Loading...
HomeMy Public PortalAboutORD14045 BILL NO. 2006-9 SPONSORED BY COUNCILMAN {Martin ORDINANCE NO. 1 4DZ/ J AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH LEHMAN CONSTRUCTION LLC FOR SEWER REPLACEMENT IN VARIOUS LOCATIONS. WHEREAS, Lehman Construction LLC has become the apparent lowest and best bidder on the Sewer Replacement in Various Locations project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Lehman Construction LLC 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 Lehman Construction LLC for Sewer Replacement in Various Locations. 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:�2ttii /i, 2oPo Approved /P siding Officer j' Mayor Al ST: APPR ED AS FORM: 4iJ l� rLl� City Cift City Counselor • s r '• Fr w P+`r �jA it ��i.. • . Tp i, i N' YL /." �pp+f) { ,{lj 4A1`. ����ff� Ja r +i tx ...��.. '•'+ t 1 'k,Y*+i 7 4M�I{!��'7'�r`�rr a�����'t , r � 2tS}•�j' r.Y ry,.;.' Y t 45 F' M1�1y ��{ ��� )i�w�Si',�# J ik�n { �Sr� r r t } f •'. LatH1� J � b + ;� I � t� }�1 rrnr } � .! T1{'S'ntf/�it•'y�rr N�r TiS iYl3. i au trSJ`JV3TY{`r������y���� c��q��yl� �s,�, � f�I}1 �� i .`'"5�. }�� ) � ���r� iN,..�wJJJJ�pI/MF��,�i!�fNT��`,�{f •�A�7rq.'j tt�}Tf`yr] i 0 t 3�ri r yri j..u�h�.y,� .1Sy a3t',�i 4��}N �'l++ '•• � t" �'^t �"b i.�`3 � r+��.R��1�✓i°'n J A4�k 7�+}jSn�S{��r'Yrt �,, � , t; r ��*-�x<� 4Y Y � r �:.:k a1 �° } Asi"�, r y�•' §' r � F yy v h Y4 0 `2j t + '-) ^is d.�}p�d.�2.(4��$ri�41 �t�n'r f'y�i n���,+r In J�dpq • a�'•»{'t�1i l))���Y".�"�� ���i4�5,`t `r7 .E'l1eQ�^� ,�J` �.y r�'7 .. 1i!5 ''utT; $ All, 41-A4 se ewl.' 7r�.��a ,�'c 4��7``N 4 S l h a Tx : '�I Y.k♦f n('•� g'��'q,S'A o d k'�{,7",'�p:;�'y%�4",*.x�n����ri��i��J{�,;'Y T,,E'r{{Y;5`"hy*>t<Iw h cy±a f5�E♦y�(rv1 iO P�'�f w tZSk f t�>55N Sfv�,y.F 1.f�f{�7rY t<t�rp l,w at r�v'1•d1�S F Vr ta-� r 5 )teJl I r 1 riai�•rS �,r•. .... � p >�.41) }�yf i i �i br( � � %C+¢ /� � S � to t t� A Jy ✓N J'1 ri f11F x i � t.. .t� cbbbJ. # f Y�i� y�bf)J+� ��" •r .?� � Y� � y�g4dty�{it�"t Pv+ .w)d.�f �2< t , 1 trq�qt • .: tSYfi� . L Sb 1 � Y � Yt a•axy2 zti + __ ___ - —� � n��f"T rA-F' .r 2 L � lx xi c tihx A 1+�5✓;" art • .t 1 � ''dfwF�i JlU� • � • � • lia yY°i ofl ra zJa +'; { L � • 31079 tti:fit rf � 5�: 1 f�� � �trt i�{�j )) yla itft 1d + x} r _ r t: a �� � � • r<i2 �� � 1 xJy1�A• t �il) 1 \ ,ri '� 2 tr,1 fix, �4�x�T�lr Sul i�� )%)C}' a�'Sf,{ J1A)ti1},'Sstft k'��✓t¢"M1lds -+�t� trStilt6Yi rtr� l�tY lhyl `� ) ) 'VQO; 3}z3QP(7y s Ytyrr 1 �.•i Sz U. 9 t Szt � !3� { x ��1 n� }�.. i{ ) e r a r i� Y n w d� Jt'�C ri� SIJ :ft!)f.. �l� � x1f r1f*+ ♦ �� a x t .. xJ{ rrt a7A�'t �`t3 ssFt xlwa +}ua +f� ! 4)'it��tP AAI,I 1 � s { "fx S r /� sik YwvYx'Y lfltiii v 1t.1 itjt'1k'ti � ' � 22.,, ,J +, ��/ras, `'"''�gtl��i✓` i1T ) rti '��+��;` ) Ii 2 ''+t 1 J i� iFl t 5 4 x 'S x � `7 tin ) Y ¢ 1 S°�t � L.'r r }..�✓, r+ - - ! er r. r F f 6'byyYf}1,� +< 1 ,�i�i4� ��t >• 1 } p ; q � � • -�9 t `'li�;� ) r� Y Ft i13wRr tt\ � 1�i x .':�� t z �. t ' _, sip .: 1fA � a .. i nnijxtl tSt��N riB `.i ) t_t lSJ it Y t• � N F i I'' .J as )Mr�v. r +- A r r t � ' . . +.'. Lei tax ) x�fl {i•r ml�1A J J + flrt A � ItY4i4 t Y � t x Sei :rA[[fi tnA ��1t.Et t� e ♦�11�`y` Yi A t r I:+fir(tJ ti Z )lilts ii }�1 i°1'S'S n f i } rY)tr5�4 4 Ty' � .t . . • xrt FS' xf( �xF1^`• ( a i r+ , '3..- e' y" r,SJ z � t r; r i. r , t , t A t r it r ( S �( n r)) x�ltcl� f�t•S`t U.i t � N`�'4J' f f Y x N Tr 1 x + +i' j 4 4 1 • I t:i ♦ ) 1'2 ;it`�}, � x) a tit. •<r'1 S �- tY4 x.71 .) • ; � 4 J- t[e P t )72r� iy�x�ry��6r.Y4;x�1� 1St+�"- i� .�ff la� ��xx� ��✓tl Y�xi�l fa��(b�; F�rl �l��� � � � 1 r r � t k '}^I � ^J!!r JJ�li '� rw t � {lr` � Iz ,� ✓IY K.� a� :,, x 1 r if i t a-�• ,�F 1 tx rvA x t k a a .� y1�( y�ix Casa t l 12 . f f r .y. —- �..... ry 4ri:'IjA1 fJ t ttti Si I`S i S v �x a rl{ YxYt f Y v' Nei ti i� �Mi l � 4 � �J t r yx�Jk t kr, .. "��( �t.�'✓+' ea � S � t r r t r l '(3' 1�� � }4A a�l`ft•. xA xf � rt V ji+T3 hd+r4 1 �'§)�z� jbV,�IS+tP i 1 t e ais S ! t S ) )�l + x r 1� 1y�r }}° G � /�,{ � k lv��-w•'�4 r�n '�t x;{,iY rtxnrtR tcxS1 {dr) ri 1ef��� ttS itr :r r .i; . J �W x u.+ � ) ;ry S r, 7r t 50rt s} ✓ rx'7^ � w# / ,..tD �Y •Pt��1*��'�"F,1.�!��xg�'{t�. Y?�\�a �` ��t liti�yt al/ix Y){i'ar Iti}) Yy,r 1+� 4° ! 1 I . 7; at >; v sy J'rSJ9 *nT�;!};r� a 5 ,Me + 1 +d SfrA rwLG;(...+i'},' / fS['l���awrx t 1'{3;J t + a1•� '.x, r� t ¢x. , z1xJ of rte ��i'r t`� 3��i{.�b.�z} `(�?'2 g�J s"�y •a r� a , .fF "t;�5r t ( ;f a i 'r�� ,t^1`Jyi1Y`)J f i le P} <� .1�� 2�! S ��Yt 171�t sari{'� try���� �u�. 't'� 1:r�t�tiA��i �i4�;��1 � 4rt Ckr a r}°�` ✓ { t� ) i Ial � W 5x ?�q sS'� ?E�1 x �y, x r A'� ;{r r• ��i11a?� e )S'i�+7`�d F 1Y+off ht 'ej � 'f ox Jtir 5.+rr SI {�'Sf1` 4flS iaJ��{ar ty L` 1•'k �A + i ter )J`1: 1x';% w xy)x jy �j7�tYreH?�2eA1 { f� }`<xr S1 �+ sr. ` I1Jr 4C "rr h A .yt1f 3(n�lix ttff f ;7!.�f{h�,,1{�4�nh�'� ii F{J�gqk.eYt �� x�b�A 614'�l }�. � r� j�l'1) e(✓�+y,h r� 1a } », . . A . . 'v.'}h z:-J:of� _n.<t....S,{Y�,S1L411'.i'S.4Crf]lMJ`E h.�.PY.�e�Sd'r>xS,l�..rd�t.S°±... 3.(lSL.��k�wi?����Ixbdb�A •G}t 'Cjk�S...t..�:'r j ' 11 _i SPECIFICATIONS AND CONTRACT DOCUMENTS PROJECT NO. 31070 Sanitary Sewer Replacement in Various Locations 2006 1 1 ' Jefferson City Department of Community Development March, 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) 1• i 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, April 16, 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. 31079, Sanitary Sewer Replacement in Various Locations 2006"will include the furnishing of all material, labor, and equipment to excavate and replace active sanitary sewer mains. A pro-bid conference will be held at 10:00 AM, on Tuesday, April 11, 2006 in the Small 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 Thirty Dollars($30.00)will be required for each set of plans and specifications. Individual full size sheets of the plans may be obtained Nfor 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 ' Terry Stephenson Purchasing Agent, ' Publication Dates Sunday, April 2, 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, April 16, 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. 31079, Sanitary Sewer Replacement in Various Locations 2006" will include the furnishing of all material, labor, and equipment to excavate and replace active sanitary sewer mains. A pre-bid conference will be held at 10:00 AM, on Tuesday, April 11, 2006 In the Small 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. ' Copies of the contract documents required for bidding purposes may be obtained from the Director of Community Development, 320 East McCarty Street, Jefferson City, M Missouri. A non-refundable deposit of Thirty Dollars($30.00)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 ' IB-1 SCOPE OF WORK The work to be done underthis contract Includes the furnishing of all technical personnel,labor, materials,and equipment required to perform the work Included in the project entitled"Project No. 31079, Sanitary Sewer Replacement in Various Locations 2006" 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 excavate and replace active sanitary sewer mains. I13-2 INSPECTION OF PLANS, SPECIFICATIONS, AND SITE OF WORK ' The bidder is required to examine carefully the site of the proposed work, the bid, plans, specifications,supplemental specifications,special provisions,and contract documents before submitting a bid. Failure to do so will not relieve a successful bidder of the obligation to furnish all materials and labor necessary to carry out the provisions of the contract. IB-3 INTERPRETATION OF CONTRACT DOCUMENTS If the bidder has any questions which arise concerning the true meaning or intent of the Plans, Specifications or any part thereof, which affect the cost, quality, quantity, or character of the N project, he shall request in writing, at least five (5) days prior to the date fixed for the bid opening, that an interpretation be made and an addendum be Issued by the City, which shall then be delivered to all bidders to whom Plans and Specifications have been Issued. All ' addenda Issued shall become part of the contract documents. Failure to have requested an addendum covering any questions affecting the interpretation of the Plans and Specifications shall not relieve the Contractor from delivering the completed project in accordance with the ' intent of the Plans and Specifications to provide a workable project. IB-4 QUALIFICATIONS OF BIDDERS The City of Jefferson may make such Investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such Information and data for this purpose as the City may request. The City reserves the right to ' reject any bid If the evidence submitted by the bidder or investigation of such bidder falls 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. I13-5 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. '• 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. I113-7 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. I8-8 PRICES The price submitted for each item of the work shall include all costs of whatever nature involved In its construction, complete in place, as described in the Plans and Specifications. Section 144.062 RSMo provides that the City's sales tax exemption may be used for the purchase of goods and materials for this project. The contract for the project will authorize and direct the Contractor to utilize the City's sales tax exemption In the purchase of goods and materials for the project. This provision shall apply to only those purchases totaling over$500 from an individual supplier. All sales taxes on those items which do not qualify for the use of the City's sales tax exemption and for which sales tax might lawfully be assessed against the City are to be paid by the Contractor from the monies obtained in satisfaction of the Contract. It being understood by the bidder, that the bid prices submitted for those Items shall Include the cost of such taxes. ' IS-9 APPROXIMATE QUANTITIES In cases where any part or all of the bidding is to be received on a unit price basis, the quantities stated In the bid will not be used in establishing final payment due the successful Contractor. The quantities stated on which unit prices are so invited are approximate only and each bidder shall make his own estimate from the plans of the quantities required on each Item ' and calculate his unit price bid for each item accordingly. Bids will be compared on the basis of number of units stated in the bid. Such estimated quantities, while made from the best Information available, are approximate only. Payment of the Contract will be based on actual number of units Installed on the complete work. '• IB-10 LUMP SUM ITEMS Payment for each lump sum Item shall be at the lump sum bid for the Item, complete in place, and shall include the costs of all labor, materials, tools and equipment to construct the Item as described herein and to the limits shown on the Plans. IS-11 SUBMISSION OF BiOS The Bid and the Bid Security guaranteeing the some shall be placed in a sealed envelope and marked "Project No. 31079, Sanitary Sewer Replacement in Various Locations 2000". ' 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. IS-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-15 AWARD OF CONTRACT If,within seven (7)days after he has received notice of acceptance of his bid, the successful bidder or bidders shall refuse or neglect to come to the office of the Director of Community Development and to execute the Contract and to furnish the required Performance and Payment Bonds and Insurance, properly signed by the Contractor and the Surety and Sureties satisfactory to the City of Jefferson as hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit the deposit. IB-10 PERFORMANCE AND PAYMENT BOND ' A Performance and Payment Bond in an amount equivalent to one hundred percent(100%) of the Contract price, must be furnished and executed by the successful bidder or bidders. A form for the bidders use is contained in these Contract Documents. The issuing Surety shall be a corporate Surety Company or companies of recognized standing licensed to do business in the Stale of Missouri and acceptable to the City of Jefferson. 1 ,• IB-17 INDEMNIFICATION AND INSURANCE The Contractor agrees to indemnify and hold harmless the City from all claims and suits for loss of or damage to property, Including loss of all judgments recovered therefore, and from all expense in defending said claims, or suits, including court costs, attorney fees and other expense caused by any act or omission of the Contractor and/or his subcontractors, their respective agents, servants or employees. ' The Contractor shall be required to provide the City of Jefferson with a Certificate of Insurance outlining the coverage provided. ' IB-18 BID SECURITY RETURNED TO SUCCESSFUL BIDDER Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to ' the bidder unless the same shall have been presented for collection prior to such lime, in which case the amount of the deposit will be refunded by the City. 18.19 NONDISCRIMINATION IN EMPLOYMENT 1 Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. ' IB-20 PREVAILING WAGE LAW N 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.) ' I0-21 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 surely under the terms of the Bond. The Contractor also extends the terms of this guarantee to cover repaired parts and all ' replacement parts furnished under the guarantee provisions for a period of one year from the date of Installation thereof. ,• If within ten days after the City gives the Contractor notice of defect,failure, or abnormality of the work, the Contractor neglects to make, or undertake with due diligence to make, the ' necessary repairs or adjustments, the City is hereby authorized to make the repairs or adjustments itself or order the work to be done by a third party,the costs of the work to be paid by the Contractor. In the event of an emergency where, In the judgment of the City delays would cause serious loss or damage, repairs or adjustments may be made by the City or a third party chosen by the City without giving notice to the Contractor, and the cost of the work shall be paid by the Contractor or by his surety under the terms of the Bond. ' IB-22 NOTICE TO PROCEED A written notice to begin construction work will be given to the Contractor by the City of ' Jefferson within ten(10)days after the Contract Is approved by the City Council. The time for completion of the project shall begin to run on the date established in this notice. IB-23 WORK SCHEDULE To Insure that the work will proceed continuously through the succeeding operations to its completion with the least possible interference to traffic and inconvenience to the public, the Contractor shall, at the request of the City, submit for approval a complete schedule of his proposed construction procedure,stating the sequence in which various operations of work are to be performed. NIB-24 CONTRACT TIME ' The contract time shall be 90 calendar days. IS-25 LIQUIDATED DAMAGES Liquidated damages shall be assessed at the rate of Four Hundred Dollars (:400.00) per calendar day until the work Is complete, should the project not be completed within the contract ' time. IB-25 POWER OF ATTORNEY Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. IB-27 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; 1 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 1 END OF INFORMATION FOR BIDDERS 1 BID FORM ,• Name of Bidder LUAwo Cw czl'i o L P . Address of Bidder oD"z�. t_E RmI7. - l'AWTW111. Ro l�Sb►� To: CITY OF JEFFERSON 320 East McCarty Street Jefferson City, Missouri 65101 THE UNDERSIGNED BIDDER,having examined the plans, specifications, regulations of the Contract, Special Conditions, other proposed contract documents and all ' addenda thereto;and being acquainted with and fully understanding(a)the extent and character of the work covered by this Bid; (b)the location, arrangement, and specified requirements for the proposed work; (c) the location, character, and condition of existing streets, roads, highways, railroads, pavements, surfacing, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses, structures, and other Installations, both surface and underground which may affect or be affected by the proposed work; (d)the nature and extent of the excavations to be made and the type, character, and general condition of materials to be excavated; (e) the necessary handling and rehandling of excavated materials;(f)the location and extent of necessary N 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 otherfactors and conditions ' affecting or which may be affected by the work. HEREBY PROPOSED to fumish all required materials, supplies,equipment,tools,and plant; to perform all necessary labor and supervision; and to construct, install, erect, . and complete all work stipulated, required by, and in accordance with the proposed contract documents and the drawings, specifications, and other documents referred to ' therein (as altered, amended, or modified by addenda) in the manner and time prescribed and that he will accept in full payment sums determined by applying to the quantities of the following Items, the following unit prices and/or any lump sum ' payments provided, plus or minus any special payments and adjustments provided in the specifications and he understands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work ' shown on the drawings and described in the specifications, and that increases or decreases may be made over or under the Contract estimated quantities to provide for needs that are determined during progress of the work and that prices bid shall apply ' to such Increased or decreased quantities as follows: 1 ' Page 1 of 2 ,• CITY OF JEFFERSON ' REVISED ITEMIZED BID FORM 2008 VARIOUS SEWER REPAIRS PROJECT NO.31079 ' ITEM APPROX. UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT MONROE (1895 Main) 1.00 Construction Signage and Traffic Control LS 1 A I!a ppm 0�opf ' 1.01 Connect to Manhole 15 LS 1 diQ,-jLe.!1 ?AZ=`*` 1.02 12"PVC SDR-35 Sanitary Sewer LF 21 A 350° Aq ' 1.03 Support Utilities in Deep Excavation LS 1 a t' 3 OOCO`� 1.04 Seeding and Mulching AC 0.15 d 5t «.(,oq5- Subtotal MONROE (1895 Main) °O I N - JACKSON/McCARTY REPAIR(1895 Main) I 2.00 Construction Signage and Traffic Control LS 1 50,0p- �` ' 2.01 Connect to Manhole 5101 LS 1 4& 2.02 10"PVC SDR-35 Sanitary Sewer LF 35 > 00°° 'k 35bc ' 2.03 4" PCC Sidewalk SY 44 5•�*' Z 2.04 5"PCC Sidewalk Ramps SY 14 q0O° t ' 2.05 Type A Curb and Gutter LF 100 Z(oq;l IL zs.00°= 0 2.00 N x V Type C Inlet EA 2 3Njtt;d-- I-Yi Ob ' 2.07 15"Dia.Aluminized Corregated Steel Pipe LF 10 (n01, (oOIJ a° rtocx txcavauon bamtary newer i rencn 2.08 (Mechanical) CY 7C3� ' Rock Excavation Storm Sewer Trench 2.09 (Mechanical) CY 5 44 3�� LrSW 2.10 Seeding and Mulching AC 0.04 �O,tx� 2.11 0"High Early Strength PCC Pavement SY 10 2.12 1 1/2"AC Surface(Grade C) SY 10 • Subtotal JACKSON/McCARTY REPAIR(1895 Main) ' Page 2 of 2 ,• . ITEM APPROX. UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT — EAST ELM WEARS CREEK(South Main) 15"PVC SDR-35 Sanitary Sewer(South of 3.00 Expressway) LF 15 �� ( per ' 15"PVC SDR-35 Sanitary Sewer(North of 3.01 Expressway) LF 10 BOO �CA Replace Concrete Sides of Channel and Filet to p ' 3.02 Channel Floor SY 30D� 330�� o 3.03 Grade Beam Repair CY 1 (� ' Kemove 04° nLrr tna. Keptace vnm tno 3.04 Section LS 1 ' 3.05 Repair Truck Ramp SY 5 3.08 Seeding and Mulching AC 0.5 �� ZZS�C�� NSubtotal EAST ELM WEARS CREEK(South Main) ac) r15DCL0 ' — CHESTNUT i DUNKLIN REPAIR (SD 19) 4.00 Construction Signage and Traffic Control LS 1 00 6` �jOOp 4.01 Replace MH 5202 LS 1 j ,AkA Tjo oo q4m ' 4.02 Replace MH 5203 LS 1 %r47,10bg'0 4 JAZVO 4.03 8"PVC SDR-35 Sanitary Sewer LF 35 ' 4.04 8" High Early Strength PCC Pavement SY 12 k 00°9 7 DD'� 4.05 Rock Excavation(Mechanical) CY 10 V, '��°—° A►. 3Dp0�° Subtotal CHESTNUT/DUNKLIN REPAIR (SD 19) oZ� ' TOTAL BASE BID 9 of 3oZ O ' SI nature o der _ 'G le ZOID6 SUBCONTRACTORS • If the Bidder intends to use any subcontractors In the course of the construction, he ' shall list them. TIME OF COMPLETION The undersigned hereby agrees to complete the project within 90 calendar days, subject to the stipulations of the regulations of the Contract and the Special Provisions. It is understood and agreed that if this bid is accepted, the prices quoted above include ' all applicable state taxes and that said taxes shall be paid by the Contractor. The undersigned, as Bidder, hereby declares that the only persons or firms Interested ' in the bid as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any Interest In this bid or In the Contract to be entered into; and this bid is made without connection with any other person, company, ' or parties making a bid; and that it is In all respects fair and in good faith, without collusion or fraud. N The undersigned agrees that the accompanying bid deposit shall become the property of the Owner, should he fall 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: QE%k 4.Kz cn ,cr., LLe- ' Inh3 'R0%Vr1u_-AtI W- Rbob • Gp.UFCe.Z%P.� he. t_so%6 It is understood and agreed that-this bid may be withdrawn at any time prior to the scheduled time for the opening of bids or any authorized postponement thereof. Attached hereto is a Bid Bond for the sum of S%, OF -Mr Tarp L'6 A WZOLVT� ($ ) Dollars (cashier's check), make payable to the City of Jefferson. 1. ' Signature of Bidder: If an Indlvidual, doing business ' s ' If a partnership, member of firma ' If corporation, by Title SEAL Business Address of Bidder WWA ND CW� kD t_Lf ' If Bidder is a corporation, supply the following Information: State In which incorporated ' Name and Address of Its: President' ' Secretary r Date �ZUL 18` aCiDto Bid 13CND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,Lehman Construction_LLC as Principal, and United Fire & Casualty Company as Surety, are hereby held and firmly bound unto the CITY OF JEFFERSON, MISSOURI , as owner, In the penal sum of Five Percent of Amount Bid for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executor;, ' administrators, successors and assigns, this 18th day ofApril , 2D0 6 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.31079,Sankery Sewer Replacement in Various Locations 2000" ' NOW,THEREFORE, (a) if said Bid shall be rejected,or In the eftemate, ' (b) If said Bid shalt 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 contact, and for the payment of all persons performing labor or furnishing materials In connection therewith,shell In all other respects perform the agreement emoted 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 liabllRy of the Suretyforany and all claims hereunder ' shall,In no event,exoeed 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 shell 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 Princlpal and the Surety have hereunto set their hands ' and seats,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. ' Lehman Venstruction, LLoQ (LS.) rIncipall ' SEAL By:I Unit d File asualty Comps ,,1601ret t '• Kris L. ennett, Attorney- n-Fa t ' ACKNOWLEDGMENT BY SURETY STATE OF Missouri ' County of Cole } ss, On this 18th day or April 2006 before me personally appeared Kris L. Bennett known to, me to be the Attomey-in-Fact of United Fire &Casualty Company the corporation that executed the within instrument,and acknowledged to me that such corporation executed the same. ' IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal,at my office In the aforesaid County,die day and year in this certificate first above written. Notary tic 6 the State of ISSOUn (Seal) CountyofOS ge JANETHASLAG ' NOTARY PUBLIC-NOTARY SEAL STATE OF MISS OUR)CO U NTY OF OSAGE My Commission x P Ires. October 18,2006 I '• a.0130KtEEF 50N9 , ' UNITED FIRE b CASUALTY COMPANY HOME OFFICE-CEDAR RAPIDS;IOWA CERTIFIED COPY•OF POWER OF ATTORNEY (Original on file at Home Office of Company-See Certification) ' KNOW ALL MEN BY THESE PRESENTS,That the UNITED FIRE 8 CASUALTY COMPANY,a corporation duly organized and existing under the laws of the State of Iowa, and having its principal office in Ceder Rapids;State of Icwa,:does make,constitute and appoint ' :LOUISrA. LANDNEHR, -OR CHARLES E. TRABUE, OR KRIS L. BENNETT, OR BEV J. BACKERS, ALL INDIVIDUALLY of JEFFERSON CITY NO . ' its true and lawful Attomey(s)-in-Fact With power and authority hereby conferred to sign,.seal and execute in Its behalf ell lawful bonds, undertakings and other obligatory Instruments of similar nature as follows: Any,and All Bonds end to bind UNITED.FIRE&'CASUALTY COMPANY thereby as fully and to the same extent as if such Instruments were signed by the duly authorized officers of UNITED FIRE 8 CASUALTY COMPANY and all the ads of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain In full force and effect until revoked by UNITED FIRE 8 CASUALTY COMPANY. This power of Attorney is made and:executed pursuant to and by authority of the following By-Law duly adopted by Board of . Directors of the Company on April 18, 1973. ' "Article V-Surety Bonds And Undertakings" Section 2,Appointment of Attomey-in-Fact. 'The President or any Vice President,or any other officer of the Company may, .. from time to time, appoint by written certificates attomeys-In-fadto act In behalf of the Company In the execution of policies of ' Insurance;bonds, undertakings and other obligatory Instruments of like nature. The signature of any officer authorized hereby, . and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,when so used, being adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as ' though manually affixed...Such attomeys-In fad,.sub)ed.to the limitations set forth In their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such Instruments and to attach the seal of the Company thereto. The President or any Vlce.President,the Board of Directors or any other officer of the Company may at any time revoke all,power and authority previously given to any ettomey-in-fed. IN.WITNESS WHEREOF,the UNITED FIRE 8 CASUALTY COMPANY has caused these presents to be signed by' Its vice president and Its corporate seal to be hereto affixed this 19th day of October, 2003 LOIIII UNITED FIRE &CASUALTY COMPANY "es► e By a �C Vice President State of Iowa,County of Linn, as: On 19th day of October, 2003, before me personally came Randy A. Ramlo to me known,who being by me duly sworn, did depose and say;that he resides In Cedar Rapids, State of Iowa; that he Is a Vice President of the UNITED FIRE 8 CASUALTY COMPANY,the corporation described In and which executed the above.instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument inch corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of sold corporation and that he signs his ame thereto pursuant to like authority, and acknowledges,same to be the ad and deed of said corporation, ^PATTI WADDELL. G�� GG�%�-�' : f :C MMIaeION NUMla713274 tary FUbI C • 1 N1 COMMISSION EXPIRES My commission expires: 10/26/2007 1,the undersigned officer of the UNITED FIRE 8 CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of ' the Power of Attorney and affidavit,.and the copy of the Section of the by-laws of said Company as set forth In said Power of Attorney,' with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and Is now In full force and effect. ' In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Company.. otp this 18th day of April 20 �G/�i Secretary ' BONDD019060201 !/: ' I JNITED FIRE&CASUALTY COMPANY ❑UNITED UFE INSURANCE COMPANY Ws Second .Avenue, S.E., Post Office Boa 73909 Cedar Rapids, Iowa 52.407 NOTICE TO MISSOURI SURETY BOND HOLDERS Should you have a question about your bond or policy, please contact your ' insurance agent first. If you are unable to contact or obtain information from your agent, you may contact our company at the address and phone number below: ' United Fire & Casualty Company ATTENTION: Bond Department P.O. Box 73909 Cedar Rapids, Iowa 52407 800-343-9130 PIA: 319.399.5700 FAX:319399.5499 ' ANTI-COLLUSION STATEMENT '• STATE OF ' COUNTY OF being first ' duly swom, deposes and says that he is of TITLE OF PERSON SIGNING L lkMAa�� VAX=N---, LI L 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. Affient further certifies that bidder is not financially inter ted in, or financially affiliated Nwith, any other bidder for the above project. (BY) ' (BY) Swom to before me this�`b=day of PPc: ` __ , 200 . g� No Pubio•NourySW STATEOPrrussoulu NOTARY PUBLIC MY Cm=itd®E*mt:Ma.13.2006, ' My commission expires: 3 0 •1ODK 1• 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 ISSDU� ) ss COUNTY OF ) ' The undersigned, �'1 F�IL)� L� ' of lawful age, being first duly swom states upon oath that he is P�EhI hG '1 of �rr,N�r�Nrf'3nKM-,cam C'L'C ' 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 as a part of the proposed ' project. ' AFFIANT Subscribed and swom to before me, a Notary Public, in and for the County and State aforesaid, this lV day of ft(i 1 20 Ole 1 JULY Notary Public-NacYSal ^ . D, gno, ' STATEOPMISSOURI NOTARY PUBLIC MonitesuComty My Commission Exphra:Mc.13,2008 ' My Commission Expires; 3- 13— ion4 1 ' 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 Nminority business participation. 8. 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 '• 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,or the Caribbean Island, regardless of race); N3. 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 supplier;. 1 1 ,• 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 1 Total Bid Amount: Total: Percentage of Minority Enterprise Participation: °I° ' C. The bidder agrees to certify that the minority firm(s) engaged to provide materials or services In the completion of this project: (a)is a bona fide Minority ' Business Enterprise;and(b)has executed a binding contract to provide specific materials or services for a specific dollar amount. A roster of bona fide Minority Business Enterprise fines 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. ' AME A ORIZED OFFICER ' DATE ZW6 SIGNA E OF AUTHORIZED OFFICER I ,• AFFIDAVIT ' COMPLIANCE WITH EREVAILING 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 corporatlon)(a partnershlp)(a propdetorshlp)and after being duly swom 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. 12, Section 026, Cole County in carrying out the contract and work in connection with Project No. 31079, Sanitary NSewer Replacement in Various Locations 2006 located at Jefferson City in Cole County, Missouri, and completed on the day of , 20_ ' SIGNATURE ' Subscribed and swom to me this day of , 20_ ' NOTARY PUBLIC ' My commission expires: ' STATE OF MISSOURI ) ss ' COUNTY OF ) Missouri Division of Labor Standards WAGE AND HOUR SECTION � M h e !,,'rr;, f• 'TI r oy ' MATT BLUNT, Governor N Annual Wage Order No. 12 Section 026 COLE COUNTY In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of this ' Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affected by this Annual Wage Order may object by filing an objections in triplicate with the Labor and Industrial Relations Commission, I.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 ' Slate of Missouri. ' Original Signed by Colleen A. White,Director Division of Labor Standards This Is A True And Accurate Copy Which Was Filed With Secretary of State: March 9, 2005 Last Date Objections May Be Filed: April 8,2005 ,• Prepared by Missouri Department of Labor and Industrial Relations ,• Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County ' "Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule ' Asbestos Worker 10/05 $26.44 55 60 $12,76 Boilermaker 9105 $28.19 57 7 $17.42 Bricklayers-Stone Mason $25.16 59 7 $8.86 Carpenter 3/05 $20.48 60 15 $8.91 ' Cement Meson $18.91 9 3 $10.10 Electrician Inside Wireman $25.64 1 28 1 7 $10.03+ 13% Communication Technician I JUSE ELECTRICIAN INSIDE WIREMAN RATE ' Elevator Constructor 1/06 a $35.815 26 54 $14.554 Operating Engineer Group 1 5105 $24.07 86 66 $14.53 Group 11 5/05 $24.07 86 88 $14,53 ' Group 111 5/05 $22.82 86 66 $14.53 Group III-A 5105 $24.07 86 66 $14.53 Group IV 5105 $24.77 86 66 $14.53 Group V 5/05 $26.07 86 66 $14.53 ' Pipe Fitter 7/05 lbi $30.50 1 91 1 69 $17.18 Glazier $13.00 FED $1.84 Laborer(Building): General $17.22 110 7 $8.08 First Seml-Skilled $19.22 110 7 $8.08 Second Semi-Skilled $18.22 110 7 $8.08 Lather USE CARPENTER RATE Linoleum Layer 8 Cutter USE CARPENTER RATE Marble Mason $25.16 59 7 $8.86 Mlllwrl ht 3/05 $21.481 60 15 $8.91 Iron Worker 8105 $22.85 11 8 $14,64 ' Painter 2/06 $20.05 18 7 $6.92 Plasterer $17.97 94 5 $9.85 Plumber $21.50 FED $3.27 Pile Driver 3/05 $21.48 60 15 $0.91 Roofer 9105 $24.75 12 4 $8.99 Sheet Metal Worker 7/05 $24.16 40 1 23 $10,54 Sprinkler Fitter $15.25 FED $2,38 ' Terrazzo Worker $25.16 59 7 $8.86 Tile Setter $25.16 59 7 $8.86 Truck Driver-Teamster Group 1 $20.10 101 5 $6.75 ' Group 11 $20.80 101 5 $6.75 Group III $20.50 101 5 $6.75 Group IV $20.80 101 5 $6.75 Traffic Control Service Driver ' Welders-Ace t lens&Electric Fringe Benefit Percentage Is of the Basle 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, '• ..Annual Incremental Increase ' -SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO.12 1106 1 1 Building Construction Rates for REPLACEMENT PAGE Section 026 COLE County Footnotes 1 e Iva Over. OCCUPATIONAL TITLE Dale of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule 1 1 i 1 'Welders receive rate prescribed for the occupational title performing operation to which welding is Incidental. Use Building Construction Rates on Sultding(s)and All Immedlato Attachments.Use Heavy Construction 1 rates for remainder of project. For the occupational Milos not listed in Heavy Construction Shoots,use Rates shown on Building Constmclon Rate Sheet. a•Vacation: Employees over 6 years•8%; Employees under 6 years-6% 1 to• All work over 13.6 M181on Total Mechanical Contract-$30.60,Fringes-$17.18 All work under$3.6 Million Total Mechanical Contract•$29.16,Fringes•$13.00 �N 1 1 1 1 i 1 1�1 •ArInU81 Incremental IRCfe880 ANNUAL WAGE ORDER ND,12 7106 1 ' COLE COUNTY OVERTIME SCHEDULE • BUILDING CONSTRUCTION FED: Minimum requirement per Fair Labor Standards Act means time and one-half(1 ''/a)shnll be paid for all work in excess of forty (40)hours per work week. NO.9: Means the regular workday starting time of 8:00 a.m.(and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 ' a.m.or delayed one hour to 9:00 a.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half(I'/2)times the regular pay. In the event time is lost during the work week due to weather conditions, the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated for at double the regular rate of wages. The work week shall be Monday through Friday,except for midweek holidays. NO. 11: Means eight(8)hours shall constitute a day's work,with the starting time to be established between 7:00 a.m. and 8:00 a.m. from Monday to Friday. Time and one-half o%)shall be paid for first two(2)hours of overtime Monday through Friday and the first eight(8)hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double(2)time rate. Double(2)time shall be paid fur a111ime on Sunday and eocognizcd 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 Y2)times the regular hourly wage scale. All work performed within the regular working hours which shall consist of a ten(I0) hour work day except in emergency situations. Overtime work and Saturday work shall be paid at one and one-half(1'/3) times the regular hourly rate. Work on recognized holidays and Sundays shall be paid at two(2)times the regular hourly rate, ' NO. I8: 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 alter Noon (12:00). The regular work week shall be forty (40) hours, beginning between 6:00 a.m. and 12:00 Noon on Monday and ending between 1:00 p.m.and 6:00 p.m.on Friday. Saturday will be paid at lime and one-half(1%,). Sunday and Holidays shall be paid at double(2)time. Saturday can be a make-up day if the weather has forced a day off,but only in the week of the day being last. Any time before six(6)hours before Noon or six(6)hours alter Noon will be paid at lime and one-half(I%2). NO.26: Means that the regular working day sball consist of eight(8)hours worked between 6:00 a.m.,and 5:00 p.m., rive(5)days per week,Monday to Friday,inclusive.Hours of work at each jobsitc shall be those established by the general contractor and worked by the majority of trades. (71te above working hours may be changed by mutual agreenmenl). Work performed on Construction Work on Saturdays,Sundays and before and after lime regular working day on Monday to Friday,inclusivc,shall be classified as overtime,and paid ' for at double(2)flit rate of single lime. The employer may establish hours worked on a jobsite for a four(4)ten(10)hour day work week at straight time pay for construction work; the regular working day shall consist of ten (10) hours worked consecutively, betwtcn 6:00 a.m. and 6:00 p.m., four(4) days per week, Monday to Thursday, inclusive. Any work performed on Friday, Saturday, Sunday and ' holidays,and before and after the regular working day on Monday to Thursday where a four(4)ten(10)hour day workweek has been established,will be paid at two limes(2)the single lime rate of pay. The rate of pay for all work performed on holidays shall be at two times(2)the single lime rate of pay. ' NO. 28: Means eight(8)hours between 7:00 a.m. and 5:30 p.m., with at least a thirty(30) minute period to be taken for lunch, shall constitute a day's work rive (5)days a week, Monday through Friday inclusive, shall constitute a work week. The Employer has lime 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. -Staring time may be within one(1)hour either side of 8:00 a.m. -Work week must begin on either a Monday or Thcsday: If a holiday falls within that week it shall be a consecutive workday. (Alternate: If a holiday falls in the middle of a week,then lire regular eight(8)hour schedule may be implemented). -Any lime worked in excess orally ten(10)hour workday(in a 4-10 hour work week)shall be at the appropriate overtime rate. All work outside of the regular working tours as provided,Monday through Saturday,shall be paid m one&one-half([1/2)times the employee's regular rate of pay. All work performed from 12:00 a.m.Sunday through 8:00 u.m. Monday and recognized holidays shall be paid at double(2)the straight time hourly mte of pay. Should employees work in excess of twelve(12)consecutive hours they shall be paid double time(2X)for all lime after twelve(12)hours. Shill work perfomad between the hours of 4:30 p.m.and 12:30 a.m.(second shift)shall receive eight(8)hours pay at the regular hourly rate of pay plus ten(10%)percent for seven and one-half %)hours work. ' Shift work performed between the hours of 12:30 a.m.and 8:00 a.m.(third shift)shall receive eight(8)hours pay at the regular hourly rate of pay plus fifteen(15%)percent for seven(7)hours work. A lunch period of thirty(30)minutes shall be allowed on each shift All • overtime work required after the completion of a regular shift shall be paid at one and one-half(1'b)lines the shift hourly rate. ' ANNUAL WAGE ORDER NO. 12 A1V 12 026 OT.doc Page I of 4 Pages COLE COUNTY OVERTIME.SCHEDULE • BUILDING CONSTRUCTION NO. 33: Means the standard work day shall be eight (8) consecutive hours of work between the hours of 6:00 a.m. and 6:00 p.m., excluding the lunch period, or shall conform to the practice on the job site. Four(4) days at ten (10) hours a day may be worked at straight time,Monday through Friday and need not be consecutive. All overtime,except for Sundays and holidays shall be at the rate or time and one-half(1'/2). Overtime worked on Sundays and holidays shall be or double(2)time. ' NO.40: Means the regular working week shall consist of five(5)consecutive(8)hour days'labor on the job beginning with Monday and ending with Friday of each week. Four(4) 10-hour days may constitute the regular workweek. The regular working day shall consist of eight(8)hours labor on llmc job beginning as early as 7:00 a.m.and ending as late as 5:30 p.m. All full or par 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 orcight(8)hours but not more than twelve(12)hours during the regular working week shall be paid for at time and onc-hair(I'/2)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)limes the regular hourly rate. In the event of min,snow,cold or excessively windy weather on a regular working day,Saturday may be designated as a"make-up"day. Saturday may also be designated as a"make-up"day,for an employee who has missed a day of work for personal or other reasons. Fay for"make-up"days shall be at regular rates. ' NO.55: Means the regular work day shall be eight(8)hours between 6:00 a.m.and 4:30 p.m. The first two(2)hours of work performed in excess of the eight(8)hour workday,Monday through Friday,and the first ten(10) hours of work on Saturday,shall be paid at one& one-half(I%,) times the straight time rate. All work performed on Sunday, observed holidays and in excess of ten (10) hours a day, ' Monday through Saturday,shall be paid at double(2)the stmiglmt time rate. NO. 57: Means eight (8) hours per day shall constitute a day's work and forty (40) hours per week, Monday through Friday, shall constitute a week's work. The regular starting time shall be 8:00 a.m. 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 information must be adjusted accordingly. All time worked before and alter the established workday of eight(8)hours,Monday through Friday,all time worked on Saturday,shall be paid at the rate of time and one-half N (I%a)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. 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%). All time worked on Sunday and holidays shall be classified as overtime and paid at the rate of double(2)time. The Employer hits the option of working either five(5)eight hour days or four(4)ten hour days to constitute ' a normal forty(40)hour work week. When the four(4)Icn-hour work week is in effect,the standard work day shall be consecutive ten (10) hour periods between the hours of 6:30 a.m. and 6:30 p.m. Forty (40) hours per week shall constitute a weeks work, Monday through Thursday, inclusive. In the event the job is down far any reason beyond the Employer's control, then Friday and/or Saturday may,at the option of the Employer,be worked as a make-up day;straight lime not to exceed ten(10)hours or forty(40)hours per week. ' When the five day (8)hour work week is in effect, forty(40)hours per week shall constitute a week's work, Monday through Friday, inclusive. In the event thojob is down for any reason beyond the Employer's control,then Saturday may,at the option of the Employer, be worked as a make-up day; straight time not to exceed eight (8)hours or forty (40)hours per week. The regular starting time(and resulting quitting time) may be moved to 6:00 a.m. or delayed to 9:00 a.m. Make-up days shall not be utilized for days lost due to ' holidays. ' ANNUAL WAGE ORDER NO.12 A W I2 020 OT.dw Page 2 Ora PaScs ' COLE COUNTY OVERTIME SCHEDULE • BUILDING CONSTRUCTION NO. 60: Means the Employer shall have the option of working five 8-hour days or four 10-hour days Monday through Friday. If an Employer elect%to work rive 8-hour days during any work week,hours worked Inorc than eight(8)per day or forty(40)per week shall be paid tit time and one-half(I%,)the hourly wage rate plus fringe benefits Monday through Friday. SATURDAY MAKE-UP DAY: Iran Employer is prevented from working forty(40)hours,Monday through Friday,or any part thereof by reason of inclement weather(rain or mud),Saturday or any part thereof may be worked as a make-up day at the straight time rate. It is agreed by the parties that the make-up day is not to be used to make up time lost due to recognized holidays. If an Employer elect%to work four 10-hour days,between the hours of 6:30 a.m.and 6:30 p.m.in any week,work perforated more than ten(10)hours per day or forty(40)hours per week shall be paid at time and one half(I'h)the hourly wage rate plus fringe benefits Monday through Friday. If an Employer is working 10-hour days and ' loses a day due to inclement weather,the Employer may work ten(10)hours on Friday at straight time. Friday must be scheduled for no more than ten (10)hours at the straight time rate,but all hours worked over the roily(40) hours Monday through Friday will be paid at time and one-half(I'/2)the hourly wage rate plus fringe benefits. All Millwright work perforated in excess of Ilse regular work day and on Saturday shall be compensated for at time and one-hair (I%)the regular Millwright hourly wage rate plus rdngc benefits. The regular work day starting or 8:00 a.m.(and resulting quitting time of 4:30 p.m.) may be mowed forward to 6:00 a.m.or delayed one(1)hour to 9:00 a.m. All work accomplished on Sundays and recognized holidays,or days observed as recognized holidays,shall be compensated for at double(2)the regular hourly rate of wages plus fringe benefits. NOTE: All overtime is computed on the hourly wage rate plus an ' amount equal to the fringe benefits. NO.86: Means the regular work week shall consist or rive(5)days,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(10)hours per day at the straight time rate of pay with all hours in excess of ten (I0) hours in any one day to be at the applicable overtime rate. If the Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control, inclement weather or holiday,Ile shall have the 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 be penalized. All overtime work perforated on Monday through Saturday shall be paid at time and one-half(I%,)of the hourly rate plus an amount equal to one-half('h)of tale hourly Total Indicated Fringc Benefits. All work performed on Sundays and recognized holidays shall be paid at double(2)the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. N NO. 91: Means eight (8)hours shall constitute a Jay's work commencing at 8:00 a.m.and ending at 4:30 p.m.,allowing one-half(%,) hour for lunch. The option exists for the Employer to use a flexible starling time between the hours of 6:00 a.m. and 9:00 a.m. The regular workweek shall consist of forty(40)hours of five(5)workdays.Monday through Friday. The workweek may consist of four(4) ' ten(10)hour days from Monday through Thursday,with Friday as a make-up day. If the make-up day is a holiday,the employee shall be paid at the double(2)time rate. The employees shall be paid lime and one-half(I'Va)for work performed before the regular staring time or oiler the regular quitting time or over eight(8)hours per work day (unless working a 10-hour work day,then time and one-half(I%2)is paid for work performed over ten(10)hours a day)or over forty(40)hours per workweek. Work performed on Saturdays,Sundays and recognized holidays shall be paid at the double(2)tittle rate of pay. 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 staring ' time of 8:00 a.m.(and resulting quitting time of 4:30 p.m.)may be moved forward to 6:00 a.m.or delayed one(1)hour to 9:00 a.m. All work performed in excess of the regular work day and on Saturday shall be compensated at one and one-half(I 9,)times the regular pay. In the event time is lost during Ole work week due to weather conditions,the Employer may schedule work on the following Saturday at straight time. All work accomplished on Sunday and holidays shall be compensated at double the regular rate of wages. ' NO. 101: Means that except as provided below,eight(8)hours it day shall constitute a standard work day,and fully(40)hours per week shall constitute a week's work,which shall begin on Monday and end on Friday. All time worked outside of the standard work day and on Saturday shall be classified as overtime and paid the rite of time and one-half(I%,)(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)lime. TIe regular staring lime 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(I)hour to 9:00 a.m. The Employer has the option of working either five(5)eight-hour days or four(4)ten-hour days to constitute a normal forty(40)hour work week. When a four(4)ten- t hour day work week is in effect,the standard work day shall be consecutive tell(10)hour periods between the hours of 6:30 a.m.and 6:30 p.m. Forty(40)hours per week shall constitute it week's work Monday through Thursday, inclusive. In the event the job is down for any reason beyond the Employer's control, then Friday and/or Saturday may, at the option of the Employer, be worked as a make-up day; straight time not to exceed tell(10)hours per day or forty(40)hours per week. Starling time will be designated by the employer. When the ' five (5) day eight (8) tour work week is in effect, forty (40) hours per week shall constitute a week's work, Monday through Friday, inclusive. In the event Ole job is down for tiny reason beyond the Employer's control,Oran Saturday may,at the option or the Employer,be • worked as u make-up day; straight lime not to exceed eight(8) hours per Jay or forty(40) hours per week. Make-up Jays shall not be utilized for days loss due to holidays. ' ANNUAL WAGE ORDER NO, 12 A W 12 026 OT.doc rage 3 of 4 Patios ' COLE COUNTY OVERTIME SCHEDULE • BUILDING CONSTRUCTION ' NO. 110: Means eight(8)hours between the hours of 8:00 n.m,and 4:30 p.m.shall constitute a work day. The starting time may be advanced one(1)or two(2)hours. Employees shall have a lunch period of thirty(30)minutes. The Employer may provide n lunch period of one (1) hour, and in that event, the workday shall commence at 8:00 a.m. and end at 5:00 p.m. The workweek shall commence at 8:00 a,m,on Monday and shall end at 4:30 p,m.on Friday(or 5:00 p.m.on Friday if the Employer grants a lunch period ' of one(1)hour),or as adjusted by starting time change as stated above. All work perforated before 8:00 a.m.and after 4:30 p.m.(or 5:00 p,m,where one(1)hour lunch is granted for lunch)or as adjusted by starting time change as stated above or on Saturday,except as herein provided,shall be compensated at one and one-half(I%,)times the regular hourly rate of pay for the work performed. All work performed on Sunday and on recognized holidays shall be compensated al double(2)the regular hourly rate of pay for the work ' performed. If an Employer is prevented from working forty(40)hours, Monday through Friday, or any part thereof by reason of inclement weather (rain and mud), Saturday or any part thereof may be worked as a make-up day at the straight time rate. The Employer shall have the option of working five eight (8) hour days or four 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 be paid at time and one-half(1'A) the hourly rate Monday through Friday. If an Employer is working ten (10) hour days and loses a day due to ' inclement weather,they may work ten(10)hours Friday at straight time. Friday must be scheduled far at least eight(8)hours and no more than ten(10)hours at the straight time rate,but all hours worked over the forty(40)hours Monday through Friday will be paid at time and one-half(1'/,)overtime rate. 1 1 ' ANNUAL WAGE ORDER NO. 12 AW I2 026 OT.dm Page 4 04 Paget COLE COUNTY HOLIDAY SCHEDULE—BUILDING CONSTRUCTION NO.3:All work done on New Ycaes Day,Decoration Day,July 4th,Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Whenever any such holidays fall on a Sunday,the following Monday shall be observed as a holiday. ' NO.4:All work done on New Year's Day,Memorial Day,Independence Day, Labor Day, Thanksgiving and Christmas Day shall be paid at the double time rate of pay. If any of the above II ' holidays fall on Sunday,Monday will be observed as the recognized holiday. If any of the above holidays fall on Saturday, Friday will be observed as the recognized holiday. NO.5: All work that shall be done on New Year's Day,Memorial Day, Fourth of July, Labor ' Day,Veteran's Day,Thanksgiving Day,and Christmas Day shall be paid at the double(2) time rate of pay. NO, 7:All work done on New Year's 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 holiday falls on a Sunday, it shall be observed on the Monday following. If a holiday falls on a Saturday,it shall be observed on the preceding Friday. NO.8:All work performed on New Year's Day,Memorial Day,Independence Day, Labor Day, Veteran's Day,Thanksgiving Day,and Christmas Day,or the days observed in lieu of these holidays,shall be paid at the double time rate of pay. N NO. 15: All work accomplished on the recognized holidays of New Year's Day,Decoration Day (Memorial Day),Independence Day(Fourth of July),Labor Day,Veteran's Day,Thanksgiving Day and Christmas Day,or days observed as these named holidays,shall be compensated for at double(2)the regular hourly rate of wages plus fringe benefits. If a holiday falls on Saturday,it shall be observed on the preceding Friday. If a holiday falls on a Sunday,it shall be observed on the following Monday. No work shall be performed on Labor Day,Christmas Day,Decoration Day or Independence Day except to preserve life or property. NO. 19: All work done on New Year's Day, Memorial Day,July 4th,Labor Day,Thanksgiving Day,and Christmas Day shall be paid at the double time rate of pay. The employee may take off ' Friday following Thanksgiving Day. However,the employee shall notify his or her Foreman, General Foreman or Superintendent on the Wednesday preceding Thanksgiving Day. When one of the above holidays falls on Sunday,the following Monday shall be considered the holiday and ' all work performed on said day shall be at the double(2)time rate. When one of the holidays falls on Saturday,the preceding Friday shall be considered the holiday and all work performed on said day shall be at the double(2)time rate. ' NO.23: All work done on New Year's Day, Memorial Day, Independence Day,Labor Day, Veteran's Day,Thanksgiving Day,Christmas Day and Sundays shall be recognized holidays and ' shall be paid at the double time rate of pay. When a holiday falls on Sunday, the following Monday shall be considered a holiday. NO.54: All work performed on New Year's Day,Memorial Day, Independence Day,Labor Day, Veteran's Day,Thanksgiving Day,the Friday after Thanksgiving Day,and Christmas Day shall be • paid at the double(2)time rate of pay. When a holiday falls on Saturday, it shall be observed on ' Friday. When a holiday falls on Sunday,it shall be observed on Monday. ANNUAL WAGE ORDER NO. 12 AW 012 02fi Hnol page 1 of 2 I'agca i COLE COUNTY HOLIDAY SCHEDULE—BUILDING CONSTRUCTION 1 NO.60: All work performed on New Year's Day,Armistice Day(Veteran's Day),Decoration Day(Memorial Day), Independence Day(Fourth of July),Thanksgiving Day and Christmas 1 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 1 holiday. NO.66: All work performed on Sundays and the following recognized holidays,or the days observed as such,of New Year's Day,Decoration Day,Fourth of July,Labor Day,Veteran's Day, 1 Thanksgiving Day and Christmas Day,shall be paid at double(2)the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. 1 NO.69: All work performed on New Year's Day, Decoration Day,July Fourth,Labor Day, Veteran's Day,Thanksgiving Day or Christmas Day shall be compensated at double(2)their 1 straight-time hourly rate of pay. Friday after Thanksgiving and the day before Christmas will also be holidays,but if the employer chooses to work these days,the employee will be paid at straight- time rate of pay. If a holiday falls on a Sunday in a particular year,the holiday will be observed on 1 the following Monday. N 1 1 1 , 1 1 1 1� 1 Awoi x o:e nnot ANNUAL WAGE ORDER NO. 12 r.se z orz r.ee. i Heavy Construction Rates for REPLACEMENT PAGE Section 026 ' COLE Count *Effective Basic Over- OCCUPATIONAL TITLE Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule ' CARPENTER ' Journeymen 5/05 $25.48 7 16 $8.89 Millwright 5/05 $25.48 7 16 $8.89 Pile Driver Worker 5/05 $25.48 7 16 $8.89 OPERATING ENGINEER ' Group 1 5/05 $23.15 21 5 $14.45 Group II 5/05 $22.80 21 5 $14.45 Group III 5/05 $22.60 21 5 $14.45 Group IV 5/05 $18.95 21 5 $14.45 Oiler-Driver 5/05 $18.95 21 5 $14.45 ' LABORER General Laborer 5/05 $21.77 2 4 $7.78 Skilled Laborer 5/05 $22.37 2 4 $7.78 ' TRUCK DRIVER-TEAMSTER Group 1 5/05 $23.67 22 19 $7.50 ' Group II 5/05 $23.83 22 19 $7.50 Group III 5105 $23.82 22 19 $7.50 Group IV 5/05 $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 Incremental Increase ANNUAL WAGE ORDER NO. 12 7/05 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 part of a regular crew on a make-up day,notwithstanding the fact that they may not have been employed the entire week,shall work Saturday at the straight time rate. A workday shift is to begin at the option of the Employer,between 6:00 a.m. and not later than 9:00 a.m. However,the project starting time may be advanced or delayed if required. If workmen are required to work the enumerated holidays or days observed as such or Sundays,they shall receive double(2)the regular rate of pay for such work. 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 a week shall be at the overtime rate of one and one-half (1%2)times 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's). Saturday may be 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. 1 Except as worked as a make-up day,time on Saturday shall be worked at one and one-half(1%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 double(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 may be used for a make-up day. If an Employer is prohibited from working on a holiday,that employer may work the following Saturday at the straight time rate. However, the Employer may have the option to schedule his work from Monday through Thursday at ten(10)hours per day at the straight time rate of pay with all hours in excess of ten (10)hours in any one day to be paid at the applicable overtime rate. If the Employer elects to work from Monday through Thursday and is stopped due to circumstances beyond his control,he shall have the option to work Friday or Saturday at the straight time rate of pay to complete his forty(40)hours. If an ' Employer is prohibited from working on a holiday, that Employer may work the following Friday or Saturday at the straight time rate. Overtime will be at one and one-half(1%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 workday 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 snake-up day at the straight time rate. Employees who are part of a regular crew on a make-up day,notwithstanding the fact that they may not have been employed the entire week,shall work Saturday at the straight time rate. For all time worked on recognized holidays,or days observed as such,double(2)time shall be paid. ANNUAL WAGE ORDER NO. 12 AWO12026 nor Page 1 or tpaga COLE COUNTY HOLIDAY SCHEDULE—HEAVY CONSTRUCTION NO.4: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Christmas Day, or 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 a holiday falls on a Saturday, it shall be observed on the preceding Friday.No work shall be performed on Labor Day except in case of jeopardy to work under construction.This rule is applied to protect Labor Day.When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight(8)hours toward a forty(40)hour week;however,no reimbursement for this eight(8)hours is ' to be paid the workman unless worked. If workmen are required to work the above recognized holidays or days observed as such,or Sundays, they shall receive double(2)the regular rate of pay for such work. The above shall apply to the four 10's Monday through Thursday work week.The ten (10)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. If a holiday falls on Sunday, it shall be observed on the following Monday. If a holiday falls on Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction.This rule is applied to ' protect Labor Day.When a holiday falls during the normal work week,Monday through Friday,it shall be counted as eight(8)hours toward the forty(40)hour week;however,no reimbursement for this eight(8)hours is to be paid to the worker unless worked. If workers are required to work the above recognized holidays or days observed as such, they shall receive double(2)the regular rate of pay for such work. NO. 19: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, ' Labor Day,Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. 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 AW012 nuoi ANNUAL WAGE ORDER NO. 12 rage I of I Pag" 1 1 REPLACEMENT PAGE OUTSIDE ELECTRICIAN These rates are to be used for the following counties: Adair,Audmin,Boone,Callaway,Camden,Caner,Chariton,Clark,Colc,Cooper,Crawford,Dent,Franklin, Gasconade,Howard,Howell,Iron,Jefferson,Knox,Lewis,Lincoln,Linn,Macon,Marics,Marion,Miller,Monitwu, Monroe,Montgomery,Morgan,Oregon,Osage,Perry,Phelps,Pike,Pulaski,Putnam,Ralls,Randolph,Reynolds, Ripley,St.Charles,S4 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 ' *Journeyman Lineman $30.30 $450+41.3% 'Lineman Operator $27.04 $4.50+41.3% *Groundman $21.22 $4.50+41.3% OVERTIME RATE:Eight(8)hours shall constitute a work day between the hours of 7:00 a.m.and 4:30 p.m.Forty (40)hours within five(5)days,Monday through Friday inclusive,shall constitute the work week.Work performed in the 9th and loth Dour,Monday through Friday,shall be paid at time and one-half(11/2)the regular straight time rate of pay. ' Contractor has the option to pay two(2)hours per day at the time and one-half(I'/,)the regular straight time rate of pay between Alit hours of 6:00 a.m.and 5:30 p.m.,Monday through Friday.Work performed outside the regularly scheduled working hours and on Saturdays,Sundays and recognized legal holidays,or days celebrated as such,shall be paid for at the rate of double(2)time. HOLIDAY RATE:All work performed on New Ycafs Day,Memorial Day,Fourth of July,Labor Day,Veteralr'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 nanLineman $30.30 $4.50+37.3% *Lineman Operator $26.16 $4.50+37.3% ' *Groundman $20.23 $4.50+37.3% OVERTIME RATE:Eight(8)hours shall constitute a work day between the hours of 7:00 a.m.and 4:30 p.m.Forty ' (40)hours within five(5)days,Monday through Friday inclusive,shall constitute the work week,Work performed in the 9th and 10th hour,Monday through Friday,shall Ix7 paid at time and one-half(1'h)the regular straight time rate of pay. Contractor has the option to pay two(2)hours perday at the tittle and one-hatr(i%7)the regular straight time rate ofpay between the hours of 6:00 a.m,and 5,30 p.m.,Monday through Friday. Worked performed in die first eight(8)hours on ' Saturday shall be paid at the rate 000ne and eight tenths(1.8)the regular straight time rate. Work perforated outside these hours and on Sundays and recognized legal holidays,or days celebrated as such,shall be paid for at the rate of double(2)time. ' HOLIDAY RATE:All work performed on New Year's Day,Memorial Day,Fourth of July,Labor Day,Vctcmn'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 shull be celebrated on the following Monday. ' *Annual Incremental Increase ANNUAL WAGE ORDER NO. 12 gas It MwJhi1WD 170wiCe nrtuius Oar S1L AW I71N dm AFFIDAVIT OF COMPLIANCE PUBLIC WORKS CONTRACTS LAW 1, 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. 31079, Sanitary Sewer Replacement In Various Locations 2006. 3. That I have read and am familiar with Section 290.290 RSMo (1994 as amended)an act relating to public works contracts,which impose certain requirements upon contractors and subcontractors engaged In a public works construction project in the State of Missouri. 4. That has fully complied with the provisions and requirements of Section 290.290 RSMo (1994 as amended) FURTHER AFFIANT SAYETH NAUGHT. ' AFFIANT ' Subscribed and swom to before me this_day of 20_ NOTARY PUBLIC ' My Commission Expires: ' STATE OF MISSOURI ) ss COUNTY OF ) EXCESSIVE UNEMPLOYMENT EXCEPTION CERTIFICATION I, the undersigned, , of lawful age, first being duly sworn, state to the best of my information and belief as follows: 1. That I am employed as by 2. That was awarded a public ' works contract for Project No. 31079, Sanitary Sewer Replacement in Various Locations 2006. ' 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 laborers from non-restrictive states on public works projects or Improvements, an exception applies as to the hiring of since no Missouri laborers or laborers from non-restrictive states are available or capable ' of performing FURTHER AFFIANT SAYETH NAUGHT. 1 AFFIANT ' Subscribed and sworn to before me this_day of 20_ ' NOTARY PUBLIC My Commission Expires: APPROVED BY: ' Director of Community Development, City of Jefferson, MO CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT, made and entered Into this ik—day of 2006, by and between Lehman Construction LLC hereinafter referred to 0 "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. 31079, Sanitary Sewer Replacement in Various Locations 2006. ' 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 "Sanitary Sewer Replacement In Various Locations 2006" in accordance with the plans and specifications on file with the ' Department of Community Development. 2. Manner and time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state ' and federal laws, within 90 calendar days from the date Contractor is ordered to proceed,which order shall be Issued by the Director of 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 Contractor knows 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. 12, 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. 1 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 for any one person in a single accident or occurrence,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) Scone of Insurance and Special Hazard. The Insurance required under Sub-paragraphs(b)and (c)hereof shall provide adequate protection forthe Contractor and Its subcontractors, respectively, against damage claims which may arise from ' operations underthis contract,whethersuch operations be bythe 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, Liauldated Damaaes. The City may deduct Four Hundred Dollars($400.00)from any amount otherwise due under this contract for every day the Contractor falls 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 falls 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 fall 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 fall 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 ' anyand all claims,damages, losses,and expenses including attorneys'fees arising out of or resulting from the performance of the work, provided that any such claim,damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to inJuryto ordestruction of tangible property(otherthan 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 1 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 labor done,and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to Insure the payment of all materials and labor used In the performance of this contract. 11. Supplies. The Contractor Is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062 RSMo 1994 as amended. Contractor shall keep and maintain records and Invoices of all such purchases which shall be submitted to the City. 12. Payment. The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Directorof Community Development and in accordance with the rates and/or amounts stated in the bid of Contractor dated April 18, 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 Eighty Eight Thousand Eight Hundred Thirty One Dollars, no cents ($88,831.00). 13. Performance and Materialman's Bonds Reaulred. 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 underthis 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,orclause ofthis Contract shall be adjudged Illegal, Invalid, or unenforceable, such Illegality, invalidity, or unenforceability shall not affect 1 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 Contractorand 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. ' 21. Waiver of Breech . 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. Assionment. 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 mall addressed to City of Jefferson, Department of Community Development, 320 East McCarty, Jefferson City, Missouri, 65101, and Contractor at 603 Russellville Road, California, MO ' 65018. The date of delivery of any notice shall be the second full day after the day of Its mailing. IN WIT S WHEREOF,the parties hereto have set their hands and seals this day of IM , 2006. CITY OF JEFFERSON CONTRACTOR i or itle: ATTEST: ATTEST: :1 City CIA Title: j e 7 APPROVED AS TO FORM: 6V4 City Counselor . Band#54157241 • PERFORMANCE. PAYMENT AND GUARANTEE BOND ' KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Lehman Construction LLC ' hereinafter, referred to as "Contractor" and United Fire & Casualty Company a Corporation . organized under the laws of the State of ' Iowa and authorized to transact business in the State of Missouri as Surety, are held and firmly bound unto the ' City of Jefferson, Missouri hereinafter referred to as"Owner" ' In the penal sum of Eighty-Eight Thousand Eight Hundred Thirty-One DOLLARS ($ 88,831.00 ), lawful money of the United States of America for the Npayment 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 day Of 20 ,entered into a written contract with the aforesaid Owner ' forfumishing 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 Contractorshall and will,in all particulars,well,duly and • faithfully observe, perform and abide by each and every covenant, condition, and part ' of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law ,•' and other Contract Documents thereto attached or, by reference, made a part thereof, according to the true Intent and meaning in each case, and if said contractor shall replace all defective parts, material and workmanship for a period of one year after acceptance by the Owner, then this obligation shall be and become null and void; otherwise It shall remain In full force and effect, PROVIDED FURTHER, that if the said Contractor 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 ilabllity, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or ' its subcontractors in performance of the work contracted to be done,the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with Interest as provided by law: PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract, or the work to be performed thereunder,or the specifications accompanying the same, shall in any wise affect its obligation on this bond and it does hereby waive ' notice of any change, extension of time, alteration, or addition to the terms of the contract, or to the work, or to the specifications: ' PROVIDED FURTHER,that if the said Contractor fails to pay the prevailing hourly rate of wages, as shown in the attached schedule, to any workman engaged In the ' construction of the Improvements as designated, defined and described In the said contract, specifications and conditions thereof, the Surety will pay the deficiency and ' any penalty provided for by law which the contractor Incurs by reason of an act or omission, In any amount not exceeding the amount of this obligation together with ' interest as provided by law: 1 s '• IN TESTIMONY WHEREOF, the said Contractor has hereunto set his hand, and the ' said.Surety has caused these presents to be executed in Its name, and Its corporate seal to be hereunto affixed, by it attomey-in-fact duly authorized thereunto so to do,at ' Jefferson City, Missouri on this the day of 20 ' United Fire& Casualty Company Lehman Construction, LLC SURETY COMPANY CONTRACTOR BY (SEAL) BY (SEAL) ' BY (SEAL) Attorney-1 -fact Kris L. Bennett (State Representative) (Accompany this bond with Attomey-In-fact's authority from'the Surety Company ' certified to Include the date of the bond.) : i 1 1 1 1• 1 I ACKNOWLEDGMENT BY SURETY ' STATE OF Missouri ' County of Cole j ss. ' On this day of before me personally appeared Kris L. Bennett known to, me to be the Allorucy-in-Fact of United Fire & Casualty Company ' the corporation that executed the mithin instrument,and acknowledged to me that such corporation executed lite same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official sad,at my office in the aforesaid County,the day and ' year in Oils certificate first above widen. N Notary Publi lathe State of Missouri (Seal) County or Osage JANET HASLAG NOTARY PUBLIC-NOTARY SEAL . STATE OF MISSOURI My Commission Expirrees:0Oclober 18,2000 ' 5-02301GEEF 1099 . ' UNITED FIRE&CASUALTY COMPANY HOME OFFICE-CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company-See Certification) • KNOW ALL MEN BY THESE PRESENTS,That the UNITED FIRE&CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having Its principal office In Cedar Rapids, State of Iowa, does make, constitute and appoint ' LOUIS A. LANDWEHR, OR CHARLES E. TRABUE, OR KRIS L. BENNETT, OR BEV J. BACKERS, ALL INDIVIDUALLY of JEFFERSON CITY NO 1 Its true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in Its behalf all lawful bonds, ' undertakings and other obligatory Instruments of similar nature as follows: Any and All Bonds and to bind UNITED FIRE&CASUALTY COMPANY thereby as fully and to the same extent as If such Instruments were signed by the duly authorized officers of UNITED FIRE&CASUALTY COMPANY and all the ads of said Attorney,pursuant to the authority hereby given are hereby retitled and confirmed. The Authority hereby granted Is continuous and shall remain In full force and effect until revoked by UNITED FIRE& CASUALTY COMPANY. This power of Attorney Is made and executed pursuant to and by authority of the following By-Law duly adopted by Board of Directors of the Company on April 10, 1973. "Article V-Surety Bonds and Undertakings" Section 2,Appointment of Attorney-In-Fact. "The President or any Vice President, or any other officer of the Company may, from time to time, appoint by written certificates attorneys-In-fact to act In behalf of the Company in the execution of policies of ' Insurance, bonds,undertakings and other obligatory Instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby;such signature and seal,when so used, being adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the some force and effect as though manually affixed. Such attomeys-In fact, subject to the limitations set forth In their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such Instruments and to attach the seal of the Company thereto. The President or any Vice President,the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attomey-in-fad. IN WITNESS WHEREOF, the UNITED FIRE& CASUALTY COMPANY has caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this 19th day of October, 2003 CIIM14t UNITED FIRE&CASUALTY COMPANY pr.► By �^� Vice President State of Iowa, County of Linn, ss: On 19th day of October, 2003, before me personally came Randy A. Ramlo to me known,who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he Is a Vice ' President of the UNITED FIRE&CASUALTY COMPANY, the corporation described in and which executed the above Instrument; that he knows the seal of said corporation;that the seal affixed to the said instrument Is such corporate seal;that It was so affixed pursuant. to authority given by the Board of Directors of said corporation and that he signed his name thereto(pursuant to like authority, and acknowledges same to be the act and deed of said corporation. / 6expZ"10/26/2007 MARY A.JAN3R!!COMMISSION NUMBER 71�7/t My commissio M �OMMIBSItW� PE.4 I,the undersigned officer of the UNITED FIRE&CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of ' the Power of Attorney and affidavit, and the copy of the Section of the by-laws of said Company as set forth In said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the sold Power of Attorney has not been revoked and Is now In full force and effect. cIn testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Company this day of 20 —. Secrotary'• ' SOND0019080201 I JNITED FIRE&CASUALTY COMPANY ❑ UNITED LIFE INSURANCE COMPANY •8 Second Avenue, S.E., Post Office Box 73909 Cedar Rapids, Iowa 52407 ' . NOTICE TO MISSOURI SURETY BOND HOLDERS ' Should you have a question about your bond or policy, please contact your insurance agent first. ' If you are unable to contact or obtain information from your agent, you may contact our company at the address and phone number below: 1 United Fire & Casualty Company ATTENTION: Bond Department P.O. Box 73909 Cedar Rapids, Iowa 52407 800-343-9130 1 1 , 1 . PI-1: 319.399.5700 FAX:319399.5499 ' A Z08D CERTIFICATE OF LIABILITY INSURANCE DPID R DATE(MMRIDIYYYY) LEHMA-1 04/30/06 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ' Winter-Dent 6 Company HOLDER,THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Box 1046 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. £arson City MO 65102-1046 one: 573-634-2122 Fax:573-636-7500 INSURERS AFFORDING COVERAGE NAICR ' INSURED INSURER A United Fin t casualty company 13021 INSURER O' HO cnptwe.• Mutual ma. ca. 10191 ' ' an Construction, LLC INSURER C: CalifornialMO 650188ad INSURER 0. INSURER 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 OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT 10 ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1177 ' LTR NSR TYPE OF INSURANCE POLICY NUMBER �AiE M mDIYY DATE MmD LIMITS GENERAL LIABILITY EACH OCCURRENCE $1000000 • X COMMERCIAL GENERAL LIABILITY 60321119 03/28/06 03/28/07 PREMISES Ea x=rreence $100000 CLAIMS MADE aOCCUR MEDEXP(Anyonapenon) $5000 PERSONAL S ADV INJURY 51000000 GENERAL AGGREGATE $2000000 GEITL AGGREGATE LIMIT APPLIES PER'. PROOUCTS•COMPIDPAGG S2G00000 POLICY X JEC LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT • X ANY AUTO 60321119 03/28/06 03/28/07 (EsaWd"I) =1000000 ALL OWNED AUTOS BODILY INJURY SCHEOULEDAUTOS (Per Parton) S X HIRED AUTOS BODILY INJURY X NON-0 vr� EVIEWED WNEO AUTOS (Per acOdenl) S PROPERTY DAMAGE $ (Per accldonl) GARAGE LIABILITY V: AUTO ONLY•EA ACCIDENT S ANY AUTO 0 EA ACC S OTHERTHAN D81u: AUi00NLY: AGO S EXCESS UMBRELL LIABILITY EACH OCCURRENCE $1000000 A X OCC IR CUIMSMAbE 60321119 03128106 03/28/07 AGGREGATE $1000000 S DEDUCTIBLE S X RETENTION $10000 S WORKERS COMPENSATION AND X TORY LIMITS I I ER B EMPLOYERS LIABILITY 1012789 03/28/06 03/28/07 E.L.EACH ACCIDENT 5500000 ANY PROPRIETOR(PARTNERIEXECUTIVE OFF ICERIMEMBER EXCLUDED? E.L.DISEASE•EA EMPLOYE $500000 II yet.datm SPECIAL PRee OYIunder SONS below E.L.DISEASE•POLICY LIMIT 5 500000 OTHER A Leased/Rented 60321119 03/28/06 03/28/07 $500 ded 350000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: Sanitary Sewer Replacement in Various Locations 2006; Project N 31079 CERTIFICATE HOLDER CANCELLATION JEFFE-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION • DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO 00 BO SHALL City Of Jefferson IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 320 East McCarty REPRESENTATIVES. Jefferson City MO 65101 A THORI2E EPRE T T ACORD 25(2001106) 0ACORD CORPORATION 196E 1 IMPORTANT ' If the certificate holder is an ADDITIONAL INSURED, the policy(les)must be endorsed.A statement ' on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may ' require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER 1 The Certificate of Insurance on the reverse side of this form does not constitute a contract between , the Issuing Insurer(s),authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,extend or alter the coverage afforded by the policies listed thereon, ' 1. 1 ACORD 28(2001108) ' INSURANCE BINDER OPID R °05/02/006 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT,SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. AGENCY COMPANY BINDER 9889 United Fire s Casualty Compan or-Dent S Company DATE EFFECTIVE Box 1046 TIME GATE TIME Jefferson City MO 65102-1046 X AMA I X 112.01 AM 05/01/06 12:01 PM 07/01/06 NOON Ac,NO.ErI: 573-634-2122 C.No; 573-636-7500 THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY CODE: 080277 SUB CODE: I PER EXPIRING POLICY N. BNDR—OCP—UNF DUSTOMERID: LERMA-1 DESCRIPnONOFOPERATIONSNEHICLESIPROPERTYIIncludinBL"A1Ioe) INSURED City o£ Jefferson Binder shown plac men coverage for Sanitary Department of Community Devel Sewer Replacement in Various Locations p y 2006; Project N 31079. 320 East McCarty Street Jefferson City MO 65101 COVERAGES LIMITS TYPE OF INSURANCE COVERAGEIFORMS DEDUCTIBLE I COINS% AMOUNT PROPERTY CAUSES OF LOSS BASIC "BROAD "SPEC GENERAL LIABILITY EACH OCCURRENCE $1000000 X COMMERCIAL GENERAL LIABILITY RENNTE REMISO ES S CLAIMS MADE D OCCUR MEDEXPLAOyonepeoon) S X Owner o contractor Prot. PERSONAL S ADV INJURY S GENERAL AGGREGATE 52000000 RETRO DATE FOR CLAIMS MADE: PRODUCTS•COMP/OP AGO $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 3 ANYAUTO BODILY INJURY(Per peraon) 3 _ OWNEDAUTOS BODILY INJURY(Per$Wdent) S SCHEDULED AUTOS PROPERTY DAMAGE $ HIRED AUTOS MEDICAL PAYMENTS S NONOWNED AUTOS PERSONAL INJURY PROT S UNINSURED MOTORIST $ S AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE ... COLLISION: BTATED AMOUNT $ OTHER THAN COL: OTHER GARAGE LIABILITY AUTO ONLY•EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACI4 ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EAC14 OCCURRENCE S UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM PETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION 3 WC STATUTORY LIMITS WORKER'S COMPENSATION E L.EACH ACCIDENT S AND EMPLOY48 LIABILITY E.L.DISEASE•EA EMPLOYEE $ E.L.DISEASE•POLICY LIMIT $ SPECC1�LL Lohman Conatruction, LLC is reaponnible for payment of prom ium and audit. FEES $ C 0NO L10NW COVERAGES TA%CB S ESTIMATED TOTAL PREMIUM 3 NAME R ADDRESS MORTGAGEE ADDITIONAL INSURED LOSS PAYEE LOAN N AUTHORIZED% 4t- . S TTl(ATIVE ACORD 75(2004100) NOTE;IMPORTANT STATE INFORMATION ON REVERSE SIDE ®ACORD CORPORATION 1993.2004 CONDITIONS ' This Company binds the kind(s)of Insurance stipulated on the reverse side. The Insurance Is subject to the ' terms, conditions and limitations of the policy(les)in current use by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company , stating when cancellation will be effective, This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions,This binder Is cancelled when replaced by a policy. If this , binder is not replaced by a policy, the Company Is entitled to charge a premium for the binder according to the Rules and Rates in use by the Company. Applicable in California , When this form Is used to provide Insurance in the amount of one million dollars($1,000,000)or more, the title of the form is changed from"Insurance Binder"to"Cover Note". Applicable in Colorado ' With respect to binders Issued to renters of residential premises, home owners, condo unit owners and moblie home , owners, the insurer has thirty(30)business days, commencing from the effective dale of coverage, to evaluate the issuance of the Insurance policy. Applicable in Delaware The mortgagee or Obligee of any mortgage or other Instrument given for the purpose of creating a lien on real ' property shall accept as evidence of Insurance a written binder Issued by an authorized Insurer or Its agent if the binder Includes or is accompanied by:the name and address of the borrower; the name and address of the , lender as loss payee; a description of the Insured real property; a provision that the binder may not be canceled within the term of the binder unless the lender and the Insured borrower receive written notice of the cancel- lation at least ten (10)days prior to the cancellation;except In the case of a renewal of a policy subsequent to the closing of the loan, a paid receipt of the full amount of the applicable premium, and the amount of ' insurance coverage, Chapter 21 Title 25 Paragraph 2119 Applicable in Florida ' Except for Auto Insurance coverage, no notice of cancellation or nonrenewal of a binder Is required unless the , duration of the binder exceeds 60 days. For auto Insurance, the Insurer must give 5 days prior notice, unless the binder Is replaced by a policy or another binder in the same company. Applicable In Nevada ' Any person who refuses to accept a binder which provides coverage of less than$1,000,000.00 when proof is ' required: (A)Shall be fined not more than $500.00, and (B)is liable to the party presenting the binder as proof of Insurance for actual damages sustained therefrom. ' AcoRD 78(2004109) , ' April 28, 2006 ' City of Jefferson. MO 320 East McCarty Street Jefferson City, MO 65101 '. RE: Contractor: Lehman Construction, LLC Bond No. 54157241 Project: Sanitary Sewer Replacement in Various Locations 2006 Project No. 31079 ' Gentlemen, ' Please accept this letter as your authority to date the Bonds and Power of Attorney on the above captioned project to coincide with the date of the contract. ' Once the contracts have been signed, l would appreciate receiving a copy of the contract and the dated bond with Power of Attorney for my file. '• Sine ely, 1 ICris . Bennett Attorney-In-Fact Winter-Dent & Co. * Q bCCho Insurance & Bonds �-� ' P.O. Box 1046 Jefferson City, MO 65102-1046 573-634-2122 Fax 573-636-7500 �•rr� Established 1912 1 . 1 ,• 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, Specifications, other documents listed in the Table of Contents and bound in this Volume. Plans,all Addenda thereto Issued prior to the time of opening bids for the work,all of which are hereto attached,and other drawings,specifications,and engineering data which may be furnished by the Contractor and approved by the Owner,together with such additional drawings which may be furnished by the Engineer from time to time as are necessary to make clear and to define in greater detail the Intent of the specifications and drawings, are each and all component parts to the agreement governing the work to be done and the materials equipment to be furnished. All of these documents are hereby defined as the Contract Documents. ' The several parts of the Contract Documents are complementary,and what is called for by any one shall be as binding as if called for by all. The intention of the Documents Is to Include the furnishing of all materials,labor,tools,equipment and supplies necessary for constructing complete and ready to use the ' work specified. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. The Contract shall be executed in the State and County where the Owner is located. Three(3)copies N 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 properlyexecuted,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 shall have and Is mutually understood to have the meaning herein given: 1. "Contract"or"Contract Documents"shall include all of the documents enumerated in the previous ' article. 2. "Owner", "City',or words"Party of the First Part", shall mean the party entering Into contract to ' secure performance of the work covered by this Contract and his or Its duly authorized officers or agents.Generally this will be the"City of Jefferson". 3. "Contractor"or the words"Party of the Second Part"shall mean the party entering Into contract for the performance of the work covered by this contract and his duly authorized agents or legal representatives. 4. "Subcontractors"shall mean and refer to a corporation, partnership,or Individual having a direct ' contract with the Contractor,for performing work at the Job site. • 5. "Engineer"shall mean the authorized representative of the Director of 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 wards equivalent thereto, shall mean the date upon which the •' successful bidder's proposal is accepted by the City. B. "Day'or"days", unless herein otherwise expressly defined, shall mean a calendar day or days , of twenty-four hours each. 9. 'The work"shall mean the work to be done and the equipment, supplies and materials to be , furnished under this contract, unless some other meaning is Indicated by the context. 10. "Plans"or"drawings"shall mean and Include all drawings which may have been prepared by the ' Engineer as a basis for proposals, all drawings submitted by the successful bidder with his proposal and by the Contractor to the City, if and when approved by the Engineer, and all drawings submitted by the City to the Contractor during the progress of the work,as provided for herein. , 11. Whenever in these contract documents the words"as directed","as required","as permitted","as allowed", or words or phrases of like Import are used, it shall be understood that the direction, ' requirement, permission,or allowance of the City and Engineer is Intended. 12. Similarly the words"approved","reasonable","suitable","acceptable","properly',"satisfactory', or words of like effect and Import, unless otherwise particularly specified herein, shall mean ' approved,reasonable,suitable,acceptable,proper or satisfactory in the judgmentof the City and Engineer. 13. Whenever any statement is made in these Contract Documents containing the expression"it is , understood and agreed"or any expression of the like Import,such expression means the mutual understanding and agreement of the Contractor and the City. 14. "Missouri Highway Specifications" shall mean the latest edition of the "Missouri Standard N 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 Itslhis/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. 1 GP-3 THE CONTRACTOR It is understood and agreed that the Contractor, has by careful examination satisfied himself as to the , nature and location of the work,the conformation of the ground,the character,quality and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general local conditions, and all other matters which can in any , way affect the work under this Contract. No verbal agreement or conversation with any officer,agent or employee of the City,either before or after the execution of this contract,shall affect or modify any of the terms or obligations herein contained. The relation of the Contractor to the City shall be that of an Independent contractor. ' GP-4 THE ENGINEER , The Engineer shall be the Cltys representative during the construction period and he shall observe the work In process on behalf of the City by a series of periodic visits to the Job site. He shall have authority to act on behalf of the City. ' The Engineer assumes no direction of employees of the Contractor or subcontractors and no supervision • of the construction activities or responsibility for their safety. The Engineer's sole responsibility during construction Is to the City to endeavor to protect defects and deficiencies in the work. ' Any plan or method of work suggested by the Engineer, or other representative of the City, to the Contractor,but not specified or required,if adopted or followed by the Contractor in whole or in part,shall ' 1• 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 surely bond, executed by the Contractor to the City, shall be a guarantee: (a) for the faithful performance and completion of the work In strict accordance with the terms and Intent of the contract documents; (b) the payment of all bills and obligations arising from this contract which might in any manner become a claim against the City; (c) for the payment to the City of all sums due or which may become due by the terms of the contract, as well as by reason of any violation thereof by the Contractor; and for a period of one year from and immediately following the acceptance of the completed project by the City,the payment to the City of all damage loss and expense which may occur to the City by reason of defective materials used,or by reason of defective or Improper workmanship done, in the furnishing of materials, labor, and equipment in the performance of the said contract. ' All provisions of the bond shall be complete and in full accordance with statutory requirements. The bond shall be executed with the property sureties through a company licensed and qualified to operate in the state and approved by the City. Bond shall be signed by an agent resident in the state and date of bond ' shall be the date of execution of the contract. If at any time during the continuance of the contract the surety on the Contractor's bond becomes ' irresponsible,the City shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the City within ten(10)days after notice to do so. In default thereof,the contract may be suspended, all payments or money due the Contractor withheld, and the contract completed as hereinafter provided. NGP-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 ' complied with. All certificates of insurance required herein shall state that ten(10)days written notice will be given to the ' City before the policy is canceled or changed. All certifications of insurance shall be delivered to the City prior to the time that any operations under this contract are started. All of said Contractor's certificates of Insurance shall be written in an insurance company authorized to ' do business in the State of Missouri. GP-6,2 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 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 purchaseand maintain Owner's Protective Liabliltyand Property Damage Insurance ' issued in the name of the Owner and the Engineer as will protect both against any and all claims that might arise as a result of the operations of the Contractor or his subcontractors In fulfilling this contract. The minimum amount of such Insurance shall be the same as required for Bodily Injury Liability and , Properly Damage Liability Insurance. This policy shall be filed with the Owner and a copy filed with the Engineer. GP-6.6 EXCLUSIONS ' The above requirements GP-6.2,6.3,6.5 for property damage liability shall contain no exclusion relative ' to: (1) Blasting or explosion. (Consult Technical Specifications Part I for possible deletion of this requirement on subject project.) , (2) Injury or destruction of property below the surface of the ground, such as wires, conduits, pipes, mains,sewers, etc., caused by the Contractor's operations. (3) The collapse of,or structural Injury to,any building or structure on or adjacent to the City's premises, N 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 anyclaims resulting from injuries to and death of workmen engaged in work under this contract. , GP-8.9 INSTALLATION FLOATER INSURANCE • This Insurance shall Insure and protectthe Contractor and the Cityfrom all Insurable risks of physical loss ' or damage to materials and equipment, not otherwise covered under Builder's Risk Insurance,when in warehouses or storage areas,during installation, during testing and until the work is accepted. It shall be of the"All Risks"type,with coverage designed for the circumstances which may occur in the particular , �• work Included in this contract. The coverage shall be for an amount not less than the value of the work at completion,less the value of the material and equipment Insured under Builder's Risk Insurance. The value shall Include the aggregate value of the City-furnished equipment and materials to be erected or Installed by the Contractor not otherwise Insured under Builder's Risk Insurance. Installation Floater Insurance shall also provide for losses, if any,to be adjusted with and made payable to the Contractor and the City as their Interests may appear. If the aggregate value of the City-furnished and Contractor-furnished equipment is less than$10,000 such equipment may be covered under Builder's Risk Insurance, and if so covered, this Installation Floater Insurance may be omitted, GP-8.10 CONTRACTOR'S RESPONSIBILITY FOR OTHER LOSSES For the considerations in this agreement heretofore staled, in addition to Contractor's other obligations, the Contractor assumes full responsibility for all loss or damage from anycause whatsoever to any tools owned by the mechanics, any tool machinery, equipment, or motor vehicles owned or rented by the Contractor's, his agents, sub-contractors, material men or his or their employees; to sheds or other temporary structures, scaffolding and staging, protective fences, bridges and sidewalk hooks. The Contractor shall also assume responsibility for all loss or damage caused by,arising out of or Incident to ' larceny,theft,or any cause whatsoever(except as hereinbefore provided)to the structure on which the work of this contract and any modifications, alterations, enlargements thereto, is to be done, and to materials and laborconnected or to be used as a part of the permanent materials,and supplies necessary to the work. GP-8.11 CONTRACTOR'S RESPONSIBILITY ON DAMAGES&CLAIMS INDEMNIFYING CITY N 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-8.12 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 shall forthwith give the details as to the happening,the cause as far as can be ascertained, the estimate of loss or damage done,the names of witnesses, if any, and staling the amount of any claim. GP-7 ASSIGNMENT OF CONTRACT ' The Contractor shall not assign or transfer this contract nor sublet it as a whole, without the written consent of the City and of the Surety on the Contractor's bond. Such consent of Surety, together with copy of assignment, shall be filed with the City. No assignment, transfer or subletting, even though consented to, shall relieve the Contractor of his liabilities under this contract. Should any assignee fail to perform the work undertaken by him In a satisfactory manner, the City may at his option annul and terminate Assignee's contract. ' GP-8 SUBCONTRACTS, PRINCIPAL MATERIALS &EQUIPMENT '• Prior to the award of the contract, the Contractor shall submit for approval of the City a list of subcontractors and the sources of the principal items of materials and equipment which he proposes to use in the construction of the project. The Contractor agrees that he is as fully responsible to the City for the acts and omissions of his •' subcontractors and of person either directly or indirectly employed by them as he is for the acts and omissions or persons directly employed by him. Any notices to the Contractor shall be considered as ' notice to any affected subcontractors. Nothing contained In the Contract Documents shall create any contractual relation between any , subcontractor and the City. No officer, agent or employee of the City, including the Engineer, shall have any power or authority whatsoever to bind the City or Incur any obligation in Its behalf to any subcontractor, material supplier or ' other person in any manner whatsoever. GP-9 OTHER CONTRACTS The City reserves the right to let other contracts In connection with this work. The Contractor shall afford , other contractors reasonable opportunity for the Introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate his work with theirs. ' If any part of the Contractor's work depends for proper execution or results on the work of any other contractor,the Contractor shall inspect and promptly report to the Engineer any defect in such work that renders it unsuitable for such proper execution and results. , His failure so to Inspect and report all constitute an acceptance of the other contractor's work as fit and proper for the reception of his work,except as to defects which maydevelop 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. N GP-10 LEGAL RESTRICTIONS, PERMITS AND REGULATIONS ' The Contractor shall procure at his own expense all necessary licenses and permits of a temporary nature and shall give due and adequate notice to those In control of all properties which may be affected by his operations. Rights-of-way and easements for permanent structures or permanent changes In existing , facilities shall be provided by the City unless otherwise specified. The Contractor shall give all notices and comply with all laws,ordinances, rules and regulations bearing on the conduct of the work as drawn or specified. GP-11 ROYALTIES AND PATENTS ' It is agreed that all royalties for patents or patent claims, Infringement whether such patents are for ' processes or devices, that might be involved in the construction or use of the work, shall be Included in the contract amount and the Contractor shall satisfy all demands that may be made at any time for such and shall be liable for any damages or claims for patent infringements,and the Contractor shall at his own expense, defend any and all suits or proceedings that may be Instituted at any time against the City for ' infringement or alleged infringement of any patent or patents Involved in the work,and in case of an award of damages,the said Contractor shall pay such award;final payment to the Contractor by the City will not be made while any such suits or claims remain unsettled. , GP-12 SCOPE AND INTENT OF SPECIFICATIONS AND PLANS GP-12.1 GENERAL , These Specifications and Project Plans are Intended to supplement, but not necessarily duplicate each • other, and together constitute one complete set of Specifications and Plans so that any work exhibited ' in the one and not in the other, shall be executed just as if it has been set forth in both, In order that the work shall be completed according to the complete design of the Engineer. 1 ,• Should anything be omitted from the Specifications and Plans which is necessary to a clear understanding of the work,or should it appear various instructions are In conflict,then the Contractor shall secure written Instructions from the Engineer before proceeding with the construction affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed and completed according to the true spirit, meaning and Intent of the contract, specifications and plans. ' GP-12.2 FIGURED DIMENSIONS TO GOVERN Dimensions and elevations shown on the plans shall be accurately followed even though they differ from scaled measurements. No work shown on the plans,the dimensions of which are not Indicated shall be executed until the required dimensions have been obtained from the Engineer. GP-12.3 CONTRACTOR TO CHECK PLANS AND SCHEDULES ' The Contractor shall check all dimensions,elevations and quantities shown on the plans,and schedules given to him by the Engineer,and shall notify the Engineer of any discrepancy between the plans and the conditions on the ground,or any error or omission in plans,or in the layout as given by stakes, points,or Instructions,which he may discover in the course of the work. The Contractor will not be allowed to take advantage of any error oromission in the plans or contract documents,as full Instructions will be furnished by the Engineer should such error or omission be discovered, and the Contractor shall carry out such ' instructions as if originally specified. The apparent silence of the Plans and Specifications as to any detail or the apparent omission from them of a detailed description concerning any point, shall be regarded as meaning that only the best general practices, as accepted by the particular trades or industries involved, shall be used. GP-12.4 STANDARD SPECIFICATIONS NReference to standard specifications of any technical society,organization or association,or to codes of local or slate 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 duly of the Project Representative during the construction Is to the City to endeavor to protect against defects and ' deficlencies 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 specificalions therefor, provided, however, that should the Contractor object to any order given by the Construction Representative, the Contractor may make written appeal to the Engineer for his decision. The Construction Representative and other properly authorized representatives of the City shall be free at all times to perform their duties, an intimidation or attempted intimidation of any one of them by the Contractor or by any of his employees shall be sufficient reason, if the City so decides, to annul the contract. ' Such construction representation shall not relieve the Contractor from any obligation to perform said work • strictly in accordance with the plans and specifications or any modifications thereof as herein provided, ' and work not so constructed shall be removed and made good by the Contractor at his own expense,and free of all expense to the City,whenever so ordered by the Engineer,without reference to any previous oversight In observation of work, Any defective material or workmanship maybe 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 by the Engineer,withhold payment or proceed to terminate contracts as herein provided. Reexamination of questioned work may be ordered by the Engineer,and if so ordered the work must be ' uncovered by the Contractor. If such work be done In accordance with the Contract Documents,the City shall pay the cost of reexamination and replacement. If such work be found not in accordance with the Contract Documents,the Contractor shall pay such cost,unless he shall show that defect In the work was caused by another contractor of the City and in that event the City shall pay such cost. ' The Contractor shall furnish samples of testing purposes of any material required by the Engineer, and shall furnish any Information required concerning the nature or source of any material which he proposes , to use. GP-14 LINES AND GRADES The Department of 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 N stakes are required. No claims shall be made because of delays If the contractors fall to give such notice. The Contractorshall carefully preserve stakes and bench marks, If such stakes and bench mark become , damaged,lost,displaced,or removed by the Contractor,they shall be reset at his expense and deducted from the payment for the work. Any work done without being properly located and established by base lines,offset stakes,bench marks, , orother basic reference points checked bythe Construction Representative maybeordered removed and replaced at the Contractor's expense. GP-15 CONTRACTOR'S RESPONSIBILITY FOR MATERIALS , The Contractor shall be responsible for the condition of all materials furnished by him, and he shall replace at his own cost and expense any and all such material found to be defective in design or ' manufacture,or which has been damaged after delivery. This Includes the furnishing of all materials and labor required for replacement of any Installed materials which is found to be defective at any time prior to the expiration of one year from the date of final payment. The manufacturer of pipe for use on this project shall certify In writing to the City that all materials furnished for use in this project do conform to these specifications. Whenever standard tests are conducted, he shall forward a copy of the lest results to the City. GP-18 WATER , All water required for and In connection with the work to be performed shall be provided by the Contractor at his sole cost and expense. , GP-17 POWER • All power for lighting, operation of the Contractor's plant or equipment or for any other use by the ' Contractor, shall be provided by the Contractor at his sole cost and expense. '• GP-18 SUPERINTENDENCE AND WORKMANSHIP The Contractor shall keep on his work, during Its progress, a competent superintendent and any necessary assistants, The superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. ' The Contractor shall provide proper tools and equipment and the services of all workmen, mechanics, tradesmen,and other employees necessary in the construction and execution of the work contemplated and outlined herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who Is disorderly, intemperate or incompetent or who neglects or refuses to perform his work in a satisfactorily manner, shall be promptly discharged. It is called particularly to the Contractor's attention that only first class workmanship will be acceptable. ' GP-19 MAINTENANCE OF TRAFFIC Whenever any street is closed,the Police Department, Fire Department, and Ambulance Services shall be notified prior to the closing, When a portion of the project is closed to through traffic,the Contractor ' shall provide proper barricades and shall mark a detour route around the section of the project if applicable. The route of all detours shall be approved by the Director of 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 N by means of effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. All open trenches and other excavations shall be provided with suitable barriers,signs, and lights to the ' extent that adequate protection is provided to the public. Obstructions, such as material piles and equipment, shall be provided with similar warning signs and lights. All barricades and obstructions shall be illuminated by means of warning lights at night. All lights used ' for this purpose shall be kept burning from sunset to sunrise. Materials stored upon or alongside public streets and highways shall be so placed,and the work at all times shall be so conducted,as to cause the minimum obstruction and inconvenience to the traveling public. ' All barricades, signs, lights and other protective devices shall be Installed and maintained in conformity with applicable statutory requirements, and in conformance with the Manual of Uniform Traffic Control Devices. All necessary barricades, signs,lights and other protective devices will be furnished, Installed and maintained by the Contractor. This work shall be subsidiary to the construction and no direct payment will be made for It. GP-21 EXISTING UNDERGROUND INSTALLATIONS AND STRUCTURES ' Pipe lines and other existing underground Installations and structures in the vicinityof 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 malns, which, In the opinion of the Engineer, must be •, moved will be moved by the utility company at no cost to the Contractor. Sanitary sewers which must be moved shall be re-laid by the Contractor and paid for at the prices bid. Only sewers which must be moved ' because of direct conflict with the storm sewer conduit will be paid for in this manner. Sewers damaged by excavation but not in direct conflict with the storm sewer will be repaired at the Contractor's expense. GP-22 PROTECTION OF WORK AND PROPERTY ' The Contractor shall be accountable for any damages resulting from his operations. He shall be fully responsible for the protection of all persons including members of the public,employees of the City and ' employees of other contractors or subcontractors and all public and private property including structures, sewers and utilities above and below ground, along, beneath, above, across or near the site or sites of the work,or other persons or propertywhich 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 bylhe 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 lime, nor any possession taken by the City or Its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the City, or any ' right to damages herein provided, nor shall any waiver of any breach in this contract be held to be a waiver of any other or subsequent breach. GP-25 USE OF COMPLETED PORTIONS ' If desired by the City,portions of the work may be placed in service when completed or partially completed and the Contractor shall give proper access to the work for this purpose;but such use and operation shall ' not constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty construction until the entire work under this Contract Is finally accepted and for the guarantee period thereafter. GP-26 ADDITIONAL, OMITTED,OR CHANGED WORK •' The Owner,without Invalidating the Contract,may order additional work to be done in connection with the ' Contract or may alter or deduct from the work,the Contract sum to be adjusted accordingly. All such work shall be executed to the same standards of workmanship and performance as though therein Included. 1 ,• The Engineer shall have authority to make minor changes In the work, not involving cost, and not Inconsistent with the purposes of the work, ' Except for adjustments of estimated quantities for unit price work or materials to conform to actual pay quantities therefor as may be provided for in the Special Conditions, all changes and alterations in the terms or scope of the Contract shall be made under the authority of duty 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 Nwhich could not be used In any part of the work as actually built. 3. Any other adjustment of the Contract amount where the method to be used In making such ' adjustments Is not clearly defined in the contract documents. Statements for extra work shall be rendered by the Contractor not later than fifteen(15)days after the completion of each assignment of extra work and if found correct will be approved by the Engineer and ' submitted for payment with the next regular monthly estimate. The Owner reserves the right to contract with any person or firm other than the Contractor for any or all extra work. The Contractor's attention Is especially called to the fact that he shall be entitled to no claim ' for damages or anticipated profits on any portion of the work that may be omitted. !Extra Work: ' (a) The term "Extra Work"shall be understood to mean and Include all work that may be required to accomplish any change or alteration In or addition to the work shown by the Plans or reasonably implied by the Specifications and not covered by the Contract proposal Items and which is not otherwise provided ' under this Article GP-26. (b) The Contractor shall perform all extra work under the direction of the Engineer when authorized by the Owner. The compensation to be paid the Contractor for performing extra work shall be determined by one or more of the following methods: 1. Method A: By agreed unit price ' 2. Method B: By agreed lump sum • 3. Method C: If neither Method A 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 Highway and Transportation Commission. GP-27 SUSPENSION OF WORK •' The Owner may at any time suspend the work, or any part thereof by giving ten (10)days notice to the ' Contractor in writing. The work shall be resumed by the Contractor within ten (10) days after the date fixed in the written notice from the Owner to the Contractor to do so, But if the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Owner ' does not give notice in writing to the Contractor to resume within a reasonable period of time, then the Contractor may abandon that portion of the work so suspended and he will be entitled to the estimates and payments for all work done on the portions abandoned, if any. , GP-28 OWNER'S RIGHT TO DO WORK If the Contractor should neglect to prosecute the work properly or fail to perform any provision of this contract, the Owner, after ten (10)days written notice to the Contractor, may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. ' GP-29 OWNER'S RIGHT TO TERMINATE CONTRACT If the Contractor should be adjudged a bankrupt, or If he should make a general assignment for the ' benefit of his creditors,or If a receiver should be appointed on account of his Insolvency,or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he should fall to make prompt , payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the Instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor five(5)days written notice,terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the work by whatever method he may deem expedient. In such case, no further payment will be made the Contractor until the work is finished. If the unpaid ' balance of the contract price shall exceed the expense of finishing the work, Including compensation for additional managerial and administrative services,such expenses shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. ' GP-30 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be stopped under an order of any court,or other public authority,for a period of three , months,through no act or fault of the Contractor or of anyone employed by him,then the Contractor may, upon five(5)days written notice to the Owner and the Engineer,stop work or terminate his contract and recoverfrom the Owner paymentforall work executed and anyloss 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 o(di(flculty,or any other natural or existing circumstances either known or unforeseen, which may be encountered in the ' prosecution of the said work,shall be sustained and borne by the Contractor at his own cost and expense. GP-32 SUNDAY, HOLIDAY AND NIGHT WORK No work shall be done between the hours of 6:00 p.m. and 7:00 a.m.,nor on Sundays or legal holidays, , without the written approval of the City. However, work necessary In case of emergencies or for the • protection of equipment or finished work may be done without the City's approval. ' Night work may be established by the Contractor as a regular procedure with the written permission of the City; such permission however, may be revoked at any time by the City If the Contractor falls to maintain adequate equipment and supervision for the proper prosecution and control of the work at night. , 1 '• GP-33 UNFAVORABLE CONSTRUCTION CONDITIONS During unfavorable weather, wet ground, or other suitable construction conditions, the Contractor shall confine his operations to work which will not be affected adversely thereby. No portion of the work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken by the Contractor to perform the work in a proper and satisfactory manner. GP-34 MATERIALS AND EQUIPMENT ' Unless specifically provided otherwise in each case,all materials and equipment furnished for permanent Installation in the work shall be new, unused,and undamaged when Installed or otherwise Incorporation In the work. No such material or equipment shall be used by the Contractor for any purpose other than that Intended or specified, unless such use is specifically authorized by the Engineer in each case. GP-35 DEFENSE OF SUITS In case any action at law or suit in equity is brought against the City or any officer or agent of them for or on account of the failure,omission,or neglect of the Contractor to do and perform any of the covenants, acts, matters,or things by this contract undertaken to be done or performed,or for the Injury or damage ' caused by the negligence or alleged negligence of the Contractor or his subcontractors or his or their agents, or in connection with any claim or claims based on the lawful demands of subcontractors, workmen, material men, or suppliers of machinery and parts thereof, equipment, power tools, and ' supplies Incurred in the fulfillment of this contract,the Contractor shall Indemnify and save harmless the City and their officers and agents, of and from all losses, damages, costs, expenses, judgments, or decrees whatever arising out of such action or suit that may be brought as aforesaid. NGP-38 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 (8) hours or over unless other unavoidable conditions prevent the Contractor's operation. If conditions are such as to stop work in less than six(8) hours, the day will not be counted as a working day. ' No working days will be counted from December 15 to March 15, both dates inclusive. Saturdays, Sundays, and City holidays will not be counted as working days any time during the year. ' GP-38 CONTRACT TIME EXTENSION The Engineer may make allowance for time lost due to causes which he deems justification for extension of contract time. If the Contractor claims an extension of contract time on the grounds that he Is unable ' to work due to causes beyond his control, he shall state his reasons In writing,furnish proof to establish his claim and state the approximate number of days he estimates he will be delayed. Notice of intention • to claim an extension of contract time on the above grounds shall be filed with the Engineer at the time ' the cause or causes occur and the claim shall be filed In writing within 30 days after the claimed cause for the delay has ceased to exist. GP-38 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. (c) LUMP SUM ITEMS Payment for each lump sum Item shall be at the lump sum bid for the Item,complete in place,and shall ' Include the costs of all labor, materials, tools, and equipment to construct the item as described herein and to the limits shown on the plans. (d) PARTIAL PAYMENT , Partial payment will be made on a monthly basis. The payment shall be based on the work that has been ' found generally acceptable under the contract by the Engineer or Inspector. A retainer equal to 10%of the amount of work completed to date shall be withheld, (e) ACCEPTANCE AND FINAL PAYMENT , Upon receipt of written notice that the work is ready for final inspection and acceptance,the Engineer will promptly make such Inspection, and when he finds the work acceptable under the Contract and the ' Contract fully performed he will promptly issue a final certificate,over his own signature,stating that the work required by this contract has been completed and is acceptable by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, Including the retained percentage,shell 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. , 1 ,• GP-41 RELEASE OF LIABILITY ' The acceptance by the Contractor of the last payment shall operate as and shall be a release to the Ownerand everyofficerand agent thereof,from all claims and Ilabilityto 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 Dppartment 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 anyjoborservice,the purchasingagent 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 N On purchases In excess of$5,000,the City shall select products manufactured,assembled or produced In the United States,If quantity,quality,and price are equal. Every contract for public works construction or maintenance in excess of$5,000 shall contain a provision requesting the contractor to use American products In the performance of the contract. GP-45 AWARD OF CONTRACT-REJECTION OF BIDS ' All bidders are required to submit with bid Minority Business Enterprise Eligibility Forms for all subcontractors and suppliers who the contractor intends to use on the project. Compliance with this requirement and the Minority Business Enterprise Program shall be a consideration for award of this contract. The contract will be awarded to the lowest and best responsible bidder on the base bid proposal, complying with the conditions of the Advertisement for bids and Specifications, providing the bid is ' reasonable and it is in the Interest of the City of Jefferson,Missouri to accept same. The bidder to whom an award Is made will be notified at the earllest 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 tofinal payment,each contractor and subcontractor hereundershall 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 State 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 stales maybe 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 utlllzed In the act and this ' provision would confllct 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. GP48 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 complied with the provisions and requirements of Section 290.290, RSMo (1994 as amended),when in fact the contractor or subcontractor has not complied, to the extent that any liability is assessed against the City of Jefferson,Missouri,or any additional expenses are Incurred by the City of Jefferson, Missouri, any contractor making the false statement, or whose , subcontractor makes a false statement, shall hold harmless and indemnify the City for any Iiabilily assessed against it or any additional expenses Incurred. Any contractor who falls to comply with the requirements of hiring only Missouri laborers or laborers from ' non-restrictive states,absent statutoryexceptions,wheneverthere is a period of excessive unemployment In Missouri,agrees to hold harmless and indemnify the City of Jefferson,Missouri,for any Ilabilitylhat may be assessed against It or any additional expenses Incurred by the City of Jefferson, Missouri, because of the contractor or subcontractor's failure to comply. END OF GENERAL PROVISIONS '• SPECIAL PROVISIONS FORWARD: The provisions of this section take precedence over any other provisions in these specifications. ' SP-1 PARTIAL ACCEPTANCE OF BID The City reserves the right to accept any part or all of the bid for the project. ' SP-2 PRE-CONSTRUCTION CONFERENCE Prior to starting work, a pre-construction conference will be held to discuss the project, Its ' scheduling and Its coordination with the work of others. It is expected that this conference will be attended by representatives of the Owner,the Engineer, the Contractor and his Subcontractors, and the Utilities, as well as representatives of any other affected agencies which the Owner may wish to invite. ' The work schedule specified in Section IB-23 of the Information for Bidders will be submitted at the conference. SP-3 PREVAILING WAGE LAW Bidders are hereby advised that compliance with the Prevailing Wage Law, Section 290.210 ' through 290.340 Inclusive of the Revised Statutes of Missouri, is a requirement of this contract. (Reference Section IB-20) Section 290.265 requires that a clearly legible statement of all prevailing hourly wage rates should be kept posted in a prominent and easily accessible place at the site by each contractor and subcontractor engaged in public works projects, and that such notice shall remain posted during the full time. ' SP-4 PROOF OF INSURANCE ' All certificates of Insurance provided for this project shall be insured directly from the company affording coverage. Certification from a local agent in not acceptable without the necessary paperwork empowering and authorizing the agent to sign the surety's name. ' In addition,when an aggregate amount is included, a statement of the amount of that aggregate available to date shall also be attached. SPA TECHNICAL SPECIFICATIONS AND DETAILS ' The Technical Specifications for this project shall consist of the 1999 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 and attached hereto shall be used In constructing ' this project. SP-4 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. 1 ACCESS TO ADJACENT PROPERTIES •1 Prior to the removal of the driveways to any dwellings or buildings, the Contractor shall notify the , Inhabitants of such structures that the use of the driveways or access will be temporarily affected. Notice shall be of sufficient length to allow the persons affected to remove vehicles and other Items that may be Inaccessible during construction activities.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-8 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 t called out on the plans shall be subsidiary to the work. SP-7 ROCK REMOVAL No explosives shall be used an this project. Rock shall be removed by mechanical chipping,Jack- ' hammering or other methods approved by the Engineer. SP-8 STREET CLOSURE, PROJECT PHASING,AND TRAFFIC CONTROL , For this project the contractor has the option of closing the effected streets to traffic, or maintaining traffic by use of flaggers or other means acceptable to the engineer and meeting the requirements of the MUTCD. If the contractor chooses to close the street to traffic he shall keep the closure time to a practical minimum as determined in concert with the engineer. He shall also meet the notification of closure specified in GP- 19 as well as notifying adjacent landowners. A traffic control plan has been provided for the street closures. If the contractor chooses to maintain ' traffic on the street, he shall provide the necessary traffic control personnel, such as flagmen, and any signing,warning devices and signs necessary as established by the MUTCD to maintain traffic flow.A typical minimum sign requirement has been provided in the traffic control plan. , The replacements at Jackson and McCarty Streets(Item#2) must be completed between Monday,July 10, 2006 and Monday, July 31, 2006,Jackson Street may be closed from Miller to McCarty for this period. If buried phone cable Is completed prior to this, the Contractor may start ' earlier than July 10, 2006. The replacement at Chestnut and Dunklin Streets(Item#4) must be completed between , Wednesday, May 16, 2006 and Wednesday. May 31, 2006. Lanes of Dunklin Street at Chestnut may be closed and rerouted for this period. 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-9 CONSTRUCTION STAKING , The construction staking for this project will be the responsibility of the contractor. SP-10 SANITARY SEWER ' The Installation of the sanitary sewer, Including the adjustment to all manholes, shall conform to • the City of Jefferson Sanitary Sewer Specifications. ' 1 ,• All care shall be taken to limit damage to the existing sanitary sewer mains. Damage to the sewer mains caused by negligence shall be repaired at the contractors expense. ' SP-11 SUGGESTED CONSTRUCTION SEQUENCE/BYPASS PUMPING ' It is essential to the operation of the existing sewerage system that there be no interruption in the flow of sewage throughout the duration of the project.To this end, provide, maintain and operate all temporary facilities such as dams, plugs, pumping equipment(both primary and back-up units) as required, conduits, all necessary power, and all other labor and equipment necessary to ' Intercept the sewage flow before it reaches the point where it would Interfere with the work, carry it past the work and return it to the existing sewer downstream of the work.THE SYSTEM IS HEAVILY INFLUENCED BY WET WEATHER INFLOW/INFILTRATION. IT IS RECOMMENDED TO NOT ATTEMPT BYPASS PUMPING DURING RAIN EVENTS AND WHILE RAINWATER IS ' STILL BE COLLECTED AND TRANSPORTED BY THE SYSTEM.The following is a suggested bypassing scheme. The area at point repair#1 has flow restricted by the problem at#2. The system has an average flow rate of approximately 22 gpm with a peak flow rate of 116 gpm.The outbound Invert at manhole 16 can be temporarily plugged and the flow pumped Into manhole 5097. If the repair at #2 is performed first,flow will be significantly higher. ' The repair at#2 will require two bypass pumping arrangements.The outbound Invert of manhole 26 can be temporarily plugged and the flow pumped through a discharge hose in the storm sewer ' under McCarty Street Into manhole 5100.The system has an average flow rate of approximately 171 gpm with a peak flow rate of 934 gpm.The east Inbound Invert at manhole 5101 can be temporarily plugged with a flow-through plug and the flow pumped Into manhole 5101.The system has an average flow rate of approximately 272gpm with a peak flow rate of 1473 gpm. NThe repair at#3 will require that the northeast overflow at manhole 5027 be temporarily plugged. The outbound Invert at manhole 5318 can be temporarily plugged and the flow pumped to manhole 5023 on the west side of wears creek channel.The system has an average flow rate of ' approximately 191 gpm with a peak flow rate of 1022 gpm. Raw sewage may not enter Wears Creek Channel. ' The repair at#4 will require constructing 8"sewer main between the manholes prior to making the connections at the manholes to limit downtime. Bypass pumping may be achieved by plugging the Inbound Invert of each manhole with a flow through plug and bypass dumping downstream. System average flow should be less than 100gpm during the May 16 to May 31 period. ' This is a suggested sequence, and the contractor is free to suggest a method that better prevents discharge of untreated sewage. ' SP-12 TOPSOIL IN AREAS TO BE SEEDED OR SODDED The top six(6)Inches of all areas of the project to be seeded or sodded 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 seeded or sodded. No direct payment will be made for this requirement.All areas to be seeded ' or sodded shall be Inspected prior to seeding and mulching.Any deficiency shall be corrected prior to the seed application. SP-13 SURFACE REPAIR FOR STREETS '• For all trenches cut through the street the surface repair shall follow the Patching and Backfilling Paved Streets detail in the City of Jefferson Standard Drawings. 1 SP-14 ALUMINIZED CSP •' All the Corrugated Steel Pipe on the project shall be annular riveted Aluminized Steel Type 2. ' SP-16 COORDINATION WITH OTHER CONTRACTORS The contractor shall coordinate with Sprint and MAWC in the area of#2.The contractor shall ' coordinate with MAWC in the area of#3 to avoid conflicts and AmernUE gas In area#4 to avoid shutting down.Dunklin Street completely. SP-16 MEASUREMENT AND PAYMENT Item No. 1.00-Construction Signage and Traffic Control ' This Item shall Include all labor, material, equipment,and services necessary to provide the signage 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. 1.01 -Connect to manhole 15 This item shall include all labor, material, equipment, and services necessary to ' provide the connection to the existing manhole.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. 1.02-12" Die. PVC Pipe This Item shall Include all labor, material, equipment,and services necessary for the Installation of 12"dia. PVC pipe Including bypass pumping.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. 1.03-Support Utilities in Deep Excavation This Item Includes any support, shoring,bracing or other required measures to ' keep utilities and pipelines located adjacent to the excavation protected and In service.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. 1.04-Seeding and Mulching This Item shall Include all labor, material, equipment, and services necessary for the fertilizing, seeding and mulching of all disturbed areas not receiving erosion ' control blankets.The seeding shall follow the specifications found in TS-9.3. The contractor, at his option, may submit an alternate seed mix for consideration.The work provided herein will be measured by the acre, and will be paid in a like fashion at the unit price. , Item No.2.00-Construction Signage and Traffic Control This Item shall Include all labor, material, equipment, and services necessary to , provide the signage 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. , 1 1• Item No. 2.01 -Connect to manhole 5101 This Item shall Include all labor, material, equipment, and services necessary to ' provide the connection to the existing manhole.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. 2.02-10"Dia. PVC Pipe This Item shall include all labor, material, equipment, and services necessary for the Installation of 10"dia, PVC pipe Including bypass pumping.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 lineal foot, and will be paid in a like fashion at the unit price. ' Item No. 2.03-4"PCC Sidewalk This item shall Include all labor, material, equipment, and services necessary for ' the construction of 4"thick portland cement concrete sidewalks of varying width. 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. 2.04-6"PCC Sidewalk Ramps This Item shall Include all labor, material,equipment,and services necessary for ' the construction of 6"thick portiand 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 N plans.The work provided herein will be measured by the square yard,with payment by the square yard at the bid price. Item No. 2.05-Type A Curb and Gutter Replacement ' This Item shall Include all labor, material,equipment,and services necessary for the removal of the existing curb, or curb and gutter,and the construction of standard type A curb and gutter in accordance with the City of Jefferson Standard ' Details and specifications.The work shall also Include(In applicable areas)the cutting of the existing pavement to provide a neat line to which the new gutter can be poured.The work provided herein will be measured by the linear foot at the flow line of the gutter for all constructed curb and gutter sections.Payment will be ' made by the linear foot at the bid price. item No.2.06-4'x 3'Type A Inlet This Item shall Include all labor, material, equipment, and services necessary for ' the construction of 4'x 3'Type A Inlets 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,2.07-4'x 4'Type C Inlet This Item shall Include all labor, material,equipment,and services necessary for the construction of W x 4'Type C Inlets 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.2.06- 15"Dia.Aluminized CSP This Item shall include all labor, material,equipment, and services necessary for • the installation of 15"Dia, Aluminized 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, •1 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. 2.09-Rock Excavation Sanitary Sewer Trench (Mechanical) , This Item shall Include all labor, material, equipment, and services necessary for the mechanical removal of rock specific for Installation of the sanitary sewer. 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 %2 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. 2,10-Rock Excavation Storm Sewer Trench (Mechanical) This Item shall Include all labor, material, equipment,and services necessary for ' the mechanical removal of rock specific for installation of the storm sewer. 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 '/2 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.2.11 -Seeding and Mulching , This Item shall Include all labor, material, equipment, and services necessary for the fertilizing, seeding and mulching of all disturbed areas not receiving erosion control blankets.The seeding shall follow the specifications found In TS-9.3. The contractor, at his option, may submit an alternate seed mix for consideration,The work provided herein will be measured by the acre, and will be paid in a like fashion at the unit price. Item No.2.12-6"PCC High early strength 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. , Item No.2.13-1-112"AC Surface(Grade C) This Item shall Include all labor, material, equipment, and services necessary for ' the placement of asphalt.The area Is shown in the plan and typical section.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. 3.00. 15'Dia.PVC Pipe(South of Expressway) ' This Item shall Include all labor, material, equipment, and services necessary for the Installation of 16"dia. PVC pipe including bypass pumping and fiowable ' backfill where necessary.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 lineal foot, and will be paid in a like fashion at the unit price. ' Item No. 3.01 - 15" Dia. PVC Pipe(North of Express way) This Item shall Include all labor, material, equipment, and services necessary for ' the Installation of 15"die. PVC pipe Including bypass pumping and Plowable backfill where necessary. 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. 3.02- Replace Concrete Sides of Channel and Filet to Channel Floor This Items shall Include all labor, material, equipment and services to replace disturbed channel sides as shown on attached details.The work provided herein will be measured by square yard and will be paid in like fashion at the unit price. ' Item No.3.03-Grade Beam Repair This item shall Include all labor, material, equipment and services to connect any disturbed grade beam to undisturbed subgrade.The work provided herein will be ' measured by cubic yard and will be paid in like fashion at the unit price. Item No.3.04- Remove 54"RCP pipe. Replace with end section This Item shall include all labor, material,equipment and services to remove the pipe and and replace with a standard 54"end section. Item No. 3.05- Repair Truck Ramp This items shall Include all labor, material,equipment and services to replace ' disturbed channel sides as shown on attached details.The work provided herein will be measured by square yard and will be paid in like fashion at the unit price. N Item No. 3.05-Seeding and Mulching This Item shall Include all labor, material, equipment,and services necessary for the fertilizing, seeding and mulching of all disturbed areas not receiving erosion control blankets. The seeding shall follow the specifications found in TS-9.3. The ' contractor, at his option, may submit an alternate seed mix for consideration.The work provided herein will be measured by the acre, and will be paid In a like fashion at the unit price. Item No. 4.00-Construction Signage and Traffic Control This Item shall Include all labor, material, equipment,and services necessary to provide the signage 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.4.01 -Replace MH 5202 This Item shall Include all labor, material, equipment, and services necessary for the construction of a 4'diameter manhole including bypass pumping.The ' manhole Is to be constructed 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.4.02- Replace MH 5203 This item shall include all labor, material,equipment, and services necessary for ' the construction of a 4'diameter manhole including bypass pumping.The manhole Is to be constructed 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. 4,03-8"Die. PVC Pipe ' This Item shall Include all labor, material,equipment,and services necessary for • the installation of 8"dia,PVC pipe including bypass pumping.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. 4.04-8"PCC High early strength Pavement This Item shall Include all labor, material,equipment, and services necessary for ' the construction of a e"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. Item No. 4.05- 1-1/2"AC Surface(Grade C) ' This Item shall Include all labor, material,equipment, and services necessary for the placement of asphalt.The area is shown in the plan and typical section.The work provided herein will be measured by the square yard, and will be paid In a like fashion at the unit price. ' SP17- FLMABLE FILL Control Low Strength Material: Where required and as an alternate to earth or granular backflll, ' controlled low strength material(CLSM)may be used. CLSM shall consist of Type I Portland Cement, Clean River Sand, Potable Water, and other additives per mix design. Portland Cement shall conform to ASTM Speciflcalion C150, Sand shall conform to fine aggregate as specified in ASTM C33. If used,fly ash shall conform to ASTM C816, Class C. Additives may be used with N Engineer's approval. 1 ' `r,•` , yr��h,� 't, H1 t' R i � •� Z Ar At MANHOLE 816 r ti-fir. •' U5 z ° ' , �'� ..�� °tiny.�, V/A �- •` .... �yl Iy M .�'• W H ID Q //,, /., : �v.7�1► r ITEM APPROXIMATE AREA j' t/ '� _ a ' MANHOLE 815 ' t MANHOLE 24 MANHOLE #5097 ; 1 .j.• i nc• \. �� ill ir�„y• `��� 0. Q�- A O�j � ..'�, ' ' Gj \�Ntutr►lu� NFL RZ i ' All ' �, �..,• II 1 11111\ ����, ♦, z IS. .1 �,'• � i®.[y�L(,u,���,,.5::,;'sed,��'F?.o "� ���i ITEM 2' •<.;, ;.: :r' N Z o- o APPROXIMATE AREA 9�Q =f• ` /y. MANHOLE MANHOLE #22/5100 o "114 y' IX REPLACE W/TYPE A INLET `•Di fit, r{'Y Rn iii ry ,�P li Sxx�,A, 1 ti6 ;...�t :it,^:ufA��',.'d,`•�.. �` �� � � / 5:.�"."�:''. . 8 `;( 4 'I r. • :J,j�i��'r•S ',� 'yam.\ �� '•/ .\`'r;?{£i�• ® 6 � .l� `'•E '' •S;S.Y` s..rr':=rt`C^,>7,,,��+". ; .l;:e,\ , .r.t�' e 4 REPLACE 40 LF REPLACE W/TYPE C INLET •`�r"� MANHOLE #21 N7, t� ^fin ' �•,• � '•�`t.it)'.:\,. •4I+:.. rFA • �'-o � Tfi'CI'. Ei .•• 11 CALE p'/iglpiu� lbi`� `' i.���,F •It)� • cr + i DAIS � 1� \4 ,,r 4 \ J •�• � L /�;. � 0 i t W r. *. cl: cc CK: v k, ' .a • . �� ,\ '',�y%� MANHOLE #5103 5 > ITEM 3 APPROXIMATE AREA }jS ,.,;a , ,.� �r]� .. \..\ �.r.'. -• Iry i \� .,.tit. y'. ' \ Tjp.. •. ��� :r / '�':r•' ..k r MANHOLE X15318 , . + ,Kj •N' �"r�\17..1..�':.� i ,,. . �'� .r'��.iyi�L� •. r.:•., K MANHOLE #5023 / =, )'i',Fit'•, \� a MANHOLE #5027 � x f i. ,y1�`Y". li. �+?. / :, 111 .• Lod I.: �•,y-� sre .:`i�.�.,, �� ,� J�W.'��' s)ikd'TNlM79,CR ,^..' ' ,r, ' .. , •:;.' `r�; �,, [- 9�JG �� Jam\' 71rY �,''�� r ' �}'• ..�' N ALE i v in mm r , a •� I z ' \ \68459'2" / r,���� r m MN IZZ wo 413M(WnU OW) °C I CAP• 155'2'42' \ r IN r TO W M&M 1<art ar r TO NN nzAB C VA OODA $0 O � OUT OF E'V W\ MU O ( //68'54'8" \\� �11 22'5'28" cwPMc SCALE /. / // g g 4 OF/ U1ONN POVAT[ �R i1oN na(roarrwscilaaq ° d N. 630 630 i. Tc SUM TC 124.04 • li � 620 620 I DOMNO n 0 T GILM sr FL 0 rt ISM 610 610 FL N 41 MALL 3M LF or r►w AT .1N 600 1600 0+00 10+50 1±00' , C i i �aaa��aaaaaaa�= aaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaa=aa=aaaaaaaa� ���a aaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa ��,rJam -aaa = -' �_a��aaaaaaaaaaaaa aaaase Em aaaaaa-a as Ems �• - � = C�EC��. ��aa BOO-_a �� �o a maa -aaa�-��-�' ■(Y•Ja�B�7C:C = aaaaa�- aaaaSaa_�_aa� as M PRO_�:��_ .^�J aa_aaaRM a aCIaN-_a_a M_aM a_a a aas s aa a aar�E_6c3Ba_�CppE_a3 - aaaaaaaaa aaaaaaa��a a 1� =ed�'�P-Faaaa�aaEaaaaaaaaaaaaaaa aaa aaaaaaaaaaaa®aa==_= 1l�aa��C3E=�E�aaa���aa__a�s�laa®aa a�a®a® as®a aaaaaaaaaaaa�- °''!� -aa a€5aaaaaaaaaaa � ®�®® !!� �®® �aaaaCK OE- pRaaa='ffaaaaaaa® ��a � ����--I ease: ��ONa-Wa==: aal�l 199999®Fb ®aa�I an @!: -" a�a as aa� aa� ®aa®aa®®aaE� �caaC--C�aa-- ''-F--c-c pp°�� ate! E:�pp�-_�:•O-(� �r ��'�`-'p����- �---sc�a��s=E:�-s @�°c=5��-c�� c:: ==aaE=C=ma--;g,a-aaaaaa�;a��aE==a���aaa�aaaa=====��___�� MEMOIR Em mm=ma®a=�� E:m aa_a==::��aaaE3aa�aa_E�_a=aEm�aaa�aaE��aaaaaaa�====c=_� E3E3� -C -C•,•;�aa�..�7C�"-�" a��aE'=a�Caa'J�L'�a.S_�7aa=a�l�aa"��'7' E��L�aC,��aa�=�aaaa�7'SCC3�aC=.SL�7S OGJ.7 C^ ter= O ===C =C B i 3L �Z.B--- 3�= � __E3e��---=a=�•�,��a����� �_.. .��aaa;a�a':r.a��=G_aCaaC==���a_a= =S C—c �_c c_srrrasoc_B �—_.:moo ®® aa• cam--- _—=soossac,T` ccaa��B==� C=c �LCSJ�Oi=-L" ����••C�E=�S71C�=SO=CSCC 71 ff Irni (L Tr • 1 ®a�®®' MEMNON go MEMO MISS offilmagm Is LEIN, Nos m 0, LN� rill =m c:c .• m MM I.CT,7= Fail. im9®x9meesacc�am�:�;l!'�c���,� ffl7�==eo:eae� oo1�'t�"=����ERF s�®i�l��iioC �C =i�r�l mE I�L��—® MMMIM Mmo=ENROM C�7C: CC�I' CT�'� p �_ _CEL CE CC� �C- , ��oo=�==fit- i -- ems... : � CHANNEL � :i''•. 7 f • /c5'•O" os rr�,�c�C /c�,_p,. ' .c��-• r�ofc°o' i� ��'� `.I u /2 1 nr. ITEM IWO- E;7 All Al (TYP k.'• U�?o'i sfur-6c� Grooms c�c-�.r� c�rfh WHERE " ,.,• CHANNEL SECTION STA. 17+50 TO STA. 20+73, C�IcouNTERED� ' STA. 22+.81' TO STA: 25+50, I. STA. 37+00 TO STA. 40+55 L eve/or�d�vatch h�,o of eA;V4;4c� wa//K��i 'mo1br . CP Anchor a z ae�tees , ', , ", ' . ' , 6.1' , , ,� �rr�° ' ' G• � , 6 ' inEfL- /0Ti " it sh lU�s�Urbcn c�r>h` "f c� o' � ,, r �- � ' rerrnac2 ado�iiiii '�ineir�xcrusui: � ' � _ rl MrSr� er rp q■uar�r��:.yo�r,ate���eie�,nM��re�tpavr. f �� � Q �ur. I�■RM�r�■OiMA ■YYS1oM4Am11�1�1�y'�YMfll■�,tF�iW9tl4ytN 1 ee ■M O rYag1to■■■ p ■tl C■AI0rC1man"NYf}1W C�Wi1W[+It7 �C �rtle�i� r sra �rrp Y Y S4�1m�oeaeyy i �-+�„� �� •• •� � YA Ylf■MG01fiIH■tl Vi1Wi1 ■mglens! �6S7 c�r.orrarn■mo■vad�iwr� } I ��� —`'�- ■ C C\CY iMAC■ f�RjI��I,M� asi�Ntd4M�1 rpr��tmgqyA � ' �.�.�'�'��-����' � ��C A ��YC �■ � l1�r�Y1gD ��r�K1M0� ■ ■ r R Ron ■R■■ MR pp YI 1�x�I1�'. .a lletlilWCMm�CN �♦ �—������14Y._9���� _�an Y161 a fUUI ■ �� J r ' ■ �C■ ■.CCnICO qt■�nMMqC1OMMe�rWEE a■C¢r� ' ■ ■�ia�i�gWi�°eaOA�aWaAreMW m ` �OCW MWPIr yICSYA7■ ■.■ ��a� ■arir�ar�1pr rrai A■� i��e3u�t°e °rri rA. e"it r�arMee�e��a OW■ C■ riRrraa.dya�iw ''CcR CWn■CnneriRMY{linY law a no ammamax ■ .r rtlR1 ■90YNmfS WARItOWNIS I C ■a■■■ ■■ nrrilW RON RmNiw r /ice rr eeieWdfikmnWW1WuW l y WWOOr Wr wr•rarr�r�.�rcrmel� 0 {C + ". f ■ ■■ ■ r O F'.■■ rHArRW1NY@ 0MMpp00416AAN0SBI mumunrl tl Y . E 80 lam m*9. O q R ■■ �■"rYCWifrYirlD 'Ia1nF!-�li UI■W 9 ■ G �i ru96mrnmmN tfima EcJ� �pcyuu,g1991 ■ ■ ■ 1■IId11Rir�yAl11R{�C t°ut�uumMOHNr�t Rr ■ M M�■rii■r■rirrYME MMM20 errs ■ W ima�te■iwrri zc ' ' � � �w�wei'�w■�we ■ rr■■wryppI�►sr pmp�tmarr � � � � r� � G mYM(�fel4A�i60Hm11 � ■j r� ilri�ryr�GtyMrlrrm0n / ■ ■ �■� tl��C eCiML7f76'�WA�i14/YV ' ' .er.w�■.� I CIf■nRrR.lamBRM rwM C ■r r nraR �. aC a woerw raysytttrar r .• �oio�mr�eri°°■ar���a�Mi���m°e�i ■ ■. rr■ .■■r■rrm a � up�■mr�a[�■Rra marlaugimamm OWNWtvWWOM ■iGii�`s`■iGi�\_ L ' sCCCCC�tac°rienmw� �pe�reN�' J11OWN r room r.r y�c R "�irsq ■r a ee�.�■rw �a rtlaaor .._—�..---- --��.�..�. .w.■w�����- i EfEI Mlm rror r �.r������—�..�N----- _---__ � irr our■uua s aeMru m 1 1 M ADDENDUM NO. 1 PROJECT NO. 31079 2006 Various Sewer Repairs ' April 3, 2006 1 . 17he bidder will acknowledge receipt of this Addendum and his acceptance of its conditions by signing this Addendum and including it with his bid. ' BIDDER: STZkCT"WA BY: ' .. TITLE: ,N CITY OF JEFFERSON, MISSOURI ' PATRICK E. SULLIVAN, P.E. DIRECTOR OF COMMUNITY DEVELOPMENT 1 1 ' ADDENDUM NO. 1 PROJECT NO. 31079 ' 2006 Various Sewer Repairs April 3, 2006 Bid Form: Change Line Item 2.02 from 8" PVC to 10" PVC SDR-35 Sanitary Sewer. ' Drawing Item #1: Replace from MH15, 27LF of 12" VCP pipe with 12" PVC SDR-35 pipe. There is an 18" VCP (south main) sewer paralleling the sewer and approximately 15' deep. See attached profile of Item No. 1. Drawing Item #2: Replace from 15 to 35 feet south of manhole 22, 20 LF of 10" VCP pipe with 10" PVC SDR-35 pipe. See attached profile of Item No. 2. ' Drawing Item #3: Replace from 58 to 68 feet north of manhole 5318, (location of 54" RCP) 15LF of 15" VCP pipe with 15" PVC SDR-35 pipe. See attached details of Item N No. 3. Replace from 174 to 184 feet north of manhole 5318 (location of existing truck ramp), 10LF of 15" VCP pipe with 15" PVC SDR-35 pipe. ' Drawing Item #4: Install pipe as shown on drawing. Records show top of rock at Chestnut - Dunklin Intersection at approximate elevation 619.0. ' Attachments Include: Sewer Main Replacement Detail. 1 SEWER MAIN REPLACEMENT DETAIL 1'MIN. 1'MIN. 6"MIN. EXISTING PIPE PVC SDR 35 EXISTING PIPE 6' MIN. /.FERNCO"FEXIBLE SAW CUT EXISTING PIPE GAP COUPLING WITH STAINLESS BETWEEN ENDS SHALL BE AS STEEL CLAMPS FOR VCP MINIMAL AS POSSIBLE WITH AND TRUSS TYP. A MAXIMUM OF A 1/2 INCH. FLOW LINES OF BOTH PIPES TO BE CONTINUOUS MP.) NOT TO SCALE City Qf, ow or. SEWER MAIN NO: DATE REVISION AND DESCRIPTION REPAIR DETAIL of erson " cor�uur.mr ocvc�an+urt yam; PROJECT*31079 a/aN VARIOUS SEWER REPAIRS ADDENDUM NO. 2 '• PROJECT NO. 31079 SANITARY SEWER REPLACEMENT IN VARIOUS LOCATIONS 2006 APRIL 13, 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:LV'R l.ta to LC - ' BY: TITLE: If�� `N CITY OF JEFFERSON, MISSOURI PATRICK E. SULLIVAN, P.E. ' DIRECTOR OF COMMUNITY DEVELOPMENT 1 1 1• '• ADDENDUM N0. 2 PROJECT NO. 31079 SANITARY SEWER REPLACEMENT IN VARIOUS LOCATIONS 2006 APRIL 13, 2006 The following Interpretations, deletions, changes or additions to the Bidding and Contract Documents shall be an integral part of the Contract for the above referenced project and ' must be taken into account in rendering any proposal for this work. 1. BID FORM Replace the entire bid form with the bid form attached. SP-16 MEASUREMENT AND PAYMENT ' Item No. 2.06-Delete Item. Items 2.07 through 2.13 will be reduced in Item number as shown on the new bid form. Item No.4.04-Change label from 6"to 8"High Early Strength Concrete. This item shall include all labor material, equipment, and services necessary for the construction of a 8"thick PCC pavement section.The pavement shall conform to the 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 bid price. Item No.4.05 Delete 1 YS"AC Surface(Grade C) Replace with Item No.4.05-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, quartzJte, slate, shale, occurring In its natural undisturbed state, hard and ' unweathered or similar material in masses more than 1 '/2 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, Attachments ' Revised Bid Form Pre-bid minutes Standard Detail 20.01 1 1 - ' Page 1 of 2 1• CITY OF JEFFERSON REVISED ITEMIZED BID FORM 2006 VARIOUS SEWER REPAIRS PROJECT NO.31079 ITEM APPROX. UNIT NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT ' — MONROE (1895 Main) 1.00 Construction Signage and Traffic Control LS 1 ' 1.01 Connect to Manhole 15 LS 1 1.02 12"PVC SDR-35 Sanitary Sewer LF 21 ' 1.03 Support Utilities in Deep Excavation LS 1 1.04 Seeding and Mulching AC 0.15 ' Subtotal MONROE (1895 Main) — JACKSON/McCARTY REPAIR(1895 Main) 2.00 Construction Signage and Traffic Control LS 1 ' 2.01 Connect to Manhole 5101 LS 1 2.02 10"PVC SOR-35 Sanitary Sewer LF 35 ' 2.03 4"PCC Sidewalk SY 44 2.04 6"PCC Sidewalk Ramps SY 14 2.05 Type A Curb and Gutter LF 100 2.06 4'x 4'Type C Inlet EA 2 ' 2.07 15"Dla.Aluminized Corregated Steel Pipe LF 10 MOCK txcavauon aarmary newer i rencn 2.08 (Mechanical) CY 7 Rock Excavation Storm Sewer Trench 2.09 (Mechanical) CY 5 2.10 Seeding and Mulching AC 0.04 2.11, 6"High Early Strength PCC Pavement SY 10 2.12 1 1/2"AC Surface(Grade C) SY 10 • Subtotal JACKSON/McCARTY REPAIR (1895 Main) I 1 Page 2 of 2 '• ITEM APPROX. UNIT ' NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1 ' — EAST ELM WEARS CREEK (South Main) 15"PVC SDR-35 Sanitary Sewer(South of 3.00 Expressway) LF 15 ' 15"PVC SDR-35 Sanitary Sewer(North of 3.01 Expressway) LF 10 Replace Concrete Sides of Channel and Filet to ' 3.02 Channel Floor SY 3.03 Grade Beam Repair CY 1 ' Kemove ow, K0r tnc. Keptace wan tnc 3.04 Section LS 1 3.05 Repair Truck Ramp SY 5 3.08 Seeding and Mulching AC 0.5 NSubtotal EAST ELM WEARS CREEK(South Main) — CHESTNUT/DUNKLIN REPAIR (SD 19) ' 4.00 Construction Signage and Traffic Control LS 1 4.01 Replace MH 5202 LS 1 '. 4.02 Replace MH 5203 LS 1 4.03 8"PVC SDR-35 Sanitary Sewer LF 35 ' 4.04 8" High Early Strength PCC Pavement SY 12 4.05 Rock Excavation(Mechanical) CY 10 Subtotal CHESTNUT/DUNKLIN REPAIR (SD 19) ' TOTAL BASE BID ' Signature of Bidder Date 1• 1 '• Sanitary Sewer Replacement in Various Locations 2006 ' Project 31079 City of Jefferson Pre-Bid Meeting Minutes ' April 11, 2006 1. Introduction. A sign-in Sheet for attendees is attached to these minutes. Eric ' Seaman is the project manager 573-634-6443. 2. Minutes of this meeting will be part of addendum 42. Addendum #1 has already ' been issued.The project duration is 90 calendar days. 3. Project is replacement of broken sewers. Please note the suggested bypass ' pumping schedule. This is a suggested method. Variations that are more fail-safe to avoid discharge are completely acceptable. The sanitary sewers are heavily influenced by rainfall, so it is recommended to avoid pipe replacement and/or ' bypass pumping during and for a period after rain events. 4. Location I —Monroe Street. We will not be able to visit this location due to road ' closing and traffic for the President's visit downtown. Contractors may visit this location at their convenience. This is a deep excavation(-21') and has another sewer in close proximity to it that must be protected during excavation. NThe suggested bypass pumping would occur north of the expressway. If Location 2 is completed prior to Location 1, the flow in the pipe to replace will be higher. ' A MoDOT permit for this work has been acquired. 5. Location 2-Jackson/McCarty.This has a schedule requirement(July 10 to July ' 31)due to school and other utility work. Sprint will install conduits first and remove the pole. Note: if Sprint does not remove the pole, it will be removed prior to the work by another City Contract. if Sprint finishes prior to July 10, the ' work may begin earlier. The MAWC water main is currently in conflict,but is scheduled to be relocated ' mid-June. There will be multiple utilities working on Jackson during the summer, so it is probably good to keep track of your disturbance and restoration to avoid confusion. The excavation in this area may be difficult due to poor quality of ' subgrade. Another sewer is located to the west of this sewer that may be inside the excavating area. ' 6. Location 3- East Elm/Wears Creek. This will require replacing concrete in the large storm channel.The City has acquired a MoDOT permit for this work. The City has applied for,but has not received a permit from the Corps of Engineers. ' This will be acquired by the City prior to the work. Bypass pumping is to the • south and may involve pumping across the channel to a larger sewer temporarily. '• 7. Location 4-Chestnut/Dunklin. This replacement has a schedule requirement(May 16 to May 31) to avoid waste flow and traffic during classes. ' 8. Question: What is the cost estimate for this project? ' Answer: $106,000. ' 9. Question: What are the testing requirements for this sanitary sewer? Answer: These will be replacement sewers. The only testing required will be vacuum testing of new manholes. Site Visit 10. Location 2—Assume backfill in street and sidewalk to be per City Street Specifications. Backfill under street and sidewalk to be coarse aggregate ' compacted to 95% standard proctor(sec attached Section 20.01 of the City Standards). Upon further review, the stonmvater manhole will remain in service. Instead of installing 15"pipe across the intersection, the storm grates will be replaced and connected to the existing stormwater pipes. The Type A inlet on the east side of N , Jackson should be a Type C. 11. Location 3—Question: Can area under the expressway be used to store equipment and materials? Answer: Per MoDOT, The area under the expressway west of the piers can be used to store materials and equipment. There is no guarantee on the State's behalf of security on the site. Contractor's are asked to keep materials and equipment away from the Lafayette Street right-of-way for safety. ' 12. Location 4—There is no need for asphalt in this location. There will need to be 8" of concrete. For the period scheduled, the flow from the University will be low.The City will request that the University reduce or cease pumping into the recirculation pond while excavation is occurring to reduce active ground seepage. One lane of Dunklin Street must remain open at all times. ' Traffic heading north on Chestnut through campus may be routed to the west. i ,• SIGN IN SHEET ' PRE-BID MEETING SANITARY SEWER REPLACEMENT IN VARIOUS LOCATIONS 2006 PROJECT NO. 31079 ' April 11,2006- 10:00A.M. CCNAME, REPRrsr:NTING PHONE FAX .3"i- c '.sJ- ' l ' G,a ►^ a �� 439 - c u arw✓ Co`i 6 39--131C 3.5'--2 S-J�q x. ,2 ys- His .,ifs•• " v s l 4/k 5 , ' dryer a ' �/F/•- 3. /% —C7/ 7%, S dv N .f 1 e — y1 c. F'--I�e y 9 y.. 'Fe.c1. 1 1 • s N -1 D Z O D v EXISTING CONCRETE PAVEMENT EXISTING ASPHALTIC PAVEMENT o o ASPHALTIC CONCRETE N 1 1/2" THICK MIN. z 8" P.C.C. #4 BARS 18" 0. C. FOP, (BY OTHERS) TRENCHES OVER 3' WIDE N •lam .!. .� O Z .• ••. 2. z_ ... ....... .. ! ZI STRAIGHT SAWED :::::::::::.:..' �4 _ m ...... ::::.... .. - JOINT EACH SIDE $" P.C.C. .. .. .. .. ... . . .... . o OMPACTED ROCK BACKFILL N u TAMPED HAND PLACED N 0 GRANULAR BACKFILL v = OR PER PIPE n m 'p U (ILITY EMBEDMENT DETAIL UTILITY TYPICAL CONCRETE STREET SECTION TYPICAL ASPHALT ROADWAY PATCHING & BACKFILLING PAVED STREETS NOTES: 1. ALL CONCRETE USED FOR PATCHING SHALL BE 8 BAG MIX AND SHALL CONTAIN 4.0% NON-CALCIUM ACCELERATOR. 2. ALL CONCRETE MIXES MUST CONTAIN AIR ENTRAINMENT. _ Ciry o� R STREET CUT NO: DATE REV15ION AND DESCRIPTION N m REPAIR t I I2oos ADDED TO CRY STANDARDS ° ° = 1 e erson ...� � z CCMMUrnrr CN40►M[NT �+R STANDARD DETAILS p ti"tea L MY"w.RL.C�RA FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2275 - Sanitary Sewer Replacements(Various Locations) Project 31079 Community Development, Wastewater, Opened April 18, 2006 BIDS RECEIVED: Lehman Construction, LLC,California, MO $ 88,831.00 *Twehous Excavating Co., Jefferson City, MO $105,609.50 I &I Works Inc., Columbia, MO $101,160.00 Sam Gaines Construction,Inc.,New Bloomfield, MO $116,530.00 *Not located within the Jefferson City corporate city limits. Five additional firms requested plans and specifications, FISCAL NOTE: 6400-9820-7310-0055 3502-9900-7350-3007 Sewer Rehab& Repl Misc.Neighborhood Improvements • 2005-2006 Budget $250,000.00 2005-2006 Budget $ 609,046.00 Expended -0- Expended 261,519.77 Encumbered -0- Encumbered 86,864.90 Bid No. 2275 $ 80,831.00 Bid No. 2275 $ 8,000.00 Balance $ 169,169.00 Balance $ 252,661.83 PAST PERFORMANCE: Lehman Construction has been awarded City projects in the past and has completed the work as specified and bid. r RECOMMENDATION: Staff recommends award of the bid to Lehman Construction of California, Missouri in the total amount of$88,831,00. ATTACHMENTS - SUPPORTING DOCUMENTATION Tabulation of Bids, Departmental Recommendation (—&IAkr Purchas g gent ' t � Direc munity Development • Oersonj#W ITY DEVELOPMENT ull,V.P,Pc,oiPCnnP Memorandum 320 East McCarty Street e Jefferson City, Missouri 65101 Phone: (573) 634-6410 . Fax (573) 634-6562 •www)effcityrno,org Date: April 20,2006 To: Terry Stephenson - Purchasing Agent, Finance From: Eric Seaman, P.E., Wastewater Division Director ci�O hf—Pat Sullivan, P.E., Director of Community Development Subject: Sewer Replacement in Various Places 2006,laid No. 2275, Project No.31079 Bids were received at 1:30 PM on April 18,2006 for the above noted project. The bids have been evaluated and checked for matt errors.Of the four bids received,the low is for Lchmnn Construction, U-C. Based on our review,we recommend acceptance of the base bid with the low bidder Lehman Construction,LLC,603 Russellville Road,California,MO 65018. The bid is$88,831.00.This is 15%under lire engineer's eslimate, • The project will be expensed as follows: Lehman Construction,LLC.Contract($88.831.00): Account Number: Amount Available: Required; Remaining, 6400-9820-7310-0055 $250,000.00 $80,831.00 $169,169.00 3502-9900-7350-3007 $260,661.33 $ 8,000.00 $252,661.33 . If you need any other information please feel free to contact me n0 extension 443, Attachments: Did Tabulation Sheet Original Did Submittals c: Steve Rasmussen Matt Morasch,P.C. • MWITY•PROJECPSU1079-2006 vmioucsewerrcpalrs lColnxpondence\Pumlias(agMemoAm 888881888 8 888 88 sag ljljl Rig A Ail. » » 8p § al Ig 111111 3:9 :9a sasses fi E88 sag a 8888 s E S e9 SEE 8888819 gaA!% gig = w ssa SRS888888 8 88 S a 8 s 0. as s s§ # Rig OPS101s1110. 89 �8 E B �SSa 8 8 8 89 885 8999 a e 8 E 818819888 8 8 8 8 a 8 ES 8 d� a $ I II III Ile as 89 Is 81 » � »g ;; � h N SEE 8 SEE AIR »» Ian I HII 19 x lammil Sa 9 E9 8 SEES 5 a8 E s s8 8 818 381 A-go » t°I°o oV V e nwo on 9'lnv o9'9'S 6 6 'Vrn - rnYo n $� • ,.�� � I �S�g�� 1f7 N'7 r7 ar717 ryr7 iJ NNN� �r-i n rl �� ��� I �����a}� ..