injury to or destruction of property resulting therefrom, caused by the removal of other buildings,structures,or supports,or by excavations below the surface of the ground. GP-6.7 AUTOMOBILEJBO1MLYLINJ_URY LIABILtT1 L&_AUT_OMOB]LE_PROL'ERTY DAMAGELIABILITY INSURANCE -� Contractor shall carry in his name, additional assured clauses protecting City, Liability Insurance with Bodily Injury or Death Limits of not less than $100,000 per person and $1,000,000 per occurrence, and property damage limits of not less than$100,000 with hired —I car and non-owned vehicle coverage or separate policy carrying similar limits. The above is to cover the use of automobiles and trucks on and off the site of the project. I GP-6.8 EMPLOYER_S-UAB11.tTY-AND_WNDBKMEN'S_OOMP_ENSATfON j 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 JEmployer's Liability with a limit of$100,000 per person. The"All State"endorsement shall be Included. In case any class of employees is not protected under the Workmen's Compensation Statute, the Contractor shall provide and cause such contractor to provide adequate employer's liability coverage as will protect him against any claims resulting from injuries to and death of workmen I engaged in work under this contract. GP-6.9 INSTALLATION FLOATER INSURANCE . `? This insurance shall insure and protect the Contractor and the City from all insurable risks of _ physical loss or damage to materials and equipment, not otherwise covered under Builder's i Risk Insurance,when in warehouses or storage areas,during installation,during testing and -1 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 J ! material and equipment insured under Builder's Risk Insurance. The value shall include the , i 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 j 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 l $10,000 such equipment may be covered under Builder's Risk Insurance,and if so covered, J this Installation Floater Insurance may be omitted. i CAMDOMPROJEMeast mccarty.doc May 28.1997 s y s J I I GP-6.10 �ONTBAGIOB'SBESLONSIBILLTY F-01'LOT GP-6.10 1' For the considerations in this agreement heretofore stated, in addition to Contractor's other „f 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 W modifications, alterations, enlargements thereto, is to be done, and to materials and labor ..t connected or to be used as a part of the permanent materials,and supplies necessary to the 1 work. GP-6.11 GQ11111AGZOKS—RESEQNSIBILITY-0N_DAMAGES__&CAiMS IND.EMNIMNf-CITY The Contractor shall indemnify and save harmless the City and Engineer and their officers and agents, of and from all losses, damages, costs,expenses,judgments, or decrees whatever arising out of action or suit that may be brought against the City or Engineer or any officer or agent of either of them,for or on account of the failure, omission,or neglect of the Contractor to do and perform any of the covenants,acts,matters,or things by this contract undertaken to be done or performed,or for the injury,death or damage caused by the negligence or alleged 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. i GP-6.12 NQIIELGATION IN EVENT OF LIABILLTY-O—DAMAGE l i Upon the occurrence of any event, the liability for which is herein assumed, the Contractor agrees to forthwith notify the City,in writing such happening,which notice shall forthwith give { -j the details as to the happening, the cause as far as can be ascertained,the estimate of loss or damage done,the names of witnesses, if any,and stating the amount of any claim. GP-7 ASSIGNMENT OF,' N.O TRACT 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 Surety, together with copy of assignment, shall be filed with the City. No assignment, transfer or subletting,even though consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him in a satisfactory manner,the City may at his option annul and terminate Assignee's contract. JC;IWPDOCSTROJECTIeast mccarty.doc May 28,1997 J , fpsp ---_ .._.. - -- .. .._.__ . ..._ ..._.....�._...�.. �W " 1 { GP-B SUBCQNTRACTS. P-MNCIP_AL_MATERIALS_ti-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. �r 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 I acts and omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the City. No officer, agent or employee of the City, including the Engineer, shall have any power or authority whatsoever to bind the City or incur any obligation in its behalf to any subcontractor, - material supplier or other person in any manner whatsoever. -� GP-9 QTBER C.QNTRACTS The City reserves the right to let other contracts in connection with this work. The Contractor J shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work,and shall properly connect and coordinate his work with theirs. If any part of the Contractors work depends for proper execution or results on the work of any �l other contractor,the Contractor shall inspect and promptly report to the Engineer any defect J in such work that renders it unsuitable for such proper execution and results. His failure so to inspect and report all constitute an acceptance of the other contractor's work as fit and proper for the reception of his work,except as to defects which may develop in the other contractor's work after the execution of his work. _l Wherever work being done by the City's forces or by other contractors is contiguous to work covered by this Contract, the respective rights of the various interests involved shall be established by the Engineer,in order to secure the completion of the various portions of the work in general harmony. GP-10 LEGAL RESTRICTIONS,PERMITS AND REGULATIONS � J I The Contractor shall procure at his own expense all necessary licenses and permits of a -i temporary nature and shall give due and adequate notice to those in control of all properties J which may be affected by his operations. Rights-of-way and easements for permanent structures or permanent changes In existing facilities shall be provided by the City unless -� otherwise specified. The Contractor shall give all notices and comply with all laws,ordinances, I rules and regulations bearing on the conduct of the work as drawn or specified. •, iJ C:%VVPDOCSIPROJECIIeast mccarty.doc May 28.1997 J� : l 'i •y GP-11 ROYALTIES-AND-PATENTS It Is agreed that all royalties for patents or patent claims,Infringement whether such patents are f� 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. I GP-12 S-CORE_ANN-NTENLOF_S.I?ECIELCATLONS-AND A1ANS GP-12.1 GENERAL j These Specifications and Project Plans are intended to supplement, but not necessarily i 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 i set forth in both,in order that the work shall be completed according to the complete design of the Engineer. Should anything be omitted from the Specifications and Plans which is necessary to a clear - understanding of the work, or should it appear various instructions are in conflict, then the Contractor shall secure written instructions from the Engineer before proceeding with the construction affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning and intent of the contract,specifications and plans. GP-12.2 FIGURED- MENS-LOMS_ZO_GOY.ERN JDimensions 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 obtained from the J Engineer. GP-12.3 CONTRACTOR TO CHECK PLANS AND-WEI D.ULES J The Contractor shall check all dimensions,elevations and quantities shown on the plans,and schedules given to him by the Engineer, and shall notify the Engineer of any discrepancy between the plans and the conditions on the ground,or any error or omission in plans,or in the layout as given by stakes,points,or instructions,which he may discover In the course of the 1 J C:IWPDOCSTROJECTeast mccarty.doc May 2t),1997 ' +Q i ,I work. The Contractor will not be allowed to take advantage of any error or omission in the \1 plans or contract documents,as full instructions will be furnished by the Engineer should such error or omission be discovered, and the Contractor shall carry out such instructions as if j originally specified. —� The apparent silence of the Plans and Specifications as to any detail or the apparent omission from them of a detailed description concerning any point, shall be regarded as meaning that only the best general practices,as accepted by the particular trades or industries involved,shall be used. — GP-12.4 S-TANDARD—SPE.CIE1CAT19_N8 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. 4i GP-13 CONSTR UCTIOI-REPRESEUTATIVFAT_PBQJECT I J The City may appoint or employ such"Construction Representative" as the City may deem proper, to observe the work performed under this Contract, to the end that said work is performed, in substantial accordance with the plans and specifications therefor. The Project Representative assumes no direction of employees of the Contractor or Subcontractors and no supervision of the construction activities or responsibility for their safety. J The sold duty of the Project Representative during the construction is to the City to endeavor i l to protect against defects and deficiencies in the work. The Contractor shall regard and obey the directions and instructions of the Construction I 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. 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 t. ' of them by the Contractor or by any of his employees shall be sufficient reason, if the City so j decides,to annul the contract. i 1 � 3 l CAMDOCSIPROJECT\east mccarty.doc May 28,1997 A Is r ' 4r r Such construction representation shall not relieve the Contractor from any obligation to perform said work strictly in accordance with the plans and specifications or dny modifications thereof as herein provided, and work not so constructed shall be removed and made good by the Contractor at his own expense,and free of all expense to the City,whenever so ordered by the Engineer, without reference to any previous oversight In observation of work. Any defective — material or workmanship may be rejected by the Engineer at any time before the final acceptance of the work, even though the same may have been previously overlooked and estimated for payment. _ The Construction Representative shall have no authority to permit any deviation from the plans and specifications except on written order from the Engineer,and the Contractor will be liable for any deviation except on such written order. All condemned work shall be promptly taken out and replaced by satisfactory work, and all condemned materials shall be promptly removed from the vicinity of the work. Should the Contractor fail or refuse to comply with instructions in this respect the City may, upon certification by the Engineer, withhold payment or proceed to terminate contracts as herein 1 provided. Reexamination of questioned work may be ordered by the Engineer,and if so ordered the work must be uncovered by the Contractor. If such work be done in accordance with the Contract i J—' Documents, the City shall pay the cost of reexamination and replacement. If such work be found not in accordance with the Contract Documents, the Contractor shall pay such cost, unless he shall show that defect in the work was caused by another contractor of the City and +I = in that event the City shall pay such cost. ! The Contractor shall furnish samples of testing purposes of any material required by the III Engineer, and shall furnish any information required concerning the nature or source of any J material which he proposes to use. ! } GP-14 LINES.ANDSRAQE;i The Department of Public Works will set construction stakes establishing lines, scopes,and continuous profile grade in road work,and center-line and bench marks for culvert work,and appurtenances as may be deemed necessary, and will furnish the Contractor, with all necessary information relating to lines,slopes,and grades, to lay out the work correctly. The Contractor shall maintain these lines, grades, and bench marks and use them to lay out the work he is to perform under this contract. The Contractor shall notify the Department of Public Works not less than 48 hours before stakes are required. No claims shall be made because of delays if the contractors fail to give F such notice. The Contractor shall carefully preserve stakes and bench marks. If such stakes and bench mark become damaged, lost,displaced,or removed by the Contractor,they shall be reset at his expense and deducted from the payment for the work. CAWPDOCSTROJEC neast mccarty.doc May 28,1997 r I, Any work done without being properly located and established by base lines, offset stakes, �T\ 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 COIT MCIOB_S_RESPP-OUSIBILLMF_ORMATERIALS The Contractor shall be responsible for the condition of all materials furnished_by him, and he shall replace at his own cost and expense any and all such material found to be defective in design or manufacture,or which has been damaged after delivery. This includes the furnishing of all materials and labor required for replacement of any installed materials which is found to be defective at any time prior to the expiration of one year from the date of final payment. 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. i — GP-16 WATER All water required for and in connection with the work to be performed shall be provided by the Contractor at his sole cost and expense. GP-17 POWER All power for lighting,operation of the Contractor's plant or equipment or for any other use by the Contractor, shall be provided by the Contractor at his sole cost and expense. i GP-18 S IPERIIYTENDENCE AND WORKMANSHIP J 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, 1 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 j J 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 MAINTENANCE OF TRAFFIC i J 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 C9W12DOCSTROJECT\east mccarty.doc May 28,1997 Y I I i section of the project if applicable. The route of all detours shall be approved by the Director I of Public Works. All detour signing shall conform to the "Manual on Uniform Traffic Control Devices". Throughout the project,wherever homes are served directly from a street or portion of a street which is to be reconstructed under this project,the Contractor shall make every effort to provide 7. access to each home every night. This work shall be subsidiary to the construction and no __J direct payment will be made for it. .� GP-20 BARR[CADES-AAIRLI.GHIS All streets,roads,highways,and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations shall be provided with suitable barriers, signs,and lights to the extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment,shall be provided with similar warning signs and lights. All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be so placed,and the work at all times shall be i J 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 shall be subsidiary to the construction and no direct payment will be made for it. GP-21 EXISTING UNDERGROUNDJNSTALL ATLORSJANQSTRUCTLIRES i Pipe lines and other existing underground installations and structures in the vicinity of the work 1 to be done hereunder are indicated on the plans according to the best information available to J 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 by prospecting in advance of the excavation. ~ Any delays to the Contractor caused by pipe lines or other underground structures or �1 obstructions not shown by the plans,or found in locations different than those indicated,shall J not constitute a claim for extra work,additional payment or damages. No payment will be made to the Contractor for locating and protecting utilities and cooperating with their owners,and any damages caused to the utilities by the Contractor's negligence shall be repaired entirely at the Contractor's expense. Utilities, other than sanitary sewers and water mains, which,in the opinion of the Engineer, CAWPDOCVPROJECIIeast mccarty.doc May 28,1997 i } 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. f Only sewers which must be moved because of direct conflict with the storm sewer conduit will ._ be paid for in this manner. Sewers damaged by excavation but not In direct conflict with the storm sewer will be repaired at the Contractor's expense. I GP-22 PBOIECMON-0E-WORKANDPROPERTY i • The Contractor shall be accountable for any damages resulting from his operations. He shall be fully responsible for the protection of all persons including members of the public,employees of the City and employees of other contractors or subcontractors and all public and private property including structures, sewers and utilities above and below ground, along, beneath, above, across or near the site or sites of the work,or other persons or property which are In any manner affected by the prosecution of the work. The Contractor shall furnish and maintain all necessary safety equipment such as barriers, signs,warning lights and guards as required to provide adequate protection or persons and —t property. W The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance of the —1 work, and shall make all necessary arrangements with such owner or owners relative to the _ removal and replacement or protection of such property or utilities. _ In an emergency affecting the safety of life or of the work or of adjoining property, the Contractor, without special instruction or authorization, is hereby permitted to act at his discretion to prevent such threatened loss or injury, and he shall so act. Any compensation, J claimed by the Contractor on account of emergency work,shall be determined by agreement or arbitration. JThe 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 GUARANTEE OEt)IIATERIALS ANDMORKMANSHIP The Contractor hereby guarantees the work in connection with this contract against faulty i materials or poor workmanship during the period of one(1)year after the date of completion i of the contract. is C:IWPDOCSTROJEC Reast mmarty.doc May 28,1997 I o t 1 _a I GP-24 NO WAIVER-Of Rt.GHIS _ 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 j or its employees,shall operate as a waiver of any provision of this contract, or of any power herein reserved to the City,or any right to damages herein provided,nor shall any waiver of any breach in this contract be held to be a waiver of any other or subsequent breach. i t GP-25 USE_of-W-lAtRLMD_WIRUOUS i If desired by the City,portions of the work may be placed in service when completed or partially completed and the Contractor shall give proper access to the work for this purpose;but such use and operation shall not constitute an acceptance of the work,and the Contractor shall be liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter. I GP-26 ADDITI-ONAL,91101IIED,9CiC}1A(yGED-NABK I 7 The Owner, without invalidating the Contract, may order additional work to be done in connection with the Contract or may alter or deduct from the work, the Contract sum to be adjusted accordingly. All such work shall be executed to the same standards of workmanship and performance as though therein included. i The Engineer shall have authority to make minor changes in the work,not involving cost,and not inconsistent with the purposes of the work. Except for adjustments of estimated quantities for unit price work or materials to conform to V -� actual pay quantities therefor as may be provided for in the Special Conditions,all changes and _j 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 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 SJ unless so ordered. 1 - If the modification or alteration increases the amount of work to be done,and the added work or any part thereof is of a type and character which can be properly and fairly classified under one or more unit price items of the Proposal,then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices therefor. JOtherwise,such work shall be paid for as"Extra Work"as hereinafter provided in this Article GP-26. J ^\ { J May 28,1997 C:IWPDOCSIPROJECTeast mccarty.doc i ,` r 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 do work affected by such decrease. Where the value of omitted work Is not covered by applicable unit prices, the Engineer shall determine on an equitable basis the amount of: i 1. Credit due the Owner for Contract work not done as a result of an authorized change. Y i 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. i 3. Any other adjustment of the Contract amount where the method to be used in making such adjustments is not clearly defined in the contract documents. i Statements for extra work shall be rendered by the Contractor not later than fifteen(15)days after the completion of each assignment of extra work and if found correct will be approved by the Engineer and submitted for payment with the next regular monthly estimate. ! The Owner reserves the right to contract with any person or firm other than the Contractor for any or all extra work. The Contractors attention is especially called to the fact that he shall be 1 entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. j - Extra Work: ' f (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 Plan s or reasonably implied by the Specifications and not covered by the Contract proposal items and I J which is not otherwise provided under this Article GP-21. (b) The Contractor shall perform all extra work under the direction of the Engineer when authorized by the Owner. The compensation to be paid the Contractor for performing extra work shall be determined by one or more of the following methods: r 1. Method A: By agreed unit price I 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 j force account. (Per Section 109,Measurement and Payment,Missouri State Highway and Transportation Commission. Missouri Standard Specification for Highway Construction 1996. i C:IWPDOCSIPROJEC11east mccarty.doc May 28,1997 � s i � GP-27 SIlSPENSI-0NLOF- l1LOBK I � The Owner may at any time suspend the work, or any part thereof by giving ten (10)days notice to the Contractor in writing. The work shall be resumed by the Contractor within ten(10) days after the date fixed In the written notice from the Owner to the Contractor to do so. But if the work,or any part thereof,shall be stopped by the notice in writing aforesaid,and if the Owner does not give notice in writing to the Contractor to resume within a reasonable 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. GP-28 O-LNEKsA-GIJLTO D0_1 FORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this contract,the Owner, after ten(10)days written notice to the Contractor, may,without 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. j GP-29 QYYNEB'S_RIG1iLTo TERMINATE-CONTRAC-T J If the Contractor should be adjudged a bankrupt,or if he should make a general assignment for the benefit of his creditors,or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided,to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be l guilty of a substantial violation of any provision of the Contract,then the Owner may,without prejudice to any ether 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 finish the work by whatever method he may deem expedient. In such case,no further payment will be made the Contractor until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work,including Icompensation 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. 1 i C:\yypDOCS\pROJEC1least mccarty.doC May 28,1997 i t ...� 1 .. ,. _..'_. .....,.._..........'.............. ....•..........«......•.•...•..a•.•,,.... ......v...... nyeax..,. .J.Y ...rn... ww am,wMUt+?auw#t ht4l7i7Fi�i3^t7"i Mal , /(tom • t ==NOW GP-30 001IIRACI4R_SB 11GH.T_'L0..S-TOP-WORK_ORJERMINATE-C-ONTRACI If the work should be stopped under an order of any court,or other public authority,for a period i ! 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 LOSSES ERO"ATURAL-CAUSES All loss or damage arising out of the nature of the work to be done,of from the action of the I elements,or from floods or overflows,or from ground water,or from any unusual obstruction -' 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. jGP-32 SUNDAY,HOLIDAYLAND-NIGHLYVORK No work shall be done between the hours of 6:00 p.m.and 7:00 a.m.,nor on Sundays or legal ! i holidays, without the written approval of the City. However, work necessary in case of -j emergencies or for the protection of equipment or finished work may be done without the City's approval. Night work may be established by the Contractor as a regular procedure with the written permission of the City;such permission however,may be revoked at any time by the City if the -� Contractor fails to maintain adequate equipment and supervision for the proper prosecution and j --� control of the work at night. GP-33 UNFAVORABLE CONSIRU_C-TLONLC-ONDITIONS n' 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. 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 I ^� to perform the work in a proper and satisfactory manner. i GP-34 OMITTED J ! J CAWPDOCSTROJEC Reast mccarty.doc May 28,1997 ..........., ._.,....._...,-.... .,.,...,t..c...................... Y,....•.........._....._..._. ....r... ,— _.. Na rummn7KY, f .� t j GP-35 MATERIALS-AND-EQUIP-MEN_-T T +, Unless specifically provided otherwise in each case,all materials and equipment furnished for ,M 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. GP-36 DEFENSE-Of—SUMS In case any action at law or suit in equity is brought against the City or any officer or agent of - them for or on account of the failure,omission, or neglect of the Contractor to do and perform ., i - 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 j based on the lawful demands of subcontractors, workmen, material men, or suppliers of I{ 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 i arising out of such action or suit that may be brought as aforesaid. J f GP-37 CEAUGF ORDER Any changes or additions to the scope of work shall be through a written order from the Engineer to the Contractor directing such changes in the work as made necessary or desirable by unforeseen conditions or events discovered or occurring during the progress of the work. j GP-38 C_GNTRACT TIME 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. If the time for the completion of the work is based upon working days,this time will be specified in the contract. A working day Is defined as any day when, in the judgment of the Engineer, -� 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. u 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. -1 Saturdays,Sundays,and City holidays will not be counted as working days any time during the year. ' tZ ~J CAWPDOCSTROJECTWast mccarty.doc May 28,1997 will I 1 • i CO GP-39 NMCLTIME-EXTENSION t 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 j 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 i I public,after the expiration of the time stipulated in the contract,and will be deducted from any J money due the Contractor under the contract,and the Contractor and his surety shall be liable an and all liquidated damages. Permitting the Contractor to continue and finish the work for y q �. 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 MEA.S-UREMENT AND PAYMENT (a) 9ASIS-OIZ PAYMENT t. 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 J in the schedule of the Bid or for such extra work as may be authorized and approved by the Engineer. The cost of incidental work not listed in the schedule of the Bid but necessary for the completion of the project shall be included in bid items. .,..'.•r QNS cQ I NGQRRECTED WORK 1 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,\yypDOCS\pROJECTeast mccarty.doc May 28,1997 _ I , j �.t i r7 (c) LUMP—SUIVLITEMS 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. 7 (d) P_A13TIAL..,PAYMENT Partial payment will be made on a monthly basis. The payment shall be based on the work that has been found generally acceptable under the contract by the City Engineer or inspector. A _ retainer equal to 10%of the amount of work completed to date shall be withheld. I (e) ACCEPTANCE`AbILZE NAL.-EAYMENT - 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 he will promptly issue a final certificate,over his own signature,stating that the work required by this contract has been completed and is acceptable by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage,shall be paid to the Contractor by the City of Jefferson within thirty(30)days after the date of said final certificate. ., (f) AEEIDAVIT OF-COMPLIANCE Monies due to the Contractor will not be delivered to the Contractor without presentation to the Department of Public Works a Affidavit of Compliance with Prevailing Wage Law on prescribed form attached to the back of these contract documents. GP-42 RELEASE OF LIABILLTY 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 CERTIFICATIONS GP-43.1 All suppliers of materials such as drainage pipe or handrail and all suppliers of asphaltic concrete or portiand 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 Works at least 24 hours before the product is to be used on the project. rCAWPDOCSTROJECTIeast mccarty.doc May 28,1997 r 4 i....,. I GP-43.2 The City,at its option, may perform or have performed such tests as may be •„ deemed necessary to further assure that only Specified materials are Incorporated into the work. ., GP-44 LOCALP-REEERENCE -J In making purchases or in letting contracts for the performance of any job or service, the purchasing agent shall give preference to all firms,corporations or individuals which maintain offices or places of business within the corporate limits of the City of Jefferson,when the quality of the commodity or performance promised is equal or better and the price quoted is the same or less. GP-45 P-REEERERCE-.EO -U.S.-MARUEACZURED_GQQDS -- On purchases in excess of$5,000,the City shall select products manufactured,assembled or i produced in the United States,if quantity,quality,and price are equal. Every contract for public I works construction or maintenance in excess of$5,000 shall contain a provision requesting the IJ contractor to use American products in the performance of the contract. i i GP-46 AWAR CT--REJEC_TI0LLQEBID-5 I _ ` All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all J 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, }• 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. I GP-47 AFFIDAVIT OF COMPLIAR E WITH PUBLIC YMKS,CONTRACTS LAW -- Upon completion of project and prior to final payment, each contractor and subcontractor J 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 J contracts. The City of Jefferson shall not issue a final payment until such affidavit is filed. I C:IWPDOCSTROJECReast mccarty.doc May 28,1997 mill a VA I f- J , { t GP-48 MIS1;_QURLLABORERREQUIREMENT Whenever there is a period of excessive unemployment in Missouri,which Is defined as any j month Immediately following two consecutive calendar months during which the level of unemployment in the State has exceeded five percent(5%)as measured by the U.S. Bureau j 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 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 or subcontractor hereunder and approved by the Public Works Director of the City of Jefferson, Missouri. Nor does this -- provision apply to regularly employed non-resident executive, supervisory or technical personnel or projects where federal aid funds are being utilized in the act and this provision would conflict with any federal statute,rule or regulation. Laborers from non-restrictive states means persons who are residents of a state which has not ! enacted state laws restricting Missouri laborers from working on public works projects in that state,as determined by the Missouri Labor and Industrial Relations Commission. A Missouri I laborer means any person who has resided in Missouri for at least thirty to become or remain a Missouri resident. (30)days and intends —� GP-49 LIABILITY LEOB_CQV P_LlANCF_WHH P 1BL C_YOR KS_C9i1TRACIS_.A1 ` _- AND-fin ISBO.URLLAB ORE RREQUIREMEN-T J 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 of Jefferson,Missouri,or any additional expenses are incurred by the City of Jefferson, Missouri, �1 any contractor making the false statement,or whose subcontractor makes a false statement, J shall hold harmless and indemnify the City for any liability assessed against it or any additional expenses incurred. J 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 ! 'I of excessive unemployment in Missouri, agrees to hold harmless and indemnify the City of Jefferson,Missouri,for any liability that may be assessed against it or any additional expenses Incurred by the City of Jefferson, Missouri,because of the contractor or subcontractor's failure to comply. END OF GENERALERC ISMS t f C:IWPDOCSIPROJECTIeast mccarty.dx f;1 J May 28,1997 i I I 1 . 1 t r. CLTY-OE-JEEEERSON ' DEPARTMENT_OEP_UBUC-WORKS _SEECIAL PROVISIONS STANDARD I 1 FORWARD: The provisions of this section take precedence over any other provisions in these specifications. SP-1 TECHNICA"P�CJaCA IONS_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 , I used in constructing this project. 612--2 PARTIALArXERTANCE The City reserves the right to accept any part or all of the bid for the project. SP-3 ERENCE - � Prior to starting work,a pre-construction conference will be held to discuss the project, its scheduling and its coordination with the work of others. It is expected that this conference will be attended by representatives of the Owner, JThe Engineer,the Contractor and his Subcontractors,and the Utilities, as well as representatives of any other affected agencies which the Owner may wish to invite. \ The work schedule specified in Section IB-23 of the Information for Bidders will be submitted at the conference. PREVAILING_WAGE 1A16L j Bidders are hereby advised that compliance with the Prevailing Wage Law, Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, Is a requirement of this contract. (Reference Section IB-20). Section 290.265 requires that a clearly legible statement of all prevailing hourly I wage rates shall be kept posted in a prominent and easily accessible place at i s the site by each contractor and subcontractor engaged in public works projects, and that such notice shall remain posted during the full time. C:\WPDOCS\PROJECTIeast mccarty.doc May 28,1997 J TUN l , t 1. t t 1 1 .I SP_5 PROOF OF INSIlI UCE 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. .J In addition,when an aggregate amount is included,a statement of the amount —j of that aggregate available to date shall also be attached. SP-6 MAILBQXES .ri If U.S. Postal Service access to any mailboxes will be Interrupted during i construction,the Contractor shall contact the U.S. Postal Service to determine where the mailboxes should be set during construction. -� Mailboxes shall be reset at appropriate locations by the Contractor once work Is complete. Any materials damaged by the Contractor shall be replaced with material of better or equal type and quality at the Contractor's expense. J SP-Z TRAFFIC MIROL_DUBINO-C-ONSTRLLCTIO.N -� 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. On projects closed to traffic Type III barricades signed "ROAD CLOSED" shall be placed at both ends of ti construction. SR--a ACCESS TO ADJACENT PROPERTIES Prior to the removal of the driveways to any dwellings or buildings, the Contractor shall notify the inhabitants of such structures that the use of the driveways or access will be temporarily affected. Notice shall be of sufficient length to allow the persons affected to remove vehicles and other items that may be inaccessible during construction activities. Pedestrian access shall be maintained at all times. Suitable access shall be J provided across trenches,ditches or other barriers and obstacles for pedestrian traffic. Appropriate devices shall be used to wam the public of the dangers that may be present. _1 _ CAWPDOCSTROJEC•f\aast mccarty.doc May 28,1997 { .�..._... .��..,..w..,..v..,:...„yy,'.+A..•..a.w ., ..n,., .�., ... .,..r.a..k..ui.,.. ..n.r;4'A:,4 .5 fi �Y.ry C ... (, Y<•.r �,yi.. uit• ,x r :Yl�^t i7j v,Y3:'t�!"",'4 b'ay •' f o i t l I SPA_ PRQTEC-UON O.EADJAC.ENT PROPERTIES Surface water shall be diverted and otherwise prevented from entering or damaging adjacent property as a result of precipitation during construction. The contractor shall also make every effort to minimize damage to properties beyond the sidewalks on the project. _1 SP-10 UTILITIES The Contractor shall expose all utility crossings to establish location and depths prior to construction. SP-11 RQCKREROVAL No explosives shall be used on this project. Rock shall be removed by ' mechanical chipping, jack-hammering or other methods approved by the _. Engineer. SP-12 UNDERGRADINGMRQCI-CUT Section TS-2.2.6 specifies that rock cut areas are to be undercut and backfilled with a drainabie material with top surface choked with fines for proper subgrade I _1 preparation. No direct payment shall be made for backfill materials. The only payment made shall be for cubic yards of rock excavation. SP-13 RQOF DRAINS t �l All roof and/or foundation drains that discharge into an existing ditch section, J storm sewer or curb shall be connected to the proposed storm sewer or curb. ti ti See Technical Specifications Section TS-29,Downspout Drains. This work —j is considered incidential to construction with no direct payment to be made. � SP_14 SUBGRADE STABILIZATIO111 .1 Payment for crushed stone for subgrade stabilization shall be per ton of material provided, based on tickets submitted to the City at the time the work is done. Payment shall be at the unit price bid which shall include all labor, materials, J tools and equipment necessary to stabilize the area including removal of unsuitable material,disposal of the material off-site and subgrade preparation. J SP-15 T'ROLLED STONE BASE 5 Payment for 3"Rolled Stone Base shall be made by square yard measured from back of curb to back of curb, plus one (1) foot. Any additional thickness necessary under the curb and gutter section,that might be needed if the curb and gutter section is placed separately, shall be subsidiary to this item. No ' vt additional payment will be made. i C:IWPDOCSIPROJECT\east mccarty.doc May 28,1997 4 4 r ~ 1 ' t ,f i I i SP-16 REPAIR-Of-DRIVING-SURFACE All sections of pavement damaged or removed during construction shall be j replaced in accordance with the following requirements: Existing Pavement Base Surface 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. ( In all areas disturbed by construction activities, replacement and repair of the driving surface shall be subsidiary to construction. SP-17 ADJUSIIIENT-OLUTtLLTY_SERVI.C.ES The adjustment of water meters, curb stops, and water service lines are included as bid items in the contract. The necessary adjustment of all other utility services such as gas, telephone,and electric, including meters, valves and other appurtenances shall be subsidiary to the work. JSP-18 PLUGGING AND ARAN DOINIMENT T EXLSIINGPJP�S All pipes to be abandoned shall be plugged and sealed with portland cement concrete at the locations a shown on the plans. All pipes to be abandoned shall be completely filled with clean sand unless otherwise noted on the drawings. The sand shall be blown into the pipe by using compressed air or other such means. All plugging and filling of pipes shall be subsidiary to the work. 1 Manholes that are to be abandoned shall have the pipe inlets capped with portland cement concrete. The manhole structure will be removed to a point that Is at least 4 ft.below the finished grade.The remainder of the manhole will then be filled with sand prior to backfilling over the top. Storm drain Inlets that are to be abandoned shall be completely removed from f the site. :. CAWPDOCSTROJEC1least mccarty.doc May 28,1997 .J 4 , 1 t ` ....._._....__._.... ....,.,�........ r _..,_...._....__._. __ ..-. {. ..... f Z MW I r �I iSP-19 INSTALLATION-OfS.WERBRE The unit price for the installation of sewer pipe shall include all necessary j excavations,ditching,backfilling,bedding,shoring or any other item required to make the installation of the pipe. SP-20 CURB-AND-GUTTER If AC Pavement is used,the cost per linear foot for curb and gutter shall include the cost of the asphaltic base under the curb. SP-21 ITEMSSQBEIEMN-PLACE Items marked"LIP"on the plans shall be"left in place".Any damage to these items, or other items that were not to be disturbed by construction shall be repaired by the Contractor at his own expense. SP--22 CS)NSTRUCTION-P-HAS1NS The East McCarty Street Improvement plans depict three phases for the f roadway reconstruction.The phases are shown on the drawings. The construction schedule of the project shall meet the following requirements: Each phase shall be completed to the extent that thru traffic can be 't routed through that phase and all residents residing in that phase have complete unobstructed access to their respective homes or dwellings i Jprior to advancing to the next proposed phase for construction 2. Should asphalt pavement be the chosen paving alternate,traffic will be permitted to travel on the completed base course. The top wearing course shall be installed as a continuous operation through the entire . three phases to finish the pavement on the complete project. i 3. Should concrete pavement be the chosen pavement alternative,traffic will be permitted to travel on the pavement only after all paving points have been properly sealed. !. { 4. Dependent on the season and prevailing climatic conditions,the work should be scheduled such that the finished grading and the sodding required in Phase 1 will be completed prior to the completion of Phase 2 work. Similarly,finished grading and the sodding in Phase 2 shall be i completed prior to the completion of Phase 3 work. CAWPDOCSTROJEC'neast mccarty.doc May 28,1997 L. A it oil 1 I i i t1 SP--23 WAIER_8EBNICE."NDBELAIED_,1IEM8 In general,all water services shall be minimum of 3/4""K"copper Installed at a I' burial depth of at least 36 inches below the proposed finish grade. 1. WATER SERVICE REPLACEMENT. This item shall Include the ^j excavation,installation,backfill and the providing of all materials to make the installation complete. Materials to be provided shall include all piping, fittings, couplings, and the necessary corporation stop and/or curb stop. Chat backflll (full depth) shall be used under areas to be paved,including walks and drives. This item will be paid for on the basis of a unit cost per foot with the cost of any needed corporations stops, }. curb stops,and other such items included in the unit price. Trenching - in rock will be paid for as a separate item. 2. WATER METER RELOCATION. This item shall include the furnishing of all labor and materials,including meter setter, meter pit, lid,and any other items necessary to change the location of or to install a new meter i as required. This item shall be paid for on an unit cost basis per each _J installed. Adjustments required to a meter pit in order to bring the top of cover to the required elevation shall be subsidiary to the work and payment included in other items. j 3. WATER METER INSTALLATION. This item shall Include the furnishing 1j of all labor and materials, except water meter lids and yokes,to install water meters as required by the work. Water meter lids and yokes will be provided and delivered to the job site by United Water Missouri. The j intent of this item is to replace all curb stops with outside water meters. 1 No work will be required by the contractor inside the residences. j SP-24 GAS11NE INSTALLAnGN h i During construction Union Electric will be replacing the gas mains on East McCarty Street. The contractor shall coordinate this activity with Union Electric. SP-25 SOLID BLOCK GRAVITY WALL I f J In area shown on the plans,the contractor shall install a solid block gravity wall. The wall material shall be Versa-Lok type or equal with a minimum of 6"height per block. Prior to Installation, the contractor shall supply to the City a set of installation specifications and details sealed by a Registered Professional -� Engineer In the State of Missouri for review by the City. The Installation J specification shall include all information required in the design of each wall height and condition,including but not limited to the amount, type,and location of reinforcement grid to be Installed. r • J FM / C:IWPDOCSTROJECTWast mccarty.doc May 28,1997 �~ a c� s i ! 1 t' r Y, Payment for the solid Block Gravity Wall shall be by the square foot of wall face for the wall and by the linear foot for the cap unit. SP-26 FLASHING DEACON RERO-VAL The contractor shall remove the existing solar power flashing beacon unit with extreme care and deliver the unit as directed to the City Street Department Office located at 911 E.Miller Street. During transport,the unit shall be padded -- as necessary to protect the units components. The Contractor shall provide 24 hours notice prior to removal of the unit. Before removal,the batteries and solar Gpanel unit shall be removed. SP-27 NEW FLASHING-BEACON _ The intent of this provision is to provide a flashing beacon similar to the existing AC installations located within the City. Brown Traffic Products furnished the j equipment for the existing beacons. 1. Installation u The flashing beacon installation shall consist of the installation of the beacon Jpole and accessories as depicted in the drawings entitled: _ (a) "FLASHING BEACON" The beacon installation shall also include the installation of the conduit, � n ``. conductors, meter pedestals and other appurtenances necessary for AC ' operation. The location of each proposed installation is depicted in the included location sketches. Generally the proposed installation will be approximately at the same location as the existing solar power unit. The included location sketch depicts 4 the U.E. power source, the conduit run, and the proposed meter pedestal location. I � I J The bid price for installation shall be on a"LUMP SUM"basis for a complete and operating unit. 6 2. Operation When In operation,the beacons shall alternate, flashing at a rate of 50 to 60 times per minute at a 50%duty cycle. f Operating modes shall be controlled by a three(3)position switch that is clearly marked to indicate the following modes: .,, C:\WPDOCSIPROJECTIeast mccarty.doc May 28,1997 ow dw i t t ! I( t s ttt 1 I I 1) OFF-system is off 2) ON-(SPECIAL EVENT)-system can be operated at any time 3) AUTO(EXTERNAL)- system Is operated by the programmable time switch The flashing beacon installation will normally operate during the school year 4 (September thru May). The beacons will flash approximately 4 to 5 hours per day Monday thru Friday during the school year. I 3. MATERIAL AND EQUIPMENT SPECIFICATIONS _. A. CONCRETE BASE FOUNDATION The concrete base foundation shall be a"TYPE C"base as detailed in j standard drawing 902.30 of the MHTD specifications. B. FRANGIBLE POLE BASE i The frangible(break-a-way) pole base shall meet the requirements of —� the MHTD specification. The base shall be square in design and include _ an access hand hole approximately 8" x 8". The handhole shall be �1 equipped with a weatherproof cover. I) C. BEACON POLE f The beacon pole shall be an eleven (11) foot long spun aluminum schedule 40 pole(4-1/2"O.D.x 0.273"thick,3.73 lb./ft.). -� D. SIGNS �! Existing signs shall be reinstalled. 1 74 E. 12"SIGNAL HEADS(2 required) J Signal heads shall be black polycarbonate,including housing, housing door,and cut-away visor. Signal head shall be Brown Traffic Products, Inc., Part Number SA 101 B1112BBB. The lens shall be 12"yellow lens. a: 1 } F. ATTACHMENT HARDWARE All Attachment hardware shall be of spun aluminum or stainless steel. Pipe nipples shall be 1-1/2"O.D.spun aluminum. etiiir ,4�y. ' r CAWPDOCSIPROJECMeast mccarty.doc May 28,1997 t ,L a 1 i [ i + 7 i All openings in the pole, signal heads, and other equipment shall be provided with weather proof seals. G. CONTROL CABINET OR CONTROL The cabinet to be used to house the controls, relays, timers,and other necessary components of the installation shall be mounted to the beacon pole opposite the facing direction of the required signs and beacon faces and shall be Brown Traffic Products, Inc., Part No. FC- NEMA-AP21. The cabinet shall be of adequate size to house the necessary components required to operate and control the beacons. The cabinet shall be manufactured of high grade 0.125"reinforced sheet aluminum alloy, and be of clean-cut design and appearance. The enclosure shall be weather proof NEMA Type 3R, the door equipped with a weather proof sealing gasket,and provided with a standard Traffic/Police Type lock. The cabinet shall be vented, .. 1 The cabinet shall be designed in a manner to allow easy removal of the control electronics sub-assembly (modular) for simplified trouble shooting and maintenance. H. TIME SWITCH ' The time switch or clock to be used in the installation shall be a solid ' state programmable unit intended for use in traffic control systems. The time switch to be supplied must be available in both 115 Volt AC and shall have program transfer capabilities. All components shall be made available to the purchaser for servicing for five years after expiration of the manufacturer's warranty,or shall be so identified that they may be \ J purchased from industrial electronic suppliers. Time switch shall be Brown Traffic Products, Inc.,Part No.AP21T with wired harness. Physical The time switch shall be equipped with a means for mounting to a J suitable back plane. Mounting poles that provide clearance for at least a No. 10 screw will be acceptable. i JThe time switch shall not exceed 4.5"w x 7.5"h x 3.5"d.A case shall be I provided to protect the time switch from dust. The unit shall fasten securely to the case and must be easily removable from the case with the use of simple tools. The case need not be dustproof or rain tight since the time switch will be installed in a new or existing traffic cabinet. mj , C:\WPDOCS\PROJECT\east mccariy.doc ... ! May 28,1997 5 I , .' I Interface to the power source and to the controlled device shall be provided by means of a terminal block capable'of terminating wire sizes !, up to #10 AWG. The power input shall be protected with a fuse and MOV. 1� '' The maximum power consumption of the time switch shall be less than i 1 watt with the output relay energized. Timing S' The time switch shall operate satisfactorily-30 to+74 C. e Time shall be crystal controlled with an accuracy of.005%throughout its full temperature range. Programming i —, All programming shall be accomplished via a 16 key positive action push button keyboard that is an integral part of the unit. Prompt messages shall be displayed during the programming process to guide the operator as the data is being entered, I It shall be possible to set to an accuracy of one second. Time of day, day of week, date, year and the operation of the relay I I output shall be able to be easily set from the integral keyboard. The functions of the keys shall be clearly marked on the keypad. Prompt messages shall be displayed during the programming process to guide the operator as the data is being entered.All data required to properly i set and program the unit and review.the stored program shall be clearly 1 displayed without the use of auxiliary devices. Changeover from standard time to daylight savings time or vice versa ~i shall be accomplished automatically. The operator shall have the - capability of entering the daylight savings time information from the keyboard thus eliminating the need for a PROM change should the i current U.S.law change.The daylight savings time feature shall be able I` to be defeated from the keyboard. Leap year compensation shall be automatic. -� When the user is programming the unit, the display shall provide for verification of each piece of data prior to its being entered. Provision . shall be made for correction of any incorrect data prior to entering It. It shall be possible to alter any individual program step without disturbing any other step in the program. i WWPDOCSTROJECReast mccarty,doc May 28,1997 s f t r i ! t t F � ! .. ! A t 1 When an instruction is given to turn the output on or off,that instruction j time shall be able to be set to one minute,and change shall take place N+ at the zero second of that minute. The time switch shall be capable of initiating a minimum of 16 program steps.A Program step is defined as the time of day and the day or days of the week at which the output shall be turned on or off. The time switch shall have the capability of a pulsed output adjustable from 1 to 9 seconds in one second increments. A set of clear operating instructions shall be furnished with each time switch. ! r Skip Plans The time switch shall be capable of executing ten (10) separate skip plans programmable to any year in advance. Programming for the skip plans shall be accomplished through the integral keyboard. Each plan shall be programmed by entering the beginning date (month/date/year) and the ending date for which the output of the time switch will not be activated.The time switch shall be capable of skipping as short a duration as one(1)day or as long as six (6)months.It shall be possible to begin a skip plan in one calendar year and end that same plan in the next consecutive year. It shall not be necessary to enter the skip plan program in chronological -� order. } A means shall be provided to review the skip plan program without affecting the normal operation of the time switch. The display shall include the skip plan number,the beginning dale and the ending date. Program Transfer It shall be possible to program the time switch and transfer that program J to another time switch of the same make and model series with the use of simple unit-to-unit transfer cable. ..) Upon completion of the program transfer,an electronic check shall be ` activated to insure an accurate transfer of data. In the event an invalid ^1 transfer occurs, an error message shall be displayed alerting the i operator. The transfer cable connection shall be accessible from the front of the time switch. *w 7 i May 28,1997 C9WPDOGWROJECTWast mccarty.doc t f �r ..w .-n.ti«a,.'+t.v..+wamnwn.w.n-www�•«n .r.r... .v w.r.•n+..r.vv..ww ...er. +�+—r.r.uru. vwr.•.1.--�.e-. . .n ..} ,, i } 1 I Back-Up System j A means shall be provided to maintain timekeeping and the program �• when the power source is not available. This back-up system shall I maintain timekeeping and all programmed steps Intact for not less than 48 hours at 25°C when fully charged,and shall go on line automatically upon failure of the line power. Upon resumption of the power,the unit shall automatically resume normal operation and begin recharging the back-up system. Should the program of the time switch be erased during a power outage, —, the unit shall display an indication of the program loss.The display shall be an easy to read LCD and shall be able to be reset from the integral `-' keyboard. The device used for the back-up system shall be a rechargeable capacitor. Batteries will not be allowed. ' When the time switch is operating on the back-up system,the displays shall be blanked and the output disabled to conserve back-up power. i f Display Integral with the time switch shall be an easy to read 16 character alphanumeric liquid crystal display(LCD).This display shall provide a G clear indication of the time of day,day of week,date and the condition of the output relay. If time is kept on a 12-hour format,provision shall be f° _J made to display AM/PM. The unit shall have the ability to switch to an I alternate display of time that includes seconds. !! r A means shall be provided to review the program in the clock's memory, �. .. -� and such means shall be integral with the unit. Such program review shall not affect the current operation of the time switch. —� The display of the time switch shall automatically blank after five minutes of keyboard inactivity. To reactivate the display, the operator simply presses any key on the keyboard. This feature shall be able to be defeated from the time switch keyboard. , Outputs The time switch shall have a single-pole,double-throw relay output with a contact rating of at least 15 amps at 30 VDC resistive load,or 15 amps _J at 115 VAC resistive load. J , CAWPDOCSTROJEC7least mccarty.doc May 29,1997 J , . 4 .,._ ."_ _ .. �._.........._....__..._....._...._....�.».............. � »»..........,.............,,,,......_w..............d.,.-.....__.-...•.._. ........ .......-_• — war..^.^1!43„�t�Sxi • .r 1 , t I l 1 •,,f �"� Field wiring shall be accommodated by a five(5)position terminal block J capable of terminating wire sizes up to#10 AWG. It shall be a screw type terminal.A separate terminal point shall be provided for each pole of the relay. Warranty Each unit shall be warranted to be free from defects in material and workmanship for a period of two years from installation date or twenty- t seven (27) months from the date of shipment from the factory, whichever occurs first, i j Any warranty service required shall be promptly performed at the manufacturer's facility or the manufacturer's authorized service agency. -� The purchaser will pay transportation costs to such service point, and l the manufacturer will pay those costs to return the unit by normal _ surface transportation means. Service Information shall be available to the purchaser consisting of at least schematics,parts locators and parts lists. I. UNDERGROUND POWER SUPPLY The underground power supply shall consist of the following components: 1 ) Conduit -� 2) Meter Pedestal 3) Conductors All conduit, bends, and fittings shall be 2" SCH 40 PVC UL (Gray in color). J Conduit to be installed under roadways,drives,or sidewalks not affected by the East McCarty Street Project shall be pushed. Conduit runs shall begin at the designated U.E.power pole with a 900 sweep. } Meter pedestals shall contain a 100 amp meter base and a 20 amp breaker to be used as a disconnect.The pedestals shall be installed at least three(3)feet Jfrom a I.I.E.pole. Meter pedestals shall be equal to a"G.E.9"Post Final ASM Model No.M101CP6. i, The conductors from the U.E. pole to be meter pedestal shall be No. 6 AWG Copper, Sufficient cable(approximately 40 feet)shall be provided to allow for connection to power sources at the pole.Conductors from the meter pedestal I (load side)to the beacon controller shall be No.8 AWG Copper, is All installations shall be in accordance with the National Electric Code and the requirements of Union Electric. r1 CAWPDOCSTROJECTWast mccarty.doc ` May 2B,1997 t . t j � 4. SUBMITTALS • As part of the bid, the bidder shall submit along with his bid manufacturer's literature,catalog cuts,or other such documentation representing the equipment that he is proposing to supply. As a minimum, information relating to the following must be submitted. -i 1) Time switch 2) Controller 3) Regulator/Charging Unit 4) Lamps used In solar powered installation 5) Meter Pedestal Submittals should also contain warranty information on the equipment proposed. SP.28 UNDERGROUM-LINESRAGER 7 This item shall include the cost associated with suppling the City with a underground line tracer unit. The unit shall be a Metrotech Model 810 Line Tracer or equal and shall include transmitter,receiver,conductive attachment I assembly, carrying case, sonde, and operation manual. The supplier shall provide a one year warranty to the city. The date of the warranty shall be from date of original purchase by the contractor provided the unit is delivered to the f ` City for use within 2 weeks of purchase. h SP-29 EXPLORATION FOR STORM SE Mg J This item shall include all cost associated with providing equipment, material, and manpower necessary to excavate,shore and backfill with one(1)inch clean rock in the location shown on the plans. The purpose is to locate the existing storm piping and determine its exact location, elevation, and condition. The activity shall be conducted as soon after the roadway is closed to through traffic as is possible. Detailed plans are unavailable but indications are the line is approximately 12 feet in depth however,this is only an estimate. If the results of this exploration dictate a change in plans the City shall prepare with all J reasonable speed plan revisions for review by the contractor and a change order will be negotiated. „ SP-30 NAND RAILtNG J j This item shall Include all cost in providing and installing a metal hand rail In the ' f locations shown on the plans. The metal rail shall be a single rail with molded j " top and black in color. Post shall be 1" square with solid cross section. I Maximum post spacing shall be 6 feet. Top of rail shall be 34" to 38" high. ! JPayment shall be by the linear foot of top rail with no direct payment for posts. CAWPDOCSIPROJEC Reast mccarty.doc May 2B,1887 NEW { _J E , i 3 SP-31 YYINIER NG PRO-GEQURE n' �r In the event it becomes apparent construction will stop due to the on set of winter weather, the Contractor shall tie the new pavement to the existing undisturbed pavement with A.C.Base,remove the construction barricades and —� open the roadway to traffic. All construction warning signs shall be left in place �j with the exception of the Type III Barricades. The contractor shall maintain the construction signage to the end of construction. When work resumes the temporary A.C. base will be removed, as required. This work, including the temporary A.C.surfacing,shall be considered incidental to construction with no direct payment. r EN2OF—SPECIAL-PROY S ONS i J i J v. i Ili 7 i Y i J f ' I J 111 t to f � i 71 S ,jt C:\WPDOCSIPROJECTeastmccarty.doc May 28,1997 a �}•+ r ��r 1 � I n a fw "{ x� t i vt r. u L2�t., err 3f 15 •Jl �� ., ,•.� , �:; �q�t,it tr�Y ,k.,{i�,rx,�P�i, y '�, N.1 F I RA3N�►aC SEA ki '^ 115 vo1:-r AC 4ARDW16-E �^ �'P6 11 I l (•1•YP) „ WEATHER 1`" 31664Al- °`R PR60F CAP w►�� - I'/y•ALVM, SCHOOL SIG►! BLKoWYEL. ' - — i A55EM8LY PELCO A57Ro S P E D MOUNTED GL.AMP KIT R2-1 LIMIT ! TD 1yL QQ o1Z E:QUhL ( "x— 3�•� i ALUM. $LK o►.1 W11T P1PE 4yr-o,b 5cN.4o I (4¢xio°)°' WHEN AWMNUP-A Po LE FLASHING rFA4 OF CUED ' CUT-AWAY' 16►JAL CONTROL. YELLOW CA131 N ET NS Nom- U-SOLT � i � (TYP.) '� ti 12 5QUAeE oR. � FeAo.IG-tE3LE . 6-C A604AIL f �IA►�1lflLE 8A5I- J I. To POWER 5U PPLY A-V-"or 5oLT SURFALE o F A ! - eAbE To ®� -- SE•- 3cN 4o coasrrueTE•D �� x g' sQOMtC �A �,+ m Vvc �a GRNE> COP 37EPTN of 12,► I .� a oil .. y LZAT_fOf McCAR= Rob J JI I J �'JC•� •Ri N '�/ l tint• i.. .. )r f° / ++ •IYR�°° Al • '^t 1 V M • ♦ ' �.f `Iy° 1• a all 1 J ,0 �w+y,y ♦V t ° • 4 � + et NEW- • 1 Mt �.II '�'.. f ..._-,.-......--..._.�.--.-....__.......r.r.......,...__..,.-.»._............p.....+-.,«-....._.....».t.,-...,..w.n..o.v..v.rv.,.....�.»...+.. ......•..,...-...........�...-...___.. _.. .....-- .. �R��`. t r' • f •. s '� y' sr r � , I TYPE LFs�o-0Np UNPER v124D UNb) ; h01-A4Z Po EtZ) Co>/ ?OW E17_ t�bL 15'r--ACON L-16"T i I-,IDTG, 92CVIPE CC{4DUG'j"pRh a-r 901.E OF g ) - : ,4DEQUOTr= LE�!(m7"I-FZOR-CDNIJ�CTIDN ✓ Tt7 �k lER, GO-lN ELT low To �E W� J ey O i--- -1 � 2�1✓tltl. � o k2 W ESP(rYR), 2" 7c H 40. P-16 Gei►o eov ' J ' Rol �Z•2-q3 � I t�I�TLaLt,ATI ON 7 �3/i. — o N L-I(v H-(- M,R - t4ETF ?DSfAL M.POL-- METER POLE. __� P� - Fbk1E�. �-E • l.AR. VOW r=V7. U/v - UNPERVROUf�Ia. EL�-�,1G • I rf` r I j I Y I Tp pp � eF� •I � �7g{ y: a If •li Gn N .y i __ ai .il•.Iw i •� lt� O C:i 3 7 iii 3 > r Q J 6. ws ia.—IS. i ! _ IL _ _ 1 °.° § r� `l LF u -II 1----, Wlvl°.11 Y°Pp MIIIII■ _ � 's � _ � e �?rE r �� �r n t W a o BE i r� � t•�x'�� liv d �i Ff l 7''�-JTa. T—�-�'�'1-Y1v 11 O-loo wms�-v y T JI I • O O I •`1 5 O ° EQa °p er� •FC�EY(f1E J _ � Y111A1 i ; 1 i R 1. •.. �. � , 44 i t 1',, i .ry' t-f`rti;k�{ r`L,; �tu#@���Yt`Y(rtps , ,. '}'�•"`x ',4"'uL1'•Y `srh 7 €'"+� ny�' 4Af -, IO ri 4- -.'I"ilya Rk trr .c r?g'T..{. •f�5'x'+Sks ' 4t t r u 1 Ti. �1� •.})) `S NYt' 't`$.. j y�1'I,J,,rg`,A,,,. h.:tr ."A , �i'i{� �.i" f,Ss ).': :4s ! 3 +!s -.!" ��,1'"3' gSt''t Pr +t 'Y rte{ .X jl r5}gv ,fit ' R' t ""E{�, p� 1 fT 4 I > >. L(` 1 f i �) ta,�"k5. � TA c X L . � S { ,a �/Y.�".` K ¢� }rt}!'i•�L1a y 4. b.,•k r,yi r�,'r };. .t,� { r 4, r:, 1 x �_l:: 'Xtt,. Iq.Tc� t 3 + ,3p„ k in 'y y",t. D.2 t'fb lr S. r i"S ).: ., r , ,r .?Z r '+'_n , ,a s. '`rI t r r•,#1~'.11k, F"�` tirc�,c I' ?V r ,3? eVt: .M r " �t pi5�{ r }. 4� t dy t : i., y Gam, '1'.;�;lrE tC`X`�} t�X� .¢ 1}+,�,:` e��d�y;^g}.'Jf'�,°t f'i' .3 �'��'�''.r��r� f{'k, .s j� .t�'y �#�r�:7:j�iT.k q+;'t'i 7 ""'V'^�'`Tl��.?bra%!.4}Yq��(-3�^ii,''',as p.,.,` x,;'J rLS� � r�� .i.' 4�'i:y fit`+ie J+ t +""e ' t e;ferU'n�ij , '� �'y �j� 5 S'r� ^tj}} `?.: }'.;s�, t '.^z �',,W ` • `,�.>i�'- ,t+'+,F�3•g4r,r,�'?;:tr1�•.r>,� r i G r ;r$�, "t "Y-�r:'• r4r'�� k3k�l„4t, a t + t•i' v , y *• L r.�. ;:r°' F , E” •s' is E t , ty, i• 'ix+" c 6 F. i.5-,S t .rt`3 x.7t >� �' _w F L .f e-,., s. fart v:i ,✓ i r e Yt t' Yt• �Jtrw�' :j air);}}gpto`d..}.• F� � ,r t, 4 {t.�h'1, �*� g"w g� a�J�rJf.�r 1? rf `t 1r. )t rt. ,iYt7 ,4 r21`s 7d. �i v'� G'H}, dt Ct , .,Ac Y, iy'x.r{, 'P.+.�, y +",�'3:,t.,: ['`-;gYY��,r`;j•ft�i'Zr ,xt j4. .t:%,"'%4*t t n3 t ✓ra z4'I'. ';,'��'ik 7 3' ';' .. a'•' 7;j. ,"tt?t4� .ytM1 ,w $''t., �'u � c,?�. + `xjI I,,�k`, u!`l 5 }.. r .3' {. ,;..,{:••�4.,,"� .j 4 t c is . t M1 t r , { mi l; r �,. ,•,s, ;. 'a ut( r+"}q r• „r S 1 S.r r 3 w ;;S 1 .(� ?^s.-''}t>,.. y`.ti tl s., }}''�•a + .:i ,x,. > „4',3U' t•.tu:J. 'd n;��]#,4+ rl'e `�q , i'� Ath ,t5tsatq kA ..ti7?"YE'Sr t,'Ah •.k,^i.", 1,i''G6A }+,iq'V:',.`��a•{T 4, } q I.h: I }( Li {. i.P p {j { ! /r a4t t)bfr, .�taTft' Sibyl �"'VA{�f i' 7ty�y A,,', Y y. 5``}.:k.'�E 1 1 {T t + Yt it i.% ,tt �'�}trkr .thy tT4'}C� rt'` th } kY ar;{3 cRs1},r F✓s; yl,a fj i��`t,'^i } }t ""_, 53't.4 1"t f tr rt+ .l ,Uar tt it 5�,....4 #. It +'Si^ t t,t, r s.::c,iria 'l.t,+ti,i,l, %zt; j F1'� +tc �.'r ,r Ir k L.. 2tt sr. 33?s . . ..ii. '9k {� h f i r 'CaN�'t f�{ok4 Fr t4>i",r3 �, tNd'1 F 6 1rJ�'J4t L >( A'. t ! (.•t)t.•' 4. F �t 1 ! aajh ., dt j ,> tt . t 1 c �4 "t 4 . A4#F t fx �' 5th' j 1..' +`r,.j b ,'rt.� * r # .tl ta ,'r} 3}.}r``riV'j4,'J r;r �'t, j.{' a:ar}il,jt s;i.{t`p Nr}h ) r'r, ?,�•,tdt"}}f' nf'�-' J'rryy7',Fyf;i'�.F� tN'r•rr„1tS+ FtY'.:,y, tt'yFt:s,.si, 1 J ai' t}f :!(r ^'L;'„h? 7� qg't -.")'if t> F,��1 �T.w.l} r•�i��. 4C.4 iJ f i l itt r k ,>•j a X t 7. rC�l7l"51� 3T Fxf� #v e i"#. f t"? v s s r, t^ s,.r• r1, 7,� if , �a''v.r t i + rt z.. Syy Y G ti',.!) nN+'1 F u! v; r) 'tl„, i 9 ,,x"1.7.P'{$�,+ #;,•' to 'J,, Yet° .i� A ✓,#t ,+,-'It y f i .. S. } k t) 4, i,.4 i'Y'!1r 't:4 1C,.tr t,}7 S ✓ ,3•p'Ai fq EfJ.f�ri}S'y.e j t i•i'r:t 2. �'1 it -ri p, r*t,l ,1 y `w ,"ft rr "t r.: t z .c , �� ..� t .1.4_! , !, .aiRr :�: (,r, ,i ifr, 'tf t:� t,,+y t }I t } t ° r'71}"� `' .4 >?"''d'i'rt` j -,r r '';j�•,�,q; it' ,}�.4 'C h j } r'.3''Ytr rErsi(. 4 xr; �n'S'�.,., }j{t` ,�hi1,J s C tt, .t 'fi t t r.,.} )A? ,. . Ow i Y !o't h.. ,"Q ,t2 h , vF 'n3.nl Sl t jyYf,i 1.�r,; k � •j/,a.:�r12 ^ t.r."krti�. dslsf ;. t.,t j+*+ r !i,Y.i X`s1t:1:na.4!t��+''xiSj!��IF "� ?',R j;�.T,*'j, #f"- ,t>~tr95'v i. iii t �{Lrii s t o ✓�,§r fn, ,!d 4d� r J x.'Y}J ,,10!tN C {.i !+'' t.=: 1. ,) ;r rat.?° „qo 4# } .z t., ;a i ''. i ,1;g� rfi"t, r r''J,3',:a(,T,�lNi t.i,, 'h rat 3s.;.s,,')t1.�t} . fit+ Y"#,,, ..;' f �, \ x .a r+%?*fi .t'ij I.�ps'. n r t 3 x ,a 4.;S F.�'k,rr F.y`t pr: f'+ s rr o .:7 a,Lj t j,".,'1+ ',,.r zd.S`•, R i >~' 't*ztr�F)'tr 4 t} .,• A,t,�yr'c i t v�Y`,j`,i,;-ri,y' x ;(fir",n,'k+*I,+HhI« {, ?,u.. tr,.�.�'}a w. <,tr,ad, t i'=o-. � i. f 3d nr aa). ?` rt ai,st"d3 to r d}k� 1 ttg.�r x;r S i:,;j }Yz c u �:' ,{ t '+ ` ,,r.•1,i.tl';:Ir„r'=r gig-,IC,�'t ,s ! r ��1.i}-r,,,, u Lill? r S •w� }�x +,u',tx•1',,. .r.. r 7+' t 1 } :s' , };f°,4_`,;.,:11.W T.:,.,,}:n ,A t : r, n ,A- s�i a 4 ".�": •5$t' ,�� ;kr,uu �, y�+, fi dt L , d r j;�k. , ; V.rt.LC , } r , J t.rv:a r +t3 t"�3 " ri.;y r ,,!!3 .t,.t}�a,µs''"+I,PH rt {.s f .a t,rti!r'r x=� 7 'TO 'r{:,f, �,tt�,Y . {-,ytfj;tQ t l 1'T# #h�„1�F7°,•17.,,'-' {. t,_ /• .t ,/dgt.nt n;,�#'' ,7�r,' =Vr j''r 2 fytk'(fli.f r.+#I y . h tKx• f{ it y, zt Y, Yy,}�..X t...z Mt iii f7rjfr.�t .}' fir.t 1, A ,,e': 'k,i;c,:j `+3iti� F:, •ri{�A!,tw�4'Vrt:1 44 t:�f .i},, ,fglp,{�vle+',r�i,r"r}....`^. 't gR' .G t!,1 {t 'i% 4 7kH ai )k 3 y t '.T ' , , ry.Y 1. , .r l -r ( t 2 t.V.Ii (f 5"• .,,,_ '`. F r'f 3>.fi19 4i { n J :r�s. .'ty�'`L{.,xyjdY, j9lst('}',• y',5,. ,, .fi+'•iJ�,f,,JT. tr t t7': t RSJ i .t. ri t f.qi t .�' 't it 6rji as �#.t•i 'F,: 3Sd' • . 4� ; t f�t r �,,k ,ir •7t+, r .r4yr.1' ?�jl. 't P r7 t "j t:f E Nir S e t4 f< i A' k xF ,7 3Y yY, arr.#; A y rt 1 i r N ) r;S'� tr a 51 s j'g$ tt:;•tvi -Al y R, }."r y '4ira dt (� �tc�t.�'t !t ,v .t t 1 X71 ."�:,t 4T Zt•t'}r� 'y. 4' R`�f. r_.?s1,.P,J d r j+•.J '•'rt'Lf �$` •-f i. !F''.. ,0,t n{aA �''v r",.. �l ^l+.g xi p' t 1 :F,a,s�.py,j t .\. i .'f a t,.z'k s ,rtyf r, t. .rd• � {�,7��J r r .ett t f.. �'c�.,t GT YS 1 a.F 4 a i 5 f." ] 1 T t1 •4 r 11�, X +x b�.A�r r. ti P:"(']'-5 4 �W. s y i.4 � f Y.f�• i�`:� ,Al,i.+'fi"e� i ttrt y. L�'1 v.;vktn..}:t { �'1t A A 1. r-r 1 e}.}` 6` ::�+5}4 r t,ti, Lry r t y){ `t f y ht�,Sfr' t, "{ ,,,rat}l�,t 't +,"•,?�F,?y.11 1 r'.t hi�iJ`!✓,r ��{ xy^ ' ..',uaSJ:tr�}?'�i r u r rn t t 5 } 'i t Y >, rTr+E l�'ix h{w',J^ 3.r �, n !' { i'.''+J' §f , Y';�-11,�,�r�� A/r, �?1�S�3TJf,:�S;ti #t Y!F jr,�v1, �c• '{'{.'u ro Y tt.i�r#'t 1 J'; ;Ii r n r r i,,1�'.'u�.�I t'flo+z-n�_",-4ti�?#i"-0] jMrry ✓ ., r,`�4'" "Y.P'`3YF't :r3'+{,r`+; .>y' :jt 9t,`<!•l to/h ss"'.4 it} r t rr , .i r tt l t r'. I— I ,.r. ...v; i sr Yk ,� i ! }L .2 r of yt,. # °�x'.,' �{ «� M1 t S ht t �;I I d ,,A!' [ 4 tt ;ih rf e yt:t,e e p:yrr 3 x g 3:7s�3 1 jtI4 " "t"L r t� v a�: 1 w fi J M1..t l S .r# sC •,{, .t r t7,Gr� i f did vt l <�'t•' '1 r,!{ I���4�.�.4,'yt / ky t 1 T,4 i`ylih i, a t.t•�uf^'J t b," �7r jtyq� 4 .f}"Y 1. >e It r t4 d U t#i t{ "OC;i f3i#` rs ;•i�5' yz'-.ff,' 1�r�t }t!�{'+m'A^' �,}. *,j �.+F', iaGw,F?:1yGrt'lE.S'+�Lr;,t ,iK�t F f- }r ,tr 5e 5.t 1 ,) ii`. .i } r •3 y �,' t j' t'i,.•k.;�.,+C;` jtj�`.'t�,� n8i. . Ah".,t tr:, i r,.. t•J} d s a �J G t , N i. v x (} }y +{:#+j1 }+ t rr s,' j z., �. s. 'fStkyx, p'Ts� `�' ��% 'r ;,'sC,,,5{•`a,•r';f:4 rt s,t"�,p'r�.. t t t �r t t rS. t t +�� tn. zj�,,w,r-�" •4F.t't, ,dry'ti�`"$.r :''PT,•i'Y,, y„}�'e't 1.,y'„.ry tri+ 4>#t:<'•r,.t. 7�.,.}.+C,,+; [.;�ip,�,{,t "_}..].ri)Im twr, it }t '., .Kf t r jaf art 5 zu r i5 }l V;M_ Y.�4 a; .Sf)f iR •t2,•, { .4, t Gj, }Cry S ft•F. fit. ,zl,q , K t .fit �� .y. h i.i >r +'fi, i Il! ° b >4' o'{!:. > X,lr ' },t x��1:.;t�. Y� '}t .,ti'1»x l.yLii t a {>I s ` i tt. 5, ;��r} .�.k,t t O;.Ir �" a�+"t, i v ?�yr ,�'p'� t�x, ri^a jar t,� Y.y r rfr:�'�k• +i A, h. # i s ` s .c.,a.: 4 ) ,!''� a} "st' .tip* a .'y'r 'c�;ir, �,T ?, " 1 b ,/ 2 r 5 (., r.r�` .i �r ti.l { Y�>•' ri 9: y- r1{ 2 t,}r,. 'Z, r .,j'.' ,r G S'. :Ci' :3i 'r �w,"t`{i;. ri S;+ S ,"iz;e';crf,� k Ir i".. t7 '•#}y.,,is ';4 t t a ,Z ! F J 3r,,,rs,t'�iM ^i7 t,y. K,4,§t't�id� y 5 fS t,kw ,�F �)Y Y''`ryr .f. d 1 r tlf o';`.,,'.{'1,•�t .l @ n a,°si�rtr .k4 Y�rLFl•;� y"':r",OOA, tt ,? tg4 r` f°,}/:t, r�3., y�K,T,"Si'3%:''J' , •? :f r;..,f ?, ✓ J'.,r `:J:si } ,.Ir::" iat, ..i,;b,rrrc;'. -{wr;7S>.'f i.Fk.:Ft!s 4'�l.r 13,`'I,'..;;i` , I, nq, 2+9 �,.:Ft l.it��P Tli t i t r i`•r a .1 :t K t�:. ':'ii .a' a.,t .,,>,,, F'{,3^ ,?�! '),;ZK tT. „yr.�lrr'?�"r rq,R73ti •`i•t ax{t•'t'�r.51?d;�t. -i�., a���,....4a4G:v��;t•r ,4,;f �3{' et'ryr. �;•, a .f t, # ',t, 7\ 3,.pir...1Z��,S k.t.r F ,r, }.y NM„}, N,:Z,..`s��v.r':•1..�.•'{.,�,`,�;{��'.' i 5i dl r4 l°a.,t'•'21,1}.';t�•:��%'.t_` .j ; 1'ft''°N7\I z+t�"i�t>l I Erj,�I+'� ! , 2 i ' s :.i., r ;`�":•::.T:r;i:'?_u;`;r',rf '"{... rrS ,' '` `.r�r+f,$.:'o T{� K}{I� + �r�l.%i''iQ� r{'urF`,Y lk r jx:"W't�}N' .9 jraz n rit .,Y tr?, {,vT':< h a t drn r" } s T!h ,s s '...)-e .,{ rkt,•.r ,.,I, r f2 jr+ Fi `l,af±+,..z. rY ' '1 CT. 7 r. - .,.., Z• 1 f :a q ti� ;•,t, rx � i. 3ir air r r�. a z Y , i r nay +k ;, IS tv f• itt+r-, "' ^r f r, , J�Ctf:R t-r Y x ' r [ sz ,t r G.r r ''d r t s' r' 1 r t <} i 4�. �'z .t j Fl,+ tir,-. ., ,v+G,s r ,,,, kgy' y;,t`Y,'fK '�tE *rv";;s$�>` i)ts;t�h?�;tK'',fi ,,.iy ln.�{ .f 3. .r Ff. .# Sit' r�. .r t t:rs'>}rl:�:!;it;,'�'li, 1,S't,c'!tt}i�sii :r y�'Ci•Y'�,ri:ltur'1rz'.y • 1�` r ;t t <`'•:3i t f 1 r 'r'. '4 _ s P 3},,r�s, +.c,! n Sv 1' dl .-�.St r >'lF,} } ti 7 }tj J d yrji:}.N(1.; ti, j �s 1r t t f ., S t .} 1 l F "r4{Z S.rt U j' Y.'!:. /. 1 .R. (•r ,r- {;y F r 5 C ,3 t t k,:t i ;G j 1 .nR S rt 7� r4j y"2, rS�' }'.ru 4syn> r s 5 .'• f }+ 'j'} < i- a,', t., e , ,{s r R` { t r.lr�F`Ki,.,�,,}l:.!{@. Jsf '� {s iiJ-j., �` G E y tfk, N s t `,��".:;i ., , - { t. r r3> 'Ya s, b .�.d } x �tt•h`4r t LCtyrs,{ t. t7,S7 •.?5�,.,z}{fit 7C{,�`..lti�tyt\�r,.5'�'t4'r ht 2 S} .r , ' R ,; r .f?, ; , r L' 1'te C kG,;`4 ' P.I t ti&"A:'l ter{�{c 4i"^�14.'i F{.ie ct 9r rt!'i4 },'d�"( t {,.. 1 ! 7 r.i" r '1 y. ` }A f''.Ft -,;1 �,ti. . 'yi a r i ^} �: tri ..j{'?{h.,ii:7.r'."a 4r',, ti , t1 $r' trt� L'i'I t f.. w , �. c +,+ , !•; '.:•u:+ a n., iir�'Jt.+,j:. r u f '� }, i ) r t #•� ° ,r�: •t],`•'#x 'i }t r+v'!'.Ii `rt,;r.,,.,,tl+rxr,.,,*,�'.'S'"IL.t•rr,4,to r�� }fit i ,•t k, .cC i3{F•t j �t,nt f 1 1 f f. r. r t .<. •y.,; C:}-r,6'„A >,,,r qtr '":j k7a, -F F 1:,��}a �',` �.• J, t,` 't f 7 i I: '' ' 'c :,:>•'s 1ya" � ly£jx zy� }rl?t:JF t �v ti} L to f �i L r ri'r'yr'1}:{tL' } Y : h! s j} r D ,i'i 5"t��y .1' §� .ts`�Yr rt't 2 # Y,i« .3. >. �j R:'Jy ,ll }t,-5-?;A'hr ci + f+ .; •, r t Str# }Y P'(7 h.y .�' # 2 L#. 7 a yi'-&-"' t qtr y , e i 7 T ` t} r fi,. er+ r, }ICC t x r " f j��i PI i'r ft t i r,I 'f y r {h t r r-f' ,.,+ .•U- ,i `ti` 11 , :r,S 7 t �. t'{ a Y 1 X u t^ 11 E#.' LKL w4..; k '. i r i1, 1 h[ {-j p r~ + it , ,•. �.11 z 'z x �. X t rri •i`l�•.t d xil,� A r ' , t)< rh �lv, V' d/t r;.} i : r{A r ty s; r .r J" fi iy ` r°f,'Lti, 'Gr; •lt •{$��,`t[.�rr`trx r =r` �rE !Ci rr• s +t(r'Af `t 5;< i. Yy� pr' .f:I.r ,{a �. t 5,i. Tl ,n{'Yfi”;f�i,,.743J-y,.y,.t+'[Y•:'�f+:.;1A},.nL t:7;_'t.}l.�Y,�v,;,,, of Li:c�.k;, ,, titj'tit;,h .d .t2,t .r , 4' ir} y i ,< '?5 f„.y+y:{,,,' d .i `,,,j'i ::; Y'%.,,, ,,a.,., +8'F3{Y". , F. d. 'sr�'h.,th .°t.y.;..V,.. ±45,1�>'v�:''s e: t. rt r,. f. ✓ it11,!••s+� 11">>{,tikfi7t.�{Y»•��.i ^r;C:j'41�-,n C'�q tr,,.•,. �Wt>tJ�"'.>:3,!},d'ii'' t.rL 'r ,'i#%'•�`ri)' tiGlrri�'.,:' . r.t- �. '.,. { �3...2:s ':ir<r..' ,•r 1.0 ,%i�, i{.y Y.�y..}' s ty' +t ,,ii jf�, ,4 7 's`''i?�tF:i.FX�,4 ri r�4 sit x- .`•ri. J rl r i. s: .s s.,},.. X1.5, ti, rf,Y y� ,4�x.Y ..iI, KC u,T".44 V..,t.s •y.t"43-,./ f(}'t;;At r•)?�.u{t(r•r:,t`5.{i`Rr n ..,z .s '(. a`(c�t=tr•::ii4 :x 4 .s. '}} + t L"u .�',t,5�,:ij4 tn6P Ti,",;',...'$ry„,{'�,}J1.3 J,{.,X l)9tt,��'�,i><•:}fir it 4g,"''}'",'}.'tli k}:'�<.y2f•{`�'�lXZt•-'r }Y,.1„ � ,.fi-1i. :,�: 1yr}'y irr �'1J .f r r' I k nrit t x,i o jr�{;x 11-,1f J '4tit�? r£a'4..°�-n �,g£+g" {f• x'°r?f~ v t .�,} s b cc C 1 3 t , r - i}. :.fi...} ','1k,mTr: ,-ter;',ta•1'J`G. J., 61;-,,5�„ .t-1'�);4,%j?;p .. 4 2i6 k{'"''' �q : jy r ) + .•1 .t `� 11 i ++ r 5 e� `' +.. h ] L ,• �.Sa !r r'S,rq.E.13` S••f t 1,,,r' ,}ytr'r i :} 1r }Y a, tY A.}F tT�.:.{ �tya tll Y'(411,117tr tlA4 't1�y5S r. $+.{y;�.31\i{11,tea{cti�, { ,!yet{ j`,N..t h�,r rl,�ti'Y .J{�, 1� t Y F '4 , .t { i .3 1,.;.}.4larr 1.r j)li IR t a i�aif-J• 'a�"/t}��>tkj9 .fy'. 51,.�k:'vij '`4 ]�' .1�1 t�'t•�rf'.1l {' '�,te4f'S Srg!xt�f{,ir {Y A�. )4 F!(' i 2 1{ 'S ,� i y£. 14�,^ �r.} i. 7r n`n KY`.�a�l-1 l,Y.11 't r:j%rU,;i'!4}N1,,��.+i`M.q,i•,e;C���{,fi}•lw'p-"S•t17+.{1r'�y, r �f '!:}`}N .11 rt'.';":r r�F .� k{ r ti tr r• } s V t „�.,;r�F t is . t 'r rr+ s N;a ,;i; ^".''-°;`x;"'-,'k' a. F,7; �t R f ,-0,,,\''^`.+,'y:'S:a,;t1'ttt x'i >•a G+ r7J'ri if L,'r. .c7`'NZ't•y° ft<tt'`3{;{§s` ,�,i+ kt:�49't; y. 1 S t nt t� ,..of .'I OtJ,a r '.' r�', y,1' n + !,t,!` Yr'-h,+ i rf .i �^f 7 ,?[k lr�j',aM�:.-K't:rLut� 7f"F�'Ak✓°,'t,'`t�ti:> �'I,ijlI!Y j �f T ' c "f.'+..;.�:. t k 1. ad t.�v Y l tY tai ,,,,.a'y (r%•,' ��.� if' ";c.•`',2.a�J!?�",,"y; �.Fit �W,%f;' r5.r, . 3 ,f t f., I ] ' t !`i irof"�1'1:t 't �"' t a` �'�r Mr ,{hs .1ss 9M1,;�-i<' + clyF { :ts,.,E•';si CYy� „r �' s t y N r [r'yi lit ti't5� xfi t td��' n tb rlTgir {�`� ;tjTt+ , ;tryts;11� 'r 3,' •Yi.; rr`y,f-.l t,s.t�';+`"F' { 1' 9 Fit 1' s ,r jLF ')'! T. ) { r r t.'i. C, a•4r. r'4 i �'Sr"'a' 47,',. 3 e „2t',�r.MDi q �r=a45.t ,,,;ldi.7{s+ 4 t3 { a (: ..,:. . 1.+.tl} + rt i t r!jA YlX c'Y'G,Sat r' rf 'i t,sfr ) 1 "w ft i ,,+>.�> !i r:.}.ky'' t`X 4 5 t'a '+ Sti r rrt ] r .r5 at{>,!�w t t F } f j]h•I 1,�,�(t:.TY ii(�,tN},$vi�+r7�t .(,t,F,,,4,�r+fi^r jy4',,firt, 4 ''St .y1 I r h f {L y rT i., SJ+ Y7 ({ht ii �r5 ayyn pf } ! 15t .r. y -S .Cx� i1�? 54 T`?.< ii �St'.'t' dr�,•r''iy t' tr itttil�r*Y5 ..2t ^''Y v}' 14i1 r 3 t r d.t r f Lr. ]... 1 F dYr t 7 3 VTM, ,{�' f{ t:99i.r r t Se s r L' r 'i >fk f # + ) i 7 1, r t T t 1 < !,. )tr t J t 1}9 9ti .N1 �St rt }7 t 4}b t l�y fit} (bT Iv^ w,f. 5r{r t t FtC'"9 v� ' n S t ft 1. ."r ,r .1 C , Si ri? "SF,7{ r'TY `+�» �i < 4k ti'?lt�.f +.1++ ri}>f , -.t3 ✓t .S 'i,t r.J.r1r ,�f t1{ rxj. s ri,AS G 1W4,GC'� 45� r .{t- #1}' r , ri rr ✓ {!i'zi. e r) it{ rr r.., + r 11 .f . .r rt { t., ] y.r{it 4 { rsti 4• s't r`,�' r `� s'�L t,Ln r5+1 yet 'k��t°, ; tt`` #,fl tit. 7G t�} ' r,r:ti w. .r a y t a� a ,t l ji {_. 1x 4 "xf o iq. +'t,�>< }i c) KLzr iL { t� r { r' r s. i it{ r f + .f , 3 tr.,+, '] rt cf.' s Fsr,ir4�r 4r{J .ri Itr.vti. }. i :rat 1 ✓ t. ti 1 a r t t:t''k r ;' F lZ F4- t {5:�.}. 4 i li I .11' r: f{ t,r5 }S ',tr r�� t r t .}j, i„ + , d; r],S 3I .I r tf t r t e 3 'ti p ,vt � sa `v.r { d' rat e I 5zG } t sr,� t S i T' }t r { r <; t /. � S tj :a 1 , i is\. '( i' } ,: t 7.` r ,Jc.ar ,r t1> 7 : ] ,, ', r S ! 1 it I d> n 1b f 7 ' ' t t, "". tt .Q I.r 7 s.'.,+ i} t1t.`?Y"{, }.Y 7. }'t , S t {y `a .y. + ; rl a. iF F ,{' Sx ff I + zr, : !> a ' , l 1 G ! 7' r�''�., 1 lA'# j 4 'i/}L 4 l } a lr ., l 1, R > a , t n i,,tLC '­_4:­i__1 x { r s }S tir >, i f , {. t 1 z '.z,t { Iat Jr," i.u{ .,,'t f,.�' tt 1 tR kt+ rt�rr }y SR t { Xi f'r , F 3 .'S* .. }, r t s '.+ ] S i .!'. i, i rr.4.r 1 c t� , T,1 {S ' 4t f1 t r ) i t S i � , t t t Z + , t , t t r 1 .r 1 G ]#j r > , ,a f� , 'x i r r r rx� t , , t I'-f", t � :t i , Z r, f 1a}t {Er k.4 'p .t 3 S 1 { r , t' ' }.' '•r )i :4s�.1 'E \ 4Y , ] 't r. ".'t-III,",1 } 4 r j r 4 f r J' /] '.? 1 1 F' ..,� +.!r` r }F t , Y 'j'F i ; .J , r j r r f7 t f { r r' 1 1 t 3 f : Y yyjj t tr I `, t ti t .'t ].�i ry 1 ' t �F sr { R t r r t } r r a r .S{ 51t1.,}} .,tr tr r1.t + ! .tt �rl r) L r� 7 t ti.: / t r, t s x r r 6 f f , n 3 t r. a " `V r r f's t a } +, r7 4rr , r 7 r } i t 1y i J t9.; , ^,r tr it. S }j ., t� t,t � rt ; .i t t �' t + } r t + } 5 L' , , S , rt s J +(f",rl C rfr rs J t . ttt 7 } t r{f 1. :•'# t}fi r } V, s ill: !t �.1ff t r 1 LStr tfi t t .t!' ra tr + t ✓ 9 } 'r t '> r,EL S{I (rt xl f Y .,{ t r �ti1 .,, C f , at..,,t,.,.� fF 1, f '$ -�, ,4;Y�= .A,,.o..t.,i);r:t�r(:; k�r` t'4tr`I '> Stt3�.t?'v✓,i;."'f;il,.§Y„ f.4,ri. rti,r f f } Y y s. r ! 1 i Schedule i The following dates have been revised from RFP dated April 16 1997 acid subsequent (� j response. They are for your review. • Letter of Interest-Director of Public Works 1 May97 • Interview Consultants-Make Selection 7May97(week of) I • Proposal Due to Director of Public Works 11June97 • Review and Approval of Proposal 13June97 • Introduction of Aggrement to City Council 16June97 • Approval of Agreement by City Council 7Ju1y97 • Notice to Proceed to The Architects Alliance 8July97 Schematic Design to Public Works 15Ju1y97 " • Approval of Schematic Design 22July97 �. . • Final Plans and Specs to Public Works 12Aug97 j • Documents Issued for Bidding 13Aug97 • Pre-Bid Meeting 20Aug 97 Bids Received 27Sept97 • Recommendation of Award to Public Works 10Sept97 • Recommendation of Award to City Council 15Sept97 • Council Approves Construction Agreement 6Oct97 " I Construction Begins 7Oct97 i Fee We propose the following compensation organized in phases to be invoiced monthly only for ' that portion of work complete. This includes Architectural,structural,mechanical and Electrical ("1 j Design Services. Preliminary Design 35% 3290.00 Construction Documents 40% 3760.00 Bidding and Negotiation 5% 470.00 f Construction Administration 20% 1880.00 ! Total Professional Fee 100% $9400.00 Reimbursable Expenses are limited to the cost of bid sets times 1.15. We are honored to serve as your Architect for this project. With your approval we are prepared to commence work. Please call if you have any questions or if we can be of any further assistance. iThank You. Sincer ! i Seth T. Evans A.I.A. STEJijb 971 SW nVU}+:.�/.':Y4t:�:S:Rr rN.:.an...+w.rw....w..w......�....,.�.�...u.. r.........wt.r.n.rn .u�.n.�r-v...w ...-.._.�_.�.............. _ ... r+u.lMY7F '+^i'•Nf'X.1 1 r C �r t j 7Ar inc. 1431 SOUTHWEST BOULEVARD JEFFERSONCITY MISSOURI 65109.2403 673.838.6000 FA'467343"133 .. _ June 9, 1997 Marty Brose, P.E. Director of Public Works City of Jefferson 320 E. McCarty Jeffers+on City MO.65101 From: Seth T. Evans A.I.A. Dear Marty, We are pleased to submit the following proposal to provide Professional Services to the City of Jefferson for the Transit Maintenance Garage Expansion. For your conven(ence the information is organized into categories by Scope, Schedule,and Fee. Scope The following are our understanding of the project. The information has been gathered by meeting with Tom Hood, Darrell Ranabargar,yourself and touring the project facility. • The facility is to be expanded with a 20'x60'addition to the south. Construction is to include a new concrete slab and an exterior enclosure system compatible with the existing structure. • Fork lift access is to be maintained between existing bays and the addition. This will require an 8'x8'minimum opening between. The addition is to house one bus.A 14'Min.overhead door is required. 1 • The existing CMU partial height partition is to be demolished. • Existing electrical services on the south wall and CMU partition are to be relocated. • Tie new roof drain into existing. • The addition may require exhaust of auto fumes to the outside or through a louver to the existing fan. Exhaust switch to be activated by carbon monoxide detector. • Heating is to be tied into the existing radiant system. • Lighting is to match existing. Surplus units(10)to be provided by owner. • An interior trench drain is to be located approximately 5'from overhead door. • Property fence to be removed at south facade; • Survey information it to be provided by owner as required by schedule. • Construction documents to include plans and specifications. 1 1 } SETH T.EVANS•LARRY D.BRANDHORST• CARY J.OAMPHER MEMBERSAMERICAN INSTITUTE OFARCHITECTS tit. aid b I Schedule The following dates have been revised from RFP dated April 16 1997 and subsequent response. They are for your review. • Letter of Interest-Director of Public Works 1 May97 • Interview Consultants-Make Selection 7May97(week of) • Proposal Due to Director of Public Works 11June97 • Review and Approval of Proposal 13June97 • Introduction of Aggrement to City Council 16June97 • Approval of Agreement by City Council 7Ju1y97 _ • Notice to Proceed to The Architects Alliance 8July97 • Schematic Design to Public Works 15July97 • Approval of Schematic Design 22July97 • Final Plans and Specs to Public Works 12Aug97 • Documents Issued for Bidding 13Aug97 • Pre-Bid Meeting 20Aug 97 • Bids Received 27Sept97 • Recommendation of Award to Public Works 10Sept97 • Recommendation of Award to City Council 15Sept97 • Council Approves Construction Agreement 6Oct97 Construction Begins 7Oct97 I Fee We propose the following compensation organized in phases to be invoiced monthly only for that portion of work complete. This includes Architectural,structural,mechanical and Electrical Design Services. Preliminary Design 35% 3290.00 Construction Documents 40% 3760.00 Bidding and Negotiation 5% 470.00 Construction Administration 20% 1880.00 Total Professional Fee 100% $9400.00 Reimbursable Expenses are limited to the cost of bid sets times 1.15. We are honored to serve as your Architect for this project. With your approval we are prepared to commence work. Please call if you have any questions or if we can be of any further assistance. Thank You. Sincer , Seth T. Evans A.I.A. STE/Ijb 9715ftr1 r , r 1 ` 1 JJ ,t s � t Y . d t