Loading...
HomeMy Public PortalAboutORD15783 BILL NO. 2017-128 SPONSORED BY Councilman Henry ORDINANCE NO. /57g;5 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A $66,970 AGREEMENT WITH JEFFRIES ELECTRICAL SERVICES, INC FOR THE STATIONARY GENERATOR FOR 2320 HYDE PARK ROAD PROJECT WHEREAS, Jeffries Electrical Services, Inc. has become the lowest and best bidder on the Stationary Generator for 2320 Hyde Park Road project. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1 . Jeffries Electrical Services, Inc. is declared to be the lowest and best bid and is hereby accepted for the Stationary Generator for 2320 Hyde Park Road project. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with Jeffries Electrical Services, Inc. for the Stationary Generator for 2320 Hyde Park Road project. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: !/ 1/0j o.Q/I Approved: r71 F 0:11AAA-e- Presiding Officer Mayor Carrie Tergin u ATTEST: APPROVED AS TO FORM: 4110 '1 City erk City ou' elor FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2977-Project 31151 -Stationary Generator 2320 Hyde Park Road Public Works, Wastewater Collections -Opened March 20, 2018 RECOMMENDATION: Staff recommends award of the bid to the lowest and best bid meeting specifications, Jeffries Electrical Services, Inc., Tebbetts, MO in the amount of $66,970.00. BIDS RECEIVED: Jeffries electrical Services, Tebbetts, MO Rehagen Electrical Contracting , Inc., Jefferson City , MO Meyer Electric Company, Inc., Jefferson City , MO Alelco , Inc., New Bloomfield, MO $66,970 .00 $69,524.00 $70,899.00 $79,550 .00 The project was advertised in News Tribune, posted on the city w eb s ite , sent to seven plan rooms and the City's construction vendor list. FISCAL NOTE : 64-660-573030 Purch /lmprov Land/Building Wastewater Fund 2017-2018 Budget Expense Encumbered Bid 2977 Balance $ 67,453 .00 -0- -0- $66,970.00 $ 483.00 PAST PERFORMANCE: This bidder has not received an award recently ; however, staff feels the vendor w ill complete the project as specified and bid. ATIACHMENTS-SUPPORTING DOCUMENTATION Signature ~ ~]1LfAUld2tiJ Purch sin Agent ~- Public Works D irector Department of Public Works Memorandum 320 E. McCarty Street • Jefferson City, Missouri 65101 • P 573-634-6410 • F 573-634-6562 • www.jeffcitymo.org Date: To: From: Subject: March 21,2018 Terry Stephenson, Purchasing Director, Finance Eric Seaman, Wastewater Division Director ft}; Stationary Generator for 2320 Hyde Park Road Project No. 31151 Bid No. 2977 Public Works has completed a review of the bids opened at 1:30 P.M. on March 20, 2018 for the above noted project. As part of the review all the bids were tabulated to check for math errors and to compare unit price quotes of the various contractors. Attached to this memo is the tabulation of the four (4) bids that were received for the project, as well as a listing of the registered plan holders. Based on our review, we recommend acceptance of the base bid from the low bidder Jeffries Electrical Services., Inc., 11667 County Road 481, Tebbetts MO 65080. The total amount of the contract will be $66,970.00. The project will be expensed as follows: Jeffries Electrical Services. Inc. ($66,970): Account Number: Amount Available: Required: Remaining: 64-660-572030 $67,453.00 $66,970.00 $483.00 If you need any other information please feel free to contact me at extension 6433. Attachments: Bid Tabulation Sheet, Plan Holders List cc: Project file Writer's file Page 1 Date: 20/03/2018 Bid No. ITEM NO. 1 DESCRIPTION Install new generator at 2320 Hyde Park Road TOTAL BASE BID % OVER/UNDER ENGINEER'S EST. TOTAL CONTRACT WITH ACCEPTED ALTERNATES UNIT LS CITY OF JEFFERSON BID TABULATION STATIONARY GENERATOR FOR 2320 HYDE PARK ROAD PROJECT NO. 31151 ENGINEER'S ESTIMATE Jeffries Electrical Services QUANTIT UNIT UNIT y PRICE AMOUNT PRICE AMOUNT 1 $68,400.00 $68,400.00 $66,970.00 $66,970.00 $68,400.00 $66,970.00 -2.1% $68,400.00 $66,970.00 Rehagen Electrical Contracting, Inc. Meyer Electric UNIT UNIT PRICE AMOUNT PRICE AMOUNT $69,524.00 $69,524.00 $70,899.00 $70,899.00 $69,524.00 $70,899.00 1.6% 3.7%1 $69,524.00 $70,899.00 Page2 Date: 20/03/2018 Bid No. ITEM NO. 1 DESCRIPTION Install new generator at 2320 Hyde Park Road TOTAL BASE BID % OVER/UNDER ENGINEER'S EST. TOTAL CONTRACT WITH ACCEPTED ALTERNATES UNIT LS CITY OF JEFFERSON BID TABULATION STATIONARY GENERATOR FOR 2320 HYDE PARK ROAD PROJECT NO. 31151 ale leo QUANTIT UNIT UNIT y PRICE AMOUNT PRICE AMOUNT 1 $79,550.00 $79,550.00 $79,550.00 16.3% $79,550.00 UNIT UNIT PRICE AMOUNT PRICE AMOUNT I /�7d3 /"°' CONTRACT DOCUMENTS a't`e II i �Pr0+ ' O 1,0?tiA '91C11101101101 r< , /01101 s— ‘IP'4'1WP wiu.. City of Jefferson SPECIFICATIONS AND CONTRACT DOCUMENTS PROJECT NO. 31151 Stationary Generator for 2320 Hyde Park Road Jefferson City Department of Public Works February, 2018 TABLE OF CONTENTS • Advertisement for Bids • Notice to Bidders • Information for Bidders • Bid Form * • Bid Bond * • Anti-Collusion Statement * • Contractor's Affidavit * • Minority Business Enterprise Statement • Minority Business Utilization Agreement * • Affidavit of Compliance with Prevailing Wage Law • Prevailing Wage Determination • Affidavit of Compliance Public Works Contracts Law • Federal Work Authorization Program Affidavit • Construction Contract • Performance, Payment, and Guarantee Bond • General Provisions • Special Provisions • Attachments • Addendums ( If Any ) (* INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) ADVERTISEMENT FOR BIDS Sealed bids will be received at the office of the Purchasing Agent, 320 East McCarty Street, Jefferson City, Missouri 65101, until 1:30 p.m. on Tuesday, March 20, 2018. The bids will be opened and read aloud in the Council Chambers at 1:30 p.m. on that same day. The proposed work for the project entitled "Project No. 31151, Stationary Generator for 2320 Hyde Park Road" will include the furnishing of all material, labor, and equipment to installing a stationary stand-by generator fro 2320 Hyde Park A pre-bid conference will be held at 10:00 a.m., on Tuesday, March 13, 2018 in the 2320 Hyde Park Road of City Hall, 320 E, McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. Copies of the contract documents required for bidding purposes may be obtained from the Director of Public Works, 320 East McCarty Street, Jefferson City, Missouri. A non- refundable deposit of Twenty Dollars ($20.00) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. The contract will require compliance with the wage and labor requirements and the payment of minimum wages in accordance with the Schedule of Wage Rates established by the Missouri Division of Labor Standards. The City reserves the right to reject any and all bids and to waive informalities therein, to determine which is the lowest and best bid and to approve the bond. Any questions that arise as a result of this advertisement should be directed to the City of Jefferson Department of Public Works at (573) 634-6410. Individuals should contact the ADA Coordinator at (573) 634-6570 to request accommodations or alternative formats as required under the Americans with Disabilities Act. Please allow 3 business days to process the request. CITY OF JEFFERSON Terry Stephenson Purchasing Agent Publication Date Sunday, March 4, 2018 ADVERTISEMENT FOR BIDS Sealed bids will be received at the office of the Purchasing Agent, 320 East McCarty Street, Jefferson City, Missouri 65101, until 1:30 p.m., on Tuesday, March 20, 2018. The bids will be opened and read aloud in the Council Chambers at 1:30 p.m. on that same day. The proposed work for the project entitled "Project No. 31151, Stationary Generator for 2320 Hyde Park Road" will include the furnishing of all material, labor, and equipment to installing a stationary stand-by generator fro 2320 Hyde Park A pre-bid conference will be held at 10:00 a.m., on Tuesday, March 13, 2018 in the 2320 Hyde Park Road of City Hall, 320 E, McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. Copies of the contract documents required for bidding purposes may be obtained from the Director of Public Works, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Twenty Dollars ($20.00) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. The contract will require compliance with the wage and labor requirements and the payment of minimum wages in accordance with the Schedule of Wage Rates established by the Missouri Division of Labor Standards. The City reserves the right to reject any and all bids and to waive informalities therein, to determine which is the lowest and best bid and to approve the bond. Any questions that arise as a result of this advertisement should be directed to the City of Jefferson Department of Public Works at (573) 634-6410. Individuals should contact the ADA Coordinator at (573) 634-6570 to request accommodations or alternative formats as required under the Americans with Disabilities Act. Please allow 3 business days to process the request. CITY OF JEFFERSON Terry Stephenson Purchasing Agent Publication Date Wednesday, February 28, 2018 NOTICE TO BIDDERS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 320 East McCarty Street, Jefferson City, Missouri, until 1:30 p.m. on Tuesday, March 20, 2018. The bids will be opened and read aloud in the Council Chambers at 1:30 p.m. on that same day. The proposed work for the project entitled "Project No. 31151, Stationary Generator for 2320 Hyde Park Road" will include the furnishing of all material, labor, and equipment to installing a stationary stand-by generator fro 2320 Hyde Park A pre-bid conference will be held at 10:00 a.m., on Tuesday, March 13, 2018 in the 2320 Hyde Park Road of City Hall, 320 E. McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. All equipment, material, and workmanship must be in accordance with the plans, specifications, and contract documents on file with the Director of Public Works, Jefferson City, Missouri. Copies of the contract documents required for bidding purposes may be obtained from the Director of Public Works, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Twenty Dollars ($20.00) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to five (5) percent of the total amount of the bid must accompany each proposal. A one-year Performance and Guarantee Bond is required. The owner reserves the right to reject any or all bids and to waive informalities therein to determine which is the lowest and best bid and to approve the bond. CITY OF JEFFERSON, MISSOURI Matthew Morasch, P. E. Director of Public Works 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 work included in the project entitled "Project No. 31151, Stationary Generator for 2320 Hyde Park Road" in accordance with the plans and specifications on file with the Department of Public Works. - The proposed work for this project will include the furnishing of all material, labor, and equipment to installing a stationary stand-by generator fro 2320 Hyde Park IB-2 INSPECTION OF PLANS, SPECIFICATIONS, AND SITE OF WORK The bidder is required to examine carefully the site of the proposed work, the bid, plans, specifications, supplemental specifications, special provisions, and contract documents before submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish all materials and labor necessary to carry out the provisions of the contract. 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, at least five (5) days prior to the date fixed for the bid opening, that an interpretation be made and an addendum be issued by the City, which shall then be delivered to all bidders to whom Plans and Specifications have been issued. All addenda issued shall become part of the contract documents. Failure to have requested an addendum covering any questions affecting the interpretation of the Plans and Specifications shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. IB-4 QUALIFICATIONS OF BIDDERS The City of Jefferson may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by the bidder or investigation of such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. IB-5 EQUIVALENT MATERIAL Wherever definite reference is made in these Specifications to the use of any particular material or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequately the duties imposed by the general design, subject to the approval of the City. IB-6 BID SECURITY Each bid must be accompanied by a certified check or bid bond made payable to the City of Jefferson for five percent (5%) of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. Should the successful bidder fail or refuse to execute the bond and the contract required within seven (7) days after he has received notice of acceptance of his bid, he shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. IB-7 PREPARATION OF BIDS Bids must be made upon the prescribed forms attached in these Contract Documents. Only sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. All blank spaces in the bid must be filled in and no change shall be made in the phraseology of the bid, or addition to the items mentioned therein. Any conditions, limitations or provisions attached to bids will render them informal and may be considered cause for their rejection. Extensions of quantities and unit prices shall be carried out to the penny. IB-8 PRICES The price submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as described in the Plans and Specifications. Section 144.062 RSMo provides that the City's sales tax exemption may be used for the purchase of goods and materials for this project. The contract for the project will authorize and direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and materials for the project. This provision shall apply to only those purchases totaling over $500 from an individual supplier. All sales taxes on those items which do not qualify for the use of the City's sales tax exemption and for which sales tax might lawfully be assessed against the City are to be paid by the Contractor from the monies obtained in satisfaction of the Contract. It being understood by the bidder, that the bid prices submitted for those items shall include the cost of such taxes. IB-9 APPROXIMATE QUANTITIES In cases where any part or all of the bidding is to be received on a unit price basis, the quantities stated in the bid will not be used in establishing final payment due the successful Contractor. The quantities stated on which unit prices are so invited are approximate only and each bidder shall make his own estimate from the plans of the quantities required on each item and calculate his unit price bid for each item accordingly. Bids will be compared on the basis of number of units stated in the bid. Such estimated quantities, while made from the best information available, are approximate only. Payment of the Contract will be based on actual number of units installed on the complete work. IB-10 LUMP SUM 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. IB-11 SUBMISSION OF BIDS The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked "Project No. 31151, Stationary Generator for 2320 Hyde Park Road". 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. IB-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. IB-14 RIGHT TO REJECT BIDS The City reserves the right to reject any or all bids, to waive any informality in the bids received, or to accept the bid or bids that in its judgement will be in the best interests of the City of Jefferson. 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 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. 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. IB-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 BID SECURITY RETURNED TO SUCCESSFUL BIDDER 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. IB-19 NONDISCRIMINATION IN EMPLOYMENT Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. IB-20 PREVAILING WAGE LAW The principal contractor and all subcontractors shall pay not less than the prevailing wage hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri, pursuant to Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, 1994 as amended. (See Determination included herewith.) IB-21 GUARANTEE 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. 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 of installation thereof. If within ten days after the City gives the Contractor notice of defect, failure, or abnormality of the work, the Contractor neglects to make, or undertake with due diligence to make, the necessary repairs or adjustments, the City is hereby authorized to make the repairs or adjustments itself or order the work to be done by a third party, the costs of the work to be paid by the Contractor. In the event of an emergency where, in the judgment of the City delays would cause serious loss or damage, repairs or adjustments may be made by the City or a third party chosen by the City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. IB-22 NOTICE TO PROCEED 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 To insure that the work will proceed continuously through the succeeding operations to its completion with the least possible interference to traffic and inconvenience to the public, the Contractor shall, at the request of the City, submit for approval a complete schedule of his proposed construction procedure, stating the sequence in which various operations of work are to be performed. IB-24 CONTRACT TIME The contract time shall be 90 calendar days. IB-25 LIQUIDATED DAMAGES Liquidated damages shall be assessed at the rate of Five Hundred Dollars ($500.00) per calendar day until the work is complete, should the project not be completed within the contract time. IB-26 POWER OF ATTORNEY Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. IB-27 QUESTION PERIOD All questions concerning the project must be submitted five days prior to the bid opening. Answers to the submitted questions, minutes from the Pre-Bid Meeting, and other relevant information or corrections will then be issued as an addendum to this agreement. IB-28 BID PACKET Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, the bidder's address, and the name of the project for which the bid is being submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as follows: Purchasing Agent City of Jefferson, MO 320 E. McCarty Street Jefferson City, MO 65101 For the convenience of bidding this project, a "BID PACKET" has been included with the project manual. This packet contains the necessary forms to be submitted with the bid proposal. The contents of this packet include the following: 1) BID FORM 2) BID BOND 3) ANTI-COLLUSION STATEMENT 4) CONTRACTOR'S AFFIDAVIT 5) MINORITY BUSINESS UTILIZATION AGREEMENT END OF INFORMATION FOR BIDDERS BID FORM Name of Bidder Jeffries Electrical Services, Inc. Address of Bidder 11667 County Road 481 : Tebbetts, MO 65080 To: CITY OF JEFFERSON • 320 East McCarty Street Jefferson City, Missouri 65101 THE UNDERSIGNED BIDDER, having examined the plans, specifications, regulations of the Contract, Special Conditions, other proposed contract documents and all addenda thereto; and being acquainted with and fully understanding (a)the extent and character of the work covered by this Bid; (b) the location, arrangement, and specified requirements for the proposed work; (c) the location, character, and condition of existing streets, roads, highways, railroads, pavements, surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other installations, both surface and underground which may affect or be affected by the proposed work; (d)the nature and extent of the excavations to be made and the type, character, and general condition of materials to be excavated; (e) the necessary handling and rehandling of excavated materials; (f) the location and extent of necessary or probable dewatering requirements; (g) the difficulties and hazards to the work which might be caused by storm and flood water; (h) local conditions relative to labor, transportation, hauling, and rail delivery facilities; and (i) all other factors and conditions affecting or which may be affected by the work. HEREBY PROPOSED to 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 not guaranteed to be the exact or total quantities required for the completion of the work shown on the drawings and described in the specifications, and that increases or decreases may be made over or under the Contract estimated quantities to provide for needs that are determined during progress of the work and that prices bid shall apply to such increased or decreased quantities as follows: Page 1 of 1 CITY OF JEFFERSON ITEMIZED BID FORM STATIONARY GENERATOR FOR 2320 HYDE PARK ROAD PROJECT NO. 31151 ITEM APPROX. UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 Install new ger\erator at 2320 Hyde Park Road LS 1 1 $66,970.00 TOTAL BASE BID $66,970.00 03/20/2018 Signature of Bidder ` Date SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he shall list them. Mera Excavating, LLC : 24 Scenic Acres Lane : Bonnots Mill MO 65016 TIME OF COMPLETION The undersigned hereby agrees to complete the project within 90 calendar days, subject to the stipulations of the regulations of the Contract and the Special Provisions. It is understood and agreed that if this bid is accepted, the prices quoted above include all applicable state taxes and that said taxes shall be paid by the Contractor. The undersigned, as Bidder, hereby declares that the only persons or firms interested in the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this bid or in the Contract to be entered into; and this bid is made without connection with any other person, company, or parties making a bid; and that it is in all respects fair and in good faith, without 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. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within sixty (60) days after the date of opening of bids, or any time thereafter before this bid is withdrawn, the undersigned will, within ten (10) days after the date of such mailing, telegraphing, or delivering of such notice, execute and deliver a Contract in the form of Contract attached. The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed, or delivered: It is understood and agreed that this bid may be withdrawn at any time prior to the scheduled time for the opening of bids or any authorized postponement thereof. Attached hereto is a Bid Bond for the sum of (5%) Three Thousand Three Hundred Forty-eight Dollars and 50/100 ($ $3,348.50 ) e= - --- - •• -• - .- _ . - . . . • . Signature of Bidder: If an Individual, , uoniy >ebs as If a partnership, , member of firm. by If corporation Jeffries Electrical Services, Inc. by� ,,, � Paul Jeffries Title President SEAL Business Address of Bidder 11667 County Road 481 Tebbetts, MO 65080 If Bidder is a corporation, supply the following information: State in which incorporated Missouri Name and Address of its: President Paul Jeffries 5391 Tebbetts View Drive : Tebbetts, MO 65080 Secretary Paul Jeffries 5391 Tebbetts View Drive : Tebbetts, MO 65080 Date 03/201/2018 7",.. '*:.'s ,N °z.e�'" � ;"�sw �, ,`a , 363 . • ti i d Sus Serutce,Inc Z_.i_L Z LJ L V LA i I I to I Iii U1'J I %l — L V I V Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place Jeffries Electrical Services,inc. of business) Merchants National Bonding,Inc. This document has important legal 11667 County Road 481 6700 Westown Parkway -consequences.Consultation with Tebbetts,MO 65080 West Des Moines,IA 50266 OWNER: an attorney is encouraged with respect to its completion or (Name,legal status and address) modification. City of Jefferson City 320 E.McCarty Street Any singular reference to Jefferson City,MO 65101 Contractor,Surety,Owner or BOND AMOUNT:***FIVE PERCENT OF AMOUNT BiD*** other party shall be considered plural where applicable. PROJECT: (Name,location or address,and Project number,if any) Stationary Generator for 232 Hyde Park Road The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(I)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 20th day of Marcy \ 2 s EEc cal ices,Inc, (Prinz at) (Seal) (Witness) c< e (Title)• Merch is Nationa o ing,Inc. (Surety) (Seal) (1Vitt ss) rr (Title) Todd Schaao,Attorney-In-Fact in,. AIA Document A310"—2010.Copyright 01963.1970 and 2010 by The American Institute of Architects_All rights reserved.WARNING:This AMA` Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AlA5 Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. Purchasers are permitted to reproduce ten(10)copies of this document when completed.To report copyright violations of AIA Conirad Documents,e-maii The American Institute of Architects'legal counsel.copyright(8jeia.org. rs+r-a I.. • •i� •ti, Y- • S. • •(i • J t ..- • ' t "1 2 • '46,-1314,k-1. Fr-10(. •94.1P. 53126: 576:or6DQ 264:1634=: FAX •.2B2 :83 :9649'• 'ti::: :'l:. ANTI-COLLUSION STATEMENT STATE OF Missouri COUNTY OF Callaway Paul Jeffries being first duly sworn, deposes and says that he is President of TITLE OF PERSON SIGNING Jeffries Electrical Services, Inc. NAME OF BIDDER that all statements made and facts set out in the bid for the above project are true and correct; and that the bidder (the person, firm, association, or corporation making said bid) has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid or 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. (BY)� �,'� �' (BY) Sworn to before me this 19th day of March 20 18 • ALLISON ELIZABETH SIMON j„,b(-47/)Notary Public, Notary Seal State of Missouri Callaway County NOTARY PUBLIC Commission # 17385756 f My Commission Expires 08-14-2021 It August 14, 2021 My commission expires: 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 Missouri ) ) ss COUNTY OF Callaway ) The undersigned, Paul Jeffries of lawful age, being first duly sworn states upon oath that he is President of Jeffries Electrical Services, Inc. the contractor submitting the attached bid, that he knows of his own knowledge and states it to be a fact that neither said bid nor the computation upon which it is based include any amount of monies, estimate or allowance representing wages, moneys or expenses, however designated, proposed to be paid to persons who are not required to furnish material or actually perform services upon or as a part of the proposed project. , \, a ABk Subscribed and sworn to before me, a Notary Public, in and for the County and State aforesaid, this 19th day of March , 20 18 ALLISON ELIZABETH SI MON ` / Notary Public, Notary Seal l�F/ �I State of Missouri 1 % CCC //F } .� .J Callaway County NOTARY PUBLIC Commission 4 17385756 My Commission Expires 08-14-2021 August 14 My Commission Expires: 2021 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. MINORITY BUSINESS UTILIZATION AGREEMENT A. The bidder agrees to attempt to expend at least two and twelve hundredths percent (2.12)% of the contract, if awarded, for Minority Business Enterprise (MBE). For purposes of this goal, 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 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 or Central America, or the Caribbean Island, regardless of race); 3. Asian American (a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian sub-continent, or the Pacific Islands); 4. American Indians and Alaskan Native (a person having origins in any of the original peoples of North America); 5. Member of other groups, or other individuals, found to be economically and socially disadvantaged by the Small Business Administration under Section 8(a) of the Small Business Act, as amended [15 U.S.C. 637(a)]. 6. ' A female person who requests to be considered as an MBE, and who "owns" and "controls" a business as defined herein. Minority Business Enterprises may be employed as contractors, subcontractors, or suppliers. B. The bidder must indicate the Minority Business Enterprise(s) proposed for utilization as part of this contract as follows: Name and Addresses Nature of Dollar Value of of Minority Firms Participation Participation Mera Excavating, LLC 24 Scenic Acres Ln DBE $6,320.00 Bonnots Mill MO 65016 Total Bid Amount: $66'970'00 Total: $6320.00 Percentage of Minority Enterprise Participation: 10 C. The bidder agrees to certify that the minority firm(s) engaged to provide materials or services in the completion of this project: (a) is a bona fide Minority Business Enterprise; and (b) has executed a binding contract to provide specific materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise firms will be furnished by the City of Jefferson. The bidder will provide written notice to the Liaison Officer of the City of Jefferson indicating the Minority Business Enterprise(s) it intends to use in conjunction with this contract. This written notice is due five days after notification to the lowest bidder. Certification that the Minority Business Enterprise(s) has executed a binding contract with the bidder for materials or services should be provided to the MBE Coordinator at the time the bidder's contract is submitted to the MBE Coordinator. D. The undersigned hereby certified that he or she has read the terms of this agreement and is authorized to bind the bidder to the agreement herein set forth. Paul Jeffries • N E OF AUTHORIZED OFFICER 03/20/2018 DATE SIGNAT11 . , AUTHORIZED OFFICER Page 1 of 2 ADDENDUM NO. 1 PROJECT NO. 31151 Stationary Generator for 2320 Hyde Park Road March 15, 2018 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. BIDDER: Jeffries Electrical Services, Inc. BY: Paul Jeffries -\\„ , President TITLE: CITY OF JEFFERSON, MISSOURI MATTHEW MORASCH, P.E. DIRECTOR OF PUBLIC WORKS 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 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. 24, Section 026, Cole County in carrying out the contract and work in connection with Project No. 31151, Stationary Generator for 2320 Hyde Park Road located at Jefferson City in Cole County, Missouri, and completed on the day of 20 SIGNATURE Subscribed and sworn to me this day of , 20 NOTARY PUBLIC My commission expires: STATE OF MISSOURI ) ss COUNTY OF ) ---4:- Missouri Division of Labor Standards WAGE AND HOUR SECTION F TI-I 9„--. . .. . s v :« • * �T •*.. -1 t .�r19Nm�� 1:11". -) \c:; , a; /dib„, 'N,�A c ti.l No, 1 D ERIC R. GREITENS, Governor Annual Wage Order No. 24 Section 026 COLE COUNTY In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection in triplicate with the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO 65102-0599. Such objections must set forth in writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. Original Signed by Tammy Cavender Acting Department Director Division of Labor Standards This Is A True And Accurate Copy Which Was Filed With The Secretary of State: March 10, 2017 Last Date Objections May Be Filed: April 10, 2017 Prepared by Missouri Department of Labor and Industrial Relations Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County Basic Over- OCCUPATIONAL TITLE **Date of Hourly Time Holiday Total Fringe Benefits Increase * Rates Schedule Schedule Asbestos Worker(H&F)Insulator $32.42 55 60 $22.40 Boilermaker $35.41 126 7 $30.38 Bricklayer and Stone Mason $29.76 59 7 $17.44 Carpenter 6/17 $25.34 60 15 $16.85 Cement Mason $27.82 9 3 $12.92 Communication Technician 6/17 $32.00 28 7 $13.37+13% Electrician(Inside Wireman) 6/17 $32.00 28 7 $13.37+13% Electrician(Outside-Line Construction\Lineman) $43.50 43 45 $5.50+36% - Lineman Operator $37.48 43 45 $5.50+36% Groundman $28.86 43 45 $5.50+36% Elevator Constructor 6/17 a $47.07 26 54 $33.275 Glazier 6/17 $27.32 122 76 $12.08 Ironworker $28.96 11 8 $24.99 Laborer(Building): General $23.01 42 44 $13.54 First Semi-Skilled $25.01 42 44 $13.54 Second Semi-Skilled $24.01 42 44 $13.54 Lather USE CARPENTER RATE Linoleum Layer and Cutter 6/17 $25.22 60 15 $16.85 Marble Mason 6/17 $22.24 124 74 $13.05 Marble Finisher 6/17 $14.35 124 74 $9.52 Millwright 6/17 $26.34 60 15 $16.85 Operating Engineer Group I 6/17 $29.06 86 66 $26.00 Group II 6/17 $29.06 86 66 $26.00 Group III 6/17 $27.81 86 66 $26.00 Group III-A 6/17 $29.06 86 66 $26.00 Group IV 6/17 $26.83 86 66 $26.00 Group V 6/17 $29.76 86 66 $26.00 Painter 6/17 $23.69 18 7 $12.08 Pile Driver $26.16 60 15 $16.10 Pipe Fitter b $38.00 91 69 $26.93 Plasterer $26.33 94 5 $12.97 Plumber b $38.00 91 69 $26.93 Roofer\Waterproofer $29.30 12 4 $15.19 Sheet Metal Worker $31.34 40 23 $17.04 Sprinkler Fitter-Fire Protection $34.79 33 19 $20.17 Terrazzo Worker 6/17 $29.55 124 74 $14.76 Terrazzo Finisher 6/17 $19.22 124 74 $14.76 Tile Setter 6/17 $22.24 124 74 $13.05 Tile Finisher 6/17 $14.35 124 74 $9.52 Traffic Control Service Driver $26.415 22 55 $9.045 Truck Driver-Teamster Group I $25.30 101 5 $10.70 Group II $25.95 101 5 $10.70 Group III $25.45 101 5 $10.70 Group IV $25.95 101 5 $10.70 Fringe Benefit Percentage is of the Basic Hourly Rate **Annual Incremental Increase *SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO.24 6/17 Building Construction Rates for Section 026 COLE County Footnotes Basic Over- OCCUPATIONAL TITLE ** Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule *Welders receive rate prescribed for the occupational title performing operation to which welding is incidental. Use Building Construction Rates on Building construction in accordance with the classifications of construction work established in 8 CSR 30-3.040(2). Use Heavy Construction Rates on Highway and Heavy construction in accordance with the classifications of construction work established in 8 CSR 30-3.040(3). a-Vacation: Employees over 5 years-8%; Employees under 5 years-6% b- All work over$7 Million Total Mechanical Contract-$38.00, Fringes-$26.93 All work under$7 Million Total Mechanical Contract-$36.66, Fringes-$21.49 **Annual Incremental Increase ANNUAL WAGE ORDER NO.24 3/17 COLE COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE FED: Minimum requirement per Fair Labor Standards Act means time and one-half(1 '/) shall be paid for all work in excess of forty(40) hours per work week. NO. 9: Means the regular workday starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one hour to 9:00 a.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half(11/2) times the regular pay. In the event time is lost during the work week due to weather conditions, the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated for at double the regular rate of wages. The work week shall be Monday through Friday, except for midweek holidays. NO. 11: Means eight (8) hours shall constitute a day's work, with the starting time to be established between 6:00 a.m. and 8:00 a.m. from Monday to Friday. Time and one-half (11/2) shall be paid for first two (2) hours of overtime Monday through Friday and the first eight(8) hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double (2) time rate. Double (2) time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays. NO. 12: Means the work week shall commence on Monday at 12:01 a.m. and shall continue through the following Friday, inclusive of each week. All work performed by employees anywhere in excess of forty(40) hours in one (1)work week, shall be paid for at the rate of one and one-half (1'/2) times the regular hourly wage scale. All work performed within the regular working hours which 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 (1%) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two(2)times the regular hourly rate. NO. 18: Means the regular work day shall be eight(8) hours. Working hours are from six(6) hours before Noon (12:00) to six (6) hours after Noon (12:00). The regular work week shall be forty (40) hours, beginning between 6:00 a.m. and 12:00 Noon on Monday and ending between 1:00 p.m. and 6:00 p.m. on Friday. Saturday will be paid at time and one- half (11/2). Sunday and Holidays shall be paid at double (2) time. Saturday can be a make-up day if the weather has forced a day off, but only in the week of the day being lost. Any time before six (6) hours before Noon or six (6) hours after Noon will be paid at time and one-half(11/2). NO. 22: Means a regular work week of forty (40) hours will start on Monday and end on Friday. The regular work day shall be either eight(8) or ten (10) hours. If a crew is prevented from working forty(40) hours Monday through Friday, or any part thereof by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. A workday is to begin between 6:00 a.m. and 9:00 a.m. However, the project starting time may be advanced or delayed if mutually agreed to by the interest parties. For all time worked on recognized holidays, or days observed as such, double(2)time shall be paid. NO. 26: Means that the regular working day shall consist of eight (8) hours worked between 6:00 a.m., and 5:00 p.m., five (5) days per week, Monday to Friday, inclusive. Hours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades. (The above working hours may be changed by mutual agreement). Work performed on Construction Work on Saturdays, Sundays and before and after the regular working day on Monday to Friday, inclusive, shall be classified as overtime, and paid for at double (2) the rate of single time. The employer may establish hours worked on a jobsite for a four (4) ten (10) hour day work week at straight time pay for construction work; the regular working day shall consist of ten (10) hours worked consecutively, between 6:00 a.m. and 6:00 p.m., four(4)days per week, Monday to Thursday, inclusive. Any work performed on Friday, Saturday, Sunday and holidays, and before and after the regular working day on Monday to Thursday where a four (4) ten (10) hour day workweek has been established, will be paid at two times (2) the single time rate of pay. The rate of pay for all work performed on holidays shall be at two times(2)the single time rate of pay. AW024 026 OT.doc ANNUAL WAGE ORDER NO. 24 Page 1 of 5 COLE COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE NO. 28: Means a regular workday shall consist of eight (8) hours between 7:00 a.m. and 5:30 p.m., with at least a thirty (30) minute period to be taken for lunch. Five (5) days a week, Monday through Friday inclusive, shall constitute a work week. The Employer has the option for a workday/workweek of four(4)ten (10)hour days (4-10's)provided: -The project must be for a minimum of four(4)consecutive days. -Starting time may be within one(1)hour either side of 8:00 a.m. -Work week must begin on either a Monday or Tuesday: If a holiday falls within that week it shall be a consecutive work day. (Alternate: If a holiday falls in the middle of a week, then the regular eight (8) hour schedule may be implemented). -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&one-half(11/2) 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. Should employees work in excess of twelve (12) consecutive hours they shall be paid double time (2X) for all time after twelve (12) hours. Shift work performed between the hours of 4:30 p.m. and 12:30 a.m. (second shift) shall receive eight (8) hours pay at the regular hourly rate of pay plus ten (10%) percent for seven and one-half (71/2) hours work. Shift work performed between the hours of 12:30 a.m. and 8:00 a.m. (third shift)shall receive eight(8)hours pay at the regular hourly rate of pay plus fifteen (15%) percent for seven (7) hours work. A lunch period of thirty(30) minutes shall be allowed on each shift. All overtime work required after the completion of a regular shift shall be paid at one and one-half(1%)times the shift hourly rate. NO. 33: Means the standard work day and week shall be eight(8)consecutive hours of work between the hours of 6:00 a.m. and 6:00 p.m., excluding the lunch period Monday through Friday, or shall conform to the practice on the job site. Four (4) days at ten (10) hours a day may be worked at straight time, Monday through Friday and need not be consecutive. All overtime, except for Sundays and holidays shall be at the rate of time and one-half (1%%). Overtime worked on Sundays and holidays shall be at double(2)time. NO. 40: Means the regular working week shall consist of five (5) consecutive (8) hour days' labor on the job beginning with Monday and ending with Friday of each week. Four (4) 10-hour days may constitute the regular work week. The regular working day shall consist of eight(8) hours labor on the job beginning as early as 6:00 a.m. and ending as late as 5:30 p.m. All full or part time labor performed during such hours shall be recognized as regular working hours and paid for at the regular hourly rate. All hours worked on Saturday and all 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 time and one-half (1'/6) the regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of twelve (12) hours during the regular working day shall be paid at two (2) times,the regular hourly rate. In the event of rain, snow, cold or excessively windy weather on a regular working day, Saturday may be designated as a "make-up" day. Saturday may also be designated as a "make-up" day, for an employee who has missed a day of work for personal or other reasons. Pay for"make-up"days shall be at regular rates. AW024 026 OT.doc ANNUAL WAGE ORDER NO. 24 Page 2 of 5 COLE COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE NO.42: Means eight (8) hours between the hours of 8:00 a.m. and 4:30 p.m. shall constitute a work day. The starting time may be advanced one (1) or two (2) hours. Employees shall have a lunch period of thirty (30) minutes. The Employer may provide a lunch period of one (1) hour, and in that event, the workday shall commence at 8:00 a.m. and end at 5:00 p.m. The workweek shall commence at 8:00 a.m. on Monday and shall end at 4:30 p.m. on Friday(or 5:00 p.m. on Friday if the Employer grants a lunch period of one (1) hour), or as adjusted by starting time change as stated above. All work performed before 8:00 a.m. and after 4:30 p.m. (or 5:00 p.m. where one (1) hour lunch is granted for lunch) or as adjusted by starting time change as stated above or on Saturday, except as herein provided, shall be compensated at one and one-half(11/2)times the regular hourly rate of pay for the work performed. All work performed on Sunday and on recognized holidays shall be compensated at double (2) the regular hourly rate of pay for the work performed. When working a five 8-hour day schedule and an Employer is prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather(rain or mud), Saturday or any part thereof may be worked as a make-up day at the straight time rate. The Employer shall have the option of working five eight (8) hour days or four ten (10) hour days Monday through Friday. If an Employer elects to work five (5) eight (8) hour days during any work week, hours worked more than eight (8) per day or forty (40) hours per week shall be paid at time and one-half (1%) the hourly rate Monday through Friday. If an Employer elects to work four (4) ten (10) hour days in any week, work performed more than ten (10) hours per day or forty(40) hours per week shall be paid at time and one-half (1%) the hourly rate Monday through Friday. If an Employer is working ten (10) hour days and loses a day due to inclement weather, they may work ten (10) hours Friday at straight time. All hours worked over the forty (40) hours Monday through Friday will be paid at time and one-half(1%) overtime rate. Overtime shall be computed at half-hour intervals. Shift Work: Two (2) or three (3) shifts shall be permitted, provided such shifts are scheduled for a minimum of three (3) consecutive days. The second shift shall begin at 4:30 p.m. and end at 12:30 a.m. with one-half (1/2) hour for lunch between 7:30 p.m. and 9:00 p.m. and shall received eighty(8) hours' pay. The third shift shall begin at 12:30 a.m. and end at 8:00 a.m.with one-half(1/2) hour for lunch between 3:30 a.m. and 5:00 a.m. and shall received (8) hour's; pay. There shall be at least one (1) foreman on each shift on jobs where more than one shift is employed, provided that there are two (2) or more employees on second and on the third shifts. All shifts shall arrange to interchange working hours at the end of each week. When three shifts are used, the applicable rate must be paid from Saturday at 8:00 a.m. until the following Monday at 8:00 a.m. When three shifts are employed, the second and third shifts shall contain at least one-half(1/2)as many employees as the first shift. NO. 43: Eight (8) hours shall constitute a work day between the hours of 7:00 a.m. and 4:30 p.m. Forty (40) hours within five (5) days, Monday through Friday inclusive, shall constitute the work week. Work performed in the 9th and 10th hour, Monday through Friday, shall be paid at time and one-half (1%) the regular straight time rate of pay. Contractor has the option to pay two (2) hours per day at the time and one-half (1%) the regular straight time rate of pay between the hours of 6:00 a.m. and 5:30 p.m., Monday through Friday. Work performed outside the regularly scheduled working hours and on Saturdays, Sundays and recognized legal holidays, or days celebrated as such, shall be paid for at the rate of double (2)time. NO. 55: Means the regular work day shall be eight(8) hours between 6:00 a.m. and 4:30 p.m. The first two (2)hours of work performed in excess of the eight (8) hour work day, Monday through Friday, and the first ten (10) hours of work on Saturday, shall be paid at one & one-half (11/2) times the straight time rate. All work performed on Sunday, observed holidays and in excess of ten (10) hours a day, Monday through Saturday, shall be paid at double (2) the straight time rate. NO. 59: Means that except as herein provided, eight (8) hours a day shall constitute a standard work day, and forty(40) hours per week shall constitute a week's work. All time worked outside of the standard eight (8) hour work day and on Saturday shall be classified as overtime and paid the rate of time and one-half (11/2). All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double (2) time. The Employer has the option of working either five (5) eight hour days or four(4) ten hour days to constitute a normal forty(40) hour work week. When the four (4)ten-hour work week is in effect, the standard work day shall be consecutive ten (10) hour periods between the hours of 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a week's work, Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed ten (10) hours or forty (40) hours per week. When the five day eight (8) hour work week is in effect, forty (40) hours per week shall constitute a week's work, Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed eight(8) hours or forty(40)hours per week. The regular starting time(and resulting quitting time)may be moved to 6:00 a.m. or delayed to 9:00 a.m. Make-up days shall not be utilized for days lost due to holidays. AW024 026 OT.doc ANNUAL WAGE ORDER NO. 24 Page 3 of 5 COLE COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE NO. 60: Means the Employer shall have the option of working five 8-hour days or four 10-hour days Monday through Friday. If an Employer elects to work five 8-hour days during any work week, hours worked more than eight (8) per day or forty (40) per week shall be paid at time and one-half(1%) the hourly wage rate plus fringe benefits Monday through Friday. SATURDAY MAKE-UP DAY: If an Employer is prevented from working forty(40) hours, Monday through Friday, or any part thereof by reason of inclement weather(rain or mud), Saturday or any part thereof may be worked as a make- up day at the straight time rate. It is agreed by the parties that the make-up day is not to be used to make up time lost due to recognized holidays. If an Employer elects to work four 10-hour days, between the hours of 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 and one half(1%) the hourly wage rate plus fringe benefits Monday through Friday. If an Employer is working 10-hour days and loses a day due to inclement weather, the Employer may work ten (10) hours on Friday at straight time. All hours worked over the forty(40) hours Monday through Friday will be paid at time and one-half(11/2)the hourly wage rate plus fringe benefits. All Millwright work performed in excess of the regular work day and on Saturday shall be compensated for at time and one-half(1%)the regular Millwright hourly wage rate plus fringe benefits. The regular work day starting at 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one (1) hour to 9:00 a.m. All work accomplished on Sundays and recognized holidays, or days observed as recognized holidays, shall be compensated for at double (2)the regular hourly rate of wages plus fringe benefits. NOTE: All overtime is computed on the hourly wage rate plus an amount equal to the fringe benefits. NO. 86: The regular workday shall consist of eight (8) consecutive hours, exclusive of a thirty (30) minute lunch period, with pay at the straight time rate with all hours in excess of eight (8) hours in any one day to be paid at the applicable overtime rate at time and one-half(1%). The regular workday shall begin between the hours of 6:00 a.m. and 8:00 a.m. The Employer may have the option to schedule the work week from Monday through Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one day to be paid at the applicable overtime rate at time and one-half (1'/2). If the Employer elects to work from Monday through Thursday and is stopped due to inclement weather, holiday or other conditions beyond the control of the Employer, they shall have the option to work Friday at the straight time rate of pay to complete the forty (40) hours for the workweek. All overtime work performed on Monday through Saturday shall be paid at time and one-half(11/2)the hourly rate. Fringe benefits shall be paid at the one and one half the hourly rate. All work performed on Sundays and recognized holidays shall be paid at double (2) the hourly rate. Fringe benefits shall be paid at double the hourly rate. Shifts may be established when considered necessary by the Employer. Shift hours and rates will be as follows. If shifts are established, work on the First Shift will begin between 6:00 a.m. and 9:00 a.m. and consist of eight (8) hours of work plus one-half hour unpaid lunch. Hours worked during the first shift will be paid at the straight time rate of pay. The second shift shall start eight hours after the start of the first shift and consist of eight (8) hours of work plus one-half hour unpaid lunch. Work on the second shift will begin between 2:00 p.m. and 5:00 p.m. and be paid the straight time rate plus $2.50 per hour. The third shift shall start eight hours after the start of the second shift and consist of eight (8) hours plus one-half hour unpaid lunch. Work on the third shift will begin between 10:00 p.m. and 1:00 a.m. and be paid the straight time rate plus $3.50 per hour. The additional amounts that are to be paid are only applicable when working shifts. Shifts that begin on Saturday morning through those shifts which end on Sunday morning will be paid at time and one-half these rates. Shifts that begin on Sunday morning through those shifts which end on Monday morning will be paid at double time these rates. NO. 91: Means eight (8) hours shall constitute a day's work commencing at 7:00 a.m. and ending at 3:30 p.m., allowing one-half(%) hour for lunch. The option exists for the Employer to use a flexible starting time between the hours of 6:00 a.m. and 9:00 a.m. The regular workweek shall consist of forty(40) hours of five (5)workdays, Monday through Friday. The workweek may consist of four(4)ten (10) hour days from Monday through Thursday, with Friday as a make-up day. If the make-up day is a holiday, the employee shall be paid at the double(2)time rate. The employees shall be paid time and one-half (1'/2) for work performed on Saturdays, before the regular starting time or after the regular quitting time or over eight (8) hours per work day (unless working a 10-hour work day, then time and one-half (1'/) is paid for work performed over ten (10) hours a day) or over forty (40) hours per work week. Work performed on Sundays and recognized holidays shall be paid at the double (2)time rate of pay. SHIFT WORK: When it is necessary for the project to operate in shifts, there will be three (3) eight (8) hour shifts commencing at 8:00 a.m. Shift work must continue for a period of not less than three (3) consecutive work days, two (2) days which must be regular work days (Monday through Friday). In the event the second or third shift of any regular work day shall fall into a Saturday or a holiday, such extension into a Saturday or holiday shall be considered as part of the previous workday and employees shall be paid at the regular shift rate. The first day shift shall work a regular eight(8)hour day at regular rates. The second shift shall be eight (8) hours regular time pay plus $2.50 per hour premium for eight (8) hours work. Third shift will be for eight (8) hours regular time pay plus$3.00 per hour premium for eight(8) hours work. AW024 026 OT.doc ANNUAL WAGE ORDER NO. 24 Page 4 of 5 COLE COUNTY BUILDING CONSTRUCTION - OVERTIME SCHEDULE NO. 94: Means eight(8) hours shall constitute a day's work between the hours of 8:00 a.m. and 5:00 p.m. The regular workday starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m. or delayed one (1) hour to 9:00 a.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half (1%) times the regular pay. In the event time is lost during the work week due to weather conditions, the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. NO. 101: Means that except as provided below, 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(11/2) (except as herein provided). All time worked on Sunday and recognized holidays shall be classified as overtime and paid at the rate of double (2) time. The regular starting time of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:00 a.m.or delayed one (1)hour to 9:00 a.m. The Employer has the option of working either five(5)eight-hour days or four(4)ten-hour days to constitute a normal forty(40) hour work week. When a four(4)ten-hour day work week is in effect, the standard work day shall be consecutive ten (10) hour periods between the hours of 6:30 a.m. and 6:30 p.m. Forty(40) hours per week shall constitute a week's work Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed ten (10) hours per day or forty (40) hours per week. Starting time will be designated by the employer. When the five (5) day eight (8) hour work week is in effect, forty (40) hours per week shall constitute a week's work, Monday through Friday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed eight (8) hours per day or forty (40) hours per week. Make-up days shall not be utilized for days lost due to holidays. NO. 122: Means the regular workday shall be (8) hours. The regular work week shall be forty(40)hours, beginning 6:00 a.m.on Monday and ending 6:00 p.m. on Friday. Saturday will be time and one-half(11/2). Sunday and Holidays shall be double(2)time. Saturday can be a make-up day if weather has forced a day off. NO. 124: Means eight(8) hours shall constitute a day's work on all classes of work between the hours of 6:00 a.m. and 5:30 p.m., Monday through Friday. The pay for time worked during these hours shall be at the regular wage rate. The regular workweek shall be Monday through Friday. Employment from 4:30 p.m. to 12:00 midnight, Monday through Friday, shall be paid for at one and one-half(1%) times the regular hourly rate. From 12:00 midnight until 8:00 a.m. on any day shall be paid for at twice the regular hourly rate. All time worked on Sundays and the recognized holidays shall be paid at the rate of double (2) time. It is understood that forty (40) hours shall constitute a regular workweek, (5-8's) Sunday Midnight through Friday Midnight, understanding anything over eight(8)hours is one and one-half(11/2)times the hourly wage rate. NO. 126: Means eight (8) hours per day shall constitute a day's work and forty (40) hours per week, Monday through Friday, shall constitute a week's work. The regular starting time shall be 8:00 a.m. If a second or third shift is used, the regular starting time of the second shift shall be 4:30 p.m. and the regular starting period for the third shift shall be 12:30 a.m. These times may be adjusted by the employer. The day shift shall work a regular eight (8) hours shift as outlined above. Employees working a second shift shall receive an additional $0.25 above the regular hourly rate and perform seven and one-half (7%) hours work for eight (8) hours pay. Third shift employees shall be paid an additional $0.50 above the regular hourly rate and work seven (7) hours for eight(8) hours pay. When circumstances warrant, the Employer may change the regular workweek to four (4) ten-hour days at the regular time rate of pay. All time worked before and after the established workday of eight (8) hours, Monday through Friday, and all time worked on Saturday shall be paid at the rate of time and one-half (1%) except in cases where work is part of an employee's regular Friday shift. All time worked on Sunday and recognized holidays shall be paid at the double (2) time rate of pay except in cases where work is part of an employee's previous day's shift. For all overtime hours worked $29.14 of the fringe benefits portion of the prevailing wage shall be paid at the same overtime rate at which the cash portion of the prevailing wage is to be paid. The remaining $1.24 of the fringe benefit portion of the prevailing wage may be paid at straight time. AW024 026 OT.doc ANNUAL WAGE ORDER NO. 24 Page 5 of 5 COLE COUNTY HOLIDAY SCHEDULE - BUILDING CONSTRUCTION NO. 3: All work done on New Year's Day, Decoration Day, July 4th, Labor Day, Veteran's Day, Thanksgiving and Christmas shall be compensated at the double (2) time rate of pay. When any of these holidays fall on a Sunday, the following Monday shall be observed. NO. 4: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving and Christmas Day shall be paid at the double time rate of pay. If any of the above holidays fall on Sunday, Monday will be observed as the recognized holiday. If any of the above holidays fall on Saturday, Friday will be observed as the recognized holiday and holidays falling on Sunday will be observed on the following Monday. NO. 5: All work that shall be done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day shall be paid twice the amount of his or her regular hourly wage rate for each hour or fraction thereof worked on any such day . NO. 7: The following days are assigned days and are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This is applied to protect Labor Day. When a holiday falls during the normal workweek, Monday through Friday, it shall be counted as eight (8) hours toward the forty(40) hour week. However, no reimbursement for these eight(8) hours is to be paid to the workman unless worked. If workman are required to work the above enumerated holidays or days observed as such, or on Sunday, they shall receive double(2)the regular rate of pay for such work. NO. 8: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day, or the days observed in lieu of these holidays, shall be paid at the double time rate of pay. NO. 15: All work accomplished on the recognized holidays of New Year's Day, Decoration Day (Memorial Day), Independence Day (Fourth of July), Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, or days observed as these named holidays, shall be compensated for at double (2) the regular hourly rate of wages plus fringe benefits. If a holiday falls on Saturday, it shall be observed on the preceding Friday. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day, Christmas Day, Decoration Day or Independence Day except to preserve life or property. NO. 19: All work done on New Year's Day, Memorial Day, July 4th, Labor Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. The employee may take off Friday following Thanksgiving Day. However, the employee shall notify his or her Foreman, General Foreman or Superintendent on the Wednesday preceding Thanksgiving Day. When one of the above holidays falls on Sunday, the following Monday shall be considered a holiday and all work performed on either day shall be at the double (2) time rate. When one of the holidays falls on Saturday, the preceding Friday shall be considered a holiday and all work performed on either day shall be at the double (2)time rate. NO. 23: All work done on New Year's Day, Memorial Day, 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 of pay. When a holiday falls on Sunday, the following Monday shall be considered a holiday. When a holiday falls on Saturday, Friday is recognized as a holiday. NO. 44: All work done on New Year's Day, Decoration Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. If a holiday falls on a Sunday, it shall be observed on the Monday following. If a holiday falls on a Saturday, it shall be observed on the proceeding Friday. No work shall be performed on these days except in emergency to protect life or property. All work performed on these holidays shall be compensated at double the regular hourly rate for the work performed. Overtime shall be computed at half-hour intervals. NO. 45: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving, the day before Christmas, and Christmas Day, shall be paid at the double time rate of pay. ANNUAL WAGE ORDER NO. 24 AW024 026 BHol.doc Page 1 of 2 Pages COLE COUNTY HOLIDAY SCHEDULE - BUILDING CONSTRUCTION NO. 54: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day shall be paid at the double (2)time rate of pay. When a holiday falls on Saturday, it shall be observed on Friday. When a holiday falls on Sunday, it shall be observed on Monday. NO. 55: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight(8) hours toward the forty(40) hour week; however, no reimbursement for this eight(8) hours is to be paid the workmen unless worked. An Employer working a four(4)day, ten (10) hour schedule may use Friday as a make up day when an observed holiday occurs during the work week. Employees have the option to work that make up day. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive double(2)the regular rate of pay for such work. NO. 60: All work performed on New Year's Day, Armistice Day (Veteran's Day), Decoration Day(Memorial Day), Independence Day(Fourth of July), Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple (3) time is paid. When a holiday falls on Saturday, Friday will be observed as the holiday. When a holiday falls on Sunday, the following Monday shall be observed as the holiday. NO. 66: All work performed on Sundays and the following recognized holidays, or the days observed as such, of New Year's Day, Decoration Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, shall be paid at double (2) the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a Sunday,the following Monday shall be observed as a holiday. NO. 69: All work performed on New Year's Day, Memorial Day, July Fourth, Labor Day, Veteran's Day, Thanksgiving Day or Christmas Day shall be compensated at double (2)their straight-time hourly rate of pay. Friday after Thanksgiving and the day before Christmas are also holidays, however, if the employer chooses to work the normal work hours on these days, the employee will be paid at straight -time rate of pay. If a holiday falls on a Saturday, the holiday will be observed on Saturday; if a holiday falls on a Sunday, the holiday will be observed on the following Monday. NO. 74: All work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, shall be paid at double (2)time of the hourly rate of pay. In the event one of the above holiday's falls on Saturday, the holiday shall be celebrated on Saturday. If the holiday falls on Sunday, the holiday will be celebrated on Monday. NO. 76: The following days are recognized as holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, and Christmas. No work of any pretense shall be performed on Charismas Day or Independence Day. Any work performed on the other holidays shall be paid for at least two (2) times the regular rate of pay. If a holiday falls on a Sunday, the following Monday will be observed. If a holiday falls on a Saturday, the preceding Friday will be observed. ANNUAL WAGE ORDER NO.24 AW024 026 BHol.doc Page 2 of 2 Pages Heavy Construction Rates for REPLACEMENT PAGE Section 026 COLE County Basic Over- OCCUPATIONAL TITLE * Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Carpenter 6/17 $31.02 23 16 $16.85 Electrician (Outside-Line Construction\Lineman) $43.50 9 12 $5.50+36% Lineman Operator $37.48 9 12 $5.50+ 36% Lineman-Tree Trimmer $24.53 32 31 $9.98+ 3% Groundman $28.86 9 12 $5.50+ 36% Groundman -Tree Trimmer $18.14 32 31 $7.19+ 3% Laborer General Laborer 6/17 $28.56 2 4 $13.52 Skilled Laborer 6/17 $28.56 2 4 $13.52 Millwright 6/17 $31.02 23 16 $16.85 Operating Engineer Group I 6/17 $28.14 21 5 $25.89 Group II 6/17 $27.79 21 5 $25.89 Group III 6/17 $27.59 21 5 $25.89 Group IV 6/17 $23.94 21 5 $25.89 Oiler-Driver 6/17 $23.94 21 5 $25.89 Pile Driver 6/17 $31.02 23 16 $16.85 Traffic Control Service Driver $26.415 28 27 $9.045 Truck Driver-Teamster Group I 6/17 $29.87 25 21 $12.85 Group II 6/17 $30.03 25 21 $12.85 Group III 6/17 $30.02 25 21 $12.85 Group IV 6/17 $30.14 25 21 $12.85 Use Heavy Construction Rates on Highway and Heavy construction in accordance with the classifications of construction work established in 8 CSR 30-3.040(3). Use Building Construction Rates on Building construction in accordance with the classifications of construction work established in 8 CSR 30-3.040(2). If a worker is performing work on a heavy construction project within an occupational title that is not listed on the Heavy Construction Rate Sheet, use the rate for that occupational title as shown on the Building Construction Rate sheet. *Annual Incremental Increase ANNUAL WAGE ORDER NO.24 6/17 REPLACEMENT PAGE COLE COUNTY OVERTIME SCHEDULE - HEAVY CONSTRUCTION FED: Minimum requirement per Fair Labor Standards Act means time and one-half (1 %) shall be paid for all work in excess of forty(40) hours per work week. NO. 2: Means a regular workweek shall be forty (40) hours and will start on Monday and end on Friday. The Employer shall have the option of working five 8-hour days or four 10-hour days Monday through Friday. If an Employer elects to work five 8-hour days during any workweek, hours worked more than eight (8) per day or 40 per week shall be paid at time and one-half the hourly rate Monday through Friday. If an Employer elects to work four 10-hour days in a week, work performed more than ten (10) hours per day or 40 hours per week shall be paid at time and one-half the hourly rate Monday through Friday. When working a five 8-hour day schedule and an Employer is prevented from working forty (40) hours Monday through Friday, or any part thereof, by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate. If an Employer is working a four 10-hour day schedule and loses a day due to inclement weather, he may work 10 hours Friday at straight time. All hours worked over the 40 hours Monday through Friday will be paid at 1 1/2 overtime rate. A workday shift is to begin at the option of the Employer, between 6:00 a.m. and not later than 9:00 a.m. However, the project starting time may be advanced or delayed if required. If workmen are required to work the enumerated holidays or days observed as such or Sundays, they shall receive double (2) the regular rate of pay for such work. Overtime shall be computed at one-half(1/2) hour intervals. Shift: The Contractor may elect to work one, two or three shifts on any work. When operating on more than one shift, the shifts shall be known as the day shift, swing shift, and graveyard shift as such terms are recognized in the industry. When two shifts are worked on any operation, the shifts will consist of eight(8)or ten (10) hours exclusive of lunchtime. When three shifts are worked the first day or day shift will consist of eight (8) hours exclusive of lunchtime. The second or swing shift shall consist of seven and one-half(7 1/2) hours work for eight hours pay, exclusive of lunchtime, and the third or the graveyard shift shall consist of seven (7) hours work for eight(8) hours pay, exclusive of the lunchtime. All time in excess of normal shifts shall be considered overtime. Multiple shift (the two or three shift) operation will not be construed on the entire project if at anytime it is deemed advisable and necessary for the Employer to multiple shift a specific operation. However, no shift shall be started between midnight and six a.m. except the graveyard shift on a three-shift operation, or except in an unusual or emergency situation. If an Employer starts a shift between midnight and 6 a.m. except the graveyard shift on a three-shift operation, he shall reimburse all employees for the entire shift at the double time rate. Completion of the second shift on a two-shift operation or completion of the graveyard shift on a three-shift operation that carries over into Saturday morning, shall be at the straight time rate. Overtime shall be computed at%hour intervals. NO. 9: Eight (8) hours shall constitute a work day between the hours of 7:00 a.m. and 4:30 p.m. Forty(40) hours within five (5) days, Monday through Friday inclusive, shall constitute the work week. Work performed in the 9th and 10th hour, Monday through Friday, shall be paid at time and one-half (11/2) the regular straight time rate of pay. Contractor has the option to pay two (2) hours per day at the time and one-half(11/2)the regular straight time rate of pay between the hours of 6:00 a.m. and 5:30 p.m., Monday through Friday. Worked performed in the first eight (8) hours on Saturday shall be paid at the rate of one and eight tenths (1.8) the regular straight time rate. Work performed outside these hours and on Sundays and recognized legal holidays, or days celebrated as such, shall be paid for at the rate of double (2)time. NO. 21: Means the regular workday for which employees shall be compensated at straight time hourly rate of pay shall, unless otherwise provided for, begin at 8:00 a.m. and end at 4:30 p.m. However, the project starting time may be advanced or delayed at the discretion of the Employer. At the discretion of the Employer, when working a five (5) day eight (8) hour schedule, Saturday may be used for a make-up day. If an Employer is prohibited from working on a holiday, that employer may work the following Saturday at the straight time rate. However, the Employer may have the option to schedule his work from Monday through Thursday at ten (10) hours per day at the straight time rate of pay with all hours in excess of ten (10) hours in any one day to be paid at the applicable overtime rate. If the Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control, he shall have the option to work Friday or Saturday at the straight time rate of pay to complete his forty(40) hours. If an Employer is prohibited from working on a holiday, that Employer may work the following Friday or Saturday at the straight time rate. Overtime will be at one and one-half (11/2) times the regular rate. If workmen are required to work the enumerated holidays or days observed as such, or Sundays, they shall receive double (2) the regular rate of pay for such work. ANNUAL WAGE ORDER NO. 24 AW024 026 HOT int Page 1 of 2 Pages REPLACEMENT PAGE COLE COUNTY OVERTIME SCHEDULE - HEAVY CONSTRUCTION NO. 23: Means the regular workweek shall start on Monday and end on Friday, except where the Employer elects to work Monday through Thursday, (10) hours per day. All work over ten (10) hours in a day or forty(40) hours in a week shall be at the overtime rate of one and one-half(11/2)times the regular hourly rate. The regular workday shall be either eight(8)or ten (10) hours. If a job can't work forty (40) hours Monday through Friday because of inclement weather or other conditions beyond the control of the Employer, Friday or Saturday may be worked as a make-up day at straight time (if working 4-10's). Saturday may be worked as a make-up day at straight time (if working 5-8's). An Employer, who is working a four (4) ten (10) hour day work schedule may use Friday as a make-up day when a workday is lost due to a holiday. A workday is to begin at the option of the Employer but not later than 11:00 a.m. except when inclement weather, requirements of the owner or other conditions beyond the reasonable control of the Employer prevent work. Except as worked as a make-up day, time on Saturday shall be worked at one and one-half (1'/) times the regular rate. Work performed on Sunday shall be paid at two (2) times the regular rate. Work performed on recognized holidays or days observed as such, shall also be paid at the double (2) time rate of pay. For all overtime hours worked during the week or on Saturday $16.25 of the fringe benefits portion of the prevailing wage shall be paid at time and one-half (1V). For all overtime hours worked on Sundays or recognized holidays $16.25 of the fringe benefits portion of the prevailing wage shall be paid double time. The remaining $.60 of the fringe benefit portion of the prevailing wage shall be paid at straight time. NO. 25: Means a regular work week of forty (40) hours, starting on Monday and ending on Friday. The regular work day shall be either eight(8)or ten (10) hours. If a crew is prevented from working forty(40)hours Monday through Friday, or any part thereof by reason of inclement weather, Saturday or any part thereof maybe worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. A work day is to begin between 6:00 a.m. and 9:00 a.m. However, the project starting time maybe advanced or delayed if mutually agreed to by the interest parties. All hours worked on recognized holidays, or days observed as such, double(2)time shall be paid. NO. 28: Means a regular work week of forty(40) hours will start on Monday and end on Friday. The regular work day shall be either eight(8) or ten (10) hours. If a crew is prevented from working forty(40) hours Monday through Friday, or any part thereof by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. A workday is to begin between 6:00 a.m. and 9:00 a.m. However, the project starting time may be advanced or delayed if mutually agreed to by the interest parties. For all time worked on recognized holidays, or days observed as such, double (2)time shall be paid. NO. 32: Means the overtime rate shall be time and one-half the regular rate for work over forty (40) hours per week. Sundays and Holidays shall be paid at double the straight time rate. ANNUAL WAGE ORDER NO. 24 AW024 026 HOT int Page 2 of 2 Pages COLE COUNTY HOLIDAY SCHEDULE—HEAVY CONSTRUCTION NO. 4: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, or observed as such, shall be paid at the double time rate of pay. When a Holiday falls on a Sunday, Monday shall be observed. No work shall be performed on Labor Day, except in case of jeopardy to life or property. This is applied to protect Labor Day. NO. 5: The following days are recognized as holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward a forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid the workman unless worked. If workmen are required to work the above recognized holidays or days observed as such, or Sundays, they shall receive double (2) the regular rate of pay for such work. The above shall apply to the four 10's Monday through Friday work week. The ten (10) hours shall be applied to the forty(40) hour work week. NO. 12: All work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day, or days celebrated as such, shall be paid at the double time rate of pay. When one of the foregoing holidays falls on Sunday, it shall be celebrated on the following Monday. When one of the foregoing holidays falls on Saturday, it shall be celebrated on the Friday before the holiday. NO. 16: The following days are recognized as holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day. 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 work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid to the worker unless worked. If workers are required to work the above recognized holidays or days observed as such, they shall receive double (2) the regular rate of pay for such work. NO. 21: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty(40) hour week; however, no reimbursement for this eight(8) hours is to be paid the workman unless worked. An Employer working a four(4) day, ten (10) hour schedule may use Friday as a make-up day when an observed holiday occurs during the work week. Employees have the option to work that make-up day. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive double (2) the regular rate of pay for such work. NO. 27: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty(40) hour week; however, no reimbursement for this eight(8) hours is to be paid the workmen unless worked. An Employer working a four(4)day, ten (10) hour schedule may use Friday as a make up day when an observed holiday occurs during the work week. Employees have the option to work that make up day. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive double (2) the regular rate of pay for such work. NO. 31: All work performed on New Year's Day, Presidents' Day, Veterans' Day, Good Friday, Decoration Day, Fourth of July, Labor Day, Christmas Eve Day, Christmas Day, Thanksgiving Day and Day after Thanksgiving or days celebrated for the same. AW024 026 HHol.doc ANNUAL WAGE ORDER NO. 24 Page 1 of 1 AFFIDAVIT OF COMPLIANCE PUBLIC WORKS CONTRACTS LAW I, the undersigned, , of lawful age, first being duly sworn, state to the best of my information and belief as follows: 1. That I am employed as , by 2. That was awarded a public works contract for Project No. 31151, Stationary Generator for 2320 Hyde Park Road. 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended) an act relating to public works contracts, which impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. That has fully complied with the provisions and requirements of Section 290.290 RSMo (1994 as amended) FURTHER AFFIANT SAYETH NAUGHT. AFFIANT Subscribed and sworn to before me this day of , 20 . NOTARY PUBLIC My Commission Expires: STATE OF MISSOURI ) ) ss COUNTY OF ) FEDERAL WORK AUTHORIZATION PROGRAM AFFIDAVIT State of Missouri ) County of ale ) Callaway The undersigned affiant, Paul Jeffries , being first duly sworn, hereby deposes and says: 1. I am over the age of eighteen, suffer no legal disabilities, have personal knowledge of the facts set forth below, and am competent to testify. 2. I am authorized to make this affidavit on behalf of Jeffries Electrical Services, Inc. 3. I hereby affirm that the company identified in section 2 of this affidavit is enrolled and participates in a federal work authorization program with respect to the employees working in connection with the contracted services. The name of said Federal Work Authorization program is E-Verify 4. I hereby affirm that the company identified in section 2 of this affidavit does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. This th- 16 day of April , 20 18. Name President Title Sworn and Subscribed before me this the 16th day of April , 20 20.18 ALLISON ELIZABETH SIMON Notary Public, Notary Seal Notary Public State of Missouri Callaway County Commission # 17385756 My Commission expires: August 14, 2021 My Commission Expires 08-14-2021 [attach documentation of enrollment/participation in a federal work authorization program] Company ID Number: 115873 TH:E E-VERIFY'PROGRAM IfOR EMPLOY M:E;NT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Social Security Administration(SSA),the Department of Homeland Security(DHS)and Jeffries Electrical Services. Inc (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E-Verify). E-Verify is a program in which the employment eligibility of all newly hired employees will be confirmed after the Employment Eligibility Verification Form(Form I-9)has been completed. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996(IIRIRA),Pub. L. 104-208, 110 Stat. 3009,as amended(8 U.S.C. § 1324a note). ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF THE SSA 1. Upon completion of the Form I-9 by the employee and the Employer, and provided the Employer complies with the requirements of this MOU, SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all newly hired employees and the employment authorization of U.S. citizens. 2. The SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. The SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. The SSA agrees to safeguard the information provided by the Employer through the E- Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by the SSA as governed by the Privacy Act(5 U.S.C. § 552a), the Social Security Act(42 U.S.C. 1306(a)), and SSA regulations(20 CFR Part 401). 4. SSA agrees to establish a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 3 Federal Government work days of the initial inquiry. Company ID Number: 115873 5. SSA agrees to establish a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary.In such cases,SSA will provide additional verification instructions. B. RESPONSIBILITIES OF THE DEPARTMENT OF HOMELAND SECURITY 1. Upon completion of the Form I-9 by the employee and the Employer and after SSA verifies the accuracy of SSA records for aliens through E-Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct: • Automated verification checks on newly hired alien employees by electronic means,and • Photo verification checks(when available)on newly hired alien employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. DHS agrees to provide the Employer names,titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer a manual (the E-Verify Manual) containing instructions on E-Verify policies,procedures and requirements for both SSA and DHS, including restrictions on the use of E-Verify..DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E-Verify program. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Inunigration-Related Unfair Employment Practices(OSC),Civil Rights Division,and U.S.Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by alien employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act and federal criminal laws,and to ensure accurate wage reports to the SSA. 7. DHS agrees to establish a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. Company ID Number: 115873 8. DHS agrees to establish a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non-match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases,DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visible to prospective employees. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the E-Verify Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. A. The employer agrees that all employer representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E- Verify. B. Failure to complete a refresher tutorial will prevent the employer from continued use of the program. 5. The Employer agrees to comply with established Form I-9 procedures, with two exceptions: • If an employee presents a"List B"identity document,the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B))can be presented during the Form 1-9 process to establish identity). • If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form I-766 (Employment Authorization Document) to complete the Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form I-9. The employer will use the photocopy to verify the photo and to assist the Department with its review of photo non-matches that are contested by employees. Note that employees retain the right to present any List A,or List B and List C,documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool. 6. The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete,retain,and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, except for the following modified requirements applicable by reason of the Employer's participation in E- Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a Company ID Number: 115873 rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A)of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in compliance with the terms and conditions of E-Verify ; (3)the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $500 and $1,000 for each failure to notify DHS of continued employment following a final nonconfirmation; (4)the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ any employee after receiving a final nonconfirmation; and(5)no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith on information provided through the confirmation system. DHS reserves the right to conduct Form I-9 compliance inspections during the course of E-Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E-Verify verification procedures within 3 Employer business days after each employee has been hired(but after both sections 1 and 2 of the Form 1-9 have been completed),and to complete as many(but only as many)steps of the E-Verify process as are necessary according to the E-Verify Manual. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form I-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. In all cases, the Employer must use the SSA verification procedures first, and use DHS verification procedures and photo screening tool only after the the SSA verification response has been given. 8. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants,support for any unlawful employment practice, or any other use not authorized by this MOU. The Employer must use E-Verify for all new employees and will not verify only certain employees selectively. The Employer agrees not to use E-Verify procedures for re- verification, or for employees hired before the date this MOU is in effect. The Employer understands that if the Employer uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and the immediate termination of its access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article III.B. below) regarding tentative nonconfirmations, including notifying employees of the fmding, providing written referral instructions to employees, allowing employees to contest the fmding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge(as defined in 8 C.F.R. § 274a.1 (1))that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification to verify work authorization,a tentative nonconfirmation,or the finding of Company ID Number: 115873 a photo non-match, does not mean, and should not be interpreted as, an indication that the employee is not work authorized.In any of the cases listed above,the employee must be provided the opportunity to contest the fmding, and if he or she does so, may not be terminated or suffer any adverse employment consequences until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued.If the employee does not choose to contest a tentative nonconfirmation or a photo non-match, then the Employer can find the employee is not work authorized and take the appropriate action. 11. The Employer agrees to comply with section 274B of the NA by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or,in the case of a protected individual as defined in section 274B(a)(3) of the NA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify, discharging or refusing to hire eligible employees because they appear or sound "foreign", and premature termination of employees based upon tentative nonconfirmations, and that any violation of the unfair immigration-related employment practices provisions of the INA could subject the Employer to civil penalties pursuant to section 274B of the INA and the termination of its participation in E- Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-7688 or 1-800-237-2515(TDD). 12. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 13. The Employer agrees that it will use the information it receives from the SSA or DHS pursuant to E-Verify and this MOU only to confirm the employment eligibility of newly-hired employees after completion of the Form I-9. The Employer agrees that it will safeguard this information, and means of access to it(such as PINS and passwords)to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU. 14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a (i) (1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)),and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 15. The Employer agrees to allow DHS and SSA, or their authorized agents or designees, to make periodic visits to the Employer for the purpose of reviewing E-Verify-related records, i.e., Forms I-9, SSA Transaction Records, and DHS verification records, which were created during the Employer's participation in the E-Verify Program. In addition, for the purpose of evaluating E-Verify,the Employer agrees to allow DHS and SSA or their authorized agents or designees,to interview it regarding its experience with E-Verify,to interview employees hired during E-Verify use concerning their experience with the pilot, and to make employment and E-Verify related records available to DHS and the SSA,or their designated agents or designees. Failure to comply with the terms of this paragraph may lead DHS to terminate the Employer's access to E-Verify. Company ID Number: 115873 ARTICLE III REFERRAL OF INDIVIDUALS TO THE SSA AND THE DEPARTMENT OF HOMELAND SECURITY A. REFERRAL TO THE SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a referral letter and instruct the employee to visit an SSA office to resolve the discrepancy within 8 Federal Government work days. The Employer will make a second inquiry to the SSA database using E-Verify procedures on the date that is 10 Federal Government work days after the date of the referral in order to obtain confirmation,or final nonconfirmation,unless otherwise instructed by SSA or unless SSA determines that more than 10 days is necessary to resolve the tentative nonconfirmation.. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO THE DEPARTMENT OF HOMELAND SECURITY 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non-match for an alien who provides a document for which the automated system has transmitted a photo, the employer must print the photo non-match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when f , Company ID Number: 115873 the Employer issues a tentative nonconfirmation based upon a photo non-match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact the Department through its toll-free hotline within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non-match,the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non-match,the Employer will send a copy of the employee's Form I-551 or Form I- 766 to DHS for review by: • Scanning and uploading the document,or • Sending a photocopy of the document by an express mail account(furnished and paid for by DHS). 7. The Employer understands that if it cannot determine whether there is a photo match/non-match,the Employer is required to forward the employee's documentation to DHS by scanning and uploading,or by sending the document as described in the preceding paragraph,and resolving the case as specified by the Immigration Services Verifier at DHS who will determine the photo match or non-match. ARTICLE IV SERVICE PROVISIONS The SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries.To access the E-Verify System,an Employer will need a personal computer with Internet access. ARTICLE V PARTIES This MOU is effective upon the signature of all parties,and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures,will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify manual. Even Company ID Number: 115873 without changes to E-Verify, the Department reserves the right to require employers to take mandatory refresher tutorials. Termination by any party shall terminate the MOU as to all parties. The SSA or DHS may terminate this MOU without prior notice if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies,officers,or employees,or against the Employer,its agents,officers,or employees. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. The employer understands that the fact of its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, and responses to inquiries under the Freedom of Information Act(FOIA). The foregoing constitutes the full agreement on this subject between the SSA, DHS, and the Employer. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. To be accepted as a participant in E-Verify,you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify Operations at 888-464- 4218. Employer Jeffries Electrical Services,Inc Darryl Jeffries Name(Please type or print) Title Electronically Signed 04/23/2008 Signature Date Department of Homeland Security—Verification Division . 1 Company ID Number: 115873 USCIS Verification Division Name(Please type or print) Title Electronically Signed 04/23/2008 Signature Date Company ID Number: 115873 INFORMATION REQUIRED FOR THE E-VERIFY PROGRAM Information relating to your Company: Company Name: Jeffries Electrical Services,Inc Company Facility Address: 11667 Country Road 481 Tebbetts,MO 65080 Company Alternate Address: County or Parish: CALLAWAY Employer Identification Number: 431733153 North American Industry Classification Systems Code: 238 Parent Company: Number of Employees: 5 to 9 Number of Sites Verified for: 1 Are you verifying for more than 1 site? If yes,please provide the number of sites verified for in each State. • MISSOURI 1 site(s) Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name: Simon Allison Telephone Number: (573)676-5100 Fax Number: (573)676-5199 E-mail Address: jelfries@ktis.net ‘..../- ® ADATE(MMIDDMYY) V CERTIFICATE OF LIABILITY INSURANCE 4/6/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement- A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CPRODUCER NAMEACT Michele Womack Acrisure Affiliated Insurance Agencies LLC PHONE (636)255-8585 faC,No): (636)255-8586 g lA/C.No.Ertl: E-MAI600 Emerson Road Suite 107 ADDR Inichele®aiastl.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIL 1t St. Louis MO 63141 INsuRERANational Trust Ins Co 20141 INSURED INSURER B: Jeffries Electrical Services, Inc. INSURER C: 11667 County Road 481 INSURER D: INSURER E: Tebbetts MO 65080 INSURERF: COVERAGES CERTIFICATE NUMBER:CL176602670 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. /NSR ADDL SUBRI ' POLICY EFF I POLICY EXP LIMITS LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DDIYYYY) (MM/DD/YYY'n X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 100,000 A CLAIMS-MADE X I OCCUR PREMISES(Ea rrrnrrence) $ X POLLIITION LIABILITY X Y CPP0022519 6/5/2017 6/5/2018 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $ 2,000,000 POLICY X m LOC – Blanket Waiver of Subrogation S OTHER COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY (Ea accident) $ 1,000,000 BODILY INJURY(Per person) $ A X ANY AUTO — ALL OWNED SCHEDULED G100002299 6/5/2017 6/5/2018 BODILY INJURY(Per acadent) $ AUTOS AUTOSPROPERTY DAMAGE NON-OWNED (Per accident) $ X HIRED AUTOS X AUTOS — Medical payments $ 2,000 X UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 5,000,000 A EXCESSUABCLAIMS-MADE AGGREGATE $ 5,000,000 DED I X RETENTIONS 0 UMB0023593 6/5/2017 6/5/2018 5 WORKERS COMPENSATION PERTUTE R OOTH AND EMPLOYERS'LIABILITY Y/N ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT S 1,000,000 OFFICER/MEMBER oryIn NH)H) N/A A (Mandatory In EXCLUDED? N WC00003847 6/5/2017 �. 6/5/2018 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,desaibe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 A LEASED & RENTED EQUIPMENT CPP0022519 , 6/5/2017 6/5/2018 LIMIT 6100,000 $1,000 DEDUCT A INSTALLATION FLOATER CPP0022519 ' 6/5/2017 I 6/5/2018 LIMIT 6125,000 $1,000 DEDUCT DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Project: City of Jefferson City of Jefferson and such other governmental agencies as may be required by the City to be insured by underlying agent or contract relating to the Project are additional insureds for general liability with respect to work performed by the named insured as required by written contract. Coverage is primary and non-contributory. Waiver of Subrogation is applicable as permitted by law. CERTIFICATE HOLDER CANCELLATION iSHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Jefferson 1 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Department of Public Works I ACCORDANCE WITH THE POLICY PROVISIONS. 320 East McCarty Street Jefferson City, MO 65101 1AUTHORIZEDREPRESENTATIVE Shawn McBride/MWOMAK ..:17. ,..5.- -__- _- _-----/' ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025(201401) A CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 4/6/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Michele Womack NAME: Acrisure Affiliated Insurance Agencies LLC (;acNE Ext): (636)255-8585 aC,No): (636)255-8586 600 Emerson Road Suite 107 E-MAILmichele®aiastl.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC N St. Louis MO 63141 INsuRERANational Trust Ins Co 20141 INSURED INSURER B: Jeffries Electrical Services, Inc. INSURER C: 11667 County Road 481 INSURERD: INSURER E: Tebbetts MO 65080 INSURERF: COVERAGES CERTIFICATE NUMBER:CL176602670 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER IMM/DD/YYYYI IMM/DD/YYYYI X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE A CLAIMS-MADE X OCCUR PREM SESO(EaEcTED occurrence) $ 100,000 X POLLUTION LIABILITY X Y CPP0022519 6/5/2017 6/5/2018 MED EXP(Any one person) $ 5,000 PERSONAL 8.ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X ECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: Blanket Waiver of Subrogation $ AUTOMOBILE UABIUTY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED CA100002299 6/5/2017 6/5/2018 BODILY INJURY(Per accident) $ AUTOS NPROPERTY DAMAGE _ X HIRED AUTOS X NON-OWNED— AUTOS (Per accident) Medical payments $ 2,000 X UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 5,000,000 A EXCESS UAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED X RETENTION 0 UJD)0023593 6/5/2017 6/5/2018 $ WORKERS COMPENSATION PER AND EMPLOYERS'LIABILITY Y/N STATUTE ERH ANY PROPRIETOR/PARTNER/EXECUTIVEN/A A E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N WC00003847 6/5/2017 6/5/2018 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 A LEASED & RENTED EQUIPMENT CPP0022519 6/5/2017 6/5/2018 LIMIT$100,000 $1,000 DEDUCT A INSTALLATION FLOATER CPP0022519 6/5/2017 6/5/2018 LIMIT$125,000 $1,000 DEDUCT DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) Project: City of Jefferson City of Jefferson and such other governmental agencies as may be required by the City to be insured by underlying agent or contract relating to the Project are additional insureds for general liability with respect to work performed by the named insured as required by written contract. Coverage is primary and non-contributory. Waiver of Subrogation is applicable as permitted by law. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Jefferson THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Department of Public Works ACCORDANCE WITH THE POLICY PROVISIONS. 320 East McCarty Street Jefferson City, MO 65101 AUTHORIZED REPRESENTATIVE Shawn McBride/MWOMAK ``;: - .•-©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025(201401) ACRD® CERTIFICATE OF LIABILITY INSURANCE DATE(6/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCERCONTACT Michele Womack Acrisure Affiliated Insurance Agencies LLC PHONE (636)255-8585 FAX NO):(636)255-6586 g INC.No.Extl: 600 Emerson Road Suite 107 E-MAIL michele®aiastl.com ADDRESS: INSURERS)AFFORDING COVERAGE NAIC# St. Louis MO 63141 INsuRERA:National Trust Ins Co 20141 INSURED INSURER B: Jeffries Electrical Services, Inc. INSURER c: 11667 County Road 481 INSURERD: INSURER E: Tebbetts MO 65080 INSURERF: COVERAGES CERTIFICATE NUMBER:CL176602670 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER( POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MMIDWYYYY) (MM/DDlYYYY) X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 100,000 A CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ X POLLUTION LIABILITY X Y CPP0022519 6/5/2017 6/5/2018 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X PROT- LOC PRODUCTS-COMP/OP AGG $ 2,000,000 JEC -- Blanket Waiver of Subrogation $ OTHER: (Ea accident) tSINGLE LIMIT $ 1,000,000 AUTOMOBILE LIABILITY X ANY AUTO BODILY INJURY(Per person) $ A ALL OWNED SCHEDULED AUTOSL _ AUTOS 6100002299 6/5/2017 6/5/2018 BODILY INJURY(Per accident) $ NON-OWNED PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS (Per accident) Medical payments $ 2,000 X UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 5,000,000 A EXCESS UAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED X RETENTION$ 0 UMB0023593 6/5/2017 6/5/2018 $ WORKERS COMPENSATION PR PERTUTE ETH AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBERdoyIn NH)EXCLUDED? N N/A WC00003847 6/5/2017 6/5/2018 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 A (Mandatory In NH) If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 A LEASED & RENTED EQUIPMENT CPP0022519 6/5/2017 6/5/2018 LIMIT$100,000 $1,000 DEDUCT A INSTALLATION FLOATER CPP0022519 6/5/2017 1 6/5/2018 LIMIT$125,000 $1,000 DEDUCT DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Project: City of Jefferson City of Jefferson and such other governmental agencies as may be required by the City to be insured by underlying agent or contract relating to the Project are additional insureds for general liability with respect to work performed by the named insured as required by written contract. Coverage is primary and non-contributory. Waiver of Subrogation is applicable as permitted by law. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Jefferson THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Department of Public Works ACCORDANCE WITH THE POLICY PROVISIONS. 320 East McCarty Street Jefferson City, MO 65101 AUTHORIZEDREPRESENTATIVE Shawn McBride/MWOMAK - ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025(201401) CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT made and entered into the date last executed by a party as indicated below, by and between Jeffries Electrical Services, Inc. hereinafter referred to as "Contractor", and the City of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as "City". WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the following City improvements: Project No. 31151, Stationary Generator for 2320 Hyde Park Road. NOW THEREFORE, the parties to this contract agree to the following: 1. Scope of Services. Contractor agrees to provide all labor, equipment, hardware and supplies to perform the work included in the project entitled "Stationary Generator for 2320 Hyde Park Road" in accordance with the plans and specifications on file with the Department of Public Works. 2. Manner and time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary 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 90 calendar 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. 3. Prevailing Wages. To the extent that the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less than the "prevailing hourly rate of wages" for work of a similar character in this locality, as established by Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that 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. 24, Section 026, Cole County rates as 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 Purchasing Agent of the Jefferson City Finance Department each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City One Hundred Dollars ($100.00) 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. 4. Insurance. (a) The Contractor shall obtain and maintain during the term of the Project and this Contract the insurance coverages at least equal to the coverages set forth in this paragraph 7, and as further provided in the General Conditions, but no event -- less than the individual and combined sovereign immunity limits-established-by Section 537.610 R.S.Mo. Insurance policies providing required coverages shall be with companies licensed to do business in the State of Missouri and rated no less than AA by Best or equivalent. All costs of obtaining and maintaining insurance coverages are included in the Bid Amount and no additional payment will be made therefor by the City. Comprehensive General Liability Insurance $500,000 per occurrence (including coverage for Bodily Injury and $3,000,000 aggregate Property Damage) Comprehensive Automobile Liability $500,000 per occurrence Insurance $3,000,000 aggregate (including coverage for Bodily Injury and Property Damage) Employer's Liability $3,000,000 bodily injury by accident (each accident) $3,000,000 bodily injury by disease (each employee) $3,000,000 bodily injury policy limit (b) Worker's Compensation - In addition, the Contractor and all subcontractors shall provide Worker's Compensation Insurance in at least statutory amounts for all workers employed at the Project site. (c) Builder's Risk - The Contractor shall also provide a policy of Builder's Risk Insurance in the amount of 100% of the complete insurable value of the Project, which policy shall protect the Contractor and the City, as their respective interests shall appear. (d) Owner's Protective Liability Insurance - The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City of Jefferson as the insured, in an amount not less than the individual and combined sovereign immunity limits established by Section 537.610 R.S.Mo., except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. (e) Before commencing any work, the Contractor shall provide to the City certificates of insurance evidencing the issuance and maintenance in force of the coverages required by this paragraph 4. Each such certificate shall show the City, and such other governmental agencies as may be required by the City to be insured by underlying grant or contract relating to the Project, as an additional insured, and shall bear an endorsement precluding cancellation of or change in coverage without at least thirty (30) days written notice to the City. The City may waive any insurance coverages or amounts required by this paragraph 4 when the City deems such waiver to be in the interest of the public health, safety, and general welfare. (f) 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. (g) 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 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. NOTE: Paragraph (f) is construed to require the procurement of Contractor's protective insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy (or rider attached thereto) of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. 5. Contractor's Responsibility for Subcontractors. It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. 6. Liquidated Damages. The Contractor agrees and acknowledges that time is of the essence of this Agreement and that delay in the prosecution of the Work and the Project will inconvenience the public and increase administrative costs of the City, the costs of which the Contractor and the City are incapable of ascertaining at this time. Should the Contractor, or in the case of Contractor's default, the surety, fail to complete the Work within the time stipulated in this Agreement, or within such extension of time as may be allowed by the City in the manner set forth in the Contract Documents, the Contractor (or surety, as applicable) shall pay to the City as liquidated damages, and not as a penalty, the sum of Five Hundred Dollars ($500.00) for each calendar day that the Work remains uncompleted after the time allowed for the completion, including approved extensions. In the sole discretion of the City, the amount of the liquidated damages may be deducted from any money due the Contractor under this Agreement. Permitting the Contractor to finish the Work or any part thereof after the expiration of the time for completion or any approved extension, shall in no way operate as a waiver of the City of any of rights under this Contract. 7. Termination. The City reserves the right to terminate this contract by giving at least five (5) days prior written notice to Contractor, without prejudice to any other rights or remedies of the City should Contractor be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor should refuse or fail to make prompt payment to any person supplying labor or materials for the work under the contract, or persistently disregard instructions of the City or fail to observe or perform any provisions of the contract. 8. City's Right to Proceed. In the event this contract is terminated pursuant to Paragraph 7, then the City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, City ordinances, and state and federal laws. 9. Indemnity. To the fullest extent permitted by law, the Contractor agrees to defend with counsel selected by the City, and indemnify and hold harmless the City, its officers, engineers, representatives, agents and employees from and against any and all liabilities, damages, losses, claims or suit, including costs and attorneys' fees, for or on account of any kind of injury to person, bodily or otherwise, or death, or damage to or destruction of property, or money damages, or trespass, or any other circumstances, sustained by the City or others, arising from the Contractor's breach of the Contract or out of services or products provided by the Contractor or its subcontractors under the terms of this agreement. The Contractor shall not be liable for any loss or damage attributable solely to the negligence of the City. To the extent required to enforce this provision, the Contractor agrees that this indemnification requires the Contractor to obtain insurance in amounts specified in the Contract Documents and that the Contractor has had the opportunity to recover the costs of such insurance in the compensation set forth in this Agreement. In any and all claims against the City or any of its agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, this indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under workmen's compensation acts, disability benefit acts or other employee benefit acts. The Contractor shall reimburse to the City any costs and attorneys' fees that the City may reasonably incur in pursuit of any remedies at law or equity or enforcement of any rights established in this Contract, which may result from the Contractor's breach of the Contract, the Contractor's failure to perform any obligation or requirement contained herein, or the City's enforcement of this Contract. 10. 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 ensure the payment of all materials and labor used in the performance of this contract. 11. Supplies. The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062 RSMo 1994 as amended. Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the City. 12. Payment. The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Director of Public Works and in accordance with the rates and/or amounts stated in the bid of Contractor dated March 20, 2018 which are by reference made a part hereof. No partial payment to the Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this contract shall not exceed Sixty-Six Thousand, Nine Hundred Seventy Dollars ($66970.00). 13. Performance and Materialman's Bonds Required. Contractor shall provide a bond to the City before work is commenced, and no later than ten (10) days after the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment of amounts due to all suppliers of labor and materials, the payment of insurance premiums for workers compensation insurance and all other insurance called for under this contract, and the payment of the prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the City, and to be given by such company or companies as may be acceptable to the City in its sole and absolute discretion. The amount of the bond shall be equal to the Contractor's bid. 14. Knowledge of Local Conditions. Contractor hereby warrants that it has examined the location of the proposed work and the attached specifications and has fully considered such local conditions in making its bid herein. 15. Severability. If any section, subsection, sentence, or clause of this Contract shall be adjudged illegal, invalid, or unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not so adjudged. 16. Governing Law. The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri shall have jurisdiction over any dispute which arises under this contract, and each of the parties shall submit and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce this contract, the City shall be entitled to recover its attorney's fees and expenses incurred in such action. 17. 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. Drawing 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 attached hereto or repeated herein. 18. Complete Understanding, Merger. Parties agree that this document including those documents described in the section entitled "Contract Documents" represent the full and complete understanding of the parties. This contact includes only those goods and services specifically set out. This contract supersedes all prior contracts and understandings between the Contractor and the City. 19. Authorship and Enforcement. Parties agree that the production of this document was the joint effort of both parties and that the contract should not be construed as having been drafted by either party. 20. Amendments. This contract may not be modified, changed or altered by any oral promise or statement by whomsoever made; nor shall any modification of it be binding upon the City until such written modification shall have been approved in writing by an authorized officer of the City. Contractor acknowledges that the City may not be responsible for paying for changes or modifications that were not properly authorized. 21. Waiver of Breach . Failure to Exercise Rights and Waiver: Failure to insist upon strict compliance with any of the terms covenants or conditions herein shall not be deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more times be deemed a waiver or relinquishment at any other time or times by any right under the terms, covenants or conditions herein. 22. Assignment. Neither party may sell or assign its rights or responsibilities under the terms of this agreement without the express consent of the remaining party. 23. Nondiscrimination. Contractor agrees in the performance of this contract not to discriminate on the ground or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. 24. Illegal Immigration. Prior to commencement of the work: A. Contractor shall, by sworn affidavit and provision of documentation, affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. B. Contractor shall sign an affidavit affirming that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services Contractor agrees in the performance. C. If contractor is a sole proprietorship, partnership, or limited partnership, contractor shall provide proof of citizenship or lawful presence of the owner prior to issuance of the Notice to Proceed. 25. OSHA Training Prior to commencement of the work: A. Contractor shall provide a ten-hour Occupational Safety and Health Administration (OSHA) construction safety program for their on-site employees which includes a course in construction safety and health approved by OSHA or a similar program approved by the department which is at least as stringent as an approved OSHA program. B. All employees subject to this provision are required to complete the program within sixty days of beginning work on such construction project. C. Any employee, agent or subcontractor of the Contractor subject to this provision found on the worksite without documentation of the successful completion of the course shall be afforded twenty days to produce such documentation after which time they shall be removed from the project. D. If Contractor fails the provisions of subsection A, B, or C, the Contractor shall forfeit as a penalty two thousand five hundred dollars plus an additional one hundred dollars for each employee employed by the contractor or subcontractor, for each calendar day, or portion thereof, such employee is employed without the required training. The penalty shall not begin to accrue until the time period in subsections B or C, whichever is applicable, of this section have elapsed. E. The City shall withhold and retain from any amount due under the contract, all sums and amounts due and owing as a result of any violation of this section when making payments to the contractor under the contract. The contractor may withhold from any subcontractor, sufficient sums to cover any penalties the City has withheld from the contractor resulting from the subcontractor's failure to comply with the terms of this section. 26. Transient Employers. Every transient employer, as defined in section 285.230, RSMo, enclosed in the laws section, must post in a prominent and easily accessible place at the work site a clearly legible copy of the following: (1) The notice of registration for employer withholding issued to such transient employer by the director of revenue; (2) Proof of coverage for workers' compensation insurance or self-insurance signed by the transient employer and verified by the department of revenue through the records of the division of workers' compensation; and (3) The notice of registration for unemployment insurance issued to such transient employer by the division of employment security. Any transient employer failing to comply with these requirements shall, under section 285.234, RSMo, enclosed in the laws section, be liable for a penalty of$500 per day until the notices required by this section are posted as required by that statue. 27. Notices. All notices required to be in writing may be given by first class mail addressed to City of Jefferson, Department of Public Works, 320 East McCarty, Jefferson City, Missouri, 65101, and Contractor at 11667 County Rd 481, Tebbetts MO 65080. The date of delivery of any notice shall be the second full day after the day of its mailing. CITY OF JEFFERSON c. R Ci R Mayor: Carrie Ter i� Title: "6-7/4)eY 9 .r t7 �-ol K ,�-���,� /c'. zei1 Date: Date: ATTEST: ATTEST: Laatt// ''y Cler Title: APPROVED AS TO FORM: City Co - el. 1 6b96 SE8'E9Z :Xb'3 19E91, b9E.008 J0 9LS6 SE8'E9Z t3N0Hd 9Z LES IM 'apins�ue�� 'enIJ0 y,612' 9Z9Z cul 'sw:a.sas ti1a[ns LS � �ZIOH S • S HOREN/VEST Surety Services, Inc. �,t:;y+ r y �'4' -`y%P-'+"� t•'�u 5 'a a: s Y� a „ wk •lw ;�,� ,r,� ...:04,,,, 3 _ „,,,,-,4Aa-�' S+ �,t ry: L.i.:, t .kt�'6���'� aE'. A w� -f.�.. �+ �:. r q 7oc ” ..'fit �f . ' ,4 i{Y r 'e.y. w'Y� ,,.'r' ' " .r� y != k 2 < s<. �> :, j z- �.'t!.' `:s ro 1s+v z t 'i "mss X 4'1' J '� - ;:a i �1 ' ..i t. ,;- ' �' ;e'' ' r.' g A ix g �u„� a�Y ,��T'A ��{'fir � . 3 � �A' �" � ; ..� �+ � m u � 'ti" :w't'r .• ]f• � �y �:�,` '`•,.�P.1' �ti�"�p ,r • �+ '"w t .r 4d �t >w -+:.b t 4 t A. .. ',„,-;',,..„4"4-44,-.4' . ye �C�sAl •'.i ," _' a# ,;'.i`":iT,�"' `� :$`.":-.", %it ? ' 1'3F? ,'`., °t'l i Y tui ;r , x`t 5"`• ,' '� t A _r i:. "'Z''-' -§' j`� '. � sri� t t e. 4L„w e ` -� , ` �. !.. z ,g `, ,.' = ryl' RK g y '•';'''''1-4.!,; r y?ty n t y y' a"AM� '',': ` tfi `tr x y; ' a.i � j+ L t< -ry r �Sae�� ':''4,'''Y''':'` ''wc, { 4 -Y �... a c 9 a 'k {2 � a y P l`:. ��. t, ..hr�'' m § sx ', .<i .'. q ` gtcr� ; yam§ . ;�q. �+ �,,yy++ t .,`':-.;''t Rt`s a a;, a.: h v p,. y ,s%"r{^, �� Jia + M y ,� r`A > "� ,'.4 r:� �,�a"� "t s 5�7 '4 t ' v`, w �'�v; >' r t° ;:4+ . rz t Y e'`f• ;.r n 4 4 t.: w+ ` ,t 4:11 4,, ) rt t" fy ! t, s £ F? 4 ar, r 4 e o �r i y ' a'! � '1. ,I t s� fir?ak F'..y�� s. �`�+�1,��, Ia�^+rr�, �, x: .. r r sy� �w n#.�. q '! �.�.r 1 y w ,j.;e :H k �v s: .�ii �r 1y � 7 � 't. '�'s! + r x�.J'lc i 1 ,X1A t sh); ! .,�' \ t �: K "�.� C -s � ,r�.'§{:.h 2" -`� { �'�.N '' ac. � x .�Fts T rr sz �" r � • x t{-'� � i'.4.,h; .:'--':::.%0 ur.� ��y�� $a tM• �.,w"$ 'kt.,i' +' ,at i';.7.'-,-,-.6.- ,, -§ ,.i3 ?n 19,,,t1--4. § .k,y,', r' ' ''.;,..c k ,,,'' ',4,_, Y} i ,% :-,*a, r°! x a.'.� x. : }t"'e" t w, i t} . Z". i -',� ,°' Y'S, c am- a. M ,ti t5„ .Sq_b 6'$J - , t a 4 t k.4 '''',. -- ,e k ': .. }.+',..,1,:, :,c ,', R 'y� .,..4*.., .4 `.,--i!,„-,,,-.;,.• ,b,�w„ y j? �. Sba.�r: .".'n"' z�k �,�.�+� �� '�:�� �, $ ���'�'�,° Y�" c�av�s� '�ri'�r s� y �3* ��`v�..�� i,x? ,w� ._..4'...1r,-�-�-.. _ :� - . :� �A. _ _ - . . - •�* "-rte-. ., .;�. 'n. -4 Rti' t • .,ae � ,F • ' � �•r� '",-‘).,'4',..1.,,,,"4',4,x, ' .�-z t > ; ve � ,,�R} T #„i,,,,,„r a�'T# � r� ,�. k is 'ir �' 4x'Y'+ � �t �§ j fi :ip."4 �, ls kY. *� ,7Ja� �i r; ...;-..$.,,,,,,t4..-4,..7:,..,,,,,,, i2h -.,�',�7 r't } .y.x."9 'yt`4=. ,y3 ya lY .�,Rf�' r 'Yr^ t a�.:�- y(�.r�a.yn ir�R � 2�C ��SJ+�'.� a �` 4 .f 'u„ Jt 2..,,'.:^11;',i71,4,'.274.,.:."'".- a�,k y�r9S>ry, �' K, k eF�.�”. %1 a`71� R {t t,. „§ ,K ,'•irk a,; TWi ; X 4T. 'NR 3 wFJ Y., �' J Tfi aS" ," 'S,tT' St£f 9 . Y��4' t'Y' 3,�. li.': SAS jf � � t ' ,y . 5 ar ry e .t'- F �s � x� ti r Ar �4 y,r � � �' �5A F ���' .� r�>� �.,r� :�a� �� .f � � � '+J '1.4 t� ';'''S-,k r .�s^'"r.� '�'°�}°�$ � p'w a t 7's� J a 1 * r r£'f �. me (.,;'"'.1i,':,''''''', a N :Pia r X � S�i`. '+,rx"t6 rir?'a5is d'46,''',?:1:y. - '. ,;A k rL� , ,_- r7 a r£ T t §# p}1>'�`ti*ma k te +t�r 'b ': ,r,h - 11., ri r': /41,,,,,,,,,-..Z.,* sfi''t:ii ,.',.*,',",';:i;,$.::‘,;1').:,,,; �„c� i"i,- , hi r %Z y:•t ay Y: !, "`'`,€u ' � s4 F .'''.'�. ''.• '',,,,i'.• • ,.'.e&-,-&;',..- rs�c w ' i'-'!". ' §•c'5i't 3 tr } s s •a a ham;,,,rf `s >,3f„'� :Ct�t�q ,i • � w z--:,,,,-`,...i.„1 x � ' x` << ° Lc si,• s�a.te e -�';,,,C'--,',. a r`v�ty�' Y' t ' 4 4 tj ,F t 2a e -, r 2 ;y b s p� EY „ t ''''';'-';';''''.1":4-,r-:-.:' r a ° fi .r .6i a. t ti n '.1' 4 \ y t �+�. ''£fid''. 3' �' %`-w 'S �� a 1 r £'_ } s >' • a iS 4F e a: • §c- S '' a-'77', f } ''s ?� w s i s..%,','Y„:4141.;;:, �„�r s r � " s,i „ : t ,♦<:::4;:;....:'',.:''''''',11;;I:.'-*.' 1''yyy. z ','''''''t • .,�. -E' •E � J rs'24::::1%'':;;'' r, � � r c r r! � a a ,#+ 1 t s a'• +. q '!' :t X 2 c S '''',::',.;':.&''.:11,,,,,y KMt. . � a. t ! - �, } 2} ' ` .w .4 a" §� r d''4 • a S f• i ' ,rk0. d 5 f f{<{. � i :.; H u - T " y t -I sr iia 2 '''''''''''5;,.i.-V.,:' r 'r s ,� • ,..,..:,,..,''I.,::%;'''',?;-,+4,:,.,,,:.,_ ,cam u 1 -, b, r ,'-'-it,''', ..; yii,,Er :' 1:. St R 4. Y 1 r �f, P, .a., x :4t1'Y N«- r A r k t t :#1:i{ r '',.."...‘'`;'#';,%-,,-:',4 3 pis ry' 4 a''CjQ`{q.�w'r'�t }A.,-fir ,...!,,,:; -.14'f.;:.'4,:. i 2�k wf�'" y, .J£ :r 1e �� r 4 ±% rJST.f:?.3.a� p,� 'yyc"Y. .1 Bond No.NMO 3458 PERFORMANCE, PAYMENT AND GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Jeffries Electrical Services,Inc. hereinafter, referred to as "Contractor" and Merchants National Bonding,Inc. a Corporation organized under the laws of the State of Iowa and authorized to transact business in the State of Missouri as Surety, are held and firmly bound unto the City of Jefferson City hereinafter referred to as "Owner" in the penal sum of Sixty Six Thousand Nine Hundred Seventy and 00/100-- DOLLARS ($ 66,970.00 ), lawful money of the United States of America for the payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; WHEREAS, the above bounded Contractor has on the 16th day of April , 20 18 . entered into a written contract with the aforesaid Owner for furnishing all materials, equipment, tools, superintendence, labor, and other facilities and accessories, for the construction of certain improvements as designated, defined and described in the said Contract and the Conditions thereof, and in accordance with the specifications and plans therefore; a copy of said Contract being attached hereto and made a part hereof: NOW THEREFORE; if the said Contractor shall and will, in all particulars, well, duly and faithfully observe, perform and abide by each and every covenant, condition, and part of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law and other Contract Documents thereto attached or, by reference, made a part thereof, according to the true intent and meaning in each case, and if said contractor shall replace all defective parts, material and workmanship for a period of one year after acceptance by the Owner, then this obligation shall be and become null and void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if the said Contractor fails to duly pay for any labor, materials. sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to be done, the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with interest as provided by law: PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract, or the work to be performed thereunder, or the specifications accompanying 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 an act or omission, in any amount not exceeding the amount of this obligation together with interest as provided by law: IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the said Surety has caused these presents to be executed in its name, and its corporate seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at Franksville,WI on this the 16th day of April , 20 18 Jeffries Electrical Services,Inc. Merchants National Bonding,Inc. SURETY COMPANY CONTRACTOR BY (SEAL) BY (SEAL) Todd Schaap,Attorney-in-Fact BY , ,. / (SEAL) BY (SEAL) Aattsi • (State Representative) (Accompany this bond with Attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) g , . . M E RC HANT`.4 BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Eric Olson;Kimberly Rasch;Thomas 0 Chambers;Todd Schaap their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of MerchantsNational Bonding,Inc.,on October 16,2015. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 6th day of April , 2017 . PO '' °• MERCHANTS BONDING COMPANY(MUTUAL) co.c, Rqr,•. ., •�o. oRPOR9.;.' •• MERCHANTS NATIONAL BONDING, Ez :%'• 2003 0': ••a; 1933' : By ;s. ly /(71"41 • `'" • ' ;' • President STATE OF IOWA ••••"•`�•• •• COUNTY OF DALLAS ss. On this this 6th day of April 2017 , before me appeared Larry Taylor,to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. 9.1 ALICIA K.GRAM i t''� Commission Number 767430 My Commission Expires i vvN April 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 16th day of April ,2018 :�.y?OSP R'i.Y. 44 O \�POgpgy� :2 2003 :7 • 1933 :c Secretary •�•: . • • .% µ \bac: POA 0018 (3/17) ""•" STATE OF WISCONSIN ) COUNTY OF Kenosha ) ON THIS 16th day of April , 2018 , before me, a notary public,within and for said County and State,personally appeared Todd Schaap to me personally known, who being duly sworn, upon oath did say that he is the Attorney-in-Fact of and for the Merchants National Bonding, Inc. , a corporation of Iowa , created, organized and existing under and by virtue of the laws of the State of Iowa ; that the corporate seal affixed to the foregoing within instrument is the seal of the said Company; that the seal was affixed and the said instrument was executed by authority of its Board of Directors; and the said Todd Schaap did acknowledge that he/she executed the said instrument as the free act and deed of said Company. 64A �j s '" Kimberly hfill I \p�.( PU, Notary Public,Kenosha Wisc. Gin My Commission Expir 1 2022 fit. * KIM�gSCN S. h4111 OF 14 `S' GENERAL PROVISIONS FORWARD The following Articles GP-1 through GP-47 are "General Provisions of the Contract", modified as set forth in the Special Provisions. GP-1 CONTRACT DOCUMENTS It is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders, General Provisions, Special Provisions, Bid, Contract, Performance and One Year Guarantee Bond, Specifications, other documents listed in the Table of Contents and bound in this Volume. Plans, all Addenda thereto issued prior to the time of opening bids for the work, all of which are hereto attached, and other drawings, specifications, and engineering data which may be furnished by the Contractor and approved by the Owner, together with such additional drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the intent of the specifications and drawings, are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the Documents is to include the furnishing of all materials, labor, tools, equipment and supplies necessary for constructing complete and ready to use the work specified. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. The Contract shall be executed in the State and County where the Owner is located. Three (3) copies of the contract documents shall be prepared by the Contractor, each containing an exact copy of the Contractor's bid as submitted, the Performance Bond properly executed, a Statutory Bond where required, and the contract agreement signed by both parties thereto. These executed contract documents shall be filed as follows: One (1) with the City Clerk of the City of Jefferson One (1)with the Jefferson City Director of Public Works One (1)with the Contractor GP-2 DEFINITIONS Wherever any work or expression defined in this article, or pronoun used in its stead, occurs in these contract documents, it shall have and is mutually understood to have the meaning herein given: 1. "Contract" or"Contract Documents" shall include all of the documents enumerated in the previous article. 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. Generally this will be the"City of Jefferson". 3. "Contractor" or the words "Party of the Second Part" shall mean the party entering into contract for the performance of the work covered by this contract and his duly authorized agents or legal representatives. 4. "Subcontractors" shall mean and refer to a corporation, partnership, or individual 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 Division Director). 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" or words equivalent thereto, shall mean the date upon which the successful bidder's proposal is accepted by the City. 8. "Day" or"days", unless herein otherwise expressly defined, shall mean a calendar day or days of twenty-four hours each. 9. "The work" shall mean the work to be done and the equipment, supplies and materials to be furnished under this contract, unless some other meaning is indicated by the context. 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 approved by the Engineer, and all drawings submitted by the City to the Contractor during the progress of the work, as provided for herein. 11. Whenever in these contract documents the words "as directed", "as required", "as permitted", "as allowed", or words or phrases of like import are used, it shall be understood that the direction, requirement, permission, or allowance of the City and 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. 14. "Missouri Highway Specifications" shall mean the latest edition of the"Missouri Standard Specifications for Highway Construction" prepared by the Missouri Highway and Transportation Commission and published before the date of this contract. 15. "Consultant" shall mean the firm, company, individual, or its/his/her duly authorized representative(s) under separate agreement with the City of Jefferson that prepared the plans, specifications, and other such documents for the work covered by this contract. GP-3 THE CONTRACTOR It is understood and agreed that the Contractor, has by careful examination satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any 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 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. Any plan or method of work suggested by the Engineer, or other representative of the City, to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor; and the Engineer and the City will assume no responsibility therefore. 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 completion of the work in strict accordance with the terms and intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might in any manner become a claim against the City; (c) for the payment to the City of all sums due or which may become due by the terms of the contract, as well as by reason of any violation thereof by the Contractor; and for a period of one year from and immediately following the acceptance of the completed project by the City, the payment to the City of all damage loss and expense which may occur to the City by reason of defective materials used, or by reason of defective or improper workmanship done, in the furnishing of materials, labor, and equipment in the performance of the said contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the property sureties through a company licensed and qualified to operate in the state and approved by the City. Bond shall be signed by an agent resident in the state and date of bond shall be the date of execution of the contract. If at any time during the continuance of the contract the surety on the Contractor's bond becomes irresponsible, the City shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the City within ten (10) days after notice to do so. In default thereof, the contract may be suspended, all payments or money due the Contractor withheld, and the contract completed as hereinafter provided. GP-6 INSURANCE GP-6.1 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 enumerated herein. All policies shall be in the amounts, form and companies satisfactory to the City as set forth in the Construction Contract. The insuring company shall deliver to the City certificates of all insurance required, signed by an authorized representative and stating that all provisions of the following specified requirements are complied with. All certificates of insurance required herein shall state that ten (10) days written notice will be given to the City before the policy is canceled or changed. All certifications of insurance shall be delivered to the City prior to the time that any operations under this contract are started. All of said Contractor's certificates of insurance shall be written in an insurance company authorized to do business in the State of Missouri. GP-6.2 EXCLUSIONS The requirements 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-6.3 INSTALLATION FLOATER INSURANCE This insurance shall insure and protect the Contractor and the City from all insurable risks of physical loss or damage to materials and equipment, not otherwise covered under Builder's Risk Insurance, when in warehouses or storage areas, during installation, during testing and until the work is accepted. It shall be of the "All Risks"type, with coverage designed for the circumstances which may occur in the particular work included in this contract. The coverage shall be for an amount not less than the value of the work at completion, less the value of the material and equipment insured under Builder's Risk Insurance. The value shall include the aggregate value of the City-furnished equipment and materials to be erected or installed by the Contractor not otherwise insured under Builder's Risk Insurance. Installation Floater Insurance shall also provide for losses, if any, to be adjusted with and made payable to the Contractor and the City as their interests may appear. If the aggregate value of the City-furnished and Contractor-furnished equipment is less than $10,000 such equipment may be covered under Builder's Risk Insurance, and if so covered, this Installation Floater Insurance may be omitted. GP-6.4 CONTRACTOR'S RESPONSIBILITY FOR OTHER LOSSES For the considerations in this agreement heretofore stated, in addition to Contractor's other obligations, the Contractor assumes full responsibility for all loss or damage from any cause whatsoever to any tools owned by the mechanics, any tool machinery, equipment, or motor vehicles owned or rented by the Contractor's, his agents, sub-contractors, material men or his or their employees; to sheds or other temporary structures, scaffolding and staging, protective fences, bridges and sidewalk hooks. The Contractor shall also assume responsibility for all loss or damage caused by, arising out of or incident to larceny, theft, or any cause whatsoever(except as hereinbefore provided) to the structure on which the work of this contract and any modifications, alterations, enlargements thereto, is to be done, and to materials and labor connected or to be used as a part of the permanent materials, and supplies necessary to the work. GP-6.5 CONTRACTOR'S RESPONSIBILITY ON DAMAGES & CLAIMS INDEMNIFYING CITY The Contractor shall indemnify and save harmless the City and Engineer and their officers and agents, of and from all losses, damages, costs, expenses,judgments, or decrees whatever arising out of action or suit that may be brought against the City or Engineer or any officer or agent of either of them, for or on account of the failure, omission, or neglect of the Contractor to do and perform any of the covenants, acts, matters, or things by this contract undertaken to be done or performed, or for the injury, death or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors, workmen, material men, or suppliers of machinery and parts thereof, equipment, power tools and supplies incurred in the fulfillment of this contract. GP-6.7 NOTIFICATION 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 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-8 SUBCONTRACTS, PRINCIPAL MATERIALS & EQUIPMENT Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of the principal items of materials and equipment which he proposes to use in the construction of the project. The Contractor agrees that he is as fully responsible to the City for the acts and omissions of his subcontractors and of person either directly or indirectly employed by them as he is for the acts and omissions or persons directly employed by him. Any notices to the 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. 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. 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 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 OF SPECIFICATIONS AND PLANS GP-12.1 GENERAL These Specifications and Project Plans are intended to supplement, but not necessarily duplicate each other, and together constitute one complete set of Specifications and Plans so that any work exhibited in the one and not in the other, shall be executed just as if it has been set forth in both, in order that the work shall be completed according to the complete design of the Engineer. 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 TO GOVERN 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. GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES The Contractor shall check all dimensions, elevations and quantities shown on the plans, and schedules given to him by the Engineer, and shall notify the Engineer of any discrepancy between the plans and the conditions on the ground, or any error or omission in plans, or in the layout as given by stakes, points, or instructions, which he may discover in the course of the work. The Contractor will not be allowed to take advantage of any 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. GP-12.4 STANDARD SPECIFICATIONS Reference to standard specifications of any technical society, organization or association, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically 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 Subcontractors and no supervision of the construction activities or responsibility for their safety. The sold duty of the Project Representative during the construction is to the City to endeavor to protect against defects and deficiencies in the work. The Contractor shall regard and obey the directions and instructions of the Construction Representative so appointed, when the same are consistent with the obligations of this contract and the specifications therefor, provided, however, that should the Contractor object to any order given by the Construction Representative, the Contractor may make written appeal to the Engineer for his decision. 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 so ordered by the Engineer, without reference to any previous oversight in observation of work. Any defective material or workmanship may be rejected by the Engineer at any time before the final acceptance of the work, even though the same may have been previously overlooked and estimated for payment. The Construction Representative shall have no authority to permit any deviation from the plans and specifications except on written order from the Engineer, and the Contractor will be liable for any deviation except on such written order. All condemned work shall be promptly taken out and replaced by satisfactory work, and all condemned materials shall be promptly removed from the vicinity of the work. Should the Contractor fail or refuse to comply with instructions in this respect the City may, upon certification by the Engineer, withhold payment or proceed to terminate contracts as herein provided. Reexamination of questioned work may be ordered by the Engineer, and if so ordered the work must be uncovered by the Contractor. If such work be done in accordance with the Contract 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. 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. The Contractor shall notify the Department of Public Works not less than 48 hours before stakes are required. No claims shall be made because of delays if the contractors fail to give such notice. The Contractor shall carefully preserve stakes and bench marks. If such stakes and bench mark become damaged, lost, displaced, or removed by the Contractor, they shall be reset at his expense and deducted from the payment for the work. Any work done without being properly located and established by base lines, offset stakes, bench marks, or other basic reference points checked by the Construction Representative may be ordered removed and replaced at the Contractor's expense. GP-15 CONTRACTOR'S RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for the condition of all materials furnished by him, and he shall replace at his own cost and expense any and all such material found to be defective in design or manufacture, or which has been damaged after delivery. This includes the furnishing of all materials and labor required for replacement of any installed materials which is found to be defective at any time prior to the expiration of one year from the date of final payment. The manufacturer of pipe for use on this project shall certify in writing to the City that all materials furnished for use in this project do conform to these specifications. Whenever standard tests are conducted, he shall forward a copy of the test results to the City. GP-16 WATER All water required for and in connection with the work to be performed shall be provided by the Contractor at his sole cost and expense. GP-17 POWER All power for lighting, operation of the Contractor's plant or equipment or for any other use by the Contractor, shall be provided by the Contractor at his sole cost and expense. GP-18 SUPERINTENDENCE AND WORKMANSHIP 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 latest edition of 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. GP-20 BARRICADES AND LIGHTS All streets, roads, highways, and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations shall be provided with suitable barriers, signs, and lights to the extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used for this purpose shall be kept burning from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be so placed, and the work at all times shall be so conducted, as to cause the minimum obstruction and inconvenience to the traveling public. All barricades, signs, lights and other protective devices shall be installed and maintained in conformity with applicable statutory requirements, and in conformance with the Manual of Uniform Traffic Control Devices. All necessary barricades, signs, lights and other protective devices will be furnished, installed and maintained by the Contractor. This work shall be subsidiary to the construction and no direct payment will be made for it. GP-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES 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 structures by contacting owners of underground utilities and by prospecting in advance of the excavation. Any delays to the Contractor caused by pipe lines or other underground structures or obstructions not shown by 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 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 be fully responsible for the protection of all persons including members of the public, employees of the City and employees of other contractors or subcontractors and all public and private property including structures, sewers and utilities above and below ground, along, beneath, above, across or near the site or sites of the work, or other persons or property which are in any manner affected by the prosecution of the work. The Contractor shall furnish and maintain all necessary safety equipment such as barriers, signs, warning lights and guards as required to provide adequate protection or persons and property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance of the work, and shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utilities. 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 The Contractor hereby guarantees the work in connection with this contract against faulty materials or poor workmanship during the period of one (1) year after the date of completion of the contract. GP-24 NO 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 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. Except for adjustments of estimated quantities for unit price work or materials to conform to actual pay quantities therefor as may be provided for in the Special Conditions, all changes and alterations in the terms or scope of the Contract shall be made under the authority of duly executed change orders issued and signed by the Owner and accepted and signed by the Contractor. All work increasing the cost shall be done as authorized by the Owner and ordered in writing by the Engineer, which order shall state the location, character, amount, and method of compensation. No additional or changed work shall be made unless in pursuance of such written order by the Engineer, and no claim for an addition to the Contract sum shall be valid unless so ordered. If the modification or alteration increases the amount of work to be done, and the added work or any part thereof is of a type and character which can be properly and fairly classified under one or more unit price items of the Proposal, then such added work or part 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. 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. Statements for extra work shall be rendered by the Contractor not later than fifteen (15) days after the completion of each assignment of extra work and if found correct will be approved by the Engineer and submitted for payment with the next regular monthly estimate. The Owner reserves the right to contract with any person or firm other than the Contractor for any or all extra work. The Contractor's attention is especially called to the fact that he shall be entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. Extra Work: (a) The term "Extra Work" shall be understood to mean and include all work that may be required to accomplish any change or alteration in or addition to the work shown by the 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-26. (b) The Contractor shall perform all extra work under the direction of the Engineer when authorized by the Owner. The compensation to be paid the Contractor for performing extra work shall be determined by one or more of the following methods: 1. Method A: By agreed unit price 2. Method B: By agreed lump sum 3. Method C: If neither Method A nor B can be agreed upon before the work is started, then the work shall be by force account as per Section 109, Measurement and Payment, of the Missouri Standard Specification for Highway Construction, as published by the Missouri State Highway and Transportation Commission. 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 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 for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Engineer, or otherwise be 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 five (5) days written notice, terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever method he may deem expedient. In such case, no further payment will be made the Contractor until the work is finished. If the unpaid balance of the contract price shall exceed the expense of finishing the work, including 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 five (5) days written notice to the Owner and the Engineer, stop work or terminate his contract and recover from the Owner payment for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages. GP-31 LOSSES FROM NATURAL CAUSES All loss or damage arising out of the nature of the work to be done, of from the action of the elements, or from floods or overflows, or from ground water, or from any unusual obstruction of difficulty, or any other natural or existing circumstances either known or unforeseen, which may be encountered in the prosecution of the said work, shall be sustained and borne by the Contractor at his own cost and expense. 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 CONDITIONS During unfavorable weather, wet ground, or other suitable construction conditions, the Contractor shall confine his operations to work which will not be affected adversely thereby. 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. GP-34 MATERIALS AND EQUIPMENT Unless specifically provided otherwise in each case, all materials and equipment furnished for permanent installation in the work shall be new, unused, and undamaged when installed or otherwise incorporation in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized by the Engineer in each case. GP-35 DEFENSE OF SUITS In case any action at law or suit in equity is brought against the City or any officer or agent of them for or on account of the failure, omission, or neglect of the Contractor to do and perform any of the covenants, acts, matters, or things by this contract undertaken to be done or performed, or for the injury or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors, workmen, material men, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in the fulfillment of this contract, the Contractor shall indemnify and save harmless the City and their officers and agents, of and from all losses, damages, costs, expenses, judgments, or decrees whatever arising out of such action or suit that may be brought as aforesaid. GP-36 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 by unforeseen conditions or events discovered or occurring during the progress of the work. GP-37 CONTRACT TIME The time for the completion of the work is specified and it is an essential part of the contract. The Contractor will not be entitled to any extension of contract time because of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. If the time for the completion of the work is based upon working days, this time will be specified in the contract. A working day is defined as any day when, in the judgment of the Engineer, soil and weather conditions are such as would permit any then major operation of the project for six (6) hours or over unless other unavoidable conditions prevent the Contractor's operation. 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-38 CONTRACT TIME EXTENSION 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-39 LIQUIDATED DAMAGES Time is an essential element of the contract and it is therefore important that the work be pressed vigorously to completion. Should the Contractor or in case of default the surety fail to complete the work within the time specified in the contract, or within such extra time as may be allowed in the manner set out in the preceding sections, a deduction of an amount as set out in the contract will be made for each day and every calendar day that such contract remains uncompleted after the time allowed for the completion. The said amount set out in the proposal is hereby agreed upon, not as a penalty but as liquidated damages for loss to the City and the public, after the expiration of the time stipulated in the contract, and will be deducted from any money due the Contractor under the contract, and the Contractor and his surety shall be liable for any and all liquidated damages. Permitting the Contractor to continue and finish the work or any part of it after the expiration of the specified time, or after any extension of the time, shall in no way operate as a waiver on the part of the City or any of its rights under the contract. GP-40 MEASUREMENT AND PAYMENT (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. (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. (d) PARTIAL PAYMENT Partial payment will be made on a monthly basis. The payment shall be based on the work that has been found generally acceptable under the contract by the 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 an Affidavit of Compliance with Prevailing Wage Law on prescribed form attached to the back of these contract documents. GP-41 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 neglect of the Owner or of any person relating to or affecting the work. GP-42 CERTIFICATIONS GP-42.1 All suppliers of materials such as drainage pipe or handrail and all suppliers of asphaltic concrete or portland cement concrete mixtures shall certify in writing that the product as supplied conforms fully with these specifications. Such certification shall be delivered in triplicate to the Department of Public Works at least 24 hours before the product is to be used on the project. GP-42.2 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-43 LOCAL PREFERENCE In making purchases or in letting contracts for the performance of any job or service, the purchasing agent shall give preference to all firms, corporations or individuals which maintain offices or places of business within the corporate limits of the City of Jefferson, when the quality of the commodity or performance promised is equal or better and the price quoted is the same or less. GP-44 PREFERENCE FOR U.S. MANUFACTURED 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 requesting the contractor to use American products in the performance of the contract. GP-45 AWARD OF CONTRACT- REJECTION OF BIDS All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all subcontractors and suppliers who the contractor intends to use on the project. Compliance with this requirement and the Minority Business Enterprise Program shall be a consideration for award of this contract. The contract will be awarded to the lowest and best responsible bidder on the base bid proposal, complying with the conditions of the Advertisement for bids and Specifications, providing the bid is reasonable and it is in the interest of the City of Jefferson, Missouri to accept same. The bidder to whom an award is made will be notified at the earliest possible date. The City of Jefferson, however, reserves the right to reject any and all bids and to waive all informalities in bids received whenever such rejection or waiver is in their interest. GP-46 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORKS' CONTRACTS LAW Upon completion of project and prior to final payment, each contractor and subcontractor hereunder shall file with the City of Jefferson, Missouri, Department of Public Works, an affidavit stating that the contractor or subcontractor has fully complied with the provisions and requirements of Section 290.290, RSMo (1994 as amended), an act relating to public works contracts. The City of Jefferson shall not issue a final payment until such affidavit is filed. GP-47 LIABILITY FOR COMPLIANCE WITH PUBLIC WORKS CONTRACTS LAW 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 (1994 as amended), 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. END OF GENERAL PROVISIONS SPECIAL PROVISIONS FORWARD: The provisions of this section take precedence over any other provisions in these specifications. SP-1 PARTIAL ACCEPTANCE OF BID The City reserves the right to accept any part or the entire bid for the project. SP-2 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. The work schedule specified in Section IB-23 of the Information for Bidders will be submitted at the conference. SP-3 PREVAILING WAGE LAW Bidders are hereby advised that compliance with the Prevailing Wage Law, Section 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, is a requirement of this contract. (Reference Section IB-20) Section 290.265 requires that a clearly legible statement of all prevailing hourly wage rates should be kept posted in a prominent and easily accessible place at the site by each contractor and subcontractor engaged in public works projects, and that such notice shall remain posted during the full time. - SP-4 PROOF OF INSURANCE All certificates of insurance provided for this project shall be insured directly from the company affording coverage. Certification from a local agent in 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-5 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-6 UTILITIES The Contractor shall expose all utility crossings to establish location and depths prior to construction. SP-7 TECHNICAL SPECIFICATIONS AND DETAILS The Technical Specifications shall consist of the following: 26 01 00 Electric Work— General 26 05 00 Common Work Results for Electrical 26 05 20 Electric Wires and Cables 26 05 33 Raceways and Boxes for Electrical Systems 26 32 00 Generator 26 32 23 Automatic Transfer Switch The details shall be as presented and noted in the project drawings labeled as follows: CV Cover Sheet, Drawing Index El Power Plan SP-8 ELECTRICAL POWER TO THE BUILDING Contractor is to coordinate with maintenance staff for any electrical power interruptions. SP-9 BUILDING WILL BE OCCUPIED The contractor is made aware that the building will be occupied during the construction of this project. Normal business hours are 6:30 a.m. to 4:00 p.m. The contractor shall undertake the work so as to limit impact on the employees working in the area. This shall include the minimization of the contractor's footprint and noise level. The City will work with the contractor to temporally relocate personal if necessary for the proposed construction. SP-10 MEASUREMENT AND PAYMENT Item No. 1 — Install New Generator at 2320 Hyde Park Road This item shall consist of all personnel, work, and materials to provide a fully functional standby electrical power system as drawn and specified. The work provided herein will not be measured for payment, but will be considered a lump sum unit and will be paid at the lump sum bid price. CERTIFICATION PAGE Project Title City of Jefferson Hyde Park Maintenance Facility - Standby Power Jefferson City, Missouri - Cole County Project# 404-053.003 The following drawings and specifications have been prepared by me or under my direct supervision: Drawings: Specifications: ELECTRICAL 26 01 00 Electric Work-General CV COVER SHEET, DRAWING INDEX 26 05 00 Common Work Results for Electrical El POWER PLAN 26 05 20 Electric Wires and Cables 26 05 33 Raceways and Boxes for Electrical Systems 26 32 00 Generator 26 32 23 Automatic Transfer Switch P% ��,•Q 1-` , J`s'it a ®e. non x �0 Pi 0 v >� /� E t . Name and license: Roger Linneman, P.E. # PE-2002017819 AS THE PROFESSIONAL WHOSE SIGNATURE AND PERSONAL SEAL APPEAR HEREWITH,I AFFIRM THAT THESE DOCUMENTS LISTED ABOVE WERE PREPARED BY ME,OR UNDER MY SUPERVISION,AND DISCLAIM(PURSUANT TO SECTION 327.411 RSMO)ANY RESPONSIBILITY FOR ALL OTHER PLANS,SPECIFICATIONS,ESTIMATES,REPORTS,OR OTHER DOCUMENTS OR INSTRUMENTS NOT SEALED BY ME AND WHICH RELATE TO OR ARE INTENDED TO BE USED FOR ANY PART OR PARTS OF THE PROJECT.THIS STATEMENT APPLIES TO ALL DOCUMENTS LISTED ABOVE AND ANY ADDENDA ISSUED TO THE ABOVE. DIVISION 26 - ELECTRICAL SECTION 260100- ELECTRICAL WORK—GENERAL PART 1 -GENERAL 1.01 DESCRIPTION: A. Provide complete and operational systems for electric power systems, grounding systems and other specified systems, including the installation and wiring of miscellaneous equipment and devices. Perform all work and testing as indicated and specified. 1. Provide conduit, wiring and connections for power, control, instrumentation and alarms for equipment furnished by others unless otherwise specified and indicated. 2. Provide temporary circuits, overcurrent devices, conduit and wiring, and other equipment required during construction and change-over from existing to proposed electric system. Coordinate all work with the Owner. 3. Provide electrical system studies including a short circuit and protective device coordination study and an arc-flash study for the electrical distribution system constructed under this contract. 4. Install all raceways and equipment to meet the seismic design criteria of Section 01 41 20. Raceways supports and equipment anchoring shall be provided as specified in the Division 26 sections which form a part of the Contract Documents. 5. The equipment enclosure classifications are indicated on the drawings, or specifications. Provide all equipment, devices and material meeting the requirements for these area classifications unless otherwise noted or specified. 1.02 REFERENCES: A. National Fire Protection Association (NFPA): 1. 70: National Electrical Code (NEC). 1.03 SEQUENCING AND SCHEDULING: A. Coordinate electrical equipment installation with other project components. B. Sequence, coordinate and integrate the installation of electrical materials and equipment for efficient flow of the work. 1.04 QUALITY ASSURANCE: A. Provide in accordance with Section 01 43 00 and as specified. B. Install electrical work in conformance with latest rules and requirements of National Fire Protection Association Standard No. 70 (National Electrical Code) and in accordance with requirements of State and Local Codes. ELECTRICAL WORK GENERAL 260100-1 1.05 QUALIFICATIONS OF ELECTRICAL CONTRACTOR A. The Electrical Contractor shall have been engaged in work of a similar nature to this contract for the past 5 years. 1.06 SUBMITTALS: A. Submit the following in accordance with Section 01 33 00: 1. The following defines a minimum for all Division 26 shop drawing and data submittals: a. Submit shop drawings delineated by specification number with all information for one piece of equipment provided as one package. b. Partial submittals will be returned without action. c. Submit bills of material: Include a numbered list of all components, with manufacturer's name, catalog number, rating, and other identification. Place item number or similar identification on all other drawings where item appears. d. Submittal shall include: (1) Manufacturer's drawings (2) Panel layout (3) Equipment layout (4) Schematic diagram (5) One line diagram (6) Control sequence diagrams (7) Interconnection diagrams (8) Wiring diagrams (9) Catalog data e. Submit only completed drawings showing all local and remote devices associated with each item. f. Mark shop drawings and data submitted showing only items applicable to specific contract. g. Where additions and modifications are made to existing equipment, provide drawings which include both retained existing equipment and new work. h. Submit time-current characteristic curves for all submitted protection devices such as circuit breakers and fuses. i. Submit other documentary or descriptive information as required for each assembly to demonstrate compliance with the applicable contract documents. ELECTRICAL WORK GENERAL 260510-2 2. Shop drawings and data are required for the following list: a. Starting Equipment Data List -Submit blank list initially to verify acceptable format. Submit final list at completion of the project. b. Conduit and Fittings c. Wire and Cable d. Grounding Equipment and Devices e. Enclosures f. Control Panels g. Safety Switches 1.07 NAMEPLATES AND LABELING: A. Provide nameplates on major items of electrical equipment and major components, i.e., panelboards, starters, safety switches, motor control centers, transformers, equipment enclosures, switchgear, switchboards, motors, control power transformers, control devices, instrument transformers. Nameplate legend shall match equipment designations on construction documents and shall include the required minimum Ampere Interrupting Rating for the equipment. B. Identification nameplates shall be made of laminated plastic in accordance with ASTM D 709 with black outer layers and a white core. Edges shall be chamfered. Fasten nameplates with black-finished round-head drive screws. 1.08 INTERFERENCE AND ERRONEOUS LOCATIONS: A. Locations of electrical equipment, devices, and similar items, as indicated, are approximate only. Exact locations shall be determined during construction. B. Verify in field, all data and final locations of work installed under other sections of specifications, required for placing of electrical work. C. In case of interference with other work or erroneous locations with respect to equipment or structures, furnish all labor and materials to complete the work. 1.09 APPROVAL AND MARKING EQUIPMENT: A. Insure that devices and materials are listed and/or labeled by UL, wherever standards have been established by that organization. Where a UL listing is not available for equipment, submit certified test reports of a Nationally Recognized Testing Laboratory (NRTL), approved by the local inspecting authority, indicating that equipment is in conformance with local code requirements or any other applicable requirements. Tests and inspections for approval of equipment shall be performed at no additional cost to Owner. B. Clearly mark equipment, devices and material with name or trademark of manufacturer and rating in volts and amperes and other pertinent information on a nameplate. ELECTRICAL WORK GENERAL 260510-3 1.10 EXISTING ELECTRIC SERVICE: A. Electrical power system for the facility operates at 120/208 volt, 3-phase, 4 wire, 60 Hertz. B. Ameren MO PART 2 - PRODUCTS 2.01 NOT APPLICABLE: PART 3 - EXECUTION 3.01 PROTECTION OF ELECTRICAL EQUIPMENT: A. Store equipment in compliance with manufacturer's recommendations and as specified herein. B. Protect electrical equipment from the weather, especially from water dripping inside the enclosure, at all times during shipment, storage, and construction. C. While equipment is stored outdoors during construction, or unheated buildings, provide acceptable means to prevent moisture damage. Provide uniformly distributed source of heat in electrical equipment to prevent condensation and damage to electrical insulation systems. 3.02 DEFECTIVE OR DAMAGED EQUIPMENT: A. Damaged equipment shall not be used. Equipment damaged in shipment, storage, installation or through other means shall be replaced without additional cost to the Owner. B. .All electrical equipment is considered "in storage" regardless of location until first energized. Manufacturer's recommendations for storage precautions, conditions and care shall be followed. 3.03 DRAWINGS AND SPECIFICATIONS: A. Drawings and specifications are typical of work to be done and of the arrangement desired. Provide accessories and appurtenances functionally necessary for a complete installation, whether or not explicitly indicated or described. 3.04 AS-BUILT DRAWINGS: A. The Contractor shall maintain a master set of as-built drawings showing the changes and deviations from the contract drawings. END OF SECTION 260510 ELECTRICAL WORK GENERAL 260510-4 SECTION 260500—COMMON WORK RESULTS FOR ELECTRICAL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Condi- tions and Division 1 Specification Sections, apply to this Section. B. Requirements specified in Division 26 Section "Basic Electrical Requirements" apply to this Sec- tion. 1.2 SUMMARY A. This Section includes the following basic electrical materials and methods to complement other Division 26 Sections and for application with electrical installations: 1. Building wire and connectors. 2. Supporting devices for electrical components. 3. Concrete equipment bases. 4. Electrical identification. 5. Electrical demolition. 6. Cutting and patching for electrical construction. 7. Touchup painting. 8. Non-shrink grout for equipment installations. 9. Miscellaneous metals for support of electrical materials and equipment. 10. Joint sealers for sealing around electrical materials and equipment; and for sealing penetra- tions in fire and smoke barriers, floors, and foundation walls. 11. Access panels and doors in walls, ceilings, and floors for access to electrical materials and equipment. 1.3 SUBMITTALS A. General: Submit the following according to the Conditions of the Contract and Division 26 Sec- tion "Basic Electrical Requirements." B. Product data for the following products: 1. Access panels and doors. 2. Joint sealers. C. Samples of color, lettering style, and other graphic representation required for each identification product for Project. 1.4 QUALITY ASSURANCE A. Comply with the latest edition of NFPA 70, the National Electric Code (NEC)for components and installation. B. Listing and Labeling: Provide products specified in this Section that are listed and labeled. 1. The Terms"Listed and Labeled": As defined in the NEC, Article 100. COMMON WORK RESULTS FOR ELECTRICAL 260500- 1 C. Installer Qualifications: Engage an experienced Installer for the installation and application of joint sealers, access panels, and doors. D. Fire-Resistance Ratings: Where a fire-resistance classification is indicated, provide access door assembly with panel door, frame, hinge, and latch from manufacturer listed in the UL "Building Materials Directory" for rating shown. 1. Provide UL Label on each fire-rated access door. 1.5 PROJECT CONDITIONS A. Conditions Affecting Selective Demolition: The following project conditions apply: 1. Protect adjacent materials indicated to remain. Install and maintain dust and noise barriers to keep dirt, dust, and noise from being transmitted to adjacent areas. Remove protection and barriers after demolition operations are complete. 2. Locate, identify, and protect electrical services passing through demolition area and serving other areas outside the demolition limits. Maintain services to areas outside demolition limits. When services must be interrupted, install temporary services for affected areas. 1.6 SEQUENCING AND SCHEDULING A. Coordinate chases, slots, inserts, sleeves, and openings with general construction work and ar- range in building structure during progress of construction to facilitate the electrical installations that follow. B. Coordinate location of access panels and doors for electrical items that are concealed by finished surfaces. Access doors and panels are specified in Division 8 Section "Access Doors." C. Where electrical identification devices are applied to field-finished surfaces, coordinate installation of identification devices with completion of finished surface. D. Where electrical identification markings and devices will be concealed by acoustical ceilings and similar finishes, coordinate installation of these items before ceiling installation. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with requirements, provide products by one of the following: 1. Access Doors: a. Bar-Co., Inc. b. J.L. Industries. c. Karp Associates, Inc. d. Milcor Div. Inryco, Inc. e. Nystrom, Inc. COMMON WORK RESULTS FOR ELECTRICAL 260500 - 2 2. Elastomeric Joint Sealers: a. One-Part, Mildew-Resistant, Silicone Sealant: 1) "863#345 White," Pecora Corp. 2) "Rhodorsil 6B White," Rhone-Poulenc, Inc. 3) "Proglaze White,"Tremco Corp. 4) "OmniPlus," Sonneborn Building Products Div. 3. Fire-Resistant Joint Sealers: a. STI (Specified Technologies, Inc.) b. 3M Fire Protection Products. c. IPC (International Protective Coatings Corp.) 2.2 SUPPORTING DEVICES A. Channel and angle support systems, hangers, anchors, sleeves, brackets, fabricated items, and fasteners are designed to provide secure support from the building structure for electrical compo- nents. 1. Material: Steel, except as otherwise indicated, protected from corrosion with zinc coating or with treatment of equivalent corrosion resistance using approved alternative finish or in- herent material characteristics. 2. Metal Items for Use Outdoors or in Damp Locations: Hot-dip galvanized steel, except as otherwise indicated. B. Steel channel supports have 9/16-inch (14-mm) diameter holes at a maximum of 8 inches (203 mm)o.c., in at least 1 surface. 1. Fittings and accessories mate and match with channels and are from the same manufac- turer. C. Raceway and Cable Supports: Manufactured clevis hangers, riser clamps, straps, threaded C- clamps with retainers, ceiling trapeze hangers, wall brackets, and spring steel clamps or "click"- type hangers. D. Sheet-Metal Sleeves: 0.0276-inch (0.7-mm) or heavier galvanized sheet steel, round tube, closed with welded longitudinal joint. E. Expansion Anchors: Carbon-steel wedge or sleeve type. F. Toggle Bolts: All-steel springhead type. G. Powder-Driven Threaded Studs: Heat-treated steel. 2.3 ELECTRICAL IDENTIFICATION A. Manufacturer's Standard Products: Where more than one type is listed for a specified applica- tion, selection is Installer's option, but provide single type for each application category. Use col- ors prescribed by ANSI A13.1, NFPA 70, and these Specifications. B. Colored Adhesive Marking Tape for Raceways, Wires, and Cables: Self-adhesive vinyl tape not less than 3 mils thick by 1 inch wide (0.08 mm thick by 25 mm wide). COMMON WORK RESULTS FOR ELECTRICAL 260500 -3 C. Tape Markers: Vinyl or vinyl-cloth, self-adhesive, wraparound type with preprinted numbers and letters. D. Color-Coding Cable Ties: Type 6/6 nylon, self-locking type. Colors to suit coding scheme. E. Engraved, Plastic-Laminated Labels, Signs, and Instruction Plates: Engraving stock, melamine plastic laminate punched for mechanical fasteners 1/16-inch (1.6-mm) minimum thick for signs up to 20 sq. in. (129 sq. cm), 1/8 inch (3.2 mm) thick for larger sizes. Engraved legend in black let- ters on white face. F. Interior Warning and Caution Signs: Preprinted, aluminum, baked-enamel finish signs, punched for mechanical fasteners, with colors, legend, and size appropriate to the application. G. Fasteners for Plastic-Laminated and Metal Signs: Self-tapping stainless-steel screws or No. 10/32 stainless-steel machine screws with nuts and flat and lock washers. 2.4 CONCRETE AND REINFORCEMENT MATERIALS A. Concrete: Portland cement, mix to a 3,000 psi, 28 day compressive strength. 1. Cement: ASTM C150, Type 1. 2. Fine Aggregate: ASTM C33, sand. 3 Coarse Aggregate: ASTM C33, crushed gravel. 4. Water: Potable. B. Reinforcement Fabric: ASTM A185, welded-wire fabric, plain. 2.5 MISCELLANEOUS METALS A. Steel plates, shapes, bars, and bar grating: ASTM A 36. B. Cold-Formed Steel Tubing: ASTM A 500. C. Hot-Rolled Steel Tubing: ASTM A 501. D. Steel Pipe: ASTM A 53, Schedule 40, welded. E. Fasteners: Zinc-coated, type, grade and class as required. 2.6 JOINT SEALERS A. General: Joint sealers, joint fillers, and other related materials compatible with each other and with joint substrates under conditions of service and application. B. Colors: As selected by the Architect from manufacturer's standard colors. C. Elastomeric Joint Sealers: Provide the following types: 1. One-part, nonacid-curing, silicone sealant complying with ASTM C 920, Type S, Grade NS, Class 25, for uses in non-traffic areas for masonry, glass, aluminum, and other substrates recommended by the sealant manufacturer. 2. One-part, mildew-resistant, silicone sealant complying with ASTM C 920, Type S, Grade COMMON WORK RESULTS FOR ELECTRICAL 260500 - 4 NS, Class 25, for uses in non-traffic areas for glass, aluminum, and non-porous joint sub- strates; formulated with fungicide; intended for sealing interior joints with non-porous sub- strates; and subject to in-service exposure to conditions of high humidity and temperature extremes. D. Fire-Resistant Joint Sealers: Two-part, foamed-in-place, silicone sealant formulated for use in through-penetration fire-stopping around cables, conduit, pipes, and duct penetrations through fire-rated walls and floors. Sealants and accessories shall have fire-resistance ratings indicated, as established by testing identical assemblies in accordance with ASTM E 814, by Underwriters' Laboratories, Inc., or other testing and inspection agency acceptable to authorities having juris- diction. 2.7 ACCESS DOORS A. Steel Access Doors and Frames: Factory-fabricated and assembled units, complete with attach- ment devices and fasteners ready for installation. Joints and seams shall be continuously welded steel, with welds ground smooth and flush with adjacent surfaces. B. Locking Devices: Flush, screwdriver-operated cam locks. 2.8 TOUCHUP PAINT A. Equipment: Equipment manufacturer's paint selected to match installed equipment finish. B. Non-equipment Surfaces: Matching type and color of undamaged, existing adjacent finish. C. Galvanized Surfaces: Zinc-rich paint recommended by item manufacturer. PART 3 - EXECUTION 3.1 ELECTRICAL EQUIPMENT INSTALLATION A. Headroom Maintenance: Install components and equipment to provide the maximum possible headroom where mounting heights or other location criteria are not indicated. B. Materials and Components: Install items level, plumb, and parallel and perpendicular to other building systems and components, except where otherwise indicated. C. Equipment: Install to facilitate service, maintenance, and repair or replacement of components. Connect for ease of disconnecting, with minimum interference with other installations. D. Right of Way: Give to raceways and piping systems installed at a required slope. 3.2 ELECTRICAL SUPPORTING METHODS A. Damp Locations and Outdoors: Hot-dip galvanized materials or nonmetallic, U-channel system corn ponents. B. Dry Locations: Steel materials. C. Support Clamps for PVC Raceways: Click-type clamp system. COMMON WORK RESULTS FOR ELECTRICAL 260500 - 5 D. Selection of Supports: Comply to manufacturer's written instructions. E. Strength of Supports: Adequate to carry all present and future loads, times a safety factor of at least 4; 200-Ib-(90-kg-) minimum design load. 3.3 INSTALLATION A. Install devices to securely and permanently fasten and support electrical components. B. Raceway Supports: Comply with NFPA 70 and the following requirements: 1. Conform to manufacturer's recommendations for selecting and installing supports. 2. Install individual and multiple raceway hangers and riser clamps to support raceways. Pro- vide U-bolts, clamps, attachments, and other hardware necessary for hanger assembly and for securing hanger rods and conduits. 3. Support parallel runs of horizontal raceways together on trapeze-or bracket-type hangers. 4. Spare Capacity: Size supports for multiple conduits so capacity can be increased by a 25 percent minimum in the future. 5. Support individual horizontal raceways with separate, malleable iron pipe hangers or clamps. 6. Hanger Rods: 1/4-inch (6-mm) diameter or larger threaded steel, except as otherwise indi- cated. 7. Spring Steel Fasteners: Specifically designed for supporting single conduits or tubing. May be used in lieu of malleable iron hangers for 1-1/2-inch (38-mm) and smaller raceways serving lighting and receptacle branch circuits above suspended ceilings and for fastening raceways to channel and slotted angle supports. 8. In vertical runs, arrange support so the load produced by the weight of the raceway and the enclosed conductors is carried entirely by the conduit supports, with no weight load on raceway terminals. C. Miscellaneous Supports: Install metal channel racks for mounting cabinets, panelboards, discon- nect switches, control enclosures, pull boxes, junction boxes, transformers, and other devices ex- cept where components are mounted directly to structural features of adequate strength. D. In open overhead spaces, cast boxes threaded to raceways need not be separately supported, except where used for fixture support; support sheet-metal boxes directly from the building struc- ture or by bar hangers. Where bar hangers are used, attach the bar to raceways on opposite sides of the box and support the raceway with an approved fastener not more than 24 inches (610 mm)from the box. E. Sleeves: Install for cable and raceway penetrations of concrete slabs and walls, except where core-drilled holes are used. Install for cable and raceway penetrations of masonry and fire-rated gypsum walls and of all other fire-rated floor and wall assemblies. Install sleeves during erection of concrete and masonry walls. F. Firestopping: Apply to cable and raceway penetrations of fire-rated floor and wall assemblies. Perform firestopping to reestablish the original fire-resistance rating of the assembly at the pene- tration. G. Fastening: Unless otherwise indicated, securely fasten electrical items and their supporting hardware to the building structure. Perform fastening according to the following: 1. Wood: Fasten with wood screws or screw-type nails. 2. Masonry: Toggle bolts on hollow masonry units and expansion bolts on solid masonry COMMON WORK RESULTS FOR ELECTRICAL 260500 - 6 units. 3. Existing Concrete: Expansion bolts. 4. Instead of expansion bolts, threaded studs driven by a powder charge and provided with lock washers may be used in existing concrete. 5. Light Steel: Sheet-metal screws. 6. Fasteners: Select so the load applied to each fastener does not exceed 25 percent of its proof-test load. 7. Fill and seal holes drilled in concrete and not used. L. Install concrete pads and bases according to requirements of this Section. 3.4 IDENTIFICATION MATERIALS AND DEVICES A. Install labels where indicated and at locations for best convenience of viewing without interfer- ence with operation and maintenance of equipment. B. Coordinate names, abbreviations, colors, and other designations used for electrical identification with corresponding designations indicated on the Contract Documents or required by codes and standards. Use consistent designations throughout the Project. C. Self-Adhesive Identification Products: Clean surfaces of dust, loose material, and oily films be- fore applying. D. Identify raceways and cables of certain systems with color banding as follows: 1. Bands: Colored adhesive marking tape. Make each color band 2 inches (51 mm) wide, completely encircling conduit, and place adjacent bands of 2-color markings in contact, side by side. 2. Locate bands at changes in direction, at penetrations of walls and floors, at 50-foot (15-m) maximum intervals in straight runs, and at 25 feet(8 m) in congested areas. E. Tag or label power circuits for future connection and circuits in raceways and enclosures with other circuits. Identify source and circuit numbers in each cabinet, pull box,junction box, and out- let box. Color coding may be used for voltage and phase indication. F. Color-Code Conductors: Secondary service, feeder, and branch circuit conductors throughout the secondary electrical system. 1. 208/120-V System as follows: a. Phase A: Black. b. Phase B: Red. c. Phase C: Blue. d. Neutral: White. e. Ground: Green. 2. Factory-apply color the entire length of the conductors, except the following field-applied, color-coding methods may be used in lieu of factory-coded wire for sizes larger than No. 10 AWG. a. Colored, pressure-sensitive plastic tape in half-lapped turns for a distance of 6 inches (150 mm) from terminal points and in boxes where splices or taps are made. Apply the last 2 turns of tape with no tension to prevent possible unwinding. Use 1-inch- (25-mm-) wide tape in colors as specified. Adjust tape bands to avoid obscuring ca- COMMON WORK RESULTS FOR ELECTRICAL 260500 - 7 ble identification markings. b. Colored cable ties applied in groups of 3 ties of specified color to each wire at each terminal or splice point starting 3 inches (76 mm) from the terminal and spaced 3 inches (76 mm) apart. Apply with a special tool or pliers, tighten to a snug fit, and cut off excess length. 3.5 DEMOLITION A. Where electrical work to remain is damaged or disturbed in the course of the Work, remove dam- aged portions and install new products of equal capacity, quality, and functionality. B. Accessible Work Indicated to Be Demolished: Remove exposed electrical installation in its entire- ty. C. Abandoned Work: Cut and remove buried raceway and wiring indicated to be abandoned in place, 2 inches (50 mm) below the surface of adjacent construction. Cap and patch surface to match existing finish. D. Removal: Remove demolished material from the Project site. E. Temporary Disconnection: Remove, store, clean, reinstall, reconnect, and make operational components indicated for relocation. 3.6 CUTTING AND PATCHING A. Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces necessary for electrical installations. Perform cutting by skilled mechanics of the trades involved. B. Repair disturbed surfaces to match adjacent undisturbed surfaces. 3.7 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with require- ments for installation tolerances and other conditions affecting installation and application of joint sealers and access panels. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.8 ERECTION OF METAL SUPPORTS AND ANCHORAGE A. Cut, fit, and place miscellaneous metal fabrications accurately in location, alignment, and eleva- tion to support and anchor electrical materials and equipment. 3.9 APPLICATION OF JOINT SEALERS A. Surface Cleaning for Joint Sealers: Clean surfaces of joints immediately before applying joint sealers to comply with recommendations of joint sealers manufacturer. B. Apply joint sealer primer to substrates as recommended by joint sealer manufacturer. Protect ad- jacent areas from spillage and migration of primers, using masking tape. Remove tape immedi- ately after tooling without disturbing joint seal. C. General: Comply with joint sealer manufacturers' printed application instructions applicable to COMMON WORK RESULTS FOR ELECTRICAL 260500 - 8 products and applications indicated, except where more stringent requirements apply. 1. Comply with recommendations of ASTM C 962 for use of elastomeric joints sealers. D. Tooling. Immediately after sealing application and prior to time shinning or curing begins, tool sealant to form smooth, uniform beads; to eliminate air pockets; and to ensure contact and adhe- sion of sealant with sides of joint. Remove excess sealants from surfaces adjacent to joint. Do not use tooling agents that discolor sealants or adjacent surfaces or are not approved by sealant manufacturer. E. Installation of Fire-Stopping Sealant: Install sealant, including forming, packing, and other acces- sory materials, to fill openings around electrical services penetrating floors and walls, to provide fire-stops with fire-resistance ratings indicated for floor or wall assembly in which penetration oc- curs. Comply with installation requirements established by testing and inspecting agency. 3.10 INSTALLATION OF ACCESS DOORS A. Set frames accurately in position and securely attached to supports, with face panels plumb and level in relation to adjacent finish surfaces. B. Adjust hardware and panels after installation for proper operation. C. Install access doors where required for access to any equipment which becomes concealed by other construction. Provide access door of adequate size to maintain and replace concealed equipment. 3.11 TOUCHUP PAINT A. Thoroughly clean damaged areas and provide primer, intermediate, and finish coats to suit the degree of damage at each location. B. Follow paint manufacturer's written instructions for surface preparation and for timing and applica- tion of successive coats. END OF SECTION 260500 COMMON WORK RESULTS FOR ELECTRICAL 260500 - 9 DIVISION 26- ELECTRICAL SECTION 260520 - ELECTRIC WIRES AND CABLES PART 1 -GENERAL 1.01 DESCRIPTION: A. Provide wires and cables for complete electrical systems as indicated and specified. 1.02 REFERENCES: A. American Society for Testing and Materials International (ASTM). B. National Fire Protection Association (NFPA): 1. 70: National Electrical Code (NEC). C. Underwriters Laboratories, Inc. (UL): 1.03 SUBMITTALS: A. Submit shop drawings and manufacturer's product data in accordance with the requirements of Section 26 05 10. 1.04 DELIVERY STORAGE AND HANDLING: A. Comply with the requirements specified in Section 01 66 10. B. Deliver wire and cables in full reels protected against injury. Deliver reels with factory attached UL approved tags showing the manufacturers name and the type of insulation, size, and length of wire in each coil or reel. C. Accept wire and cable on site in manufacturer's packaging. Inspect for damage. D. Store and protect in accordance with manufacturer's instructions. 1.05 DESIGN CRITERIA: A. Wire for three phase circuits shall be Type THWN-THHN. B. Single conductor wire for control, indication and metering shall be Type THWN-THHN No. 12 or 14 AWG, stranded. C. Multi-conductor control cable shall be used for the underground system and shall be No. 12 or 14 AWG, stranded with overall jacket. D. Ground wires shall be Type THW, green. Bare ground wires shall be soft drawn copper, 98 percent conductivity. ELECTIC WIRES AND CABLES 260520-1 PART 2 - PRODUCTS 2.01 MANUFACTURERS: A. 600V Cable: 1. Okonite. 2. Southwire. 3. American Insulated Wire. 2.02 MATERIALS AND COMPONENTS: A. Furnish copper conductors. Material and stranding of conductors to conform to ASTM B3, ASTM B33, and to ASTM B8, for the appropriate class. B. Uncoated, soft or annealed copper wire conforming to ASTM B3. C. Wires and Cables for Maximum 600-Volt Power Circuits: For No. 8 AWG gauge and smaller provide type THWN/THHN or RHW. Where used in lighting or receptacle branch circuits provide No. 12 AWG gauge and No. 10 AWG gauge as solid conductor. Provide other wire with Class C stranding. Provide No. 6 AWG gauge and larger as XHHW-2 with Class B stranding. Provide wires and cable conforming to UL . D. Wires and Cables for Control, Indicating, Metering, or Alarm Circuits: Single and multi-conductor control cable, copper conductors, Class B or C stranding. Insulation; 600-volt polyethylene, polyvinylchloride, or EPR. Continuous rating of 90C dry and 75C wet. Color coding conforming to Table K-2, ICEA/NEMA S-61-4021/WC 5. E. Shielded Cable for Instrumentation Wiring: 7-strand copper conductors, size No. 16 AWG. Insulate conductors individually with color coded polyethylene or polyvinylchloride. Twist pairs with varying lay (if more than one pair) and cover with cable tape and copper or aluminum coated Mylar shielding tape and tinned copper drain wire. Jacket: polyvinylchloride. Cables: rated 600 volts and 90 degrees C. F. Category 5e Cable: Category 5e cable shall consist of 4 twisted pairs of different lay and ground wires, enclosed by an overall conductive mylar backed aluminum foil shield. This shall be enclosed by an overall thermoplastic jacket. The cable shall meet the applicable requirements of ANSI/TIA/IEA-568-B. PART 3 - EXECUTION 3.01 GENERAL: A. Perform work in accordance with the National Electrical Code. B. Provide power cable identification as follows: System Voltage Neutral Phase A Phase B Phase C 208/120V White Black Red Blue C. Use green to identify insulated ground conductors. ELECTIC WIRES AND CABLES 260520-2 NOTE: Colored insulation, tapes or sleeves may be used to provide color coding. Insulated ground conductors must have green covering. D. Permanently post means of identification of grounded and ungrounded conductors for each nominal voltage system at each panelboard and motor control center. E. In power and multiconductor cables manufactured without a grounding conductor identify one of the multiconductors as the equipment grounding conductor at each cable end and at every point where the conductors are accessible. 3.02 INSTALLATION OF WIRING: A. Unless otherwise indicated, use no conductor smaller than No. 12 AWG for power and No. 14 AWG for control. B. Install cable in underground raceway system without splices. There shall be no splices between connection points unless otherwise indicated. C. Draw all conductors contained within a single conduit at the same time. D. Apply wire pulling compound to conductors being drawn through conduits. Use pulling compound, Minerallac No. 100, Y-er-Eas, Yellow 77, High Performance Polywater Cable Lubricant or acceptable equivalent. E. Use no cable bend with radius of less than eight times its diameter. F. Wires and cables installed without prior submittal review are subject to removal at no additional expense. 3.03 CONDUCTOR IDENTIFICATION: A. Label each wire at both termination points. Carry individual conductor or circuit identification throughout, with circuit numbers or other identification clearly stamped on terminal boards and printed on directory cards in distribution cabinets and panelboards. B. Identify each wire in junction boxes, cabinets, and terminal boxes where total number of control, indicating, and metering wires is three or more and no terminal board is provided, including all power wire. Where no termination is made use a plastic-coated, self-adhesive, wire marker and where termination is made use a, plastic, pre-printed sleeve wire marker. C. In cases similar to above where terminal boards are provided for the control, indicating, and metering wires, identify all wires including motor leads and other power wires too large for connection to terminal boards, by sleeve wire markers as specified above. 3.04 CONNECTORS, TERMINAL LUGS AND BOARDS: A. Terminate all wires connected to terminal boards, terminal blocks, or to other similar terminals by means of ring and tongue, nylon self-insulated, tin-plated copper pressure terminals. ELECTIC WIRES AND CABLES 260520-3 B. Wire connections for which terminals are not supplied, for example, at solenoids or motor terminal junction boxes: a. 10 AWG and smaller: Use self insulated pressure-type connectors. b. 8 AWG and larger: Use insulated, mechanical type with set screw or follower bearing directly on the wire. Split bolt connectors are not acceptable. C. Clearly and permanently mark terminal strips with ink or indelible pencil. Mark each wire consistently throughout entire system, using notation of wires given on manufacturer's wiring diagrams wherever possible. END OF SECTION 260520 ELECTIC WIRES AND CABLES 260520-4 DIVISION 26- ELECTRICAL SECTION 260533 - RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring. 1. Raceways include the following: a) Rigid metal conduit(RMC). b) Electrical metallic tubing (EMT). c) Flexible metal conduit(FMC). d) Liquidtight flexible metal conduit(LFMC). e) Rigid nonmetallic conduit(RNC). 2. Boxes, enclosures, and cabinets include the following: a) Device boxes. b) Outlet boxes. c) Pull and junction boxes. d) Cabinets and hinged-cover enclosures. 1.03 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 16 Section "Basic Electrical Requirements." B. Product Data: For raceways, wireways and fittings, hinged-cover enclosures, and cabinets. 1.04 QUALITY ASSURANCE A. Listing and Labeling: Provide raceways and boxes specified in this Section that are listed and labeled. 1. The Terms "Listed" and "Labeled": As defined in NFPA 70, Article 100. B. Comply with NFPA 70. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with requirements, provide products by one of the following: RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533-1 \\files\cadfles\CITY-PROJECTS\31151-Hyde Park Generator\31151-Generator for 2320 Hyde Park\Contract Documents\26 05 33 Raceways and Boxes for Electrical Systems.doc 1. Metal Conduit and Tubing: a) AFC Cable Systems, Inc. b) Alflex Corp. c) Anamet, Inc.; Anaconda Metal Hose. d) Grinnell Co.; Allied Tube and Conduit Div. 2. Nonmetallic Conduit and Tubing: a) Anamet, Inc.; Anaconda Metal Hose. b) Hubbell, Inc.; Raco, Inc. c) Lamson & Sessions; Carlon Electrical Products. d) Thomas & Betts Corp. 3. Conduit Bodies and Fittings: a) American Electric; Construction Materials Group. b) Crouse-Hinds; Div. of Cooper Industries. c) Emerson Electric Co.; Appleton Electric Co. d) Hubbell, Inc.; Killark Electric Manufacturing Co. e) Lamson & Sessions; Carlon Electrical Products. f) O-Z/Gedney; Unit of General Signal. g) Scott Fetzer Co.; Adalet-PLM. h) Spring City Electrical Manufacturing Co. 4. Boxes, Enclosures, and Cabinets: a) American Electric; FL Industries. b) Crouse-Hinds; Div. of Cooper Industries. c) Hubbell Inc.; Killark Electric Manufacturing Co. d) Hubbell Inc.; Raco, Inc. e) Lamson & Sessions; Carlon Electrical Products. f) O-Z/Gedney; Unit of General Signal. g) Scott Fetzer Co.; Adalet-PLM. h) Spring City Electrical Manufacturing Co. i) Thomas& Betts Corp. RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533-2 2.02 METAL CONDUIT AND TUBING A. Rigid Steel Conduit: ANSI C80.1. B. EMT and Fittings: ANSI C80.3. 1. Fittings: Compression type. (Steel Only) C. LFMC: Flexible steel conduit with PVC jacket. D. Fittings: NEMA FB 1; compatible with conduit/tubing materials. 2.03 NONMETALLIC CONDUIT AND TUBING A. RNC: NEMA TC 2, Schedule 40 or 80 PVC. B. RNC Fittings: NEMA TC 3; match to conduit or conduit/tubing type and material. C. LFNC: UL 1660. • 2.04 ENCLOSURES AND CABINETS A. Hinged-Cover Enclosures: NEMA 250, Type 1, with continuous hinge cover and flush latch. 1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. B. Cabinets: NEMA 250, Type 1, galvanized steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel. Hinged door in front cover with flush latch and concealed hinge. Include metal barriers to separate wiring of different systems and voltage, and include accessory feet where required for freestanding equipment. 3.00 EXECUTION 3.01 EXAMINATION A. Examine surfaces to receive raceways, boxes, enclosures, and cabinets for compliance with installation tolerances and other conditions affecting performance of raceway installation. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.02 WIRING METHODS A. Outdoors: Use the following wiring methods: 1. Exposed: Rigid steel. 2. Concealed: Rigid steel. 3. Underground, Single Run: RNC. 4. Underground, Grouped: RNC. 5. Connection to Vibrating Equipment (Including Electric Solenoid, or Motor-Driven Equipment): LFMC. 6. Boxes and Enclosures: NEMA 250, Type 4. B. Indoors: Use the following wiring methods: 1. Exposed: EMT. RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533-3 2. Concealed: EMT. 3. Connection to Vibrating Equipment (Including Electric Solenoid, or Motor-Driven Equipment): LFMC. 3.03 INSTALLATION A. Install raceways, boxes, enclosures, and cabinets as indicated, according to manufacturer's written instructions. B. Minimum Raceway Size: 3/4-inch trade size (DN21). C. Install raceways level and square and at proper elevations. Provide adequate headroom. D. Complete raceway installation before starting conductor installation. E. Use temporary closures to prevent foreign matter from entering raceways. F. Protect stub-ups from damage where conduits rise through floor slabs. Arrange so curved portion of bends is not visible above the finished slab. G. Make bends and offsets so ID is not reduced. Keep legs of bends in the same plane and straight legs of offsets parallel, unless otherwise indicated. H. Use raceway fittings compatible with raceways and suitable for use and location. For intermediate steel conduit, use threaded rigid steel conduit fittings, unless otherwise indicated. Run concealed raceways, with a minimum of bends, in the shortest practical distance considering the type of building construction and obstructions, unless otherwise indicated. J. Raceways Embedded in Slabs: Install in middle third of slab thickness where practical, and leave at least 1-inch (25-mm) concrete cover. 1. Secure raceways to reinforcing rods to prevent sagging or shifting during concrete placement. 2. Space raceways laterally to prevent voids in concrete. 3. Run conduit larger than 1-inch trade size (DN27) parallel to or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. 4. Transition from nonmetallic tubing to Schedule 80 nonmetallic conduit, rigid steel conduit, or IMC before rising above floor. K. Install exposed raceways parallel to or at right angles to nearby surfaces or structural members, and follow the surface contours as much as practical. 1. Run parallel or banked raceways together, on common supports where practical. 2. Make bends in parallel or banked runs from same centerline to make bends parallel. Use factory elbows only where elbows can be installed parallel; otherwise, provide field bends for parallel raceways. L. Join raceways with fittings designed and approved for the purpose and make joints tight. 1. Make raceway terminations tight. Use bonding bushings or wedges at connections subject to vibration. Use bonding jumpers where joints cannot be made tight. 2. Use insulating bushings to protect conductors. RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533-4 M. Terminations: 1. Where raceways are terminated with locknuts and bushings, align raceways to enter squarely and install locknuts with dished part against the box. Use 2 locknuts: 1 inside and 1 outside the box. 2. Where raceways are terminated with threaded hubs, screw raceways or fittings tightly into the hub so the end bears against the wire protection shoulder. Where chase nipples are used, align raceways so the coupling is square to the box and tighten the chase nipple so no threads are exposed. N. Install pull wires in empty raceways. Use No. 14 AWG zinc-coated steel or monofilament plastic line with not less than 200-lb (90-kg) tensile strength. Leave at least 12 inches (300 mm) of slack at each end of the pull wire. O. Stub-up Connections: Extend conduits through concrete floor for connection to freestanding equipment. Install with an adjustable top or coupling threaded inside for plugs set flush with the finished floor. Extend conductors to equipment with rigid steel conduit; LFMC may be used 6 inches (150 mm) above the floor. Install screwdriver-operated, threaded flush plugs flush with floor for future equipment connections. P. Flexible Connections: Use maximum of 6 feet (1830 mm) of flexible conduit for equipment subject to vibration, noise transmission, or movement. Use liquidtight flexible conduit in wet or damp locations. Install separate ground conductor across flexible connections. Q. Install hinged-cover enclosures and cabinets plumb. Support at each corner. 3.04 PROTECTION A. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, that ensure coatings, finishes, and cabinets are without damage or deterioration at the time of Substantial Completion. 1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2. Repair damage to paint finishes with matching touchup coating recommended by manufacturer. 3.05 CLEANING A. On completion of installation, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish, including chips, scratches, and abrasions. END OF SECTION 260533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533-5 DIVISION 26 — ELECTRICAL SECTION 263200— STANDBY GENERATOR PART 1 GENERAL 1.1 SUMMARY A. This section includes the following items from a single supplier: 1. Engine Generator Set. 2. Enclosure 3. Related Accessories as specified B. Related Requirements 1. It is the intent of this specification to secure an engine-driven generator set that has been prototype tested, factory built, production-tested, and site-tested together with all accessories necessary for a complete installation as shown on the plans and drawings and specified herein. 2. Any exceptions to the published specifications shall be subject to the approval of the engineer and submitted minimum 10 days prior to the closing of the bid with a line by line summary description of all the items of compliance, any items that have been are omitted or have been taken exception to, and a complete description of all deviations. 3. It is the intent of this specification to secure a generator set system that has been tested during design verification, in production, and at the final job site. The generator set will be a commercial design and will be complete with all of the necessary accessories for complete installation as shown on the plans, drawings, and specifications herein. The equipment supplied shall meet the requirements of the National Electrical Code and applicable local codes and regulations. 4. All equipment shall be new and of current production by an international, power system manufacturer of generators, transfer switch. The manufacturer shall be a supplier of a complete and coordinated system. There will be single-source responsibility for warranty, parts, and service through a factory-authorized representative with factory- trained technicians. 1.2 SUBMITTALS A. Submittals 1. Product Data a. The submittal shall include prototype test certification and specification sheets showing all standard and optional accessories to be supplied; schematic wiring diagrams, dimension drawings, and interconnection diagrams identifying by terminal number each required interconnection between the generator set, the transfer switch, and the remote annunciator panel if it is included elsewhere in these specifications. STANDBY GENERATOR 263200-1 B. Informational Submittal 1. Certificates a. The generator set shall be listed to UL 2200 or submitted to an independent third party certification process to verify compliance as installed. b. The generator set shall be IBC Certified as meeting the required maximum seismic design acceleration level per the International Building Code 2000/2003 or 2006 for the specific job site. The generator shall be analyzed or shake tested by a third party, accompanied by a Certificate of Compliance, and include a seismic label on the generator set (per Section 1702 of the IBC Code). Seismic certified generators shall be installed per the specific seismic instructions provided by the manufacturer. C. Closeout Submittal 1. Operation And Maintenance Data 2. Bonds 3. Warranty Documentation 4. Record Documentation 5. Software D. Maintenance Material Submittals 1. Provide one (1) copy of the following documents and manuals for the engine, the alternator, and the generator set: a. Operation Manuals b. Parts Catalogs c. Wiring Diagrams. 1.3 QUALITY ASSURANCE A. Regulatory Agency 1. The generator set shall conform to the requirements of the following codes and standards: a. IEC8528 part 4, Control Systems for Generator Sets. b. IEEE446 Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications. c. NFPA 70, National Electrical Code, Equipment shall be suitable for use in systems in compliance to Article 700, 701, and 702. 2. Qualifications a. The equipment shall be produced by a manufacturer who is ISO 9001 certified for the design, development, production and service of its complete product line. b. The power system shall be produced by a manufacturer who has produced this type of equipment for a period of at least 10 years and who maintains a STANDBY GENERATOR 263200-2 service organization available twenty-four hours a day throughout the year. 3. Manufacturers a. The power system shall be furnished by a single manufacturer who shall be responsible for the design, coordination, and testing of the complete system. The entire system shall be installed as shown on the plans, drawings, and specifications herein. 1.4 WARRANTY A. Manufacturer's Warranty 1. The generator set shall include a standard warranty covering two (2) years or 2000 hours, whichever occurs first, to guarantee against defective material and workmanship in accordance with the manufacturer's published warranty from the date of initial startup. 2. The generator set manufacturer and its distributor shall maintain a 24-hour parts and service organization. This organization shall regularly engage in maintenance contract programs to perform preventive maintenance and service on equipment similar to that specified. A service agreement shall be available and shall include system operation under simulated operating conditions; adjustment to the generator set, transfer switch, and switchgear controls as required, and certification in the owner's maintenance log of repairs made and functional tests performed on all systems. PART 2 PRODUCTS 2.1 EQUIPMENT A. Manufacturers 1. The Basis of Design for the generator set is Kohler model 125REOZJG with a 4R13X alternator. It shall provide 160.00 kVA and 128.00 kW when operating at 120/208 Volt-3Ph/4W, 60 Hz, 0.80 power factor. The generator set shall be capable of a 130°C Standby rating while operating in an ambient condition of less than or equal to 104 °F and a maximum elevation of 1,300 ft. above sea level. The standby rating shall be available for the duration of the outage. 2. Caterpillar 3. Cummins 4. Generac 5. MTU 6. Approved Equal B. Engine 1. The minimum 4.5 liter displacement engine shall deliver a minimum of 197 HP at a governed engine speed of 1800 rpm, and shall be equipped with the following: a. Electronic isochronous governor capable of 0.25% steady-state frequency regulation b. 12-volt positive-engagement solenoid shift-starting motor c. 65-ampere automatic battery charging alternator with a solid-state voltage regulation STANDBY GENERATOR 263200-3 d. Positive displacement, full-pressure lubrication oil pump, cartridge oil filters, dipstick, and oil drain e. Dry-type replaceable air cleaner elements for normal applications f. Engine-driven or electric fuel-transfer pump including fuel filter and electric solenoid fuel shutoff valve capable of lifting fuel g. The turbocharged engine shall be fueled by diesel h. The engine shall have a minimum of 4 cylinders and be liquid-cooled 2. The engine shall be EPA certified from the factory. 3. The generator must accept rated load in one-step. C. Cooling System 1. The engine shall be liquid-cooled by a closed loop, unit mounted radiator rated to operate the generator set at full load at an ambient temperature of 50 degrees C (122 degrees F). The radiator fan and other rotating engine parts shall be guarded against accidental contact. D. Standard Air Cleaner 1. The air cleaner shall provide engine air filtration which meets the engine manufacturer's specifications under typical operating conditions. E. Battery 1. Each genset requires a BCI group 24 batteries which must meet the engine manufactures' specifications for the ambient conditions specified in Part 1 Project Conditions and shall comply with the NFPA requirements for engine cranking cycles. Each battery shall be rated according to SAE Standards J-537 with a minimum cold cranking amp of 650 amps and a minimum reserve capacity of 120 Minutes at 80F. The battery plates shall be constructed of a Calcium-Lead alloy to provide long waterless operation and extended battery life. The battery elements must be anchor-locked with full-frame grids and tight-packed commercial plates to resist the effects of vibration. The battery must contain a handle to aid in lifting and the case must be constructed of polypropylene to resist breakage and extend service life. 2. Battery rack and battery cables capable of holding the manufacturer's recommended batteries shall be supplied. F. Housing 1. Level 1 Sound Attenuated Enclosure a. The generator set shall be supplied with a Sound Attenuated Enclosure, providing a sound pressure of 75 dB(A) while the generator is operating at 100% load at 7 meters (23 feet) —free field — using acoustic insulation and acoustic-lined inlet hoods, constructed from high strength, low alloy 14 gauge galvanized steel. The acoustic insulation used shall meet UL 94 HF1 flammability classification. The enclosure shall be manufactured from bolted panels to facilitate service, future modifications, or field replacement. The enclosure shall use external vertical air inlet and outlet hoods with 90 degree angles to discharge air up and reduce noise. The enclosure shall have an integral rodent guard and skid end caps and shall have bracing to meet 241 kph (150 mph) wind loading. b. The enclosure components and skid shall be cleaned with a two-stage alkaline cleaning process to remove grease, grit, and grime from parts. Components shall then be subjected to a Zirconium-based conversion coating process to prepare the metal for electrocoat (e-coat) adhesion. All enclosure parts shall receive an 100% epoxy primer electrocoat (e-coat) with STANDBY GENERATOR 263200-4 high-edge protection. Following the e-coat process, the parts shall be finish coated with powder baked paint for superior finish, durability, and appearance with a Power ArmorTM industrial finish that provides heavy duty durability in harsh conditions, and is fade-, scratch- and corrosion-resistant. c. The enclosure must surpass a 3,000 hour salt spray corrosion test per ASTM B-1117. d. Enclosures will be finished in the manufacturer's standard color. e. The enclosures shall allow the generator set to operate at full load in an ambient temperature of 50°C with no additional derating of the electrical output of the generator set. f. Enclosures shall be equipped with sufficient side and end doors to allow access for operation, inspection, and service of the unit and all options. Minimum requirements are two doors per side. When the generator set controller faces the rear of the generator set, an additional rear facing door is required. Access to the controller and main line circuit breaker shall meet the requirements of the National Electric Code. g. Doors shall be fitted with hinges, hardware, and the doors shall be removable. h. Doors shall be equipped with lockable latches. Locks shall be keyed alike. Door locks shall be recessed to minimize potential of damage to door/enclosure. i. A duct between the radiator and air outlet shall be provided to prevent re- circulation of hot air. j. The complete exhaust system shall be internal to the enclosure. k. The critical silencer shall be fitted with a tailpipe and rain cap. G. Fuel oil storage 1. Double Wall Secondary Containment Sub-base Fuel Tank a. The generator set shall be supplied with a sub-base fuel tank of sufficient capacity to hold 583 gallons of diesel fuel. b. The sub-base fuel system shall be listed under UL 142, subsection entitled Special Purpose Tanks EFVT category, and will bear their mark of UL Approval according to their particular classification. c. The above ground steel secondary containment rectangular tank for use as a sub base for diesel generators is manufactured and intended to be installed in accordance with the Flammable and Combustible Liquids Code—NFPA 30, the Standard for Installation and Use of Stationary Combustible Engine and Gas Turbines—NFPA 37, and Emergency and Standby Power Systems—NFPA 110. d. The primary tank shall be rectangular in shape and constructed in clam shell fashion to ensure maximum structural integrity and allow the use of a full throat fillet weld. e. Steel Channel Support System. Reinforced steel box channel for generator support, with a load rating of 5,000 lbs. per generator mounting hole location. Full height gussets at either end of channel and at generator mounting holes shall be utilized. f. Exterior Finish. The sub-base tank exterior finish shall be Power Armor PIu5TM, a polyurea-textured rubberized coating. g. Normal venting shall be sized in accordance with the American Petroleum Institute Standard No 2000, Venting Atmospheric and Low Pressure Storage Tanks not less than 1-1/4" (3 cm.) nominal inside diameter. h. The emergency vent opening shall be sized to accommodate the total STANDBY GENERATOR 263200-5 capacity of both normal and emergency venting and shall be not less than that derived from NFPA 30, table 2-8, and based on the wetted surface area of the tank. The wetted area of the tank shall be calculated on the basis of 100 percent of the primary tank. The vent is to be spring-pressure operated: opening pressure is 0.5/psig and full opening pressure is 2.5 psig. The emergency relief vent is to be sized to accommodate the total venting capacity of both normal and emergency vents. i. There shall be a 2" NPT opening within the primary tank and lockable manual fill cap. j. A direct reading, UL listed, magnetic fuel level gauge with a hermetically sealed, vacuum tested dial, to eliminate fogging, shall be provided. k. A float switch for remote or local annunciation of a (50% standard) low fuel level condition shall be supplied. H. Controller 1. Decision-Maker® 3000 Generator Set Controller a. The generator set controller shall be a microprocessor based control system that will provide automatic starting, system monitoring, and protection. The controller system shall also provide local monitoring and remote monitoring. The control system shall be capable of PC based updating of all necessary parameters, firmware, and software. b. The controller shall be mounted on the generator set and shall have integral vibration isolation. The controller shall be prototype and reliability tested to ensure operation in the conditions encountered. 2. Codes and Standards a. The generator set controller shall meet NFPA 110 Level 1 requirements and shall include an integral alarm horn as required by NFPA. b. The controller shall meet NFPA 99 and NEC requirements. c. The controller shall be UL 508 listed. 3. Applicability a. The controller shall be a standard offering in the manufacturer's controller product line. b. The controller shall support 12-volt and 24volt starting systems. c. The controller's environmental specification shall be: -40°C to 70°C operating temperature range and 5-95% humidity, non-condensing. d. The controller shall mount on the generator or remotely within 40 feet with viewable access. 4. Controller Buttons, Display and Components a. The generator set controller shall include the following features and functions: 1. Push button Master Control buttons. The buttons shall be tactile-feel membrane with an indicator light to initiate the following functions: a. Run Mode: When in the run mode the generator set shall start as directed by the operator. b. Off/Reset Mode: When in the Off/Reset mode the generator set shall stop, the reset shall reset all faults, allowing for the restarting of the generator set after a shutdown. c. Auto Mode: When in Auto the mode the generator set shall be ready to accept a signal from a remote device. 2. Emergency Stop Switch. The remote stop switch shall be red in color with a "mushroom" type head. Depressing the stop button will immediately stop the generator set and lockout the generator set for STANDBY GENERATOR 263200-6 any automatic remote starting. 3. Push Button/Rotary Selector dial. This dial shall be used for selection of all Menus and sub-menus. Rotating the dial moves you through the menus, pushing the dial selects the menu and function/features in that menu. Pushing the button selects the feature/function and sub-menus. 4. Digital Display. The digital display shall be alphanumeric, with 2 lines of data and approximately 24 charters. The display shall have back lighting for ease of operator use in high and low light conditions. The display shall display status of all faults and warnings. The display shall also display any engine faults. While the generator set is running, the display shall scroll all-important information across the screen for ease of operator use. The scroll can be stopped by pushing the rotary dial. The display shall fall asleep when the generator set is not running and will wake-up when the generator set starts or the rotary dial is depressed. 5. Fault Light. The controller shall have an annunciator fault light that glows red for faults and yellow for warnings. These faults and warnings shall be displayed in the digital display. The fault light will also glow yellow when not in AUTO. 6. Alarm Horn. The controller shall provide an alarm horn that sounds when any faults or warnings are present. The horn shall also sound when the controller is not in the AUTO mode. 7. Alarm Silence/Lamp Test Button. When this button is depressed, it shall test all controller lamps. This button will also silence the alarm horn when the unit is not AUTO. 8. USB Connection. The controller shall have a USB connection on the face of the controller. This connection shall allow for updating of all software and firmware. This port shall also allow for all servicing of generator set parameters, fault diagnostics and viewing of all controller information via use a laptop computer. 9. Dedicated user inputs. The controller shall have dedicated inputs for remote emergency stop switch, remote 2-wire star for transfer switch and auxiliary shutdown. 10. The controller shall have auto resettable circuit protection integral on the circuit board. 5. System Controller Monitoring and Status Features and Functions a. The generator controller shall display and monitor the following engine and alternator functions and allow adjustments of certain parameters at the controller: 1. Overview menu a. Active shutdowns and warnings shall be displayed if present and without the need of operator interface b. Engine runtime with total hours c. Average line to line voltage d. Coolant temperature e. Fuel level or pressure f. Oil pressure g. Battery voltage h. Software version i. Frequency j. Average current 2. Engine metering menu. STANDBY GENERATOR 263200-7 a. Engine speed b. Oil pressure c. Coolant temperature d. Battery voltage 3. Generator metering menu. a. Total power in VA b. Total power in W c. Rated power % used d. Voltage L-L and L-N for all phases e. Current L1, L2, L3 f. Frequency 4. Generator set information. a. Generator set model number b. Generator set serial number c. Controller set number 5. Generator set run time. a. Engine run time total hours b. Engine loaded total hours c. Number of engine starts d. Total energy in kW 6. Generator set system a. System voltage b. System frequency 50/60Hz c. System phase, single/three phase d. Power rating kW e. Amperage rating f. Power type standby/prime g. Measurement units, metric/English units adjustable h. Alarm silence, always or auto only 7. Generator set calibration, the following are adjustable at the controller. a. Voltage L-L and L-N all phases b. Current L1, L2, L3 c. Reset all calibrations 8. Voltage regulation, +/-0.5% regulation, the following is adjustable at the controller. a. Voltage Adjustable +/- 10% 9. Digital and Analog Inputs and outputs a. Displays settings and status 10. Event Log a. Stores event history, up to 1000 events 6. Controller Engine control features and functions a. Automatic restart-the controller has automatic restart feature that initiates the start routine and re-crank after a failed start attempt. b. Cyclic cranking -the controller shall have programmable cyclic cranking c. Engine starting aid -the controller shall have the capability of providing control for an optional engine starting aid. d. The control system shall include time delays for engine start and cool down. e. The control system shall interface with the engine ECM and display engine fault codes and warnings. The ECM shall also include sender failure monitoring to help distinguish between failed senders and actual failure conditions. f. The controller shall monitor and display engine governor functions with STANDBY GENERATOR 263200-8 include steady state and transient frequency monitoring 7. Controller Alternator control features and functions a. Integrated hybrid voltage regulator. The system shall have integral microprocessor based voltage regulator system that provides +/- 5% voltage regulation, no-load to full load with three phase sensing. The system is prototype tested and control variation of voltage to frequency. The voltage regulator shall be adjustable at the controller with maximum +/- 10% adjustable of nominal voltage. b. AC output voltage regulator adjustment. The system shall allow for adjustment of the integral voltage regulator with maximum of+/- 10% adjustment of the system voltage. c. Alternator thermal overload protection. The system shall have integral alternator overload and short circuit protection matched to each alternator for the particular voltage and phase configuration. d. Power metering. The controller digitally displays power metering of kW and kVA. 8. Other control features and functions a. Event logging. The controller keeps a record of up to 1000 events, for warning and shutdown faults. This fault information becomes a stored record of systems events and can be reset. b. Historical data logging. The controller total number of generator set successful start shall be recorded and displayed. c. Programmable access. The control system shall include a USB port that gives service technicians the ability to provide software and firmware upgrades. The system shall also be capable of allowing setting of all critical parameters using the service software and a laptop computer. All parameters and setting should be capable to being stored on a laptop for future upgrades of printing for analysis. 9. Generator Set Warning, Shutdown Alarm and Status a. The generator set shall have alarms and status indication lamps that show non-automatic status and warning and shutdown conditions. The controller shall indicate with a warning lamp and or alarm and on the digital display screen any shutdown, warning or engine fault condition that exists in the generator set system. The following alarms and shutdowns shall exist as a minimum: 1. Engine functions a. Critical high fuel level (alarm) b. ECM communication loss (shutdown) c. ECM diagnostics (alarm & shutdown) d. Engine overspeed (shutdown) e. Engine start aid active f. Engine under speed (shutdown) g. Fuel tank leak (alarm & shutdown) h. High DC battery voltage (alarm) i. High coolant temperature (alarm & shutdown) j. High fuel level (alarm) k. Low DC battery voltage (alarm) I. Low coolant level (shutdown) m. Low coolant temperature (alarm) n. Low cranking voltage (alarm) o. Low engine oil level (alarm & shutdown) p. Low fuel level (alarm & shutdown) STANDBY GENERATOR 263200-9 q. Low fuel pressure (alarm) r. Low oil pressure (alarm & shutdown) s. No coolant temperature signal (shutdown) t. No oil pressure signal (shutdown) u. Overcrank (shutdown) v. Speed sensor fault (alarm) 2. Generator functions a. AC sensing loss over & under current (alarm & shutdown) b. Alternator protection (shutdown) c. Ground fault input (alarm) d. kW overload (shutdown) e. Locked rotor (shutdown) f. Over-frequency (shutdown) g. Over AC voltage (shutdown) h. Under-frequency (shutdown) i. Under AC voltage (shutdown) j. Emergency stop (shutdown) 3. Other General functions a. Battery charger fault (alarm) b. Common fault (shutdown) c. Common warning (alarm) d. Master switch not in auto (alarm) e. Generator running f. Input/output fault (alarm) 4. The generator set controller shall also be capable of meeting all necessary NFPA 110 level 1 requirements that include several of the above along with; EPS supplying load, Master switch "not in auto", and contacts for local and remote common alarm. 10. Communications a. If the generator set engine is equipped with an ECM (engine control module), the controller shall communicate with the ECM for control, monitoring, diagnosis, and meet SAE J1939 standards b. Kohler proprietary RBUS communication shall be available. c. A RBUS shall be able to monitor and alter parameters, and start or stop a generator. d. The controller shall have the capability to communicate to a personal computer (IBM or compatible) and appropriate application software e. A variety of connections shall be available based on requirements: 1. A single control connection to a PC via USB 2. Internet connection via Ethernet f. Generator and transfer switch controls shall be equipped with communications modules capable of connecting to the same communication network. I. Generator Overcurrent and Fault Protection 1. The generator shall be provided with a factory installed, 80% rated line circuit breaker rated at 450 amperes that is UL489 listed. Line circuit breakers shall be sized for the rated ampacity of the loads served by the breaker per the NEC. 2. The circuit breaker(s) shall incorporate a thermo-magnetic trip unit. 3. Load side lugs shall be provided from the factory. The line circuit breaker shall include auxiliary contacts, shunt trip, undervoltage trip, alarm switch, and overcurrent STANDBY GENERATOR 263200-10 switch functionality. Load side breaker connections made at the factory shall be separated from field connections. 4. The shunt trip device shall be connected to trip the generator breaker when the generator-set is shut down by other protective devices. 5. When GFI is required per the NEC, additional neutrals shall be factory installed, and the alarm indication shall be integrated with the other generator-set alarms. 6. Barriers to provide segregation of wiring from an emergency source to emergency loads from all other wiring and equipment, if required by the NEC, shall be provided. J. Alternator 1. The alternator shall be salient-pole, brushless, 2/3-pitch, with 4 bus bar provision for external connections, self-ventilated, with drip-proof construction and amortisseur rotor windings, and skewed for smooth voltage waveform. The ratings shall meet the NEMA standard (MG1-32.40) temperature rise limits. The insulation shall be class H per UL1446 and the varnish shall be a vacuum pressure impregnated, fungus resistant epoxy. Temperature rise of the rotor and stator shall be limited to 130°C Standby. The PMG based excitation system shall be of brushless construction controlled by a digital, three phase sensing, solid- state, voltage regulator. The AVR shall be capable of proper operation under severe nonlinear loads and provide individual adjustments for voltage range, stability and volts-per-hertz operations. The AVR shall be protected from the environment by conformal coating. The waveform harmonic distortion shall not exceed 5% total RMS measured line-to-line at full rated load. The TIF factor shall not exceed 50. 2. The alternator shall have a maintenance-free bearing, designed for 40000 hour B10 life. The alternator shall be directly connected to the flywheel housing with a semi-flexible coupling between the rotor and the flywheel. 3. The generator shall be inherently capable of sustaining at least 300% of rated current for at least 10 seconds under a 3-phase symmetrical short circuit without the addition of separate current-support devices. 4. Motor starting performance and voltage dip determinations shall be based on the complete generator set. The generator set shall be capable of supplying 540.00 LRKVA for starting motor loads with a maximum instantaneous voltage dip of 35%, as measured by a digital RMS transient recorder in accordance with IEEE Standard 115. Motor starting performance and voltage dip determination that does not account for all components affecting total voltage dip, i.e., engine, alternator, voltage regulator, and governor will not be acceptable. As such, the generator set shall be prototype tested to optimize and determine performance as a generator set system. K. Vibration Isolation 1. Vibration isolators shall be provided between the engine-alternator and heavy-duty steel base. 2.2 ACCESSORIES A. The air cleaner restriction indicator shall indicate the need for maintenance of the air cleaners. B. The generator set shall be supplied with a 10-ampere automatic float/equalize battery charger capable of charging both lead-acid and ni-cad type batteries, with the following features: i. Automatic 3-stage float to equalization charge ii. Voltage regulation of 1% from no to full load over 10% AC input line voltage variations iii. Battery charging current Ammeter and battery voltage voltmeter with 5% full-scale accuracy STANDBY GENERATOR 263200-11 iv. LED lamp for power ON indication v. Current limited during engine cranking, short circuit, and reverse polarity conditions vi. Temperature compensated for ambient temperatures for-40°C to 60°C vii. Alarm circuit board featuring alarm contacts for low battery voltage, high battery voltage, and battery charger malfunction. viii. UL 1012 Listed ix. CSA Certified C. Skid end caps — Steel plates will be installed on each end of the skid to close in and make the ends of the skid flush. D. The generator set shall be furnished with rodent guards to prevent rodent intrusion and protect internal components. E. Block Heater- The block heater shall be thermostatically controlled, 1,800 watt, 110-120 VAC - single phase, to maintain manufacturers recommended engine coolant temperature to meet the start-up requirements of NFPA 99 and NFPA 110, Level 1. F. Supply flexible fuel lines to provide a flexible connection between the engine fuel fittings and the fuel supply tank piping and for the fuel return lines from the injector pump per engine manufacturer's recommendations. Flex line shall have a protective steel wire braid to protect the hose from abrasion. G. Battery rack and battery cables capable of holding the manufacturer's recommended batteries shall be supplied. H. Remote annunciator panel —The remote annunciator shall meet NFPA 110, Level 1 requirements and enable remote viewing of the generator status. The panel shall be connected to the generator controller via either network communication wires or via hard wired connections. Options shall be available to provide ATS source availability, contactor position, and loaded or unloaded test for up to four transfer switches. The panel shall have the capability to be either flush- mounted or surface-mounted. The annunciator shall meet UL508 requirements. PART 3 EXECUTION 3.1 INSTALLATION A. Comply with packaged engine-generator manufacturers' written installation, application, and alignment instructions and with NFPA 110. B. Equipment shall be installed by the contractor in accordance with final submittals and contract documents. Installation shall comply with applicable state and local codes as required by the authority having jurisdiction. Install equipment in accordance with manufacturer's instructions and instructions included in the listing or labeling of UL listed products. C. Installation of equipment shall include furnishing and installing all interconnecting wiring between all major equipment provided for the on-site power system. The contractor shall also perform interconnecting wiring between equipment sections (when required), under the supervision of the equipment supplier. D. Equipment shall be installed on concrete housekeeping pads. Equipment shall be permanently fastened to the pad in accordance with manufacturer's instructions and seismic requirements of the site. E. Equipment shall be initially started and operated by representatives of the manufacturer. All protective settings shall be adjusted as instructed by the consulting engineer. F. All equipment shall be physically inspected for damage. Scratches and other installation damage shall be repaired prior to final system testing. Equipment shall be thoroughly cleaned to remove all dirt and construction debris prior to initial operation and final testing of the system. STANDBY GENERATOR 263200-12 G. On completion of the installation by the electrical contractor, the generator set supplier shall conduct a site evaluation to verify that the equipment is installed per manufacturer's recommended practice. 3.2 ON-SITE ACCEPTANCE TEST A. The complete installation shall be tested to verify compliance with the performance requirements of this specification following completion of all site work. Testing shall be conducted by representatives of the manufacturer. The initial fuel tank fill shall be by Contractor, with a portion of this fuel supply used for testing. The remaining fuel shall be for use by the Owner. The Engineer shall be notified in advance and shall have the option to witness the tests. The generator set manufacturer shall provide a site test specification covering the entire system. B. Prior to start of active testing, all field connections for wiring, power conductors, and bus bar connections shall be checked for proper tightening torque. C. Installation acceptance tests to be conducted on site shall include a "cold start" test, a two hour full load (resistive) test, and a one-step rated load pickup test in accordance with NFPA 110. Provide a resistive load bank and make temporary connections for full load test, if necessary. D. Perform a power failure test on the entire installed system. This test shall be conducted by opening the power supply from the utility service, and observing proper operation of the system for at least 1 hour. Coordinate timing and obtain approval for start of test with site personnel. 3.3 TRAINING A. The equipment supplier shall provide training for the facility operating personnel covering operation and maintenance of the equipment provided. The training program shall be not less than 4 hours in duration and the class size shall be limited to 5 persons. Training date shall be coordinated with the facility owner. 3.4 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. 3.5 SERVICE AND SUPPORT A. The generator set supplier shall maintain service parts inventory for the entire power system at a central location which is accessible to the service location 24 hours per day, 365 days per year. The manufacturer of the generator set shall maintain a central parts inventory to support the supplier, covering all the major components of the power system, including engines, alternators, control systems, paralleling electronics, and power transfer equipment. STANDBY GENERATOR 263200-13 B. The generator set shall be serviced by a local service organization that is trained and factory certified in generator set service. The supplier shall maintain an inventory of critical power system replacement parts in the local service location. Service vehicles shall be stocked with critical replacement parts. The service organization shall be on call 24 hours per day, 365 days per year. The service organization shall be physically located within 50 miles of the site. C. The manufacturer shall maintain model and serial number records of each generator set provided for at least 20 years. END OF SECTION STANDBY GENERATOR 263200-14 DIVISION 26— ELECTRICAL SECTION 26 32 23—AUTOMATIC TRANSFER SWITCH PART 1 GENERAL 1.1 SUMMARY A. This section includes the following items from a single supplier: 1. Automatic transfer switch 2. Related Accessories as specified B. Related Requirements 1. It is the intent of this specification to secure an automatic transfer switch that has been prototype tested, factory built, production-tested, and site-tested together with all accessories necessary for a complete installation as shown on the plans and drawings and specified herein. 2. Any exceptions to the published specifications shall be subject to the approval of the engineer and submitted minimum 10 days prior to the closing of the bid with a line by line summary description of all the items of compliance, any items that have been are omitted or have been taken exception to, and a complete description of all deviations. 3. It is the intent of this specification to secure an automatic transfer switch that has been tested during design verification, in production, and at the final job site. The automatic transfer switch will be a commercial design and will be complete with all of the necessary accessories for complete installation as shown on the plans, drawings, and specifications herein. The equipment supplied shall meet the requirements of the National Electrical Code and applicable local codes and regulations. 4. All equipment shall be new and of current production by an international, power system manufacturer of generators, transfer switches, and paralleling switchgear. The manufacturer shall be a supplier of a complete and coordinated system. There will be single-source responsibility for warranty, parts, and service through a factory-authorized representative with factory-trained technicians. 1.2 SUBMITTALS A. Submittals 1. Product Data a. The submittal shall include specification sheets showing all standard and optional accessories to be supplied; schematic wiring diagrams, dimension drawings, and interconnection diagrams identifying by terminal number each required interconnection between the generator set, the transfer switch, and the remote annunciator panel if it is included elsewhere in these specifications. 2. Shop Drawings 3. Samples B. Closeout Submittals 1. Maintenance Contracts 2. Operation And Maintenance Data 3. Warranty Documentation AUTOMATIC TRANSFER SWITCHES 263223-1 4. Record Documentation 5. Software 1.3 Quality Assurance A. Regulatory Agency 1. The automatic transfer switch shall conform to the requirements of the following codes and standards: a. UL 1008 - Standard for Transfer Switch Equipment b. NFPA 70 - National Electrical Code 2. Qualifications a. The automatic transfer switch shall be produced by a manufacturer who is ISO 9001 certified for the design, development, production and service of its complete product line. b. A manufacturer who has produced this type of equipment for a period of at least 10 years and who maintains a service organization available twenty-four hours a day throughout the year shall produce the automatic transfer switch. 3. Manufacturers a. The automatic transfer switch shall be furnished by a single manufacturer who shall be responsible for the design, coordination, and testing of the complete system. The entire system shall be installed as shown on the plans, drawings, and specifications herein. b. The manufacturer shall maintain a national service organization of employing personnel located throughout the contiguous United States. The Service center's personnel must be factory trained and must be on call 24 hours a day, 365 days a year. c. The manufacturer shall maintain records of each switch, by serial number, for a minimum of 20 years. 1.4 Delivery, Storage, and Handling A. Delivery and Acceptance Requirements B. Storage and Handling Requirements C. Packaging Waste Management 1.5 Field or Site Conditions A. Ambient Conditions 1. Automatic transfer switch shall operate in the following conditions without any damage to the unit or its loads. a. Ambient Temperature: -4 to 158 Degrees F b. Relative Humidity: 5% to 95% noncondensing AUTOMATIC TRANSFER SWITCHES 263223-2 1.6 Warranty or Bond A. Manufacturer's Warranty 1. The ATS shall include a standard warranty covering two (2) years to guarantee against defective material and workmanship in accordance with the manufacturer's published warranty from the date of initial startup. 2. The ATS manufacturer and its distributor shall maintain a 24-hour parts and service organization. This organization shall regularly engage in maintenance contract programs to perform preventive maintenance and service on equipment similar to that specified. A service agreement shall be available and shall include system operation under simulated operating conditions; adjustment to the generator set, transfer switch, and switchgear controls as required, and certification in the owner's maintenance log of repairs made and functional tests performed on all systems. PART 2 PRODUCTS 2.1 Equipment A. Equipment 1. Furnish and install a service entrance rated, automatic transfer switch with 4-Pole/4- Wire, 800 Amps, 120-208V-3PH/60Hz. Each automatic transfer shall consist of an inherently double throw power transfer switch mechanism and a microprocessor controller to provide automatic operation. All transfer switches and controllers shall be the products of the same manufacturer. B. Manufacturer 1. Automatic transfer switch basis of design is Kohler Service Entrance Rated - Programmed Transition (KEP)/KEP-DMVC-0800SNN. Any alternate shall be submitted for approval to the consulting engineer at least 10 days prior to bid date. Alternate bids shall include a line-by-line clarification of the specification marked with "D" for deviation; "E" for exception, and "C" for comply. 2. ASCO 3. Approved equal C. Enclosure 1. The ATS shall be furnished in a NEMA 3R enclosure. 2. All standard door mounted switches and indicating LEDs shall be integrated into a flush- mounted, interface membrane or equivalent in the enclosure door for easy viewing & replacement. The panel shall be capable of having a manual locking feature to allow the user to lockout all membrane mounted control switches to prevent unauthorized tampering. This cover shall be mounted with hinges and have a latch that may be padlocked. The membrane panel shall be suitable for mounting by others when furnished on open type units. 2.2 Operation A. Operators B. Controls 1. A four line, 20 character LCD display and dynamic 4 button keypad shall be an integral part of the controller for viewing all available data and setting desired operational parameters. Operational parameters shall also be available for viewing and control through the communications interface port or USB. The following parameters shall only be adjustable via a password protected programming on the controller: a. Nominal line voltage and frequency AUTOMATIC TRANSFER SWITCHES 263223-3 b. Single or three phase sensing c. Operating parameter protection d. Transfer operating mode configuration (Standard open transition,) C. Voltage and Frequency 1. Voltage (all phases) and frequency on both the normal and emergency sources shall be continuously monitored. Voltage on both normal and emergency sources and frequency on the emergency sources shall be adjustable with the following pickup, dropout, and trip setting capabilities (values shown as % of nominal unless otherwise specified): a. Parameter Dropout/Trip Pickup/Reset b. Under voltage 75 to 98% 85 to 100% c. Over voltage 06 to 135% 95 to 100% of trip d. Under frequency 95 to 99% 80 to 95% e. Over frequency 01 to 115% 105 to 120% f. Voltage unbalance 5 to 20% 3 to 18% 2. Repetitive accuracy of all settings shall be within ± 0.5% over an operating temperature range of-20°C to 70°C. 3. An adjustable dropout time for transient voltage and frequency excursions shall be provided. The time delays shall be 0.1 to 9.9 seconds for voltage and .1 to 15 seconds for frequency. 4. Voltage and frequency settings shall be field adjustable in 1% increments either locally with the display and keypad, remotely via the communications interface port or USB. 5. The controller shall be capable of sensing the phase rotation of both the normal and emergency sources. The source shall be considered unacceptable if the phase rotation is not the preferred rotation selected (ABC or BAC). Unacceptable phase rotation shall be indicated on the LCD; the service required LED and the annunciation through the communication protocol and dry contacts. In addition, the phase rotation sensing shall be capable of being disabled, if required. 6. The controller shall be capable of detecting a single phasing condition of a source, even though a voltage may be regenerated by the load. This condition is a loss of phase and shall be considered a failed source. 7. Source status screens shall be provided for both normal & emergency to provide digital readout of voltage on all 3 phases (phase to phase and phase to neutral), frequency, and phase rotation. D. Additional Features 1. The controller shall have 3 levels of security. Level 1 shall allow monitoring of settings and parameters only. The Level 1 shall be capable of restricted with the use of a lockable cover. Level 2 shall allow test functions to be performed and Level 3 shall allow setting of all parameters. 2. The display shall provide for the test functions, allowed through password security. The test function shall be load, no load or auto test. The auto test function shall request an elapsed time for test. At the completion of this time delay the test shall be automatically ended and a retransfer sequence shall commence. All loaded tests shall be immediately ended and retransfer shall occur if the emergency source fails and the normal source is acceptable. 3. A contact closure shall be provided for a low-voltage engine start signal. The start signal shall prevent dry cranking of the engine by requiring the generator set to reach proper output, and run for the duration of the cool down setting, regardless of whether the normal source restores before the load is transferred. AUTOMATIC TRANSFER SWITCHES 263223-4 4. Auxiliary contacts shall be provided consisting of a minimum of two contacts, closed when the ATS is connected to the normal source and two contacts closed, when the ATS is connected to the emergency source. 5. LED indicating lights shall be provided; one to indicate when the ATS is connected to the normal source (green) and one to indicate when the ATS is connected to the emergency source (red). 6. LED indicating lights shall be provided and energized by controller outputs. The lights shall provide true source availability of the normal (green) and emergency sources (red), as determined by the voltage, frequency and phase rotation sensing trip and reset settings for each source. 7. A membrane switch shall be provided on the membrane panel to test all indicating lights and display when pressed. 8. Provide the ability to select "commit/no commit to transfer"to determine whether the load should be transferred to the emergency generator if the normal source restores before the generator is ready to accept the load. 9. Terminals shall be provided for a remote contact which opens to signal the ATS to transfer to emergency and for remote contacts which closes to inhibit transfer to emergency and/or retransfer to normal. Both of these inhibit signals can be activated through the keypad, communications interface port or USB. A "not-in-auto" LED shall indicate anytime the controller is inhibiting transfer from occurring. 10. An in-phase monitor shall be a standard feature in the controller. The monitor shall control transfer so that motor load inrush currents do not exceed normal starting currents, and shall not require external control of power sources. The in-phase monitor shall be specifically designed for and be the product of the ATS manufacturer. The in- phase monitor shall be capable of being enabled or disabled from the user interface, communications interface port or USB. 11. The programmed transition feature shall control the transfer so that mechanism is placed in a load disconnect position for an adjustable period of time, giving motor and transformer loads an opportunity to decay to acceptable levels. The programmed transition feature shall be specifically designed for and be the product of the ATS manufacturer. The programmed transition setting shall be capable of being enabled or disabled from the user interface, communications interface port or USB. The controller shall include a built-in time delay for programmed transition operation. This time shall be adjustable from the user interface. The default value shall be 1 second and shall be adjustable from 0 to 60 minutes. 12. A time based load control feature shall be available to allow the prioritized addition and removal of loads based during transfer. This feature may be enabled for either or both sources. 13. The controller shall provide 2 inputs for external controls that can be programmed from the following values: a. Common fault, Remote test, Inhibit transfer, Low battery voltage, Time delay bypass, (Programmed transition only) 14. The controller shall provide two form "C" contact outputs rated for up to 12A @ 240VAC or 2A @ 480VAC that can be programmed from the following values: a. Aux switch open, Transfer switch aux contact fault, Alarm silenced, Alarm active, I/O communication loss, Contactor position, Exercise active, Test mode active, Fail to transfer, Fail to acquire standby source, Source available, Phase rotation error, Not in automatic mode, Common alarm. In phase monitor sync, Load bank control active, Load control active, Maintenance mode active, Non-emergency transfer, Fail to open/close, Loss of phase, Over/under voltage, Over/under frequency, Voltage unbalance, Start signal, Peak shave active, Preferred source supplying load, Standby source supplying load 15. The controller shall be capable of expanding the number of inputs and outputs with additional modules. AUTOMATIC TRANSFER SWITCHES 263223-5 16. Optional input/output modules shall be furnished which mount on the inside of the enclosure to facilitate ease of connections. 17. Engine Exerciser-The controller shall provide an internal engine exerciser. The engine exerciser shall allow the user to program up to 21 different exercise routines based on a calendar mode. For each routine, the user shall be able to: a. Enable or disable the routine b. Enable or disable transfer of the load during routine. c. Set the start time, time of day, day of week, week of month (1st, 2nd, 3rd, 4th, alternate or every) d. Set the duration of the run. e. At the end of the specified loaded exercise duration the switch shall transfer the load back to normal and run the generator for the specified cool down period. All loaded exercises shall be immediately ended and retransfer shall occur if the standby source fails. The next exercise period shall be displayed on the main screen with the type of exercise, time and date. The type of exercise and the time remaining shall be display when the exercise is active. It shall be possible of ending the exercise event with a single button push. 18. Date and time - The date shall automatically adjust for leap year and the time shall have the capability of automatically adjusting for daylight saving and standard times. 19. System Status -The controller shall have a default display the following on: a. System status b. Date, time and type of the next exercise event c. Average voltage of the preferred and standby sources d. Scrolling through the displays shall indicate the following: i) Line to line and line to neutral voltages for both sources ii) Frequency of each source iii) Load current for each phase iv) Single or three phase operation v) Type of transition vi) Preferred source vii) Commit or no commit modes of operation viii) Source/source mode ix) In phase monitor enable/disable x) Phase rotation xi) Date and time 20. Controllers that require multiple screens to determine system status or display "coded" system status messages, which must be explained by references in the operator's manual, are not permissible. 21. Self-Diagnostics - The controller shall contain a diagnostic screen for the purpose of detecting system errors. This screen shall provide information on the status input signals to the controller which may be preventing load transfer commands from being completed. 22. Communications Interface -The controller shall be capable of interfacing, through a standard communications with a network of transfer switches and generators. It shall be able to be connected via an RS-485 serial communication (up to 4000 ft. direct connect or multi-drop configuration). This module shall allow for seamless integration of existing or new communication transfer devices and generators. 23. The transfer switch shall also be able to interface to 3rd party applications using Modbus RTU open standard protocols utilizing Modbus register maps. Proprietary protocols shall not be acceptable. 24. The controller shall contain a USB port for use with a software diagnostic application available to factory authorized personnel for downloading the controller's parameters AUTOMATIC TRANSFER SWITCHES 263223-6 and settings; exercise event schedules; maintenance records and event history. The application can also adjust parameters on the controller. 25. Data Logging - The controller shall have the ability to log data and to maintain the last 2000 events, even in the event of total power loss. The following events shall be time and date stamped and maintained in a non-volatile memory. The controller shall be able to display up to the last 99 events. The remaining events shall be accessible via the communications interface port or USB. a. Event Logging i) Data, date and time indication of any event b. Statistical Data i) Total number of transfers* ii) Total number of fail to transfers* iii) Total number of transfers due to preferred source failure* iv) Total number of minutes of operation* v) Total number of minutes in the standby source* vi) Total number of minutes not in the preferred source* vii) Normal to emergency transfer time viii) Emergency to normal transfer time ix) System start date x) Last maintenance date xi) The statistical data shall be held in two registers. One register shall contain data since start up and the second register shall contain data from the last maintenance reset. 26. External DC Power Supply -An optional provision shall be available to connect up to two external 12/24 VDC power supply to allow the LCD and the door mounted control indicators to remain functional when both power sources are dead for extended periods of time. This module shall contain reverse battery connection indication and circuit protection. 2.3 Accessories A. Programmable Exerciser. A programmable exerciser shall be supplied to allow programming of up to 56 on/off events. B. Seismic Certification. The seismic certification shall be available for 150-3000 amp switches with NEMA 3R enclosures. Certification shall depend on geographic location. Contact local distributor for details. C. Heater, Anti-Condensation. An enclosure heater strip shall be supplied inside the transfer switch enclosure and shall be controlled by an adjustable humidistat. The humidistat shall be adjustable from 35% to 95% relative humidity, factory set at 65%. 120VAC power for the strip heater is to be provided by others. A 15A protective circuit breaker is provided. The heater option shall provide 125W or 250W, pending on the configured kit selection. 2.4 Source Quality Control A Test and Inspection 1. Upon request, the manufacturer shall provide a notarized letter certifying compliance with all of the requirements of this specification including compliance with the above codes and standards. The certification shall identify, by serial number(s), the equipment involved. No exceptions to the specifications, other than those stipulated at the time of the submittal, shall be included in the certification. 2. The ATS manufacturer shall be certified to ISO 9001 International Quality Standard and the manufacturer shall have third party certification verifying quality assurance in design/development, production, installation and servicing in accordance with ISO 9001. AUTOMATIC TRANSFER SWITCHES 263223-7 PART 3 EXECUTION 3.1 INSTALLATION A. The Contractors shall install all equipment per the manufacturer's recommendations and the contract drawings B. All necessary hardware to secure the assembly in place shall be provided by the contractor 3.2 FIELD QUALITY CONTROL A. Provide the services of a qualified factory-trained manufacturer's representative to assist the contractor in start-up of the equipment specified under this section for a period of one working day. The manufacturer's representative shall provide technical direction and assistance to the contractor in general assembly of the equipment, connections and adjustments, and testing of the assembly and components contained therein. B. The Contractor shall provide a copy of the manufacturer's representative's certification. C. The Manufacturer's qualified representative shall conduct a training session for up to five (5) owner's representatives for one normal workday at a jobsite location determined by the owner. The training program shall consist of the instruction on the operation of the transfer switch and the major components within the assembly. D. The manufacturer of the ATS shall also have a national service organization that is available throughout the contiguous United States and is available on call 24 hours a day, 365 days a year. END OF SECTION AUTOMATIC TRANSFER SWITCHES 263223-8 `o IF I No J0 �\ •, � M ail E a Department of Public Works Memorandum 320 E. McCarty Street •Jefferson City, Missouri 65101 • P 573-634-6410 • F 573-634-6562 • www.jeffcitvmo.orq Date: August 27, 2018 To: Steve Crowell From: Eric Seaman P.E., Wastewater Division Director��S� Subject: Stationary Generator for 2320 Hyde Park Road Change Order#1 Attached is a change order that reduces the total contract amount. Less fuel was required to keep a multi-day reserve. It was agreed that we should not store excess fuel it if was not needed. The order represents a 1% reduction from the original contract so it is within your authority to execute this. If you need any other information please contact me. I can be reached at extension 6443. DB:db cc: Project file Writer's file Attachments: Change Order DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT NO. 69-660- $73030 Change Order No.One(1) Project No. 31151 Ord. No. 15783 Date: Job&Location: STATIONARY GENERATOR FOR 2320 HYDE PARK ROAD Contractor: Jeffries Electrical Services It Is hereby mutually agreed that when this change order has been signed by the contracting parties,the following described changes in the work required by the contract shall be executed by the contractor without changing the terms of the contract except as herein stipulated and agreed. DESCRIPTION OF CHANGES: Fuel provided less than contract amount. Note:Item numbers prefixed with"EW'(Extra Work)are new line items to the contract. Quantity in Revised Amount of Item Quantity in Change Contract Overrun or No. Description Unit Contract Order Quantity Unit Price Underrun 1A Credit for diesel not provided LS 0 -1 -1 $667.50 ($667.50) CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: IIWe hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise stipulated herein,for the following considerations: Contract Amount-Deduct$667.50(Six Hundred Sixty Seven Dollars and Fifty Cents)from the Contract Amount Contract Time-There is no change to the Contract Time STATEMENT OF CONTRACT AMOUNT: Amount %Change Time ORIGINAL CONTRACT $68,970.00 0 PREVIOUS APPROVED CHANGE ORDERS $0.00 0.0% 0 TOTAL THIS CHANGE ORDER -$687.50 -1.0% 0 TOTAL OF ALL CHANGE ORDERS -$667.50 -1.0% 0 CONTRACT AMOUNT TO DATE $66,302.50 0 Jeffries Electrical Services 11\ Con dor Date Recommended by: feep,n4 27AU610 City Engineer Date �1 p Verification of Encumbrance: y/2/l�rd- Finance DireL (Date Accepted by: �/ �` //6 Owner•City Administrator/May/ D OW e . Approved as to Form: , 70I t' City Cou' Date PROPOSAL Number - 665 5/17/2018 Project : II>de Park (:cncralor - Fuel Credit - Page I of Jeffries Electrical Services, Inc \ 1:7 ) 7 - 11667 County Road 481 DIT Tebbetts, MO 65080 Office: (573)676-5100 Fax: (573)676-5199 Sender: Paul Jeffries, Project Manager E-Mail: jeffries@ktis.net Base Bid - -- $667.50 To : City of Jefferson Alternate 1 -N/A Alternate 2-N/A 320 E. McCarty Alternate 3 -N/A Jefferson City, MO 65101 Alternate 4-N/A Office : 573-634-6443 Fax : 573-634-6457 Alternate 5-N/A Attn : Eric Seaman Addendas Seen:None We are pleased to provide this credit for the Difference in Deisel Fuel Quantity. Included - Specified Fuel Amount 583 gallons-24 hour tank on generator 316 gallons=Difference of 267 gallons - 267 gallons x$2.50 per gallon=$667.50 Any question,please feel free to call any time 573-680-1571 \ \ Submitted By : Paul Jeffries ` Accepted By : Date :