Loading...
HomeMy Public PortalAboutORD12593 BILL NO. 96-152 SPONSORED BY COUNCILMAN Haake ! ORDINANCE NO, �a593 j AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE 1 U ' MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH TWEHOUS I� EXCAVATING COMPANY, INC., FOR THE HOUCHIN STREET IMPROVEMENT PROJECT. i 1 WHEREAS, Twehous Excavating Company, Inc., has become the apparent lowest and best bidder on the Houchin Street Improvement Project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI,AS FOLLOWS: Section 1. The bid of Twehous Excavating Company, Inc., is declared to be the lowest and best bid and is hereby accepted. Section 2. The agreement shall be substantially the same in form and content as �. that agreement attached hereto as Exhibit A. Section 3. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: 3 -f 2 - 9 7 Approved: •3 G � • Gcd.�'it-K�C_ �-t/ "4'G^Gi�cP �Cxiil�t-u,�� Pre ing Officer Mayor ATTEST: APPROVED AST , RM: City Clerk City Co se o. r f� 1 S4 y1....,. 'I i � t 4 1 it f J , t y t� - — ,.•..rxr•+nn:.m+e•:.ka,.tirnn:a.:7ttt'�:rr U-.' .I ....:1,;%.`,'r:%.�!"•,`..f t{'.s..u.J). ,,1. i.. J s Y 2 +Y7.,:i�:.:.4e16„•1.:,<<:atXs!c'�:wr" {>•�+,r.;17:c�' b 7 Len I S •t s I i's{'tak�tli .� 47 §YP'S" .{rt.`"7>44i •0r 't'*{Y,'G �a 1€i Y.,y. 6 (y' *. '..•i-'i`'•tJ.' r 4 ti n +. ;urr j. is J41 .tr."YfyyS. '`}, .- >� r^xU,t'Y6.1`zi`ry t 'S ,a P,.i,�f„c'3'fr'' .",il 1,swr �, �t }X1 ' `:.,t a` cP b' 4 :+. + i ' , �' '"bf 4 r h 'St V. { v fi' lsr fi4 ? �t t.7 �'e r 2), �'�` r� s� a`t i P F;f }Jre�+,. ;' 4 th:ttt,d-.I .Ex' En' '7 r' ( t ?1S '* i• y-tttcs.., r .fit '•, ? f��,si' + k k++-1rc' '� f .-i'` � f''f�r +k.•r fir. l .n,. ' s. y'r t{ rl�f,�r y t t' .r'r r t 3"�:;f':r ., .-' f �- •r{'i"+ •. �k 5�'�'a'; % ; S r t . s. $ty,!'4 { ;� t cL S-4,11 .,f ?^S . z,:i 1 t� Y A , .Ft"!+ ,;,d "}!.is t .tit ,€ ,s + 1,<rL s a ? /a r f r<$$r`'Y*r ° ,,L ».,t '' ,h,{.tt�«}, a t1a» };r.,< ''{r .it',`tn. rT TNt;w_.I.:.v .F ;``r t. fit w3a 7,. ty ,� a t r r iLrt E.r i yST.'rY'.• ' ,�.�• ' t>ic":y,; y i t �}} ?, t ' `>: t.,c1.�;i" »'# ;}'�,'t�u i,�I Fk','�`�t sif<w }��tAF e''T' s; )•+. �i rt.11•1/.' ll aku:V.sT.'�1 `y-d0 s,+f, tr+ ,��.r a+v,_tr^ ,»y; .r" k+ 'Aa A�? �yJ,•Sy! ,,r? `����( �'rtf�, +'.d. xr' .k x ; r" .3 tX y .�,`J litn�llSt `rI\{': r. i't['. x Y ,J Yt[ 'L r'� .. YY °J '•t Ti .l "s+•{ P4L,ti 4 �;7i: ,HE t.ytlt t .t;b ;T �.r i ��y�s; 1 f'�t r ft t and`"} :' 5{, z-".•-.is jY++. ,JSt..kPk�.w';;�' i:t' '.G�-,.p, l"t 7iki "4 ! 7y� h1' d'{a X' .f41'l-'} "'�f.� F'N,V1, "�`vn :1 }.+"`?f j ?i-- ry Xy I} r. t vR;�aY a 4# rye is?1�.Ft a ,; ,mg' 'V r s iA�;r'�,,e,-�s"":i',,y',, �! 5 .•.,SiY1`• c, I Nki.v is ht•;i ytt' t'i+s' Zt ..4-i S f' +' w: *T�r�r t '\' � ')��•.'' tJ �k k��ir' '.5�. 3."]x`w� � r -7� `v .4,'y t`�'rY"7.t,k� J?' t'' v' f rr 9'i J,.i, ,es 4ii v.,, S+f ',1 ,.yc crGay .I�C.O.'7•AKr. �x«3r'r�,4t `rl. h.•S2!..a.«[;a .+'.f Y, :RlSci .t?.`dial,S:t�L.kEO"',,�SafJ,t :L�wk.'ti:s..'. t4�nt r .'1^ Lti.#2.+ t t u� -- �$ y{;" trn 'y+hW Y a rr, •�2`(Tr l 'Lt' tiAeR f t y ! H v i >; 1 ..t� 1¢r .1'71 .,s,,, �1 cr ,a'rt raw° . ., t'T'W,73''P{`'� ' S;p'..� ., t'�'C's ?' r+: rY �f:ly :�!�{ ,r x.;P,,,""-,� '4''q +i2� , 1,,+I^ to 1c:;",46'' Y;.?;u~i :'sFpf;:Yli} ,>aA,`. +}'�iy`"j, rl.,•'�„ .1'tfi FS r'L Giar'y Sh"�'•l wEsr'�. ''��4'iT7t is rta+.s'7 I'r S 7 �.. ,R a ,°a,r �, \,xl 3 ti:rl 4 �Y1t?!F .,t,1; ��acx r tr, r. 'rF t ::Pl t^ .t;.f�. �.r <1it- x�.fi r`r:E 6 P,,`�; �, � {e" �t'' '- i ,} b r ,�'`Fr{, t, ,, `� ? r e 4 .:-. 'd.•, {f~k'fi ,'ayvt. u 1' tk ri . .tf I !t 1 t i 7�� �*4iC ti. 0"'r tai}v j�1t� 5.:? ,qty.{t,i r y '} ; 's n 5 c "•'` S qI,,, °4 .� w r - F' ,, 4} 9 t 1 4 r} :'1� s� ..{ y r.,�' f a !e w :s 's.! r� +.� ,Sx� k Is t r f u Y r,11 ;'X .�. ..E t „\II F as i IEit,t�t4 t'\1 di, ,}S k (�.;� rr�r?.J4??,�,tS"�{�c`}'r•} >, 4.5'irt }j{trttr , t�lrt'~{r' A •"��St k'r,� tsF�4rk yd , ,t - i.I7.P.>y} ��,t � �,rS•„, 74.+;.qJ.S 1H as '7`}yi .<"Sp §}'r ti Lk�l :ti-t t4r„t�'•'�."." l ` {rl t:�r 4n pct Tf�t i' T l';�t' SL .s a ,��,.,� Y' 1/ t �1y yt.f}}�,°iv }� p5 t' t tj i t�}""{ /,, 'fa r 4' { 'f xj? .F Zfit~ f hy"�>r e,�,tXt'<•^twri. •flGCic*Et'',s."5 t7i^tip 4. `Yk7 tail <z`';"�:ns,,,.tC,bf� {, 'S .,Ert St >r.t .Y i . s} l } ,4. {{ z �O, ,( yµk},'\ r'{`}}Q f .!� G } +t c�yc�. n., 'f } , Y yypp .0 3 { t fi !,§ •.t a� S «'s + ;l:Tsi`.rj.rk`•.!i�i 3 f •ty� ! ,f'.1^a„,,Ytj 4 ) _ r rF L } 4 ,a't'Yr,, r/x,I4s ."t"r•Rf. ,y./, n .'8 # ";,<il ;g v t S iy f�)�t ,.j ,t Sf :�-r`y:C`i`'=n Fr.Er r,T f f,K?,r.,¢,hP}. rr±vit +... \ {" r•� a t ,q.I.r '7' ! P 1.7 h.t^.. A 4 i:��..�,��!!�f 'Sy+y}23-isr YJ✓ 'Yi {! i �5 tt%� ] Fn Sti`3"�a 1 )';'F P. tr n".`l." A fit^ ;r �J� 1 ir; + S' ' ts fir't:�t(,`wtr'.", ` ++� ,�"'S "wl �,1\'.'r4'?k"nt'(Vf '1 f1'G '11 Y„�}ifi it r��lf yiL�ul rt ,Y.t"i+}.P, f{,;:t+tt,t.\s,,..''^r�yl' 2 t.ffyXt .1;-,71 1#`�; rc .F f r\ Yyi 'ilz;fzt}ja..k ��dd�4 '4'LrG'+,,+ Ay. r + S �tia k3 }' �'F 4i�R{ ynyL .S 1 �.. x & 7 `� .S !� t-s i, f -�E7 i irtitY Y E• t v7 •Fp�,,,y rs T �, s r 1; {p r y .,,r >r ^' r t..3 + tt k�l .r �r� t I.'.i,'ra” { (,•wrr'."'+r�l+ c�J%�,:{t,4, °•. , yE rx'sti..5 rCx y�m'�r'#•,r;� kit f ,5 7r i5 'r ? it s7. , :e a} �a f r,LSi 2 �,� I'".t�ic.•v S'rt 'Iy\ f F. i• -R� '.fit �;Y'k ✓"„v,�t.,t.�.r.r�,:'" ,,'.,, n na +'4 i.tl P ,t s t f r 5 r s t },'-;yP .1�;�{R31W"`f'SLd.'� .+.y yc "'1." !t s, 4 .�4 `Y s k.. y'�tt,,,, f'n { r r 4./trt?.._11 r �i,riA t t G tH+,'7'?'., 'i, '.'i7vG; .tSr,P,art+;.,',� 4,cL�:,f; i•t r:'1 "�=q 1'a:.r4.(;S lyi{f�f y+:l`{t2 tv�;lt't �tr� r �, t t a7; ,,,I r k.. .e^ J +,,,� h a0 2,,tr v. f X r ITtr i. a t� r' f !S r/ r } i•r,,, F r'SY �I MA, ,` �ra1t�iy,1t,, ri fCY Gr5iY cAµhi t .r,� Pr }t� fyzySk*j�� {, P r ::1 t .t L G f:. Y�'iY.h) I 4�px, I 5 1 { tc' trr< } 1Ll 11 r , ° F s 15 h F k < / Fs )¢td. r'S`' s k.'a�t4�'di i i? d d ,trS 9\ t tt t it f i ri1 t SL�}r'f,z §I P�rw"t,;!] 7yt Y 1 st' F j }r, iy psi t,jlakas~,� 5� fti'} { }'>§t ki* ft , > i t r >x or I n t t {" Vh } r T f yj:. .i, ` 'r. tP r.1tY t Yt{?t'rri tl'sl'r it; Y / Z r> �.f t ' R t fi S a1F "sf^-�,� t. f .? .)F11� a t >s I. t f} 4t F1s �`!t. it Ft F i ? t� 2 s Vlt 3rer�;�t� t rt >�� y e� s it ./ / r?' s,F r}3 11 I I,t ti:� { k'} r/t}..ti.rF4 ��1 if 5(�'/1.4t^r tJD f i�tr.,!. ty4,1 h t�, xt }�{"�t..,�JKt yt.)fX`'�'f� 1k fut��l tot itdf j4Ti- 4 F, f I.<. } +' � a, {.fi'`�,JfK,tl i"t �K ,,'F t 7 4 s. �.�.� t" +�I. ay .'i fr ��Trj{'o---p;.,"*f�" Ott t �7rr§ 'r ti!'f )i �F is->:. t r s t)?t , i t s r nar >< r e x >: St t7:r.r�RS i`? a GX� ., ,, its 4 r�'",-,�r rt;srf?�f+QF,41.1./: .�5�"'Y{ ry f J' r. .� r i `{'t; 7...}' .t pct s, t}r`,:..4-u}, § r t I� > . . 1? 37 r �� i.1.�. 'ti .?. ,�». rw, sy tr f q'j In {k ,a. +. "1 w,*k1�1.., rf.'f K2'r�'r` J'.,,LG�+'St ta,y r 'S. �'It't ,,�5 E fSut t. £l�.r . t i 1•s' a i Y r t f �,z I. :7 xr .r .`i•tk py �,3 t„5s. r.t tJ i yJ �, r. >tJ , ..'t.t,,s w >: .s 1'�7 ��t Pu '' d �,? '� 1.(aJ}r.t4 r"y h t .JL h ! l r x• .Y i li i t 1 t a rC $r P . ti yll"k KlrY'.,,>F„ 1 i 1•dz -, i , Y' / ,t t.. I t r,.i i j S� .t k j1. +. e}i ,.{ s w x, rr t a} >4c"it . : twt'+ r;;fQ" z ,}H s, r i , ,�t.11 . J r i'?." i R Yy " .t� { .'Lf f I.f f1�i n..y'P Jttf I JY� .dpi .1', t > 1^t. { > '.:,.k sii t s'}q4 r, is ti�,s� i t � t,.`�. ,.rat ..y .z} ff.Irt <tt Ya > 'L 1! t ... tr. { .( `ts ,- '. r b t '..+.aiJy a.,sf k.s, at}..V�.'r ^! .i� ,�,,<" �r i5 t tf9 1 i� t ',t f .: t. ,t R , r 3L'S cr .111ry>t.S :� f",�{t k`•�r4t �i ft'i 't"1 J "4 1 "Y k t a i�n� e,ift }fg'rr}. r F r }: r. 3. ..y ., 'nlf qs .,t� Pty 1 Y h et ✓ f .' t Y n f cX sr r 11,r r i t4't'vt, !J .'rir. r{ t kP}y } '` Y�n'r r", { 4 y sYP YLi r�rti �`� ttaf,$ s.,F • ail .. ,,i ' t'rd }t� v i s 'i r t � T i S 4j j v I ;iY x s' ,- f 5 S:� urd :F• .tti i .'K }' d ;.11'' i F ![.'J i" r .1 Y L S �` '{ y r,. 4p rat' }' \ h l "' y .. i { i 1 h fl. { f ..{ �!2 v r '' ii I ` r . {t (".1 �'t °, t /.k I+ {t( is T'/ J l 'J" t tI jCC'I tip I, f YA t! /L"5�.t Ciii'�..^ 4 «`VVG f} z_ L. }7 CT'•' Flt`k i 7 d i S t f Y (t„!p r , y 11 5• )',x r '4'up n�t .Ta rn.�+f. :J3 �' d} t +,..F �v"'.'7 r , vtXt.tF t�.. ,y la} r i r r C ^� 1 ( t;,<r t{A<l�t}. r �iG`^SE,trypi+� ±at�,1 J ri,#'t�i,57 yr tr,{{br"}'+iw.��'ti.a�Jr doh{}Ir/t,., r t rz ,,7j, i' '3 ", ,.� ,i;�:� s tit .). P�i ,,,try sr.}I!4+i�t at Ir~•s� r ,{'7 :I+ } IIi s}r..4t��>Ff-�s air j����r+i,�,-<, ) f , a ;rr r};f' .� f y./x.. tt. a r i r F + i i�.lr3 �P;?SsS�'Ti%t ry 5 b {.� At` i ? t3 t� [f xq Ll' o- a r 4,it p 4 I. �•,� .a t .r +s + f tit i ,f� t t l fir'tr r"I`b•` ��"'. '4 ft�i��`�'} '���:k!�:'�'t a�Y..�t I @i +��@ r t � t � �. s r a rtS' + i t .,.1•4a kY;,{{ :• ?.r,�t k3 r5t-rjat��}`-,? :.0:7,'%'�,'. X,,-i-r�?i .n ci 'i",5 �''� 1 '� F + S .ia. .t I 'fir rr s• JrJf S. y:.'#t%�+ir+,-;j; f- +`°ti„v'✓ �'y"-�+5;3 ,;�t t�„ay�;tn. .},.+,�it,`Sgf Mi} yiyt 'F.tti r �', ;azt;t +.•4,; , 'tt l i��+ t �((f�•'ri1t'c k Sr } Y�1 r jif•�ryG.'4* i I,l,, p.3 1 P Fkt p.i .1?yI`3t$ t�Yy l f s C, y r { i. c ?y .k ttY't Y. {4Cr �a 1 P' «'I� .' l !fits t r � ; PI,t.t); N a. e '(', .,r}',tjr,. t;.{ 'v .ti of i t 7 1 1• G.i' .g' ,t,. V , v�'Da” 'r.'w.t .t(i v t i t k. tr t *' ,k o .tt r 1F rktyy s s r: "?fr°1'�Yi1 to t ra.,at3 n 4r i,' b ,!k.U' f 1 r s: ; ; '�H: t i S S S S 'I,, r i1<! ''+��t ,� ''% h \r6 utr.} 4'` k'? 1 2{ jt,,ei.Y:,",•.;{y'rA. .!G s; z. �S` �� 'F M x y , r,X S' r ( .5=, r' a;� d Tq•nv'}rk �.4 �_J,�}�;''S`') tt t I r i rt l p ,: + a { v;t > . '� .�•''.4'l1't z%<.zYr �,J'r� ,t'. S j.rvti �'§'?i' .,j '� ta,S w t d L 1 + il 11, / 'f^y +S ' f r �f f'" r t ..;y °j�f{ �N.,pp,Y CS [t-�,II}-lf ti °^ t` 'i''t V f`'�iq{�Yn ?t. F Yw' �, 1 t'.r I.. r. .7 r P rs �s N i Ji�Sf ' C,,�^'r h 'r i2;rt 'r Y ,� ^t-.,�! �.�� ,}t s rF ytH t S �VF x t.. i. ..+. tt: T '' }r, {lye +, .r>/ita,31^ 4ib`tff/yttr3• 1�' t rtf 1 lift fl rtl'�? ) tt, tJ } Sat`` ^, 's fs,F 3 , t f{ �d�F t F ��P3. 't p [[ �{ x �vt�c .. Al., 'T ;'9,$ ''' Ja r i i ' { ri .J l a 2 r :t L 1''ta b X,``• Y 1I j s {n {t+t ,x n t t' r .� t '` )t}: I rw l3 p 9 5'i.� t r tr*i a st c N, Y �� r,{� ter{ (tj S t + Z S`i" &J I t T °t'GtLt I is#i 3 y C $ t t 6 f } 1 ' 1 f '� #v-`A,iit, ?'��' t� ,,r 7 �'A z ,r�'i 'f' ? f't f t/ x 1• y k' 1 'r t, i ..y ,j 1 r��ty-, j4 r l s;.+f�,t i) R�:, i 1 v F I ,, 1. / f a + 1 '�6 y,i• > r {{L 1 r" ♦> + w. f F i i,, r / .; # Z. •t i t rL;ry F j: a , ..r y>a lr f lit r t-rtf y t/ ,t! ! r r tt•{ .r }° .'s ti{t 4 r .ysc P 1 r 6 y'k',�'1 r tt t'., �tp .lt r r . :! � �t t E I. 1 tt f 2'7 0,�.X j �' - LP �.t ., +rr. t Y,i 'FJ q .�t t �s,,•l Yyap„ 1, Irft<� ! , T jr z .t 'S.11 r c ,� r r. y{ r' 1 t .i 7l''r t L s , t l.it f Crr qi rt r t t r. { 44 t Y� f t'. r .. 'ti r sJ\'.•t �F>�tl ,!, )a }s t�`.f`'fe,, ''r,..k! 1",,'... r f i •y t �, a y f Y try is i l Sr}}h}} s y a rt " i +t + , 4 i.a S, t tj� /,. {.t 1 r I. A'. i 1T + ,,r F s TA4 <. r: r i q K r t j _ / 'I {,4 t t r t t, y ..t.. s it t i t 5�7, l sf+, t !{ t 5 I . i t' r r t 4R L 1 t t l A. rj t d{ rr{ i y itl.�r? r'kf' f Ytl t+- - i x {r ylt r r' tit � ^�1'/ ' .` t i I'� r. 'S. :t f / Ir y C , �r. i '' rF1t..i^t •t-t }r t + } '.'t R t �' r. 7 L. t.r"'.­,t--,­I.. S yv s , t �'t Yf 1. c is t t rt d' '� t},l i} �4. , �,'4 x I$ t . e- 5„,_ v l ' - ti. a. r + ! } i. d"y.ti ytt` +? .y}i !t' its y, r ^ 7 5 `wti .� r r t r r e t 'h is t t ',.s7.„r,.�.rttt \ .t\ f.• .. XF '/P t ."3^ ''i 9y. )i1 ; fh eaF J a{ r E '.s : t rt'.• a t r f r4 tY ,� U .f tiit 'f ' rr hrl s s..{°t ti' t t. trt ;,f, . le t4 Tt,y` f S I1 1'�:�hyj ! r- t '. s r . r' '1�T,Y1 f{ Y tk' S G F i i , iX.f�:? .f;�l.SCSfy f.,VCr•'`, �3• F ar r;t:�. �. 1. '.`�4..vr'i f�.t,. !!t i! f; f .i�•.e t, , 01 of I City of Jefferson : $�'p t i o Duane Sclxreimann Mayor Department of Public Works Martin A.Brose,PE,Director 320 E.McCarty Street Phone:(573)634.6440 I Jefferson City,MO 65101 =f Fax:(573)634.6447 April 1, 1997 i , Mr.E.J Twehous Twehous Excavating Co., Inc. 8514 Liberty Road j Jefferson City, MO 65101 RE: Project No.33023-Houchin Street Improvements p Dear Mr.Twehous: This letter will serve as the "NOTICE TO PROCEED" for the above referenced project. The effective date of this notice shall be"Tuesday,April 1,1997. The sixty(60)working day contract time shall „ be counted in accordance with GP-38 of the General Provisions. Enclosed for your records,please find a fully executed copy of the contract between your company and the City of Jefferson for the above referenced project. Also,please find enclosed for your use and the use of your subcontractors(if any)for the purchase of materials to be utilized on the above referenced project the following documents: 1. Missouri Project Exemption Certificate i ! 2. A copy of the City's Missouri Tax Exemption Letter In using these documents to purchase materials, please read and follow the appropriate "Instructions"as included at the bottom of the Missouri Project Exemption Certificate. if there are any questions, please advise. Sincerely, ohn L.Kramer, PE Engineering Division Director Enclosures i C: Jack Kramer Central File Britt Smith Bob Kelsick i City Clerk Gary Oldelehr ' ;a% .:,. .•k.-x,...,.x,c,i.'.«e.xrrnwx..-. ,ri, -fit e 'z • 4 ` r t , r.� I 1. SPECIFICATIONS AND CONTRACT DOCUMENTS PROJECT NO.33023 I II HOUCHIN STREET IMPROVEMENTS 3 J BALD HILL ROAD TO DUNKLIN STREET yr. �.� OF.M - IdTIN y d ► A E ' =� NUMB E•17511 Pre 1 Jefferson City Department of Public Works February 1997 r ` ` � F i CA OFFICE\WPWIMWPDCCS\PROJECTW000HIN.DCC t January 30,iBB7 ( x I ) —•«.*w,.. w,«..h..rn.avrrw.rr.�...,...,.............,.»,.__.. _...... .,......,.., ..•..,.w•v)wu+r^mv mwwwexrr+.acH.tt+f{tAtt. +t + Ir t F i' is S . F r y,f s 0 ,w ti V. .�lrFr.st .t� aye YfcL 'C X11 TABLE OF CONTENTS Advertisement for Bids M I J Notice to Bidders Information for Bidders ! Bid Form 1 Anti-Collusion Statement l Contractor's Affidavit f .. Minority Business Enterprise Statement Statement of Minority Business Utilization Commitment Affidavit of Compliance.with Prevailing Wage Law Prevailing Wage Determination ` ( Affidavit of Compliance Public Works Contracts Law Excessive Unemployment Exception Certification Construction Contract Performance, Payment, and Guarantee Bond General Provisions Special Provisions Attachments t � 1 � C:10FFlCEIWPWIMWPDCCSPRCJECTW000HIN.DOC ti �{ JanUUy30.1997 f�4 .Il 1# l J �4 •' 4 '�„"w"..,.,-...y..w,uww.,« .� —,.,..... n..w. rFt 4y j ,, �<. f^•I��ilt:yNFY: .nom .....n.w....��...�... v y .t 77 C 7 Z'•yKAlm yR ar 4. S < 1 r s - 1 01 t N y j ! I Of +` �O+ City of Jefferson � GSA � � ,e o Duane Schreimann - _ Mayor r � WI ADVERTISEMENT FOR BIDS w f i Sealed bids will be received at the office of the Purchasing Agent,320 East McCarty Street, Jefferson City,Missouri 65101,until 1:30 p.m.on February 18,1997. The bids will be opened and read aloud in the Council Chambers at 1:30 p.m. on that same day. i i The Houchin Street Improvements project is to include removals, grading, excavation, J construction of pavement,curb and gutter,drainage,sanitary sewers,and ancillary improvements on Houchin Street between Bald Hill Road and Dunklin Street. A pre-bld conference will be held in the lower level conference room of City Hall,320 E.McCarty i Street,Jefferson City,MO on Wednesday,February 12,1997 at 10:30 a.m. All prospective bidders are urged to attend. Copies of the contract documents required for bidding purposes may be obtained from the Director of Public Works,320 East McCarty Street,Jefferson City,Missouri. A non-refundable deposit of twenty-five dollars($25.00)will be required for each set of plans and specifications. Full- size sheets of plans may be obtained for Three Dollars($3.00) per sheet. f The contract will require compliance with the wage and labor requirements and the payment of I minimum wages in accordance with the Schedule of Wage Rates established by the Missouri Division of Labor Standards. — The City reserves the right to reject any and all bids and to waive informalities therein,to determine which is the lowest and best bid and to approve the bond. J CITY OF JEFFERSON ' J es Hart ey Purchasing Agent C:10FFlCEMPWIMWPDOCSTP 0JEC1W000HINAO0 January 28,1997 NEW Non _..._..... . .nrmx...vro.v._... ...._.............. .... ...� „ ,.. ., ...,.,i............._.,..«.._..,,...,....,�...,..,m.a.,._..,,,,... ._ ..__._.-._._....,.,._...,.,.. „�+}rr,Si3xii�',"c: P i. 1 NOTICE TO BIDDERS r Sealed bids will be received at the Office of the Purchasing Agent,City Hall, 320 East McCarty it Street,Jefferson City,Missouri,until 1:30 p.m.on February 18,1997. The bids will be opened I -� and read aloud in the Council Chambers at 1:30 p.m. on that same day. ..1 The Houchin Street Improvements project is to include removals,grading, excavation, '1 construction of pavement,curb and gutter,drainage,sanitary sewers,and ancillary improvements on Houchin Street between Bald Hill Road and Dunklin Street. ' A pre-bid conference will be held in the lower level conference room of City Hall,320 E.McCarty Street,Jefferson City,MO on Wednesday,February 12,1997 at 10:30 a.m. All prospective bidders are urged to attend. -1 ; I 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. � J Copies of the contract documents required for bidding purposes may be obtained from the Director of Public Works,320 East McCarty Street,Jefferson City,Missouri. A non-refundable deposit of twenty-five dollars($25.00)will be required for each set of plans and specifications. Full- size sheets of plans may be obtained for Three Dollars ($3,00)per sheet, ' A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to - �� five (5) percent of the total amount of the bid must accompany each p Y proposal. A one-year Performance and Guarantee Bond is required. = 7 The owner reserves the right to reject any or all bids and to waive informalities therein to J determine which is the lowest and best bid and to approve the bond. - CITY OF JEFFERSON, MISSOURI j JIMartin A. Brose, PE I Director of Public Works t . 1,y Jfy C90FFlCE\WPWIMWPUOC3IPROJECTH000HIN.COC January 30,1007 1 i r i t J ..r.. ___... ..w.. _. .... 1 c, I' 7 .i INFORMATION FOR BIDDERS IB-1 SCOPE OF WORK The work to be done under this contract includes the furnishing of all technical personnel, labor,materials,and equipment required to perform the Houchin Street Improvements-Bald Hill Road to Dunklin Street in accordance with the plans and specifications on file with the Department of Public Works. IB-2 INSPECTION OF PLANS SPECIFI AMONS. AND SITE OF WORK i The bidder is required to examine carefully the site of the proposed work,the bid, plans, specifications,supplemental specifications,special provisions,and contract documents before submitting a bid. J IB-3 INTERPRETATION OF CONTRACT DOCUMENTS If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications or any part thereof,which affect the cost, quality,quantity, or character of the project,he shall request in writing that an interpretation be made and an addendum be issued ; by-the City,which shall then be delivered to all bidders to whom Plans and Specifications have f been.issued: Failure to have requested an addendum covering any questions.-affecting the ` terpretation of the Plans and Specifications shall not relieve the Contractor frm delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. IB-4 QUALIFICATIONS OF BIDDERS I t J The City of Jefferson may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by the bidder or investigation of such bidder fails to satisfy the City I that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. ! IB-5 EQUIVALENT MATERIA Wherever definite reference is made in these Specifications to the use of any particular material I or equipment,it is to be understood that any equivalent material or equipment may be used which J will perform adequately the duties imposed by the general design,subject to the approval of the I City. . t CAOFFlCE\WPWIMWPDOCSWROJECTWOUCHIN.DOC January 30,1897 , ,.:...,..... ............... , 1 i i I113-6 BID SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City of w.l 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. Shoul d 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 r' as liquidated damages for such failure or refusal,the security deposited with his bid. j I113-7 PREPARATION OF 13-1[?S Bid must be made upon prescribed forms attached in these Contract Documents. Only sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. -' All sales taxes which might lawfully be assessed against the City are to be paid by the Contractor j from the monies obtained in satisfaction of his Contract,it being understood by the bidder that the bid prices submitted shall include the cost of such taxes. All blank spaces in the bid must be filled in and no change shall be made in the phraseology of the bid,or addition to the items mentioned therein. Any conditions,limitations or provisions attached to bids will render them informal and may be considered cause for their rejection. Extensions of quantities and unit-prices shall be carried out to the penny. -� I13-8 PRICES i J The price submitted for each item of the work shall include all costs of whatever nature involved - in its construction, complete in place,as described in the Plans and Specifications. J P I13-9 APPROXIMATE QUANTITIES j In cases where any part or all of the bidding is to be received on a unit price basis,the quantities stated in the bid will not be used in establishing final payment due the 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. IJ C10FFlCE1WFIMMWP0005IPROJECiViOUCHIN.00C January 30,7907 •I 1 1 ' l t IB-10 LUMP SUM ITEMS Payment for each lump sum Item shall be at the lump sum bid for the item,complete in place,and j l shall include the costs of all labor, materials,tools and equipment to construct the item as described herein and to the limits shown on the Plans. IB-11 SUBMISSION OF BIDS 7 The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked "Houchin Street Improvements- Bald Hill Road to Dunklin Street." IB-12 ALTERNATE BIDS 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. I13-13 WITHDRAWAL OF BIDS 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. 15 14 RIGHT TO REJECT BIDS - The City reserve the right to reject any or all bids, to waive any informality in the bids i received,or to accept the bid or bids that in its judgement will be in the best interests of the City of Jefferson. IB-15 AWARD OF CONTRACT If,within seven(7)days after he has received notice of acceptance of his bid,the successful bidder or bidders shall refuse or neglect to come to the office of the Director of Public Works I and to execute the Contract and to furnish the required Performance and Payment Bonds and Insurance,properly signed by the Contractor and the Surety and Sureties satisfactory to the City of Jefferson as hereinafter provided,the bidder or bidders shall be deemed to be in default and shall forfeit the deposit. C10FFICnWPWIMWPDOCWROJECT WOUCHIN.DOC January 30,1997 �...........MVa...tn.. ya M14iw.-.. s..a _,,.i,., ,.,.,...`<, ,,. r.... ....,.a z......,....M1.:..s i.. ..... ...;d r.. +.Jr•c. , .,.. .t..dai th r•J9f'.WF°.5zot>7f.+rAR1f±;•1 L. I. I IB-16 PERFORMANCE AND PAYMENT BOND A Performance and Payment Bond in an amount equivalent to one hundred percent(100%)of the Contract price,must be furnished and executed by the successful bidder or bidders. A form for the bidders use is contained in these Contract Documents. The Issuing Surety shall be a corporate Surety Company or companies of recognized standing (� licensed to do business in the State of Missouri and acceptable to the City of Jefferson. -� I8-17 INDEMNIFICATION AND INSURANCE The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss of or damage to property, including loss of all judgments recovered therefore, and from all expense in defending said claims, or suits, including court costs,attorney fees and other expense caused by any act or omission of the Contractor and/or his subcontractors,their respective agents,servants or employees. The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance outlining the coverage provided. IB-18 SID SECURITY RETURNED TO SUCCESSFUL BIDDER I 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 IB-19 NONDISCRIMINATION IN EMPLOYMENT Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. ti 4 J IB-20 PREVAILING WAGE 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 _i 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.) J C10FFlC[\WPWIMWPOOCSWROJECiWOUCHIN.DOC January 30,1097 ' } I IB-21 GUARANTEE I The Contractor shall guarantee that the equipment,materials and workmanship furnished under this contract will be as specified and will be free from defects for a period of one year from the date of final acceptance. In addition, the equipment furnished by the Contractor shall be guaranteed to be free from defects in design. I _ I 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 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 "1 of installation thereof. J 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 d 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 loss j or damage,repairs or adjustments may be made by the City or a third party chosen by the City I without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor ' l or by his surety under the terms of the Bond. IB-22 NOTICE TO PROCEED I � — 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 WORK SCHEDULE i To insure that the work will proceed continuously through the succeeding operations to its completion with the least possible interference to traffic and inconvenience to the public,the Contractor shall,at the request of the City, submit for approval a complete schedule of his 1 proposed construction procedure,stating the sequence in which various operations of work are to be performed. t� C:DFFICEIWPWIMWPDCCWRCJECNiOUCHIN.DCC January 30,1N7 I r ¢. 5 IB-24 CONTRACT TIME The contract time shall be sixty(60)working days. ( ; IB-25 LIQUIDATED DAMAGES Liquidated damages shall be assessed at the rate of$1,000.00 per day until the work is complete, should the project not be completed within the contract time. f f r � ! I r t r i { , I r f � I 1 C..OFFICE\WPWIMWPDOCSIPRWECTWOUCHIuDOC JAnuary30.1097 �tYi� fl.t •) e zt i f A.. 2 •.i""+-+K+�MV�,higwrc'rimt7waY,aFM1#ic:retaxNlF �: l.?Y3±rsGt2'.r:%1?..n>�'tt5u'�Y�e.,.,eUtr:Swi°.:.ir�%`'i.±GSid�a�.::�5°i;'r�`�$'`r'`,:1C4.;:r;�;>'.r tii. *.�!" 't+•. ..�', r:—� ,i A { ;t a� IlFFE N. r,�z, ,.�ar:.s.;�! �, t,.��{`,,, 'y�'t� �`'..J.rF•,{r.?w.•, 'se �5` t� i { L" t•Y �aJ .2 rat ! r (t ry i { I 5`nf r �r Yt �i t. r.. � �' � s ✓ i y� :.ri t ',l Y Sif\.. ti t > i . � �" .<• ittlrw�'T�r 1' r�4 r. V, f I s 7--- 1 BID FORM ` i Name of 1 Bidder , kt.>us E.xcaya-l ;'J, ) Co. �1Q-. Address of Bidder 8514 I-_'ber+v Roo.c�. ZeR --Sn Mo 0510) To: CITY OF JEFFERSON 320 East McCarty Street Jefferson City, Missouri 65101 I THE UNDERSIGNED BIDDER,having examined the plans,specifications,regulations of the Contract, Special Conditions,other proposed contract documents and all addenda thereto;and being acquainted with and fully understanding(a)the extend and character of the work covered by this Bid;(b)the location,arrangement, and specified requirements for the proposed work;(c)the location,character,and condition of existing streets,roads,highways,railroads,pavements, surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses, structures,and other installation,both surface and underground which may affect or be affected by the proposed work; (d)the nature and extent of the excavations to be made and the type, _. character,and general condition of materials to be excavated;(e)the necessary handling and rehandling of excavated materials; (f) the location and extent of necessary or probable dewatering requirements;(g)the difficulties and hazards to the work which might be caused by 1 storm and flood water; (h)local conditions relative to labor,transportation,hauling,and rail delivery facilities;and (i)all other factors and conditions affecting or which may be affected by the work. J HEREBY PROPOSED to furnish all required materials,supplies,equipment,tools,and plant;to perform all necessary labor and supervision;and to construct, install, erect,and complete all work stipulated,required by,and in accordance with the proposed contract documents and the .� drawings,specifications,and other documents referred to therein(as altered,amended,or modified by addenda)in the manner and time prescribed and that he will accept in full payment sums determined by applying to the quantities of the following items,the following unit prices --� and/or any lump sum payments provided,plus or minus any special payments and adjustments provided in the specifications and he understands that the estimated quantities herein given are Yl not guaranteed to be the exact or total quantities required for the completion of the work shown J 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: C:%OFFI CMWPMMWPDOCS%PROJECTHOUCHiN.DOC Jiny,yy 30.1997 i r t i ALTERNATE BID AND SUBCONTRACTORS ' The Contract may provide for alternates for storm sewer pipe at the Contractor's discretion. The Bidder shall state in the spaces below whether he intends to use corrugated metal pipe or reinforced concrete pipe for Storm Sewers where an alternate is allowed. Pipe to be installed as bid No alternates If the Bidder intends to use any subcontractors in the course of the construction,he shall list them. Karen's Construction & Rental Company, Inc. - Seeding & Landscaping i Jefferson Asphalt Company - Asphalt Paving 1 TIME OF COMPLETION The undersigned hereby agrees to complete the project within Sixty(60)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 f 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 T respects fair and in good faith, without collusion or fraud. The undersigned agrees that the accompanying bid deposit shall become the property of the Owner, should he fail or refuse to execute the Contract or furnish Bond as called for in the specifications within the time provided. J 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 J 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. C.IOMCE\WPWI MwaoocswRaeclwOtZHl Unoc J.owvy 30,1W i i CITY OF JEFFERSON PAGE 1 ITEMIZED BID FORM 2-18-97 HOUCHIN STREET-BALD HILL TO DUNKLIN STREET AMENDED I ITEM APPROX. UNIT NO. DESCRIPTION UNIT OUANTITY PRICE AMOUNT 1.00 EXCAVATION AND GRADING LS -- 30000.00 ^-� 2.00 REMOVALS LS --- --- 15000.00 3.00 SUBGRADE STABILIZATION TONS 1500 12.00 18000.00 -, 4.00 STORM DRAINAGE -' 4.01 4'X 4'TYPE C INLET,W/O DEFLECTORS EA 8 2500.00 20000.00 i 4.02 4'X 4'TYPE C INLET,W/DEFLECTORS EA 3 3000.00 9000.00 4.03 8'X 4'TYPE C INLET,W/O DEFLECTORS EA 1 3500.00 3500.00 71 4.04 4'X 9'TYPE A INLET,W/DEFLECTORS EA 1 3750.00 3750.00 4.05 4 X 4'JUNCTION BOX EA 1 1700.00 1700.00 J 4.06 4'X 3'JUNCTION BOX EA 1 1600.00 1600.00 _ 4.07 5'MANHOLE EA 1 1300.00 1300.00 :i ` 4.08 4'MANHOLE EA 4 1000.00 1000.00 4.09 15"DIA.CSP,IN PLACE LF 303 27.00 8181.00 4.10 18"DIA.CSP,IN PLACE LF 491 28.00 13748.00 4.11 24"DIA.CSP,IN PLACE LF 323 35.00 11305.00 J 4.12 30"DIA.CSP,IN PLACE LF 133 48.00 6384.00 i 4.13 15"DIA.RCP,CLASS III, IN PLACE LF 29 49.00 1421.00 i ~ 4.14 24"DIA.RCP,CLASS 111, IN PLACE LF 59 60.00 3540.00 4.15 30"DIA.RCP,CLASS 111, IN PLACE LF 162 62.00 10044.00 4.16 30"DIA.CSP END SECTION EA 1 500.00 500.00 f ; 4.17 TRENCH ROCK CY 200 100.00 20000.00 5.00 GROUTED RIP RAP AT CULVERTS SY 7 38.00 266.00 _ 1 6.00 TYPE A CURB AND GUTTER LF 2480 9.25 22940.00 -I 7.00 6"PCC RESIDENTIAL DRIVE APPROACH SY 243 27.00 6561.00 7.01 6"PCC DRIVE REPLACEMENT SY 199 28.00 5572.00 .. ..' .. --._...,r«.urr•..ry,.iin r•vhr.,...a..,........ • ,..... ,.....•. ....... _.. ... ....... .. ._....,... .......t.r hr.. •......,.w- ...._...... r..,..w c..,s+.. e.r.aw r-.•..«.'k'L r CITY OF JEFFERSON PAGE 2 •,, ITEMIZED BID FORM 2-18-97 HOUCHIN STREET-BALD HILL TO DUNKLIN STREET AMENDED ITEM APPROX. UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 7.02 4"ASPHALTIC CONCRETE DRIVE REPLACEMENT SY 96 .16.25 1560.00 7.03 4"CRUSHED STONE DRIVE REPLACEMENT SY 195 5.00 975.00 8.00 4"PCC SIDEWALK SY 900 20.50 18450.00 8.01 4"PCC COLORED SIDEWALK RAMPS SY 20 52.00 1040.00 f 8.02 MONOLITHIC CURB LF 325 7.75 2518.75 9.00 STRUCTURAL CONCRETE CY 120 230.00 27600.00 i 10.00 6"PCC PAVEMENT SY 2640 22.50 59400.00 11.00 PAVEMENT REPLACEMENT SY 300 6.57 1971.00 12.00 TEMPORARY SURFACING TON 500 9.50 4750.00 13.00 3"ROLLED STONE BASE SY 3300 3.00 9900.00 � 14.00 SANITARY SEWER D4.01 4"DIAM.PVC LATERAL LINES LF 400 12.00 4800.00 t. 15.00 CONSTRUCTION SIGNING AND TRAFFIC CONTROL LS -- --- 7000.00 r j 16.00 SEEDING AND MULCHING AC 0.33 3500.00 1155.00 17.00 SOD _ 17.01 BLUEGRASS SOD SY 950 6.30 5985.00 I J 17.02 ZOYSIA SOD SY 450 7.65 3442.50 - 18.00 WATER SERVICE REPLACEMENT LF 500 15.25 7625.00 ! ' 18.01 WATER METER RELOCATION EA 3 325.00 975.00 18.02 CURB STOP BOX EA 25 80.00 2000.00 ! ` 18.03 EXPLORATION FOR EXISTING WATER SERVICE EA 10 225.00 2250.00 TOTAL BASE BID 381.709.25 J .,. � .....-..+....sv.M.u•.K..n.wr.r�........,.......... _.. ..-,. .w. ..a.,... . ....w s.,.a..... w ss1.. ,...,it .•.........................•............w., , J. r. { :.i,y,, 3 , •'It .,�•2 CITY OF JEFFERSON 1 ITEMIZED BID FORM PAGE 3 2-18-97 . HOUCHIN STREET-BALD HILL TO DUNKLIN STREET AMENDED f i ITEM APPROX. UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT ALTERNATE A-ASPHALT PAVEMENT 10.01 REDUCE 6"PCC PAVEMENT SY (2640) 22.50 _ (5_4Q0 00) 19.001-1/2"AC SURFACE(GRADE C) SY 2640 2.58 6g11,2b 20.00 5-1/2"AC BASE SY 2640 8.34 —12017.60 TOTAL ALTERNATE A 30 571.20) TOTAL BASE WITH ALTERNATE A 351.138.05 _J ALTERNATE B-SANITARY SEWER CONSTRUCTION 14.02 INCREASE 4"DIAM.PVC LATERAL LINES LF 160 12.00 1920.00_ 14.03 8"DIAM.PVC PIPE(IN PLACE) LF 886 25.00 22150.00 14.04 STANDARD MANHOLE(0'-6') EA 3 1350.00 4050.00 14.05 ADDITIONAL DEPTH 4'MANHOLE VF 0.2 200.00 40.00 TOTAL ALTERNATE B 28.160.00 TOTAL BASE WITH ALTERNATE B 409,869.20 I TOTAL BASE WITH ALTERNATE A AND B . J 379,298.05 7 ' 7 S ! �r �� r ... .. .... ............. .•m,,,..,....w_,.......,.,., .s.: c< z�.rri rrc».,.Nn.:.r:•x...aw"�..-..,», .. »m:,w...-,..::.., 7. i 7 t i 1 CITY OF JEFFERSON PAGE 1 ITEMIZED BID FORM 2-18-97 j " J HOUCHIN STREET-BALD HILL TO DUNKLIN STREET 1;), EM APPROX. UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1AO EXCAVATION AND GRADING LS --- --- 2.00 REMOVALS LS -- -- i 3.00 SUBGRADE STABILIZATION TONS 1500 4.00 STORM DRAINAGE 4.01 4'X 4'TYPE C INLET,W/O DEFLECTORS EA 8 t 7 4.02 4'X 4'TYPE C INLET,W/DEFLECTORS EA 3 J 4.03 8'X 4'TYPE C INLET,W/O DEFLECTORS EA 1 -I 4.04 4'X 9'TYPE A INLET,W/DEFLECTORS EA 1 4.05 4 X 4'JUNCTION BOX EA 1 4.06 4'X 3'JUNCTION BOX 4.07 5'MANHOLE 3 4.08 4'MANHOLE f 4.09 15"DIA.CSP,IN PLA E LF 303 4,10 18"DIA.CSP,IN PLACE r' LF 491 4.11 24"DIA.CSP,IN PLACE LF 323 R, ?' 4.12 30"DIA.CSP,IN PLACE LF 133 4.13 15"DIA.RCP,CLASS 111,IN PLACE LF 29 _ 4.14 24"DIA.RCP,CLASS 111,IN PLACE LF 59 4.15 30"DIA.RCP,CLASS Ill,IN PLACE LF 162 1 j 4.16 30"DIA.CSP END SECTION EA 1 �- I J5.00 GROUTED RIP RAP AT CULVERTS SY 7 i 6.00 TYPE A CURB AND GUTTER LF 2480 i J 7.00 6"PCC RESIDENTIAL DRIVE APPROACH SY 243 VAN 7.01 6"PCC DRIVE REPLACEMENT SY 199 J ..,,,u-,.a..,.„x,.,".............__..... ._.v,.,...»....._...•,,...,.., . .. ....x...v,..,,,,...,.tr,, ....%I:,..c4,'...1.:,.::x:i: ... ...o-l.x..:ix:.S:✓r%t?v�swr':V,+'aw.ra.,..o..sa%g:S?�.. w.Y I CITY OF JEFFERSON PAGE 2 ITEMIZED BID FORM 2_18.97 HOUCHIN STREET•BALD HILL TO DUNKLIN STREET I , I i ► ,.. .JEM APP ROX. UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 7.02 4"ASPHALTIC CONCRETE DRIVE REPLACEMENT SY 96 ' 7.03 4"CRUSHED STONE DRIVE REPLACEMENT SY 195 8.00 4"PCC SIDEWALK SY 900 s . 8.01 4"PCC COLORED SIDEWALK RAMPS SY 20 8.02 MONOLITHIC CURB LF 325 9.00 STRUCTURAL CONCRETE CY 120 10.00 6"PCC PAVEMENT SY 2640 11.00 PAVEMENT REPLACEMENT SY 300 12.00 TEMPORARY SURFACING TON 500 13.00 3"ROLLED STONE Y 3300 14.00 SANITARY SEWE Y 01 4"DIAM.PVC LAT OAL LRTA q 15.00 CONSTRUCTION SIGNING O S� --- 16.00 SEEDING AND MULCHING'•=%^' AC 0.33 1 17.00 SOD 17.01 BLUEGRASS SOD SY 950 17.02 ZOYSIA SOD SY 450 18.00 WATER SERVI.IE REPLACEMENT LF 500 j 18.01 WATER METER RELOCATION EA 3 ; 18.02 CURB STOP BOX EA 25 I — 18.00 EXPLORATION FOR EXISTING WATER SERVICE EA 10 TOTAL BASE BID qAt J ,'� .. .,r„1 .w.,ki L....,,.__, .._........<. ...... ... .., ..., .. I.. .,........., ..+.....r..., 1 ....,..... ......._......o....rn•cr`:.3yt n. re .v � ! t. r rr� i� f CITY OF JEFFERSON PAGE 3 ITEMIZED BID FORM 2.18.97 I HOUCHIN STREET-BALD HILL TO DUNKLIN STREET 1>:.I `ITEM APPROX. UNIT rf� NO. DESCRIPTION UNIT OUANTITY PRICE AMOUNT ALTERNATE A-ASPHALT PAVEMENT ^^� 10.01 REDUCE 6"PCC PAVEMENT SY (2640) 19.00 1-1/2"AC SURFACE(GRADE C) SY 2640 20.00 5.1/2"AC BASE SY 2640 TOTAL ALTERNATE A TOTAL BASE WITH ALTERNATE A ALTERNATE B-SANITARY SEWER CONSTRUCTION 14.02 INCREASE 4"DIAM.PVC LATERAL LINES LF 160 14.03 8"DIAM.PVC PI IN PLACE) LF 6 w 14.04 STANDARD MANH E 6') 14.05 ADDITIONAL DEPTH 4 H p, Tf T N fRArT1 TOTAL BAS 'lll/iT L B---' TOTAL BASE WITH ALTERNATE A AND B 1 'r j 1 � r. ) 31 f t 4;,4 V r t t t. tS w.p. .. •--._ r ....._. ...._.........._._......_..._ ...„.,,.w« .....,.,..... ...... ^� The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed,or deliv red: 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% Dollars (cashier's check), make payable to the city off AAJefferson. Signature of Bidder: If an individual, doing business as j "J If a partnership, member of firm. i by If corporation, L±?kh 1S xoa�x-��on)�Co- — bY Title'f'f'P���n� SEAL �^t Business Address of Bidder 51 L; � D If Bidder is a corporation,supply the following information: State in which incorporated mis<n1ir Name and Address of its: President _. Secretary L.w e rNk ' 1 j t 1 < J a rna, Date rUO. 18 1 9 a •, C..i GFMEIWPWIMWPDOCSIPFIWECT44OUCHIt1DOC January 30.1997 J 1 nreM P,'1 Pend lnluranm co.,Wy Nauorul Suety GMpwium •,� . r'lheQ ids �uorlatedl.dmnlaCopoatlon Bid Bond Fund Amrrlan AutnMrl+dM lnwnuwe COmpiny ' A.I.A.DrxasmcntNo.MSlO(Febmary 1970 Ed.) KNOW ALL MEN BY THESEPRFSEN•PS,that we, Twehous Excavating Company,Inc 8514 Liberty Road,Jefferson City,MO 65101 asPdncipal,hereinaflercalled the Principal,and The American Insurance Company 727 Craig Road,Crave Coeur,MO 63141 " a oorporatton duly organized under the laws of the Suite of Nebraska �� • as Surety,hereinafter called the Surety,are held and fimly bound unto City of Jefferson,Missouri ,J a,Obligee,hereinafter called the Obligee,In the sum of Five Percent(5%)of Amount Bid —� Dollars(t 5%) for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves,our heirs,executors,administrators, successors and assigns,Jointly and severally,firmly by these presents. o WHEREAS,the Principal has submitted abid for Houchin Street Improvements,Bald Hill Road to Dunklin Street, Project No; 33023 } .NOW THEREFORB,.irthe Obligee shall accept the bid of the Principal and the Principal shall enter.into a contract with the Obligoe In accordance with the •✓. .terms of such bid,and give such bond or bonds as maybe specified In the bidding or contract documents with good and sufficient surety for the faithful performance otsuch contract and ronthe pmmpt payment of labor and material'furnished in the prosecution thereof,or In the event of the failure of the. ,. Principal to enter such contract and give such bond or bonds,If the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified In said bid and such larger amount fur which the Obligee may in good faith contract wlth another party to perform the wdrk cuvered by said bid,then this ob • --•� Rgation shall be null and void,otherwise to remain in full force and effect, Signed and mWedthb 18th. day of February + A.D.19 97 Twehous Excavatino Company Inc t� ` (Principal) (Seal) C (wan") ' I,Ut.P a•r �,�af�. � (Thin) I The A rican Insurance Com an of America (Surety) (Seal) i µ a Its l 4Kr,,L, nnett Atlomq••In•Fsct •�ti f� .. a60511.7.911 , i r t I .nom .. ,. ..w a.....�..... State*I- Missouri kh. Cauntr of Cole n: r 4 On February 18,1897 before me,a Notary Public in and for a at d Counly and State, re ddinp therein,duly rnmmhdoned'and sworn,personally appeared Kris L.Bennett' known to me to be Attomeyin•Pacl of The American Insurance Company r the corporation described In and that 0xecvled the within and foregoing Instrumen%and known to me to be the person who executed the sold Irutrument In behalf of the sold corporation,and he duly acknowledged to me that meh'eorporallon axe culed the came. IN WITNESS WHEREOF,I have hereunto cat m Yhand and aul:ed my official sea to do and year dated In this 'ertt6oste above. I1 My Commission Expires—October 18,1998 Notary— Public �i aeoslz—tstss JANET M.WARREN I' t _TARY PUBLIC,STATE OF MISSOURI COU14TY OF OSAGE L., Commission Expires Oct.18,1998 1 I r: t" J d J J 1 r t 7 ' 6' i5 J vy„y,r...vna t 5 {1 4Y F h.; f 4 i .. • � ....w...w �r w+ixMKwt ::,Sh�::uS::�.:fYa'LfS:Uy!dY }.. S t it■. ., ,r t;';mvn wsr+x�ralx—nc�rr utnaaa•w.w.w ..f ry rpil � 1' - r , L �S t f• t I ..�—�-.-..«--„--..-�.^�•Tom.----'�w•^r.•�-�'T.�-....—..�-.r a,TT _� � __ �_----. -_....�,--_... _. �. ._ � _ - , - _ _ ' _ GENERAL I 1 POWER 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 Jerscy 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 Nebraska,has made,constituted and appointed,and does by these presents make,constitute and appoint JAMES J. LANDWEHR, KRIS L. BENNETT and CARL E. REYNOLDS, jointly or severally l JEFFERSON CITY, MO its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred In its name,place and stead,to execute,seal,acknowledge and deliver any hh and all bonds,undertaking,recogniances orot er written obligations in the e nature therrof...................................____ 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 Corporation and duly attested by its Secretary,hereby ratifying and confirming all that the said Atlomey(s}in-Fad may do in the premises. Tids power of attorney is granted pursuant to Article VIi,Sections 45 and 46 of By-laws of TIIE AMERICAN INSURANCE COMPANY now in full fora and effect. $'Article Vll.Appointment and Authority of Resident Secretaries,Anomeys-Jn-Fart and Agents to accept Legal Process 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 Directors,the Chairman of the Board of Directors,the President or soy Vin-PreAdeat may,from time to time,appoint Resident Assistant Secretaries and _ Attorneys-in-Fact to represent and act for and on behalr of the Corporatioa and Agents to accept legal process and make apnearaoas for and on behalf of the Corporation. Section 46.Authority.The authority of such Resident Assistant Secretaries,Attorneys-In-Fact and Agents shall be as prescribed fn the Instrument evidencing Their appointment.Any such appointment and all authority granted thereby maybe revoked at anytime by the Board of Directors or by anyperson empowered to make such appointment.” This power of attorney is signed and scaled under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 31st 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 may be affixed or printed on any power of attorney,on any revocation of any power of attorney,or on any certificate relating thereto,by facsimile, and any power of attorney,any revocation of any power of attorney,or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation:' . IN WITNESS WHEREOF,THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice-President,and its corporate sell to be hereunto affixed this 13th dayof December 19 91 F; THE AMERICAN INSURANCE COMPANY STATE OF CALIFORNIA COUNTY OF IvIARIN 1 On lids 13 ch day of_December 19-9L—before me personally came R. D. Fa rn cwnrt h to me known,who,being by me duly sworn,did depose and say:that he is Vicc-President of THE AMERICAN INSURANCE COMPANY,the Corporation described in and which executed the above instrument;that he 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. a^+ OFFICIAL NO?r•,nl•.EAL A.KRIEGER ?1 p A r Nctary a�lz—Cti,'4 rn a oury tilt My Comm.2za 40 A 20,1MS CERTIFICATE m-sary . STATE OF CALIFORNIA l ss COUNTY OF MARIN )( I.the undersigned,Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY,a NEBRASKA Carporation,D0 HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked;and furthermore that Article V11,Sections 4S 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. i Signed and sealed at the County of Morin.Dated the 1 8th day of February 19 97 , auideorA slml suretaq . 360712-TA-6.90(REV) 1 r s• ; t MISSOURI SURETY BOND INFORMATION ' 1 The agent executing this bond is a professional Independent Insurance Agent. If you have questions regarding this bond,you may contact the agent. Any correspondence should also —� be directed to the local FIREMAN'S FUND office at.. ; 727 Craig Road Creve Coeur,MO 63141 x Surety Department If you have not received a response from the agent or the local office,you may contact our J home office at the following address and telephone number. FIREMAN'S FUND INSURANCE COMPANY THE AMERICAN INSURANCE COMPANY ASSOCIATED INDEMNITY CORPORATION AMERICAN AUTOMOBILE INSURANCE COMPANY SURETY OPERATIONS i 777 SAN MARIN DRIVE i _ NOVATO,CA 94998 TELEPHONE: 415-899-2000 J NATIONAL SURETY CORPORATION { 200 West Monroe Street Chicago,IL 60606 Telephone: 312-580-6000 .'' J 7 Ar 7 is 4 S 4 �aM-wrs < i , ANTI-COLLUSION STATEMENT STATE OF1r�isS/J(,ir'� ) 1 '1 COUNTY of Cole 1 15�ank Twe hous being first duly sworn,deposes and says that he is_Ae5i of TITLE OF PERSON SIGNING Twek> s ;,ecLvc.Ai4 .2:7ycI U NAME OF BIDDER that all statements made and facts set out in the bid for the above project are true and correct; �j 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, r> :a (BY i i • Sworn to before me this___1—day of rP 19� NOTARY PUBLIC 14 My commission expires: _ 1 . C:WFFlCEIWPWIMWPDOCSNRQIECTFIOUCHIN.DOC J►nwry90.tY97 1 + f .�...« ,__..... .... .1,. �_.t...,...+....,,..,_.a..,e-.n r....J.r:. _Y.:N.'„,..h.tx o.tu.w.>ad9:,!S:v7.S',L;b:X:Y.;_n,JUi,i'b'_r:ifG:YN%M'ns•.wrw..�.rvnuy;pyr,. r ' 1 f. ;r 1 i CONTRACTOR'S AFFIDAVIT This affidavit is hereby made a part of the Bid,and an executed copy thereof shall accompany each Bid submitted. STATE OF COUNTY OF �p�e The undersigned, Frank Tehous 4 of lawful age,being first duly sworn states upon oath that he is of + u,)e. ou ya. a a ry tic. ,. the contractor submitting the attached bid,that he knows of his own knowledge and states it to i be a fact that neither said bid nor the computation upon which it is based include any amount of J monies,estimate or allowance representing wages,moneys or expenses,however designated, {' proposed to be paid to persons who are not required to furnish material or actually perform services upon or as a part of the proposed project. AFFIANT Subscribed and sworn to before me,a Notary Public,in and for the County and State aforesaid, this 9 day of Rbrua NOTARY PUBLIC `I J My Commission Expires: CSOFFICBWPWIMWPCOCWAOJECTWOUC UDOC January 30,1997 ti a„ ,tti s MINORITY BUSINESS ENTERPRISE STATEMENT 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 sub- contractors along with their bid submissions. 2. Sufficient and reasonable efforts will be made to use qualified MBE sub-contractors when possible on City contracts. 3. Qualified small,women owned,and minority business will be included on solicitation lists as sub-contractors for City supplies,services, and construction. 4. Qualified small,women owned,and minority business will be solicited whenever they are potential sources. 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 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. 8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works. t t C1OFnCEIWPW IMWPDOCSIPROJECTWOUCHIN.DOC January30,1887 NEW .. .., .. , .. it y. 4 MINORITY BUSINESS UTILIZATION COMURVENT i A. The bidder agrees to expend at least two(2)%of the contract,if awarded,for Minority Business Enterprise(MBE). For purposes of this commitment,the term"Minority Business Enterprise"shall mean a business: 1. Which is at least 51 percent owned by one or more minorities or women,or,in the case of a publicly owned business,at least 51 percent of the stock of which is . owned by one or more minorities or women;and I 2. Whose management and daily business operations are controlled by one or more such individuals. & "Minority Group Member'or"Minority"means a person who is a citizen or lawful permanent resident of the United States, and who is: 1. Black(a person having origins in any of the black racial groups of Africa); 2. Hispanic(a person of Spanish or Portuguese culture with origins in Mexico,South �E 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'lndian sub-continent,or the Pacific Islands); " 4. American Indians and Alaskan Native (a person having origins in any of the tv original peoples of North America); 5. Member of other groups,or other individuals,found to be economically and 7 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, or l suppliers. ' '. 'y C:10FFICEIWPWIN\WPDOCSWROJECTWOUCHIN.DOC January 30,1997 NEW i I ' I I 3 , I B. The bidder must indicate the Minority Business Enterprise(s)proposed for utilization 1 as part of this contract as follows: i `) Name and Addresses Nature of Dollar Value of -1 of Minority Firms Partici ation Partici ation J _Karen's Construction Landscaping _10,582.50 & Renatl Company, Inc. Total Bid Amount: 379,298.05 Total' 10,582.50 Percentage of Minority Enterprise Participation: 2.8 JC. 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 k J 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 i bidder. i Certification that the Minority Business Enterprise(s)has executed a binding contract I ' 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 i D. The undersigned hereby certified that he or she has read the terms of this commitment and M; is authorized to bind the bidder to the commitment herein set forth. i NAME OF AUTHORIZED OFFICER � n DATE_ r2bruA�y 18, J997 ,� N VI J 4 SIGNATURE OF AUTHORIZED OF CWflCE1WPWIMWPDCCWRQ1ECrM0Lr. KD0C Januuy 30.ISO? ;7 t 1 �� j j .. t, I . AFFIDAVIT " COMPLIANCE WITH PREVAILING WAGE LAW Before me,the undersigned Notary Public,in and for the County of State of personally came and appeared NAME POSITION of the NAME OF COMPANY (A corporation)(a partnership)(a proprietorship)and after being duly sworn did depose and say that all provisions and requirements set out in Chapter 290, Section 290.210 through and I 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,Cole County issued by the Division of Labor Standards of Missouri on April 8, 1996 and last amended in September 1996,in carrying out the contract and work in connection with the Houchin Street Improvements-Bald Hill Road to Dunklin Street located at Jefferson City in Cole .- County, Missouri, and completed on the day of 19 .wJ SIGNATURE Subscribed and sworn to me this day of 1 g_ NOTARY PUBLIC _I My commission expires: J STATE OF MISSOURI ) ss COUNTY OF C:10FFICE\WPWIMWPDCC31PRQ1EC7WCUCHIN.DOC Januaty30 1997 j i t Missouri ff of, Eabor Sta.ftdakdg� y. . ,;•. ; WAGE AND HOUR SECTION h ��A ° p,J,, 0 F tid a V �••• Oh cccxx c:d � MEL CARNAHAN,Governor rSj « u Annual Waewe Order N® . 3 i Section 026 ` COLE COUNTY ,I In accordance with Section 290.262 RSMo 1994, within thirty (30) days after a certified copy „J 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 v.ith 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 sha11 certify that a copy has been furnished to the Division of Labor Standards, —I 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 7 filed with the Secretary of State of Missouri. M�olleen A.Baker,Director Division of Labor Standards s� MAR 7 H. t Filed With Secretary of State: Last Date Objections May Be File TR=T ••"CFrST°. ` APR R 1996 iW. Prepared by Missouri Department of Labor and Industrial Relations � I A } I i • Building Construction Rates for COLE County REPLACEMENT PAGE Section 026 'Effective Bas+c Over- CRAFTS Date of Hourly Time Holiday Frin a Benefit Payments Increase ' Rates Rates Rates H&W Pan. Vac. lAppr.Tra Other stos Workers 12/96 $25.46 55 28 3.22 4.97 �p akers 9/96 $21.35 57 7 3.25 3.00 0.16 b if ors-Slone Mason 9/96 $15.60 59 7 2.30 1.85 0.15 r t enters $15.68 I 60 7 2.05 1.50 0.17 L ment Masons $17.561 9 3 1.66 :Electricians linside Wireman _ $19.21 2B 7 2.05 3.00 1U% 0.15 NEBF3% [1, at+on Workers IUSE ELECTRICIANS INSIDE WIREMAN RATE lianeers-or Gonstruc7/96 $23.9 26 54 3.845 2.19 a 0,085 Portable&Hoisting: Grow 1 5/96 $19.12 86 3 3.65 3.65 0.45 ANN.55 6rou It 5/96 $19.12 86 3 3.65 3.65 0.45 ANN.55 rou P III 5196 $17.871 86 3 3.65 3.65 0.451 ANN.55 VI up III•A 5/96 $19.12 86 3 3.65 3.65 0.451 ANN.55 roup IV 5196 $16.89 86 3 3,65 3.65 0.451 ANN.55 `roup V 5/96 $19.82 Be I 3 I 3.65 3.65 0.45 ANN.55 fi -,e Fitters cL$_24.25 91 1 3 TOTAL FRINGES$10.28 Glaziers l $11.35 FED 0.45 0.28 0.45 HOL.18 (, revs Buildin enerat $13.05 110 1 7 2.30 1.50 0.4D first Semi•Skilled $13.401 110 7 2.30 1.50 0.40 Socond Semi•Skiiled I I S13-401 110 1 7 2.30 - 1.501 0.40 I I I I L' hers•Me;al,Wood I I IUSE CARPENTERS RATE leum Layers 8 Cutters I I IUSE CARPENTERS RATE arble Masons 9/96 I ' $15.60 59 1 7 - 1 2.30 1.851 0.151 Millwrights i i 1 S16.43! 60 1 7 2.05 1.501 0.17, , -'x4gprkers I 8196 $16.871 11 I 6 2.87 5.301 0.251 fi + • 1 515.50 i 18 1 7 1.00 1 I I I terers i 1 $16.731 94 1 5 1 1 1.631 Plumbers 11 520.00 i FED ! I I I • Drivers -_- I I $16.0. 81 60 1 7 2.05 1.501 0.17 R piers 9/96 1 1 $17.60 i 12 1 4 2.65 2.101 0.141 5 et Me1a1 Workers 7196 1 1 $18.391 40 23 3.16 2.181 0.29;SASMi.71 ' i � I t, nkler Fitters 1 $10.50 FED I 1 I . T azzo Workers 9/96 1 $15.601 59 1 7 2.30 1.851 0.15 Ti a Setters 9/96 $15.60 59 7 2.30 1.85 0.15 rNf k Drivers-Teamsters l u I $14.25 101 5 1.75 1.75 1_.bu II $14.951 101 I 5 1.75 1.75 Grou III $14.65 101 5 1.75 1.75 G- u IV $14.95 101 5 1.75 1.75 _1 Yic Control Service Driver $11.90 48 49 0.83 0.48 0.23 HOL.41 Drillers IUSE BLDG CONST.ENGINEER GROUP II RATE Nelders•Acetylene&Electric J _ �. INCREMENTAL INCREASE J 1 FOOTNOTE PAGE ANNUAL WAGE ORDER NO.3 tygg r t � u i ilding Construction Rates for COLE County Footnotes Section 026 -Effective Basic v—or- `� CRAFTS Date of Hourly Time Holiday Frin a Benefit Payments Increase Rates Rates Rates H &W Pen. Vac. A r.Tr Other t_. . .F (.A •lelders receive rate prescribed for craft performing operation to which welding is incidental. l e Building Construction Rates on Building(s) and All Immediate Attachments.Use Heavy Construction es for remainder of project. For crafts not listed in Heavy Construction Sheets, use Rates shown on Building Construction Rate Sheet. a]Vacation: Employees over 5 years-8%; Employees under 5 years-6% b-Annuity Trust-$2.00,MOST Program-$0.205 cp',=, All work over$3.5 million total,Mechanical.Contract-$24.25,Fringes$10.28 work under$3.5 million total Mechanical Contract-$23.16, Fringes$9.78 i .J ANNUAL WAGE ORDER N0. 3 3/96 • _ Y l i ,G COLE COUNTY OVERTIME RATES FSD: Minimum requirement j qu' per Pair Labor Standards Act means time and one-half (1 ) shall be paid for all work in excess of forty (40) hours per work week. ',� •' r 0. 91 Eight (8) hours shall constitute a regular work day that may being as early as 6:00 1 .m. and end no later than 5:30 p.m. All work performed in excess of the regular work da and on Saturday shall be compensated at one and one-half WO times the regular pay. In the j � 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 :iolidays. NO. Ili Means eight (8) hours shall constitute a day's work, from Q:00 a.m. to S:DO p•m. from Monday to Friday. Time and one (1%) shall be paid for first two (2) hours Monday through Friday and the first eight (8) hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double (2) time rate. Double (2) time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays. c N0. 12: Means the work week shall co:mnence 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 (1%) 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 (2%) 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 forty (40) hours beginni;;c 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 (iA) • Saturday work will be paid at time & one-half (im) • Sunday and recognized holidays shall be paid at double (2) time even if the holiday falls on Saturday. p Saturday can be a make-up day, _ needed, at straight time pay (provided it is not a holiday) , i NO. 26: Means a regular working day shall consist of eight (8) hours, between 7:00 a.m. and 5.00 p.m., five (5) flays per week, Monday to Friday, inclusive, work performed on Saturdays, i � ndays and before and after the regular working day on Monday to Friday, inclusive, shall 1 4classed as overtime, and paid for at double (2) the rate of single time. H j e paid at the double (2) time rase of pay. olidays shall - I NO. 28: Means eight (8) hours hetween 8:00 a.m, and 5:00 p.m. shall constitute a day's work �1 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) provided: 1 -The project must be for a minimum of four (4) consecutive days. -Starting time may start as early as 7:00 a.m. -Work week must begin on either a Monday or Tuesday: If a holiday falls within that week it shall be a consecutive work day. (Alternate: If a holiday falls in the middle of a week, then the regular eight (8) hour schedule may be implemented) . Any time worked in excess of any ten (10) hour work day (in a 4-10 hour work week) shall be at the appropriate overtime rate. _ 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. 40s 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 (IM) times the regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of twelve (12) hours during the re shall be paid at double (2) time the regular hourly rate. gular working day AW3W"•m' ANNUAL WAGE ORDER NO. 3 PACE 1 OF 3 PACES I 1 i NO. 48: Means the regularly scheduled work week shall be five (5) consecutive days, Monday ,. through Friday or Tuesday through Saturday. Eight (8) hours shall constitute a day's work. I Starting time for the first shift shall not be earlier than 7:00 a.m. nor later than 10:00 w a.m. Forty (40) hours shall constitute a week's work. Overtime at the rate of time and one-half (1%) will be paid for all work in excess of forty (40) hours in any one work week. 0A the Monday through Friday schedule, all work performed on Saturday will be time and one- %' alf (i%) unless time has been lest during the week, in which case Saturday will be a make n �p day �to the extent of the lost time. On the Tuesday through Saturday schedule, all work "performed on Monday will be time and one-half (1%) 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 wil:; be double (2) time. If employees work on any of the recognized holidays they shall be paid time and one-half (1% their regular rate of ° worked, in addition to their regular holiday eY for all hours I Y PeY 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 (i%) 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. i f NO. 57: Means eight (8) hours per day shall constitute a day's work and forty (40) hours per week, Monday to Friday inclusive, shall constitute a week's work. The regular starting time shall be 8:00 a.m, When circumstances 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 cne-half (1;5) . All time worked in excess of ten (10) hours, Monday through Friday and eight (6) hours on Saturday and all time worked on Sunday and holidays shall be paid for at the double (2) time rate of pay. NO. 59: Means that except as herein provided, eight (8) hours a da early as 6:00 a.m.) shall cor,stiv--tea standard work day, Y (which may begin as constitute a week's work. All ti-.e wcrked outside of then and eight hours (a) houreworkrday 1 1 and on Saturday shall be classified as overtime and paid the rate of time and one-half (IM) • All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double (2) time. The Emplc;er has the option of working either five (5) eight hour days or four (4) ten hour days to cc stitute a no:-,a1 forty (40) hour work week. When the four f , (4) ten-hour work week is in effect, the standard work day shall be consecutive ten (10) hour ,reriods between the hours cf 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a weeks work, Monday thrcuch ^hursday, inclusive. In the event the job is down for any reason beyond the Employer's ccntzol, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed ten (10) hours or forty (40) hours per week, When the five day (8) hour work week is in effect, forty (40) I hours per week shall constitute a week's work, Monday -q event the job is down for any reason beyond the E- o incusive. In the .pcye' s coat l,rthen�Saturday may, at the Ji option of the Employer, be worked as a make-up day; straight time not to exceed eight (8) � hours or forty (40) hours per week. NO. 60: Means a regular work day of eicht (8) hours may start as early as 6:00 a.m. and end i as late as 5:30 P.M. The Employer shall have the option of working five 8-hour days or four 10-hour days Monday through Friday.y. if an Employer elects to work five 8-hour days during any workweek, hours worked more than ei ght (8) per day or 40 per week shall be paid at time f & one-half (1%) the hourly rate Monday through Friday, If an Employer. is prevented from I 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 i 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 (11,5) 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. N0, 86: Means the regular work week shall consist of five (5) days, Monday through Friday, -� beginning at 8:00 a.m, and ending at 4:30 p.m. All overtime work performed on Monday through Saturday shall be paid at time and one-half (135) 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. J A e1t.C)T ANNUAL WAGE ORDER NO. 3 PAGE 7 OF 3 PAOEs i J • 1 j NO. 91: Means eight (8) hours shall constitute a day's work in a time frame beginning as ~ early as 7:00 a.m, and ending as late as 5:30 p.m. The work week shall be forty (40) hours r„� 1beginning 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 (0) hours in a work day or for over forty (40) hours a work week from Monday through Friday. Saturdays, Sundays and recognized holidays shall paid at the double (2) time rate of pay. ^i N0. 94: Eight (8) hours shall constitute a regular work day that may being as early as 6:00 ( a.m. and end no later than 5:30 p.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half (I%) times the regular pay. In the event time is lost durir:g the work week due to weather conditions, the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. NO. 101: Means eight (8) hours 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 (IM) (except as herein provided) . All time worked on Sunday and recognized holidays shall be paid at the rate of double (2) time. Starting time may be as early as 6:00 a.m. and end as late as 5:30 p.m. The Employer has the 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 cption of the Employer, be worked as a make- up day; straight time not to exceed ten (10) hours or forty (40) hours per week. All work over ten (10) hours in one day cr :crty (40) hours in a 4-10's work week shall be paid at the overtime rate of time and ore-half (1y1) . When using a five (5) day eight (8) hour work week, and the job is down for any reason beyond the Employer's control, then Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed eight (8) hours or forty (40) hours per week. 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) "ours shall constitute the work week, which shall begin "=--Monday at 8:00 a.m. and end Friday 4:30 p.m. All time worked before and after established irk day of eight (B) hours, Monde y 'th=0—_-gh Friday, shall be paid at time and one-half (11.4) . � _hturday will be paid at time and one-half (1'%,) . All time worked on Sundays and holidays shall be paid for at the rate cf dct:ble (2) time. NO. 110: Means eight (8) hours between the hours of 8:00 a.m, and 4:30 p.m. shall constitute s a work day. The wcrk week shall ccanence 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 i 7 at one and one-half (1%) times the regular hourly rate of pay for the week performed. All _J work performed on Sunday and on recognized holidays shall be compensated at double (2) the regular hourly rate of pay for the work performed. If an Employer is prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather (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 i 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 (I%) the hourly rate Monday through Friday. If an Employer elects to work four (4) ten (10) hour an days in • i -- Y Y 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 (8) hours and no more than ten (10) hours at the — straight time rate, but all hours worked over the forty (40) hours Monday through Friday will be paid at time and one-half (135) overtime rate. i t,.. ~,I AWMIG-OT ANNUAL WAGE ORDER NO. 3 PAGE 3 OF 3 PAGES r ' f l fi i Y HOLIDAY RATE SCHEDULE- BULDLNG CON N0. Is All work done on New Years Da STRUCTIU V a Thanksgiving Day and Christmas Day shall be Decoration Day, Fourth of Jul ))above holidays falls on Sunday, the fcllbePaid act shall be double time Labor Day, ' When one of the Thanksgiving 21 All work performed D New Year's Day, Memorial Day, Fourth of Jul - Thanksgiving Dey, Christmas Da � time rate of pay. Y, or the days observed as such, shall bo paid July, tbodoDay, n.. NO. 3s All work done on New Thanksgiving Da and Christmas Year s Day, Decoration Da any such holidays fall onnDay shall be Y, July 4th, Labor Da paid at the double time rate Day, s Day, Y, the following Monday shall be observed as holiday. NO, 4s All work done on New Thanksgiving and Christmas Da Year's Paid Memorial Da above holidays fall an Sunday,y shall be Day, Day, Labor Day Monday Paid at the double time rate of A� the above holidays fall on Saturday,y will be observed as the roc pay' If any of the !I Fr,:daY will be observed as tae rec holiday. If any of N0. 51 All work done on New Year's Da recognized holiday, Thanksgiving Day and Christmas Da Y, Decoration Day, July 4th, Labor Day, Veteran's Day, ^� y shall be paid at the double time rate of NO. 6: All work done on New Yea-, D pay. Day, Thanksgiving Day, Christ-,assDay, aNamariel Da y, Labor Da agreed upon shall be Y. Fourth of Jul on a Sunda paid at the double time rate py additional holidays which may be Veteran's 1 Y, the following Monday shall be recognized pand Observed rasaany such holiday falls NO. 7s All work done on New Year's Da Day, Thanksgiving Day, and CLri Y, Memorial Day, Independence Da a holiday alls on a Sunda st;`as Day shall be Y. Labor Day, Veteran's Saturday, Y, it shall a observed on the N,o.^ddouble time rate of pay, If Y, it shall be observed cn the preceding Friday. y. I` a �; Y falls on-a ho__da •� YcB;halksgiv ngoDay and C.ea s s ESY, Memer-'al -BY. Independence Da rate of pay, -• or days observed as such, l' Labor Day, Veteran's ' shall be paid at the dcub'e ;•._"N0, 99 All work doe - Day and Christmas"'a on New %ed- s Day, Xemcrial ..a s y shall a Y, Fourth o. listed holidays falling and for at the dc'ble tire rate of pay Day, Tharksgiviaq A double time rate of g ca Sunday s.all be cbser,•ed on the following g Mc.c�a one of the shove Fay as all c'-'ser.•ed holideys, y and N0. Sps All work done on New Year's at the Thanksgiving Day, the da ear's Day, Memorial D .. (2) time rate of y 8-ter :hankscivia Day, Independence Day, Veteran's Day, Monday. pay holiday which occurs onCarSunday shall be observed the following Y No work s.,all be Ferfc-ed on ,.,,3p,� DAY except to save slife and and at the double NO• ils All 'work done on New Year's Da P Property, Thanksgiving Day shall be paid for at the Memorial rcfldouble time, Performed on Labor Da y� Christmas Day, Fourth of Jul Thanksgiving Day shall be consideredreptior.nl holidays s Positively Y, and agree that work will be g's Birthday, Veteran's Day and the day shall after Performed cn that day, and if the employer and employees Y rho premium will be required. Thanksgiving 1i All work done on New Year's Da ` Day and Christmas ea nay Day, Independence Da , cf these days fall on Sunday, Y shall be paid at the double time rate of� Veteran's Day, no circumstances shall employee then the allowing day shall be observed as the holiday.PaY• Should any N0. Permitted to work on Labor Day, Y• Under 13s All work done on New Year's Day, Memorial Da Thanksgiving Day and Christmas Day shall be Paid et the rate of Independence me and one Yhal Labor Day, N0. 1{s All work done on Memorial Da f (1 1/2) , New Year'a Day shall be paid at the ante of t mead one-half (1 1 2 oa Labor Day, When a recognized holida July, Thanksgiving Day, Christmas Day and .J es the holidey, y falls on Sunda following No work shell be done Yr the following Monday is observed ANNUAL WAGE ORDER NO. 3 --1 PAOE!OF 3 PAOES e r ` i i A 7 No. 15: All work done on New Year's Day, Decoration Day, Independence Day, Thanksgiving Day and Christmas Day shall be paid for at the rate of double time. No work shall be performed on Labor Day. • - I NO.* 16: There shall be seven (7) recognized holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Armistice Day, Thanksgiving Day and Christmas Day. No work on any pretense shall be performed on Christmas Day, Labor Day, or Independence Day. Any work performed on the other holidays shall be paid for at two (2) times the regular rate of pay. • - i N0. 17: All work done on the following holidays shall be paid at the double (2) time rate of pay: New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, to be I celebrated on either its national holiday or on the day after Thanksgiving, Thanksgiving Day I ' and Christmas. � p N0. 16: 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) _.i shall be paid at the double time rate. N0. 19: All work done on New Year's Da Memcrial Da Jul 4th, Labor Da Thanks ••-� Y. Y, Y y, giving Day, and Christmas Day shall be paid at the double time rate of pay. The employee ray take off Friday following Thanksgiving Day provided he or she has notified their supervisor on the Wednesday preceding Thanksgiving Day. N0. 20: All work done on New Year's Day, Memcrial Day, Independence Day, Labor Day, j Thanksgiving Day and Christmas Lay shall be paid at the double time rate of pay. When a paid holiday falls on Saturday, it shall be observed on Saturday. When a paid holiday falls on Sunday, it shall be observed cn Monday. M� N0. 21: All work done on New Year's Day, Memcrial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Lay, or days locally observed as such, shall be paid at the double time rate of pay. If Sa:;::day falls cn a designated holiday, all hours worked shall be paid at the double time rate of pay. N0. 22: All work done on New Year's Day, Xemcrial Day, Independence Day, Labor Lay, Thanksgiving Day, C-hristras Lay, cr days locally observed as such, shall be paid at the double time rate of pay. If a holiday falls cn Saturday, Friday shall be observed; if it falls on Sunday, Monday shall he observed. N0. 23: All work done on New t'ear's Day, Memcrial Lay, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate cf ray. When a holiday falls on Sunday, the following Monday shall be considered a holiday. —1 N0. 24: All work done on Christmas Lay, 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. 26: 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 chserved on either the previous Friday or the following Monday. Such days shall be regular work days. If such a holiday occurs on Sunday it shall be observed on the following Monday. N0. 27r All work done on the following holidays or days observed as such shall be paid at the r� double time rate of pay: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day. j J ANNUAL WAGE ORDER NO. 3 PACE z OF!PAGES s ' r NO. 201 A11 work done on New Year's Da � I (Memorial Day), Independence Day }' Arnistice Day (Veteran's Day), a Y (pay. of July), Thanksgiving Day and Christmas be paid at the double time rate of Day shall y. No work shall be performed on Labor Day except when _�• r'T�9'~ripla (3) time is paid, When a holiday falls on Sunda 1baerved as the holiday, y, the following Monday shall be I N0. 291 All work done on New Year's Da , j ; (Memorial Day), Independence Da y' Armistice Day (Veteran's Da observed as such foz these holidays shall be July), Thanksgiving Da Y) Decoration Day i shall be performed on Labor Day except when triple (3) double time� rate iOfppay.Day or day on Sunday, the following Monday holiday No work Y shall be observed as the holiday. when a holiday falls N0. 301 All work done on New Year's Da ' Friday after Thanksgiving Day and Christ," No shall bye Independence Da i No work shall be performed on Labor Da F Paid at the double time rateiof pay, j triple (3) time is paid, When a holiday �xcept in s ecial cases of emergency and only when be observed as a holiday. When a holiday on Saturday, the °) observed as the holiday, y. preceding day of Friday will y falls an Sunda the following Monday shall be i ' ' NO. 311 All work done on New Year's Day, Washington's Birthday, � Labor Day, Columbus Day, Veteran's Da Y. Memorial Da Christmas Day, and Employee's Bi_ y' Thanksgiving Da Y. Fourth of July, holiday falls on Sunda 'thda hall Y. Friday after Thanksgiving Day, Y, the follewing Monday wall be observed bas the erecognizedaholiIf a If a holiday falls on Saturday, the preceding Friday will be observed as the recognized holiday, NO. 321 All work done on New Year's Da Thanksgiving Day, the Friday after Thanks Memorial or Christmas Fourth Of shall be Jul time rate of pay when one of the abcve g f Y. Labor Day, be observed and when c e of the abcve holed}s f 'faslcn n Sur-day, Paid at the double be observed. Y. the following Monday shall Saturday, the preceding Friday shall NO. 33: All work done or .' Christmas Day shall be ��eW e2='s '8y, N.emcrial a z" "Christ (3) time rate e p aid at hetdouble time rate of Fourth cf July, Thanksgiving Da an bserved; if the holida pay. If a holiday falls cn panda Labor Day shall be paid at the rr.j • +•NO. 34: falls ca Saturday, the preceding Fridayewilllbwing Monday will be Al All work done on New Year's Da Served. -1 Thanksgiving Day, and Christmas Day shallY�eMe-crial Day, Independence Da r' falling on Sunda paid at the double time rate.Y� Labor Day, one of the above holidays fallss cn Tuesday,a fcllcw•ing Monday and be working holiday. Paid according) holiday Y• W, en a holida• f Y. the preceding N•cnday will be observed a Form Friday will be observed as a ' ells on ThLrsda rd nc'-w•crking holiday, y' such as Thanksgiving, the following NO. 351 All work done on New Year's Da "'emcrial lThanksgiving Day and Christmas Day shall beYpaid at the time' and one-half of pay. If a holiday falls on a S y' Independence Day, Labor Day, unday, it shall be observed on the following Monday.times rate NO. 361 All work done on Labor Day shall be g Monday, <1 NO. 371 All work done on New Year's Day, N Faid at the double time rate of pay, Day, Thanksgiving Day, Christmas Da emorial Day, Independence Da by the Federal Government shall be y' a d such other days as may y' Labor Day, Veteran's Paid the double time rate of a declared legal holidays w� NO. 381 All work performed on New Year's Da pay. Labor Day, Thanksgiving Day, Christmas Day nndDVeteran�s Day (Memorial Da Fourth of Thanksgiving Day) shall be paid at the double Y (to be celebrated the day after should fall on a Sunday, the followin Monda (will be rate of a g y paid atpthe ate of double 2) time. 1 NO. 391 No work shall be done on the following ( ) time. ( Independence Day, Labor Day, Thanksgiving l g holidays: New Year's Da On SundaY' the following Monday shall be ayholiday, and Y, Memorial Day, Saturday, the preceding Friday , and an Any of these holidays falling y shall be a holiday. Y of these holidays falling on 0. 401 All work done on a legal holiday shall be paid at the double time rate of pay, � J . ANNUAL WAGE ORDER NO. 3 PAOE 3 OF S PAGES F ' r • I e=�Jf N0. 411 All work done on New Year's Day, Memorial Day, Thanksgiving Day and Veteran's Day shall be paid at the double time rate of pay. No work shall be done on Christmas Day, Fourth of July or Labor Day. when any of the above holidays fall on Sunday, the following Monday 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. j i NO. 421 The following days shall be observed as legal holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day. No work ' under any pretense shall be performed on the Fourth of July, Labor Day or Christmas Day. Any s work performed on the above holidays shall be paid for at two (2) times the regular straight time rate of pay. 71 N0. 431 All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day (Nov. 11th) or mutually agreed upon day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. If a holiday falls on Sunday, it shall be observed on the following Monday. If a holiday falls on Saturday, it shall be observed on the preceding Friday. NO. 441 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 Da v. 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. N0. 451 All work done on New Year's Day, Decoration Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christr.as Day or days to be celebrated as such shall be I4 paid at the double time rate of ray. 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 I r holiday shall be observed en Friday or %'cnday. ` �{ NO. 46: All work, done on New ':ear's Day, Memorial Day, Fourth of July, Thanksgiving Day, and Christmas Day shall be paid at the two and one half (2 1/2) times rate of pay. NO WO R]C S•r.:..*L ptg BE DOKE ON LABOR DAY. Holidays falling on Saturday shall be observed the preceding Friday. Jr Holidays falling on a Sunday shall be observed the following Monday. 1 (, NO. 47: The following holidays are recognized: New Year's Day, Memorial Day, Fourth of July, �� .. Labor Day, Veteran's Day, Thanksgiving Day, Day after Thanksgiving, Christmas Eve, Christmas Day, New Year's Eve. The above mentioned holidays can be changed by mutual agreement. When a holiday listed above falls on Saturday, it shall be :elebrated on the Friday preceding the holiday. when a holiday falls on Sunday, the following Monday shall be observed. Holidays 1-:� referred to above shall be raid for at straight tir•,e when not worked and at double time plus holiday pay when worked. m 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 cbser•:ed as the holiday. Should any of the above holidays fall on 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 a , eight (8) hours' pay at regular straight time hourly rate for each of these holidays: New Year's Day, Decoration Day, July 4th, Labor Day, Thanksgiving Day, Christmas Day, Employee's birthday and two (2) personal days. The observance of one (1) of the personal days to be 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 (I%) their regular rate of pay for all hours worked. ANNUAL WAGE ORDER NO. 3 PAGE 4 OF S PACES 4. i �v NO. S01 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. If any Holiday falls on Sunday, the follcwing Monday shall be recognized as the legal •�' Oliday. ' 0. 513 All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, or days observed as such, shall be paid at the double time rate of pay. In the event one of the above holidays falls on Saturday, the holiday shall be celebrated on that day. If tho holiday falls on Sunday, the holiday will be celebrated on Monday following. NO. 521 There are four (4) Day, and Independence Day. Por these four and (4) days a all regular employeestshall abe paid for-1 eight (8) hours of pay computed at the regular straight time hourly rate, although no work is performed. Employees shall receive the double (2) time rate of pay for any work performed j on these recognized holidays. lII ;� N0. 53s 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 a holiday falls on Sunday, the following Monday shall be observed as the holiday. when a holiday falls on Saturday, the preceding Friday shall be observed as the holiday. NO. 541 All work done on New Year's, Memorial Day, Independence Da Labor Da Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Da shall be Y' double - time rate of pay• when a holiday falls on Saturda Y Paid at the double (e a holiday falls on Sunda Y. it shall be observed on Saturday. then � y, it shall be observed on Monday. NO. SS1 All work done on New Year's Day, Independence Day, Labor Day, Memorial Day, Thanksgiving Day, Day after Thanksgiving Day, Christmas Day and Two Floating Holidays (to be designated by the Company) shall be co,.;rensated at time and one-half (11A) the regular rate of pay. Should any of the abcve days fall on Sunday, the following Monday shall be considered and observed as the holiday. Should any of the above days fall on Saturday, the preceding Friday shall be considered and observed as the holiday. *„ .��b. 561 All work done on New :'ear's Day, Decoration Day, Independence Day, Labor Day, ovember 11 (which shall be recog:ized 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 NO. 57: All work done on New :'ear's Day, Memorial Day, Independence Day, Labor Day, Veterans' Day (November 11), Thanksgiving Day, and Christmas Day shall be compensated at the _j double (2) time rate of pay, when any of these holidays fall on a Sunday, the following 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), Thanks I Christmas Day shall be paid at the rate of double (2) time. No work shall be per Day and _j property. Labor Day except for Preservation of life or performed on . J ANNUAL WAGE ORDER NO. 3 PAGE S OF!PAGES F a S . r eavy Construction Rates for COLE County REPLACEMENT PAGE Section 026 i ' ech(we Msic er- -�--- CRAFTS Date of Hourly Time Holiday Frinc Benefit Payments ' r Increase Rates Rates Rates H&W Pen. Vac. r.Tr Other ENTERS - -'- 5/9(i Journeymen $20.28 7 5 2.05 2.10 0.05 Millw�hts 5196 -$20.28 7 5 2.05 2.10 0.05 mile Driver Worker 5/96 $20.28 7 5 2.65 2.10 0.05 �PERATING ENGINEERS - roup 5/96 $18.30 5 5 3.65 3.65 0.42 ANN.55 rou�l 5/96 $17.95 5 5 3.65 3.65 0.42 ANN.55 r-ou III 5/96 $17.75' 5 5 3.65 3.65 0.42 ANN.55 rou IV $15.00 5 _5 3.65 3.65 _0.42 ANN.55 5/96 ---- iler Driver 5/96 $1_5.00 -36* 65 3.65 0.42 ANN.55 I BORERS - � eneral Laborers _5196 � $17.30!-2 -1 � 2.30 1 2.10 lolled Laborers 51996 --....__ - -- .- - ; ----- -- -{- --1-- _-- -= •-.-----•---_- .�. 517.90• 2 4 2 30 r-------- ---- -- .-_..-.--._:..._.- -- -- --� --- ..i...-: 0.40i RUCK DRIVERS_TEANSTERS ----- -drou I p I $17.79 2 1 4 2.40 'Group II - -- - -=__ --5: -2--- _._._ __ '- ------!---_.__: 517,95 I 4 ! 2.40� 2.00 i 2.401 2.001 i IV ----.-.-518.06: 2 ,.._4_-•- 2.401 2.00; ---; -...__. __ J i J - J , J REM INUAL INCREMENTAL INCREASE ANNUAL WAGE ORDER NO.3 7/96 t i ' OVERTIME RATE SCHEDULE - HEAVY CONSTRUCTION -NO. 1: 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 schedule (Monday through Thursday), All hours worked over ten a10j h urs (4) days a week (40) hours p=r week shall be paid at time & one half (135), There are no day or forty Make-up days on Friday or Saturday, work on these days will be provisions for (1 ). On projects working five (5) day, eight (8) hour schedules paid at Friday)f there is a provision called ^50 hour window for forty (40) hours worked.* If inclement weather causes a curtailment of work for projects operating under this 5-B's schedule, the employer may invoke the "50 hour window for forty (40) hours, work the carpenter employees up to ten (10) hours Provision. The Employer can employee reaches forty (40) hours in that week. Any timeaworked Lover the dail until the schedule (9 or 10 hours per day) and forty (40) hours Y. make-up one-half (135) • The ability of the Per week, would be paid at time & eight 8) hours Employer to alter their work schedule from the regular per day to nine (9) or ten (10) hours applicable after the Employer on that job site has lost pworkahours which straight re to be made by the expanded daily work hours. Time & one•hal£ (135) shall be paid for work on Saturdays. Double (2)time shall be paid for work performed on Sundays and recognized Itlshall In such untedlasteighs w(Ejrho_rs toward ahfortyy(9p) hour the performed Over and above 32 .`.ours in thatwweek would be t half (13:), paid at the rate of time & one- NO. 2: Means a regular work week of forty (40) hours will start on Monday and end on I 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 an reason of inclement weather, Saturday r any Y part thereof, by at the straight tire rate to co-.P.ete `orty y(4G)r hours of work be warwed as aEmployees make•up day are part of a regular crew on a make--4p day, notwithstanding the fact that they mzy boo W have been e-ployed the entire week, shall work Saturday at the straight time rate. Time & one-half (13 ) shill be paid for all hours in excess of eight(8) hours per day (if working 5.8's) or ten (10) hours per day (if working 4.10's),or forty (40) hours through Friday. For all tia.e worked on Saturday (unless Szturda or any Per portion�o£osaid day is worked as make-up to co-^lete forty hours), time and one-half (li5) shall be paid. ! �, For all tine worked on Sunday and recognized holidays, double (2) tine shall al NO. 3: Means a regular work week s`, �� paid. and all work °-- consist of rot more than forty (40) hours of work Performed over and above ten (10) hours per day and forty (40) hours shall be paid at the race of ti-.e & one-half (i5). workers shall receive time per nd one* half (135) for all work per£o:-e3 on Sundays and recognized holidays, where one of the holidays falls or is observed d_r4n � thirty-two (;2) g the work week, hours shall be aid then all work perforr�ed over and above at time and One-half (135), _1 NO. 4: Means a regular work week shall consist of not more than forty (40) hours of work, Monday through Saturday, and all work performed over and above ten (10) hours per day and .,a forty (40) hours per week shall be Paid at the rate of time & one-half (135) , Workmen shall receive time and one-half (1>;) for all work performed on Sundays. i NO. 5: Means a regular work week nay Monday through Fri Y e Monday through Thursday (if working work's) or excess of ten (10) hours working 5.8's). Time & one-half (135) is paid when working in 1 _ Friday and/or Saturday is usedda s (if make-up working d4-10's)� and on Friday & Saturday-unless working n excess r eight (6) hours y• Time & one-half (135) is h Saturday is used as a make-up day, Al Per wiorkwshall receive, and on Saturday im p unless Y hall receive double (2) time pay. N0. 6: Means eight (8) hours shall constitute the regular work day and forty (40) hours a work week, Monday through Friday, The Employer shall establish the starting time as early as 7:00 a.m. Time and one-half (135) shall be paid for work performed on a regular work day the regular before the regular starting time and after qutting time. Double (2) time shall be paid for work performed on Sunday i Employer, Saturday can be used and holidays. At the discretion of for a makeup day, the r ANNUAL WAGE ORDER NO. 3 Jjb,bek/e,mgoffice/wiaword/wpSlconv/&llfilee/hvyot.&w3 _, 3/96 OVERTIME RA E SCHEDULE C NSTR T I ON N0. 7: Means the regular work day shall be either eight 8 ? regular work week shall start on Monday and end on Frida ( ) c ten (1e hours. Ivertime lects to work Monday through Thursday, ten (1D) hours The i � 11 work over ten (10) hours in a day , except where the Employer rate of time and one-half (1.%)Y or fort Per day. Saturday shall be worked at time and one-half (1)5)(40) TSmeroniSuna y'week sh-up be worked the • Except as worked as a makeup day, time on r double (2) time the regular rate of pay. at NO. 8: Means eight (8) hours shall constitute a regular workday,Time and one-half (1H) shall be y, Monday through Friday. any regular workday Paid for work performed in excess of eight (8) hours on Y• 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 i in excess of ten (10) hours in any one day to be at the applicable overtime rate of time and one-half (1)5). en an Employer elects to work from Monday pay with all hours "i stopped due to inclement weather (rain, snow, sleet failing) work Friday at the straight time rate of Y through Thursday and is should a holiday occur, Monday through Thursday, g) he shall have the option to I work Friday at the straight time rate of pay to complete his forty (40) hours. However, Y, the Employer shall have the option to one-half (135) shall be paid for work pay to complete his forty (40) hours. Time and ! paid for work performed on Sundays and recognized holidays.Saturdays. Double (2) time shall be ! NO. 9: Means eight (8) hours shall constitute a timetand tore half(lu eight (8) h0 rs Per day or forty normal(4 p) hoursrk Monday through Friday, through Thursday) ) rate.(S) may be scheduled on a four per week will be paid at Friday may be used°t ten (iD) ..ours a day schedule, if s , (41 days a week (Monday — over ten (30) hoursaa dam ake_p day when time is lost due to inclementeweather. Al employed, then half (1 E)• if an r Y o_ over forty (40) hours a week must be All work mployer has started the work week on a five-day at time and ore i schedule, and due to inclement weather mass ten hours a day schedule, at s es any time, then he mayyswit eight schedule, -hours day to make up the lost time (lD•lt-_°-ght t,-e for the remainder of that work week in order paid at time and one-half (135).yoL3,"p caY)', AS1 work performed on Saturday shall be Sundays and recognized holidays. Tn s,� a (2j time shall be "� wring the work week it Shall counted instances where arecognized holiday is w observed eek, then all work p all be coLnte3 as eight (8) hours toward a fort aid at the rate of tme o�r,o a over and above thirty-two Y (40) hour work (321 hours in that week would be } No 10: Mears a regular work week a Monday through Thursday (if work`, °',Y be Monday through Friday F in excess of ten (10) hours - g . Tire and one-half i (1` working 5 B S) or µ1' Employer elects to work from er `•ay (;f working 4-20,S) :+,onda ( �) is Paid when working ...wwWd111 weather (rain, snow, sleet c ondaY • ough Thursday and is stopped ,^hursday, if the straight time rate of eet falling) he shall 1 stopped due to incle,-, en t Pay to co-Plete his fort have the option to work Friday at the excess of eight (8) hours Per day and work 't (40) hours. and one half (135) the hourly Pe- orr„ed on Saturday,All necessary overtime in be paid at double (2) the ho::rl,e hOrK perfcr-,ed on Surdayandecognized holidaystshall Y rate. NO. 11: Means eight (8) hours shall be a regular work day beginning as earl --i Time and one-half (135) shall be f Y over forty (9 p) hors Paid or all overtime hours (over eight (B) hours 7:00 a.m. work Performed on Saturday week) worked during the week, Monday through Friday and rforyall or recognized holidays. Y• JOub2e (2) time shall be paid for all time worked on Sunday and r, :J ..j ANNUAL WAGE 0 RDER NO. 3 Jjbtbek/ctmeoffice/uinvord/►•pS1e°av/ellfilee/hvyot.&W3 ± —1 3196 it. HOLIDAY RATE SCHEDULE.HEAVY CONSTRUCTION 1 No. 1: All work performed on New Year's Day, Decoration Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. t When any of these holidays fall on Sunday,the Monday following shall be observed as such holiday. No.2: All work perforn ed on New Year's Day, Decoration Day(Memorial Day),Independence Day I (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 Y,). When a holiday falls on Saturday, Friday shall be observed. When a holiday falls on Sunday, Monday shall be observed. No work shall be performed on Labor Day except to save life or property. Where one of the boGdays specified fa US 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 ate of time and one-half(]%). F,l 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, sball be paid at the rate of time & one- half(],). Men a boliday falls on Sunday,it sball 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 g, 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 Da p (Fourth of July),Labor Day,Thanksgiving Day,Christmas Day,or days observed as such,shall be paid at the rate of double t(2)time. When a holiday falls on a Saturday,Friday shall be obsetvcd. 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 J No.6: All work done on New Year's Day,Decoration Day,Founh of July,Labor Da y Veteran's Thanksgiving and Christmas shall be compensated at the double(2)time ate of pay. When a holiday "1 occurs on Saturday,it shall not be observed on either the previous Friday or the following Monday. ol _ Such days shall be a regular workday. If such a holiday occurs on Sunday,it shall be observed on the Wowing Monday. No work shall be performed on Labor Day. NO.7:All work done on New Year's Day,Memorial Da Thanksgiving be paid at the double time rate of pay. No work shall be�don n Chstm s Day, Fourth of Julsyhorr 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 sball not be considered to be observed on the previous Friday or following Monday. Such days shall be regular workdays. J .-1 M � ANNUAL WAGE ORDER NO.3 3/96 1 2— 1. 1 REPLACEMENT PACE r" OUTSIDE ELECTRICIANS �.� CONIAIERCYA.L WORK These rates are to be used in the following counties: Adair, Audrain,Boone, Gtlaway,Camden.Carter, Chariton, Clark, Cole, Cooper, Crawford, Dent, Franklin, Gasconade,Howard.Howell,Iron,Jefr'erson, Knox, Lewis, Lincoln, Linn, Macon, Maries, Marion, Miller, Mooitcau, Monroe, Montgomery, Morgan, Oregon, O:;agc, Perry, Phelps. P&e, Pulaski,Putnam,Ralls,Randolph,Reynolds,Ripley.St.Charles,St.Francois,St.Louis City,St.Louis County,Ste.Genevieve,Schuyler,Scotland,Shannon,Sbelby,Sullivan,Texas,Nklarren, and Washington Classifications Rate Effective Dal of Increase 'Journeyman Lineman 523.02 9/96 *Lineman Operator $20.61 9/96 'Grouodman 516.32 9/96 .�, Fringe Benefits Health&IV'clfarc -$2.00 Vacation Holiday Trust- 13V;% National Electricians Annuity Plan-22% Apprenticeship&Training-3.4 of 1 i - National Elm.Bcn.Fund-Y. UT1Lm'NVORK Classifications Ratc Effective -J Date of Increase -� •Joumcyrmn Lineman $22.61 9/96 *Lineman Operator $19.51 9/96 'Groundman $15.10 9/96 Fringe Benefits Health&Welfare -S2.00 Vacation Holiday Trust-10'/.% ' National Electricians Annuity Plan-19% J Apprenticeship&Training-3/4 of I% National Elec.Ben.Fund-3% *ANNUAL INCREMENTAL INCREASE J nuns t".W ANNUAL WAGE ORDER NO.3 9/96 1 • REPLACEMENT PAGE } OUTSIDE ELECTRICIANS, COMMERCIAL WORK I OVERT SIE RATE: Eight(8)hours shall constitute a work day between the hours of 7:00 am and 4:30 p.m,and forty(40)hours within five(S)days,Monday through Friday inclusive,sball constitute the work week. Work perforated in the 9th and I Oth hour,Monday through Friday;shall be paid at time and one-half(I 2)the regular straight timc rate of pay. Work perfomtcd outside these hours and on Saturdays,Sundays and legal holidays shall be paid for at the rate of double(2)tirne. .t HOLIDAY RATE: All work performcd on New Yeaes Day, Memorial Day, Fourth of July,Labor Day,Veteran's Day,Thanksgiving Day,Cluistrnas 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 shall be celebrated on the following Monday. . I , t J J ourstta AW3 ANNUAL WAGE ORDER NO. 5/96 r f, t } t Sr L , r t 1 1 � I 4J' ..M �'F, 1 �'•4 ' �_ � J.�at�__ r.�..�I . - - '----fir_. __il� �-�--- -'--�' -' " •. I f , i AFFI[3AVIT OF COMPLIANCE PUBLIC ORh'S OP� *sAJ TRACTS LAW I,the undersigned, of lawful age,first being duly sworn, state to the best of my information and belief as follows: I 1. That I am employed as by l _ 2. That was awarded a public works contract for Houchin Street Improvements-Bald Hill Road to Dunklin Street. 3. That I have read and am familiar with Section 290.290 RSMo(1993 Supp.)an act _ relating to public works contracts,which impose certain requirements upon _ contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4' That has fullycomplied 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 I t NOTARY PUBLIC My Commission Expires: I STATE OF MISSOURI ) ! _ )ss J COUNTY OF ) r �1 C:10FFICEIWPWIMWPDOCS1PpOJECiWOUCHIN.DOC i January 30,1097 F � J t , J ufdt.•:.Y.:>(.1l ..•:.1:':.K..::x':,:. t. e....r�4/t t::I;'6i " ; ..J..iid ,.. ,.r, jn{" br t�•Y:jC,',;tl'•.'+:;:natii43"'i1``%�zCli~:u'.t�li F4-Yr m, I s ' �1 f r I � EXCESSIVE UN T EXCEPTION GERTIFIGATION } I,the undersigned, ,of lawful age,first being duly sworn,state to the best of my information and belief as follows: -� 1. That 1 am employed as by 2. That was awarded a public works contract for j Houchin Street Improvements- Bald Hill Road to Dunklin Street. 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 requirements upon . contractors and subcontractors engaged in a public works construction project in the State of Missouri. I I J 4. Although there is a period of excessive unemployment in the State of 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 -13 . performing FURTHER AFFIANT SAYETH NAUGHT. } AFFIANT Subscribed and sworn to before me this day of 19 NOTARY PUBLIC J My Commission Expires: APPROVED BY: I DIRECTOR OF PUBLIC WORKS CITY OF JEFFERSON, MO I; [ 1 r January 30,1897 if i JC10FFICE\WPWIMWPCCCS\PFiCJECP}1000HIN DCC I CONSTRUCTION CONTRACT THIS CONTRACT, made and entered into this a5 day of f`\or- , 1997, by and between Twehous Excavation Company, Inc., hereinafter called "Contractor", and i 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 and for constructing the following City improvements: Houchin Street Improvements-Bald Hill { Road to Dunklin Street, Project No. 33023. 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 Sixty (60)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. "t i 2. P-revailing_Wages. All labor utilized in the construction of the aforementioned improvements shall be paid a wage of no less than the"prevailing hourly rate of wages" for work of a similar character in this locality, as established by Department of Labor and ,J Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No.#3 in which the rate of wages is set forth. The Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed in connection with the work to be performed under the terms of this contract. The record shall show the actual wages paid to the workmen in connection with the work to be performed under the terms of this contract. A copy of the record shall be delivered to the Director of Public Works each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City Ten Dollars ($10.00) for each workman employed,for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. 3. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: J (a) Workmen's.Compensation.insurance for all of its employees to be engaged in work under this contract. • CAMDOMPROJECRHOUCHIN.DOC Marc,1,1897 J i I . (b) Contractor's Public Liability Insurance In an amount not less than$1,000,000 `) for all claims arising out of a single occurrence and$100,000 for any one person in a single accident or occurrence,except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo.,and Contractor's Property Damage Insurance in an amount not less than $1,000,000 for all claims arising out of a single accident or occurrence and $100,000 for any one person in a single accident or occurrence. (c) Automobile_Liability_Insurance in an amount not less than$1,000,000 for all claims arising out of a single accident or occurrence and $100,000 for any one person in a single accident or occurrence. (d) Owners-Protective Liability-Insurance-The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City of Jefferson as the insured, in an amount not less than$1,000,000 for all claims arising out of a single accident or occurrence and $100,000 for any one person in a single accident or occurrence,except for those claims governed by the provisions of the i 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. J (e) Subcontracts- In case any or all of this work is sublet, the Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and (c)hereof and in like amounts. J (f) Scope of_Insurance-and Special.Hazard. The insurance required under Sub- ` paragraphs(b)and(c)hereof shall provide adequate protection for the Contractor and its 7 subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it,and also against any special hazards which may be encountered in the performance of this contract. NUTE: 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. j I i 4. Contractor's--Responsibility 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 -� CAMD00 WROJECRHOUCHINAOC Mardi 1,1997 M1 r ' I I 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 I., 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 isubcontractor and the City or between any subcontractors. 5. Liquidated.Damages. The Director of Public Works may deduct$1,000.00 from any amount otherwise due under this contract for every day Contractor fails or refuses to - prosecute the work, or any separable part thereof, with such diligence as will insure the completion by the time above specified,or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated I damages because of delays in the completion of the work due to unforeseeable causes _j beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 1 6. Termination. The City reserves the right to terminate this contract by giving at least five(5)days prior written notice to the Contractor,without prejudice to any other rights or remedies of the City should the Contractor be adjudged a bankrupt,or if Contractor should make a general assignment for the benefit of its creditors, or if a 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 K, or materials for the work under the contract, or persistently disregard instructions of the i City or fail to observe or perform any provisions of the contract. 7. City's-Right_.to_.Proceed. In the event this contract is terminated pursuant to Paragraph 6,then the City may take over the work and prosecute the same to completion, by contract or otherwise,and Contractor and its sureties shall be liable to the City for any I costs over the amount of this contract thereby occasioned by the City. In any such case f Jthe City may take possession of, and utilize in completing the work, such materials, I appliances and structures as may be on the work site and are necessary for completion i of the work. The foregoing provisions are in addition to, and not in limitation of,the rights J of the City under any other provisions of the contract, city ordinances, and state and federal laws. 8. Indemnity. The Contractor agrees to defend, indemnify, and save the City 1 harmless from and against all claims, suits and actions of every description, brought against the City and from all damage and costs by reason or on account of any injuries or damages received or sustained by any person or persons,or their property, by Contractor, its servants, agents or subcontractors in the construction of said work, or by any negligence or carelessness in the performance of the same, or on account of any act or CAMDOCSIPROJECTHOUCHINAOC March 1,1997 1 1 L I J omission of Contractor, its servants, agents,or subcontractors,or arising out of the award of this contract to Contractor. 9. Payment for.Labor_and Materials. The Contractor agrees and binds itself to pay for all labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. i 10. Supplies. The Contractor is hereby authorized and directed to utilize the City's r, 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. Payment. The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth In the Contract Documents upon acceptance of said work by the Director of Public Works and in accordance with the i rates and/or amounts stated in the bid of Contractor dated February 18, 1997 which are J by reference made a part hereof. No partial payment to the Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this contract shall not exceed Three Hundred Seventy Nine Thousand Two Hundred Ninety Eight and 05/100($379,298.05) Dollars. i 12. Contract-Documents. The contract documents shall consist of the following: a. This Contract f, General Provisions b. Addenda g. Special Provisions c. Information for Bidders h. Technical Specifications d. Notice to Bidders I. Drawings and/or sketches e. Signed Copy of Bid This contract and the other documents enumerated in this paragraph, form the Contract between the parties. These documents are as fully a part of the contract as if i attached hereto or repeated herein. J 13. Nondiscrimination. The Contractor agrees in the performance of this contract not to discriminate on the ground or because of race, creed, color, national origin or ancestry, I Jsex, 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 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, Missouri i C:\WPOOCSiPROJECTHOUCHIN.DOC March\ 1897 %L ire t i i 65101. The date of delivery of any notice shall be the second full day after the day of its mailing. ^� 15. Jurisdiction. This agreement and every question arising hereunder shall be Interpreted according to the laws and statutes of the State of Missouri. - 16. IN TESTIMONY WHEREOF, the parties have hereunto set their hands and seals _ this a5 day of C N -r-�' _, 19gZ_. CITY OF JEFFERSON, MISSOURI Mayor APPROVED AS TORM: ATTEST: 4 11yol 2 UIrLr�G� City Counselor City Clerk CONTRACTOR Ur title: �'es�c�err�— ATTEST: J _24� r r _ Title: �.e ' . . y�c R e- } I Imo. CIWPDOCSIPROJEC7W0UCHIN.000ch 1 1997 ask- i r 1, t I Bond #11133262581 I PERFORMANCE, PAYMENT AND GUARANTEE BOND of .... KNOW ALL MEN BY THESE PRESENTS,that we,the undersigned Twehous Excavating Company, Inc., 8514 Liberty Road, Jefferson City, MO 65101 I fhereinafter, referred to as"Contractor"and The American Insurance Company a Corporation organized under the laws of the State of Washington and authorized to transact business in the J State of Missouri as Surety, are held and firmly bound unto the City of Jefferson, Missouri hereinafter referred to as"Owner" Three Hundred Seventy-Nine Thousand Two Hundred �j in the penal sum of Ninety-Eight and 05/100 DOLLARS j 379,298.05 1,lawful money of the United States of America for the payment of which sum,well and truly to be made,we bind ourselves and our heirs,executors,administrators, successors,and assigns,jointly and severally by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; _ WHEREAS,the above bounded Contractor has on the 0•5 day of (Y�arclN .19�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,al Id in accordance with the specifications and plans therefore;a copy of said Contract being`-tached hereto and made a part hereof: i 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 f Contract,and the Conditions,Specifications,Plans,Prevailing Wage Law and other Contract Documents thereto attached or,by reference,made a part thereof,according to the true intent and meaning in each case,and if said contractor shall replace all defective parts,material and - workmanship for a period of one year after acceptance by the Owner,then this obligation shall f be and become null and void;otherwise it shall remain in full force and effect. `• C.WFFICMWPWIMWPOCCS WRQIECTHOUCHIN.DCC January 30,1997 . 4 I I PROVIDED FURTHER,that if the said Contractor fails to duly pay for any labor,materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs,equipment and tools consumed or used in said work,groceries and foodstuffs,and all Insurance premiums,compensation liability,and otherwise,or any other supplies or materials used or consumed by such Contractor or his,their,or its subcontractors in performance of the work contracted to be done,the Surety will pay the same in any amount not exceeding the amount of this Obligation,together with Interest as provided by law: PROVIDED FURTHER,that the said Surety,forvalue received,hereby stipulates and agrees that no change,extension of time,alteration,or addition to the terms of the contract,or the work to be performed thereunder,or the specifications accompanying the same,shall in any wise affect its obligation on this bond and it does hereby waive notice of any change,extension of time, alteration,or addition to the terms of the contract,or to the work, or to the specifications: PROVIDED FURTHER,that if the said Contractor fails to pay the prevailing hourly rate of wages, as shown in the attached schedule,to any workman engaged in the construction of the improvements as designated, defined and described in the said contract, specifications and conditions thereof,the Surety will pay the deficiency and any penalty provided for by law which the contractor incurs by reason of(his/its)act or omission,in any amount not exceeding the amount of this obligation together with interest as provided by law: IN TESTIMONY WHEREOF,the said Contractor has hereunto set his hand,and the said Surety has caused these presents to be executed in its name,and its corporate seal to be hereunto affixed, by ft attomey-in-fact duly authorized thereunto so to do,at Jefferson City, Missouri on "1 this the 9. _day of Mares}. 19—q- The American Insurance Company Twehous Excavating Company, Inc._ "I SURETY COMPANY CONTRACTOR BY (SEAL) Bl (SEAL) _J (SEAL) BY (SEAL) Atto ey-in-fact (State Representative) Kris L. Bennett (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to Include the date of the bond.) f •� J C.'IOFFICEIWPWIMWPDCCS 1PROJECiWCUCNIN.DCC January 90,1997 o . r ii 4 state at- Missour se: t _ 7 t„ounty of Cole 1 d yYb-t'c�n 0%5 t 1 aqo ,before ma,a Notary Public in and for sold County and Stale, realdinq therein,duty commissioned and swam, personally appeared Kris L. Bennett ' known to me to be Attorney-in-Fact of The American Insurance Company jt 1 the corporation described in and that executed the within and foregoing Instrument,and known to me to be the parson who executed the said Instrument in behalf of the said corporation,and he duly acknowledged to me that such corporation executed the same. I7 i ? IN WITNESS WHEREOF,I have hereunto set my hund and affixed my official seal, the y nd year stated In this certificate above. My Commission Expires October 18, 1998 Gtiitt Notary Public t II 86°Zf2—E-46 JANET M.WARREN J NOTARY PUBLIC,STATE OF MISSOURI COUNTY OF OSAOE MY Commisslon Expires OCL 18,1998 IR r � <„ r :1 J t I 1 1 Y'll i 5 ` }5 1 r 3 t ! JV Y S t �_.. ._... ,._....� ,s,n'+/s.w+.z.;�,sxur,:..�:xJ�'W::;;^;IS6:.b'.!::tbu;,nr,WUta::.nwa.,awraavrw.,w+.,.'»-».-.•—.--«.» 1`, 5 1' if f 1 r t N GENERAL POWEROF 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 I,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. IENNETT and CARL E. REYNOLDS, jointly or severally JEFFERSON CITY, MO Its true and lawful Attorneys)-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 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 send 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 By-laws of THE AMERICAN INSURANCE COMPANY now in full force and effect. Article VI f.Appointment and Authority of Resident Secretaries,Attorneys-in-Fact and Agents to accept Legal Process and Make Appearances. 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 Vice-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 nod 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 nod Agents shall 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 of Directors or by any person empowered to _ make such appointment." This power of attorney is signed and scaled under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN _J INSURANCE COMPANY at a meeting duly called and held on the 31st 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 any power of attorney,or on any certificate relating thereto,by facsimile, and any power of attorney,any revocation of any power of attorney,or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation!' i IN WITNESS WHEREOF,THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice-President,and its corporate seal to �ehereunto affixed this 13th day of December 19 91 j THE AMERICAN INSURANCE COMPANY I t .t B.. Via-Prn,d'm '•' "� STATE OF CALIFORNIA 1 ss. COUNTY OF MARIN 11 Onthis 13th dayof December 19_21_,before me personally came R- D. Parncwort•h to me 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 he 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. OFFiCI�A_ !hU?A,`�^�E\L 1. °a A KRIEGER i Rw Nct y'u:ak—C�ksrn!n auy bft WAF,!N 00uil l`My COMM.•. p 'A'FZ 20 1G CERTIFICATE !!! STATE OF CALIFORNIA l COUNTY OF MARIN 1 i _J 111 I,the undersigned,Resident Assistant Secretary ofTHE 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 Vll,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. q� Signed and sealed at the County of Marin.Dated the a 5 day of 360712-TA-6-90(REV) j I s F . • I t t t }{ t 1. er t 1 MSSSOL.TRS SVFtETY BOND 2NFORMATSON The agent executing this bond is a professional Independent Insurance Agent, If you have questions regarding this bond, you may contact that agent. Any correspondence should also be directed to the local FIREMAN'S FUND office at: 727 Craig Road 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 following address and telephone number: FIREMAN'S FUND INSURANCE COMPANY ' THE AMERICAN INSURANCE COMPANY ASSOCIATED INDEMNITY CORPORATION AMERICAN AUTOMOBILE INSURANCE COMPANY �,. SURETY OPERATIONS 777 San Marin Drive Novato, CA 94998 Telephone 415 899 2000 ------------------------------------------------------------------ NATIONAL SURETY CORPORATION + 200 West Monroe Street Chicago, IL 60606 Telephone 312 580 6000 J sR I 'rrva:tn Tg �n ... 1. 7 ' Y I -QENERAL PRQVfS FOB I The following Articles GP-1 through GP-46 are"General Provisions of the Contract",modified as set forth In the Special Provisions, -J GP-1 CONTRACT DOG ►ti�PNrc 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 YearGuarantee Bond,Specifications,otherdocuments listed in the Table Of Contents and bound in this Volume. Plans,all Addenda thereto issued prior to the time of _..l opening bids for the work, all of which are ' e hereto attached, and other drawings specifications,and engineering data which may be furnished by the Contractor and approved b, y 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 copy of the Contractors bid as submitted,the Performance Bond properly executed,a Statutory Bond where required,and the contract agreement signed by both parties thereto. These executed contract documents shall be filed as follows: Two with the Owner I One with the Contractor I GP-2 DEFINITION ' J 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 I herein given: 1• "Contract"or"Contract Documents"shall include all of the documents enumerated in the previous article. :J C..DFFICE\W pW IMWFDOC&pROJECr HOUCHIN.DOC January 30,1887 I y � I � ,•..vn,..:z arw..r.,,... .......,.:.�...,�;..+,, . .,....,. ,,.r,...,�., :..v,.,,...,x•a rM......,,m.,...n,....,.......+a:._ ... .,v.:. „.... ,, ' f I 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. I / 3. "Contractor"or the words"Party of the Second Part"shall mean the party entering Into contract for the performance of the work covered by this contract and his duly authorized agents or legal representatives. i 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. "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"orwords equivalent thereto,shall mean the date upon which the successful bidder's proposal is accepted by the City. I , i 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. 10. "Plans"or"drawings"shall mean and include all drawings which may have been prepared by the Engineer as a basis for proposals,all drawings submitted by the successful bidder with his proposal and by the Contractor to the City,If and when Engineer,and all drawings submitted by the City to the ontractor during the progress + of the work,as provided for herein. 11. Whenever in these contract documents the words"as directed","as required","as permitted","as allowed",or words or phrases of like import are used,it shall be understood that the direction,requirement,permission,or allowance of the City and Engineer is intended. 12. Similarly the words"approved","reasonable","suitable","acceptable","properly", "satisfactory", or words of like effect and Import, unless otherwise particularly specified herein,shall mean approved,reasonable,suitable,acceptable,proper or satisfactory in the judgment of the City and Engineer. 13. Whenever any statement Is made in these Contract Documents containing the expression "it Is understood and agreed"or any expression of the like import,such expression means the mutual understanding and agreement of the Contractor and the City. 1 C^DFFICMWPWIMWPWCSIPRCJECTWCUCHIN DCC +' I January 90,1897 . ` 41 NEW- i 14. "Missouri Highway Specifications"shall mean the latest edition of the"Missouri Standard Specifications for Highway Construction"prepared by the Missouri Hghway and Transportation Commission. I GP-3 It1��9_LTHA�9B It is understood and agreed that the Contractor,has by careful examination satisfied himself as to the nature and location of the work,the conformation of the ground,the character, quality and quantity of the materials to be encountered,the character of the equipment and facilities needed preliminary to and during the prosecution of the work,the general local conditions,and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer,agent or employee of the City,either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. The relation of the Contractor to the City shall be that of an independent contractor. GP-4 THE ENGINEER »1 The Engineer shall be the City's representative during the construction period and he shall observe the work in process on behalf of the City by a series of periodic visits to the job site. He shall have authority to act on behalf of the City. The Engineer assumes no direction of employees of the Contractor or subcontractors and no supervision of the construction activities or responsibility for their safety. The Engineer's sole responsibility during construction is to the City to endeavor to protect defects and deficiencies in the work. "1 Any plan or method of work suggested by the Engineer,or other representative of the City,to j the Contractor,but not specified or required,if adopted or followed by the Contractor in 1 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. GP-5 BOND Coincident with the execution of the Contract,the Contractor shall furnish a good and sufficient surety bond in the full amount of the contract sum. This surety bond,executed by the Contractor to the City,shall be a guarantee: (a) for the faithful performance and I J completion of the work in strict accordance with the terms and intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might in any manner become a claim against the City; (c) for the payment to the City of all I 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. � J i .( � C10FFICEIWPWIN IWPDOCSIPROJECrHOUCHIN.DOC JAnuary30,1997 i I an .._........ ,n....r,, a:a'os ::� . ., ..b. , ,.... .J' .. 'Ip i...• � ...,. ,w t•i:'. ,,;{}:(: S ' 1 l ( All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the property sureties through a company licensed and qualified to operate in the state and approved by the City. Bond shall be signed by an agent resident in the state and date of bond shall be the date of execution of the contract. I If at any time during the continuance of the contract the surety on the Contractor's bond becomes irresponsible,the City shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the City within ten(10) days after notice to do so. In default thereof,the contract may be suspended,all payments or money due the Contractor withheld,and the contract completed as hereinafter provided. GP-6 INSURANCE GP-6.1 GENERAL: The Contractor shall secure,pay for and maintain during the life of the Contract,insurance of such types and amounts as necessary to protect himself,and the City,against all hazards ( i enumerated herein. All policies shall be in the amounts,form and companies satisfactory to the City. The insuring company shall deliverto the City certificates of all insurance required,signed by an authorized representative and stating that all provisions of the following specified requirements are complied with. All certificates of insurance required herein shall state that ten(10)days writt en 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. All of said Contractor's certificates of insurance shall be written in an insurance company C� authorized to do business in the State of Missouri. M! GP-6.2 BODILY INJURY LIABILITY& PROPERTY DAMAGE LIABILITY INSURANCE I (1) Bodily Injury Liability insurance coverage providing limits for bodily injuries, including death,of not less than$1,000,000 per person and$100,000 per occurrence. (2) Property Damage Liability insurance coverage for limits of not less than$1,000,000 per ( . one occurrence nor less than$1,000,000 aggregate to limit for the policy year. � GP-6.3 CONTRACTOR'S PROTECTIVE BODILY INJURY LIABILITY&PROTECTIVE PROPERTY DAMAGE LIABILITY INSURANCE: TI (COVERING OPERATIONS OF SUBCONTRACTORS) (1) Contractors contingent policy providing limits of at least$100,000 per person and $1,000,000 per occurrence for bodily injury or death. C:1OFFI CMWPWIMWPCOCShPROJECTHOUCHIN.DOC January 30,1997 J r � (2) Property Damage Liability providing limits of at least$1,000,000 per occurrence and $1,000,000 aggregate. G13-6.4 CONTRACTUAL LIABILITY Property Damage coverage with$1,000,000 aggregate limit. GP-6.5 Ql>yg'$pROTECTIVF LIABILITY AND PROPERTY DAA�AGE IN�� RANG The Contractor shall purchase and maintain Owner's Protective Liability and Property Damage insurance issued in the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor or his 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 befiled with the Owner and a co py i filed with the Engineer. GP-6.6 EXCLUSIONS . I ' J 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,pipes,mains,sewers,etc.,caused by the Contractor's operations. (3) The collapse of,or structural injury to,any building or structure on or adjacent to the `��� City's premises,or injury to or destruction of property resulting therefrom,caused by the removal of other buildings,structures,or supports,or by excavations below the surface of the ground. GP-6.7 AUTOMOBILE BODILY INJURY LIABILITY&A rTn j LIABILITY INSURANCE MOBILE PROPERTY DAMAGE Contractor shall carry in his name,additional assured clauses protecting City,Liability Insurance with Bodily Injury or Death Limits of not less than$100,000 per person and $1,000,000 per occurrence,and property damage limits of not less than$100,000 with hired car JIand non-owned vehicle coverage or separate policy carrying similar limits. The above is to cover the use of automobiles and trucks on and off the site of the project. —� GP-6.8 EMPLOYER'S LIABILITY AND WORKMEN'S rnrupENSATIQN C. �] 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 j addition the Contractor shall carry occupational disease coverage with statutory limits,and j Employer's Liability with a limit of$100,000 per person. The"All State"endorsement shall i J be included. C;%OFFICEIW PWIMWPDOCSPRO,IECTH000HIN.00C January 90,1897 I t' Incase any class of employees is not protected under the Workmen's Com ' Contractor shall provide and cause such contractor to provide adequate em to er ' i coverage as will protect him against any claims resulting from injuries to and tl�n Statute,the �•x; engaged in work under this contract. a Y s liability •,� . Of Workmen GP-6.9 INS�gTION FLOATER XS This insurance shall insure and protect the Contractor and the City from all of physical loss ordamage to materials and equipment,not otherwise covered under Risk Insurance,when in warehouses orstorage areas,during installation,during testing risks until the work is accepted. It shall be of the"All Risl<s" Builders circumstances which may occur in the particular work included i t this contract. The g and shall be for an amount not less than the value of the type with coverage designed for the material and equipment insured under Builder's Risk Insurance. The values coverage ork at completion,less the value coverage the aggregate value of the City-furnished equipment and materials to be erected al installed by the Contractor not otherwise insured under Builder's Risk Insurance hall include the j Installation Floater Insurance shall also provide for losses,if any,to be adjusted w' t t made payable to the Contractor and the Cit as their interests ma y with and If the aggregate value of the City-furnished and Contractor-furnished equipment is less than $10,000 such equipment may be covered under Builders Risk Insurance,and if so Installation Floater Insurance may be omitted. covered,this GP-6.10 CONT ?ACTOR'S RE PON IBILIT I FOR OThEn; �, For the considerations in this agreement heretofore stated,in addition obligations,the Contractor assumes full responsibility for all loss or damage from a whatsoever to any tools owned by the mechanics to Contractors other vehicles owned ,an ny cause d or rented by the Contractors,his agents,sub-contractors,( material men or his `+ or their employees; to sheds or other temporary structures, scaffolding or motor protective fences, bridges and sidewalk hooks. The responsibility for all loss or damage caused b l and staging, Contractor shall also assume J°1 or any cause whatsoever(except as hereinbefore provided)to the structure on which the work of this contract and any modifications,alteratio s enlargements r incident ustructure n larceny,theft, to materials and labor connected or to be used as a part of the permanent m -� supplies necessary to the work. thereto,is to at done,and materials,and I -t GP-6.11 CONTRACTOR'S RE PONSiRn ii CITY Y N DAMA GES CLAIMS INDEMNIFyING I The Contractor shall indemnify and save harmless the City and Engineer and their officers agents,of and from all losses,damages,costs,expenses,judgments,or decree _j arising out of action or suit that may be brought against the City or Engineer or a and or agent of either of them, for or on account Of the failure,omission or s whatever Contractor to do and perform any of the covenants,acts,matters,or things b any officer undertaken to be done or performed,or for the injury,death or damage caus neglect of the or alleged negligence of the Contractor or his subcontractors or his or their he n contract connection with any claim or claims based on by the negligence material men,or suppliers of machine and gents,or in J incurred In the fulfillment f this machinery there)demands of subcontractors,we I ry parts thereof,equipment,power tools and supplies •'"""'! contract. r� _ Q%0FFICEIWPWIMWPD0CS1pROJECNIOUCHIN.ppC ,I .. f;. ...... January 30.1 897 GP-6.12 NgTIFI ATION IN EVENT OF LIABILITY OR DAMAGE ^ Upon the occurrence of any event,the liability for which is herein assumed,the Contractor agrees to forthwith notify the City,in writing such happening,which notice shall forthwith give the details as to the happening,the cause as far as can be ascertained,the estimate of r loss or damage done,the names of witnesses,if any,and stating the amount of any claim. GP-7 ASSIGNMENT OF CONTRACT The Contractor shall not assign or transfer this contract nor sublet it as a whole,without the written consent of the City and of the Surety on the Contractor's bond. Such consent 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. Gp.g SUBCONTRACTS,PRINCIPAL MATERIALS& EQUIPMENT i i I Prior to the award of the contract,the Contractor shall submit for approval of the City a list ] of subcontractors and the sources of the principal items of materials and equipment which he proposes to use in the construction of the project. �1 The Contractor agrees that he is as fully responsible to the City for the acts and omissions -J of his subcontractors and of person either directly or indirectly employed by them as he is for the acts and omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors. 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 OTHER CONTRACTS The City reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable opportunity for the introduction and ] storage of their materials and the execution of their work,and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results on the work of any other contractor,the Contractor shall inspect and promptly report to the Engineer any defect in such work that renders it unsuitable for such proper execution and results. --1 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. C:10FFlCEIWPV UMDOMPROJECiWOUCHINAOC January 30,1997 .l I C i I 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 The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature and shall give due and adequate notice to those in control of all properties which may be affected by his operations. Rights-of-way and easements for permanent structures or permanent changes in existing facilities shall be provided by the City unless otherwise specified, The Contractor shall give all notices and comply with all laws,ordinances,rules and regulations bearing on the conduct of the work as drawn or specified. - GP-11 ROYALTIES AND PATENTS It is agreed that all royalties for patents or patent claims, infringement whether such patents are for processes or devices,that might be involved in the construction or use of the work,shall be included in the contract amount and the Contractor shall satisfy all demands that may be made at any time for such and shall be liable for any damages or claims for patent Infringements,and the Contractor shall at his own expense,defend any and all suits or i 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. GP-12 SCOPE AND INTENT QF SPECIFICATIONS AND PLANS GP-12.1 GENERAL "j These Specifications and Project Plans are intended to supplement,but not necessarily J duplicate each other,and together constitute one complete set of Specifications and Plans so I that any work exhibited in the one and not in the other,shall be executed just as if it has been -� set forth in both,in order that the work shall be completed according to the complete design of the Engineer. 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 DIMENSIONS rn rnvERN 1 Dimensions and elevations shown on the plans shall be accurately followed even though they differ from scaled measurements. No work shown on the plans,the dimensions of which are not indicated shall be executed until the required dimensions have been obtained from the Engineer. iC J C.IDFFICEIWPWIMWPDOCSTROJECr HOUCHIN.DOC January 90,1987 qc Oro Im JJJ ' .. ,' ., ,. ,. ...... .' .,.. ,. ,,..:�.. .,...1... ,.,.5: ., ;i� N ., q.. f}..... t{N^1'r'i5•t, �`u1Y.z��♦��, ... f r k GP-12.3 CONTRACTOR TQCHECK PLANS AND SCHEDULES The Contractor shall check all dimensions,elevations and quantities shown on the plans,and schedules given to him by the Engineer,'and shall notify the Engineer of any discrepancy 1 between the plans and the condifions on the ground,or any error or omission in plans,or in the layout as given by stakes,points,or instructions,which he may discover in the course of the i work, The Contractor will not be allowed to take advantage of any error or omission In the plans or contract documents,as full instructions will be furnished by the Engineer should - such error or omission be discovered,and the Contractor shall carry out such instructions as if originally specified. The apparent silence of the Plans and Specifications as to any detail or the apparent omission from them of a detailed description concerning any point,shall be regarded as meaning that only the best general practices,as accepted by the particular trades or industries involved, shall be used. G13-12.4 STANDARD SPECIFICATIONS Reference to standard specifications of any technical society,organization or association, or to codes of local or state authorities, shall mean the latest standard, code, specification,or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. GP-13 CONSTRUCTION REPRESENTATIVE AT PROJECT 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 P Subcontractors and no supervision of the construction activities or responsibility for their safety. The sold duty of the Project Representative during the construction is to the City to s endeavor to protect against defects and deficiencies in the work. The Contractor shall regard and obey the directions and instructions of the Construction Representative so appointed,when the same are consistent with the obligations of this contract and the specifications therefor,provided, however,that should the Contractor object to any order given by the Construction Representative,the Contractor may make written appeal to the Engineer for his decision. The Construction Representative and other properly authorized representatives of the City shall be free at all times to perform their duties,an intimidation or attempted intimidation of any one of them by the Contractor or by any of his employees shall be sufficient reason,if the City so decides,to annul the contract. Such construction representation shall not relieve the Contractor from any obligation to perform said work strictly in accordance with the plans and specifications or any modifications thereof as herein provided,and work not so constructed shall be removed and made good by the Contractor at his own expense,and free of all expense to the City,whenever J so ordered by the Engineer,without reference to any previous oversight in observation I J C.1 0FFICE\WPWIMWPDOCS\PROJECTN000HIN.DOC January 90,1987 U ; . I t of work. Any defective material or workmanship may be rejected by the Engineer before the final acceptance of the work,even though the same may hav been previous sly overlooked and estimated for payment. The Construction Representative shall have no authority to permit anydevlation from the plans and specifications except on written order from the Engineer,and the Contractor will be r liable for any deviation except on such written order. '7 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 i certification by the Engineer,withhold payment or proceed to terminate contracts as herein _.I provided. — ; d Reexamination of questioned work may be ordered by the Engineer,and if so ordered the work i must be uncovered by the Contractor. If such work be done in accordance with the Contract Documents,the City shall pay the cost of reexamination and replacement. If such work be found not in accordance with the Contract Documents,the Contractor shall pay such cost,unless he shall show that defect in the work was caused by another contractor of the City and in that event the City shall pay such cost. The Contractor shall furnish samples of testing purposes of any material required by the Engineer,and shall furnish any information required concerning the nature or source of any material which he proposes to use, -1 GP-14 LINES AND GRADES ` The Department of Public Works will set construction stakes establishing lines,scopes,and continuous profile grade in road work,and center-line and bench marks for culvert work,and appurtenances as may be deemed necessary,and will furnish the Contractor,with all necessary information relating to lines, slopes, and grades, to lay out the work correctly. The Contractor shall maintain these lines,grades,and bench marks and use them to lay out the work he is to perform under this contract. ` • I 1 l The Contractor shall notify the Department of Public Works not less than 48 hours before stakes are required. No claims shall be made because of delays if the contractors fail to give such notice. The Contractor shall carefully preserve stakes and benchmarks. If such stakes and benchmark become damaged,lost,displaced,or removed by the Contractor,they shall be reset at his expense and deducted from the payment for the work. Any work done without being properly located and established by base lines,offset stakes, bench marks,or other basic reference points checked by the Construction Representative may be ordered removed and replaced at the Contractor's expense. I GP-15 CONTRACTOR'S RESPONSIBII ITY FOR MATERIALS 'J The Contractor shall b I e 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 k of all materials and labor required for replacement of any installed materials which is found to be defective at any time prior to the expiration of one year from the date of final payment. j J C:WFFICeWPWIMWPDOCSIPROJECT}ICUCHIN DOC ' 11 January 30.1897 \ it • The manufacturer of pipe for use on this project shall certify In writing to the City that all 'i _ materials furnished for use In this project do conform to these specifications. Whenever standard tests are conducted,he shall forward a copy of the test results to the City. GP-16 WATER i All water required for and in connection with the work to be performed shall be provided by the Contractor at his sole cost and expense, GP-17 POWER All power for lighting,operation of the Contractor's plant or equipment or for any other use by the Contractor,shall be provided by the Contractor at his sole cost and expense. GP-18 SUPERINTENDENCE AND WORKMANSHIP t The Contractor shall keep on his work,during its progress,a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor shall provide proper tools and equipment and the services of all workmen, mechanics,tradesmen,and other employees necessary in the construction and execution of the work contemplated and outlined herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly, intemperate or incompetent or who neglects or refuses to perform his work in a satisfactorily manner,shall be promptly discharged. It is called particularly to the Contractor's attention that only first class workmanship will be acceptable. GP-19 MAINTENANCE OF TRAFFIC Whenever any street is closed,the Police Department,Fire Department,and Ambulance Services shall be notified prior to the closing. When a portion of the project is closed to through traffic,the Contractor shall provide proper barricades and shall mark a detour route around the section of the project if applicable. The route of all detours shall be approved by the Director of Public Works. All detour signing shall conform to the"Manual on Uniform Traffic _! Control Devices". — Throughout the project,wherever homes are served directly from a street or portion of a street which is to be reconstructed under this project,the Contractor shall make every effort to provide access to each home every night. This work shall be subsidiary to the construction and no direct payment will be made for it. GEC-20 BARRICADES AND LIGHTS All streets,roads,highways,and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable waming signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. C9OFFICEIWPWIMWPDCCSWFlO JECT44OUCHIN.DOC Januuy 80,1987 ' i J s ' 1 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 i lights used for this purpose shall be kept burning from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be so placed,and the work at all times shall be so conducted,as to cause the minimum obstruction and inconvenience to the traveling _ public. All barricades,signs,lights and other protective devices shall be installed and maintained inconformity 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 UNDERGROUND INSTALLATIONS AND STRUCTURES I Pipe lines and other existing underground installations and structures in the vicinity of the work to be done hereunder are indicated on the plans according to the best information available to 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 I —� structures by contacting owners of underground utilities and by prospecting in advance of the i excavation. Any delays to the Contractor caused by pipe lines or other underground structures or (.. . obstructions not shown by the plans,or found in locations different than those indicated, shall not constitute a claim for extra work,additional payment or damages. ° 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 _J 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, must be moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be moved shall be re-laid by the Contractor and paid for at the prices bid. Only sewers which must be moved because of direct conflict with the storm sewer conduit will be paid for in this manner. Sewers damaged by excavation but not in direct conflict with the storm sewer will be repaired at the Contractor's expense. GP-22 PROTECTION OF WORK AND PROPERTY ' — The Contractor shall be accountable for any damages resulting from his operations. He shall f 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 i which are in any manner affected by the prosecution of the work. i The Contractor shall furnish and maintain ail necessary safety equipment such as barriers, signs,warning lights and guards as required to provide adequate protection or persons and � '— property. January nuary 90.1897 ., • y 4 I The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property Is liable to Injury or damage through the �+ performance of the work,aril shall make all necessary arrangements with such owneror 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, claimed by the Contractor on account of emergency work,shall be determined by agreement or arbitration. The Contractor agrees to hold the City harmless from any and all loss or damages arising out of jurisdictional labor disputes or other labor troubles of any kind that may occur during the construction or performance of this contract. GP-23 GUARANTEE OF MATERIALS AND WORKMANSHIP i The Contractor hereby guarantees the work in connection with this contract against faulty { materials or poor workmanship during the period of one(1)year after the date of completion -� of the contract. j GP-24 No WAIVER OF RIGHTS Neither observation of work by the City or any of their officials,employees,or agents,nor —' any order by the City for payment of money,or any payment for,or acceptance of,the whole or any part of the work by the City,nor any extension of time,nor any possession taken by the City or its employees,shall operate as a waiver of any provision of this contract,or of any power 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. "- '°� GP-25 USE OF COMPLETED PORTIONS ,TJ If desired by the City,portions of the work may be placed in service when completed or partially completed and the Contractor shall give proper access to the work for this purpose; but such use and operation shall not constitute an acceptance of the work,and the Contractor shall be liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter. GP-26 ADDITIONAL OMITTED OR CHANGED WORK ! The Owner,without invalidating the Contract,may order additional work to be done in connection with the Contract or may alter or deduct from the work,the Contract sum to be adjusted accordingly. All such work shall be executed to the same standards of workmanship and performance as though therein included. ' The Engineer shall have authority to make minor changes in the work,not involving cost,and not inconsistent with the purposes of the work. u Except for adjustments of estimated quantities for unit price work or materials to conform to actual pay quantities therefor as may be provided for in the Special Conditions,all changes and alterations in the terms or scope of the Contract shall be made under the authority of duly ') executed change orders issued and signed by the Owner and accepted and signed by the J ' ' C:50FFlCSWPWIM WPDOCSPRQIECTJIOUCHM.DOC January 30.1997 R I 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 unless so ordered. mj If the modification or alteration Increases the amount of work to be done,and the added work or any part thereof is of a type and character which can be properly and fairly classified under one or more unit price items of the Proposal,then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices therefor. Otherwise,such work shall be paid for as"Extra Work"as hereinafter provided in this Article GP-26. If the modification or alteration decreases the amount of work to be done,such decrease shall not constitute the basis for a claim for damages or anticipated profits on work affected by such decrease. Where the value of omitted work is not covered by applicable unit prices,the Engineer shall determine on an equitable basis the amount of: 1. Credit due the Owner for Contract work not done as a result of an authorized change. 2. Allowance to the Contractor for any actual loss incurred in connection with the purchase,delivery and subsequent disposal of materials or equipment required for use on the work planned and which could not be used in any part of the work as actually built. R1 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. �Nnn, Statements for extra work shall a 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 Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages or anticipated profits on any portion of the work - that may be omitted. Extra Work: I � J (a) The term"Extra Work"shall be understood to mean and include all work that may be required to accomplish any change or alteration in or addition to the work shown by the Plans or reasonably implied by the Specifications and not covered by the Contract proposal items and which is not otherwise provided under this Article GP-21. J (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: i 1. Method A: By agreed unit price J 2. Method B: By agreed lump sum C;10FFIC EIWPWIMW PDCC WROJ ECNiCUCHIN.00C January 90,1997 ' 4 3. Method C: If neither Method A or 8 can be agreed upon before the work Is started by force account. (Per Section 109,Measurement and Payment,Missouri State Highway and Transportation Commission. Missouri Standard Specification for Highway Construction 1986. GP-27 SUSPENSION OF WORK 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 i 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 OWNER'S RIGHT TO DO WORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this contract,the Owner,after ten(10)days written notice to the Contractor, may,without prejudice to any other remedy he may have,make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. GP-29 OWNER'S RIGHT TO TERMINATE CONTRACT If the Contractor should be adjudged a bankrupt,or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency,or if he should persistently or repeatedly refuse or should fail,except in cases 4zT for which extension of time is provided,to supply enough property skilled workmen or proper materials,or if he should fail to make prompt payment to subcontractors or for material or labor,or persistently disregard laws,ordinances or the instructions of the Engineer,or otherwise be guilty of a substantial violation of any provision of the Contract,then the Owner may,without prejudice to any other right or remedy and after giving the Contractor seven(7) days written notice,terminate the employment of the Contractor and take possession of the premises and of all materials,tools,and appliances thereon and finish the work by whatever --i method he may doem expedient. i In such case,no further payment will be made the Contractor until the work is finished. if the unpaid balance of the contract price shall exceed the expense of finishing the work,including I compensation for additional managerial and administrative services,such expenses shall be paid to the Contractor. If such expense shall exceed such unpaid balance,the Contractor shall pay the difference to the Owner. —' GP-30 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be stopped under an order of any court,or other public authority,for a — period of three months,through no act or fault of the Contractor or of anyone employed by him, then 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. CAOFFICEIWPWINIWPDOCSWROJECPNOUCHIN.DOC January 00.1987 4 it t _ I 4 GP-31 JOSSES FROM NATURAL CAUL j j I �1 All loss or damage arising out of the nature of the work to be done,of from the action of the `. elements,or from floods or overflows,or from ground water,or from any unusual obstruction of difficulty,or any other natural or existing circumstances either known or unforeseen, which may be encountered in the prosecution of the said work,shall be sustained and home by the Contractor at his own cost and expense. --, GP-32 _SUNDAY,_HOLIDAY AND NIGHT WORK No work shall be done between the hours of 6:00 p,m.and 7:00 a.m.,nor on Sundays or legal holidays,without the written approval of the City. However,work necessary in case of emergencies or for the protection of equipment or finished work may be done without the City's 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 control of the work at night. GP-33 UNFAVORABLE CONSTRUCTION CONDITION 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. l No portion of the work shall be constructed under conditions which would affect adversely the quality or efficiency thereof,unless special means or precautions are taken by the Contractor to perform the work in a proper and satisfactory manner. i GP-34 OMITTED I' R'1 GP-35 MATERIALS AND EQUIPMENT Unless specifically provided otherwise in each case,all materials and equipment furnished 1 - for permanent installation in the work shall be new,unused,and undamaged when installed or i 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 i specifically authorized by the Engineer in each case. i GP-36 DEFENSE OF SUITS rl In case any action at law or suit in equity is brought against the City or any officer or agent of them for or on account of the failure,omission,or neglect of the Contractor to do and perform any of the covenants,acts,matters,or things by this contract undertaken to be done i or performed,or for the injury or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents,or In connection with any claim or claims based on the lawful demands of subcontractors,workmen,material men,or suppliers of JI machinery and parts thereof,equipment,power tools,and supplies incurred in the fulfillment of this contract,the Contractor shall indemnify and save harmless the City and their officers and agents,of and from all losses,damages,costs,expenses,judgments,or decrees whatever arising out of such action or suit that may be brought as aforesaid. ' CbFFICt1WPWIMWPDOCSPR0.IECTWCUCHIN.CCC Jenuery90,i997 1 L ' i,. ~'S , I i t GP-37 CHANGE 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 l� by unforeseen conditions or events discovered or occurring during the progress of the work. GP-38 CONTRACT TIME i The Ime 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. If conditions are such as to stop work in less than six(6)hours,the day will not be counted as a working day. No working days will be counted from December 15 to March 15,both dates inclusive. Saturdays, Sundays,and City holidays will not be counted as working days any time during the year. GP-39 CONTRACT TIME EXTENSION f 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 { � i 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 _j to complete the work within the time specified in the contract,or within such extra time as may be allowed in the manner set out in the preceding sections,a deduction of an amount as set _ out in the contract will be made for each day and every calendar day that such contract remains uncompleted after the time allowed for the completion. The said amount set out in the proposal - is hereby agreed upon,not as a penalty but as liquidated damages for loss to the City and the I public,after the expiration of the time stipulated in the contract,and will be deducted from any money due the Contractor under the contract,and the Contractor and his surety shall be liable for any and all liquidated damages. Permitting the Contractor to continue and finish the work or any part of it after the expiration of the specified time,or after any extension of the time,shall in no way operate as a waiver on the part of the City or any of its rights J under the contract. � J - fi C?AFFICE\WPWIMWPDOCSWROJECT\HOUCHIN.DOC January 90,1897 �J.. Y � I� I GP-41 MEASUREMENT AND PAl(j�)<)yj (a) BASIS FOR PAYMENT Contractor will be paid for quantities actually constructed or performed as determined by field measurement(except as may be hereinafter provided)at the unit price bid for the Items listed in the schedule of the Bid or for such extra work as may be authorized and approved by the Engineer. The cost of incidental work not listed in the schedule of the Bid but necessary for the completion of the project shall be included in bid items. I (b) DEDUCTIONS FOR UNCORRECTED WORK If the Engineer deems it expedient not to correct work that has been damaged or that was not done in accordance with the Contract,an equitable deduction from the Contract price shall be made therefore. (c) LUMP SUM ITEMS Payment for each lump sum item shall be at the lump sum bid for the item,complete in place,and shall include the costs of all labor,materials,tools,and equipment to construct the item as described herein and to the limits shown on the plans. —J (d) PARTIAL PAYMENT I Partial payment will be made on a monthly basis. The payment shall be based on the work that has been found generally acceptable under the contract by the Cihj Engineer or inspector. A retainer equal to 10%of the amount of work completed to date shall be withheld. (e) ACCEPTANCE AND FINAL PAYMENT 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) AFFIDAVIT 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 I prescribed form attached to the back of these contract documents. GP-42 RELEASE OF LIABILITY 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 I neglect of the Owner or of any person relating to or affecting the work. GP-43 CERTIFICATIONS J C.10FFICEIWPWIMWI'DOCSIPRDJECIIHOUCHIN.DOC January 00.1097 i — ....,.... ,h .'.i: ..,. ..... .. . .',;.,.., .. .. ., .,., .. /.v•a iai,k, I .... .4.,1d v5f-`..'1:7:rIi^{".•:4i,,'Ht!r.1t ( `r I ;.. GP-43.1 All suppliers of materials such as drainage pipe or handrail and all suppliers of asphaltic concrete or portland cement concrete mixtures shall certify in writing that the product as J supplied conforms fully with these specifications. Such certification shall be delivered in j triplicate to the Department of Public Works at least 24 hours before the product is to be used J on the project. 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 LOGAL PREFERENCE In making purchases or in letting contracts for the performance of any job or service,the purchasing agent shall qive preference to all firms, corporations or individuals which maintain offices or place •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. Rj GP-45 PREFERENCE Fria U.S.MAA1lICA/�TI1�� GOODS On purchases in excess of$5,000,the City shall select products manufactured,assembled or produced in the United States,if quantity,quality,and price are equal. Every contract for public works construction or maintenance in excess of$5,000 shall contain a provision -7 requesting the contractor to use American products in the performance of the contract. � GP-46 AWARD OF CONTFIACT REJECTION OF BIDS All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for J H all subcontractors and suppliers who the contractor intends to use on the project. Compliance with this requirement and the Minority Business Enterprise Program shall be a consideration for award of this contract. The contract will be awarded to the lowest and best responsible bidder on the base bid �l proposal,complying with the conditions of the Advertisement for bids and Specifications, i _J providing the bid is reasonable and it is in the interest of the City of Jefferson, Missouri to accept same. The bidder to whom an award is made will be notified at the earliest possible date. The City of Jefferson,however,reserves the right to reject any and all bids and to waive all informalities in bids received whenever such rejection or waiver is in their interest. GP-47 AFFIDAVIT of COMPLIANCE WITH PUBLIC�A70RKS'CONTROOT�LAW Upon completion of project and prior to final payment,each contractor and subcontractor hereunder shall file with the City of Jefferson, Missouri, Public Works Department, an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290,RSMo(1993 Supp.),an act relating to Public Works contracts. The City of Jefferson shall not issue a final payment until such affidavit is filed. ' 1 J C:4OFFICeWPWIMWPDOCS%PROJECTWOUCHIN.DOC .� January 00,1997 1 i GP-48 EMENT Whenever there is a period of excessive unemployment in Missouri,which is defined as any month Immediately following two consecutive calendar months during which the level of unemployment In the State has exceeded five percent(5 0/6)as measured by the U.S.Bureau of Labor Statistics In Its monthly publication of employment and unemployment figures,only Missouri laborers or laborers from non-restrictive states may be hired by the 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 typo of work Involved,if so certified by the contractor or subcontractor hereunder and i 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 porsonnol or projects where federal aid funds are being utilized in the act and this provision f would conflict with any federal statute,rule or regulation. I 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 slate,as determined by the Missouri Labor and Industrial Relations Commission. A Missouri _I laboror means any person who has resided in Missouri for at least thirty(30)days and intends I to become or remain a Missouri resident. i WITH PUBLIC IC WORKS CONTRACTS LAW AND GP-49 j.IA�ILITY FOR COMPLIANCE -M.GnURI LABORER REQUIREME,�I 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,any contractor making the false statement,or whose subcontractor makes a false statement,shall hold harmless and indemnify the City for any liability assessed against it �. or any additional expenses incurred. j Any contractor who fails to comply with the requirements of hiring only Missouri laborers or j ] laborers from non-restrictive states,absent statutory exceptions,whenever there is a period of excessive unemployment in Missouri,agrees to hold harmless and indemnify the City of Jefferson, Missouri, for any liability that may be assessed against it or any additional expenses Incurred by the City of Jefferson, Missouri, because of the contractor or I subcontractor's failure to comply. i J C 1pFFICEXWP W IMW PDOCO'I'ROJEC IVIOUCNIN DOC January 30,1997 o_._..._ ...,..:,..:. , . s k 1 a � , - - - i QIT.Y OF JEFM_S-M DEPARTMENT OF PUBLIC WORKS MNDARD SPECIAL PROVISIONS _ FORWARD:The provisions of this section take precedence over any other provisions in these specifications. -"I SP-1 TECHNICAL SPECIFICATIONS AND DETAILS i J 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, J Special Provisions, and Detail Plans. -7 All construction details included with the plans and attached hereto shall be used in constructing this project. SP-2 PARTIAL ACCEPTANCE W The City reserves the right to accept any part or all of the bid for the project. I. SP-3 PRE-CONSTRUCTION CONFERENCE .. Prior to starting work,a pre-construction conference will be held to discuss the project,its scheduling and its coordination with the work of others. It is expected that this conference will be attended by representatives of the Owner,The Engineer, the Contractor and his Subcontractors,and the Utilities,as well as representatives ` of any other affected agencies which the Owner may wish to invite. j The work schedule specified in Section IB-23 of the Information for Bidders will be submitted at the conference. j SP-4 PREVAILING WAGE LAW Bidders are hereby advised that compliance with the Prevailing Wage Law,Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, is a requirement of this contract. (Reference Section IB-20). J Section 290.265 requires that a clearly legible statement of all prevailing hourly wage rates shall be kept posted in a prominent and easily accessible place at the site -7 by each contractor and subcontractor engaged in public works projects,and that such notice shall remain posted during the full time. , CADFflCMWPWIMWPDOCSV'ROJECNi0UCHIN.DOC 'NnUW 30'1991 � r J rI .. �.......+..__ .. ...0-... ..a• ,,....,. ................. ..... ....._., s. .... ._. ,,.... .. ....,.....,..i.. .. ,.. . . .,.,... �. -...,c., .},rd5j.. or.».s:`.a3;f"�a.';t`�ti t(t .. i I ; BP--5 PROOF OF INSURANCE All certificates of insurance provided for this project shall be issued directly from j the company affording coverage. Certification from a local agent is not acceptable without the necessary paperwork empowering and authorizing the agent to sign the - surety's name. In addition,when an aggregate amount is included,a statement of the amount of that aggregate available to date shall also be attached. SP-6 SALES TAX EXEMPTION Section 144.062 RSMo provides that the City's sales tax exemption may be used for the j 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 totalling over$500 from an individual supplier. i I A list of materials to be ordered in the City's name for the project shall be submitted prior to the preconstruction conference. The Contractor will notify the City and obtain concurrence in advance of any changes being made to the list. The Contractor shall order, receive,approve,install,and generally be responsible for all materials for the project. Material purchases to be paid by the City shall be ordered in the City's name. Invoices for this material shall be mailed in care of the Contractor, approved by the Contractor, and submitted to the City for payment. Requests for payment for materials shall be deducted from the contractor's monthly -� payment estimates for work completed. SP-7 PROJECT COORDINATE JOnly one project in this phase shall be under construction at a time unless prior approval is obtained from the Director of Public Works. Construction on that project shall be essentially complete before the next project is started. r SP-8 MAILBOXES If U.S. Postal Service access to any mailboxes will be interrupted during ! construction,the Contractor shall contact the U.S.Postal Service to determine where the mailboxes should be set during construction. J C:10FFlCE\WPWIMWPDOCMPROJECTHOUCHIN.000 January 90,1987 I ' .,-.....nw.rsA•vi!1Yf ., .. :kk:r.. .... .,... .f',... ,J t �: tv..'. ! t^, S . } 3 Y f 1 i + I TRAFFIC CONTROL DURING CONSTRUCTION All work shall be in accordance with the Manual on Uniform Traffic Control Devices. Signs,cones,and barricades shall be placed 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 construction. Type III barricades must be • equipped with flashing beacons and maintained in operable condition forthe duration of the project. At no time during construction shall Bald Hill be closed to thru traff ic. During time of construction on Bald Hill,the contractor shall maintain at least one lane of traffic with appropriate flagman and signage. k SP-10 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 "7 access will be temporarily affected. Notice shall be of sufficient length to allow J the persons affected to remove vehicles and other items that may be inaccessible during construction activities. Pedestrian access shall be maintained at all times. Suitable access shall be provided across trenches, ditches or other barriers and obstacles for pedestrian traffic. Appropriate devices shall be used to warn the public of the dangers that may be ` present. I Y 1:D SP-11 PROTECTION OF ADJACENT PROPERTIES Surface water shall be diverted and otherwise prevented from entering or damaging adjacent property as a result of precipitation during construction. SP-12 UTILITIES rJ The Contractor shall expose all utility crossings to establish location and depths prior to construction. The Contractor shall coordinate his work with that of any utility that may be affected by the project. Union Electric or its sub-contractor shall be replacing gas mains and services in the project limits. -j SE-13 ROCK REMOVAL No explosives shall be used on this project. Rock shall be removed by mechanical chipping,jack-hammering or other methods approved by the Engineer. , I Janua C1OFFICE\WPWIMWPOOCWROJECTHOUCHIN.000 January 30,1997 1 J/ I 5, ' MEW U E);Br.RADING IN ROCK CUT ' 1 p that rock cut areas are to be undercut and backfilled with Section TS-2.2.6 specifies a drainable material with top surface choked with fines for proper subgrade preparation. No direct payment shall be made for backfill materials. The only payment made shall be for cubic yards of rock excavation. �' SP-15 PIPE SE�JLIER CONSTRUCTION i Section TS-4, Pipe Sewer Construction, of the City of Jefferson Technical J Specifications is hereby modified by the addition of the following: Li TS-4.7 Bluminlzed Steel T�nP 2 Steel SQlral Rlb Pine TS-4.7.1 Gene This section covers the materials and construction of steel spiral rib pipe storm sewers. is --j TS-4.7.2. Material: All of the Aluminized Steel Type 2 material used,the pipe and the bands shall be manufactured to conform to AASHTO M36 and ASTM A76o specification except that the external helical corrugation pattern of the pipe shall be 3/4"x 3/4" x 7-1/2'as described in AASHTO M196 and the minimum pipe metal thickness shall be the same as specified in Section TS-4.3.3.1. TS-4.7.3. Construction: Requirements of plans and other sections of these specifications, specifically TS-4.3 shall apply except that compacted granular backfill shall be used to a minimum of one foot above the top of the pipe. Sp-1 ROOF DRAINS M, All roof and/or foundation drains, shown on plans or not,that discharge into an existing ditch section,storm sewer or curb shall be connected to the proposed storm sewer or curb. See Technical Specifications Section TS-29,Downspout Drains. SP-17 GuRrRADE STABII�I�ATION 1 Payment for crushed stone for subgrade stabilization shall be per ton of material 7 provided,based on tickets submitted to the City at the time the work is done. Payment shall be at the unit price bid which shall include all labor, materials, tools and equipment necessary to stabilize the area including removal of unsuitable material, disposal of the material off-site and subgrade preparation. J Januuy 00,1997 <: �{ +J C1OFFICBWPWIMWPDOCS\PSOJECNiOUCHIN.00C i t r r�"7 r h SP-18 3"ROLLED STONE BAST_ ; ' 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 additional payment will be made. SP-1 REPAIR OF DRIVING SURFACE All sections of pavement damaged or removed during construction that are located . outside the limits of new pavement construction as denoted on the plans shall be replaced in accordance with the following requirements: Existing J Pavement Base Surface i PCC Street ---- 6" PCC Bituminous Street 5" PCC 1-1/2"AC Cold mix shall be used on a temporary basis when asphaltic concrete hot mix is not a available. The cold mix shall be removed and the permanent hot mix shall be installed when it becomes available. 4y Chat drives,alleys,and parking areas shall be resurfaced with crushed stone in the areas disturbed. 20 ADJUSTMENT OF UTILITY SERVICES 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. SP-21 PLUGGING AND ABANDONMENT OF EXISTING PIPES J All pipes to be abandoned shall be plugged and sealed with portland cement concrete at the locations as shown on the plans. All pipes to be abandoned shall be completely filled with clean sand. The sand shall be blown into the pipe by using compressed air or other such means. All plugging and filling of pipes shall be subsidiary to the work. CI DFFICE\WPWIMWPDCCSIPRCJECiWOUCHIN.000 Januuy 30.1997 J .._.. �..bw.... >...u. .. , IL r ` •"i u I SP-22 INSTALLATION OFEwFR aipE t - OF unit price for the Installation of sewer pipe shall include all necessary l excavations,ditching,backfilling,bedding,shoring or any other Item required to make the Installation of the pipe. SP-23 ITEMS TO RE LEFT iN - act I Items marked"LIP"on the plans shall be"left in place". Any damage to these items, r or other items that were not to be disturbed by construction shall be repaired by the Contractor at his own expense. -j SP-24 COORDINATION OF TRASH PICK-UP 1 The contractor shall afford the trash disposal company access to the street on a weekly basis. If pick-up times are required to change it is the contractor's responsibility to notify all affected landowners. SP-25 ZOYSIA SODDING All specifications for Bluegrass Sod(Section TS-9 Technical Street Specifications, City of Jefferson Technical Specifications)shall apply,except the plariting season P•" for Zoysia Sod shall be from May 1 to September 1 unless extended by the Engineer. 1 SP-26 PROJECT PHASING Phase I is the Storm Drainage installation on Dunklin and Cardinal Streets. Phase II is the improvements to Houchin Street. Phase II shall not begin until full traffic is restored to Dunklin and Cardinal Streets. i• i + C.10PFlCeWPWIMWPDOCWROJECnH000HIN.00C } f +i + January 00,1997 J � .y,X., '1,::?, r ..�....j�. f. 1 }1 .f li.�y,5h4 '...L�;r• ..I, x t w I x, �� _ .... r- i. 6� ADDENDUM NO. 1 HOUCHIN STREET IMPROVEMENT PROJECT PROJECT NO. 33023 ` FEBRUARY 12, 1997 1. The bidder will acknowledge receipt of this Addendum and his acceptance of its conditions by signing this Addendum and including it with his bid. i BIDDER: Twehous F,xcavating company, Inc. BY: 6t-L '—°""aQ Edward J. Twehous Vice President 1 TITLE: J ) CITY OF JEFFERSON, MISSOURI MARTIN A. BROSE, P.E. r,t DIRECTOR OF PUBLIC WORKS r k l as , t . t. E I ! t 7 }( i 4 1 t $ y , { t ; s. (tl 3 t (•r i S 'rr r r ADDENDUM NO.1 HOUCHIN STREET IMPROVEMENT PROJECT wt � FEBRUARY 12, 1997 1. Item 4.17,TRENCH ROCK is hereby added as a bid item. 2. Item 18.00, EXPLORATION FOR EXISTING WATER SERVICE on the bid form dated 2-18-97 is hereby changed to Item 18.03, EXPLORATION FOR EXISTING WATER SERVICE. All quantities remain unchanged. Be sure to submit the amended bid form when submitting your bid. 71 t a �r 1 t: i•' f r. It 1 s 1 r 3 t I i r. ,r 4t i l 9�3 Ir tt �,c r r ' 3 s ! I It r J.I !4F •t 54 •,H 4 y r' is ✓ i.,.r t .#si' �'I � � 1t 4 i i tt I� � +`�• ti , y 4 '1 IV P01 o s .. t t r p �i f:;11••,Itj Aar rt it'r.+Ki tFl t f i t� 7 t. ' DnrE,MM ACORD CERTIFICATE OF.LIABILITY INSURANCE mnY» 03 20 2997 PRODUCER 19 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION v Winter-Dent & Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR O. Box 1046;102 East McCarty ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, F` erson City, NO 65102 COMPANIES AFFORDING COVERAGE COMPANY A General Casualty Company INSURED 1,�A �/p���+� Col NY INSVT'M I GtfS"..VV6.61/ TNOhous Excavating Company Inc 8514 Liberty Road COMPANY Jaffarson City, NO 65101 C By: COMPANY 7WEH01 D Dat®: Y ( COVERAGI=S, THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE F THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH R PECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJE T TO ALL THE TERMS, EXCLUSIONS AND CONDMONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO T TYPE OF INSURANCE POUCV NUMOER DATE POUCYEFrECTIVE PDA EY(MMPDDA'Y)II LIMITS A GENERAL LIABILITY CCX0217459 1010111996 1010111997 GENERALAGGREGATE S 2000000 X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG S 2000000 CLAIMS MADE fX]OCCUR - ------- PERSONAL B ADV INJURY $ 1000000 1 OWNERS&CONTRACTOR'S PROT EACHOCCURRENCE $ 1000000 X INCL PER JOB AGGRE FIRE DAMAGE(Any one fire) S 50000 X INCL BLASTING MED EXP(Any one porson) S 5000 A AUTOMOBILE LIABILITY CRA0217439 - 1010111996 10/01/1997 iANY AU FO COMBINED SINGLE LIMIT $ 1000000 X ALLOWNEDAUTOS BODILY INJURY S X SCHEDULED AUTOS (Per person) , HIRED AUTOS BODILY INJURY 1\ NON-OWNED AUTOS (Per accldont) S PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANYAUTO OTHER THAN AUTO ONLY: EACH ACCIDENT S AGGREGATE S A EXCESSUABILITY CCV0217459._ 1010111996 1010111997 EACHOCCURRENCE $ 1000000 ' X UMBRELLA FORM AGGREGATE S 1000000 OTHER THAN UMBRELLA FORM S , A WORKERS COMPENSATION AND CWCO217459 0110111997 i 010111997 OR STY LIMIT X OTH• EMPLOYERS'LIABILITY EL E.',CH;-CIDENT S 1000000 THE PROPRIETOR/ X INCL E PARTNERSMECUTIVE L DISEASE POLICY LIMIT $ 1000000 OFFICERS ARE: EXCL EL DI:,_,aSE•EA EMPLOYEE I$ 1000000 A oTHEq CCX0217459 1010111996 1010111997 $800,000. Limit subject t cargo $1,000. Dad. DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS I PROJECT: flOUCHIN STREET IMPROVEMENTS- BALD HILL ROAD TO DUNKZX.M STREET, PROJECT NO. 33023 CERTIFICATE HOCpq :CSTYJI CANCELLATION .. . ..... SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF JEFFERSON EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL t 320 EAST MCCARTY jl DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, JEFFERSON CITY, NO 65101 BUT FAIL TO MAIL SUCH NOTICE SHALL IMP NO OBLIGATION OR LIABILITY OF ANY K D UPON T k COMPANY, ITS A ENTS OR REPRESENTATIVES. ' AUTHORIZE R AQORD25-6 CO009RATI0N:.t9 8: OMM t s ` i I 1�- I 16ZlSlJFiANCE BINDER Wi n THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT 1'O THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FARM. PRODUCER ..::. PNONC ter-Dent & Co fit) COMPANY DINDER/ i la• O. Box 1046;201 Saat McCart ESN—ZRAL Cn.717AZ y CD OF WI Jefferson City, NO 65101 EFFECTIVE A-7BSH-OCP � �. IXPIIwnG X 03 20 1997 X 12:01 AM 22.01 PM 03 20 1998 NOON CODE: THS BINDER IS ISSUED TO AGENCY SLID CODE: PER IXPIRING POLICY N: E><TENO COVERAGE IN THE ABOVE NAMED COMPANY INSURED �� City of Jnfforson DESCRIPTION OF OPF.RAT IO"'VEHICLES/PROPERTY(IncIUdln0 Laudon) 320 Haab McCarty Street er's COntraCtoXfa Protectivo Tafforaon Cjt Lability Policy; y, D10 65101 Y: Project: Xoucbtn treat Improvements - Bald Irill Road to unklin Street, Project No. 33023 I COVERAGES;; .. TYPE OF INSURANCE PROPERTY COVERAGE/FORMS CIMtTS CAUSES OF LOSS AMOUNT BASIC BROAD❑SPEC BEOUCnElE COINS% j GENERAL LIABILITY COMMERCIAL GENERAL LIABIUTy GENERAL AGGREGATE CLAIMS MADE OCCUR S 1000000 's— CO . . X OWNER'S 8CONTRACTOR'S PROT PRODUCTS- MP/OPAGG f 1000000 . PERSONAL 8 ADV INJURY S Z_ 0 _00000 EACH OCCURRENCE $ I AUTOMOBILE LIABILITY RETRO OATS FOR CLAIMS MADE: FIRE DAMAGE(Any one fire) S 1000000 MED EXP(Any one person) $ 50000 , - ANY AUTO COMBINED SINGLE LIMIT 5000 OWNED AUTOS ' S t4 BODILY INJURY(Par parson) S j HIRED AUTOS BODILY INJURY accident) S N i ON-O PROPERTY DAMAGE NON-OWNED ED AUT03 S MEDICALPAYMENTS $ PERSONAL INJURY PROT S AUTO PHYSICAL DAMAGE UNINSURED MOTORIST $ • DEDUCTIBLE ALL VEHICLES S COLLISION: SCHEDULED VEHICLES '�-- ACTUAL CASH VALUE . OTHER THAN COL: I GARAGE LIABILITY - STATED AMOUNT S I ANYAUTO OTHER i AUTO ONLY•EA ACCIDENT S ' --- OTHER THAN AUTO ONLY: I IXCESS UADIUTY EACH ACCIDENT $ UMBRELLAFORM AGGREGATE 5 EACH OCCURRENCE S OTHER THAN UMBRELLA FORM RETRO GATE FOR CLAIMS MADE: AGGREGATE S p. SELF-INSURED RETENTION S WORKER'S COMPENSATION STATUTORY UMITS EMPLOYER s LIABILITY EACH ACCIDENT • S SPECIAL DISEASE•POLICY LIMIT S DISEASE• r CONDITIONS//°oVRaes Ta°boos Sxcavatjng EA EACri cMPLOYEE S I Com an 1 remtum and audit. P S'' Iac. is responsible for payment of NAME tk''ADDRE53. \ MORTGAGEE ADDITIONAL INSURED j�j+ JI LOSS PAYEE x LOAN Y AUTHORIZED R R SENTATIVE i Acopa ris✓s l�zisj'. HATE IMPCiRTANTSTATE:INFpRWtj6N'q REVS mom= �. ".O ACCRO COFIAORATIOW,1993. , t 1 i { CONDITIONS This Company binds the kind(s) of Insurance stipulated on the reverse side. The Insurance is subject to the terms,conditions and limitations of the policy(les)in current use by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this binder is not replaced by a policy,the Company is entitled to charge a premium for the binder according to the Rules and Rates In use by the Company. iI Applicable In California _•___. ___. When this form is used to provide insurance in the amount of one million dollars($1,000,000)or mare,the title of the form is changed from'Insurance Binder'to'Cover Note". Applicable in Delaware The mortgagee or Obligee of any mortgage or other Instrument given for the purpose of creating a lien on real property shall accept as evidence of Insurance a written binder Issued by an authorized Insurer or its agent if the binder Includes or is accompanied by:the name and address of the borrower;the name and address of the lender as loss payee;a description of the Insured real property;a provision that the binder may not be canceled within the term of the binder unless the lender and the Insured borrower receive written notice of the cancel- lation at least ten(10)days prior to the cancellation;except in the case of a renewal of a policy subsequent to the closing of the loan, a paid receipt of the full amount of the applicable premium, and the amount of Insurance coverage. _ Chapter 21 Title 25 Paragraph 2119 Applicable in Nevada Any person who refuses to accept a binder which provides coverage of less than$1,000,000.00 when proof Is required: (A) Shall be fined not more than$500.00, and(B) is liable to the party presenting the binder as proof of Insurance for actual damages sustained therefrom. i 4J t i ACOND ...._._._�.............r. .:, , ..rri.-H.,..,..,.,,.........,,.r...,..... ..r.... .., r,.. .,� .r .,.. r >.... o .....,.r ... ,.,. ,...M.r...,.....n.,.....r,.r...,,,,.,.,. ,. .n•*:m -Iratssv ,. . ' f �e N P fr t 't �r F f r l; k�. € :: 1 e:{q i fr"Y;Yk' r ant �j'k 1`3.i*C0 d� d ,tJ" r +. :,tY w,t:j i i'nr r. �. i .�.5 .ivr dt ''v'S1 !�„D 't;, 1 r o '4. ,,.1 i .*,'p',r {'r JP ,r f t M} J ''� 1:' W, �T.'Ykf,�, , t { ; s .3�� e,1 I 1y''t sYf SF r,13 ..t Cl. o,, t" r}'�t�i� tt J! t k 't; ?.t,.')4.<}� 5 ;:,M, ,. 1q'�d)ti, ty.l t`.s',"y; ffl,eFn-vY��ily 'f.4. Sry Nj'AT'„a'F .y f }j�� a,JY. r +a t , L s.i :r;, J LAd r'k Fh Y i 'Y2 r 5 r' } S �±­,-­.­'­­- t,. , d i.ta k ".i�»f`14 S �.: ific4 tv,. r.:°;`r:�:': .,t + {I c ` 'r? 2 i k'1� n l { t .s�. �3Y f }`•, 'i 1`E`: j+,t��$,.,:,.,"vy'. �St .. :ftt r , 1st. ri rkt ct.t.rY r` a1 v' r t,r{�{} :st.•1 .Sn,Sh tc" .N;iiy Sw,';if," ..6P. `'r.,:p:[, :}�f..is rYit, 4. ..).,f, ,.%41111'. sr 4 } i a h, t d' }�.:r? Sv b. .}r�n': rr J :t t a l,tt D x f h'" Gtr S'�' ?J..r 1•h+¢5�+>;.,r5 r^!� 7r ) f!' $Ye 'n t>{k� k �.d:'„T rt 1.,, jr 6J r{'G}..s s'i 1.}+S J ..� }.}. y�St t.f'. 3 a t Si of y1 lL j..n�, ,,� t M. .1.�s�. t+�'!-`t.�.r,':���} ,,t•l''(7fr 74 +".�lr'Z'nr .°'y Xr r"t ,b t� F��1 ��I�4 {, ` 443{'a'.r�It�tii,'�.f3x•}<.A,�E1 ra thta}i SJit+' ti' t7 Cl'l.;.z S L �"rvs+{t• ��r:F .,? ,fj 't�ri1S',{�+.J`nr Ay��;4. �. £,�4.}y5 ,t' *j(I +Lt!ryMV.t yltytrY'r+n rty'^.1', ,� ( A. yl t 4 ,tj} y 1 y + S} Y < 4F fi II'.t-.!. 1 �� ��Hli i y'�4f k-t,il 5 0 t ` 4?;�. t fY§ t 'L.M .�:11�ti- tt b 5 iL j t r)r v v r -73r h $I.„�� 1 it ! 'd,, �$� I'. t r 41 Y S t p,.. }r �t )4 n+-„ a . t}r^arrn}Y ; � lw}, u,�}�� irC� t r "It;.,-:.',':. 5�"ys dry 1 4 i 4} J r I ) r } 1 �; M .. (( 7 i t LrJ , to ri tt. �t y t7 r ..r JC I t L it St}rt { 2t t•e E e t ''ifs r.) + { :x! r r �Jt i ' 1 .)(}f r t'y r r 1, aA*r s .J T 'tr t[Sq rr �' ?"�N,ft1 v ! , 7 f1s .f ro s J. 1. J t:y.(` -.11 S t 1 , r",, t a)r {5..3 3 '' (1Yy a t t41, ryri ix �� S 2 t Jta i lq r a 'f at yyt i . { + i r .y r h 1 t •1 1 t r 5 3. { r S t if 7 t u, Si + f � i t s i4 1r #f.t t� v i° p) .� x rrs Jps 1{ sk9 5a��� t I tl rl n ,,�. 1 r r 3F, J. 1' .'a' 1. t q y.+},'+ fat 1c, '+r q `,,1 r 4 S 'tr f} ° '} i r n�V q+' {.,,rs .,h .,. L., ) t" t 5 )i r. off t j '.`i. t .a s.; +5 tSl} 'f rf�1> `; f ^il rt.a iw i-s 4 9k '.5 J t: +3i}7. 4 iy?.e jt,{f 334. aVtf�.�t5. 1`�.rk? r + J rr s i'�rJ". Sy ai rr x .1 .:. .;,7 t ,� .;l. Y' r1 d at< r.t'AY t it t1t1 < .�'! {. n 4l c 'h l3r tt t Y aver 4 w p 5 4f +ra.. r a 3 r ! !.'a S t Y Sat cS yt ( �:9, r'Lr" f4.rtr.k �Y" ' W F .y1r r t{{fir ',ta{t ,+ i' ✓ 7 t lr } ' .n J. ,_r > L 1­!t,.'­t V q < 1 W'- ,-j, 1t .:1 kll 9;i},'t fst 4:1 r} 1P I rrt AL t Y.C'^�t ft�1 V, 9.X.}jrtr,.�r,.1?jt ..1 `/ t ti: E+ t. 1 £.tx. t1. i°;. '� £3 Cif.) J. �.; 1�; it t+ a J(rr�i�j. f 35dir�}.,;�,t ;, ��f .(,;s� £'1,�s+J1*Ti rY } )'t�,. t.Si t``r 4�� (� r -,r. :r L i !n t�.�;.S JAS f:�£i�l,.tf•.;tl I" '6.r k' u.!,e�'�ar w�'.v +r F. '� aLPi�' ,F j.oq 1 4'<�St i. ity 7 f 41:.,r, P t.) t i}.. >r ):J. 1 tY�rt4 S�'.1 S k r r t ts.� fr,Y ,� Syr l..ja ?tIS N.JUif t$t1j nr3n:i a�.i" {.l.'C�j tt{ i. ) }t, t.. t "t. srsZ`'tr; .q(6rt Ht fr t ti ?fet�}�rYrt X�i��a N 'v"_kxy �4i {{,,1 yfr ItJ; 3 tY: r�Pk { t 9 a :°{ t y'Ja 1 1 z a s 'r ti 7 F r �'! + . 4 I } ..r• L ,* hr! 1 3 Jfrr)y 4- tf F �G}}+} ,,.�)W,l7 f;tt.)Av, , yS�"lf`ltY y:,4;' vG,x..�.j{.' r.� s ks .' r .;gyp Sr' it v}h i''rtr..s cr 41i }71 . t S.ShM',Yrr pJs 1 �.'7 .ta�l'S3 eCii '}i i SL a47wx�C .°k r t. s t s,�y ,,a...1.£ j r '�t?� j,� r t of } Srts�,�, {ff.3>. Sa;)1'E"f-i��,t a'Cb },-}+ tt gµ+.r,? :x: 12 y`� - p-- .t �, rPt ), r t " �k ? 1 s Z ch T bta t �� ,) j .!? �i r }w r yr ar.7f i't ti vrr zr r iY x 5- t -� .t.)r N'vy. N�t p.va xr t" Ii "j t` ,'1 ! L, r .0.r{.}(;� .'r' i J � 1s r'4. i-d}Trt o i1)�"ay1'�, ti�r> 3y4yp w�G,. L f3 •}}'4 . t Y ,yt r t J. l .y } 7 K / r o bra x t a tr,. .r t iJLf ?.J rl�b7�WpNII}+.t'a`fi Nbg h � trr( l°yr•'t I �3", i T -�. r? 7 J. b !1 1,, r z+( a z .$ � ;}^,Sy .,. r 5. �.`t,��t,Y -, a 11 i)a„p �,-,f?'thf � `a}y'�ty S�j�'i£� ir' 3� x l�j� J f, ...{i .^x{ r' r °+ aI { 5 tht'. a'.L. s 3 ,,t,,,t ! ,*, q 4 .f '+ ,r ,y''�,3r. r., t c 7 ,.d �'.C 1 t H i J r e! 4 e? f F .i;:'}.. .,,,„,rr"j1St'i11tt'. Ctrt.✓;,p c dt .�, �S, d 14 g. a 4"t4 �I,,j�� ,t�;:'J-,,..i#a.t_ 1 r! �:'4.`:'S.7si".y�,th;i,�'1 't} L vJ i '�{I. st• i i. .7C', >a�c�t `�' r fir. t,t c Xr}s vt :r: .�tf,('g {.� 1 i4 s �yrt.'.;i } t.F f .p °'1 } .a. t. t S7I ,, /f .a.r�:r 4 7`!j r'f1:+�,a l,r'ls e .7y'; 4,t9�C' ,t,�.��`6;Tt `t .G xt3 ir'r,i V.!`be'S 1 .S S t 5 t. .f .1 C 1 D f,' l�,� 7 k 4J��'�A,,} ''r!/1`. t�+�yyYt'rr'•'afJ� 11)",�' r�`i,4�A 1��rf d r++r a.t J:A a } . T � [ "x J t.2 i J1 4 t t' tt .X c o ri+ry y5t�W5 ,r 1•S�rc''( 5 t r4 x�,`KS`t�n}sr ra'rf£ i`�iz ~if .;tit. 1 t,t r t tf .',' t;N �` ++v t t l s a.41,y r rt )Gµ Y t y 'ri ,S f1A ?4",".f p1) "q1 *i!'r 4� {k {I :f,' J f'. r,%4 t h p Y 55 ,.i; 5."+51,11:+71 I; ZL.1 Y } ..4s 1�1 H r J 1.1 f i✓'k.tJ�2} '{cYi 7'o 1+1" �Y 77 t _ b .6 t itF ° ¢t i f Y .(' f f ,1 11 i a. tt. ..�-} u�' } AIr P Kr i,Pj'i!ie, _`.� fl. If 'y of s 7 K r ) I. ..r.J r JJ `rJ '�. t 't ."..:1 Nt 4i,tj'Ot'4 Y'• JiL� i't1 ttir{� 7t r 4} l���c (n y'„ t�f i + ..J;..: 3 t tp i �. i,. .y,q .< 4,• {J 1. + ki S�+{1 Sl dj ,* " ,,�k"� t 1 n1.. , j a t z e t 3 I x r r c, 'x!44 r Y r. t z;, d� it f 'Y r.: t ;, a r r.f' ,i c 4-,%S iJ >,t ,Ie,b.`)p1?'E lJ r'!C`' ' ,t,,•,r Syi '.I?aN 'T7,tsl+-{ 1. Y },rY +.Qr r l c } J..r1 Y p t ) .1 1 7 y 7 'Cs < 1 7 3t t v i)�` 1 \ J I..S t+ i 4{jam 4!tq sl t P y�) r } N( r�15CSi 4'J. .'}U11?j \1 yfm )r y f srdt; ra h f t 71 t 3ti ��;, 3v +s- r i rGts +' 1 t Ft� , - i.47, S 5 ;..i• } a,t } ;r i tt,r � t ti Lr x 5 '}7 +:i ft £ t t_. ,.nitr �r1 }) w�� t 1i a tr f�r1:S {� F�fK rFtx 7�f:alb j rr�yf".� .� t J I I k� . �'�I J• r k'i Jj ttS1- .� l ' fF 7$r r�{ T, k , iJY p.4rl/x f. t�.s9t �_t7�{ i4 ) )l 1 5 :: y. i. T Z s x ) } �t } `tYF t.S rrr r.0`r 1t5j.*�JS X YY4•U r� liv l.1 ,'I- ' t. -Yf ,+ lr 11 a tJ� ay :/x9 �f .�4.41 yv If" N r +�trit h r , '. s t:sr 1 't:. sr aY.?y..1 r y :(ij a{.i }ti.d aft h Aa ! ,. r'td.. .ss lr t.r t r+ ?. �. r f n 4Lr x. h 1 N \ � 541�'Z y4 ll. ! } J 't d 'tYr tst f-.i ti,s r J. y L t t 1 1� r l }1r 3..'{r f 1 t J} )s + . 7 4. .t it x a;.�z is ti .+ X111 , '". 4-�"` 3'tt,i{1 4u� Lt�£}z 1.1�Y7 tt I ..'if "r t `' . f. .} " t Z` FNt 1 1 ( ti S. �G ttr4 }" ,t 1 Sr . 5'Sa >t ti t i t 1 "t t C F.S t S t 4 1 f 1 ft 4.Jrt i, t 1. f 'r J[` lM1 `�tird ; t 7 t {'.r t 13^S J Lt r y �,. 4t f ,!. N �j I1. R ' f7! t ,,` 2:i` Fyf�jf 'rt l }, 1. { ! 1 J j . > ! s .t r it,ar b _T'11­,;',,V .1 Jr 5 r! Y is:jt t �� .t.? }t i�S )r zz trt 2., a. r+ r ! "�'r 11 "7 rtE }! i' i z r. J t( t}rs f , r g a ? '.1 t i ? , ? ''xy 1t^vsJ'{C. r..`+r tti trr, 'r.; 1 ?jxy. 't f {`�.Jt n .�, { + t 'Q. ii ! 1 jl*� r 1. >t r t C^1 rr.�a Yhib' i°,a 1i. ',fi t 8ff fr � ;+�}�1C�S r ..t t} }t. t %, t ',. t e/ 41 IS i1). :j);' FS{r. !" 2 J y ai, l! Lt f'L l C F Y j 4�y,r� 9 1 r (p Jt .�( Itf 7tr} I! i i. + r f °sl �aa 5 z. �.r{; 3 a c' .) s�r ar�Y/; a. t�7. } s i ; < ` �':t ° i 4t rit tf trl .5. 'k"* t1 .�,> b r. ,£! irk, . , j1 1 d){ < .Q ,, .,k- Jk 1 t 'y 5' tt t rr + f7 S le r .`� r*4.t� t�i�et.S; at >•S.SP[t r t t 5 ,t ,}Vxi§rtkx f t 'S3 A t1r r r ..1'J t},�t lrf.i- +�' 451. j lt•5 r:il 3�Y e 7 C r f i n t5' rl� t j tr !a . .. ) f tt ;. t1 `.+ , ft 'A�1f 111C£'1f' � Ky. rthSti sS zL Y t'�.b'7: rr�e11. t {'4 +.C.7 lir tf t ! r f 1 R yf '�. Y 5 { a rt+y,! 1 5 {sg 1 J t l S'r { t S t �! `'vi atiltY)ur .J, '1J l'1 t t<t ri41�3 ta4 t'yt 7f5 J�.tYI M r4 (lt ♦ } !� l t vd r ,.iF tr .!" n�C,rS , n t `)` ;. r t' t.. 7 tt i �t of t i11 l vt T­�s; }sr47 ti rr:�X irr '1. I) .. w :.'.{, t '1)t t r K .r' y t r q ;r) } 5 W,% i' S A t"(`- c S,11 C+11. 1 , .5 t 1 t 7 1 t r F 5 r. t T' t�r.r)'i "f ¢t�(`}}e . r 5( f a rr t e J < yr S IN \' 't ° C �ltKit 3t r1,'u✓'` r 1 (• trr 1,xtbt., i h R 1. n t.. iy } << ; i ,1 �r Z c, .x <1 "t 1.x 3 r i F !t1 i r ,:H,.Lyrf 7 ',t r[ . FY '..,3' , {, fs s 1 >t G. . r s�'✓ S t r t r 1' it 9 rt + h -01 v _ ; r r1> a ) 3 t r n i ! i �� 1 1 lV (! 1 "t t , J r •} 9"t A rl S? r ; -, hY,v'J Li( " �n;.,i 5 i. 4. t tti 11 . .t ' Y i i °r ' t t,fi t-1 1 1 y L!to rtt� Sh 41 rr J'`p tFr s "1�' t r�. t y ' i r 1 E z i.if _ �t ), ' { .NYt7 irr. tF- 1J } .1} r, ;' r}, Jy �` c {f}. .. r `' I }1 K. t .} it > t 7 ,451 1£.t 1 I t IKF, a ,sl r 11 r rt J 1r? C .. ? i .+. !. 1 fr It t Gt,,Jp r. 1 J r (. t. St ; v r ',..7. r ,J ",i /11 sr i. tr. St ! t 1 t 7� Jjr'i 1S * s.( f }.i r 1 t X54. } �t� tf; r ,,rJ..rr it i 7 ' .t ; f O r .r r.. ! t f ! a 7 r : r ,r rt "i J J 1 S j: c y q ' ) J` s 1{� i tit. 4 t 4t f 1. a ! S �h � ! 5 7 Si ''tl 7r j r. .S ! Y1Gr it { i r.t + 111t' t..' r r t. r J 1 .f i } )!�.tl [i 1 t,. ..(1 < It. I ! ti S it } t t S 5 1 't� t3 1 r.b3)�t +' iJ f's� tr 5 '�'v. ,1' yi lt. , ir r J 11 t 4 ..i f .t .rJ of < 1 c t r. ; . r t 1.} 1,' , ,'' s r .. ti'r1 1 7 Y , k li 1 4.,4t IJ' t f t .! t�.SI. t 1, r tit t rt .,il } }.,f t .J o ! tt + r t .1 rl r1y i �i rr r J t ) +,+ 5 ; t f yr ,? 1 ', S ry < t 1 ( l t ¢ l 1 '). 1 J f n I S ',r r 1 �.' Z. 4 11 1 f '7. I.,-7 L r �!:. r r r y 1 J r "i.t If.t ! L ( a .f ,+ 111"."}7 t 'J1 t7: 1 111 rJt, }, it�aty `II t 1 r , 5 r i t art ,Jt J 1 t1+ t + J r 9 t \��_ a �5 S 1 r1 r t. r t L. Sli. t 3 .1; .1 r, 2 ,y N ,. - 1 ,.r t FINANCE DEPARTMENT PURCIHASING DIVISION SUBJECT:Bid 1673-Houchin Street Improvements,Public Works, Opened February 18, 1997 BIDS RECEIVED: Total Base Bid With Alternate A and B Twelrous Excavating,Jefferson City,MO $379,298.05 JC Industries, Jefferson City,MO $389,732,65 Don Schnieders Excay.,Jefferson City,MO $398,681.80 Stockman Construction,Jefferson City,MO $492,216.90 Columbia Curb&Gutter, Co., Columbia,MO $ 577,309.70 FISCAL NOTE: Funds were approved in the 1996-1997 budget as listed below: Budgeted Bid 1673 Balance 3500-9900-7350-4024 Houchin St. $270,000,00 $270,000,00 -0- 3500-9900-7350-3007 Neighborhood Storm $378,581.00 $ 81,138,05 $297,442.95 6400-9900-7310-0020 Sewer Extensions $-298,522.00 $ 28 160.00 $270.362.00 $947,103.00 $379,298.05 $ 567,804.95 PAST PERFORMANCE:Twehous Excavating Company of Jefferson City,Missouri has performed satisfactorily on past projects awarded to them. RECOMMENDATION: The Public Works Department recommends that the award be made to Twehous Excavating Company of Jefferson City, Missouri in the amount of$379,298.05 which includes the Base Bid and Alternates A and B. ATTACHMENTS-SUPPORTING DOCUMENTATION Tabulation of Bids "ur,himin,, �l..P'J. ;. Signature genQ Depa me nt Director l 1 } m a O ,0 m m m -4 Vp J V OY N A A a a A A A A App A A ppA A OpA App Ap A A W N lD '`` S S N S W N O O O V CY N A W N r V ,O m OV OY tOi1 A W N S S U S C M I 9 cz O O A y R P O � Q y ZZZ_ u0i u0i vni Qg z i v v °o A o m �' v o v v v n o v In fn �' s n n n N g 8 a n 8 '° x � ZZZZZ g A n w w m m m N w A 8 p o m n � = _ = m m m m x x o a O °m cn n � � � � r � � � � Fn m m �" Z � n N m m m -� n 9 n o Q n m s S « N N z QN o 25 o rm (�T m ,Nu o ,�o �i g ,�o ,:Y 25 �a' m N Z A s o S S S SgaSS $ Sog $ SSSSSSSgSgS oSS CA mirgQ E CA m 5 + N N y�UI Vy� �D ONi N Ng N A O tJ J N N N N N VNi A N .VWi O Q C s + . ny S u o Ao voi ,gY o ,�J ,gaY o ,�mY m ,,1�ii S S o o o o S o ,,°o -i m :Y 90 o 4 o 0 o t3 S oo S S S S S S °o o °o 9 9 O N m FO O N O ,fAD Am m V O O O O O O O O N 6 O m Q � > ibn S N O S S N O S Uri S O S O S S S S O S S S S S S S S O O S S mym X n 00 S S O 9 C 1 }} ± N N N H Q p U pN S M 1.4 S O f� N Y T N IJ N. Oa tpJ V Y�� pNY AN N C yN � N t 8 pm� (ph O 1D �G! OOYY N S p' S t�pY N +O Oo W pWY �pY V � J F3 In S 00 N 101 S O O O W tNNJ T VY �Np N O UI M O O t7 � S O S O S S S b O S O S S O G N N N O S O S O O S S S S S O S ........r. •,_'w.�„ ..u, r..n.` .._,.......... ..... 1 ... ...._� .FV.he'r` lit 1�:�<, I 1 , ;I m m o m a a x A s Fn f!j y � RI m 70 y ftl 9 O A ff�� r y y y f� fm1� fm� y yq n N yy rr r1 < Z < O C'. .p �O C N � 2 1 m Z , $ 8 $ $ 8 8 $ S $ SIs c 0 Om o m 6 � A z 7s G N �" o . . ' •', s 8 8 s � '8 $ $ hn � � 8 $ S 's � � N I I, *Vlj pmt Opo NP NN �N + O N O b y N 3N M UNV tJ pU 8J g mp t C Z . � Da �D O O G O O •O�o � V � S ,D � O N ll� (�J Ili Y'!1 O O S O V � O . N ill �N v C yZ5 5 pVp� pp8� 2$ 2$ '+'^^ p�pj N IO m L N � Arm C 1D W O H W W tJ OI A V m N IJ N INO W A N M f�D ONl O y t l S f .. FF.i Y,a;f ,sf..t:.+,S'+a�.. .5 , �•, ,. .. .nu..r .,...w.rr.na.....+..._..._................w,y.,a..:.«e.....r..._....-.. .._. n.t --- • I 7 Oa1�m1 9 io c o c c o 0 0 0 0p o o c cv Q o c o c b o zAm O O N O W N O O Gl V Q1 V1 A W N -� O t0 W J Q� VI A W N O O O S Q G IA y A A A A Oj OI W WO N f f N A A A A W A A (A C M t '9 n a A 4 a ay o A m til N X X X X x X p w � n g p a Z F a C, A A a: O a �l..A m x _ `c c n I w A v �o ro v v 0 `it {i -n_i a 0 0 0 � m � z a o o m g n n n v v v i z 'z z z g z m N m � � � ° n m 5 S S �� �� �� �� m e c� ° n ° > _ = m m m m x x f f f o 9 s m z z z c °m o m o z z �y v v v m m t m m y 0 S (n '�1 m " m m m 9 o N 0 M 0 N N A z m � _ m m rt7 fn rtrttt fmn �mr1 rtmI �mi1 �1 0�o z < 4 rn < < K < •N< K En < i m rn n In- rnn rn rn D D D a D 9 Y D 2 w w N D S gS O �' u is - A - - w m bn I I a 9 0 0 0 O C ?< S I N N z . N N (� N r NN. N N �.N.� • N m W ME 08 A N N N H N N N a -um n 01 O V O -4 A 41 ID ;j .°n S °o o S. $ S•;°o o°.;� °o °o °o °o °o °o °o °o g S S S S S S -40 Q = m(� P �z 9Mu °m r.O O VO� NA VV W ro S ON tJ U N S N O S O (NC�J [ . p Om ° J ^' O A S S T (W� �I S S O O O O lJ m z O S S S O 9 cz n O T O N A m V O O O N O Ol O OJ N O O O S O O N N A O S m 0 O S S O O S O O S S O S S S O d S O O O O S O S O S O O O O O S •9 0 n N N c Z a .. tli N N N N ONl V T O N A +� t0 m O! •UNI N ~ N.. N N j C 9 .. S S S S S S °o S S S 8 8 S 8 0 8 8 0 b o S S S S °o °o S S S S S e MO� 8 D 0 ' •7is �' � ,�' � � ui o m S 8 o S S 8 S S S S 8 S 8 8 o y3' `d 8 b" S S S S S 60 r �y o ,00 M t� {� 0 . fV N V fJ N V !D tD N t0 N �+ ONi tto m o J N NNpp (J t r1�0 W N pA pN .. O t4 S S S S S O S S O S O O S O b O O S O S S O S S O S O O S O Y. Y f}t ..S7 .�s r y �7 r .. . .. � .i„� y }•. R ' I r f to b A P AA pA O 0 O OD W �0 om V V V O U A A tJ �J + Q 6 t"8 O C zZn A q �n m �j D C V N p C 11v/ Eo MS o c mm T os 9 m n m Az Enn �o t11nnn z m 0 Z a p N n z D W N > D rn m O C mm z Tt D 'n rn i < < 7 Y Y < K CD7 T 2 K oy 5� C m n 9 O ac Qg A m 9 z z �'10 p �rn ,�O N N �o m S $ $ $ $ $ $ 8 8 9 8 $ 9 9 8 '8 s 8 8 v c 8 m x m v z N N N $ m� g� 8 8 $ 8 8 8 $ 8 $ 8 8 8 8 8 $ $ $ 0yz D N-� i O C 0 r4A c m D n 6 ms n x 8 8 $ 8 8 8 0 23 0 0 8 0 8 8 8 8 s $ 8 8 8 8 8 8 }N {\in•.rv,.�..n.,`..'.f+;44C..-r srunrn.s,.i.. .J.''...u,,...�.....�._. _..... ..�.•........_....._._......... „ r �... _..•.,. I V.:.;;.£ f :;�i' Yt�S.::al .�.1.�..�aY I{(1r 79f k; , { {