Loading...
HomeMy Public PortalAboutORD15270BILL NO. 2014-14 SPONSORED BY COUNCILMAN r' Scrivner ORDINANCE NO. 1�)-7C/ AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH STOCKMAN CONSTRUCTION CORP. FOR THE WATER STREET AT LOHMAN'S LANDING PROJECT. WHEREAS, Stockman Construction Corp. has become the apparent lowest and best bidder on the Water Street at Lohman's Landing project. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Stockman Construction Corp. is declared to be the lowest and best bid and is hereby accepted. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with Stockman Construction Corp. for the Water Street at Lohman's Landing project. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. HI ItJ I: A�1?/may/ ity Clerk Approved: G Mayor APPROVED AS TO FORM: 9,,� G � T,J L City Counselor FINANCE .DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2726 -Project STP -3100(521) Water Street at Lohman's Landing Public Works, Engineering Division, Opened April 29, 2014 RECOMMENDATION: Staff recommends award of the bid to the lowest and best bid meeting specifications, Stockman Construction Corporation of Jefferson City, Missouri in the amount of $382,211.89. BIDS RECEIVED: Stockman Construction Corp., Jefferson City, MO $386,211.89 Logan Excavating, LLC, Vienna, MO $455,224.72 Aplex, Inc., Linn, MO $471,113.55 Sam Gaines Construction, Inc., New Bloomfield, MO $480,729.60 Lehman Construction, California, MO $674,305.05 JC Industries, Inc., Jefferson City, MO $688,896.70 The project was advertised in News Tribune, posted on the city web site, sent to seven plan houses and five additional contractors who did not return a bid. FISCAL NOTE - 43 -99-577040 Water Street @ Lohman's Landing Budget 2013-2014 $77,940.05 Expended -0- Encumbered -0- Bid 2726 $77.242.38 Balance $ 697.67 PAST PERFORMANCE: 10-990-577044 Water Street @ Lohman's Landing Budget 2013-2014 $465,460.00 Expended -0- Encumbered 2,790.68 Bid 2726 $308.969.51 Balance $153,699.81 The City has awarded contracts to this vendor in the past and the contractor has completed work as specified and bid. ATTACHMENTS - SUPPORTING DOCUMENTATION 7 n Signature IjLd�^tk' Pur, hasing Agent Public Works Dir ct Department of Public Works 320 E. McCarty Street • Jefferson City, Missouri 65101 • P 573-634-6410 Date: ylay 6. 2014 To: Tem, Stephenson, Purchasing Director, Finance From: David Barge, City Engineer Memorandum F 573-634-6562 • www.ieffcitymo.ora Subject: STP -3100 (521), Project No. 32124=WaterStreet at Lohman's Landing Bid No. 2726 Public Works has completed a review of the bids opened at 1:30pm on April 29, 2014 for the above noted project. As part of the review all the bids were tabulated to check for math errors and to compare unit price quotes of the various contractors. Attached to this memo is the tabulation of the six (6) bids received for the project, as well as a listing of the registered plan holders. Based on our review, we recommend acceptance of the bid from the low bidder Stockman Construction Corp., 2021 Idlewood Road, Jefferson City, MO 65109. The total amount of the contract will be S386,211.89. The project will be expensed as follows: Stockman Construction Corp. (S386,211.89): Account Number: Amount Available: Required: Remaining: 43-990-577044 $77,940.05 $77,24238 $697.67 10-990-577044 $462,66932 5308,969.51 $153,699.81 If you need any other information please feel free to contact me at extension 6433. Attachments: Bid Tabulation Sheet. Plan Holders List DB:tg cc: Project file Writer's file Page I Ofid, 04/29114 Bio No, 2726 CITY OF JEFFERSON BID TABULATION WATER STREET AT LOHMAN'S LANDING STATE PROJECT NO. STP - 3100 1521) PROJECT NO. 32124 Ox. ENGINEER'S ESTIMATE Stockmen Construction Corp. Logan Excavating Ablex, Inc ITEM NO. DESCRIPTION UNIT DUAN UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 Initial Mobilization LS 1 55,000.00 $5,000.00 SB, 3D0, DO $8,300.00 543,554.20 $43,554.20 $30,000.00 $30,000.00 2 Construction Signage/Tm6ic Control EA 6 $4,25000 525,500.00 S1,750 DO $10,50p.00 $833.33 $4,999.98 51200.00 $7,200.00 3 Earthwork LS 1 $8,000.00 38,000.013 $5,000.00 $5,000.00 328,368,00 $28,388.00 $10,000.00 110,000,00 OAR Excavation (Paver, Raised Walkway, 8 Pipe) LS 1 $17.500.00 $17.50000 $19,500.00 $19,500.00 $8,000.00 $6,000.00 $17,000.00 $17,000.00 5 Arcbeologicalilem Investigation 15 min 10 $100.00 $1,000.00 $100.00 $1.000.00 $430.00 14,300,00 $200.00 S2,000.00 6 Archeological SOutdown IS days or less] day 5 $1,000.00 $5,000,00 $250.00 $1,250.00 $2,000,00 $10,000,00 $1,500.00 $].500,00 7 Archeological Demoralization B Remobilizolion EA 1 $2,500.00 $2,500.00 $250,00 $250.00 $3,000,00 53000,00 $2,500.00 $2,500,00 8 Subareas Stab6zillon TON 40 $50.00 $2,000 00 $39,50 51580.00 $30.00 51,200.00 $40.00 $1,800.00 9 Rock Removal CV 15 S150DO $2,250,97 $95.00 $1,275.00 3125.00 $1875.00 $125.00 $1,875.00 10 Removals LS 1 $10,000.00 510,000.0 $8,500.00 $8,500.00 $10,000,00 $10,000.00 $25,000.00 525,000.00 11 Sea Removal EA 3 $1,000.00 S3,000.00 $250.00 $750,00 5500.00 $1,500.00 $1,000,00 $3,000.00 12 Stair Installation EA 3 $500,00 51,500.00 $100.00 S300,Do $500.00 51,500.00 51000,00 $3,000.00 13 Modular Wall Blocks SF 496 $23.00 $11408,00 $2600 $12.808.00 $22.00 $10,912.00 520,00 $9,920.00 14 Modular Wall Cop Blocks LF 1747 $5,00 $873.50 $7.50 $1,31015 $7.00 $1,222.90 $0,50 $1,135.55 15 Fencing Plilar EA 3 $350.00 $1,050.00 $1,550.00 $4,650. DO $650.00 $1,950.00 $750,00 $2,250.00 16 Wood Fence LF 589 $70,00 $41,160.00 $50.50 $29,894,00 $47.65 $28,018.20 $4500 $26,460.00 17 Electric Slreallighr Controler and Meter EA 1 26,500.00 $8,500.00 $4,500 00 $4,500.00 $4,200.00 $4200,00 54,200,00 $4,200.00 18 Two Inch(2-)Conduit LF 998 $15,00 $14.970,00 $12.75 $12,724.50 512.00 $11976.00 $12.00 $11976.00 19 Junction Box; MODOT Class 1 EA 2 11,200,00 $2,400.00 $1,010.00 $2,020.00 $950.00 $1900.00 5950.00 $1900.00 20 e0 Electric Was LF 2005 $3.00 WOLSO $1.30 $260.65 $120 $240.80 $1.20 $240,60 21 a 10 Electric Wile LF 797.5 $3,00 $2,392.50 51.08 $845.35 $1,00 $707.50 $1.00 $797,50 22 Streetlight - Pole B Base EA 15 $3,750,00 $58,250.00 $2 72100 $40,845.00 $2,560,00 $38,400.00 $2,580.00 $38,400,00 23 Slmetllght - Globe EA 15 $1, 250AD $18,75000 $319.00 $4,785.00 5300,00 $4,500.00 $300.00 54,500,00 24 Slreeth,al - Lamp EA 15 $500.00 $7,500. DO $1,383.00 $20,745.00 $1,300.00 $19,500.00 51300.00 $19,500.00 25 Bike Ring EA 3 $600.00 $190000 5395.00 $1,185.00 $600.00 $1.800.00 $1000.00 $3,000.00 26 Benin EA 2 S1,OOD.00 $2,000,00 $950.00 $1900.00 $950,00 $1,900.00 52,000.00 $4.000.00 27 Curb and Grater, Type A LF 203.9 $26.00 $5,301.40 $23,00 $4689.70 528.00 $5,709.20 $25. DO $5,097.50 28 Curb add Gutter; Variable Hoignt Curbing LF 118 $28.00 $3088, Do $23.00 $2,714.00 $28.00 $3304,00 $30. DO $3540.00 29 Curb; MOOOT Type LF 651.6 $31.00 $20,199.60 $30.00 $19,548.00 $28.00 $18,244.80 $30,00 $19,548.00 30 St mel Replacement; 7' Track Sy 34.3 $50,00 $1,715.00 $56,50 $1,937.95 $62.00 $2.126.60 $50. DO $1715.00 31 Detectable Waming Panels SF BO $25.00 52,250.00 $22.50 $2,025.00 $25,00 $2,250.00 $25,50 $2,250.00 32 Sidewalk Ramp, 6 -Thick SY 34.8 $85.00 $2,262.00 $60.00 $2,088.00 $86.50 $3,010.20 565,00 $2,262.00 33 Sidewalk; A- Thick Sy 324.1 $42.50 $13,774.25 $35.00 $11,343.50 $38.00 112,315.80 $35.00 511,343.50 33.5 Sidari 4'Thick(Main Existing) SY B $125.00 $1,000.00 $93.00 $744.00 $50.00 $400.00 34 Raised Walkway with Trnech Drain EA 1 $8,000.00 39,000.00 $8,400.00 $8,400.00 19,570,00 $9,570.00 58,000.00 IISODO, DO 35 SuUsuosce Povar 8 Famed Sidew.Ik Construction SY 1457 $36.00 $52,437.60 $30.60 $44,571.96 $24.50 $35,68870 $38.00 $55,350,80 36 Pavers SY 1378 $70.00 $96453,00 $51.50 $70,961.85 $66,60 $91,768.14 $70.00 $96,453,00 37 Parking Lot Lilies - Pavers LF 170 $100.00 $17,000.00 $9.50 $1815.00 $10.00 $1,700,00 $20.00 $3,400.00 38 Parking Lot Linea - Plant LF 85.2 S17.50 $1491.00 $2.15 $183.18 S2.DO $17040 $1.75 $149,10 39 Parking Lot Lines - Symbols EA 1 $250.00 $250.00 $185.00 $185.00 $225,00 $225.00 5175.00 $175.00 40 New R748 Sign 112- x tB") EA 1 $350.00 $350.00 3110.00 $110.00 5200.00 $200.00 $300.00 $300.00 41 New R7.8P Placed Sign (18" r 9-) EA 1 $3D0,00 S300.00 $110.00 $110.00 $200.00 $200.00 $300.00 $300. DO 42 New D4r3 Sign (12" s 18') EA 1 $350.00 $350.00 $110.00 $110.00 $200.00 $200.00 $300.00 $300, DO 43 New Sign Palo EA 2 $150.00 $300.00 $170.00 $340,00 $300.00 $600.00 $300.00 $600,00 44 Fuel Existing Sbnm Pole and Sign EA 2 $15000 $300,00 $112.OD $224,00 $500.00 $1,000,00 '$300.00 $600,00 45 Vertical Adjustment of Water Valve EA 1 $300.00 $300.00 $100.00 $100.00 $500.00 $500.00 $300.00 $300.00 46 Rebuild Existing Sanitary Sewer Manhole EA 3 S1,500 GO $4, 500, DO S500.00 $1,500.00 $2,580.00 $7,880.00 11,50000 $4,50000 47 Rebuild Existing Storrnwarer Mannble EA 1 52,000.00 52,000,00 $1900.00 $1,900.00 $2,250. DO $2,250.00 $2,DOO. DO $2,000,00 40P OMIT ITEM - - - $2,750.00 $0.00 491a OMIT ITEM - - - $36,00 $0.00 50 Four -Inco Pipe (4" aid Schedule 40) LF 16 $30.00 $48000 $26. DO $418.00 $12.50 $200.00 $30,00 5480. DO 51 S6 -inch Pipe IWO. Schedule 40) LF 50 $25. DO $1250.00 $47,00 $2350.00 $22.50 $1,125.00 $30.00 $1,500,00 52 Six -Inch Federated Pipe (6"tlid Schedule 40) LF 80 $30. DO $2,400.00 $13.00 $1,040.00 $22.00 $1,760,00 $30,00 $2,40000 53 Fit E+. Slormwater Piula Slructure(15'1 CY 1.7 $200.00 $340.00 $300,00 $510.00 S110.00 $187.00 $300.00 $510,00 54 Siormwater last Protection EA 2 $200.00 $400.00 SB0,c0 $160. DO $200.00 1400.00 $150.00 $300.00 55 Slow Wattle LF 250 $4,00 51,000.00 $375 $937.50 $5.75 $1.437.!10 $4.00 $1,000.00 515 Rip -Rap SY 09.5 $80.00 $7,180.00 $29.00 $2,595.97 $80. DO $5,3]0.00 230,00 &2,1585.00 57 Temporary Cover AC 0.11 &5,000.00 $550,0 $8,100.00 $671.00 $20,000.00 02,200.00 $10,000,00 51,100.00 58 Seeding AC 0,11 510,000.00 $1,100,00 $41,500.00 $4,565,00 $24DO0.00 $220.00 $10,000,00 $1,100. DO 59 Connection (16 did and 8"dia) EA 1 $2,500.00 $2,500,00 $1,000.00 $1000.00 $2,600,00 $2,500,00 TOTAL BASE BID $499,987.35 $396,211.89 $455,224.72 $471,113.55 % OVERIUNDER ENGINEER'S EST. .22]X -8.9% .6,7% Pepe 2 Dole: 04119114 Bid No. 2726 CITY OF JEFFERSON BID TABULATION WATER STREET AT LOHMAN'S LANDING STATE PROJECT NO. STP - 31 DO (5211 PROJECT NO. 32124 ERROR ERROR TOTAL CONTRACT WITH ACCEPTED ALTERNATES $480,728.90 $874,51)6.05 $688,896.70 OX. Sem Gaines Construction, Inc. Lehman Constructioq LLC J.C. Industries. Inc. ITEM NO, DESCRIPTION UNIT DUAN UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 Initial Mobili2e6on LS 1 Si $6,900.00 $58,20000 $50,20000 S50,0W.W $50,000.00 2 Construction Signage 7 Traffic Control EA a 1400.00 $2.400.00 $1,500.00 $9,00000 $5,000.00 $30,000.OD 3 Barnwell LS 1 53,000.00 53.000.00 S24,BW.00 524,800.00 540,000.00 $40,000.00 04R Excavation (Paver, Raised Walkway, S Pipe) LS 1 S30,000 00 $30,000.00 538,500.00 $38,500.00 $115,000.00 $115000.00 5 Archeological it.. Investigation 15 in 10 $500,00 $5,000.00 $550,00 $5,500.00 $1,000.00 $10,000.00 6 Archeological Shutdown IS days or lase) day 5 $700,00 $3500.00 $3,500.00 $17,500.00 $2,500.00 $12500.00 7 Archeological Denomination ination 8 Ramoblbzolion EA 1 5500.00 SSW 00 $5,000.00 SS,WO.W $20,000.00 $20,000.00 8 Sabgn le Stabilization TON 40 $40,00 51 800.1%1 $57.00 52,280.00 57500 $3,1300.00 0 Rock Removal CY 15 $125.00 $1.875.W $135.00 $2,025.00 $25000 $3.750.00 10 Removal. LS 1 $16,750,00 $16,750.00 $46,300.00 548,300.00 $40,000.00 $40,000.00 n Std, Removal EA 3 $1000.00 57000,00 $3200.00 $0600.00 $1,000.00 53,00000 12 Stetr ln.tall.tioll EA 3 $1000.00 $3,000.00 $3800.00 511,40000 $4,000.00 $1?000.00 13 Modular Wall Block. SF 4% S22.00 $10.81200 $18.18 50017.28 $30,00 $14,880.00 14 Modular Well Cep Blocks LF 174.7 58.00 $104820 $5.59 $976.57 $13.00 $2,271.10 15 Fencing Piller EA 3 5800.00 $2400.00 5822.00 $1866.0 5600.00 $1,800.00 16 Wood Fence LF 588 50000 $35,200.00 $27,00 $15,076.00 $35.00 $20,560.00 17 Electric Slreblighl Cnnlroler and Meier EA 1 $4,20000 $4200,00 $15,000.00 $15,000.00 $4,600.00 $4,600.00 16 Two Inch (2") Conduit LF 998 $12.00 $11076,00 $12.50 $12475,00 $14.00 $13,972.00 19 Junction Box: MODOT Class EA 2 $950.0 $1,900.00 32,900.00 $5,800.00 S1,050.00 $2,100.00 20 e6 Electric Mr. LF 200.5 $1,20 $24080 $16,00 $3,208.00 $2.00 $401.00 21 110 Electric We LF 797.5 $t.W $797.50 $800 $4)85.00 $2.00 51.58500 22 Saeeuighl-Polo S Base EA 15 $2,56000 $38,400.00 $1,95000 $28,25000 $8000.00 $45,WD.00 23 Sanatliynd-Globe EA 15 $300,00 $4,500.00 $60000 $12.00000 $400.00 $6,00000 24 Sidetlight - Lamp EA 15 $1,300.00 $19,500.00 $3,600.00 S54,0WW $1450.00 $21]50.00 25 Bike Ring EA 3 5200,00 5800.00 $1450.00 S4,350.W $3,000.00 S9,000.W 26 Bench EA 2 $1500.W S3.0001 DO $2,800.W $5,6W ED $3,500.00 $7,000.00 27 Curb and Guuar, Type A LF 203.9 $28,00 $5,709.20 $35.00 $7,138.50 $25.00 $5,097.50 28 Curb and Gutter. Variable Height Curling LF 116 52800 $3, 304.W $39.00 $4,602.00 S27.W $3,186,00 29 Curb, MODOT Typa S LF (151,6 $28.00 $16,244,80 $45.00 $20,322.00 $35.00 $22606.00 30 Street Replacement, 7"Thick SY 34.3 $6500 $2229.50 $131.0 $4493,30 $5300 $1,817.90 31 Delectable Warning Panels OF W $30.00 $2.700 00 $3600 $3,240.00 $29 W $2.610.00 32 Sidewalk Ramp, 6 -Thick SY 34.0 $05.00 52,262.00 $132.00 $4,59360 550.00 $1,740.00 33 Sidewalk: 4 -Thick SY 324,1 S40 W 512,964.00 $59.00 $19,121.90 $40.00 S12.964 Do 33.5 Sidewalk:4" Thick togicn Existing) SY 8 3100,W SSW 00 $273,00 $2,184.00 $50.00 $400,00 34 Rallied Walkway with thi Drain EA 1 $400000 $44000.00 $6,200,00 $8,200.00 $10,000.00 $1 D,W0.00 35 Subsurface Paver 8 Raised Sidewalk Construction SY 1457 $25.00 $36,415,00 $49.00 $71,3734D $22.00 $32,04520 36 Pave" SY 1378 $117.97 $181,214,30 $50.00 S86,895.W $54.00 $7440660 37 Perking Lot Lina. - Pavan LF 170 S10.00 $I)W.W $11.25 $1,912.50 $11.97 $1870.00 38 Parking Lot Line. - Parol LF 85.2 Sim $05.20 $1.25 5197.50 $?W $170.40 30 Parking Lot Lina- Symbol. EA 1 $214,80 $214.60 $103.50 $193,50 $200.00 $2W.00 40 New R7.8 Sign (IT' x lb-) EA 1 $100.00 $100.00 $15000 $150.00 $100.00 5100.00 41 Now R7 -8P Placard Sign (18"x9') EA 1 $100.00 5197.00 $150.00 $150,00 5100.00 $197.00 42 New 04x3 Sign (12"x16") EA 1 $1W.00 310.00 SI50.W $150.00 SIW.W SIOO.W 43 New Sign Polo EA 2 $150.00 S300 .W $225.97 S450.00 2200.00 S4W,W 44 He.et EAsling Street Pole and Sign EA 2 SSW.W $100000 $325.W 5650.00 S3W.00 SWO 00 45 Vertical Adjustment of Weler Valva EA 1 $500,00 $500.00 5565,00 $58500 $700.00 $700.00 46 Rebuild Existing Sanitary Sewer Manhole EA 3 $1000,00 $3,000.00 $8,800.00 $20,400.00 $3,000.00 $8,000.00 47 Reb.ld Exlsling Slormweler Manhole EA 1 $3,000.00 $3,000.00 $8,400 W 56,4NOD S2,000.W $2,0000 48R OMIT ITEM 49R OMIT ITEM _ 50 Four -inch Pipe (4" dia Schedule 40) LF 16 $10.00 $180.00 $38.00 $608,00 $44.00 $704.D 51 Six -Inch Pipe (6- Schedule 40) LF 50 $10.00 $500.00 $36.00 $1800.00 $45.00 $2,250.0 52 Six -Inch Peninsula no. (6" die Schedule 40) LF 80 $10,00 $800.00 $37,00 $2,960.00 $45.00 $3,600.00 53 Fill Ex. Slomlwaler Pips/Structure (15'1 CY 1.7 $200,00 $340.97 $600.00 $1.020,00 $200.97 $340.00 54 Slormweler Indent Prolection EA 2 $150.00 $3W.00 5200.00 $40.00 $400.W $80.00 55 Strew wattle LF 250 $3.00 $750.W $3,50 S875.W 55.00 $1250.00 56 RiryRap SY 895 $25.00 S2, 237.50 $52.00 $4.654.W 540.00 S3,580.00 57 Temporary Cover AC 0.11 $11,000,00 $1,210.00 $6,000.00 '$660.00 $8,000.00 $660.00 56 Seeding AC 0.11 $11,00000 $1,210.00 $11000,00 $1,210.00 $20,000.00 $2200.00 59 Connection (15"dla and 8"dia) EA 1 S100D.00 S1,W000 $260000 $26W.00 51,970.97 $1,000.97 TOTAL BASE BID $4110,729.60 $674,305.05 $688,a98.70 % OVERIUNDER ENGINEER'S EST. -3.8%1 34.9%1 37.9X ERROR ERROR TOTAL CONTRACT WITH ACCEPTED ALTERNATES $480,728.90 $874,51)6.05 $688,896.70 CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT made and entered into this day of 2014, by and between Stockman Construction Corp. heinreer referred to as "Contractor", and the City of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as "City". WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the following City improvements: Project No. 32124; Water Street at Lohmarls Landing. NOW THEREFORE, the parties to this contract agree to the following: 1. Scope of Services. Contractor agrees to provide all labor, equipment, hardware and supplies to perform the work included in the project entitled "Water Street at Lohmans Landing" in accordance with the plans and specifications on file with the Department of Public Works. 2. Manner and time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary 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 80 working days from the date Contractor is ordered to proceed, which order shall be issued by the Director of Public Works within ten (10) days after the date of this contract. 3. Prevailing Wages. 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 the current Annual Wage Order No. 20, Section 026, Cole County rates as set forth. The Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen 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 workmen 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 of the Jefferson City Finance Department each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City One Hundred Dollars ($100.00) for each workman employed, for each calendar day or portion thereof that the workman is paid lest than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. 4. 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 this contract. (b) Contractor's Public Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single occurrence and $300,000 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 $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (c) Automobile Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 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 of Jefferson as the insured, in an amount not less than S2,000,000 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. (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 Subparagraphs (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 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. 5. 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. 6. Liquidated Damages. The City may deduct Seven Hundred Dollars ($700.00) from any amount otherwise due under this contract for every day the Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure 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. 7. 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. 8. City's Right to Proceed. In the event this contract is terminated pursuant to Paragraph 7, 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. 9. Indemnity. To the fullest extent permitted by law, the Contractor will 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. 10. Payment for Labor and Materials. The 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. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. 11. Supplies. The 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 1994 as amended. Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the City. 12. Payment. The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Director of Public Works and in accordance with the rates and/or amounts stated in the bid of Contractor dated April 29, 2014, which are by reference made a part hereof. No partial payment to the Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this contract shall not exceed Three Hundred Eighty -Six Thousand Two Hundred and Eleven Dollars and Eighty -Nine Cents ($386,211.89). 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 theproposed 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 attorney's fees and expenses incurred in such action. 17. Contract Documents. The contract documents shall consist of the following: a. This Contract f. General Provisions b. Addenda g. Special Provisions C. Information for Bidders h. Technical Specifications d. Notice to Bidders i. Drawing and/or Sketches e. Signed Copy of Bid 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 contact 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 attorney's fees, expenses and costs. 20. Amendments. This contract may not be modified, changed or altered by any oral promise or statement by whomsoever 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 Breech . Failure to Exercise Rights and Waiver: 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 ground or because 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 Contractor agrees in the performance. 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. OSHA Training Prior to commencement of the work: A. Contractor shall provide a ten-hour Occupational Safety and Health Administration (OSHA) construction safety program for their on-site employees which includes a course in construction safety and health approved by OSHA or a similar program approved by the department which is at least as stringent as an approved OSHA program. B. All employees subject to this provision are required to complete the program within sixty days of beginning work on such construction project. C. Any employee, agent or subcontractor of the Contractor subject to this provision found on the worksite without documentation of the successful completion of the course shall be afforded twenty days to produce such documentation after which time they shall be removed from the project. D. If Contractor fails the provisions of subsection A, B, or C, the Contractor shall forfeit as a penalty two thousand five hundred dollars plus an additional one hundred dollars for each employee employed by the 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 period in subsections B or C, whichever is applicable, of this section have elapsed. E. The City shall withhold and retain from any amount due under the contract, all sums and amounts due and owing as a result of any violation of this section when making payments to the contractor under the contract. The contractor may withhold from any subcontractor, sufficient sums to cover any penalties the City has withheld from the contractor resulting from the subcontractor's failure to comply with the terms of this section. 27. Transient Employers. Every transient employer, as defined in section 285.230, RSMo, enclosed in the laws section, must post in a prominent and easily accessible place at the work site a clearly legible copy of the following: (1) The notice of registration for employer withholding issued to such transient employer by the director of revenue; (2) Proof of coverage for workers' compensation insurance or self-insurance signed by the transient employer and verified by the department of revenue through the records of the division of workers' compensation; and (3) The notice of registration for unemployment insurance issued to such transient employer by the division of employment security. Any transient employer failing to comply with these requirements shall, under section 285.234, RSMo, enclosed in the laws section, be liable for a penalty of $500 per day until the notices required by this section are posted as required by that statue. 28. Notices. All notices required to be in writing may be given by first class mail addressed to City of Jefferson, Department of Public Works, 320 East McCarty, Jefferson City, Missouri, 65101, and Contractor at 2021 Idlewood Road, Jefferson City, Missouri, 65109. The date of delivery of any notice shall be the second full day after the day of its mailing. WITNESS WHE EOF, the parties hereto have set their hands and seals this 44 day of 2014. 7 TI ATTEST: A fi-q - ity-Glerk APPROVED•AS-TO FORM: City Counselor CONTRACTOR �/� Title: Proms,' r{ ATTEST: Title: Se rem r DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT NO. 10-990-577044 and 44-990-577044 Change Order No. One (1) Final Project No. 32124 Ord. No. 15270 Date: 2/6/2015 Job & Location: WATER STREET AT LOHMAN'S LANDING Contractor: Stockman Construction Corp. -------------------------------------------------------------------------------------------------------------------------------------------------- It is hereby mutually agreed that when this change order has been signed by the contracting parties, the following described changes in the work required by the contract shall be executed by the contractor without changing the terms of the contract except as. herein stipulated and agreed. •------------------------------------------------------------------------------------------------------------------------------------------------- DESCRIPTION OF CHANGES: (See Attached Sheet for Detailed Description / Explanation) Note: Item numbers prefixed with "EW" (Extra Work) are new line items to the contract. Quantity in Revised Amount of Item Quantity in Change Contract Overrun or No. Description Unit Contract Order Quantity Unit Price Underrun 5 Archeological item Investigation 15 min 10 47 57 $100.00 $4,700.00 6 Archeological Shutdown [5 days or less] day 5 -5 0 $250.00 ($1,250.00) 7 Archeological Demoblization & EA 1 -1 0 $250.00 ($250.00) Remobilization 8 Subgrade Stabilization TON 40 -40 0 $39.50 ($1,580.00) 9 Rock Removal CY 15 -15 0 $85.00 ($1,275.00) 13 Modular -Wall Blocks SF 496.0 -191.0 305.0 $26.00 ($4,966.00) 14 Modular Wall Cap Blocks LF 174.7 -77.6 97.1 $7.50 ($582.00) 15 Fencing Pillar EA 3 1 4 $1,550.00 $1,550.00 16 Wood Fence LF 588 42 630 $50.50 $2,121.00 18 Two Inch (2") Conduit LF 998 -16 982 $12.75 ($204.00) 20 #8 Electric Wire LF 200.5 474.5 675.0 $1.30 $616.85 21 #10 Electric Wire LF 797.5 1698.5 2496.0 $1.06 $1,800.41 27 Curb and Gutter; Type A LF 203.9 -4.3 199.6 $23.00 ($98.90) 29 Curb; MODOT Type S LF 651.6 -8.3 643.3 $30.00 ($249.00) 30 Street Replacement; 7" Thick SY 34.3 20.6 54.9 $56.50 $1,163.90 32 Sidewalk Ramp; 6" Thick SY 34.8 -2.0 32:8 $60.0.0 ($120.00) 33 Sidewalk; 4" Thick SY 324.1 20.7 344.8 $35.00 $724.50 33.5 Sidewalk; 4" Thick (Match Existing) SY 8.0 0.5 8.5 $93.00 $46.50 35 Subsurface Paver & Raised Sidewalk SY 1456.6 2.7 1459.3 $30.60 $82.62 36 Pavers SY 1377.9 -3.7 1374.2 $51.50 ($190.55) 37 Parking Lot Lines - Pavers LF 170.0 3.3 173.3 $9.50 $31.35 38 Parking Lot Lines - Paint LF 85 -5 81 $2.15 ($10.11) 44 Reset Existing Street Pole and Sign EA 2.0 1.0 3.0 $112.00 $112.00 50 Four -inch Pipe (4" dia Schedule 40) LF 16 86 102 $26.00 $2,223.00 51 Six-inch Pipe (6" dia Schedule 40) LF 50.0 -50.0 0.0 $47.00 ($2,350.00) 53 Fill Ex. Stormwater Pipe/Structure (15") CY 1.7 0.8 2.5 $300.00 $240.00 55 Straw Wattle LF 250.0 75.0 325.0 $3.75 $281.25 56 Rip -Rap SY 89.50 12.60 102.10 $29.00 $365.40 57 Temporary Cover AC 0.11 -0.04 0.07 $6,100.00 ($244.00) 58 Seeding AC 0.11 0.03 0.14 $41,500.00 .$1,245.00 EW 1 Backflow Preventer (SS line) EA 0 1 1 $2,500.00 $2,500.00 CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: I/We hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise stipulated herein, for the following considerations: Contract Amount - Add $6,434.22 (Six Thousand Four Hundred Thirty Four Dollars and Twenty Two Cents) to the Contract Amount Contract Time - There is no change to the Contract Time STATEMENT OF CONTRACT AMOUNT: Amount % Change Time ORIGINAL CONTRACT $386,211.89 80 PREVIOUS APPROVED CHANGE ORDERS $0.00 0.0% 0 TOTAL THIS CHANGE ORDER $6,434.22 1.7% 0 TOTAL OF ALL CHANGE ORDERS $6,434.22 1.7% 0 CONTRACT AMOUNT TO DATE $392,646.11 80 ........................................................................................................................................ Stockman Construction Corp. or Date i Recommended by: r - _ .3/ag- 5 City Engineer Date Verification of Encumbrance: Finance Director Date Accepted by: Owner - City Administrator / Mayor Date vv l �f Approved as to Form: J Ci unselor Date CITY OF JEFFERSON ATTACHMENT TO CHANGE ORDER NO. I - Final STATE PROJECT NO. STP - 3100 (521) PROJECT NO. 32124 Description of Changes: This is the final change order for the project. It encompasses any extra work conducted on the project and adjust bid quantities to actual quantities constructed and/or installed. Item 5 - Archeological item Investigation SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Construction site excavation revealed a significant amount of archeological items of interest, resulting in additional investigation time. This item is being adjusted accordingly and results in an extra expense to the project. Item 6 - Archeological Shutdown [5 days or less] SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Due to planning, corporation, and scheduling the site was never shutdown due to archeological items. This item is being adjusted accordingly and results in a savings to the project Item 7 - Archeological Demoblization & Remobilization SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Due to planning, corporation, and scheduling the site was never demobilized due to archeological items. This item is being adjusted accordingly and results in a savings to the project Item 8 - Subgrade Stabilization SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: No subgrade stabilization was needed on the project. This item is being adjusted accordingly and results in a savings to the project Item 9 - Rock Removal SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Rock was found on the project, however design modifications were made, and no removal was required. This item is being adjusted accordingly and results in a savings to the project. Item 13 - Modular Wall Blocks SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: A portion of an old structure was found still vertically standing in the area the wall was to be constructed. To minimize the removal or covering of the structure the wall was shorted in length. This item is being adjusted accordingly and results in a savings to the project. Item 14 - Modular Wall Cap Blocks SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: A portion of an old structure was found still vertically standing in the area the wall was to be constructed. To minimize the removal or covering of the structure the wall was shorted in length. This item is being adjusted accordingly and results in a savings to the project. Item 15 - Fencing Pillar SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: The electric utility was unexpectedly covered by concrete nearly to the surface, which prohibited the construction of the fence per plan. Design modifications were made and accounted for constructability, timing, cost, and visual uniformity. This item is being adjusted accordingly and results in an extra expense to the project. Item 16 - Wood Fence SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: The wall modifications and unexpectedly high amount of concrete cover of the electric utility, prohibited the construction of the fence per plan. Design modifications were made and accounted for constructability, timing, cost, and visual uniformity. This item is being adjusted accordingly and results in an extra expense to the project. Item 18 . - Two Inch (2") Conduit SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Modification to light locations were made during construction. This item is being adjusted accordingly and results in a savings to the project. Item 20 - #8 Electric Wire SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Extra wire was required to meet industry standard light wiring. This item is being adjusted accordingly and results in an extra expense to the project. Item 21 - #10 Electric Wire SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Extra wire was required to meet industry standard light wiring. This item is being adjusted accordingly and results in an extra expense to the project. Item 27 - Curb and Gutter; Type A SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Design modifications to the parking area resulted in less curb construction. This item is being adjusted accordingly and results in a savings to the project. Item 29 - Curb; MODOT Type S SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME:, As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Design modifications due to the unexpected concrete over the electric utility resulted in less curb construction. This item is being adjusted accordingly and results in a savings to the project. Item 30 - Street Replacement; 7" Thick SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: The street replacement on Water Street was extended due to excessive asphalt crumbling at the time of removal. This item is being adjusted accordingly and results in an extra expense to the project. Item 32 - Sidewalk Ramp; 6" Thick SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Design modifications to the sidewalk ramp near the Lohman Building resulted in lower then expected quantity. This item is being adjusted accordingly and results in a savings for the project Item 33 - Sidewalk; 4" Thick SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Due to site maintenance crew and site volunteer requests, additional 4" concrete was added to the east end of the project. This item, is being adjusted accordingly and results in an extra expense to the project. Item 34 - Sidewalk; 4" Thick (Match Existing) SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Actual material used to match the existing sidewalk resulted a higher then expected quantity. It is believed inconstancies in the existing sidewalk width resulted in the overrun. This item is being adjusted accordingly and results in an extra expense to the project. Item 35 - Subsurface Paver & Raised Sidewalk Construction SCOPE OF. WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Adjustments to street repair items resulted in a net increase in subsurface construction. This item is being adjusted accordingly and results in'an extra expense to the project. Item 36 - Pavers SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Design modifications to the parking area and design modifications due to the unexpected concrete over the electric utility resulted in less paver installation. This item is being adjusted accordingly and results in a savings to the project. Item 37 - Parking Lot Lines - Pavers SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: The actual whole bricks installed for parking lot lines resulted in an extra 0.33 feet of this item per lot line. This item is being adjusted accordingly and results in a next expense to the project. Item 38 - Parking Lot Lines - Paint SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Design modifications to the gour line layout resulted in less actual material used. This item is being adjusted accordingly and results in a savings to the project. Item 44 - Reset Existing Street Pole and Sign SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Due to the sequencing of construction an additional sign was removed and rest. This item is being adjusted accordingly and results in an extra expense to the project. Item 50 - Four -inch Pipe (4" dia Schedule 40) SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: At the Contractor's request, 4" gutter piping with appropriate size reducers was allowed in place of 6" gutter piping, as the result gave a better curb connection and did not hinder roof drainage. Additionally, during wall excavation an additional buried gutter drain was found and extended to the curb. This item is being adjusted accordingly and results in a net savings on the project. Item 51 - Six-inch Pipe (6" dia Schedule 40) SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: At the Contractor's request, 4" gutter piping with appropriate size reducers was allowed in place of 6" gutter piping, as the result gave a better curb connection and did not hinder roof drainage. This item is being adjusted accordingly and results in a savings of $21 per foot of guttering piping on the project. Item 53 - Fill Ex. Stormwater Pipe/Structure (15") SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Actual material used to fill the system exceeded the expected quantity: It is believed additional void space must have existed in the dilapidated system. This item is being adjusted accordingly and results in an extra expense to the project. Item 55 - Straw Wattle SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: In accordance with the project SWPPP, the amount of straw wattle was increased to better address the water quantity and quality entering and leaving the site. This item is being adjusted accordingly and results in an extra expense to the prof ect. Item 56 - Rip -Rap SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Design modifications were made to the east parking area on the project resulting in greater slope areas to be covered by rip -rap. This item is being adjusted accordingly and results in an extra expense to the project. Item 57 - Temporary Cover SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Due to contractor scheduling, part of this item was not utilized. This item is being adjusted accordingly and results in a savings to the project Item 58 - Seeding SCOPE OF WORK: As previously defined in the Job Special Provisions. MEASUREMENT, PAYMENT, and TIME: As previously defined in the Job Special Provisions. JUSTIFICATION OF COST: Actual areas disturbed during construction exceed expected limits due to sequencing, design modifications, and other factors. This item is being adjusted accordingly and results in an extra expense to the project. Item EW 1 - Backflow Preventer (SS line) SCOPE OF WORK: The work for this item shall include the furnishing of all labor, equipment, and material for the installation of a new sanitary sewer backflow preventer. This work should include but is not limited to: excavation of extra material and appropriate disposal or reuse thereof, extra rock fill in the roadway up to the planed subgrade, removal and appropriate disposal of the existing backflow preventer including housing, appropriate patching of the existing sanitary sewer line, installing the new backflow preventer on the existing line outside the roadway (including all appropriate connections), hiring a plumber licensed with the City of Jefferson to conduct and/or oversee all backflow preventer installation and pipe connectivity. MEASUREMENT, PAYMENT, and TIME: This item will be measured per each properly installed and functional backflow preventer on a sanitay sewer line, and will be paid in a like fashion at the agreed upon unit price. JUSTIFICATION OF COST: After the project bid occurred, a maintenance issue was discovered with one of the existing aging sanitary backflow preventers currently located in the roadway. After evaluation, it was determined the preventer needed to be replaced and to improve the planed site improvements it could be moved out of the roadway. A price was then negotiated with the contractor for the extra work detailed in this item. The addition of this item will result in an extra expense to the project.