Loading...
HomeMy Public PortalAboutORD14073 BILL NO. 2006-48 SPONSORED BY COUNCILMAN Martin Martin ORDINANCE NO. 11-1-1 ) 15 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH SAM GAINES FOR CONSTRUCTION OF THE CDBG PUBLIC IMPROVEMENTS PROJECT ON CHESTNUT STREET AND CAPITOL AVENUE. WHEREAS, Sam Gaines Construction has become the apparent lowest and best bidder on the CDBG Public Improvements Project on Chestnut Street And Capitol Avenue; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Sam Gaines Construction is declared to be the lowest and best bid and is hereby accepted. Section 2.The Mayor and City Clerk are hereby authorized to execute an agreement with Sam Gaines Construction for the CDBG Public Improvements Project on Chestnut Street And Capitol Avenue. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of Its passage and approval. Passed: � d� Approved: g 9 eb residing Officer Mayor Ai ST: APPROVED A TO FORM: Vw City C ark citftrounselbr tlr" 'I # r, I - ♦ti t�Ij' ' t " t Y ." •'r•- y .;q{{r 6s 1 µ Air Y tkr�6;;.;�',.'�,��`�rr�r ' 7'''-'tP�'r4. � ark`•+-�; aP e!`k. JIM,,- '`��,drir.�t 1.J. t.'. X•ri�j'S A'• ti d !'f y � ,i ; •a (' 1tF,'�,i"S tf4. �cw'> 4i'�"•�A � ' 1':�_r'`tu� ' 'j"4�e�' •yr.tt .� r37�iS�epr,� .�y!'! 1{'t;:iC. 4 �o tt:y..i 'r,�i. i1}' cp r.:'t�A }?�{•.i'. ;3 t� .'�1-`fr�.5 ,C11.'{trlrf'�,{+p�ye3 r`fi '� '• w [[,5,t�.'t.}` ,,' tl 5 i� {)(I trZU, ' :'.A;.; try•rr rC,Ck y d : . `yy�}��.��7° E'�, 'ltTOO r'.,,t]},t.wt 'A.,1,} 4Y:rtvr1'Yy��.l'(.l!r t��• • • 18 ` '3 fti FFCt xtCT h A I k ki' �:'�' ;ti'�!6•zt;� r�i•�.4 t Community Development Bl• • ,, 'iLi ' rh • • • • • • ,gySz Gj'•tt y t / S l ilti '. f {I�+t3 fii`a J v '1'•,i� n-t,v'r r#�:r,gy r �' '(��J�};a'.`.1'%r �i't:�. >3•� �!'ry rF.}Sy l�tit.rr 'rj ty�t'x ��' 'i `a �}�='+r���`L;/ '��+V rv'U,Try^4.•• t t r Y,'F r3y's�'�i�3r"� Jt 1,1���1�t)y;1�t��jrr% + r t } Ji t Ja}}{�4yJy 4l�jt+.`Ij �'PU�1.N }i<��CSS, •'r� JrJ'• t tF '' r.G�(i^tt ri7f/d `,SSrytIfSS1 {�iir�t},.,,tk jry `jr^ 1 + J tt. }5tI`�. .t. t w� # ;j 1 J♦ �F$'1 # y�1 ^, r{kfS r rya `. ,fr � t+r i E L r,F` ,,75�{1r 4tix i t� t 5 2 ' �it S.St r �i+1♦ �' r a + 1 , t r 'y,� E Ik Sls.t 7i r 1 ¢ 31 -# t7 hdwll�i) { nyytCir �•.t f .tEt 'Y a f w'Ai '7,(^Fjy r.Ca� SJl t t ti Ih 't �t•.ulf ,r r (',.j`! J a t ul' s 1 1x r '(t f' ,�> ♦1,If' Y+Y+ t J1!t�C" .yt a Si('�i + �'x t �tti Jjt fY t r �, 7•j) Y� J.L'N'if�r,�` T!{ytiS.�`�72�rr� r� !r r7 J �at111 tJ' � � `h k' l ry })7 5 4 tft ♦ Y I r ; y V� +,i Y+ t,G tN " a .tl a Fti � 'Sd•�r��•'.��3 1 64*}r�.�1k�.£(`'11`cl��jPt.�r�rlf�x j.t ztr q' S/ ( �w 1 '>< 1 .s a A ha.'ST:k'c i 4c,3ar,t ,f r�',• i3 'it�bi�' L 1.} EjY'rr'3 tiY' � 't C r. f }V< . j . } 111: tJ Xl 9r•.y rY th4 r h } f' ii 'ti d t r Z '4 �: r.h tr rt' J 1 #f4 R it � CdUa`a,, rt��,{�'�P�sa,rj�`y:it(rl t r.5yr r S It r3F'�15. dit� r. t E r iJ rLt7,t r• h+z tr..s ji trr� ,rf i'li..dU.i"Y�t' 'Y{2,14^wYYr�t t'v) y'yi.4 ht�r t It+ Si i t rFt yt tR1 i'? k}t an£ r^b 1,i•✓u1�"f t n 'nf,rsj YlbinE,it'.��1 t�{ '}1««t S� e ) ! >•t tf : y ta`4 y� FrrEEiY' �tYrir/,Rail'#'a�.. YIA,•M1a °. lr'}j'� lgr 's titr"jri��f).r t .,P fl}trr' E„ . r• n r�M. t y,rr agg 1 L rat 'S {rr f Tt ri S irf ,l fi<'.ktl ,. Fn t F�v yit t t.t Trfrj} n} �r F -• �1+ r y J,M trr}tJ4 Vf�Li Iii,t too"..+r'. ll:tt Y +it{:y,i .b•+r}}t�.� °'�! �y`f- '7Y}4• t,aa)3 r t�ur'M. J♦ Af+ a�;at�t:. t 5 9w^'{ ,•ttr!' .S.Y �. , ? / t i 2 t 4 K-a..r N r ``..1'� iEl�1�� • /^ N•, r t�tj {1 1 rr9t 1 + . s £t`t� /r3'ir C .c 'T, "(%r' �A t' n +i1 t r y Y•{tt"�h2•.IF"]� ti J >•r ''.' > .ii't Cr Z ..L� t 'r a{ {+,1 }• x j ?,f" '3a2, i C t i� %[' v � '�"'CY re-} U t t 1 y i j vl�{t r+Y rY�T'p /.Y' YJStty. • i +r1+y.' t 7"r 5 r r ''`•, s . i' £�L'r�i"i )��(.r!itlru} g,,, af' / I) >f t'-•�t.r1 C�.t �r YtS 4,�� f � r7�Y t 1 ;. ` + ?`+<-0 �'+71yCirYt 11..�VZt, [(, i:.n• ,t.. S�R ♦ Nr:-rsiy td {.a }� r �r r, r. ,. r i�, r�r.�� ,yRtly�,�(,,Jy}ti4 r':Fi�Jt< t` t'-f � r r t �� 4 xC�y;��� err s�r 1�tt�t.0 t�ri t£• . Etii r 9 d l y frF 4 1 1_ytyf,�f F�}r•N fm � i1 n ri 3 f t y ,t t.t a r , {nf x L r♦ rb. A 11 {.5 E!1` �' r ' ( is Atf •r�r'`j 11;YX rtX .iylt, t < J: t t i�.. Y tG 5 .}�r. $ t E ..,lyr � u^` qy �}Jr n t t u•Z , t r y CI i t#{ ,weyykL! M t t ') it:Stit�c f4�l.�tt3 t1 r t 3 1 M1JJ'� Y�f`p�j�'_ }�-' 7 -o .•".,;�U E(�.�� � 'f !, r lajCrf jr a' '31 �4 S { a CE,,f4 y y t J t t`a!'7• ' ',t y '{ t ' .� ter r g {�1 „h r „ A•'•. j } fF. � rY tt� {f� �t1• l�Ctt , I Imp { . •r•^., f4`:. r h , •h 1} F #Y t+ 1� �qt�n 4* o.::r}''3t 1 f E >r. t 4 rt ✓ i ?4.t! �. �.)'y ?J 4't ^, t{ t' ,r�{w zrir'��t, h t (,,t tqqt nll t>r}. j�•'� },+,yX.v's "r VQ t"(,5 ��1' �r +tY,+f.f.{S Etr1Jr} (t.t/i4,St7"F., ppr'^r(x 7 Yrryj+1 {lf �• !£rb` 'i C' t' }t♦1`CEf>� t,j Yr ��(SISi^'}Ct }41 t'1,(. r {5�y.^ r �, �$yr��.,•.rr-r��" ��5'�; '�. °�`?v r t4�iP" 1},#!"r� ti�� � t:r.�it tit#'t ` rit,.l�# , �i i +r 'th t a )p a Y.'jpf A 1C yJ�'v t r l ff l� yS ��i" s :r•:s, R't+,L3 c,t '•'J l tttry�t !nJ ,,,y1 St.i i1 ll ¢ y Jjl ,,��ss ry i i a. GS yl nfi'EY S r-, •� � ,5 �'' 'd r t tI i• ,t 5.- �,, r + ,•�[} -out ry t�ti i vKrUf �C � C �C4 V � C tk 4}hu4j t � ��� {T ,. # �,• � ���y .*yL• �jt y� vi'sY tk yr. C y f • � t r.r{ ,ry4na •'t+ ! o' � moo' i' 4 {..�� 94 C'7.� n E t5;�>,t� �°•'4,f kp 'r"� t � ��k7.Lq�t� Lt'� �tf,�t rtikk`� 'pf 1C7�'tP�Cr 'r'21 u` r! t� '.�:�typ�,fy'(-��5 •t�♦ aYr s9:`r ,JC �.y1J (t��7a gqtr,7„'?�.yi.� 37",'�rC itit,»T'jC"t i d1� .y,'t'n� '�+�{t„+�,,�t•r1 ������: Y� `h�3 t'J f:� t/r,,,�`;�+,rd�,`�y�,�� 7,.( !7K'A:T ?^ {. Y 1.)4"C 9, �' t .rt. > ft �'.}J, �S(y • 5't^ t� ,{7z4�:. ,.ls f! e Y''Zr't v+. tr { ;S It a'�Gr.�S^�',�t+�:4r �wS I R r♦Kh ,y���li•�t+ 'i:2�1t �\ � rl >55.. `�" 1 ,tllyr�}#�1.r�'-# '. r�.}Ft! � '�. ��tr''l 3�i, '3 rw �u�tn l;,p`4.',.t�tJt +, 4:�31a'tt� f�� r � ,a �j's (• >r�3 7 "�', e5t,�' " ,}.., +,s' ` ,� fa ,� . t 5 �� ;���.�i,:Ci'f•i'•,•.�.I°Y;/'r i+!•'`: �"1�,1,r',( '<};A' ��'. SYtt�>£� 7'!N � � �f'.:r ;`�,'#5't!�1nr)}• 5{t?G y,a(�lf' tl� Att:�tp,.1j.Y}.'g�ip��.�tt,�.�,F+� �y1}h,xt�.:xM..-�; .t ':ctarl. �?;.n.>, .5`.tfixi4 h�'.S,;tx'.tra'�_:C'.4q3:7i£.�0ct+�.S.'l�•'.tY��J�i?:i�tt.rf7,+�'riYNiFYnfi7.'_lati`.t�riir%r4Ft`6. 1.!*.az�frl,r'YS'-'}.'hi.f: 1 , j SPECIFICATIONS AND CONTRACT DOCUMENTS ' PROJECT NO. 32083 Community Development Block Grant for ' Chestnut St. and Capitol Av. Public Improvements Jefferson City Department of Community Development ' July, 2006 1 ' TABLE OF CONTENTS • Advertisement for Bids Notice to Bidders • Information for Bidders • Bid Form " • Bid Bond ' • Anti-Collusion Statement " ' Contractor's Affidavit ` • Minority Business Enterprise Statement • Minority Business Utilization Agreement ' • Affidavit of Compliance with Prevailing Wage Law • Prevailing Wage Determination • Affidavit of Compliance Public Works Contracts Law • Excessive Unemployment Exception Certification Construction Contract ' Performance, Payment, and Guarantee Bond • General Provisions • Special Provisions • Attachments • Addendums ( If Any ) (" INDICATES THIS ITEM INCLUDED IN BID PACKET FOR SUBMISSION OF BID) '• ADVERTISEMENT FOR BIDS Sealed bids will be received at the office of the Purchasing Agent, 320 East McCarty Street, Jefferson City, Missouri 65101, until 1:30 PM, on Tuesday, July 25, 2006. The bids will be opened and read aloud in the Council Chambers at 1:30 PM on that same day. ' The proposed work for the project entitled "Project No. 32083, Community Development Block Grant for Chestnut St. and Capitol Av. Public Improvements" ' will include the furnishing of all material, labor, and equipment to reconstruct portions of Chestnut Street and Capitol Avenue including asphalt pavement, stormwater, sanitary sewer, retaining walls and sidewalks. ' A pre-bid conference will be held at 10:00 AM, on Tuesday, July 18, 2006 in the Thomas Jefferson Conference Room of City Hall, 320 E, McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. Copies of the contract documents required for bidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Forty Dollars ($40.00) will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. The contract will require compliance with the wage and labor requirements and the ' payment of minimum wages in accordance with the Schedule of Wage Rates established by the Missouri Division of Labor Standards. The City reserves the right to reject any and all bids and to waive informalities therein, to determine which is the lowest and best bid and to approve the bond. ' CITY OF JEFFERSON ' Ter Ste on Purchasing Agent ' Publication Date Sunday, July 9, 2006 ,• NOTICE TO BIDDERS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 320 East McCarty Street, Jefferson City, Missouri, until 1:30 PM on Tuesday, July 26, 2006. The bids will be opened and read aloud in the Council Chambers at 1:30 PM bn that same day. ' The proposed work for the project entitled "Project No. 32083, Community Development Block Grant for Chestnut St.and Capitol Av.Public Improvements" ' will include the furnishing of all material, labor, and equipment to reconstruct portions of Chestnut Street and Capitol Avenue including asphalt pavement, stormwater, sanitary sewer, retaining walls and sidewalks. ' A pre-bid conference will be held at 10:00 AM, on Tuesday, July 18, 2006 in the Thomas Jefferson Conference Room of City Hall, 320 E. McCarty Street, Jefferson City, MO 65101. All prospective bidders are urged to attend. All equipment, material, and workmanship must be in accordance with the plans, specifications, and contract documents on file with the Director of Community Development, Jefferson City, Missouri, N Copies of the contract documents required forbidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, Missouri. A non-refundable deposit of Forty Dollars($40.00)will be required for each ' set of plans and specifications. Individual full size sheets of the plans may be obtained for Three Dollars ($3.00) per sheet. . ' A certified check on a solvent bank or a bid bond by a satisfactory surety in an amount equal to five (5)percent of the total amount of the bid must accompany each proposal. ' A one-year Performance and Guarantee Bond is required. The owner reserves the right to reject any or all bids and to waive informalities therein to determine which Is the lowest and best bid and to approve the bond. CITY OF JEFFERSON, MISSOURI ' Patrick E. Sullivan, PE Director of Community Development 1• ,• INFORMATION FOR BIDDERS ' I13-1 SCOPE OF WORK The work to be done underthis contract Includes the fumishing of all technical personnel,labor, materials,and equipment required to perform the work Included in the project entitled"Project No.32083,Community Development Block Grantfor Chestnut St.and Capitol Av.Public Improvements" in accordance with the plans and specifications on file with the Department of Community Development. ' The proposed work for this project will Include the furnishing of all material, labor, and equipment to reconstruct portions of Chestnut Street and Capitol Avenue Including asphalt pavement, stormwater, sanitary sewer, retaining walls and sidewalks. I8-2 INSPECTION OF PLANS, SPECIFICATIONS, AND SITE OF WORK The bidder is required to examine carefully the site of the proposed work, the bid, plans, specifications,supplemental specifications,special provisions,and contract documents before submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to fumish all materials and labor necessary to carry out the provisions of the contract. IS-3 INTERPRETATION OF CONTRACT DOCUMENTS If the bidder has any questions which arise concerning the true meaning or Intent of the Plans, Specifications or any part thereof, which affect the cost, quality, quantity, or character of the project, he shall request In writing, at least five (5) days prior to the date fixed for the bid opening,that an interpretation be made and an addendum be issued by the City,which shall then be delivered to all bidders to whom Plans and Specifications have been issued. All addenda Issued shall become part of the contract documents. Failure to have requested an ' addendum covering any questions affecting the interpretation of the Plans and Specifications shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. ' I0-4 QUALIFICATIONS OF BIDDERS The City of Jefferson may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such Information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by the bidder or investigation of such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. ' IB-5 EQUIVALENT MATERIAL Wherever definite reference is made in these Specifications to the use of any particular material or equipment, It is to be understood that any equivalent material or equipment may be used • which will perform adequately the duties imposed by the general design,subject to the approval of the City. I 1 '• I113-6 BID SECURITY ' Each bid must be accompanied by a certified check or bid bond made payable to the City of Jefferson for five percent (5%) of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. ' Should the successful bidder fall or refuse to execute the bond and the contract required within seven(7)days after he has received notice of acceptance of his bid,he shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. I8-7 PREPARATION OF BIDS Bids must be made upon the prescribed forms attached in these Contract Documents. Only sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. All blank spaces In the bid must be filled in and no change shall be made in the phraseology of the bid, or addition to the Items mentioned therein. Any conditions, limitations or provisions ' attached to bids will render them Informal and may be considered cause for their rejection. Extensions of quantities and unit prices shall be carried out to the penny. IB-B PRICES The price submitted for each item of the work shall Include all costs of whatever nature Involved Nin Its construction, complete In place, as described in the Plans and Specifications. Section 144.062 RSMo provides that the City's sales tax exemption may be used for the ' purchase of goods and materials for this project. The contract for the project will authorize and direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and materials for the project. This provision shall apply to only those purchases totaling over$500 from an individual supplier. All sales taxes on those Items which do not qualify for the use of the City's sales tax exemption ' and for which sales tax might lawfully be assessed against the City are to be paid by the Contractor from the monies obtained in satisfaction of the Contract. It being understood by the bidder, that the bid prices submitted for those Items shall include the cost of such taxes. ' IB-9 APPROXIMATE QUANTITIES In cases where any part or all of the bidding is to be received on a unit price basis, the ' quantities stated In the bid will not be used in establishing final payment due the successful Contractor. The quantities stated on which unit prices are so Invited are approximate only and each bidder shall make his own estimate from the plans of the quantities required on each item and calculate his unit price bid for each Item accordingly. Bids will be compared on the basis of number of units stated in the bid. Such estimated quantities, while made from the best Information available, are approximate only. Payment of the Contract will be based on actual number of units installed on the complete work. 1 1 '• IB-10 LUMP SUM ITEMS ' Payment for each lump sum Item shall be at the lump sum bid for the Item, complete In place, and shall Include the costs of all labor,materials,tools and equipment to construct the Item as described herein and to the limits shown on the Plans. ' IB-11 SUBMISSION OF BIDS The Bid and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked"Project No. 32083, Community Development Block Grant for Chestnut St. and Capitol Av. Public Improvements". IS-12 ALTERNATE BIDS In making the award, if alternate bids have been requested,the alternate bid which will be In the best interest of the City will be used. ' IB-13 WITHDRAWAL OF BIDS If a bidder wishes to withdraw his bid, he may do so before the time fixed for the opening, without prejudice to himself. No bidder may withdraw his bid for a period of ninety (90) days ' after the scheduled closing time for the receipt of bids. No bids received after the time set for opening for bids will be considered. NiB-14 RIGHT TO REJECT BIDS The City reserves the right to reject any or all bids,to waive any informality in the bids received, or to accept the bid or bids that in Its judgement will be in the best Interests of the City of Jefferson. IS-16 AWARD OF CONTRACT ' If, within seven (7) days after he has received notice of acceptance of his bid, the successful bidder or bidders shall refuse or neglect to come to the office of the Director of Community Development and to execute the Contract and to fumish the required Performance and ' Payment Bonds and Insurance,properly signed by the Contractor and the Surety and Sureties satisfactory to the City of Jefferson as hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit the deposit. ' I113-16 PERFORMANCE ANP PAYMENT BOND A Performance and Payment Bond in an amount equivalent to one hundred percent (100%) of the Contract price, must be furnished and executed by the successful bidder or bidders. A form for the bidders use is contained in these Contract Documents. The issuing Surety shall be a corporate Surety Company or companies of recognized standing licensed to do business in the State of Missouri and acceptable to the City of Jefferson. 1 I8-17 INDEMNIFICATION AND INSURANCE • The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss of or damage to property, including loss of all judgments recovered therefore, and from all expense in defending said claims, or suits, including court costs, attorney fees and other ' expense caused by any act or omission of the Contractor and/or his subcontractors, their respective agents, servants or employees. ' The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance outlining the coverage provided. IB-18 BID SECURITY RETURNED TO SUCCESSFUL BIDDER Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to ' the bidder unless the same shall have been presented for collection priorto such time,in which case the amount of the deposit will be refunded by the City. IB-19 NONDISCRIMINATION IN EMPLOYMENT ' Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. IB-20 PREVAILING WAGE LAW M The principal contractor and all subcontractors shall pay not less than the prevailing wage hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri,pursuant to Sections 290.210 ' through 290.340 inclusive of the Revised Statutes of Missouri, 1994 as amended. (See Determination Included herewith.) ' IB-21 GUARANTEE The Contractor shall guarantee that the equipment, materials and workmanship furnished ' under this contract will be as specified and will be free from defects for a period of one year from the date of final acceptance. In addition,the equipment furnished by the Contractor shall be guaranteed to be free from defects in design. Within the guarantee period and upon notification of the Contractor by the City,the Contractor shall promptly make all needed adjustments, repairs or replacements arising out of defects which, in the judgment of the City become necessary during such period. ' The cost of all materials, parts, labor, transportation, supervision, special tools, and supplies required for replacement of parts,repair of parts or correction of abnormalities shall be paid by ' the Contractor or by his surety under the terms of the Bond. The Contractor also extends the terms of this guarantee to cover repaired parts and all ' replacement parts furnished under the guarantee provisions for a period of one year from the date of installation thereof. 1• '• If within ten days after the City gives the Contractor notice of defect, failure, or abnormality of the work, the Contractor neglects to make, or undertake with due diligence to make, the ' necessary repairs or adjustments, the City is hereby authorized to make the repairs or adjustments Itself or order the work to be done by a third party,the costs of the work to be paid by the Contractor, In the event of an emergency where, in the judgment of the City delays would cause serious loss or damage, repairs or adjustments may be made by the City or a third party chosen by the ' City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. IB-22 NOTICE TO PROCEED A written notice to begin construction work will be given to the Contractor by the City of ' Jefferson within ten (10)days after the Contract is approved by the City Council. The time for completion of the project shall begin to run on the date established in this notice. I8-23 WORK SCHEDULE To Insure that the work will proceed continuously through the succeeding operations to its completion with the least possible Interference to traffic and Inconvenience to the public, the Contractor shall, at the request of the City, submit for approval a complete schedule of his proposed construction procedure,stating the sequence in which various operations of work are to be performed. IB-24 CONTRACT TIME The contract time shall be 122 calendar days. IB-26 LIQUIDATED DAMAGES ' Liquidated damages shall be assessed at the rate of Five Hundred Dollars ($600.00) per calendar day until the work is complete,should the project not be completed within the contract time. IB-26 POWER OF ATTORNEY Attomeys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. ' IB-27 BID PACKET Each bid must be submitted on the prescribed forms and contain certain certifications and documentation. Each bid must be submitted in a sealed envelope bearing on the outside the name of the ' bidder,the bidder's address, and the name of the project for which the bid is being submitted. If forwarded by mall, the sealed envelope containing the bid must be enclosed in another • envelope addressed as follows; ' Purchasing Agent • City of Jefferson, MO 320 E. McCarty Street Jefferson City, MO 65101 For the convenience of bidding this project, a "BID PACKET' has been Included with the project manual. This packet contains the necessary forms to be submitted with the bid proposal. The contents of this packet Include the following: 1) BID FORM 2) BID BOND 3) ANTI-COLLUSION STATEMENT ',. 4) CONTRACTOR'S AFFIDAVIT 5) MINORITY BUSINESS UTILIZATION AGREEMENT END OF INFORMATION FOR BIDDERS c 1 1 I '• BID FORM ' Name of Bidder. .S A m 678 l 0et 12 o n ST LULC.iZ D e) Z fJ C Address ofBldder_.3ArQ- CC)LANTV �ySZ. 1JCW ISlOO(r\:Ee� 019 To: CITY OF JEFFERSON 320 East-McCarty-Street ' Jefferson City, Missouri 65101 THE UNDERSIGNED BIDDER, having examined the plans,specifications, regulations ' of the Contract, Special Conditions, other proposed contract documents and all addenda thereto; and being acquainted with and fully understanding(a)the extent and character of the work covered by this Bid; (b)the location, arrangement, and specified ' requirements for the proposed work; (c) the location, character, and condition of existing streets, roads, highways, railroads, pavements, surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other installations, both surface and underground which may affect or be affected by the proposed work; (d)the nature and extent of the excavations to be made and the type, character, and general condition of materials to be excavated; (e) the necessary M handling and rehandling of excavated materials; (f)the location and extent of necessary or probable dewatering requirements; (g)the difficulties and hazards to the work which might be caused by storm and flood water; (h) local conditions relative to labor, ' transportation,hauling,and rail delivery facilities;and(1)all other factors and conditions affecting or which may be affected by the work. ' . HEREBY PROPOSED to furnish all required materials,supplies,equipment,tools,and plant; to perform all necessary labor and supervision; and to construct, install, erect, and complete all work stipulated, required by, and in accordance with the proposed contract documents and the drawings, specifications, and other documents referred to therein (as altered, amended, or modified by addenda) In the manner and time prescribed and that he will accept in full payment sums determined by applying to the quantities of the following items, the following unit prices and/or any lump sum payments provided, plus or minus any special payments and adjustments provided in the specifications and he understands thatthe estimated quantities herein given are not ' guaranteed to be the exact or total quantities required for the completion of the work shown on the drawings and described In the specifications, and that increases or ' decreases may be made over or under the Contract estimated quantities to provide for needs that are determined during progress of the work and that prices bid shall apply to such Increased or decreased quantities as follows: 1 ' Page 1 of 3 '• CITY OF JEFFERSON ITEMIZED BID FORM COMMUNITY DEVELOPMENT BLOCK GRANT FOR CHESTNUT ST.AND CAPITOL AV,PUBLIC IMPROVEMENTS PROJECT NO. 32083 ' ITEM APPROX. UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 Traffic Control and Construction Signage LS 1 DD,OD yObD, DO 2 Removals LS 1 (o. Oo0.ov 1v�00�. oa 3 Earthwork LS 1 000. 60 4 Rock Excavation CY 75 1,9S,00 93 95,00 ' 5 4'X 3'Type"A" Inlet EA 3 A900, 00 Q e2 00.0 0 6 6'X 3'Type"A" Inlet EA 1 0100, 00 30100. 00 ' 7 4'X 4'Type"C" Inlet EA 3 3x00.00 9 (000, 00 8 6'X 4'Type"C" Inlet EA 1 3d10,9,00 3 Zf00, 00 9 4'X 4'Junction Box EA 1 000,00 =/000, DO 10 V X 5'Junction Box EA 2 A1000,00 X 000, O O N11 5'X 5'Area Inlet with Four Open Sides EA 1 00.00 36-0 12 Grated Inlet EA 1 00. Oo / ?OD, 00 ' 13 15"Dla.Aluminized CSP LF 214 145,00 9(03 O, 00 14 24"Dla.Aluminized CSP LF 153 5,6', Da $ 4115. O D ' 15 30"Dia,Aluminized CSP LF 134 (v d, 00 ? 3 0$ .O 0 16 15" Dia. RCP Class III LF 205 5500 11,276-, 00 ' 17 24"Dla. RCP Class III LF 113 65% OD -73y6", Oa 18 4'Dia,Sanitary Sewer Manhole ' Remove/Replace EA 1 600D.00 &430D, 00 19 4'Die.Sanitary Sewer Drop Manhole Remove/Replace EA 2 5 WO,0D /D 00D , 0 D 20 Sanitary Sewer Lam phole EA 1 P0.0 .00 a 00 , 00 21 8"PVC Pipe LF 611 40, 00 c;?�-41-v0 , D D 22 4"Sanitary Sewer Lateral LF 490 )0,0p q g OD ' 0'a 23 4"Sanitary Sewer Lateral Cleanout EA 10 30D, Oa 30m , 0 0 1• 24 Adjust Sanitary Sewer Manhole EA 1 DD .60 to b0, Oa ' Page 2 of 3 ,• ITEM APPROX. UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT ' 25 Adjust Electrical Pull Box EA 1 l 000,00 /00o. 00 26 Structural Concrete CY 125 7 pp , 7�5�.QO , M 27 Concrete Form Liners SF 1,732 00 4 F ,,e-(m 70 28 Solid Modular Block Wall SFF 300 aa,00 G.Goo,00 ' 29 Solid Block Wall Cap LF 52 Oa 996, 00 ' 30 Modular Block Steps LS 1 150, 00 WOO, O'D 31 Sub Grade Stabilization TON 3,270 15, Oa x/940550. 10 0 32 3"Thick Rolled Stone Base SY 6,384 2,7.6' 17 33 Type "A"Curb and Gutter LF 2,659 ?dl,00 1035/6, 00 ' 34 6"PCC Residential Drive Approach SY 78 '/S DD 3510, 0a 35 6" PCC Residential Drive/On Grade Slabs SY 168 VS.00 "75 b0, Oa ' 36 6" PCC Commercial Approach SY 272 H,!Z,O,0 /01 Q40, OO 37 4" PCC Sidewalk/On Grade Slabs SY 1,143 ,00 6-14,35- 0a N 38 6" PCC ADA Sidewalk Ramps SY 122 , 00 95 q 0 , 39 Detectable Warning Panels SF 148 56,0-a 7 AA 00 . 00 40 AC Base TON 1,930 X19, L5 955M 41 AC Surface BP-i TON 445 42 Temporary Surfacing TON 650 00 43 6 Foot Chain Link Fence LF 184 00 4/ 0a ' 44 Hydroseeding AC 0.7 4-S 6.00 O/D, OD 45 Short Term Erosion Control Blanket SY 400 x, 00 ROD, 00 ' 46 Sill Fence LF 300 `/,OO /,)00, OV TOTAL BASE BID 47 !?/ 1' 02 ALTERNATE A- 50 Reduce Structural Concrete CY -123 -?'7-T,'00 /A5, CZD ' 51 Reduce Concrete Form Liners SF -1,732 014, 00 061 S(og O u 52 Solid Modular Block Wall SFF 2,100 a.).00 Al(, d Do,o'0 53 Solid Block Wall Cap LF 185 /8,00 O .�o� • TOTAL ALTERNATE A G ; 17,9. 1 Page 3 of 3 ITEM APPROX. UNIT N0, DESCRIPTION UNIT QUANTITY PRICE AMOUNT ALTERNATE B 54 Reduce AC Base TON -1,920 Y9,G5 7 Rio?. ,: off 55 Reduce AC Surface BP-1 TON -443 A19,06 Q)• 9�, 9 q: I5 56 6"PCCPavement ' SY 5,391' dSoc 775,ao TOTAL ALTERNATE B 6 9$, R 5 �f. f o 77 Signature of Bidder Date 1 ' ' 1 . SUBCONTRACTORS If the Bidder intends to use any subcontractors In the course of the construction, he shall list them. . Pec-0.4 t<c)c(YAUAF%%rJ6 I&AMo Asp" Gfa10ES LArooscorp in)ca , anec. P40 TIME OF COMPLETION The-undersigned-hereby agrees to complete the project within 122 calendar days, ' subject to the stipulations of the regulations ofthe Contract and the Special Provisions. It is understood and agreed that if this bid is accepted,the prices quoted above Include ' all applicable state taxes and that said taxes shall be paid by the Contractor. The undersigned,as Bidder, hereby declares that the only persons or firms interested In the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest In this bid or In the Contract to be entered Into; and this bid is made without connection with any other person, company, ' or parties making a bid; and that It is In all respects fair and In good faith, without collusion or fraud. The undersigned agrees that the accompanying bid deposit shall become the property of the Owner, should he fail or refuse to execute the Contract or furnish Bond as called for in the specifications within the time provided. ' If written notice of the acceptance of this bid is mailed,telegraphed, or delivered to the undersigned within sixty (60) days after the date of opening of bids, or any time ' thereafter before this bid is withdrawn, the undersigned will, within ten (10) days after the date of such mailing,telegraphing,or delivering of such notice, execute and deliver a Contract in the form of Contract attached. ' The undersigned hereby designates as his office to which such notice of acceptance ' may be mailed, telegraphed, or delivered: 3,204q 0ng4AJTY Qb U!5' & A1eW ALo0OfftE1Gr—t7 M,0 C6V&( 3 It is understood and agreed that this bid may be withdrawn at any time prior to the scheduled time for the opening of bids or any authorized postponement thereof. ' A ehed hereto s id Bond for a sum of y y/ v?'-/� Fo ee,� i`/✓ax,7fA� 42/' Dollars (cashier's check), make payable to the City of Jefferson. Signature of Bidder: ' If an individual, doing business as ' If a partnership, , member of firm. 1 by Ifcorporation, SRm &- Irji.c C'.Dr:1s�i 21u10.� ' by Title (Deesibewri ' SEAL Business Address of Bidder C Q U iJT-1 20 4;5) New 6LoD rn:eiCL9 Jr�O cnsoe3 If Bidder is a corporation, supply the following Information: State in which Incorporated m ISS�Lkr'. 1 ' Name and Address of Its: ' President � -kCG GArtn es ' 310 GDLto - <b 4SI Wh-. 6LODM-1qelet X110 (oGV1:93 Secretary S Prh G A inre; _34- o.s eoti.� (zZN ys), Nuj6Loa/h4q /&0 Date —7 - .3 5-0 ir ��U63 1 BID BOND ' KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,______________________________________as Principal, ' and as Surety, are hereby held and finely bound unto the CITY OF JEFFERSON, MISSOURI , as owner, in the penal sum Of for the payment of which, well and ' truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators,-successors and assigns,this day of 200—. ' The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF JEFFERSON, MISSOURI a certain Bid, attached hereto and hereby made a ' part hereof to enter Into a contract in writing, for the project entitled: "Project No. 32063, Community Development Block Grant for Chestnut St. and Capitol Av. Public Improvements" NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, shall in all other respects perform ' the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and effect; It being ' expressly understood and agreed that the liability of the Surety f or any and all claims hereunder shall, In no event, exceed the penal amount of this obligation as herein stated. ' The Surety,for value received,hereby stipulates and agrees that the obligations of said Surety and Its bond shall be In no way impaired or affected by the extension of the time within which the Owner may accept such Bid;and said Surety does hereby waive notice of any such extension. ' IN WITNESS WHEREOF,the Principal and the Surety have hereunto set their hands and seals,and such of them as are corporations have caused their corporate seals to be hereto ' affixed and these presents to be signed by their proper officers,the day and year first set forth above. Principal SEAL By. �• Surety ' By. ' Contractors Bonding n Bid Bond B c is a.0.Box Insurance Company (Public Work) 1213 Vallcy Strect 1'.O.Itoz 9271 Seattle,WA 98109.027! INSURANCE Aar the CHIC/brandy ne,areil you,raft7blf Free (888)283.2242 (888)293.2242 PAX Premium, Know all by drew presents,Min,we, Sam Gaines Construction as principal, ' and Contractors Bonding and Insurance Company,as Surety,are held and firmly bound unto City of Jefferson Obligor,in the sum of Five Percent Dollars,(S b0A ) ' for the paymcnt(if which we bind ourselves,and our successor&and assigns,jointlyand severally,firmly by these presents. Whereas,Principal has submitted or Is about to submit a bid to the Obllgcc on a contract for ' Community Development Block Grant for Chestnut Street and Capital Avenue Public Improvements ("project*). ' Now,'Ilstrefore,the condition of this bond is that If obligee accepts principal's bid,and Principal enters Into a contract with the Obligec In conformance with the terms of the bid and provides such hand or bonds as may be specified in the bidding or contract documents,then this obligation shall be void:otherwise the principal and Surety will pay to the Obligce the difference betwcett the amour ufthe Principal's bid and the amount for which the Obllgcc shall In good faith contract with another person or entity to perform the work covered by the Principal's bid,but in no went shall the Surcty's and principals liability exceed the penal sum ofthis bond. Signcd:tnd scaled this 18th day of July 2008 .' Kamm JL-tynl ,4 �NYI 4WW—, (Seal) Sam Gaines Construction Principal Byt Sam Gaines Contractors Bans g Insurance mpany Larry D.4ertens AttorneydnPact ' IInd111D.01•US032905 11 •I 11 .r ' 1• PON,Y1 � %� cisLIMITED POWER OF ATTORNEY 1Na1-nNCC Not Valid for Bonds Power of Attorney Executed On or After: MARCH 31ST, 2007 Number:990793 I W,FOXINK.F111NAll all 111111 1 Only nu unaltered original of this Power-ofAtiontey document is valid.A valid original of this document is printed on gray n security paper with black and red ink and bears the seal or Contractors Building and Insurance Company(the"Compaty"). ' The original document contains it watermark with the letters"chic"embedded in the paper ratherthan printed upon it.The �! watermark appears in the blank space beneath the words"Limited Power of Attorney"at the lop of the document and is visible when the document is held to the tight.This dacunent is valid solely in connection with lite execution and deliveryor Of the bond hearing lite number indicated below,and ptovidcdalso that the bond Is of lite type indicated below.This document i is valid only if lite bond is executed oil or before the date indicated above. t. 1, rr r KNOW ALL MEN BY THESE PRESENTS, that the company does hereby make, constitute ' and appoint the following: LARRY D. MERTENS its true and lawful Attorneys)-in- Fact, with full power and authority hereby conferred in its name, place and . stead, to execute, acknowledge and deliver on behalf of the Company: (1) any and all bonds and undertakings of suretyship given for any purpose, provided, ' '!I however, that no such person shall be authorized to execute and deliver tany bond or undertaking that shall obligate the company for any portion penal sum thereof in excess of $10,000,000, and provided, further, that no Attorney-in-Fact shall have the authority to issue a bid or proposal bond for any project where, if a contract is awarded, any bond or undertaking would be „ required with penal sum in excess of $10,000,000; and (2) consents, releases i and other similar documents required by an obligee under a contract bonded by the company. This appointment is made under the authority of the Board of Director- ofthe Company - - - ------------------------ °---^- Y %r ' -`------------------------- -------- `---`------- „ 1 ---------------------------- ' CERTIFICATE 1, the undersigned secretary of Contractors Bonding and Insurance Company, it Washington ' corporation, DO HEREBY CERTIFI' that this Power ofAttorney remains in full force and effect and •:° has not been revoked, and, futhertnore, that the resolutions of the Board of Directors set forth on the reverse are now in full force and effect. `I Bond Number BID BOND %r JI'vc.T. .•.:Llf Af�w 'r� Signed and sea 19TH led this Jay of JULY 2006 , It.Kirk,lil;tnJ,Secretary CBIC a 1213 Valley Street • P.O. Box 9271 a Seattle,WA 98109.0271 ' (206)622-7053 • (800) 765-CBIC(Toll Free) • (800)950-1558 (FAX) !,I rrwLronoi•usosua '! ' CERTIFICATE OF LIABILITY INSURANCE OP ID DATE IMWDDr" ACORD_ SAMGA-1 08/07/06 ' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE idwest Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 17 Veterans Memorial Parkway ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fallon MO 63366 Phone: 636-978-6620 Fax:636-978-7715 INSURERS AFFORDING COVERAGE NAIC ft MSURED INSURERA Acuity 14184_ INSURERS ' Sam Gaines Construction, Inc. NSUFERC Sam Gaines Sr. 3209 County M0 65063 SURERD BAIFER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR 07HER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.EXCLUSIONS AND CONDITIONS OF SUCH ' POLICIES.AGGREGATE LIMITS SHOWN MAY HAVEBEENREDUCED BYPAID CLAIMS.PO LTA NSR TYPE OF INSURANCE POLICY NUMBER GATE(MW DD DATDO LIMITS GENERAL UABILiIY EACH OCCURRENCE f 1000000 A X COMIERCIALGENERALLIAOILITY L36687 Ol/Di/06 01/01/07 PpEIASF.51Fn nKUUneol 1100000 ' CLAIMS MADE FE OCCUR MED EYP IAnv we P-mm) $ 5000 PERSONAL S ADV INJURY S 1000000 GENERAL AGGREGATE 12000000 ' GENL AGGREGATE LIMIT APPLIES PER PRODUCTS•COIAP/OP AGG 52000000 POLICY jE[T IOC AUTOMOBILE LIABLRY A Ccc-dDSNGLEIIMT 1 100000 ANY AUTO L16687 01/01/06 01/01/07 IES a<UeenO ALL OWNED AUTOS BODILY INJURY S X SCHEDULED AUTOS INSURANCE D IPn vorw) X "RED AUTOS SI�O�A BODLY INJURY X NWOWNEDAUTOS IPOrocomenll f PROPERTY DAMAGE f OlY IPe,awdentl ' GARAGE LIABILITY AUTO OILY•EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC f AUTO OILY AGO f ' EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE S 4000000 A X7 OCCUR ❑CLAIMSMADE L16687 04/12/06 01/01/07 AGGREGATE S T DEDUCTIBLE f ' ' RETENnON f I I 1 WORKERS COMPENSATION AND X TORYLIIATS ER A EMPLOYERS'LIABILm L16687 Dl/07/06 07 0 ANY FROPRIETOPPARTNERIEYECUTIVE / 1/07 El EACH ACCIDENT f 1000000 OFFICERIMEMOER EXCLUDEDT EL DISEASE•EA EtAPLOIEE 1 1000000_ IIYU 000, eOneer SPECIAL PROVISIONS Oebn EL DISEASE.POLICY LOAT 11 1000000 OTHER ' A Installation Float L041206 04/12/06 01/01/07I 85000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Conmunity DevelopmentBLock Grant: Chestnut/Grant Ave. ' CERTIFICATE HOLDER CANCELLATION OITyiEEr SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION ' DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE 70 THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO 00 SO SHALL City of Jefferson City IMPOSE Nn DBLIGATION OR LIABILITY OF ANY MIND UPON THE INSURER,ITS AGENTS OR 320 L McCarty Jefferson City MO 65101 REPRESENTATNES. ' A RFPRESENITATNE ACFTRn 7R/70MIDA1 n ACnRn CaRPQRATION T6RR ANTI-COLLUSION STATEMENT STATE OF (`(11 SS U�l•� i ) ' COUNTY OF _CCU Lt E t arC2M ) ' SA-Cr.) GF}lNes being first ' duly swom, deposes and says that he is S2 Cre4 , V I Pae ta( A- of TITLE OF PER ON SIGNING NAME OF BIDDER that all statements made and facts set out in the bid for the above project are true and correct; and that the bidder(the person, firm, association, or corporation making said bid)has not, either directly or indirectly,entered into any agreement,participated in any ' collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid of any contract which result from Its acceptance. N Afflent further certifies that bidder is not financially interested in, orfinancially affiliated with, any other bidder for the above project. .Q — Sworn to before me this Q15 day of u ' 200 LL BRENDA LE S NoiMOS13 Seal 'M 01 Z,/t ' County of Colo &426?n�- My Q��Iosi nR Hpires 2121 010 NOTARY PUBLIC O My commission expires: v t 1 CONTRACTOR'S AFFIDAVIT This affidavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted. STATE OF 1111 SS DUfLr ) ' ) SS COUNTY OF C'_R't�LA-W AH ) 1 The undersigned, S Phn C'rnxt>,1e1; of lawful age, being first duly swom states upon oath that he is V« P rP&t� Ae n t Zlor, re-+ex- T_ of ' Skll 619-1 rje-•s GrrnS7 t~uc Trb,%) 7xPc- the contractor submitting the attached bid, that he knows of his own knowledge and states it to be a fact that neither said bid nor the computation upon which it Is based Include any amount of monies, estimate or allowance representing wages, moneys or expenses, however designated, proposed to be paid to persons who are not required to furnish material or actually perform services upon or as a part of the proposed project. AFFIANT Subscribed and w to before m�Not ry Pubiic, In anc��f rthe County and State aforesaid, this pday of_ 0 l/ 13RENDALEYDENS t Notary Public•Notary Seal STATE OF MISSOURI NOTARY PUBLIC County of cola My Commission Expires 21212010 ' Commission a 06440478 My Commission Expires: 01 a/00 '• MINORITY BUSINESS ENTERPRISE STATEMENT Contractors bidding on City contracts shall take the following affirmative steps to assure ' that small,women owned,and minority business are utilized when possible as sources of suppliers, services, and construction Items. ' 1. Contractor's will submit the names and other information if any,about their MBE sub-contractors along with their bid submissions. ' 2. Sufficient and reasonable efforts will be made to use qualified MBE sub- contractors when possible on City contracts. ' 3. Qualified small, women owned, and minority business will be Included on solicitation lists as sub-contractors for City supplies, services, and construction. ' 4. Qualified small, women owned, and minority business will be solicited whenever they are potential sources. 5. When economically feasible, Contractors will divide total requirements Into smaller tasks or quantities so as to permit maximum small, women owned, and minority business participation. 6. Where the requirement permits, Contractor will establish delivery schedules which will encourage participation by small, women owned and minority businesses. ' 7. Contractor will use the services and assistance of the Small Business Administration, the Office of Minority Business Enterprise, and the Community Services Administration. 8. Forms for determining Minority Business Enterprise eligibility may be obtained from the Department of Public Works. 1 1• 1 '• MINORITY BUSINESS UTILIZATION AGREEMENT ' A. The bidder agrees to attempt to expend at least two (2) % of the contract, if ' awarded,for Minority Business Enterprise(MBE). For purposes of this goal,the term "Minority Business Enterprise" shall mean a business: 1. Which is at least 51 percent owned by one or more minorities or women, or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and ' 2. Whose management and daily business operations are controlled by one or more such individuals. ' "Minority Group Member"or"Minority"means a person who Is a citizen or lawful permanent resident of the United States, and who is: 1. Black(a person having origins in any of the black racial groups of Africa); 2. Hispanic (a person of Spanish or Portuguese culture with origins in Mexico, South or Central America, orthe Caribbean Island,regardless of race); 3. Asian American (a person having origins in any of the original peoples of the Far East, Southeast Asia, the Indian sub-continent, or the Pacific ' islands); 4. American Indians and Alaskan Native (a person having origins in any of the original peoples of North America); 5. Member of other groups, or other individuals, found to be economically and socially disadvantaged by the Small Business Administration under ' Section 8(a) of the Small Business Act, as amended (15 U.S.C. 637(a)). ' 6. A female person who requests to be considered as an MBE, and who "owns" and "controls" a business as defined herein. ' Minority Business Enterprises may be employed as contractors,subcontractors, or suppliers. ,• B. The bidder must indicate the Minority Business Enterprise(s) proposed for utilization as part of this contract as follows: Name and Addresses Nature of Dollar Value of of Minority Firms Participation Participation Total Bid Amount: Total: Percentage of Minority Enterprise Participation: °1° C. The bidder agrees to certify that the minority firm(s) engaged to provide materials or services in the completion of this project: (a) is a bona fide Minority 1 Business Enterprise;and(b)has executed a binding contract to provide specific materials or services for a specif ic dollar amount. N A roster of bona fide Minority Business Enterprise firms will be furnished by the City of Jefferson. The bidder will provide written notice to the Liaison Officer of the City of Jefferson indicating the Minority Business Enterprise(s) it intends to ' use in conjunction with this contract. This written notice is due five days after notification to the lowest bidder. ' Certification that the Minority Business Enterprise(s) has executed a binding contract with the bidder for materials or services should be provided to the MBE Coordinator at the time the bidder's contract is submitted to the MBE ' Coordinator. D. The undersigned hereby certified that he or she has read the terms of this ' agreement and is authorized to bind the bidder to the agreement herein set forth. ' At—ice- NAME OF AUTHORIZED OFFICER ' DATE-7-d-5-4v L SIGNATURE OF AUTHORIZED OFFICER ' AFFIDAVIT • ' . COMPLIANCE WITH PREVAILING ' WAGE LAW ' Before me, the undersigned Notary Public, in and for the County of State of personally came and appeared NAME POSITION of the NAME OF COMPANY (A corporation)(a partnership)(a proprietorship)and after being duly sworn did depose ' and say that all provisions and requirements set out in Chapter 290, Section 290.210 through and Including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions and requirements and with Annual Wage Order No. 13, Section 026, Cole County In carrying out the contract and work In connection with Project No. 32083, Community Development Block Grant for Chestnut St. and Capitol Av. Public Improvements located at Jefferson City in Cole County, Missouri, and completed on the day of , 20_ 1 ' SIGNATURE ' Subscribed and sworn to me this day of 20_ ' NOTARY PUBLIC ' My commission expires: STATE OF MISSOURI ) ss ' COUNTY OF ) 1• Missouri Division of Labor Standards ' WAGE AND HOUR SECTION P TH1: s O 'n Jay Mocccx � `� •Wr 1'i1 MATT BLUNT. Governor N Annual Wage Order No. 13 Section 026 COLE COUNTY ' In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affected by this Annual Wage Order may object by tiling an objection in triplicate with the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO 65102-0599. Such objections must ' set forth in writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor Standards. P.O. Box 449, Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of ' State of Missouri. Original Signed by Allen E. Dillingham, Director Division of Labor Standards This Is A True And Accurate Copy Which Was piled With The Secretary of State: March 10,2006 ' Last Date Objections May Be piled: April 10,2006 • Prepared by Missouri Department of Labor and Industrial Relations 1 Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County ' ecl ve Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Asbestos Worker $26.44 55 60 $12.76 ' Boilermaker $2819 57 7 $17.42 Bricklayers-Stone Mason $25.39 59 7 $10.12 Carpenter $21.13 60 15 $9.58 ' Cement Mason $20.99 9 3 $9,31 Electrician Inside Wireman $26,32 28 7 $10.50+ 13% Communication Technician USE ELECTRICIAN INSIDE WIREMAN RATE Elevator Constructor a $35.815 26 54 $14.554 ' Operating Engineer Group 1 $24.07 86 66 $14.53 Group II $24.07 86 66 $14.53 Group III $22.82 86 66 $14.53 , Group 111-A $24.07 86 66 $14.53 Group IV $21.84 86 66 $14.53 Group V 1 $24.77 86 66 $14.53 ' Pipe Fitter b $30.75 91 69 $17.43 Glazier $15.00 FED $1.42 Laborer(Building): General $17.87 110 IP 7 $8.43 ' First Semi-Skilled $19.871 110 1 7 $8.43 Second Seml-Skilled $18.87 I 110 1 7 $8.43 Lather USE CARPENTER RATE Linoleum Layer&Cutter USE CARPENTER RATE Marble Mason 1 1 $25.39 59 7 $10.12 Millwright $22.13 60 15 $9.58 Iron Worker $22.85 11 a $14.64 ' Painter $20.05 18 7 $6.92 Plasterer $20.01 94 5 $9.10 Plumber $21.50 FED $3.20 Pile Driver $22.13 60 15 $9.58 ' Roofer $24.75 12 4 $8.99 Sheet Metal Worker $24.64 1 40 23 1 $10.81 Sprinkler Fitter S15.251 FED 1 $2.37 Terrazzo Worker $25.39 59 7 $10.12 ' Tile Setter $25.39 59 7 $10.12 Truck Driver-Teamster Group I $20.50 101 5 $7.50 ' Group II $21.20 101 5 $7.50 Group III $20.90 101 5 $7.50 Group IV $21.20 101 5 $7.50 Traffic Control Service Driver ' Welders-Acetylene&Electric Fringe Benefit Percentage Is of the Basic Hourly Rate Attention Workers: If you are not being paid the appropriate wage rate and fringe benefits contact the Division ' of Labor Standards at(573)751-3403. 'SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO. 13 5108 ' ' Building Construction Rates for Section 026 • COLE County Footnotes Effective Basic over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule ,1 •Welders receive rate prescribed for the occupational title perlotming operation to which welding Is lncidenlal. . Use Building Construction Rates on Building(s)and All Immediate Attachments,Use Heavy Construction rates for remainder of project. For the occupational Isles not listed In Heavy Construction Sheets,use Rates shown on Building Construction Rate Sheet. a-Vacation: Employees over 5 years-8%; Employees under 5 years-6% b- All work over$3.5 Million Total Mechanical Contract-S30.75,Fringes-S1 7.43 All work under S3.5 Million Total Mechanical Contract-S29A 1,Fringes-$13.33 1 1 1 '• ANNUAL WAGE ORDER NO.13 3106 COLE COUNTI' OVER7'IDiE SCHEDULE ' BUILDING CONSTRUCTION • FED: Minimum requirement per Fair Labor Standards Act means time and one-half(I %:)shall be paid for all work in excess ' of forty(40)hours per work week. NO.9: Means the regular workday starting time of 8:00 a.m.(and resulting quitting time of 4:30 p.m.)may he moved forward to 6:00 a.m. or delayed one hour to 9:00 a.m. All work performed in excess of the regular work day and on Saturday shall be ' compensated at one and one-half(1'/2) times the regular pay. In the event lime is lost during the work week due to weather conditions,the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated for at double the regular rate of wages. The work week shall be Monday through Friday,except for ' midweek holidays. NO. 11: Means eight(8)hours shall constitute a day's work,with the starting time to be established between 6:00 a.m.and 8:00 a.m.from Monday to Friday. Time and one-half(I'%)shall be paid for first two(2)hours of overtime Monday through Friday and ' the first eiglrt (8) hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double(2)time rate. Double(2)little shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays. NO. 12: Means the work week shall commence on Monday at 12:01 a.m. and shall continue through the following Friday, ' inclusive of each week. All work performed by employees anywhere in excess of forty(40)hours in one(1)work week,shall be paid for at the rate of one and one-half(I%,)limes the regular hourly wage scale. All work performed within the regular working hours which shall consist of a ten(10)hour wok clay except in emergency situations. Overthne work and Saturday work shall be ' paid at one and one-half(IV,)times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two(2) times the regular hourly rate. NO. 18: Means the regular work day shall be eight(8)hours. Working hours are from six(6)hours before Noon(12:00)to six ' (6)hours allcr Noon(12:00). The regular work week shall be forty(40)hours,beginning between 6:00 a.m.and 12:00 Noon on Monday and ending between 1:00 p.m.and 6:00 p.m. on Friday. Saturday will he paid at time and one-half(I%2). Sunday and Holidays shall be paid at double(2)tfmc. Saturday can he a make-up day if the weather has forced a day off,but only in the week of the day being lost. Any time before six (6) hours before Noon or six (6) hours a0er Noon will be paid at time and one-half (1'h). NO.26; Means that the regular working day shall consist of eight(8)hours worked between 6:00 nam,and 5:00 p.m,, five(5) ' days per week,Monday to Friday,inclusive.Hours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades. (The above working hours only be changed by mutual agreement). Work perforated on Construction Work on Saturdays,Sundays and before and after the regular working day on Monday to Friday, inclusive,shall be classified as overtime,and paid for tut double(2)tare rate of single time. The employer may establish hours worked on ajobsite for ' a four(4)ten(10)hour day work week at straight tittle pay for construction work;the regular working day shall consist of ten(10) hours worked consecutively,between 6:00 a.m.and 6:00 p.m.,four(4)days per week,Monday to Thursday,inclusive. Any work perforated on Friday,Saturday,Sunday and holidays,and before and offer the regular working day on Monday to Thursday where a four(4)ten(10)hour day workweek has been established,will be paid at two times(2)the single(hue rate or pay. The rate or , pay for all work performed on holidays shall be at two times(2)the single lime rate of pay. 1 1 ANNUAL WAGE ORDER NO, 13 A W 13 026 OT.doc Page I of 5 pages ' COLE COUNTY OVERTl111E SCIIF.DIILE . BUILDING CONSTRUCTION NO. 28: Means a regular workday shall consist of eight (8) hours between 7:00 a.m. and 5:30 p.m., with at least a thirty (30) minute period to be taken for Iuuch. Five(5)days a week,Monday through Friday inclusive,shall constitute a work week. The Employer has the option for a workday/workweek of four(4)ten(10)hour days(4.10's)provided: -The project must be for a minimum of four(4)consecutive days. -Starting time may be within one(t)hour either side of 8:00 a.m. -Work week must begin on either a Monday or Tuesday: If a holiday falls within that week it shall be a consecutive work dny. (Alternate: If a holiday falls in time middle of a week, then [lie regular eight (8) hour schedule may be ' implemented), -Any time worked in excess oCany ten(10)hour work day(in n 4.10 hour work week)shall beat the approprinte overtime rate. ' All work outside of the regular working hours as provided.Monday through Saturday,shall be paid at one&one-half(1%I)times the employee's regular rate of pay. All work performed from 12:00 a.m.Sunday through 8:00 a.m. Monday and recognized holidays shall be paid at double(2)dne straight time hourly rate of pay. Should employees work in excess of twelve(12) consecutive hours they shall be paid double lime(2X)for all time after twelve(12)hours. Shift work perforated between the hours of 4:30 p,m,and 12:30 a.m.(second shift)shall receive eight(8)hours pay at the regular hourly rate of pay plus ten(10%) percent for seven and mac-half(7'/I)hours work. Shifl work performed between the hours of 12:30 a.m.and 8:00 a.m.(third shin) shall receive eight(8)hours pay at the regular hourly rate of pay plus fifteen(I S°6)percent for seven(7)hours work. A lunch ' period of thirty(30)minutes shall be allowed on each shift. All overtime work required after the completion of o regular shill shall be paid at one and one-half(i'h)times the shill hourly rate. ' N0.40: Means the regular working week shall consist of five(5)consecutive(8)hour days'labor on thejob beginning with Monday and ending with Friday of each week. Four(4) 10-hour days may constitute the regular work week. 'file regular working day shall consist of eight(8)hours labor on the job beginning as early its 7:00 a.m.and ending as late as 5:30 p.m. All full or part time labor performed during such hours shall be recognized as regular working hours and paid for at the regular hourly rate. All hours worked on Saturday and all hours worked in excess of eight(8)hours but not more than twelve(l2)hours during the regular working week shall be paid for at time and otnc-Inalf(I'/I)the regular hourly rate. All hours worked on Sundays and holidays and all hours worked in excess of twelve(12)hours during the regular working day shall be paid at two(2)tines the regular hourly rate. In the event of rain,snow,cold or excessively windy weather on it regular working day,Saturday may be designated as a"make-up"day. Saturday may also be designated as n"make-up"day,for an employee who has missed a day of work for personal or other reasons. Fay for"make-up"days shall be at regular rates. NO,III Means the regular well day shall be eight(8) hours between 6:00 a.m.and 4:30 p.m. The first two(2) hours of work performed In excess of the eight (8) hour work day,Monday through Friday, and the first ten(10) hours of work on Saturday, shall be paid at one&one-lnnlf(l YI)times the straight time rate. All work performed on Sunday,observed holidays and In excess often(10)hours a day,Monday through Saturday,shall he paid at double(2)the straight tittle rate. ' NO.57: Means eight(8)hours per day shall constitute a day's work and forty(40)(tours per week,Monday through Friday,shall constitute a week's work. The regular staring time shall be 8:00 a.m. The above may be changed by mutual consent of authorized personnel. When circumstances warrant,the Employer may change the regular workweek to four(4)ten-hour days at ' the regular time rate of pay. It being understood that all other pertinent infomtation must be adjusted accordingly. All time worked before and after the established workday ofeight(8)hours.Monday through Friday,all time worked on Saturday,shall be paid at the rate of time and one-half(1%)except in cases where work is part of an employee's regular Friday shift. All time worked on Sunday and recognized holidays shall be paid at the double(2)time rate of pay. 1 ANNUAL%%'AGE ORDER NO, 13 AW 13 026 OT doc Pope 2 of 3 Paps ' COLE COUNTY OVERTIME SCIIEDULE ' BUILDING CONSTRUCTION • NO.59: Means that except as herein provided,eight(8)hours a day shall constitute a standard work day,and forty(40)hours per ' week shall constitute a week's work. All time worked outside of the standard eight(8) hour work day and on Saturday shall be classified as overtime and paid the rate of time and one-half(I IM. All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double(2)time. The Employer has the option of working either five(5)eight hour days or four (4) ten hour days to constitute n normal forty (40) hour work week. When Ilia four (4) ten-hour work week is in effect, [tic ' standard work day shall be consecutive ten (10)hour periods between ilia hours of 6:30 a.m.and 6:30 p.m, Forty(40)hours per week shall constitute a weeks work,Monday through Thursday,inclusive. In the event the job is down for any reason beyond the Employers control,then Friday and/or Saturday may,at the option of the Employer,be worked as a make-up day;straight time not 1 to exceed ten (10)hours or forty(40) hours per week. When ilia rive dny (8) hour work weak is in effect, forty (40) hours per week shall constitute a week's work, Monday through Friday, inclusive, ht the event ilia job Is down for any reason beyond ilia Employer's control,then Saturday may,at the option of[Inc Employer. be worked as a snake-up day:straight time not to exceed eight(8)hours or forty(40)hours per week. The regular starting time(and resulting quitting time)may be moved to 6:00 a.m.or ' delayed to 9:00 a.m. Make-up days shall not be utilized for days lost due to holidays. NO.60: Means the Employer shall have ilia option of working rive 8-hour days or four 10-hour days Monday through Friday. I f an Employer elects to work rive 8-hour dnys during any work week, hours worked more[hot eight(8)per day or forty(40)per ' week shall be paid at time and one-half(111:1 ilia hourly wngc rate plus fringe benefits Monday through Friday. SATURDAi' MAKE-UF DAY: If nn Employer is prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather(min or mud),Saturday or ally part thereof may be worked as a make-up day at the straight[line rate. ' It is agreed by the parties that the make-up day is not to be used to make up time lost due to recognized holidays. If an Employer elects to work four 10-hour days,between the hours of 6:30 ami,and 6:30 p.m.in tiny week,work perforatcd more than ten(10) hours per day or forty (40) hours per week shall be paid at lime and one half(I%a) ilia hourly wage rate plus fringe benefits Monday through Friday. If an Employer is working 10-hour days and loses a day due to inclement weather,the Employer may ' work ten(10)hours on Friday at straight time. Friday must be scheduled for no more than ten(10)hours al the straight time rate, but all hours worked over ilia forty(40)hours Monday through Friday will be paid at time and one-half(I'/2)the hourly wage rate plus fringe bcnefn[s. All Millwright work perfonned in excess of ilia rcgulnr work day and on Saturday shall be compensated for a[time and one-half(I%,)the regular Millwright hourly wage rate plus fringe benefits. The regular work day starting of 8:00 a.m. (and resulting quitting time of 4:30 p.m.) may be moved forward to 6:10 a.m. or delayed one (1) hour to 9:00 a.m. All work accomplished on Sundays and recognized holidays,or days observed it recognized holidays,shall be compensated for m double (2) ilia regular hourly rite of wages plus fringe benefits. NO'T'E: All overtime is computed on the hourly wage rate plus an ' amount equal to the fringe benefits. NO.65: Means Monday through Sunday shall constitute the work week. Regular starting time shall be 8:00 a.m.,with one half hour for lunch between three and one-half(Vi)and five(5)hours after slaning time. The starting time may be advanced by two , (2)hours or delayed one(I)hour by ilia employer from tine reguha smiting time. All work perforated before the advanced starting time and during ilia half hour lunch shall be paid at [he overtime rate of time and one-half(I%,). N'ork )rcrfonned outside Ihcsc hours shall be prod at the overtime rate of tine and one-half(I%),except as provided otherwise below. All work perforated on Sundays or recognized holidays shall be paid at tine double (2) lute rate. Whoa the start time is delayed past 9:0[1 n.m., the ' employee's pay shall start at 9:00 a.m.and all time,aller the normal quitting time(5:30 p.m.),shall be paid at the overtime rate. Eight (8) hours shall constitute ilia work day. All work performed prior to or after ilia regular eight (8) hour work dny, its described above,and all work performed on Saturday shall be paid at time and one-half(IV,)the regular rote. In the event that a ' scheduled eight(8) hour work day is missed(tot including recognized holidays)because of Inclement weather,[hen that missed work day may be made up at straight lime on the following Saturday. It is recognized that not all employees working on a Saturday make-up day will have worked the same nunhber of hours during the rcgulnr work week. It Is funhcr recognized that ally work a0cr forty(40)hours must be paid at tittle and one-half(1%). The employer may establish a 4.10's schedule on projects(4 ' days with 10 hours per dny al straight time). In order to use ilia 4.10's schedule, the employer mast schedule the 4.10's for a minimum of one(1)week. If using a 4-10's schedule,n Friday shake-up day is allowed, 1 ANNUAL WAGE ORDER NO. 13 Aw'13 0:a 01'.doc Page 3 or 5 Pages ' COLE COUNTY OVERTIME SCHEDULE . BUILDING CONSTRUCTION NO.86. Means the regular work week shall consist of five(5)clays,Monday through Friday,beginning at 8:00 a.m.and ending at 4:30 p.m. The regular work day beginning time may be advanced one or two hours or delayed by one hour. However, the Employer may have the option to schedule his work week from Monday through Thursday at ten 110)hours per day M the straight time rate or pay with all hours in excess of ten(10) hours in any one day to be at the applienble overtime rate. If the Employer ' elects to work from Monday through Thursday and is stopped due to circumstances beyond Iris control, inclement weather or holiday,he shall have Ore option to work Friday at the straight time rate of pay to complete his forty(40)hours, If an employee declines to work Friday as a make-up day,he shall not he penalized.All overtime work performed on Monday through Saturday shall be paid at time and one-half(I''/a)of the hourly rate plus an amount equal to one-half(%,)of the hourly Total Indicated Fringe Benefits. All work perfomred on Sundays and recognized holidays shall he paid at double(2)the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits, NO.91: Means eight(8)hours shall constitute a day's work commencing at 8:00 a.m.and ending at 4:30 p.m.,allowing one-hair (%)hour for lunch. The option exists for the Employer to rise a flexible starting time between the hours of 6:00 a.m.and 9:00 a.m. The regular workweek shall consist of forty(40)hours of five(5)workdays,Monday through Friday. The workweek may consist of four(4)ten(10)hour days from Monday through Thursday,with Friday as a make-up day. I f the make-up day Is a holiday,the ' employee shall be paid at the double(2)time rate. The employees shall be paid time and one-half(1%)for work performed before the regular starting time or after the regular quitting time or over eight(8) hours per work day (unless working a 10-hour work day,then time and one-half(1'h)is paid for work perfomred over ten(10)hours a day)or over forty (40)hours per work week. Work performed on Saturdays,Sundays and recognized holidays shall be paid at tare double(2)time rate orpay. NO.94: Means eight(8)hours shall constitute a days work between the hours of 8:00 a.m.and 5:00 p.m. The regular workday starting time of 8:00 a.m.(and resulting quitting lime of 4:30 p.m.)may be moved forward to 6:00 a.m,or delayed one(1)hour to ' 9:00 a.m. All work performed In excess of the regular work day and on Saturday shall be compensated at one and are-half(I%,) times the regular pay. In the event time is lost during the work week due to weather conditions,the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. NNO. 101: Means that except as provided below,eight(8)hours a day shall constitute a standard work day,and forty(40)hours per week shall continue n week's work,which shall begin on Monday and end on Friday. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rate of lime and one-half(I'k)(except as herein provided). All time ' worked on Sunday and recognized holidays shall be classified as overtime and paid at the rate of double(2) time. The regular starting time of 8:00 a.m.(and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 a.m.or delayed one(1)hour to 9:00 a.m. The Employer has the option of working either five(5)eight-hour days or tbur(4)ten-hour days to constitute a normal ' forty(40)hour work week. When a four(4)ten-hour day work week is in effect,lire standard work day shall be consecutive ten (I0)hour periods between the hours of 6:30 a.m,and 6:30 p,nr. Forty(40)hours per week shall constitute a week's work Monday Ihrough Thursday,hrclusivc. In the event the job is down for any mason beyond the Employer's control,then Friday and/or Saturday may,at the option of Ole Employer, be worked as a make-up day; straight time not to exceed ten(10)hours per day or forty(40) hours per week. Staring time will be designated by the employer. When the five(5)day eight(8)hour work week is in effect,forty (40)hours per week shall constitute a week's work,Monday through Friday,inclusive. hr the event the job is down for any reason beyond the Employer's control,then Saturday may,at the option of the Employer,be worked as a make-up day;straight time not to exceed eight(8)hours per day or forty(40)hours per wcek. Make-up days shall not be utilized for days last due to holidays. 1 ANNUAL WAGE ORDER NO, 13 AW 13 026 0TAM Higc 4 of 51'ages 1 COLE COUNTY OVERTIDIE SCHEDULE r DUILDINC CONSTRUCTION • NO. 110: Means eight(8)hours between the hours of 8:00 a.m.and 4:30 p.m.shall constitute a work day. The starling time may r be advnnced one(1)or two(2)hours. Employees shall have n lunch period of thirty(30)minutes. The Employer may provide a lunch period of one(1) hour,and in that event, the workday shall commence at 8:00 a.m. and end at 5:00 p.m. The workweek shall commence at 8:00 n.m.on Monday and shall end at 4:30 p.m.on Friday(or 5:00 p.m.on Friday if the Employer gmnts a lunch period of one(1) hour),or as adjusted by starting little charge as stated above. All work perforated before 8:00 a.m,and r after 4:30 p.m.(or 5:00 p.m.where one(1)hour lunch is granted for lunch)or as adjusted by starting time change as stated above or on Saturday,except as herein provided,shall be compensated at one and one-halr(1%s)times the regular hourly rate of pay for the work performed. All work performed on Sunday and on recognized holidays shall be compensated at double(2)the regular r hourly rate of pay for lire work perfomned. If un Employer is prevented from working forty(40)hours,Monday through Friday,or any part thereof by reason of inclement wentlrer(min and mud),Saturday or any part thereof may be worked as n"lake-up day at the straight time rate. The Employer shall have the option of working five eight(8)hour days or four ten(10)hour days Monday through Friday. If an Employer elects to work five(5)eight(8)hour days during any work week,hours worked more than eight ' (8)per day or forty(40) hours per week shall be paid at time and one-half(I%_)the hourly rate Monday through Friday. If an Employer elects to work four(4)ten(10)hour days in any week,work performed more than ten(10)hours per day or forty(40) hours per week shall he paid at time and one-half(I%,)the hourly rate Monday through Friday. [fan Employer is working ten(10) hour days and loses a day due to inclement weather, they may work ten (10) hours Friday at straight lime. Friday must be r scheduled for at least eight(8)hours rand no more than ten(10)hours at ire straight time rate,but all hours worked over the forty (40)hours Monday through Friday will be paid at time and one-halr(1%a)overtime rate. 1 . _ r r . r r r r ANNUAL.WAGE ORDER NO. 13 r AW I3 034 OT.doc Pagc 5 ors Pages i ' COLE COUNTY • HOLIDAY SCHEDULE—BUILDING CONSTRUCTION ' NO.3:All work done on New Years Day,Decoration Day,July 4th,Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day shall he paid at the double time rate of pay. Whenever tiny such holidays fall on a Sunday,lire following Monday shall be observed as a holiday. ' NO.4:All work done on New Years Day.Memorial Day,Independence Day,Labor Day,Thanksgiving and Christmas Day shall be paid at the double time rate of pay. If any of the nhovc holidays fall an Sunday,Mayday will be observed as the recognized holiday. if any of the above holidays fall on Snunday.Friday will be observed as the recognized holiday. ' NO.5: All work that shall be done on New Years Day,Memorial Day,Fourth ofluly,Labor Day,Veteran's Day, Thanksgiving Day,and Christmas Day shall be paid at the double(2)time rate of pay. NO.7:All work done on Ncty Ycaes Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. If a holidny falls on n Sunday,it shnll be observed on tlnc Monday following. If holiday falls on a Snturday,it shall be observed on the preceding Friday. t NO.A:All work performed on New Years Day,Mcnnorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day,and Christmas Day,or the days observed in lieu of these holidays,shall be paid at the double time rate of pay. NO.15:All work accomplished on the recognized holidays of Ncw Years Day,Decoration Day(Memorial Day),Independence ' Day(Fourth of July),Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day,or days observed as these named holidays,shall be compensated for at double(2)life regular hourly rate of wages plus fringe benefits. If n holiday falls on Saturday,it slmall be observed on tlnc preceding Friday. Ifa holiday falls on a Sunday,it shall be observed on time following Monday. No work shall be performed on Labor Day,Christmas Day,Decoration Day or Independence Day except to preserve ' life or property. NO.23:All work done on New Years Day,Memorial Day,Independence Day,Labor Day,Vcmcmn's Day,Thanksgiving Day, Christmas Day and Sundays shall be recognized holidays and shall be paid at the double time rate of pay. When a holiday falls Non Sunday,the following Monday shall be considered a holiday. NO.54:All work performed on New Years Day,Memorial Day, Independence Day,Labor Day,Veteran's Day,Thanksgiving ' Day,the Friday after Thanksgiving Day,and Christmas Day shall be paid at the double(2)time rate of pay, When a holiday falls on Saturday,it shall be observed on Friday. When a holiday falls on Sunday,it shall be observed on Monday. NO.60: All work performed on New Year's Day,Armistice Dry(Veteran's Day),Decoration Day(Memorial Day). ' Independence Day(Fourth of July),Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple(3)time is paid. When a holiday falls on Saturday,Friday will be observed as the holiday. When a holiday falls on Sunday,the following Monday shall be observed as the holiday. t NO.66: All work perforated on Sundays and life following recognized holidays,or the days observed as such,or New Year's Day,Decoration Day,Fourth of July,Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day,shall be paid at double (2)the hourly rate plus an amount equal to the hourly Total Indicated Fringe Bcnefmts. Whenever any such holidays fall on a Sunday,the following Monday shall be observed as a holiday. ' NO.69: All work performed on New Year's Day,Decoration Day,Judy Fourth,Labor Day,Veteran's Day,Thanksgiving Day or Christmas Day shall be compensated at double(2)their straight-line hourly rate of pay. Friday alter Thanksgiving and the day before Christmas will also be holidays,but If the employer chooses to work these days,the cmploycc will be paid at straight -time rate of pay. I fa holiday falls on a Sunday in a particulnr year,the holiday will be observed on the following Monday. ' ANNUAL WAGr ORDER NO. 13 AW Ol7 026 ml lot d,k I'opc I of I Ib6Ls Heavy Construction Rates for Section 026 •' COLE County' *Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule ' CARPENTER Journeymen $25.48 7 16 $6.89 ' Millwright $25.48 7 16 $8.89 Pile Driver Worker $25.48 7 16 $8.89 OPERATING ENGINEER ' Group 1 $23.15 21 5 $14.45 t Group II $22.80 21 5 $14.45 Group III $22.60 21 5 $14.45 Group IV $18.95 21 5 $14.45 ' Oiler-Driver $18.95 21 5 $14.45 LABORER , General Laborer $21.77 2 4 $7.78 M Skilled Laborer $22.37 2 4 $7.78 TRUCK DRIVER-TEAMSTER ' Group 1 $23.67 22 19 $7.50 Group II $23.83 22 19 $7.50 , Grou III $23.82 1 22 19 $7.50 Grou IV $23.94 22 19 $7.50 For the occupational titles not listed on the Heavy Construction Rate Sheet, use Rates shown on the ' Building Construction Rate Sheet. ANNUAL WAGE ORDER NO. 13 3/06 ' ' COLE COUNTY • OVERTIME SCHEDULE—HEAVY CONSTRUCTION ' NO.2: Means a regular workweek shall be forty(40) hours and will start on Monday and end on Friday. The regular work day shall be either eight(8)or ten (10) hours. If a crew is prevented from working forty(40) hours Monday through Friday, or any part thereof. by reason of inclement weather. Saturday or any part thereof may be worked as a make-up day at the straight time rate. Employees who are pan of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. A workday shift is to begin at the option of the Employer, between 6:00 a.m. and not later than 9:00 a.m. However, the project sinning time may be advanced or delayed if required. If workmen are required to work the enumerated holidays or days observed as such or Sundays, they shall receive double (2) the regular rate of pay for such work. NO. 7: Means the regular work week shall start on Monday and end on Friday, except where the Employer elects to work Monday through Thursday, ten (10) hours per day. All work over ten ' (10)hours in a day or forty(40) hours in it week shall he at the overtime rate of one and one-half (1'/2) limes the regular hourly rate. The regular work day shall be either eight (8) or ten (10) hours. If a,job can't work forty (40) hours Monday through Friday because of inclement weather ' or other conditions beyond the control of the Employer. Friday or Saturday may be worked as a make-up day at straight time(if working 4-10.$). Saturday may he worked as a make-up day at straight time(if working 5-8's). Make-up days shall not be utilized for days lost from holidays. ' Except as worked as a make-up day, time on Saturday shall be worked at one and one-half(I'/2) times the regular rate. Work performed on Sunday shall be paid at two(2) times the regular rate. Work performed on recognized holidays or days observed as such, shall also be paid at the Ndouble(2) time rate of pay. NO.21: Means the regular workday for which employees shall be compensated at straight time ' hourly rate of pay shall, unless otherwise provided for, begin at 8:00 a.m. and end at 4:30 p.m. However,the project starting time may be advanced or delayed at the discretion of the Employer. At the discretion of the Employer, when working a five (5)day eight(8) hour schedule, Saturday ' inn),be used for a make-up day. Iran Employer is prohibited from working on a holiday, that employer may work the following Saturday at the straight time rate. However, the Employer may have the option to schedule his work from Monday through Thursday at ten (10) hours per ' day at the straight time rate of pay with till hours in excess of ten (10) hours in any one day to be paid at the applicable overtime rate. If the Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control, he shall have the option to work Friday or Saturday at the straight time rate of pay to complete his forty(40) hours. If an ' Employer is prohibited from working on it holiday, that Employer Ina), work the following Friday or Saturday at the straight time rate. Overtime will he tit one and one-half(11/2)times the regular rate. If workmen are required to work the enumerated holidays or days observed as such, or Sundays,they shall receive double(2) the regular rate of pay for such work. NO.22: Means a regular work week of forty (40) hours will start on Monday and end on Friday. ' The regular work day shall be either eight (8)or ten (10) hours. Ira crew is prevented from working forty(40)hours Monday through Friday. or any part thereof by reason of inclement weather, Saturday or any part thereormay be worked as a make-up day at the straight time rate. ' Employees who are part of regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. For • all time worked on recognized holidays, or days observed as such, double(2) time shall be paid. ' ANNUAL WAGE ORDER NO. 13 AWOq a:fi IIOT.dnc Page I ul'I I'ugcs 1 COLE COUNTY ' HOLIDAY SCHEDULE—HEAVY CONSTRUCTION . NO.4- All work performed on Ncw Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving ' Day, Christmas Day, or days observed as such, shall be paid at the double time rate of pay. When a holiday falls on a Sunday, Monday shall be observed. NO.5: The following days are recognized as holidays: New Year's Day, Memorial Day. Fourth of July, Labor ' Day,Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. if n holiday falls on a Saturday, it shall be observed on the preceding Friday. No work shall ' be performed on Labor Day except in case of jeopardy to work under construction.This rule is applied to protect Labor Day. When a holiday falls during the normal work week. Monday through Friday, it shall be counted as eight(8) hours toward a forty(40) hour week: however, no reimbursement for this eight(8) hours is ' to be paid the workman unless worked. If workmen are required to work the above recognized holidays or days observed as such,or Sundays, they shall receive double(2)the regular rate of pay for such work. The above shall apply to the four 10's Monday through Thursday work week. The ten(I0)hours shall be applied to the ' forty (40) hour work week. NO. 16: The following days are recognized as holidays: New Year's Day, Memorial Day, Fourth of July, , Labor Day,Thanksgiving Day and Christmas Day. I f a holiday falls on Sunday, it shall be observed on the following Monday. If holiday falls on Saturday, it shall be observed on the preceding Friday.No work shall be performed on Labor Day except in case of jeopardy to work under construction.This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be , counted as eight (8)hours toward the forty(40)hour week: however, no reimbursement for this eight(8) hours is to be paid to the worker unless worked. I f workers are required to work the above recognized holidays or days observed as such,they shall receive double(2) the regular rate of pay for such work. NO. 19: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day and Christmas Day. If holiday falls on a Sunday, it shall be observed on the ' following Monday. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight(8)hours toward the forty(40)hour week: however, no reimbursement for this eight(8) hours is to be paid the workmen unless worked. If workmen are required to work the above enumerated holidays,or ' days observed as such, they shall receive double(2) the regular rate of pay for such work. 1 1 AW0130261111o1.doc ANNUAL WAGE ORDER NO. 13 Page I of I Nagar ' ,• OUTSIDE ELECTRICIAN ' These rates are to be used for the following counties: Adair,Audmin,Boone,Callaway,Camden,Caner,Chariton,Clark,Cole,Cooper,Crawford,Dent,Franklin, ' Gasconade,Howard,Howell,Iron,Jefferson,Knox,Lewis,Lincoln,Linn,Macon,Maries,Marion,Miller,Monitcau, Monroc,Montgomery,Morgan,Oregon,Osoge,Perry,Phelps,Pike,Pulaski,Putnam,Rolls,Randolph,Reynolds, Ripley,St.Charles,SL Francois,St.Louis City,St.Louis County,Ste.Genevieve,Schuyler,Scotland,Shannon,Shelby, Sullivan,Texas,Warren,and Washington COMMERCIAL WORK Occupational Title Basic Total ' Hourly Fringe Rate Benefits ' Joumc man Lineman $30.30 $4.75+41.3% Lineman O erator $27.04 $4.75+41.3% Groundman $21.22 $4.75 +41.3% OVERTIME RATE:Bight(8)hours shall wnstiunc n work day between the hours of 7:00 a.m,and 4:30 p.m.Forty (40)hours within five(5)days,Monday through Friday inclusive,shall constitute the work week.Work performed in the 91h and I Oth(tour,Monday through Friday,shall be pnid at time and one-half(1'/2)the regular straight time rate of pay. Contractor has the option to pay two(2)hours per day at the Brie and one-halr(I%,)the regular straight time rate of pay between the hours of 6:00 a.m,and 5:30 p.m.,Monday through Friday.Work performed outside the regularly scheduled working hours and on Saturdays,Sundays and recognized legal holidays,or days celebrated as such,shall be paid for at N the rate of double(2)time. HOLIDAY RATE:All work perforated on New Ycies Day,Memorial Day,Fourth of July,Labor Day,Veteran's Day, Thanksgiving Day,Christmas Day,or days celebrated as such,shall be paid at the double time rate of pay. When one of ' the foregoing holidays falls on Sunday,it shall be celebrated on the following Monday. UTILITY WORK ' Occupational Title Basic Total Hourly Fringe Rate Benefits ' Joume man Lineman $30.30 $4,75+37.3% Lineman Operator $26.16 $4.75 +37.3% ' Groundman $20.23 $4.75+37.3% OVERTIME RATE:Elghl(8)hours shall constitme a work day between the hours of 7:00 am,mad 4:30 p,ni,Forty ' (40)hours within live(5)days,Monday through Friday Inclusive,shall constitute the work week.Work performed in ire 91h and loth hour,Monday through Friday,shall be paid at time and one-half(I%)the regular straight time rate of pay. Contractor has the option to pay two(2)hours per day at the time and one-half(l 1/3)the regular straight time rate of pay between the hours of 6:00 a,ni,and 5:30 p.m.,Monday through Friday. Worked performed in lic rust eight(8)hours on ' Saturday shall be paid at the rate of one mid eight tenths(1.8)the regular straight time rate. Work performed outside these hours and on Sundays and recognized legal holidays,or days ccichmted as such,shall be paid for at the rate of double(2)time. ' HOLiDAi'RATE:All work perfomied on New h'ear's Do),,Memorial Day,Fourth orJuly,Labor Day,Veteran's Day, • Thanksgiving Day,Christmas Day,or days celebrated as such,shall be paid at tic double time rate of pay. When one of the foregoing holidays falls on Sunday,it shall be celebrated on the following Monday. ' ANNUAL WAGE ORDI-It NO. 13 anx, am 01,AW13 1 WAIS Document Retrieval Pagel of 33 GENERAL DECISION: M020030001 07/07/2006 M01 `1 te: July 7, 2006 ' General Decision Number: M020030001 07107/2006 Superseded General Decision Number: M0020001 1 State: Missouri Construction Types: Heavy and Highway Counties: Missouri Statewide. HEAVY AND HIGHWAY CONSTRUCTION PROJECTS ' " Modification Number Publication Date 0 06/13/2003 ' 1 04/02/2004 2 04/16/2004 3 06/04/2004 4 06/11/2004 5 07/23/2004 ..1` . 6 08/06/2004 . 7 09/24/2004 8 11/12/2004 9 11/19/2004 !1 10 12/24/2004 it 12/31/2004 12 01/28/2005 ��• 13 03/11/2005 14 04/01/2005 15 04/08/2005 16 04 115/2005 ' ,. 17 04/22/2005 18 04/29/2005 19 05/06/2005 20 05/13/2005 ' 21 06/10/2005 22 06/1712005 23 06/24/2005 ' 24 07/08/2005 25 07/29/2005 26 08/19/2005 27 09/16/2005 28 11/04/2005 29 12/0912005 30 12/16/2005 31 12/23/2005 32 01/13/2006 ' 33 02/2412006 34 03/03/2006 35 03/10/2006 . 36 03/31/2006 37 04/07/2006 ' . 38 04/14/2006 39 04/21/2006 • 40 04/28/2006 41 0510512006 42 05/26/2006 littp:#frwcbgate.acccss.gpo.gov/cgi-bin/gctdoc.cgi?dbnainc=Davi s-Bacon&docid=M020030001 7/26/2006 WAIS Document Retrieval Page 2 of 33 ' 43 06/23/2006 ' 44 07/07/2006 ASBEOOOI-002 10/01/2005 • Rates Fringes ' Asbestos Worker/Heat and t Frost Insulator Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems. Also the application of firestopping material for , wall openings and penetrations in walls, floors, ceilings and ' curtain walla. . . . . .. . . . . . . . .$ 29.64 12.76 ------------------------------- CARP0007-008 04101/2001 CASS (Richards-Gebauer AFB ONLY) , CLAY, JACKSON, PLATTE AND RAY COUNTIES Rates Fringes Carpenters: CARPENTERS & PILEDRIVERS. . . .$ 25.50 6.88 ------------------------------- CARPOOOa-003 05/04/2005 ' ST. LOUIS COUNTY AND CITY Rates Fringes Carpenter. . . . . . . . . . . . . . . . . . . . . .$ 29.77 8.67 ' ------------------------------- .. . CARPOO11-001 05/01/2002 . '. Rates Fringes Carpenter and Piledriver ' ADAIR, KNOX, PUTNAM, SCHUYLER AND SULLIVAN COUNTIES. . . . . . . . . . . . . . . . . . . .$ 23.63 6.99 '• ATCHISON, ANDREW, BATES, CALDWELL, CARROLL, DAVIESS, DEKALB, GENTRY, , GRUNDY, HARRISON, HENRY, HOLT, LIVINGSTON, MERCER, NODAWAY, ST. CLARR, SALINE AND WORTH COUNTIES. . . . . . . . . .$ 22.53 6.74 '. AUDRAIN (East of Hwy.19) , • RALLS, MARION, LEWIS, CLARK AND SCOTLAND COUNTIES.$ 24.03 7.56 ' AUDRAIN (West of Hwy 19) , BOONE, COOPER, HOWARD. . . . . . .$ 23.63 6.99 http://fnvcbgatc,access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=MO20030001 7/26/2006 , ' WAIS Document Retrieval Page 3 of 33 ' BARRY, BARTON, CAMDEN, CEDAR, CHRISTIAN, DADE, • DALLAS, DOUGLAS, GREENE, HICKORY, JASPER, LACLEDE, ' LAWRENCE, MCDONALD, NEWTON, OZARK, POLK, STONE, TANEY, VERNON, ' WEBSTER AND WRIGHT COUNTIES. . . . . . . . . . . . . . .$ 22.18 6.74 BENTON, MORGAN AND PETTIS COUNTIES. . . . . . . . . . . . . . . . . . . .$ 22.33 6.99 ' BOLLINGER, BUTLER, CAPE GIRARDEAU, DUNKLIN, MISSISSIPPI, NEW MADRID, PEMISCOT, PERRY, STE. GENEVIEVE, SCOTT, STODDARD AND WAYNE COUNTIES— . . . . . . .$ 24.56 7.18 BUCHANAN, CLINTON, JOHNSON AND LAFAYETTE COUNTIES. . . . .$ 23.18 6.74 CALLAWAY, COLE, MILLER, MONITEAU, OSAGE. . . . . . . . . . . . .$ 23.63 6.99 CARTER, HOWELL, OREGON AND RIPLEY COUNTIES. . . . . . . . . . . .$ 23.64 7.18 CHARITON, LINN, MACON,MONROE, RANDOLPH AND SHELBY COUNTIES* . . . . . . . . . . . .$ 23.63 6.99 CRAWFORD, DENT, GASCONADE, IRON, MADISON, MARIES, MONTGOMERY, PHELPS, N PULASKI, REYNOLDS, SHANNON AND TEXAS COUNTIES. . . . . . . . . .$ 23.88 7.56 FRANKLIN COUNTY. — . . . . . . . . . .$ 25.93 7.56 ' JEFFERSON AND ST. CHARLES COUNTIES. . . . . . . . . . . . . . . . . . . .$ 28.44 7.56 LINCOLN COUNTY. . . . . . . . . . . . . .$ 25.54 7.56 PIKE, ST. FRANCOIS AND ' WASHINGTON COUNTIES. . . . . . . . .$ 24.59 7.56 WARREN COUNTY. . . . . . . . . . . . . . .$ 25.93 6.56 ---------------------------------------------------------------- ELEC0001-002 06/01/2005 ' BOLLINGER, BUTLER, CAPE GIRARDEAU, CARTER, DUNKLIN, FRANKLIN, IRON, JEFFERSON, LINCOLN, MADISON, MISSISSIPPI, NEW MADRID, ' PEMISCOT, PERRY,REYNOLDS, RIPLEY, ST. CHARLES, ST. FRANCOIS, ST. LOUIS (City and County) , STE. GENEVIEVE, SCOTT, STODDARD, WARREN, WASHINGTON AND WAYNE COUNTIES ' Rates Fringes Electrician. . . . . . . . . . . . . . . . . . . .$ 31.60 18.07 ---------------------------------------------------------------- ' ELEC0002-001 09/01/2005 ADAIR, AUDRAIN, BOONE, CALLAWAY, CAMDEN, CARTER, CHARITON, CLARK, COLE, COOPER, CRAWFORD, DENT, FRANKLIN, GASCONADE, HOWARD, HOWELL, IRON, JEFFERSON, KNOX, LEWIS, LINCON, LINN, "CON, MARIES, MARION, MILLER, MONITEAU, MONROE, MONTGOMERY, RGAN, OREGON, OSAGE, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, RALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. CHARLES, ST. FRANCOIS, ST. LOUIS (City and County) , STE. GENEVIEVE, SCHUYLER, ' http://ftwebgate.access.gpo.gov/egi-bin/getdoe.cgi?dbnanic=Davis-Bacon&docid=M020030001 7/26/2006 WAIS Document Retrieval Page 4 of 33 ' SCOTLAND, SHANNON, SHELBY, SULLIVAN, TEXAS, WARREN AND ' WASHINGTON COUNTIES Rates Fringes • Line Construction: ' Groundman and Groundman- Driver. . . . . . . . . . . . . . . . . . . . . .$ 21.22 4.50+41.301 ' Groundman Equipment Operator. . . . . . . . . .$ 27.04 4.50+41.301 Groundman-Winch Driver. . . . . .$ 22.12 4.50+41.301 ----- ------ Lineman or Cable Splicer 30.30 4.50+41_301-- , ----- ELEC0053-004 08/27/2000 Rates Fringes ' Line Construction: ANDREW, ATCHINSON, BARRY, , BARTON, BUCHANAN, CALDWELL, CEDAR, CHRISTIAN, CLINTON, DADE, DALLAS, DAVIESS, DE KALB, ' DOUGLAS, GENTRY, GREENE, GRUNDY, HARRISON, HICKORY, HOLT, JASPER, LACLEDE, ' LAWRENCE, LIVINGSTON, McDONALD, MERCER, NEWTON, NODAWAY, OZARK, POLK, ST. CLAIR, STONE, TANEY, VERNON, WEBSTER, WORTH, ., AND WRIGHT COUNTIES. Groundman Powderman. . . . . . . .$ 18.69 7.37• ' Groundman. . . . . . . . . . . . . . . . . .$ 17.30 6.98 Lineman operator. . . . . . . . . . .$ 25.41 .9.30 .. Lineman. . . . . . . . . . . . . . . . . . . .$ 26.75 9.69 BATES, BENTON, CARROLL, t CASS, CLAY, HENRY, JACKSON, JOHNSON, LAFAYETTE, PETTIS, PLATTE, ' RAY, AND SALINE COUNTIES. Groundman Powderman. . . . . . . .$ 19.45 7.59 Groundman. . . . . . . . . . . . . . . . . .$ 18.49 7.31 Lineman operator. . . . . . . . . . .$ 25.97 9.46 ------Lineman. . . . .----"--------_$-27_80-------------9-99 ' BLECO095-001 06/01/2004 BARRY, BARTON, CEDAR, CRAWFORD, DADE, JASPER, LAWRENCE, ' MCDONALD, NEWTON, ST CLAIR, AND V$RNON COUNTIES Rates Fringes ' Electricians: Cable Splicers. . . . . . . . . . . . . .$ 20.90 8.59+81 , Electricians. . . . . . . . . . . . . . . .$ 20.55 8.59+81 •BLECO124-007 08/29/2005 , BATES, BENTON, CARROLL, CASS, CLAY, COOPER, HENRY, JACKSON, http://frwebgate.access.gpo.gov/cgi-bin/gctdoc.cgi?dbname=Davis-Bacon&docid=MO20030001 7/26/2006 , tWAIS Document Retrieval Page 5 of 33 ' JOHNSON, LAFAYETTE, MORGAN, PETTIS, PLATTE, RAY AND SALINE COUNTIES: • Rates Fringes Electricianst . . . . . . . . . . . . . . . . . .$ 30.73 16.12 ' BLECO257-003 03/01/2006 AUDRAIN (Except Cuivre Township) , BOONE, CALLAWAY, CAMDEN, CHARITON, COLE, CRAWFORD, DENT, GASCONADE, HOWARD, MARIES, ' MILLER, MONITEAU, OSAGE, PHELPS AND RANDOLPH COUNTIES Rates Fringes ' Electricians: Cable Splicers. . . . . . . . . . . . . .$ 27.32 13.852 Electricians. . . . . . . . . . . . . . . .$ 26.32 13.852 BLEC0350-002 12/01/2004 ADAIR, AUDRAIN (East of Highway 19) , CLARK, KNOX, LEWIS, LINN, ' MACON, MARION, MONROE, MONTGOMERY, PIKE, PUTNAM, RALLS, SCHUYLER, SCOTLAND, SHELBY AND SULLIVAN COUNTIES ' Rates Fringes Electrician. . .$ 25.30 11.62 IVEC0453-001 09/01/2001 Rates Fringes ' Electricians: CHRISTIAN, DALLAS, DOUGLAS, GREENE, ' HICKORY,HOWELL, LACLEDE, OREGON, OZARK,POLK,SHANNON, WEBSTER AND WRIGHT COUNTIES.$ 20.85 5.37+10% ' . PULASKI AND TEXAS COUNTIES. .$ 25.50 5.37+10t STONE AND TANEY COUNTIES. . . .$ 14.45 4.97+10t ---------------------------------------------------------------- ' ELECO545-003 06/01/2003 ANDREW, BUCHANAN, CLINTON, DEKALS, ATCHISON, HOLT, MERCER, GENTRY, HARRISON, DAVIESS, GRUNDY, WORTH, LIVINGSTON, NODAWAY, ' AND CALDWELL COUNTIES Rates Fringes ' --Electricians: . . . . . . . . . . . . . .__�.$-27.66 -----9.93-- '---------------------- -------- ----- ELEC0702-004 01/01/2005 ' BOLLINGER, BUTLER, CAPE GIRARDEAU, DUNKLIN, MADISON, SSISSIPPI, NEW MADRID, PEMISCOT, SCOTT, STODDARD AND WAYNE UNT E8 Rates Fringes http://frwebgate.access.gpo.gov/cgi-binlgetdoc.egi?dbname=Davis-Bacon&docid=MO20030001 7/26/2006 WAIS Document Retrieval Page 6 of 33 ' Line Construction: ' Groundman - Class A. . . . . . . . .$ 18.81 4 .50+264 • Groundman Equipment Operator (all crawler type ' equipment D-4 and larger) . . .$ 27.02 4.50+264 Lineman. . . . . . . . . . . . . . . . . . . . .$ 32.83 4 .50+264 -------------------`----------------------'--------------------- 1 ENGIOIOI-001 05/01/2006 ANDREW, ATCHISON, BATES, BENTON, BUCHMAN, CALDWELL, CARROLL, CHARITON, CLINTON, COOPER, DAVIESS, DEKALB, GENTRY, GRUNDY, ' HARRISON, HENRY, HOLT, HOWARD, JOHNSON, LAFAYETTE, LINN, LIVINGSTON, MERCER, NODAWAY, PETTIS, SALINE, SULLIVAN AND WORTH COUNITES Rates Fringes 1 Power equipment operators: , GROUP1. . . . . . . . . . . . . . . . . . . . .$ 25.50 11.15 GROUP2. . . . . . . . . . . . . . . . . . . . .$ 25.10 11.15 GROUP3. . . . . . . . . . . . . . . . . . . . .$ 23.10 11.15 POWER EQUIPMENT OPERATORS CLASSIFICATIONS ' GROUP 1: Asphalt roller operator, finish; asphalt paver and , spreader; asphalt plant operator; auto grader or trimmer or sub-grader; backhoe; blade operator (all types) ; boilers - 2; booster pump on dredge; bulldozer operator; boring machine (truck or crane mounted) ; clamshell operator; concrete mixer paver; concrete plant operator; concrete pump operator; crane operator; derrick or derrick trucks; ditching machine; dragline operator; dredge engineman; , dredge operator; drill cat with'compressor mounted (self-contained) or similar type self- propelled rotary drill (not air tract) ; drilling or boring machine (rotary-self-propelled) ; finishing machine operator; , greaser; high loader-fork lift-skid loader (all types) ; hoisting engineer (2 active drwns) ; locomotive operator (standard guage) ; mechanics and welders (field and plants) ; ' mucking machine operator; pile drive operator; pitman crane or boom truck (all types) ; push cat; quad track; scraper operators (all types) ; shovel operator; sideboom cats; side discharge spreader; skimmer scoop operators; slip form ' paver operator (CMI, Rex, Gomeco or equal) ; la tourneau rooter (all tiller types) ; tow boat operator; truck crane; wood and log chippers (all types) . GROUP 2: A-frame truck operator; articulated dump truck; ' back filler operator; boilers (1) ; chip spreader; churn drill operator; compressor; concrete mixer operator, skip ' loader; concrete saws (self-propelled) ; conveyor operator; crusher operator; distributor operator; elevating grader operator; farm tractor (all attachments) ; fireman rig; float operator; form grade operator] hoisting engine' (one , drum) ; maintenance operator; multiple compactor) pavement breaker, self-propelled hydra-hammer (or similar type) ; • paymill operator; power shield; pumps; roller operator ' (with or without blades) ; screening and washing plant; self-propelled street broom or sweeper; siphons and jets; http://frwebgatc.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M020030001 7/26/2006 , WAIS Document Retrieval Page 7 of 33 straw blower; stump cutting machine; siphons and jets; tank car heater operator (combination boiler and booster) ; iwelding machine; vibrating machine operator (not hand held) ; welding machine. ' GROUP 3: Oiler; oiler driver; mechanic. HOURLY PREMIUMS: THE FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($ .25) ABOVE GROUP 1 RATE: Dragline operator - 3 yds. & over; shovel 3 yda. & over; clamshell 3 yds. & over; Crane, rigs or ' piledrivers, 100' of boom or over (incl. jib.) , hoist - each additional active drum over 2 drums THE FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($ .50) ABOVE ' GROUP 1 RATE: Tandem scoop operator; crane, rigs or piledrivers 150' to 2000 of boom (incl. jib.) ' THE FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($ .75) ABOVE GROUP 1 RATE: Crane rigs, or piledrivers 200 ft. of boom or over (including jib.) ENGI0101-005 04/01/2006 CASS, CLAY, JACKSON,PLATTE AND RAY COUNTIES Rates Fringes Power equipment operators: N GROUP 1. . $ 27.49 11.47 GROUP2. . . . . . . . . . . . . . . . . . . . .$ 26.45 11.97 GROUP3 . . . . . . . . . . . . . . . . . . . . .$ 21.98 11.47 ' GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 25.33 ,,. 11.47 POWER EQUIPMENT OPERATORS CLASSIFICATIONS ' GROUP 1: Asphalt roller operator, finish; asphalt paver and spreader; asphalt plant operator; auto grader or trimmer or sub-grader; backhoe; blade operator (all types) ; boilers-2; booster pump on dredge; boring machine (truck or crane ' mounted) ; bulldozer operator; clamshell operator; concrete cleaning decontamination machine operator; concrete mixer paver; concrete plant operator; concrete pump operator; ' crane operator; derrick or derrick trucks; ditching machine; dragline operator; dredge engineman; dredge operator; drillcat with compressor mounted (self-contained) or similar type self propelled rotary drill (not air tract) ; drilling or boring machine (rotary - self-propelled) ; finishing machine operator; greaser; heavy equipment robotics operator/mechanic; horizontal directional drill operator; horizontal directional drill locator; loader-forklift - skid loader (all types) ; hoisting engineer (2 active drums) ; locomotive operator (standard guage) ; master environmental maintenance ' mechanic; mechanics and welders (field and plants) ; mucking machine operator; piledrive operator; pitman crane • or boom truck (all types) ; push cat; quad-track, scraper ' operators (all types) ; shovel operator; side discharge spreader; sideboom cats; skimmer scoop operator; slip-form paver (CMI, REX, Gomaco or equal) ; la tourneau rooter (all ' li"p:Hfrwebgate.access.gpo.gov/cgi-bin/beldoc.egi?dbnamc=Davis-Bacon&docid=MO20030001 7/26/2006 WAIS Document Retrieval Page 8 of 33 ' tiller types) ; tow boat operator; truck crane; ultra high ' perssure waterjet cutting tool system operator/mechanic; vacuum blasting machine operator/mechanic; wood and log • chippers (all types) GROUP 2: "A" Frame truck operator; articulated dump truck; , back filler operator; boilers (1) ; chip apreader;churn drill operator; concrete mixer operator, skip loader; ' concrete Sawa (self-propelled) ; conveyor operator; crusher operator; distributor operator; elevating grader operator; farm tractor (all attachments) ; fireman rig; float operator; form grader operator; hoisting engine (1 drum) ; , maintenance operator; multiple compactor; pavement breaker, self-propelled hydra- hammer (or similar type) ; power shield; paymill operator; pumps; siphons and jets; stump ' cutting machine; tank car heater operator (combination boiler and booster) ; compressor; roller operator (with or without blades) ; screening and washing plant; self-propelled street broom or sweeper; straw blower; tank ' car heater operator (combination boiler and booster) ; vibrating machine operator (not hand held) GROUP 3: Oilers ' GROUP 4: Oiler Driver (All Types) FOOTNOTE: ' HOURLY PREMIUMS FOLLOWING CLASSIFICATIONS SHALL RECEIVE ($1.00) ABOVE GROUP 1 RATE: Clamshells - 3 yd, capacity or over; Cranes or rigs, SO ft. of boom or over (including jib) ; Draglines, 3 yd. capacity or over; Piledrivers SO ft. of boom or over (including jib) ; Shovels & backhoes, 3 yd. capacity or over ---------------------------------- -------- ----------- -- ------ ENGI0101-022 05/01/2006 BARRY, BARTON, CAMDEN, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, ' GREENE, HICKORY, JASPER, LACLEDE, LAWRENCE, MCDONALD, NEWTON, OZARK, POLK, ST. CLAIR, STONE, TANEY, VERNON, WEBSTER AND ' WRIGHT COUNTIES and CITY OF SPRINGFIELD Rates Fringes Power equipment operators: ' GROUP1. . . . . . . . . . . . . . . . . . . . .$ 22.12 9.95 GROUP2. . . . . . . . . . . . . . . . . . . . .$ 21.77 9.95 GROUP3. . . . . . . . . . . . . . . . . . . . .$ 21.57 9.95 ' GROUP4. . . . . . . . . . . . . . . . . . . . .$ 19.52 9.95 POWER EQUIPMENT OPERATORS CLASSIFICATIONS ' GROUP 1: Asphalt finishing machine & trench widening spreader; asphalt plant console operator; autograder; automatic slipform paver; backhoe; blade operator - all , types; boat operator - tow; boilers-2; central mix concrete plant operator; clamshell operator; concrete mixer paver; • crane operator; derrick or derrick trucks; ditching 1 machine; dozer operator; dragline operator; dredge booster pump; dredge engineman; dredge operator; drill cat with http://frwcbgate.access.gpo.gov/cgi-bin/geldoe.cgi?dbnamc=Davis-Bacon&docid=MO20030001 . 7/26/2006 , ' WAIS Document Retrieval Page 9 of 33 ' compressor mounted on cat; drilling or boring machine rotary self-propelled; highloader; hoisting engine - 2 •active drums; launch hammer wheel; locomotive operator; - standard guage; mechanic and welders; mucking machine; ' off-road trucks; piledriver operator; pitman crane operator; push cat operator; quad trac; scoop operator - all types; shovel operator; sideboom cats; skimmer scoop ' operators; trenching machine operator; truck crane. GROUP 2: A-frame; asphalt hot-mix silo; asphalt plant fireman (drum or boiler) ; asphalt plant man; asphalt plant man; asphalt plant mixer operator; asphalt roller operator; backfiller operator; barber-greene loader; boat operator (bridges and dams) ; chip spreader; concrete mixer operator ' - skip loader; concrete plant operator; concrete pump operator; crusher operator; dredge oiler; elevating grader operator; fork lift; greaser-fleet; hoisting engine - 1; locomotive operator - narrow gauge; multiple compactor; ' pavement breaker; powerbroom - self-propelled; power shield; rooter; side discharge concrete spreader; slip form finishing machine; stumpcutter machine; throttle man; tractor operator (over 50 h.p. ) ; winch truck. ' GROUP 3: Boilers - 1; chip spreader (front man) ; churn drill operator; clef plane operator; concrete saw operator (self- , propelled) ; curb finishing machine; distributor operator; finishing machine operator; flex plane operator; float operator; form grader operator; pugmill operator; roller operator, other than high type asphalt; screening & washing plant operator; siphons & jets; sub-grading machine operator; spreader box operator, self-propelled (not asphalt) ; tank car heater operator (combination boiler & booster) ; tractor operator (50 h.p. or less) ; Ulmac, Ulric or similar spreader; vibrating machine operator, not hand; GROUP 4: Grade checker; oiler; Oiler-Driver ' HOURLY PREMIUMS: The following classifications shall receive $ .25 above GROUP 1 rate; Clamshells - 3 yds. or over; Cranes - Rigs or Piledrivers, loo ft. of boom or over (including jib) ; Draglines - 3 yds. or over; Hoists - each additional active drum over 2 drums; Shovels - 3 yds. or over; The following classifications shall receive $ .50 above GROUP ' 1 rate: Tandem scoop operator; Cranes - Rigs or Piledrivers, 150 ft. to 200 ft. of boom (including jib) ; Tandem scoop. ' The following classifications shall receive $ .75 above GROUP 1 rate: Cranes - Riga or Piledrivers, 200 ft. of boom or over ' (including jib.) . ---------------------------------------------------------------- is NGi0513-004 05/04/2005 ' FRANKLIN, JEFFERSON, LINCOLN, ST CHARLES, AND WARREN COUNTIES ' http;//frwebgate.access.gpo.gov/cgi-bin/getdoe.egi?dbnamc=Davis-Bacon&docid=M020030001 7/26/2006 WA1S Document Retrieval Page 10 of 33 ' Rates Fringes ' Power equipment operators: • GROUP1. . . . . . . . . . . . . . . . . . . . .$ 26.72 14 .49 , GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 24.82 14.49 GROUP3 . . . . . . . . . . . . . . . . . . . . .$ 21.82 14.49 GROUP4. . . . . . . . . . . . . . . . . . . . .$ 21.36 14.49 POWER EQUIPMENT OPERATORS CLASSIFICATIONS ' GROUP 1: Backhoe, Cable; Backhoe, Hydraulic (2 cu yde bucket and under regardless of attachment, one oiler for 2 or 3, ' two oilers for 4 through 6) ; Backhoe, Hydraulic over 2 cu yde; Cableway; Crane, Crawler or Truck; Crane, Hydraulic - Truck or Cruiser mounted, 16 tons and over; Crane, ' Locomotive; crane with boom including jib over 100 ft from pin to pin; Crane using rock socket tool; Derrick, Steam; Derrick Car and Derrick Boat; Dragline, 7 cu yde and over; Dredge; Gradall, Crawler or tire mounted; Locomotive, Gas, , Steam & other powers; Pile Driver, Land or Floating; Scoop, Skimmer; Shovel, Power (Electric, Gas, Steam or other powers) ; Shovel, Power (7 cu yda and over) ; Switch Boat; , Whirley; Air Tugger with air compressor; Anchor Placing Barge; Asphalt Spreaker; Athey Force Feeder Loader, self-propelled; Backfilling Machine; Boat Operator - Push Boat or Tow Boat (job site) ; Boiler, High Pressure Breaking ' in Period; Boom Truck, Placing or Erecting; Boring Machine, Footing Foundation; Bullfloat; Cherry Picker; Combination Concrete Hoist and Mixer (such as Mixermobile) ; Compressor, Two 125 CFM and under; Compressor, Two through Four over 125 CFM; Compressor when operator rune throttle; Concrete Breaker (Truck or Tractor mounted) ; Concrete Pump (such as Pumperete machine) ; Concrete Saw (self-propelled) ; Concrete ' Spreader; Conveyor, Large (not selfpropelled) hoisting or moving brick and concrete into, or into and on floor level, one or both; Crane, Cimbing (such as Linden) ; Crane, Hydraulic - Rough Terrain, self-propelled; Crane, Hydraulic ' - Truck or Cruiser mounted - under 16 tons; Drilling machine - Self-powered, used for earth or rock drilling or boring (wagon drills and any hand drills obtaining power ' from other souces including concrete breakers, jackhammers and Baroo equipmnet no engineer required) ; Elevating Grader; Engine Man, Dredge; Excavator or Powerbelt Machine; Finishing Machine, self- propelled oscillating screed; ' Forklift; Generators, Two through Six 30 KW or over; Grader, Road with power blade; Greaser; Highlift; Hoist, Concrete and Brick (Brick cages or concrete skips operating ' or on tower, Towermobile, or similar equipment) ; Hoist, Three or more drums in use; Hoist, Stack; Hydro-Hammer; Lad-A-Vator, hoisting brick or concrete; Loading Machine such as Barber-Greene; Mechanic on job site GROUP 2: Air Tugger with plant air; Boiler (for power or , heating shell of building or temporary enclosures in connection with construction work) ; Boiler, Temporary; , Compressor, One over 125 CFM; Compressor, truck mounted; • Conveyor, Large (not self- propelled) ; Conveyor, Large (not self- propelled) moving brick and concrete (distributing) , on floor level; curb Finishing Machine; Ditch Paving Machine; Elevator (outside) ; Endless Chain Hoist; Fireman http://frwcbgate.access.gpo.gov/cgi-bin/gctdoc.egi?dbname=Davis-Bacon&docid=M020030001 7/26/2006 ' ' WA1S Document Retrieval Page 1 I of 33 (as required) ; Form Grader; Hoist, One Drum regardless of size (except brick or concrete) ; Lad-A-Vator, other •hoisting; Manlift; Mixer, Asphalt, over 8 cu ft capacity; Mixer, one bag capacity or less; Mixer, without side ' loader, two bag capacity or more; Mixer, with aide loader, regardless of size, not Paver; Mud Jack (where mud jack is used in conjenction with an air compressor, operator shall be paid $ .55 per hour in addition to his basic hourly rate for covering both operations) ; Pug Mill operator; Pump, Sump - self powered, automatic controlled over 211; Scissor Lift (used for hoisting) ; Skid Steer Loader; Sweeper, ' Street; Tractor, small wheel type 50 HP and under with grader blade and similar equipment; Welding Machine, one over 400 amp; Winch, operating from truck ' GROUP 3: Boat operator - outboard motor, job site; Conveyors (such as Con-Vay-It) regardless of how used; Elevator (inside) ; Heater operator, 2 through 6; Sweeper, Floor ' GROUP 4: Crane type HOURLY PREMIUMS: ' Backhoe, Hydraulic 2 cu yds or less without oiler - $2.00; Certified Crane Operator - $1.50; Certified Hazardous Material Operator $1.50; Crane,climbing (such as Linden) - $.50; Crane, Pile Driving and Extracting - $ .50 Crane with boom (including job) over 00 ft from pin to pin - add $.OS per foot o maximum of $4.00) ; Crane, using rock socket tool - $ .50; ' Derrick, diesel, gas or electric hoisting material and erecting steel (150 ft or more above ground) - $ .50; Dragline, 7 cu yds and over - $ .50; Hoist, Three or more drums in use - $ .50; ' Scoop, Tandem - $.50; Shovel, Power - 7 cu yds and over - $ .50; Tractor, Tandem Crawler - $ .50; Tunnel, man assigned to work in tunnel or ' tunnel shaft - $ .50; Wrecking, when machines are working on second floor or higher - $ .50 ENGIOS13-006 05/01/2005 ADAIR, AUDRAIN, BOLLINGER, BOONE, BUTLER, CALLAWAY, CAPE GIRARDEAU, CARTER, CLARK, COLE, CRAWFORD, DENT, DUNKLIN, GASCONADE, HOWELL, IRON, KNOX, LEWIS, MACON, MADISON, MARIES, MARION, MILLER, MISSISSIPPI, MONITEAU, MONROE, MONTGOMERY, ' MORGAN, NEW MADRID, OREGON, OSAGE, PEMISCOT, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, RALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. FRANCOIS, STE. GENEVIEVE, SCHUYLER, SCOTLAND, SCOTT, SHANNON, SHELBY, STODDARD, TEXAS, WASHINGTON, AND WAYNE COUNTIES Rates Fringes '•Power equipment operators: GROUP 1. . .$ 23.15 14 .45 GROUP 2. . .$ 22.00 14 .45 ' http://frwcbgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbnamc=Davis-Bacon&docid=M020030001 7/26/2006 WAIS Document Retrieval Page 12 of 33 , GROUP3. . . . . . . . . . . . . . . . . . . . .$ 22.60 14.45 ' GROUP4. . . . . . . . . . . . . . . . . . . . .$ 18.95 14.45 POWER EQUIPMENT OPERATORS CLASSIFICATIONS • GROUP 1: Asphalt finishing machine & trench widening ' spreader, asphalt plant console operator; autograder; automatic slipform paver; back hoe; blade operator - all ' types; boat operator tow; boiler two; central mix concrete plant operator; clam shell operator; concrete mixer paver; crane operator; derrick or derrick trucks; ditching machine; dozer operator; dragline operator; dredge booster , pump; dredge engineman; dredge operator; drill cat with compressor mounted on cat; drilling or boring machine rotary self-propelled; highloader; hoisting engine 2 active , drums; launchhammer wheel; locomotive operator standrad guage; mechanics and welders; mucking machine; piledriver operator; pitman crane operator; push cat operator; quad-trac; scoop operator; sideboom cats; skimmer scoop ' operator; trenching machine operator; truck crane, shovel operator. GROUP 2: A-Frame; asphalt hot-mix silo; asphalt roller , operator asphalt plant fireman (drum or boiler) ; asphalt plant man; asphalt plant mixer operator; backfiller operator; barber-greene loader; boat operator (bridge & , dams) ; chip spreader; concrete mixer operator skip loader; concrete plant operator; concrete pump operator; dredge oiler; elevating graded operator; fork lift; grease fleet; hoisting engine one; locomotive operator narrow guage; multiple compactor; pavement breaker; powerbroom self-propelled; power shield; rooter; slip-form finishing machine; stumpcutter machine; aide discharge concrete ' spreader; throttleman; tractor operator (over 50 hp) ; winch * ' truck; asphalt roller operator; crusher operator. GROUP 3: Spreader box operator, self-propelled not asphalt; , tractor operator (50 h.p, or less) ; boilers one; chip spreader (front man) ; churn drill operator; compressor over 105 CFM 2-3 pumps 411 & over; 2-3 light plant 7.5 KWA or any ' combination thereof; clef plane operator; compressor maintenance operator 2 or 3; concrete saw operator (self-propelled) ; curb finishing mancine; distributor operator; finishing machine operator; flex plane operator; , float operator; form grader operator; pugmill operator; riller operator other than high type asphalt; screening & washing plant operator; siphons & jets; subgrading machine operator; tank car heater (combination boiler & booster) ; ' ulmac, ulric or similar spreader; vibrating machine operator; hydrobroom. GROUP 4: Oiler; grout machine; oiler driver; compressor over ' 105 CFM one; conveyor operator one; maintenance operator; pump 411 & over one. FOOTNOTE: HOURLY PREMIUMS ' Backhoe hydraulic, 2 cu. yds. or under Without oiler - $2.00 •, Certified Crane Operator - $1.50; Certified Hazardous Material Operator $1.50; http://frwebgate.access.gpo.gov/cgi-bin/gctdoc.cgi'?dbnanic=Davis-Bacoti&docid=MO20030001 7/26/2006 ' ' WAIS Document Retrieval Page 13 of 33 crane, climbing (such as Linden) - $0.50; Crane, pile driving and extracting - $0.50; •Crane, with boom (including jib) over 1001 from pin to pin add $0.01 per foot to maximum of $4.00; ' crane, using rock socket tool - $0.50; Derrick, diesel, gas or electric, hoisting material and erecting steel (150' or more above the ground) - $0.50; Dragline, 7 cu. yds, and over - $0.50; Hoist, three or more drums in use - $0.50; Scoop, Tandem - $0.50; Shovel, power - •7 cu. yds. or more - $0.50; Tractor, tandem crawler - $0.50; Tunnel, man assigned to work in tunnel or tunnel shaft - $0.50; Wrecking, when machine is working on second floor or higher - ' $0.507 -- ENGI0513-007 05/03/2006 ' ST. LOUIS CITY AND COUNTY Rates Fringes ' Power equipment operators: GROUP1. . . . . . . . . . . . . . . . . . . . .$ 27.27 15.35 ' GROUP 2. . $ 27.27 15.35 GROUP 3. . .$ 25.37 15.35 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 22.37 15.35 GROUP5. . . . . . . . . . . . . . . . . . . . .$ 21.91 15.35 I&WER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Sackhoe, cable or hydraulic; cableway; crane ' crawler or truck; crane, hydraulic-truck or cruiser mounted 16 tons & over; crane locomotive; derrick, steam; derrick car & derrick boat; dragline; dredge; gradall, crawler or ' tire mounted; locomotive, gas, steam & other powers; pile driver, land or floating; scoop, skimmer; shovel, power (steam, gas, electric or other powers) ; switch boat; whirley. ' GROUP 2: Air tugger w/air compressor; anchor-placing barge; asphalt spreader; athey force feeder loader (self- , propelled) ; backfilling machine; backhoe-loader; boat operator-push boat or tow boat (job site) ; boiler, high pressure breaking in period; boom truck, placing or erecting; boring machine, footing foundation; bull- float; ' cherry picker; combination concrete hoist & mixer (such as mixer mobile) ; compressor (when operator runs throttle) ; concrete breaker (truck or tractor mounted) ; concrete pump, ' ouch as pump-crete machine, concrete saw (self-propelled) , concrete spreader; conveyor, large (not self-propelled) , hoisting or moving brick and concrete into, or into and on floor level, one or both; crane, hydraulic-rough terrain, self-propelled; crane hydraulic-truck or cruiser mounted-under 16 tone; drilling machines, self-powered use • for earth or rock drilling or boring (wagon drills nd any hand drills obtaining power from other sources including ' concrete breakers, jackhammers and barco equipment-no engineer required) ; elevating grader; engineman, dredge; ' http;//frwebgate.access.gpo.gov/cgi-bin/getdoc.egi?dbnamc=Davis-Bacon&docid=M020030001 7/26/2006 WAIS Document Retrieval Page 14 of 33 ' excavator or powerbelt machine; finishing machine, ' self-propelled oscillating screed; forklift; grader, road with power blade; highlift. greaser; hoist, Stack, • hydro-hammer; loading machine (much as barber-greene) ; machanic, on job site; mixer, pipe wrapping machines; plant ' asphalt; plant, concrete producing or ready-mix job mite; plant heating-job site; plant mixing-job site; plant power, generating-job site; pumps, two through six self-powered ' over 211; pumps, electric submersible, two through six, over 4"; quad-track; roller, asphalt, top or sub-grade; scoop, tractor drawn; spreader box; sub-grader; tie tamper; tractor-crawler, or wheel type with or without power unit, ' power take-offs and attachments regardless of size; trenching machine; tunnel boring machine; vibrating machine automatic, automatic propelled; welding machines (gasoline or diesel) two through six; well drilling machine ' GROUP 3: Conveyor, large (not self-propelled) ; conveyor, large (not self-propelled) moving brick and concrete ' distributing) on floor level; mixer two or more mixers of one bag capacity or less; air tugger w/plant air; boiler, for power or heating on construction projects; boiler, temporary; compressor (mounted on truck; curb finishing ' machine; ditch paving machine; elevator; endless chain hoist; form grader; hoist, one drum regardless of size; lad-a-vator; manlift; mixer, asphalt, over a cu. ft. , capacity, without side loader, 2 bag capacity or more; mixer, with side loader, regardless of size; pug mill operator; pump, sump-self-powered, automatic controlled over 2" during use in connection with construction work; sweeper, street; welding machine, one over 400 amp. ; winch operating from truck; scissori.iift (used for hoisting) ; tractor, small wheel type 50 h.p'. & under with grader blade & similar equipment ' GROUP 4: Boat operator-outboard motor (job site) ; conveyor (such as con-vay-it) regardless of how used; sweeper, floor , GROUP 5: Oiler on dredge and on truck crane. HOURLY PREMIUMS: ' Backhoe, hydraulic 2 cu. yde. or under without oiler $2.00 Certified Crane Operator 1.50 ' Certified Hazardous Material Operator 1.50 Crane, climbing (such as Linden) .50 Crane, pile driving and extracting .50 Crane, with boom (including jib) over ' 100' (from pin to pin) add $.01 per foot to maximum of 4.00 Crane, using rock socket tool .50 Derrick, diesel, gas or electric, ' hoisting material and erecting steel (150' or more above ground) .50 Dragline, 7 cu. yds. and over .50 ' Hoist, three (3) or more drums in use .50 Scoop, Tandem .50 • Shovel, power - 7 cu. yda. or more .50 , Tractor, tandem crawler .50 Tunnel, man assigned to work in tunnel http://fwebgate.access.gpo.gov/cgi-bin/getdoe.cgi?dbnamc=Davis-Bacon&docid=M020030001 7/26/2006 , ' WAIS Document Retrieval Page 15 of 33 or tunnel shaft .50 ., Wrecking, when machine is working on econd floor or higher ---- ---_50 --------------------------------------' ------------ IRON0010-012 04/01/2006 Rates Fringes ' Ironworkers: ANDREW, ATCHISON, BARTON, BATES, BENTON, CALDWELL, CAMDEN, CARROLL, CEDER CHARITON, CHRISTIAN, CLINTON, COOPER, DADE, ' DALLAS, DAVIESS, DE KALB, GENTRY, GREENE, GRUNDY, HARRISON, HENRY, HICKORY, HOLT, HOWARD, LACLEDE, LINN, LIVINGSTON, MERCER, MONITEAU, MORGAN, NODAWAY, PETTIS, POLK, PUTNAM, RANDOLPH, ST. CLAIR, ' SALINE, SULLIVAN, TANEY, VERNON, WEBSTER, WRIGHT and WORTH Counties; and ' portions of ADAIR, BOONE, MACON, MILLER, and RANDOLPH Counties. . . . . . . . . . .$ 22.60 17.75 BUCHANAN, CASS, CLAY, JACKSON, JOHNSON, LAFAYETTE, PLATTE AND RAY . - Counties. . . . . . . . . . . . . . . . . . . .$ 25.60 17.75 ---------------------------------.. IRON0321-002 12/31/2004 DOUGLAS, HOWELL and OZARK COUNTIES Rates Fringes ' Ironworker. . . . . . . . . . . . . . . . . . . . .$ 17.15 _----_-10.06 -----------"---__" --'--" IRON0396-004 08/03/2005 ST. LOUIS (City and County) , ST. CHARLES, JEFFERSON, IRON, FRANKLIN, LINCOLN, WARREN, WASHINGTON, ST. FRANCOIS, STE. GENEVIEVE, and REYNOLDS Counties; and portions of MADISON, PERRY, BOLLINGER, WAYNE, and CARTER Counties ' Rates Fringes Ironworker. . . . . . . . . . . . . . . . . . . . .$ 27.31---_----__--14.61 ---------------------------''----------- ------- IRON0396-009 08/03/2005 AUDRAIN, CALLAWAY, COLE, CRAWFORD, DENT, GASCONADE, MARIES, MONTGOMERY, OSAGE, PHELPS, PIKE, PULASKI, TEXAS and WRIGHT K unties; and portions of BOONE, CAMDEN, DOUGLAS, HOWELL, ' CLEDE, MILLER, MONROE, OREGON, SHANNON and RALLS Counties Rates Fringes ' http://frwcbgatc.access.gpo.gov/cgi-bin/gctdoc.cgi?dbnatnc=Davis-Bacon&docid=M020030001 7/26/2006 WA1S Document Retrieval Page 16 of 33 ' Ironworker. . . . . . . . . . . . . . . . . . . . .$ 22.85 14.26 ' IRON0577-005 08/01/2005 ADAIR, CLARK, KNOX, LEWIS, MACON, MARION, MONROE, RALLS, , SCHUYLER, SCOTLAND, AND SHELBY COUNTIES Rates Fringes , Ironworker. ... . . . . . . . . . . . . . . . . . .$ 20.60 11.95 . ----------------------------- IRON05B4-004 06/01/2004 ' BARRY, JASPER, LAWRENCE, MCDONALD, NEWTON AND STONE Counties , Rates Fringes Ironworkers: . . . . . . . . . . . . . . . . . . .$ 19.50-------------8.47 ' --------- ------- IRON07B2-003 09/01/2003 CAPE GIRARDEAU, MISSISSIPPI, NEW MADRID, SCOTT, & STODDARD ' Counties, and portions of BOLLINGER, BUTLER, CARTER, DUNKLIN, MADISON, PEMISCOT, PERRY, . RIPLEY, and WAYNE Counties Rates Fringes , Ironworkers: -A11-Other Work. . . . . . . . . . . . . .$ 21.95 -------9.73 _-_------^--- ---------- � • LAB00042-003 03/06/2006 ST LOUIS (City and County) ' Rates Fringes Laborers: ' Plumber Laborers. . . . . . . . . . . .$ 25.72 8.93 ------------------^------------------------------ LAB00042-005 03/01/2006 ' ST. LOUIS (City and County) Rates Fringes ' Laborers: Dynamiter, Powderman. . . . . . . .$ 26.08 9.10 ' Laborers, Flagperson. . . . . . . .$ 25.58 9.10 Wrecking. . . . . . . . . . . . . . . . . . . .$ 25.46 9.10 LAB00424-002 05/01/2005 , Rates Fringes Laborers; •' ADAIR, AUDRAIN, BOLLINGER, BOONE, BUTLER, CALLAWAY, CAPE GIRARDEAU, CARTER, ' CHARITON, CLARK, COLE, http://frwcbgate.access.gpo.gov/cgi-bin/getdoe.cgi?dbnamc=Davis-Bacon&docid=M020030001 7/2612006 , WAIS Document Retrieval Page 17 of 33 1 ' COOPER, CRAWFORD, DENT, DUNKLIN, GASCONADE, HOWARD, HOWELL, IRON, KNOX, LEWIS, LINN. MACON, ' MADISON, MARIES, MARION, MILLER, MISSISSIPPI, MONITEAU, MONROE, NEW MADRID, OREGON, OSAGE, PEMISCOT, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, HALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. FRANCOIS, STE. GENEVI EVE, SCHUYLER, SCOTLAND, SCOTT, SHANNON, SHELBY, STODDARD, SULLIVAN, TEXAS, WASHINGTON AND WAYNE • COUNTIES GROUP2. . . . . . . . . . . . . . . . . . . .$ 22.37 7.78 ADAIR, AUDRAIN, BOLLINGER, BOONE, BUTLER, CALLAWAY, CAPE GIRARDEAU, CARTER, ' CHARITON, CLARK, COLE, COOPER, CRAWFORD, DENT, DUNKLIN, GASCONADE, HOWARD, HOWELL, IRON, KNOX, LEWIS, LINN, MACON, MADISON, MARIES, MARION, MILLER, MISSISSIPPI, MONITEAU, MONROE, NEW MADRID, OREGON, OSAGE, PEMISCOT, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, HALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. FRANCOIS, STE. GENEVIEVE, SCHUYLER, ' SCOTLAND, SCOTT, SHANNON, SHELBY, STODDARD, SULLIVAN, TEXAS, WASHINGTON AND WAYNE COUNTIES . . . . . . . . . . . . . .GROUP 1. . .$ 21.77 7.78 FRANKLIN COUNTY .' GROUP 1. . • . . , . . . • . . . . . . . . .$ 23.22 7.78 FRANKLN COUNTY GROUP 2. . .$ 23.82 7.78 JEFFERSON COUNTY GROUP1. 6 . . . . . . . 6 . . . . . . . . . .$ 23.27 7.78 ' GROUP 2. . . . . . . . . . . . . . . . . . . .$ 23.87 7.78 LINCOLN, MONTGOMERY AND WARREN COUNTIES ' GROUP 1. . .$ 22.02 7.78 GROUP2. . . . . . . . . . . . . . . . . . . .$ 22.62 7.78 ' LABORERS CLASSIFICATIONS GROUP 1 - General laborer-flagman, carpenter tenders; salamander Tenders; Dump Man; Ticket Takers; loading trucks ' under bins, hoppers, and conveyors; track man; cement handler; dump man on earth fill; georgie buggie man; ' http;//fwebgate,access.gpo.gov/cgi-bin/getdoc.cgi?dbnamc=Davis-Bacon&docid=M020030001 7/26/2006 WAIS Document Retrieval Page 18 of 33 ' material batch hopper man; spreader on asphalt machine; ' material mixer man (except on manholes) ; coffer dame; riprap pavers rock, block or brick; scaffolds over ten feet • not self-supported from ground up; skip man on concrete paving; wire mesh setters on concrete paving; all work in , connection with sewer, water, gas, gasoling, oil, drainage pipe, conduit pipe, tile and duct lines and all other pipe lines; power tool operator; all work in connection with , hydraulic or general dredging operations; form setters, puddles (paving only) ; straw blower nozzleman; asphalt plant platform man; chuck tender; crusher feeder; men handling creosote ties or creosote materials; men working , with and handling epoxy material; topper of standing trees; feeder man on wood pulverizers, board and willow mat weavers and cabelee tiers on river work; deck hands; pile ' dike and revetment work; all laborers working on underground tunnels less than 25 ft. where compressed air is not used; abutement and pier hole men working six (6) ft. or more below ground; men working in coffer dams for ' bridge piers and footing in the river; barco tamper; Jackson or any other similar tamp; cutting torch man; liners, curb, gutters, ditch lines; hot mastic kettlemen; ' hot tar applicator; hand blade operator; mortar men or brick or block manholes; rubbing concrete, air tool operator under 65 lbs. ; caulker and lead man; chain or concrete saw under 15 h.p. ; signal Gan; Guard rail and sign erectors. GROUP 2 - Skilled laborers - Vibrator man; asphalt raker; head pipe layer on sewer work; batterboard man on pipe and ditch work; cliff scalers working from bosun's chairs; scaffolds or platforms on dams or power plants over 10 ft. high; air tool operator over 65 lbs. ; stringline man on , concrete paving; sandblast man; laser beam man; wagon drill; churn drill; air track drill and all other similar type drills, gunite nozzle man; pressure grout man; screed man on asphalt; concrete saw 15 h.p. and over; grade ' checker; strigline man on electronic grade control; manhole builder] dynamite man; powder man; welder; tunnel man; waterblaster - 1000 psi or over; asbestos and/or hazardous ' --waste removal and/or disposal LNBOO579-005 05/01/2005 Rates Fringes , Laborers: (ANDREW, ATCHISON, CALDWELL, CLINTON, DAVIESS, DEKALB, GENTRY, GRUNDY, HARRISON, HOLT, LIVINGSTON, MERCER, NODAWAY and WORTH ' COUNTIES.) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 17.94 8.39 GROUP2. . . . . . . . . . . . . . . . . . . . . 18.49 8.39 Laborers: (BARRY, BARTON, , BATES, BENTON, CAMDEN, • CARROLL, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, HENRY. HICKORY, ' JASPER, JOHNSON, LACLEDE, http://fiwebgate.access.gpo.gov/cgi-bin/geidoc.egi?dbname=Davis-Bacon&docid=M020030001 7/2612006 , WAIS Document Retrieval Page 19 of 33 ' LAWRENCE, MCDONALD, MORGAN, NEWTON, OZARK, PETTIS, POLK, •ST.CLAIR, SALINE, STONE, TANEY, VERNON, WEBSTER and ' WRIGHT COUNTIES) GROUP1. . . . . . . . . . . . . . . . . . . . .$ 18.09 8.24 GROUP2. . . . . . . . . . . . . . . . .$ 18.64 8.24 ' Laborers: (BUCHANAN.COUNTY) . . • GROUP 1. . .$ 19.34 8.79 GROUP 2. . .$ 19.69 8.79 Laborers: (LAFAYETTE COUNTY) GROUP 1. . .$ 19.64 8.49 GROUP2. . . . . . . . . . . . . . . . . . . . .$ 19.99 8.49 LABORERS CLASSIFICATIONS GROUP 1: General Laborers - Carpenter tenders, salamander tenders; loading trucks under bins; hoppers & conveyors; ' track men & all other general laborers; air tool operator; cement handler-bulk or sack; dump man on earth fill; georgie buggie man; material batch hopper man; material mixer man (except on manholes) ; coffer dams; riprap pavers ' - rock, block or brick; signal man; scaffolds over ten feet not self-supported from ground up; skipman on concrete paving; wire mesh setters on concrete paving; all work in ' connection with sewer, water, gas, gasoline, oil drainage pipe, conduit pipe, tile and duct lines and all other pipe lines; power tool operator, all work in connection with hydraulic or general dredging operations; puddlers (paving NOnly) ; straw blower nozzleman; asphalt plant platform man; chuck tender; crusher feeder; men handling creosote ties or creosote materials; men working with and handling epoxy material or materials (where special protection is required)'; rubbing concrete; topper of standing trees; batter board man on pipe and ditch work; feeder man on wood pulverizers; board and willow mat weavers and cable tiers on river work; deck hands; pile dike and revetment work; all laborers working on underground tunnels less than 25 feet where compressed air is not used; abutment and pier hole men working six (6) feet or more below ground; men working in coffer dams for bridge piers and footings in the river; ditchliners; pressure groutmen; caulker; chain or concrete saw; cliffscalers working from scaffolds, bosuns, chairs or platforms on dams or power plants over (10) feet, above ground; mortarmen on brick or block manholes; toxic and hazardous waste work. ' GROUP 2: Skilled Laborers - Head pipe layer on sewer work; laser beam man; Jackson or any other similar tamp; cutting torch man; form setters; liners and stringline men on concrete paving, curb, gutters; hot mastic kettleman; hot tar applicator; sandblasting and gunite nozzlemen; air tool operator in tunnels; screed man on asphalt machine; asphalt raker; barco tamper; churn drills; air track drills and all ' similar drills; vibrator man; stringline man for electronic grade control; manhole builders-brick or block; dynamite and powder men; grade checker. -------------------------------------------------------------- LAB00660-006 05/01/2005 http://frwebgatc.access.gpo.gov/cgi-bin/gctdoe.cgi?dbname=Davis-Bacon&docid=M020030001 7/26/2006 WAIS Document Retrieval Page 20 of 33 ' ST. CHARLES COUNTY , Rates Fringes • Laborers: , GROUP1. . . . . . . . . . . . . . . . . . . . .$ 24.24 7.89 GROUP2. . . . . . . . . . . . . . . . . . . . .$ 24.24 7.89 LABORERS CLASSIFICATIONS , GROUP 1: General laborer; carpenter tender; salamander tender; dump man; ticket takers; flagman; loading trucks ' under bins, hoppers, and conveyors; track men; cement handler; dump man on earth fill; Georgie buggie man; material batch hopper man; spreader on asphalt machine; , material mixer man (except on manholes) ; coffer dams; riprap paver - rock, block, or brick; signal man; scaffolds over 10 ft not self-supported from ground up; skipman on concrete paving; wire mech setters on concrete paving; all , work in connection with sewer, water, gas, gasoline, oil, drainage pipe, conduit pipe, tile and duct lines and all other pipe lines; power tool operator; all work in ' connection with hydraulic or general dredging operations; form setters; puddlers (paving only) ; straw blower nozzleman; asphalt plant platform man; chuck tender; crusher feeder; men handling creosote ties or creosote ' materials; men working with and handling epoxy material; topper of standing trees; feeder man on wood pulverizer; board and willow mat weavers and cable tiers on river work; deck hands; pile dike and revetment work; all laborers working on underground tunnels less than 25 ft where compressed air is not used; abutment and pier hole men working 6 ft or more below ground; men working in coffer ' dams for bridge piers and footings in the river; Bacco tamper, Jackson or any other similar tamp; cutting torch man; liners, curb, gutters, ditchliners, hot mastic kettleman; hot tar applicator; hand blade operators; mortar , men on brick or block manholes; rubbing concrete; air tool operator under 65 pounds; caulker and lead man; chain saw under 15 hp; guard rail and sign erectors ' GROUP 2: Vibrator man; asphalt raker; hand pipe layer on sewer work; batterboard man on pipe and ditch work; cliff scalers working from Bosuns chairs, scaffolds or platforms , on dams or power plants over 10 ft high; air tool operator over 65 pounds;stringline man on concrete paving etc. ; sand blast man; laser beam man; wagon drill; churn drill; air track drill and all other similar type drills; gunnite ' nozzle man; pressure grout man; screed man on asphalt; concrete saw i5 hp and over; grade checker; stringline man on electronic grade control; manhole builder; dynamite man; , powder man; welder; tunnel man; waterblaster - 1000 psi and over; asbestos and/or hazardous waste removal and or disposal; ------------------------------------------------------------- 1 LhB00663-002 04/01/2006 CASS, CLAY, JACKSON, PLATTE AND RAY COUNTIES •' Rates Fringes http://frwebgatc.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M020030001 7/26/2006 , ' WA1S Document Retrieval Page 21 of 33 ' Laborers: • GROUP 1. . . . . . . . . .$ 23.28 9.39 GROUP2. . . . . . . . . . . . . . . . . .$ 24.49 9.39 LABORERS CLASSIFICATIONS GROUP 1: General laborers, Carpenter tenders, salamander tenders, loading trucks under bins, hoppers and conveyors, track men and all other general laborers, air tool operator, cement handler (bulk or sack) , chain or concrete saw, deck hands, dump man on earth fill, Georgia Buggies man, material batch hopper man, scale man, material mixer man (except on manholes) , coffer dams, abutments and pier ' hole men working below ground, riprap pavers rock, black or brick, signal man, scaffolds over ten feet not self-supported from ground up, skipman on concrete paving, wire mesh setters on concrete paving, all work in ' connection with sewer,water, gas, gasoling, oil, drainage pipe, conduit pipe, tile and duct lines and all other pipelines, power tool operator, all work in connection with hydraulic or general dredging operations, straw blower ' nozzleman,asphalt plant platform man, chuck tender, crusher feeder, men handling creosote ties on creosote materials, men working with and handling epoxy material or materials ' (where special protection is required) , topper of standing trees, batter board man on pipe and ditch work, feeder man on wood pulverizers, board and willow mat weavers and cable tiers on river work, deck hands, pile dike and revetment Nwork, all laborers working on underground tunnels less than 25 feet where compressed air is not used, abutment and pier hole men working six (6) feet or more below ground, men working in coffer dame for bridge piers and footings in the river, ditchliners, pressure groutmen, caulker and chain or concrete saw, cliffscalers working from scaffolds, bosuns' chairs or platforms on dame or power plants over (10) feet ' above ground, mortarmen on brick or block manholes, signal man. GROUP 2: Skilled Laborer - spreader or screed man on ' asphalt machine, asphalt raker, grade checker, vibrator man, concrete saw over 5 hp. , laser beam man, barco tamper, Jackson or any other similar tamp, wagon driller, churn ' drills, air track drills and other similar drills, cutting torch man, form setters, liners and stringline men on concrete paving, curb, gutters and etc. , hot mastic kettleman, hot tar applicator, hand blade operators, mortar ' men on brick or block manholes, sand blasting and Sunnite nozzle men, rubbing concrete, air tool operator in tunnels, head pipe layer on sewer work, manhole builder (brick or 1 block) , dynamite and powder men. PAIN0002-002 09/01/2005 1 CLARK, FRANKLIN, JEFFERSON, LEWIS, LINCOLN, MARION, PIKE, HALLS, ST. CHARLES, ST. LOUIS (CITY & COUNTY) , AND WARREN 0OUNTIES IRates Fringes http://frwcbgate.access.gpo,gov/cgi-binlgctdoe.cgi?dbname=Davi s-Bacon&docid=MO20030001 7/26/2006 WAIS Document Retrieval Page 22 of 33 , Painters: Brush. . . . . . . . . . . . . . . . . 27.04 9.18 -----------------------------------------. . . . . .$ 29.04 9 18 '----------- - • PAIN0002-006 02/01/2006 , ADAIR, AUDRAIN, BOONE, CALLAWAY, CHARITON, COLE, GASCONADE, HOWARD, KNOX, LINN, MACON, MONROE, MONTGOMERY, OSAGE, PUTNAM, ' RANDOLPH, SCHUYLER, SCOTLAND, SHELBY AND SULLIVAN COUNTIES and the City of Booneville. Rates Fringes ' Painters: Bridges, Dams, Locks or , Powerhouses. . . . . . . . . . . . . . . . .$ 22.05 6.92 Brush and Roll; Taping, Paperhanging. . . . . . . . . . . . . . . .$ 20.05 6.92 Epoxy or Any Two Part ' Coating; Sandblasting; Stage or Other Aerial Work - Platforms over 50 feet high; Lead Abatement. . . . . . . .$ 21.05 6.92 ' Spray; Structural Steel (over 50 feet) . . . . . . . . . . . . . .$ 20.55 6.92 Tapers using Ames or ' -----Comparable Tools. . . . . . . . . . . .$ 20.30----------------- ---' ---"' ----' . PAIN0003-004 04/01/2000 BATES, BENTON, CALDWELL, CARROLL, CASS, CLAY, CLINTON, COOPER, N DAVIEBS, GRUNDY, HARRISON, HENRY, JACKSON, JOHNSON, LAFAYETTE, LIVINGSTON, MERCER, MONITEAU, MORGAN, PETTIS, PLATTE, RAY AND ' SALINE COUNTIES Rates Fringes Painters: , Bazooka; Paperhanger. . . . . . . .$ 22.60 6.01 Brush & Roller; Taper. . . . . . .$ 22.10 6.01 ' Lead Abatement; Sprayman. . . .$ 23.10 6.01 Sandblast (Bridge, Stage, Erected Steel and Storage Bin and Tanks) . . . . . . . . . . . . . .$ 23.60 6.01 Sprayman (Storage Bin & Tanks, Elevated Tanks) ; Stageman (Spray) ; Bridgeman (Spray) ; ' Steelman (Spray) . . . . . . . . . . . .$ 23.85 6.01 Steeplejack - Spray or Sandblast (other than ' Elevated Tanks) . . . . . . . . . . . . .$ 27.79 6.01 Steeplejack (other than Elevated Tanks) . . . . . . . . . . . .$ 26.79 6.01 Storage Bin & Tanks ' (Roller or Brush) ; • Elevated Tanks (Roller or Brush) ; Stageman; Beltman; ' Bridgeman; Steelman; Sand Blast (Base) ; Elevator http;//frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M020030001 7/26/2006 , III ' WAIS Document Retrieval Page 23 of 33 ' shaft. . . . . . . . . . . . . . . . . . . . . . .$-22.85-------------6_01 '------ �IN0098-002 05/01/2005 ' ANDREW, ATCHISON, BUCHANAN, DE KALB, GENTRY, HOLT, NODAWAY & WORTH COUNTIES Rates Fringes Painters: Brush & Roller. . . . . . . . . . . . . .$ 22.10 8.40 ' Sandblasters. . . . . . . . . .$ 23.10 8.40 -----Steeple-Jack________________$ 25.10-------------8 40 PAIN0203-001 04/01/2004 BARRY, BARTON, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, HICKORY, HOWELL, JASPER, LAWRENCE, MCDONALD, NEWTON, OZARK, ' POLK, ST. CLAIR, STONE, TANEY, VERNON, WEBSTER and WRIGHT COUNTIES Rates Fringes Painters.: Painters. . . . . . . . . . . . .$ 16.88 7.14 ' Sandblasters and Highman (over 40') . .$ 18.63 7614 Tapers. . .$ 17.65 6.35 --------------------------"------------------------------------ . NPAIN1265-003 07/01/2006 CAMDEN, CRAWFORD, DENT, LACLEDE, MARIES, MILLER, PHELPS,;.. PULASKI AND TEXAS COUNTIES ' Rates Fringes ' Painters: Brush and Roller. . .$ 20.55 9.36 Lead Abatement. . . . . . . . . . . . . .$ 22.80 9.36 Spray. . . . . . . . . 6 . 6 . . . . . .$ 22.05 9.36 ' Structural Steel, Sandblasting and All Tank Work. . . . . . . . . . . . . . . . .$ 21.80 9.36 Taping, Paperhanging, Floor Work. . . . . . . . . . . . . . . . . .$ 21.05 9636 --------------------------"'----------------------------------- PAIN1292-002 09/01/2004 BOLLINGER, BUTLER, CAPE GIRARDEAU, CARTER, DUNKLIN, MISSISSIPPI, NEW MADRID, OREGON, PEMISCOT, PERRY, REYNOLDS, RIPLEY, SCOTT, SHANNON, STODDARD and WAYNE COUNTIES ' Rates Fringes Painters: Bridges, Stacks & Tanks. . . . .$ 24.51 8.12 • Commercial. . . . . . . . . . . . . 6 . . . .$ 17.06 8.12 Industrial. . . . . . . . .$ 19.56 8.12 ' Spray & Abrasive Blasting. . .$ 19.06 8612 Taper (Tools) . . . . . . . . . . . . . . .$ 17.31 8.12 ' http://frwebgate.access.gpo.gov/cgi-bin/gctdoc.cgi?dbnamc=Davis-Bacon&docid=M020030001 7/26/2006 WAIS Document Retricval Page 24 of 33 ' Waterblasting. . . . . . . . . . . . . . .$ 19.06 8.12 ' Height Rates (All Areas) : • Over 60 ft. $0.50 per hour. Under 60 ft. $0.25 per hour. ' ---------------------------------------------------------------- PAIN1292-003 09/01/2004 IRON, MADISON, ST. FRANCOIS, STE. GENEVIEVE and WASHINGTON ' COUNTIES Rates Fringes ' Painters: Bridges, Stacks & Tanks. . . . .$ 24.51 8.12 Commercial. . . . . . . . . . . . . . . . . .$ 19.16 8.12 ' Industrial. . . . . . . . . . . . . . . . . .$ 20.16 8.12 Lead Abatement. . . . . . .$ 19.91 8.12 Spray & Abrasive Blasting. . .$ 21.16 8.12 Tapers (Toole) . . . . . . . . . . . . . .$ 19.41 8.12 , Waterblasting. . . . . . . . . . . . . . .$ 21.16 8.12 Height Rates (All Areas) : ' Over 60 ft. $0.50 per hour Under 60 ft. $0.25 per hour. ---------------------------------------------------------------- PLASO518-006 03/01/2006 , BARRY, BARTON, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, HOWELL, JASPER, LACLEDE, LAWRENCE, MCDONALD, NEWTON, OZARK, POLK, STONE, TANEY, VERNON, WEBSTER, AND WRIGHT COUNTIES Rates Fringes Cement Masons: . . . . . . . . . . . . . . . . .$ 19.11 6.11 , ---------------- PLASO51B-007 04/01/2006 , CASS (Richards-Gebaur AFB only) , CLAY, JACKSON, PLATTE AND RAY COUNTIES Rates Fringes ' Cement Masons: -- ------. . . . . . . . . . ._.___.$ 26.10 9.65 ------------- ' PLASO518-011 05/01/2001 ANDREW, ATCHISON, BUCHANAN, BATES, CALDWELL, CARROLL, CASS ' (Except Richards-Gebaur AFB) CLINTON, DAVIESS, DEKALB, GENTRY, GRUNDY, HARRISON, HOLT, JACKSON, LAFAYETTE, LIVINGSTON, MACON, MERCER, NODAWAY AND WORTH COUNTIES Rates Fringes ' Cement Masons: . . . . . . . . . . . . . . . . .$ 23.13 7.15 .' ----------------------- ---"-'----'---"---"'--'-""-----"-' PLASO527-001 05/05/2004 • Rates Fringes ' http://frwebgate.access.gpo.gov/cgi-bin/gctdoc.cgi?dbname=Davis-Bacon&docid=M020030001 7/26/2006 , ' WAIS Document Retrieval Page 25 of 33 ' Cement Masons: FRANKLIN, LINCOLN, AND • WARREN COUNTIES. . . . . . . . . . . . .$ 25.71 9.52 JEFFERSON, ST. CHARLES ' COUNTIES AND ST. LOUIS (City and County) . . . . . . . . . . .$ 26.88 9.52 PLAS0527-004 05/01/2004 CRAWFORD, DENT, IRON, MADISON, MARION, PHELPS, PIKE, PULASKI, BALLS, REYNOLDS, -ST. FRANCOIS, STE. GENEVIEVE, SHANNON, TEXAS, WASHINGTON COUNTIES Rates Fringes ' --Cement Mason $ 24.45 9.52 ------------------- ------------- PLAS0908-001 05/01/2009 ' BOLLINGER, BUTLER, CAPE GIRARDEAU, CARTER, DUNKLIN, MISSISSIPPI, NEW MADRID, OREGON, PEMISCOT, PERRY, RIPLEY, SCOTT, STODDARD, AND WAYNE COUNTIES ., Rates Fringes Cement Mason. . . . . . . . . . . . . . . . . . .$ 17.40 11.25 PLAS0908-005 03/01/2005 M"NTON, CALLAWAY, CAMDEN, COLE, GASCONADE, HENRY, HICKORY, HNSON, MARIES, MILLER, MONTGOMERY, MORGAN, OSAGE, PETTIS, SALINE Fr ST. CLAIR COUNTIES ' Rates Fringes Cement Mason. . . . . . . . . . . . . . . . . . .$ 18.91 10.10 PLUM0008-003 06/01/2005 Rates Fringes ' Plumber BATES, BENTON, CARROLL, HENRY, LAFAYETTE, MORGAN, PETTIS, RAY, ST. CLAIR, SALINE and VERNON COUNTIES. .$ 27.60 16.11 CASS, CLAY, JACKSON, JOHNSON and PLATTE COUNTIES.$ 30.04 _-----_16.11 --------------------------------------------^ ------- PLUM0035-002 01/01/2000 ' CAMDEN, COLE, CRAWFORD, FRANKLIN, JEFFERSON, MARIES, MILLER, MONITEAU, OSAGE, PHELPS, PULASKI, ST. CHARLES, ST. LOUIS (City and County) , WARREN and WASHINGTON COUNTIES Rates Fringes •Plumber+___^_________-----------------------------------------$ 26.105974 PLUM0045^003 09/01/2005 ' http;//frwebgate.access.gpo.gov/cgi-bintgeidoc.egi?dbname=Davis-Bacon&docid=M020030001 7/26/2006 WA1S Document Retrieval Page 26 of 33 ' ANDREW, ATCHISON, BUCHMAN, CALDWELL, CLINTON, DAVIESS, DEKALB, , GENTRY, HARRISON, HOLT, NODAWAY AND WORTH COUNTIES • Rates Fringes ' Plumbers and Pipefitters. . . . . . .$ 30.00 12.90 ------------------------------------------------- PLUM0178-003 11/01/2005 BARRY, CEDAR, CHRISTIAN, DADE, DALLAS, DOUGLAS, GREENE, HICKORY, LACLEDE, LAWRENCE, POLK, STONE, TANEY, WEBSTER, AND ' WRIGHT COUNTIES Rates Fringes ' Plumbers and Pipefittere. . . . . . .$ 23.90 10.07 PLUM0317-002 07/01/1995 ' BOONE, CALLAWAY, COOPER, HOWARD, AND RANDOLPH COUNTY (Southern half) Rates Fringes Plumbers-and-Pipefitters. . . __. .$ 19.18 ---3_17- ' ------ ---^----------^ -----' • PLUM0533-004 06/01/2006 BATES, BENTON, CARROLL, CASS, CLAY, HENRY, HICKORY, JACKSON, JOHNSON, LAFAYETTE, MORGAN, PETTIS, PLATTE, RAY, SALINE, ST. CLARR AND VERNON COUNTIES Rates Fringes ' Pipefitter. . . . . . . . . . . . . . . . . . . . .$ 33.94 15.57 ----------------^-------------- 1 PLUM0562-004 01/01/2005 ADAIR, AUDRAIN, BOLLINGER, BOONE, BUTLER, CALLAWAY,CAMDEN, CAPE ' GIRARDEAU,CARTER, CHARITON, CLARK, COLE, COOPER, CRAWFORD, DENT, DUNKLIN, FRANKLIN, GASCONADE, GRUNDY, HOWARD, HOWELL, IRON, JEFFERSON, KNOX, LEWIS, LINCOLN, LINN, LIVINGSTON, MACON, MADISON, MARIES, MARION, MERCER, MILLER, MISSISSIPPI, MONITEAU, ' MONROE, MONTGOMERY, NEW MADRID, OREGON, OSAGE, PEMISCOTT, PERRY, PHELPS, PIKE, PULASKI, PUTNAM, RALLS, RANDOLPH, REYNOLDS, RIPLEY, ST. CHARLES, ST.FRANCOIS, STE. GENEVIEVE, ST. LOUIS, SCHUYLER, SCOTLAND, SCOTT, SHANNON, SHELBY, STODDARD, ' SULLIVAN, TEXAS, WARREN, WASHINGTON,AND WAYNE COUNTIES. Rates Fringes ' Plumber/Pipefitter Projects $3.5 million and over. . . . . . . . . . . . . . . . . . . . . . . .$ 30.25 15.83 ' Projects under $3.5 million.$ 28.91------------12_33^ • ---^----------------------^-----------' ---'-' PLUM0658-002 07/01/1998 ' BARTON, JASPER, MCDONALD, AND NEWTON COUNTIES http://frwebgate.access.gpo.gov/cgi-birdgetdoe.egi7dbname=Davis-Baron&docid=MO20030001 7/26/2006 ' ' WAIS Document Retrieval Page 27 of 33 I '.. Rates Fringes Plumbers and Pipefitters. . . . . . .$ 16.73 5.33 1 TEAM0013-001 05/01/2002 ---------------------------------------------------------------- Rates Fringes Truck drivers: ADAIR, BUTLER, CLARK, ' DUNKIN, HOWELL, KNOX, LEWIS, OREGON, PUTNAM, RIPLEY, SCHUYLER, AND SCOTLAND COUNTIES ' GROUP 1. . .$ 21.79 5.50 GROUP2. . . . . . . . . . . . . . . . . . . .$ 21.95 5.50 GROUP3. . . . . . . . . . . . . . . . . . . .$ 21.94 5.50 GROUP4. . . . . . . . . . . . . . . . . . . .$ 22.06 5.50 AUDRAIN, BOLLINGER, BOONE, CALLAWAY, CAPE GIRARDEAU, CARTER, COLE, CRAWFORD, DENT, GASCONADE, IRON, MACON, MADISON, MARIES, MARION, MILLER, ' MISSISSIPPI, MONROE, MONTGOMERY, NEW MADRID, OSAGE, PEMISCOT, PERRY, PHELPS, PIKE, PULASKI, N BALLS, REYNOLDS, ST. FRANCOIS, STE. GENEVIEVE, SCOTT, SHANNON, SHELBY, STODDARD, TEXAS, ' WASHINGTON, AND WAYNE COUNTIES GROUP1. . . . . . . . . . . . . . . . . . . .$ 22.52 5.50 GROUP2. . . . . . . . . . . . . . . . . . . .$ 22.68 5.50 GROUP 3. . .$ 22.67 5.50 GROUP4. . . . . . . . . . . . . . . . . . . .$ 22.79 5.50 ., TRUCK DRIVERS CLASSIFICATIONS: GROUP 1: " Flat Bed Trucks, Single Axle; Station Wagons; ' . Pickup Trucks, Material Trucks, ' Single Axle; Tank Wagon, Single Axle GROUP 2: Agitator and Transit Mix Trucks ' GROUP 3: Flat Bed Trucks, Tandem Axle; Articulated Dump Trucks; Material Trucks, Tandem Axle; Tank Wagon, Tandem Axle ' GROUP 4: Semi and/or Pole Trailers; Winch, Fork & Steel Trucks; Distributor Drivers and Operators; Tank Wagon, Semi-Trailer; Insley Wagons, Dumpsters, Half-Tracks, Speedace, Euclids and other similar equipment; A-Frame and Derrick Trucks; Float or Low Boy --------------------------------------------------------------- TEM0056-001 05/01/2002 ' http://frwebgate.access.gpo.gov/cgi-bin/gctdoc.cgi?dbname=Davis-Bacon&docid=M020030001 7/26/2006 WAIS Document Retrieval Page 28 of 33 , Rates Fringes ' Truck drivers: • ANDREW, BARTON, BATES, BENTON, CALDWELL, CAMDEN, ' CARROLL, CEDAR, CHARITON, CHRISTIAN, CLINTON, COOPER, DADE, DALLAS, DAVIESS, DEKALB, DOUGLAS, , GREENE, HENRY, HICKORY, HOWARD, JASPER, LACLEDE, LAWRENCE, LINN, , LIVINGSTON, MONITEAU, MORGAN, NEWTON, PETTIS, POLK, RANDOLPH, ST CLAIR, SALINE, VERNON, WEBSTER, , AND WRIGHT COUNTIES GROUP1. . . . . . . . . . . . . . . . . . . .$ 22.22 5.50 GROUP2. . . . . . . . . . . . . . . . . . . .$ 22.38 5.50 ' GROUP3. . . . . . . . . . . . . . . . . . . .$ 22.37 5.50 GROUP4. . . . . . . . . . . . . . . . . . . .$ 22.49 5.50 GROUP5. . . . . . . . . . . . . . . . .$ 22.12 5.50 ATCHISON, BARRY, GENTRY, , GRUNDY, HARRISON, HOLT, MCDONALD, MERCER, NODADWAY, OZARK, STONE, ' SULLIVAN, TANEY AND WORTH COUNTIES GROUP1. . . . . . . . . . . . . . . . . . . .$ 21.49 5.50 GROUP2. . . . . . . . . . . . . . . . . . . .$ 21.65 5.50 GROUP3. . . . . . . . . . . . . . . . . . . .$ 21.64 5.50 GROUP4. . . . . . . . . . . . . . . . . . . .$ 21.76 5.50 GROUP5. . . . . . . . . . . . . . . . . . . .$ 21.39 5.50 , BUCHANAN, JOHNSON AND LAFAYETTE COUNTIES GROUP1. . . . . . . . . . . . . . . . . . . .$ 23.43 5.50 -GROUP 2. . . . . . . . . . . . . . . . . . . .$ 23.54 5.50 , GROUP3. . . . . . . . . . . . . . . . . . . .$ 23.58 5.50 GROUP4. . . . . . . . . . . . . . . . . . . .$ 23.65 5.50 GROUP5. . . . . . . . . . . . . . . . . . . .$ 23.33 5.50 TRUCK DRIVER CLASSIFICATIONS , GROUP 1: Flat bed trucks single axle; station wagons; pickup ' trucks; material trucks single axle; tank wagons single axle. GROUP 2: Agitator and transit mix-trucks. ' GROUP 3s Flat bed trucks tandem axle; articulated dump trucker material trucks tandem axle; tank wagons tandem , axle. GROUP 4: Semi and/or pole trailers; winch, fork & steel trucker distributor drivers & operators; tank wagons semi- ' trailer; insley wagons, dumpsters, half-tracks, speedace, euclide & other similar equipment; A-frames and derrick trucks; float or low boy. GROUP 5: Warehousemen. , http://fTwebgate.access.bpo.gov/cgi-bin/gctdoe.cgi?dbnamc=Davis-Bacon&doeid=M020030001 7/2612006 ' WAIS Document Retrieval Page 29 of 33 ---------------------------------------------------------------- ' TEAM0245-001 03/25/1998 ORRY, BARTON, CAMDEN, CEDAR, CHRISTIAN, DALLAS, DENT, DOUGLAS, GREENE, HICKORY, HOWELL, JASPER, LACLEDE, LAWRENCE, MCDONALD, MILLER, NEWTON, OZARK, PHELPS, POLK, PULASKI, SHANNON, STONE, TANEY, TEXAS, VERNON, WEBSTER AND WRIGHT COUNTIES Rates Fringes Truck drivers: Traffic Control Service Driver. . . . . .$ 12.90 3.56+a PAID HOLIDAYS: New Year's Day, Decoration Day, July 4th, Labor Day, Thanksgiving Day, Christmas Day, employee's birthday and 2 personal days. ---------------------------------------------------------------- ' TEAM0541-001 04/01/2006 CASS, CLAY, JACKSON, PLATTE AND RAY COUNTIES ' Rates Fringes Truck drivers: GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 25.68 9.25 ' GROUP 2. . .$ 25.11 9.25 GROUP3. . . . . . . . . . . . . . . . . . . . .$ 24.59 9.25 IWUCK DRIVERS CLASSIFICATIONS GROUP 1: Mechanics and Welders, Field; A-Fram#:.Low BOX-Boom ruck Driver. ' GROUP 2: Articulated Dump Truck; Insley Wagons: Dump Trucks, Excavating, 5 cu yds and over; Dumpsters; Half-Tracks: ' 8peedace: Euclids & similar excavating equipment Material trucks, Tandem Two teams; Semi-Trailere; Winch trucks-Fork trucks; Distributor Drivers and Operators; Agitator and Transit Mix; Tank Wagon Drivers, Tandem or Semi; One Team; Station Wagons; Pickup Trucks; Material Trucks, Single Axle; Tank Wagon Drivers, Single Axle GROUP 3: Oilers and Greasere - Field ---------------------------------------------------------------- TEAM0541-002 03/25/2000 ' BATES, CASS, CLAY, HENRY, JACKSON, JOHNSON, LAFAYETTE, PLATTE, AND RAY COUNTIES ' Rates Fringes Truck drivers: Traffic Control Service ' Driver. . . . . . . . . . . . . . . . . . . . . .$ 14.15 2.44+a a. PAID HOLIDAYS: New Year's Day, Decoration Day, July 4th,Labor Day, Thanksgiving Day, Christmas Day, Employee's - birthday and 2 personal days. ------------------------------------------------------ ' http://frwebgate.access.gpo.gov/cgi-bin/getdoe.cgi?dbname=Duvis-Bacon&docid=M02O030001 7/26/2006 WAIS Document Retrieval Page 30 of 33 ' TEAM0682-002 05/01/2003 ' ST LOUIS CITY AND COUNTY • Rates Fringes , Truck drivers: GROUP1. . . . . . . . . . . . . . . . . . . . .$ 22.635 3.91+a+b ' GROUP2. . . . . . . . . . . . . . . . . . . . .$ 22.835 3.91+a+b GROUP3. . . . . . . . . . . . . . . . . . . . .$ 22.935 3.91+a+b GROUP4. . . . . . . . . . . . . . . . . . . . .$ 22.125 3.91+a+b a. PENSION: $25.60 per day, $128.00 maximum per week. , b. HAZMAT PREMIUM: If Hazmat certification on a job site is required by a state or federal agency or requested by ' project owner or by the employer, employees on that jab site shall receive $1.50 premium pay. TRUCK DRIVERS CLASSIFICATIONS ' GROUP 1 - Pick-up trucks; forklift, single axle; flatbed trucks; job site ambulance, and trucks or trailers of a ' water level capacity of 11.99 cu. yds. or less GROUP 2 - Trucks or trailers of a water level capacity of ' 12.0 cu yds. up to 22.0 cu yds. including euclids, speedace and similar equipment of same capacity and compressors GROUP 3 - Trucks or trailers of a water level capacity of 22.0 cu. yds & over including euclids, speedace & all floats, flatbed trailers, boom trucks, winch trucks, including small trailers, farm wagons tilt-top trailers, , field offices, tool trailers, concrete pumps, concrete conveyors & gasoline tank trailers and truck mounted mobile concrete mixers GROUP 4 - Warehousemen. , FOOTNOTE FOR TRUCK DRIVERS: a. PAID HOLIDAYS: Christmas Day, Independence Day, Labor ' Day, Memorial Day, Veterans Day, New Years Day, Thanksgiving Day ' PAID VACATION: 3 days paid vacation for 600 hours of service in any one contract year; 4 days paid vacation for 800 hours of service in any one contract year; 5 days paid ' vacation for 1,000 hours of service in any one contract year. When such an employee has completed 3 years of continuous employment with the same employer and then works , the above required number of hours, he shall receive double the number of days of vacation specified above. When such an employee has completed 10 years of continuous employment with the same employer and then works the above required ' number of hours, he shall receive triple the number of days of vacation specified above. When such an employee has • completed 15 years of continuous employment with the same employer and then works the above required number of hours, , he shall receive 4 times the number of days of vacation http://frwebgate.access.gpo,gov/cgi-bin/gctdoc.cgi?dbnamc=Davis-Bacon&docid=M020030001 7/26/2006 ' WAIS Document Retrieval Page 31 of 33 specified 68 above. 02-003 05/01/2002 III ' ST.CHARLES, FRANKLIN, JEFFERSON, LINCOLN AND WARREN COUNTIES Rates Fringes ' Truck drivers: GROUP 1. . .$ 22.435 3.46+a+b+c GROUP2. . . . . . . . . . . . . . . . . . . . .$ 22.635 3.46+a+b+c ' GROUP 3 . . . . . . . . . . . . . . . . . . . . .$ 22.735 3.46+a+b+c GROUP 4. . .$ 21.925 3.46+a+b+c a.PAID HOLIDAYS: Christmas, Fourth of July, Labor Day, Memorial Day, Veterans Day, to be celebrated on either its National Holiday or on the day after Thanksgiving, whichever is agreed upon by the Association and the Union, New Year's Day and Thanksgiving Day. PAID VACATION: 3 days paid vacation for 600 hours of service in any one contract year; 4 days paid vacation for 800 ' hours of service in any one contract year; 5 days paid vacation for 1,000 hours of service in any one contract year. When such an employee has completed 3 years of ' continuous employment with the same employer and then works the above required number of hours, he shall receive double the number of days of vacation specified above. When such an employee has completed 10 years of continuous Memployment with the same employer and then works the above required number of hours, he shall receive triple the number of days of vacation specified above. ' When such an employee has completed 15 years of continuous employmen with the same employer and then works the above required number of hours, he shall receive 4 times the number of days of vacation specified above. b.Pension: $22.80 per day either worked or compensated to a maximum ' of $114.00 per week. c,Hazmat Pay: If Hazmat Certification on a job site is ' required by a state or federal agency or requested by project owner or by the employer, employees on that job site shall receive $1.50 per hour premium pay. ' TRUCK DRIVER CLASSIFICATIONS: GROUP It Trucks or Trailers of a Water Level Capacity of ' 11.99 cu. yds. or less, Forklift Trucks, Job site Ambulances, Pickup Trucks, Flatbed Trucks. ' GROUP 2: Trucks or Trailers of a Water Level Capacity of 12.0 cu. yds. up to 22 cu. yds. , Euclids, Speedace and Similar Equipment of Same Capacity and Compressors. ' GROUP 3: Trucks or Trailers of a Water Level Capacity of 22.0 cu. yds. and over, Euclids and all Floats, Flatbed • Trailers, Boom Trucks, Winch Trucks, Including Small Trailers, Farm Wagons, Tilt Top Trailers, Tool Trailers, ' Concrete Pumps, Concrete Conveyors, Gasoline TankTrailers, Truck Mounted Mobile Concrete Mixers, End Dump, Side Dump ' http://frwcbgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbnamc=Davis-Bacon&docid=M020030001 7/26/2006 WAIS Document Retrieval Page 32 of 33 ' and Articulated Dump Trucks ' GROUP 4: Warehousemen. • WELDERS - Receive rate prescribed for craft performing ' operation to which welding is incidental. vvv.vvavvaseveavvvavvasvaavvvvveun w............................. , Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (11) ) . ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations ' indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can , be: • an existing published wage determination • a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter , • a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour , Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial ' contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal , process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations ' Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. , Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request , review and reconsideration from the Wage and Hour Administrator (See 29 CPR Part 1.8 and 29 CFR Part 7) . Write to: • Wage and Hour Administrator ' U.S. Department of Labor http://frwebgate.access.gpo.gov/cgi-bin/getdoc.egi?dbnainc=Davis-Bacon&docid=M020030001 7/26/2006 ' 1 WA1S Document Retrieval Page 33 of 33 200 Constitution Avenue, N.W. Washington, DC 20210 1 e request should be accompanied by a full statement of the 1 interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 13.) If the decision of the Administrator is not favorable, an .` interested party may appeal directly to the Administrative Review. Board (formerly the Wage Appeals Board) . Write to: 1 Administrative Review Board U.S. Department of Labor. 200 Constitution Avenue, N.W. Washington, DC 20210 4.) ,All decisions by the Administrative Review Board are final. al OQIIiQQQIIQIIIIIIQQQ IIQQC IIQ IIQQ IIIIIIQ OIIQQQ IILQQ.QQQQ........QIIII000IIQCOQII.. END OF GENERAL DECISION i - 1 N � 1 , 1 1 1 1 = 1 1 http.://frwebgate.access.gpo.gov/egi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=M020030001 7/26/2006 '• AFFIDAVIT OF COMPLIANCE PUBLIC WORKS CONTRACTS LAW ' I, the undersigned, of lawful age, first being duly swom, state to the best of my information and belief as follows: 1 1. That I am employed as ' by 2. That was awarded a public works ' contract for Project No.32063,Community Development Block Grant for Chestnut St. and Capitol Av. Public Improvements. ' 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended)an act relating to public works contracts,which Impose certain requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. That has fully complied with the provisions and requirements of Section 290.290 RSMo (1994 as ' amended) FURTHER AFFIANT SAYETH NAUGHT. AFFIANT tSubscribed and sworn to before me this_ day of , 20_. NOTARY PUBLIC My Commission Expires: ' STATE OF MISSOURI ) ss • COUNTY OF 1 1 '• EXCESSIVE UNEMPLOYMENT EXCEPTION CERTIFICATION I, the undersigned, of lawful age, ' first being duly swom, state to the best of my information and belief as follows: 1. That I am employed as by ' 2. That was awarded a public ' works contract for Project No.32063,Community Development Block Grant for Chestnut St. and Capitol Av. Public Improvements. 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended)an act relating to public works contracts,which impose certain ' requirements upon contractors and subcontractors engaged in a public works construction project in the State of Missouri. 4. Although there is a period of excessive unemployment in the State of Missouri, which requires the employment of only Missouri laborers and Nlaborers from non-restrictive states on public works projects or improvements, an exception applies as to the hiring of ' since no Missouri laborers or laborers from non-restrictive states are available or capable of performing FURTHER AFFIANT SAYETH NAUGHT. ' AFFIANT Subscribed and swom to before me this_day of 20_____. ' NOTARY PUBLIC ' My Commission Expires: ' APPROVED BY: Director of Community Development, City of Jefferson, MO • 1 '• CITY OF JEFFERSON CONSTRUCTION CONTRACT ' THIS CONTRACT, made and entered Into this dayof AW— u s"r 2006, by and between Sam Gaines Construction Inc+hreinafter re ferred 1110 as"Contractor", ' and the City of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as "City". WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the following City improvements: Project No. 32083, Community Development Block Grant for Chestnut St. and tCapitol Av. Public Improvements. NOW THEREFORE, the parties to this contract agree to the following: ' 1. Scope of Services. Contractor agrees to provide all labor, equipment, hardware and supplies to perform ' the work Included in the project entitled "Community Development Block Grant for Chestnut St. and Capitol Av. Public Improvements in accordance with the plans and specifications on file with the Department of Community Development. N2. Manner and time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, ' materials and supplies necessary to perform said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws, within 122 calendar days from the date Contractor is ordered to proceed,which order shall be Issued by the Directorof Community Development within ten (10) days after the date of this contract. ' 3. Prevailing Wages. To the extent that the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less than the "prevailing hourly rate of wages" for ' work of a similar character In this locality, as established by Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that ' Contractorknows the prevailing hourly rate of wages forthis project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 13, Section 026, Cole County rates as set forth. The ' Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed in connection with the work to be ' performed under the terms of this contract. The record shall show the actual wages paid to the workmen in connection with the work to be performed under the terms of • this contract. A copy of the record shall be delivered to the Purchasing Agent of the ' Jefferson City Finance Department each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City Ten Dollars ($10.00) for each workman employed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. 4. 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 less than $2,000,000 for all claims arising out of a single occurrence and $300,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo., and ' Contractor's Property Damage Insurance in an amount not less than$2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person In a single accident or occurrence. ' (c) Automobile Liability Insurance in an amount not less than$2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one ' person In a single accident or occurrence. (d) Owner's Protective Liability Insurance-The Contractor shall also obtain at Its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City of Jefferson as the insured, in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $500,000 ' forany one person in a single accident oroccurrence,except forthose claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground ' structures or by reason of blasting, explosion or collapse. (e) Subcontracts-In case any or all of this work is sublet,the Contractor shall 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 the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract,whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. ' NOTE: Paragraph(f)is construed to require the procurement of Contractor's protective Insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless '. the general public liability and property damage policy(or rider attached thereto)of the general contractor provides adequate protection against claims arising from operations ' by anyone directly or indirectly employed by the Contractor. 5. Contractor's Responsibility for Subcontractors. It is further agreed that Contractor shall be as fully responsible to the City for the acts ' and omissions of its subcontractors, and of persons either directly or Indirectly employed by them, as Contractor is for the acts and omissions of persons It directly employs. Contractor shall cause appropriate provisions to be inserted in all ' subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may ' exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the ' City or between any subcontractors. 6. Liquidated Damages. ' The City may deduct Five Hundred Dollars($500.00)from any amount otherwise due under this contract for every day the Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will Insure the completion by the ' time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated 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. 7. Termination. The City reserves the right to terminate this contract by giving at least five(5)days prior ' written notice to Contractor,without prejudice to any other rights or remedies of the City should Contractor be adjudged a bankrupt, or If Contractor should make a general assignment for the benefit of Its creditors, or If a receiver should be appointed for ' Contractor or for any of its property, or If Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor should refuse or fail to make prompt payment to any person supplying labor ' or materials for the work under the contract,or persistently disregard instructions of the City or fail to observe or perform any provisions of the contract. ' 8. City's Right to Proceed. In the event this contract is terminated pursuant to Paragraph 7, then the City may take over the work and prosecute the same to completion, by contract or otherwise, and ' Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize In completing the work, such materials, appliances and ' structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, city ordinances, and state and federal laws. '• 9. Indemnity. To the fullest extent permitted by law, the Contractor 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 1 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. ' 10. Payment for Labor and Materials. The Contractor agrees and binds itself to pay for all labordone,and forall the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to Insure the payment of all materials and labor used in the performance of this contract. 11. Supplies. The Contractor is hereby authorized and directed to utilize the City's sales tax ' exemption In the purchase of goods and materials for the project as set out in Section 144.062 RSMo 1994 as amended. Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the City. N12. Payment. The City hereby agrees to pay the Contractor for the work done pursuant to this ' contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Director of Community Development and In accordance with the rates and/or amounts stated in the bid of Contractor dated July 25,2006 which ' are by reference made a part hereof. No partial payment to the Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this contract shall not exceed $660,691.80, Six Hundred Sixty Thousand Six Hundred Ninety One Dollars and eighty cents. 13. Performance and Materialman's Bonds Required. Contractor shall provide a bond to the City before work is commenced, and no later ' than ten (10) days after the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment of amounts due to all suppliers of labor ' and materials, the payment of insurance premiums for workers compensation Insurance and all other insurance called for under this contract, and the payment of the prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the City, and to be given by such company or companies as may be acceptable to the City in its sole and absolute discretion. The amount of the bond shall be equal to the Contractor's bid. '• 14. Knowledge of Local Conditions. Contractor hereby warrants that it has examined the location of the proposed work and ' the attached specifications and has fully considered such local conditions in making Its bid herein. ' 15. Severability. If any section,subsection,sentence,or clause of this Contract shall be adjudged Illegal, invalid, or unenforceable, such illegality, invalidity, or unenforceabllity shall not affect ' the legality, validity, or enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not so adjudged. ' 16. Governing Law. The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri shall have jurisdiction over any dispute which arises under this contract, and each of the parties shall submit and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce this contract,the City shall be entitled to recover its attorney's fees and expenses incurred in such action. 17. Contract documents. The contract documents shall consist of the following: a. This Contract f. General Provisions b. Addenda g. Special Provisions c. Information for Bidders h. Technical Specifications d. Notice to Bidders I. Drawing and/or Sketches e. Signed Copy of Bid This contract and the other documents enumerated in this paragraph,form the Contract between the parties. These documents are as fully a part of the contract as if attached ' hereto or repeated herein. 18. Complete Understanding, Merger. Parties agree that this document including those documents described in the section entitled "Contract Documents"represent the full and complete understanding of the parties. This contact includes only those goods and services specifically set out. This ' contract supersedes all priorcontracts 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 attorneys fees, expenses and costs. ' 20. Amendments. This contract may not be modified,changed or altered by any oral promise or statement ' by whomsoever made; nor shall any modification of It be binding upon the City until • such written modification shall have been approved in writing by an authorized officer of the City. Contractor acknowledges that the City may not be responsible for paying ' for changes or modifications that were not properly authorized. 1 21. Waiver of Breach . Failure to Exercise Rights and Waiver: Failure to insist upon strict compliance with any of the terms covenants or conditions herein shall not be deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more times be deemed a waiver or relinquishment at any other time or times by any right under the terms, ' covenants or conditions herein. 22. Assignment. Neither party may sell or assign its rights or responsibilities under the terms of this agreement without the express consent of the remaining party. 23. Nondiscrimination. Contractor agrees in the performance of this contract not to discriminate on the ground or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall Include a similar provision In all subcontracts let or awarded hereunder. 24. Notices. All notices required to be in writing may be given by first class mail addressed to City ' of Jefferson, Department of Community Development, 320 East McCarty, Jefferson City,Missouri,65101,and Contractor at 3205 County Road 338,New Bloomfield,MO 65063. The date of delivery of any notice shall be the second full day after the day of Its mailing. IN WIT N SS WHEREOF,the parties hereto have set their hands and seals this day of�, 2006. 1 ' CITY OF JEFFERSON CONTRACTOR dA r7&n-r May Title: ATTEST: ATTEST: LQ / r.PSrOfios. C1 1 City Clerk Title: N APPROVED AS TO FORM: 1 i 1 . City tdfffi6l6r ,1 1 1 1 JA6882 '• PERFORMANCE. PAYMENT AND GUARANTEE BOND ' KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned , Sam Gaines Construction hereinafter, referred to as "Contractor" and Contractors Bonding and Insurance Comply a Corporation organized under the laws of the State of Washineton and authorized to transact business in the State of ' Missouri as Surety, are held and firmly bound unto the ' City of Jefferson hereinafter referred to as"Owner" In the penal sum ofsixHundred Sixty Thousand .SixHundred Nintyone680/ DOLLARS ($ 660,691.80 ), lawful money of the United States of America for the Mpayment of which sum, well and truly to be made, we bind ourselves and our heirs, ' executors, administrators, successors, and assigns, jointly and severally by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; ' WHEREAS, the above bounded Contractor has on the 26th day ' of July ,20 06 ,entered into a written contractwith the aforesaid Owner forfurnishing all materials,equipment,tools,superintendence,labor, and otherfacilities and accessories, for the construction of certain improvements as designated, defined and described in the said Contract and the Conditions thereof, and in accordance with the specifications and plans therefore; a copy of said Contract being attached hereto and made a part hereof. '• NOW THEREFORE,if the said Contractor shall and will, In all particulars,well,duly and ' faithfully observe, perform and abide by each and every covenant, condition, and part of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law ,• and other Contract Documents thereto attached or, by reference, made a part thereof, ' according to the true intent and meaning in each case, and if said contractor shall replace all defective parts, material and workmanship for a period of one year after acceptance by the Owner, theif this obligation shall be and become null and void; ' otherwise it shall remain in full force and effect. PROVIDED FURTHER, that If the said Contractor falls to duly pay for any labor, ' materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries ' and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or ' its subcontractors in performance of the work contracted to be done,the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with ' Interest as provided by law: N PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the ' contract, or the work to be performed thereunder, or the specifications accompanying the same, shall in any wise affect its obligation on this bond and it does hereby waive ' notice of any change, extension of time, alteration, or addition to the terms of the contract, or to the work, or to the specifications: ' PROVIDED FURTHER,that if the said Contractor fails to pay the prevailing hourly rate ' of wages, as shown in the attached schedule, to any workman engaged in the construction of the improvements as designated, defined and described in the said ' contract, specifications and conditions thereof, the Surety will pay the deficiency and any penalty provided for by law which the contractor Incurs by reason of an act or ' omission, in any amount not exceeding the amount of this obligation together with interest as provided by law: ,• IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the ' said Surety has caused these presents to be executed in its name, and its corporate 1 seal to be hereunto affixed, by It attorney-in-fact duly authorized thereunto so to do, at i ' Central Bank Insurance, Jefferson City, Mo. on this the N , 2nd day of August 2006 Contractors Bonding 6-Insurance Company Sam Gaines Construction ' URETY C MPANY CONTRACTOR BY (SEAL) BY (SEAL) c1 ,''.. BY Larry D. Mertents (SEAL) BY Alice Gaines (SEAL) Attorney-In-fact (State Representative) (Accompany this bond with Attorney-in-facts authority from the Surety Company certified to Include the date of the bond.) 1 .. 1' -.V .. . ............ IOWA, MUM millimfoo ((jtjj) is va lid onlyll'I lie bond is occuted on ot be fare Ili c date indicatedabove. 1 16 w RUN w. (III�Ii' ' ::t1i'l'�� AM"IMA'W"W"I'Vi ------------------------------- w I N ---- ---- --------------------------------------------------------------- GENERAL PROVISIONS ' FORWARD The following Articles GP-1 through GP-49 are"General Provisions of the Contract",modified asset forth In the Special Provisions. GP-1 CONTRACT DOCUMENTS ' It is expressly understood and agreed that the Contract Documents comprise the Notice to Bidders, Instruction to Bidders,General Provisions,Special Provisions,Bid,Contract,Performance and One Year Guarantee Bond, Speciiicatfons, other documents listed in the Table of Contents and bound in this ' Volume. Plans,all Addenda thereto issued prior to the time of opening bids for the work,all of which are hereto attached,and other drawings,specifications,and engineering data which may be furnished bythe Contractor and approved by the Owner,together with such additional drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the Intent ' of the specifications and drawings, are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. The several parts of the Contract Documents are complementary,and what is called for by any one shall be as binding as If called for by all. The intention of the Documents is to Include the furnishing of all materials,labor,tools,equipment and supplies necessary forconstructing complete and readyto use the ' work specified. Materials or work described In words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. N The Contract shall be executed in the State and County where the Owner Is located. Three (3)copies of the contract documents shall be prepared by the Contractor, each containing an exact copy of the Contractor's bid as submitted,the Performance Bond properly executed,a Statutory Bond where required, and the contract agreement signed by both parties thereto. These executed contract documents shall ' be filed as follows: One (1)with the City Clerk of the City of Jefferson One (1)with the Jefferson City Director of Community Development One (1)with the Contractor GP-2 DEFINITIONS ' Wherever any work or expression defined In this article, or pronoun used in Its stead, occurs in these contract documents, it shell have and is mutually understood to have the meaning herein given: 1. "Contract"or"Contract Documents"shaii Include all of the documents enumerated In the previous ' article. 2. "Owner", "City",or words "Party of the First Part", shall mean the party entering Into contract to ' secure performance of the work covered by this Contract and his or its duly authorized officers or agents. Generally this will be the"City of Jefferson". 3. "Contractor"or the words "Party of the Second Part"shell mean the party entering Into contract ' for the performance of the work covered by this contract and his duly authorized agents or legal representatives. ' 4. "Subcontractors"shall mean and refer to a corporation,partnership,or Individual having a direct contract with the Contractor, for performing work at the job site. • 5, "Engineer"shall mean the authorized representative of the Director of Community Development, ' (i.e.,the Engineering Division Director). 6. "Construction Representative"shall mean the engineering or technical assistant duly authorized by the Engineer limited to the particular duties entrusted to him or them as subsequently set forth herein. 7. "Date of Award of Contract" or words equivalent thereto, shell mean the date upon which the , successful bidder's proposal is accepted by the City. 8. "Day" or"days", unless herein otherwise expressly defined, shall mean a calendar day or days of twenty-four hours each. 9. "The work" shall mean the work to be done and the equipment, supplies and materials to be , furnished under this contract, unless some other meaning is indicated by the context. 10. "Plans"or"drawings"shell mean and Include all drawings which may have been prepared by the Engineer as a basis for proposals, all drawings submitted by the successful bidder with his ' proposal and by the Contractor to the City, If and when approved by the Engineer, and all drawings submitted bythe Cltyto the Contractor during the progress of the work,as provided for herein. ' 11. Wheneverin thesecontract documents the words"as directed","as required","as permltted","as allowed",or words or phrases of like Import are used, It shall be understood that the direction, requirement, permission, or allowance of the City and Engineer is Intended. ' 12. Similarly the words"approved","reasonable","suitable","acceptable", "properly","satisfactory", or words of like effect and Import, unless otherwise particularly specified herein, shell mean ' approved,reasonable,suitable,acceptable,proper or satisfactory in the Judgment of the City and Engineer. 13. Whenever any statement is made in these Contract Documents containing the expression"It is understood and agreed"or any expression of the like Import,such expression means the mutual understanding and agreement of the Contractor and the City. 14. "Missouri Highway Specifications" shell mean the latest edition of the "Missouri Standard ' Specifications for Highway Construction"prepared by the Missouri Highway and Transportation Commission and published before the date of this contract. 15. "Consultant" shall mean the firm, company, individual, or Itsihis/her duly authorized ' representative(s) under separate agreement with the City of Jefferson that prepared the plans, specifications, and other such documents for the work covered by this contract. , GP-3 THE CONTRACTOR It is understood and agreed that the Contractor, has by careful examination satisfied himself as to the ' nature and location of the work,the conformation of the ground,the character,quality and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work,the general local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer,agent or ' employee of the City,either before or after the execution of this contract,shall affect or modify any of the terms or obligations herein contained. The relation of the Contractor to the City shall be that of an Independent contractor. ' GP-4 THE ENGINEER The Engineer shell be the City's representative during the construction period and he shall observe the , work in process on behalf of the City by a series of periodic visits to the job site. He shall have authority - to act on behalf of the City. , 1 ,• The Engineer assumes no direction of employees of the Contractor or subcontractors and no supervision of the construction activities or responsibility for their safety. The Engineer's sole responsibility during ' construction is to the City to endeavor to protect defects and deficiencies in the work. Any plan or method of work suggested by the Engineer, or other representative of the City, to the Contractor,but not specified or required,it adopted or followed by the Contractor in whole or in part,shall ' be used at the risk and responsibility of the Contractor; and the Engineer and the City will assume no responsibility therefore. ' GP-5 BOND Coincident with the execution of the Contract, the Contractor shall furnish a good and sufficient surety bond in the full amount of the contract sum. This surety bond, executed by the Contractor to the City, ' shall be a guarantee: (a) forthe faithful performance and completion of the work In strict accordance with the terms and Intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might in any manner become a claim against the City; (c) for the payment to the City of all sums due or which may become due by the terms of the contract, as well as by reason of any violation thereof by the Contractor; and for a period of one year from and immediately following the acceptance of the completed project by the City,the payment to the City of all damage loss and expense which may occur to the City by reason of defective materials used,or by reason of defective or Improper ' workmanship done, in the furnishing of materials, labor, and equipment In the performance of the said contract. All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the property sureties through a company licensed and qualified to operate in the state and approved by the City. Bond shall be signed by an agent resident in the state and date of bond shell be the date of execution of the contract. If at any time during the continuance of the contract the surety on the Contractor's bond becomes Irresponsible,the City shall have the right to require additional and sufficient sureties which the Contractor ' shall furnish to the satisfaction of the City within ten(10)days after notice to do so. In default thereof,the contract may be suspended, all payments or money due the Contractor withheld, and the contract completed as hereinafter provided. ' GP-6 INSURANCE GP-6.1 GENERAL, The Contractor shall secure,pay for and maintain during the life of the Contract,Insurance of such types and amounts as necessary to protect himself, and the City, against all hazards enumerated herein. All policies shall be in the amounts,form and companies satisfactory to the City. The Insuring company shall deliver to the City certificates of all Insurance required, signed by an authorized representative and stating that all provisions of the following specified requirements are compiled with. ' All certificates of Insurance required herein shall state that ten(10)days written notice will be given to the City before the policy is canceled or changed. All certifications of Insurance shall be delivered to the City ' prior to the time that any operations under this contract are started. All of said Contractor's certificates of Insurance shall be written in an Insurance company authorized to do business In the State of Missouri. ,• GP-6.2 BODILY INJURY LIABILITY& PROPERTY DAMAGE LIABILITY INSURANCE ' (1) Bodily Injury Liability Insurance coverage providing limits for bodily Injuries,Including death,of not less than$2,000,000 per person and$300,000 per occurrence. (2) Property Damage Liability Insurance coverage for limits of not less than $2,000,000 per one •1 occurrence nor less than$2,000,000 aggregate to limit for the policy year. GP-6.3 CONTRACTOR'S PROTECTIVE BODILY INJURY LIABILITY & PROTECTIVE PROPERTY , DAMAGE LIABILITY INSURANCE: (COVERING OPERATIONS OF SUBCONTRACTORS) (1) Contractors contingent policy providing limits of at least$300,000 per person and $2,000,000 per ' occurrence for bodily injury or death. (2) Property Damage Liability providing limits of at least $2,000,000 per occurrence and $2,000,000 , aggregate. GP-6.4 CONTRACTUAL LIABILITY Property Damage'coverage with$2,000,000 aggregate limit. , GP-6.5 OWNER'S PROTECTIVE LIABILITY AND PROPERTY DAMAGE INSURANCE ' The Contractor shall purchase and maintain Owner's Protective Liabllityand Property Damage Insurance issued,jp.the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor or his subcontractors in fulfilling this contract. ' The minimum amount of such Insurance shall be the same as required for Bodily Injury Liability and Property Damage Liability Insurance. This policy shall be flied with the Owner and a copy filed with the ' .Engineer. GP-6.6 EXCLUSIONS The above requirements GP-6.2,6.3,6.5 for property damage liability shall contain no exclusion relative N to: (1) Blasting or explosion. (Consult Technical Specifications Part I for possible deletion of this ' requirement on subject project.) (2) Injury or destruction of property below the surface of the ground, such as wires, conduits, pipes, ' mains, sewers, etc.,caused by the Contractor's operations. (3) The collapse of,or structural Injury to,any building or structure on or adjacent to the City's premises, , or Injury to or destruction of property resulting therefrom, caused by the removal of other buildings, structures,or supports, or by excavations below the surface of the ground. GP-6.7 AUTOMOBILE BODILY INJURY LIABILITY & AUTOMOBILE PROPERTY DAMAGE ' LIABILITY INSURANCE Contractor shall carry in his name, additional assured clauses protecting City, Liability Insurance with , Bodily Injury or Death Limits of not less than$300,000 per person and$2,000,000 per occurrence,and property damage limits of not less than $300,000 with hired car and non owned vehicle coverage or separate policy carrying similar limits. The above Is to cover the use of automobiles and trucks on and off the site of the project. , GP-6.8 EMPLOYER'S LIABILITY AND WORKMEN'S COMPENSATION Employer's and Workmen's Compensation Insurance as will protect him against any and all claims •' resulting from Injuries to and death of workmen engaged In work under this contract,and in addition the Contractor shall carry occupational disease coverage with statutory limits, and Employer's Liability with , a limit of $300,000 per person, The"All State"endorsement shall be Included. ,• In case any class of employees is not protected under the Workmen's Compensation Statute, the Contractor shall provide and cause such contractor to provide adequate employer's liability coverage as ' will protect him against any claims resulting from injuries to and death of workmen engaged in work under this contract. GP-6.9 INSTALLATION FLOATER INSURANCE ' This insurance shall Insure and protect the Contractor and the City from all insurable risks of physical loss or damage to materials and equipment, not otherwise covered under Builder's Risk Insurance,when in ' warehouses or storage areas,during installation, during testing and until the work is accepted. It shell be of the"All Risks"type,with coverage designed for the circumstances which may occur in the particular work Included in this contract. The coverage shall be for an amount not less than the value of the work at completion,less the value of the material and equipment Insured under Builder's Risk Insurance. The value shall Include the aggregate value of the City-furnished equipment and materials to be erected or Installed by the Contractor not otherwise Insured under Builder's Risk Insurance. Installation Floater Insurance shall also provide for losses,if any,to be adjusted with and made payable to the Contractor and the City as their Interests may appear. If the aggregate value of the City-furnished and Contractor-furnished equipment is less than$10,000 such equipment may be covered under Builder's Risk Insurance, and if so covered, this Installation Floater Insurance may be omitted. GP-6.10 CONTRACTOR'S RESPONSIBILITY FOR OTHER LOSSES For the considerations in this agreement heretofore stated, in addition to Contractor's other obligations, the Contractor assumes full responsibility for all loss or damage from any cause whatsoever to any tools N owned by the mechanics, any tool machinery, equipment, or motor vehicles owned or rented by the Contractor's, his agents, sub-contractors, material men or his or their employees; to sheds or other temporary structures, scaffolding and staging, protective fences, bridges and sidewalk hooks. The ' Contractor shall also assume responsibility for all loss or damage caused by,arising out of or Incident to larceny,theft,or any cause whatsoever(except as hereinbefore provided)to the structure on which the work of this contract and any modifications, alterations, enlargements thereto, is to be done, and to materiels and labor connected or to be used as a part of the permanent materiels,and supplies necessary ' to the work. GP-9.11 CONTRACTOR'S RESPONSIBILITY ON DAMAGES R CLAIMS INDEMNIFYING CITY The Contractor shall indemnify and save harmless the City and Engineer and their officers and agents, of and from all losses,damages,costs,expenses,judgments,or decrees whatever arising out of action ' or suit that may be brought against the City or Engineer or any officer or agent of either of them,for or on account of the failure,omission,or neglect of the Contractor to do and perform any of the covenants,acts, matters,or things by this contract undertaken to be done or performed,or for the Injury,death or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or In connection with any claim or claims based on the lawful demands of subcontractors, workmen,material men,or suppliers of machinery and parts thereof,equipment,powertools and supplies Incurred in the fulfillment of this contract. GP-6.12 NOTIFICATION IN EVENT OF LIABILITY OR DAMAGE Upon the occurrence of any event, the liability for which is herein assumed, the Contractor agrees to forthwith notify the City, in writing such happening, which notice shell forthwith give the details as to the • happening,the cause as far as can be ascertained,the estimate of loss or damage done,the names of witnesses, If any, and stating the amount of any claim. GP-7 ASSIGNMENT OF CONTRACT •, The Contractor shall not assign or transfer this contract nor sublet it as a whole, without the written ' consent of the City and of the Surety on the Contractor's bond. Such consent of Surety, together with copy of assignment, shall be filed with the City. No assignment, transfer or subletting, even though consented to,shall relieve the Contractor of his liabilities under this contract. Should any assignee fall , to perform the work undertaken by him in a satisfactory manner, the City may at his option annul and terminate Assignee's contract. GP-8 SUBCONTRACTS,PRINCIPAL MATERIALS&EQUIPMENT , Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of the principal Items of materials and equipment which he proposes to , use in the construction of the project. The Contractor agrees that he is as fully responsible to the City for the acts and omissions of his subcontractors and of person either directly or indirectly employed by them as he is for the acts and , omissions or persons directly employed by him. Any notices to the Contractor shall be considered as notice to any affected subcontractors. Nothing contained in the Contract Documents shall create any contractual relation between any ' subcontractor and the City. No officer, agent or employee of the City, Including the Engineer, shall have any power or authority ' whatsoever to bind the City or incur any obligation in Its behalf to any subcontractor,material supplier or other person in any manner whatsoever. GP-8 OTHER CONTRACTS The City reserves the right to let other contracts in connection with this work. The Contractor shall afford other contractors reasonable opportunity for the Introduction and storage of their materials and the , execution of their work,and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results on the work of any other contractor,the Contractor shall Inspect and promptly report to the Engineer any defect In such work that ' renders it unsuitable for such proper execution and results. His failure so to inspect and report all constitute an acceptance of the other contractor's work as fit and proper for the reception of his work,except as to defects which may develop in the other contractor's work after the execution of his work. Wherever work being done by the City's forces or by other contractors Is contiguous to work covered by ' this Contract,the respective rights of the various Interests Involved shall be established by the Engineer, in order to secure the completion of the various portions of the work in general harmony. GP-10 LEGAL RESTRICTIONS, PERMITS AND REGULATIONS ' The Contractor shell procure at his own expense all necessary licenses and permits of a temporary nature and shall give due and adequate notice to those in control of all properties which may be affected by his operations. Rights-of-way and easements for permanent structures or permanent changes in existing facilities shall be provided bythe City unless otherwise specified. The Contractor shell give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn or specified. ' GP-11 ROYALTIES AND PATENTS • It is agreed that all royalties for patents or patent claims, infringement whether such patents are for ' processes or devices,that might be Involved in the construction or use of the work, shall be Included in 1 '• the contract amount and the Contractor shall satisfy all demands that may be made at any time for such and shall be liable for any damages or claims for patent infringements,and the Contractor shall at his own ' expense,defend any and all suits or proceedings that may be instituted at any time against the City for Infringement or alleged Infringement of any patent or patents Involved in the work,and in case of an award of damages,the said Contractor shall pay such award;final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. ' GP-12 SCOPE AND INTENT OF SPECIFICATIONS AND PLANS GP-12.1 GENERAL These Specifications and Project Plans are Intended to supplement,but not necessarily duplicate each ' other,and together constitute one complete set of Specifications and Plans so that any work exhibited In the one and not in the other, shall be executed just as if it has been set forth in both, in order that the work shall be completed according to the complete design of the Engineer. 1 Should anything be omitted from the Specifications and Plans which Is necessaryto a clear understanding of the work,or should It appear various instructions are in conflict,then the Contractor shall secure written Instructions from the Engineer before proceeding with the construction affected by such omissions or discrepancies. It Is understood and agreed that the work shall be performed and completed according ' to the true spirit, meaning and intent of the contract, specifications and plans. GP-12.2 FIGURED DIMENSIONS TO GOVERN Dimensions and elevations shown on the plans shall be accurately followed even though they differ from scaled measurements. No work shown on the plans,the dimensions of which are not indicated shall be executed until the required dimensions have been obtained from the Engineer. GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES ' The Contractor shell check all dimensions,elevations and quantities shown on the plans,and schedules given to him by the Engineer,and shell notifythe Engineer of any discrepancy between the plans and the conditions on the ground,or any error or omission in plans,or In the layout as given by stakes,points,or Instructions,which he may discover in the course of the work. The Contractor will not be allowed to take ' advantage of anyerror or omission In the plans orcontract documents,as full Instructions will be furnished by the Engineer should such error or omission be discovered, and the Contractor shall carry out such instructions as if originally specified. ' The apparent silence of the Plans and Specifications as to any detail or the apparent omission from them of a detailed description concerning any point, shall be regarded as meaning that only the best general practices,as accepted by the particular trades or industries involved, shall be used. GP-12.4 STANDARD SPECIFICATIONS Reference to standard specifications of any technical society,organizatlon or association,or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. ' GP-13 CONSTRUCTION REPRESENTATIVE AT PROJECT The City may appoint or employ such "Construction Representative" as the City may deem proper, to observe the work performed under this Contract,to the end that said work Is performed, in substantial ' accordance with the plans and specifications therefor. • The Project Representative assumes no direction of employees of the Contractor or Subcontractors and no supervision of the construction activities or responsibility for their safety. The sold duty of the Project Representative during the construction is to the City to endeavor to protect against defects and deficiencies in the work. The Contractor shall regard and obey the directions and instructions of the Construction Representative •' so appointed,when the same are consistent with the obligations of this contract and the specifications therefor, provided, however, that should the Contractor object to any order given by the Construction ' Representative,the Contractor may make written appeal to the Engineer for his decision. The Construction Representative and other properly authorized representatives of the City shall be free ' at all times to perform their duties, an Intimidation or attempted intimidation of any one of them by the Contractor or by any of his employees shall be sufficient reason, if the City so decides, to annul the contract. Such construction representation shall not relieve the Contractor from anyobligation to perform said work strictly in accordance with the plans and specifications or any modifications thereof as herein provided, and work not so constructed shall be removed and made good bythe Contractor at his own expense,and ' free of all expense to the City,whenever so ordered by the Engineer,without reference to any previous oversight in observation of work. Any defective material or workmanship may be rejected by the Engineer at any time before the final acceptance of the work, even though the same may have been previously overlooked and estimated for payment. , The Construction Representative shall have no authority to permit any deviation from the plans and specifications except on written orderfrom the Engineer,and the Contractor will be liable for any deviation except on such written order. ' All condemned work shall be promptly taken out and replaced by satisfactory work, and all condemned materials shall be promptly removed from the vicinity of the work. Should the Contractor fail or refuse to , comply with Instructions in this respect the City may,upon certification bythe Engineer,withhold payment or proceed to terminate contracts as herein provided. Reexamination of questioned work may be ordered by the Engineer,and if so ordered the work must be uncovered by the Contractor. If such work be done In accordance with the Contract Documents,the City shall pay the cost of reexamination and replacement. If such work be found not in accordance with the Contract Documents,the Contractor shall pay such cost,unless he shall show that defect in the work was , caused by another contractor of the City and in that event the City shall pay such cost. The Contractor shall furnish samples of testing purposes of any material required by the Engineer,and shalifurnish any Informatlon required concerning the nature or source of any material which he proposes ' to use. GP-14 LINES AND GRADES ' The Department of Community Development will set construction stakes establishing lines,scopes,and continuous profile grade in road work, and center-line and bench marks for culvert work, and appurtenances as may be deemed necessary, and will furnish the Contractor, with all necessary ' Information relating to lines, slopes, and grades, to lay out the work correctly. The Contractor shall maintain these lines, grades, and bench marks and use them to lay out the work he Is to perform under this contract. The Contractor shall notify the Department of Community Development not less than 48 hours before ' stakes are required. No claims shall be made because of delays if the contractors tall to give such notice. The Contractor shall carefully preserve stakes and bench marks. If such stakes and benchmark become , damaged,lost,displaced,or removed by the Contractor,they shall be reset at his expense and deducted from the payment for the work. Any work done without being properly located and established by base lines,offset stakes,benchmarks, ' or otherbasIc reference points checked by the Construction Representative maybe ordered removed and • replaced at the Contractor's expense. 1 ,• GP-16 CONTRACTOR'S RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for the condition of all materials furnished by him, and he shall replace at his own cost and expense any and all such material found to be defective in design or manufacture,or which has been damaged after delivery. This Includes the furnishing of all materials and labor required for replacement of any Installed materials which is found to be defective at any time prior to the expiration of one year from the date of final payment. The manufacturer of pipe for use on this project shall certify in writing to the City that all materials furnished for use in this project do conform to these specifications. Whenever standard tests are ' conducted, he shall forward a copy of the test results to the City. GP-16 WATER ' All water required for and in connection with the work to be performed shall be provided by the Contractor at his sole cost and expense. GP-17 POWER ' All power for lighting, operation of the Contractor's plant or equipment or for any other use by the Contractor, shall be provided by the Contractor at his sole cost and expense. GP-19 SUPERINTENDENCE AND WORKMANSHIP The Contractor shall keep on his work, during Its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the Contractor in his absence and all directions ' given to him shall be as binding as if given to the Contractor. The Contractor shall provide proper tools and equipment and the services of all workmen, mechanics, tradesmen,and other employees necessary In the construction and execution of the work contemplated and outlined herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly, Intemperate or Incompetent or who neglects or refuses to perform his work in a satisfactorily manner,shall be promptly discharged. ' It is called particularly to the Contractor's attention that only first class workmanship will be acceptable. GP-19 MAINTENANCE OF TRAFFIC ' Whenever any street Is closed,the Police Department, Fire Department,and Ambulance Services shall be notified prior to the closing. When a portion of the project is closed to through traffic,the Contractor shall provide proper barricades and shall mark a detour route around the section of the project if applicable. The route of all detours shall be approved by the Director of Community Development. All ' detour signing shall conform to the latest edition of the"Manual on Uniform Traffic Control Devices". Throughout the project,wherever homes are served directly from a street or portion of a street which Is to be reconstructed under this project,the Contractor shall make every effort to provide access to each ' home every night. This work shall be subsidiary to the construction and no direct payment will be made for It. GP-20 BARRICADES AND LIGHTS All streets,roads,highways,and other public thoroughfares which are closed to traffic shall be protected by means of effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations shall be provided with suitable barriers, signs, and lights to the extent that adequate protection Is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All barricades and obstructions shall be Illuminated by means of warning lights at night. All lights used • for this purpose shall be kept burning from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be so placed,and the work at all times shall be so conducted,as to cause the ' minimum obstruction and Inconvenience to the traveling public. All barricades,signs, lights and other protective devices shall be Installed and maintained in conformity •' with applicable statutory requirements, and in conformance with the Manual of Uniform Traffic Control Devices. All necessary barricades, signs, lights and other protective devices will be furnished,Installed ' and maintained bythe Contractor. This work shell be subsidiary to the construction and no direct payment will be made for It. GP-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES ' Pipe lines and other existing underground installations and structures In the vicinity of the work to be done hereunder are Indicated on the plans according to the best information available to the City. The City , does not guarantee the accuracy of such Information. The Contractor shall make every effort to locate all underground pipe lines,conduits and structures by contacting owners of underground utilities and by prospecting in advance of the excavation. ' Any delays to the Contractor caused by pipe lines or other underground structures or obstructions not shown by the plans, or found in locations different than those indicated, shall not constitute a claim for extra work,additional payment or damages. ' No payment will be made to the Contractor for locating and protecting utilities and cooperating with their owners,and any damages caused to the utilities by the Contractor's negligence shall be repaired entirely at the Contractor's expense. ' Utilities, other than sanitary sewers and water mains, which, in the opinion of the Engineer, must be moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be , moved shall be re-laid by the Contractor and paid for at the prices bid. Only sewers which must be moved because of direct conflict with the storm sewer conduit will be paid for In this manner. Sewers damaged by excavation but not in direct conflict with the storm sewer will be repaired at the Contractor's expense. GP-22 PROTECTION OF WORK AND PROPERTY N The Contractor shall be accountable for any damages resulting from his operations. He shall be fully , responsible for the protection of all persons including members of the public,employees of the City and employees of other contractors or subcontractors and all public and private property including structures, sewers and utilities above and below ground, along, beneath, above, across or near the site or sites of the work, or other persons or property which are In any manner affected by the prosecution of the work. , The Contractor shall furnish and maintain all necessary safety equipment such as barriers,signs,warning lights and guards as required to provide adequate protection or persons and property. , The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property Is liable to Injury or damage through the performance of the work,and shall make all necessary arrangements with such owner or owners relative to the removal and replacement ' or protection of such property or utilities. In an emergency affecting the safety of life or of the work or of adjoining property,the Contractor,without special Instruction or authorization,is hereby permitted to act at his discretion to prevent such threatened ' loss or injury,and he shall so act. Any compensation,claimed by the Contractor on account of emergency work,shall be determined by agreement or arbitration. The Contractor agrees to hold the City harmless from any and all loss or damages arising out of ' jurisdictional labor disputes or other labor troubles of any kind that may occur during the construction or performance of this contract. GP-23 GUARANTEE OF MATERIALS AND WORKMANSHIP ' The Contractor hereby guarantees the work in connection with this contract against faulty materials or ; poor workmanship during the period of one (1)year after the date of completion of the contract. ,• GP-24 NO WAIVER OF RIGHTS Neither observation of work by the City or any of their officials, employees, or agents, nor any order by the City for payment of money, or any payment for, or acceptance of,the whole or any part of the work by the City, nor any extension of time, nor any possession taken by the City or its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the City, or any right to damages herein provided, nor shall any waiver of any breach in this contract be held to be a waiver of any other or subsequent breach. ' GP-25 USE OF COMPLETED PORTIONS If desired bythe City,portions of the work may be placed in service when completed or partially completed and the Contractor shall give proper access to the work for this purpose:but such use and operation shall not constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty construction until the entire work under this Contract is finally accepted and for the guarantee period thereafter. ' GP-26 ADDITIONAL,OMITTED, OR CHANGED WORK ' The Owner,without Invalidating the Contract,may order additional work to be done in connection with the Contract or may after or deduct from the work,the Contract sum to be adjusted accordingly. All such work shall be executed to the same standards of workmanship and performance as though therein Included. ' The Engineer shall have authority to make minor changes in the work, not involving cost, and not Inconsistent with the purposes of the work. N Except for adjustments of estimated quantities for unit price work or materials to conform to actual pay quantities therefor as may be provided for in the Special Conditions, all changes and alterations in the terms or scope of the Contract shall be made under the authority of duly executed change orders issued ' and signed by the Owner and accepted and signed by the Contractor. All work Increasing the cost shall be done as authorized by the Owner and ordered in writing by the Engineer,which order shall state the location,character,amount,and method of compensation. No additional or changed work shall be made unless in pursuance of such written order by the Engineer, and no claim for an addition to the Contract ' sum shall be valid unless so ordered. If the modification or alteration Increases the amount of work to be done,and the added work or any part thereof is of a type and character which can be properly and fairly classified under one or more unit price Items of the Proposal,then such added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices therefor. Otherwise,such work shall be paid for as `Extra Work"as hereinafter provided In this Article GP-26. ' If the modification or alteration decreases the amount of work to be done, such decrease shall not constitute the basis for a claim for damages or anticipated profits on work affected by such decrease. Where the value of omitted work is not covered by applicable unit prices, the Engineer shall determine ' on an equitable basis the amount of: 1. Credit due the Owner for Contract work not done as a result of an authorized change. 2. Allowance to the Contractor for any actual loss incurred In connection with the purchase,delivery and subsequent disposal of materials or equipment required for use on the work planned and which could not be used in any part of the work as actually built. ' 3. Any other adjustment of the Contract amount where the method to be used in making such • adjustments is not clearly defined in the contract documents. ' Statements for extra work shall be rendered by the Contractor not later than fifteen (15) days after the completion of each assignment of extra work and if found correct will be approved by the Engineer and submitted for payment with the next regular monthly estimate. The Owner reserves the right to contract with any person or firm other than the Contractor for any or all •, extra work. The Contractor's attention Is especially celled to the fact that he shall be entitled to no claim for damages or anticipated profits on any portion of the work that may be omitted. ' Extra Work: (a) The term "Extra Work" shall be understood to mean and Include all work that may be required to ' accomplish any change or alteration in or addition to the work shown by the Plans or reasonably implied bythe Specifications and not covered bythe Contract proposal Items and which is not otherwise provided under this Article GP-26. , (b) The Contractor shall perform all extra work under the direction of the Engineer when authorized by the Owner. The compensation to be paid the Contractor for performing extra work shall be determined , by one or more of the following methods: 1. Method A: By agreed unit price 2. Method B: By agreed lump sum ' 3. Method C: If neither Method A or B can be agreed upon before the work is started,then the work shall be by force account as per Section 109, Measurement and Payment, of the Missouri ' Standard Specification for Highway Construction,as published by the Missouri State Highwayand Transportation Commission. GP-27 SUSPENSION OF WORK ' The Owner may at any time suspend the work, or any part thereof by giving ten (10)days notice to the Contractor in writing. The work shall be resumed by the Contractor within ten (10) days after the date fixed In the written notice from the Owner to the Contractor to do so. But if the work, or any part thereof,shall be stopped by the notice in writing aforesaid, and If the Owner ' does not give notice in writing to the Contractor to resume within a reasonable period of time,then the Contractor may abandon that portion of the work so suspended and he will be entitled to the estimates and payments for all work done on the portions abandoned, if any. GP-28 OWNER'S RIGHT TO DO WORK , If the Contractor should neglect to prosecute the work properly or fall to perform any provision of this ' contract,the Owner, after ten (10) days written notice to the Contractor, may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. GP-29 OWNER'S RIGHT TO TERMINATE CONTRACT ' If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors,or Ii a receiver should be appointed on account of his Insolvency,or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the , Instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor five(5)days written notice,terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever , method he may deem expedient. In such case, no further payment will be made the Contractor until the work Is finished. It the unpaid •, balance of the contract price shall exceed the expense of finishing the work, including compensation for additional managerial and administrative services,such expenses shall be paid to the Contractor. If such expense shall exceed such unpaid balance,the Contractor shall pay the difference to the Owner. ,• GP-30 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT ' If the work should be stopped under an order of any court,or other public authority,for a period of three months,through no act or fault of the Contractor or of anyone employed by him,then the Contractor may, upon five(5)days written notice to the Owner and the Engineer,stop work or terminate his contract and recoverfrom the Owner payment for all work executed and any loss sustained upon any plant or materials and reasonable profit and damages. GP-31 LOSSES FROM NATURAL CAUSES ' All loss or damage arising out of the nature of the work to be done,of from the action of the elements,or from floods or overflows,or from ground water,or from any unusual obstruction of difficulty,or any other ' natural or existing circumstances either known or unforeseen, which may be encountered in the prosecution of the said work,shall be sustained and borne bythe Contractor at his own cost and expense. GP-32 SUNDAY,HOLIDAY AND NIGHT WORK ' No work shall be done between the hours of 6:00 p.m,and 7:00 a.m.,nor on Sundays or legal holidays, without the written approval of the City. However, work necessary in case of emergencies or for the protection of equipment or finished work may be done without the City's approval. Night work may be established by the Contractor as a regular procedure with the written permission of the City; such permission however, may be revoked at any time by the City if the Contractor falls to maintain adequate equipment and supervision forthe proper prosecution and control of the work at night. GP-33 UNFAVORABLE CONSTRUCTION CONDITIONS N During unfavorable weather,wet ground, or other suitable construction conditions,the Contractor shall confine his operations to work which will not be affected adversely thereby. No portion of the work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless 1 special means or precautions are taken bythe Contractor to perform the work in a proper and satisfactory manner. GP-34 MATERIALS AND EQUIPMENT ' Unless specifically provided otherwise In eachcase,all materials andequipment furnished forpermanent Installation in the work shall be new, unused,and undamaged when Installed or otherwise Incorporation In the work. No such material or equipment shall be used by the Contractor for any purpose other than that Intended or specified, unless such use Is specifically authorized by the Engineer in each case. GP-36 DEFENSE OF SUITS In case any action at law or suit in equity is brought against the City or any officer or agent of them for or on account of the failure,omission,or neglect of the Contractor to do and perform any of the covenants, ' acts,matters,or things by this contract undertaken to be done or performed,or for the Injury or damage caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors, workmen, material men, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in the fulfillment of this contract,the Contractor shall indemnify and save harmless the City and their officers and agents, of and from all losses, damages, costs, expenses, judgments, or decrees whatever arising out of such action or suit that may be brought as aforesaid. GP-36 CHANGE ORDER • Any changes or additions to the scope of work shall be through a written order from the Engineer to the ' Contractor directing such changes in the work as made necessary or desirable by unforeseen conditions or events discovered or occurring during the progress of the work. GP-37 CONTRACT TIME •' The time for the completion of the work is specified and It is an essential part of the contract. The Contractor will not be entitled to any extension of contract time because of unsuitable weather condition unless suspension of the work for such conditions was authorized in writing by the Engineer. If the time for the completion of the work is based upon working days,this time will be specified in the ' contract. A working day is defined as any day when,in the judgment of the Engineer,soil and weather conditions are such as would permit any then major operation of the project for six (6) hours or over unless other unavoidable conditions prevent the Contractor's operation. If conditions are such as to stop ' work in less than six(6)hours,the day will not be counted as a working day. No working days will be counted from December 15 to March 15, both dates inclusive. Saturdays, , Sundays, and City holidays will not be counted as working days any time during the year. GP-38 CONTRACT TIME EXTENSION The Engineer may make allowance for time lost due to causes which he deems justification for extension , of contract time. If the Contractor claims an extension of contract time on the grounds that he is unable to work due to causes beyond his control,he shall state his reasons in writing,fumish proof to establish his claim and state the approximate number of days he estimates he will be delayed. Notice of intention , to claim an extension of contract time on the above grounds shaft be flied with the Engineer at the time the cause or causes occur and the claim shall be tiled in writing within 30 days after the claimed cause for the delay has ceased to exist. , GP-39 LIQUIDATED DAMAGES Time is an essential element of the contract and it is therefore important that the work be pressed vigorously to completion. Should the Contractor or In case of default the surety fall to complete the work within the time specified in the contract, or within such extra time as may be allowed in the manner set out In the preceding sections,a deduction of an amount as set out In the contract will be made for each , day and every calendar day that such contract remains uncompleted after the time allowed for the completion. The said amount set out in the proposal is hereby agreed upon, not as a penalty but as liquidated damages for loss to the City and the public, after the expiration of the time stipulated in the contract,and will be deducted from any money due the Contractor under the contract,and the Contractor ' and his surety shall be liable for any and all liquidated damages. Permitting the Contractor to continue and finish the work or any part of it after the expiration of the specified time,or after any extension of the time,shall in no way operate as a waiver on the part of the City or any of Its rights under the contract. , GP-40 MEASUREMENT AND PAYMENT (a) BASIS FOR PAYMENT , Contractor will be paid for quantities actually constructed or performed as determined by field measurement (except as may be hereinafter provided) at the unit price bid for the Items listed in the ' schedule of the Bid or for such extra work as may be authorized and approved by the Engineer. The cost of Incidental work not listed in the schedule of the Bid but necessary for the completion of the project shall be included in bid items. (b) DEDUCTIONS FOR UNCORRECTED WORK ' If the Engineer deems it expedient not to correct work that has been damaged or that was not done In ' accordance with the Contract, an equitable deduction from the Contract price shall be made therefore. 1 1 I• (c) LUMP SUM ITEMS Payment for each lump sum Item shall be at the lump sum bid for the Item,complete in place, and shall Include the costs of all labor, materials,tools, and equipment to construct the Item as described herein and to the limits shown on the plans. (d) PARTIAL PAYMENT Partial payment will be made on a monthly basis. The payment shall be based on the work that has been found generally acceptable under the contract by the Engineer or Inspector. A retainer equal to 10%of the amount of work completed to date shall be withheld. (e) ACCEPTANCE AND FINAL PAYMENT Upon receipt of written notice that the work Is readyforfinal inspection and acceptance,the Engineer will promptly make such inspection, and when he finds the work acceptable under the Contract and the ' Contract fully performed he will promptly issue a final certificate,over his own signature,stating that the work required by this contract has been completed and is acceptable by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, Including the retained percentage,shall be paid to the Contractor by the City of Jefferson within thirty(30) days after the date of said final certificate. (f) AFFIDAVIT OF COMPLIANCE Monies due to the Contractor will not be delivered to the Contractor without presentation to the Department of Community Development an Affidavit of Compliance with Prevailing Wage Law on prescribed form attached to the back of these contract documents. NGP41 RELEASE OF LIABILITY The acceptance by the Contractor of the last payment shell operate as and shall be a release to the Owner and every officer and agent thereof,from all claims and liabiittyto the Contractor for anything done or furnished for, or relating to the work, or for any act or neglect of the Owner or of any person relating to or affecting the work. GP 42 CERTIFICATIONS GP-42.1 All suppliers of materials such as drainage pipe or handrail and all suppliers of asphaltic concrete or portland cement concrete mixtures shall certify in writing that the product as supplied conforms fully with these specifications. Such certification shall be delivered In triplicate to the Department of Community Development at least 24 hours before the product is to be used on the project. GP-42.2 The City, at Its option, may perform or have performed such tests as may be deemed necessary to further assure that only specified materials are Incorporated Into the work. GP-43 LOCAL PREFERENCE In making purchases or in letting contracts for the performance of anyjob or service,the purchasing agent shall give preference to all firms,corporations or Individuals which maintain offices or places of business within the corporate limits of the City of Jefferson, when the quality of the commodity or performance promised Is equal or better and the price quoted Is the same or less. • GP-44 PREFERENCE FOR U.S.MANUFACTURED GOODS On purchases in excess of$5,000,the City shell select products manufactured,assembled or produced In the United States,if quantity,quality,and price are equal. Every contract for public works construction i or maintenance in excess of$5,000 shall contain a provision requesting the contractor to use American •, products in the performance of the contract. GP45 AWARD OF CONTRACT-REJECTION OF BIDS , All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all ' subcontractors and suppliers who the contractor Intends to use on the project. Compliance with this requirement and the Minority Business Enterprise Program shall be a consideration for award of this contract. The contract will be awarded to the lowest and best responsible bidder on the base bid proposal, , complying with the conditions of the Advertisement for bids and Specifications, providing the bid is reasonable and it is in the interest of the City of Jefferson,Missouri to accept same. The bidder to whom , an award is made will be notified at the earliest possible date. The City of Jefferson, however, reserves the right to reject any and all bids and to waive all Informalities in bids received whenever such rejection or waiver is in their Interest. GP-46 AFFIDAVIT OF COMPLIANCE WITH PUBLIC WORKS'CONTRACTS LAW , Upon completion of project and prior to f inal payment,each contractor and subcontractor hereunder shall ' file with the City of Jefferson,Missouri, Department of Community Development,an affidavit stating that the contractor or subcontractor has fully compiled with the provisions and requirements of Section 290.290,RSMo(1994 as amended),an act relating to public works contracts. The City of Jefferson shall not Issue a final payment until such affidavit is filed. ' GP-47 MISSOURI LABORER REQUIREMENT Whenever there Is a period of excessive unemployment in Missouri, which is defined as any month Immediately following two consecutive calendar months during which the level of unemployment in the Stale has exceeded five percent(5%)as measured by the U.S. Bureau of Labor Statistics in Its monthly publication of employment and unemployment figures, only Missouri laborers or laborers from non- ' restrictive states may be hired by the contractor or subcontractors to work on this Public Works'contract. An exception shall exist when Missouri laborers or laborers from non-restrictive states are not available or are Incapable or performing the particular type of work Involved, if so certified by the contractor or subcontractor hereunder and approved by the Director of Community Development of the City of ' Jefferson, Missouri. Nor does this provision apply to regularly employed non-resident executive, supervisory or technical personnel or projects where federal aid funds are being utilized in the act and this provision would conflict with any federal statute, rule or regulation. ' Laborers from non-restrictive states means persons who are residents of a state which has not enacted state laws restricting Missouri laborers from working on public works projects in that state,as determined by the Missouri Labor and Industrial Relations Commission. A Missouri laborer means any person who ' has resided in Missouri for at least thirty(30)days and Intends to become or remain a Missouri resident. GP-48 LIABILITY FOR COMPLIANCE WITH PUBLIC WORKS CONTRACTS LAW AND ' MISSOURI LABORER REQUIREMENT In the event a contractor or subcontractor hereunder files with the City of Jefferson an affidavit stating that ' the contractor or subcontractor has fully compiled with the provisions and requirements of Section 290.290, RSMo (1994 as amended), when in fact the contractor or subcontractor has not complied, to the extent that any liability Is assessed against the City of Jefferson,Missouri,or any additional expenses are Incurred by the City of Jefferson, Missouri, any contractor making the false statement, or whose ' subcontractor makes a false statement, shall hold harmless and indemnify the City for any liability • assessed against It or any additional expenses Incurred. Any contractor who fails to comply with the requirements of hiring only Missouri laborers or laborers from ' non-restrictive stales,absent statutory exceptions,wheneverthere Is a period of excessive unemployment In Missouri,agrees to hold harmless and indemnifythe City of Jefferson,Missouri,for any liability that may �1 be assessed against It or any additional expenses Incurred by the City of Jefferson, Missouri, because of the contractor or subcontractor's failure to comply. END OF GENERAL PROVISIONS E I ' I 'N 'I 5 " SPECIAL PROVISIONS ., FORWARD: The provisions of this section take precedence over any other provisions in , these specifications. SPA PARTIAL ACCEPTANCE OF BID , The City reserves the right to accept any part or the entire bid for the project. SP-2 PRE-CONSTRUCTION CONFERENCE , Prior to starting work, a pre-construction conference will be held to discuss the project, its , scheduling and its coordination with the work of others. It is expected that this conference will be attended by representatives of the Owner, the Engineer, the Contractor and his Subcontractors, and the Utilities, as well as representatives of any ' other affected agencies which the Owner may wish to invite. The work schedule specified in Section IB-23 of the Information for Bidders will be submitted at the conference. ' SP-3 PREVAILING WAGE LAW Bidders are hereby advised that compliance with the Prevailing Wage Law, Section , 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, is a requirement of this contract. (Reference Section I13-20) Section 290.265 requires that a clearly legible statement of all prevailing hourly wage rates should be kept posted in a prominent and easily accessible place at the site by , each contractor and subcontractor engaged in public works projects, and that such notice shall remain posted during the full time. SP-4 PROOF OF INSURANCE , All certificates of Insurance provided for this project shall be insured directly from the company affording coverage. Certification from a local agent In not acceptable without , the necessary paperwork empowering and authorizing the agent to sign the surety's name. In addition, when an aggregate amount Is included, a statement of the amount of that ' aggregate available to date shall also be attached. SP-5 TECHNICAL SPECIFICATIONS AND DETAILS The Technical Specifications for this project shall consist of the 2004 version of the Missouri Standard Specifications for Highway Construction except as modified or ' contradicted by the City's Contract, Technical Specifications, General Provisions, Special Provisions, Detail Plans, and any special or specific Specifications as Included in the contract documents. , All construction details Included with the plans contained in the City of Jefferson • Standard Drawings Revised Edition 1/2006 and attached hereto shall be used in ' 1� constructing this project. ' The City's Technical Specifications for use on this project shall be the "CITY OF JEFFERSON TECHNICAL STREET SPECIFICATIONS, REVISED OCTOBER, 2000". These specifications can be found on the City's website at www.leffcitymo.oro and are available upon request from the Department of Community Development. SP-6 PERMITS ' The City of Jefferson has obtained a General Operating Permit(Permit No. MO- R100031)from the State of Missouri Department of Natural Resources Missouri Clean Water Commission for construction and land disturbance activity, which covers the work entailed in this project. In signing the contract the contractor is hereby obligated to follow the provisions of the permit. A copy of the permit is available upon request at City Hall. SP-7 PROTECTION OF ADJACENT PROPERTIES Surface water shall be diverted and otherwise prevented from entering or damaging adjacent property as a result of precipitation during construction. SP-8 ACCESS TO ADJACENT PROPERTIES Prior to the removal of the driveways to any dwellings or buildings,the Contractor shall notify the Inhabitants of such structures that the use of the driveways or access will be N temporarily affected. Notice shall be of sufficient length to allow the persons affected to remove vehicles and other items that may be inaccessible during construction activities. The contractor shall provide for vehicular access to all adjacent properties at the end of each working day. Pedestrian access shall be maintained at all times. Suitable access shall be provided across trenches, ditches or other barriers and obstacles for pedestrian traffic. ' Appropriate devices shall be used to warn the public of the dangers that may be present. SP-9 ACCESS TO 831 E. HIGH ST. ' The contractor shall sequence his work in such a manor so as to provide continuous vehicular access to one of the two overhead doors that face Chestnut Street at 831 E. ' High Street Monday through Friday from 7:30 am to 5:30 pm unless an alternate arrangement can be agreed upon with the property owner. SP-10 UTILITIES The Contractor shall expose all utility crossings to establish location and depths prior to construction. The necessary adjustment of utility services such as water, gas, telephone, ' electric and sanitary sewer, including meters, valves, manholes and other appurtenances not specifically called out on the plans shall be subsidiary to the work. SP-11 ROCK REMOVAL • No explosives shall be used on this project. Rock shall be removed by mechanical chipping,jack-hammering or other methods approved by the Engineer. SP-12 STREET CLOSURE, PROJECT PHASING,AND TRAFFIC CONTROL The contractor may close Chestnut Street from High Street to Capitol Avenue for the , duration of its reconstruction. Capitol Avenue and Chestnut Street to the North of Capitol Avenue may be closed to traffic for a period of time not to exceed 30 calendar days for ' the installation of the stormwater Inlets and pipes, and for the placement of the sanitary sewer main. At the end of the thirty days Capitol Avenue and Chestnut Street to the North of Capitol Avenue shall be reopened to traffic. The contractor shall provide a ' drivable surface in these areas at all times, and maintain traffic by use of flaggers or other means acceptable to the engineer and meeting the requirements of the MUTCD. The contractor in closing the street shall meet the notification of closure specified in GP - ,19 as well as notifying adjacent landowners. A traffic control plan with a minimum ' signage requirement has been provided for the street closures. On all streets open to traffic the contractor shall provide the necessary traffic control ' personnel, such as flagmen, and any signing, warning devices and signs necessary to maintain traffic flow. All work shall be in accordance with the Manual on Uniform Traffic Control Devices. Signs, cones, and barricades shall be placed both to protect workers ' and equipment and to protect the public by marking open trenches and other potential dangers. SP-13 CONSTRUCTION STAKING ' The construction staking for this project will be performed by the City of Jefferson. The staking will be provided in stages including, utility relocation, stormwater and sewer, retaining walls, and roadway staking. Any restaning required due to the destruction of the original stakes can be provided to the contractor at the City Standard hourly rate. The contractor shall provide two working days notice of any staking he wishes to have ' performed. SP-14 T' ROLLED STONE BASE , Payment for 3" Rolled Slone Base shall be made by square yard measured from back of curb to back of curb, plus one (1)foot. Any additional thickness necessary under the , curb and gutter section, that might be needed if the curb and gutter section is placed separately, shall be subsidiary to this item. No additional payment will be made. SP-15 TOPSOIL IN AREAS TO BE SEEDED ' The top six(6) inches of all areas of the project to be vegetated shall be free of rocks, stones and clods prior to seeding. This may require the contractor to utilize a mechanical ' rock rake, hand picking of stones, and/or placement of six(6) Inches of clean topsoil in those areas to be vegetated. No direct payment will be made for this requirement. All areas to be vegetated shall be Inspected prior to seeding, and any deficiency shall be , corrected prior to the seed application. SP-16 USE OF PRECAST STRUCTURES , Precast stormwater structures will not be allowed for this project. 1 ,• SP-17 TEMPORARY SURFACING Temporary surfacing shall be utilized in order to provide vehicular access to adjacent properties at the end of each working day, as well as maintain traffic on Capitol Avenue following the installation of the underground utilities and stormwater. The contractor shall ' maintain this surfacing in a safe and reasonably smooth condition as long as it is in use. The surfacing shall be crushed stone that meets the requirements of paragraph 1007.2 of Missouri Highway Specifications for Type 2 Aggregate, Gradation A unless the engineer agrees to a different gradation because of site conditions. SP-18 MODULAR BLOCK WALL The modular block walls shown on the plans shall be considered layouts only.The contractor shall retain a engineer licensed in the state of Missouri to prepare a final wall design,or shall provide sealed shop drawings for the modular black wall designs as ' provided by the manufacturer. The contractor shall submit a set of sealed drawings for review and approval prior to the construction of the wall. The blocks used in the wall shall be Versa-Lok Standard Blocks and shall be grey in color, or approved equal.The blocks must be solid; no hollow core blocks will be accepted. SP-19 DATE OF NOTICE TO PROCEED ' The Contractor is hereby made aware that if the contract is approved as scheduled on August 7, 2006 the Notice to Proceed will be Issued for August 14, 2006. SP40 WAGE ORDERS This contract contains both the state and federal wage orders.The contractor is to pay ' the highest listed rate for each individual trade. SP-21 SEQUENCING AND EROSION CONTROL The contractor shall sequence the project in a manner acceptable to the engineer that will limit the potential of sediment being transported from the site. SP-22 CONTRACT DAYS This contract is based on calendar days and as such any provision concerning working days Is not applicable. SP-23 ALUMINIZED CSP All the Corrugated Steel Pipe shall be annular riveted Aluminized Steel Type 2. SP-24 DETECTABLE WARNING PANELS The proposed panels shall be Vitrified Polymer Composite(VPC)cast-in-place tiles; "Armor-Tile"as manufactured by Engineered Plastics Inc., Tel: 800-682-2525, or approved equal, '• The Contractor shall follow the manufactures recommendations for the installation of the panels. The panels shall match the slope of the ramp and shall be placed such that no •' vertical displacement occurs between the panel and the surrounding concrete. The panels are to be Brick Red in color, and may be any may be made up of any , combination of 2'x2', 2'x3', 2'x4'or 2'x5' panels. SP-25 ADJUST ELECTRICAL PULL BOX ' The electrical box, note 23 on plans, shall be adjusted. The contractor shall remove the ' existing lid and pour a new lid to match the proposed grade. The new lid shall be doweled to the existing structure with#5 bars at 10"on center. The lid shall be reinforced as a standard junction box lid. SP-26 HYDROSEEDING , All disturbed areas of the project not paved or scheduled to be covered with straw blanket ' shall be seeded using the hydro seeding method.The seed mixture shall be 80%Millenium Fescue, 10% Pizzazz Rye, and 10% Brooklawn Bluegrass. The seeding rate shall be 350 pounds to the acre. The hydro seeding mixture shall contain Second Nature Paper Fiber ' Mulch at a rate of 2000 pounds per acre. Additionally the mixture shall contain Finn- Hydromax Additive at a rate of 5 gallons per acre, Finn-HPN Soluble Fertilizer(1044.6)at a rate of 7.5 pounds per acre,and EarlhGuard Fiber Matrix Erosion Control System at a rate ' of 4 gallons per acre. Like materials from other manufactures may be accepted upon review by the project engineer. The contractor shall use all necessary means to ensure that the hydro seeding mixture is not applied to the sidewalk or other existing improvements,and shall clean any such surface to which the mixture is inadvertently applied. ' SP-27 CONCRETE CANTILEVER RETAINING WALL The proposed concrete cantilever retaining wall shall be constructed as shown on the , plans. All exposed surface on the face of the wall shall have a simulated stone finish. This finish shall be created using simulated masonry molds. The wall mold pattern shall be# 11016 as manufactured by Custom Rock International, St. Paul, MN (800)637- , 2447, or approved equal. The design and pattern of the concrete surface shall follow the manufacturer's standard drawing. Patterning of simulated stone shall appear natural and non-repeating. Seam lines or match lines caused from two or more molds coming ' together shall not be apparent when viewing the finished wall. Molds shall be removable without causing deterioration of the surface or underlying concrete. All holes left by form ties shall be patched to match the surrounding surface. ' SP-28 ALTERNATE A This alternate would replace the concrete cantilever wall from station 20+50 to station ' 22+33.65 offset right with a modular block wall. The wall shall be built to match the grades of the proposed concrete wall. Acceptance of this alternative will require the construction of PCC return to be attached to the existing concrete wall at station , 22+33.65 to allow for the batter of the modular block wall. This return shall be two feet long perpendicular to the centerline and shall be 1 foot in width beginning at station • 22+33.65. It shall be connected to the existing wall at two foot Intervals dwith#5 bars 16" ' '• in length centered between the existing wall and proposed return. The work associated with this return will be paid as structural concrete. The excavation required may impact the existing Improvements above the wall, in this event those Improvements will be replaced and paid with existing pay Items. The contractor shall retain an engineer licensed in the state of Missouri to prepare a final wall design. The contractor shall submit a set of sealed drawings for review and approval prior to the construction of the wall. The blocks used In the wall shall be Versa-Lok Standard Blocks and shall be grey in color, or approved equal. The blocks must be solid; no hollow core blocks will be accepted. This option will require the contractor to coordinate with AmerenUE for the placement of ' a power pole behind the wall. SP-29 MEASUREMENT AND PAYMENT Item No. 1 -Construction Signage and Traffic Control This item shall include all labor, material, equipment, and services necessary to provide the sgnage shown on the traffic control plan, and all barrels, cones, flaggers, and other apparatus needed to meet the requirements of the MUTCD. The work provided herein will not be measured for payment, but will be ' considered a lump sum unit and will be paid at the lump sum bid price. Item No. 2 -Removals This item shall include all labor, material, equipment, and services necessary to remove the improvements on the site. The requirements for these removals are contained In the Technical Street Specifications TS-1.2 to TS-1.2.4. The work provided herein will not be measured for payment, but will be considered a lump ' sum unit and will be paid at the lump sum bid price. Item No. 3- Earthwork ' This item shall include all labor, material, equipment, and services necessary to grade the site to the elevations shown on the plans. This work consists of but is not limited to, hauling, placement, compaction, sub grade preparation, and finish grading. It shall also Include the necessary placement and grading of topsoil materials in areas that are to be vegetated. The work provided herein will not be measured for payment, but will be considered a lump sum unit and will be paid at the lump sum bid price. Item No. 4 - Rock Excavation This Item shall include all labor, material, equipment, and services necessary for the mechanical removal of rock. Rock is defined as being sandstone, limestone, chart, granite, sillstone, quartzite, slate, shale, occurring in Its natural undisturbed state, hard and unweathered or similar material in masses more than 1 'Y2 yard in volume, in ledges six(6)Inches or more in thickness. The work provided herein will be measured by the cubic yard, and will be paid In a like fashion at the unit price. Item No. 5 -4' x 3'Type"A" Inlet • This Item shall Include all labor, material, equipment, and services necessary for the construction of a 4'x 3'Type "A" Inlet as shown on the Plans and detailed in the City of Jefferson Standard Details. The work provided herein will be •, measured per each inlet constructed, and will be paid in a like fashion at the bid price. , Item No. 6-6' x 3' Type"A" Inlet This item shall include all labor, material, equipment, and services necessary for ' the construction of a 6'x 3' Type "A" Inlet as shown on the Plans and detailed in the City of Jefferson Standard Details. The work provided herein will be measured per each Inlet constructed, and will be paid in a like fashion at the bid , price. Item No. 7 -4' x 4'Type "C" Inlet , This Item shall Include all labor, material, equipment, and services necessary for the construction of a 4' x 4'Type"C" Inlet as shown on the Plans and detailed in the City of Jefferson Standard Details, The work provided herein will be measured per each inlet constructed, and will be paid in a like fashion at the bid ' price. Item No. 8 -6' x 4' Type "C" Inlet , This llem shall include all labor, material, equipment, and services necessary for the construction of a 6' x 4'Type "C" Inlet as shown on the Plans and detailed In the City of Jefferson Standard Details. The work provided herein will be ' measured per each inlet constructed, and will be paid in a like fashion at the bid price. Item No. 9-4' x 4'Junction Box This Item shall include all labor, material, equipment, and services necessary for the construction of a 4'x 4'Junction Box as shown on the Plans and detailed In the City of Jefferson Standard Details. The work provided herein will be , measured per each Junction box constructed, and will be paid In a like fashion at the bid price. Item No. 10-5' x 5' Junction Box , This item shall include all labor, material, equipment, and services necessary for the construction of a 5' x 5' Junction Box as shown on the Plans and detailed in ' the City of Jefferson Standard Details. The work provided herein will be measured per each junction box constructed, and will be paid in a like fashion at the bid price. Item No. 11 - 5' x 5'Area Inlet with Four Open Sides ' This item shall include all labor, material, equipment, and services necessary for the construction of a 5' x 5' Area Inlet as shown on the Plans and detailed in the City of Jefferson Standard Details. The work provided herein will be measured per each Junction box constructed, and will be paid In a like fashion at the bid price. ' Item No. 12 - Grated Inlet This Item shall include all labor, material, equipment, and services necessary for ' the construction of a grated inlet as shown on the Plans. This Item shall Include the 15" CSP standpipe, the 90 degree elbow with concrete collar and thrust block, . and the inlet ring and cover. The work provided herein will be measured per each ,• inlet constructed, and will be paid in a like fashion at the bid price. ' Item No. 13- 15" Die. Aluminized CSP This Item shall Include all labor, material, equipment, and services necessary for the installation of 15" Dia, CSP as shown on the Plans, and as specified in the I , City of Jefferson Standard Specifications and Standard Details. This shall include but is not limited lo, trenching, bedding, haunching, backfilling, and surface repair. This item does not Include any rock excavation, as it will be paid under a separate i ' Item. The work provided herein will be measured by the linear foot of Installed pipe, and will be paid in a like fashion at the unit price. Item No. 14-24" Dia. Aluminized CSP This Item shall include all labor, material, equipment, and services necessary for the installation of 24" Dia. CSP as shown on the Plans, and as specified in the City of Jefferson Standard Specifications and Standard Details. This shall Include ' but is not limited to, trenching, bedding, haunching, backfilling, and surface repair. This Item does not Include any rock excavation, as It will be paid under a separate Item, The work provided herein will be measured by the linear fool of installed ' pipe, and will be paid in a like fashion at the unit price. Item No. 15-30"Dia, Aluminized CSP ' This Item shall Include all labor, material, equipment, and services necessary for the Installation of 30" Dia. CSP as shown on the Plans,and as specified in the City of Jefferson Standard Specifications and Standard Details. This shall Include but is not limited to, trenching, bedding, haunching, backfilling, and surface repair. This item does not include any rock excavation, as it will be paid under a separate Item. The work provided herein will be measured by the linear foot of Installed pipe, and will be paid in a like fashion at the unit price. Item No. 16 - 15" Dia. RCP Class III This item shall Include all labor, material, equipment, and services necessary for ' the Installation of 15" Dia. RCP as shown on the Plans, and as specified in the City of Jefferson Standard Specifications and Standard Details. This shall Include but is not limited to, trenching, bedding, haunching, backfilling, and surface repair. ' This Item does not include any rock excavation, as it will be paid under a separate Item. The work provided herein will be measured by the linear foot of installed pipe, and will be paid in a like fashion at the unit price, Item No. 17-24" Ole. RCP Class III This item shall include all labor, material, equipment, and services necessary for the installation of 15" Dia, RCP as shown on the Plans,and as specified In the City of Jefferson Standard Specifications and Standard Details. This shall Include but is not limited to, trenching, bedding, haunching, backfilling, and surface repair. This item does not Include any rock excavation, as it will be paid under a separate item. The work provided herein will be measured by the linear foot of installed pipe, and will be paid in a like fashion at the unit price, Item No. 18 -4' Dia. Sanitary Sewer Manhole Remove/Replace This Item shall Include all labor, material, equipment, and services necessary for • the removal and construction of a 4' Dia. sanitary sewer manhole. The manhole is to be constructed as shown on the Plans and as detailed in the City of Jefferson Standard Drawings and specifications. This item shall Include all connections to •, the existing system and all necessary bypass pumping required for the construction of the manholes and sewer. The work provided herein will be ' measured per each structure constructed, and will be paid In a like fashion at the unit price. Item No. 19 -4' 01a. Sanitary Sewer Drop Manhole Remove/Replace ' This Item shall include all labor, material, equipment, and services necessary for the removal and construction of 4' Dia. outside drop sanitary sewer manholes. , The manholes are to be constructed as shown on the Plans and as detailed In the City of Jefferson Standard Drawings and specifications.This item shall include all connections to the existing system and all necessary bypass pumping ' required for the construction of the manholes and sewer. The work provided herein will be measured per each structure constructed, and will be paid in a like fashion at the unit price, , Item No. 20 -Sanitary Sewer Lamphole This Item shall include all labor, material, equipment, and services necessary for the construction of a sanitary sewer lamphole as shown on the Plans and as , detailed in the City of Jefferson Standard Drawings and specifications.The work provided herein will be measured per each structure constructed, and will be paid In a like fashion at the unit price. ' Item No. 21 -8" Dia. PVC Pipe This Item shall include ail labor, material, equipment, and services necessary for the installation of 8" dia. PVC pipe. The pipe is to be Installed shown on the Plans, as detailed in the City of Jefferson Standard Drawings and as specified in the City of Jefferson Standard Sanitary Sewer Specifications. The work provided ' herein will be measured by the liner foot, and will be paid In a like fashion at the unit price. Item No. 22—4"Sanitary Sewer Lateral , This item shall Include all labor, material, equipment, and services necessary for the installation of sewer lateral pipe. The pipe is to be Installed as detailed in the City of Jefferson Standard Drawings and as specified in the City of Jefferson , Standard Sanitary Sewer Specifications. The work provided herein will be measured by the liner foot along the flow line of the pipe. Payment will made by the linear foot at the unit price. ' Item No. 23—4"Sanitary Sewer Lateral Cleanout This Item shall include all labor, material, equipment, and services necessary for the installation of sewer lateral cleanouts. The cleanouts are to be Installed as ' detailed in the City of Jefferson Standard Drawings and as specified in the City of Jefferson Standard Sanitary Sewer Specifications. The work provided herein will be measured by each cleanout installed, with payment being made per each at , the bid price. Item No. 24-Adjust Manhole ' This item shall Include all labor, material, equipment, and services necessary for the adjustment of an existing manhole. The adjustment shall follow all • specifications of TS-14.1.2. and brought to the proposed grade. The work 1 1 ,• provided herein will be measured per each structure adjusted, and will be paid in a like fashion at the bid price. ' Item No. 25-Adjust Electrical Pull Box This Item shall Include all labor, material, equipment, and services necessary for the adjustment of an existing electrical pull box as described In these specifications. The work provided herein will be measured per each structure adjusted, and will be paid in a like fashion at the bid price. ' Item No. 26 -Structural Concrete This Item shall Include all labor, material, equipment, and services necessary for the forming, placement, and finishing of all concrete, inclusive of all reinforcing steel, for the retaining wall. Further it shall include the backfill and filter fabric needed for the wall. The work required to produce the simulated stone finish is not Included in this item. The work provided herein will be measured by the cubic yard of concrete placed, and will be paid in a like fashion at the unit price. Item No. 27—Concrete Form Liners This Item shall Include all labor, material, equipment, and services necessary to create a simulated stone finish on the proposed concrete retaining wall as stated in these specifications, Including the simulated molds, their placement and all associated finishing work. The work provided herein will be measured by the square foot of exposed wall face and will be paid in a like fashion at the unit price. Item No. 28 -Solid Modular Block Wall This Item shall Include all labor, material, equipment, and services necessary for the final design, and construction of the block wall, and Includes all excavation necessary to install the wall, all fill behind the wall, placement and compaction of ' the base material, geogrid, blocks, pins, filter fabric, and any other material required for Its construction, except for the cap blocks.The work provided herein will be measured by the square foot of the wall face in a vertical plane. Payment will be made by the square foot of wall face In a vertical plane at the bid price. Item No.29 -Solid Block Wall Cap ' This Item shall include all labor, material, equipment, and services necessary for the placement of the modular cap units. This Item shall also Include the adhesive. The work provided herein will be measured the linear foot of wall with payment being made by the linear foot of wall at the at bid price. Item No, 30—Modular Block Steps This item shall include all labor, material, equipment, and services necessary for the construction of the modular block steps as shown on the plans, Including all required blocks and cap units and returns from the alignment of the proposed wall. The work provided herein will not be measured for payment. Payment will be made as a lump sum at the bid price. Item No. 31 -Temporary Surfacing ' This item shall Include all labor, material, equipment, and services necessary for the placement and maintenance of stone for the purpose of maintaining vehicular • access on the affected streets and to the adjoining properties. The work provided herein will be measured by the ton of material provided, and will be paid in a like 1 fashion at the unit price. •' Item No. 32 -Sub Grade Stabilization , This Item shall Include all labor, material, equipment, and services necessary to Identify and stabilize unsuitable soil encountered within the project limits. In a case where unsuitable material in found, the contractor, under the direction of the ' engineer shall furnish and place stone (the size of which will be determined by the engineer based on the conditions)as required to provide a stable sub-grade. Where possible, a portion of the stone shall be mixed with existing soil to create a , stable sub grade. This item shall also include the removal of the unsuitable material and Its disposal off-site. The work provided herein will be measured by the ton of stone provided based on tickets submitted to the City at the time the ' work is undertaken, with payment being made by the ton at the bid price. Item No. 33 -3" Rolled Stone Base This Item shall Include all labor, material, equipment, and services necessary for , the placement and compaction of a 3" lift of stone base as shown in the standard cross sections. The work provided herein will be measured by the square yard, and will be paid in a like fashion at the unit price. , Item No. 34-Type A Curb and Gutter This Item shall Include all labor, material, equipment, and services necessary for ' the construction of standard type A curb and gutter in accordance with the City of Jefferson Standard Details and specifications. The work provided herein will be measured by the linear foot at the flow line of the gutter. Payment will be made by the linear foot at the bid price. Item No. 35 -6"PCC Residential Drive Approach This Item shall Include all labor, material, equipment, and services necessary for ' the construction of residential drive approaches as shown on the Plans and detailed in the City of Jefferson Standard Details and specifications. The work provided herein will be measured by the square yard, and will be paid In a like ' fashion at the unit price. Item No. 36 -6" PCC Residential Drive /On Grade Slabs , This Item shall Include all labor, material, equipment, and services necessary for the construction of 6"thick PCC sidewalks and driveways, as well as other 6" PCC on grade slabs as shown on the Plans and detailed in the City of Jefferson , Standard Details and specifications. The work provided herein will be measured by the square yard, and will be paid in a like fashion at the unit price. Item No. 37 -6" PCC Commercial Drive Approach , This Item shall Include all labor, material, equipment, and services necessary for the construction of commercial drive approaches as shown on the Plans and detailed in the City of Jefferson Standard Details and specifications. The work , provided herein will be measured by the square yard, and will be paid in a like fashion at the unit price. Item No. 38 -4" PCC Sidewalk/On Grade Slabs , This Item shall Include all labor, material, equipment, and services necessary for • the construction of 4" thick portland cement concrete sidewalks of varying width, ' '• as well as other 4" on grade slabs as shown on the plans. The work shall include all sub-grade preparation and compaction, the sawing and placement of all joints, ' and all required expansion as specified or shown on the plans.The work provided herein will be measured by the square yard of constructed sidewalk, with payment by the square yard at the bid price. Item No. 39-6" PCC ADA Sidewalk Ramps This item shall Include all labor, material, equipment, and services necessary for ' the construction of 6" thick portland cement concrete sidewalk ramps as shown In the City of Jefferson Standard Details. The work shall Include the sawing and placement of all joints and placement of expansion as specified or shown on the ' plans. The work provided herein will be measured by the square yard, with payment by the square yard at the bid price. Item No. 40- Detectable Warning Panels This Item shall Include all labor, material, equipment, and services necessary for the construction of the delectable warning panels as shown on the plans and as specified in these provisions. The work provided herein will be measured by the ' square foot, and will be paid in a like fashion at the unit price. Item No. 41 -AC Base This item shall Include all labor, material, equipment, and services necessary for the placement of the asphalt base. The pavement shall be placed as shown on the plans and shall conform to City of Jefferson Technical Specifications. The AC base shall be placed in lifts of no greater than 4". The work provided herein will be measured by the ton, and will be paid in a like fashion at the unit price. Item No. 42 -AC Surface BP 1 ' This Item shall Include all labor, material, equipment, and services necessary for the placement of the asphalt surface. The pavement shall be placed as shown on the plans and shall conform to City of Jefferson Technical Specifications. The ' work provided herein will be measured by the ton, and will be paid in a like fashion at the unit price. Item No. 43—6 Foot Chain Link Fence This Item shall include all labor, material, equipment, and services necessary for the installation of a chain link fence six feet in height. The fence should be Installed as detailed in the City of Jefferson Standard Drawings and in accord with ' standard Industry practice. The work provided herein will be measured by the linear foot along the fence, with payment by the linear foot at the bid price. ' Item No. 44- Hydro seeding This Item shall include all labor, material, equipment, and services necessary for the hydro seeding of the areas to be vegetated as described In these specifications. The work provided herein will be measured by the acre, and will be paid in a like fashion at the unit price. ' Item No. 45 -Short Term Erosion Blanket This Item shall Include all labor, material, equipment, and services necessary for 011 the installation of a short term erosion control blanket. This blanket shall be North American Green S75 or approved equal. It shall be Installed according to the manufactures specifications using the red dot stapling pattern (1.15 staples per •' square yard). This blanket is to be Installed as directed by the engineer. This Item shall also Include all fertilizing and seeding required in the areas it covers. The , work provided herein will be measured by the square yard, and will be paid in a like fashion at the unit price. Item No. 46 -Silt Fence ' This Item shall Include all labor, material, equipment, and services necessary for the installation of silt fence as detailed in the City of Jefferson standard drawings , and in locations as directed by the engineer. This Item shall also Include the removal and disposal of the fence after the establishment of grass. Measurement will be made by the linear foot of fence Installed, and will be paid by the linear foot , at the bid price. Item No. 52 -Solid Modular Block Wall This Item shall Include all labor, material, equipment, and services necessary for ' the final design, and construction of the block wall, and includes all excavation necessary to Install the wall, all fill behind the wall, placement and compaction of the base material, geogrid, blocks, pins, filter fabric, and any other material ' required for Its construction, except for the cap blocks. The work provided herein will be measured by the square foot of the wall face in a vertical plane. Payment will be made by the square foot of wall face in a vertical plane at the bid price. ' Item No. 53 -Solid Block Wall Cap This Item shall Include all labor, material, equipment, and services necessary for the placement of the modular cap units. This Item shall also Include the adhesive. The work provided herein will be measured the linear foot of wall with payment being made by the linear foot of wall at the at bid price. Item No. 56 -6" PCC Pavement , This item shall Include all labor, material, equipment, and services necessary for the construction of a 6"thick PCC pavement section. The pavement shall be ' placed as shown on the plans and shall conform to City of Jefferson Technical Specifications. This Item shall Include all dowels, expansion,joints, and joint sealer as required. The work provided herein will be measured by the square , yard, and will be paid in a like fashion at the unit price. 1 ' Appendix 1 ' SUMMARY OF CIVIL RIGHTS LAWS, EXECi1TIV1;ORD•GRS AND R1;GULATIONS CDBG grantees must assure that all project activities will be administered in compliance with all civil rights-laws and regulations. The following are summaries of those parts of the civil rights laws and regulations applicable to CDBG activities. ' Title VI of the-Civil Rights Act of 1964 provides that no person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied benefits of, or ' be subjected to discrimination under any program or activity receiving Federal financial assistance. Title VIII of the Civil Rights Act of 1968, as amended, provides that no person shall, on the basis ' of race, color, religion, national origin,handicap or familial status, be.discriminated against in housing(and related facilities)provided with Federal assistance-or lending practices with respect to residential property when such practices are connected with loans insured or guaranteed by the Federal Government. N Section 109, Housing and Community Development 04CDI Act of 1974, as amended,provides that no person in the United States shall, on the ground of race, color,national origin, religion or sex be excluded from participation in,be denied the benefits of,or be subjected to discrimination under ' any program or activity funded in whole or in part with funds made available under Title I of the Housing and Community Development Act of 1974. Section 3 of-the Housing and Urban Development Act of 1968,as amended, provides that, to the greatest extent feasible, opportunities for training and employment shall be given to recipients of public housing and lower-income residents of the unit of local government or the metropolitan area ,. (or non-metropolitan county) in which the project is located. Contract work in connection with such projects shall be awarded to business concerns which arc owned in substantial part by persons residing in the same metropolitan area (or non-metropolitan county) as the project,employ Section ' 3 residents in full-time positions, or subcontract with businesses which provide economic opportunities to lower income persons. ' Section 503 of Rehabilitation Act of 1973, as amended, provides for nondiscrimination in contractor employment. All recipients of Federal funds must certify to the following in all contracts issued: Affirmative Action for Handicnpned Workers '• (a) The contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the '. employee ' V-13 or applicant for employment is qualified, The contractor agrees to take affirmative ' action to employ,advance in employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all , employment practices such as the following:Employment upgrading,demotion or transfer, recruitment, advertising, layoff or termination,rates of pay or other forms of compensation,and selection for training,including apprenticeship. , '(b) The contractor agrees to comply with the Hiles, regulations,and relevant orders of the Secretary ofLaborissued pursuant to the Act. ' (c) In the event of the contractor's noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with the Hiles,regulations, and ' relevant orders of the Secretary of Labor issued pursuant to the Act. (d) The contractor agrees to post in conspicuous places,available to employees and , applicants for employment,notices in a form to be prescribed by the Director,provided by or through the contracting officer. Such notices shall state the contractor's ' obligation under the law to take affirmative action to employ and advance in employment qualified handicapped employees and applicants for employment,and the rights of applicants and employees. (e). .The contractor will notify each labor union or representative of workers with which it has a collective bargaining agreement or other contract understanding,that the ' contractor is bound by the terms of Section 503 of the Rehabilitation Act of 1973, and is committed to take affirmative action to employ and advance in employment physically and mentally handicapped individuals. , (� The contractor will include the provisions of this clause in every subcontract or purchase order of$2,500 or more unless exempted by rules, regulations, or orders of ' the Secretary issued pursuant to Section 503 of the Act, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with ' respect to any subcontractor or purchase order as the Director of the Office of Federal Contract Compliance Programs may direct to enforce such provisions,including action for noncompliance. ' Section 504 of the Rehabilitation Act of 1973,as amended, provides for nondiscrimination of an otherwise qualified individual solely on the basis of his/her handicap in benefiting from any , program or activity receiving Federal financial assistance. All recipients must certify to compliance with all provisions of Section 504. Aee Discrimination Act of 1975 No person in the United States shall, on the basis of age, be •, excluded from participation in,be denied the benefits of, or be subjected to discrimination under ' an), program or activity receiving Federal financial assistance. V-14 , ,. Executive Order 11063,as amended. Directs all departments and agencies to take all action necessary and appropriate to prevent discrimination in housing and related facilities owned or ' operated by the Federal Government or provided with federal financial assistance and in the lending practices with respect to residential property and related facilities (including land to be developed ' for residential use) of lending institutions,insofar as such practices relate to loans insured or guaranteed by the Federal Government. ' Executive Order 11246,as amended,provides that no person shall be discriminated against on the basis of race, color,religion,sex, or national origin in any.phase.of.employment.during the performance of federal or federally-assisted construction contracts in excess of$10,000. The following civil rights requirements also apply to CDBG grantees performance; Grantees shall comply with Executive Order 11246,as amended by Executive Order 12086, and the regulations issued pursuant thereto(41 CFR Chapter 60)which provide that no person shall be discriminated against on the basis of race, color,religion,sex,or national origin in all phases of employment during the performance of federal or federally-assisted construction contracts. As specified in Executive Order 1.1246 and the implementing regulations,contractors and subcontractors on federal or federally assisted construction contracts shall take affirmative action to ensure fair treatment in employment, upgrading, demotion or transfer, recruitment or recruitment advertising,layoff or termination,,rates of pay, or other forms of compensation and selection for training and apprenticeship. N Section 106(d) (5)(B) of Title 1 of the Housing Community Development Act of 1974, as amended, provides that the grantee will affirmatively further fair housing. ' Section 519 orPublic Law 101-144 (the 1990 HUD Appronrintions Act), requires each unit of general local government which receives Title I funds to adopt and enforce a policy prohibiting the use of excessive force by law enforcement agencies within its jurisdiction against any individuals ' engaged in nonviolent civil rights demonstrations. Section 906 of the Cranston-Gonzales National Affordable Housing Act amended subsection 104(1)of the HCD Act of 1974, states that no CDBG funds may be obligated or expended to any unit of general local government that fails to adopt and enforce a policy of prohibiting the use of ' excessive force by law enforcement agencies within its jurisdiction against any individuals engaged in nonviolent civil rights demonstrations, or fails to adopt and enforce a policy of applicable state and local laws against physically barring entrance to or exit from a facility or location which is the subject of such non-violent civil rights demonstration within its jurisdiction. . Unlike a sinritarprohibition in the FY 1990 Appropriation Act, the amendment clearly applies to all units of general local government, including counties. 1• V-15 From:JC COMMUNITY DEVELOPMENT 573 634 6457 07/21/2006 16:17 t1200 P.002/009 1 . '� QF](JO 1 Of'L ADDENDUM NO. 1 PROJECT NO. 32083 ' COMMUNITY DEVELOPMENT BLOCK GRANT FOR CHESTNUT ST. AND CAPITOL AV. PUBLIC IMPROVEMENTS ' JULY 20, 2006 1. The bidder will acknowledge receipt of this Addendum and his acceptance of Its conditions by signing this Addendum and including It with his bid. BIDDER: S� Am eS COYIS.i F lac rl .TC. ..... ........... ._.__ 1 _.......... TITLE: CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. ' DIRECTOR OF COMMUNITY DEVELOPMENT 1 1' '• Page 2 of 2 ' ADDENDUM NO. 1 PROJECT NO. 32083 ' COMMUNITY DEVELOPMENT BLOCK GRANT FOR CHESTNUT ST. AND CAPITOL AV. PUBLIC IMPROVEMENTS JULY 20, 2006 1. Several Inconsistences and errors were found in the plans, These errors have ' been corrected and are listed below and shown on the revised plan sheets. • Sheet 2 - Corrections were made to the pipe types listed under the ' Stormwater Data Information listed. • Sheet 4 - Note references on four road closed signs were removed and a note concerning the time of closure was clarified. ' Sheet 5, 6, and 8 - Note #15 was changed to note#14 at 207, 205, 203, and 201 Chestnut. Note #15 was added to 204 Chestnut. ' Sheet 7 - Moved the beginning of the project from station 50+25.00 to station 52+50.00 as shown in the profile view. • Sheet 10 - Inlet "G" was revised from 6' x 4' to 6' x 3'. Inlet "K" was N revised from 4' x 4' to 4' x 3', • Sheet 11 - Inlet "B" was revised from a 6' x 4' inlet to a 4' x 4'inlet. Full depth granular backfifl was added In the area of manhole "2", and the ' flow line of the drop Into manhole "4" was raised. 2. A special provision has been added to the project and is stated below: ' SP - 30 SEWER LATERAL CONNECTIONS TO THE MAIN ' All lateral connections to the sewer main shall be made by means of a wye.Any connection made by any other means will not be excepted. The cost of this requirement shall be considered Incidental to the project. ' 3, The pre bid minutes are Included with, and are a part of this addendum. 1 ' City of Jefferson John Landvvehr • I Mayor Department of Community Development Patrick E.Sullivan,P.E,; Director 320 East McCarty Street . Phone: (573)034-6410 Jefferson City,Missouri 65101 r Fax: (5 73)6 34-6 56 2 ' July 20, 2006 ' Attendees and Plan Holders Chestnut Street and Capitol Avenue Public Improvements, Project No. 32083 ' Subject: Community Development Block Grant for Chestnut St. and Capitol Av. Public Improvements Project#32083 ' Pre-Bid Minutes Dear Attendees and Plan Holders, ' A pre-bid conference was held in the Thomas Jefferson conference room of City Hall on Tuesday, July 18, 2006, for the above noted project. Those attending the meeting are as listed below: ' NAME REPRESENTING NSam Gaines Sam Gaines Construction Greg Leary Concrete Engineering Darrin Shinn Keven Rackers Excavating Kevin Eveler Missouri American Water ' Luke Mueller Midwest Block Ron Helmig Aplex, Inc. Len Bonnot City of Jefferson ' David Bange City of Jefferson Tia Jenkins City of Jefferson ' The meeting proceeded with a general discussion of the planned project and an overview of the specifications. This letter summarizes the proceedings and the questions received at the meeting. In addition, this memo contains any questions received by telephone, etc, after the meeting and prior to the closure of the questions period. Below are the items that were specifically discussed. GENERAL COMMENTS: ' BID OPENING: Tuesday, July 25, 2006 at 1:30 p.m. CONTRACT TIME: 122 calendar days ' LIQUIDATED DAMAGES: $500.00 a day. '• City or , •_I„I of erson COMMUNRY DEVELOPMENT 'building I hater Community- P}.CrrY-PROJECT uA�20d3•Chhsinul.`ii CCIfiC'Gur;•-ponAre i 'c 9'n:L.''a.1 eta' z '• NOTICE TO PROCEED: The contractor can expect the notice to proceed on August 14, 2006. No questions will be allowed after 12:00 PM, Thursday, July 201h at 12:00 noon. ' UTILITIES: Water ' o Kevin Eveler from MoAWC reported that they will be looking to replace the water service lines to the houses along Chestnut Street if they are not copper. He was also looking to move the water meters out of any house in which they were still present. At the present ' time it is not know which services will need to be replaced so each service will need to be dug up Individually. A new main will also be placed from Capitol Avenue northward along Chestnut Street to the project limits. This installation will be performed by a contractor employed by the water company. PLAN REVIEW: Attention was drawn to the following items. There is a concrete cantilever retaining wall on the right side of the project. This wall varies in ' height from nothing to 15 feet in height. This wall is to have a faux rock finish created by the use of form liners. There is also an alternate bid for this wall. The alternate would have the wall constructed from modular blocks. N a Access will need to be maintained to at least one of the two overhead doors that face Chestnut Street at 831 High Street. • The inlet listed as "L" on the plans is a grated inlet on a corrugated steel standpipe. The base of ' this standpipe is to be constructed with a thrust block as shown on the plans. There are two small modular block walls shown on the plans at 216 and 204 Chestnut Street. The wall at 204 also calls for the construction of a set of modular block steps. ' . Sheet 7 of the plans contains an error. The plan view shows the beginning of construction at station 52+50.00 while the profile shows the start at station 50+25.00. The plan view is correct. • The inlet labeled as "K" is an inlet that was placed during the construction of the health lab, ' however, it is located incorrectly and will need to be rebuilt. ' SPECIFICATIONS AND CONTRACT DOCUMENT REVIEW: There is a bid packet provided for your submittal. Special Provisions ' o SP-6 — The land disturbance for this project is covered under the City's permit. The contractor shall follow the requirements of this permit in all his work. o SP-12 — The contractor may close Capitol Avenue and the northern leg of Chestnut ' Street for a period of 30 days. After which the contractor must reopen the street to traffic. He shall maintain a surface that is drivable at all times and shall provide the barricades, '• City of erson COMMUNifY DEVELOPMENT 'building a hettor community" ' P?.CITY-PRO.IFCTSC17093 -Ctei,uvd:ol COHG fnnv-p„i rJ,. ,;, l' r:R• ib .p,, 3 ,• signs and flaggers need to maintain the flow of traffic. QUESTION/ANSWER: (Received at the pre bid meeting and those received by telephone, etc. prior to 12:00 PM Thursday July 20, 20061 QUESTION: On what basis will the selection between the concrete cantilever and modular block wall be made? ANSWER: The main component of that decision will be based on the associated costs. QUESTION: If the parking lot of Blackwell's Garage has to be removed for the construction of the wall how will it be replaced? ' ANSWER: Any pavement that needs to be removed for the construction of the wall is to be replaced using the standard pay Items. The asphalt replacement will include a 4 inch lift of asphalt base and a 2 inch lift of asphalt surface. ' QUESTION: Do you have a plan in mind for the construction of the sewer? ANSWER: The construction of the sewer is complicated by the necessity to maintain service In the existing line during the construction of the new line. The City would suggest the sewer ' be constructed in the following manner. Manhole 4 would be constructed first with the existing line from the south being placed in the manhole in a fashion that will allow it to be capped from the inside once the new ' main comes on line. The flow line of the drop from the new line shall enter the manhole 12" above the flow line of the existing main. The existing sewer line entering from the east is to be replaced back to an existing 6" ductile iron main (approximately 35') and N replaced with 6" PVC. This pipe is to be brought into the manhole in a fashion that would allow it to be caped with a plastic cap at a later date. Once the new sewer is on line the existing main from the south is to be capped. The Invert in this manhole will be pored by ' others at a latter date. Manhole #3 is to be removed and the existing main is to be Joined together with PVC, This Junction is to be capped with 1 foot of concrete. The remainder of the hole is to be brought up to the grade of the proposed manhole with clean rock, and the manhole ' subsequently constructed with the tie being made to the main from the east. The remainder of the sewer can be built in the standard fashion. Contrary to the notes in the plans the existing main need not be plugged, rather, simply abandon it in place. QUESTION: Does the City have any knowledge of the location of the existing sewer laterals? ' ANSWER: The City has televised the sewer main and the locations of the laterals shown on the plans are based on that information and are considered to be accurate. The direction and depth of the laterals from the main is unknown apart from the sewer cleanouts that ' have been located at 207 and 203 Chestnut. It is assumed that the lateral from 205 Chestnut ties Into the lateral of 203 and that the lateral from 202 Chestnut ties into the lateral from 200 based on the number and location of the taps in the existing main. ' The lateral from 201 Chestnut exits the back of the house and meets the main in Capitol Ave. The laterals from 831 High and 216 Chestnut exit the back of the building and enter the Commercial Way main. It is also assumed that 218 Chestnut is similarly served but ,• City��r .1 of erson COMMUNffY DEVELOPMENT 111 W °building a homer aornmundy" F 101 Y PI101FCi9370t):5-Cru spud 5' 0 iFlGV;un •..p••,q..;;.,,f b k0•�+�� .01,% ' 4 ,• that has not been verified. The lateral from 901 High Street leaves the building in a westward direction, but then turns south and enters the sewer main on High Street. In summation the there are six active laterals that need to be connected to the new sewer these are from 207, 205, 203, 204, 202, and 200 Chestnut Street. Further there are five properties that the City would like to have served by the new sewer. These are 831 and 901 High Street and 218, 208, and 206 Chestnut Street. To this end the contractor shall stub laterals to the property lines at each of these properties and shall provide a standard cleanout at each end. The laterals shall be run at 1% fall in the ' location directed by the engineer. QUESTION: There appears to be some inconsistencies between the plan and profile view as ' concerns the stormwater as well as what appears to be an erroneous note #15. Further, the traffic control does not agree with the closure described in the special provisions. ANSWER: It appears that several errors were made in the plans. They will be corrected in the addendum. ' QUESTION: Note 20 speaks of a fiber optics line to be installed by others, has it been installed? ANSWER: The phone company is presently working on this line. We have been told that it will be In ' place and operational by the 28"of July. QUESTION: Will the street be built as concrete or asphalt? ' ANSWER: The base bid if for asphalt with an alternate for concrete. QUESTION: The typical section of the retaining wall shows a slope at the back of the wall, is that uniform along the entire length of the wall? ANSWER: In the majority of the length of the wall that is correct, however, near the beginning of the wall the parking lot comes out to meet It. In that instance the parking lot if disturbed will need to be reconstructed. Sin e�rel_y, David Bange Design Engineer DB:db it 1 Ief erson t . ,,,/COMMUNITY DEVELOPMENT 1{I N "building a better COntmunily" RICITY•PROJECTS1110A:1•Chvst, SI f,nRG`(:nnr•pondcncr'Pro li ri nri.5 Nv; From:JC COMMUNITY DEVELOPMENT 573 634 6457 07/24/2006 15:02 #205 P.002/005 ADDENDUM NO. 2 PROJECT NO. 32083 COMMUNITY DEVELOPMENT BLOCK GRANT FOR CHESTNUT ST. AND CAPITOL AV, PUBLIC IMPROVEMENTS JULY 24, 2006 1. The bidder will acknowledge receipt of this Addendum and his acceptance of its conditions by signing this Addendum and Including it with his bfd. 7— BIDDER: 6,q�� 7F�,. ! 2G� -,' BY: l/U:L[ �gct . ..............._........_.... TITLE: CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT 1 1 Page 2 of 2 ADDENDUM NO. 2 PROJECT NO. 32083 COMMUNITY DEVELOPMENT BLOCK GRANT FOR .1 CHESTNUT ST. AND CAPITOL AV. PUBLIC IMPROVEMENTS JULY 24, 2006 1. The federal wage rate has been updated. The updated rate, general decision number M020030001, dated July 7, 2006 shall be used, In conjunction with the 1' state wage rate, for this project. The rate determination may be found at the following website; http://www.gpo.govldavisbacon/ Then select "Browse all Determinations by State", "Missouri", "Cole", and"Highway". =1 =.N ,1 �1 �1 :1 i 1 1 11 FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2289-Community Development Block Grant,Chestnut St. And Capitol Ave. Improvements, Project 32083 Community Development, Opened July 25, 2006 BIDS RECEIVED: Sam Gaines Construction,New Bloomfield, MO $ 660,691.80 Don Schnieders Excavating, Jefferson City, MO $ 674,654.30 J C Industries, Inc.,Jefferson City, MO $ 879,059.76 *Twehous Excavating,Jefferson City, MO $ 866,048.05 Plans and Specifications were sent to six plan houses and requested by six additional vendors. *Outside the City limits of Jefferson City. FISCAL NOTE: 1000-4200-1940-0020 1000-1900-1980-0060 Street Professional Services CDBG Public Improvements • 2005-06 Budget $164,700.00 2005-06 Budget $117,793.00 Expended $ 13,445.65 Expended $ 32,565.92 Encumbered $ 392.00 Encumbered $ -0- Bid 2289 $ 67,276.00 Bid 2289 $ 76.491.00 Bid 2290 $ 83.586.00 Balance $ 8,737.08 Balance .35 1000-1900-1980-0070 1000-1900-1980-0080 CDBG Neighborhood Redevelopment CDBG Neighborhood Facility 2005.06 Budget $319,446.00 2005-06 Budget $ 50,000.00 Expended $125,936.29 Expended $ -0- Encumbered $ -0- Encumbered $ -0- Bid 2289 $193.509.00 Bid 2289 $ 50.000.00 Balance $ .71 Balance $ -0- 1000-1900-1980-0090 6400-9820-7310-0055 CDBG Economic Development Sewer Rehab. & Repl. Wastewater Cap. Proj, 2005-06 Budget $ 50,000.00 2005-06 Budget $174,000.00 Expended $ -0- Expended $ -0- Encumbered $ -0- Encumbered $ -0- Bid 2289 $ 50.000.00 Bid 2289 $ 54,040.00 • Balance $ -0- Bid 2290 $ 21.477.00 Balance $ 98,483.00 page 2 of 2 FISCAL NOTE(cont.) 3502-9900-7350-4107 Major Road Imprs./Exts., Streets Capital Proj. 2005-06 Budget $581,909.00 Expended $ 3,722.77 Encumbered $ -0- Bid 2289 $169.375.80 Balance $408,810.43 PAST PERFORMANCE: Sam Gaines Construction, Inc.,has been awarded contracts with the City of Jefferson in the past and has completed them as specified and bid. RECOMMENDATION: Staff recommends award of the bid to Sam Gaines Construction Inc.,New Bloomfield,MO in the amount of$660,691.80. ATTACHMENTS - SUPPORTING DOCUMENTATION . Tabulation of Bids, Departmental Recommendation Signature _ P reba inb Agent Diree or,C ity Development • • of erson OOMMUNlTY DEVELOPMENT •a,pct oi.."MA Memorandum euur 320 East McCarty Street . Jefferson City, Missouri 65101 Phone: (573) 634-6410 • Pax (573) 634-6562 •www.jeffcitymo.org Date: July 27,2004 To: Terry Stephenson-Purchasing Agent, Finance From: Matt Morasch, P.E. - Deputy Director for Public Wor Re: Community Development Block Grant for Chestnut St. and Capitol Ave. Public Improvements Project No. 32083, Bid No. 2289 Public Works has completed a review of the bids opened at 1:30 PM on July 25, 2008 for the above noted project. As part of the review all the bids were tabulated to check for math errors and to compare unit price quotes of the various contractors. Attached to this memo is the tabulation of the four(4)bids that were received for the project. Based on our review, we recommend acceptance of the base bid with alternate A and B from the low bidder Sam Gaines Construction Inc., 3205 County Road 338, New Bloomfield, MO 65063. The bid total Including alternate A and B Is$660,691.80. The project will be expensed as follows: Sam Gaines Construction Inc. Contract($680,891.80): Account Number: Amount Available: Required: Remaining: 1000-4200-1940-0020 $67,276.00 $67,276,00 $0 (general fund stormweler) 1000-1900-1980-0060 $85,227.08 $76,491,00 $8736.08 1000-1900-1980-0070 $193,509.00 $193,509.00 $0 1000-1900-1980-0080 $50,000.00 $50,000.00 $0 1000-1900-1980-0090 $50,000.00 $50,000.00 $0 (CDBG) 6400-9820-7310-0055 $152,523.00 $54,040.00 $98,483.00 (wastewater relocations) 3502-9900-7350-4107 $578,186,23 $169,375.80 $408,810,43 (salsa tax 0 major rds) Total $660,691.80 If you need any other information please feel free to contact me at extension 453. ' Attachments: Bid Tabulation Sheet Original Bid Submittals F;ICITY•PR01IiC'rW2083.Chestnut St.CDIIOtConeepondencetl'urchudng hiemo.doc 888888888888888888 S 8888888888888~8888888888885 �O n n N OI N N v 17 A t7 n• 1p N n ri 1pl wr I N1. f1Nc�oNNni u NHI�f�V1 Y1 VIN VINNVINNNNNN w N�� NNN �YINN��NY1w�NNh��N h (.{S]{ USgYSSIY881 p$gS 8$H88SH�aH{8OH H1H.��Hyp8 H$ 8 HH$H gHB C$8$8yYy8y�I�88H8 ((Vy.yH�y(( r81�1I48(Y$�� H{N$V yY$YY���� NN�NI�$(pp(Hyy 1p8O�H$ 5 a O11Op�yON1t)YI�YOAyI(�I N(1YI11p N VIN YI VIO�GIj 4�I: VI VIN1/IN VINN�ON�VIN YI VI VI VOi VI VINNVI^N� 7 NVI VI„VNI NIAN LI YINN „Yl N VI g 8888_8888888y81 p8pp8888888pp8pp8/11S. a<888p88p8(8� 8p88H8 N N 8 p H Iryry N 1(O�8 8 I V 19 11��II mO N� 8 H H r(O 8$$ W O< C I m N 1 O t�l Y l 1 O('1 t'1 2 Y;O N N Y)I D t O G N1Q�vi Ip N td 1a Nri.=ai of Nq, 1p rivi�.=Nepi QriQ to W N VIVINVI Yi�VINYIN VI VINNN Vl NNNVI VI YI YIDV1N YI YI YIN NV/VIO I/` YI VI YI O VI VI IO u88888888888Hls�88°m8 8 8 888888H888� 88888888588°� n 9m� �� �1vNh� g �� &EIRI 9 - 9"Trigg NNO L{NWVjNNWY1 Nj YI NN LI N � 88S88H888888888888 H 888S88SS8H8888888888$r888H8 '"'' In o in vi o vl e o 0 o v o IA.i o �p�1�DOm�g�g����S R0 V:m g § ink gmggmgmesN tMx 9099§8 OM Yi 1p N10IINNYI VI SIN INII YIN�N-VI VI O NNN NIO<�Ip YI„aO�i lh ll�pNN� NhZgFj-;YI YIN; pI LL W YI N iq N SI VI YI N N VI ow N YI N � ° � X88$888888888888888 $ $88888588888�H888888��8SH88 Zp U �� 4g �„sag $ g egg ” 0N � N ��� s � 17 zowll m '2 $I `91 INilh a 3i SI 19i 1"iIN r LR in in $ F 10 nn of >d W 888888888888888888 $ 888888888888888888$88888888 0 0 14 �'d I"Z�n"iXnlnwN"Jiw 1$r,w,`19i'I$g'In$"�i N in nin'^ '"Ln`i 2�NN17i vINg�N'9131 0 oa � � w 8.88888888888888888 8 8888888.888889188888888888.888 gsssd� Vs� � � �� C w a V92V wwwnNr hh w N n N n U= Orr�T� QQ p �III��yy1 mp m ry1ym yopp pp citew HIV C OHO INO CI�HO Q O I''l1 JJJU W W W W W W W W JJJJ JYJ W W JJyJ 111 W UNYLLj�JF w9 www ww ,o po Q Z yW1W Q C V m W 13. � 5 #' § ¢��'4ut� z r �iE �iLL1! Mist 3q;' �a9t'S ;.�p � ttm mb' t'E .E` K • 2 '�1-1-f 1- _I Q�4 CC Iq N N 5 ISN W KRCYN � aI y rhM'v e 'v to to 8, 'pRS gNA g m m G {U� UUU{u �F i- I I xx x x xX% Nin'a te b O Y VIN y� p� ,g1 aR 214 - L)M E 3v NNS1wF'1 6664 togs Q QI-ICSNVI 1IImVyyy O �y I� �p p,p Iy p IA 1p p� .} - � � � .• N N Q N IC A c0 OI� � .N- �.a- �b N m � N N N N N N IV InV N N t'1 1'I 1'i �t'1�17 In'I I'1� < V O a O O V iA m �� \§#m2 ■/■� m9 . k � §■1510 %rR§ §■k $ 2 8888 ;;# \ \ 7 §§m$§ #§aa §#© ® §k■@k K$$k ©!� B 7K|"E ■U§a ka& . ■ ` . §§§� §§§ . , / / §! E§#■■ ### ® #@q @$q■� A¥pq ®kK 2 KlI ■ #G§� K`§ §k & 7 $$88 qqe � se aa■; !ae . Z�§©© . . |@ ■+ � � ##aa © . b■(�� t § §)22) )§§] $(§ . . y §■§K§ ; � . � $� \ 7 77 §■§2 §!§ ; . \ (fri 1,01 . - . . 2 §§ ( | TZ e;@G ;me �a to z Q a 0. n w� � 0 Im a o x �DDW 2utg Dig D1 u � ���g � s8sssssssssss8ssss s sssssss8gssss�sssssss�8ssss s: eON ' hNNNN1l�u� 1I�✓IN VIN VI VI „ �QN"i�i „NYI�MNVIN �NN��N"M�iI�NN N V4yL m{(;SU{ U OOOOOOOOOOOOOSO�GO O sVO�OS000000�ON1"�,000000{O t"0,0000� u -90 � JJJVWWWWWWWW��3JJJW W WJJWWWUNy)J"�NJNy}fnmy000u}QN� m w yym�(W? 9 ° R ZO OL CL Blain Do W.A wt gg U #n � 4 Meb m M � r� �o A m uUU • �¢� ¢obktXO6txn lxi)U' � � N vOi 8�a a w m p NN ryryrym Z p ry y� /� m QQ ��yy pp yy��{{pp 0 0. � m . . § . . � § � § § B#■■s ##a; #@m « @|�ƒ© £ $ � B Mal ■■■ R&§% ©k■ \ / § � $|m! mto . » E§ #(2! $ § � /\\ � ■B \% 00 . 12 § flin k || k § . . «/a Ail : v