HomeMy Public PortalAboutORD10917 BILL NO. 87-107
SPONSORED BY COUNCILMAN WOODMAN
ORDINANCE NO. /Q21:7
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH AVIATION
SYSTEMS, INC. , FOR THE PURCHASE AND INSTALLATION OF THE GLIDE
SLOPE AND MIDDLE MARKER AT THE JEFFERSON CITY MEMORIAL AIRPORT.
BE IT ENACTED BY THE 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 Aviation Systems, Inc. , for
the purchase and installation of the Glide Slope and Middle
Marker at the Jefferson City Memorial Airport for a sum not to
exceed $274,831.00.
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 -L = cc� ��� Approved
6�7
resi Officer. Mayor
ATTEST:
City Clerk
CONSTRUCTION CONTRACT
Adk THIS CONTRACT, made and entered into this 8th day of
Wit_ bex , 19 A7 by and between
Incorporated here .na -er' called
"Contractor", and the City of Jefferson, Missouri, a municipal
corporation, hereinafter called "City. "
WITNESSETH: That whereas, the Contractor has become the
lowest responsible bidder for furnishing the supervision, labor,
tools, equipment, materials and supplies for constructing the
following City improvements: Installation of Glide Slope and Middle
Marker for the completion of Jefferson City Memorial Airportg ILS.
NOW, THEREFORE, the parties to this contract agree to the
following:
1. Manner 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 own expense in accordance with
the contract documents and any applicable City ordinances and
state and federal laws, within 240 ( calendar,
0G ) days from the date contractor is ordered to proceed,
which order shall be issued by the Director of Transportation
within seven ( 7 ) 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.
7-014-Q44 and Decision No. ,
in which the rate of wages is set forth. The Contractor further
agrees -that Contractor will keep an accurate record showing the
names and occupations of all workmen employed in connection with
the work to be performed under the terms of this contract. A
copy of the record shall be delivered to the Director of
Transportation each week. In accordance with Section 290.250
RSMo, Contractor shall forfeit to the City Ten Dollars ( $10.00)
for each workman employed, for each calendar day or portion
thereof that the workman is paid less than the stipulated rates
for any work done under this contract, by the Contractor or any
subcontractor under the Contractor.
1 �'
3. Insurance. Contractor shall procure and maintain at
its own expense during the life of this contract:
(a) Workmen ' s Compensation Insurance for all of its
employees to be engaged in work under this contract.
(b) Contractor's Public Liability Insurance in an amount
not less than $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,
RSMo. No policy will be accepted which excludes
liability for damage to underground structures or by
reason of blasting, explosion or collapse.
(e) Subcontracts - In case any or all of this work is
sublet, the Contractor shall require the Subcontractor
to procure and maintain all insurance required. in
Subparagraphs (a) , (b) and (c) hereof and in like
amounts.
( f) Scope of Insurance and Special hazard. The insurance
required under Sub-paragraphs (b) and (c) hereof shall
provide adequate protection for the Contractor and its
subcontractors, respectively, against damage claims
which may arise from operations under this contract,
whether such operations be by the insured or by anyone
directly or indirectly employed by it, and also against
any special hazards which may be encountered in the
performance of this contract.
Am
2
EM
NOTE: Paragraph ( f ) is construed to require the
procurement of Contractor's protective insurance
(or contingent public liability and contingent
property damage policies) by a general contractor
whose subcontractor has employees working on the
project, unless the general public liability and
property damage policy (or rider attached thereto)
of the general contractor provides adequate
protection against claims arising from operations
by anyone directly or indirectly employed by the
Contractor.
4. Contractor's Responsibility for Subcontractors. It is
further agreed that Contractor shall be fully responsible to the
City for acts and omissions of its subcontractors, and of persons
either directly or indirectly employed by them, as Contractor is
for the acts and omissions of persons it directly employs.
Contractor shall cause appropriate provisions to be inserted in
all subcontracts relating to this work, to bind all
subcontractors to Contractor by all the terms herein set forth,
insofar as applicable to the work of subcontractors and to give
Contractor the same power regarding termination of any
subcontract as the City may exercise over Contractor under any
provisions of this contract. Nothing contained in this contract
shall create any contractual relations between any subcontractor
and the City or between any subcontractors.
5. Liquidated Damages. The Director of Transportation
may, at his discretion, deduct Fifty Dollars/Day 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 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 duo to
unforeseeable causes beyond Contractor' s control and without
fault or negligence o 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 workmen or proper material, or if
Contractor should refuse of fail to make prompt payment to any
person supplying labor or materials for the work under the
® 3
contract, or persistently disregard instructions of the City or
fail to observe or perform any provisions of the contract.
7. Cit}L'a 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, appliances and structures as may be on the work site
and are necessary for completion of the work. The foregoing
provisions are in addition to, and not in limitation of, the city
ordinances, and state and federal laws.
B. Operational Safety on Airport During Construction. The
Contractor will coordinate all work with the Airport Manager.
The Airport Manager will have final authority in matters of
safety on the airport property and the Contractor will be
required to follow guidelines concerning operational safety as
set forth in FAA Advisory Circular No. 150/5370°2C. The
Contractor shall make available work schedules and procedures to
the Airport Manager on a continuous basis to maintain efficient
progress on the construction project and not ,jeopardize the
safety of air traffic.
9. Liability for Use or Operation. With regard to any
liability which may arise from the use and/or the operation of
this facility, each party expressly agrees that it shall be
solely and exclusively liable for the negligence of its own
agents, servants and/or employees, in accordance with applicable
law, and that neither party looks to the other to save or hold it
harmless for the consequences of any negligence on the part of
one of its own agents, servants, and/or employees.
10. 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 omission of Contractor, its servants, agents, or
subcontractors, or arising out of the award of this contract to
Contractor. Nothing in this paragraph shall be construed to
change or modify the comparative fault laws of the State of
Missouri.
11. Payment for Labor and Materials. The Contractor agrees
and binds itself to pay for all labor done, and for all the
® 4
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.
12. Payment. The City hereby agrees to pay the Contractor
the work done pursuant to this contract according to the payment
said work by the Director of Transportation and in accordance
with the rates and/or amounts stated in the bid of Contractor
dated September 9 , 19 87 , 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, from 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 employment
and shall include a similar provision in all subcontracts let or
awarded hereunder.
14. Inspection of Project Records. The Contractor and all
subcontractors shall maintain records pertaining to the
performance of this contract and shall make such records
available at the contractor' s field or permanent business offices
at all reasonable times during the performance of the contract
and for three years from date of final payment under the
contract, for inspection by authorized representatives of the
City and the Missouri Highway and Transportation Commission.
15. Notices. All notices required to be in writing may be
given by first class mail address to the City of Jefferson, 320
E McCarty �effer$ C 8 Missouri 65101, and Contractor at
hv.iat ion Sys _ems , Inc. , 8Y..15 Nieman Road, The date of
delivery of any notice sha e 't a second full day after the day
of its mailing.
5
MM M
16. Jurisdiction. This agreement and every question
arising hereunder shall be interpreted according to the laws and
statutes of the State of Missouri.
17. IN TESTIMONY WHEREOF, the parties have hereunto set
their hands and seals this 8th day of October ,
1987
CITY OF JEFFERSON, MISSOURI
By
ATTEST:
CITY CLERK
CONTRACTOR
AMIL
By
1: LE:
ATTEST:
ETARY
z tie'•``.,y.°°' � �,�-:cti.
nree,n►l►e►
6
ADDENDUM NO. 1
to
AVIATION SYSTEMS, INC. PROPOSAL
Dated: September 9 , 1987
This addenda addresses questions outlined in a letter dated
September 17, 1987, from Martin A. Brose, P.E. , to Charles
Barnes.
Item 1. The Federal Aviation Administration will not allow the
City to contract the maintenance of the Instrument
Landing System (ILS) to an independent contractor, and
is requiring Wilcox equipment . ASI will provide the
necessary Wilcox equipment.
Item 2. The ASI proposal stated equipment shelters would be
elevated approximately six (61 ) feet above the ground
to achieve necessary flood protection. The City
requires the floor elevation of the equipment shelters
at 554 MSL if the FAA will allow.
Item 3. ASI will comply with the criteria A, C and E, outlined
by the FAA in their letter dated August 6, 1987. The,
criteria requires tools , spare parts and test equipment
to be included with the facillity.
Item 4. Payment terms outlined in the proposal require the
balance of the equipment payment due Net 10, this shall
be changed to payment due Net 15 to allow the City to
use its normal payment, cycle.
Av :)n 'Slrstems, Inc.
PREVAILING WAGE DETERMINATION
State Agency or Sub-Division Determination No.
City of Jefferson City/Department of Transportation 7-014-044
Location of Project Date of Issue
City Jefferson City County Callaway
June 30 1987
Supersedes Determination No.
Description of Work: Jefferson City Memorial Airport Glide Slope and Middle Marker
Project. Provide and install on FAA approved I.L.S. Glide Slope and Middle Marker.
Includes providing access road and site grading.
Determination No. 7-014-044 is provided upon the request of
Mr. Martin A. Brose, City of Jefferson City/Department of Transportation
320 East McCarty St.
Jefferson City, M0. 65101
In accordance with Section 290.260 RSMo (1986), within thirty (30) days after a certified copy of this
determination has been filed with the Secretary of State as indicated below,any person who may be affected by
this determination may object by filing an objection in triplicate with the Labor and Industrial Relations
Commission, P.O. Box 599, Jefferson City, MO 65102. Such objections must set forth in writing the specific
grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor
Standards, P.O. Box 449, Jefferson City, MO 65102, and to the party which requested this determination,
pursuant to 8 CSR 20-5.010(1).
FOR OFFICE USE ONLY '
Ir nn
"i
Filed With Secretary Of State: JUL 1 iC1077
Last Date Objections May Be Filed: JUL n 1 1987
MO 825-0149(9.97)
f r
John Ashcroft i 4v' !, } Chris R. Rogers
GOVERNOR DIVISION DIRECTOR
Jerry M. Hunter State of Missouri
DEPARTMENT
DIRECTOR Department of Labor and industrial Relations
DIVISION OF LABOR STANDARDS
Box 444,Jefferson City, Missouri 65102
3141751-3403
In accordance with your request for the prevailing hourly rate of wages for workmen
required to perform the project or construction contract identified in your request,
and pursuant to Section 290.210 to 340 V.A.M.S. , the Division of Labor Standards,
being duly informed and having fully considered the matter, finds, determines, declares,
and certifies to you and the public body you represent:
1. that the "Prevailing Hourly rate of wages" means the wages paid generally,
in the locality in which the public works is being performed, to workmen engaged'
in work of a similar character including the basic hourly rate of pay and amount
of the rate of contributions irrevocably made by a contractor or subcontractor
to a trustee or to a third person pursuant to a fund, plan or program, and the
amount of the rate of cost to the contractor or subcontractor which may be
reasonably anticipated in providing benefits to workmen and mechanics pursuant
to an enforceable commitment to carry out a financially responsible plan or
program which was ccanmunicated in writing to the workmen affected, for medical
or hospital care, pensions on retirements or death, ccimpensat•ion for injuries
or illness resulting from occupational activity, or insurance to provide any of
the foregoing, for unemployment benefits, life insurance, disability and sickness
insurance, accident insurance, for vacation and holiday pay, for defraying cost
Of apprenticeship or other similar programs, or for other bona fide fringe
benefits, but only where the contractor or subcontractor is not required by
other federal or state law to provide any of the benefits; provided, that the
obligation of a contractor or subcontractor to make payment in accordance with
the prevailing wage determination of the department, insofar as sections
290.210 to 290.340 are concerned, may be discharged by the making of payment
in cash, by the making of irrevocable contributions to trustee or third persons,
as provided herein, by the assumption of an enforceable commitment'to bear
costs of a plan or program as provided herein, or any combination thereof,
where the aggregate of such payments, contributions and cost is not less than
the rate of pay plus the other amounts as provided herein.
2. Mat certified copies of this determination will be filed immediately
with the Secretary of the State of Missouri and in the files of this department,
The Division is not authorized to fix wage rates. The applicable law allows it to only
ascertain what, in fact, are the prevailing hourly wages for a given craft in a given
locality. A "Locality" is the county or counties where the project is to be construc-
ted. Zhe law provides that not less than the prevailing hourly wages determined by the
Division shall be paid by a contractor or subcontractor. A higher wage rate may be
lawfully paid.
Should objections be filed to any portion of thi5CHNRIS1�r. =Diobtor -
jections must be specific and be filed in accordvailing Wage Law.
t�T �µCC�t]1 yy •r�y1 ~ r~pi N•gyp u AA
y0.
% t 0 OJ7 0�• N O O tO A ryW•y
I •• m ►• 00
Aj
oCp °y� o o 4 °� o was
4N++ B 'J. .ppr .ppq'ptl .pp•� C��q�++ .r r•.4p. u Y N .wn a r•a
4 v O H 3 i117 i N
1.0 a O ° cU N A N
F
Hm z S.Wa U Wa H H Vl •�pyy F S $'�C7 R o y A yy A oy �•�yTy iyo7��.�nH
A �Cycao pq p f><~a w N a O v•�N�
N4 F o x G.
O Q W W O W
.4 • .4.0
L
M M R 41 O r �p O L � - O
Ox a
�•
1n W
HI pyy g1lgg. ~ iN N�A •�N$.�i��rC.�•t«g
1 .ap e 0 E.0 H OWtnHNx
V O e
1.M s «oU 14 roo
oFaa u
E•rar. C �JC Aa .1a �i,�oayy m� Oa
SSOtHAO �� i7 + � pBS� o u�Q,� ma
OS U M x V Q }Q�1 .�qt}� •q}y� }Q�1 .Yg'1
OEn�!.M U M �M '(q^,1 �pe1�{0y�6 rag�y0 W r-1 a1 F4. F1 �At 7 4 p to C: H 10
U O d7 Fl 1•.7 V GL � FC7'O,r7y} V 96 C, x 7 �ya 41
t9 F H W
xac so o
�a
° � Hap a�
•m H wwoo x ° $ �
H0 1H
N41 Ir W OX
N S
W.3 (no 3 rz7N! z z G. O
0 .�I W 9�0 ONuI�
'tY p d 4 C tY. R: •.pl b W (A O A
_ +•1 . F 0 itl Q ri O
F m.7 43v
-A Hav4J
O N O lA
ro �
H
m Ln W C N
vO Hm In IA In to 00 00000 O O w O
N
4 H
Ln M
O 0 L 00000 N v1 In 0 O tnN NIn n r-OO 0
N 01� NIA W 1D U110 H V' �C at 01 t'•NM10000
N H
4,4 NNN N H In H H •�,..1HH�
.0
.. � oln m ov InlnlnlAOO o0000 mo m oln oa
N O OO• HHH.yO N V V'V Ra} O1D O tD C O
0.'• N H N N N N H N H N H H N
JAI m
V'IA V'V'V'V'QH V'v J.ICIDH HH V' In V' M V'•C� O
a 4
W N
W ON t0 OOIA N r�M m otA In n o b OIAm In 1n IA u1OO OO OO 0
�t�W O�Mm Mm I'I."101 V'1110 �"IM M M v Q:yJ 0 01 V'm I,MW, 0101M
j�jt+1 G
y� V'N 1D m 1D 10 V'-r r,m NNN N N 41 V'Nt` MQInn v nw m
HHH H H HHH.I 14 HHHH H N 0 H HH 11 HHH HHH HH HH
.fit N
+' N h 0 U
A= r1
4 u1
a
qq H in
V r>iJ H •,{jT1� N l�ri1 t
4� �pf��!)
lay�/�j H 41 W ( Y IIJMy/V VJ W VJ M �W N 7'j [{tppyy.�•1 'H•1_QI
Heavy Construction Rates for CALLAWAY County (s)
Basic Fringe Benefit Payments
Ak Crafts Hourly
Rates H & W Pen. Vac . APP•Tng• Others
CARPENTERS
(See attached sheet for more infonra.tio )
Journeymen 17. 62 1. 08 .75 . 03
Millwrights 17 .62 1 . 08 .75 . 03
Pile Driver Worker 17 .62 1. 08 .75 .03
OPERATING ENGINEERS
(See attached sheet for Classifications
Group I 15. 35 2 .15 2.60 . 32
Group II 15. 00 2.15 2. 60 .32
Group III 14 .80 2 .15 2. 60 .32
Group IV 13 .95 2 .15 2.60 . 32
LABORERS
(See attached sheet for Classifications
General Laborers 14 .65 1.40 1.35 .10
Skilled Laborers 15.25 1.40 1.35 .10
TRUCK DRIVERS-TEAMSTERS 1.75 2 . 00
•Teamsters - (See below for Rates)
CLASSIFICATIONS RATE CLASSIFICATIONS RATE
Flat Bed Trucks - Single Axle 14.33 Tank on_-_1WideffiAxle 14 .48
Flat Bed Trucks - Tandem Axle 14 .48 Tank Wagon - Semi-Trailer 14 .60
Station Wagons 14 .33 Insley Wagons, Dumpsters, Half-
Pickup Trucks 14 .33 Tracks, Speedace, Euclids &
Material Truclm - Single Axle 14 .33 other similar equipment 14 .60
Material Trucks - Tandem Axle 14.48 A-Frame & Derrick Trucks 14 .60
Semi and /or Pole Trailers 14.60 Float or Low Boy 14 . 60
Winch, llork & Steel Trucks 14.60 Warehouseman 14 .23
Distributor Drivers & Operators 14 .60 *Tireman, Oiler & Greaser
Agitator & Transit Mix-Trucks 14 .49 Station Attendant on Const.
Tank Wagon - Single Axle 14.33 **Mechanics
*1be wage rate for Tireuan, Oiler & Greaser,. Station Attendant on Construction shall be the
saw as the wage rate for the oiler in the operating engineers schedule, except operating
engineer fringe benefits over and above any applicable teamster benefits shall be added to
teamster wages.
* Me wage rate for Mechanics in the teamsters schedule shall be the same as Mechanics in
the operating engineers schedule, except that operating engineer fringe benefits over and
above any applicable teamster benefits shall be added to teamster wages.
7be shift pay differential - swing shift twenty-five cents (250) per hour, graveyard shift
fifty cents (500) per hour, above regular rates.
OVERTIME RATE: Workmen shall be paid one & one-half (14) times the regular rate of wages
for all hours worked in excess of eight (8) hours per day (if working 5-81s), or ten (10)
hours per day (if working 4-101s), or forty (40) hours per week, Monday through Friday.
For all time worked on Saturday (unless Saturday is used as a• make-up day) or Sunday,
time & one-half (1h) shall be paid.
r •N N 1 1 0 1
N O Y JG' N 1 • I C n
igll
.,rN,�Y'• M-V ay+•°r. N.0•p.0 y.. tC T•N d 4NV d 4 N tl w•••+O a u
°u
y g 4 0• .01 0"
00 40 Aia •• N •
M�"ou O N p u
C0 Ca0 C Y4 Y N g 4 b :
.1 n 4 (,�4 4 I N-aG � � 1 1O, O 4
i N
A. UCO N bb° 01.0 vr > 1 C 1 • C
y w N04.a • 00000 .1 b ON
.o.. q w •./ Y Y 4 a Y`� N • r1 N L p1 H p it o v rOs-• N N.Y r N-C a 4 d (� •H 1 4 n 0.Y y u.r O ;
Y c
N O 111 0.0
01 tl
70 r u a >v O
M y r v r O c Wfq."r. M F •YY tH.0 A JN k X O R CN O 912 0 .0 f.V 164 14 4 4 in C 0 1 Y N ° e q■ " V O r q 4 r
,O 14
Y Y 4
A N U g N .• b•O b 0 0
A O- 0 y• N IA 1 .1 Y� �
g YI O o Y N N ^ N
11 9 1 lJ .4 R 4•"� O.�C�S Y O (L N N A Y O ►1.1� a y 0.O c u° v •+ p e.
M td b M b 6.011",�4 h N c O Q O .4 n/N N Y 0 40 J V.4 1 • o O w.oi u a < 7 G
yP•r c 4 NW N OPI b aC .QV NN •.1 0 0y > 1414 .� r « � u uv+ m
1rNW O N J 1 N •0 N4\C 0 0 to r Y t -+N • u o�
wm<J in a WNN a V tT 4010 Y 4 i 0004./ a vo O ut
u .0 uo eJ
V1 O OO aCCAM 4044 b Y > w qq db Y 1^�`S"i a0 go'O1 '^ w as
y1j.n o a N� 4.10014d t.Aw CNOY SRC 1 aA nn 1 r�.. wT• a9 1 M
w heN • �,j ��JNb! �° OROAtTYN ...���iii pp, .� Y W 19M rt a Y O •n.c v. i 4
N.ci ,x1 .1 a V •-1+ •4pNV Ya •A�.11A®p u+i 00 -ON ul 0 0 i 1 ga•.Ni Yal • Mng e
� M I NN ? p,PQ.ON 14.114714.1`-N N mNn AT 4q Ad's y��� p aw • Yv 1 u �•'as
o n >'. M1 0OAOV NOuM0rn Op ?TOAD A m NO � c.+ i pp N 1 N a
N i o .+ ►+N 4•.1 A 4 N 4 VAN C M I Y>.I Y I N C a Y 1 -• i c e
t:v..
0 R40Ne40b • OV.1 4NNY N 1.10 �QJ y r� q u �•+ • r.r g
a r {I w 4 R b N N •N N.•,It C 4+1!C 7 Y q�> •a a.�l 10 r A•� •.1 V N m jl it q•'� u Y Y tl •`O
0.4 ap A+l O'O 40 •LC0 - NU y0.119C CS 02.a OY Y 9 M e.. r O Y mw > >o • w
_ o N 0 .0 p,.1 i'..•� >. .•1 4 .•1 b+�N.-1 O N.+ O Y N iii ^' m.,a.m u •.+ o o c
wA� qq� 1$4 14000b, • po bE409) 0 `88 .7tJM CQ0 a �-"ju �� L�19
• i ICu
&J,14
1 IS.Me •.•. i
41,
l°+ :� 1 e 1 0 1 Al r 0 mo
"`Q p 141 -0 1 .a AN pp 414 /�u•./ b 1 M.•a 11 Y
q N.a 0% is$4 It U •./ 400 Atl0 1 M NN a �•+
A 00 1 NNE Clb 4 O $ "
W.C.e M a $ 0. Q T db 14 4 p0. N 1 0. a r 0
c L 7 U 4b Nu0 b N Mq>. b N N A Np ®b t0 O •M a4 oy
0 e•O R4 0a O C4N G oU{a�b peB a 0 O .f. 4 0 Y.a WN�N 4 N.^I M 4Q y
6 10.14100 i a Ir 401.0 > Nr1 V4 R4p O�1 MV A 100014.^1 O a! N
M b {q b V N Y 0 dt b C L p.-1 °�p am O p t!1 b ,al �0 M m p.q a� N m N p1.U if a•,o
q uvy,b 1o4 1041 � 140940. 9G�..Ue/Mb>� NN .OI OW 147 uO+lNIO•G�O C? qpI au! ay�o
.00'102 tll �4tf00i 0UE140AOVpVA1g0tl ow tAi1 O tAM4 �iM R .11' 8 �j..3, ii'w,o�M
Q .o Y N 7y Z OH 40 •-I QCC _ MQQq 4r-0 88...•CCCc+1 rl rruA.11N AU ww 00 N -0 to
A • Y.a
H �OwNO M .Ri vu",'d0U UpR1ax�NN>E0a�lnac °c .X�'8 01N� a a mwMMMt1m 0 NkaM
E-+ q E A 0.09 0144 QI-9 SINU 0-U 01014+1 $ 144M.WV� N.14ydl p.IN4f .0 g®
�. a o
so U 4ROw4RR .-IN 0110��gqL..03 YCN A 1 00.p4 W Q00M41 OH.•18b.Y1GLCCq$t �+MA B
o Y Y,l1 M q� 9 R6N.aNNGINaSCCbU R4E u 4 '6a40k4141 � OwW�gNt7C.• aty►•`•
S .0 ObY�Y p�000 Odp 18 p+qN •O 10 O � V NoA
C K C p a N YVN> N 0UIN N .401.4 V•O4 tC Q �7 C N M N N fAp u
H Y- O 7 H tT N p U 0 0 QQ N N r b U1 tV Y o u b p N R L ►I o U Y N .•1 4p e 0.
N c.0i v V1 R p N> pp, A.Ow 04 C a.1 1 Y b C rJ A 4 y .4 Iwo k U fq�./0 N p:£ c q
=•,,V� .I 11010 >IN WO Bela p V V .ate ItlNp. 00-114 0 bIW O oy
H^ C404A. 0 17 N 1 I�OV�7LC gq 6C p CYO U O iC 2100+4
�rJ W •o y Op 40 Oo dw.X ON u0. Yb+�l 004► 0 .0 C4 app&� N .-1.1 1008 ROO •+ly •
w Y
NO .INN6g.-1144 X.1UCOC\ .aU 0114 14 0+114 M LL CA04Y Yom} 1 ppa O.i Yi
&,0 "r4 a 10+1Y+1.14+a�N.I.Q R 0 b.1 aO EA eq 610.0 101114 t11.T Ygw UR
r o�[ r • '1NV110 "r4 WX• q M UM 0400, -,a Ad 4 p C IC Y.1 54 Qva.S1 C?la AEN 1 0
i NN $4 4400 1tlCU 4010 b X114 A, 0101 Y M10 R1 dM a �u u �
ww OW M4+01.°-I./� OL��O YU•.C1 aA.C1�fA .i.y NU MLN.•I i1.1NMr7 O�YRla R.•1 sNylW
C O t0 b •4 N b -at Trl rl 1 L U •b 0 b.It 111000 4 0 40 1" Y N 0 O yp,C
E4 w o~t v�v p0.-0au 4) aCC(NO+C/Cd.�I�.w1U.Ai lypOm�pNL 4q N�(NlLV AHNi �gP.ypN txq/ l�pd�.Ga{+OI pC�pN7�[N1Lg1N� > 0 tAJN $ '
0.y W.•1ra..a M 2c 4j L8 toU�QA0V10cc CIO 15 M1CW.CORIr7VUW)8a Z«
0 3;�3sa V V erg
.a
.y Y
! n O N q • 1 t
0 .4
Q 1 [i y M O M ee, M O N w tlp p pIts1 4 B •1 .1alagg ,C i 'b� If
H • e 6 �� le • N ~ q w N D ,p� �,Nt1f [' 1.
E"I �B�.E $ e« w ~ D gg� w a B -�(~1• d! �}V71_ V Gp 0�
(a� s�N e.�~�-wa�Y a u,r.$••��Y a x/Ih 17 N•• t rO y 3� y�V l0°oA�•
Z .111 990
, !E y N e0p11 ae i4ij i B�a 1.
o=• NNg �6w�1
G
.M N 6
N,
4 �o° 0�en9 O�
N fir° I �S •B - tligBdp7
W NM Mw or oy „ate •,. �etl � d tab
yyy�L11 �Y/ .{pAy. spa
�• 4�'�� , • 1.:+L �' � r Y�Y ® !+ • �� I.1 FI 'rl j•�7 r1 � ..1 � �� .I M
v o 0 Aa o u c AIQ/1 ffa7 cq
w�Q1 ►•6 1C V q M p_ • Y Y 0.p ►� y1 �pJ {,Jen1"•1 41 8 {�
9 c N N - I •Q O q~SE H b M N GJ p!'•�0.o.a•v.N"c•O.0 a N z 7■ • p�a v• 4•g y:i�■q•`a e. .w r C J y M o�fl r:Nr c e.o:Z""�.•8•M.JN O e g■3 1. �•Jf�4�etlU p1 B- �y� Rp L/[yy11 F�[F O 1 1_ R Q�^}4 ��
J 6
golf -!.9e
W • V ti "
8 N • " 0 $ • 1 O r e• . A ti y777 •
M.
°�
y.Ji e° tl C b r r a p .•1 qA�� �P�� �Oi � 11E•y VVV. � qp M
7 FW. O• 7 O
• r • O F�.. w .•aci Y .1•n1 N A9ee� `.,ri G+ Gi {(�.�{ •j�Q°�(•a ~~��
U • Y r a M Y ii 14 li U � iJ
Ow O 1.!
yy u6N �rop• a► V I�NwM u1. ►• l�6!{�' 1b ,y p e � �1"�
B O O N 4 " C
O O • u ri Y 1,Yl 07 �i T r7 F7
0 0 p V r ► O G M O N O • 6 •�1 1� pp1 4 �•
Y r 0.. Y u 9 Y Y O �. p �, N {p�7l .c
a r ..:. J a1 �� i7�1Q .0. L M A VN
M Jyy v y e C • M w a Y N p� W p1�
y O N S O y 0.+ O N•ri • � Y O �•� �� ~ � C V
M Y.i w ►. O 00.1 •• YM ��u �K �w V •�.y1 �O���11 {p� •.•O P
M1O w N y O M •O r 0.v o ~ M p N 8 C1 r O Tf
�1}1 w g.n yyY` Y Y Cw qqr ee >> v oM N�11-V •^W {.rf, y �pp� a
Q V • .7 N w O N V v y 9Cv(1 • 7 L76�Pi�W OB �v>CG �r 761- Y a
•W
10 151 1 is
�� MN ISSUE DATE(MM/DD/YY)
10 2 ILL8 7
THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM.
PRODUCER COMPANY BINDER NO,
,retcher-Lynch 6 Co. U. S. Fire Insurance Co. _
511 H i l l c re s t Road DATE _EFFECTIVE TIME Y DATE EXPIRATION TIME
Kansas City, Missouri 64138 12:0 X AM 12:OtAM
10/26/87 �PM until I ssuan a NOON
THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED
' COMPANY PER EXPIRING POLICY NO.!
CODE SUB-CODE DESCRIPTION OF OPERATIONSNEHICLESIPROPERTY(INCLUDING LOCATION)
INSURED
City of Jefferson
320 East McCarty Street
Jefferson City, Missouri 65101
0
TYPE OF INSURANCE COVERAGES/FORMS AMOUNT DEDUCTIBLE CIN.NSURAN
PROPERTY
CAUSES OF LOSS
BASIC=BROAD =SPECIAL
GENERAL LIABILITY GENERAL AGGREGATE $ l 000
• COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OPS AGGREGATE $
urns uvaE I X I OCCURREWE PERSONAL d ADVERTISING INJURY $ 1 2 QOQ
• OWNER'S&CONTRACTORS EACH OCCURRENCE $ l 000
PROTECTIVE. FIRE DAMAGE(ANY ONE FIRE) $
RETRO DATE FOR CLAIMS MADE: _ MEDICAL EXPENSE(ANY ONE PERSON) $
AUTOMOBILE ALL VEHICLES SCHEDULED VF.HiCLES� CSL $ tr a Iti
L ILILITY GI PERSlACCID $
NOWOWNED PO $
HIRED MED.PAY $ Y:
GARAGE PIP $
UM $
AUTO PHYSICAL DAMAGE ALL VEHICLES SCHEDULED VEHICLES ACV
COLLISION DED: _ STATED AMOUNT $
OTC OED: OTHER
EXCESS LIABILITY EACH AGGREGATE SELF-INSURED
OCCURRENCE RETENTION
UMBRELLA FORM
OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS.MADE:
STATUTORY "
WORKER'S COMPENSATION !ih: $ (EACH ACCIDENT)
AND
EMPLOYERS' LIABILITY ::;i, $ (DISEASE-POLICY LIMIT)
f $
(DISEASE-EACH EMPLOYEE)
SPECIAL CONDITIONS/RESTRICTIONS/OTHER COVERAGES
Contractor: Aviation Systems, Inc.
Job: Installation of Glide Slope and Middle Marker for the completion of Jefferson City
Memorial Airports ILS.
. Q
MORTGAGEE ADDITIONAL INSURED
LOSS PAYEE
LOAN#
AUTHORIZ.E:D REPRESENTATIVE _
ISSUE DATE(MM/DD/YY)
10/27/87
PRODUCER THIS CERTIFICATE
CERTIFICATE MATTER O CONFERS
r, Co. NO RIGHTS UPON THE HOLDER.THIS CERTIFICATE DOES NOT AMEND,
511 H i 1 1 c re s t Road _EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
ansas City, Missouri 64138 COMPANIES AFFORDING COVERAGE
COMPANY
LETTER A U. S. Fire Insurance Company
COMPANY n
INSURED LETTER
Aviation Systems, Inc. COMPANY C
Aviation Maintenance, Inc. and LETTER
Avigation, Inc. , A.T. I .M.A. COMPANY D
P. O. Box 12753 LETTER
Overland Park, Kansas 66212 COMPANY
LETTER
s c
THIS IS T'0 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 TYPE OF INSURANCE POLICY NUMBER ^POLICY RIECiiVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS
LTR DATE(ttt.U'OD Y'11 DATE 0.4,DDrYY)
GENERAL LIABILITY GENERAL AGGREGATE. $ 1 000
A x COMMERCIAL GENERAL LIABILITY Renewa 1 of l l/l/87 II/l/88 PRODUCTS COYP/OPS AGGREGATE $
CLAIkIS MADE FxIOCCURRE",CE 500-424014-7 PERSO'JAL d ADVERTISING INJURY $ 1 000
OVjtN[R'S$CO'JTRACTORS PROTECTIIrE EACH OCCURRMCE $ 1 .000
FIRE OW AGE(ANY.ONE FIRE) $ '0
'r.EDICAL EXPENSE(ANY ONE PERSON) $J
AUTOMOBILE LIABILITY
ANY AUTO C5L
ALL OWNED AUTOS BODILY
uny
SCHEDULED AUTOS W..R PERSON)
HIRED AUTOS
BODILY
INJURY
NON-OWNED AUTOS
(PER $
GARAGE LIABILITY PROPERTY
DAMAGE Q
EXCESS LIABILITY I EACH AGGREGATE
OCCURRENCE
x
A Umbrella Form Renewal of 11/1/87 11/1/88 $ 2,000 $ 4,000
OTHER THAN UMBRELLA FORM 523-4782167 _
A — STATUTORY
WORKERS'COMPENSATION $
(EACH ACCIDENT)
AND
EMPLOYERS'LIABILITY $ (OISEASE-POLICY LIMIT)
$ (DISEASE EACH EMPLOYEE)
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS
Installation of Glide Slope and Middle Marker for the completion of Jefferson City
Memorial Airports ILS.
o � o
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX.
City of Jefferson PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
320 East McCarty Street MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Jefferson City, Missouri 65101 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE /�/�• 1l (I
i OR 0
I SUE DATE(MMIDDJYY)
10/27/87
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
C re tche r-Lynch & CO. NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,
511 H i l l c re s t Road EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
,ansas City, Missouri 64138 COMPANIES AFFORDING COVERAGE
COMPAN
LETTER Y A U. S. Fire Insurance Company
COMPANY
INSURED LETTER
Aviation Systems, Inc. COMPANY
Aviation Maintenance, Inc. and LETTER
Avigation, Inc. , A.T. I .M.A. COMPANY
P. 0. Box 12753 LETTER
Overland Park, Kansas 66212 COMPANY
LETTER
0 sun=
0
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(MWIDO/YY) DATE(MMIDD/YYI EACH
OCCURRENCE AGGREGATE
GENERAL LIABILITY
BODILY
A x COMPREHENSIVE FORM 500-424-014-7 11/1/86 1 171787 INJURY $ $
PREMISES/OPERATIONS PROPERTY
x EXPLOSIONUB COLLAPSE HAZARD DAMAGE $ $
PRODUCTS/COMPLETED OPERATIONS
x CONTRACTUAL COMBINED $ 1 ,000 $ 1 ,000
X INDEPENDENT CONTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY PERSONAL INJURY $ 1 ,000
AUTOMOBILE LIABILITY BODILY
ANY AUTO IRJIIRY
ALL OWNED AUTOS(PRIV.PASS.) BODILY
ALL OWNED AUTOS(�RryRPASSSN� (PPER�ACCIDENn $
HIRED AUTOS r
PROPERTY
NON-OWNED AUTOS DAMAGE $
GARAGE LIABILITY
81APD
COMBINED $
EXCESS LIABILITY
A x UMBRELLA FORM 523-4782167 2/01/87 1 1/1187 BI&PO O $ 2,000 $ 2,000
OTHER THAN UMBRELLA FORM
WORKERS'COMPENSATION STATUTORY—
AND $ (EACH ACCIDENT)
EMPLOYERS'LIABILITY
$ (DISEASE-POLICY LIMIT)
$ (DIS...ASE•EACH EMPLOYEE)
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS
Installation of Glide Slope and Middle Marker for the completion of Jefferson City Memorial
Airports ILS.
City f Jefferson SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX•
o e erson PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
320 East McCarty Street MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Jefferson City, Missouri 6 51 O 1 LEFT, T FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES,
AUTHORIZED REPRE NTATIVE ___
6
® Continental Bond No. 109 82 09
pnsu nice, PERFORMANCE BOND
Approved by The American Institute of Architects
A.I.A. Document No. A-311 (Feb. 1970 Edition)
KNOW ALL MEN BY THESE PRESENTS:
That Aviation-Systems. Inc.
(Here insert full name and address or legal title of the Contractor)
8335 Nieman Road,Lenexa, KS 66214
as Principal, hereinafter called Contractor,and CONTINENTAL INSURANCE COMPANY as Surety,
(Here insert full name and address or legal title of Surety)
hereinafter called Surety, are held and firmly bound unto- City of Jefferson
(Here insert full name and address or legal title of Owner)
32020 E. Merar.>y St. , Je_ fferscin City, Missouri 651()1
as Obligee, hereinafter called Owner, in the amount of TWO HUNDRED SEVENTY FOUR, E I GHJ HUNDRED TH I RTY
ONE AND NOJt On - -------------- -- -- - - ------ ----- Dollars($ 274,831 .00 * )
for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and
assigns,jointly and severally, firmly by these presents.
WHEREAS, Contractor has by written agreement dated Or tahe8_ i`A7
entered into a contract with Owner for inst;;llatinn of GI ides lone and Middle Marker for the _
completion of Jefferson City Memorial Airport ILS
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.
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 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 the 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
contractor 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
amendments 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 the Owner.
Signed and sealed this 26th day of October A.D. 19 87
AV"OV JYSTE 1C (Seal).
PIA P incipal)
AQ��
(Witness) (Title)
CONTI E- TAL INSURANCE COMPANY (Seal)
(Suret
(Witness) Geo R. Donnelly (Title Attorney
UUNO 419)C
The Continental Iisurance Company
180 Maiden Lana, N6w fork, New York 10033
GENERAL POWER OF ATTORNEY
Know all men by these Presents, That THE CONTINENTAL INSURANCE COMPANY has made.
constituted and appointed. and by these presents does make,constitute and appoint
GEORGE R. DONNELLY 0'F' _{ANSAS...CITY, MISSOURI
its true and lawful attorney,for it and in its name,place,and stead to execute on behalf of the said Company,as surety,bonds,undertakings
and contracts of suretyship to be given to
ALL OBLIGEES
provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of
TEN MILLION ($10,000,000.) DOLLARS.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted
by the Board of Directors of the Company on the list day of November, 1977:
"RESOLVED.that the Chairman of the Board.the vice Chairman of the Board.the President,an Executive Vice President or a Senior Vice President or a Vice President of the
Company be and ina:each o•any of them is.authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the
Cempany bonds uncer:awmgs and nil contracts of suretyship,and the!an Assistant Vice President.a Secretary or an Assistant Secretary be,and that each o+anyof them herebv
is.auinorrzed to ages:the execution of any such Power of Attorney.and to attach thereto the seal of the Company
FURTHER RESOLVED.that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate re!at;ng thereto by
facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed ano in the
future with fespec:to an)bond.undertaking or contract of suretyship to which it is attached"
In Witness Whereof, THE CONTINENTAL INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these
presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 4th day of June, 1984,
THE CONTINENTAL INSURANCE COMPANY
Attest:
By ��•�X
T Stephens.Assistant Vice President ::;�' "' ;•.• Michael J.Beernaert.Vrce•Presicient
STATE OF NEW JERSEY "
COUNTY OF MIDDLESEX
On this 4th day of.June.1984,before me personally name Michael J.Beernaert,to me known,who being by me duly sworn,did depose
and say that he is a Vice President of THE CONTINENTAL INSURANCE COMPANY,the corporation described in and which executed the
above instrument,that he knows the seal of the said corporation;that the seal affixed to the said instrument is such corporate seal;that it
was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order.
I,a,�•MOr��.'tt i
�••�!�;;;;•':' Marilyn A Hockenbury
A Notary Public of New Jersey
CERTIFICATE My Commission Expires June 23,1988
1,the undersigned,an Assistant Vice President of THE CONTINENTAL INSURANCE COMPANY, a New Hampshire corporation, DO
HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked;and furthermore that
the Resolution of the Board of Directors, set forth to the said Power of Attorney,is now in force.
Signed and sealed at Piscataway,in the State of New Jersey.Dated the 26 th day of Oc tobe r 198 7 ,
= t James M Keane.Assistant vice President
`+
n eo►ta vtsx
PnkaG M U.S.A.
Bond No. 109 82 09
LABOR AND MATERIAL PAYMENT BOND
Approved by The American Institute of Architects
A.I.A. Document No. A-311 (Feb. 1970 Edition)
Note:This bond is issued simultaneously with another bond in favor of the owner conditioned for the full and faithful performance of the contract
KNOW ALL MEN BY THESE PRESENTS:
That Aviation Systems, Inc. _
(Here insert full name and address or legal title of the Contractor)
8335 Nieman Road, Lenexa, KS 66214
as Principal, hereinafter called Principal, and Continental Insurance Company as Surety,
(Here insert full name and address or legal title of Surety)
hereinafter called Surety, are held and firmly bound unto r i t�JPff r_Um
(Here insert full name and address or legal title of Owner)
McCarty St_ _ Jefferson Cit;_-MOAStnl
as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of
T D SEVENTY FOUR THOUSAND, EIGHT HUNDRED THIRTY ONE Dollars ($274,,831 .00
(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, Contractor has by written agreement dated October 8, 1987
entered into a contract with Owner for installation of Gl i d ce_1 ope and Middle Marker for the
completion of Jefferson City Mme prial Airport ILS
in accordance with drawings and specifications prepared by
(Here insert full name,title 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 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.
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 done 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(he 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 forwhich said claim is made,stating with substantial accuracy theamount 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 the 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 the 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 the 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 improvement,whether or not claim for the amount of such lien be presented under
and against this bond.
Signed and sealed this 26th day of October A.D. 19 87
AVIATION SYSTEMS, INC. (Seal)
(Principal)
(Witness) (Title)
CONTINENTAL INSURANCE COMPANY (Seal)
(Surety)
(witness) Geor R. Donnelly trill Attorney
HO ND 4 w u:
The Contine ll 1IRM
180 Maiden Lane, N6w Yori<, New Fork 10033
GENERAL"POWER OF ATTORNEY
Know all melt by these Presents, That THE CONTINENTAL INSURANCE COMPANY has mace.
constituted and appointed, and by these presents does make,constitute and appoint
GEORGE R. DONNELLY OF-XANSAS:..CITY, MISSOURI
its true and lawful attorney,for it and in its name,place,and stead to execute on behalf of the said Company,as surety.bonds,undertakings
and contracts of suretyship to be given to
.ALL OBLIGEES
provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed In amount the sum of
TEN MILLION ($10,000,000.) DOLLARS.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted
by the Board of Directors of the Company on the 1st day of November, 1977:
-RESOLVED.that the Cha-rmanof the Board.the vice Chairman of the Board.the President,an Executive vice President or a Senior Vice President or a vice President of the
Company.be and friar each o•any or them is.authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the
Ccmpany bonds unoe,:ai,rngs and au contracts of suretyship,end tha!an Assistant Vice President.a Secretary or an Assistant Secretary be.and trial each or any of them hereby
•s,autnorizeci to ayes:the execution of any such Power of Attorney.and to attach thereto the seal of the Company
FURTHER RESOLVED.that The signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating Inereto by
facsimile,and any sucn Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valio and binding upon the Company when so affixed ano in ire
future with respect to any bond.undertaking or contract of suretyship to which it is attached"
In Witness Whereof, THE CONTINENTAL INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these
presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 4th day of June. 1984.
THE CONTINENTAL INSURANCE COMPANY
Attest:
By
T.H Stephens.Assistant Vice President "' :;•. Michael J.Beeinaert.Vice-Presien,
STATE OF NEW JERSEY `•��.��
as.:
COUNTY OF MIDDLESEX
On this 4th day of June,1984,before me personally came Michael J.Beernaert,to me known,who being by me duly sworn,did depose
and say that he is a Vice President of THE CONTINENTAL INSURANCE COMPANY,the corporation described in and which executed the
above instrument,that he knows the seal of the said corporation,that the seal affixed to the said instrument is such corporate seal:that It
was so affixeo by oree,of the Board of Directors of said corporation and that he signed his name thereto by like order,
'D Air
t`'i�x �;,•`+' 'Marilyn A Hockenb'ury
A Notary Public of New Jersey
CERTIFICATE My Commission Expires June 23, 1988
I,the undersigned, an Assistant Vice President of THE CONTINENTAL INSURANCE COMPANY, a New Hampshire corporation, DO
HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked:and furthermore that
the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force,
Signed and sealed at Piscataway,in the State of New Jersey. Dated the 26th day of Oc tobe r 1987
2::
James M Keane.Assistant vice President
it DOW v,sx Pnnad in U.S.A