Loading...
HomeMy Public PortalAboutORD10621 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 THE HEET & RODEMAN CONSTRUCTION COMPANY INC. , FOR THE 1985 STORMWATER PROJECT, PHASE II. BE IT ENACTED 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 The Heet & Rodeman Construction Company Inc., for the 1985 Stormwater Project, Phase II, for the sum of $57,551.35. Section 2. The contract shall be substantially the same in fora 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 /7 ZL-6 __ Approved ef 114��6' P siding Office ayor ATTEST: CONSTRUCTION CONTRACT ZUS CONTPIICT, made and entered into this i'A t� day of Qom; I , 19_8(a) , by and bet%•:een The Heet and Rodeman Construction Company, Inc. hereinafter called "Contractor", and the City of Jefferson, t-7i.ssouri, a m-micipal corporation, hereinafter called "City." V4I'rNESSETH: That Whereas, the Contractor has become the lo%est responsible bidder for furnishing the su`arvision, labor, tools, equip;rent, materials and supplies and for constructing the following City i�;rove.-a_ 1985 Storm Water Drainase Projects Phase II N I, THEREFORE, the parties to this contract agree to the following: 1. ?•Lanner and time for Completion. The Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform, and to perform, said work at Contractor's c-,:n expense in accordance with the contract documents and any applicable City. ordinances and state and federal laws, within forty-five (45) 0 . working) days from the date Contractor is ordered to proceed, which order shall be issued by the Director of Public TWorks within 1.0 days after the date of this contract. 2. Prevailing Wages. All labor utilized in the construction of the aforementioned improvements shall be paid a wage of no less than the "prevailing hourly rate of wages" for work of a similar character in this locality, as established by the Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of Special Wage Determination No. 6-026-091 and all amendments issued thereto , in which the rate of wages is set forth. The Contractor turther agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed by Contractor in connection with the work to be performed under the terms of this contract. The record shall show the actual wages paid to the wor)-mn in connection with the work to be performed under the terms of this contract. A copy of the record shall be delivered to the Director of Public Works each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City Ten Dollars ($10.00) for each workman e.-rployed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. AOL 3. Insurance. Contractor shall procure and maintain at its awn expense during the life of this contract: (a) Worlanen's Compensation Insurance for all of its Pmployees 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 governed by the provisions of the Missouri workmen's compensation law, Chapter 287, RSMo. , and Contractor's Property Damage Insurance in an amount not less than $800,000 for all claims arising out of a single accident or occurrence and $100,000 for any one person in a single accident or occurrence. (c) Automobile Liability Insurance in an amount not less than $800,000 for all claims arising out of a single accident or 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 accident or occurrence and $100,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri workmen's compensation law, Chapter 287, P.SMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. (e) Subcontracts. In case any or all of this work is sublet, the Contractor shall require the Sut>--o;-,tractor to procure and maintain all insurance require, in Sub- paragraphs (a), (b) and (c) hereof and in like amounts. (f) Scope of Insurance and Special Hazard. The insurance required under Sub-paragraphs (b) and (c) hereof shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. I�YJ'I�: Paragraph (f) is construed to require the procurement of Contractor's protective insurance (or contingent public liability and contingent property damage policies) by a general contractor ® whose subcontractor has employees working on the project, unless the general public liability and property damage policy (or rider attached thereto) ISOI of the general contractor provides adequate Am protection against claims arising from operations IF by anyone directly or indirectly employed by the Contractor. 4. Contractor's Responsibility for Subcontractors. It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly e-roloyed by them, as Contractor is for the acts and o-m.ssions of persons it directly eaploys. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. 5. Liquidated Damages. The Director of Public P:or}s may, at his discretion, deduct $100.00 from any amount otherwise due under this contract for every day Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the Mr right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to unforseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 6. Termination. The City reserves the right to terminate this contract by giving at least five (5) days' prior written notice to the Contractor, without prejudice to any other rights or remedies of the City should the Contractor be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled worlanen or proper material, or if Contractor should refuse or fail to make prompt payment to any person supplying labor or materials for the work under the contract, or persistently disregard instructions of the City or fail to observe or perform any provisions of the contract. 7. City's Right to Proceed. In the event this contract is terminated pursuant to Paragraph 6, then the City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, applicances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, city ordinances, and state and federal laws. 8. Guards and Lights. The Contractor agrees to defend, inde.^-nify, and save the City harmless from and against all claims, suits and actions of every description, brought against the City and from all damage and costs by reason or on account of any injuries or damages received or sustained by any person or persons, or their property, by Contractor, its servants, agents or subcontractors, or arising out of the award of this contract to Contractor. 9. Indemnity. The Contractor agrees to defend, indemnify, and save the City harmless from and against all claims, suits and actions of every description, brought against the City and from all damage and costs by reason or on account of any injuries or damages received or sustained by any person or persons, or their property, by Contractor, its servants,, agents or subcontractors in the construction of said work, or by any negligence or carelessness in the performance of the same, or on account of any act or o.-.ussion of Contractor, its servants, agents, or subcontractors, or arising out of the award of this contract to Contractor. 10. Payment for Labor and Materials. The Contractor agrees and binds itself to pay for all labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. 11. Payment. The City hereby agrees to pay the Contractor the work done pursuant to this contract according to the payment schedule set forth iii the Contract Documents upon acceptance of said work by the Director of Public Works and in accordance with the rates and/or amounts stated in the bid . of Contractor dated March 24; , 19 '96 , which are by reference made a part hereof. No partial payment to the Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. 12. Contract Documents. The contract documents shall consist of the following: a. This Contract e. General Conditions b. Addenda f. Special Provisions c. Notice to Contractors g. Technical Specifications d. ,Signed Copy of Bid h. Drawings and/or sketches This contract and the other documents enumerated in this paragraph, form the Contract between the parties. These documents are as fully a part of the contract as if attached hereto * or repeated herein. 13. Nondiscrimination. The Contractor agrees in the performance of this contract not to discriminate on the ground or because of race, creed, color, national origin or'ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employnx:nt and shall include a similar provision in all subcontracts let or awarded hereunder. 14. Notices. All notices required to be in writing may be given by first class mail address to the City of Jefferson, 320 E. McCarty, Jefferson City, Missouri 65101, and Contractor at Rt. I.-Lohman MO 65053 The date of delivery of any notice shall be the second full day after the day of its mailing. 15. Jurisdiction. This agreement and every question arising hereunder shall be interpreted according to the laws and statutes of the State of Missouri. 16. IN TESTIMONY P7IffiREOF, the parties have hereunto set their hands and seals this day of (%p('; CITY OF JEFFERSON, MISSOURI By MAYOR ATTEST: CITY CLERK CONTRACTOR By. Title- ATTEST: SEC 'VARY 4 CERTIFICATE OF IhM"CE Issued at the request of The CITY OF JEFFERSON, MISSOURI RP Heet & Rodman Construction LzM y, Inc. a ner , Address: MY HALL, J'EFFE.iMN CITY, MISSOURI THIS IS TO CERTIFY that the insured nzmed below is at this date insured with Western Casualty & Surety Co. (vehicles) & United Fire & Casualty Unpany (Q._h WC) as described in the following schedule, -and in full compliance with the Contract Documents, including all contractual liability coverage. DE,SCRIPTIZTE SCHEDULE Name of Insured: Meet & Rodeman Construction Ompany, Inc. Address of Insured: Route ##1 - Lohman, by 65053 Locations Covered: All locations Description of Work: Street or Road Paving or ftaying, Surfacing or &siirfacJng nr Scraping - Carpentry - Cement, Concreteor 0°anolithic Floor Construction. Finishing or Sirfacing P01F ORNIANCE AI DD ONE YEAR GUARANM BOND KN0W ALL M BE TDiESE PRESM-M, that we, the undersigned Heet & Rodman Construction Camanv, INc. hereinafter referred to as "Contractor" and Fidelity & Deposit CcepanY a Corporation organized under the lairs of the State of Maryland and authorized to transact business in the State of Missouri , as Surety, are held and firmly bound unto the City of Jefferson hereinafter referred to as "CMner" in the penal sum of Fifty-seven thousand fiv hundred fifty-one & 35/100 DOLL:I S ($ 57.551.35 ), lawful money of the United States of America for the payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. THE CONIDITION OF THE FOREGOING OBLIGATION IS SUCH THAT: MEREAS, the above bounden Contractor has on the 14th day of April , 19 86 , entered into a written contract with the aforesaid Owner for furnish- ing all materials, equipment, tools, superintendence, labor, and other facili- ties and accessories, for the construction of certain improvements as designated, defined and described in the said Contract and the Conditions thereof, and in accordance with the specifications and plans therefore; a copy of said Contract being attached hereto and made a part hereof: NOW THEZEHORE, if the said Contractor shall and will, in all particulars, well., duly and faithfully observe, perform and abide by each and every covenant, condition, and part of the said Contract, and the Conditions, Specifications, Plans, Prevailing Wage Law and other Contract Documents thereto attached or, by reference, made a part thereof, according to the true intent and meaning in each case, and if said contractor shall replace all defective parts, material and workmanship for a period of one year after acceptance by the Qkmer, then this Obligation shall be and become null and void; otherwise it shall remain in full force and effect. PROVIDED FUMIM, that if the said Contractor fails to duly pay for any labor, materials, sustenances, provisions, provender, gasoline, lubricating oils, fuel oils, greases, coal repairs, equipment and tools consumed or used in said work, groceries and foodstuffs, and all insurance premiums, compensation liability, and otherwise, or any other supplies or materials used or consumed by such Contractor or his, their, or its subcontractors in performance of the work contracted to-be done; the Surety will pay the same in any amount not exceeding the amount of this Obligation, together with interest as provided by law: PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the term of the contract, or the work to be performed thereunder, or the specifications acccmpanying the same, shall in any wise affect its obligation on this bond and it does hereby imive notice of any change, extension of time, alteration, or addition to the terms of the contract, or to the %vork, or to the specifications: PROVIDED FUR=, that if the said Contractor fails to pay the prevail- ing hourly rate of wages, as sho«n in the attached schedule, to any ax)rkman engaged iii the construction of the improvements as designated, defined and described in the said contract, specifications and condi- tions thereof, the Surety will pay the deficiency and any penalty provided for by law which the contractor incurs by reason of (his/its) act or omission, in any armunt not exceeding the armunt of this obliga- tion together with interest as provided by law: MZTESTIMINY M1RDOF, the said Contractor has hereunto set his hand, and the said Surety has caused these presents to be executed in its names, and its corporate seal to be hereunto affixed, by it attorney-in-fact duly authorized thereunto so to do, at Jefferson City, Nb on this the 11th daY Of April 19 86 Fidelity& Deposit Bomany Heet & Rodman Constructi Camany, M. SUREN =1PANY By Aefg�� (MM) By Atto ey-in-fact (State Representative) ` (Acempany this bond with Attorney-in-fact's authority fran the Surety Oornpany certified to include the date of the bond.) i Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE,BALTIMORE,MD. KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the State of Maryland, by C. M. PECOT, JR. , Vice-President,and C. W. ROBBINS Assistant Secretary,in pursuance of authority granted by Article VI,Section 2,of the By-Laws of said Company,which reads as follows: "The Chairman of the Board,or the President,or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,shall have power,by and with the concurrence of the Secretary or any one of the Assistant Secretaries,to appoint Resident Vice-Presidents,Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Comeany may require,or to authorize any person or persons to execute on behalf of the Company any bonds,undertakings, recognizances, stipulations,policies,contracts,agreements,deeds,and releases and assignments of judgements,decrees,mortgages and instruments in the nature of mortgages,...and to affix the seat of the Company thereto." does hereby nominate consiitute and appoint Nelson J. Vincent, Larry A. Vincent and Mary M. Rode, all of Jefferson City, Missouri, EACH.. .......... .. .... sesoevo. .o. its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its and ofd TWO bonds and exceed And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore,Md., in their own proper persons. This power of attorney revokes that issued on behalf of Nelson J. Vincent, etal, dated, August 1, 1983. The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI,Section 2,of the By-Laws of said Company,and is now in force. IN WITNESS WHEREOF,the said Vice-President and Assistant Secretary have hereunto subscribed their names-and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this ...........2nt.h ......day of...........March................................. A.D. 19..85.. _ . FIDELITY AND DEPOSIT COMPANY OF MARYLAND SEAS. ATTEST: 4.ta..ealB B I! ........................................................................ y ................................ .............................. Au4tant Secretary Vice-President STATE OF MARYLAND CITY OF BALTIMORE ) • On this 26th day of March ,A.D.19 85 ,before the subscriber,a Notary Public of the state of Maryland,in and for the City of Baltimore,duly commissioned and qualified,came the above-named Vice-President and Assistant Secretary of the FIDELITY AND DEPosITCOMPANY OFMARYLAND,to me Personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same,and being by me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid,and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the Wit Corporation. IN TEmMONY WHEREOF,I have h*0 to set my hand and affixed by Official Sesl,5;jh*2t altu pr he day and year rat above written. yf M0/At�q / -''""�`•+� Notary Public Co ission Expires.JNX...) CERTIFICATE I.the undersigned,Assistant Secretary of the FIDEUTY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the original Power of Attorney of which the foregoing isa full,true and correct copy,is in full force and effect on the date of this certificate;and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI,Section 2 of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July,1969, RESOLVED:"That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company,whether made heretofore or heretfter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect u though manually affixed. IN Tt mmoNY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said Company,this......................day of...................................................19.......... 1.14W—Cit. 079-5115 Assistant FOR YOUR PROTECTION TIT 1,00K FOR 'I'l ll': F&1) W:ITI'101:\Rh �� _ ISSUE PATE(PAM/CID/YY) ® 4/11/86 PRODUCER 7EXTEND TIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NELSON VINCENT INSIMCE AGENCY :7N S UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, P. O. BOX 356 OR ALTER THE COV ERAGE AFFORDED BY THE POLICIES BELOW. Jefferson City, M 65102 COMPANIES AFFORDING COVERAGE COMPANY A LETTER United Fire & Casualty Company— COMPANY INSURED LETTER Western Casualty & Surety Company Heet & Rodman Construction Company, Inc. COMPANY RAUte #1 LETTER Wren, W 65053 COMPANY LETTER 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 OTHIM 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 CO VTYPE OF INSURANCE POLICY NUMBER DATE(MM/DD/YY) DATE WM/DD/YY) EACH AGGREGATE OCCURRENCE GENERAL LIABILITY BODILY X COMPREHENSIVE FORM INJURY $ $ X PREMISES/OPERATIONS PROPERTY UNDERGROUND DAMAGE $ $ EXPLOSION 8 COLLAPSE HAZARD X PRODUCTS/COMPLETED OPERATIONS A X CONTRACTUAL 60-015 094 11/21/85 12/1/86 COMBINED $ •110W $ 1,000 X INDEPENDENT CONTRACTORS -_ X BROAD FORM PROPERTY DAMAGE X PERSONAL INJURY PERSONAL INJURY $ 1:Om AUTOMOBILE LIABILITY EMILY NJURY ANY AUTO :PER PERSONI $ 250 ALL OWNED AUTOS(PRIV.PASS) 500 WURY B X ALL OWNED AUTOS(OTHER THAN UC 654 97 58 9/31/85 9/31/86 IPEFIACCIDEhTl $ 800 (OTHER PASS. HIRED AUTOS PROPERTY NON-OWNED AUTOS DAMAGE $ 800 GARAGE LIABILITY BI 3 PO COMBINED $ EXCESS LIABILITY BI A PD A X UMBRELLA FORM 60-015 094 11/21/85 12/1/86 COMBINED $ 11000 $ 1,000 OTHER THAN UMBRELLA FORM STATUTORY WORKERS'COMPENSATION A AND 30-070 083 3/1/86 3/1/87 $ 100 (EACH ACCIDENT) EMPLOYERS'LIABILITY $ 5OO (DISEASE-POLICY LIMIT) $ 100 (DISEASE•EACHEMPLOYEE) OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS e • • The City of Jefferson SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX• PIRAT(ON DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 320 East McCarty Street MAIL ten DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAML•D TO THE Jefferson City, MO 65101 LEFT,BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 09.&%Y-KIND UPON THE COMPANY, TS AdENTS OR REPRESENTATIVES. _ AUTHO D R RESENTATIV: r DEPAR'T'MENT 01' PU 13LI C WORKS ENGINEERING DIVISION 320 l;, MCCAMY STREET JEFFERSON CITY , MO 65101 Change Order No . 1 Job No. Date 6/30/86 Job 4 Location 1985 Storm Water Projects, Phase II (Rose Valley & Iylajor) Contractor Heet & Rodeman Construction Co. , Inc. It is hereby mutually agreed that when this change order has been signed by the contracting parties , the following described changes in the work required by the- contract shall be executed by the contractor with- out changing the terms of the contract except as herein stipulated and agreed. Description of Changes : See Attached Sheet CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: AMM I/We hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise stipulated herein, for the following considerations : Contract Amount - Add to = or Deduct from - the Contract -Amount the sum of: 'Seven THousand Nine Hundred Thirty-five and no/100------------DOLLARS ($7,935.00 ) CONTRACTOR Heet & Rodeman Construction Co. , Inc. SIGNATURE DATE 6/30/86 Recommended by: Project Supervisor s Signature: ,����� �,r_.�tP,[� DATE .C.U�q_o�,1196& Accepted by: Owner A A Ad DATE 2' 9 Signature STATEMENT OF CONTRACT AMOUNT: ORIGINAL CONTRACT AMOUNT. . . . . . . . . . . . $31,147.75 PREVIOUS ADDITIONS. . . . . . . . . . . . . . . -0- TOTAL. . . . . . . . . . . . . . _ PREVIOUS DEDUCTIONS . . . . . . . . -0- NET PRIOR TO THIS CHANGE. . . . AMOUNT OF THIS CHANGE x Add Deduct _ ` CONTRACT AMOUNT TO DATE . . . . . . . . . . . . $39,082.75 vV Meet & Rodernan Construction , Inc. Rural Route 1 LOHMAN, MISSOURI 65053 FRANK HEET BOB RODEMAN 893.3754 638.7085 Re: 1985 Storm Water Projects, Phase II Rose Valley & Major Change Order No. 1 Description of Change - (Add) 1. Type "C" Inlet 1 Each 1,800.00 1,800.00 2. Rock Excavation 40.9 CuYd 150.00 6,135.00 (Mechanical Removal) TOTAL CHANGE ORDER NO. 1 - ADD $7,935.00