PROJECT MANUAL. REGIONAL TRAINING INSTITUTE PHASE I Fort Leonard Wood, Missouri VOLUME I

Size: px
Start display at page:

Download "PROJECT MANUAL. REGIONAL TRAINING INSTITUTE PHASE I Fort Leonard Wood, Missouri VOLUME I"

Transcription

1 PROJECT MANUAL REGIONAL TRAINING INSTITUTE PHASE I Fort Leonard Wood, Missouri VOLUME I DESIGNED BY: JACOBS ENGINEERING GROUP INC 501 NBROADWAY STLOUIS, MO DATE ISSUED: 4/15/2013 PROJECT NO.: T1203-0l NGB Project No FOR: State of Missouri Office of Administration Division of Facilities Management, Design and Construction

2 SECTION PROFESSIONAL SEALS AND CERTIFICATIONS MOARNG Contract No.: T THE FOLLOWING DESIGN PROFESSIONALS HAVE SIGNED AND SEALED THE ORIGINAL PLANS AND SPECIFICATIONS FOR THIS PROJECT, WHICH ARE ON FILE WITH THE DIVISION OF FACILITIES MANAGEMENT, DESIGN AND CONSTRUCTION: Architect: Robert A. Messel, RA, AIA (003930) Jacobs, St. Louis, MO Structural Engineer: Brian J. Horstmann, P.E. ( ) Jacobs, St. Louis, MO Mechanical Engineer: Ryan C. Renken, P.E. (PE ) Jacobs, St. Louis, MO Fire Protection and Plumbing Engineer: James O. Towery, P.E. (E-22565) Jacobs, St. Louis, MO PROFESSIONAL SEALS AND CERTIFICATIONS

3 Electrical Engineer: Richard B. Kurzawa, P.E. (PE ) Jacobs, St. Louis, MO Civil Engineer: Jeff Medows, P.E. (E-29477) Archer-Elgin Landscape Architect: Jack L. Feaster, RCDD (LA ) Jacobs, St. Louis, MO Telecom: Rick D. Thomason, RCDD (141895R) Jacobs, St. Louis, MO PROFESSIONAL SEALS AND CERTIFICATIONS

4 SECTION TITLE DIVISION 00- PROCUREMENT AND CONTRACTING INFORMATION INTRODUCTORY INFORMATION Project Manual Cover Professional Seals and Certifications Table of Contents List of Drawings INVITATION FOR BID (IFB) INSTRUCTIONS TO BIDDERS Supplementary Instructions to Bidders- MBE/WBE/SDVE Instructions MBE/WBE/SDVE Directory NUMBER OF PAGES PROCUREMENT FORMS & SUPPLEMENTS Bid Form Proposed Subcontractors Form MBE/WBE/SDVE Compliance Evaluation Form A Supplement to MBE/WBE/SDVE Compliance Evaluation Form MBE/WBE/SDVE Eligibility Determination For Joint Ventures Form MBE/WBE/SDVE Good Faith Effort (GFE) Determination Form & Instructions SDVE Business Form Affidavit of Work Authorization CONTRACTING FORMS AND SUPPLEMENTS Construction Contract Affidavit for Affirmative Action Performance and Payment Bond Substitution Request Final Receipt of Payment and Release Form MBE/WBE/SDVE Progress Report Affidavit of Compliance with Prevailing Wage Law * To view these forms, see CONDITIONS OF THE CONTRACT General Conditions Supplementary Conditions Wage Rate * * * * * * SPECIFICATIONS GROUP General Requirements Subgroup DIVISION 01 -GENERAL REQUIREMENTS SUMMARY ALLOWANCES ALTERNATES SUBSTITUTION PROCEDURES CONTRACT MODIFICATION PROCEDURES PROJECT MANAGEMENT AND COORDINATION CONSTRUCTION PROGRESS DOCUMENTATION PHOTOGRAPHIC DOCUMENTATION SUBMITTAL PROCEDURES SUBMITTAL REGISTER QUALITY REQUIREMENTS REFERENCES TEMPORARY FACILITIES AND CONTROLS TEMPORARY TREE AND PLANT PROTECTION PRODUCT REQUIREMENTS EXECUTION SECTION TABLE OF CONTENTS 0?/1?

5 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL EVA- FORM CWM EVB- FORM CWM EVC- FORM CWM EVD- FORM CWM EVE- FORM CWM EVF- FORM CWM EVG- FORM CWM EVH- FORM CWM-8 CLOSEOUT PROCEDURES ATTACHMENT- DD FORM 1354 OPERATION AND MAINTENANCE DATA PROJECT RECORD DOCUMENTS DEMONSTRATION AND TRAINING SUSTAINABLE DESIGN REQUIREMENTS- LEED FOR NEW CONSTRUCTION AND MAJOR RENOVATIONS LEED 2009 NC CHECKLIST GENERAL COMMISSIONING REQUIREMENTS Facility Construction Subgroup DIVISION 03 - CONCRETE CAST-IN-PLACE CONCRETE DYE STAINED COLORED GROUND AND POLISHED CONCRETE DIVISION 04 - MASONRY UNIT MASONRY CAST STONE MASONRY DIVISION 05 - METALS STRUCTURAL STEEL FRAMING ARCHITECTURALLY EXPOSED STRUCTURAL STEEL FRAMING STEEL JOIST FRAMING STEEL DECKING COLD-FORMED METAL FRAMING METAL FABRICATIONS METAL STAIRS PIPE AND TUBE RAILINGS METAL GRATINGS DECORATIVE METAL RAILINGS DIVISION 06 -WOOD, PLASTICS, AND COMPOSITES ROUGH CARPENTRY EXTERIOR FINISH CARPENTRY INTERIOR ARCHITECTURAL WOODWORK PLASTIC PANELING DIVISION 07 - THERMAL AND MOISTURE PROTECTION ELASTOMERIC SHEET WATERPROOFING COLD FLUID-APPLIED WATERPROOFING THERMAL INSULATION POLYMER-BASED EXTERIOR FINISH SYSTEM (EFS) FLUID-APPLIED MEMBRANE AIR BARRIERS STANDING-SEAM METAL ROOF PANELS METAL WALL PANELS METAL SOFFIT PANELS INSULATED-CORE METAL WALL BACKUP PANEL SYSTEM THERMOPLASTIC POL YOLEFIN (TPO) ROOFING SHEET METAL FLASHING AND TRIM ROOF SPECIAL TIES ROOF ACCESSORIES ROOFTOP FALL ARREST SYSTEM SNOW GUARDS APPLIED FIREPROOFING SECTION TABLE OF CONTENTS 0? /1?

6 PENETRATION FIRESTOPPING FIRE-RESISTIVE JOINT SYSTEMS JOINT SEALANTS DIVISION 08 - OPENINGS HOLLOW METAL DOORS AND FRAMES FLUSH WOOD DOORS OVERHEAD COILING DOORS VAULT DOORS ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS GLAZED ALUMINUM CURTAIN WALLS DOOR HARDWARE AUTOMATIC DOOR OPERATORS GLAZING MIRRORS DECORATIVE FILM FOR GLASS FIXED LOUVERS DIVISION 09 - FINISHES NON-STRUCTURAL METAL FRAMING GYPSUM BOARD TILING ACOUSTICAL PANEL CEILINGS RESILIENT BASE AND ACCESSORIES STATIC-CONTROL RESILIENT FLOORING RESINOUS MATRIX TERRAZZO FLOORING TILE CARPETING DRY ERASE WALLCOVERING FIXED SOUND-ABSORPTIVE PANELS SOUND-ABSORBING WALL UNITS EXTERIOR PAINTING INTERIOR PAINTING HIGH-PERFORMANCE COATINGS DIVISION 10 - SPECIAL TIES VISUAL DISPLAY UNITS DIRECTORIES SIGNAGE TOILET COMPARTMENTS WIRE MESH PARTITIONS FOLDING PANEL PARTITIONS WALL AND DOOR PROTECTION TOILET, BATH, AND LAUNDRY ACCESSORIES FIRE EXTINGUISHER CABINETS FIRE EXTINGUISHERS METAL LOCKERS FLAG POLES VOLUME2 DIVISION 11 - EQUIPMENT PROJECTION SCREENS DIVISION 12 - FURNISHINGS ROLLER WINDOW SHADES ENTRANCE FLOOR GRILLES FIXED AUDIENCE SEATING SITE FURNISHINGS DIVISION 14- CONVEYING EQUIPMENT ELECTRIC TRACTION ELEVATORS Facility Services Subgroup DIVISION 21 - FIRE SUPPRESSION SECTION TABLE OF CONTENTS 0?/1? 3

7 COMMON MOTOR REQUIREMENTS FOR FIRE SUPPRESSION EQUIPMENT SLEEVES AND SLEEVE SEALS FOR FIRE-SUPPRESSION PIPING ESCUTCHEONS FOR FIRE-SUPPRESSION PIPING WET-PIPE SPRINKLER SYSTEMS ELECTRIC-DRIVE, VERTICAL-TURBINE FIRE PUMPS PRESSURE-MAINTENANCE PUMPS CONTROLLERS FOR FIRE-PUMP DRIVERS 11 DIVISION 22 - PLUMBING COMMON MOTOR REQUIREMENTS FOR PLUMBING EQUIPMENT SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING ESCUTCHEONS FOR PLUMBING PIPING METERS AND GAGES FOR PLUMBING PIPING GENERAL-DUTY VALVES FOR PLUMBING PIPING HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT HEAT TRACING FOR PLUMBING PIPING VIBRATION AND SEISMIC CONTROLS FOR PLUMBING PIPING AND EQUIPMENT IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT PLUMBING PIPING INSULATION FACILITY WATER DISTRIBUTION PIPING DOMESTIC WATER PIPING DOMESTIC WATER PIPING SPECIAL TIES DOMESTIC WATER PUMPS FACILITY SANITARY SEWERS 24 ' SANITARY WASTE AND VENT PIPING SANITARY WASTE PIPING SPECIAL TIES FUEL-FIRED, DOMESTIC-WATER HEATERS ,13 COMMERCIAL WATER CLOSETS COMMERCIAL URINALS COMMERCIAL LAVATORIES ,16 COMMERCIAL SINKS COMMERCIAL SHOWERS, RECEPTORS, AND BASINS EMERGENCY PLUMBING FIXTURES PRESSURE WATER COOLERS 4 DIVISION 23- HEATING VENTILATING AND AIR CONDITIONING COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT SLEEVES AND SLEEVE SEALS FOR HVAC PIPING ESCUTCHEONS FOR HVAC PIPING METERS AND GAGES FOR HVAC PIPING GENERAL-DUTY VALVES FOR HVAC PIPING HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT VIBRATION AND SEISMIC CONTROLS FOR HVAC PIPING AND EQUIPMENT IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT TESTING, ADJUSTING, AND BALANCING FOR HVAC DUCT INSULATION HVAC EQUIPMENT INSULATION HVAC PIPING INSULATION COMMISSIONING OF HVAC MECHANICAL TESTING REQUIREMENTS PRE-FUNCTIONAL CHECKLISTS MECHANICAL INSTRUMENTATION AND CONTROLS FOR HVAC SEQUENCE OF OPERATIONS FACILITY NATURAL-GAS PIPING GLYCOL MAKEUP SYSTEM HYDRONIC PIPING HYDRONIC PIPING SPECIAL TIES HYDRONIC PUMPS REFRIGERANT PIPING HVAC WATER TREATMENT METAL DUCTS 17 SECTION TABLE OF CONTENTS 4 0?/1?

8 AIR DUCT ACCESSORIES HVAC POWER VENTILATORS CEILING MOUNTED CIRCULATION FANS AIR TERMINAL UNITS DIFFUSERS, REGISTERS, AND GRILLES SPECIAL GAS VENTS CONDENSING BOILERS SCROLL WATER CHILLERS MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS SPLIT-SYSTEM AIR-CONDITIONERS BLOWER COIL AIR HANDLING UNITS UNIT HEATERS RADIANT-HEATING HYDRONIC PIPING MECHANICAL DEHUMIDIFICATION UNITS 5 VOLUME 3 DIVISION 26 - ELECTRICAL LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING VIBRATION AND SEISMIC CONTROLS FOR ELECTRICAL SYSTEMS IDENTIFICATION FOR ELECTRICAL SYSTEMS COMMISSIONING OF ELECTRICAL SYSTEMS ELECTRICAL TESTING REQUIREMENTS LIGHTING CONTROL DEVICES CENTRAL DIMMING CONTROLS MODULAR DIMMING CONTROLS LOW-VOLTAGE TRANSFORMERS SWITCHBOARDS PANELBOARDS WIRING DEVICES FUSES ENCLOSED SWITCHES AND CIRCUIT BREAKERS ENCLOSED CONTROLLERS VARIABLE-FREQUENCY MOTOR CONTROLLERS CENTRAL BATTERY EQUIPMENT FOR EMERGENCY LIGHTING TRANSFER SWITCH LIGHTNING PROTECTION FOR STRUCTURES INTERIOR LIGHTING EXTERIOR LIGHTING 11 DIVISION 27 - COMMUNICATIONS COMMUNICATIONS EQUIPMENT ROOM FITTINGS COMMUNICATIONS BACKBONE CABLING COMMUNICATIONS HORIZONTAL CABLING CATV DISTRIBUTION SYSTEM PUBLIC ADDRESS SYSTEM 10 DIVISION 28 - ELECTRONIC SAFETY AND SECURITY DIGITAL, ADDRESSABLE FIRE-ALARM SYSTEM 18 Section Table of Contents

9 Site and Infrastructure Subgroup DIVISION 31 - EARTHWORK SITE CLEARING EARTH MOVING EROSION CONTROL AND STORM WATER POLLUTION PREVENTION 12 DIVISION 32 - EXTERIOR IMPROVEMENTS ASPHALT PAVING CONCRETE PAVING CONCRETE PAVING JOINT SEALANTS PAVEMENT MARKINGS HIGH-SECURITY CHAIN LINK FENCES AND GATES IRRIGATION SYSTEM TURF AND GRASSES PLANTS 20 DIVISION 33 - UTILITIES COMMON WORK RESULTS FOR UTILITIES STORM UTILITY DRAINAGE PIPING SUBDRAINAGE 7 END OF TABLE OF CONTENTS Section Table of Contents

10 FDYD1900 Missouri Army National Guard (RTI) MOARNG Project No. T Rev. 0 Ft. Leonard Wood, Missouri 15 April 2013 Bid Final Submittal SECTION LIST OF DRAWINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract including General and Supplementary Conditions, Bid Form, and other Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. This Section provides a comprehensive list of the drawings that comprise the Bid Documents for this project. PART 2 - PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION 3.1 LIST OF DRAWINGS A. The following list of drawings is a part of the Bid Documents: TITLE SHEET # DATE GENERAL 1. COVER VOLUME 1 OF 2 G April INDEX OF DRAWINGS G April SYMBOLS, NOTES, AND ABBREVIATIONS G April FIRST FLOOR LIFE SAFETY PLAN G-120a 15 April FIRST FLOOR TRAVEL DISTANCES G-120b 15 April SECOND FLOOR TRAVEL DISTANCES G-121a 15 April SECOND FLOOR TRAVEL DISTANCES G-121b 15 April ACCESSIBILITY REQUIREMENTS AND DETAILS G April FIRST FLOOR ACCESSIBILITY PLAN G April SECOND FLOOR ACCESSIBILITY PLAN G April FIRST FLOOR SIGNAGE PLAN G April SECOND FLOOR SIGNAGE PLAN G April SIGNAGE DETAILS G April UNDERSLAB INSULATION PLAN G April TERRAZZO FIRST FLOOR FINISH PLAN (ALTERNATE 1) G April TERRAZZO SECOND FLOOR FINISH PLAN (ALTERNATE 1) G April ACCOUSTICALLY RATED ASSEMBLIES FIRST FLOOR PLAN G April ACCOUSTICALLY RATED ASSEMBLIES SECOND FLOOR PLAN G April LEED SITE PLAN G April LEED OVERALL FIRST FLOOR PLAN G April LEED OVERALL SECOND FLOOR PLAN G April 2013 LIST OF DRAWINGS

11 FDYD1900 Missouri Army National Guard (RTI) MOARNG Project No. T Rev. 0 Ft. Leonard Wood, Missouri 15 April 2013 Bid Final Submittal SURVEY 22. EXISTING SITE SURVEY V April 2013 CIVIL 23. DEMOLITION PLAN C April SITE PLAN C April GRADING PLAN C April UTILITY PLAN C April SEDIMENT AND EROSION CONTROL PLAN C April STORM WATER QUALITY AND QUANTITY CONTROL PLAN C April SANITARY SEWER PROFILES C April STORM SEWER PROFILES C April SITE DETAILS C April SITE DETAILS C April UTILITY DETAILS C April UTILITY DETAILS C April UTILITY DETAILS C April UTILITY DETAILS C April SEDIMENT AND EROSION CONTROL DETAILS C April SEDIMENT AND EROSION CONTROL DETAILS C April 2013 LANDSCAPE 39. TREE PROTECTION AND DEMO PLAN L April OVERALL SITE PLAN L April PLANTING ENLARGEMENT (ALTERNATE 1) L April FENCING PLAN L April ENLARGED PLANTING PLAN (ALTERNATE 1) L April ENLARGED PLANTING PLAN (ALTERNATE 1) L April OUTDOOR CLASSROOM ENLARGEMENT (ALTERNATE 6) L April HARDSCAPE ENLARGEMENT L April ENLARGED HARDSCAPE PLANS L April ENLARGED HARDSCAPE PLANS L April BIO-RETENTION PLANTING PLANS AND DETAILS L April BIO-RETENTION PLANTING PLAN L April BIO-RETENTION ENLARGEMENT PLAN L April TEMPORARY IRRIGATION PLAN L April PLANTING DETAILS L April FENCING DETAILS L April MISCELLANEOUS DETAILS L April 2013 STRUCTURAL 56. GENERAL NOTES S April SPECIAL INSPECTIONS S April OVERALL FOUNDATION PLAN S April OVERALL SECOND FLOOR FRAMING PLAN S April OVERALL ROOF FRAMING PLAN S April PARTIAL FOUNDATION PLAN-AREA A S April PARTIAL FOUNDATION PLAN-AREA B S April PARTIAL FOUNDATION PLAN-AREA C S April PARTIAL SECOND FLOOR FRAMING PLAN - AREA A S April PARTIAL SECOND FLOOR FRAMING PLAN - AREA B S April PARTIAL HIGH ROOF FRAMING PLAN - AREA A S April PARTIAL HIGH ROOF FRAMING PLAN - AREA B S April PARTIAL HIGH ROOF FRAMING PLAN - AREA C S April 2013 LIST OF DRAWINGS

12 FDYD1900 Missouri Army National Guard (RTI) MOARNG Project No. T Rev. 0 Ft. Leonard Wood, Missouri 15 April 2013 Bid Final Submittal 69. TRASH ENCLOSURE AND SITE WALL S April LOADBEARING CMU WALL REINFORCING ELEVATIONS S April LOADBEARING CMU WALL REINFORCING ELEVATIONS S April LOADBEARING CMU WALL REINFORCING ELEVATIONS S April LOADBEARING CMU WALL REINFORCING ELEVATIONS S April LOADBEARING CMU WALL REINFORCING ELEVATIONS S April LOADBEARING CMU WALL REINFORCING ELEVATIONS S April LOADBEARING CMU WALL REINFORCING ELEVATIONS S April LOADBEARING CMU WALL REINFORCING ELEVATIONS S April TYPICAL DETAILS S April TYPICAL DETAILS S April TYPICAL DETAILS S April SECTIONS AND DETAILS S April SECTIONS AND DETAILS S April SECTIONS AND DETAILS S April SECTIONS AND DETAILS S April SECTIONS AND DETAILS S April 2013 ARCHITECTURAL 86. GENERAL NOTES AND SYMBOLS A April OVERALL FIRST FLOOR PLAN A April OVERALL SECOND FLOOR PLAN A April PARTIAL FIRST FLOOR PLAN - AREA A A-103a 15 April PARTIAL FIRST FLOOR PLAN - AREA A A-103b 15 April PARTIAL FIRST FLOOR FINISH PLAN - AREA A A-103c 15 April PARTIAL FIRST FLOOR PLAN - AREA B A-104a 15 April PARTIAL FIRST FLOOR PLAN - AREA B A-104b 15 April PARTIAL FIRST FLOOR FINISH PLAN - AREA B A-104c 15 April PARTIAL FIRST FLOOR PLAN - AREA C A-105a 15 April PARTIAL FIRST FLOOR PLAN - AREA C A-105b 15 April PARTIAL FIRST FLOOR FINISH PLAN - AREA C A-105c 15 April PARTIAL SECOND FLOOR PLAN - AREA A A-106a 15 April PARTIAL SECOND FLOOR PLAN - AREA A A-106b 15 April PARTIAL SECOND FLOOR FINISH PLAN - AREA A A-106c 15 April PARTIAL SECOND FLOOR PLAN - AREA B A-107a 15 April PARTIAL SECOND FLOOR PLAN - AREA B A-107b 15 April PARTIAL SECOND FLOOR FINISH PLAN - AREA B A-107c 15 April OVERALL FIRST FLOOR REFLECTED CEILING PLAN A April OVERALL SECOND FLOOR REFLECTED CEILING PLAN A April PARTIAL FIRST FLOOR REFLECTED CEILING PLAN - AREA A A April PARTIAL FIRST FLOOR REFLECTED CEILING PLAN - AREA B A April PARTIAL FIRST FLOOR REFLECTED CEILING PLAN - AREA C A April PARTIAL SECOND FLOOR REFLECTED CEILING PLAN - AREA A A April PARTIAL SECOND FLOOR REFLECTED CEILING PLAN - AREA B A April OVERALL ROOF PLAN A April OVERALL ELEVATIONS A April PARTIAL ELEVATIONS A April PARTIAL ELEVATIONS A April 2013 LIST OF DRAWINGS

13 FDYD1900 Missouri Army National Guard (RTI) MOARNG Project No. T Rev. 0 Ft. Leonard Wood, Missouri 15 April 2013 Bid Final Submittal 115. BUILDING SECTIONS A April BUILDING SECTIONS A April ENLARGED PLANS A April ENLARGED PLANS A April ENLARGED PLANS A April ENLARGED PLANS AND ELEVATIONS A April ENLARGED PLANS AND ELEVATIONS A April ACCESSORY MOUNTING HEIGHTS A April INTERIOR ELEVATIONS A April INTERIOR ELEVATIONS A April INTERIOR ELEVATIONS A April INTERIOR ELEVATIONS A April INTERIOR ELEVATIONS A April ENLARGED STAIR PLANS A April STAIR SECTIONS A April ELEVATOR AND STAIR SECTIONS A April EXTERIOR WALL SECTIONS A April EXTERIOR WALL SECTIONS A April EXTERIOR WALL SECTIONS A April EXTERIOR PLAN DETAILS A April EXTERIOR DETAILS A April EXTERIOR DETAILS A April EXTERIOR DETAILS A April EXTERIOR DETAILS A April EXTERIOR DETAILS A April EXTERIOR DETAILS A April INTERIOR PLAN DETAILS A April INTERIOR DETAILS A April INTERIOR DETAILS A April INTERIOR DETAILS A April INTERIOR DETAILS A April INTERIOR DETAILS A April INTERIOR DETAILS A April INTERIOR DETAILS A April INTERIOR DETAILS A April ELEVATOR DETAILS A April STAIR DETAILS A April STAIR DETAILS A April ROOM FINISH SCHEDULE - FIRST FLOOR A April ROOM FINISH SCHEDULE - SECOND FLOOR A April PARTITION DETAILS A April PARTITION DETAILS A April DOOR SCHEDULE, TYPES AND DETAILS A April DOOR SCHEDULE A April PARTITION TYPES A April WINDOW TYPES AND DETAILS A April LOUVER TYPES AND DETAILS A April DOOR DETAILS A April DOOR DETAILS A April DOOR DETAILS A April 2013 INTERIORS LIST OF DRAWINGS

14 FDYD1900 Missouri Army National Guard (RTI) MOARNG Project No. T Rev. 0 Ft. Leonard Wood, Missouri 15 April 2013 Bid Final Submittal 165. OVERALL FIRST FLOOR FURNITURE PLAN I April OVERALL SECOND FLOOR FURNITURE PLAN I April PARTIAL FIRST FLOOR FURNITURE PLAN - AREA A I April PARTIAL FIRST FLOOR FURNITURE PLAN - AREA B I April PARTIAL FIRST FLOOR FURNITURE PLAN - AREA C I April PARTIAL SECOND FLOOR FURNITURE PLAN - AREA A I April PARTIAL SECOND FLOOR FURNITURE PLAN - AREA B I April MATERIAL LEGEND I April 2013 GENERAL 173. COVER VOLUME 2 OF 2 G-000b 15 April INDEX OF DRAWINGS G-001B 15 April 2013 FIRE SUPPRESSION 175. GENERAL NOTES, SYMBOLS, & ABBREVIATIONS FX April OVERALL FIRST FLOOR PLAN FX April OVERALL SECOND FLOOR PLAN FX April PARTIAL FIRST FLOOR PLAN - AREA A FX April PARTIAL FIRST FLOOR PLAN - AREA B FX April PARTIAL FIRST FLOOR PLAN - AREA C FX April PARTIAL SECOND FLOOR PLAN - AREA A FX April PARTIAL SECOND FLOOR PLAN - AREA B FX April ENLARGED PUMP ROOM DETAIL FX April DETAILS FX April SCHEDULES FX April 2013 FIRE ALARM 186. GENERAL NOTES, SYMBOLS, & ABBREVIATIONS FA April OVERALL FIRST FLOOR PLAN FA April OVERALL SECOND FLOOR PLAN FA April PARTIAL FIRST FLOOR PLAN - AREA A FA April PARTIAL FIRST FLOOR PLAN - AREA B FA April PARTIAL SECOND FLOOR PLAN - AREA A FA April PARTIAL SECOND FLOOR PLAN AREA B FA April LOGIC MATRIX AND DETAILS FA April ONE-LINE DIAGRAM FA April 2013 PLUMBING 195. SYMBOLS AND ABBREVIATIONS P April OVERALL UNDER FLOOR PLAN PU April OVERALL UNDER FLOOR PLAN - AREA A PU April OVERALL UNDER FLOOR PLAN - AREA B PU April OVERALL UNDER FLOOR PLAN - AREA C PU April OVERALL FIRST FLOOR PLAN P April OVERALL SECOND FLOOR PLAN P April OVERALL FIRST FLOOR PLAN - AREA A P April OVERALL FIRST FLOOR PLAN - AREA B P April OVERALL FIRST FLOOR PLAN - AREA C P April OVERALL SECOND FLOOR PLAN - AREA A P April OVERALL SECOND FLOOR PLAN - AREA B P April ENLARGED FLOOR PLANS P April ENLARGED FLOOR PLANS P April DETAILS P April DETAILS P April 2013 LIST OF DRAWINGS

15 FDYD1900 Missouri Army National Guard (RTI) MOARNG Project No. T Rev. 0 Ft. Leonard Wood, Missouri 15 April 2013 Bid Final Submittal 211. EQUIPMENT SCHEDULES P April SANITARY RISER DIAGRAM P April WATER RISER DIAGRAM P April 2013 MECHANICAL 214. SYMBOLS, ABBREVIATIONS, AND GENERAL NOTES M April FLOW AND CONTROL DIAGRAM SYMBOLS M April OVERALL FIRST FLOOR PLAN M April OVERALL SECOND FLOOR PLAN M April PARTIAL FIRST FLOOR DUCTOWRK PLAN - AREA A MH April PARTIAL FIRST FLOOR DUCTOWRK PLAN - AREA B MH April PARTIAL FIRST FLOOR DUCTOWRK PLAN - AREA C MH April PARTIAL SECOND FLOOR DUCTOWRK PLAN - AREA A MH April PARTIAL SECOND FLOOR DUCTOWRK PLAN - AREA B MH April PARTIAL FIRST FLOOR HYDRONIC PIPING & CONTROLS PLAN - AREA A MP103a 15 April PARTIAL FIRST FLOOR REFRIGERANT PIPING PLAN - AREA A MP103b 15 April PARTIAL FIRST FLOOR HYDRONIC PIPING & CONTROLS PLAN - AREA B MP104a 15 April PARTIAL FIRST FLOOR REFRIGERANT PIPING PLAN - AREA B MP104b 15 April PARTIAL FIRST FLOOR HYDRONIC PIPING & CONTROLS PLAN - AREA C MP105a 15 April PARTIAL FIRST FLOOR REFRIGERANT PIPING PLAN - AREA C MP105b 15 April PARTIAL SECOND FLOOR HYDRONIC PIPING & CONTROLS PLAN - AREA A MP106a 15 April PARTIAL SECOND FLOOR REFRIGERANT PIPING PLAN - AREA A MP106b 15 April PARTIAL SECOND FLOOR HYDRONIC PIPING & CONTROLS PLAN - AREA B MP107a 15 April PARTIAL SECOND FLOOR REFRIGERANT PIPING PLAN - AREA B MP107b 15 April SECTIONS M April SECTIONS M April SECTIONS M April ENLARGED PLAN M April ENLARGED PLAN M April ENLARGED PLAN M April ENLARGED PLAN M April ENLARGED PLANS M April DETAILS M April DETAILS M April SCHEDULES M April SCHEDULES M April BMS POINTS LISTS M April HOT WATER FLOW DIAGRAM M April CHILLED WATER FLOW DIAGRAM M April CONTROL DIAGRAMS M April CONTROL DIAGRAMS M April AIRFLOW DIAGRAMS M April AIRFLOW DIAGRAMS M April 2013 LIST OF DRAWINGS

16 FDYD1900 Missouri Army National Guard (RTI) MOARNG Project No. T Rev. 0 Ft. Leonard Wood, Missouri 15 April 2013 Bid Final Submittal 252. AIRFLOW DIAGRAMS M April AIRFLOW DIAGRAMS M April AIRFLOW DIAGRAMS M April AIRFLOW DIAGRAMS M April AIRFLOW DIAGRAMS M April 2013 ELECTRICAL 257. SYMBOLS, ABBREVIATIONS, AND GENERAL NOTES E April OVERALL FLOOR PLANS E April PARTIAL FIRST FLOOR LIGHTING PLAN - AREA A EL April PARTIAL FIRST FLOOR LIGHTING PLAN - AREA B EL April PARTIAL FIRST FLOOR LIGHTING PLAN - AREA C EL April PARTIAL SECOND FLOOR LIGHTING PLAN - AREA A EL April PARTIAL SECOND FLOOR LIGHTING PLAN - AREA B EL April LUMINAIRE SCHEDULE EL April PARTIAL FIRST FLOOR POWER PLAN - AREA A EP April PARTIAL FIRST FLOOR POWER PLAN - AREA B EP April PARTIAL FIRST FLOOR POWER PLAN - AREA C EP April PARTIAL SECOND FLOOR POWER PLAN - AREA A EP April PARTIAL SECOND FLOOR POWER PLAN - AREA B EP April ONE-LINE DIAGRAM E April MECHANICAL EQUIPMENT SCHEDULE - SHEET 1 E April MECHANICAL EQUIPMENT SCHEDULE - SHEET 2 E April PANELBOARD DIRECTORIES - SHEET 1 E April PANELBOARD DIRECTORIES - SHEET 2 E April PANELBOARD DIRECTORIES - SHEET 3 E April ELECTRICAL SITE PLAN SOUTH ES April ELECTRICAL SITE PLAN - ALTERNATE 5 ES April ELECTRICAL SITE PLAN NORTH ES April TELECOM DUCT BANK AND HANDHOLD DETAILS ES April ELECTRICAL SITE DETAILS ES April 2013 TELECOMMUNICATIONS & SECURITY 281. SYMBOLS, ABBREVIATIONS, AND GENERAL NOTES T April OVERALL FIRST FLOOR PLAN T April OVERALL SECOND FLOOR PLAN T April PARTIAL FIRST FLOOR PLAN - AREA A T April PARTIAL FIRST FLOOR PLAN - AREA B T April PARTIAL FIRST FLOOR PLAN - AREA C T April PARTIAL SECOND FLOOR PLAN - AREA A T April PARTIAL SECOND FLOOR PLAN - AREA B T April RACK ELEVATIONS T April RACK ELEVATIONS T April ENLARGED PLANS T April DETAILS T April DETAILS T April VOICE AND DATA ONE-LINE T April VOICE AND DATA ONE-LINE T April PUBLIC ADDRESS AND CATV ONE-LINES T April PARTIAL FIRST FLOOR PLAN - AREA A TY April PARTIAL FIRST FLOOR PLAN - AREA B TY April PARTIAL FIRST FLOOR PLAN - AREA C TY April PARTIAL SECOND FLOOR PLAN - AREA A TY April 2013 LIST OF DRAWINGS

17 FDYD1900 Missouri Army National Guard (RTI) MOARNG Project No. T Rev. 0 Ft. Leonard Wood, Missouri 15 April 2013 Bid Final Submittal 301. PARTIAL SECOND FLOOR PLAN - AREA B TY April DOOR DETAILS TY April CAMERA DETAILS TY April OCTV AND INTERCOM ONE-LINE DIAGRAMS TY April IDS SYSTEM ONE-LINE TY April ACCESS CONTROL SYSTE ONE-LINE DIAGRAM TY April 2013 END OF SECTION LIST OF DRAWINGS

18 SECTION INVITATION FOR BID 1.0 OWNER: A. The State of Missouri Office of Administration, Division of Facilities Management, Design and Construction Jefferson City, Missouri 2.0 PROJECT TITLE AND NUMBER: A. REGIONAL TRAINING INSTITUTE PHASE I Fort Leonard Wood, Missouri Project No.: Tl203-0l NGB Project No BIDS WILL BE RECEIVED: A. FIRST SUBMITTAL: B. SECOND SUBMITTAL: 1:30 PM, Thursday, July 18, :00PM, Monday, July 22., 2013 C. Place: Office of the Director, Division of Facilities Management, Design and Construction, Room 730, Truman State Office Building, 301 West High, PO Box 809, Jefferson City, Missouri DESCRIPTION: A. Scope: The project includes a new Regional Training Institute containing offices, classrooms, auditorium, break rooms, mechanical areas, and restrooms. The site work includes parking for vehicles, landscaping, storm water detenetion and other site amenities. B. Estimate: $14,220,338 to $15,642,372 C. MBE/WBE/SDVE Goals: MBE 10.00% & WBE 5.00% SDVE &~tjq%. NOTE: Only MBE/WBE firms certified by a State of Missouri public entity as ofthe date of bid opening, or SDVE(s) meeting the requirements of Section , RSMo and 1 CSR , can be used to satisfy the MBE/WBE/SDVE participation goals for this project. 5.0 PRE-BID MEETING: A. Place/Time: 10:00 AM; Wednesday, June 26, 2013; in Building No Directions: Enter Fort Leonard Wood Main Gate from I-44 and stay on Missouri Avenue. Cross over North Dakota Avenue onto Constitution Avenue. Tum right onto South Dakota Avenue. Tum left onto Iowa Avenue and then right onto Cedar Street. Parking is to the right and the series classroom buildings are to the left. B. Access to State of Missouri property requires presentation of a photo ID by all persons 6.0 HOW TO GET PLANS & SPECIFICATIONS: A. Request: View Only Electronic bid sets are available at no cost or paper bid sets for a deposit of$200 from American Document Solutions(ADS). MAKE CHECKS PAY ABLE TO American Document Solutions. Mail to: American Document Solutions, 1400 Forum Blvd., Suite 1C, Columbia, Missouri Phone , Fax NOTE: Prime contractors will be allowed a maximum oftwo bid sets at the deposit rate shown above. Other requesters will be allowed only one bid set at this rate.. Additional bid sets or parts thereof may be obtained by any bidder at the cost of printing and shipping by request to American Document Solutions at the address shown above. B. Refunds: Return plans and specifications in unmarked condition within 15 working days of bid opening to American Document Solutions, 1400 Forum Blvd., Suite 1C, Columbia, Missouri Phone , Fax Deposits for plans not returned within 15 working days shall be forfeited. Information for upcoming bids is available on the Division's web site-- Plans, specifications and bidders lists are available on-line for bidders reference on American Document Solutions web site POINT OF CONTACT: A. Designer: JACOBS ENGINEERING GROUP INC, Larry Pijut, phone# , fax# B. Project Manager: Chris Pritchard, phone# , fax# GENERAL INFORMATION: A. The State reserves the right to reject any and all bids and to waive all informalities in bids. No bid may be withdrawn for a period of 20 working days subsequent to the specified bid opening time. The contractor shall pay not less than the prevailing hourly rate of wages for work of a similar character in the locality in which the work is performed, as determined by the Missouri Department of Labor and Industrial Relations and as set out in the detailed plans and specifications. Bid results are available after 3:00PM the day of the bid opening by calling: SECTION INVITATION FOR BID 02/12 1

19 THIS PAGE INTENTIONALLY LEFT BLANK

20 SECTION INSTRUCTIONS TO BIDDERS 1.0- SPECIAL NOTICE TO BIDDERS A. These specifications have bound hereto a complete set of bidding forms. They are for the bidder's convenience only and are not to be detached from the specifications or filled out and executed. One set of unbound bid forms will be furnished to each bidder and may be executed and submitted in a sealed envelope. B. Access to State of Missouri property requires presentation of a photo ID by all persons 2.0- BID DOCUMENTS A. The number of sets obtainable by any one (1) party may be limited in accordance with available supply. B. For the convenience of contractors, sub-contractors and suppliers, copies of construction documents are on file at the office of the Director, Division of Facilities Management, Design and Construction and on the Division's web site BIDDERS' OBLIGATIONS A. Bidders must carefully examine the entire site of the work and shall make all reasonable and necessary investigations to inform themselves thoroughly as to the facilities available as well as to all the difficulties involved in the completion of all work in accordance with the specifications and the plans. Bidders are also required to examine all maps, plans and data mentioned in the specifications. No plea of ignorance concerning observable existing conditions or difficulties that may be encountered in the execution of the work under this contract will be accepted as an excuse for any failure or omission on the part of the contractor to fulfill in every detail all of the requirements of the contract, nor accepted as a basis for any claims for extra compensation. B. Under no circumstances will contractors give their plans and specifications to another contractor. Any bid received from a contractor whose name does not appear on the list of plan holders will be subject to rejection INTERPRETATIONS A. No bidder shall be entitled to rely on oral interpretations as to the meaning of the plans and specifications or the acceptability of alternate products, materials, form or type of construction. Every request for interpretation shall be made in writing and submitted with all supporting documents not less than five (5) working days before opening of bids. Every interpretation made to a bidder will be in the form of an addendum and will be sent as promptly as is practicable to all persons to whom plans and specifications have been issued. All such addenda shall become part of the contract documents. B. Approval for an "acceptable substitution" issued in the form of an addendum as per Paragraph 4A above, and as per Article 3.1 of the General Conditions; ACCEPTABLE SUBSTITUTIONS shall constitute approval for use in the project of the product. C. An "acceptable substitution" requested after the award of bid shall be approved if proven to the satisfaction of the Owner and the Designer as per Article 3.1, that the product is acceptable in design, strength, durability, usefulness, and convenience for the purpose intended. Approval of the substitution after award is at the sole discretion of the Owner. D. A request for "Acceptable Substitutions" shall be made on the Section Substitution Request Form. The request shall be sent directly to the project Designer. A copy of said request should also be mailed to the Owner, Division of Facilities Management, Design and Construction, Post Office Box 809, Jefferson City Missouri BIDS AND BIDDING PROCEDURE A. The bid procedure is a two-step submittal process. Bidders shall submit all submission forms and accompanying documents by the stated time or their bid will be rejected for being non-responsive. If the second submission is not received by the specified time, the entire bid will be rejected for being nonresponsive. See the Invitation for Bid for when bid forms are to be submitted. SECTION INSTRUCTIONS TO BIDDERS 02/12 Page 1 of5

21 Depending on the specific project requirements, the following is a GENERIC list of all possible bid forms and times when they may be due: First Submittal- due before stated date and time of bid opening (see IFB): Bid Form Unit Prices Form Proposed Subcontractors Form Affidavit of Work Authorization Second Submittal- due before the stated date and time for second submittal (see IFB) by the three (3) apparent low bidders on the base bid (NOTE: Owner reserves the right to require second submittal documents from any and all bidders on request.): A MBE/WBE/SDVE Compliance Evaluation Form Supplement to MBE/WBE Compliance Evaluation Form MBE/WBE/SDVE Eligibility Determination for Joint Ventures MBE/WBE/SDVE GFE Determination SDVE Business Form DESE Drug Testing Certification (NOTE: Check for specific project requirements on the proposal form. Not all bid forms may be required to be submitted.) (NOTE: See Article 7.D below for submittal restrictions.) B. All bids shall be submitted without modification or reservation on the bid forms with each space properly filled. Bids not on these forms will be rejected. C. All bids shall be accompanied by a bid bond executed by the bidder and a duly authorized surety company, certified check, cashier's check or bank draft made payable to the Division of Facilities Management, Design and Construction, State of Missouri, in the amount indicated on the bid form, Section Failure of the contractor to submit the full amount required shall be sufficient cause to reject his bid. The bidder agrees that the proceeds of the check, draft or bond shall become the property of the State of Missouri, if for any reason the bidder withdraws his bid after closing, or if on notification of award refuses or is unable to execute tendered contract, provide an acceptable performance and payment bond, provide evidence of required insurance coverage and/or provide required copies of affirmative action plans within twelve (12) working days after such tender. D. The check or draft submitted by the successful bidder will be returned after the receipt of an acceptable performance and payment bond and execution of the formal contract. Checks or drafts of all other bidders will be returned within a reasonable time after it is determined that the bid represented by same will receive no further consideration by the State of Missouri. Bid bonds will only be returned upon request SIGNING OF BIDS A. Bids from an individual shall be signed as noted on the Bid Form. B. Bids from a partnership or joint venture shall require only one signature of a partner, an officer of the joint venture authorized to bind the venture or an attorney-in-fact. If the bid is signed by an officer of a joint venture or an attorney-in-fact, a document evidencing the individual's authority to execute contracts should be included with the bid form. C. Bids from a corporation shall have the correct corporate name thereon and the signature of an authorized officer of the corporation manually written. Title of office held by the person signing for the corporation shall appear, along with typed name of said individual. Corporate license number shall be provided and, if a corporation organized in a state other than Missouri, a Certificate of Authority to do business in the State of Missouri shall be attached. In addition, for corporate proposals, the President or Vice-President should sign as the bidder. If the signator is other than the corporate president or vice president, the bidder must provide satisfactory evidence that the signator has the legal authority to bind the corporation. SECTION INSTRUCTIONS TO BIDDERS 02/12 Page 2 of5

22 7.0 -RECEIVING BID SUBMITTALS A. Bid submittals are to be presented in sealed envelopes which shall be plainly marked with project title, bid date and bid time and delivered to the place specified in the Invitation for Bids. Bidders shall be responsible for actual delivery of bid submittals during business hours, and it shall not be sufficient to show that a submittal was dispatched in time to be received before scheduled closing time for receipt. B. Bidders are cautioned to allow ample time for transmittal of submittals by mail or otherwise. If a submittal is mailed, bidder should secure correct information relative to the probable time of arrival and distribution of mail at the place where it is to be received, and make due allowance for possible delays. C. Bidder's attention is directed to the fact that no submittal will be accepted or considered if delivered after the specified time for receipt. D. 1. No telephonic, electronic mail, facsimile (FAX), or similar transmissions will be accepted or allowed for FIRST SUBMITTALS. 2. Mailing, delivery, facsimile (FAX) transmission or electronic submission of SECOND SUBMITTALS will be allowed. If the bidder chooses to mail or deliver, the SECOND SUBMITTAL envelope label provided should be used. Second submittal faxes may only be sent to Electronic MBE/WBE/SDVE forms may be accessed at Electronic submission of second submittals may be made to the address of the Contract Specialist of record as shown in Section , Supplementary General Conditions. 3. It is the bidder's sole responsibility to assure receipt by Owner of both submittals by the dates and times specified in the Invitation for Bid. E. Submittals received prior to the time of opening will be securely kept, unopened. The division representative whose duty is to receive submittals will decide when the specified time for opening has arrived, and no submittal received thereafter will be considered. No responsibility will attach to any division representative for the early opening of a submittal not properly submitted. F. Submittals will be received separately or in combination as shown in and required by the Bid Form. Submittals will be completed so as to include insertion of all amounts for alternate bids, unit prices and cost accounting data, etc. Failure to complete all required information may be cause for rejection of bid. G. No Contractor shall stipulate in his bid any conditions not contained in the specifications or standard bid form contained in the contract documents. To do so may subject the Contractor's bid to rejection. H. Bidders prices shall include all city, state and federal sales, excise and similar taxes which may be lawfully assessed in connection with his performance of work and purchase of materials to be incorporated in the work. I. The completed forms shall be without interlineations, alterations or erasures. If contractor desires, he may request additional copies of forms. J. The Owner reserves the right to waive informalities in bid submittals and to reject any or all bids MODIFICATION AND WITHDRAWAL OF BIDS A. Bidder may withdraw his bid at any time prior to scheduled closing time for receipt of bids, but no bidder may withdraw his bid for a period of twenty (20) working days after the scheduled closing time for receipt of bids. B. Modifications or corrections of any bid information previously submitted may only be made by letter or telegram. Modifications or corrections must be clearly marked with bid date, project name and number and received by the Owner prior to the scheduled closing time for receipt of bids in accordance with the following provisions: 1. To maintain bid confidentiality and insure assignment to the proper bid, any such written request must be contained in a sealed envelope which is plainly marked "Modification of bid on (project title, project number and bid date)." 2. No requests for modifications or correction of previously submitted bids will be accepted by telephone, facsimile (FAX) transmission or electronic mail. SECTION INSTRUCTIONS TO BIDDERS 02/12 Page 3 of5

23 9.0- A WARD OF CONTRACT A. The Owner reserves the right to reject any and/or all bids and further to waive all informalities in bidding when deemed in the best interest of the State of Missouri. B. The Owner reserves the right to let other contracts in connection with the work, including but not by way of limitation, contracts for the furnishing and installation of furniture, equipment, machines, appliances and other apparatus. C. In awarding the contract the Owner may take into consideration the bidder's skill, facilities, capacity, experience, responsibility, previous work record, fmancial standing and the necessity of prompt and efficient completion of work herein described. Inability of any bidder to meet the requirements mentioned above may be cause for rejection of his bid. However, no contract will be awarded to any individual, partnership or corporation, who has had a contract with the State of Missouri declared in default within the preceding twelve months. D. Award of alternates, if any, will be made in numerical order unless all bids received are such that the order of acceptance of alternates does not affect the determination of the low bidder. E. No bid shall be considered binding upon the Owner until the written contract has been properly executed, a satisfactory bond has been furnished, evidence of required insurance coverage, submittal of executed Section , Affidavit of Work Authorization form, documentation evidencing enrollment and participation in a federal work authorization program has been received and an affirmative action plan submitted. Failure to execute and return the contract and associated documents within the prescribed period of time shall be treated, at the option of the Owner, as a breach of bidder's obligation and the Owner shall be under no further obligation to bidder. F. If the successful bidder is doing business in the State of Missouri under a fictitious name, he shall furnish to Owner, attached to the Bid Form, a properly certified copy of the certificate of Registration of Fictitious Name from the State of Missouri, and such certificate shall remain on file with the Owner. G. Any successful bidder which is a corporation organized in a state other than Missouri shall furnish to the Owner, attached to the Bid Form, a properly certified copy of its current Certificate of Authority to do business in the State of Missouri, such certificate to remain on file with the Owner. No contract will be awarded by the Owner unless such certificate is furnished by the bidder. H. Any successful bidder which is a corporation organized in the State of Missouri shall furnish at its own cost to the Owner, if requested, a Certificate of Good Standing issued by the Secretary of State, such certificate to remain on file with the Owner. I. Transient employers subject to Sections and , RSMo, (out-of-state employers who temporarily transact any business in the State of Missouri) may be required to file a bond with the Missouri Department of Revenue. No contract will be awarded by the Owner unless the successful bidder certifies that he has complied with all applicable provisions of Section J. Sections and , RSMo, require business entities to enroll and participate in a federal work authorization program in order to be eligible to receive award of any state contract in excess of $5,000. Bidders should submit with their bid an Affidavit of Work Authorization (Section ) along with appropriate documentation evidencing such enrollment and participation. Section , Affidavit of Work Authorization is located at, Information regarding a Memorandum of Understanding which is one form of appropriate documentation located at of this form and appropriate documentation is required before the award of any contract. In addition the contractor shall be responsible for compliance ofthese requirements by all subcontractors and suppliers at any tier associated with this contract SERVICE-DISABLED VETERAN'S A. As defined in Section , RSMo, the term "service-disabled veteran" means any individual who is disabled as certified by the appropriate federal agency responsible for the administration of veterans' affairs. B. The State of Missouri shall have a goal of awarding three percent of all construction projects to servicedisabled veterans except where no or an insufficient number of such veterans doing business in Missouri submit a bid or proposal for this project. Furthermore, service-disabled veteran businesses doing business SECTION INSTRUCTIONS TO BIDDERS 02/12 Page 4 of5

24 as Missouri firms, corporations, or individuals, or which maintain Missouri offices or places of business shall receive a three-point bonus preference in the contract award evaluation process. C. Any bidder who is qualified as a Missouri service-disabled veteran pursuant to Section , RSMo, must complete and submit with the bid the MISSOURI SERVICE DISABLED VETERAN BUSINESS form and provide the specified documentation in accordance with the instructions provided therein. This form can be obtained at CONTRACT SECURITY. A. The successful bidder shall furnish a performance/payment bond as set forth in General Conditions Article 6.1 on a condition prior to the State executing the contract and issuing a notice to proceed LIST OF SUBCONTRACTORS A. Each bidder must submit as part of their bid, a list of subcontractors to be used in performing the work. The list must specify the name of the single designated subcontractor, for each category of work listed in Section Proposed Subcontractors Form. If work within a category will be performed by more than one subcontractor, the bidder must provide the name of each subcontractor and specify the exact portion of the work to be done by each. If acceptance/nonacceptance of alternates will affect the designation of a subcontractor, the bidder must provide that information for each affected category. Failure to list the Bidder's firm, or a subcontractor for each category of work identified on the Bid Form or the listing of more than one subcontractor for any category without designating the portion of work to be performed by each shall be cause for rejection of the bid. If the bidder intends to perform any of the designated subcontract work with the use of his own employees, the bidder shall make that fact clear, by listing his own fmn for the subject category. If any category of work is left vacant, the bid shall be rejected WORKING DAYS A. Contract duration time is stated in working days and will use the following defmition in determining the actual calendar date for contract completion: 1. Working days are defmed as all calendar days except Saturdays, Sundays and the following State of Missouri observed holidays: New Year's Day, Martin Luther King, Jr. Day, Lincoln Day, Washington's Birthday, Truman Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. SECTION INSTRUCTIONS TO BIDDERS 02/12 Page 5 of5

25 THIS PAGE INTENTIONALLY LEFT BLANK

26 SECTION SUPPLEMENTARY INSTRUCTIONS TO BIDDERS- MBE/WBE/SDVE INSTRUCTIONS 1.0 DEFINITIONS 1. KANSAS CITY METROPOLITAN AREA": The City of Kansas City and the Missouri counties of Ray, Platte, Jackson, Cass and Clay. 2. "MBE": Minority Business Enterprise. 3. "MINORITY": a. "Black Americans," which includes persons having origins in any of the black racial groups of Africa; b. "Hispanic Americans," which includes persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish culture or origin regardless of race; c. "Native Americans," which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; d. "Asian-Pacific Americans, "which includes persons whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, the U.S. Trust Territories of the Pacific, or the Northern Marianas; or e. "Asian-Indian Americans," which includes persons whose origins are from India, Pakistan or Bangladesh. 4. "MINORITY BUSINESS ENTERPRISE": A business concern which is at least fifty-one percent (51%) owned by one (1) or more minority as defined in 3. "MINORITY" above or in the case of any publicly-owned business, fifty-one percent (51%) of the stock of which is owned by one ( 1) or more minority as defined in 3. "MINORITY" above AND whose management and daily business operations are controlled by one (1) or more minority as defmed herein. 5. "ST. LOUIS METROPOLITAN AREA": The City of St. Louis and the Missouri counties of Franklin, St. Charles, St. Louis and Jefferson. 6. "WBE": Women Business Enterprise. 7. "WOMEN BUSINESS ENTERPRISE": A business concern which is at least fifty-one percent (51%) owned by one (1) or more women or in the case of any publicly-owned business at least fifty-one percent (51%) of the stock of which is owned by one (1) or more women AND whose management and daily business operations are controlled by one ( 1) or more women. 8. "SDVE": A Service-Disabled Veterans Enterprise. 9. "SERVICE-DISABLED VETERAN": Any individual who is service disabled as certified by the appropriate federal agency responsible for the administration of veterans' affairs. 10. "SERVICE-DISABLED VETERANS ENTERPRISE": A business concern which is at least fifty-one percent (51%) owned by one (1) or more service-disabled veterans or in the case of any publicly-owned business at least fifty-one percent (51%) ofthe stock ofwhich is owned by one (1) or more service-disabled veterans AND whose management and daily business operations are controlled by one ( 1) or more service disabled veterans. 2.0 MBE/WBE/SDVE PROGRAM REQUIREMENTS A. For bids where MBE, WBE and or SDVE goals are greater than zero percent (0%) as noted in the Invitation for Bid, the following provisions shall apply 1. MBE/WBE/SDVE Percentage Goals: a. The bidder shall have as a goal subcontracting not less than the percentages stated on the Bid Form for MBE, WBE and SDVE firms. 2. Computation ofmbe/wbe/sdve Percent Goal Participation: a. The total dollar value of the work granted to the MBE, WBE or SDVE by the successful bidder shall be counted towards the applicable goal of the entire contract. b. A bidder may count toward the MBE/WBE/SDVE goals only expenditures to certified MBE/WBE/SDVEs that perform a commercially useful function in the work of a contract. A SECTION SUPPLEMENTARY INSTRUCTIONS TO BIDDERS- 02/12 MBE/WBE/SDVE INSTRUCTIONS Page 1 of5

27 MBE/WBE/SDVE is considered to perform a commercially useful function when it is responsible for executing a distinct element of the work contract and carrying out its responsibilities by actually performing, managing and supervising the work or providing supplies or manufactured materials. A bidder who is a MBE, WBE or SDVE may count 100% of the contract towards the MBE, WBE or SDVE goal. (NOTE: MBE firms who bid as general contractors are expected to obtain WBE and SDVE participation, WBE firms who bid as general contractors are expected to obtain MBE and SDVE participation, and SDVE firms who bid as general contractors are expected to obtain MBE and WBE participation to meet the project's separate goals.) c. Bidder may count toward its MBE/WBE/SDVE goals expenditures for materials and supplies obtained from certified MBE/WBE/SDVE suppliers and manufacturers, provided that the MBE/WBE/SDVE assumes the actual and contractual responsibility for the provision of the materials and supplies. d. A bidder may count towards the MBE/WBE/SDVE goals that portion of the total dollar value of the work granted to a second or subsequent tier subcontractor or a supplier to any subcontractor at any tier, provided that the MBE/WBE/SDVE properly assumes responsibility for the work as outlined in 2.A.2.b and 2.A.2.c above. e. A bidder may count towards the MBE/WBE/SDVE goals that portion of the total dollar value granted to a certified joint venture equal to the percentage of the ownership and control of the MBE/WBE/SDVE partner in the joint venture. 3. Certification by bidder ofmbe/wbe/sdve Subcontractors: a. The bidder shall submit with his bid the information requested in the MBE/WBE/SDVE Compliance Evaluation Form for every MBE/WBE/SDVE subcontractor the bidder intends to use on the contract work. b. The bidder may determine the status of certification of a proposed MBE/WBE/SDVE subcontractor or supplier by referring to the Division of Facilities Management, Design and Construction's MBE/WBE/SDVE Business Enterprise Directory contained in the project manual. Additional information, clarifications, etc., regarding the listings in the Directory may be obtained by calling the Division at (573) and asking to speak to the Contract Specialist of record as shown in Section , Supplementary Conditions. c. If the proposed subcontractor is certified as a MBE/WBE firm by any other State of Missouri agency or any Missouri city or county government agency, the bidder shall so note and provide particulars. Other known State of Missouri entities providing certification are: Mid-America Minority Supplier Development Council Human Relations Department, KCMO Lambert International Airport Metro (formerly Bi-State Development Agency) St. Louis Development Corporation St. Louis Minority Business Council SBA 8/St. Louis, MO Missouri Department of Transportation National Women Business Owners Corp Ext (Missouri fmns only) 4. The following information is provided to assist bidders in obtaining certification of subcontractors as MBE/WBE/SDVE(s), a. The Commissioner shall use, but shall not be limited to the following standards in determining whether a fmn is owned and controlled by one (1) or more minority/woman/service disabled veterans and is therefore eligible to be certified as a MBE/WBE/SDVE: SECTION SUPPLEMENTARY INSTRUCTIONS TO BIDDERS- 02/12 MBE/WBE/SDVE INSTRUCTIONS Page 2 of5

28 1. Bona fide membership in a minority group shall be established on the basis of the individual's claim that he or she is a member of such a minority group and is so regarded by the particular minority community. However, the Commissioner is not required to accept this claim if the claim is determined to be invalid. 2. An eligible MBE/WBE/SDVE shall be an independent business. The ownership and control by the minority/woman/service-disabled veteran shall be real, substantial, and continuing and shall go beyond the pro forma ownership of the firm as reflected in its ownership documents. The minority/woman/service-disabled veteran shall enjoy the customary incidents of ownership and shall share in the risks and profits commensurate with ownership interests, as demonstrated by examination of the substance rather than form of the arrangement. Recognition of the business as a separate entity for tax or corporate purposes is not necessarily sufficient for recognition as a MBE/WBE/SDVE. In determining whether a potential MBE/WBE/SDVE is an independent business, the Commissioner shall consider all relevant factors, including the date the business was established, the adequacy of its resources for the work of the construction contract, and the degree to which financial, equipment leasing, and other relationships with fmns vary from industry practices. 3. The MBE/WBE/SDVE owners shall also possess the power to direct or cause the direction of the management and policies of the fmn and to make the day-to-day as well as major decisions on matters of management, policy and operation. The fmn shall not be subject to any formal or informal restrictions which limit the customary discretions of the owner(s). There shall be no restriction through, for example, bylaw provisions, partnership agreements, or charter requirements for cumulative voting rights or otherwise that prevent the minority/woman/service-disabled veteran owner(s) from making a business decision of the fmn without the cooperation or vote of any owner who is not a minority/woman/service disabled veteran. 4. If the owners of the firm who are not minorities/women/service disabled veterans, are then disproportionately responsible for the operation of the firm, the firm is not controlled by minorities/women/service disabled veterans, and shall not be considered MBE/WBE/SDVE(s) within the meaning of these regulations. Where the actual management of the firm is contracted out to individuals other than the owner, those persons who have the ultimate power to hire and fire the managers can, for the purposes of these regulations, be considered as controlling the business. 5. All securities which constitute ownership and/or control of a corporation for purposes of establishing it as a MBE/WBE/SDVE under these regulations shall be held directly by minorities/women/service disabled veterans. No securities held in trust, or by any guardian for a minor, shall be considered as held by minorities/women/service disabled veterans in determining the ownership or control of a corporation. 6. The contributions of capital or expertise by the minorities/women/service disabled veteran (s) to acquire their interests in the fmn shall be real and substantial. Examples of insufficient contributions include a promise to contribute capital, a note payable to the fmn or its owners who are not minorities/women/service disabled veterans or the mere participation as an employee rather than as a manager. 7. In addition to the standards set out in this section, the Commissioner shall give special consideration to the following circumstances in determining eligibility: a. A joint venture is eligible under these regulations if the minority/woman/service-disabled veteran partner of the joint venture meets the standards for eligible minorities/women/service disabled veterans set forth above and the minority/woman/service-disabled veteran partner is responsible for a clearly defined portion of the work to be performed and shares in the ownership, control, management responsibilities, risks and profits of the joint venture. b. Once certified, a MBE/WBE/SDVE shall update its submission what supports this statement bi-annually. Anytime there is a change in ownership or control of the fmn, the MBE/WBE/SDVE shall update the previously filed information SECTION SUPPLEMENTARY INSTRUCTIONS TO BIDDERS- 02/12 MBE/WBE/SDVE INSTRUCTIONS Page 3 of5

29 c. Failure of a certified MBE/WBE/SDVE to update or submit this information shall disqualify the firm or individual from further participation as a MBE/WBE/SDVE until such time that the information is filed by the fmn or individual and approved by the Commissioner. d. If an appeal has been made and the Commissioner has denied certification, that decision shall be final for that contract and other contracts being let by the Commissioner at the time of the denial of certification. MBE/WBE/SDVE and joint venture denied certification may correct deficiencies in their ownership and control and apply for certification only for future contracts. 5. Waiver ofmbe/wbe/sdve Participation: a. The bidder is required to make a good faith effort to locate and contract with MBE's, WBE's and SDVE's. If a bidder has made a good faith effort to secure the required MBE's, WBE's and SDVE's and has failed, he may submit with his bid the information requested in MBE/WBE/SDVE Good Faith Effort (GFE) Determination. The Director will review the bidder's actions as set forth in the bidder's Application for Waiver, and any other factors deemed relevant by the Director, to determine if a good faith effort has been made to meet the applicable percentage goals. If the bidder is judged not to have made a good faith effort, the bid shall be rejected. Bidders who demonstrate that they have made a good faith effort to include MBE/WBE/SDVE participation will be awarded the contract regardless of the percent of MBE/WBE/SDVE participation provided the bid is otherwise acceptable. b. In reaching a determination of good faith, the Director may evaluate, but is not limited to, the following factors: 1. How subcontractors were contacted initially, the specific project information provided and the documentation to support that contact; 2. How project plans and specifications were provided to MBE/WBE/SDVE subcontractors; 3. The names, addresses and phone numbers of at least three MBE/WBE/SDVE firms contacted for specific categories of work; 4. The dates of contact for at least three subcontractors; 5. Attempts to follow-up with at least three subcontractors prior to bid to negotiate price, scope of work, or make other adjustments or clarifications; 6. Amount of bids received from any of these three subcontractors; 7. Bid accepted from one of these subcontractors or reasons for rejecting bids; 8. The MBE/WBE/SDVE suppliers contacted, date of contact, material or equipment, amounts of quotes. c. If MBE, WBE and SDVE goals have been identified on Section BID FORM, the three (3) apparent low bidders for the base bid are required to submit all appropriate MBE/WBE/SDVE documentation before the stated time and date set forth in the Invitation for Bid for the second submittal. Failure to provide this information by the specified date and time will be grounds for rejecting the bid. No telephonic, telegraphic, electronic mail, facsimile (FAX), or similar transmissions will be accepted or allowed for FIRST SUBMITTALS. Mailing or delivery in an envelope, facsimile (FAX) transmission or electronic submission of SECOND SUBMITTALS will be allowed. No telephonic, telegraphic, or similar transmissions will be accepted or allowed for SECOND SUBMITTALS. Second submittal faxes may only be sent to Electronic MBE/WBE/SDVE forms may be accessed at Electronic submission of second submittals may be made to the address of the Contract Specialist of record as shown in Section , Supplementary Conditions. It is the bidder's sole responsibility to assure receipt by Owner of both submittals by the dates and times specified in the Invitation for Bid. SECTION SUPPLEMENTARY INSTRUCTIONS TO BIDDERS- 02/12 MBE/WBE/SDVE INSTRUCTIONS Page 4 of5

30 No supportive or clarifying information related to the second part of the bid submittal that is requested or submitted after the specified date and time will be considered or used for evaluation of the of MBE/WBE/SDVE goals or good faith effort d. The Director reserves the right to provide bidders the opportunity to correct or amplify the documented information received concerning MBE/WBE/SDVE goals. The additional information will be transmitted to Facilities Management Design and Construction within two (2) working days of a phone or facsimile request from the Director's representative. 3.0 CONTRACTOR REQUIREMENTS For contracts where there are MBE/WBE/SDVE participation goals as noted in the Invitation to Bid, the following provisions shall apply: A. The Contractor is bound to subcontracting not less than the dollar amount indicated in the awarded contract to MBE/WBE/SDVE (s) unless amount is revised in writing by the Owner's representative. B. If the Contractor fails to meet or maintain stated percent, he must satisfactorily explain to the Director or his Designee why the requirement cannot be achieved and why meeting the requirement was beyond the Contractor's control. C. If the Director finds the Contractor's explanation unsatisfactory, the Director may take any appropriate action including, but not limited to: 1. Declaring the Contractor ineligible to participate in any Facilities Management, Design and Construction contracts for a period not to exceed twelve (12) months; and 2. Directing that the Contractor be declared non-responsive to the Invitation For Bid, or in breach of this contract. D. If a MBE/WBE/SDVE is replaced during the course of this contract, the Contractor shall make a good faith effort to replace it with another MBE/WBE/SDVE. All substitutions shall be approved by the Owners Representative. E. The Contractor shall provide the Owner with regular reports on its progress in meeting its MBE/WBE/SDVE obligations. As a minimum, the dollar-value of work completed by each MBE/WBE/SDVE subcontractor during the preceding month and as a cumulative total shall be reported with each monthly application for payment. A fmal report shall include the total dollar-value of work completed by each minority/woman and service disabled veteran subcontractor during the total contract. SECTION SUPPLEMENTARY INSTRUCTIONS TO BIDDERS- 02/12 MBE/WBE/SDVE INSTRUCTIONS Page 5 of5

31 THIS PAGE INTENTIONALLY LEFT BLANK

32 STATE OF MISSOURI DIVISION OF FACILITIES MANAGEMENT, DESIGN AND CONSTRUCTION MBEIWBEISDVE DIRECTORY The MBE/WBE Directory for goods and services is maintained by the Office of Equal Opportunity (OEO). The current Directory can be accessed at the following web address: Please note that you may search by MBE, WBE, or both as well as by region, location of the business by city or state, as well as by commodity or service. The SERVICE DISABLED VETERAN ENTERPRISE (SDVE) Directory (s) may be accessed at the following web addresses: vetbiz.gov I SECTION MBE/WBE/SDVE DIRECTORY 02/12 Page 1 of1

33 THIS PAGE INTENTIONALLY LEFT BLANK

34 STATE OF MISSOURI SECTION BID FORM 1.0 BID: A. From: B. To: (Bidder's Name) herein after called the "Bidder". Bid Time: 1:30PM BidDate: Director, Division of Facilities Management, Design and Construction Room 730, Harry S Truman State Office Building 301 West High Street Jefferson City, Missouri herein after called the "Owner." C. For: D. Project Number: E. Documents: F. Bid Amount: REGIONAL TRAINING INSTITUTE PHASE I Fort Leonard Wood, Missouri Tl NGB Project No hereinafter called the "Work." The undersigned, having examined and being familiar with the local conditions affecting the work and with the complete set of contract documents, including the Drawings, the Invitation For Bid, Instructions To Bidders, Statement of Bidders Qualifications, General Conditions, Supplement to General Conditions, and the technical specifications, including: addenda number through hereby proposes to perform the Work for the following: G. Allowances: H. Alternates: -----~-----Dollars($. ) The Base Bid above must include a TOTAL allowance of$817,211. See Section for details. Alternate No. 1: Add site landscaping and associated work. See Section , Schedule of Alternates for details. Zero (0) additional work days will be added to the contract should the Owner accept this alternate. $ Dollars($ --' Alternate No.2: Add the POV parking, sidewalk and associated work. See Section , Schedule of Alternates for details. Zero (0) additional work days will be added to the contract should the Owner accept this alternate. $ Dollars($ / Alternate No.3: Roofmg- Standing-Seam Metal Roof Panels. See Section , Schedule of Alternates for details. Zero (0) additional work days will be added to the contract should the Owner accept this alternate. $ Dollars ($ J Alternate No. 4: Upgrade MV Parking from gravel paving to concrete and ALL additional associated work as outlined in Section , Schedule of Alternates for details. Zero (0) additional work days will be added to the contract should the Owner accept this alternate. $ Dollars ($. J SECTION BID FORM

35 2.0 MBE/WBE/SDVE PERCENTAGE OF PARTICIPATION PROJECT GOALS: This project's specific goals are: MBE 10.00% WBE 5.00%. SDVE ~~. NOTE: Only MBE/WBE firms certified by a State ofmissouri public entity, and SDVE(s) meeting the requirements of Section , RSMo, and I CSR , as of the date ofbid opening, can be used to satisfy the MBE/WBE/SDVE participation goals for this project. 3.0 BIDBOND A. Accompanying the bid is: _ 5% Bid Bond or_ Cashier's Check/Bank Draft for 5% of base bid. Payable without condition to the Division of Facilities Management, Design and Construction, State of Missouri, as per Article 5 of "Instructions To Bidders". 4.0 CONTRACT COMPLETION TIME AND LIQUIDATED DAMAGES A. The Bidder agrees to complete the work within 373 working days from the date the Notice of Intent to Award is issued as modified by additional days added by the Owner's acceptance of alternates, if applicable. This includes 12 working days for document mailing and processing. The Bidder further agrees to pay to, or allow the State as liquidated damages the sum of $500 for each working day thereafter that the entire work is not substantially complete. 5.0 ATTACHMENTS TO BID: A B Proposed Subcontractors Affidavit of Work Authorization 6.0 SUPPLEMENTAL BID DOCUMENTS!i!it!j!J!i!;!;!!!i";;!;IS'~WI~:' 1,nl~lf:l':aJasE;i,1111li~\~~:ti!l1sln A B A c D E MBE/WBE/SDVE Compliance Form Supplement to MBE/WBE/SDVE Compliance Evaluation Form MBE/WBE/SDVE Joint Venture Form MBE/WBE/SDVE Waiver Form SDVE Business Form llllrt IIIBIItlll.l,llfiiiRII1~ IIIRIBIIIIBI:IIlliii4Jltii!&IIIJ ~~~~MI!!~IIIlEII!il&ill!~~f~liilrliimlt slli~tfl;~!ql}ll\ijiii!tlllilltgi!i~[dit~; 1 11!1t~~ ~~~QNmi!mwDBI ~11!!11UI!!!~lt~!lli111i1 R!iJ~J lil;~lltlmm'ltii~id!!mij,ti~~~~~~ii!tl1 i~m;m,i~~jmm:m:li! Jm,,mi!f~~ l~~~~~~~~~ 7.0 BIDDER'S CERTIFICATIONS: A. The Bidder agrees to pay not less than the hourly rate of wages as determined by the Department of Labor and Industrial Relations, State of Missouri, in accordance with Sections to , RSMo. B. The Bidder hereby certifies that this bid is genuine and is not made in the interest of or on behalf of any undisclosed person, firm, or corporation, and is not submitted in conformity with any agreement or rules of any group, association or corporation; That he/she has not directly or indirectly induced or solicited any other bidder to put in a false or sham proposal; That he/she has not solicited or induced any person, firm or corporation to refrain from submitting a bid; That he/she has not sought by collusion or otherwise to obtain for himself any advantage over any other bidder or over the Owner. That he/she will not discriminate against any employee or applicant for employment because of race, creed, color or national origin in the performance of the work. That he/she certifies that he/she has based this proposal upon an official/complete set of contract documents, either obtained from the Owner after Bidder placed himself/herself on the bidders' list or from a secondary source known to the Bidder to have provided a complete and accurate set of contract documents, provided that if Bidder received the contract documents from such a secondary source, any errors or omissions in the contract documents shall be interpreted and construed in favor of the Owner and against the Bidder. This proposal is also based upon the conditions within Article 1.2 of the General Conditions. That he/she certifies compliance with the provisions of Section , RSMo, regarding transient employers. That he/she has enrolled and is and will continue to participate in a federal work authorization program in accordance with Sections and , RSMo for the duration of this contract. SECTION BID FORM 02/12 2

36 8.0 BIDDER INFORMATION: President's Name Vice-President's Name Secretary's Name Treasurer's Name Date(s) of incorporation Date of Organization: Type of Partnership: D General D Limited D Association Name and addresses of all partners: (use additional sheet if necessary) 1. Name Address City, State, Zip 2. Name Address City, State, Zip 9.0 DATE: A. Dated this: day of,20. (THIS SECTION IS MANDATORY FOR ALL BIDDERS) 10.0 SIGNATURES: D Individual D Partnership D Joint VentureD Corporation Business Name: Address: Telephone: Fax Number: Federal ID Number: Social Security Number: Incorporated under the laws of the State of: (If a corporation organized in a state other than Missouri, attach Certificate of Authority to do business in the State of Missouri. Also for Corporate proposals, the President or vice-president should sign as the bidder. If the signator is other than the corporate president or vice president, the bidder must provide satisfactory evidence that the signator has the legal authority to bind the corporation.) Corporate President or Vice President Signature Corporate Secretary's Signature Typed or Printed Name Typed or Printed Name Partner/Joint Venture Signature (Corporate Seal) Typed or Printed Name Sole Proprietor Signature Typed or Printed Name SECTION BID FORM 02/12 3

37 THIS PAGE INTENTIONALLY LEFT BLANK

38 SECTION PROPOSED SUBCONTRACTORS Project Number T1203-0l 1.0 CONTRACTOR/SUBCONTRACTOR/MATERIAL SUPPLIER LIST: A. Identify the subcontractor(s) who will perform the categories of work listed below. If you plan to use your own employees to do the work, list yourself. Failure to list your firm, or a subcontractor for each category of work listed under "Description of Work'' shall be cause for rejection of the bid. If any category of work is left vacant, the bid shall be rejected. If more than one firm performs work in one category, you must designate the portion of work to be performed by each contractor/subcontractor. If your choice(s) of subcontractor will change if certain alternates are accepted, indicate in the different columns which subcontractor you will use for the base bid and each accepted alternate. After bid opening, no substitutes of listed firms will be allowed except as indicated in SECTION GENERAL CONDITIONS, Article 3.7- SUBCONTRACTS. B. The Bidder hereby certifies that the following Contractor, subcontractors, suppliers and /or manufacturers will be used in the performance of the work: SPECIFICATION DIVISION OR SECTION(S) DESCRIPTION OF WORK NAME OF FIRM FOR BASE BID WORK Division 31, 32 and 33 SITE WORK Division 3 Division 4 Division 22 and 23 Division 26 and 27 CONCRETE MASONRY MECHANICAL ELECTRICAL I I I I SECTION PROPOSED SUBCONTRACTORS 02/12 PAGE 1 ofl

39 THIS PAGE INTENTIONALLY LEFT BLANK

40 SECTION MBE/WBE/SDVE COMPLIANCE EVALUATION FORM Project Name: Project No.: T1203-0l This form is to be completed by bidders and submitted to the State of Missouri, Division of Facilities Management, Design and Construction with the second bid submittal. Submit one form per MBE/WBE/SDVE firm involved with the project. This includes any MBE/WBE/SDVE general contractor, joint venture, subcontractor or supplier, regardless of how many tier levels of sub-contracts. A condition for remaining in competition for award is the satisfactory completion of this form for each minority/woman/service disabled veteran-owned firm that will perform a commercially useful function on the contract. The undersigned submits the following data with respect to the following firm's assurance to meet the Office of Administration's goal for MBE/WBE/SDVE participation. I. Name of General Contractor: MBE/WBE/SDVE Firm::-:-----: (Name) (Address) (Phone Number) (City, State, Zip Code) (Fax Number) Type of Business: Type of Firm: D MBE D WBE D SDVE Officer Name & Title: 3. Describe the subcontract work to be performed (List BASE BID work and any ALTERNATE work separately): BASE BID: ALTERNATE (S): (identify separately) 4. Indicate the dollar amount of contract to be subcontracted to the MBE/WBE/SDVE Firm: BASEBID: $ ALTERNATE (S): (identify separately) $ $ $ 5. Is the proposed subcontractor listed in the Minority/Women Business Enterprise Directory maintained by the Office of Equal Opportunity (OEO)? YES D NO D 6. Is the proposed subcontractor certified as a MBE/WBE firm by another State of Missouri public entity? YES D NO D If yes, please provide the name and address of such entity below. Also provide a copy of the subcontractor's certificate or certification letter from such entity and complete and submit form A. Name & address of Missouri: certifying public entity: Name of General Contractor Signee (Print). Signature: Title: Date: SECTION MBE/WBE/SDVE COMPLIANCE EVALUATION FORM 02/12 Page 1 of 1

41 THIS PAGE INTENTIONALLY LEFT BLANK

42 FMDC FAST TRACK REQUIREMENTS If you are not certified by Office of Equal Opportunity (OEO) as a MBE or WBE, but are certified by another approved certifying entity, this form must be completed and a copy of your current certificate provided with the bid you are participating on. The OEO program has a "Fast Track" certification process with Facilities Management, Design and Construction (FMDC) and this form will allow your firm to receive designation as a minority and/or woman business enterprise (MBEIWBE) with the State of Missouri. This designation will last through the duration of the project, or the expiration date on your current MIWBE certification. CompanyName Owners Name Mailing Address Street Address if different from Mailing City State Zip Phone Fax Address FEIN Number Indicate which ethnicity category applies to your business: 0 African American Male-MO 0 Asian American-M 1 0 Hispanic Male-M2 0 Native American Male-M3 0 Other Male-M4 0 African American Female-M5 0 Asian American Female-M6 0 Hispanic Female-M7 0 Native American Female-MB 0 Other Female-M9 0 Female-WO Date Company was Established Number of employees: Full Time Part Time Total Employees: Commodity/Service Description: Bonding Limit (If applicable) Project Limit (If applicable) SECTION A- SUPPLEMENT TO MBE/WBE COMPLIANCE EVALUATION FORM 02/12 1

43 THIS PAGE INTENTIONALLY LEFT BLANK

44 SECTION MBE/WBE/SDVE ELIGIBILITY DETERMINATION FORM FOR JOINT VENTURES Project Name: Project No.: T If bidder is a joint venture. this form shall be completed and submitted with the second bid submittal to the Missouri State Division of Facilities Management Design and Construction. 1. Joint Venture Firm: (Name) (Address) (City, State, Zip Code) {Phone Number) (Fax Number) 2. In order to be counted toward project MBE/WBE/SDVE goals, the MBE/WBE/SDVE partner(s) must be currently certified by a State of Missouri public entity or have proof of SDVE eligibility. Identify the firms which comprise the joint venture and include a copy of the certification of each MBE/WBE/SDVE firm included in the joint venture. (a) Describe the role of each MBE/WBE/SDVE firm in the joint venture: (b) Briefly describe the experience and business qualifications of each non-mbe/wbe/sdve co-venturer: 3. What is the claimed percentage ofmbe/wbe/sdve ownership in the joint venture? 4. Ownership of joint venture. Attach a copy of the joint venture agreement. (The following need not be filled in if described in the joint venture agreement) (a) Description of profit and loss sharing: SECTION MBEIWBE/SDVE ELIGIBILITY DETERMINATION FORM FOR JOINT VENTURES 02/12 Page 1 of 3

45 (b) Description of capital contributions, including equipment: (c) Description of other applicable ownership interests: 6. Control of, and participation in, this contract. Identify by name, race, sex, and "firm" those individuals (and their titles) who are responsible for day-to-day management and policy decision making including, but not limited to, those with prime responsibility for: c Financial Decisions c Hiring (of management) c Management Decisions c Firing (of management) c Estimating a Marketing c Sales c Purchase of major items or supplies Name Race Sex Firm & Title Responsibility Manal!ement Decisions NOTE: If after filing this information and before the completion of the joint venture's work on the contract covered by this regulation, there is any significant change in the information submitted, the joint venture must inform the Commissioner, either directly or if the joint venture is a subcontractor through the prime contractor. AFFIDAVIT "The undersigned swear that the foregoing statements are correct and include all material and information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venturer in the undertaking. Further, the undersigned covenant and agree to provide the Commissioner, Office of Administration, current, complete and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any of the joint venture arrangements and to permit the audit and examination of the books, records, and files of the joint venture, or those of each joint venturer relevant to the joint venture, by authorized representatives of the Commissioner, Office of Administration. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning false statements." Name of Firm: Signature: Name: Title: Date: Name of Firm: Signature: Name: Title: Date: SECTION MBE/WBE/SDVE ELIGIBILITY DETERMINATION FORM FOR JOINT VENTURES 02/12 Page 2 of3

46 Date: State of: County of: On this day of, 20, before me appeared (name) to me personally known, who, being duly sworn, did execute the foregoing affidavit, and did state that he or she was properly authorized by (name of firm) to execute the affidavit and did so as his or her own free act and deed. Notary Public: (seal) My commission expires: Date: State of: County of: On this day of,, 20, before me appeared (name) to me personally known, who, being duly sworn, did execute the foregoing affidavit, and did state that he or she was properly authorized by (name of firm) to execute the affidavit and did so as his or her own free act and deed. Notary Public: My commission expires: (seal) SECTION MBE/WBE ELIGIBILITY DETERMINATION FORM FOR JOINT VENTURES 02/12 Page 3 of3

47 THIS PAGE INTENTIONALLY LEFT BLANK

48 MBEIWBE/SDVE GOOD FAITH EFFORT (GFE) DETERMINATION- FORM NO REQUEST FOR WBE GOAL WAIVER REQUEST FOR MBE GOAL WAIVER REQUEST FOR SDVE GOAL WAIVER PROJECT NO. PROJECT TITLE SUBMITTED BY Prime Bidder Please complete the fouowing information. Scores wiu be based on the comparison of effort made by the three lowest bidders on this project and the completeness of the information. Maximum points possible is indicated in parenthesis ( ) for each type of information requested. Bidders not attaining the project MBEIWBW/SDVE goals must secure a total of510 points through a combination of participation and/or effort in order to be granted a waiver of the project goals. INSTRUCTIONS FOR PART A AND B -Prime Bidder has the option of completing ah three lines (1-3) of Part A or ah three lines (4-6) of Part B or a combination of A and B with a maximum of three lines total for A and B, such as (1, 2 & 4) or (1, 4 & 5) Credit values possible for each line are equal _ -e~:~':''-ji~~~~pii:tg~lll~q.. ~bi~'--, (ii''... Provide the information requested in this section for up to three MBEIWBE/SDVE firms that the owner, partner or principle officer of the Prime Bidder has met with face to face within the last sixty days for the purpose of developing a working relationship. a. Name offirm MBE (5) or WBE (3) or SDVE (3) and Principle of Firm (3) That Prime Bidder Met With MBE/WBE/SDVE FIRM MBE WBE SDVE MBE WBE SDVE b. Telephone Nnmber (2) c. Date of Meeting(2) d. Yearsin Business 5 e. Nnmberof Employees (5) f. Nnmberof Licensed Tradesmen 3 g Bonding Limit (5) h. Limit of General Liability Insurance 3 i. Typical Project Size (2) a. Name offirm MBE (5) WBE (3) SDVE (3) MBE WBE SDVE MBE WBE SDVE MBE WBE SDVE I" Project b. Name ofproject c. Subcontract (5) Value (5) 2"" Project d Name ofproject e. Subcontract Value (5) (5) rdProject f. Name ofproject (5) g. Subcontract Value (5) '-- Part C. How did prime Contractor provide access to full sets of plans and specifications and specific sections for this project to subcontractors and suppliers. Check boxes for all methods that were used? L Directed to local plan room at (1) Made available at Prime Bidder's Office (2) Directed to website at (I) Faxed specific sections to subcontractors and/or suppliers (attach copy) (3) Mailed specific sections to subcontractors and/or suppliers (attach copy) (3) Hand carried directly to subcontractors and/or suppliers (5) Part D. How were subcontractors and suppliers, specifically for this project, initially contacted and informed of Prime Bidder's interest in receiving a proposal from them? Explain and attach copies of telephone logs, fax transmittals and logs, scopes of work for specific categories of work. (20) INSTRUCTIONS FOR PARTS E, F, G, & H-Provide the Information Requested for up to Three MBEIWBE/SDVE Firms for eacb of the "Categories of Work" and "Supplier" tbat you Solicited Participation. SECTION MBEIWBE/SDVE GOOD FAITH EFFORT (GFE) DETERMINATION Page 1 of2

49 Pa AI..A:.<e "-'""I.~~Ull.}' U.l. "" ua n... ~... U;;"-&.I.Jl-&JlUU AI&Y&3&UU..,;JII,;"-I.AUU ~ Name of Firm & Person Contacted M w s Telephone No. a. Date oflnitial b. Verification and c. Amount of Bid d. Bid e. If Applicable, B B D Contact(5) Follow-Up With Received Accepted Reason for E E v Subcontractor Prior to (15) (5) Rejection of Bid (5)-l (3)-i E Bid Failure to (3) (Yes- Attach Documentation) provide (10) information (-5) ';!i ;.;::::.::;: ''''''"''' Name of Selected Subcontractor for This Category -=--=-~--=-=-=-= =-:--:-o Part F. Category of Work: Specification Division: Section(s): Bid Accepted$ 1. Name of Firm & Person Contacted M w s Telephone No. a. Date oflnitial b. Verification and c. Amount ofbid d. Bid e. If Applicable, B B D Contact (5) Follow-Up With Received (15) Accepted Reason for E E v Subcontractor Prior to (5) Rejection of Bid (5) (3) E Bid Failnreto " " (3) (Yes- Attach Documentation) provide (10) information (-5) ::::' : :.: ::';:::,:: ::::.:.:,;;:;:;:c:, Name of Selected Firm for This Category Bid Accepted$ Part G. Category of Work: Specification Division: Section(s): 1. Name of Firm & Person Contacted M w s Telephone No. a. Date of Initial b. Verification and c. Amount ofbid d. Bid e. If Applicable, B B D Contact Follow-Up With Received (15) Accepted Reason for E E v (5) Subcontractor Prior to (5) Rejection ofbid " (5) (3)-i E Bid Failure to (3) (Yes- Attach Documenlation) provide (10) information (-5) :.:,:,:;;;:.,:::.. ;.:.::; ;.;;.: :: ::. : : ::: :n.: Name of Selected Firm for This Category!'art H. :SnDDiters: I Bid Accepted$ Name of Firm & Person Contacted M w s Telephone No. a. Date of Initial b. Material or c. Amount of Quote d. Quote e. If Applicable, B B D Cootact (5) Equipment Received (10) Accepted Reason for E E v Quoted (5) (5) Rejection of Bid (5) (3) E Failure to " " (3) provide :::;; : :... : information (-5) Name of Selected Firm for this Category Bid Accepted NAME INFORMATION WILL BE VERIFIED AS NECESSARY, INVALID INFORMATION WILL RECEIVE NO SCORE. SECTION MBEIWBE/SDVE GOOD FAITH EFFORT (GFE) DETERMINATION Page2 of2

50 INSTRUCTIONS FOR COMPLETING FORM NO MBEIWBE/SDVE GOOD FAITH EFFORT (GFE) DETERMINATION General Information 1. This form is to be used by each of the three low bidders on the project, if they failed to meet either the MBE Goal, WBE Goal or SDVE Goal. 2. This form is to be part of the Second Bid Submittal as explained in the Instructions To Bidders. 3. It is designed for submittal of information to indicate that the bidder made a Good Faith Effort to obtain the MBEIWBE/SDVE Goals established for the project. 4. Good Faith Effort is evaluated based on actual MBE/WBE/SDVE participation obtained by each of the three low bidders compared to each other and by the information provided on this form. The bidder with the highest level of participation, but not greater than the goal, can attain 170 points for MBE participation,170 points for WBE participation and 170 points for SDVE participation. It is also possible to attain an additional 510 points by fully and successfully completing this form. 5. A waiver of the goals and determination that a GOOD FAITH EFFORT was made can be granted if 510 or more total points are attained by a bidder. 6. The form is intended to be completed by the Prime Bidder. Completing Form No Step I Step 2 Step 3 Step 4 Step 5 Step6 Indicate by checking the box or boxes if the waiver is requested for the MBE Goal, WBE Goal or SDVE Goal. Provide the Project Number, Project Title and Company Name of Prime Bidder where indicated. Review the entire form well in advance of bid submittal to.familiarize yourself with the information required and the point value of the information requested. Point value is indicated in parentheses ( ) next to requested information. Complete all of Part A, all of Part B, or a combination of Part A & Part B, such that a maximum of three lines are completed. Only 3 of lines 1 through 6 in Parts A & B will be scored. For lines 1 through 3, provide the name of the MBE, WBE or SDVE firm, name of the principal owner of the firm met with, their phone number, the date of the face-to-face meeting and the other specific information requested related to that firm. Phone conversations are not acceptable substitutes for face-to-face meetings and meetings must have occurred within 60 days of this bid date. For lines 4 through 6, provide the name of MBEIWBE/SDVE firm contracted with, the names of the projects they were used on, and the dollar values of their subcontracts. Complete Part C by checking the boxes for all methods that were used, being sure to provide for 1. the plan room address and 3. website address, and attach copies, as requested. Complete Part D. Explain in this section how MBEIWBE/SDVE subcontractors were initially contacted and provide the contact name, date and time of contact, whether by phone or fax, and provide a copy of the scope of work they were asked to bid. It is only necessary to provide this information for three subcontractors in each category of work sought. INSTRUCTIONS FOR COMPLETING FORM NO MBEIWBE 02/12 Page 1 of 2

51 Instructions for Completing Form No MBE/WBEISDVE Page Two Step 7 Step 8 Complete Parts E, F, and G. Indicate the category of work, specification division and section(s), for which MBEIWBE/SDVE participation is sought. Provide the name of the MBE/WBE/SDVE firm, person contacted, telephone number, date of initial contact, and attach documentation to verify that a follow-up contact was made, such as date of follow-up and an explanation of what was discussed. Indicate on the form the amount of their bid, whether or not it was accepted, reason for rejection (if applicable) and name of selected firm and their bid amount. Complete Part H. Indicate the firm names of the contacted suppliers and person contacted, phone number, date of contact, type of material or equipment quoted amount of quote received, whether or not it was accepted, reason for rejection (if applicable), name of selected firm and their quote amount. Notes 1. To receive full credit, information must be placed on the form where requested and attached documentation must indicate the PART, line and column on the form that it relates to, such as, PART F, Line 2, Column B. 2. Information will verified by calling the firms listed, as necessary. Information that cannot be verified will receive no score. INSTRUCTIONS FOR COMPLETING FORM NO MBEIWBE 02/12 Page 2 of 2

52 MISSOURI SERVICE-DISABLED VETERAN BUSINESS FORM Pursuantto RSMo, the Office of Administration, Division of Facilities Management, Design and Construction has a goal of awarding three (3) percent of all contracts for the performance of any job or service to service-disabled veteran businesses (see below for definitions included in RSMo) either doing business as Missouri firms, corporations, or individuals; or which maintain Missouri offices or places of business, when the quality of performance promised is equal or better and the price quoted is the same or less or whenever competing bids, in their entirety, are comparable. Definitions: Service-Disabled Veteran is defined as any individual who is disabled as certified by the appropriate federal agency responsible for the administration of veterans' affairs. Service-Disabled Veteran Business is defined as a business concern: a. not less than fifty-one (51) percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than fifty-one (51) percent of the stock of which is owned by one or more service-disabled veterans; and b. the management and daily business operations of which are controlled by one or more servicedisabled veterans. If a bidder meets the definitions of a service-disabled veteran and a service-disabled veteran business as defined in RSMo and is either doing business as a Missouri firm, corporation, or individual; or maintains a Missouri office or place of business, the bidder must provide the following with the bid in order to receive the Missouri service-disabled veteran business preference over a non-missouri service-disabled veteran business when the quality of performance promised is equal or better and the price quoted is the same or less or whenever competing bids, in their entirety, are comparable: a. a copy of a letter from the Department of Veterans Affairs (VA), or a copy of the bidder's discharge paper (DD Form 214, Certificate of Release or Discharge from Active Duty); and b. a completed copy of this form. (NOTE: For ease of evaluation, please attach copy of the above-referenced letter from the VA or a copy of the bidder's discharge paper to this Form.) By signing below, I certify that I meet the definitions of a service-disabled veteran and a service-disabled veteran business as defined in RSMo, and that I am either doing business as a Missouri firm, corporation, or individual; or maintain Missouri offices or places of business at the location(s) listed below. Service-Disabled Veteran's Name (Please Print) Service-Disabled Veteran Business Name Service-Disabled Veteran's Signature Missouri Address of Service-Disabled Veteran Business SECTION SDVE BUSINESS FORM Page 1 of 1

53 THIS PAGE INTENTIONALLY LEFT BLANK

54 SECTION AFFIDAVIT OF WORK AUTHORIZATION STATEOF ) ) COUNTYOF ) On this day of, 20, before me appeared,, personally known to me or proved to me on the basis of satisfactory evidence to be a person whose name is subscribed to this affidavit, who being by me duly sworn, deposed as follows: My name is, and I am of sound mind, capable of making this affidavit, and personally certify the facts herein stated, as required by Section , RSMo, to enter into any contract agreement with the state to perform any job, task, employment, labor, personal services, or any other activity for which compensation is provided, expected, or due, including but not limited to all activities conducted by business entities: I am the of, and I am duly authorized, title business name directed, and/or empowered to act officially and properly on behalf of this business entity. I hereby affirm and warrant that the aforementioned business entity is enrolled in a federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, and the aforementioned business entity shall participate in said program with respect to all employees working in connection with the contracted services related to with the Office of Administration, Division of Facilities Project Number Management, Design and Construction (FMDC). I have attached documentation to this affidavit to evidence enrollment/participation by the aforementioned business entity in a federal work authorization program, as required by Section , RSMo. In addition, I hereby affirm and warrant that the aforementioned business entity does not and shall not knowingly employ, in connection to work under the within state contract agreement with FMDC, an alien who does not have the legal right or authorization under federal law to work in the United States, as defined in 8 U.S.C. 1324a(h)(3). I am aware and recognize that, unless certain contract and affidavit conditions are satisfied pursuant to Section , RSMo, the aforementioned business entity may be held liable under Section through , RSMo, for subcontractors that knowingly employ or continue to employ any unauthorized alien to work within the state of Missouri. under duress. I acknowledge that I am signing this affidavit as a free act and deed of the aforementioned business entity and not Affidavit Signature Subscribed and sworn to before me this day of, 20. My commission expires: Notary Public SECTION AFFIDAVIT OF WORK AUTHORIZATION 02/12 Page 1 of1

55 THIS PAGE INTENTIONALLY LEFT BLANK

56 GENERAL CONDITIONS INDEX ARTICLE: 1. General Provisions 1.1. Defmitions 1.2. Drawings and Specifications 1.3. Compliance with Laws, Permits, Regulations and Inspections 1.4. Nondiscrimination in Employment 1.5. Anti-Kickback 1.6. Patents and Royalties 1.7. Preference for American and Missouri Products and Services 1.8. Communications 1.9. Separate Contracts and Cooperation Assignment of Contract Indemnification Disputes and Disagreements 6. Bond and Insurance 6.1. Bond 6.2. Insurance 7. Termination or Suspension of Contract 7.1. For Site Conditions 7.2. For Cause 7.3. For Convenience 2. Owner/Designer Responsibilities 3. Contractor Responsibilities 3.1. Acceptable Substitutions 3.2. Submittals 3.3. As-Built Drawings 3.4. Guaranty and Warranties 3.5. Operation and Maintenance Manuals 3.6. Other Contractor Responsibilities 3.7. Subcontracts 4. Changes in the Work 4.1. Changes in the Work 4.2. Changes in Completion Time 5. Construction and Completion 5.1. Construction Commencement 5.2. Project Construction 5.3. Project Completion 5.4. Payments SECTION GENERAL CONDITIONS 02/12 Page 1 of20

57 SECTION GENERAL CONDITIONS A. These General Conditions apply to each section of these specifications. The Contractor is subject to the provisions contained herein. B. The General Conditions are intended to defme the relationship of the Owner, the Designer and the Contractor thereby establishing certain rules and provisions governing the operation and performance of the work so that the work may be performed in a safe, orderly, expeditious and workmanlike manner. ARTICLE 1-GENERAL PROVISIONS ARTICLE 1.1 -DEFINITIONS A. As used in these contract documents, the following terms shall have the meanings and refer to the parties designated in these definitions. 1. "COMMISSIONER": The Commissioner of the Office of Administration. 2. "CONSTRUCTION DOCUMENTS": The "Construction Documents" shall consist of the Project Manual, Drawings and Addenda. 3. "CONSTRUCTION REPRESENTATIVE:" Whenever the term "Construction Representative" is used, it shall mean the Owner's Representative at the work site. 4. "CONTRACTOR": Party or parties who have entered into a contract with the Owner to furnish work under these specifications and drawings. 5. "DESIGNER": When the term "Designer" is used herein, it shall refer to the Architect Engineer, or Consultant of Record specified and defined in Paragraph 2.0 of the Supplemental Conditions, or his duly authorized representative. The Designer may be either a consultant or state employee. 6. "DIRECTOR": Whenever the term "Director" is used, it shall mean the Director of the Division of Facilities Management, Design and Construction or his Designee, representing the Office of Administration, State of Missouri. The Director is the agent of the Owner. 7. "DIVISION": Shall mean the Division of Facilities Management, Design and Construction, State of Missouri. SECTION GENERAL CONDITIONS 02/12 8. "INCIDENTAL JOB BURDENS": Shall mean those expenses relating to the cost of work, incurred either in the home office or on the job-site, which are necessary in the course of doing business but are incidental to the job. Such costs include office supplies and equipment, postage, courier services, telephone expenses including long distance, water and ice and other similar expenses. 9. "JOINT VENTURE": An association of two (2) or more businesses to carry out a single business enterprise for profit for which purpose they combine their property, capital, efforts, skills and knowledge. 10. "OWNER": Whenever the term "Owner" is used, it shall mean the State of Missouri. 11. "PROJECT": Wherever the term "Project" is used, it shall mean the work required to be completed by the construction contract. 12. "PROJECT MANUAL": The "Project Manual" shall consist of Introductory Information, Invitation for Bid, Instructions to Bidders, Bid Documents, Additional Information, Standard Forms, General Conditions, Supplemental General Conditions, General Requirements and Technical Specifications. 13. "SUBCONTRACTOR": Party or parties who contract under, or for the performance of part or this entire Contract between the Owner and Contractor. The subcontract may or may not be direct with the Contractor. 14. "WORK": Labor, material, supplies, plant and equipment required to perform and complete the service agreed to by the Contractor in a safe, expeditious, orderly and workmanlike manner so that the project shall be complete and finished in the best manner known to each respective trade. 15. "WORKING DAYS": are all calendar days except Saturdays, Sundays and the following holidays: New Year's Day, Martin Luther King, Jr. Day, Lincoln Day, Washington's Birthday (observed), Truman Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day (observed), Thanksgiving Day, Christmas Day. ARTICLE 1.2 DRAWINGS AND SPECIFICATIONS A. In case of discrepancy between drawings and specifications, specifications shall govern. Should discrepancies in architectural drawings, structural drawings and mechanical drawings occur, architectural drawings shall govern and, in case of Page 2 of20

58 conflict between structural and mechanical drawings, structural drawings shall govern. B. Specifications are separated into titled divisions for convenience of reference only and to facilitate letting of contracts and subcontracts. The Contractor is responsible for establishing the scope of work for subcontractors, which may cross titled divisions. Neither the Owner nor Designer will establish limits and jurisdiction of subcontracts. C. Figured dimensions take precedence over scaled measurements and details over smaller scale general drawings. In the event of conflict between any of the documents contained within the contract, the documents shall take precedence and be controlling in the following sequence: addenda, supplementary general conditions, general conditions, division 1 specifications, technical division specifications, drawings, bid form and instructions to bidders. D. Anything shown on drawings and not mentioned in these specifications or vice versa, as well as any incidental work which is obviously necessary to complete the project within the limits established by the drawings and specifications, although not shown on or described therein, shall be performed by the Contractor at no additional cost as a part of his contract. E. Upon encountering conditions differing materially from those indicated in the contract documents, the Contractor shall promptly notify the Designer and Construction Representative in writing before such conditions are disturbed. The Designer shall promptly investigate said conditions and report to the Owner, with a recommended course of action. If conditions do materially differ and cause an increase or decrease in contract cost or time required for completion of any portion of the work, a contract change will be initiated as outlined in Article 4 of these General Conditions. E. Only work included in the contract documents is authorized, and the Contractor shall do no work other than that described therein or in accordance with appropriately authorized and approved contract changes. ARTICLE COMPLIANCE WITH LAWS, PERMITS, REGULATIONS AND INSPECTIONS A. Since the Owner is the State of Missouri, municipal or political subdivisions, zoning ordinances, construction codes (other than licensing of trades), and other like ordinances are not applicable to construction on Owner's property, and Contractor will not be required to submit drawings and specifications to any municipal or political subdivision, authority, obtain construction permits or any other licenses (other SECTION GENERAL CONDITIONS 02/12 than licensing of trades) or permits from or submit to inspections by any municipality or political subdivision relating to the construction for this project. All permits or licenses required.by municipality or political subdivision for operatwn on property not belonging to Owner shall be obtained by and paid for by Contractor. Each Contractor shall comply with all applicable laws, ordinances, rules and regulations that pertain to the work of this contract. B. Contractors, subcontractors and their employees engaged in the businesses of electrical, mechanical, plumbing, carpentry, sprinkler system work, and other construction related trades shall be licensed to perform such work by the municipal or political subdivision where the project is located, if such licensure is required by local code. Local codes shall dictate the level (master, journeyman, and apprentice) and the number, type and ratio of licensed tradesmen required for this project within the jurisdiction of such municipal or political subdivision. C. Equipment and controls manufacturers and their authorized service and installation technicians that do not maintain an office within the jurisdiction of the municipal or political subdivision but are a listed or specified contractor or subcontractor on this project are exempt from Paragraph 1.3 B above. D. The Contractor shall post a copy of the wage determination issued for the project and included as a part of the contract documents, in a prominent and easily accessible location at the site of construction for the duration of the project. E. Any contractor or subcontractor to such contract~r at any tier signing a contract to work on thts project shall provide a ten-hour Occupational Safety and Health Administration. (OSH~) construction safety program for therr on-stte employees which includes a course in constr~ct~on safety and health approved by OSHA or a stmtlar program approved by the Department of L~bor and Industrial Relations which is at least as strmgent as an approved OSHA program. The contractor shall forfeit as a penalty to the public body on whose behalf the contract is made or awarded, two thousand five hundred dollars plus one hundred dollars for each employee employed by the contractor or subcontractor, for each calendar day, or portion thereof, such employee is employed without the required training. ARTICLE NONDISCRIMINATION IN EMPLOYMENT A. The Contractor and his subcontractors will not discriminate against individuals based on race, color, religion, national origin, sex, disability, or Page 3 of20

59 age, but may use restrictions which relate to bona fide occupational qualifications. Specifically, the Contractor and his subcontractors shall not discriminate: 1. Against recipients of service on the basis of race, color, religion, national origin, sex, disability or age. 2. Against any employee or applicant, for employment on the basis of race, color, religion, national origin, sex or otherwise qualified disability status. 3. Against any applicant for employment or employee on the basis of age, where such applicant or employee is between ages 40 and 70 and where such Contractor employs at least 20 persons. 4. Against any applicant for employment or employee on the basis of that person's status as a disabled or Vietnam-era veteran. The Contractor and his Subcontractors will take affirmative action to insure applicants for employment and employees are treated equally without regard to race, color, religion, national origin, sex, disability, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion and transfer; recruitment or recruitment advertising; and selection for training, including apprenticeship. The Contractor and his Subcontractors will give written notice of their commitments under this clause to any labor union with which they have bargaining or other agreements. B. The Contractor and his subcontractors shall develop, implement, maintain and submit in writing to the Owner an affirmative action program if at least fifty (50) persons in the aggregate are employed under this contract. If less than fifty (50) persons in the aggregate are to be employed under this contract, the Contractor shall submit, in lieu of the written affirmative action program, a properly executed Affidavit for Affirmative Action in the form included in the contract specifications. For the purpose of this section, an "affrrmative action program" means positive action to influence all employment practices (including, but not limited to, recruiting, hiring, promoting and training) in providing equal employment opportunity regardless of race, color, sex, national origin, religion, age (where the person affected is between age 40 and 70), disabled and Vietnam-era veteran status, and disability. Such "affrrmative action program" shall include: 1. A written policy statement committing the total organization to affrrmative action and SECTION GENERAL CONDITIONS 02/12 assigning management responsibilities and procedures for evaluation and dissemination; 2. The identification of a person designated to handle affrrmative action; 3. The establishment of non-discriminatory selection standards, objective measures to analyze recruitment, an upward mobility system, a wage and salary structure, and standards applicable to lay-off, recall, discharge, demotion and discipline; 4. The exclusion of discrimination from all collective bargaining agreements; and 5. Performance of an internal audit of the reporting system to monitor execution and to provide for future planning. In the enforcement of this non-discrimination clause, the Owner may use any reasonable procedures available, including, but not limited to: requests, reports, site visits and inspection of relevant documents of contractors and subcontractors. C. In the event of the Contractor's or his subcontractor's noncompliance with any provisions of this Article of the Contract, the Owner may cancel this contract in whole or in part or require the Contractor to terminate his contract with the subcontractor. ARTICLE 1.5 -ANTI-KICKBACK A. No employee of the division, shall have or acquire any pecuniary interest, whether direct or indirect, in this contract or in any part hereof. No officer, employee, designer, attorney, or administrator of or for the Owner who is authorized in such capacity and on behalf of the Owner to exercise any legislative, executive, supervisory or other similar functions in connection with the construction of the project, shall have or acquire any pecuniary interest, whether direct or indirect, in this contract, any material supply contract, subcontract, insurance contract, or any other contract pertaining to the project. ARTICLE 1.6- PATENTS AND ROYALTIES A. The Contractor shall hold and save the Owner and its officers, agents, servants and employees harmless from liabilities of any nature or kind, including cost and expenses, for, or on account of, any patented or unpatented invention, process, article or appliance manufactured or used in the performance of this contract, including its use by the Owner, unless otherwise specifically stipulated in the contract documents. B. If the Contractor uses any design, device or materials covered by letters, patent or copyright, Page 4 of20

60 the Contractor shall provide for such use by suitable agreement with the Owner of such patented or copyrighted design, device or material. It is mutually agreed and understood, without exception, that the contract prices shall include all royalties or costs arising from the use of such design, device or materials, in any way involved in the work. The Contractor and/or his sureties shall indemnify and save harmless the Owner of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design, device or materials or any trademark or copyright in connection with work agreed to be performed under this contract and shall indemnify the Owner for any cost, expense or damage it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. ARTICLE PREFERENCE FOR AMERICAN AND MISSOURI PRODUCTS AND SERVICES A. By virtue of statutory authority a preference will be given to Missouri labor and to products of mines, forests and quarries of the state of Missouri when they are found in marketable quantities in the state, and all such materials shall be of the best quality and suitable character that can be obtained at reasonable market prices, all as provided for in Section 8.280, Missouri Revised Statutes and Cumulative Supplements. B. Furthermore, pursuant to Section Missouri Revised Statutes and Cumulative Supplements, a preference shall be given to those persons doing business as Missouri firms, corporations, or individuals, or which maintain Missouri offices or places of business, when the quality of performance promised is equal or better and the price quoted is the same or less. In addition, in order for a non-domiciliary bidder to be successful, his bid must be that same percentage lower than a domiciliary Missouri bidder's bid, as would be required for a Missouri bidder to successfully bid in the non-domiciliary state. C In accordance with the Missouri Domestic Products Procurement Act Section RSMo and Cumulative Supplements any manufactured goods or commodities used or supplied in the performance of this contract or any subcontract thereto shall be manufactured, assembled or produced in the United States, unless the specified products are not manufactured, assembled or produced in the United States in sufficient quantities to meet the agency's requirements or cannot be manufactured, assembled or produced in the United States within the necessary time in sufficient quantities to meet the contract requirements, or if obtaining the specified products manufactured, assembled or produced in the SECTION GENERAL CONDITIONS 02/12 United States would increase the cost of this contract for purchase of the product by more than ten percent. ARTICLE 1.8- COMMUNICATIONS A. All notices, requests, instructions, approvals and claims must be in writing and shall be delivered to the Designer and copied to the Construction Representative for the project except as required by Article 1.12 Disputes and Disagreements, or as otherwise specified by the Owner in writing as stated in Section Any such notice shall be deemed to have been given as of the time of actual receipt. B. The Contractor shall attend on-site progress and coordination meetings, as scheduled by the Construction Representative, no less than once a month. C. The Contractor shall ensure that major subcontractors and suppliers shall attend monthly progress meetings as necessary to coordinate the work, and as specifically requested by the Construction Representative. ARTICLE 1.9- SEPARATE CONTRACTS AND COOPERATION A. The Owner 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. B. The Contractor shall consult the drawings for all other contractors in connection with this work. Any work conflicting with the above shall be brought to the attention of the Owner's Representative before the work is performed. If the Contractor fails to do this, and constructs any work which interferes with the work of another contractor, the Contractor shall remove any part so conflicting and rebuild same, as directed by the Owner's Representative at no additional cost to the Owner. C. Each contractor shall be required to coordinate his work with other contractors so as to afford others reasonable opportunity for execution of their work. No contractor shall delay any other contractor by neglecting to perform contract work at the proper time. If any contractor causes delay to another, they shall be liable directly to that contractor for such delay in addition to any liquidated damages which might be due the Owner. D. Should the Contractor or project associated subcontractors refuse to cooperate with the instructions and reasonable requests of other Contractors or other subcontractors in the overall Page 5 of20

61 coordinating of the work, the Owner may take such appropriate action and issue directions, as required, to avoid unnecessary and unwarranted delays. E. Each Contractor shall be responsible for damage done to Owner's or other Contractor's property by him/her or workers in his employ through their fault or negligence. F. Should a Contractor sustain any damage through any act or omission of any other Contractor having a contract with the Owner, the Contractor so damaged shall have no claim or cause of action against the Owner for such damage, but shall have a claim or cause of action against the other Contractor to recover any and all damages sustained by reason of the acts or omissions of such Contractor. The phrase "acts or omissions" as used in this section shall be defined to include, but not be limited to, any unreasonable delay on the part of any such contractors. ARTICLE ASSIGNMENT OF CONTRACT A. No assignment by Contractor of any amount or any part of this contract or of the funds to be received there under will be recognized unless such assignment has had the written approval of the Director and the surety has been given due notice of such assignment and has furnished written consent thereto. In addition to the usual recitals in assignment contracts, the following language must be set forth: "It is agreed that the funds to be paid to the assignee under this assignment are subject to performance by the Contractor of this contract and to claims or liens for services rendered or materials supplied for the performance of the work called for in said contract in favor of all persons, firms or corporations rendering such services or supplying such materials." ARTICLE INDEMNIFICATION A. Contractor agrees to indemnify and save harmless Owner and its respective commissioners, officers, officials, agents, consultants and employees and Designer, their agents, servants and employees, from and against any and all liability for damage arising from injuries to persons or damage to property occasioned by any acts or omissions of Contractor, any subcontractors, agents, servants or employees, including any and all expense, legal or otherwise, which may be incurred by Owner or Designer, its agents, servants or employees, in defense of any claim, action or suit. B. The obligations of the Contractor under this paragraph shall not extend to the liability of the Designer, his agents or employees, arising out of (1) the preparation or approval of maps, drawings, opinions, reports, surveys, contract changes, design or specifications, or (2) giving of or the failure to SECTION GENERAL CONDITIONS 02/12 give directions or instructions by the Designer, his agents or employees as required by this contract documents provided such giving or failure to give is the primary cause of the injury or damage. ARTICLE DISPUTES AND DISAGREEMENTS A. It is hereby expressly agreed and understood that in case any controversy or difference of opinion arises during construction, best efforts will be given to resolution at the field level. Should those efforts be unsuccessful, the Contractor has the right to appeal in writing, the decision of the Director's Designee to the Director at Room 730 Truman Building, P.O. Box 809, Jefferson City, Missouri The decision ofthe Director shall be fmal and binding on all parties. ARTICLE 2 -- OWNER/DESIGNER RESPONSIBILITIES A. The Owner shall give all orders and directions contemplated under this contract relative to the execution of the work. During progress of work the Owner will be represented at the project site by the Construction Representative and/or Designer, whose responsibilities are to see that this contract is properly fulfilled. B. The Owner shall at all times have access to the work whenever it is in preparation or progress. The Contractors shall provide proper facilities for such access and for inspection and supervision. C. All materials and workmanship used in the work shall be subject to the inspection of the Designer and Construction Representative, and any work which is deemed defective shall be removed, rebuilt or made good immediately upon notice. The cost of such correction shall be borne by the Contractor. Contractor shall not be entitled to an extension of the contract completion date in order to remedy defective work. All rejected materials shall be immediately removed from the site of the work. D. If the Contractor fails to proceed at once with the correction of rejected defective materials or workmanship, the Owner may, by separate contract or otherwise, have the defects remedied or rejected. Materials removed from the site and charge the cost of the same against any monies which may be due the Contractor, without prejudice to any other rights or remedies of the Owner. E. Failure or neglect on the part of Owner to observe faulty work, or work done which is not in accordance with the drawings and specifications shall not relieve the Contractor from responsibility Page 6 of20

62 for correcting such work without additional compensation. F. The Owner shall have the right to direct the Contractor to uncover any completed work 1. If the Contractor fails to adequately notify the Construction Representative and/or Designer of an inspection as required by the Contract Documents, the Contractor shall, upon written request, uncover the work. The Contractor shall bear all costs associated with uncovering and again covering the work exposed. 2. If the Contractor is directed to uncover work, which was not otherwise required by the Contract_Documents to be inspected, and the work is found to be defective in any respect, no compensation shall be allowed for this work. If, however, such work is found to meet the requirements of this contract, the actual cost oflabor and material necessarily involved in the examination and replacement plus 10% shall be allowed the Contractor. G. The Designer shall give all orders and directions contemplated under this contract relative to the scope of the work and shall give the initial interpretation of the contract documents. H. The Owner may file a written notice to the Contractor to dismiss immediately any subcontractors, project managers, superintendents, foremen, workers, watchmen or other employees whom the Owner may deem incompetent, careless or a hindrance to proper or timely execution of the work. The Contractor shall comply with such notice as promptly as practicable without detriment to the work or its progress. I. If in the Owner's judgment it becomes necessary at any time to accelerate work, when ordered by the Owner in writing, the Contractor shall redirect resources to such work items and execute such portions of the work as may be required to complete the work within the current approved contract schedule. ARTICLE 3 -- CONTRACTOR RESPONSIBILITIES ARTICLE ACCEPTABLE SUBSTITUTIONS A. The Contractor may request use of any article, device, product, material, fixture, form or type of construction which in the judgment of the Owner and Designer is equal in all respects to that named. Standard products of manufacturers other than those specified will be accepted when, prior to the ordering or use thereof, it is proven to the satisfaction of the Owner and Designer that they SECTION GENERAL CONDITIONS 02/12 are equal in design, strength, durability, usefulness and convenience for the purpose intended. B. Any changes required in the details and dimensions indicated on the drawings for the substitution of products other than those specified shall be properly made at the expense of the Contractor requesting the substitution or change. C. The Contractor shall submit a request for such substitutions in writing to the Owner and Designer within twenty (20) working days after the date of the "Notice to Proceed." Thereafter no consideration will be given to alternate forms of accomplishing the work. This Article does not preclude the Ovrner from exercising the provisions of Article 4 hereof. D. Any request for substitution by the Contractor shall be submitted in accordance with SECTION INSTRUCTIONS TO BIDDERS. E. When a material has been approved, no change in brand or make will be permitted unless: I. Written verification is received from the manufacturer stating they cannot make delivery on the date previously agreed, or 2. Material delivered fails to comply with contract requirements. ARTICLE SUBMITTALS A. The Contractor's submittals must be submitted with such promptness as to allow for review and approval so as not to cause delay in the work. The Contractor shall coordinate preparation and processing of submittals with performance of construction activities. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. Submit four (4) copies to the Designer and additional copies as required for the subcontractors and material suppliers. Also provide copies to meet the requirements for maintenance manuals. B. All subcontractors' shop drawings and schedules shall be submitted by the Contractor and shall bear evidence that Contractor has received, reviewed, and approved them. Any shop drawings and schedules submitted without this evidence will be returned to the Contractor for resubmission. C. The Contractor shall include with the shop drawing, a letter indicating any and all deviations from the drawings and/or specifications. Failure to notify the Designer of such deviations will be grounds for subsequent rejection of the related work or materials. If, in the opinion of the Page 7 of20

63 Designer, the deviations are not acceptable, the Contractor will be required to furnish the item as specified and indicated on the drawings. D. The Designer shall check shop drawings and schedules with reasonable promptness and approve them only if they conform to the design concept of the project and comply with the information given in the contract documents. The approval shall not relieve the Contractor from the responsibility to comply with the drawings and specifications, unless the Contractor has called the Designer's attention to the deviation, in writing, at the time of submission and the Designer has knowingly approved thereof. An approval of any such modification will be given only under the following conditions: 1. It is in the best interest of the Owner 2. It does not increase the contract sum and/or completion time 3. It does not deviate from the design intent 4. It is without prejudice to any and all rights under the surety bond. E. No extension of time will be granted because of the Contractor's failure to submit shop drawings and schedules in ample time to allow for review, possible resubmission, and approval. Fabrication of work shall not commence until the Contractor has received approval. The Contractor shall furnish prints of approved shop drawings and schedules to all subcontractors whose work is in any way related to the work under this contract. Only prints bearing this approval will be allowed on the site of construction F. The Contractor shall maintain a complete file onsite of approved shop drawings available for use by the Construction Representative. ARTICLE 3.3 -AS-BUILT DRAWINGS A. The Contractor shall update a complete set of the construction drawings, shop drawings and schedules of all work monthly by marking changes, and at the completion of their work (prior to submission of request for final payment) note all changes and turn the set over to the Construction Representative. The updates shall show all addenda, all field changes that were made to adapt to field conditions, changes resulting from contract changes or supplemental instructions, and all locations of structures, buried installations of piping, conduit, and utility services. All buried and concealed items both inside and outside shall be accurately located as to depth and referenced to permanent features such as interior or exterior wall faces and dimensions shall be given in a neat and legible manner in a contrasting colored pencil or SECTION GENERAL CONDITIONS 02/12 ink. If approved by the Designer, an electronic file format may be provided. ARTICLE 3.4 GUARANTY AND WARRANTIES A. General Guaranty I. Neither the fmal certificate of payment nor any provision in the contract documents nor partial use or occupancy of the premises by the Owner shall constitute an acceptance of work not done in accordance with contract requirements. 2. The Contractor or surety shall remedy any defects in the work and pay for any damage to property resulting there from which shall appear within a period of one ( 1) year from the date of substantial completion unless a longer period is otherwise specified or a differing guaranty period has been established in the substantial completion certificate. The Owner will give notice of observed defects with reasonable promptness. 3. In case of default on the part of the Contractor in fulfilling this part of this contract, the Owner may correct the work or repair the damage and the cost and expense incurred in such event shall be paid by or recoverable from the Contractor or surety. 4. The work will be free from defects not inherent in the quality required or permitted, and that the Work will conform to the requirements of the Contract Documents. Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. The Contractor's guaranty excludes remedy for damage or defect caused by abuse, modifications not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear under normal usage. If required by the Owner, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment B. Extended Warranty Manufacturer's certificates of warranty shall be obtained for all major equipment. Warranty shall be obtained for at least one year. Where a longer period is offered at no additional cost or called for in the specific equipment specifications, the longer period shall govern. ARTICLE 3.5 OPERATION AND MAINTENANCE MANUALS A. Immediately after equipment submittals are approved and no later than ten (10) working days Page 8 of20

64 prior to the substantial completion inspection, the Contractor shall provide to the Designer three (4) copies of operating instructions and service manuals, containing the following: 1. Start-up and Shut-down Procedures: Provide a step-by-step write up of all major equipment. When manufacturer's printed start-up, trouble shooting and shut-down procedures are available; they may be incorporated into the operating manual for reference. 2. Operating Instructions: Written operating instructions shall be included for the efficient and safe operation of all equipment. 3. Equipment List: List of all major equipment as installed shall be prepared to include model number, capacities, flow rate, name place data, shop drawings and air and water balance reports. 4. Service Instructions: Provide the following information for all pieces of equipment. a. Recommended spare parts including catalog number and name of local supplier or factory representative. b. Belt sizes, types, and lengths. c. Wiring diagrams. 5. Manufacturer's Certificate of Warranty as described in Article Prior to the fmal payment, furnish to the Designer three (4) copies of parts catalogs for each piece of equipment furnished by him/her on the project with the components identified by number for replacement ordering. B. Submission of operating instructions shall be done in the following manner. 1. Manuals shall be in quadruplicate, and all materials shall be bound into volumes of standard 8W' x 11" hard binders. Large drawings too bulky to be folded into 8W' x 11" shall be separately bound or folded and in envelopes, cross referenced and indexed with the manuals. 2. The manuals shall identify project name, project number, and include the name and address of the Contractor, subcontractors and manufacturers who were involved with the activity described in that particular manual. 3. Internally subdivide the binder contents with permanent page dividers, logically organized with tab titles clearly printed under reinforced laminated plastic tabs. SECTION GENERAL CONDITIONS 02/12 4. Contents: Prepare a Table of Contents for each volume, with each product or system description identified. ARTICLE 3.6- OTHER CONTRACTOR RESPONSIBILITIES A. The Contractor shall keep on site, during progress of the work, a competent superintendent satisfactory to the Construction Representative. The superintendent shall represent the Contractor and all agreements made by the superintendent shall be binding. The superintendent shall carefully study and compare all drawings, specifications and other instructions and shall promptly notify the Construction Representative and Designer, in writing, any error, inconsistency or omission which may be discovered. The superintendent shall coordinate all work on the project. Any change of the superintendent shall be approved by the Construction Representative. B. Contractor shall, at all times, enforce strict discipline and good order among his employees, and shall not employ on the work any unfit person or anyone not skilled in the work assigned to him/her. C. The Contractor shall supply sufficient labor, material, plant and equipment and pay when due any laborer, subcontractor or supplier for supplies furnished and otherwise prosecute the work with diligence to prevent work stoppage and insure completion thereof within the time specified. D. The Contractor and each of his subcontractors shall submit to the Construction Representative, through the Designer such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the Owner may request concerning work performed or to be performed under this contract. E. The Contractor, subcontractors, and material suppliers shall upon written request, give the Owner access to all time cards, material invoices, payrolls, estimates, profit and loss statements, and all other direct or indirect costs related to this work. F. The Contractor shall be responsible for laying out all contract work such as layout of architectural, structural, mechanical and electrical work, which shall be coordinated with layouts of subcontractors for general construction work. The Contractor is also responsible for unloading, uncrating and handling of all materials and equipment to be erected or placed by him/her, whether furnished by Contractor or others. No extra charges or compensation will be allowed as a result of failure to verify dimensions before ordering materials or fabricating items. Page 9 of20

65 G. The Contractor must notify the Construction Representative at least one working day before placing concrete or burying underground utilities, pipelines, etc. H. Contractors shall prearrange time with the Construction Representative for the interruption of any facility operation. Unless otherwise specified in these documents, all connections, alterations or relocations as well as all other portions of the work will be performed during normal working hours. I. The Contractor shall coordinate all work so there will not be prolonged interruptions of existing equipment operation. Any existing plumbing, heating, ventilating, air conditioning or electrical disconnections necessary for the project, which affect portions of this construction or building or any other building must be scheduled with the Construction Representative to minimize or avoid any disruption of facility operations. In no case, unless previously approved in writing by the Construction Representative, shall utilities be left disconnected at the end of a work day or over a weekend. Any interruption of utilities either intentionally or accidentally shall not relieve the Contractor responsible for the interruption from the responsibility to repair and restore the utility to normal service. Repairs and restoration shall be made before the workers responsible for the repair and restoration leave the job. J. Contractors shall limit operations and storage of materials to the area within the project, except as necessary to connect to existing utilities, and shall not encroach on neighboring property. The Contractor shall be responsible for repair of their damage to property on or off the project site occurring during construction of project. All such repairs shall be made to the satisfaction of the property owner. K. Unless otherwise permitted, all materials shall be new and both workmanship and materials shall be of the best quality. L. Unless otherwise provided and stipulated within these specifications, the Contractor shall furnish, construct, and/or install and pay for materials, devices, mechanisms, equipment, all necessary personnel, utilities including, but not limited to water, heat, light and electric power, transportation services, applicable taxes of every nature, and all other facilities necessary for the proper execution and completion of the work. M. Contractor shall carefully examine the plans and drawings and shall be responsible for the proper fitting of his material, equipment and apparatus into the building. SECTION GENERAL CONDITIONS 02/12 N. The Contractor or subcontractors shall not overload, or permit others to overload, any part of any structure during the performance of this contract. 0. All temporary shoring, bracing, etc., required for the removal of existing work and/or for the installation of new work shall be included in this contract. The Contractor shall make good, at no cost to the Owner, any damage caused by improper support or failure of shoring in any respect. Each Contractor shall be responsible for shoring required to protect his work or adjacent property and improvements of Owner and shall be responsible for shoring or for giving written notice to adjacent property owners. Shoring shall be removed only after completion of permanent supports. P. The Contractor shall provide at the proper time such material as is required for support of the work. If openings are required, whether shown on drawings or not, the Contractor shall see that they are properly constructed. Q. During the performance of work the Contractor shall be responsible for providing and maintaining warning signs, lights, signal devices, barricades, guard rails, fences and other devices appropriately located on site which will give proper and understandable warning to all persons of danger of entry onto land, structure or equipment. R. The Contractor shall be responsible for protection, including weather protection, and proper maintenance of all equipment and materials. S. The Contractor shall be responsible for care of the finished work and shall protect same from damage or defacement until substantial completion by the Owner. If the work is damaged by any cause, the Contractor shall immediately begin to make repairs in accordance with the drawings and specifications. Contractor shall be liable for all damage or loss unless attributable to the acts or omissions of the Owner or Designer. Any claim for reimbursement shall be submitted in accordance with Article 4. After substantial completion the Contractor will only be responsible for damage resulting from acts or omissions of the Contractor or subcontractors through final warranty. T. In the event the Contractor encounters an unforeseen hazardous material, the Contractor shall immediately stop work in the area affected and report the condition to the Owner and Designer in writing. The Contractor shall not be required, pursuant to Article 4, to perform, any work relating to hazardous materials. U. In an emergency affecting safety of persons or property, the Contractor shall act, at the Page 10 of20

66 Contractor's discretion, to prevent threatened damage, injury or loss. Additional compensation or extension of time claimed by the Contractor on account of an emergency shall be determined as provided in Article 4. V. Before commencing work, Contractors shall confer with the Construction Representative and facility representative and review any facility rules and regulations which may affect the conduct of the work. W. Project signs will only be erected on major projects and only as described in the specifications. If no sign is specified, none shall be erected. ARTICLE SUBCONTRACTS A. Subcontractor assignments as identified in the bid form shall not be changed without written approval of the Owner. The Owner will not approve changes of a listed subcontractor unless the Contractor documents, to the satisfaction of the Owner that the subcontractor cannot or will not perform the work as specified. B. The Contractor is fully responsible to the Owner for the acts and omissions of all subcontractors and of persons either directly or indirectly employed by them. C. Every subcontractor shall be bound by the applicable terms and provisions of these contract documents, but no contractual relationship shall exist between any subcontractor and the Owner unless the right of the Contractor to proceed with the work is suspended or this contract is terminated as herein provided, and the Owner in writing elects to assume the subcontract. D. The Contractor shall upon receipt of "Notice to Proceed" and prior to submission of the first payment request, notify the Designer and Construction Representative in writing of the names of any subcontractors to be used in addition to those identified in the bid form and all major material suppliers proposed for all parts of the work. ARTICLE 4 --CHANGES IN THE WORK 4.1 CHANGES IN THE WORK A. The Construction Representative, without giving notice to the surety and without invalidating this contract, may order extra work or make changes by altering, adding to or deducting from the work, this contract sum being adjusted accordingly. All such work shall be executed under the conditions of the original contract. A claim for extension of time caused by any change must be adjusted at the time of ordering such change. No future request for time will be considered. SECTION GENERAL CONDITIONS 02/12 B. Each Contract Change shall include all costs required to perform the work including all labor, material, equipment, overheads and profit, delay, disruptions, or other miscellaneous expenses. No subsequent requests for additional compensation including claims for delay, disruption, or reduced efficiency as a result of each change will be considered. Values from the Schedule of Values will not be binding as a basis for additions to or deductions from the contract price. C. The amount of any adjustment in this contract price for authorized changes shall be agreed upon before such changes become effective and shall be determined, through submission of a request for proposal, as follows: 1. By an acceptable fixed price proposal from the Contractor. Breakdowns shall include all takeoff sheets of each Contractor and subcontractor. Breakdown shall include a listing of each item of material with unit prices and number of hours of labor for each task. Labor costs per hour shall be included with labor burden identified, which shall be not less than the prevailing wage rate, etc. Overhead and profit shall be shown separately for each subcontractor and the Contractor. 2. By a cost-plus-fixed-fee (time and material) basis with maximum price, total cost not to exceed said maximum. Breakdown shall include a listing of each item of material with unit prices and number of hours of labor for each task. Labor costs per hour shall be included with labor burden identified, which shall be not less than the prevailing wage rate, etc. Overhead and profit shall be shown separately for each subcontractor and the Contractor. 3. By unit prices contained in Contractor's original bid form and incorporated in the construction contract. D. Overhead and Profit on Contract Changes shall be applied as follows: 1. The overhead and profit charge by the Contractor and all subcontractors shall be considered to include, but is not limited to: incidental job burdens, small truck (under 1 ton) expense, mileage, small hand tools, warranty costs, company benefits and general office overhead. Project supervision including field supervision and job site office expense shall be considered a part of overhead and profit unless a compensable time extension is granted. 2. The percentages for overhead and profit charged on Contract Changes shall be Page 11 of20

67 negotiated, and may vary according to the nature, extent, and complexity of the work involved. However, the overhead and profit for the Contractor or subcontractor actually performing the work shall not exceed 14%. When one or more tiers of subcontractors are used, in no event shall any Contractor or subcontractor receive as overhead and profit more than 3% of the cost of the work performed by any of his subcontractors. In no case shall the total overhead and profit paid by the Owner on any Contract Changes exceed twenty percent (20%) of the cost of materials, labor and equipment (exclusive of Contractor or any Subcontractor overhead and profit) necessary to put the contract change work in place. 3. The Contractor will be allowed to add the cost of bonding and insurance to their cost of work. This bonding and insurance cost shall not exceed 2% and shall be allowed on the total cost of the added work, including overhead and profit. 4. On proposals covering both increases and decreases in the amount of this contract the application of overhead and profit shall be ' on the net change in the cost of the work. 5. The percentage for overhead and profit to be credited to the Owner on Contract Changes that are solely decreases in the quantity of work or materials shall be negotiated, and may vary according to the nature, extent and complexity of the work involved, but in no case shall be less than ten percent (10%). If the percentage for overhead and profit charged for work added by Contract Changes for this contract has been negotiated to less than 10%, the negotiated rate shall then apply to credits as well. E. No claim for an addition to this contract sum shall be valid unless authorized as aforesaid in writing by the Owner. In the event that none of the foregoing methods are agreed upon, the Owner may order the Contractor to perform work on a time and material basis. The cost of such work shall be determined by the Contractor's actual labor and material cost to perform the work plus overhead and profit as outlined herein. The Designer and Construction Representative shall approve the Contractor's daily time and material invoices for the work involved. F. If the Contractor claims that any instructions involve extra cost under this contract, the Contractor shall give the Owner's Representative written notice thereof within a reasonable time after the receipt of such instructions, and in any SECTION GENERAL CONDITIONS 02/12 event before proceeding to execute the work. No such claim shall be valid unless so made and authorized by the Owner, in writing. G. In an emergency affecting the safety of life or of the structure or of adjoining property, the Contractor, without special instruction or authorization from the Construction Representative, is hereby permitted to act at their discretion to prevent such threatened loss or injury. The Contractor shall submit a claim for compensation for such emergency work in writing to the Owner's Representative. ARTICLE 4.2 -CHANGES IN COMPLETION TIME A. Extension of the number of work days stipulated in the Contract for completion of the work with compensation may be made when: I. The contractor documents that proposed Changes in the work, as provided in Article 4.1, extends construction activities critical to contract completion date, OR 2. The Owner suspends all work for convenience of the Owner as provided in Article 7.3, OR 3. An Owner caused delay extends construction activities critical to contract completion (except as provided elsewhere in these General Conditions). The Contractor is to review the work activities yet to begin and evaluate the possibility of rescheduling the work to minimize the overall project delay. B. Extension of the number of work days stipulated in the Contract for completion of the work without compensation may be made when: 1. Weather-related delays occur, subject to provisions for the inclusion of a specified number of "bad weather" days when provided for in Section Allowances, OR 2. Labor strikes or acts of God occur, OR 3. The work of the Contractor is delayed on account of conditions which were beyond the control of the Contractor, subcontractors or suppliers, and were not the result of their fault or negligence. C. No time extension or compensation will be provided for delays caused by or within the control of the Contractor, subcontractors or suppliers and for concurrent delays caused by the Owner. D. The Contractor shall notify the Owner promptly of any occurrence or conditions which in the Contractor's opinion results in a need for an extension of time. The notice shall be in writing and shall include all necessary supporting materials with details of any resultant costs and be Page 12 of20

68 submitted in time to permit full investigation and evaluation of the Contractor's claim. The Owner shall promptly acknowledge the Contractor's notice and, after recommendation from the Owner's Representative and/or Designer, shall provide a decision to the Contractor. Failure on the part of the Contractor to provide such notice and to detail the costs shall constitute a waiver by the Contractor of any claim. Requests for extensions oftime shall be for working days only. ARTICLE 5 - CONSTRUCTION AND COMPLETION ARTICLE 5.1 -CONSTRUCTION COMMENCEMENT A. Upon receipt of the "Intent to Award" letter, the Contractor must submit the following properly executed instruments to the Owner: 1. Contract; 2. Performance/payment bond as described in Article 6.1; 3. Certificates of Insurance, or the actual policies themselves, showing that the Contractor has obtained the insurance coverage required by Article Written Affirmative Action Plans as required in Article 1.4. Above referenced items must be received by the Owner within twelve (12) working days after the effective date of the contract. If not received, the Owner may treat the failure to timely submit them as a refusal by the Contractor to accept a contract for this work and may retain as liquidated damages the Contractor's bid bond, cashier's check or certified check as provided in the Instructions to Bidders. Upon receipt the Owner will issue a "Notice to Proceed" with the work to the Contractor. B. Within the time frame noted in Section Schedules, following receipt of the "Notice to Proceed", the Contractor shall submit to the Owner a progress schedule and schedule of values, showing activities through the end of the contract period. Should the Contractor not receive written notification from the Owner of the disapproval of the schedule of values within fifteen (15) working days, the Contractor may consider it approved for purpose of determining when the frrst monthly Application and Certification for Payment may be submitted. C. The Contractor may commence work upon receipt of the Division of Facilities Management, Design and Construction's "Notice to Proceed" letter. Contractor shall prosecute the work with SECTION GENERAL CONDITIONS 02/12 faithfulness and energy, and shall complete the entire work on or before the completion time stated in the contract documents or pay to the Owner the damages resulting :from the failure to timely complete the work as set out within Article 5.4. ARTICLE PROJECT CONSTRUCTION A. Each Contractor shall submit for the Owner's approval, in reproducible form, a progress schedule showing the rate of progress and the order of the work proposed to carry on various phases of the project. The schedule shall be in conformance with the requirements outlined in Section Schedules. B. Contractor shall employ and supply a sufficient force of workers, material, and equipment and shall pay when due, any worker, subcontractor or supplier and otherwise prosecute the work with such diligence so as to maintain the rate of progress indicated on the progress schedule, prevent work stoppage, and insure completion of the project within the time specified. ARTICLE PROJECT COMPLETION A. Substantial Completion. A Project is substantially complete when construction is essentially complete and work items remaining to be completed can be done without interfering with the Owner's ability to use the Project for its intended purpose. I. Once the Contractor has reached what they believe is Substantial Completion, the Contractor shall notify the.designer and the Construction Representative of the following: a. That work is essentially complete with the exception of certain listed work items. The list shall be referred to as the "Contractor's Punch." b. That all Operation and Maintenance Manuals have been assembled and submitted in accordance with Article 3.5A. c. That the Work is ready for inspection by the Designer and Construction Representative. The Owner shall be entitled to a minimum of ten working days notice before the inspection shall be performed. 2. If the work is acceptable, the Owner shall issue a Certificate of Substantial Completion, which shall set forth the responsibilities of the Owner and the Contractor for utilities, security, maintenance, damage to the work Page 13 of20

69 and risk of loss. The Certificate shall also identify those remaining items of work to be performed by the Contractor. All such work items shall be complete within 30 working days of the date of the Certificate, unless the Certificate specifies a different time. If the Contractor shall be required to perform tests that must be delayed due to climatic conditions, it is understood that such tests and affected equipment will be identified on the Certificate and shall be accomplished by the Contractor at the earliest possible date. Performance ofthe tests may not be required before Substantial Completion can be issued. The date of the issuance of the Certificate of Substantial Completion shall determine whether or not the work was completed within the contract time and whether or not Liquidated Damages are due. 3. If the work is not acceptable, and the Owner does not issue a Certificate of Substantial Completion, the Owner shall be entitled to charge the Contractor with the Designer's and Owner's costs ofre-inspection, including time and travel. B. Partial Occupancy. Contractor agrees that the Owner shall be permitted to occupy and use any completed or partially completed portions of the Project, when such occupancy and use is in the Owner's best interest. Owner shall notify Contractor of its desire and intention to take Partial Occupancy as soon as possible but at least ten (10) working days before the Owner intends to occupy. If the Contractor believes that the portion of the work the Owner intends to occupy is not ready for occupancy, the Contractor shall notify the Owner immediately. The Designer shall inspect the work in accordance with the procedures above. If the Contractor claims increased cost of the project or delay in completion as a result of the occupancy, he shall notify the Owner immediately but in all cases before occupancy occurs. C. Final Completion. The Project is fmally complete when the Certificate of Substantial Completion has been issued and all work items identified therein as incomplete have been completed, and when all administrative items required by the contract have been completed. Final Completion entitles the Contractor to payment of the outstanding balance of the contract amount including all change orders and retainage. Within five (5) working days of the date ofthe Certificate of Substantial Completion, the Contractor shall identify the cost to complete any outstanding items of work. The Designer shall review the Contractor's estimate and either approve it or provide an independent estimate for all such items. If the Contractor fails to complete SECTION GENERAL CONDITIONS 02/12 the remaining items within the time specified in the Certificate, the Owner may terminate the contract and go to the surety for project completion in accordance with Article 7.2 or release the contract balance to the Contractor less 200% of the approved estimate to complete the outstanding items. Upon completion of the outstanding items, when a final cost has been established, any monies remaining shall be paid to the Contractor. Failure to complete items of work does not relieve the Contractor from the obligation to complete the administrative requirements of the contract, such as the provisions of Article 5.3 FAILURE TO COMPLETE ALL ITEMS OF WORK UNDER THE CONTRACT SHALL BE CONSIDERED A DEFAULT AND BE GROUNDS FOR CONTRACT TERMINATION AND DEBARMENT. D. Liquidated Damages. Contractor agrees that the Owner may deduct from the contract price and retain as liquidated damages, and not as penalty or forfeiture, the sum stipulated in this contract for each work day after the Contract Completion Day on which work is not Substantially Complete. Assessment of Liquidated Damages shall not relieve the Contractor or the surety of any responsibility or obligation under the Contract. In addition, the Owner may, without prejudice to any other rights, claims, or remedies the Owner may have including the right to Liquidated Damages, charge the Contractor for all additional expenses incurred by the Owner and/or Designer as the result of the extended contract period through Final Completion. Additional Expenses shall include but not be limited to the costs of additional inspections. E. Early Completion. The Contractor has the right to finish the work before the contract completion date; however, the Owner assumes no liability for any hindrances to the Contractor unless Owner caused delays result in a time extension to the contract completion date. The Contractor shall not be entitled to any claims for lost efficiencies or for delay if a Certificate of Substantial Completion is given on or before the Contract Completion Date. ARTICLE PAYMENT TO CONTRACTOR A Payments on account of this contract will be made monthly in proportion to the work which has been completed. Request for payment must be submitted on the Owner's forms. No other pay request will be processed. Supporting breakdowns must be in the same format as Owner's forms and must provide the same level of detail. The Designer will, within 5 working days from receipt of the contractor's request for payment either issue a Certificate for Payment to the Owner, for such amount as the Designer determines is properly due, Page 14 of20

70 or notify the Contractor in writing of reasons for withholding a Certificate. The Owner shall make payment within 30 calendar days after the "Application and Certification for Payment" has been received and certified by the Designer. The following items are to be attached to the contractor's pay request: 1. Updated construction schedule 2. Certified payrolls consisting of name, occupation and craft, number of hours worked and actual wages paid for each individual employee, of the Contractor and all subcontractors working on the project B. The Owner shall retain 5 percent of the amount of each such payment application, except as allowed by Article 5.4, until final completion and acceptance of all work covered by this contract. C. Each payment made to Contractor shall be on account of the total amount payable to Contractor and all material and work covered by paid partial payment shall thereupon become the sole property of Owner. This provision shall not be construed as relieving Contractor from sole responsibility for care and protection of materials and work upon which payments have been made or restoration of any damaged work or as a waiver of the right of Owner to require fulfillment of all terms of this contract. D. Materials delivered to the work site and not incorporated in the work will be allowed in the Application and Certification for Payment on the basis of one hundred (100%) percent of value, subject to the 5% retainage providing that they are suitably stored on the site or in an approved warehouse in accordance with the following requirements: 1. Material has previously been approved through submittal and acceptance of shop drawings conforming to requirements of Article 3.2 of General Conditions. 2. Delivery is made in accordance with the time frame on the approved schedule. 3. Materials, equipment, etc., are properly stored and protected from damage and deterioration and remain so - if not, previously approved amounts will be deleted from subsequent pay applications. 4. The payment request is accompanied by a breakdown identifying the material equipment, etc. in sufficient detail to establish quantity and value. E. The Contractor shall be allowed to include in the Application and Certification for Payment, one SECTION GENERAL CONDITIONS 02/12 hundred (100%) of the value, subject to retainage, of major equipment and material stored off the site if all ofthe following conditions are met: 1. The request for consideration of payment for materials stored off site is made at least 15 working days prior to submittal of the Application for Payment including such material. Only materials inspected will be considered for inclusion on Application for Payment requests. 2. Materials stored in one location off site are valued in excess of $25, That a Certificate of Insurance is provided indicating adequate protection from loss, theft conversion or damage for materials stored off site. This Certificate shall show the State of Missouri as an additional insured for this loss. 4. The materials are stored in a facility approved and inspected, by the Construction Representative. 5. Contractor shall be responsible for, Owner costs to inspect out of state facilities, and any delays in the completion of the work caused by damage to the material or for any other failure of the Contractor to have access to this material for the execution of the work. F. The Owner shall determine the amount, quality and acceptability of the work and materials which are to be paid for under this contract. In the event any questions shall arise between the parties, relative to this contract or specifications, determination or decision of the Owner or the Construction Representative and the Designer shall be a condition precedent to the right of the Contractor to receive any money or payment for work under this contract affected in any manner or to any extent by such question. G. Payments Withheld: The Owner may withhold or nullify in whole or part any certificate to such extent as may be necessary to protect the Owner from loss on account of: 1. Defective work not remedied. When a notice of noncompliance is issued on an item or items, corrective action shall be undertaken immediately. Until corrective action is completed, no monies will be paid and no additional time will be allowed for the item or items. The cost of corrective action(s) shall be borne by the Contractor. 2. A reasonable doubt that this contract can be completed for the unpaid balance. 3. Failure of the Contractor to update as-built drawings monthly for review by the Construction Representative. Page 15 of20

71 4. Failure of the Contractor to update the construction schedule. When the Construction Representative is satisfied the Contractor has remedied above deficiencies, payment shall be released. H. Final Payment: Upon receipt of written notice from the Contractor to the Designer and Project Representative that the work is ready for final inspection and acceptance, the Designer and Project Representative, with the Contractor, shall promptly make such inspection. If the work is acceptable and the contract fully performed, the Construction Representative shall complete a fmal acceptance report and the Contractor will be directed to submit a final Application and Certification for Payment. If the Owner approves the same, the entire balance shall be due and payable, with the exception of deductions as provided for under Article 5.4. I. Where the specifications provide for the performance by the Contractor of (certain tests for the purpose of balancing and checking the air conditioning and heating equipment and the Contractor shall have furnished and installed all such equipment in accordance with the specifications, but said test cannot then be made because of climatic conditions such test shall may be considered as required under the provisions of the specifications, Section and this contract may be substantial Full payment will not be made until the tests have been made and the equipment and system is finally accepted. If the tests are not completed when scheduled, the Owner may deduct 200% of the value of the tests from the final payment. 2. The fmal payment shall not become due until the Contractor delivers to the Construction Representative: a) A complete file of releases, on the standard form included in the contract documents as "Final Receipt of Payment and Release Form", from subcontractors and material suppliers evidencing payment in full for services, equipment and materials, as the case may require, if the Owner approves, or a consent from the Surety to fmal payment accepting liability for any unpaid amounts. b) An Affidavit of Compliance with Prevailing Wage Law, in the form as included in this contract specifications, properly executed by each subcontractor, and the Contractor c) Certified copies of all payrolls SECTION GENERAL CONDITIONS 02/12 d) As-built drawings 3. If any claim remains unsatisfied after all payments are made, the Contractor shall refund to the Owner all monies that the latter may be compelled to pay in discharging such a claim including all costs and a reasonable attorney's fee. 4. Missouri statute requires prompt payment from the Owner to the Contractor within thirty calendar days and from the Contractor to his subcontractors within fifteen calendar days. Failure to make payments within the required time frame entitles the receiving party to charge interest at the rate of one and one half percent per month calculated from the expiration of the statutory time period until paid. 5. The value of all unused unit price allowances and/or 200% of the value of the outstanding work items, and/or liquidated damages may be deducted from the fmal pay request without executing a Contract Change. Any unit price items which exceed the number of units in the contract may be added by Contract Change. ARTICLE 6 -- INSURANCE AND BONDS ARTICLE BOND A. Contractor shall furnish a performance/payment bond in an amount equal to I 00% of the contract price to guarantee faithful performance of the contract and 1 00% of the contract price to guarantee the payment of all persons performing labor on the project and furnishing materials in connection therewith under this contract as set forth in the standard form of performance and payment bond included in the contract documents. The surety on such bond shall be issued by a surety company authorized by the Missouri Department of Insurance to do business in the state of Missouri. B. All Performance/Payment Bonds furnished in response to this provision shall be provided by a bonding company with a rating of B+ or higher as established by A.M. Best Company, Inc. in their most recent publication. ARTICLE 6.2- INSURANCE A. The successful Contractor shall procure and maintain for the duration of the contract issued a policy or policies of insurance for the protection of both the Contractor and the Owner and their respective officers, officials, agents, consultants and employees. The Owner requires certification of insurance coverage from the Contractor prior to commencing work. Page 16 of20

72 B. Minimum Scope and Extent of Coverage 1. General Liability Commercial General Liability, ISO coverage form number or equivalent CG ("occurrence" basis), or I-SO coverage form number CG 00 02, or ISO equivalent. If ISO equivalent or manuscript general liability coverage forms are used, minimum coverage will be as follows: Premises/Operations; Independent Contractors; Products/Completed Operations; personal Injury; Broad Form Property Damage including Completed Operations; Broad Form Contractual Liability Coverage to include Contractor's obligations under Article 1.11 Indemnification and any other Special Hazards required by the work of the contract. 2. Automobile Liability Business Automobile Liability Insurance, ISO Coverage form number or equivalent CA covering automobile liability, code 1 "ANY AUTO". 3. Workers' Compensation and Employer's Liability Statutory Workers' Compensation Insurance for Missouri and standard Employer's Liability Insurance, or the authorization to self-insure for such liability from the Missouri Division of Workers' Compensation. 4. Builder's Risk or Installation Floater Insurance Insurance upon the work and all materials, equipment, supplies, temporary structures and similar items which may be incident to the performance of the work and located at or adjacent to the site, against loss or damage from fire and such other casualties as are included in extended coverage in broad "All Risk" form, including coverage for Flood and Earthquake, in an amount not less than the replacement cost of the work or this contact price, whichever is greater, with loss payable to Contractor and Owner as their respective interests may appear. Contractor shall maintain sufficient insurance to cover the full value of the work and materials as the work progresses, and shall furnish Owner copies of all endorsements. If Builder's Risk Reporting- Form of Endorsement is used, Contractor shall make all reports as required therein so as to keep in force an amount of insurance which will equal the replacement cost of the work, materials, equipment, supplies, temporary structures, and other property covered thereby; and if, as a SECTION GENERAL CONDITIONS 02/12 result of Contractor's failure to make any such report, the amount of insurance so recoverable shall be less than such replacement cost, Contractor's interest in the proceeds of such insurance, if any, shall be subordinated to Owner's interest to the end that Owner may receive full reimbursement for its loss. C. Minimum Limits of Insurance 1. General Liability Contractor $2,000,000 combined single limit per occurrence for bodily injury, personal mjury, and property damage $2,000,000 annual aggregate 2. Automobile Liability $2,000,000 combined single limit per occurrence for bodily injury and property damage 3. Workers' Liability Compensation and Employers Workers' Compensation limits as required by applicable State Statutes (generally unlimited) and minimum of$1,000,000 limit per accident for Employer's Liability. General Liability and Automobile Liability insurance may be arranged under individual policies for the full limits required or by a combination of underlying policies with the balance provided by a form-following Excess or Umbrella Liability policy. D. Deductibles and Self-Insured Retentions All deductibles, co-payment clauses, and selfinsured retentions must be declared to and approved by the Owner. The Owner reserves the right to request the reduction or elimination of unacceptable deductibles or self-insured retentions, as they would apply to the Owner, and their respective officers, officials, agents, consultants and employees. Alternatively, the Owner may request Contractor to procure a bond guaranteeing payment of losses and related investigations, claims administration, and defense expenses. E. Other Insurance Provisions and Requirements The respective insurance policies and coverage, as specified below, must contain, or be endorsed to contain the following conditions or provisions: 1. General Liability The Owner, and its respective commissioners, officers, officials, agents, consultants and employees shall be endorsed as additional Page 17 of20

73 insured's by ISO form CG Additional Insured - Designated Person or Organization. As additional insured's, they shall be covered as to work performed by or on behalf of the Contractor or as to liability which arises out of Contractor's activities or resulting from the performance of services or the delivery of goods called for by the Contract. Contractor's insurance coverage shall be primary with respect to all additional insured's. Insurance of self-insurance programs maintained by the designated additional -insured's shall be excess of the Contractor's insurance and shall not contribute with it. Additionally, the Contractor and Contractor's general liability insurer shall agree to waive all rights of subrogation against the Owner and any of their respective officers, officials, agents, consultants or employees for claims, losses, or expenses which arise out of Contractor's activities or result from the performance of services or the delivery of goods called for by the Contract. Contractor's failure to comply with the terms and conditions of these insurance policies shall not affect or abridge coverage for the Owner, or for any of their officers, officials, agents, consultants or employees. 2. Automobile Insurance The Owner, and their respective officers, officials, agents, consultants and employees shall be endorsed as additional insured's by ISO form CG Additional Insured Designated Person or Organization. As additional insured's, they shall be covered as to work performed by or on behalf of the Contractor or as to liability which arises out of Contractor's activities or resulting from the performance of services or the delivery of goods called for by the Contract. Contractor's insurance coverage shall be primary with respect to all additional insured's. Insurance or self-insurance programs maintained by the designated additional insured's shall be in excess of the Contractor's insurance and shall not contribute with it. Additionally, the Contractor and Contractor's automobile insurer shall agree to waive all rights of subrogation against the Owner and any of their respective officers, officials, agents, consultants or employees for claims, losses, or expenses which arise out of Contractor's activities or result from the SECTION GENERAL CONDITIONS 02/12 performance of services or the delivery of goods called for by the Contract. Contractor's failure to comply with the terms and conditions of these insurance policies shall not affect or abridge coverage for the Owner or for any of its officers, officials, agents, consultants or employees. 3. Workers' Compensation/Employer's Liability Contractor's workers' compensation insurance shall be endorsed with NCCI form WC A - Alternative Employer Endorsement. The Alternative Employer Endorsement shall designate the Owner as "alternate employers." 4. All Coverages Each insurance policy required by this section of the Contract shall contain a stipulation, endorsed if necessary, that the Owner will receive a thirty (30) calendar day advance notice of any policy cancellation, unless a lesser period of notice is permitted under Missouri law. Ten (10) calendar days advance notice is required for policy cancellation due to non-payment of premium. F. Insurer Qualifications and Acceptability Insurance required hereunder shall be issued by an A.M. Best, "B+" rated, Class IX insurance company approved to conduct insurance business in the state of Missouri. G. Verification of Insurance Coverage Prior to Owner issuing a Notice to Proceed, the Contractor-shall furnish the Owner with Certificate( s) of Insurance and with any applicable original endorsements evidencing the required insurance coverage. The insurance certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements received by the Owner are subject to review and approval by the Owner. The Owner reserves the right to require certified copies of all required policies at any time. If the scope of this contract will exceed one (1) year- or, if any of Contractor's applicable insurance coverage expires prior to completion of the work or services required under this contract - the Contractor will provide a renewal or replacement certificate before continuing work or services hereunder. If the Contractor fails to provide documentation of required insurance coverage, the Owner may issue a stop work order and no additional contract completion time and/or compensation shall be granted as a result thereof. ARTICLE 7- SUSPENSION OR TERMINATION OF CONTRACT Page 18 of20

74 ARTICLE 7.1 -FOR SITE CONDITIONS A. When conditions at the site of the proposed work are considered by the Owner to be unsatisfactory for prosecution of the work, the Contractor may be ordered in writing to suspend the work or any part thereof until reasonable conditions exist. When such suspension is not due to fault or negligence of the Contractor, time allowed for completion of such suspended work will be extended by a period of time equal to that lost due to delay occasioned by ordered suspension. This will be a no cost time extension. ARTICLE 7.2 -FOR CAUSE A. Termination or Suspension for Cause: 1. If the Contractor shall file for bankruptcy, or should make a general assignment for the benefit of the creditors, or if a receiver should be appointed on account of insolvency, or if the contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workers or proper materials, or if the contractor should fail to make prompt payment to subcontractors or for material or labor, or persistently disregard laws, ordinances or the instructions of the Owner, or otherwise be guilty of a substantial violation of any provision of this contract, then the Owner may serve notice on the Contractor and the surety setting forth the violations and demanding compliance with this contract. Unless within ten (1 0) consecutive calendar days after serving such notice, such violations shall cease and satisfactory arrangements for correction be made, the Owner may suspend the Contractor's right to proceed with the work or terminate this contract. 2. In the event the Owner suspends Contractor's right to proceed with the work or terminates the contract, the Owner may demand that the Contractor's surety take over and complete the work on this contract, after the surety submits a written proposal to the Owner and receives written approval and upon the surety's failure or refusal to do so within ten (10) consecutive calendar days after demand therefore, the Owner may take over the work and prosecute the same to completion by bid or negotiated contract, or the Owner may elect to take possession of and utilize in completing the work such materials, supplies, appliances and plant as may be on the site of the work, and all subcontractors, if the Owner elects, shall be bound to perform their contracts. B. The Contractor and its surety shall be and remain liable to the Owner for any excess cost or damages occasioned to the Owner as a result of the actions above set forth. C. The Contractor in the event of such suspension or termination shall not be entitled to receive any further payments under this contract until the work is wholly fmished. Then if the unpaid balance under this contract shall exceed all expenses of the Owner as certified by the Director, such excess shall be paid to the Contractor; but, if such expenses shall exceed the unpaid balance as certified by the Director, the Contractor and their surety shall be liable for and shall pay the difference and any damages to the Owner. D. In exercising Owner's right to secure completion of the work under any of the provisions hereof, the Director shall have the right to exercise Owner's sole discretion as to the manner, methods and reasonableness of costs of completing the work. E. The rights of the Owner to suspend or terminate as herein provided shall be cumulative and not exclusive and shall be in addition to any other remedy provided by law. F. The Contractor in the event of such suspension or termination may be declared ineligible for Owner contracts for a minimal period of twelve (12) months. Further, no contract will be awarded to any Contractor who lists in their bid form any subcontractor whose prior performance has contributed, as determined by the Owner, to a breach of a contract. In order to be considered for state-awarded contracts after this period, the Contractor/subcontractor will be required to forward acceptance reports to the Owner regarding successful completion of non-state projects during the intervening twelve (12) months from the date of default. No contracts will be awarded to a subcontractor/contractor until the ability to perform responsibly in the private sector has been proven to the Owner. ARTICLE FOR CONVENIENCE A. The Owner may terminate or suspend the Contract or any portion of the Work without cause at any time, and at the Owner's convenience. Notification of a termination or suspension shall be in writing and shall be given to the Contractor and their surety. If the Contract is suspended, the notice will contain the anticipated duration of the suspension or the conditions under which work will be permitted to resume. If appropriate, the Contractor will be requested to demobilize and re-mobilize and will be reimbursed time and costs associated with the suspension. B. Upon receipt of notification, the Contractor shall: 1. Cease operations when directed. SECTION GENERAL CONDITIONS 02/12 Page 19 of20

75 2. Take actions to protect the work and any stored materials. 3. Place no further subcontracts or orders for material, supplies, services or facilities except as may be necessary to complete the portion of the Contract that has not been terminated. No claim for payment of materials or supplies ordered after the termination date shall be considered. 4. Terminate all existing subcontracts, rentals, material, and equipment orders. 5. Settle all outstanding liabilities arising from termination with subcontractors and suppliers. other material produced or acquire for the work terminated, and completed or partially completed plans, drawings information and other property that, if the Contract had been completed, would be required to be furnished to the Owner. C. For termination without cause and at the Owner's convenience, in addition to payment for work completed prior to date of termination, the Contractor may be entitled to payment of other documented costs directly associated with the early termination of the contract. Payment for anticipated profit and unapplied overhead will not be allowed. 6. Transfer title and deliver to the Owner work in progress, completed work, suppli~s and SECTION GENERAL CONDITIONS 02/12 Page20 of20

76 SECTION SUPPLEMENTARY CONDITIONS 1.0 GENERAL: A. These Supplementary General Conditions clarify, add, delete, or otherwise modify standard terms and conditions of DIVISION 0, BIDDING AND CONTRACTING REQUIREMENTS. B. Anvthing in this document to the contrary notwithstanding, wherever in this document the terms "Director" or "Director or his Designee" or "Facilities Management, Design and Construction" are used, thev shall mean the Construction & Facilities Management Officer, Office ofthe Adjutant General, Department of Public Safetv. State of Missouri. Further, wherever the term "Commissioner", "Division", or "Owner" are used thev shall mean the Office ofthe Adjutant General, Department of Public Safetv. State of Missouri. 2.0 CONTACTS: Designer: Construction Representative: Project Manager: Contract Specialist: Larry Pijut JACOBS ENGINEERING GROUP INC 501 N BROADWAY, STLOUIS, MO Telephone: Fax: larry.pijut@jacobs.com Mike Smith Missouri National Guard, 6819 North Boundary Road, Jefferson City, MO Telephone: Fax: Chris Pritchard Missouri National Guard, 6819 North Boundary Road Jefferson City, MO Telephone: Fax: Christopher.pritchard4.nfg@mail.mil Susan DeVore Division of Facilities Management, Design and Construction PO Box 809, HST Room 730, Jefferson City, Missouri Telephone: Fax: FURNISHING CONSTRUCTION DOCUMENTS: A. The Owner will furnish the Contractor with approximately 20 complete sets of drawings and specifications at no charge. B. The Owner will furnish the Contractor with approximately 20 sets of explanatory or change drawings at no charge. C. The Contractor may make copies of the documents as needed with no additional cost to the Owner. 4.0 ILLEGAL IMMIGRATION REFORM AND IMMIGRANT RESPONSIBILITY ACT The Contractor understands and agrees that by signing a contract for this project, they certify the following: A. The Contractor shall only utilize personnel authorized to work in the United States in accordance with applicable federal and state laws. This includes but is not limited to the Illegal Immigration Reform and Immigrant Responsibility Act (IIRIRA) and INA Section 274A. B. If the Contractor is found to be in violation of this requirement or the applicable laws of the state, federal and local laws and regulations, and if the State of Missouri has reasonable cause to believe that the Contractor has knowingly employed individuals who are not eligible to work in the United States, the state shall have the right to cancel the contract immediately without penalty or recourse and suspend or debar the contractor from doing business with the state. C. The Contractor agrees to fully cooperate with any audit or investigation from federal, state or local law enforcement agencies. 5.0 SAFETY REQUIREMENTS Contractor and subcontractors at any tier shall comply with RSMo and Article 1.3, E, of Section , General Conditions. SECTION SUPPLEMENTARY CONDITIONS 02/12 Page I

77 6.0 ENVIRONMENTAL MANAGEMENT SYSTEM (ems): The Missouri National Guard (MONG) is required by Presidential Executive Order to establish an environmental management system (ems). One of the key components of the ems is the establishment of an Environmental Policy that must be communicated to all persons working for or on behalf of the organization including all suppliers and contractors. The policy stresses commitment to complying with accepted environmental requirements, legal and otherwise. The policy also dictates continued minimization of waste production and pollution while focusing on management of personnel, processes, real property, and materials in a manner to reduce environmental impacts. The entirety of this policy is available upon request to all parties by contacting the MOARNG Environmental Management Office. 7.0 OFF-SITE BORROW & SPOIL DEPOSIT SITES FOR FEDERALLY FUNDED PROJECTS: A.All Federally funded projects which involve off-site borrow and/or off-site spoil deposit sites will require written certification that the site(s) are in compliance with the National Environmental Protection Act and all related applicable Federal and State laws and regulations. If the need for off-site borrow and/or spoil sites is stipulated in the Contract Documents, the following applies: B. The Contractor is required to use only the designated site described in the Contract Documents. If another off-site area is proposed by the Contractor, the Contractor must provide written certification to the Division of Facilities Management, Design and Construction Project Representative that the proposed borrow or spoil site has been cleared of environmental concerns in accordance with all applicable Federal and State laws and regulations. These include but are not limited to the following: Clean Water Act; the Endangered Species Act; the National Historic Preservation Act (NHPA) (The site must have Section 106 Clearance); the Farmland Protection Act; Resource Conservation and Recovery Act; Comprehensive Environmental Response; Compensation and Liability Act; and RSMo Chapter 194, Section , Unmarked Human Burial Sites. Certifications shall include clearance letters and other evidence of coordination with the appropriate regulatory agencies. The Missouri Historic Preservation Office, PO Box 176 Jefferson City, MO 65102, may be contacted to provide assistance with the NHPA and cultural resource issues pertaining to the borrow and spoil site regulations. The Missouri State Historic Preservation Office can provide a list of qualified and certified archaeologists to assist in borrow and spoil site investigations. C. If project conditions require off-site borrow or off-site deposit of spoils, the Contractor will be required to provide written certification to the Division of Facilities Management, Design and Construction Project Representative that the proposed borrow or spoil site has been cleared of environmental concerns in accordance with all applicable Federal and State laws and regulations. These include but are not limited to the following: Clean Water Act; the Endangered Species Act; the National Historic Preservation Act (NHPA) (The site must have Section 106 Clearance); the Farmland Protection Act; Resource Conservation and Recovery Act; Comprehensive Environmental Response; Compensation and Liability Act; and RSMo Chapter 194, Section , Unmarked Human Burial Sites. Certifications shall include clearance letters and other evidence of coordination with the appropriate regulatory agencies. The Missouri Historic Preservation Office, PO Box 176 Jefferson City, MO 65102, may be contacted to provide assistance with the NHP A and cultural resource issues pertaining to the borrow and spoil site regulations. The Missouri State Historic Preservation Office can provide a list of qualified and certified archaeologists to assist in borrow and spoil site investigations. D. The Owner recognizes that additional time (beyond what is allowed in the Construction Contract) may be required in order to secure the aforementioned certifications and approvals. Should more time be required, the Owner will consider approval of a no-cost time extension contract change. The Contractor will be required to provide documentation that substantiates the need for the time extension. Page2

78 Missouri Division of Labor Standards WAGE AND HOUR SECTION JEREMIAH W. (JAY) NIXON, Governor Annual Wage Order No. 20 Section 095 ST. FRANCOIS COUNTY In accordance with Section RSMo 2000, within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection in triplicate with the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO 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 pursuant to 8 CSR (1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. Original Signed by Robert A. Bedell, Acting Director Division of Labor Standards This Is A True And Accurate Copy Which Was Filed With The Secretary of State: March 8, 2013 Last Date Objections May Be Filed: April 8, 2013 Prepared by Missouri Department of Labor and Industrial Relations

79 Building Construction Rates for ST. FRANCOIS County REPLACEMENT PAGE Section 095 Basic Over- OCCUPATIONAL TITLE ** Date of Hourly Time Holiday Total Fringe Benefits Increase * Rates Schedule Schedule Asbestos Worker (H & F) Insulator $15.00 FED $1.44 Boilermaker $ $27.01 Bricklayer and Stone Mason $ $9.22 Carpenter d $ $13.70 Cement Mason f $ $14.91 Electrician (Inside Wireman) $ $ /o Electrician (Outside-Line Construction\Lineman) $ $ /o Lineman Operator $ $ /o Ground man $ $ /o Communication Technician $ $ /o Elevator Constructor a $ $ Operating Engineer Group I $ $22.60 Group II $ $22.60 Group Ill $ $22.60 Group 111-A $ $22.60 Group IV $ $22.60 Group V $ $22.60 Pipe Fitter c $ $25.03 Glazier $ $ /o Laborer (Building): General $ $12.07 First Semi-Skilled $ $12.07 Second Semi-Skilled $ $12.07 Lather d $ $13.70 Linoleum Layer and Cutter $ $13.70 Marble Mason $ $9.22 Millwright $ $13.80 Ironworker $ $ Painter $ $13.41 Plasterer $ $15.78 Plumber c $ $25.03 Pile Driver d $ $13.70 Roofer\ Waterproofer $ $15.67 Sheet Metal Worker $ $21.00 Sprinkler Fitter - Fire Protection $ $18.40 Terrazzo Worker $ $9.22 Tile Setter $ $9.22 Truck Driver-Teamster Group I e $ $9.40 Group II e $ $9.40 Group Ill e $ $9.40 Group IV e $ $9.40 Traffic Control Service Driver $ $9.045 Fringe Benefit Percentage is of the Basic Hourly Rate Attention Workers: If you are not being paid the appropriate wage rate and fringe benefits contact the Division of Labor Standards at (573) *SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO. 20 3/13

80 Building Construction Rates for ST. FRANCOIS County Footnotes ~asic over- OCCUPATIONAL TITLE ** Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Section 095 *Welders receive rate prescribed for the occupational title performing operation to which welding is incidental. Use Building Construction Rates on Building construction in accordance with the classifications of construction work established in 8 CSR (2). Use Heavy Construction Rates on Highway and Heavy construction in accordance with the classifications of construction work established in 8 CSR (3). a- Vacation: Employees over 5 years- 8 /o, under 5 years- 6 /o b - Projects over $1 Million - $29.66 Projects under $1 Million - $27.89 c- All work over $7 Million Total Mech. Contract- $34.25, Fringes - $25.03 All work under $7 Million Total Mech. Contract- $32.91 Fringes - $19.64 d - Projects over $1 1/2 Million - $28.11 Projects under $1 1/2 Million - $24.59 e- Group 1: Projects over $3 3/4 Million - $26.22 Projects under $3 3/4 Million- $22.72 Group II: Projects over $3 3/4 Million - $26.38 Projects under $3 3/4 Million - $22.88 Group Ill: Projects over $3 3/4 Million - $26.37 Projects under $3 3/4 Million - $22.87 Group IV: Projects over $3 3/4 Million - $26.49 Projects under $3 3/4 Million - $22.99 f- Projects over $10 Million - $28.33 Projects under $10 Million - $27.63 ANNUAL WAGE ORDER NO. 20 3/13

81 ST. FRANCOIS COUNTY OVERTIME SCHEDULE- BUILDING CONSTRUCTION FED: Minimum requirement per Fair Labor Standards Act means time and one-half (1 112) shall be paid for all work in excess of forty (40) hours per work week. NO. 11: Means eight (8) hours shall constitute a day's work, with the starting time to be established between 6:00a.m. and 8:00a.m. from Monday to Friday. Time and one-half (1112) shall be paid for first two (2) hours of overtime Monday through Friday and the first eight (8) hours on Saturday. All other overtime hours Monday through Saturday shall be paid at double (2) time rate. Double (2) time shall be paid for all time on Sunday and recognized holidays or the days observed in lieu of these holidays. NO. 15: Means the regular working day shall be scheduled to consist of at least eight (8) hours, but no more than ten (1 0) consecutive hours, exclusive of the lunch period. The regular working day may be scheduled to commence at any time between the hours of 5:00a.m. and 10:00 a.m. All work performed in excess of forty (40) hours in one work week, or in excess of ten (1 0) hours in one work day shall be paid at the rate of one and one-half (1112) times the regular hourly wage scale. Any work performed on a Saturday shall be paid for at the rate of one and one-half (1112) times the regular hourly wage scale unless such Saturday work falls under the category of Saturday Make-Up Day. Any work performed by Employees anywhere on Sunday or recognized holidays, shall be paid for at the rate of double (2) time the regular wage scale. If, during the course of a work week, an Employee is unable to work for any reason, and, as a result, that Employee has not accumulated forty (40) hours of compensable time at the straight time rate, the Employer, at his option may offer the Employee the opportunity to work on Saturday at straight time; provided, however, if during the period worked by said Employee on Saturday, the Employee's compensable time at the straight time rate exceeds forty (40) hours, all time worked in excess of the forty (40) hours will be paid at the rate of one and one-half (1112) times the regular hourly wage scale. NO. 22: Means a regular work week of forty (40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8) or ten (1 0) hours. If a crew is prevented from working forty (40) hours Monday through Friday, or any part thereof by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. A workday is to begin between 6:00a.m. and 9:00a.m. However, the project starting time may be advanced or delayed if mutually agreed to by the interest parties. For all time worked on recognized holidays, or days observed as such, double (2) time shall be paid. NO. 26: Means that the regular working day shall consist of eight (8) hours worked between 6:00 a.m., and 5:00 p.m., five (5) days per week, Monday to Friday, inclusive. Hours of work at each jobsite shall be those established by the general contractor and worked by the majority of trades. (The above working hours may be changed by mutual agreement). Work performed on Construction Work on Saturdays, Sundays and before and after the regular working day on Monday to Friday, inclusive, shall be classified as overtime, and paid for at double (2) the rate of single time. The employer may establish hours worked on a jobsite for a four (4) ten (1 0) hour day work week at straight time pay for construction work; the regular working day shall consist of ten (1 0) hours worked consecutively, between 6:00a.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 (1 0) hour day workweek has been established, will be paid at two times (2) the single time rate of pay. The rate of pay for all work performed on holidays shall be at two times (2) the single time rate of pay. NO. 32: The regular working day shall consist of seven and one-half (7112) hours of labor on the job between eight (8) a.m. and four (4) p.m. and the regular working week shall consist of five (5) consecutive seven and one-half (7112) hour day's of labor on the job beginning with Monday and ending with Friday of each week. The normal work week is hours. All full-time or part-time labor performed during such hours shall be recognized as regular working hours and paid for at the regular hourly rate. All work performed during regular work hours on Saturdays shall be paid at time and one-half (1-1/2). All work performed outside of regular working hours and performed during the regular work week, shall be at double (2) times the regular rate, except that the first two (2) hours following the regular work day shall be paid at one and one-half (1112) times the regular rate. And, a flexible starting time as early as 7:00 a.m. may be implemented when mutually agreed upon by the interested parties. An early starting time of 6:00 a.m. may be used during summer months to avoid excessive afternoon temperatures. This early starting time to be used when mutually agreed upon by the interested parties. SHIFT RATE: Shift work would start after 4:00 p.m. to 6:00a.m. The first 7112 hours would be at 115 /o of the basic wage rate. Overtime Monday through Friday would be at of base shift rate. Saturday first hours of work of base shift rate. Saturday- work after 7112 hours- 2 times the basic wage rate. Sunday and Holidays- 2 times the basic wage rate. All work performed on recognized holidays and Sundays shall be paid double (2) time. Appropriate overtime rates to be based on fifteen minute increments. AW OT.doc ANNUAL WAGE ORDER NO. 20 Page 1 of 6 Pages

82 ST. FRANCOIS COUNTY OVERTIME SCHEDULE- BUILDING CONSTRUCTION NO. 33: Means the standard work day and week shall be eight (8) consecutive hours of work between the hours of 6:00a.m. and 6:00p.m., excluding the lunch period Monday through Friday, or shall conform to the practice on the job site. Four (4) days at ten (1 0) hours a day may be worked at straight time, Monday through Friday and need not be consecutive. All overtime, except for Sundays and holidays shall be at the rate of time and one-half (1112). Overtime worked on Sundays and holidays shall be at double (2) time. NO. 43: Eight (8) hours shall constitute a work day between the hours of 7:00 a.m. and 4:30 p.m. Forty (40) hours within five (5) days, Monday through Friday inclusive, shall constitute the work week. Work performed in the 9th and 1Oth hour, Monday through Friday, shall be paid at time and one-half (1112) the regular straight time rate of pay. Contractor has the option to pay two (2) hours per day at the time and one-half (1112) the regular straight time rate of pay between the hours of 6:00 a.m. and 5:30 p.m., Monday through Friday. Work performed outside the regularly scheduled working hours and on Saturdays, Sundays and recognized legal holidays, or days celebrated as such, shall be paid for at the rate of double (2) time. NO. 44: Means forty (40) hours shall constitute a work week, Monday through Friday. Eight (8) hours shall constitute a work day. Hours of work shall be between the hours of 7:00 a.m. and 4:30 p.m. All work performed before 7:00a.m. and after 4:30p.m. and all work performed in excess of eight (8) hours in any one work day, over forty (40) hours in any work week and the first eight (8) hours of work on Saturday, shall be paid at the rate of one and one-half (1112) times the regular rate of pay. All hours worked in excess of eight (8) hours on Saturday, all hours worked on Sunday and on holidays, or days that may be celebrated as such, and as designated by the federal government, shall be paid at two (2) times the regular rate of pay. All shifts for work performed between the hours of 4:30 p.m. and 1 :00 a.m. shall receive eight (8) hours pay at the regular hourly rate of pay plus two dollars ($2.00) per clock hour. All work performed between the hours of 12:30 a.m. and 9:00 a.m. on a third shift shall receive eight (8) hours pay at the regular hourly rate plus four dollars ($4.00) per clock hour. All overtime work required after the completion of a regular shift shall be paid at one and one-half times (1112 x) the "shift" hourly rate. NO. 49: Means eight (8) hours shall constitute a day's work to begin at 8:00 a.m. and end at 4:30 p.m. The starting time may be advanced one (1) hour or two (2) hours. Employees shall receive time and one-half (1112) for all time they are required to work before 8:00a.m., during the lunch period or after 4:30p.m. unless the starting time is advanced as provided above. Forty (40) hours shall constitute a week's work, Monday through Friday. If an Employer is prevented from working forty (40) hours, Monday through Friday, or any part thereof by reason of inclement weather (rain or mud), Saturday or any part thereof may be worked as a make-up day at the straight time rate. However, in the event that the laborer working such make-up day is assisting another craft drawing overtime pay, the laborer shall received the same overtime multiple as the craft assisted. The Employer shall have the option of working five (5) eight (8) hour days or four (4) ten (1 0) 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) per week shall be paid at time and one-half (1112) the hourly rate Monday through Friday. If an Employer elects to work four (4) ten (1 0) hour days in any week, work performed more than ten (1 0) hours per day or forty (40) hours per week shall be paid at time and one-half (1112) the hourly rate Monday through Friday. If an Employer is working ten (1 0) hour days and loses a day due to inclement weather, he may work ten (1 0) hours Friday at straight time. However, in the event that the laborer working any such make-up day is assisting another craft drawing overtime pay, the laborer shall receive the same overtime multiple as the craft assisted. If workmen are required to work recognized holidays or days observed as such, or on Sunday, they shall receive double (2) the regular rate of pay for such work. Projects that cannot be performed during regular workday: If required by owner, the contractor may perform work outside the normal work hours and employees shall be paid applicable straight time hourly wage rate plus a premium of fifty cents ($.50) per hour for the first eight (8) hours worked. Any hours worked in excess of eight (8) hours shall be paid at the applicable overtime rate plus the fifty cent ($.50) per hour premium. Shift work: The Employer may elect to work one (1 ), two (2) or three (3) shifts on any work. When two (2) or more shifts are worked on any operation, the first shift or day shift will consists of eight (8) hours exclusive for lunch time; the second shift or swing shift shall consists of eight (8) hours work for eight and one-half (8112) hours pay, exclusive of lunch time; the third or graveyard shift shall consist of eight (8) hours work for nine (9) hours pay exclusive of lunch time. NO. 55: Means the regular work day shall be eight (8) hours between 6:00a.m. and 4:30p.m. The first two (2) hours of work performed in excess of the eight (8) hour work day, Monday through Friday, and the first ten (1 0) hours of work on Saturday, shall be paid at one & one-half (1112) times the straight time rate. All work performed on Sunday, observed holidays and in excess of ten (1 0) hours a day, Monday through Saturday, shall be paid at double (2) the straight time rate. AW OT.doc ANNUAL WAGE ORDER NO. 20 Page 2 of 6 Pages

83 ST. FRANCOIS COUNTY OVERTIME SCHEDULE- BUILDING CONSTRUCTION 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 8:00a.m. If a second or third shift is used, the regular starting time of the second shift shall be 4:30 p.m. and the regular starting period for the third shift shall be 12:30 a.m. These times may be adjusted by the employer. The day shift shall work a regular eight (8) hours shift as outlined above. Employees working a second shift shall receive an additional $0.25 above the regular hourly rate and perform seven and one-half (7112) hours work for eight (8) hours pay. Third shift employees shall be paid an additional $0.50 above the regular hourly rate and work seven (7) hours for eight (8) hours pay. When circumstances warrant, the Employer may change the regular workweek to four (4) ten-hour days at the regular time rate of pay. All time worked before and after the established workday of eight (8) hours, Monday through Friday, and all time worked on Saturday shall be paid at the rate of time and one-half (1112) except in cases where work is part of an employee's regular Friday shift. All time worked on Sunday and recognized holidays shall be paid at the double (2) time rate of pay except in cases where work is part of an employee's previous day's shift. For all overtime hours worked $25.65 of the fringe benefits portion of the prevailing wage shall be paid at the same overtime rate at which the cash portion of the prevailing wage is to be paid. The remaining $1.24 of the fringe benefit portion of the prevailing wage may be paid at straight time. NO. 62: Means eight (8) hours shall constitute a working day between 7:00a.m. to 3:30p.m. or from 8:00a.m. to 4:30 p.m. exclusive of a one-half (112) hour lunch break. Monday through Friday shall constitute the regular work week. Starting and quitting time may be moved up or set back where conditions warrant; however, a notification for each project must be made prior to working 4-1 O's. All time over the regular work day as defined and all hours worked on Saturday shall be paid at the rate of one & one-half (1112) the regular rate of wages. If a job can't work forty (40) hours Monday through Friday because of inclement weather, Friday (if working 4-1 O's) or Saturday (if working 5-8's), may be worked as a make-up day at straight time. In the event that Friday (if working 4-1 O's) or Saturday (if working 5-8's) is utilized as a workday, any employee that has been absent from work during the week shall be paid the straight time rate until such time that the employee has earned forty (40) hours of straight time pay. If any employee is required to work recognized holidays or days observed as such, or on Sunday, they shall receive double (2) the regular rate of pay for such work. NO. 67: Means eight (8) hours shall constitute a day's work, with a flexible starting time to begin between 6:00a.m. to 8:00 a.m., five (5) days a week, Monday through Friday. Any work over eight (8) hours in any one day shall be at the overtime rate, which is time & one-half (1112). Any work on Saturday shall be at time & one-half (1112), unless a Make-Up Day due to inclement weather is in effect. Any work on Sundays or holidays shall be at double (2) time. Four (4) days, ten (1 0) hours each day to be worked during Monday through Friday, shall be paid at straight time. A Make-Up Day Due To Inclement Weather Only - Employee(s) will be permitted to work an eight (8) hour make-up day on Saturday ~and the employee will receive the regular straight time wage rate. NO. 74: Means the regular workday shall consist of eight (8) consecutive hours, exclusive of a thirty (30) minute lunch period, with pay at the regular straight time hourly rate. The regular workday shall begin on the job site between the hours of 6:00a.m. and 8:00a.m. with the starting time to be determined by the Employer, unless project owner requires different starting time. This adjustable starting can, at the Employer's option, be staggered to permit starting portions of the work force at various times within the prescribed hours. The Employer may establish a four (4) ten (1 0) hour shift exclusive of the thirty (30) minute unpaid lunch period at the straight time wage rate. Forty (40) hours per week shall constitute a week's work Monday through Thursday. In the event a job is down due to weather conditions, safety or other condition beyond the control of the Employer, then Friday may, at the option of the Employer, be worked as a make-up day at the straight time wage rate. Straight time is not to exceed ten (1 0) hours a day or forty (40) hours per week. Starting time will be designated by the Employer. Fridays can be worked in lieu of holidays at the employee's option. If an employee is prevented from working forty (40) hours Monday through Friday, or any part thereof, by reason of inclement weather only, Saturday or any part thereof may be worked as a make-up day at the straight time hourly rate based on eight (8) hours work. All work performed in excess of forty (40) hours, or eight (8) hours in any one day will be paid at time and one-half (1112). If an employee declines to work Saturday as a make-up day, he or she shall not be penalized. Sundays and recognized holidays may not be used as a make-up day. Time and one-half (1112) shall be paid for all overtime hours during the week, Monday through Friday, and for all work performed on Saturday. Double (2) time shall be paid for all time worked on Sunday and recognized holidays. AW OT.doc ANNUAL WAGE ORDER NO. 20 Page 3 of 6 Pages

84 ST. FRANCOIS COUNTY OVERTIME SCHEDULE- BUILDING CONSTRUCTION NO. 75: Means the standard work day shall consist of eight (8) hours of work between the hours of 8:00 a.m. or C.S.T. or C.D.S.T. and 4:30 p.m., with a thirty (30) minute unpaid lunch period occurring in the middle of the shift. The standard workweek shall consist of five standard workdays commencing on Monday and ending on Friday, inclusive. The normal starting and quitting times may be changed by mutual consent of interested parties. All time worked before and after the established eight (8) hour work day, Monday through Friday, and all time worked on Saturdays, shall be paid for at the rate of one and one-half times the hourly base wage rate in effect. All time worked on Sundays and on recognized holidays shall be paid for at the rate of double the hourly base wage rate in effect. In a work day provided a job runs at least four (4) working days, a ten (1 0) hour per day, four (4) days per week work schedule may be utilized. Ten (1 0) hours work per day shall constitute a day's work, forty (40) hours a week, Monday through Thursday, exclusively, shall constitute a week's work. The normal starting time of said day shall be between 6:30a.m. and 8:30a.m. The normal quitting time shall be ten and one-half (10112) hours after the starting time. A thirty (30) minute unpaid lunch shall occur in the middle of the day. The normal starting and quitting times may be changed by mutual consent of the interested parties. Provided a job runs at least four (4) working days and in the event, the job is shut down for eight (8) hours or more in one (1) work day Monday through Thursday due to inclement weather at the job site, then, at the option of the employer, Friday of the same work week may be worked as a makeup day. The Friday makeup day will be considered identical in start and stop times as a ten (1 0) hour work day, (even if some overtime occurs or should ten (1 0) hours be lost to inclement weather), it would be worked as all other work days. NO. 77: Means the regular workday shall consist of eight (8) consecutive hours, exclusive of a thirty (30) minute lunch period, with pay at the regular straight time hourly rate. The regular workday shall begin on the job site between the hours of 6:00a.m. and 8:00a.m. with the starting time to be determined by the Employer, unless project owner requires different starting time. This adjustable starting time can, at the Employer's option, be staggered to permit starting portions of the work force at various times within the prescribed hours. The Employer may establish a four (4) ten (1 0) hour shift exclusive of the thirty (30) minute lunch period at the straight time wage rate. Forty (40) hours per week shall constitute a week's work Monday through Thursday. In the event a job is down due to weather conditions, safety or other conditions beyond the control of the Employer, then Friday may, at the option of the employer, be worked as a make-up day at the straight time wage rate. Straight time is not to exceed ten (1 0) hours a day or forty (40) hours per week. Time and one-half (1 112) shall be paid for all overtime hours worked during the week, Monday through Friday and for all work performed on Saturday. Double (2) time shall be paid for all time worked on Sunday and recognized holidays. NO. 80: Means eight (8) hours shall constitute the regular work day and forty (40) hours a work week, Monday through Friday. The Employer shall establish the starting time between 6:30a.m. through 9:00a.m. An Employer may further adjust the starting time up to 9:30 a.m. throughout the year. Time and one-half (1112) shall be paid after eight (8) consecutive hours worked after the established starting time and for hours worked before the established starting time. Time and one-half (1112) shall be paid for work performed on Saturdays. Work performed on Sundays and Holidays shall be paid at the double (2) time rate of pay. The Employer when working on Highway and Road Work may have the option to schedule the work week for his paving crew only from Monday through Thursday at ten (1 0) hours per day at the straight time rate of pay with all hours in excess of ten (1 0) hours in any one day to be at the applicable overtime rate of time and one-half (1112). If the Employer elects to work from Monday through Thursday and is stopped due to inclement weather (rain, snow, sleet falling), the Employer shall have the option to work Friday at the straight time rate of pay to complete the forty (40) hours. NO. 82: Means the work day shall consist of eight (8) hours worked between 7:00 a.m. and 4:30 p.m. Forty (40) hours will constitute the work week from Monday through Friday, inclusive. Up to four (4) hours of overtime work per day performed before or after the assigned normal work day, (twelve (12) continuous hours, starting no earlier than 6:00 a.m., Monday through Friday), shall be paid at a rate of one and one-half times (1.5x) that employee's hourly rate. Any additional overtime, Monday through Friday, shall be paid at two times (2x) the regular rate of pay. The first eight hours of overtime work on Saturday shall be paid at the rate of one and one-half times (1.5x) the regular rate of pay. Hours worked in excess of eight (8) hours on Saturday shall be paid at two times (2x) the regular rate of pay. Double time shall be paid for work performed on Sundays, recognized legal holidays or days that may be celebrated as such as designated by the federal government. All shifts for work performed between the hours of 4:30 p.m. and 1 :00 a.m. shall be paid at the regular hourly rate plus two dollars ($2.00) per clock hour. All shifts for work performed between the hours of 12:30 a.m. and 9:00 a.m. shall be paid at the regular hour rate plus four dollars ($4.00) per clock hour. All overtime work required after the completion of a regular shift shall be paid at one and one-half times (1.5x) the "shift" hourly rate. AW OT.doc ANNUAL WAGE ORDER NO. 20 Page 4 of 6 Pages

85 ST. FRANCOIS COUNTY OVERTIME SCHEDULE- BUILDING CONSTRUCTION NO. 86: Means the regular work week shall consist of five (5) days, Monday through Friday, beginning at 8:00 a.m. and ending at 4:30 p.m. 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 (1 0) hours per day at the straight time rate of pay with all hours in excess of ten (1 0) 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, he 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 performed on Monday through Saturday shall be paid at time and one-half (1112) of the hourly rate plus an amount equal to one-half (112) of the hourly Total Indicated Fringe 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. NO. 87: Means eight (8) hours starting between 6:00 a.m. and 8:00 a.m. and ending between 2:30 p.m. and 4:30 p.m. at the Employers discretion shall constitute a day's work. Any work prior to 6:00a.m. or after eight (8) hours shall be paid at the overtime rate. Five (5) days from Monday through Friday inclusive shall constitute a regular work week. All hours before and after these regular hours shall be considered overtime and shall be paid for at the rate of double (2) time. All work on Saturday and Sunday shall be paid at double (2) the prevailing scale of wages. NO. 89: Means the normal workweek shall consist of five (5) eight (8) hour days for a total of forty (40) hours, starting on Monday at 8:00 a.m. and ending on Friday at 4:30 p.m. The starting time can be flexible between 6:00 a.m. and 8:00a.m. and ending at 2:30 p.m. or 4:30 p.m. respectively. All work before designated starting time and after quitting time shall be paid for at the rate of time and one-half (1112). An overtime rate of time and one-half (1112) the base hourly rate shall be paid on all hours in excess of eight (8) hours in a day Monday through Friday. Saturdays, Sundays and Holidays shall be paid for at the rate of double (2) time. Any work started after 12:00 midnight Sunday, will be classified as time and one-half (1112) up to the legal starting time on Monday. NO. 91: Means eight (8) hours shall constitute a day's work commencing at 7:00a.m. and ending at 3:30p.m., allowing one-half (112) hour for lunch. The option exists for the Employer to use a flexible starting time between the hours of 6:00 a.m. and 9:00a.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 (1 0) hour days from Monday through Thursday, with Friday as a make-up day. If the make-up day is a holiday, the employee shall be paid at the double (2) time rate. The employees shall be paid time and one-half (1112) for work performed on Saturdays, before the regular starting time or after the regular quitting time or over eight (8) hours per work day (unless working a 1 0-hour work day, then time and one-half (1112) is paid for work performed over ten (1 0) hours a day) or over forty (40) hours per work week. Work performed on Sundays and recognized holidays shall be paid at the double (2) time rate of pay. SHIFT WORK: When it is necessary for the project to operate in shifts, there will be three (3) eight (8) hour shifts commencing at 8:00a.m. Shift work must continue for a period of not less than three (3) consecutive work days, two (2) days which must be regular work days (Monday through Friday). In the event the second or third shift of any regular work day shall fall into a Saturday or a holiday, such extension into a Saturday or holiday shall be considered as part of the previous workday and employees shall be paid at the regular shift rate. The first day shift shall work a regular eight (8) hour day at regular rates. The second shift shall be eight (8) hours regular time pay plus $2.50 per hour premium for eight (8) hours work. Third shift will be for eight (8) hours regular time pay plus $3.00 per hour premium for eight (8) hours work. NO. 92: Means all work performed from 8:00a.m. to 4:30p.m., Monday through Friday, will be at straight time pay up to forty (40) hours per week. All work performed Monday through Friday before 8:00 a.m. and after 4:30 p.m. will be done at time and one-half (1112). All work done on Saturday will be done at time and one-half (1112), unless the employer and employee agree that Saturday shall be used as a make-up day. The Employer may use a flexible starting time of 7:00 a.m. to 8:00 a.m., and quitting time of 3:30 p.m. to 4:30 p.m., and any such different work starting time shall determine whether wages are payable at the straight rate or the premium rate. All work performed on Saturday shall be paid for at time and one-half (1112), unless the Saturday has been used as a make-up day. All work performed on Sunday and holidays shall be paid for at the rate of double (2) time. AW OT.doc ANNUAL WAGE ORDER NO. 20 Page 5 of 6 Pages

86 ST. FRANCOIS COUNTY OVERTIME SCHEDULE- BUILDING CONSTRUCTION NO. 103: Means a regular workweek of forty (40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8) or ten (1 0) hours. If a crew is prevented from working forty (40) hours Monday through Friday, or any part thereof by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. A Workday is to begin between 6:00a.m. and 9:00a.m. However, the project starting time may be advanced or delayed if mutually agreed to by the interested parties. For all time worked on recognized holidays, or days observed as such, double (2) time shall be paid. NO. 104: Means eight (8) hours per day shall constitute a standard work day between the hours of 6:00a.m. and 8:00 p.m. The standard work week shall be forty (40) hours between 6:00a.m. on Monday and ending 8:00p.m. on Friday. An overtime rate of time and one-half (1112) the base hourly rate shall be paid on all hours in excess of eight (8) hours in a day Monday through Friday. Saturdays shall be considered overtime and work done on Saturday shall be paid at time and one-half (1112) the prevailing scale. Sundays and holidays shall be considered overtime and work done on these days shall be paid at double (2) the prevailing scale. NO. 106: Means the normal work week shall consist of five (5) eight (8) hour days for a total of forty (40) hours, starting on Monday at 8:00a.m. and ending on Friday at 4:30p.m. The starting time can be flexible between 6:00a.m. and 8:00a.m., and ending at 2:30p.m. or 4:30p.m. respectively. All work before the designated starting time and after the quitting time shall be paid for at the rate of time and one-half (1112). An overtime rate of time and one-half (1112) the base hourly rate shall be paid on all hours in excess of eight (8) hours in a day Monday through Friday. Any work started after 12:00 midnight Sunday, will be classified as time and one-half (1112) up to the legal starting time on Monday. Saturdays, Sundays and Holidays shall be paid for in the rate of double (2) time the prevailing scale. NO. 126: Means eight (8) hours per day shall constitute a day's work and forty (40) hours per week, Monday through Friday, shall constitute a week's work. The regular starting time shall be 8:00a.m. If a second or third shift is used, the regular starting time of the second shift shall be 4:30 p.m. and the regular starting period for the third shift shall be 12:30 a.m. These times may be adjusted by the employer. The day shift shall work a regular eight (8) hours shift as outlined above. Employees working a second shift shall receive an additional $0.25 above the regular hourly rate and perform seven and one-half (7112) hours work for eight (8) hours pay. Third shift employees shall be paid an additional $0.50 above the regular hourly rate and work seven (7) hours for eight (8) hours pay. When circumstances warrant, the Employer may change the regular workweek to four (4) ten-hour days at the regular time rate of pay. All time worked before and after the established workday of eight (8) hours, Monday through Friday, and all time worked on Saturday shall be paid at the rate of time and one-half (1112) except in cases where work is part of an employee's regular Friday shift. All time worked on Sunday and recognized holidays shall be paid at the double (2) time rate of pay except in cases where work is part of an employee's previous day's shift. For all overtime hours worked $25.77 of the fringe benefits portion of the prevailing wage shall be paid at the same overtime rate at which the cash portion of the prevailing wage is to be paid. The remaining $1.24 of the fringe benefit portion of the prevailing wage may be paid at straight time. AW OT.doc ANNUAL WAGE ORDER NO. 20 Page 6 of 6 Pages

87 ST. FRANCOIS COUNTY HOLIDAY SCHEDULE- BUILDING CONSTRUCTION NO. 3: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day (November 11 ), Thanksgiving Day, and Christmas Day shall be compensated at the double (2) time rate of pay. When any of these holidays fall on a Sunday, the following Monday shall be observed. No work shall be performed on the days set forth except in cases of emergencies to protect life or property. NO. 6: The following days are recognized as holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day and any additional holidays which may be mutually agreed upon. Whenever any such holiday falls on a Sunday, the following Monday shall be recognized and observed as the holiday. Work performed on Sundays and holidays shall be paid at the double time rate of pay. No work shall be performed on Labor Day. NO. 7: The following days are assigned days and are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This is applied to protect Labor Day. When a holiday falls during the normal workweek, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week. However, no reimbursement for these eight (8) hours is to be paid to the workman unless worked. If workman are required to work the above enumerated holidays or days observed as such, or on Sunday, they shall receive double (2) the regular rate of pay for such work. NO. 8: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day, or the days observed in lieu of these holidays, shall be paid at the double time rate of pay. NO. 12: All work done on New Year's Day, Decoration Day, Independence Day, Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. Should any of these days fall on Sunday, then the following day shall be observed as the holiday. Under no circumstances shall employees be permitted to work on Labor Day. NO. 19: All work done on New Year's Day, Memorial Day, July 4th, Labor Day, Thanksgiving Day, and Christmas Day shall be paid at the double time rate of pay. The employee may take off Friday following Thanksgiving Day. However, the employee shall notify his or her Foreman, General Foreman or Superintendent on the Wednesday preceding Thanksgiving Day. When one of the above holidays falls on Sunday, the following Monday shall be considered a holiday and all work performed on either day shall be at the double (2) time rate. When one of the holidays falls on Saturday, the preceding Friday shall be considered a holiday and all work performed on either day shall be at the double (2) time rate. NO. 25: All work done on New Year's Day, Martin Luther King Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving, Christmas Day, Presidential Election Day, or days locally observed as such, and Saturday and Sunday shall be recognized as holidays and shall be paid at the double (2) time rate of pay. If a named holiday falls on a Saturday, the holiday will be observed on the preceding Friday. When a named holiday falls on Sunday, the Monday after will be observed as the holiday. Appropriate overtime rates to be based on fifteen minute increments. NO. 26: All work done on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. When a Holiday occurs on Saturday it shall not be observed on either the previous Friday or the following Monday. Such days shall be regular work days. If such a holiday occurs on Sunday it shall be observed on the following Monday. NO. 31: All work done on New Year's Day, Presidents Day, Good Friday, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, and Employee's Birthday shall be paid at the double time rate of pay. If a holiday falls on Sunday, the following Monday will be observed as the recognized holiday. If a holiday falls on Saturday, the preceding Friday will be observed as the recognized holiday. NO. 40: The employer agrees to recognize the following holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. If the holiday falls on a Sunday, and is worked, the following work day will be double time wages for the holiday. AW BHol.doc ANNUAL WAGE ORDER NO. 20 Page 1 of 3 Pages

88 ST. FRANCOIS COUNTY HOLIDAY SCHEDULE- BUILDING CONSTRUCTION NO. 41: The following days shall be observed as legal holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day. No work shall be performed on the Fourth of July, Labor Day or Christmas Day. Any work performed on the above holidays shall be paid for at two (2) times the regular straight time rate of pay. When any of the above holidays fall on Sunday, the following Monday shall be observed as such holiday. If a holiday falls on Saturday, it shall not be considered to be observed on the previous Friday or following Monday. Such days shall be regular workdays. NO. 43: All of the following days or assigned days are recognized as holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Veteran's Day (November 11th), 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 these eight (8) hours is to be paid the employee unless worked. If the employee is required to work the above enumerated holidays or days observed as such, or on Sunday, they shall receive double (2) the regular rate of pay for such work. NO. 45: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving, the day before Christmas, and Christmas Day, shall be paid at the double time rate of pay. NO. 47: The following holidays are recognized: New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving and Christmas Day. When a holiday listed above falls on Saturday, it shall be celebrated on the Friday preceding the holiday. When a holiday falls on Sunday, the following Monday shall be observed. Holidays referred to above shall be paid for at the double (2) time rate of pay when worked. NO. 50: All work performed on Saturdays, Sundays and recognized holidays shall be considered overtime and work performed on these days shall be paid at double (2) the prevailing scale. The holidays of understanding are: New Years' Day, Decoration Day, Independence Day, Veterans Day, Labor Day, Thanksgiving Day and Christmas Day. Should any of these holidays fall on Saturday, the Friday before shall be observed as the holiday. Should any of these days fall on Sunday, then the following Monday shall be observed as the holiday. Under no circumstance shall employees be permitted to work on Labor Day (the first Monday in September). NO. 54: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rate of pay. When a holiday falls on Saturday, it shall be observed on Friday. When a holiday falls on Sunday, it shall be observed on Monday. NO. 55: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid the workmen unless worked. An Employer working a four (4) day, ten (1 0) hour schedule may use Friday as a make up day when an observed holiday occurs during the work week. Employees have the option to work that make up day. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive double (2) the regular rate of pay for such work. NO. 60: All work performed on New Year's Day, Armistice Day (Veteran's Day), Decoration Day (Memorial Day), Independence Day (Fourth of July), Thanksgiving Day and Christmas Day shall be paid at the double time rate of pay. No work shall be performed on Labor Day except when triple (3) time is paid. When a holiday falls on Saturday, Friday will be observed as the holiday. When a holiday falls on Sunday, the following Monday shall be observed as the holiday. AW BHol.doc ANNUAL WAGE ORDER NO. 20 Page 2 of 3 Pages

89 ST. FRANCOIS COUNTY HOLIDAY SCHEDULE- BUILDING CONSTRUCTION NO. 62: All work performed on holidays shall be considered overtime and work performed on these days shall be paid at double (2) time rate of pay. The holidays of understanding are: New Years' Day, Decoration Day, Independence Day, Veteran's Day, Thanksgiving Day and Christmas Day. Should any of these holidays fall on Saturday the Friday before shall be observed as the holiday. Should any of these days fall on Sunday, then the following Monday shall be observed as the holiday. Under no circumstance shall employees be permitted to work on Labor Day (the first Monday in September). NO. 66: All work performed on Sundays and the following recognized holidays, or the days observed as such, of New Year's Day, Decoration Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day and Christmas Day, shall be paid at double (2) the hourly rate plus an amount equal to the hourly Total Indicated Fringe Benefits. Whenever any such holidays fall on a Sunday, the following Monday shall be observed as a holiday. NO. 69: All work performed on New Year's Day, Memorial Day, July Fourth, Labor Day, Veteran's Day, Thanksgiving Day or Christmas Day shall be compensated at double (2) their straight-time hourly rate of pay. Friday after Thanksgiving and the day before Christmas are also holidays, however, if the employer chooses to work the normal work hours on these days, the employee will be paid at straight -time rate of pay. If a holiday falls on a Saturday, the holiday will be observed on Saturday; if a holiday falls on a Sunday, the holiday will be observed on the following Monday. NO. 71: All work performed on the following recognized holidays, or days that may be celebrated as such, shall be paid at the double (2) time rate of pay: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Day after Thanksgiving and Christmas Day. If a holiday falls on Sunday, it shall be celebrated on Monday. If a holiday falls on Saturday, it shall be celebrated on the Friday proceeding such Saturday. NO. 73: The following days are recognized as holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day (or mutually agreed date of the Friday after Thanksgiving Day may be substituted for Veteran's Day), Thanksgiving Day and Christmas Day, or in the event that any of said Holidays falls on Sunday, then the day or days generally recognized as such. Any work performed anywhere on any of the aforesaid Holidays, or on the day or days recognized and observed as such, shall be paid for at double (2) time the regular hourly rate. NO. 77: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid the workmen unless worked. An Employer working a four (4) day, ten (1 0) hour schedule may use Friday as a make up day when an observed holiday occurs during the work week. Employees have the option to work that make up day. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive double (2) the regular rate of pay for such work. AW BHol.doc ANNUAL WAGE ORDER NO. 20 Page 3 of 3 Pages

90 Heavy Construction Rates for ST. FRANCOIS County Section 095 Bas1c Over- OCCUPATIONAL TITLE * Date of Hourly Time Holiday Total Fringe Benefits Increase Rates Schedule Schedule Carpenter $ $13.90 Millwright $ $13.90 Pile Driver $ $13.90 Electrician (Outside-Line Construction\Lineman) $ Lineman Operator $ Lineman- Tree Trimmer $ Groundman $ Groundman - Tree Trimmer $ Operating Engineer Group I $ Group II $ Group Ill $ Group IV $ Oiler-Driver $ Cement Mason $ Laborer General Laborer $ Skilled Laborer $ Truck Driver-Teamster Group I $ Group II $ Group Ill $ Group IV $ Traffic Control Service Driver $ $ /o $ /o $ /o $ /o $ /o $22.50 $22.50 $22.50 $22.50 $22.50 $14.83 $11.52 $11.52 $10.90 $10.90 $10.90 $10.90 $9.045 Use Heavy Construction Rates on Highway and Heavy construction in accordance with the classifications of construction work established in 8 CSR (3). Use Building Construction Rates on Building construction in accordance with the classifications of construction work established in 8 CSR (2). If a worker is performing work on a heavy construction project within an occupational title that is not listed on the Heavy Construction Rate Sheet, use the rate for that occupational title as shown on the Building Construction Rate sheet. ANNUAL WAGE ORDER NO. 20 3/13

91 ST. FRANCOIS COUNTY OVERTIME SCHEDULE- HEAVY CONSTRUCTION FED: Minimum requirement per Fair Labor Standards Act means time and one-half (1 112) shall be paid for all work in excess of forty (40) hours per work week. NO.2: Means a regular workweek shall be forty (40) hours and will start on Monday and end on Friday. The Employer shall have the option of working five 8-hour days or four 10-hour days Monday through Friday. If an Employer elects to work five 8-hour days during any workweek, hours worked more than eight (8) per day or 40 per week shall be paid at time and one-half the hourly rate Monday through Friday. If an Employer elects to work four 10-hour days in a week, work performed more than ten (1 0) hours per day or 40 hours per week shall be paid at time and one-half the hourly rate Monday through Friday. When working a five 8-hour day schedule and an Employer is prevented from working forty (40) hours Monday through Friday, or any part thereof, by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate. If an Employer is working a four 10-hour day schedule and loses a day due to inclement weather, he may work 10 hours Friday at straight time. All hours worked over the 40 hours Monday through Friday will be paid at overtime rate. A workday shift is to begin at the option of the Employer, between 6:00 a.m. and not later than 9:00 a.m. However, the project starting time may be advanced or delayed if required. If workmen are required to work the enumerated holidays or days observed as such or Sundays, they shall receive double (2) the regular rate of pay for such work. Overtime shall be computed at one-half (1 /2) hour intervals. Shift: The Contractor may elect to work one, two or three shifts on any work. When operating on more than one shift, the shifts shall be known as the day shift, swing shift, and graveyard shift as such terms are recognized in the industry. When two shifts are worked on any operation, the shifts will consist of eight (8) or ten (1 0) hours exclusive of lunchtime. When three shifts are worked the first day or day shift will consist of eight (8) hours exclusive of lunchtime. The second or swing shift shall consist of seven and one-half (7 1 /2) hours work for eight hours pay, exclusive of lunchtime, and the third or the graveyard shift shall consist of seven (7) hours work for eight (8) hours pay, exclusive of the lunchtime. All time in excess of normal shifts shall be considered overtime. Multiple shift (the two or three shift) operation will not be construed on the entire project if at any time it is deemed advisable and necessary for the Employer to multiple shift a specific operation. However, no shift shall be started between midnight and six a.m. except the graveyard shift on a three-shift operation, or except in an unusual or emergency situation. If an Employer starts a shift between midnight and 6 a.m. except the graveyard shift on a three-shift operation, he shall reimburse all employees for the entire shift at the double time rate. Completion of the second shift on a two-shift operation or completion of the graveyard shift on a threeshift operation that carries over into Saturday morning, shall be at the straight time rate. Overtime shall be computed at 112 hour intervals. NO. 6: Means eight (8) hours shall constitute the regular work day and forty (40) hours a work week, Monday through Friday. The Employer shall establish the starting time between 7:00 a.m. and 9:00a.m. Time and one-half (1112) shall be paid for work performed on a regular work day before the regular starting time and after the regular quitting time. Double (2) time shall be paid for work performed on Sunday and holidays. At the discretion of the Employer, Saturday can be used for a make-up day. The Employer when working on highway and road work may have the option to schedule the work week for his paving crew only from Monday through Thursday at ten (1 0) hours per day at the straight time rate of pay with all hours in excess of ten (1 0) 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 inclement weather (rain, snow, sleet falling) he shall have the option to work Friday at the straight time rate of pay to complete his or her forty (40) hours. NO.9: Eight (8) hours shall constitute a work day between the hours of 7:00a.m. and 4:30p.m. Forty (40) hours within five (5) days, Monday through Friday inclusive, shall constitute the work week. Work performed in the 9th and 1Oth hour, Monday through Friday, shall be paid at time and one-half (1112) the regular straight time rate of pay. Contractor has the option to pay two (2) hours per day at the time and one-half (1112) the regular straight time rate of pay between the hours of 6:00a.m. and 5:30 p.m., Monday through Friday. Worked performed in the first eight (8) hours on Saturday shall be paid at the rate of one and eight tenths (1.8) the regular straight time rate. Work performed outside these hours and on Sundays and recognized legal holidays, or days celebrated as such, shall be paid for at the rate of double (2) time. ANNUAL WAGE ORDER NO. 20 AW HOT.doc Page 1 of 2

92 ST. FRANCOIS COUNTY OVERTIME SCHEDULE- HEAVY CONSTRUCTION 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 (1 0) hours per day at the straight time rate of pay with all hours in excess of ten (1 0) 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 (1112) times the regular rate. If workmen are required to work the enumerated holidays or days observed as such, or Sundays, they shall receive double (2) the regular rate of pay for such work. NO. 22: Means a regular work week of forty (40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8) or ten (1 0) hours. If a crew is prevented from working forty (40) hours Monday through Friday, or any part thereof by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. A workday is to begin between 6:00 a.m. and 9:00 a.m. However, the project starting time may be advanced or delayed if mutually agreed to by the interested parties. For all time worked on recognized holidays, or days observed as such, double (2) time shall be paid. NO. 23: Means the regular workweek shall start on Monday and end on Friday, except where the Employer elects to work Monday through Thursday, (1 0) hours per day. All work over ten (1 0) hours in a day or forty (40) hours in a week shall be at the overtime rate of one and one-half (1112) times the regular hourly rate. The regular workday shall be either eight (8) or ten (1 0) 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 4-1 O's). Saturday may be worked as a make-up day at straight time (if working 5-8's). An Employer, who is working a four (4) ten (1 0) hour day work schedule may use Friday as a make-up day when a workday is lost due to a holiday. A workday is to begin at the option of the Employer but not later than 11 :00 a.m. except when inclement weather, requirements of the owner or other conditions beyond the reasonable control of the Employer prevent work. Except as worked as a make-up day, time on Saturday shall be worked at one and one-half (1112) 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. 28: Means a regular work week of forty (40) hours will start on Monday and end on Friday. The regular work day shall be either eight (8) or ten (1 0) hours. If a crew is prevented from working forty (40) hours Monday through Friday, or any part thereof by reason of inclement weather, Saturday or any part thereof may be worked as a make-up day at the straight time rate. Employees who are part of a regular crew on a make-up day, notwithstanding the fact that they may not have been employed the entire week, shall work Saturday at the straight time rate. A workday is to begin between 6:00 a.m. and 9:00 a.m. However, the project starting time may be advanced or delayed if mutually agreed to by the interest parties. For all time worked on recognized holidays, or days observed as such, double (2) time shall be paid. No. 32: Means the overtime rate shall be time and one-half the regular rate for work over forty (40) hours per week. Sundays and Holidays shall be paid at double the straight time rate. ANNUAL WAGE ORDER NO. 20 AW HOT.doc Page 2 of 2

93 ST. FRANCOIS COUNTY HOLIDAY SCHEDULE- HEAVY CONSTRUCTION NO. 4: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, or observed as such, shall be paid at the double time rate of pay. When a Holiday falls on a Sunday, Monday shall be observed. No work shall be performed on Labor Day, except in case of jeopardy to life or property. This is applied to protect Labor Day. NO. 5: The following days are recognized as holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward a forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid the workman unless worked. If workmen are required to work the above recognized holidays or days observed as such, or Sundays, they shall receive double (2) the regular rate of pay for such work. The above shall apply to the four 1 O's Monday through Friday work week. The ten (1 0) hours shall be applied to the forty (40) hour work week. NO. 6: All work done on New Year's Day, Decoration Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving and Christmas shall be compensated at the double (2) time rate of pay. When a holiday occurs on Saturday, it shall not be observed on either the previous Friday or the following Monday. Such days shall be a regular workday. If such a holiday occurs on Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day. NO. 12: All work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day, or days celebrated as such, shall be paid at the double time rate of pay. When one of the foregoing holidays falls on Sunday, it shall be celebrated on the following Monday. When one of the foregoing holidays falls on Saturday, it shall be celebrated on the Friday before the holiday. NO. 16: The following days are recognized as holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on Sunday, it shall be observed on the following Monday. If a holiday falls on Saturday, it shall be observed on the preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid to the worker unless worked. If workers are required to work the above recognized holidays or days observed as such, they shall receive double (2) the regular rate of pay for such work. NO. 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. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid the workmen unless worked. An Employer working a four (4) day, ten (1 0) hour schedule may use Friday as a make up day when an observed holiday occurs during the work week. Employees have the option to work that make up day. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive double (2) the regular rate of pay for such work. NO. 27: The following days are recognized as holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. If a holiday falls on a Sunday, it shall be observed on the following Monday. No work shall be performed on Labor Day except in case of jeopardy to work under construction. This rule is applied to protect Labor Day. When a holiday falls during the normal work week, Monday through Friday, it shall be counted as eight (8) hours toward the forty (40) hour week; however, no reimbursement for this eight (8) hours is to be paid the workmen unless worked. An Employer working a four (4) day, ten (1 0) hour schedule may use Friday as a make up day when an observed holiday occurs during the work week. Employees have the option to work that make up day. If workmen are required to work the above enumerated holidays, or days observed as such, they shall receive double (2) the regular rate of pay for such work. AW HHol.doc ANNUAL WAGE ORDER NO. 20 Page 1 of 2

Dickinson Research Reconstruction Lincoln University Project No: Chestnut Street N/A Jefferson City, Missouri 65101

Dickinson Research Reconstruction Lincoln University Project No: Chestnut Street N/A Jefferson City, Missouri 65101 PROJECT MANUAL Dickinson Research Reconstruction Lincoln University Project No: 53297-30 820 Chestnut Street N/A Jefferson City, Missouri 65101 CONSTRUCTION DOCUMENTS AUGUST 26, 2016 PREPARED FOR: LINCOLN

More information

Educational & Performing Arts Center: Downriver Campus

Educational & Performing Arts Center: Downriver Campus Educational & Performing Arts Center: Total Estimated Project Construction Cost: $ 18.04 million Groundbreaking: September 2006 Percentage Completed: 100 percent Anticipated Completion Date: Completed

More information

Release Date: January 3, 2019 Due Date: January 17, 2019

Release Date: January 3, 2019 Due Date: January 17, 2019 SAN JUAN SCHOOL DISTRICT REQUEST FOR BID CONSTRUCTION OF NEW BLUFF ELEMENTARY SCHOOL AND NEW MONTEZUMA CREEK ELEMENTARY GYM Release Date: January 3, 2019 Due Date: January 17, 2019 I. GENERAL A. Intent

More information

PROJECT MANUAL. VARIOUS FACILITY RENOVATIONS Cameron Veterans Home Cameron, Missouri

PROJECT MANUAL. VARIOUS FACILITY RENOVATIONS Cameron Veterans Home Cameron, Missouri PROJECT MANUAL VARIOUS FACILITY RENOVATIONS Cameron Veterans Home Cameron, Missouri DESIGNED BY: ANTELLA CONSULTING ENG INC 1600 Genessee Suite 260 Kansas City, MO 64102 DATE ISSUED: 11/11/2016 PROJECTNO.:

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 SPECIAL NOTICE TO BIDDERS A. These Specifications have bound hereto a complete set of bidding and contract forms. One complete signed set of bid forms as detailed in the

More information

REQUEST FOR PROPOSALS. Construction Related Services Retainer Contract

REQUEST FOR PROPOSALS. Construction Related Services Retainer Contract REQUEST FOR PROPOSALS Construction Related Services Retainer Contract ISSUE DATE: July 3, 2014 CLOSING DATE: August 31, 2016 CLOSING TIME: 5:00 PM Pacific Time {00312821;1} TABLE OF CONTENTS Page Section

More information

VENDOR PREQUALIFICATION FORM

VENDOR PREQUALIFICATION FORM VENDOR PREQUALIFICATION FORM Date: Please complete this form and return to Rockford Construction via e mail (prequal@rockfordconstruction.com) or fax (1 616 285 8423 must include the 1 616). Name of Company

More information

D\1\A. Columbia Public Schools New Northeast Elementary School Columbia, Missouri. Set No. Prepared by: PWA No.:

D\1\A. Columbia Public Schools New Northeast Elementary School Columbia, Missouri. Set No. Prepared by: PWA No.: PROJECT MANUAL FOR: Set No. Columbia Public Schools New Northeast Elementary School Columbia, Missouri Prepared by: Architect: D\1\A PWArchitects, Inc. 15 South Tenth Street Columbia, Missouri 65201 p:

More information

TABLE OF CONTENTS - ADDENDUM NO. 3

TABLE OF CONTENTS - ADDENDUM NO. 3 TABLE OF CONTENTS - ADDENDUM NO. 3 TABLE OF CONTENTS Addendum No. 3 SUPPLEMENTAL INSTRUCTIONS TO BIDDERS SIB-1 SIB-2 SIB-3 Article I-2.4 - Contract Completion Time Article I-14.4 - Participation by SBE

More information

PROJECT MANUAL. New Fulton State Hospital DESE-Missouri School for the Deaf Boilers Fulton, Missouri

PROJECT MANUAL. New Fulton State Hospital DESE-Missouri School for the Deaf Boilers Fulton, Missouri PROJECT MANUAL New Fulton State Hospital DESE-Missouri School for the Deaf Boilers Fulton, Missouri DESIGNED BY: PARSONS BRINCKERHOFF 183I CHESTNUT ST Suite 700 STLOUIS, MO 63103 DATE ISSUED: 11114/2014

More information

Letter of Instructions

Letter of Instructions Letter of Instructions Trade Contractor Prequalification Statement Please complete the following and return at your earliest convenience by email to prequal@chanen.com. 1. Trade Contractor Prequalification

More information

LJ\1\A. Columbia Public Schools New Southwest Elementary School Columbia, Missouri. Prepared by: Set No. PWA No.:

LJ\1\A. Columbia Public Schools New Southwest Elementary School Columbia, Missouri. Prepared by: Set No. PWA No.: PROJECT MANUAL FOR: Set No. Columbia Public Schools New Southwest Elementary School Columbia, Missouri Prepared by: Architect: LJ\1\A PWArchitects, Inc. 15 South Tenth Street Columbia, Missouri 65201 p:

More information

UAA ANSEP ULA RENOVATION Anchorage, Alaska VOLUME I BIDDING & CONTRACT DOCUMENTS

UAA ANSEP ULA RENOVATION Anchorage, Alaska VOLUME I BIDDING & CONTRACT DOCUMENTS INVITATION FOR BID UAA ANSEP ULA RENOVATION Anchorage, Alaska VOLUME I BIDDING & CONTRACT DOCUMENTS PROJECT NO.: 17-0103 BID NUMBER: 17-09 Building Name: University Lake Annex Building Number: AO107 ISSUED:

More information

Lodge and Pedestrian Bridge Foundations

Lodge and Pedestrian Bridge Foundations Lodge and Pedestrian Bridge Foundations New State Park Shannon County, Missouri DESIGNED BY: FARNSWORTH GROUP, INC. 20 ALLEN AVE., SUITE 200 ST. LOUIS, MISSOURI DATE ISSUED: December 22,2014 PROJECTNO.:

More information

McPherson Contractors, Inc.

McPherson Contractors, Inc. McPherson Contractors, Inc. Construction Manager Manual Bishop Professional Development Center Bid Package #3 *****FROM***** McPherson Contractors, Inc. 3501 SW Fairlawn Rd., Suite 100 Topeka, Kansas 66614

More information

PROJECT MANUAL. Water System Connection Cuivre River State Park Lincoln County, Missouri

PROJECT MANUAL. Water System Connection Cuivre River State Park Lincoln County, Missouri PROJECT MANUAL Water System Connection Cuivre River State Park Lincoln County, Missouri DESIGNED BY: MECO ENGINEERING CO INC 3120HWYW HANNIBAL, MO 63401 DATE ISSUED: 7/18/2014 PROJECTNO.: X1314-01 FOR:

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

MARTIN LUTHER KING HALL AND FOUNDERS HALL RESTROOM RENOVATIONS 812 E. Dunklin Street and 816 Chestnut Street

MARTIN LUTHER KING HALL AND FOUNDERS HALL RESTROOM RENOVATIONS 812 E. Dunklin Street and 816 Chestnut Street Project Manual and Specifications MARTIN LUTHER KING HALL AND FOUNDERS HALL RESTROOM RENOVATIONS 812 E. Dunklin Street and 816 Chestnut Street LINCOLN UNIVERSITY Jefferson City, Missouri Project Number:

More information

Kirk Memorial Renovations

Kirk Memorial Renovations Project Manual Truman State University 100 E. Normal Kirksville, Missouri 63501 February 26, 2013 Project Number: 201301.00 Kirk Memorial Renovations 611 N. Tenth Street, Suite 200 St. Louis, Missouri

More information

PROJECT MANUAL. CONSTRUCT NEW UNHEATED GE BUILDING MACON T INING SITE Macon, Missouri

PROJECT MANUAL. CONSTRUCT NEW UNHEATED GE BUILDING MACON T INING SITE Macon, Missouri PROJECT MANUAL CONSTRUCT NEW UNHEATED GE BUILDING MACON T INING SITE Macon, Missouri DESIGNED BY: MONG IN-HOUSE DESIGN - FACILITIES 6819 NORTH BOUNDARY ROAD JEFFERSON CITY, MO 65 10 1 DATE ISSUED: 7/3/2012

More information

TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT

TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL TRELLIS @ COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT A. INSTRUCTIONS Through this Request for Proposal, TRELLIS COMMUNITY DEVELOPMENT is seeking the

More information

D\1\A. Columbia Public Schools Smithton Middle School SPED Remodel Columbia, Missouri. Prepared by: PWA No.: CPS RFP #16/44. Set No.

D\1\A. Columbia Public Schools Smithton Middle School SPED Remodel Columbia, Missouri. Prepared by: PWA No.: CPS RFP #16/44. Set No. PROJECT MANUAL FOR: Set No. Columbia Public Schools Smithton Middle School SPED Remodel Columbia, Missouri Prepared by: Architect: D\1\A PWArchitects, Inc. 2120 Forum Blvd., Ste. 101 Columbia, Missouri

More information

PROJECT MANUAL. Replace Existing Code 10 Duress System. Southeast Missouri Mental Health Center, Farmington, Mo.

PROJECT MANUAL. Replace Existing Code 10 Duress System. Southeast Missouri Mental Health Center, Farmington, Mo. PROJECT MANUAL Replace Existing Code 10 Duress System. Southeast Missouri Mental Health Center, Farmington, Mo. DESIGNED BY: SWIM SCHUCHAT & CORNETT ENGINEERING INC 18207 EDISON AVE CHESTERFIELD, MO 63005

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

VENDOR PREQUALIFICATION FORM

VENDOR PREQUALIFICATION FORM VENDOR PREQUALIFICATION FORM Date: Please complete this form and return to Rockford Construction via e-mail (prequal@rockfordconstruction.com) or fax (1-616-285-8006 must include the 1-616). ALL AREAS

More information

Listing of Events Fort McMurray Roman Catholic Seperate School District Fr. M. Beauregard School

Listing of Events Fort McMurray Roman Catholic Seperate School District Fr. M. Beauregard School Fort McMurray Roman Catholic Seperate School District Fr. M. Beauregard School Building Events 2004 2005 2006 2007 2008 Total Code Repair Add ventilation to storage room $ 1,000.00 $ - $ - $ - $ - $ 1,000.00

More information

D/\A. Shelter Insurance Companies Third Floor lnfill Columbia, Missouri. Set No. Prepared by: PWA No.: Architect:

D/\A. Shelter Insurance Companies Third Floor lnfill Columbia, Missouri. Set No. Prepared by: PWA No.: Architect: PROJECT MANUAL FOR: Set No. Shelter Insurance Companies Third Floor lnfill Columbia, Missouri Prepared by: Architect: D/\A PWArchitects, Inc. 15 South Tenth Street Columbia, Missouri 65201 p: (573) 449-2683

More information

ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011

ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011 ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011 HOUSING 4: THE SUMMITS PROJECT NO. 906270 CAMPUS, MERCED CALIFORNIA A. BID SUBMISSION DEADLINE: [The deadline for submitting prequalification

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a

More information

CONTRACTOR QUALIFICATION FORM

CONTRACTOR QUALIFICATION FORM CONTRACTOR QUALIFICATION FORM Please TYPE or print in all blanks accurately, provide attachments and fax, mail or e-mail to: INTEGRITY CONSTRUCTION SERVICES, LLC. 829 WEST MAIN STREET, SUITE C GAYLORD,

More information

DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACTING BRANCH ISSUED ADDENDUM

DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACTING BRANCH ISSUED ADDENDUM DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACTING BRANCH ISSUED ADDENDUM February 7, 2014 ADDENDUM # 1 Project # 212061 Project Name: Quincy National Guard Armory Renovation FROM: Department of Military

More information

Anson County Early College High

Anson County Early College High NC School District/040 Anson County/High School Anson County Early College High Final Campus Assessment Report March 11, 2017 PARSONS Campus Assessment Report Table of Contents Campus Executive Summary

More information

NC School District/430 Harnett County/Middle School Highland Middle Final Campus Assessment Report March 11, 2017

NC School District/430 Harnett County/Middle School Highland Middle Final Campus Assessment Report March 11, 2017 NC School District/430 Harnett County/Middle School Highland Middle Final Campus Assessment Report March 11, 2017 PARSONS Campus Assessment Report Table of Contents Campus Executive Summary 5 Campus Dashboard

More information

State of North Carolina Prequalification Form for First Tier Subcontractors under CM at Risk

State of North Carolina Prequalification Form for First Tier Subcontractors under CM at Risk Pursuant to the statute, this form gathers information about the subcontractors seeking to qualify for the work and provides a general format for the prequalification criteria. Completing this questionnaire

More information

Procurement of Works

Procurement of Works AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA African Union Commission Standard Bidding Documents Procurement of Works Provision of Minor Maintenance Works Under Framework Contract Procurement Number: AUC/AFMD/ST/W-017/2016

More information

Board of County Commissioners St. Johns County Florida BID NO: BID DOCUMENTS PROJECT SPECIFICATIONS

Board of County Commissioners St. Johns County Florida BID NO: BID DOCUMENTS PROJECT SPECIFICATIONS th Board of County Commissioners St. Johns County Florida BID NO: 16-55 ST. JOHNS COUNTY BUILDING SERVICES RENOVATION & REMODELING BID DOCUMENTS PROJECT SPECIFICATIONS St. Johns County Purchasing Department

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

Merritt College Science Building Site Paving

Merritt College Science Building Site Paving PROJECT NO. 2353, BID NO. 14-15/20 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 March 17, 2015 ADDENDUM No. 1 This addendum supersedes items of the original contract documents

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

Instructions to Bidders Page 1

Instructions to Bidders Page 1 INSTRUCTIONS TO BIDDERS FOR EASTERN WASHINGTON UNIVERSITY FACILITY CONSTRUCTION PART 0 GENERAL CONDITIONS 0.01 EXPLANATION TO PROSPECTIVE BIDDERS A. Any prospective bidder desiring an explanation or interpretation

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

INFORMATION FOR BIDDERS

INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids INFORMATION FOR BIDDERS The Laguardo Utility District (herein called the Owner ), invites bids on the form attached hereto, all blanks of which must be appropriately filled

More information

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. ADDENDUM No. 1 PROJECT SDARNG Renovate Main Latrines Brookings Armory, CFMO#FBR462124M BID DATE 3:00 PM CT June 2, 2017 BID LOCATION Brookings Armory 300 5 th Street South, Brookings, SD 57006 ISSUE DATE

More information

Subject: Capital Reserve Expenditure Guidelines. *incl. former OCHAP/CSHP Peel Access to Housing (PATH)

Subject: Capital Reserve Expenditure Guidelines. *incl. former OCHAP/CSHP Peel Access to Housing (PATH) HIP Housing In Peel Subject: Capital Reserve Expenditure Guidelines Date: August 1, 2012 Applicable To The information contained in this document applies to the following: Municipal & Private Non- Federal

More information

INSURANCE SCHEDULE F

INSURANCE SCHEDULE F Trade Contractors, Subcontractors or Sub-Subcontractors INSURANCE SCHEDULE F Class A: Asbestos Removal Asphalt Paving Concrete Construction Managers Cranes Culverts Decking Demolition Deconstruction Earthwork

More information

ORIGINAL YEAR OF CONSTRUCTION NUMBER OF BUILDING STORIES 2/15/2013 BUILDING SURVEY DATE

ORIGINAL YEAR OF CONSTRUCTION NUMBER OF BUILDING STORIES 2/15/2013 BUILDING SURVEY DATE 0807 3502 SOUTH FIRST STREET CHAMPAIGN, ILLINOIS SYSTEM CONDITION INDEX.771 PRIMARY BUILDING USE BUILDING SURVEY TEAM BUILDING SYSTEM REPLACEMENT COST $ 347,400 LABORATORY BUILDING GROSS SQUARE FEET 16,986

More information

SPECIFICATIONS FOR FURNACE REPLACEMENT FOR LDS ARBON BRANCH. Pocatello Idaho Stake. Property # Church Rd. Arbon, Idaho 83212

SPECIFICATIONS FOR FURNACE REPLACEMENT FOR LDS ARBON BRANCH. Pocatello Idaho Stake. Property # Church Rd. Arbon, Idaho 83212 SPECIFICATIONS FOR FURNACE REPLACEMENT FOR LDS ARBON BRANCH Pocatello Idaho Stake Property # 584-2271 1353 Church Rd. Arbon, Idaho 83212 February, 2015 Prepared by Engineered Systems Associates, Inc. 1355

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

BUILDING CONSTRUCTION OF THE. NEW ENDEAVOUR ELEMENTARY SCHOOL School House Road McGuire AFB (JB-MDL), NJ 08641

BUILDING CONSTRUCTION OF THE. NEW ENDEAVOUR ELEMENTARY SCHOOL School House Road McGuire AFB (JB-MDL), NJ 08641 BUILDING CONSTRUCTION OF THE NEW ENDEAVOUR ELEMENTARY SCHOOL School House Road McGuire AFB (JB-MDL), NJ 08641 NORTH HANOVER TOWNSHIP BOARD OF EDUCATION 331 Monmouth Road Wrightstown, New Jersey 08562 CONSTRUCTION

More information

This Addendum, dated 03/09/2018, includes changes to the Project Manual issued on 03/02/2018.

This Addendum, dated 03/09/2018, includes changes to the Project Manual issued on 03/02/2018. University of Illinois - Chicago Addendum 01 Clinical Performance Center 03/09/2018 Holabird & Root, LLC Project No. 15637 SECTION 00 9001 ADDENDUM 01 This Addendum, dated 03/09/2018, includes changes

More information

SPECIFICATIONS FOR. LDS Portneuf HVAC Replace Furnaces. Pocatello Idaho Stake. Property # West Portneuf Road Pocatello, Idaho 83204

SPECIFICATIONS FOR. LDS Portneuf HVAC Replace Furnaces. Pocatello Idaho Stake. Property # West Portneuf Road Pocatello, Idaho 83204 SPECIFICATIONS FOR LDS Portneuf HVAC Replace Furnaces Pocatello Idaho Stake Property #541 8860 8200 West Portneuf Road Pocatello, Idaho 83204 May 2017 Prepared by Engineered Systems Associates, Inc. 1355

More information

Laurel Hill Elementary

Laurel Hill Elementary NC School District/830 Scotland County/Elementary School Laurel Hill Elementary Final Campus Assessment Report March 11, 2017 PARSONS Campus Assessment Report Table of Contents Campus Executive Summary

More information

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR REPLACEMENT OF HVAC EQUIPMENT AT Highland High School, 1800 Bench

More information

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No Project Manual For HVAC REPACEMENT Quitman County Schools Project No. 16030 Construction Documents 28 April 2016 One Jackson Place, Suite 250 188 East Capitol Street Jackson, Mississippi 39201 D B PN

More information

Urban Heights Condominium

Urban Heights Condominium Condominium Capital 2011 2010, AssociationAnalysis, LLC Condominium Prepared For: Table of Contents Condominium Association, Inc. 1642 Maxwell Road Atlanta, GA 30012 October 19, 2010 INTRODUCTION INTRODUCTION

More information

PROJECT MANUAL. Vineyard Church of Houston Fellowship Hall Remodel & Elevator Addition 1035 E. 11th Street Houston, Texas 77009

PROJECT MANUAL. Vineyard Church of Houston Fellowship Hall Remodel & Elevator Addition 1035 E. 11th Street Houston, Texas 77009 PROJECT MANUAL Vineyard Church of Houston Fellowship Hall Remodel & Elevator Addition 1035 E. 11th Street Houston, Texas 77009 Carol Vick Architect LLC - Architect 2000 North Loop W. Ste. 115 Houston,

More information

Anderson Creek Primary

Anderson Creek Primary NC School District/430 Harnett County/Elementary School Anderson Creek Primary Final Campus Assessment Report March 11, 2017 PARSONS Campus Assessment Report Table of Contents Campus Executive Summary

More information

ISU Liberal Arts Chiller Replacement DPW #18223 February 2018 CONTENTS ADVERTISEMENT FOR BIDS INSTRUCTIONS TO BIDDERS BID PROPOSAL

ISU Liberal Arts Chiller Replacement DPW #18223 February 2018 CONTENTS ADVERTISEMENT FOR BIDS INSTRUCTIONS TO BIDDERS BID PROPOSAL CONTENTS ADVERTISEMENT FOR BIDS INSTRUCTIONS TO BIDDERS BID PROPOSAL CONTRACTOR S AFFIDAVIT CONCERNING ALCOHOL & DRUG-FREE WORKPLACE BIDDER S ACKNOWLEDGEMENT STATEMENT AGREEMENT FIXED PRICE CONSTRUCTION

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

City Of Hammond Purchasing Department RFP JANITORIAL SERVICES FOR THE PUBLIC SAFETY SERVICES OFFICE OF MOTOR VEHICLES REQUEST FOR PROPOSALS

City Of Hammond Purchasing Department RFP JANITORIAL SERVICES FOR THE PUBLIC SAFETY SERVICES OFFICE OF MOTOR VEHICLES REQUEST FOR PROPOSALS 1 City Of Hammond Purchasing Department JANITORIAL SERVICES FOR THE PUBLIC SAFETY SERVICES OFFICE OF MOTOR VEHICLES REQUEST FOR PROPOSALS Proposals Shall Be Received by the Purchasing Department, 310 East

More information

SAMPLE CONDO RESERVE STUDY for fiscal year 2012

SAMPLE CONDO RESERVE STUDY for fiscal year 2012 SAMPLE CONDO RESERVE STUDY for fiscal year 2012 RDA REPORT - UPDATED RESERVE ANALYSIS FOR FISCAL YEAR 2012 RESERVE DATA ANALYSIS, INC MPLS (612) 616-4817 TOLL FREE (866) 780-7943 WWW.RDAMIDWEST.COM UPDATE

More information

South Madison Community School Corporation Project #1052 Pendleton Elementary School March 2014 Intermediate Renovation Phase II NOTICE TO BIDDERS

South Madison Community School Corporation Project #1052 Pendleton Elementary School March 2014 Intermediate Renovation Phase II NOTICE TO BIDDERS South Madison Community School Corporation Project #1052 Pendleton Elementary School March 2014 Intermediate Renovation Phase II NOTICE TO BIDDERS Sealed bid proposals for South Madison C.S.C. Pendleton

More information

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO 44026 FOR THE WEST GEAUGA LOCAL SCHOOLS DISTRICT BOARD OF EDUCATION BIDS DUE AT 12:00 P.M.

More information

SMALL WORKS ROSTER APPLICATION

SMALL WORKS ROSTER APPLICATION Small Works Roster Page 1 of 9 Introduction SMALL WORKS ROSTER APPLICATION Public Hospital District #4, King County (the District), is a taxpayer-supported special purpose district located in eastern King

More information

EXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE

EXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: January 17, 2014 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED TO AS OWNER,

More information

Davie County Early College High

Davie County Early College High NC School District/300 Davie County/High School Davie County Early College High Final Campus Assessment Report March 10, 2017 PARSONS Campus Assessment Report Table of Contents Campus Executive Summary

More information

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU # VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Please Note Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalification questions can be found on page

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

Update With Site Visit

Update With Site Visit Update With Site Visit Le Chateau Bellevue, WA 10/28/2011 Report #1002 Phone: 253-241-8151 Fax: 360-872-8073 E-mail: jeremy@reservesolutions.net www.reservesolutions.net Le Chateau Client Info: REPORT

More information

Pinebrook Elementary

Pinebrook Elementary NC School District/300 Davie County/Elementary School Pinebrook Elementary Final Campus Assessment Report March 10, 2017 PARSONS Campus Assessment Report Table of Contents Campus Executive Summary 6 Campus

More information

BIDDING AND CONSTRUCTION STANDARDS

BIDDING AND CONSTRUCTION STANDARDS BIDDING AND CONSTRUCTION STANDARDS May 2004 TABLE OF CONTENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS BID BID BOND AGREEMENT CONTRACT PERFORMANCE BOND STATUTORY BOND APPOINTMENT OF PROCESS AGENT FORM

More information

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL Proposal of, hereinafter called the "BIDDER", (a) / (an), (Corporation, Partnership, individual) doing business as, to Hoffman Estates

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

VENDOR PREQUALIFICATION FORM

VENDOR PREQUALIFICATION FORM Date: VENDOR PREQUALIFICATION FORM Please complete this form and return it to Rockford Construction via e-mail (prequal@rockfordconstruction.com) ALL FIELDS MUST BE FILLED IN. USE NOT APPLICABLE, WHEN

More information

PROFESSIONAL SERVICES CONSULTANT TYPE OF RETAINER AGREEMENT UNIVERSITY OF ILLINOIS

PROFESSIONAL SERVICES CONSULTANT TYPE OF RETAINER AGREEMENT UNIVERSITY OF ILLINOIS PROFESSIONAL SERVICES CONSULTANT TYPE OF RETAINER AGREEMENT UNIVERSITY OF ILLINOIS THIS AGREEMENT, made and entered into in the City of, State of Illinois, as of the date of the last signature of the parties

More information

Request for Qualifications (RFQ) from Architectural/Engineering Firms

Request for Qualifications (RFQ) from Architectural/Engineering Firms Town of Windham, CT Issue Date: April 18, 2018 Bid Number: WHS 482018 To: Re: ALL PROSPECTIVE RESPONDENTS Request for Qualifications (RFQ) from Architectural/Engineering Firms The Town of Windham, CT (hereafter

More information

DOWNTOWN LIBRARY SERVER ROOM

DOWNTOWN LIBRARY SERVER ROOM Contract No. E11-173 File No. 1721 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BIDDING and CONTRACT

More information

East Central College

East Central College SECTION 00100 - INSTRUCTION TO BIDDERS 1. BIDDING GUIDELINES The submission of a Bid shall be deemed the Bidder's tacit acknowledgment and considered conclusive evidence that: 1. Each Bidder is responsible

More information

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer: SECTION 00100 INSTRUCTION TO BIDDERS 1.01 SECURING DOCUMENTS Bidders may obtain sets of Bidding Documents from Engineer: Hethcoat & Davis, Inc. 278 Franklin Road, Suite 200 Brentwood, TN 37027 (615) 577-4300

More information

ADDENDUM 5 FOR CRUISE TERMINAL 10 CM AT RISK RENOVATION PROJECT for the CANAVERAL PORT AUTHORITY PUR-RFP February 17, 2016

ADDENDUM 5 FOR CRUISE TERMINAL 10 CM AT RISK RENOVATION PROJECT for the CANAVERAL PORT AUTHORITY PUR-RFP February 17, 2016 ADDENDUM 5 FOR CRUISE TERMINAL 10 CM AT RISK RENOVATION PROJECT for the CANAVERAL PORT AUTHORITY PUR-RFP-15-15 February 17, 2016 This addendum is issued as part of the Bidding Documents for the above described

More information

Marion County Marion Public County Works Public Building Works Inspection Division

Marion County Marion Public County Works Public Building Works Inspection Division FEE SCHEDULE The final determination of valuation, occupancy, and/or construction type under any of the provisions of this order shall be made by the Building Official. A. Structural Permits: The valuation

More information

HV AC Replacement, Main Building & Group Homes Hawthorn Childrens Psychiatric Hospital St.. Louis, Missouri

HV AC Replacement, Main Building & Group Homes Hawthorn Childrens Psychiatric Hospital St.. Louis, Missouri MANUAL HV AC Replacement, Main Building & Group Homes Hawthorn Childrens Psychiatric Hospital St.. Louis, Missouri DESIGNED BY: BRiC Partnership, LLC 720 Olive, Suite 1660 St. Louis, MO 63101 DATE ISSUED:

More information

LDS Jerome 1/4/6 Furnace and A/C Replacement

LDS Jerome 1/4/6 Furnace and A/C Replacement SPECIFICATIONS FOR LDS Jerome 1/4/6 Furnace and A/C Replacement 26 North 100 East Jerome, Idaho 83338 March 2019 Prepared by Engineered Systems Associates, Inc. 1355 East Center Pocatello, Idaho 83201

More information

PROJECT MANUAL. Wastewater Treatment Improvements Ozark Correctional Center Fordland, Missouri

PROJECT MANUAL. Wastewater Treatment Improvements Ozark Correctional Center Fordland, Missouri PROJECT MANUAL Wastewater Treatment Improvements Ozark Correctional Center Fordland, Missouri DESIGNED BY: WHITE RIVER ENGINEERING INC 600 West College Street Suite 104 Springfield, MO 65806 DATE ISSUED:

More information

Howsyth Court Condominium Corporation No. CCN Avenue SW Calgary, Alberta

Howsyth Court Condominium Corporation No. CCN Avenue SW Calgary, Alberta Entuitive Corporation Calgary + Toronto Howsyth Court Condominium Corporation No. CCN9011190 305 25 Avenue SW Calgary, Alberta Submitted By: Entuitive Corporation 209 8 th Avenue SW, Suite 300 Calgary,

More information

SPECIFICATIONS FOR ALUMINUM STREET LIGHT POLES FOR THE ELECTRIC DEPARTMENT BROOKINGS MUNICIPAL UTILITIES BROOKINGS, SOUTH DAKOTA SEPTEMBER 2012

SPECIFICATIONS FOR ALUMINUM STREET LIGHT POLES FOR THE ELECTRIC DEPARTMENT BROOKINGS MUNICIPAL UTILITIES BROOKINGS, SOUTH DAKOTA SEPTEMBER 2012 SPECIFICATIONS FOR ALUMINUM STREET LIGHT POLES FOR THE ELECTRIC DEPARTMENT BROOKINGS MUNICIPAL UTILITIES BROOKINGS, SOUTH DAKOTA SEPTEMBER 2012 Iof6 NOTICE TO BIDDERS Sealed bids will be received by Brookings

More information

Social Housing Administration Directive No

Social Housing Administration Directive No Regional Municipality of Halton Social Housing Administration Directive No. 06-05 Date: August 30, 06 To: Federally-Funded Social Housing Providers subject to Operating Agreements under Section 95 of the

More information

DESIGN BUILD PARKING LOT AND MODULAR FACILITY FOR LYNX PARATRANSIT OPERATIONS (LOC EXPANSION) RFP 18-R01 ADDENDUM NUMBER ONE (1) August 3, 2018

DESIGN BUILD PARKING LOT AND MODULAR FACILITY FOR LYNX PARATRANSIT OPERATIONS (LOC EXPANSION) RFP 18-R01 ADDENDUM NUMBER ONE (1) August 3, 2018 Clarification: DESIGN BUILD PARKING LOT AND MODULAR FACILITY FOR LYNX PARATRANSIT OPERATIONS (LOC EXPANSION) RFP 18-R01 ADDENDUM NUMBER ONE (1) August 3, 2018 Proposers may submit clarifying questions

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 NOTICE TO GENERAL CONTRACTORS IFB: MDI-SAB-16-B-0004 PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the Building 18 Site Repairs and Interior Renovation,

More information

State of North Carolina Prequalification for First Tier Subcontractors under CM at Risk

State of North Carolina Prequalification for First Tier Subcontractors under CM at Risk NC General Statute 143.128.1.c states, The construction manager at risk shall contract directly with the public entity for all construction; shall publicly advertise as prescribed in G.S. 143-129; and

More information

MODESTE FIRE STATION PM FISCAL YEAR 2018 ASCENSION PARISH

MODESTE FIRE STATION PM FISCAL YEAR 2018 ASCENSION PARISH CONTRACT DOCUMENTS, TECHNICAL SPECIFICATIONS AND CONSTRUCTION DRAWINGS FOR RE-BID MODESTE FIRE STATION PM-18-07-003 FISCAL YEAR 2018 ASCENSION PARISH PARISH PRESIDENT Kenny Matassa COUNCILMEMBERS Oliver

More information

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax: COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA 19601 Tel: 610-478-6168 Fax: 610-898-7404 Kelly A. Laubach, CPPB, Director of Contracts and Procurement

More information

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 NOTICE TO GENERAL CONTRACTORS IFB: MDI-SAB-14-B-0003 PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the CONSTRUCTION OF Building 7 Renovations, 2002

More information

INSTRUCTIONS FOR COMPLETION OF CONTRACTOR S APPLICATION FOR QUALIFICATION

INSTRUCTIONS FOR COMPLETION OF CONTRACTOR S APPLICATION FOR QUALIFICATION EXHIBIT 1 INSTRUCTIONS FOR COMPLETION OF CONTRACTOR S APPLICATION FOR QUALIFICATION 1. All Sections must be addressed and completed. If a Section is not applicable to your operation, indicate NA in the

More information

Reserve Study Project No Prepared for Nelson Farm Homeowner Association 1771 Norwood Lane Fort Collins, Colorado

Reserve Study Project No Prepared for Nelson Farm Homeowner Association 1771 Norwood Lane Fort Collins, Colorado Reserve Study Project No. 09069 Prepared for 1771 Norwood Lane Fort Collins, Colorado Prepared by Bornengineering 1130 West 124 th Avenue, Suite 100 Westminster, Colorado 80234 January 28, 2010 1130 WEST

More information

ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION INVITATION TO BID

ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION INVITATION TO BID ARLINGTON PUBLIC SCHOOLS PURCHASING OFFICE SECTION 00 1110 INVITATION TO BID BID TITLE: ITB #: YORKTOWN HIGH SCHOOL INTERNAL MODIFICATIONS PROJECT, LOCATED AT 5200 YORKTOWN BOULEVARD, ARLINGTON, VA, 22207.

More information