Loading...
HomeMy Public PortalAboutORD09593 BILL NO. 1� INTRODUCED BY COUNCILMEN _l--a.t�,.R1t u ( �` �..� J--A-- j-(.J l ORDINANCE NO . � qP AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI , AUTHORZING THE MAYOR AND CLERK OF THE CITY TO EXECUTE A CONTRACT WITH J.C. INDUSTRIES, INC. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF JEFFERSON, MISSOURI AS FOLLOWS: SECTION 1 . The Mayor and Clerk of the City are hereby authorized and directed, for and in the name of the City, to execute a written contract with J.C. Industries , Inc. , for the improvement of Stadium Boulevard Central (Edgewood Drive to Frog Hollow.,.Rd.') for the sum of $521 ,879 . 50 . SECTION 2. A copy of said contract is attached hereto.. SECTION 3. This ordinance shall take effect and be in force from and after its passage and approval . / Passed: roved: �f x(91 $ � A PP r si t o the until or Attest: CAty cler ti }BART n - CONTIZAC;T STATE of MISSOURI ss COUNTY 017 COLE ) HIS AGREEMENT AND INDENTURE made and entered onto this , the e, day of /1//`112/2 19 4`/ by and between City of ,Jefferson , a Municipal Corporation , State of MO. party of the first part , termed in this agreement and the specifications' as the "Owner" , and J . C . Industries , , Inc. party of the second part , termed in this agreement and the specifications as the "Contractor" . WITNESSETH: THAT, WHEREAS, the Owner has heretofore caused to be prepared certain contract documents comprising the Notice to Bidders , Instructions to Bidders , Proposal Form , Bond Forms , Contract Form , Regulations of the Contract and the Specifications and Plans for furnishing materials and constructing improvements therein fully described ,. and the Contractor .id , on the G� t�' day of 19 file with the caner a Proposal to furnish said materials and construct said improve- ments at the terms therein fully stated and set forth ; and WHEREAS, the said contract documents and proposal accurately aild fully describe the terms and conditions upon which the Contractor is willing to furnish the material , construct the improvements , and pay not less than the "prevailing wages" called for by the said specifications and in the manner and time of furnishing and constructing same , IT IS THEREFORE AGREED: FIRST - That a copy of said contract documents and proposal filed as aforesaid are a part hereof and that the same do in all particulars become the agreement and contract between the parties hereto in all matters and things set forth therein and described ; that both parties 01cccpt and agree to the terms and conditions of said contract documents and proposal so filed ; and further that the part or parts of the propo- sal accepted and the compensation therefor are as follows : The complete proposal per bid in the estimated amount $521 , 879 . 50 CONTRACT: Cont i nucd SECOND - The Contract documents and proposal hereto :annexed are made a part of this agreement and contract as* fully and absolutely as if herein set out in haec verba. �IfIRD - This Contract is executed in nine copies with distribution. as specified in the Regulations of the Contract. IN FAI'1H WHEREOF, Witness the hands and seals of both parties on the, day, and year in this agreement first above written. ATTEST: OWNER City of Jefferson D� BY Title CIT CLERK Approved as to form: At't0r for the Owner CONTRACTOR J . C. Industries , Inc . By ppro d as to m: Attorney Tot-the On actor If Contractor is not an individual , authority for signing contract must be shown or attached'. 11SURANCH CERTIFICATION Honorable Mayor f; City Council City (tall fferson City, Missouri Re : Insurance coverage during construction work on Stadium Boulevard Central. Edgewood Drive to Frog Hollow Road Jefferson City, P4issouri Gentlemen : The undersigned is an authorized representative of United States Fidelity and Guaranty and Firemans Fund Ins. Co. , Insurance Company for' J. C. Industries, Inc. , Contractor , for and during the entire period of construction on Stadium Boulevard Central . (Edgewood Drive to frog Hollow Road) for the City of Jefferson , Missouri . In compliance with the Street Improvements Contract between J. C. Industries, Inc. and the City of Jefferson , We attach a Certificate of Insurance signed by an authorized representative Oour Company which details the exact amount of coverage insured by us r J. C. Industries, Inc. under contract hereinafter mentioned and which in every particular complies with the requirements of insurance set forth in aforesaid contract , a copy of which insurance requirements is attached hereto after having been fully read and checked for compliance by this Company. Further , any exclusionary clauses or portions of any insur- ing agreement creating coverages relating to the aforesaid contract which specify that certain events or occurrences are not covered by any ..policy are identified clearly and explained in attached exhibits ., There are no exclusionary clauses in any insuring agreement other than those so identified. UNITED STATES FIDELITY & GUARANTY COMPANY FIREMAN'S FUND INSURANCE COMPANY Insurance Comf)any Sea (Au t 101'1zCd 96 111'C5M1tat:LVC� Date PROPOSAL FORM CITY OF JEFFERSON , MISSOURI STADIUM BOULEVARD CENTRAL (Edgewood Drive to Frog Hollow Road) Federal /lid Urban Project M-3111 (502) Name of lii.ddcr_s��, ,Z„/elas75A,'e s _1',vC'. Address or 13idcicr PO, jRQX /� G y �efie �,S0 'ro the City of Jefferson , Missouri 240 East High Jefferson City, Missouri THE UNDERSIGNED BIDDER, having examined the Plans , Specifications , Regu'Iatlons of the. Contract , Special Condl.tlons and other proposed Contract Documents , and all addenda thereto ; and being aquainted 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 , surfacing , walks , driveways , curbs , gutters , trees , sewers , utilities , drainage courses and structures , and other installations , both surface and underground which may affect or be affected by the proposed work ; (d) the nature and extend of the excavations to be made , and the type , character and general condition of materials to be excavated ; (e) the necessary handling and re- handling 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 flood water ; (h) local conditions relative to labor , transportation , liauling , and rail delivery facilities ; and (i) all other factors and conditions affecting or which may be affected by the work , HEREBY PROPOSED to furnish all required materials , supplies , equip- ment, tools , and plant ; to perform all necessary labor and supervision and to construct , install , erect , and complete all. work stipulated in , requrired by, and in accordance with , the proposed Contract Documents and the drawings , Specifications and other documents refer- red to therein (as altered, .amended , or modified by addenda) , in the manner and time prescribed , and that he will. accept in full payment slams 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 provi.ded in the Specifications , and lie understands that the estimate 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 tlic 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 sliall apply to such increased or decreased quantities as follows : TIM: 01: t:ON111,1;'I't ON : '1.11c undersi.l;ned hereby al;rccs to complete tho pro•joct•. with One Hundred Fifty ,C 50) working days — _ __ subject to tilt stipulations of the l cj;u 1'►Ltoits odic C;oiilr.l aitd the Spccial Conditions . is till dc t•stood ;1nd ;11,1•ced that if this propos;'► I 1 ', rIc cep t-od , the pr:i ccs ciuoLvd ihovc. include nll applicable state taxes uncl that %,iid taxes shall be paid by tic (:ontr;lclor. 'I'hc undcr:,il,necl , as; liid(ler , hereby declares that thc, only persons or firms i ntcres tcd in the, Proposal. as principal or principal -, is or arc named herein and that no other pc rsorns or firms than hr rc i.n mcnti•oncd liavc any ill tc res t: i u th i s I'rnpos-,rl i or -in the Contract to lie on i•c red in to ; and this Proposal is made wi I-hotit connection with any ot:hcl• p(1rs�on , compa►t), or partics nulk.inl, a b.icl car proposn.l ; ;utd ' that: it is .ill ;111 respects fair anti in good f.ai. th , wi thou t• ?col lusion or fraud. The 1111c1(:rs i l;r►ed rllsrcr.s; that the accomponying b i cl dvpO!-J t s=ha 1 1. become the property of the Owner , should lie fni1. or refio;e •to execute the Contract or C►1rn i sh Bond as caIled for in the SheciCicat•ions wj thin the time provided. ' I f wrj t: t•en notice 0 the acceptance oC th-i.s h.id is; ma Ic(I , t.cicl;raphod or clef ivered to the undersigned within thirty (30 ) clays ;liter the date or open i r11; o C the b i cis; , or any time thereafter be Core th i s hid is wi thdrawu t Lc 1u►clers; igned will. , wi thi.11 tell (10 ) days after, the (1,11,Q of such mailing , Wvl; raphing , or delivery of such notice , execute <.Ind deliver a Contract i tlic form of Contract: attaclied. '1.11c ►lndersiglied perch\, tiesil;1'►at:cs as his of. rico to whLcl► such notice of acceptance may be mailed , telegraphed, or delivered : ���—Z" �c r ��.Z��.^T.�O. �c�x•._.,�.z G YT�,9©7_�!C�:��s T��Q�!�y�'/y10, t i s; understood and agreed that thi s hi.d may he withdrrll-rn a L• any time 11T' im* to the schccl111.c time for the opening of bids or any authorized postponement thereof. IJ Attached hereto is a Bid Bond Cor 010 suer► of > 9,4' d.vo,7- 43 i, ) Dollars , made payab.lc to Hic C.iLy o Jcf. Ccrsoll __� — PItt){ AL ( l` I'I'.111' 'TIV • .i ;lil 111111 111)(1 - I,%-;I rd O'Il 1 1',1 1 I)ri \'l+ I-ol; Ill) 1 I l:l:l)IiRAI, AID PIIMJI�.CT NO , II- .'11 I I ( 02) 1'1'lil`! I'1'l;i+I DESCRIPTION 1)N IT ,1 i'1'IIt):i . UNIT AMOUNT Adftk --- —--- --- Q t1,1 I C 1: - J . t) Crllshr.cl SLonc ('or TwIlporary Ton 200 tilit• I';ILilil; /O. DD Z,OOD.OD 2 , 0 Crushod tit ollo For Subgrade Ton SLabi.l i zaL' ion �Op .3i5AO,dd 3. 0 C l on r i ng , Grubb i ni; f; Rcmovals Ls (Approx . S Acres) 2,500.00 4 . 0 Gra.di.11g !; IiXC.;1v;I L.i i11i kst . ( 1 1 , 150 Clll I l , ti5 1- i .1I ) I'S 5 . 0 1'.i lc LII1dC rcI rcl i n 4 l,1: 200 i /D,p0 �ODD.OQ 6 . 0 ). 5" Rcinf . Colic . Pipc Cla.ss Ll: ] U15 Ill 6. 1 181, RcinC. Colic . Pi is Class LF �t) 111 6 . 2 21 " Itcinf. Colic . Pipe Class L1' I `•;t} 6 . 3 2,1 " ReiIli'. Gone . 1'ipc Class L �115 III 7 . 0 1 5" ltCp lind Section with Rip LacI1 ) ¢SD.DD �SD.00 Rap 0 I)i.scliarge 7 . 1 2p," 1Z(:1' Iind tire• t. Loil uri th Rip Fact► , 00.00 8Q0•DD Ra1) n U i scha rti;c 8 . 0 15"x16 Ga. Cori' . Nctal Pipe L'1 'r' �Z„50 X37,50 . 8. 1 18"xlO t.1;1. Corr , McL,'l.l. P1.1ic: l,l I 20. 00 BOO 40 Ilcai1w;111s ,tit . () 1,. 1' SSOD•� I 10. 0 Relocated 24 CNN I,t . of Sta . 60-40.0 1.'/2,1 "x l ' x,l S° CHP Ii].I)oW I,S ------ _ X50.00 18" Rcillf Cane . I' i.i)c Miter I;S 4?540,too ► ill;• 1'1'U I 'r' 1) PROI'U;,AI, 11.LteI'lio10 "I;" I nrl item Boll ] eva rd 0,11 I r.l 1 Drive t Frol'. 11111 1 ow ltcld 1:1:111"RAI, ,111) PROM:,CT N-O . i1- I 1 1 ( S() ) JIiFFERS(IN ("ITY , 1MIS`oURt "liAl IT1:1 UI:SCRIPTtoN U\I•I' APPFlUX . UNIT A 0U\'r Q I IA NT . I'It I Cl I- 12 . 0 8" Ducti Ic Iran pipe (compl.etc 1, . P . 120 14,00 ill p1nCo. 13 . 0 1'riple 10 ' x7 ' Rchif. Colic . Box L . S . CU1vei't Z449.00 14 . 0 4 ' x3 ' Curb I►11ct. (T)'I)c A) liaC11 17 lo5D.f10 /,/ 50,00 14 . 1 61x3 ' Curb Inlet (Ty 1)C A) 1sacll i 800.40 840,00 14 . 2 S ' x3 ' Curb Inlet:, (Type A) liacll �DOO.00 15 . 0 3 ' x3 ' /Area Inlet Each b (0.56,64 ,3960.00 " . 0 G ' - 0" Diameter i`Iar11101C HaC.l1 1 17 . 0 Adjust•. Nan1101CS to Grade L•aCh l.SD,Lb 300.60 �lsplial.i is Colic . lase Course 18 . (1 for Wocll,i.ng (Avg - 'Thickness 71A') S .Y 800 --- /3941 18 . 1 Asphaltic Colic . SU f;1CC CoUrsc S . l' . ?(i(t(1 ( For overlay Av;, . 1.-_ ) ' 7" ilspholti.c C011c . Paver»Cllt S .Y . ?.O:)U 18 . 2 (side s t r c C t) ��f,00 z8�'jGtO,00 18 . 3 911 Asphaltic Conc . PavenlCnt S .Y . 750 (Stadium .Blvd. Central) 18 . 4 7" Noll- RC i n l-. Colic . Pavement S . Y. 1 3 8-S0 // $Q 1592?S,O (Sta(liurll Rlvd . Cantral ) � . 5 0" Non- Rc.inf. Colic . pavenlcllt S . Y . .I1ll(t /d,OO //666,40 (Stadiun► RLI'd . Ccrltral) 19 . 0 'Type A Curb and (hitter 1,. 1 . lU , ;(►(l x.50 l8,2�O.o 20. 0 Rock lixcavat• i 11I; C . Y. 4000 8,00 „32,000.00 i I I,i�i I c.• I I 4'itt 11'l),ti�1 I. AI ( C1'll ° :Itl111111 11 nuIc\1'ird CL,nl I'llook-:()od Drive. I o Frou IIO I I (w R 1:1:1)I:IZAI, A l I) PR11,) I:I;•I' 1`I0 . Pi- ti i l l ( `iO ,JI FFERSON CITY , MfSSOURI ITEM ITIN DESCRIPT ION UINIT A P P P,OX . UNI.1' M.10UN'T ------ _'I� I'Itl Cli 21 . 0 Trench Rock C . Y . 200 7000.00 22 . 0 Concrcte Island (est . 200 s . f) Each ?►Dp,pp /,¢00.00 23 . 0 42" Chain lJnl: fence, 1,. 1". . 510 lO.00 �,lOO.DD 24 . 0 13 6" Non- Ite.inl'. 1'. C . (;. (1)1• ivc S .Y . 2•S �3,�p 33750 App roach ) 24 . 1 8" Non- rcinf . I' :C . C . (1)1-i.vc S .Y. 2U /5.50 .3/4.00 Approach ) 25 . U Scccl Acre 6 • () �20D.d0 7�DD•OD 26 . 0 (1,11'1111tec 8011 l 1..S . 1400.OP 8.igna turc of Uidde r : IL an .lndividual t doing; business as J� a Partnership ® by n►cmbcr of firm 1f a Corporation by /J Title pg e.s.l 7- 5 'AL BLISiness Address o I� i.c dug. ' P_o+'Pox ���y�,_/Y cu•'��1',�pr-,s V_ 6 Arlo If b.i.dder is a coypo.rat:iorl , supply the following; information : State in' which incorporated /27'_SSOV�Q.� Name and business address of its : President RonJf+ Ld T. -P7 AV Sccrc tart' D g 2T • G, A�`,_,g ea Q r r LA.✓c;e ZJyz Date a - a 4 - 8I ;'I'�XI!M1:NT CITY OV JBI-1:1iRSON, N1 S,5011111 STAI)JUM ROULEVARI) CIIINTML 13,dgewood Drive to I-rot; hollow Itoad FEDERAL AID PROJECT NO . M- 3111 (502) COUNTY 01; being first ,duly shorn , deposus and says that lie i s _..PReSc.�c . ✓ .^__.;____,.____ i t I c o f. 1) rson s 11;11.1.111; o f_�.GZ.n_.C.�vSL�.`p s�,. ..�.yc. NO in e o 1:li:1:�1d c r ------ that all st"Homicnt•s made and facts set. out in the propsal. I`or the ;11)ovc hrojcct: arc trot and correct ; and the the b.i.ddcr (The persoll , firm , 'Issociation , or corporation 111;1king said bid ) has nut , either directly or indirectly , cnrcred into ally aR1-c,-111cnt- parti.c1patecd ill ally collusion , or othcrwi.se, Lnkc11 ';Illy action in rostra hit of fret competiti.vc bidd.ill b i'11 Connection 1":ith such bid of ;illy contr;Ict which . rcSU1.t .from its II�.Celltancc . AI*Ti.;Int further certifies that bidder is not. I'limllciol ly inLCre:�ted ill , M- I'111,lnc:i.ally affi.l :iat:e,l with , any oLllcr h.idder 1'01. 1 the ;lbove project . • (lid') _ ;1wa rn to I,e I'r,ro me Lh:i.s d'o, of Noi ;aij% I'ill, llc - My commission rNll11*e5: STADIUM BOUL IWARD CI NT This a ('I'jd;Iv i t i !; hereby made ;i part: 01' 1110 Proposal , and ;111 executed copy thercoC shall accompany each Proposal Submitted . STATE 01: Lou C OON'I'1' 01° ) The u n c I c r s i l;n e d , of lawful age , being Cirst duly sword states upon o;1th that Ile is the contr;lctor sllbmitt' ing the attachcd prol)os;II , tll;lt• lie. )cnolvs 0 his own know.l'cclr;c and st.;lt.cs ' It' to he ;I 1';1c: 1 timt: nci t:hcr said prop0sa 1 nor t he computat.i.Oil upon wh i c 1 i t i s h;lsc.cl Intl lldc any ;111101)111 of 111o1) ivs , 0St' i111;.Itc ,or a I owl 11c0 1'e1)1'0 sc11t 111 g Iva 1;0S , moneys or expanses , however desil"llnLod , proposed to he paid to pee-soli s l.'ho ;I rc, liot. - rc(luircd to I'llrn i s Intl t c r i ;l or actual 1 1) perform serv.icos upon or as a hart of the j11-oposed project . v T I A N 1' silbsc_ rihcd anal sworli to before me , a Notary pl.lhl ic, j.11 ant] for the, 1millt)' and SL;Itc aforesaid , this At��cl;ly or Xe_A4Ze1 A S 1:.A 1, /tl I'u h 1 i ( Ply Commmi.ssi0n • i CERTIFICATION OF NONSEGREGATED FACILITIES [Applicable to Federal -aid construction contracts and related sub- i tracts exceeding $ 10 , 000 which are not exempt from the Equal Opportunity clause . ) By submission of this bid , the execution of this contract or sub- contract , or the consumiriation of this material supply agreement , as appropriate , the bidder , Federal -aid construction contractor , subcontractor , or- material supplier , as appropriate , certifies that he does not maintain or provide for his employees any segregated facilities at and, of his establishments , and that lie does not per - mit his employees to perform their services at any location , under his control , where segregated facilities are maintained . lie certi - fies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments , and that he ,will not permit his employees to perform their services at any location , under his control , where segregated facilities are main- tained . He agrees that a breach of this certification is a viola - tion of the Equal Opportunity clause in this contract . As used in this certification , the term "segregated facilities" means and, wait- ing rooms , work areas , restrooms and washrooms , restaurants and other eating areas , timeclocks , locker rooms and other storage or dressing areas , parking lots , drinking fountains , recreation or erdbrtainment areas , transportation , and housing facilities pro- vi d for employees which are segregated by explicit directive or are in fact segregated on the basis of race , creed , color , or national origin , because of lia'bit , local custom , or otherwise . He agrees that (except where he has obtained identical certifications from proposed subcontractors and material suppliers for specific time periods) , he will obtain identical certification from pro- posed su.15'contractors or material suppliers prior to the award of subcontracts or the consummation of material supply agreements , exceeding $10 , 000 which are not exempt from the provisions of the Equal Opportunity clause , and that. he will retain such certifications in his files . (Company) By: !. (Title) !late : y g� i� v October 1977 CERTIFICATION REGARDING EQUAL OPPORTUNITY AND AFFIRMATIVE ACTION IN SUBCONTRACTING (1) Certification with regard to Performance of Previous Contracts or Subcontracts subject to the Equal Opportunity Clause and the filing of Required Reports. Alh The bidder ✓I , proposed subcontractor hereby certifies that lie has ✓ , has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that lie has d ,has not ,filed with'the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance,a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Note: This certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60.1.7(bxl), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts avid subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60.1.5. (Generally only contracts or subcontracts of $10,000 or under arc exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60.1.7(b)(1)prevents the award of contracts and subcontracts unless such'contractor submits a report covering the delinquent period or such period specified by the Federal highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. (2) Certification with regard to intent to subcontract a portion of the work and affirmative action to consider minority business enterprises as potential subcontractors. A. The bidder hereby certifies that: Q he does not intend to subcontract a portion of the work. 0he does intend to subcontract a portion of the work. (Bidder to check appropriate box.) If in the affirmative, the bidder certifies that lie has made contact with potential minority business enterprise subcontractors to affirmatively solicit their interest, capability, and prices on the items he intends to subcontract, and shall document the results of such contacts. NOTE: A bidder's failure to submit this certification or submission of a false certification shall render his bid nonresponsive. B. If the Contractor requests permission to sublet work, and has not done so during the bidding stage, he shall take the affirmative actions required of bidders in Paragraph A. No subletting will be approved unless the contractor dennonstrates that he has taken such affirmative action. C. The contractor shall designate a liaison officer who will administer the contractor's minority business enterprise program. The name, address, and telephone cumber of the designated officer shall be furnished the engineer in writing upon request. NOTE: The requirements contained herein are in accordance with the Federal highway Administration Federal-Aid Highway Program Manual (Transmittal 164, November 3, 1975) Volume 6, Chapter 4, Section 1, Subsection 8, Paragraph 8c(2)(3) and (4). (Company) B Y i Date: es: e•y1 (Title) 11:10:01:MANCk AND ON': YkAI; GIIARANTI:I: BONI) Bond #5754789 issued 'KNOW ALL MEN BY '1'III;SI: I1ItI;S1;N'I'S , that tJC , t.hc tlltdrr:. il;neel in nine (9) counter- Parts J . C . Industr.i.es , Inc. . , ,Jefferson City , Missouri hereinafter re ['errred to as "Contractor" Aftand American Casualty Company of Readin , Pa. a Corporation organized under the laws of the State of' Pennsylvania J trod aut.ho r i zed to transact business in the State of i`Iissouri as Surety , arc held and fi}'mly bound unto the City of Jefferson , Missouri. hereinafter referred to as "Owner" in the penal sum of- five hundred twenty one thousand eight hundred seventy .nine and 50/100- - - - - DOLLARS ($521 , 879 . S0) ) , 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 11e.irs , executors , administrators , . suc- cessors , and assigns , jointly and severally by these presents . THE CONDITIONS OF THE FOREGOING OBLIGATIONS IS SUCII 'rilAT : WHEREAS, the above bounden Contractor has , on the 20th clay of AM March 19 81 entered into a written contract with the aforesaid Owner for fu1'nishing all materials , equipment: , tools , superintend- ence , labor and other facilities and accessories , for the construction of J certain improvements as designated , defined and described in the said Con- tract and the Conditions thereof, and in accordance with the specifications and plans therefor ; a copy of said Contract being attached hereto and made a part hereof: NOW Tl III,REFORL' , 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 , 1)), reference , Made a part thereof ,according to the true intent and mcaing in each case , and if said contractoi' Shall replace all defective parts , material and workmanship For a poi- iod of one year after acceptance by the Owner , then this Obligation shall he and become Bull and void ; otherwise it shall remain in full force and effect . I'It(iV i Illili I lllt'I'iliilt , t I1;i I i t' ( lie sa i d G)II t rrlt• t or 1'.1 i Is I o Flu I y pay I'or any - 1 abor , materials , SUStcnccs , provisions , provender , gas oIinc , lubricat - ing oils , fuel oils , greases , coal repairs , equipment and tools consumed or used in said work , groceries and foodstuffs , and all insurance pre- miums , compensation liability , and otherwise , or any other supplies or materials used or consumed by such Contracor or his , their , or its sub- contractors in perfomance of the work contracted to be done , the Surety will pay the same in any amount not exceeding the amount of this Obliga- tion , together with interest as provided by law : PROVIDED FURTHER$ that the said Surety , for value received , hereby stip- ulates and agrees that no change , cxt.ensi.on of time , alteration , or addition to the terms of the contract , or the work to he perforated there- under, or the specifications accompanying the saiiie , shall in any wise affect its obligation on this bond and does hereby waive notice of any , change , extension of time , alteration , or addition to the terms of the contract , or to the work , or to the specifications : PROVIDED FURTHER) that if the said Contractor fails to pay the prevailing hourly rate of wages , as shown in the attached schedule , to any workman engaged in the construction of the improvements as. designated , defined and described in the said contract , specifications and conditions thereof, the Surety will pay the deficiency and any penalty provided for by law which the contractor incurs by reason of (Ibis/its) act or omission , in any amount not exceeding the amount or this obligation together with interest as provided by law : IN TESTIMONY W11ER1?OF , the said Contractor has hereunto set his hand , and the said Surety has caused these presents to be executed in its name , and its corporate seal to be hereunto affixed , by its attorney-in—fact duly authorized tllcretttlto so to do , at Jefferson City, Missouri oil this the _ 20th day of March 1981 AMERICAN CASUALTY COMPANY G N J SUltli'rY COMPANY CONTRACTOR By (SEAL) By (SEAL) 1;y Glenda A.;Fry (SEAL) (Attoriic.y=i.n- fact) By � (SE-AL) (Stato `Rep res oil tatJve) (Accompany this bond with Attorney- in- fact ' s authority from the Surety Company certified to include the date of the bond - ) American Casualty Company ,of Reading, Pennsylvania AMAU1"rxW CNA ss/Chlcago,Iilinolo POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Mon by these Presents, That AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a corporation duly organized and existing under the laws of the Commonwealth of Pennsylvania, and having Its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute and appoint James M: Dent. Glenda A. Frye Tamara .T- Tandwie ±ri TndividiiAlly of Jefferan ri y- Minantri its true and lawful Attorney-in-Fact with full power and authority hereby conferred to sign, seal and execute in Its behalf bonds, under' takings and other obligatory instruments of similar nature as follows: Without Limitations and to bind AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA thereby as fully and to the same extent as If such Instruments were signed by the duly authorized officers of AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company: "Article VI—Execution of Obligations and Appointment of Attomey-in-Fact Section 2. Appointment of Attorney-in-fact. The President or a Vice President may, from time to time, appoint by written certificates attorneys.in-fact to act In behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the rd of Directors of the Company at a meeting duly called and held on the 11th day of November, 1966: "Resolved, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power or cer- tificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." In Witness Whereof, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed this 2nd day of July 19—N_ AMERICAN CASUAL P OF READING, PENNSYLVANIA State of Illinois 1 tutr H. County of Cook ( ss Igor r • Vice President. On this 2nd day of Jul , 19 80 , before me personally came R. J. Wall to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of � lestern Springs State of Illinois; that he is a Vice-President of AMERICAN CASUALTY COMPANY OF READING, PENN- SYLVANIA, the corporation described in and which executed the above instrument; that he knows the seal of said Corporation: that the seal affixed to the said Instrument Is such corporate seal; that it was so affixed pursuant to authority given by the Board of Direc- tors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. v 0 NOTARY pursue Edward J. Haan(/III Notary Public. *�oao My Commission Expires May 12, 1984 CERTIFICATE I, P. F. Granahan , Assistant Secretary of AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA, do certify that the Power of Attorney herein above set forth is still in force, and further certify that Section 2 of Article VI of the By-Laws of the Company and the Resolution of the Board of Directors, set forth in said Power of Attor ey are still in force. In testimony whereof have hereunto subsc gibed my name and affixed the seal of the said Company this ,2v>� day of ig�. , of C3. e;5 JA_Z_� ,w A,7 P. F. Grans an Assistant Secretary. 8.23142.8 i .. .� NAME AND ADDRFSS Or AGENCY Winter—Dmt & OD. COMPANIES AFFORDING COVERAGES P.O. BOX 1046 Jefferson City, Missouri 65102 iFTTEI? A United States IYdelity & Guaranty COMPAN Lt iTER Y B 1'Lrenm I s Fund NAME AND ADDRESS OF INSURED J.C. Industries, Inc. LI INFER NY C p.0. Box 1264 Jefferson City, Missouri 65102 111 TI E RNY D COMPANY 9:�. LETTER This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. 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 conditions of such policies. COMPANY POLICY Limits of Liability in Thousands LETTER TYPE OF INSURANCE POLICY NUMBER EXPIRATION DATE EACH AGGREGATE OCCURRENCE GENERAL LIABILITY FORM S 738916 7-1-81 BODILY INJURY $ $ A ®COMPREHENSIVE. ®PREMISES-OPERATIONS PROPERTY DAMAGE $ $ ® EXPLOSION AND COLLAPSE HAZARD 99 UN DERGROUND HAZARD ❑x PRODUCTS/COMPLETED OPERATIONS HAZARD BODILY INJURY AND ©CONTRACTUAL INSURANCE PROPERTY DAMAGE $ 500, s500, ©BROAD FORM PROPERTY COMBINED DAMAGE ® INDEPENDENT CONTRACTORS ® PERSONAL INJURY PERSONAL INJURY $ AUTOMOBILE LIABILITY BODILY INJURY W315980 7-1-81 (EACH PERSON) $ A 19 COMPREHENSIVE FORM Ei BODILY INJURY $ O OWNED (EACH ACCIDENT) IR HIRED PROPERTY DAMAGE b ® NON OWNED BODILY INJURY AND $5OO PROPERTY DAMAGE / COMBINED EXCESS LIABILITY B ® UMBRELLA FORM xiB 142 42 79 7-1-81 BODILY INJURY AND PROPERTY DAMAGE $1,000, $ 1,000, ❑ OTHER T14AN UMBRELLA COMBINED FORM WORKERS'COMPENSATION STATUTORY and 1,703900725744 7-1-81 $ A EMPLOYERS'LIABILITY 100, +EncHncaolttn OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES W: Stadium BoUlevaxd Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail In days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER City of Jefferson City DATE ISSUED 12-81 240 East Iiigh StOott Jefferson City, Missouri 65101 WinL r Defit0R11Ep,j7:PR[SI. TATIVE 1ACORD 25(1.79) illr.c