HomeMy Public PortalAboutORD09981 Bill No. J — �o
Sponsored by Councilman
Ordinance No. 14991
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING
THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH WILLARD
STOCKMAN CONSTRUCTION COMPANY FOR THE CONSTRUCTION OF HAAF
DRIVE/NORTH DRIVE PRIVATE SEWER NO. 359.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF JEFFERSON,
MISSOURI, AS FOLLOWS:
Section 1. The Mayor and Clerk are hereby authorized and
directed to execute a contract with Willard Stockman Construction
Company for the construction of Haaf Drive/North Drive Private Sewer
No. 359 for the sum of $91,092.74.
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 /a - 6 — 93 Approved
Z 1j
P esi ng Offic Mayor
ATTEST:
City Clerk
CUY1'It/U.'1' IC)IZ I11111AC WORK
77iis Cvntrnlct is made rind entered into this _C�C L fIny of �•1,,�c�tl�
19 by and between the City of Jefferson, Missouri, (City), and
Willard Stockman Construction GDn-pany _ _(0)ntractor).
WIMIEAS, the City Council of the City of Jefferson, Missouri did on the
day of Y?2a , 19 5-, nward to the rontractor
the bid of the i1q)roVL'1Y It of I1aaf Drive / North Drive
Private Sewer No. 359 �,'� ,�, ce 9/, m9al•7�
NOW, Tl�E'FORE, for and in consideration of the awarding of this conti act
and the work thereunder by City to the Contractor, the Contractor does hereby
contract and agree to do and perform said work, above specified and referred to,
for the following prices and to accept in payment therefore:
1. Monies from the treasury of the City, upon acceptance of said work by
the City Council of the City.
The approximate quantities, unit prices, and total an>Jtunts are as shown in
the itemized proposal attached hereto as Exhibit "A". Upon congnletion of the
work, readjustments in the contract price shall be made according to actual
measurements and at the price per unit specified in the contract.
It is agreed and wnderstood by the parties hereto, that this contract is
entered into subject to all existing ordinances of the City pertaining to the
work awarded and subject to the plans and specifications and estimates of the
costs for %%x)rk on file in the office of the City Clerk, and which shall be
considered a part of this contract; that all questions arising as to the proper
performance of this contract of such work in accordance with the plans and
specifications therefore, and estimates thereof, shall be decided by the
Director of Public Works of the City of Jefferson, Missouri, or by such com-
petent person appointed by the Mayor and the City Council of the City of Jefferson
to supervise and superintend said work in the place of and instead of such
Director of Public Works; that in the case of improper construction, the City
reserves the right at any time to suspend, relet or order an entire reconstruc-
tion of the work; that Contractor agrees to comirmce work on or before a date to
be specified in a Written "Notice to Proceed" and to fully complete the project
within One hundred (100) working days thereafter. The City reserves
the right at any time to suspend, re-let or order an entire reconstruction of the
t •
N%urk guarded and to d0clure the contract forfeited, but such suspention, re-
• letting or reconstruction or forfeiture shall not affect the right of the City
to recover all (Lunages and penalties accruing-or due it by reason of the
Contractor's non-cog)l.iance with this contract. Liquidated damages of $100.00
per day will be assessed against the Contractor for each day the work roma.ins
incomplete following the completion date or extension thereof.
The Contractor agrees to pay all classes and crafts of labor used in the
performance of this contract the prevailing hourly rate of wages as determined
by the Department of Labor and Industrial Relations and Contractor acknowledges
that he knows the prevailing hour rate of cages for all the classes and crafts
of labor to be used in the performance of this contract because he has obtained
the prevailing hourly rate of cages from the contents of Special j..a.ge Determina-
tion No. 3-026-072 , in which the rate of wages are set forth.
The Contractor further agrees that he will keep an accurate record showing
the names and occupation of all workmen employed by them in connection with the
work to be performed under the terms of this contract, record shall show the
actual wages paid to said workmen in connection with the work to be performed
under the terns of this contract. Contractor further agrees that the aforeren-
tioned accurate record shall be available and open at all reasonable hours
for the inspection by the*Director of Public ]Yorks or any other suthorized
employee of the City. In complia.rnce with the Prevailing Wage Law, as amended
i.n Sections 290.210 to 290.340 inclusive, Revised Statutes of Missouri, 1969,
effective October 13, 1969, not less that the prevailing hourly rate of wages
in the Jefferson City area shall be paid to all workmen performing work under
this contract, Section 290.250. The Contractor shall forfeit to the City Ten
Dollars ($10.00) for each workman employed, for each calendar day, or portion
thereof, such workman is pai.d less that the stipulated rates for any work done
under said contract, by him or any subcontractor under him, Section 290.250.
Contractor agrees to completely indemnify and hold harmless the City for
any and all damages, injuries, actions, costs, attorney's fees and all other
expenses whatsoever, arising our of the performance of said work whether the
property- or persons damaged are the servants and employees of the Contractor
or third paxties, in no nruiner connected with said work. All interlin eat ions,
corrections, deletions and changes herein have been prior to the execution of
this contract. �'—
Ccuttrac:tor Shalt procure wid maintain during the 1.i fe of this contract:
a
a. Wor}amin's Coiq)ensation insurance for all of its employees to be
engaged in work under this contract.
b. Contractor's Public Liability Insurance in the amount not less
than $800,000 for all claims arising our of a single occurence
and $100,000 for any one person in a single accident or occur-
rence, except for those claims governed by the provisions of the
Missouri Wor}unan's Compensation Law, Chapter 287, Mlo. , and
Contractor's Property Damage Insurance in an amount not less
than $800,000 for all claims arising out a single occurrence
and $100,000 for any one person in a single accident or
occurrence.
c. Automobile Liability Insurance in an an-ount not less than
$800,000 for all claims arising out of a single occurrence and
$100,000 for any one person in a single accident or occurrence.
d. a,mer's Protective Liability Insurance. The Contractor shall
also obtain at its o�vn expense and deliver to the City an
a%,ner'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 our of a single occurrence and $100,000
for any one person in a single accident or occurrence. No policy
will be accepted which excludes liability for dw-n ge to wider-
ground structures or by reason of blasting, explosion or
collapse
e. The Certifications of Insurance furbished to the City showing
proof of complimice with these insurance requirements shall
contain a provision that coverage under such policies shall not
be cancelled or materially changes until at least (15) fifteen
days prior written notice has been -given to the City.
IN II'HIINESS WHEREOF, the parties have hereunto set their hands
and seals this day of 198
ITY OF JETFERSON, MISSOURI
By a/
n r
All ST: ,
City elerk
� Cam.
By _-
nT11s-r:
Fidelity and Deposit Company
HOME OFFICE OF MARYLAND BALTIMORE, AID. 2I20d
Performance Mond
KNOW ALL MEN BY THESE PRESENTS:
That....Willard Stockman Construction Company. Inc, , 1402 Stadium
........ ... ... ...................... ............
tyne Ibe r n t 6T,
rers or It-gal title if the Contractor)Drive, Jefferson Ci
... ..... ................... .......... ....
............. ..................................
as Principal, hereinafter called Contractor, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora-
tion of the State of 111ilarviand, with its hone office in the City of Baltimore, Maryland, (I. S. A., as Surety,
hereinafter called Surety, are held and firmly hound unto........................................................................................
..City...o f...Jefferson.. .................................. .....................................................................................................
,
Inere Insert the nano,and address ar legal title of the Owner)
as Obligee, hereinafter called Owner,
in the amount of.....Ninety�One_Thousand. Ninety-two..and....
4/100-
Dollars (S.... for the payment whereof Contractor and Surety bind themselves,
their heirs, executors, administrators, successors and assigns,jointly and severally, firn7ly by these presents.
WIIEREAS, Contractor has by written agreement da June.. 6 ........................19...83
entered into a contract with Owner f or....improvement..of_..Haaf,..Dr v..elNorth...Dr ve.,..........
Private Sewer No. 359,
....................... . ..... .... ..... . .... ............. ... ... .. .... ..... .. ........
...................................................... ..... ........................ ...................................................................... ..............................
Adak in accordance with drawings and specifications prepared by ...... . ... ................... ....... . ......... ._ .......... ............
.................................... ............................................... ............... ........ ..................................
(Ilere insert lull nano,,title and addr".o
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 rentaii�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 (honer to be in default under the Contract, the (honer
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 condi-
tions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon
determination by the Owner and 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 he
a default or a succession of defaults under the contract or contracts of completion arranged under this
paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not
exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount
set forth in the first paragraph hereof. The term "balance of the contract price," as used in this para-
graph, shall mean the total amount payable by (honer 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) )-cars from the date on
which final payment under the contract falls due.
No right of action shall accrue on this bond to or for the use of any person or corporation other than
the Owner named herein or the heirs, executors, administrators or successors of Owner.
Signed and sealed this......................6.th..............................(Jay of........................June............A.D. 19..83..
In the presence of: Willard Stockman Construction( &g)pany, Inc.
........................................................
Principal
Tide
FIDELITY AND DE IT CO II \Y OF M RYLAND
1,..7.5..,......��� 135•..... ...........(SL'A L)
• wo neyYi Fact Titl
C309c-201611,12.73 199717
Approved by The American Institute of Architects,A.I,A,Document
No,A•311 February 1970 Isdition.
Fidelity and Deposit Complany
HOME OFFICE Or MARYLAND BALTIMt>!RK ,►fa, JIM
Labor aml Material 11nymlMIt 110U41
Note: 'Thin bind i% i+.ucd sinndtiulrtlu•ay Nish Peflofnuuue howl In (,Ivor
of the owner c•ouditiunrd on Ihr full and lailhhd perfunnaw a of the vonlr,►cl:
KNOW ALL MEN FIN 'ftlESt: PRESENTS:
That... ll.ard,...S.tQCkman .Con a.tructIon . Company,. Inc, ,. 1402 Stadium
Illrrr In!rrl the na111r end nddir..4,t 14-1111 III It,4.1 the('4,11114,Inrl
as Principal, hereinafter called Principal, and hluta.rr� %Nli Ditt- ilr Colil1-ANV WV MARYLANI►, a corllorlt•
tion of the State of Maryland, with its honne uflire in III(. City (►f IlAtinmrr, Mar%liuul, V. S. A., Its Surety,
hereinafter called Surety, are held and firmly I►ound unto .
City of. Jef fe;son... .. . ,
IIIMr Inevl Ihr uumr nod udder-.u, If-N.01 Illlr of the Ih fit/1
as Obligee, hereinafter called Owner, for the use and benelit of claimants as hereinbelow defined,
in the amount of...N3;ne ty.-One..Thowand Ninety-two and. 74/100-r-
- -----1---.-..
-----.------------------------ --- ------ —--------—.......................... .., .. .... .. .. .. .�.... .. ... ....,
Illrrr I11-rrt u 011111 equal l4,lit h-ut unr hall IIf Ihr umoa(l price)
Dollars (S..9��09274 1111 -- )1 for the payment whereof 1rincipal and Surety bind themselves,
their heirs,executors, adiiiinlstrators, successors alid assigns, jointly and t►everally, firmly by these presents.
WHEREAS, Principal has by %vritten agreen►ent third June 6th . . t9..83,
entered into a contract with Owner for improvement of Haaf Drive/North., Drive,
Private ..Sewer. .No... 359, ...... .......... ....
....... ..... .......... ..... . ....... . . .
in accordance with drawings and specifications prepared by ... ....
Moe Inwit lull name,1116•and addow-►
which contract is by reference made at part limo(, ant) is hereinafter referred to as the Contract.
NOW, 'f11616-TO1t1:, '1 HV CONDITION OF -1.1115 011LICIATION 14 such that, if Prbu•ipal .hall pron►ptly I►mke pay-
inent to all clainiants as herrinniter defined, for all labor aid material used or reasonably required for use lit the perforauu►ce of
the Contract,thru this obligation shall he void;othei wi,e it shall mn►aln In (till(urc•o and effect,subject,however,to the folluwbig
conditions: ~
1. A claimant is delinal i►s one h11w ing a direct ewitract %%lilt the Vrim•ipal ur wclth it subruntraclur of the b'riocipad for labor,
material, or loth, used or reasowild), re(lidred for 4,.e in the performance of the contract, Ialxlr n.ml material being construed to
include that part of water,gi►s, lower, light,heal,oil,gasoline, Irlephonr nervice or rental of erp►ipment directly applicable to the
Contract.
2. The above nauued Principal and Surety hereby jointly nod severalty agree with the Owner that every claimant as herein
defined,who has not been paid in full before the e%piratio11 of it period of ninety (()0)days after the date on which the Iasi of such
clain►not's work or labor was dune or performed,or materials were furnished by such cl.%Ini ant, may sue(sit this bond fur the use
of such claimant, prosecute the suit to final judgment for such suns or Tons ai may be justly due clainuutt, and have execution
thereon. The Owner shall not be liable for the payment of any coots or expense of tiny such suit.
3. No suit or action shall be commenced hereunder by any clainu►ut:
(a) Unless claimnnt,other than one having it direct contract with the 1'rbtcipal, shall have given written notice to any
two of the following:The Principal, the Owner,or the Surety above named, within nbwty (90) clays after such claimant did
or performed the last of rite work or labor, or furnished the last of the innterialh for which said claim is made,stating with
substantial accuracy the nnurunt claimed a iid the nnn►e 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 nail,
postage prepaid, b►nn envelope addres4cd to the Prinripal,Owner or Surety, nt any place where an office is regularly nlnin-
tnbted for the transaction of husiness,or served in any nuumrr In which legal profess owy be served in the hti►te in which the
afuresuid project is located, save that such service need nut Ire made by it public officer.
(b) After the espiration of unc (1) year following the date iiu which Principal ceased work on said Contract, It being
understood,however,that if any linitatiun embodied In this hand is prohibited by an)-law controlling the construction hereof
such Iin►itation shall be deen►cd to be amentled hn 114 Ur be c(pin►I III the minhnum period of lin►itatiun permitted by such law.
(c) Other than in it state court of competent jurisdiction in and for the comity or other political subdivision of the state
in which the project,or any part thereof,Is sit11aled,or in the United State4 District Court for the di.trict in which the project,
or nay part thereof, is situated, and not elhewwhere.
4. The amount of this bond shall he reduced by and l4, the ewteut of nay payment III* payments made in good faith he:re-
under, inclusive of the piayn►ot►t he Surely of nu'rha11 irh' lien, Nhlch 11111)' be filed of record agaiuht said intpruven►ent, whether or
not clitint fur the anuuuU of hush lien be presented tinder and against this bond.
Sighed and healed this. ... 6th day of 4un,a..........................A.1). 19...3,3.
In the presence of: Willard Stockman Constructio. 7P an Y
Inc.
... .... ........... .... . mvl,Principal
r t
By,: �L��ir +l�'r� �<� . . ......
Title
FID1 1.111' ,M) I)FIH)SIT t (M PAN1' Of,' MARYLAND
.. .. o say . ......(StiAL)in act
�=3tM0t3—>f01►t,I!•JfI IVV111
App dived by I11,Anullron In•Ilwir 4,l Ati ldirltr,A I.A. hu,nmwol
No.A-411 )rebiusty 1910 t'.dillnn,
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE,IIIAtTIMOft,MD.
KNOW ALL MEN BY THESE PRESEN'T'S:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the
State of Maryland,by C. M. PECOT, JR. , Vice-President,and G. W. ROBBINS .
Assistant Secretary,in pursuance of authority granted by Article V1,Section 2,of the Bylaws of said Company,which
reads as follows:
"The Chairman of the Board,or the President,or any Executive Vice-President.or any of the Senior Vice-Presidents or Vice-Presidents
specially authorized so to do by the Board of Directors or by the Executive Committee,shall have power,by and with Ihr_concurrence of the Secretary
or any one of the Assistant Secretaries,to appoint Resident Vice-Presidents,Assistant Vice-Presidents and Alto rneys•in-Fact as the business of the
Company may require,or to authorize any person or persons to execute on behalf of the Company any bonds,undertakings,recognizances,
stipulations,policies,contracts,agreements,deeds,and releases and assignments of judgements,decrees,mortgages and instruments in the nature of
mortgages....and to affix the seal of the Company thereto."
does hereby nominate constitute and appoint William A. Norman, Mary Ann Neutzler, David E.
Presley and Joy L. Mealy, all of Jefferson City, Missouri, EACH... . . .. ......�
its-true an aw u agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as
its act and deed:any and all bonds and undertakings........ .... . .... ... . .. .. .....
n t e execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Company,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the
regularly elected officers of the Company at its office in Baltimore, Md.,in their own proper persons.
This power of attorney revokes those issued on behalf of William A. Norman, etal,
dated, July 20,1982 and on behalf of Joy L. Mealy, dated, January 13, 1981.
The said Assistant Secretary does hereby certify that the&foregoing is a true copy of Article VI,Section 2,of the By-Laws of said Company,and is
now in force.
IN WITNESS WHEREOF,the said Vice-President and Assistant Secretary have hereunto subscribed their names and
affixed the Cor orate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this
. .......2?nd.................day
of................February............_.......,A.D. 19.. 3... .
�►+O°"%L. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
SEAL f C
mot 4r..•.r�• y ........ ......................
Assistant Secretary Yice e>ident
STATE OF MARYLAND ; SS:
CITY OF BALTIMORE
On this 22nd day of February ,A.D.19 83 ,before liar subscriber,a Notary Public of the State of Maryland,in
and for the City of Baltimore,duly commissioned and qualified,came the above•namri,Vice-president and Assistant Secretary of the FIDELITY AND
DEPOSIT COMPANY OFMARYLAND,to me personally known to be the individuals and officers described in and who executed the preceding instrument,
and they each acknowledged the execution of the same,and being by me duly sworn,severally and each for himself deposeth and saith,that they are
the said officers of the Company aforesaid,and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and that the
said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the
said Corporation.
IN TESTIMONY WHEREOF.I have hereunto set my hand and affixed by Official Seal,at the City of Baltimore,the day and year first above written.
r• Jul 1 1986
• — Notary t Co on Fatpi es.. ....X
�.. o >!.............
°•r CERTIFICATE
1,the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the original Power of
Attorney of which the foregoing is■full,true and correct copy,is in full force and effect on the date of this certificate;and 1 do further certify that the
Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to
appoint any Attorney-in-Fact as provided in Article VI,Section 2 of the Bylaws of the FIDELITY AND DEPOSIT COMPANY Or MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND at A meeting duly called and held on the 161h day of July, 1969.
RESOLVEDI"That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company,whether made heretofore or
hereafter,wherever appearing upon a certified co y of any(rower of attorney issued by the Company,shall be valid slid binding upon the Company
with the same force and effect as though manually affixed.
IN TESTIMONY WHERFAW,1 have hereunto subscribed my name and affixed the corporate seal of the said Company,this.......0.0....... day
of.................JWAA...................... , 19,8. ..
1,I12e._t:tf.~079-5096 ,,," AuistaneSecretary
FOR YOUR I'It( TEIC"I'ION LOOK VOR '1'111': F'&D Wt1'IT"1 01ARK
PROI WAL POILM
CI'IT OF JI-711-MON, MISmURI
Name of Bidder
Address of Bidder
To The
City of Jefferson, Missouri.
210 East high Street
Jefferson City, Missouri 65101
ME UNDYMIGNO) BIDDER, having examined the Plans, Specifications, Regulations of
the Contract, Special Conditions and other proposed Contract Ibctunents, and all
addenda thereto; and being tiquai.nted with and fully understanding (a) the extent
and character of the work covered by this Proposal; (b) the location, arrangement,
and specified requi.renxints 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 installation, both stuface and underground which may affect
or be affected by the proposed work; (d) the nature and extent of the excavations
to be made, toil the type, character and general condition of materials to be
excavated; (e) the necessary htuulling and rehandling of excavated materials; (f)
the location and extent: of necessary or probable dewatering requirements; (g) the
di f f icul t ies and h w..,irds to the work which might be caused by storm and fled
w"Iter; (h) local condi.t.ions relative to labor, transportation, hauling, and rail
dol.ivery fac;i 11,t ies; tuul ( i ) all other factors and conditions affecting or which
may be affected by the ttwk,
IIP3tFa3Y I'IUiwI;I.) to furnish all regtdred nuterials, supplies, equil�l3ent , tools, and
phint; to perform all necessary labor and supervision; an(] to construct, install,
erect, rend conplote ttl.l nYwk stipulated in, required by, and in accordance with,
the proposed Wiltraet W ut.uwnts and the drawings, Specifications, and other docu-
ments rel'erred to thr.rein (as altered, amended, or nodiried by addenda), in the
mumor anc.l tinge prescribed and that he will accept in full pa5mv.nt smis determined
by npplying; to the (1ua.1111ties of the following items, the following; unit prices
and/or any 110111) Stull payments provided, plus or minus any special payments and
ad,jusLmonts {movidod In Lho Spoci fieations and he tuiderstmids that the estimated
gn,intities herein given two not g;uartuiteed to be the exact or total gti<anti.ties
re(IIIIred for the completion of the work shomi on the drawings and described in the
sI)eci rkat.ions, and that: Increases or decreases Dray he nUde over or under the
6111 L rae t est 11111 Wd clutl.n 1.i.t,i es to provide for needs that are determined during
progvoss of the work iuld that prices bid shall apply to such increased or decreased
qu.ultitic:s as follows:
REVISED
1IAAF DRIVE / NORTH DRIVE
PS 359
APPROX. UNIT
ITMI NO. CLASSIFICATION UNIT GUAM'. PRICE M)UNT "
1,.0 8" Sanitary Sewer Pipe (in place) L.F. 3068.20
2.0 Ditching & Backfilling (0-61 ) L.F. 1463.93 .3,GO
2,1 (6-81 ) L.F. 527.00 ,S/ Apo 00 '
2.2 (8-10' ) L.F. 231.00 i1 Sp
2.3 (10-121 ) L.F. 417.00
2.4 (12-141 ) L.F. 426.00 �,SO o?7�9� 00
.5 (14-161 ) L.F. 72.00 '):�5-0 cc -
2.6 (16-181 ) L.F. 29.00 /P.00 'Fe, OD -
2.7 (18-201 ) L.F. 55.00 </. 00
3.0 Standard Manholes (0-61 ) Each 26.00 (� r0, 00 yClJ. 00-
3.1 Additional Depth Aaanholes (over 61 ) V.F. 33.05 5e.00 l�So2.Sd
4.0 Standard Outside Drop (0-21 ) Each 1. /Q7� 00 /a7�i pO
4. 1 Additional Depth 0,S. Drop (over 2' V.F. 1.58 ��,f.� : �3.CZ6 -
5.0 Concrete Encasement L.F. 15.0 /Z). 00 /,5"p. 00
6.0 Connection to R"cisting Manhole Each 1 "„Va, 00
0.0 Rock D%cavation C.Y. 100 570- '
1'I'Irt APTIBM. ITNTT
NU. CI,ASSIF ICA'1'ION UNIT QUAN'I'. PRICI; MOUNT
8.0 Seecling; & Mulching L.F. :1000.00 ;;O�O. �
St. Iouis Rd. Sewer n-ossing
9.0 7" Asph. St. Restoration L•S '540•Goo ��•
Line "B" Sewer Crossing »
9.1 7" Asphalt Street Restoration L.S.
Rill Dc. )th Chat Back fill
Line "B"-1" Sewer Crossing;
9.2 7" Asph. Street Restoration L.S.
o7a�C�• pQ ��-�, pp
Full Depth Chat Backfill
10.0 Pump Station (in place & complete) L.S. 33,440 o v
(See separate proposals)
TOTAL
5!, yaZ.74
HAAF STREET LIFT STATION
ITEM DESCRIPTION QUANTITY UNIT Uri 11 EXTENSION
PRICE
1.0 PUMP STATION L.S. $ $ 9 �440 p0
1.1 Structures
1.1.1 Wet Well, Complete L.S. $ $
1.1.2 Valve Pit, Complete L.S. $ $ �0
1. 1.3 Top Slab, Complete I:.S. $ 4. �_ $
1.1.3.1 Wet Well Cover L.S. $� _$
1.1.3.2 Valve Pit Cover I-.S. $
1.1.4 Concrete Block �•
Bldg., Complete L.S. $ $ /';�M, OD
1.2 Site Work
1.2.1 Excavation £ Backfill,
embankment, L.S. $ $ yJO,CAO
1.2.2 Fine Grading, Fert,
Seed, Mulch, 30 100sgft $ 5.00 $ 1,50,00
Per 100 sq. ft.
1.2.3 301x50' Parking Area
4" Base Compacted L.S. $_ $�o�O.06
1.2.4 Yard Piping 40'2"
Sch. 40 PVC L.F. $ /,2Q> $ •���'•
1.3 Access Road
1.3.1 Ccimiercial Entrance L.S. $ _ $ //Jra.OD
1.3.2 Clear, Grub, Rough
Grade, Compaction,
Sloping, Complete L.S. $ $ /�c'm0.00
1.3.3 4" Compacted Aggregate
Base per L.F. of 10' wide
Road L.F. $ c'7-5r $
1 .3.4 Fine Grading, Fert, Seed
Mulch per 100 sgft GG 100sgft $ oS;OD $ OD
1 .3a 2" Asphalic Overlay on
Aggregate Base (Additive ���`00 Alternate) 95 Tons $ -Xy.DO $
1.4 Pump/Mechanical Equipment
1 .4.1 2 51-IP Grinder Pumps, With
Rails, Mounted Complete L.S. $ $7-'00.00
1.4.2 Discharge Piping, Complete
With Valves, Tie Backs,
Supports, Couplings, Etc. L.S. $ $
1.If.2. 1 3" Apco Check Valves 3 Ea. $ $ '7'00.0
1 .4.2.2 3" De7_urik Series 100
Valves 4 Ea. $ 00
1 .4.2.3 2" Dolurik Series 100
Volvo 1 Ea. $ $ X-5;;0 >
1 .It.2.I► 3" Quick-Couple Complete L.S. $ 00
1.4.2.5 Valve Box, Cover & Ring
® Wrench, Complete 1 Ea. $ $ rJ;ip, AO
1.4.2.6 Misc Piping, Fittings,
Couplings, Tiebacks, Appur-
tenances, etc. to l Intl t of
Lift Station pay item L.S. 00
1.4.3 Mechanical Installation L.S. $ $ /.S"00•G10
1.5 Electrical
1.5.1 Service Entrance Conplete L.S. $ A $
1.5.2 Punp Mngf Control Panel,
Conplete L.S. $ $ _
1.5.3 Alann Switch Jet Box Pump ? y
Wiring L.S. $ a' $ Ala
1.5.4 Misc. Wiring, Lighting etc.
Complete L.S. 1' $
1.6 Forceim 1 n
1.6.1 Te Forcemain Same
Trench 1310 L.F. $ $ J9d,5'00
1.6.2 21" Forcemzin Separate
Trench 150 L.F. $ $ d5O
1.6:3 Forcemain Encasements 15 L.F. $ : �00 /a'O,0
1.6.4 Forcemain Reaction
Backing 8 Ea. $ /,S:Gib $ CO
1.6.5 Asphalt Replacement 15 SgYd $ 2, 490 $ 00
STATE OF / )
OOUMfY OF /� )
being first
duly s►v ru, deposes and says that he is �'S/ eN
'tle of person signing
of` C�� OG NJI��" �• �1 J�'
Name of Bidder
that all statements made and facts set out in the proposal for the above
project are true and correct; and that the bidder (Ilse person, firm, association,
or corporation alaIcing said bid) has not, either directly or indirectly, entered
into any agreement, participated in any collusion, or other%vise 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 interesti-d in, or
financiq.3.ly affiliated with, any other bidder for the above project.
&orn to before me this _day of 19
Nc�t:G/'v✓bl i
My Commission expires:
CUNIVAC1OW L, AFFIDr1UT
'Mis affidavit is hereby nuide a part or the Proposal , and an executed
copy thereof sh 1 accmpany each Proposal submitted.
WAIT OF
ODUNIT OF
The undersigned, /l O
o " lay ul age, b in fi st duly sworn states upon oath that he is
of
S
the contractor submitting the attached proposal, that he knows of his
own knowledge and states it to be a fact that neither said proposal nor
the computation upon which it is based include any amount of monies,
estimtte. 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.
ITIANT
Subscribed and sworn to before me, a Notary Pub 'c, in and for the County
and State aforesaid, this o2J St" day of 19 0.
Not-ax I>u
Or 100'
My commission expires:
17he undersignied hereby agrees to coq)lete the project with One Iltmdred (100)
working days sllbJect to the stipulations of the
Re-grulations of the Contract and the Special Conditions.
It is widerstood and agreccl that i f this proposal is accelll:ed, the prices '•
quoted above include all applicable state taxes and that said taxes shall
be paid by the Contractor.
'Ilie undersigned, as Bidder, hereby declares that the only persons or firms
interested in the Proposal ns principal or principals is or are named
herein and that no other persons or fines than herein mentioned have any
interest in this Proposal or in the Contract to be entered into; and
this Proposal is made without connection with any other person, company
or parties making a bid or proposal; and that it is in all respects fair
and in good faith, without collusion or fraud.
The undersigned agrees that the accompanying bid deposit shall Become
the property of the Ouiier, should lie fail or refuse to execute the Contract
or furnish Bond as called for in the S_necifications within the time
provided.
If written notice of the acceptance of this bid is mailed, telegraphed or
delivered to the undersigned within thirty (30) days after the (Late of
opening of bids, or any time thereafter before this bid is withdrawn
the imdersigned will, within ten (10) clays after the date of such mailing,
telegraphing or delivering of such notice, execute and deliver a Contract
in the form of Contract attached.
The undersigned hereby desigglates as his office to which such notice of
acceptance may be mailed, telegr , Yr"'del d:
-71,la
It is understood and agreed that this bid may be withdrai%ii at any time
prior to the scheduled time for the opening of bids or any authorized
postponement thereof. -
Attached hereto is a Bid I.3ond for the stun of ,5-/ 0
(Cashier's Check)
Dol.laxs, inade payable to the City of Jefferson
s
Signature of Bidder:
If an Individual: doing business
RS
If a Partnership:
by nmberAof f inn
If a Corporation ,
by
Title _
SEAL
Business .Address of Bidder /
If bidder is a corporation, p t13 following information:
State in which incorporated
Name and business address f its
President's /
Secretar '
Date / 9-3
e
ADDENDMI NO. 1
TO .. 1
SPECIFICATIONS AND PIMANS
FOR TFIE
CONSTRUCTION OF
PRIVATE MYER #359
HAM DRIVE / NORTH DRIVE
SANITARY SOUR
1. - The bidder will acklnowledge the receipt of this Addendum
and his acceptance of its conditions by signing the
Addendum and including it with his bid.
BIDDER
BY
TITLE ���.
Ankh
ITEM 1
Sheets 1 of 7 and 3 of 7 of plans shall read:
Sta: 10+19.32 "A" = Sta. 0+00 'B" = centerline of wet well.
ITEM 2
Force Main to be located on south and east side of 8"
gravity line
ITEM 3
Sheet 4 of 7 shall read:
Note: Encase force main at shallow depths. See detail "Sheet 6"
ITEM 4
a. ) add section S.P. 4 Edgewood Server Extension S.D. 102 Proposal
to read as follows:
Edgewood Sewer Proposal shall be submitted with bid on P.S. 359
Haaf Drive and shall be constructed per these specifications
and enclosed drawings. (Itemized Proposal attached. )
The City further reserves the right to accept or reject any or
all the Proposal on P.S. No. 359 and S.D. No. 102 Extension
at its option without increase in cost above units submitted on
proposals.
Bid submitted for Edgewood Sewer shall not be the basis for
award of P.S. 359 Haaf Drive, but may be added as a change order
to P.S. 359 should the City determine it is in their best interest.
E CIMSION OF LINE "C"
SE IM DISTRICT NO. 102
ITBI Q,P..SSIFICA.TION UNIT APPROX UNIT A xxw
NO. QUANT. PRICE
1.0 8" Sanitary Sewer Pipe
( L.F. 216.0
in place)
2.0 Ditching & Backfilling (0-61 ) L.F. 161.0
2.1 Ditching & Backfilling (6-81 ) L.F. 55.0
3.0 Standard Manhole (0-61 ) Each 1
4.0 Standard Lanphole Each 1
5.0 Connection to Existing Abnhole L.S. 1
•0 Seeding & Mulching L.F. 216.0
ADDENDUM NO. 2
TO
SPECIFICATIONS FOR THE
CONSTRUCTION Or-
PRIVATE S0WR ##359 '
HAAF DRIVE / NORTH DRIVE
SANITARY SDVER
1. The bidder will acknaaledge the receipt of this Addendum
and his acre tance iofits conditions by signi the
Addendwn and inc t 't hi bid
BIDDER �.
BY
TITLE �./
ITUI 1
® a Street crossings and restoration shall be bid separately as follows!
St. Louis Road Crossing "Force Main"
7" asphalt street restoration-
full depth chat backfill-
North Drive Crossing Line "B-1"
7" asphalt street restoration-
full depth chat backfill-
North Drive Crossing Line "B"
7" asphalt street restoration-
full-depth chat backfill-
b) See Enclosed Revised Proposal
Enclosed revised Haaf Drive / North Drive P.S. #.359 Proposal to be
used for bidding purposes in place of prior proposal.
IT 12
Contractor shall adhere to conditions 1 through 4 as set forth in 'he
"Temporary Sanitary Sewer Construction Easement" from Eugene and
Vivian &pith, 1215 Edgewood Drive, for the construction of S.D. 102
Extension (see enclosed copy of easement).