Loading...
HomeMy Public PortalAboutORD16011BILL NO. 2019-110 SPONSORED BY Councilman Hussey ORDINANCE NO. 11,011 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH CENTRAL MISSOURI OVERHEAD DOOR, IN THE AMOUNT OF $50,250 FOR THE REPLACEMENT OF BUS BARN AND BUS WASH OVERHEAD DOORS AND OPERATORS. WHEREAS, Central Missouri Overhead Door is the apparent lowest and best bidder on the Overhead Door Replacement Project. NOW, THEREFORE BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. Central Missouri Overhead Door is the apparent lowest and best bidder on the Overhead Door Replacement Project. Section 2. The Mayor and City Clerk are hereby authorized and directed to execute a grant agreement with Central Missouri Overhead Door. Section 3. The agreement shall be substantially the same in form and content as the 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: `141r /10, 0-b1) e,tm/t, Presiding Officer ATTEST: Approved: (-117 1 it a-0 ,240 OPIA-ce ( Mayor Carrie Tergin APPROVED AS TO FORM: City Ierk City • d nselor CITY OF JEFFERSON CONTRACT FOR OVERHEAD DOORS REPLACEMENT THIS CONTRACT, made and entered into the date last executed by a party as indicated below, by and between Overhead Door Company of Central Missouri, a D.H. Pace Company, Inc., hereinafter called "Contractor", and the City of Jefferson, Missouri, a municipal corporation, hereinafter called "City." WITNESSETH: That Whereas, Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies for the following City improvements: removal and proper disposal of existing overhead doors, openers and related parts, providing new doors, openers and related parts, and installing all items to provide fully operational garage overhead doors at the City's Bus Barn and Bus Wash Facility, 820 East Miller Street, Jefferson City, Missouri, 65101, hereinafter described in Exhibit A. NOW THEREFORE, the parties to this contract agree to the following: I. Scope of Services. Contractor agrees to provide all supervision, labor, tools, equipment, materials and supplies for the removal and proper disposal of existing overhead doors, openers and related parts, providing new doors, openers and related parts, and installing all items to provide fully operational garage overhead doors at the City's Bus Barn and Bus Wash Facility, 820 East Miller Street, Jefferson City, Missouri, 65101, hereinafter described in Exhibit A. In the event of a conflict between this agreement and any attached exhibits, the provisions of this agreement shall govern and prevail. 2. Payment. The City hereby agrees to pay Contractor 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 Purchasing Agent of the City of Jefferson, and in accordance with the rates and/or amounts stated in the bid of Contractor dated February 17, 2020, which are by reference made a part hereof. No partial payment to Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this contract shall not exceed Fifty Thousand Two Hundred Fifty Dollars ($50,250.00). 3. Manner and Time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform, and to perform said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws, within sixty (60) 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. 4. IReserved.j 5. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: A. Workmen's Compensation Insurance for all of its employees to be engaged in work under this contract. B. Contractor's Public Liability Insurance in an amount not Tess than $3,000,000 for all claims arising out of a single occurrence and $500,000 for any one person in a 1 single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo, and Contractor's Property Damage Insurance in an amount not less than $3.000,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence. City shall be named as an additional insured on such policy. C. Automobile Liability Insurance in an amount not less than $3,000,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence. City shall be named as an additional insured on such policy. D. f Reserved.l E. Subcontracts - In case any or all of this work is sublet, the Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs A., B., and C. hereof and in like amounts. F. Scope of Insurance and Special Hazard. The insurance required under Sub- paragraphs B. and C. hereof shall provide adequate protection for Contractor and its subcontracts, respectively, against damage claims which may arise from operations 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 Contractor. 6. 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. 7. Liquidated Damages. The City may deduct Two Hundred Fifty Dollars ($250.00) from any amount otherwise due under this contract for every day Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will ensure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall 2 not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 8. 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. 9. 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. 10. Indemnity. To the fullest extent permitted by law, the Contractor will indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from and against any and all claims, damages, losses, and expenses including attorneys' fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this paragraph. see Addcndum A. KAT 11. Payment for Labor and Materials. 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. 12. Supplies. Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062, RSMo 1986 as amended. 13. Performance and Materialman's Bonds Required. 3 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, excluding the cost of chemicals. 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 b. Addenda c. Information for Bidders d. Notice to Bidders e. Signed Copy of Bid f. Drawing and/or Sketches 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 contract 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. In the event that either party shall seek to enforce the terms of this contract through litigation, the prevailing party in such action shall be entitled to receive, in addition to any other relief, its reasonable attorney's fees, expenses and costs. 4 20. Amendments. This contract may not be modified, changed or altered by any oral promise or statement by whosoever 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 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 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. 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. Construction Safety Program Requirements. Contractor shall require all on-site employees to complete the ten-hour safety training program required pursuant to Section 292.675 RSMo, if they have not previously completed the program and have documentation of having done so. All employees working on the project are required to complete the program within sixty (60) days of beginning work on the Project. Any employee found on the worksite subject to this section without documentation of the successful completion of the course required under subsection (a) shall be afforded twenty (20) days to produce such documentation before being subject to removal from the project. Pursuant to Section 292.675 RSMo., Contractor shall forfeit as a penalty to City two thousand five hundred dollars ($2,500.00) plus one hundred dollars ($100.00) for each employee employed by 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 periods in subsections (a.) and (b.) have elapsed. City shall withhold and retain from the amount 5 due Contractor under this Contract, all sums and amounts due and owing City as a result of any violation of this section. 26. Federal Funds to be Used. The City of Jefferson is a recipient of federal grant funds. Therefore, the grant requirements in Attachment B shall be fully considered in preparing responses and performing work under any resulting award. 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 Overhead Door Company of Central Missouri, a D.H. Pace Company, Inc., 2401 Industrial Drive, Columbia, Missouri, 65202. The date of delivery of any notice shall be the second full day after the day of its mailing. CITY OF JEFFERSON, MISSOURI Carrie Ter in, Mayor Date: OVERHEAD DOOR COMPANY OF CENTRAL MISSOURI, A D.H. PACE COMPANY, INC. Digitally signed by Dan Hiller Date: 2020.03.11 16:0319-05'00' Title: Date: ATTEST: ATTEST: MW Regional Manager City lerk Title: APPROVED AS TO FORM: 6 Addendum A Notwithstanding the foregoing: The extent of D.H. Pace Company, Inc.'s liability under this provision shall be expressly limited to damages, injuries or losses caused by the acts or omissions of D.H. Pace (including the acts or omissions of D.H. Pace's subcontractors and suppliers). The parties further agree that the extent of D.H. Pace Company, Inc.'s liability and duty to defend pursuant to this indemnity provision shall be expressly limited to damages, losses, litigation expenses and costs, and attorneys' fees directly resulting from or caused by the acts or omissions of D.H. Pace (including the acts or omission of D.H. Pace's subcontractors and suppliers). KAT CITY OF JEFFERSON JEFFERSON CITY, MISSOURI OFFICE OF THE PURCHASING AGENT Request for Proposal: Bid No. P3100 Subject: Overhead Door Replacement Bus Barn and Bus Wash Facility Closing Date: Bids must be received at the following address no later than 1:30 p.m. on February 20, 2020. Please indicate the bid number on the envelope Buyer: City of Jefferson 320 E McCarty Street Jefferson City, MO 65101 Leigh Ann Corrigan LCorrigan@a j effcitymo.org (573) 634-6325 Invitation to Bid Introduction and General Information Scope of Work Door Specifications Bid Information and Regulations Bid Submission Evaluation and Award Attachments Bid Response Packet 1 Request for Proposal Overhead Door Replacement (Public Notice) Sealed bids will be received at the Office of the Purchasing Agent for Overhead Door Replacement at the City of Jefferson's Bus Barn and Bus Wash as described in specifications available at that office. Bids will be received at the Office of the Purchasing Agent, 320 E. McCarty St., Room 202, Jefferson City, MO 65101 until February 20, 2020 at 1:30 p.m. Bids will not be opened publicly. For additional information, contact Leigh Ann Corrigan at 573-634-6325. 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 three business days to process the request. Equal Opportunity Employer NEWS TRIBUNE City of Jefferson February 5, 2020 Finance Department 320 E. McCarty St. Jefferson City, MO 65101 (573) 634-6325 2 INTRODUCTION AND GENERAL INFORMATION Introduction The City of Jefferson, herein referred to as City, is requesting bids for the replacement of 12 commercial overhead doors located at the Bus Barn and Bus Wash Facility, 820 East Miller Street, as described herein. Competitive sealed bids are being solicited for the provision of all materials, supplies, equipment and labor necessary to remove and properly dispose of existing overhead doors, openers and related parts, provide new doors, openers and related parts and install all items to provide fully operational garage overhead doors as specified. Questions All questions concerning specifications must be submitted to the Buyer in writing. Buyer contact information is listed on the front cover of this IFB. Replies will be issued to all bidders of record in the form of an addendum to the specifications and will become a part of the contract documents. Questions received less than seventy-two (72) hours prior to bid opening may not be answered. Appointments to view the area may be made by contacting Mark Mehmert (573-634-6599) between the hours of 8:00 a.m. and 4:30 p.m. Monday through Friday. It is the sole responsibility of the bidder to view the location and conditions in which the work will be completed. It is further the responsibility of the successful bidder to take their own measurements and determine materials lists. Contractors will not be given extra payments for conditions which can be determined by examining the site and documents. SCOPE OF WORK General Requirements The contractor shall provide all materials, supplies, equipment and labor necessary to remove and properly dispose of existing overhead doors, openers and related parts; provide new doors, openers and related parts; and install all items to provide fully operational garage overhead doors as specified. Color to be chosen at award. Contractor's Duties The Contractor shall remove 12 overhead doors, operators and related parts and property dispose of the items. There are ten (10) doors on the bus barn: five (5) on the east side which is the entrance and five (5) on the west side which is the exit. There are two (2) doors on the bus wash. The bus wash doors must be designed for wash bay applications with wet/damp environments and must feature water and oil tight controls and enclosures. 3 Except as specifically noted, the contractor shall provide and pay for: 1. labor, materials, supplies, and equipment necessary to complete all requirements; 2. tools, construction equipment, and machinery; 3. water, heat and utilities required for construction; and 4. other facilities and services necessary for proper execution and completion of work; and 5. be responsible for all materials, supplies, equipment and labor to load, transport to an approved landfill, and properly dispose of all materials removed from the building. The contractor shall secure and pay, as necessary, for the proper execution and completion of work, at time of receipt of bids: 1. permits; 2. government fees; and 3. licenses. The contractor shall: 1. provide required notices to the City; 2. comply with codes, ordinance, rules/regulations, orders and other legal requirements of public authorities which bear upon performance of work; 3. enforce strict discipline and good order among employees. Do not employ unfit persons or persons not skilled in assigned task; and 4. thoroughly clean the contractor's access areas of all trash, debris, dust, dirt, etc. upon completion of the contract. The contractor shall clean any stains on perimeter walls and floors resulting from the contractor's work. Perimeter walls and floors shall be cleaned to the satisfaction of the City. The contractor shall be responsible for all measurements. The bus wash doors are a different size than the bus barn doors. Commencement of Work Notwithstanding any delay in the preparation and execution of the formal contract agreement, the contractor shall be prepared upon written notice of bid acceptance, to commence work within ten (10) days following receipt of an official written order to proceed on the date stipulated on such order. Work is desired to be completed in 14 business days of the start date. Warranty and Guarantees Upon completion and acceptance of project, the contractor shall guarantee all products, installation and labor provided under this bid for the period indicated on the bid form. No later than three (3) months prior to the expiration of the guarantee period indicated on the pricing page, the contractor shall perform an inspection, along with the City, of all work 4 performed. All deficiencies noted at this inspection, or at any other time during the guarantee period, will be repaired by the contractor at no cost to the City. The warranties are to be assignable without charge if the intended use of the building remains similar and consistent with its usage at the commencement of the warranty. The contractor guarantees that all work performed under this contract, conforms to the contract requirements and is free from any defective material or workmanship performed by the contractor. Under this warranty, the contractor shall remedy, at his own expense, any such failure. The Contractor shall provide no less than a one year warranty on both product and installation. Permits The contractor shall be responsible for obtaining all permits including any necessary for moving equipment over the streets or highways. The contractor shall comply with all laws, ordinance, rules and regulations of governmental authorities affecting the conduct of the proposed work. Before the completion of the contract, the contractor shall furnish to the City, any and all certificates of approval resulting from required inspections. Labor Conditions Contractor shall comply with and shall cooperate with the City in enforcing jobsite conditions which directly affect the performance of work including but not limited to starting and quitting time, smoking regulations, check-in and check-out procedures, job safety regulations and daily clean-up. Work Limitations Care must be exercised at all times to maintain safe clearance and safe working practices, both for equipment and personnel, in order to avoid injury or service interruption. All job personnel must be made thoroughly acquainted with hazards involved. It shall be the contractor's responsibility, working with the construction supervisor, to make this condition clear to all contractors' personnel. Delivery and Storage The contractor shall provide suitable facilities and shall store all materials supplied to him. Storage of the material and equipment on the jobsite area shall be as designated by the construction supervisor and so located that it will not interfere with the City's personnel or operation. 5 Any materials received will be unloaded and stored by the contractor. The contractor shall be responsible for inspecting and hauling all materials from point of storage to the job site unless otherwise stated in specifications. It shall be the contractor's responsibility to perform inventory and ascertain that all materials are on hand as required. The contractor shall notify the City's construction supervisor at once of any material shortages or damage to allow replacement without delaying the progress of the work. After acceptance of equipment or materials, contractor will be responsible for loss or damage. City Responsibilities The City will remove equipment from the areas to provide clear access to areas of work. The City will vacate the area around each door while work is in progress. It shall be noted that the Bus Barn and Bus Wash facility will remain open for regular operations during the work. Work hours for this project will be Monday through Friday, 8:00 a.m. to 4:30 p.m. The facility will require that the building be secured each evening and prefers work on one door at a time in order to continue regular operations. DOOR SPECIFICATIONS Micro -Grooved Commercial Doors with Urethane Core Foamed -in -Place Panels: Monolithic plank sections, 18", 21", or 24" high by width of door. Exterior Skin: 26 gauge commercial quality woodgrain textured steel with micro -groves. Hot dipped galvanized coating, polyester primer and topcoat brown similar to existing doors. Interior Skin: 27 gauge commercial quality steel. Hot dipped galvanized coating, polyester primer and topcoat in white. Section Thickness: 2" Panel Profile: Four evenly spaced micro -grooves per section. Joint Design: Tongue and groove rails with full thermal break. Insulation: 1-7/8" CFC free urethane foamed in place to exterior and interior skins. R -Value minimum of 17*, 0.057 U -Value. *R -Value testing is in accordance with ASTM C518 standards. Reinforcement Plates: 24 Gauge galvanized steel, 2-1/2" wide, full height of section. 6 End Caps: 20 gauge galvanized steel painted white. Full height of section. Tracks: Hardware: 2" tracks arc roll -formed 17 gauge galvanized steel for doors up through 8'-0" in height. Doors over 8'-0" through 10'-0" will be 16 gauge track. Doors exceeding 10'-0" in height will be 14 gauge track. Tracks to be mounted with track brackets, clip mount angle or continuous jamb angle. Lower tracks arc adjustable to ensure weather -tight fit. Horizontal tracks to be reinforced with angle (min 13 gauge) according to door size and weight. Doors to have 3/12 pitch on horizontal track. Graduated heavy duty hinges (minimum 14 gauge), top fixtures (minimum 12 gauge) and bottom fixtures (minimum 13 gauge) are made of galvanized steel. Roller to have 10 ball bearings with case-hardened steel tire on a solid shaft. Spring Counterbalance: Oil tempered torsion springs are mounted on a cross -header shaft supported by galvanized steel ball bearing end plates and center bracket(s). Springs are custom designed for exact door weight, size and trajectory in accordance with current ANST 102 standards for a minimum of 50,000 cycles. Counterbalance is transferred through galvanized aircraft quality cables secured to bottom of door. Springs may be custom specified for higher cycles when available. Units shall have solid torsion shaft. Trussing: Galvanized trussing provided according to door size and design. Weather-stripping: Double contact bottom seal and flexible gasket between sections. To also include header and jamb seals. Window Lights: 3-24" x 12" lights with 1" insulated glass. Window lights are required for only the five east -facing overhead doors of the bus barn. Window lights are not desired for the bus wash doors. Installation & Framing: Torsion spring mounting pads, jamb plates, header plates and associated track system hangers shall be furnished by other than door manufacturer. All installation quality and workmanship is the responsibility of the Contractor and is to be executed in accordance with the door manufacturer installation instructions, local and state building codes and work site safety regulations. Torsion Shaft Height: Seven (7) doors to have torsion shaft at 20'7" and One (1) door at 19'1" 7 Electric Openers: (to accommodate chain hoist). Openers shall be Liftmaster H5011L5 commercial opener or equal matching existing phase and voltages. All doors shall have a standard commercial 3 -button (open, stop, close) door opener mounted near the door. Photo Cell Safety: Doors shall be installed with two (2) sets of photo cell safety. One set at the bottom of the track and the other set mounted 32" off the floor. Remotes: All units shall be supplied with external coax antenna remoted to the exterior of the building. Bus Wash — it is desired to have remote door openers where a single opener shall open and/or close both doors. It is desired to have two (2) remotes. Bus Barn — it is desired to manage as few remotes as possible to open and/or close the Bus Barn doors. It is desired to open/close multiple doors from one remote or on as few remotes as practical and economical. It is desired to have two (2) sets of remotes. Electrical Work: The contract shall supply a licensed electrician to provide all electrical work required to complete the installation. Auxiliary Chain Hoist: All doors to have auxiliary chain hoist installed to make the doors operable during power failures. BIDDER INFORMATION 1. Bids shall be submitted F.O. B. Jefferson City, Missouri 65101. 2. Items to be shipped as specified in the request for bid. 3. All bids must be submitted on the attached forms, and be signed by the bidder with his name and address. 4. Bidders may withdraw their bid after depositing with the Purchasing Agent at any time prior to the stipulated time for opening of such bids. No bid may be withdrawn within thirty (30) days after the opening thereof, unless obvious errors are apparent. 5. RIGHT TO ACCEPT OR REJECT BIDS. The right is hereby reserved to accept or reject 8 all or part of any bid, to waive informalities and to request new bids as the interest of the City may require. 6. DELIVERY MAY BE MADE A BASIS FOR AWARD. The award may be based upon delivery as well as price; whichever serves the best interest of the city. 7. Bidders should submit complete descriptive literature, a detailed specification of the brand/item bid and detailed instructions on how each piece of equipment is to operate. 8. Payment will be made upon receipt and acceptance of items requested. Invoices must be sent to Transit Division, 820 E. Miller St., Jefferson City, MO 65101. Partial payment may be made for partial receipt of goods or services. 9. The City of Jefferson is tax exempt by law. Do not include tax in bidding. A federal tax exempt certificate will be furnished when requested. 10. COOPERATIVE PROCUREMENT. The City has entered into cooperative purchasing agreements with Cole County and the Jefferson City Housing Authority. Cole County and/or the Jefferson City Housing Authority may or may not request an unknown quantity of goods or service under this bid during the bid period or resulting agreement period at the same prices, terms and conditions stated herein. It is understood and agreed that each participating political subdivision will make its own separate contract with the successful bidder, that each participating political subdivision shall only be liable to the successful bidder for materials or supplies contracted for by such political subdivision without any liability for purchases contracted for by any other participating political subdivision, and each successful bidder shall be required to bill each participating political subdivision directly for the materials or supplies purchased by it. 11. RESTRICTIVE CLAUSE. Bidders must contact the Office of the Purchasing Agent at least five (5) days prior to the bid opening if any of the specification contains restrictive language or requirements that render him unable to bid. 12. PROPRIETARY PRODUCTS. Any piece of equipment described herein that is a proprietary product, or the use of a manufacturer's or vendor's brand name, is referenced with the intent to indicate a standard of design desired by the buyer and shall not be construed to exclude other manufacturer's products of comparable quality. The buyer reserves the right to determine the quality of the equipment offered. 13. 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. 9 14. 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 three business days to process the request. 15. FEDERAL TERMS. This procurement will be partially paid with Federal Transit (FTA) funds requiring additional federal terms to apply. See Attachment A for the applicable federal terms. 16. PREVAILING WAGE. Should the cost of this project be equal to or greater than $75,000, 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. The current Wage Order for Cole County is can be found at https://laborwebapps.mo.gov/dls/prevailingwage. It is also in Attachment C. BID SUBMISSION Bid Submittal Bidders must complete all information in the Bid Submittal packet. The Bid Submittal packet must be received at 320 E. McCarty St, Jefferson City, MO 65101 no later than 1:30 pm on February 20, 2020. Bids received after this date and time will not be considered. Bidders should also submit information (literature, brochures, etc.) for the equipment they are proposing. Changes to Bid Documents Changes to contract documents prior to bidding will be by addendum issued by the city. Prospective bidder shall acknowledge receipt of all addenda on bid forms. Bid Security Bid Security in the amount of no less than five (5%) percent of the total amount of the bid shall accompany the bidder response. Bid security shall be in the form of a certified check or bid bond made payable to the City of Jefferson. Bid security will be returned after award of the contract except to the successful bidder. Should the successful bidder fail or refuse to execute the performance bond and the contract required within seven (7) days after he has received notice of acceptance of their bid, he shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. 10 Performance and Material Bonds The successful contractor shall provide a bond to the City before work is to commence, and no later than ten (10) working 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. Insurance The successful bidder agrees to obtain and maintain throughout the term of the contract all insurance as specified in the sample contract, Attachment B. Subcontractor Listing The general contractor shall submit the names of all principal subcontractors, if any, with the bid. Subcontractors shall be pre -approved by the City of Jefferson before commencement of any work on the project. Federal Work Authorization Program Contractors that meet the definition of a business entity as defined in section 285.525, RSMo, pertaining to section 285.530, RSMo, providing services exceeding $5,000, shall maintain enrollment and participation in a federal work authorization program with respect to the employees hired after enrollment in the program who are proposed to work in connection with the contracted services included herein. If the contractor's business status changes during the life of the contract to become a business entity as defined in section 285.525, RSMo, pertaining to section 285.530, RSMo, then the contractor shall, prior to the performance of any services as a business entity under the contract enroll and participate in a federal work authorization program such as E -Verify. Contractors must, by sworn affidavit and provisions of documentation (copy of E -Verify Memo of Understanding Electronic Signature Page) affirm their enrollment and participation in a federal work authorization program. Contractors shall sign an affidavit affirming that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. See Affidavit of Compliance with Section 285.525-285.550 RSMo in the Bid Submittal Packet. 11 Laws and Regulations The bidder's attention is directed to the fact that all applicable state laws, municipal ordinance, and rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout. Except as otherwise provided in the contract documents, the Bid Price shall include all applicable federal, state, and local taxes. Missouri Project Exemption Certificate and the City of Jefferson's Missouri Tax Exemption letter will be furnished to the successful contractor. Missouri sales tax should not be included in the bid. EVALUATION AND AWARD Disqualifications The City of Jefferson reserves the right to disqualify bids, before or after opening, upon evidence of collusion with intent to defraud or other illegal practice upon the part of the bidder. Evaluation and Award The IFB will be awarded on a basis of the lowest and best bid submitted by a responsible bidder meeting the specifications and qualifications including full consideration of unit prices and alternates. To determine lowest and best, the IFB will be evaluated as follows: Cost 50 points Doors and remote opener solution 40 points References, technical expertise, and start and completion timing 10 points The bidder is advised that under the provisions of City Code, Section 26A-40, the City reserves the right to conduct negotiations of the proposals received or to award a contract without negotiations. Notwithstanding any delay in the preparation and execution of the formal contract agreement, each bidder shall be prepared upon written notice of bid acceptance, to commence work within ten (10) days following receipt of an official written order to proceed on the date stipulated on such order. Work is desired to be completed in 14 business days of the start date. Execution of Contract Upon acceptance of bid, the contractor shall enter into a contract for this work as outlined by the City. A sample contract is attached and labeled Attachment B Sample Contract. 12 Contractor's Insurance Contractor shall provide insurance as specified in contract sample. Changes to Bid Documents Changes to contract documents prior to bidding will be by addendum issued by the city. Prospective bidder shall acknowledge receipt of all addenda on bid forms. 13 City of Jefferson Finance Department, Purchasing Div. 320 E. McCarty St. Room 202 Jefferson City, MO 65101 Carrie Tergin, Mayor Leigh Ann Corrigan Purchasing Agent ADDENDUM NUMBER 1 BID NUMBER: P3100 OVERHEAD DOOR REPLACEMENT The following information and changes hereby becomes a part of the above request for proposals and shall be fully considered when preparing your response. This information is a result of questions submitted by potential bidders. Question: Standard lead time on Sectional doors is 2-4 weeks. The verbiage below allows for no lead time to get materials. Is this something that the City would consider allowing 30-45 days for completion? Commencement of Work Section Removed: New Section: Notwithstanding any delay in the preparation and execution of the formal contract agreement, the contractor shall be prepared upon written notice of bid acceptance, to commence work within ten (10) days following receipt of an official written order to proceed on the date stipulated on such order. Work is desired to be completed in 14 business days of the start date. Notwithstanding any delay in the preparation and execution of the formal contract agreement, the contractor shall be prepared upon written notice of bid acceptance, to place orders for all materials within five (5) days of written order to proceed on the date stipulated on such order. Contractor shall commence work within five (5) days following receipt of supplies. Work is desired to be completed in 14 business days of the start date. Question: Will the city allow work on (2) doors at once? Installing the door at one opening and then working on tearing down another? City Responsibilities Section Removed: The City will vacate the area around each door while work is in progress. It shall be noted that the Bus Barn and Bus Wash facility will remain open for regular operations during the work. Work hours for this project will be Monday through Friday, 8:00 a.m. to 4:30 p.m. The facility will require that the building be secured each evening and prefers work on one New Section: door at a time in order to continue regular operations. The City will vacate the area around each door while work is in progress. It shall be noted that the Bus Barn and Bus Wash facility will remain open for regular operations during the work. Work hours for this project will be Monday through Friday, 8:00 a.m. to 4:30 p.m. The facility will require that the building be secured each evening and prefers work on one door at a time in order to continue regular operations. The City will allow work on two (2) doors simultaneously as long as the contractor maintains security of the building. Question: It stipulated that the doors be brown exterior and what was installed by the winning bidder was white interior and exterior. Is it safe to assume white will be ok since this is a precedent? Exterior Skin Section Removed: New Section: 26 gauge commercial quality woodgrain textured steel with micro -groves. Hot dipped galvanized coating, polyester primer and topcoat brown similar to existing doors. 26 gauge commercial quality woodgrain textured steel with micro -groves. Hot dipped galvanized coating, polyester primer and topcoat white similar to existing doors. Question: Current Center line of shaft in the bus barn is 203-204" from shaft to finished floor. Specs want it to be at 20'7" (247"). The wash bay doors are at 226" - 228" from shaft to finished floor. Which would you like and what is the reason for the higher lift on the doors? Also there are (12) doors in total for this project. You only list the centerline of shaft for (8) doors? Torsion Shaft Height Section Removed: Seven (7) doors to have torsion shaft at 20'7" and One (1) door at 19'1" (to accommodate chain hoist). New Section: Ten (10) doors to have torsion shaft at 203" — 204" from the shaft to the finished floor in the bus barn and two (2) doors at 226" to 228" from the shaft to the finished floor in the bus wash. Question: Do the doors need galvanized springs and shafts? I do realize all other hardware is galvanized. But it does not call this out particularly. Usually at least the wash bay doors will require galvanized shafts and springs. Spring Counterbalance Section Questioned: Oil tempered torsion springs are mounted on a cross -header shaft supported by galvanized steel ball bearing end plates and center bracket(s). Springs are custom designed for exact door weight, size and trajectory in accordance with current ANST 102 standards for a minimum of 50,000 cycles. Counterbalance is transferred through galvanized aircraft quality cables secured to bottom of door. Springs may be custom specified for higher cycles when available. Units shall have solid torsion shaft. Answer: The bus barn doors do not require galvanized springs and shafts. However, the bus wash doors do require such. Question: Do the Wash Bay operators need to be Nema 4x rated? I would recommend using at least Nema 4x Push Button Stations and Photo eyes at the wash bay. Electric Openers Section Questioned: Openers shall be Liftmaster H5011L5 commercial opener or equal matching existing phase and voltages. All doors shall have a standard commercial 3 -button (open, stop, close) door opener mounted near the door. Answer: Yes, the operators, push button stations and photo eyes for the bus wash must be NEMA 4x rated. This is not the case for the bus barn. Question: I cannot see any work that required us to run High Voltage. Usually low voltage wiring does not require an electrician. Do we have to provide an electrician to run High Voltage control wiring? I talked with Jerry onsite and he told me for the Shop Doors they did a few years ago they did not need an electrician. We of course will run in flex/EPT conduit the low voltage wiring for the antennas and photo eyes. Electrical Work Section Questioned: The contract shall supply a licensed electrician to provide all electrical work required to complete the installation. Answer: For low -voltage photo eyes an electrician is not required. However, if the openers require more than just plugging into a standard outlet which is already there, the electrical inspector indicate an electrician is required. City of Jefferson Finance Department, Purchasing Div. 320 E. McCarty St. Room 202 Jefferson City, MO 65101 Carrie Tergin, Mayor Leigh Ann Corrigan Purchasing Agent ADDENDUM NUMBER 2 BID NUMBER: P3100 OVERHEAD DOOR REPLACEMENT The following information and changes hereby becomes a part of the above request for proposals and shall be fully considered when preparing your response. This information is a result of questions submitted by potential bidders. Comment: It was recommended for the bus wash that the H5011L5 door opener specification be modified so the complete unit is NEMA Type 4 Waterproof, protecting from any overspray or because of damp conditions. Below is the information that was provided in Addendum Number 1. Question: Do the Wash Bay operators need to be Nema 4x rated? I would recommend using at least Nema 4x Push Button Stations and Photo eyes at the wash bay. Electric Openers Section Questioned: Openers shall be Liftmaster H5011L5 commercial opener or equal matching existing phase and voltages. All doors shall have a standard commercial 3 -button (open, stop, close) door opener mounted near the door. Answer: Yes, the operators, push button stations and photo eyes for the bus wash must be NEMA 4x rated. This is not the case for the bus barn. Addendum Number 2 modification related to this topic is as follows: Openers shall be Liftmaster H5011L5 commercial opener or equal matching existing phase and voltages. All doors shall have a standard commercial 3 -button (open, stop, close) door opener mounted near the door. For the bus wash, the complete opener unit shall be car wash modified, NEMA Type 4 Waterproof Rated. Also modified under Contractor's Duties: Statement Removed: The bus wash doors must be designed for wash bay applications with wet/damp environments and must feature water and oil tight controls and enclosures. Statement Replaced With: The bus wash doors must be designed for wash bay applications with wet/damp environments and must feature water and oil tight controls, enclosures, and openers. Attachment B Federal Terms No Government Obligation to Third Parties — (1) The City and contractor acknowledge and agree that, notwithstanding any concurrence by the US Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the US Government, the US Government is not a party to this contract and shall not be subject to any obligations or liabilities to the City, the contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The contractor agrees to include the above clause in each subcontract financed in whole or in part with FTA assistance. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. Program Fraud and False or Fraudulent Statements or Related Acts — (1) The contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 USC 3801 et seq. and USDOT regulations, "Program Fraud Civil Remedies," 49 CFR 31, apply to its actions pertaining to this project. Upon execution of the underlying contract, the contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submittal, or certification, the US Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act (1986) on the contractor to the extent the US Government deems appropriate. (2) If the contractor makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submittal, or certification to the US Government under a contract connected with a project that is financed in whole or in part with FTA assistance under the authority of 49 USC 5307, the Government reserves the right to impose the penalties of 18 USC 1001 and 49 USC 5307(n)(1) on the contractor, to the extent the US Government deems appropriate. (3) The contractor shall include the above two clauses in each subcontract financed in whole or in part with FTA assistance. The clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. Access to Records and Reports — The following access to records requirements apply to this contract: 1. Where the City is not a State but a local government and is an FTA recipient or a subgrantee of FTA recipient in accordance with 49 CFR 18.36(i), the contractor shall provide the City, the FTA, the US Comptroller General or their authorized representatives access to any books, documents, papers and contractor records which are pertinent to this contract for the purposes of 14 making audits, examinations, excerpts and transcriptions. The contractor shall also, pursuant to 49 CFR 633.17, provide authorized FTA representatives, including any PMO contractor, access to the contractor's records and construction sites pertaining to a capital project, defined at 49 USC 5302(a)1, which is receiving FTA assistance through the programs described at 49 USC 5307, 5309 or 5311. 2. Where a City which is an FTA recipient or a subgrantee of FTA recipient in accordance with 49 USC 5325(a) enters into a contract for a capital project or improvement (defined at 49 USC 5302(a)1) through other than competitive bidding, the contractor shall make available records related to the contract to the City, the Secretary of USDOT and the US Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 3. The contractor shall permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 4. The contractor shall maintain all books, records, accounts and reports required under this contract for a period of not less than three (3) years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case contractor agrees to maintain same until the City, FTA Administrator, US Comptroller General, or any of their authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Re: 49 CFR 18.39(i)(11). Federal Changes — The contractor shall comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between the City and FTA, as they may be amended or promulgated from time to time during the term of the contract. The contractor's failure to comply shall constitute a material breach of the contract. Civil Rights Requirement — Use this one. The one below is the wording from FTA and it is very long and confusing to figure out what actually applies to a contractor. The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and federal transit law at 49 U.S.C. § 5332, the contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the contractor agrees to comply with applicable federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: 15 (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and federal transit laws at 49 U.S.C. § 5332, the contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 CFR Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable federal statutes, executive orders, regulations, and federal policies that may in the future affect construction activities undertaken in the course of the Project. The contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and federal transit law at 49 U.S.C. § 5332, the contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the contractor agrees to comply with any implementing requirements FTA may issue. ( c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR Part 1630, pertaining to employment of persons with disabilities. In addition, the contractor agrees to comply with any implementing requirements FTA may issue. (3) The contractor also agrees to include these requirements in each subcontract financed in whole or in part with federal assistance provided by FTA, modified only if necessary to identify the affected parties. Termination — a. Termination for Convenience (General Provision) the City may terminate this contract, in whole or in part, at any time by written notice to contractor when it is in the City's best interest. The contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The contractor shall promptly submit its termination claim to the City. If the contractor is in possession of any of the City's property, the contractor shall account for same, and dispose of it as the City directs. 16 b. Termination for Default [Breach or Cause] (General Provision) If the contractor does not deliver items in accordance with the contract delivery schedule, or, if the contract is for services, and the contractor fails to perform in the manner called for in the contract, or if the contractor fails to comply with any other provisions of the contract, the City may terminate this contract for default. Termination shall be effected by serving a notice of termination to the contractor setting forth the manner in which contractor is in default. The contractor shall only be paid the contract price for supplies delivered and accepted, or for services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the City that contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of contractor, the City, after setting up a new delivery or performance schedule, may allow the contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure (General Provision) the City in its sole discretion may, in the case of a termination for breach or default, allow the contractor an appropriately short period of time in which to cure the defect. In such case, the notice of termination shall state the time period in which cure is permitted and other appropriate conditions. If the contractor fails to remedy to the City's satisfaction, the breach or default or any of the terms, covenants, or conditions of this contract within ten (10) days after receipt by the contractor or written notice from the City setting forth the nature of said breach or default, the City shall have the right to terminate the contract without any further obligation to the contractor. Any such termination for default shall not in any way operate to preclude the City from also pursuing all available remedies against contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that the City elects to waive its remedies for any breach by contractor of any covenant, term or condition of this contract, such waiver by the City shall not limit its remedies for any succeeding breach of that or of any other term, covenant, or condition of this contract. e. Termination for Convenience (Professional or Transit Service Contracts) The City, by written notice, may terminate this contract, in whole or in part, when it is in the City's interest. If the contract is terminated, the City shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. f. Termination for Default (Supplies and Service) If the contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the contractor fails to comply with any other provisions of this contract, the City may terminate this contract for default. The City shall terminate by delivering to contractor a notice of termination specifying the nature of default. The contractor shall only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. 17 If, after termination for failure to fulfill contract obligations, it is determined that the contractor was not in default, the rights and obligations of the parties shall be the same as if termination had been issued for the City's convenience. Disadvantaged Business Enterprise (DBE) — a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The City's overall goal for DBE participation is listed elsewhere. If a separate contract goal for DBE participation has been established for this procurement, it is listed elsewhere. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the municipal corporation deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). d. Since no separate contract goal has been established, the contractor will be required to report its DBE participation obtained through race -neutral means throughout the period of performance. e. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor's receipt of payment for that work from the City. In addition, the contractor may not hold retainage from its subcontractors or must return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed or must return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor's work by the City and contractor's receipt of the partial retainage payment related to the subcontractor's work. f. The contractor must promptly notify the City whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the City. Incorporation of Federal Transit Administration (FTA) Terms — All USDOT-required contractual provisions, as stated in FTA Circular 4220.1F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this contract. The contractor 18 shall not perform any act, fail to perform any act, or refuse to comply with any request that would cause the City to be in violation of FTA terms and conditions. Government -wide Debarment and Suspension (Nonprocurement) — The City agrees to comply with the requirements of 2 C.F.R. part 180, subpart C, as adopted and supplemented by U.S. DOT regulations at 2 C.F.R. part 1200, which includes the following: (a) It will not enter into any arrangement to participate in the development or implementation of contracts with any contractor that is debarred or suspended except as authorized by: 1 U.S. DOT regulations, "Nonprocurement Suspension and Debarment," 2 C.F.R. part 1200, 2 U.S. OMB, "Guidelines to Agencies on Government -wide Debarment and Suspension (Nonprocurement)," 2 C.F.R. part 180, including any amendments thereto, and 3 Executive Orders Nos. 12549 and 12689, "Debarment and Suspension," 31 U.S.C. § 6101 note, (b) It will review the U.S. GSA "System for Award Management," https://www.sam.gov, if required by U.S. DOT regulations, 2 C.F.R. part 1200. The contractor also will comply with federal debarment and suspension requirements when hiring subcontractors, and will review the "System for Award Management" at https://www.sam.gov, if necessary, to comply with U.S. DOT regulations, 2 C.F.R. part 1200, and (2). Buy America — The contractor shall comply with 49 USC 5323(j) and 49 CFR 661, stating that federal funds may not be obligated unless steel, iron, and manufactured products used in FTA - funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CFR 661.7, and include software, microcomputer equipment and small purchases (currently less than $150,000) made with capital, operating, or planning funds. Separate requirements for rolling stock are stated at 5323(j)(2)(C) and 49 CFR 661.11. Rolling stock must be manufactured in the US and have a minimum 60% domestic content for FY2016 and FY2017, a minimum 65% domestic content for FY2018 and FY2019 and a minimum 70% domestic content for FY2020 and beyond. A bidder or offeror shall submit appropriate Buy America certification to the City with all bids on FTA -funded contracts, except those subject to a general waiver. Proposals not accompanied by a completed Buy America certification shall be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Davis -Bacon and Copeland Anti -Kickback Acts (1) Minimum wages — (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due 19 at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph (1)(ii) of this section) and the Davis - Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) Except with respect to helpers as defined as 29 CFR 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting 20 officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and will advise the contracting officer or will notify the contracting officer within the 30 - day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (v)(A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour 21 Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(v) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2) Withholding - The City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, the grantee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records — (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, 22 deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the City for transmission to the Federal Transit Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5 and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. 23 (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees — (i) Apprentices - Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. 24 (ii) Trainees - Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity - The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements - The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment - A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 25 (8) Compliance with Davis -Bacon and Related Act requirements - All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of Eligibility — (i) By entering into this contract, contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in 18 USC 1001. Drug & Alcohol Abuse and Testing — The contractor agrees to comply with the following Federal substance abuse regulations: a. Drug -Free Workplace. U.S. DOT regulations, "Drug -Free Workplace Requirements (Grants), " 49 C.F.R. Part 32, that implements the Drug -Free Workplace Act of 1988 as amended, 41 U.S.C. §§ 8103 et seq., and 2 CFR part 182, b. Alcohol Misuse and Prohibited Drug Use. FTA Regulations, "Prevention of Alcohol Misuse and Prohibited Drug Use in Transit Operations," 49 USC 5331, as amended by Map -21, 49 CFR part 40, 49 USC chapter 53, 49 CFR Part 655, to the extent applicable. Energy Conservation — The contractor shall comply with mandatory standards and policies relating to energy efficiency, stated in the state energy conservation plan issued in compliance with the Energy Policy & Conservation Act. Access Requirements for Persons with Disabilities — The contractor shall comply with 49 USC 5301(d), stating federal policy that the elderly and persons with disabilities have the same rights as other persons to use mass transportation services and facilities and that special efforts shall be made in planning and designing those services and facilities to implement that policy. The contractor shall also comply with all applicable requirements of Sec. 504 of the Rehabilitation Act (1973), as amended, 29 USC 794, which prohibits discrimination on the basis of handicaps, and the Americans with Disabilities Act of 1990 (ADA), as amended, 42 USC 12101 et seq., which requires that accessible facilities and services be made available to persons with disabilities, including any subsequent amendments thereto. 26 Prompt Payment — The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contract receives from the City. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractors work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City. This clause applies to both DBE and non -DBE subcontracts. 27 Attachment C Prevailing Wage Cole County if1iuri �■Division of Labor Standards WAGE AND HOUR SECTION MICHAEL L PARSON, Governor Annual Wage Order No. 26 Sean a.a COLE CO miry n accordance wall Section 220.262 RS Mb 2000, within thirty 30) days ater a certified copy of -.his Annual Wage Ords has been filed with the SECkret3rypf State as indicated bEiDW, any person who may be afected by this Annual Wage Order may object by fling an abjection is t31:Coate with the Ladbor and Industrial Relations Commission, P.O. Box 522, Jefferson City, MO 155/ 02- 0622. Such objections must set forth i wr ng the specific grounds of objcdbon. Each ciciectiun shall certify that a mpg has been furnished to the Dnrisitn of Lasso Stardards, P.O. Bax 442, Jefferson City, MO B5'02-0442 pursuant to 9 CSR 20-5.010( 1). A ceded copy af the Annual Wage Order has been fled with the Sectary of State of Missouri. Orioinal Sled by Taytc+r Burks, Director Division of Lagar Standards Filed W th ec7eiarlr of State: March 8, 2019 Last Date Objections May Be Filed: April: I. 2019 Prepared by Mtesourl department of Labcr and Industrial RNa!Ionr, 35 Etlining Ocrisauchan R1 !or COLE amt.. R L.,..CEI;IEINT PAC E OWLFATPCN.A._ — --E " Cate :e' sa-eme E. c Ree: Asbestos Wacker 1-E .G E13.15-rreAlt, U.1:: BrIcicayer ri-s5.43 Camellia- Lr Lrelaurn Lem 111 lwrighl Mr Gen!' 1.'astin 142.i7 q4-.L7-jr : :— — _- macce.- Terrn #613.113 llide iffire--an:, IFEE.:2 E tc- : as 0.1sIne Linn Lre leas Cmerstr Leeman - Tree Trl rrner Oretne ma), Criakridrria, - Tree T-- —er Elevate( Om structar ; It 33' CdazIer SEZ 75 1145nwsrlte Lrr S17.72 General Laborer First Seris-aldi en Second EernIr In led Masan 1,2A 2Cr' Marble Masan Marti e Flasher Terra= VI:W..5' Flamm Flasher Tle Seger n, Fhisher Operating Emil eer . __ _ . •:— Grckaa I Clcku II Gna.p III Gr ax III -A GTC.X IV Painter liZEI.8:# F Lamer SEE PreFel' ! et 15.1em. Water * 22 2 ' '2 pr.slaer Fitter i-sa.0 Driver -_icli. Central Service Drtver Grckst I Circkri II Orckie III Gnaw IV ".'Ne.1:11.eriain I/LEW! Slan3:13i iscmcw±. • ROA, 2S7 *a; Putts wsit ka oznIls di rj nonwniznyopirm L.11 i& iMin Cizsup •nc rem I WI u merqj ?Ado Li bp PA manks1 E ssogrris IR Now rr-11 •Fal n Is nrodkn /Ur In =Ella Imo WTI Ra11.11v 2S7 2 Ircrwmia, I ricrmas NW -VC Ve • CSDER N. ZS 36 WM I Hear' CC1ri5tnlx:Um Rates lix aec= COLE County OCCUPATIONAL TITLE °' Date D` ',lc/ease Bata:: Hour), Rates • L;'- • • 3- - J `- . 7rTr oLirit tai - Tree Trrtr7_- Laborer 543.f8 rrer-al Lab[xe-r kII ac Latimer Opera = rm En:lneer_ _ -` GoLpI =-oLp II :=ooLp III G OLp IV Trick Driver .__ : T •-.3. CDM! aeri1{ Drt. er G OLp I '4Lp II G -OLP III G -OLP IV Use Fea,y Corsouctlan Rae:. can 1-I21-re.a . and Heayy construction In accordance wits the classifications ar construction work established r o SCR 30-3 C4]3 e. Use SulkIN Construction Rates on Bulking constnsctlon In accordance'Alii the classifications of constnxton work estahlshed In 9 OBR 36-3.D402). If a worker s r:errcrpr ec 000ris cn a heavy eanstrucOon praJec wttsF' an occJo31b92111tle that Is not listed ass the Heavy - :•-_ _._•: a eel, ustthe rate toe the! occupational titer as s.oan cr,the Bulking Goratruct ce Rat! 7he Dhislon 2 -:3^:c received dos!tar 1.]]Creo 73 a =: • :,•RCM° 290.257.4h;i. Public works porta :L e r s.rr waQQe Is enao shed 'or tt s :•c: _:3:: - 3 :: _: y <0a:3 prodded try Mssoud Economic Research and Irrtormation Cerrler, In accordance v. tt "Armed In de--ertai Irrclea=e ANNUAL WAGE ORDER NO. 26 3115 37 OVERTIME and HOLIDAYS OVERTIME For all work performed on a Sunday ora holiday. not less than twice 1:2x'i the preyailinp Burly rate of wags for work of a similar character in the locality in which the mirk is performed or the public works contract'rrg minimum wage, whichever is applicable_ shall Le paid to a. workers employed by c• on behalf &any public body engaged in the construction of public works, exclusive of maintenaie For all overtime work performed, not less than one and one-half (1%) the prevaisrp hourly rate of wades for work of a similar character ik the locality in which the wok is performed or the public works contractiig mininrunr wage, whichever is applicable shall Le paid to a worker's employed bir won behalf of any public body engaged in the construction of public works, exclusive of marrtena.e work or contactual obligation. For purposes a this subdivision, "overtire work" shall elude work Matt exceeds ten hours in one cay and work ik excess of forty hours in one calendar week; and A thirty -minute lunch period on each ca endar coy' s:' -all be allowed for each worker an a public works uoject provided that such bme shal not be considered as time worked. HOLIDAYS Jan..a first; The last Mc^oay in May; July ourth; The first Monday n September, November eleventh; The fourth Thursday in Novernber, and December lwentyr-frfth; If any holiday Falls on a Sunday, the fcbwinp Monday shall be considered a holiday. AN 'MAL `ib' .GE 0110 E3 rio. 26 3014 38 BID RESPONSE PACKET BID NO. P3100 OVERHEAD DOOR REPLACEMENT BUS BARN AND BUS WASH FACILLILTY 820 E. MILLER STREET All items within this section must be completed and returned (1 original and 1 copy) in order to be considered for award. Bids must be received at 320 E McCarty, Jefferson City, MO than 1:30 p.m. on February 20, 2020. Bid Form Authority to Execute Subcontractors Anti -Collusion Statement Contractor's Affidavit Federal Work Authorization affidavit Disadvantaged Business Utilization Statement Statement of Qualifications References and Staffing Information Bid Bond Any other item required by these specifications 39 65101 no later BID FORM Contractor shall submit bids in the following unaltered, format to: City of Jefferson Office of the Purchasing Agent 320 E. McCarty Street Jefferson City, MO 65101 I have received the documents entitled Overhead Door Replacement, Bus Barn and Bus Wash Facility, 820 East Miller Street, along with addenda number 2 , and have included their provisions in this bid. I have examined the documents and site thoroughly and submit the following bid. In submitting this bid, I agree to the following: (1) to hold my bid open for sixty (60) days; (2) to accept provisions in the Bid Information and Regulations; (3) to enter into and execute a contract, if awarded, on the basis of this bid (4) to furnish guarantee bonds in accordance with articles of the General Conditions of Contract; and (5) to complete the work in accordance with contract and bid documents. Provide all materials, supplies, equipment and labor necessary to remove and properly dispose of existing overhead door openers and related parts; provide new doors, openers and related parts; and install all items to provide fully operational overhead doors, as specified. $ 50 ) 7.50, ". Manufacturer and Product bid: AMAfL(l, 2.71126 Sato Doral Dtro-tbkc7 Pook- L5)( bPE D , Bidder to submit full descriptive literature and proposed remote door opener solutions. Bidder may submit alternative remote control solutions. Time period for guarantee of all products, installation and labor 1 A /7.7644 GIL zS PO) GyyCLE5 p P6r»7Dnfi Working days required to commence work after receipt of notice to proceed / Earliest start date 0 3 7 49 2D 2 - Working Working days required to complete work after start date to Discount for prompt payment on invoices only % "" days. Discount will not be evaluated on bid. This bid is firm for 30. days. 40 Do you represent a disadvantaged business? YES NO Do you represent a woman -owned business? YES NO '( Are the products bid manufactured, produced or assembled in the United States? YES X( NO The undersigned bidder represents to the City and to other bidders that his base bid and the estimates on which it is based have been carefully checked and contain no errors and nothing has been omitted in determining the amount of the bid. NAME OF COMPANY PR PACE Co Wc. PBN 010 34e0 Devil_ �7(' CErsTreAL N115501.{.21 AGENT AND TITLE 1 sCC fl.ES i -Of, OJ S - ADDRESS Z q ij I A t 1 f MAL, pa, C,Lb v L 1 Mc) 4052,2 - George Donnelly TELEPHONE 513 - glLi' 3 62-7. DATE Vice President },� ComrnEr.:iai v�neial manacle'SIGNATURE OF BIDDER /`/' Form of Business: Sole Proprietorship Partnership x Corporation _ Limited Liability Corporation 41 The Genuine. The Original. Overhead Door Company of Central Missouri A y--_ PACE Company February 13, 2020 1 Op--y-5f2 Or 4't -e ( �, certify that I am the Secretary of the Corporation named as Bidder herein above; that George Donnelly , who signed the foregoing contract on behalf of the Bidder was then Vice President , of said corporation; that said proposal was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers. Signed: George Donnell Vice Preside Commercial General Manager George Donnelly Vice President Overhead Door Company of Central Missouri l7- SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he shall list them: NA General Office 1313 Grand Avenue • Columbia, MO 65203 • Columbia 573-874-3667 • Jefferson City 573-659-3667 • Toll Free 800-383-9328 • OverheadDoorCentralMO.com AUTHORITY TO EXECUTE If the bidder is a corporation, the following certificate shall be executed on company letterhead. corporate seal (Company Letterhead) I , certify that I am the Secretary of the Corporation named as Bidder herein above; that , who signed the foregoing contract on behalf of the Bidder was then , of said corporation; that said proposal was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers. Signed: corporate seal SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he shall list them: 42 ANTI -COLLUSION STATEMENT STATE OF K CLY\SC S ) COUNTY OF ` A• h $S U� ) Cleo V , 0 Dim 1 _\ '� f being first NAME OF PERSONSI GNING STATEMENT duly sworn deposes and says that he is \l of TITLE OFERSON SIGNING O'�i '+� 41_C11 G'( by t)( C-erI(1r) �S C71•� - COMPANY NAME 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, firrn, association, or corporation making said bid) has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid of any contract which results 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 day of My commission expires: George Donne! Vice Preside Commercial General Manager 202 1 Notary ' ubli - KIRSTEN EDIGER Notary Public. State of Kansas M i t nt x.ire 43 116 State of FEDERAL WORK AUTHORIZATION AFFIDAVIT Affidavit of Compliance with Section 285.525-285.550 RSMo For All Service Agreements in Excess of $5,000.00 nSctA County of ) ) ss Before me, the undersigned Notary Public, in and for the County of J b\(\ 4 - V \ State of \c' N Ct`.( , personally appeared Nei � �03DY (16 McLx L \- ally. },tom P Oki Ace (name), name of companyj, (a corporation), (a partnership), (a sole proprietorship), a limited liability company) and is authorized to make this affidavit, and being duly sworn upon oath deposes and says as follows: (1) that said company is enrolled in and participates in a federal work authorization program with respect to the employees working in connection with the contracted services; and (2) that said company does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. The terms used in this affidavit shall have the meaning set forth in Section 285.500 RSMo., et seq. Documentation of participation in a federal work authorization program is attached to this affidavit. Subscribed and sworn to before me this Signature Name George Donn iy Vice Presi. -ns Commercial General Manager Notary Public My commission expires: C51-1 rJ' ✓0' D" KIRSTEN EDIGER Notary Public, State of Kansas My t cairl�rne4LExpires 44 DISADVANTAGED BUSINESS UTILIZATI©N AGREEMENT A. If awarded, the bidder agrees to attempt to expend 2.12% with Disadvantaged Business Enterprise(s) (DBE). For purposes of this statement, the term "Disadvantaged 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. "Disadvantaged 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 [15u.s.c. 637 (a)]. 6. A female person who requests to be considered as an DBE, and who "owns" and controls" a business as defined herein. Disadvantaged Business Enterprises may be employed as contractors, subcontractors, or suppliers. B. The bidder shall indicate the Disadvantaged Business Enterprise(s) proposed for utilization as part of this contract as follows: Name & Address Nature of Participation Dollar Value 46 Total bid amount: 5 0 2- S 'I'),:� Total c1 , ;2_,S Percentage of Disadvantaged Business Enterprise Participation: I h C. The bidder agrees to certify that the disadvantaged firm(s) engaged to provide materials or services in the completion of this project: (a) is a bona fide Disadvantaged Business Enterprise; and (b) has executed a binding contract to provide specific materials or services for a specific dollar amount. The bidder will provide written notice to the Liaison Officer of the City of Jefferson indicating the Disadvantaged 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 Disadvantaged Business Enterprise(s) has executed a binding contract with the bidder for materials or services should be provided to the DBE Coordinator at the time the bidder's contract is submitted to the DBE Coordinator. Breach of this agreement constitutes a breach of the bidder's contract if awarded. 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. George Donrsel:, Vice Preside�,l Commercial General ro DATE 9-j 2_,02.4) 47 Nam- uthorized Of Sr i ture of Authorized Off er Statement of Qualifications References List a minimum of three locations where the specific flooring bid has been installed and the project completed for a minimum of ninety days: COMPANY 6Q e DATE OF SERVICE ADDRESS CONTACT PERSON TELEPHONE PROJECT NUMBER AND DESCRIPTION: COMPANY c k- -Xk DATE OF SERVICE ADDRESS CONTACT PERSON TELEPHONE PROJECT NUMBER AND DESCRIPTION: co C'.Cck COMPANY PC��— c DATE OF SERVICE ADDRESS CONTACT PERSON _ TELEPHONE PROJECT NUMBER AND DESCRIPTION: 48 5PACE Everything Doors Since 1926 Contractor Reference List * Unable to disclose any additional information due to signed Nondisclosure Agreements* JE Dunn 1001 Locust Street Kansas City, MO 64106 816-474-8600 DPR 3301 Windy Ridge Parkway SE #500 Atlanta, GA 30339 404-264-0404 Kitchell 1707 E. Highland Phoenix, AZ 85016 602-264-4411 McCarthy 7930 Santa Fe Drive Overland Park, KS 66204 913-202-7002 McCown Gordon 422 Admiral Blvd. Kansas City, MO 64106 816-960-1111 Arco -Murray Construction 5840 W. Cypress Street, Suite B Tampa, FL 33607 813-280-6320 Turner Construction 1220 Washington Street, #100 Kansas City, MO 64105 816-283-0555 Clayco Construction 7400 N. Broadway St. Louis, MO 63147 314-429-5100 DH Pace Company, Inc. 1901 E. 119th Street • Olathe, KS 66061 • P 816-221-0543 • F 816-480-2625 • DHPace.com AA E Document A310"- 2010 Bid Bond CONTRACTOR: (Name. legal status and address) Overhead Door Company of Central Missouri, a DH Pace Company, Inc. 2401 N. Industrial Drive Columbia, MO 65202 tnit. OWNER: City of Jefferson City 320 East McCarty Street Jefferson City, MO 65101 BOND AMOUNT: S ""`Five Percent of The Total Amount Bid""' SURETY: (Name, legal status and principal place of business) The Cincinnati Insurance Company 6200 S. Gilmore Rd Fairfield, OH 45014-5141 PROJECT: Overhead Door Replacement Bus Barn and Bus Wash Facility - P3100 5% 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 (1) 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 retrain 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 famished 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 corlunon low bond. ADDrTIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added Information as well as revislons to the standard form text is available frorn the author and should be reviewed. A vertical tine in the left margin of this document indicates where tato author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. AIA Document A310r" — 2010. Copyright 01963,107o and 2010 by The American Institute of Architects. All rights roserved. WARMING: This AIA® Document Is protected by U.$. Copyright Law and international Treaties. Unauthorized reproduction or distribution of this AlAC Document, or any portion of h, may result In severe civil and criminal penalties, and will be prosecuted to the maximum rodent possible under the law. This document was produced by AIA software at 06:09:21 en 01/10/2011 under Order No.9882978369 1 which expires on 0711 3/2 0 1 1, and is not for reset°. User Notes: _ 185020T777) Init. 20th Signed and scaled this day of February 2020 Overhead Door Company of Central Missouri, A DH Company, Inc. (Principal) c, (Seal) Brian C. Gillespie Exec. Vice president frill:) f�'r• The Cincinnati Insurance Company (Sur.. y). Seal) it e) Denise A. Iverson Attorney-in-fact FIA Document A310'm — 2010. Copyright 4> 1983, 1g70 oral 2010 by The AmorIcon Institute of Architects, All rights reserved. WARMING-. This AIA" Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA- Dawrnent, or any portion of it, may result in sevaro civil and crlminat penalties, and will ho prosecuted to the maximum extent possible under dm law. This document wins produced by NA software at .0G:09:21 on 01110/2011 under Order No.00929783691 which expires an 07/13!20 f 1, and Is ncl for resale. User Notes: (859207777) THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Sean R. Miller; Matthew J, Miller; D.C. Pruett; Denise A. Iverson; Dale A. Gebauer; Ben J. Williams and/or Rebecca Ann LiIlcy of Overland Park, Kansas its true and lawful Attomey(s)-in-Fact to sign. execute. seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, up to Thirty Five Million and No/100 Dollars ($35,00,0000.00). This appointment is made under and by authority of thc following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6'" day of December. 1958, which resolution is still iri effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in - Fact of the Company to execute any and all bonds, policies. undertakings, or other like instruments on behalf of thc Corporation, and may authorize any officer or any such Attorney -in -Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attorneys -in - Fact shall he binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and scaled by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a rneeting duly called and held on the 7ie day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may he affixed by facsimile on any power of attorney granted. and the signature of the Secretary or Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this $°i day of March, 2017• S IA;IE OF OHIO ) ss: COUNTY OF BUTLER ) THE CINCINNATI INSURANCE COMPANY Vice President On this 8th day of March, 2017. before me came the above-named Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly afllxcd and subscribed to said instrument by the authority and direction of said corporation. estAL g I Pk ir 0100 r. *I 3 MARK J. HULLER, Attorney at Law NOTARY PUBLIC - STATE OF OHIO My commission hes no expiration date. Section 147.03 O.R.C. I, the undersigned Secretary or Assistant Secretary ofTIIE CINCINNATI INSURANCE COMPANY, hereby certify that thc above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. GIVEN under my hand and seal of said Company at Fairfield, Ohio. this 20111 day of February 2020 1 SEAL 0 BN -1005 (3i17) Secretary ENTRE/MATIC Amarr Energy Efficient Polyurethane Insulated Sectional Doors www.amarr.com Amarr 2742B12742C 2" HEAVY-DUTY High Energy Efficiency Pencil groove design for added strength R -Value 19.4 sits High R -Value Doors to Meet ALL Your Needs Amarr polyurethane insulated products are our top-of-the-line energy efficient doors; constructed using CFC -free polyurethane insulation to create a strong monolithic panel. Heavy-duty 14 -gauge minimum galvanized steel hinges standard. AmarrE2743 3" SUPER -DUTY Superior Energy Efficiency Exceptional performance for long-term value R -Value 28.0 1111111110111111. Amarr®2042 2" EXTRA HEAVY-DUTY High Energy Efficiency Rush modern Look R -Value 19.4 1100 Ama rr 2741 1-3/8'" MEDIUM -DUTY Energy efficient Competitively priced R -Value 14.5 Amarr3040 1" MEDIUM -DUTY Energy efficient and economical Ideally suited for vertical dock doors Amarr"2747 1-518" HEAVY-DUTY Versatile replacement section Compatible with other manufacturer's shiplap doors R -Valu e 10.1 R-Vatue 15.1 r/ PANEL DESIGNS AMARR 2042: FLUSH PANEL AMARR 2743, 2742, 2749 and 3844: PENCIL GROOVED WINDOW OPTIONS 76a 13' DOUBLE INSULATED ACRYLIC WINBDWS YAIh BLACK FRAME Not anarWAI• tar Amor 2243 AMARR 22747: WIDE GROOVE ,.mprr x:eN d4ar Are we paehle.l 1pr ***In enlsr.e e11Aalnt mysfL ' be 4e V.:ut irlarA.Com la m,rrac''renx on p unl,AY A,, Ia:H a.* mala sAmay •A,1 rrPm •,;lmpiea xM1t++^r COMMERCIAL GRAY";C71 74"1 I r TEMPERED INSULATED GLASS wan BLACK (AWHILE FRAME No! aradable !or Aman 2747 8 3046 ■ E■ INN RN u•. • OEMs MMMMM MN COMMERCIAL BROWN fr'aI 41- 1.1,160, -Adv. Ts,c Pr,,. 4cwr7.:wobe:. 2Vi 2 -TEMPERED INSULATED 14 BLACK FRAME i ayadab:r rer Amaro Jail) Repair Any 1-5/8a' Shiplap Door • Compatible section profile • Similar exterior and interior groove designs • Comparable section weights requires no spring change 24-a E DOUBLE INSULATED ACRYLIC WINDOWS xnth BLACK FRAME Not 44;444.44w Aerwrr 7743.77416 3049 Air Infiltration Performance hfAtrat L -TYPE TOP SEAL h(iltraiioni REVERSE ANGLE JAMB SEAL • Meets Building Energy Efficiency Standards: ASHRAE 90.1 IECC® 2015 CA Title 24 2016 • 3rd party certification tested • Certification available for Amarr 2743, 2042, 2742, 2741 and 3040 Both seats required to meet the above standards DAMAGED COMPETITIVE DOOR REPAIRED DOOR WITH AMARR 2747 REPLACEMENT SECTION Amarr 2042 and 2742 Options ALUMINUM SECTION GLAZED ALUMINUM CLEAR ANODIZE PERFORATEDALUMINUM1 LOUVERED ALUMINUM 0.212' square pertorance, on h- centers 6 co4rr,n, cl1121i, sydvents en 0.4'a 24'q e1 DARK BRONZE A*°ODJZE 1 Also avakah4 in Mill lien, BLACK ANODIZE 1 WHITE POWCER COAT Actual color may vary from %emotes . SUPERFLEX IMPACT SECTION SuperFlex sections flex in & out 8"-10" High-performance TPO skins on a flexible fiberglass tube frame helps minimize Lower door section damage commonly found in today's busy warehouses. Polyurethane Insulated Steel. Doors Specifications SPECIFICATIONS DOOR THICKNESS PROFILE OESION EXTERIOR STEEL THICKNESS PANEL DESIGN STEEL EMBOSSMENT CONSTRUCTION LAYERS INSULATION' R -VALUE' HINGE REINFORCEMENT BOTTOM WEATHER SEAL Ica -Extruded NCI 00001100TH MIN D OOR WIDTH MAX 000R HEIGHT MEN O 000 HEIGHT MAX P ASS DOOR 0101610011 SECTIONS WINO LOAD'AVAILABLE PAINT FINISH WARRANTY" WORKMAHSHIPIHAROWARE WARRANTY' Super -Duty Extra Heavy -Cu Amarr2743 Amarr2042 3'17.4cm1 2'15.1cmi Tongue and Groove Tongue and G 27ga 24 ga Pencil Groove Flush Stucco Stucco Triple Tripe Polyurethane Potyurelhan 28.0 19 4 Continuous Strip Continuous Strip Triple Contact bual Contact 5' 5' 40' T. 40' 2 T T 26' I" 26. 1" • 10 Years 1 Year I OYears 1 Year Heavy -Duty 2742B 2742C T 15.lunl Tongue and Groove 27 ga Pencil Groove Stucco Triple Polyurethane 19.4 Backer Continuous Plate Strip Dual Contact 5' 40' Z"' 7' 26'1` 10 Years 1 Year Heavy -Duty Medium -Duly Medium -Duly marr 2747 Amarr 2741 Amarr 3040 1-5/8-14.Icm4 1-3/8-13.5mi1 1' (2,541n1 Shiplap Tongue and Groove Tongue and Groove 27 ga 27 ga .012' Wide Groove Pencil Groove Pencil Groovy Stucco Stucco Stucco Triple Triple Triple Polyurethane Polyurethane Polyurethane 15.1 14.5 10.1 Continuous Strip Backer Plate Backer Plate Triple Contact Dual Contact Dual Contact 5' 5' 4. 24' 2" 20' 2' 20' 2" 7' 7' 7 26' 1" 14' 1' 16' 1- 10 Years 1 Year 10 Years 1 Year lO Years 1 Year PASS 000R wvth Staailesssmo.rame Available in door sizes up to 16'2" wide x 16' tall. Wind load option not available. Trade Ali Amarr doors are available with bath Tor 3 -track in Standard Lilt, High Lift Vertical lin. Rapid Install Vertical Lin, Low Headroom, and Follav the Roof Pitch. Custom track configurations are also available. For drawings end more inlarmanon, please visitwerwunarrmm. RAPID Rapid Instal1Veeleal LM: Designed "lasTALL specifically for comrcacalwarehouse and dock doors and seas appose-matey20 minutes of instaltalon tone per door chub fewer iamb attachments and a pre.assembied, one-piece track Available for door sixes unto 9'4"x10'. Forman inlmmation. please visit w+valarerncom Springy Toulon springs are et tempered, helical wound and custom canputed for each door fora minimum 140001 cycle file. Optima' springs are available up W104= cycle He. Standard Hardware: Galvanized steel hinges and track brackets. All rollers have minimum 10 -ball bearings Insulation has passed self -ignition, flzmespread and smvkc developed index fire testing. Crural:: door section R -value is in accordance with OASMA TOS -161. Amarr NW and 2742 R-oatue rested and verified aceaNaree to *STM Sin by an independent Lek. a his your responsibility to make sure your garage door meets local budding codes. 4 For complete warranty details, visit amarr,cem nr contact your local Amarr dealer. e Available dour wiiitl, and height depends on total door weight 4o1a1 doer weight cannot exceed 6251b% ler T track or 221301bs Ter T 'rack Our Philosophy. Since 1951, we have successfully raised the standards of quality, value, and dependability in the garage door industry. Today, with the same promise of individual attention and great value for all our customers, we remain committed to offering Amarr products and services that raise those standards even higher. Your Local Amarr Dealer: ENTRE'%NATIC Entrematic 165 Carriage Court Winston-Salem, NC 27105 800.503.000R ® www.amarr.com fas RECYCLED STEEL MADE IN USA Entremahc and Amarr as words and logos are trademarks owned by Enlrematic Group AB or companies within the Entrematic Group. Door specifications and technical data subject to change without notice. Entrematic products may he the subject el one or more U.S. and/or foreign, issued and/or pending, design ander uriLrty patents. ©En dnem etto Group AB 2019. Ali rights reserved. Printed In USA Forml1621O819/l5M/GVS r�