Loading...
HomeMy Public PortalAboutORD16128BILL NO. 2021-012 SPONSORED BY Councilm��e""mber Schreiber ORDINANCE NO. %4Y 1 Zb AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH GBH BUILDERS, INC., OF JEFFERSON CITY, MO, RENOVATE AND CONSTRUCT AN ADDITION TO FIRE STATION 4 (820 ELLIS BOULEVARD). BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The Mayor and City Clerk are hereby authorized and directed to execute an agreement with GBH Builders, Inc., of Jefferson City, MO, renovate and construct an addition to Fire Station 4 (820 Ellis Boulevard). Section 2. The agreement shall be substantially the same in form and content as that agreement 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: `'�'/ (� 3 202-, Approved: 2-4 )7c aJ�w Presiding Officer Mayor Carrie Tergin ATTEST: NEW --IMUMLA ..I APPROVED AS TO FORM: e� Cit ttor y /__ CITY OF JEFFERSON CONTRACT FOR CONSTRUCTION SERVICES THIS CONTRACT, made and entered into the date last executed by a party as indicated below, by and between GBH Builders, Inc., hereinafter called "Contractor", and the City of Jefferson, Missouri, a municipal corporation, hereinafter called "City." WITNESSETH: THAT WHEREAS, Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies for the following City improvements: Additions and renovations to Fire Station No. 4 located at 2820 Ellis Blvd, Jefferson City, Missouri City Project No. 63030 and Architect's Project No. 1630A. NOW THEREFORE, the parties to this contract agree to the following: 1. Scope of Services. Contractor agrees to provide all supervision, labor, tools, equipment, materials and supplies for Additions and renovations to Fire Station No. 4, as set forth in Exhibit A, including Alternates 1, 3, 4, 5, and in accordance with the plans and specifications dated March 20, 2018, on file with the City. In the event of a conflict between this agreement and any attached exhibits, the provisions of this agreement shall govern and prevail. 2. Payment. The City hereby agrees to pay Contractor the work done pursuant to this contract according to the payment schedule set forth in the contract documents upon acceptance of said work by an Agent of the City of Jefferson's Fire Department, and in accordance with the rates and/or amounts stated in the bid of Contractor dated April 22, 2021, which are by reference made a part hereof. No partial payment to Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this contract shall not exceed Five Hundred Eighty -Two Thousand Twenty Dollars and Zero Cents ($587,960.00). 3. Manner and Time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform, and to perform said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws within one hundred fifty-four (154) calendar days from the date last executed by a party as indicated below. 4. Prevailinp_ Wages. Prevailing wage does not apply to public works projects with a bid price under $75,000. To the extent that the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less than the "prevailing hourly rate of wages" for work of a similar character in this locality, as established by Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of Annual Wage Order No. 26 Section 026 in which the rate of wages is set forth. Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workers employed in connection with the work to be performed under the terms of this contract. The record shall show the actual wages paid to the workers in connection with the work to be performed under the terms of this contract. A copy of the record shall be delivered to the Purchasing Agent each week. In accordance with Section 290.250, RSMo, Contractor shall forfeit to the City One Hundred Dollars ($100.00) for each worker employed, for each calendar day or portion thereof that the worker is paid less than the stipulated rates for any work done under this contract, by Contractor or any subcontractor under the Contractor. 5. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: a. The Contractor shall obtain and maintain during the term of the Project and this Contract the insurance coverages at least equal to the coverages set forth in this paragraph 7, and as further provided in the General Conditions, but no event less than the individual and combined sovereign immunity limits established by Section 537.610 RSMo. Insurance policies providing required coverages shall be with companies licensed to do business in the State of Missouri and rated no less than AA by Best or equivalent. All costs of obtaining and maintaining insurance coverages are included in the Bid Amount and no additional payment will be made therefor by the City. Comprehensive General Liability Insurance (including coverage for Bodily Injury and Property Damage) $500,000 per occurrence $3,000,000 aggregate Comprehensive Automobile Liability Insurance $500,000 per occurrence (including coverage for Bodily Injury and $3,000,000 aggregate Property Damage) Employer's Liability $3,000,000 bodily injury by accident (each accident) $3,000,000 bodily injury by disease (each employee) $3,000,000 bodily injury lic limit b. Worker's Compensation. In addition, the Contractor and all subcontractors shall provide Worker's Compensation Insurance in at least statutory amounts for all workers employed at the Project site. c. Builder's Risk. The Contractor shall also provide a policy of Builder's Risk Insurance in the amount of 100% of the complete insurable value of the Project, which policy shall protect the Contractor and the City, as their respective interests shall appear. d. Owner's Protective Liability Insurance. The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City of Jefferson as the insured, in an amount not less than the individual and combined sovereign immunity limits established by Section 537.610 RSMo., except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. This coverage shall be waived if the City is added as an additional insured party to the insurance policies required by Subsection 4(a) above, provide that the City shall be provided no less than thirty (30) days advance notice of any cancellation of any such policy. e. Before commencing any work, the Contractor shall provide to the City certificates of insurance evidencing the issuance and maintenance in force of the coverages required by this paragraph 4. Each such certificate shall show the City, and such other governmental agencies as may be required by the City to be insured by underlying grant or contract relating to the Project, as an additional insured, and shall bear an endorsement precluding cancellation of or change in coverage without at least thirty (30) days written notice to the City. The City may waive any insurance coverages or amounts required by this paragraph 4 when the City deems such waiver to be in the interest of the public health, safety, and general welfare. f. Subcontracts. In case any or all of this work is sublet, the Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and (c) 2 hereof and in like amounts. g. Scope of Insurance and Special Hazard. The insurance required under Sub -paragraphs (b) and (c) hereof shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. NOTE: Paragraph (f) is construed to require the procurement of Contractor's protective insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy (or rider attached thereto) of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. 6. Contractor's Responsibility for Subcontractors. It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. 7. Liquidated Damaaes. The City may deduct Two Hundred Dollars ($200.00) from any amount otherwise due under this contract for every day Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will ensure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 8. Termination. The City reserves the right to terminate this contract by giving at least five (5) days prior written notice to Contractor, without prejudice to any other rights or remedies of the City should Contractor be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor should refuse or fail to make prompt payment to any person supplying labor or materials for the work under the contract, or persistently disregard instructions of the City or fail to observe or perform any provisions of the contract. 9. City's Richt to Proceed. In the event this contract is terminated pursuant to Paragraph 8, then the City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, city ordinances, and state and federal laws. 10. Indemnity. To the fullest extent permitted by law, the Contractor will defend, indemnify, and hold harmless the City, its elected and appointed officials, employees, and agents from and against any and all claims, damages, losses, and expenses including attorneys' fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this paragraph. 11. Payment for Labor and Materials. Contractor agrees and binds itself to pay for all labor done and for all the materials used in the construction of the work to be completed pursuant to this contract. 12. Supplies. Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062, RSMo 1986 as amended. 13. Performance and Materialman's Bonds Required. Contractor shall provide a bond to the City before work is commenced, and no later than ten (10) days after the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment of amounts due to all suppliers of labor and materials, the payment of insurance premiums for workers compensation insurance and all other insurance called for under this contract, and the payment of the prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the City, and to be given by such company or companies as may be acceptable to the City in its sole and absolute discretion. The amount of the bond shall be equal to the Contractor's bid. 14. Knowledge of Local Conditions. Contractor hereby warrants that it has examined the location of the proposed work and the attached specifications and has fully considered such local conditions in making its bid herein. 15. Severability. If any section, subsection, sentence, or clause of this contract shall be adjudged illegal, invalid, or unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not so adjudged. 16. Governing Law. The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri shall have jurisdiction over any dispute which arises under this contract, and each of the parties shall submit and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce this contract, the City shall be entitled to recover its attorneys' fees and expenses incurred in such action. 17. Contract Documents. The contract documents shall consist of the following: a. This Contract d. Notice to Bidders b. Addenda e. Signed Copy of Bid c. Information for Bidders f. Drawing and/or Sketches g. General Conditions 4 This contract and the other documents enumerated in this paragraph, form the contract between the parties. These documents are as fully a part of the contract as if attached hereto or repeated herein. 18. Complete Understanding, Merger. Parties agree that this document, including those documents described in the section entitled "Contract Documents", represent the full and complete understanding of the parties. This contract includes only those goods and services specifically set out. This contract supersedes all prior contracts and understandings between the Contractor and the City. 19. Authorship and Enforcement. Parties agree that the production of this document was the joint effort of both parties and that the contract should not be construed as having been drafted by either party. In the event that either party shall seek to enforce the terms of this contract through litigation, the prevailing party in such action shall be entitled to receive, in addition to any other relief, its reasonable attorneys' fees, expenses and costs. 20. Amendments. This contract may not be modified, changed or altered by any oral promise or statement by whosoever made; nor shall any modification of it be binding upon the City until such written modification shall have been approved in writing by an authorized officer of the City. Contractor acknowledges that the City may not be responsible for paying for changes or modifications that were not properly authorized. 21. Waiver of Breach. Failure to insist upon strict compliance with any of the terms, covenants or conditions herein shall not be deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more times be deemed a waiver or relinquishment at any other time or times by any right under the terms, covenants or conditions herein. 22. Assignment. Neither party may sell or assign its rights or responsibilities under the terms of this agreement without the express consent of the remaining party. 23. Nondiscrimination. Contractor agrees in the performance of this contract not to discriminate on the grounds of race, creed, color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment, and shall include a similar provision in all subcontracts let or awarded hereunder. 24. Illegal Immigration. Prior to commencement of the work: a. Contractor shall, by sworn affidavit and provision of documentation, affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. b. Contractor shall sign an affidavit affirming that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. C. If Contractor is a sole proprietorship, partnership, or limited partnership, Contractor shall provide proof of citizenship or lawful presence of the owner prior to issuance of the Notice to Proceed. 25. Construction Safety Program Requirements. a. Contractor shall require all on-site employees to complete the ten-hour safety training program required pursuant to Section 292.675 RSMo, if they have not previously completed the program and have documentation of having done so. All employees working on the project are required to complete the program within sixty (60) days of beginning work on the Project. b. Any employee found on the worksite subject to this section without documentation of the successful completion of the course required under subsection (a) shall be afforded twenty (20) days to produce such documentation before being subject to removal from the project. C. Pursuant to Section 292.675 RSMo., Contractor shall forfeit as a penalty to City Two Thousand Five I lundred Dollars ($2,500.00) plus One Hundred Dollars ($100.00) for each employee employed by Contractor or subcontractor, for each calendar day, or portion thereof, such employee is employed without the required training. The penalty shall not begin to accrue until the time periods in subsections (a.) and (b.) have elapsed. City shall withhold and retain from the amount due Contractor under this Contract, all sums and amounts due and owing City as a result of any violation of this section. 26. Notices. All notices required or permitted hereinunder and required to be in writing may be given by first class mail addressed to the following addresses. The date and delivery of any notice shall be the date falling on the second full day after the day of its mailing. If to the City: City of Jefferson Department of Law 320 East McCarty Street Jefferson City, Missouri, 65101 CITY OF JEFFERSON, MISSOURI Carrie Te Mayor Date: $ 2021 ATTEST: APPROVED AS TO FORM: City t orney If to the Contractor: GBH Builders, Inc. Attn: Jake Hunget P.O. Box 945 Jefferson City, MO 65102 CONTRACTOR --e� T le: Jake Hu get, President Date: 04/28/2021 ATTEST: A/- Title:Mike Bu art, Treasurer Exhibit A BID PROPOSAL FORM Revised 04-14-21 BID TIME: 1:30 PM BID DATE: TUESDAY, APRIL 22, 2021 FROM: GBH Builders. Inc. hereinafter called the "Bidder" TO: CITY OF JEFFERSON 320 East McCarty Street Jefferson City, Missouri 65101 hereinafter called the "Owners" FOR: ADDTIONS AND RENOVATIONS - FIRE STATION NO. 4 JEFFERSON CITY FIRE DEPARTMENT 820 ELLIS BOULEVARD Jefferson City Missouri City Project No. 63036 Architect's Project No: 1630A hereinafter called the "Work" The undersigned, having examined and being familiar with the local conditions affecting the Work and with the contract documents including the drawings, the Notice to Bidders, Information for Bidders, General Provision, Special Provisions, Construction Contract, General Project Requirements, Certifications, etc. included in Project Manual and the body of Technical Specifications, including addenda number 1 through ( inclusive, as issued by the City of Jefferson and/or The Architects Alliance, Inc., Jefferson City, Missouri, hereby propose to furnish all labor, materials, equipment, services, etc., required for the performance and completion of the aforementioned Work as follows: FOR BASE BID: / / The sum of: ' f �1 -;-f }\ i r (4 t. e,I r, 1,, ,<,Pv en 4� C)LIsgr 61 f -e f r, Ili f c�C�c1 Dollars (NOTE: Include Allowance(s) in Base Bid per Section 012100 — Allowances.) (NOTE: This project is exempt from Missouri State Sales and Use Tax.) PROPOSAL FORM 1630 004113 - 1 of 5 ALTERNATES: (Reference Section 012300— Alternates for further description): State the amount to be added or deducted from the Base Bid if the Owners accept any or all of the following Alternates. No additional days will be added to the contract if any or all of the alternates, are accepted by the Owner. The Owners reserve the right to reject any or all of the Alternates and to select alternates in any order. ALTERNATE NO. 1: Shelter/Fitness Addition ADD or the Contract, the sum of: 7 i Y �.,,( h""r -,(����n�y'-5eu(v1 i�o�;�fc� a+Aollars(S `7�+OF50>�O ). ALTERNATE NO. 2: Fire Sprinkler System ADD to the Contract, the sum of: Dollars (S ('0'4,-0ozo ). ALTERNATE NO. 3: Replace Existing EPDM Roof ADD to the Contract, the sum of. 'r r ��{'�.l�r,��..t P.: h,ke •%'i'z Dollars (S -7)+10'r,0 ALTERNATE NO. 4: Replace East Windows ADD to the Contract, the sum of. A .lDollars ( $ 9 Ll • d 0 ALTERNATE NO. 5: Fire Sprinkler System DECUCT DEDUCT from the Contract, the sum of: �%ur(w Dollars(S I�S(�,,00 3. UNIT PRICES: (Reference Section 012200 — Unit Prices for further description): For changing specified quantities of work from those indicated by the contract drawings and specifications, upon written instructions of the Owner, the following Unit Prices shall prevail. The Unit Prices include all labor, overhead and profit, materials, equipment, appliances, bailing, shoring, shoring removal, etc. to cover the finished work of the several kinds of work called for. Only a single Unit Price shall be given, and it shall apply for either MORE or LESS work than that shown on the drawings and called for in the specifications or included in the Base Bid. In the event of more or less units than so indicated or included, Change Orders shall be issued for the increased or decreased amount. NO UNIT PRICES ARE TO BE INCLUDED 4. MODIFICATION AND WITHDRAWAL OF BIDS: In submitting this bid, it is understood that the right is reserved by the Owners to reject any and all bids and it is agreed that the bids may not be withdrawn for a period of Ninety (90) days from the specified time for receiving bids. PROPOSAL FORM 1630 004113 - 2 of 5 5. BID BOND: Accompanying this Bid Is a 6% Bid Bond, Certified Check or Cashier's Check, payable without condition to City of .Jefferson, in the amount of. 5% Sld Bond Dollars ($ ). which It Is agreed shall be retained as liquidated damages for the delay and extra expense caused the Owners If the undersigned falls to execute the contract and furnish the bond required by the Contract Documents. 6. PROGRESS AND COMPLETION: The Contractor shall receive a written °Notice to Proceed° and shall begin the work immediately. Furthermore, the C9ntractor agrees to Substantially Complete the Wodc within One Hundred, Fifty -Four (1 $41 Calendar Da rs, and further agrees to pay to, or allow the Owners, as liquidated damages, and not as a penalty or forfeiture, the sum of Five Hundred Dollars ($500.00) for each day thereafter, Sundays and holidays excepted, that the work Is not Substantially Complete. Any sum which may be due the Owners for such damages shall be deducted and retained by the Owners from any balance which may be due the Contractor when said work shag have been finished and accepted. But such provisions shall not release the Bond of the Contractor from liability according to its terms. In case of failure to complete, the Owners will be under no obligation to show or prove any actual or specific loss or damage. 7. PREVAILING WAGE: The Bidder agrees to pay not less than the hourly rate of wages as determined by the Department of Labor and Industrial Relations, State of Missouri, In accordance with Section 290.210 - 290.340 as amended RSMo 1978. 8. FEDERAL WORK AUTHORIZATION PROGRAM: The Bidder hereby certifies that all business and/or Individuals employed on this project are enrolled in the Federal Work Authorization Program as required by RSMo 285.525 and 285.530 and shag submit the Affidavit of Work Authorization along with this bid as discussed in the specifications. 9. UST OF SUBCONTRACTORS AND SUPPLIERS: If not included with Bid Proposal Form, deliver or fax listing of subcontractors and suppliers to the Architect no later than 2:30 PM on the Date Bids are Due. Listing can be faxed to the Architect at (573) 636-6133 or emailed to mail@thearchttectsagiance.com. Name and Address Work to be P GBH Buttders, Jefferson city, two DEMOLITION GBH BuWers, Jefferson City, Ma and CONCRETE unneman Vetter sanders, Salisbury, MO DeLonp, Inc., Jefferson City. MO STRUCTURAL STEEL FABRICATION tract nesters, FenUx% Mo STRUCTURAL. STEEL ERECTION AAA Masonry, Jefferson City. MO or Hettkamp, Ellsville, MASONRY MU deeendlna on Alternates Accented Midwest Block a Brick. Jefferson city, MO FACE BRICK SUPPLIER weafhercraft, rnc., Jefferson City. Mo ROOFING AND SHEET METAL Comarco, Columbia, MO Centra! Missouri Grass, Boonvlge, MO DOORS AND HARDWARE ALUMINUM ENTRANCE SYSTEM PROPOSAL FORM 1630 004113 - 3 of 5 Pat CesbW Pladering, Jeffiersorr My. MO ACOUSTICAL CEILINGS ft caw" pfasoft. ,ems„ fir, Mo GYPSUM BOARD DRYWALL AND FRAMING Allen Floors, Jefferson Cay, Mo RESILIENT FLOORING ftnbow Pehft, Jefferson City. MO PAINTING T&G Speduldes 1 GBH Builders, Jefferson City, Mo TOQ.ET AND BATH ACCESSORIES Summll MedmnW. Jefferson city, Mo FIRE SUPPRESSION SYSTEM Summa MechanW. Jefferson City, MO PLUMBING Hulett Pleating & Afr, Cetumbla, MO HVAC Morris Electric, Jefferson City, MO ELECTRICAL The Bidder hereby certifies that the above listed contractors, suppliers and equipment will be used In the performance of the Work. Dated this 22nd , of April ,2o 21 (day and date) (nwdh) (yw) Name of Bidder/General Contractor GBH Builders, Inc. 10. HE BIDDER HEREBY CERTIFIES: That this Proposal Is genuine and is not made In the Interest of or behalf of any undisclosed person, firm or corporation and Is not submitted in conformity with any agreement or rules of any group, association, or corporation. That he/she has not directly or Indirectly Induced or solicited any other Bidder to put In a false or sham proposal; That he/she has not solicited or induced any person, firm or corporation to refrain from bidding; That he/she has not sought by collusion or otherwise to obtain for himself any advantage over any other Bidder or over the Owners; That he/she not discriminate against any employee or applicant for employment because of race, creed, color or national origin in connection with the performance of work. 11. MINORITY BUSINESS ENTERPRISE (MBE) PERCENTAGE GOAL-: The bidder shall have as a goal subcontracting not less than two and twelve hundredths' percent (2.12%) MBE. Dated this 22nd day of April . 20 21 12. Each Bidder must complete the Proposal Form by signing on the proper signature Una below and by supplying the required information called for in connection with the signature. The information called for is necessary in the proper preparation of the Contract and Performance Bond. PROPOSAL FORM 1630 004113 - 4 of 5 IF AN INDIVIDUAL: Name of Individual Firm Name (if any) Telephone Number Address for Communications Signature Address for Communications IF A PARTNERSHIP: Address for Communications Name of Partnership Address for Communications Name of Partner Address for Communications Name of Partner (2) Residence Address Telephone Number Residence Address Federal Tax I.D. Number Residence Address (2) Signature of Either Partner Residence Address (2) (State names and Residence addresses of all Partners) IF A CORPORATION: GBH Builders. Inc. PO Box 945 Name of Corporation Address for Communications (573) 893-3633 Jefferson City, MO 65102-0945 Telephone Number Address for Communications 43-1907601 Missouri Federal Tax I.D. Number Incorporated under the laws of the State of Jake Hunget. President 00490275 WgMZ-aad Title of Office Corporate License Number (If a corporation organized in a state other than Sig ture of Officer Missouri, attach Certificate of Authority to do Business in the State of Missouri) (Attest Seal) Secretary PROPOSAL FORM 1630 004113 - 5 of 5