Loading...
HomeMy Public PortalAboutORD09644 • 4 BILL NO. Q!na 7 INTRODUCED BY COUNCILMAN I ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI , AUTHORIZING THE MAYOR AND CLERK OF THE CITY TO EXECUTE A CONTRACT WITH T C TnA»a4-y-40o Ij P.O. Box 1264 i Jefferson City, MO I� . BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF JEFFERSON, I 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-Z--x n d 3 a tri a �I for the improvement of I� 1981 Curb & Gutter Project Phase II - Tanner Br. Rd. , Poplar St. , and Maywood Dr. and Poplar St. Drainage Improvements i for the sum of $722 ,39720 SECTION 2. A copy of said contract is attached hereto. I? SECTION 3 . This ordinance shall take effect and be in force from and after its passage and approval. i 1 I Passed: Approved: Q�l I u I side�l of the Coun it typ r 11 .Attest City Cle k r CONTRACT FOR COMI-4, 1TY DEVELOPMENT PROJECT Part I -,Agreement THIS AGREEMENT, made and entered into this day of , 19 81 , by and between the CitY of Jefferson (herein called the "Municipality") and J.C. Industries , (herein called the "Contractor"). WITNESSETH THAT: WHEREAS, the Municipality has entered into' a contract with HUD for a grant for i the planning, developing and execution of a community development program pursuant to Title I of the Housing and Community Development Act of 1914; and WHEREAS, the Municipality desires to engage the Contractor to render certain services in connection therewith. NOW THEREFORE, the parties hereto do mutually agree as follows: i 1. Scope- of-Services The Contractor, shall in a satisfactory and proper manner as determined by ® the Municipality, perform the following services: Poplar Street Drainage Improvements 2. Time of Performance The services of the Contractor are to commence as soon as practicable after the execution of this contract or at a time acceptable to both Contractor and Municipality and shall be undertaken and completed in such sequency as to assure the expeditious completion in the light of the purposes of this Aecontract, but in any event all of the services required hereunder shall be • completed within60 working daM*om the date of this contract. 3. Compensation and Method of Payment The Municipality agrees to pay the Contractor the sum of =72.329.70 Such sum is to be paid in the following manner: SEE ATTACHED PROPOSAL In every case subject to receipt of a requisition for payment from the Contractor specifying that he has performed the work under the contract in conformance with the contract and that he is entitled to receive the amount requisitioned under the terms of the contract. Satisfactory performance required under the contract shall be determined by the Municipality. 4. Maximum Compensation . It is expressly understood and agreed that in no event will the total compensation and reimbursement, if any, to be paid hereunder exceed the maximum sum of $72.329.70 for all services required. S. Terms and Conditions This agreement is subject to and incorporates the provisions attached hereto as Part II - General Terms and Conditions and Part III - Standard Labor Provisions. IN WITNESS WHEREOF, the Municipality and the Contractor have executed this contract as of the date first above written. ® CONTRACTOR - c MUNICIPALITY By By/�.� Sig re o Of ' Sigh ature of Officer MAYOR Title � Title Approved as t AFo ' Attest: City Clerk T s M .07T'�,8��� PF-1 79059 PROPOSAL FORM CITY OF JEFFERSON , MISSOURI POPLAR STREET DRAINAGE IMPROVEMENTS Name of Bidder 7a. G, 2,v ,�sT,Q: g A!c. Address of Bidder p,pe %e 2C / aq g:C&** sOAl G 'r!A � oW& GS/OZ To the City of Jefferson , Jefferson City , Missouri THE UNDERSIGNED BIDDER, having examined the Plans , Specifications , Regulations of the Contract , Special Conditions and other proposed Contract Documents , and all addenda thereto; and being acquainted with and fully understanding (a) the extent and character of the work covered by this Proposal ; (b) the location , arrangement , and specified re- �uirements for the proposed work; (c) the location , character, and condition of existing streets , roads , highways , railroads , pavements , , surfacings , walks , driveways , curbs , gutters , trees , sewers , utilities , drainage courses and structures , and other installations , both surface and underground which may affect or be affected by the proposed work; (d) the nature and extent of the excavations to be made , and the type , character and general condition of materials to be excavated; (e) the necessary handling and rehandling of excavated materials ; (f) the location and extent of necessary or probable dewatering requirements ; (g) the difficulties and hazards to the work which might be caused by storm and flood water; (h) local conditions relative to labor, trans- portation, hauling , and rail delivery facilities ; and (i) all other factors and conditions affecting or which may be affected by the work, HEREBY PROPOSES to furnish all required materials , supDlies , equipment , tools , and plant; to perform all necessary labor and supervision; and to construct, install , erect , and complete all work stipulated in, required by, and in accordance with , the proposed Contract Documents and the draw- ings, Specifications , and other documents referred to therein (as altered, amended, or modified by addenda) , in the manner and time pre- scribed, and that he will accept in full payment sums determined by applying to the quantities of the following items , the following unit prices and/or any lump sum payments provided, plus or minus any special payments and adjustments provided in the Specifications , and he under- stands that the estimated quantities herein given are not guaranteed to be the exact or total quantities required for the completion of the work shown on the drawings and described in the Specifications , and that increases or decreases may be made over or under the Contract estimated quantities to provide for needs that are determined during progress of the work and that prices bid shall apply to such increased or decreased quantities as follows : PF- 2 79089 Unit Item and Description Price Total 1 . 1 15" RCP Class III 28 LF @ $ °= = 4� 1 . 2 36" RCP Class III 925 LF @ $ 4-- $ q :2 1 . 3 36" RCP Class JV 134 LF @ 1 .4 Relaid 15" RCP 20 LF @ $ �,5- _ $ ' 3CO WMV 1 . 5 Relaid 30" CMP 20 LF @ $ (a om °_° ' 1 . 6 8" VCP (Sanitary Sewer) 70 LF @ $ is- •- _ $u/ease 93 1 . 7 8" DIP (Sanitary Sewer) 58 LF @ $ l . 8 15"-20° RCP Miter M . III 1 EA @ $ c{po = $ 1 . 9 3611-210151 RCl' Miter Cl . III 1 EA @ 2. 1 5 ' Di a . Std. Manhole 5 EA @ $ 2. 2 4 ' Di a . Std. Manhole (San Sew) 1 EA @ $- yS •s = $ Asa 2 . 3 4 ' Dia . Drop Manhole (San Sew) 2 EA @ $ 000��= $_ moo � 2.4 41x4 ' Double Grate Inlet 1 EA P I top 2. 5 41x4 ' Area Inlet 1 EA a $ /moo 2 . 6 41x4 ' Curb Inlet (Type A) 1 EA @ . $_ S"b $ ��£o •-� 2 . 7 41x3' Curb Inlet ('Type A) 1 EA @ $ -23-0 $ 2--fV 3. 1 Crushed Stone Street Repair S10 LF @ $ --�— _ $ 3gs'2 Sc 3. 2 Asphaltic Concrete St . Repair 120 LF @ $ /,0 4-.. = $ I;L fee 4t ;. 3 6" Concrete Curb Replacement 10 LF @ $ /S' o- = $ / �"p �• 4 . 1 Seeding 550 LF @ $ VOL _ $____�'�� 4 . 2 Sodding 190 LF @ $ y _ $ y79 d� TOTAL BID $ _ 1 r� t PF- 3 79069 TIME OF COMPLETION : The undersigned hereby agrees to complete the project within Co It> D,4!%-% , subject to the stipulations of the Regulations of the Contract Iffid the Special Conditions . r ' It is understood and agreed that if this proposal is accepted, the prices quoted above include all applicable state sales taxes and that said taxes shall be paid by the Contractor. The undersigned, as Bidder, hereby declares that the only person's. or firms interested in the Proposal as principal or principals, is af". are named herein and that no other persons or firms than herein •mentidned have any interest in this Proposal or in the Contract to be entered into ; and this Proposal is made without connection with any othe2 : person , company or parties making a bid or proposal ; and that it•is in all respects fair and in good faith, without collusion or fraud:' The undersigned agrees that the accompanying bid deposit shall become the property of the Owner , should he fail or refuse to execute the Contract or furnish Bond as called for in the Specifications within the time provided. If written notice of the acceptance of this bid is mailed, telegraphed or delivered to the undersigned within sixty •(60) days after the date of opening of the bids , or any time thereafter before this bid is with- drawn, the undersigned will , within ten (10) days after the date of such mailing, telegraphing, or delivery of such notice , execute and deliver a Contract in the form of Contract attached. The undersigned hereby designates as his office to which such notice of acceptance may be mailed , telegraphed , or delivered: D, cr�+.'♦9::Q00 Te _A Aso•✓ G: !J It is understood and agreed that this bid may be withdrawn at any time prior to the schedule time for the opening of bids or any authorized postponement ,thereof. Attached hereto is a Bid Bond for the sum of W-52 ,,vr- ($ ) Dollars , made payable to the C ty of Jefferson, Missouri PF-4 79089 Signature of Bidder : I£ an Individual : doing business as If a Partnership : by member of firm If a Corporation :P T, G. by Title �Re.s;cle,.vT SEAL Business Address of Bidder G Y i9oh _SeFFc,¢soti� G:Tu r /ytB . �,S10Z If bidder is a corporation , supply the following information : State in which incorporated /7J,'sS'O'r"A Name and business address of its : President Secretary o be.PtT G. Ph: C�eRT 6?O. ROY 1A(.,4 :'e.6Fe Rso a, G:ry. mo. &S'ioa Date — 3 p — g l • r STATEMENT Regarding NONDISCRIMINATION IN EMPLOYMENT The undersigned . RON"Mob T, ye/fi:4 states that he is �;de��' — of the contractor submitting the attached proposal, and that he S' previously performed work subject to the as ort� President 's Executive Order No. 11246 , dated September 24, 1965, as amended by Executive Order No. 11375 , dated October 13, 1967 ® regarding nondiscrimination in employment. i agate • U. S. ENVIRONMENTAL PROTECTION AGENCY CERTIFICATION OF NONSEGREGATED FACILITIES AM (Applicable to contracts, subcontracts, and agreements with applicants who are themselves performing Federally assisted construction contracts, exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause.) By the submission of this bid, the bidder, offeror, applicant, or sub- contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control , where segregated facilities are maintained. He certifies 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 maintained. The bidder, offeror, applicant, or subcontractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms ana washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided 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 habit, local custom, or otherwise. He further agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Oppor- tunity clause; that he will retain such certifications in his files; and that he will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods) : NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NONSEGREGATED FACILITIES A Certification of Nonsegregated Facilities, as required by the May 9, 1967, order (33 F.R. 7808, May 28, 1968) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Oppor- tunity clause. The certification may be submitted either for each subcontract or for all subcontracts during a period (i .e. , quarterly, semiannually, or annually). &7 811 ley I.C., SIGNATURE OF CONTRACTiOR Date Roem llc%Za PSr,;,aQ,y r TYPED NAME AND TITLE OF SIGNER NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001 . CONTRACT FOP. IlUBLIC WORK THIS CONTRACT, made and entered into this 4L day of 19_&L, by and between George Hartsfield , President of the City Council. of the City of Jefferson, Missouri , a municipal corporation of the third class of the State of Missouri , Party of the First Part and who acts for and on behalf of the City of Jefferson , and J.C. Industries, Inc. , Party of the Second Part', WITNESSETH: THAT, WHEREAS, the City Council of the City of Jefferson, Missouri , did on the clay of �'�, 19 ( award to the Party of the Second Part J.C. Industries, Itne. the contract of the improvement of X981 Curb & Gutter Project Phase II Tanner Rr= Rd. , Maywood Dr and Poplar St. NOW, THEREFORE, for and in consideration of the awarding of this contract and the work thereunder by said First Party hereto , the City of Jefferson, Missouri , to the Second Party J.C. Industries , Inc. the said Second Party does hereby contract and agree to 'do and perform said work, above specified and referred to, for the following prices and to accept in payment therefore : 1 . • Special Tax Bills to be issued by the City of Jefferson aforesaid , against the real estate subject to the payment of said improvement at the rate of$5 . 00 or $7 . 50per front foot as provided by law and 2. Monies from tlic 'Treasury of the City of Jel"Icrson, upon acceptance of said work by the City Council of the said' City of Jefferson, Missouri . • IINIT I ?N I' GLASS 11:1(:A'I' It l('li AMOUNT -- ... See Attached Proposal. Upon completion of the work, readjustments in the contract price shall be made according to actual measurements and at the price per unit specified in the contract . NOW, BY '1HUSE PRESENTS , it is agreed and understood by the parties hereto , that this contract is entered into SL11) L to all existing ordinances of the City of Jefferson pertaining to the work awarded and subject to the pulls and specifications and estimates of the costs for work on ,fily in the office of the City Clerk , and which shill be consid- ered a part and parcel of this contract ; that all questions arising as to tho •proper performance of this contract of such work in accordance with the plans an-d specifications therefore , and estimates thereof, shall he decided tly the Director• of 111d, I is Works of fhe City of Jefferso,,I Missouri , or by such competent person appointed by the Mayor and the City Council of the City of Jefferson to supervise and superintend said work in the place of and instead of such Director of Public Works ; that in the case of improper construction , the City of Jefferson reserves the right at any time to suspend, re-let or order an entire reconstruc- tion of the work ; that contractor agrees to coma;once work on or before a date to be specified in a written "Notice to Proceed" and to fully complete the project within gn consecutive -working days thereafter. 711'e. City reserves the right at any time to suspend, re-let or order an entire reconstruction of the work awarded and to declare the contact forfeited, but that such suspension , re-letting or recon- struction or forfeiture shall not affect the right of the City to recover all damages and penalties accruing or due it by reason of the Contractor' s non-compliance with this contract . Liquidated damages of $100. 00 per . day will assessed against the Contractor for each day the work remains incomplete following the completion date or extension thereof. The Second Party agrees to pay all classes and crafts of labor used in the performance of this contract the prevailing hourly rate of wages as determined by the Department of Labor and Industrial P•elations and Second Party acknowledges that he knows the prevailing hourly rate of wages for all the classes and crafts of labor to he used in the perfor- mance of this contract because lie has obtained the prevailing hourly rate of waives from the contents of Special Wage Detel'mination No . , in which the rate of wages are set forth . The Contractor further agrees , as the Second Parry , that he will keep an accurate record showing the names and occupation of all workman employed by them in connection with the work to be performed under the terms of this contract , which record shrill shown the actual wal;u". paid to each S.1 id workman ! )I ConnccL ion wl III the work to he j)cr- formed under the terms of this cant Tact , and agrees further that the aforementioned JCCUratC record shn1.1 be available and open at all reason- able hours for the inspection liy the Director of Public Works or any . . other authorized cml)loyee of the City of Jefferson , Missouri. In com- pliance with the Prevailing Wage Law, as Amended in - Sections 290 . 210 to 290. 340 inclusive , Revised Statutes of Missouri , 1969 , effective Octob.er 13, 1969 , * not less than the prevailing hourly rate of wages in the Jefferson City area shall be paid to all work-nian performing work under this contract , Section 290 . 250 . The Contractor shall forfeit to the City, Ten Dollars ($10) for each workman employed , for each calendar day, or portion thereof, such workman is paid less than the stipulated rates for any work done under said contract , by him or any subcontractor wider him, Section 290 . 250 . AM The Second Party agrees to completely indemnify and ]sold harmless the City of Jefferson for any and all damages , -injuries , actions , costs , attorney' s fees and all other expenses whatsoever , arising; out of the pe-rformance of said work whether the property or persons damages are the servants and employees of the Second Party , or third parties , in no manner connected with said work. All interlineations , corrections , deletions and changes herein have been prior to the execution of this contract . IN WITNESS WHEREOF, the parties have hereunto set their hands and seals this / /' day of 19��. CITY OF J1:1FF URSON , MISSOURI (BY) j PROPOSAL I olul (;] 'I'Y OF JEFF M1SSL)UIt.0 1 Name of Bidder Address of Bidder �, Q ox 2 y S�FFe�aso G.'Ta yllD, G.s�°z . I '1'O Tile Ci ty of Jefferson , Kissouri 240 Bast High Street Jefferson City , Kissouri; 65101 I'Illi UNDERSIGNED BIDDER , having; examined the 113mns , Spe.cificat•ioils , Rel;ulrttiOils of the Contract , Spccial Con•diti.ons and other proposed Contract Documents , Intl all. addenda thereto ; and tieing acquainted with and Fully understanding (a) tile: extent and character of the work covered by this Proposal ; (b) the location , arra.n.gement , mid specified require- ; meats for the proposed work ; (c)' the location , character , and condi- tion of exi.sting streets , roads , highways , railroads , pavements , sur- racin ,s drivcta. s curbs , gutters , trees , sewers , ut:i] itics , drainage courses mitt structures and other installation , both surface Ind underground which nil), affect or be affected by the. proposed work ; (d) the nature rtrtcl extent or: the excavati.ctrts tci hc� m;tde , Ind the type , Character and l,ener.tl condition of matcria.l.s to ho cxcovated ; (e) the necessary ImIldling Ind rehandling of excavated mat.eriols ; (f) the loca- t i on mitt extent of ucc ossary or probable dewy to r:i rt1; requi rcntcnts ; (g) the Lli.fficult.ics matt hazards to the work which might he caused by storm ;Ind flood t%'ater ; (11) local colditions relative to labor , trans- port,ztion , hr.iuling , and rail delivery facil. itics ; mid (i ) all other factors and conditions affecting or which may be affected by the work , 111iR1s13Y PROPU,SIM to rul-n .i sh all required materials , suppl•ics , equipment , tools , and plant: ; to perform all necessary labor and supervi.sion ; and to construct , .install , erect , anti complete all. work stipulated in , requi red hy , and in ;IC;cordlncc with , the proposed Contract Documents and the dr;tw i nl;s , `;pec i fications , surd other doctunent:s referred to therein (as altered , .unclided , or nto(l.Ned by addeuda ') , in talc m.inncr Intl Lintc prescrihecl aml that he wi 11 accept in fill I pa'•mtent: stuns deter- mined by apply.inl; to the quant.i. t.ics of the rollolvinl; items , the 'follow- inl; unit price-s and/01' arty frump r.um 1mymertts providod , pills or minus any special payments Ind adjusLmcuts provided ill rile Sper.i.li.catic�ns utld �hc lilt derst.trtds th.IL the+ estimated quantities IICI'C• in l; ivcn are ncit l;urt >.'- anteed. to he the exact. or total clurtnt'itics re(imired for the complat.lon of tha work shown on Lhe draw.irngs and described iu Lhe Specificati.ons , and that i.ncreases or decreases may be made over or under the Contract cs Li lira Led q uan ti L• i c,s 10 prov i do for needs that a i-v do torn i ncd dur.i ig progress of the wurk :tad Lhat prices bj.d shall. app.ly to such increased or dccrcascd-quantities as follows : 1TFMT,-A'D PROPOSAL. 1981 CURB & GUTTER PROJECT PHASE II TANNER BRIDGE ROAD TEM NO. ITEM DESCRIPTION UNIT APPROX . UNIT AMOUNT QUANT. PRICE 1 . 0 Removals & Demolition LS ' 7.50 °° 2. 0 Grading & Excavation LS • ;z gap 3. 0 6" Type "A" Curb & Gutter LF 3235 7 S° .�q.2lo� 4 . 0 1h" AC Pav' t Tons 450 32S—°- ly, G;t6' 4 . 1 5-2.11 AC Wedge Tons 550 3A me � 7� Gip ° 5 . 0 6" PCC Drive Apron SY 126 i 6 . 0 Type "A" Drop Inlet EA 1 7ppO1 7D0 6 . 1 Type "B" Plod . Drop Inlet EA 4 7 00 °" got? 7 . 0 15" CMP (complete in place) LF 189 /S°- a 83S ° 8 . 0 Crushed Stone Drive Ton 75 9. 0 4" PCC or AC Drive Replacement SY 220 1p Q);Zoo 10 . 0 Seeding & Mulchin.g Acre 1 . 2 x000 y pp a' i • iTEMI Z1.D PROPOSAL 1981 CURB & GUTTER PROJECT PHASE II POPLAR STREET TEM NO. ITEM DESCRIPTION UNIT APPROX . UNIT AMOUNT QUANT. PRICE 1 . 0 Removals $ Demolition LS 7,50 °^° 2 . 0 Grading F Excavation Est. C-633. 81 CY• F-194 . 45 CY LS �©© oe 3 . 0 6" Type "A" Curb F, Gutter LF 1421 ,Sa 4 .0 6" PCC Pav' t or 7" AC Pav ' t SY 1225 9� S i 5 . 0 6" PCC Drive Apron SY 85 �S St- i 6 . 0 Crushed Stone Drive Ton 30 g aY0 i . 0 4" PCC or AC Drive SY 35 �0 5010 3S0 Replacement 8 . 0 Seeding $ Mulching Acre 0 . 5 C;Z000 /000 30 v SO ° i ITEMIZED PROPOSAL 1981 CURB & GUTTER PROJECT PHASE II MAYWOOD DRIVE TFM NO. ITUI DESCRIPTION UNIT. APPROX.' UNIT MOUNT OUANT . PRICE 1 . 0 Removals & Demolition LS Grading & Excavation Est , 2. 0 C-1199. 04 CY F-196. 97 CY LS ' 3 p00 os 3. 0 • 6" Type "A" Curb F, Gufter LF 1450 � `rO �p 87� • 4 . 0 6" PCC Pav' t or 7" AC Pav' t SY 2220 �•Z So , 2.5 e 5 . 0 6" PC.0 Drive Apron SY 32 - ^"_ [f 80 6. 0 Type "A" Drop Inlet EA 2 . 0 Crushed Stone Drive Ton 20 �� Q° 8. 0 4" PCC or AC Drive SY 50 Replacement 9. 0 Seeding. F, Mulching Acre 0 . 6 x000 / ,200 •°� y' L \l TIME. OF COM11,111T I ON : The undersigned hcrehy agrccs to comp late thr projcr.t; t� i th Ninety (90) working clays subject: to the stipulations o the ficbulaEions off the Cont.►=itct a►id the Special Co►ldi tions . r is till tic rst'ood, 111(1 'ag)—ced that if tilis proposal is ;ie:C.eptcci , the prices ►oUld ahove inclutle a I ] applicable state taxes and that said taxes shall be paid by the Golttrat Lor. VIC tntdcr�il,netl , as Bidder , hereby declares that the only persons or firms i ntcres tccl ill the 111opn-sa l as principal nor princ i p;i 1 s is or arc named herein mid . that no other persons or firms than hcrci►i mcntionccl have any �interr,; t in this 1'ropbo .;tl car in the Contract: to he rnPorcd into ; ,111cl { this Proposal is ►aside mi trout connection with any othr.r pot-Son , ct)ntpMny for parties nutkinl; a bid or proposal ; and that it is in 11.1 respects fair land in good: faith , Without -collusio-n or fraud . ' The antlers i l,ned. ap l-'ev" Lhat the accontpan),iir11; hid dlnpn!c .i. t slia l 1. become ' the property o (' the (h"ttel- , should he fail or ►-efu�:e to execute the Contract ' or furnish Bond as called for in the Speci ficatioils within the time 'provided. 1f w►-ittell notice of the acceptance of this hi.d is mai Loci , tolcgraplled or delivered, to the undersi.l,ned lwi.th:i.n thirty (30 ) clays ;it the date o1"' ' opcn.inl; of the bids , or an), time thcreaft•er before this hid is withdralvil the t.tnc(ol-sigiled will. , wi thi►l tcn (10) days aftc ►- tiro date of such mailing , 10911L legrapli i ng , or delivery of .such notice , execute and deliver a Contract the form of Contract attached . The undersigned herchy ties i l macs as his orrice to wh.ic:h such notice of acceptance may be mailed, telegraphed , or delivered : R o x ea.6 4/_ /9s1-) w,%/:�'W5 It is understood and agrccd that this hid may lie withdr;aivn at ;tny time prior to the schedule time for the opening of bids or any authorized postponement thereof. Attached hereto is a Bid Bond for the sum of ) ($ Dollars , made payab.le Lo Hie C1Ly of Jc1'( ct•sOil s I . Signature of Bidder : If an Individual : , doing business as �f ►► Partnership : by member of firm If a Corporation : by .Ti t 1 e���S�_ T SLAL Business Address of Bidder •' 1'. G.' z',�a/�r>.4:es? �.ye. 4 If bidder is a ,corporation, supply the following information : State in which incorporated Name and business address of its : President D_ �3y.r y TGF<e,�tso.v c..'rH Secretary OLe-Ar Date .. , ANT (OLLUS t� J ,ti'I'n'I'lit`IIiN'I' i I STATL 01= 5-9 a&A; 1 COUNTY or G o L, e_ ) ° . being first r �• duly sworn, deposes and says that lie is r G titic of person signing o l_ F . i Name of -Bidder that all statements made and -facts set out, in the propsal for the above project are true and correct ; and the' tlic bidder (The person , firm, association, or corporation making; said bid) has not , either directly or indirectly , entered into any agreement participated in any collusion, or otherwise taken any action - in restraint of free competitive bidding in. connection with such bid of any contract which result from its acceptance . Affiant further certifies that bidder is not financially interested in , or financially affiliated with , any other bidder for the above project . y � (BY) Sworn to before me this 30 day of T � ,�� _ 19 8t Notary 61Tl is Ply commission expires : i • CONTRACTOR' S AFFIDAVIT This affidavit is hereby made a part o(' the Proposal , and an executed copy thereof shall accompany each Proposal submitted. s,rATE 01. COUNTY 01: The undersigned , R,,A.I Nz b g"' me , of lawful age , being first duly sworn states upon oath that lie is PQei S,d e-.,v T' of Zr'G, ,T_'.�ais �,4 tic-S ',yG the contractor submitting; the attached proposal , that he knows of his own kiiowleclge and states it to be a fact that neither said proposal nor the computation upon which it is based include any amount of monies , estimate or allowance representing wages , moneys or expenses , however designated , proposed to be paid to persons who are not required to furnish material or actually perform services upon or. as a part of the proposed project . .� /11.1• 1' Subscribed and sworn to before me , a Notary Public , in and for the County and State aforesaid, this $ o clay of Ar0 , 19 S/ _. 1 SHAL J tary I'ti 1 is My commission expires : r� •r 'r 'r �' r r•r r •e r �' NAME AND ADDRESS Of' AGENCY Winter—Den+ & Co. COMPANIES AFFORDING COVERAGES P.O. Box 1046 Jef f erson City, 'f I T[V Y ty, Missouri 65102 1I rTER United States Fidelity & Guaranty COMPANY 1.1 T I I R Firei nan Is Fund E AND ADDRESS Of INSURED COMPANY J.C. Industries, Inc. 1.1TTIR P.O. Box 1214 COMPANY Jefferson City, Missouri 65102 IITIIR COMPANY 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 Tv PEOF,NSURANCE POLICY NUMULIt ExPiRATION D4Tt EACH AGGREGATE OCCURRENCE GENERAL LIABILITY A ® SNP 738916 7-1-82 BODILY INJURY 5 t COMPREHENSIVC FORM ®PREMISES—OPERATIONS PROPERTY DAMAGE S f ®EXPLOSION AND COLLAPSE HAZARD ®UNDERGROUND 14AZARD ®PRODUCTS/COMPLETED OPERATIONS HAZARD BODILY INJURY AND ®CONTRACTUAL INSURANCE PROPERTY DAMAGE s 500, s 500, ®BROAD FORM PROPERTY COMBINED DAMAGE ® INDEPENDENT CONTRACTORS ® PERSONAL INJURY PERSONAL INJURY S AUTOMOBILE LIABILITY BODILY INJURY (EACH PERSON) A IN COMPREHENSIVE FORM BAP 544969 7-1-82 BODILY INJURY s ® OWNED (EACH ACCIDENT) ® HIRED PROPERTY DAMAGE S ® NON-OWNED BODILY INJURY AND $ PROPERTY DAMAGE COMBINED EXCESS LIABILITY B ® UMBRELLA FORM XT R 146 O1 54 7-1-82 BODILY INJURY AND $1,000, 3 1,000, PROPERTY DAMAGE ❑ OTHER THAN UMBRELLA COMBINED FORM WORKERS'COMPENSATION STATUTORY A and 1 70 3900 00369817 7-1-82 EMPLOYERS'LIABILITY $ (EACHACCOLNb OTHER DESCRIPTION OF OPERATION S/LOCATIONSNEHICLES JOB: Poplar Street Drainage Improvements and Improvement of 1981 Curb and Gutter Project Phase II - Tanner Bridge Road, Maywood Drive and Poplar Street, City of Jefferson, Jefferson Missnuri 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 Cf FIT II ICAT E Hot DER City of Jefferson DATE ISSUED__7-14 240 East High Street Jefferson City, Missouri 65101 AUTHORIZED HET RCSENTATIVE 1ACORD 25(1•79) American Casualty Company :+ of Reading, Pennsylvania Offices/Chicago,Illinois PERFORMANCE BOND #575 47 96 KNOW ALL MEN BY THESE PRESENTS: That we J. C. Industries, Inc. , Jefferson City, Missouri , Principal, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, Surety, are held and firmly bound unto City of Jefferson, Missouri Obligee, inthesum of Two Hundred Twenty Two Thousand Three Hundred Fifty Seven and 201100--- ------------------------------------------------------------ Dollars ($ 222057.20 } for the payment of which we,bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a contract with Obligee, dated July 14, 1981 for Poplar Street Drainage Improvements and Improvement of 1981 Curb and Gutter Project Phase II — Tanner Bridge Rd. , Maywood Dr. and Poplar Street. 0 copy of which contract is by reference made a part hereof. NOW, THEREFORE, if Principal shall faithfully perform such contract or shall indemnify and save harmless ® the Obligee from all cost and damage by reason of Principal's failure so to do, then this obligation shall be null and void; otherwise it shall remain in full force and effect. Signed, sealed, and dated July 142 1981 J. C. INDUSTRIES, INC., rincipal AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA b y- AttornQey-.in-Fad Form 1-X 1-266-LT American Casualty Company APWA of Reading, Pennsylvania CNA Plaza Chicago,Illinois 60685 #575 47 96 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That J. C. Industries, Inc., Jefferson City, Missouri Principal, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, Surety, are held and firmly bound unto City of Jefferson, Missouri Obligee, In the sum of Two Hundred Twenty Two Thousand Three Hundred Fifty Seven and 20/100-- --------------------------------------------------------- Dollars($ 222,357.20 ). for the payment of which we bind ourselves, our legal representatives, successors and assigns,Jointly and severally, firmly by these presents. WHEREAS, Principal has entered Into a contract with Obligee, dated July 14, 1981 for Poplar Street Drainage Improvements and Improvements of 1981 Curb and Gutter Project Phase II-Tanner Bridge Rd. , Maywood Dr. and Poplar Street. copy of which contract is by reference made a part hereof. NOW, THEREFORE, if Principal shall, in accordance with applicable Statutes, promptly make payment to all persons supplying labor and material In the prosecution of the work provided for In said contract, and any and all duly authorized modifications of said contract that may hereafter be made, notice of which modifications to Surety being waived, then this obligation to be void; otherwise to remain In full force and effect. SIGNED, SEALED AND DATED July 14, 1981 J. C. INDUSTRIES, INC.., Z. (seal) rincipal AMERICAN CASUALTY COI PANY OF READING, PENNSYLVANIA' . by - Q, • Attorney-in-Fact" Form 8-23214-A Amerlean Casualty Company " of Reading, Pennsylvania artuRANQr PR" CN! A AftlOffices/ChIcario,Illinois POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men 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. Frv. Jame`aT. TAndwahrr Tndivid A 1v of Jeffernnn _City- MiAnnuri 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 Attorney-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•!n-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 ,aMoard 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 80 . 0JULY1. AMERI4CASUALP OF READING, PENNSYLVANIA State of Illinois I County of Cook ( ss Vice President. On this 2nd day of July. , 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 Western 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 some to be the act and deed of said corporation. uc••� / n aP suc Edward TJII ry o+00e 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 Attorney pre still in force. In testimony whereof I h hereunto subscr bed my name and affixed the seal of the said Company this day of 19 . ������•�� P. Grans an Assistant Secretary. 8.23142.0