Loading...
HomeMy Public PortalAboutORD10154 BILL NO. SPONSORED BY COUNCILMAN , ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH J. C. INDUSTRIES, INC. FOR THE NORTH TEN MILE DRIVE PROJECT. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The Mayor and Clerk are hereby authorized and directed to execute a contract with J. C. Industries, Inc. for the North Ten Mile Drive Project for the City of Jefferson for the sum of $1,485,877.05 Section 2. The contract shall be substantially the same in form and content as that contract attached hereto as Exhibit A. Section 3. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed Approved Xx':L=�'f J Pre&idin4 O ficer Mayor ATTEST: City Clerk FNAX-f AND ADPRf 5!, OF AGf M. COMPANIES AFFORDING COVERAGES Winter—Dent & Co. P. O. Box 1046 A Jefferson City, Missouri 65102 NAME AND A[)DPF SS OF INSURED J. C. Industries, Inc. I f 71 11 C P. O. Box 1214 D Jefferson tity, Missouri 65102 COMPANY I Lf TTUR E This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this t,me. Notwithstanding any requirement,term orconditton of any contract or other document with respect to which this certificate may be issued or may perlain.the insurance afforded by the policies described herein is subject to all the terms,exclusions and conditions of such policies. Cohtf,ArO 1,(),;,-Y Limits of Liability in Thousand LETT E f7 CE i-.T 10% DA I I f ACH AGGREGATE GENERAL LIABILITY A P9COM1`rFt4[Nz1I%E FORA, IN PREPAIS ES—CIPF RAI lot's Effective Date 7-1-83 FROPf RTY DAMAGE S EXPLO A F SiON lbd 0off 7-1-84 HAZARD I SMP 030771279 IN UNDERGROUND HAIARD IN PRODUCTS COMPLETED OPERATIONS HAZ-^Rp, 1;01)1.1 Y INJURY AND IN CONTRACTUAL INSURANCE PROVE FITY DAMAGE S 500, s 500, INBROAD I PROPERT OIABINED DANIZOE R% Ix INDEPENDENT PEF60NAL INJURY JFPS.)NAL INJURY AUTOMOBILE LIABILITY i BODR Y INJURY if AC it(If RSON, A FX] COMPREHENSIVE IORIj BODILY INJURY O 01.:NID Effective Date 7-1-83 (EACH ACCIDENT) IiIRED BAP 024839226 7-1-84 —,,voi,i RI Y IYAKIAGI Zim Y—m jtm�AND EXI NON OVN1 1) Fliiollf.F?I� [)A?.i AGE 1500, EXCESS LIABILITY A nx UMBRELLA FORM Effective Date 7-1-83 h0l)ii.,INJURY AND ❑ OTHER I 14AN UMFIRF I LA CEP 030206870 7-1-84 PROOF III'(DAMAGE 5,000, 5,000, FORM WORKERS'COM PENSATION ',I ATUTOPY A and Effective Date 7-1-83 7-1-84 - EMPLOYERS'LIABILITY 7000369833 100, OTHER DESCRIPTION OF OPERATIONS/LOCAlIONS?VUHICLES JOB: North Tbn Mile Drive Project Cancellation: Should any of the abo,.e desi.6ibed policies be cancelled before the expiration (late thereof, the issuing com- pany will endeavor to mail — days written notice to the below named cot tificate holder, but failure to rnail such notice shall impose no obligation or(lability ofany kind upon the ornpany. NAMEANDAE)DRESSOI CERTIFICATE HOIDIR City of Jefferson fIA7[ ISSUEO._Mar ch 7, 1984 320 E. McCarty Jeffersonri ity, Missouri 65101 ACORD 25(1.79) E3uuier N;, r acorcl .• . e AML ANU ADURI Sti Of AGENCY COMPANY United States Fidelity and Guraranty Winter—Dent & Co. Effective 12:01 Am March 7, 198419 P. O. Box 1046 Expires)7 12:01 am ❑ Noon Mar. 7 , 19 85 Jefferson City, Missouri 65102 ❑This binder is issued to extend coverage in the above named company per expiring policy # (eccept as rwtetl beio«r NAME AND MAILING ADDRESS OF INSUREO Description of Operation/Vehicles/Property City of Jefferson North Tbn Mile Drive Project 320 E. McCarty Jefferson City, Missouri 65101 Type and Location of Property Coverage/Perils/Forms Amt of Insurance Ded. % P R 0 P E R T Y Type of Insurance Coverage/Forms Limits of Liabilit L Each Occurrence Aggregate I ❑ Scheduled Form ❑Comprehensive Form Bodily Injury $ $ •Premises/Operations Property • Products/Completed Operations Damage $ $ L ❑Contractual Bodily Injury & 1 I0 Other (specify belowoWNERIS 0ONIRAC'I10R'S & PR LIABILI Property Damage T ❑ Med. Pay. $ Per $ Per Combined Y Person Acc dent Personal O Personal Injury ❑ A ❑ B ❑ C Injury is A Limits of Liability U U Liability ❑ Non-owned ❑ Hired Bodily Injury (Each Person) $ T ❑Comprehensive-Deductible $ Bodily Injury (Each Accident) $ 0 ❑Coll ision-Deductible $ M ❑Medical Payments $ Property Damage $ 0 B ❑ Uninsured Motorist $ 1 ❑ No Fault (specify): Bodily Injury & Property Damage L ❑Other (specify): Combined $ E ❑ WORKERS' COMPENSATION — Statutory Limits (specify states below) ❑ EMPLOYERS' LIABILITY — Limit $ SPECIAL CONDITIONS/OTHER COVERAGES J. C. Industries, Inc. will be resposible for premium and audit. NAN1L AND ADDRI.SS Of ❑ MOR1 CW11 E ❑t OSS PAYE! ❑A11D 11W)URLD LOAN NUM11 R 3-7-84 Signature of Aulhr�nred Represent Ive Date ACORD 75(11.77) LABOR AND MATERIAL SAFECO INSURANCE COMPANY OF AMERICA .� PAYMENT BOND GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY SA ECO OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE,WASHINGTON 98185 7 Bond No. 4466747 Approved by The American Institute of Architects A.I.A. Document No. A-311 February, 1970 Edition Note: This bond is issued simultaneously with a Performance Bond in favor of the Owner conditioned for the full and faithful performance of the'Contract. KNOW ALL BY THESE PRESENTS,That we, J. C. Industries, Inc. (Here insert the name and address or legal title of Contractor) Jefferson City, Missouri as Principal, hereinafter called Principal, and SAFECO INSURANCE COMPANY OF AMERICA, a Washington Corpora- tion of Seattle,Washington,as Surety,hereinafter called Surety,are held and firmly bound unto_ City of Jefferson, Missouri, 320 E. McCarty Street, Jefferson City, Mo. (Here insert the name and address or legal title of Owner) as Obligee, hereinafter called Owner, for the use and benefit of Claimants as hereinbelow defined, in the amount of One Million Four Hundred Eighty Five Thousand Eight Hundred Sevent�ollars($ 1,485,877.05 Seven &0 (Here insert a sum equal to at least one-half of the contract price) )' for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS,Principal has by written agreement dated March 7 , 19 84 entered into a contract with Owner for North Ten Mile Drive in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of rc itect which contract is by reference made a part hereof,and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That if the Principal shall promptly make payment to all Claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void, otherwise it shall remain in full force and effect,subject, however,to the following conditions; 1. A Claimant is defined as one having a direct Contract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of'the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. (continued on reverse side) 5.1220 RI 10/72 PRINTED IN U.S.A. 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every Claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such Claimant's work or labor was dune or performed, or materials were furnished by such Claimant,may sue on this bond for the use of such Claimant, prosecute the suit to final judgment for such sum or sums as may be justly due Claimant, and have execution thereon.The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3.No suit or action shall be commenced hereunder by any Claimant, a) Unless Claimant, other than one having a direct Contract with the Principal, shall have given written notice to any two of the following: The Principal, the Owner, or the Surety above named, within ninety(90)days after such Claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made,stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal,Owner or Surety,at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located,save that such service need not be made by a public officer. b)After tlue expiration of one (1) year following the date on which Principal ceased work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in tlue United States District Court for the district in which the Project,or any part thereof,is situated,and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improve- ment, whether or not claim for the amount of such lien be presented under and against this bond. Signed and sealed this 7th day of Itch ' 19 84 J. C. INDUSTRIES, INC. (Seal) C_ L-2 Principal fitness _ a. Title SAFECO INSURANCE COMPANY OF AMERICA Witness B�! Glenda A. Fry, Attorney ttorney • SAFECO INSURANCE COMPANY OF AMERICA rdpzw GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF C+0 HOME OFF CIE: SAFECO PLAZA SEATTLE,WASHINGTON 98185 Bond No. 4466747 PERFORMANCE BOND Approved by The American Institute of Architects A.I.A. Document No.A-311 February, 1970 Edition KNOW ALL BY THESE PRESENTS,That we, J. C. Industries, Inc. (Here insert the name and address or legal title of Contractor) Jefferson City, Missouri as Principal, hereinafter called Contractor,and SAFECO INSURANCE COMPANY OF AMERICA,a Washington Corpora- tion of Seattle,Washington,as Surety,hereinafter called Surety,are held and firmly bound unto City of Jefferson, Missouri, 320 E. McCarty, Jefferson City, Mo. (Here insert the name and address or legal title of Owner) as Obligee,hereinafter called Owner,in the amount of One Million Four Hundred Eighty Five Thousand Eight Hundred Seventy Seven and 05/100--------------- Dollars($ 1,485,877.05 )� for the payment whereof Contractor and Surety bind themselves, their heirs, executes, administrators, successors and assigns jointly and severally,firmly by these presents. WHEREAS, Contractor has by written agreement dated March 7 , 1984 entered into a Contract with Owner for North Ten Mile Drive in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which Contract is by reference made a part hereof,and is hereinafter referred to as the Contract. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. (continued on reverse side) 5.1219 R1 8/77 PRINTED IN U.S.A. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder,the Surety may promptly remedy the default,or shall promptly 1. Complete the Contract in accordance with its terms and conditions,or 2. Obtain a bid or bids for submission to Owner for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by Owner and the Surety jointly of the lowest responsible bidder,arrange for a contract between such bidder and Owner, and make available as Work progresses(even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph)sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof.The term "balance of the contract price,"as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amend- ments thereto,less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two(2)years from the date on which final payment under the contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs,executors,administrators or successors of Owner. Signed and sealed this 7th day of Marcb 198.4 J. C. INDUSTRIES, INC. (Seal) Principal (Witness) Title ® SAFECO INSURANCE COMPANY OF AMERICA (Witness) l Glenda A. Fry, Attorney-in- act t POWER OF SAFECO INSURANCE COMPANY OF AMERICA ATTORNEY HOME OFFICE: SAFECO PLA2A SEATTLE, WASHINGTON 98185 SAFECO No. 5462 (KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ---------JAMES J. LANDWSHR; GLENDA A. FRY, Jefferson City, Missouri--------- its true and lawful attorneys►-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business,and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 3rd day of February . 19 84 CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V, Section 13. —FIDELITY AND SURETY BONDS . . . the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile.On any instrument conferring such authority or on any bond or undertaking of the company,the seal,or a facsimile thereof,may be impressed or affixed or in any other manner reproduced: provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, W.D. Hammersla, Secretary of SAFECO INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation,and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation 0* this / day of 19—L. f' 5.1300 R4 8/81 PRINTEO IN U S A. CONTRACT FOR PUBLIC WORK This Contract is made and entered into this 7 day of 19 , by and between the City of Jefferson and J . C . INDUSTRIES , INC . (Contractor) . WHEREAS, the City Council of the City of Jefferson, Missouri , did on the day of 19�, award to the Contractor the bid of the improvement of North Ten Mile Drive, (Highway 50 to Highway 179) NOW THEREFORE, for and in consideration of the awarding of this contract and the work thereunder by City to the Contractor, the Contractor does hereby contract and agree to do and perform said work, above specified and referred to, for the following prices. See attached Itemized Proposal . The approximate quantities, unit prices, and total amounts are as shown in the itemized proposal attached hereto as Exhibit "A". Upon completion of the work, readjustments in the contract price shall be made according to actual measurements and at the price per unit specified in the contract. It is agreed and understood by the parties hereto, that this contract is entered into subject to all existing ordinances of the City pertaining to the work awarded and subject to the plans and specifications and estimates of the costs for work on file in the office of the City Clerk, and which shall be con- sidered a part of this contract; that all questions arising as to the proper performance of this contract of such work in accordance with the plans and specifications therefore, and estimates thereof, shall be decided by the Director of Public Works of the City of Jefferson, Missouri , or by such competent • -1- person appointed by the Mayor and the City Council of the City of Jefferson to supervise and superintend said work in the place of and instead of such Director of Public Works; that in the case of improper construction, the City reserves the right at any time to suspend, relet or order an entire recon- struction of the work; that Contractor agrees to commence work on or before a date to be specified in a written ."Notice to Proceed" and to fully complete the project within One Hundred Twenty (120) working days thereafter. The City reserves the right at any time to suspend, relet or order an entire recon- struction of the work awarded and to declare the contract forfeited, but such suspension, reletting or reconstruction or forfeiture shall not affect the right of the City to recover .all damages and penalties accruing or due it by reason of the Contractor's non-compliance with this contract. Liquidated damages of $1 ,000.00 per day will be assessed against the Contractor.-for each day the work remains incomplete following the completion date or extension thereof. . The Contractor agrees to pay all classes and crafts of labor used in the performance of this contract the prevailing hourly rate of wages as determined by the Department of Labor and Industrial Relations and the United States Department of Labor -and Contractor acknowledges that he knower the prevailing hour rate of wages for all the classes and crafts of labor to be used in the performance of this contract because he has obtained the prevailing hourly rate of wages from the contents of Special Wage Determination No. 4-0 26-059and Decision No. MO 83-4047 in which the rate of wages are set forth. The Contractor further agrees that he will keep an accurate record showing the names and occupation of all workmen employed by them in connection with the work to be performed under the terms of this contract, record shall • show the accrual wages paid to said workmen in connection with the work to be performed under the terms of this contract. Contractor further agrees that -2- i" a copy of the aforementioned accurate record shall be delivered to the Director of Public Works each week. In compliance with the Prevailing Wage Law, as amended in Sections 290.210 to 290.340 inclusive, Revised Statutes of Missouri , 1969, effective October 13, 1969, not less than the prevailing hourly rate of wages in the Jefferson City area shall be paid to all workmen performing work under this contract, Section 290.250. The Contractor shall forfeit to the City Ten Dollars ($10.00) for each workman employed, for each calendar day, or portion thereof, such workman is paid less than the stipulated rates for any work done under said contract, by him or any subcontractor under him, Section 290.250. Contractor agrees to completely indemnify and hold harmless the City for any and all damages, injuries, actions, costs, attorney's fees and all other expenses whatsoever, arising out of the performance of said work whether the property or persons damaged are the servants and employees of the Contractor Aft or third parties, in no manner connected with said work. All interlineations, corrections, deletions and changes herein have been prior to the execution of this contract. Contractor shall procure and maintain during the life of this contract: a. Workman's Compensation Insurance for all of its employees to be engaged in work under this contract. b. Contractor's Public Liability Insurance in an amount not less than $800,000 for all claims arising out of a single occurrence and $100,000 for any one person in a single accident or occurrence, except for those claims goverened by the provisions of the Missouri Workman' s Compensa- tion Law, Chapter 287, RSMo. , and Contractor's Property Damage Insurance in an amount not less than $800,000 for all claims arising out of a single occurrence and $100,000 for any one person in a single accident • or occurrence. -3- • •f c. Automobile Liability Insurance in an amount not less than $800,000 for all claims arising out of a single occurrence and $100,000 for any one person in a single accident or occurrence. d. Owner's Protective Liability Insurance. The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City of Jefferson as the insured in an amount not less than $800,000 for all claims arising out of a single occurrence and $100,000 for any one person in a single accident or occurrence. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. e. The Certificates of Insurance furnished to the City showing proof of compliance with these insurance requirements shall contain a provision that coverage under such policies shall not be cancelled or materially ® changed until at least (15) days prior written notice has been given to the City. ' IN WITNESS WHEREOF, the parties have hereunto set their hands and seals 0 this day of , 19 �/ . CITY OF JEFFERSON, MISSOURI By Mayo ATTEST: w City Cl rk h h'c x,' c�.,✓i ATTEST: -4- I EXHIBIT A j PROPOSAL FORM 1 CILTY OF JEFFERSON, MISSOURI I NORTH TEN MILE DRIVE (HWY. 50 TO HWY. 179) FEDERAL AID URBAN PROJECT M-3112(501) Name of Bidder Address of Bidder P.D. ,Box 19164 ` TO THE City of Jefferson, Missouri 320 East McCarty High Jefferson City, Missouri r THE UNDERSIGNED BIDDER, having examined the Plans, Specifications, Regulations 1 of the Contract, Special Conditions and other proposed Contract Documents, and all addenda thereto; and being acquainted with and fully understanding (a) the extent and character of the work covered by this Proposal; (b) the location, arrangement, and specified requirements for the proposed work; (c) the location, character, and condition , of existing streets, roads, highways, railroads, pavements, surfacings, walks, driveways, curbs, gutters, trees, sewers, utilities, drainage courses and structures, and other i installations, both surface and underground which may affect or be affected by the t proposed work; (d) the nature and extent of the excavations to be made, and the type, character and general condition of materials to be excavated; (e) the necessary handling and rehandling of excavated materials; (f) the location and extent of necessary or probable dewatering requirements; (g) the difficulties and hazards to the work which might be caused by storm and floodwater; (h) local conditions relative to labor, transportation, hauling, and rail delivery facilities; and (i) all other factors and conditions affecting or which may be affected by the work, HEREBY PROPOSES to furnish all required materials, supplies, equipment, tools, and plant; to perform all necessary labor and supervision; and to construct, install, erect, and complete all work stipulated in, required by, and in accordance with, the proposed Contract Documents and the drawings, Specifications, and other documents referred to therein (as altered, amended, or modified by addenda), in the manner and time prescribed, and that he will accept in full payment sums determined by applying to the quantities of the following items, the following unit prices and/or any lump sum payments provided, plus or minus any special payments and adjustments provided in the Specifications, and he understands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work shown on the drawings and described in the Specifications, and that increases or decreases may be made over or under the Contract estimated quantities to provide for needs that are determined during progress of the work and that prices bid shall apply to such increased or decreased quantities as follows: -1- 79108 -2- 79108 ITEMI =ED PROPOSAL City of Jefferson N. Ten Mile Drive (U.S. Hwy. 50 to Commerce Drive) FAU Project No. M-3112(501,) STORM SEWER ITEM APPR0. U\IT NO. ]TEN] DESCRIPTION ( U\IT UQ NT. PRICE - MOIL1\T 1-1 15" RCP i LF 18. i 3� 788. I ' 18, E 3� 2?6.s 1-2 15 RCP or i 15" CSP w/Paved Invert i LF f 182 i 1_3 1511 RCP or j I �5.- 131785•o� 18" CSP w/Paved Invert , LF 766 - 16 i 1-4 18" RCP LF 177 J -5 18" RCP or i /�, °' I X14-1Q•,! i 21" CSP w/Paved Invert LF 523 I I • 1-6 21" RCP LF 92 1-7 21" RCP or 120. °� 2¢� 2�0�• °o + 24" CSP w/Paved Invert I LF 1 ,213 ! 1-8 24" RCP LF 288 2ro•°o 7i 489. 1-9 27" RCP or 2% °= 14, 964. =f 30" CSP w/Paved Invert LF 516 o 1-10 30" RCP LF 30, v I 147 I , 4.10, 1-11 30" RCP or 3G. 1 ,, 120. 1-- 30" CSP w/Paved Invert LF 420 1-12 36" LF 394 RCP ?90. =' i -• 1-13 54" RCP I LF �5y 7910S ITEMI =EP PROPOSAL City of Jefferson ! N. Ten Mile Drive (U.S. Hwy. 50 to Commerce Drive) FAU Project No. M-3112 (501) i STORM SEWER � ITEM i APPROX . U\IT L NO. ITEM DESCRIPTION I U\1T i lis NT . PRICE .ail1:1\T $ 5 2-1 4'x3' Curb Inlet (Type A) i Each 21 /1 Off' 2/1 000. ! • I i 2-2 4'x3' Deflector Curb Inlet 4100•' ¢ (Type A) I Each I 4 2-3 4'x4' Curb Inlet (Type A) i Each 1 200. ` °- 2-4 8'x3' Curb Inlet (Type A) i Each 1 4-00. 1 2-5 16" x 4' Curb Inlet (Type A) i Each 1 000% B 000. Gso.'°' 300 2-6 2'x2' Area Inlet Each 2 1 I (' �• -1 J 2-7 3'x3' Area Inlet Each 2 SDD.� I ! a�. 3-1 7'-0" Diameter Manhole I Each 1 8000. 1 8� 0�' ✓ 4-1 24" Reinf. Conc. 300 Bend Each 1 4'00' 400• 5-1 15" Branch Connection I Each 2 I �v 21 / 24'Gn• I I �I oq 5-2 21" Branch Connection + Each 4 621' i 2) m4• 5-3 24" Branch Connection ; Each 1 6-1 15" Reinf. Conc. End Section lEach 2 I 300• (000, -4- 79108 ITEMIZED PROPOSAL City of Jefferson N. Ten Mile Drive (U.S. Hwy. 50 to Commerce Drive) FAU Project No. M-3112(501) STORM SEWER 1TEM APPROX. UNIT NO. ITEM DESCRIPTION UNIT UAQ NT• PRICE AMOUNT Of 6-2 21" Reinf. Conc. End Section Each 1 500. ' $oo• -�• 6-3 30" Reinf. Conc. End Section Each 2 550• / 100. I I 6-4 36" Reinf. Conc. End Section Each 6 800.E r �D�• o�. I 1250. 2500. 6-5 54" Reinf. Conc. End Section Each 2 / o e 7-1 Reinf. Conc. Flume Each 1 %750.°" 7�0. 0 8-1 Rip-Rap Cly, 109 2S• — G 72�• '. � ; i ' i SUBTOTAL I TE14S 1-1 through 8-1 �:° � Z/ o l� y�0 I ; 79108 ITEMIZED PROPOSAL City of Jefferson N. Ten Mile Drive (U.S. Hwy. 50 to Commerce Drive) FAU Project No. M-3112(501) STREETS ITEM APPROX. UNIT X0 . ITEM DESCRII'TIO\ U\IT QUANT. PRICE a�i 9-1 Crushed Stone for Temporary 700 �� Surfacing or Stabilization Ton 0 9-2 Asphaltic Concrete for Temporary A o� ��O• Surfacing Ton 200 rs' 10-1 Clearing S Grubbing L.S. - /0 Coo. 0 /0000• Olt 10-2 Removals L.S. - 6 000• ��ODO. 1-1 Excavation ' 93 (Fill = 33,738 CY) C.Y. 55,437 Z 15113213 / 11-2 Rock Excavation C.Y. 3,000 ` tj00.©^ c o �-- 11-3 Rock Excavation in Trench C.Y. . 130 80' 1() 400• 12-1 11" Asphaltic Concrete S.Y. 44,044 3• /32� /32.�'" Surface Course 12-2 Asphaltic Concrete Leveling 37 --� 2S 4.75 Course Ton 677 12-3 71" Asphaltic Concrete Base /2 �� (o+ 985. Course S.Y. 5,077 12-4 8}" Asphaltic Concrete Base Course S.Y. 34,288 ' -1 6" Asphaltic Concrete Drive ; S.Y. 106 19' 2� 014. 13-2 8" Asphaltic Concrete Drive S.Y. 1 ,700 000. -6- 79108 ITENII =ED PROPOSAL City of Jefferson N. Ten Mile Drive (U.S. Hwy. 50 to Commerce Drive) FAU Project No. M-3112(501) STREETS TEM APPROX . UNIT A0. ITEM DESCRIPTION UNIT QUANT . PRICE AMOU\T 13-3 6" Plain Concrete Drive Apron Sly, 388 . ti 5 D6 . or Island Paving 00 �a 13-4 7" Plain Concrete Drive Apron S.Y. 1 ,315 13-5 7" Crushed Stone Drive S.Y. 116 5' 580 14-1 Type A Curb and Gutter L.F. 19,797 �� �zB 6&d.Sa AM 40 14-2 C-7 Curb L.F. 289 Jo, 3,OOS.., 15-1 4" Plain Concrete Sidewalk S.Y. 3,981 re.tag ,¢7 7 7Z,� 15-2 Structural Reinforced Concrete for Steps C.Y. 2.5 400. 16-1 Remove and Reset Existing Fence L.F. 275 �•co f, 16>0• 16-2 42" Woven Wire Fence with 2 strand °° 28©•°-� barbed wire L.F. 1 ,570 17-1 Underdrain (Estimated) L.F. 9o0 18-1 2J" PVC Force Main L.F. 260 8."' 2yox 18-2 8" Ductile Iron Pipe 2s =' 8 38'j 5Q ® Sanitary Sewer Stub L.F. 335.5 S p 0- 18-3 Rebuild Sanitary Sewer Manhole •o pd, to Grade Each 1 ' -7- 79108 P ITEMIZED PROPOSAL City of Jefferson N. Ten Mile Drive (U.S. Hwy. 50 to Commerce Drive) FAU Project No. M-3112(501) , STREETS ITE\1 APPROX . UNIT \0. ITEM DESCRIPTION UNIT QUANT. PRICE AMOUNT 18-4 Adjust Sanitary Sewer Manhole to 3dd,'^ 300.01 Grade Each 1 19-1 Galvanized Handrail L.F. 18 35 (34. 20-1 Fertilize, Seeding and Mulching Acre 17.5 °J0O• SUB-TOTAL I Items 9-1 through 20-2 i 79108 ITEMIZED PROPOSAL. City of Jefferson 14. Ten Mile Drive (U.S. Hwy. 50 to Commerce Drive) FAU Project No. M-3112(501) TRAFFIC CONTROL DURING CONSTRUCTION ITEM APPROX. UNIT NO. ITEM DESCRIPTION UNIT QUANT. PRICE AMOUNT $ 00 00 21-1 Crushed Stone for Temporary Ton 1 ,069 /Q, 690. Roadways 21-2 Asphaltic Concrete for Temporary Ton 6;3 4-1. 27�.j2l, � Roadways ell 22-1 Movable Barricade Each 3 800 0 So•�� 1 950. i 22-2 Drum Each J 39. Q � o 22-3 Construction Sign SF 405 (�• ,J 2 �' t ; 22-4 Warning Light (Type C) Each 39 70.00 2> 7, Q• 1 o 23-1 Temporary Pavement Striping 100 FT 27 SD•�� Z .j Q• f (4" Solid Yellow) SUB-TOTAL 3 Items 21-1 through 23-1 TOTAL BASE BID �� h 77.05 1 -9- 79108 ITEh1I ZED PROPOSAL City of Jefferson N. Ten Mile Drive (U.S. Hwy. 50 to Commerce Drive) FAU Project No. M-3112(501) P.C.C. PAVEMENT ALTERNATE ITEM APPROX. UNIT NO. ITEM DESCRIPTION UNIT QUANT. PRICE AMOUNT 12-1 Reduce li" Asphaltic Concrete n/0 /Vo Surface Course SY 24,949 Qi d Q:d 12-3 Reduce 7i'!" Asphaltic Concrete I�/o NA SY 3,550 Base Course ai'd 12-4 Reduce 81" Asphaltic Concrete //0 A/0 Base Course SY 21 ,399 No N0 24-1 6" Portland Cement Concrete Pave- 3,550 ;,l ment over 3" Rolled Stone Base SY �� 'S� Ark 24.2 7" Portland Cement Concrete Pave- A10 N O ment over 3" Rolled Stone Base SY 21 ,399 Net Decrease or Increase P.C.C. Alternate The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed or delivered: �/l It is understood and agreed that this bid may be withdrawn at any time prior to the schedule time for the opening of bids or any authorized postponement thereof. Attached hereto is a Bid Bond for the sum of Cashier's Check / �, /29/7�N/ a/!, ($ / Dollars, made payable to the City of Jefferson, Missouri Y Signature of Bidder: If an Individual: , doing business as If a Partnership: by , member of firm If a Corporation: by j Title "�,�s,al c,•,J� 1 SEAL Business Address of Bidder & ,,,� /ZD� If bidder is a corporation, supply the following information: State in which incorporated /1�is sic_r� Name and business address of its: President ,10, Secretary LZ 06 a a Date xF; 6_9, 1 M 79108 .r� r ALTERNATE BIDS AND SUBCONTRACTORS 4 The Contract provides for alternates for storm sewer pipe at the Contractor's discretion. The Bidder shall state in the space below whether he intends to use corrugated steel pipe or reinforced concrete pipe where an alternate is allowed. 'P x If the Bidder intends to use any subcontractors in the course of the construction, he shall list them. -i e, 44er--5 n A Itt-�e cx) 5 �.(acZ f.;-t-JOn Lori G n �u•-�ri� c � i TIME OF COMPLETION The Contractor shall complete the project within 120 WORKING DAYS , subject to the stipulations of the Regulations of the Contract and the Special Conditions. It is understood and agreed that if this proposal is accepted, the prices quoted above include all applicable state sales taxes and that said taxes shall be paid by the Contractor. The undersigned, as Bidder, hereby declares that the only persons or firms interested in the Proposal as principal or principals is or are named herein and that no other persons or firms than herein mentioned have any interest in this Proposal or in the Contract to be entered into; and this Proposal is made without connection with any other person, company or parties making a bid or proposal; and that it is in all respects fair and in good faith, without collusion or fraud. The undersigned agrees that the accompanying bid deposit shall become the property of the Owner, should he fail or refuse to execute the Contract or furnish Bond as called for In the Specifications within the time provided. If written notice of the acceptance of this bid is mailed, telegraphed or delivered to the undersigned within ninety (90) days after the date of opening of the bids, or any time thereafter before this bid is withdrawn, the undersigned will, within ten (10) days after the date of such mailing, telegraphing, or delivery of such notice, execute and deliver a Contract In the form of Contract attached. s _10_ 79108 ISSUE DATE(MM/DDNY) or R J-1 L,Di 6/14/84 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Winter-Dent & Co. P. O. Box 1046 COMPANIES AFFORDING COVERAGE r Jefferson City, Mo4 . 65102 LETTER A United States Fidelity & Guarant COMPANY INSURED LETTER J. C. Industries , Inc. ETTERNY P. 0. Box 1214 Jefferson City, Mo. 65102 `ET ERNY COMPANY LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS,AND CONDI- TIONS OF SUCH POLICIES. CO POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS LTR TYPE OF INSURANCE POLICY NUMBER DATE(MM1DDN-Y) DATE(MMA)UNY) EACH AGGREGATE ;r:. ' OCCURRENCF GENERAL LIABILITY 90DILY X COMPREHENSIVE FORM INJURY $ $ X PREMISES/OPERATIONS PROPERTY `� X UNDERGROUND IOS COLLAPSE HAZARD S M P 055770737 7-1-8 4 7-1-85 DAMAGE $ $ X PRODUCTS/COMPLETED OPERATIONS X CONTRACTUAL COMET NED $ 500 $ 500 X INDEPENDENT CONTRACTORS X BROAD FORM PROPERTY DAMAGE X PERSONAL INJURY PERSONAL INJURY $ AUTOMOBILE LIABILITY BWLV R11URY $ X ANY AUTO (PER PER5D41 A X ALL OWNED AUTOS(PRIV.PASS.) BAP 047520210 7-1-8 4 7-1-85 NA Q X ALL OWNED AUTOS OTHER THAN (PER AMDE" f PRIV. PASS. ° X HIRED AUTOS PROPERTY X NON-OWNED AUTOS DAMAGE $ GARAGE LIABILITY COMBINED $ 500 ,w"•.gym A EXCESS LIABILITY CEP 059499814 7-1-84 7-1-85 9I6PD 5, 000 X UMBRELLA FORM COMBINED $5, 000 $ OTHER THAN UMBRELLA FORM WORKERS'COMPENSATION STATUTORY A AND 7000369841 7-1-84 7-1-85 $ 100(EACH ACCIDENT) EMPLOYERS'LIABILITY (DISEASE-POLICY LIMIT) $ (DISEASE-EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESISPECIAL ITEMS North Ten Mile Drive rLE,T, Y OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO City of Jefferson -DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE AILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY City Hall D UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Jefferosn City, Mo. 65101 ALIT HO IZ R RESENTATIVE