Loading...
HomeMy Public PortalAboutORD16420BILL NO. 2023-091 SPONSORED BY Councilmember Spencer ORDINANCE NO. /60421) AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH CORRECTIVE ASPHALT MATERIALS, IN THE AMOUNT OF $215,975.38 FOR THE 2024 STREET SEAL COATING PROJECT. BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. Authorize the Mayor and City Clerk to execute a construction contract with Corrective Asphalt Materials in the amount of $215,975.38 for the 2024 Street Seal Coating project. 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. Presiding 0 ATTEST: Cify Clerk Approved: APft'<< it, Zo2� Ron F ater APPROVED AS TO FORM: 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 the City of Jefferson, a municipal corporation of the State of Missouri, hereinafter referred to as "City", and Corrective Asphalt Materials, LLC, hereinafter referred to as "Contractor". WITNESS ETH: THAT WHEREAS, Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies for the following City improvements related to reclamite seal coats on several Jefferson City Streets. 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 relatedto reclamite seal coats on several Jefferson City Streets, as set forth in Exhibit A. 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 paymentschedule set forth in the contract documents upon acceptance of said work by an Agent of the City ofJefferson's Public Works Department and in accordance with the rates and/or amounts stated in the bid ofContractor dated March 7, 2024, which are by reference made a part hereof. No partial payment toContractor shall operate as approval or acceptance of work done or materials furnished hereunder. The totalamount of this contract shall not exceed an estimated amount of Two Hundred Fifteen Thousand NineHundred Seventy-Five Dollars and Thirty-Eight Cents ($215,975.38).3.Manner and Time for Completion.Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and suppliesnecessary to perform, and to perform said work at Contractor's own expense in accordance with the contractdocuments and any applicable City ordinances and state and federal laws from the date of the last signatureand shall be completed within sixty (60) days from the date of the last signature executed below.4.Prevailing Wages.If the bid price is $75,000 or higher, prevailing wage will apply to public works projects. To the extent thatthe work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no lessthan the "prevailing hourly rate of wages" for work of a similar character in this locality, as established byDepartment of Labor and Industrial Relations of the State of Missouri, and as established by the FederalEmployment Standards of the Department of Labor. Contractor acknowledges that Contractor knows theprevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rateof wages from the contents of Annual Wage Order No. 30 Section 026 in which the rate of wages is setforth. Contractor further agrees that Contractor will keep an accurate record showing the names andoccupations of all workers employed in connection with the work to be performed under the terms of thiscontract. The record shall show the actual wages paid to the workers in connection with the work to beperformed under the terms of this contract. A copy of the record shall be delivered to the Purchasing Agenteach week. In accordance with Section 290.250, RSMo, Contractor shall forfeit to the City One HundredDollars ($100.00) for each worker employed, for each calendar day or portion thereof that the worker ispaid less than the stipulated rates for any work done under this contract, by Contractor or any subcontractorunder the Contractor.EXHIBIT A 5. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: A. Workmen's Compensation Insurance for all of its employees to be engaged in work under th is contract. B. Contractor's Public Liability Insurance in an amount not less than $3,500,000 for all claims arising out of a single occurrence and $500,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo, and Contractor's Property Damage Insurance in an amount not less than $3,500,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence. C. Automobile Liability Insurance in an amount not less than $3,500,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence. D. Owner's Protective Liability Insurance. The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City and the City as the insured, in an amount not less than $3,500,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. Such policy shall not be required if the City of Jefferson is endorsed as an additional insured under the policies described in Sub-paragraphs B and C above and such are not subject to cancellation or modification without thirty (30) days' notice to the City. E. Subcontracts. In case any or all of this work is sublet, the Contractor shall require the Subcontractor to procure and maintain all insurance required in Sub-paragraphs A, B, and C hereof and in like amounts. F. Scope of Insurance and Special Hazard. The insurance required under Sub-paragraphs B and C hereof shall provide adequate protection for Contractor and its subcontracts, 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 th is 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 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. 2 7. Liquidated Damages. The City may deduct Five Hundred Dollars ($500.00) 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 Right 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 (I) 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 ( I 0) days after the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment 3 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 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 4 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: 25. 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 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 Hundred Dollars ($2,500.00) plus One Hundred Dollars ($ I 00.00) 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 Public Works Dept 320 East McCarty Street Jefferson City, Missouri, 65 I 01 If to the Contractor: Corrective Asphalt Materials, LLC Colleen West 300 Daniel Boone Trial South Roxana, Illinois 62087 5 CITY OF JEFFERSON, MISSOURI CORRECTIVE ASPHALT MATERIALS, LLC Ron Fitzw b-1'OFayor Date: d9`14- (ir f21f ATTEST: APPROVED AS TO FORM: . Title: 1�/ D Date: �'! ATTEST: Title: One„C7l'", 6 3/07/2024 RE: Piggy Back: Moberly 2024 CRF & Reclamite Project 02/27/2024 Greetings, Mai l ing Address: 300 Daniel Boone Trail South Ro x ana. IL 62087 Phone: 618 -254-3855 Fax: 618-254-2200 Locations: EXHIBIT A 300 D anie l Boon e Trai l, S outh Roxana, IL 62087 43W630 W h eele r R oad . Sugar G rove . IL 605 54 Corr ective Aspha lt Materials (CAM) woul d like to inform you that Moberly, MO had the bid opening on Febru ary 27 , 2024 for th e 2024 CRF and Reclam ite Project. Attached to this emai l is a copy of the bid subm ittal. This document should all ow you to request f o r quotes or provide individual contracts for the application o f Recla m ite and CRF. CAM would like to invite you to forward individual request for quotes/contract agreements to: Eric@ca mmidwest.com Below gives an outl in e of th e pri cing fo r 2024 Reclamite Pricin g A1110 1111t (So u arc Yard s) Price/SY Yea r Furni sh & App ly Rcclami te , Limestone $1.05 Sc reenings & A ll Traffic Control Res i den t N ot i ficat ions $0.02 Po st Sv,ecping o f Limestone Scree nings $0.08 CRF Pricing Amount (Souarc Yards \ Pr ice/SY Year Furnish & Apply C RF. Limeston e $1.55 Screen ings. & A ll Traffic Control Re sident Notificatio ns $0.02 Pos t Sweeping o f Limestone Screenings $0 .1 6 Please feel free to call or email with any questions. We look forward to working w ith you this seaso n, Er ic Krystynak Operations Manager Eric@ca mmidwest.com 618.484. 7650 https://correcti veasphalt.com Colleen West Business Development Colleen @carnrn idwest.com 314.267.9313 Re liable, Effici e nt A sph alt PreseNation Total 2024 $216,976.38 ! I II II I LOCATION l I I StreltaAnd An.-Yar You Kllladlta Dr, ZD2A 20D Mlcfo 3 BlndarDr, ZD2A 20D Mlcfo 3 Ella Blvd Rlland&baut 202A 1023 Micro II Mon=ecfalA 202A 20:Z:S Mlcrv 3 ~Dr 2024 za:z:s MJcro 3 llctn,O, 2024 20D MJcro 3 PfaaDr 2024 za:z:s IUGro 3 ~Dr ZD2A za:z:s lllcto 3 Eaa!oTnice ZD2A 20D Mloto 4 Pfnohurlt Ct. ZD2A 20D Mloto 4 mono Bitar Rd ZD2A ZOU Mlct0 4 Twnbmn, Ct. ZD2A ZOU Micro 4 Tllmbctrn,Dr ZD2A 2023 Micro ' wmow Lib Ct. ZD2A 20D Micro ' H<!lllfthSt. ZD2A 20D BP-1 1 8. Unooln St. 2024 20D BP-1 1 WllZoaxan Dr 202A ZOD BP•t 1 AcwnaSt 2024 102.S BP-1 a Blndet'Dr. 2024 ms BP-1 3 Hllladalo Dr. ZD2A 2023 BP-1 3 MaitlvnnDr. ZD2A 20Z3 BP-1 3 O&kvlawDr. ZD2A 20D BP-1 s Bollllm&tDOlaMIRd. 2024 2023 BP-1 s 8GlwmalocttmMtl Rd. 2024 20D BP-1 s BuamanRd. 2024 20D BP•1 .. Crostmon, Ct. 2024 20D BP•1 ' GlonwoadlDr. 202A 2023 BP•1 ' oaJiL.afDr. 20Z4 20Z3 BP-1 ' OworrookDr. 202A 20Z3 BP-1 ' SCHEDULE OF QUANTITIES 2024 RECLAIMITE PROJECT FR0II 10 WIDTH LENGT (ft.) H(!t.) B&tderDr. BmlrDr. 29 1,180 W.MlfnSt. O&kvlowDr, 35 174 Sdlumam ChaDOt Rd, 8cllllmdo,...•.._Rd, 24 14CO -179 Mon Dr 29 l50 lndumta!Dr MoratlanlaDr 29 1135 w-179 llatnl Dr 21 7811 Hlllsdlfo Dr Son&toCt. 2.8 1230 End l:tld 2A to.co Tum""-Dr. l!nd 23 1150 TumhMlvD,, Eaall Tnco 24 3111 TumhMwvDr End Z9 2780 a.cuona (828 Tumllany) TumbctlTYDr Z9 2500 y~ .... Dt. l!ncl ZII '50 OmitSt. Rlvolslcle Dr. 28 2450 lleC.thtst. ttouah Park Rd. 28 12GO 28 740 DwllcllnSt 8tAdl11m 21 M?O 0akvfewDr. Uvfnasion St. Z9 2170 O&kvlewDr. BlndarDr. Z9 620 BklcllrDr. Fonnt KW Ave. ff 1740 BlnderDr. Mulhmat. 21 1150 Tnmm:i Blvd. UftlllVOtl!Cltrance 51 310 UnUGvarEnmnc:a CllvUnzlta ZII 2'1S Westwood Dr. &outhMllBMt. 28 ns Westwood Dr. P1rkwov Rd. N. ff 1100 CrolboroCt. Socith-.ost BMt. 20 710 Jafforson St. RadOUDr. Z9 490 Sun lladow Dr CGclarfflllRd ze 1790 Am FogecaJ AREA cu-8urf&oo RUNNING (8.Y.) MDa) llla'lp TOTAL It.OS 4769 0.74 Foa llUIIIT,33 15.007.33 3C00 0.53 Foa 13,570.08 18,577.38 3000 OA Faa P.150.00 111,727.39 3ICO a.so Faa 14cm,ao 1111,749.311 2739 o.a Faa UlffllM 118.835.23 3857 Cl.57 Foa ttlWi.M num..s1 2529 ut Faa UMS,12 SZS.131.23 3827 0.59 Foa N.018.00 $29.149.23 2773 a.a Foa 12.912.00 SU.081.23 1881 o.n Foa 11,744.17 SD.IOS.311 855 G.11 Foa 11.11t1,.m $34,807.79 19511 1.31 Faa 19~7 144.213.A8 1058 1.25 Faa 18..L"IAU 152.171.79 1ZIIO 0.11 Faa 11.312.50 SU,984.29 7m 1.15 Foa 18,DOU:1 181.987.113 38CO D.58 Foa 13,m.ao ses.aot.63 2302 G.31 Foa IU17,33 S88.22U8 11839 1.AB Foa 110.tza.a '711.347.79 8992 t.aa Foa 17.l'U:I 185,889.63 1998 o.31 Foa 12.1197.81 187,757.28 S220 0.111 Foa 15A1.00 S9USU9 S108 o.17 ir-u.na.a 197,159.13 1157 o.n ir-It.MUG 199.GOU:I ms 1.IM Foa 17,037.92 1106.041.M 21187 OM Foa 12.685.00 1108.738.M 3300 0.111 Fora S3a.!l,QO $112.201.114 2209 o.34 Foa U.319.33 $114.IIZOM 1579 0.2' fall 11,m.a $118, 178.71 11171 o.so lfGa $5,G9.87 $121,600.38 Total 2024 $216.975.38 ! I II 11 I LOCATION I I P&rllwayRd.E. 202A 202S BP-1 ' Da ......... Rd.N. 202A 2023 BP-1 ' Rocl0akDr. 202A 2023 BP•1 ' Sun MadowLn, 202A 2D2S BP-1 ' SwfftaHwv, 2024 202:S BP•1 " Tlttnbanv Dr. 2024 2DD BP•1 " Watwood Dr. 2024 2DD BP·1 " WfltwoodDr. 2024 21m BP-1 ' WlndaorSt. 2024 2023 BP-1 ' BlucblrdLn 202A 202:S BP-1 11 lll'ndallNtfl Dr. 202A ZDD BP•1 11 Carouaal Dr. 202A 2DD BP-1 11 C&nlnanDr. 202A 2023 BP-1 s EWaBlvd 202A 202S BP-1 5 l!ltlaBlvd 202A 2DD BP-1 s 111attt1neo Rd 202A 2023 BP-1 5 Ford 202A 202S BP-1 I ldlawoodRd 202A 2DD BP-1 I ldtawoodRd 202A 202:S BP-1 I Jlcbonst 202A 20D BP-1 5 Jaclclonst 202A 202:S BP-1 s Madowrutc Ln 2024 202:S BP-1 I m..a-Dr. 2024 202:S BP-1 I SCHEDULE OF QUANTITIES 2024 RECLAIMITE PROJECT FROM TO WID'IH LENGT (ft.) H(ft.) P&rtlwav Rd. N. Gl=wood Dr. 27 271 c:rntmero a. PalwavRd,E. 27 260 SodmdgDDr, C>akLolfDr. 2S 1175 Ovartooll Dr, 8cMlutdait Dr, Northl!ftd 2IS 1710 EdpwooclDr. SoUUlwost Blvd. 29 1125 soc.tlon2 Cmmbvcrut, (Ull~J 29 2500 TowttDr. SouthwostBlvd. 27 1470 WoodclltlDr. TowcrDr. 30 750 Woatwood Dr. TOWIJfDr, 21 MO 29 1070 ClmuronDr. Encl 28 650 McrtlnDL T1nnor Brida Rd 28 880 T1nnll' Brldllt Rd Mortin Dr, 30 14'0 Groctftbel'IYRd. RolOWooclDr. :11 3700 Tannv Bricfto Rd RoMWOOdDr. (Roun~ 30 2200 28 900 mu. End :ao IIOO Bhlollltd Malclowlltk Ln 20 aoo ldJlwooclCI Blcieblnt Z4 2535 macflmn Blvd WoodlaM\ Avo is 1185 WoodllwnAvo. Frantdlnst G 380 31 1130 29 11CO Araa Fag&oal AReA (Lam 8urf&co RUNNIHG (8.Y.) Ima) !'l&Tw-'TOTAL St.OS m 0,13 sr..n IGG0.25 $122.'74.83 780 0.12 Foa 1819.00 $1D,2t3.83 3003 OA7 Foa $3,152.92 $120""8.S' 49CO 0.71 Foa 15,117.00 $131,833.54 3G25 ua Foa $3,aou5 $135,09.78 aosa 1.25 sr..n 18.ASUi s1a,esa.ts 4'10 o.aa Foa $4.QO.IO S1'8.S28.a 2SOO 0.39 Foa S2.82:5.00 S1S1.1A.N 1991 0.31 sr.... SZ.010.S7 StA,ZU.29 3448 0.53 sr..n $3,BZ0.17 S1NMU8 2022 0.31 Foa U.123.33 S151.817,78 2675 G.41 Foa b.8119.33 S181,797.1S 4800 o.,, fog Sll,OC0.00 S188,0S7.ts 1274' 1.97 Foa $1~1.57 S111G2111.ff 7333 1.1' Foa $7,700.00 S1~91S.78 HOO G.40 Foa S2.7SQ.CIO S190,8'8.78 11587 G.28 Foa S17SO.OO $192,395.78 1778 0.28 l7Ga S1,ISIU7 S194.2UM GJSO 1.0S Foa $7,018.00 S201,:IUM 45:11 Cl.70 Foa $4,757.GI S208,1ZCl.54 1520 a.28 Foa $1.911.00 $208,0,1.54 3U2 0.80 sr..n 14.aaa.a 1212.118.38 ffl3 0.57 Foa $3,857.00 1211.978.38