Loading...
HomeMy Public PortalAboutORD15385 BILL NO. 2014-134 SPONSORED BY COUNCILMAN Scri ner 3 ORDINANCE NO. / S/ SDS AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH SAM GAINES CONSTRUCTION, INC., IN THE AMOUNT OF $2,053,772.66 FOR THE STADIUM, MONROE, AND CHRISTY IMPROVEMENTS PROJECT. WHEREAS, Sam Gaines Construction, Inc., has become the apparent lowest and best bidder on the Stadium, Monroe, and Christy Improvements project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Sam Gaines Construction, Inc., 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 Sam Gaines Construction, Inc., for the Stadium, Monroe, and Christy Improvements 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. Passed: i / i l Approved: / die/ Presiding Officer 7---"r-41 , Mayor yr/ ATTEST: . • APPROVED AS TO FORM: • Ci_ .Clerk ;> 'v it Cv "=elor FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2793 — Project 32138 — Stadium, Monroe, and Christy Improvements Public Works, Engineering — Opened 3-24-15 RECOMMENDATION: Staff recommends award of the bid to the lowest and best bid meeting specifications as submitted by Sam Gaines Construction, Inc. in the amount of$2,053,772.66. BIDS RECEIVED: Sam Gaines Construction, Inc., New Bloomfield, MO $2,053,772.66 Don Schnieders Excavating Co., Inc., Jefferson City, MO $2,079,865.30 Stockman Construction Corp., Jefferson City, MO $2,212,567.96 The bid was advertised in News Tribune, posted on the city web site, sent to seven plan houses and four additional vendors that did not respond. FISCAL NOTE: Cole County will pay $973,741.33 under a joint project agreement approved as Ordinance 15323. 44-990-577053 64-986-579510 Stadium/Monroe Basin 5&6 Relief Sewers Amount Available $1,000,000.00 Amount Available $4,161,627.41 Bid 2793 973,741.33 Bid 2793 106,290.00 Balance $ 26,258.67 Balance $4,055,337.41 PAST PERFORMANCE: The City has awarded bids to this vendor in the past and the contractor has completed work as specified and bid. ATTACHMENTS - SUPPORTING DOCUMENTATION Signature � �LE/td�1( MINA/bW t J , NA Purr a g Agent Director of Public Works • t`,, oo IF Ittcti,, b c0 • sT_ Department of Public Works Memorandum 320 E. McCarty Street •Jefferson City, Missouri 65101 • P 573-634-6410 • F 573-634-6562 • www.leffcitvmo.orq Date: March 25, 2015 To: Terry Stephenson, Purchasing Director, Finance From: David Bange, City Engineer � � P� Subject: Stadium, Monroe, and Christy Improvements Project No. 32138 Bid No. 2793 Public Works has completed a review of the bids opened at 1:30 P.M. on March 24, 2015 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 three (3) bids that were 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 Sam Gaines Construction, Inc., 3205 County Road 452, New Bloomfield, MO 65063. The total amount of the contract will be $2,053,772.66. The project will be expensed as follows: Sam Gaines Construction, Inc. ($2,053,772.66): Account Number: Amount Available: Required: Remaining: 44-990-577053 $1,000,000.00 $973,741.33 $26,258.67 64-986-579510 $4,161,627.41 $106,290.00 $4,055,337.41 The remaining $973,741.33 will be paid by Cole County under a joint project agreement that was approved as Ordinance #15323. If you need any other information please feel free to contact me at extension 6433. DB:db Attachments: Bid Tabulation Sheet, Plan Holders List cc: Project file Writer's file Page 1 CITY OF JEFFERSON Mar,24,'15 BID TABULATION Bid No.2793 STADIUM,MONROE,AND CHRISTY IMPROVEMENTS PROJECT NO.32138 Don Schneider.Excavating ENGINEER'S ESTIMATE Sam Gaines Construction,Inc. Company,Inc. Stockman Canstrucbon Corp. APPROX. ITEM NO, DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT Roadway Items 1 Mobllzetlon LS $40,000.00 540,00000 $21,000.00 521000,00 $85,000.00 $85,000.00 115000000 $150,000.00 2 Removal Of Improvements LS $00,000.00 $60000.00 $250,000.00 $250,000.00 1162,410.00 $162,410 00 3168,00000 5188,000.00 3 Earthwork LS $25,000.00 $25,000.00 550,000.00 350,000.00 5153,450.00 5153,450.00 $160,000.00 $160,000 00 4 Seeding&Mulch LS $5,500.00 55,50000 $4,000.00 $4,000.00 39,00000 59,000.00 515,000.00 515,000.00 5 Constructon Stating LS 315,000.00 $15,000.00 $7,500.00 37,500.00 $15,000.00 315,000.00 525,000.00 $25,000.00 6 Aggregate Construcbon Entrance SY 4 5 $15.00 $6,675.00 $25.00 $11,125.00 $950 14.227,50 512.00 $5,340.00 7 Sediment Barrier Fence LF 21 0 32.50 $5,30000 $4.00 $8,48000 $2.75 $5,630 00 54.25 $9,010.00 6 Rock Filter Berm LF 2 0 $5.00 31,10000 $10.00 52,20000 $14.00 33,08000 516.75 $3.685.00 9 Type 1 Ditch Check EA 5125.00 11,000 00 $500.00 54,000.00 $110 00 $880.00 5175.00 11,400 00 10 Intel Barrer EA 3 $175.00 55,775.00 5200.00 38,800.00 $10000 33,300.00 $132.00 54,356.00 11 4'X3'Type A Drop Inlet EA $3,000.00 $15,000.00 $6,000.00 $30,000.00 $3,13000 $15,650.00 53.400.00 117,000.00 12 5X3'Type A Drop Inlet EA $3,700.00 33,70000 $6,20000 $8,200.00 $5,960.00 $5,960.00 $3,87500 $3,875.00 13 8'X4'Type A Crop Inlet EA $4,200.00 34,200.00 $8,700.00 $6,700.00 $4,000.00 34,000.00 $4,600.00 $4,600.00 14 4'1(4'Type C Dmp Inlet EA $3,600.00 510.600.DD 56,200.00 $18,600.00 53,530.00 $10,590 00 $3,865.00 $11,655.00 15 4'D$o,Storm Manhole EA 53,000.00 $3,000 DO $2,500.00 52,500.00 33,270.00 $3,270.00 12,500.00 12,500.00 • 18 8'X4'Grate Inlet EA $5,000.00 55,000.DO 33,000.00 $3,000.00 $4,795.00 $4,795.00 53.500.00 53,500.00 17 5X3'Modot Type T inlet EA 53,700.00 $7,400.00 $6,500.00 513,000,00 $3,700.00 57400.00 $3,750.00 37,500.00 1B 4%4'Junction Box EA $400000 $4,000.00 $3,750.00 $3,750.00 $3,570.00 $3,570.00 35,300.00 35,30000 19 Modify Edeerq Inlet Top EA 52,000.00 52,000.00 $1,500.00 $1,500.00 32,100.00 52,10000 $2,700.00 52,700.00 20 12'Class III RCP LF 64,1 540.00 52,5B4,00 512000 $7,892.00 $89.00 $5,704.90 361.00 33,910.10 21 15'Clan III RCP LF 37 .8 545.00 $10731.00 $110.00 540,89800 592.10 $34,242.78 150.00 $10590.00 22 18"Class III RCP LF 3 $70.00 $2,10000 $120.00 33,600.00 597,00 32,910.00 5100.00 53,000.00 23 30"Cured-In-Place Uner LF 8 $250.00 $17,25000 5350.00 $24,150.00 $345.00 $23,805.00 138000 $26,220.00 24 36'Cured-In-Pl00e Liner LF 4 $275.00 511275.00 $550.00 $22,55000 $585.00 $23,165.00 $624.00 $25584.00 25 Edge Drain LF 600 $15.00 59,000 00 $600 $3,800.00 $25.50 $15,300.00 $27.70 516,620.00 26 Stabilized Subgrede CY 37 a $15.00 558,820.00 34500 5170,460.00 52800 $109,852.00 $48.40 $183,339,20 27 3"Aggregete Base SY 696 .4 $4.75 333,190.15 3800 $82588.60 38.95 348,562.43 $5.00 $34,937,00 , 26 4'Aggregate Base SY 79 .1 $6.40 35,07564 31000 $7,931.00 311.00 38,724.10 311.50 39,12065 29 City of Jefferson 30-Type A Curb a Gutter LF 42 7.4 310.00 378,45320 332.00 3135,916.60 $32.50 $138,040.50 $29.00 5123,174.60 30 M000T 36"Type B Curb B Gutter LF 1001,2 $25.00 $25,030 00 $42.00 $42,050.40 34220 342,25064 $31.00 $31,037.20 31 Coidmlltng(1.5"Depth) SY 942.7 30.75 3707.03 $5.51 $5,19128 $605 $5,703.34 5070 $8,316.09 32 Calcimining(Var.Depth 0"-1.51 SY 1962.8 $1.00 $1,982.60 $3.13 $6,143.56 $3.45 $6,771.68 5380 $7,458 64 33 7'Thick Concrete Base WidaNng SY 1991.2 $50.00 599.560.00 $75.00 3149,340.00 $61.00 $121483.20 352.00 $103,542.40 34 Variable Depth Bituminous Bose TON 168.4 $70.00 511,648 00 189.26 514,85288 598.20 $16,340 48 5109.00 $18,137.60 35 4'Thick Bituminous Bose SY 4894 $13.00 $83,622.00 $12.80 561664.40 $1350 $68,069.00 $15.30 174878.20 30 41Q'Thick Bituminous Base SY 4050.3 514,00 $56,704 20 $14.56 558,972,37 $1580 363,184.68 517.70 $71,890.31 ' 37 11/2'Bituminous Pavement SY 10642.7 $8.00 503,056201 $5.56 $59,173.41 $5.95 563,32407 $076 $71,944.65 38 8'Thick Concrete Commerdal Approach SY 805.8 555.00 344,3190 $65.00 368,493.00 $96.25 $79,169.65 $50.00 $40,290.00 39 6'Thick Concrete Residental Approach SY 125 $85.00 $8,125.00 $80.00 510,00000 $95.00 $11,675.00 $61.50 $7887.50 40 6"Thick Aggregate Olive SY 43.1 57,50 $323.25 $20.00 $862.00 $15.20 5655.12 $13.50 $561.85 41 6'Thick Concrete Dive SY 110.1 550.00 $5,505.00 $80.00 $6,808.00 $92.85 $10,222.79 555,70 $7,233.57 42 8'Thick Asphalt Drive SY 280.2 $65.00 318,21300 $29.68 $6,310.73 $32.05 $9,148.53 342.20 $11,824.44 43 4"Thick Concrete Sidewalk SY 2148 $43.00 $92,364.00 546.00 598,808.00 543,75 593,975.00 149.00 5105,252.00 • 44 6'Thick Canasta Curb Ramp St 329.5 175,00 $24,712.50 5120.00 $39,540.00 $74.40 324,514.80 $78.00 525,701,00 45 Detectable Warthog Panels SF 255.1 $30.00 57,653.00 $35.00 $8,92650 $35.00 $8,928.50 127,00 $6,667.70 46 12'Sidewalk Trench Drain LF 30 5100000 130,000.00 $250.00 $7,500.00 $180.00 $5,400 00 5182.00 55480.00 47 18'Sidewalk Trench Drain LF 10 31,500.00 $15,000.00 $300.00 $3,000.00 $230.00 $2,300.00 $24000 $2,400.00 48 Concrete Stain LS 1 32.500.00 $2,50000 58,000.00 18,000.00 51,800.00 11,800.00 32,100.00 32,10000 49 Segmental Block RelalNng Wall SF 514 $25.00 512,85000 $22.00 111,308.00 126.25 $13,492.50 546.00 $23,844.00 50 GalvaNzed Handrail ' LF B5 $100.00 $8,50000 $100.00 58,500.00 $12000 510,200.00 $61.50 $5,227.50 a;T m 22282011928 YS P.i«mcu-Imu.uu: muw 8 T 8 0 T 0o01:88TW2t1 - z P u :99:::::::::::::::::::::::: yq?99999999 9990999 y of: 14 yDarn, 101P1:1191 !!01 ! : ! : ! 11333 §! ! ! mmn3n33 � 38 � 83 � 3s � � � e :1115:3:::::::CCCCCil i aua 4 girgr " ' " ' " " "Y88 e � 888888880o 9a nnauu X 99 I :-1H HHHHHHH-11-4-1H� M 00 -a ;aaa � 3naaag a r _: &nnnnnnnnnnnnnnnn a. a a a a" .71 w e8 p'ES'885'S'E8SE8885'E5' 0 8 v: = _ gSaaaaaaaaaaaaaaa ! wieE n 1 y va F9 : gmmmmq..0"...... a p _ : v • aa O I' za 8 i S> o o' > > > > > > > > > > . . > > > 0 e 8 g g 89088 2 3 m9 1 §$;43.4,, a,—,: p i e O 2 v . . �9 4Y YY . � P m _ y o a a ____ 1 ;flea m� s a g,,-.' fr -0„, p, mu. ~ i 1 E .Atw w I. > 3 3 C x ._ .f:� yy mm d 8 e-� GG yo . . X11ry �1Igg gISIg X11�f1X11g T g g C m>1n nT pc; 0m �gYY» »>Y > > T T TTTTT mOooy S9 g mm e T 0�8000009 -o . x C g «8 T u8 N y 2 c 088 88 i8 88 888888888"8x8. 20 8 8 8 8 «8« _ s z 888888 888 88 88888888888888888 8 8 8 8 8 88484 m my z n '- GC«=' 8Y uo U ee o tt x x T o fl — 'n V$aT$8n. &S 88 888 °888888 8tt 8e 8 8 8 x oa $ Qis'e' m.. v 888888 8888 88 888888888888880 0 0 0 8 86 6 88H8888s88 Oa5A 0 «'Cio q 3 03 2 .88 828 4888 w 0 q u u x a 4 888888 888 88 88884484488488884 8 8 8 8 8 82484 m S 3 > _ z x 82:88"8 a m8 `888 Tx"60R0915.88Soa u m y xTuT c m 08 x- 888888 888 88 8888888.$88888882 8 8 8 0 8 80.88 i 8 Y um8aa"am lig 88 80 0 A 8 888488 888 88 88888888882228888 8 8 8 8 8 8o8o8 m 3s Y . n !28888 §8 EPP 8 §8u ggn:gfmg: w m wT �I m., 58 88288 888 88 88888888288888888 8 8 8 8 8 88800 c m S = - uY.. 88 Mg ur""TTT««TTT m T i A 888888 888 88 88888888888888888 8 8 8 x 0 ,0 0- m g > $ i4, rill' `FY$a8 EEE 88 64“-T u 4 i E f ? 8 ex s. =88288 888 88 88888888888888888 8 8 8 2 8 288 CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT made and entered into this day of doui , 2015, by and between Sam Gaines Construction, Inc. hereinafteF 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. 32138, Stadium, Monroe, and Christy Improvements. 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 "Stadium, Monroe, and Christy Improvements" 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 158 calendar 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. Prevailinq 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. 21, 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 less 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 $2,000,000 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 ail 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 I 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 Five Hundred Dollars ($500.00) 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. Pavment 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 March 24, 2015 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 Two Million Fifty Three Thousand Seven Hundred Seventy Two Dollars and Sixty Six Cents ($2,053,772.66). 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 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. llleaal 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 Emplovers. 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 3205 County Road 452, New Bloomfield MO, 65063. The date of delivery of any notice shall be the second full day after the day of its mailing. IN WITNESSEREO , the parties hereto have set their hands and seals this L_ day of 2015. I CITY OF JEFFERSON CONTRACTOR Mayor Title: Ip2e3�I Dt ATTEST: ATTEST: City Clerk Title: ci��uiy APPROVED AS TO FORM: City Counselor DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY,MISSOURI 65101 ACCOUNT NO.44-990-577053 Change Order No. One(1) Project No. 32138 Ord. No. 15385 Date: 5/1812015 Job& Location: STADIUM,MONROE,AND CHRISTY IMPROVEMENTS Contractor: Sam Gaines Construction, Inc. 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 1 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 EW 1.1 Relocation and Reconnection of Two LS 0 1 1 12423 $12,423.00 EW 1.2 Remove Sycamore Tree LS 0 1 1 800 $800.00 CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: I We hereby agree to the modifications of the contract as described above and agree to fumish 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$13,223.00(Thirteen Thousand Two Hundred Twenty Three Dollars and No Cents)to the Contract Amount Contract Time-Add 5 working days to the Contract STATEMENT OF CONTRACT AMOUNT: Amount %Change Time ORIGINAL CONTRACT $_2,05_3,772.66 0 PREVIOUS APPROVED CHANGE ORDERS $0.00 0.0% 0 TOTAL THIS CHANGE ORDER $13,223.00 0.6% 5 TOTAL OF ALL CHANGE ORDERS $13,223.00 0.6% 5 CONTRACT AMOUNT TO DATE $2,066,995.66 5 Sam Gaines Construction, Inc. Con C4 Date Recommended by: City Engineer Date Verification of Encumbrance: Finance Director Date Accepted by: �� G= r� 1 J Owner-City Administrato Mayor Date l � Approved as to Form: City bounselor Date CITY OF JEFFERSON ATTACHMENT TO CHANGE ORDER NO. 1 PROJECT NO.32138 Description of Changes: Enter the explanation for this change order.(Manually enlarge cell to accommodate text.) Item EW 1.1 - Relocation and Reconnection of Two Electrical Meter Pedestals and Lighting Controls SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material for the relocation of two electrical meters and lighting controllers including associated bases,and pedestals,and all conduit,conductors,risers, and connectors as may be necessary to meet all electrical codes and Ameren Missouri requirements and provide for a fully functional lighting system.The relocation of these meters shall be performed by a licensed electrocution.The location of the meters shall be coordinated with the engineer and shall be located behind the proposed sidewalk. MEASUREMENT,PAYMENT,and TIME: This item will not be measured for payment,rather it will be considered a lump sum and will be paid at the negotiated price.Five days will be allowed for the relocation of these meters. Item EW 1.2 - Remove Sycamore Tree SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material for the removal of the downed sycamore tree adjacent to the alley north of and running parallel to Stadium Boulevard. MEASUREMENT,PAYMENT,and TIME: This item will not be measured for payment,rather it will be considered a lump sum and will be paid at the negotiated price.No time will added for this requirement. DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY,MISSOURI 65101 ACCOUNT NO.64-9.'' Change Order No.Two(2) Project No. 32138 Ord. No. 15385 Date: 7/13/2015 Job&Locabon: STADIUM,MONROE,AND CHRISTY IMPROVEMENTS Contractor: Sam Gaines Constniction,Inc. 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 EW 2.1 Sewer Reconstruction at Jaycee Drive LS 0 1 1 $29,300.00 $29,300.00 EW 2.2 Overhead, Bonding, Profit LS 0 1 1 $1,379.00 $1,379.00 EW 2.3 Modifications to Inlet DI-9B LS 0 1 1 $400.00 $400.00 CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: I/We hereby agree to the modifications of the contract as described above and agree to fumish 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$31,079.00(Thirty One Thousand Seventy Nine Dollars and No Cents)to the Contract Amount Contract Time-Add 45 calendar days to the Contract STATEMENT OF CONTRACT AMOUNT: Amount %Change Time ORIGINAL CONTRACT $2_,053,772.66 158 PREVIOUS APPROVED CHANGE ORDERS _ $13,223.00 0.6% 5 TOTAL THIS CHANGE ORDER $31,079.00_ 1.5% 45 TOTAL OF ALL CHANGE ORDERS $44,302.00 2.2% 50 CONTRACT AMOUNT TO DATE_ $2,098,074.66 208 Sam Gaines Construction, Inc. !S iS Co ctor Date Recommended by: _:�- • ,� ,; � ,, _ City Engineer Date � r Verification of Encumbrance: j _ % ?- !6 /j' Finance Director ' Date Accepted by: �— Owner-City Adrtiinistrator J Mayor Date Approved as to Form: Ci Counselor Date CITY OF JEFFERSON ATTACHMENT TO CHANGE ORDER NO.2 PROJECT NO.32138 Description of Changes: The flow into the sewer at manhole 6054 is such that the volume and velocity from the north partially blocks the flow from the south from entering the manhole and as a result creates a maintenance problem in that the solids drop out and accumulate in the pipe.This change order will allow the sewer from the south to be rerouted to a manhole on the eastern side of Jaycee Drive and by doing so will separate the conflicting flows.This work is being pursued at this time to take advantage of a sewer extension which is being built as part of a private development.Time has been added to the project to complete this sewer work as well as to account for delays do to utility relocations and poor weather conditions. Item EW 2.1 - Sewer Reconstruction at Jaycee Drive SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material for the construction of the sewer line from and including the existing manhole on the eastern side of Jaycee Drive and manholes labeled#I and #2 on the plans including all manholes,sewer lines,required testing,excavation,earthwork,street repair and all other incidental construction needed to perform the work and provide a complete and functional system. MEASUREMENT,PAYMENT,and TIME: This item will not be measured rather it will be considered a lump sum item and will be paid at the negotiated price. Twenty days will be added to the contract to complete this work. Item EW 2.2 - Overhead,Bonding,Profit SCOPE OF WORK: The work in this item shall include necessary coordination and handling of necessary paperwork and payment to the subcontractor and the additional cost of the bond as a result of this increase in scope and project cost. MEASUREMENT,PAYMENT,and TIME: This item will not be measured.Payment will be made as a lump sum.No time will be added to the contract for this requirement. Item EW 2.3 - Modifications to Inlet 13I-913 SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material to construct a side opening area inlet in the place of a grated area inlet.The inlet top shall contain a manhole frame and lid in accordance with City standard drawings. MEASUREMENT,PAYMENT,and TIME: This item will not be measured.Payment will be made as a lump sum.Two days will be added to the contract for this requirement. i I DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION • • 320 EAST McCARTY STREET JEFFERSON CITY,MISSOURI 65101 ACCOUNT NO.64-9qO-571r,oto }G N`4-qco-5llo53 Change Order No. Two(2) Project No. 32138 Ord. No. 15385 Date: 7/13/2015 Job& Location: STADIUM, MONROE,AND CHRISTY IMPROVEMENTS Contractor. Sam Gaines Construction,Inc. 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 Undemrn EW 2.1 Sewer Reconstruction at Jaycee Drive LS 0 1 1 $29,300.00 $29,300.00 EW 2.2 Overhead, Bonding, Profit LS 0 1 1 $1,37900 $1,379.00 EW 2.3 Modifications to Inlet DI-98 LS 0 1 1 $400.00 $400.00 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 $31,079.00 (Thirty One Thousand Seventy Nine Dollars and No Cents)to the Contract Amount Contract Time-Add 45 calendar days to the Contract STATEMENT OF CONTRACT AMOUNT: Amount % Change Time ORIGINAL CONTRACT $2,053,772.66 158 PREVIOUS APPROVED CHANGE ORDERS $13,223.00 0.6% 5 TOTAL THIS CHANGE ORDER $31,079.00 1.5% 45 TOTAL OF ALL CHANGE ORDERS $44,302.00 2.2% 50 CONTRACT AMOUNT TO DATE Q �, i $2,098,074.66 208 Sam Gaines Construction, Inc. / i4,-I1C4--e- 7//S//S eaDate Recommended by: ( -- -7Ab /l City Engineer Date Verification of Encumbrance: 4 /.i�3% 7-/4 y — FA Director D e Accepted by: 74 c�/� 7---- Owner C nistrator/Ma Date Approved as to Form: ate t__----'--- '-'7 ' t ty V C Counselor Date CITY OF JEFFERSON ATTACHMENT TO CHANGE ORDER NO.2 PROJECT NO.32138 Description of Changes: The flow into the sewer at manhole 6054 is such that the volume and velocity from the north partially blocks the flow from the south from entering the manhole and as a result creates a maintenance problem in that the solids drop out and accumulate in the pipe.This change order will allow the sewer from the south to be rerouted to a manhole on the eastern side of Jaycee Drive and by doing so will separate the conflicting flows.This work is being pursued at this time to take advantage of a sewer extension which is being built as part of a private development.Time has been added to the project to complete this sewer work as well as to account for delays do to utility relocations and poor weather conditions. Item EW 2.1 - Sewer Reconstruction at Jaycee Drive SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material for the construction of the sewer line from and including the existing manhole on the eastern side of Jaycee Drive and manholes labeled#I and #2 on the plans including all manholes,sewer lines,required testing,excavation,earthwork,street repair and all other incidental construction needed to perform the work and provide a complete and functional system. MEASUREMENT,PAYMENT,and TIME: This item will not be measured rather it will be considered a lump sum item and will be paid at the negotiated price. Twenty days will be added to the contract to complete this work. Item EW 2.2 - Overhead,Bonding,Profit SCOPE OF WORK: The work in this item shall include necessary coordination and handling of necessary paperwork and payment to the subcontractor and the additional cost of the bond as a result of this increase in scope and project cost. MEASUREMENT,PAYMENT,and TIME: This item will not be measured.Payment will be made as a lump sum.No time will be added to the contract for this requirement. Item EW 2.3 - Modifications to Inlet 13I-913 SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material to construct a side opening area inlet in the place of a grated area inlet.The inlet top shall contain a manhole frame and lid in accordance with City standard drawings. MEASUREMENT,PAYMENT,and TIME: This item will not be measured.Payment will be made as a lump sum.Two days will be added to the contract for this requirement. DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT NO.44-990-577053 and 64-956-579510 Change Order No. Three (3) Project No. 32138 Ord. No. 15385 Date: 10/30/2015 Job& Location: STADIUM, MONROE,AND CHRISTY IMPROVEMENTS Contractor: Sam Gaines Construction, Inc. 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 86 Class 3 Excavation In Rock(Allowance) CY 30 14.61 44.61 $200.00 $2,922.00 EW 3.1 Sewer Backflow Preventors EA 0 6 6 $650.00 $3,900.00 EW 3.2 Modifications to inlet EX DI-15 LS 0 1 1 $2,300.00 $2,300.00 EW 3.3 Purchase of 15"dia RCP LF 0 56 56 $10.00 $560.00 EW 3.4 Removals along Alley Adjecent to 1313 LS 0 1 1 $538.00 $538.00 Monroe EW 3.5 Flowable fill for Pipe Abandonment CY 0 2 2 $200.00 $400.00 EW 3.6 Frame and Grate EA 0 1 1 $750.00 $750.00 CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: itWe 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 $11,370.00 (Eleven Thousand Three Hundred Seventy Dollars and No Cents)to the Contract Amount Contract Time-There is no change to the Contract Time STATEMENT OF CONTRACT AMOUNT: Amount % Change Time ORIGINAL CONTRACT $2,053,772.66 158 PREVIOUS APPROVED CHANGE ORDERS $44,302.00 2.2% 50 TOTAL THIS CHANGE ORDER $11,370.00 0.6% 0 TOTAL OF ALL CHANGE ORDERS $55,672.00 2.7% 50 CONTRACT AMOUNT TO DATE $2,109,444.66 208 Sam Gaines Construction, Inc. c� � Coo Date Recommended by: �t� 1( - r)— 15 City Engineer Date Verification of Encumbrance: �� Finance Director Date Accepted by: Owner-Ci ministrator/1/ r Ote Approved as to Form: / 6 My Counselor_ eior Date 44-990-577053 -$4,548.00 64-994o-579:510-$6,822.00 CITY OF JEFFERSON ATTACHMENT TO CHANGE ORDER NO. 3 PROJECT NO.32138 Description of Changes: This change order will address a number of minor changes to the contract the majority of which were necessitated by field conditions which were different than what was indicated on the plans.Additionally it provides for the addition of backflow preventers on a number of sewer laterals and for removal associated with curbing in the alley adjacent to 1313 Monroe Street. Item 86 - Class 3 Excavation In Rock(Allowance) SCOPE OF WORK: The work this item shall include the furnishing of all labor,equipment,and material for the removal of rock for the sanitary sewer project at Jaycee Drive MEASUREMENT,PAYMENT,and TIME: This item will be measured by the cubic yard and will be paid at the unit price established by the contract.No time will be added to the contract for this requirement. Item EW 3.1 - Sewer Backflow Preventors SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material for the installation of back flow preventers on the new sewer laterals in the 1300 block of Monroe Street and at 325 Stadium Boulevard in accordance with City plumbing codes. MEASUREMENT,PAYMENT,and TIME: This item will be measured per each unit installed.Payment will be made in a like fashion at the negotiated price.No additional time will be added to the contract for this requirement. Item EW 3.2 - Modifications to inlet EX DI-15 SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material for the connection of a new stormwater pipe into the existing inlet labeled as EX DI-15.It also includes the removal of that portion of the inlet lid which extends beyond the back of the structure. MEASUREMENT,PAYMENT,and TIME: This item will not be measure and payment will be made as lump sum at the negotiated price.No additional time will be added for this requirement. Item EW 3.3 - Purchase of 15"dia RCP SCOPE OF WORK: There is no work associated with this item.The City is purchasing pipe not needed on the project do to a change in the plans. MEASUREMENT,PAYMENT,and TIME: This item will be measured by the linear foot with payment in accordance with the invoice provided.No time will be added to the contract for this item. Item EW 3.4 - Removals along Alley Adjecent to 1313 Monroe SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material for the removals necessary for the construction of a curb and gutter section on the alley adjacent to 1313 Monroe Street. MEASUREMENT,PAYMENT,and TIME: This item will not be measured and payment will be made as a lump sum at the negotiated price.No time will be added to the contract for this requirement. Item EW 3.5 - Flowable fill for Pipe Abandonment SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material necessary to fill existing unused pipes with flowable fill. MEASUREMENT,PAYMENT,and TIME: This item will be measured by the cubic yard and will be paid in a like fashion at the negotiated price.No time will be added to the contract for this requirement. Item EW 3.6 - Frame and Grate SCOPE OF WORK: There is no work associated with this item.The City is purchasing the grate as a result of changes to the plans that negated its use. MEASUREMENT,PAYMENT,and TIME: This item will not be measured.Payment will be in accordance with the invoice provided.No time will be added to the contract for this item. a 1 i I DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION • • 320 EAST McCARTY STREET JEFFERSON CITY,MISSOURI 65101 ACCOUNT NO.64-9qO-571r,oto }G N`4-qco-5llo53 Change Order No. Two(2) Project No. 32138 Ord. No. 15385 Date: 7/13/2015 Job& Location: STADIUM, MONROE,AND CHRISTY IMPROVEMENTS Contractor. Sam Gaines Construction,Inc. 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 Undemrn EW 2.1 Sewer Reconstruction at Jaycee Drive LS 0 1 1 $29,300.00 $29,300.00 EW 2.2 Overhead, Bonding, Profit LS 0 1 1 $1,37900 $1,379.00 EW 2.3 Modifications to Inlet DI-98 LS 0 1 1 $400.00 $400.00 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 $31,079.00 (Thirty One Thousand Seventy Nine Dollars and No Cents)to the Contract Amount Contract Time-Add 45 calendar days to the Contract STATEMENT OF CONTRACT AMOUNT: Amount % Change Time ORIGINAL CONTRACT $2,053,772.66 158 PREVIOUS APPROVED CHANGE ORDERS $13,223.00 0.6% 5 TOTAL THIS CHANGE ORDER $31,079.00 1.5% 45 TOTAL OF ALL CHANGE ORDERS $44,302.00 2.2% 50 CONTRACT AMOUNT TO DATE Q �, i $2,098,074.66 208 Sam Gaines Construction, Inc. / i4,-I1C4--e- 7//S//S eaDate Recommended by: ( -- -7Ab /l City Engineer Date Verification of Encumbrance: 4 /.i�3% 7-/4 y — FA Director D e Accepted by: 74 c�/� 7---- Owner C nistrator/Ma Date Approved as to Form: ate t__----'--- '-'7 ' t ty V C Counselor Date CITY OF JEFFERSON ATTACHMENT TO CHANGE ORDER NO.2 PROJECT NO.32138 Description of Changes: The flow into the sewer at manhole 6054 is such that the volume and velocity from the north partially blocks the flow from the south from entering the manhole and as a result creates a maintenance problem in that the solids drop out and accumulate in the pipe.This change order will allow the sewer from the south to be rerouted to a manhole on the eastern side of Jaycee Drive and by doing so will separate the conflicting flows.This work is being pursued at this time to take advantage of a sewer extension which is being built as part of a private development.Time has been added to the project to complete this sewer work as well as to account for delays do to utility relocations and poor weather conditions. Item EW 2.1 - Sewer Reconstruction at Jaycee Drive SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material for the construction of the sewer line from and including the existing manhole on the eastern side of Jaycee Drive and manholes labeled#I and #2 on the plans including all manholes,sewer lines,required testing,excavation,earthwork,street repair and all other incidental construction needed to perform the work and provide a complete and functional system. MEASUREMENT,PAYMENT,and TIME: This item will not be measured rather it will be considered a lump sum item and will be paid at the negotiated price. Twenty days will be added to the contract to complete this work. Item EW 2.2 - Overhead,Bonding,Profit SCOPE OF WORK: The work in this item shall include necessary coordination and handling of necessary paperwork and payment to the subcontractor and the additional cost of the bond as a result of this increase in scope and project cost. MEASUREMENT,PAYMENT,and TIME: This item will not be measured.Payment will be made as a lump sum.No time will be added to the contract for this requirement. Item EW 2.3 - Modifications to Inlet 13I-913 SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material to construct a side opening area inlet in the place of a grated area inlet.The inlet top shall contain a manhole frame and lid in accordance with City standard drawings. MEASUREMENT,PAYMENT,and TIME: This item will not be measured.Payment will be made as a lump sum.Two days will be added to the contract for this requirement. DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT NO.44-990-577053 and 64-956-579510 Change Order No. Three (3) Project No. 32138 Ord. No. 15385 Date: 10/30/2015 Job& Location: STADIUM, MONROE,AND CHRISTY IMPROVEMENTS Contractor: Sam Gaines Construction, Inc. 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 86 Class 3 Excavation In Rock(Allowance) CY 30 14.61 44.61 $200.00 $2,922.00 EW 3.1 Sewer Backflow Preventors EA 0 6 6 $650.00 $3,900.00 EW 3.2 Modifications to inlet EX DI-15 LS 0 1 1 $2,300.00 $2,300.00 EW 3.3 Purchase of 15"dia RCP LF 0 56 56 $10.00 $560.00 EW 3.4 Removals along Alley Adjecent to 1313 LS 0 1 1 $538.00 $538.00 Monroe EW 3.5 Flowable fill for Pipe Abandonment CY 0 2 2 $200.00 $400.00 EW 3.6 Frame and Grate EA 0 1 1 $750.00 $750.00 CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: itWe 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 $11,370.00 (Eleven Thousand Three Hundred Seventy Dollars and No Cents)to the Contract Amount Contract Time-There is no change to the Contract Time STATEMENT OF CONTRACT AMOUNT: Amount % Change Time ORIGINAL CONTRACT $2,053,772.66 158 PREVIOUS APPROVED CHANGE ORDERS $44,302.00 2.2% 50 TOTAL THIS CHANGE ORDER $11,370.00 0.6% 0 TOTAL OF ALL CHANGE ORDERS $55,672.00 2.7% 50 CONTRACT AMOUNT TO DATE $2,109,444.66 208 Sam Gaines Construction, Inc. c� � Coo Date Recommended by: �t� 1( - r)— 15 City Engineer Date Verification of Encumbrance: �� Finance Director Date Accepted by: Owner-Ci ministrator/1/ r Ote Approved as to Form: / 6 My Counselor_ eior Date 44-990-577053 -$4,548.00 64-994o-579:510-$6,822.00 CITY OF JEFFERSON ATTACHMENT TO CHANGE ORDER NO. 3 PROJECT NO.32138 Description of Changes: This change order will address a number of minor changes to the contract the majority of which were necessitated by field conditions which were different than what was indicated on the plans.Additionally it provides for the addition of backflow preventers on a number of sewer laterals and for removal associated with curbing in the alley adjacent to 1313 Monroe Street. Item 86 - Class 3 Excavation In Rock(Allowance) SCOPE OF WORK: The work this item shall include the furnishing of all labor,equipment,and material for the removal of rock for the sanitary sewer project at Jaycee Drive MEASUREMENT,PAYMENT,and TIME: This item will be measured by the cubic yard and will be paid at the unit price established by the contract.No time will be added to the contract for this requirement. Item EW 3.1 - Sewer Backflow Preventors SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material for the installation of back flow preventers on the new sewer laterals in the 1300 block of Monroe Street and at 325 Stadium Boulevard in accordance with City plumbing codes. MEASUREMENT,PAYMENT,and TIME: This item will be measured per each unit installed.Payment will be made in a like fashion at the negotiated price.No additional time will be added to the contract for this requirement. Item EW 3.2 - Modifications to inlet EX DI-15 SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material for the connection of a new stormwater pipe into the existing inlet labeled as EX DI-15.It also includes the removal of that portion of the inlet lid which extends beyond the back of the structure. MEASUREMENT,PAYMENT,and TIME: This item will not be measure and payment will be made as lump sum at the negotiated price.No additional time will be added for this requirement. Item EW 3.3 - Purchase of 15"dia RCP SCOPE OF WORK: There is no work associated with this item.The City is purchasing pipe not needed on the project do to a change in the plans. MEASUREMENT,PAYMENT,and TIME: This item will be measured by the linear foot with payment in accordance with the invoice provided.No time will be added to the contract for this item. Item EW 3.4 - Removals along Alley Adjecent to 1313 Monroe SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material for the removals necessary for the construction of a curb and gutter section on the alley adjacent to 1313 Monroe Street. MEASUREMENT,PAYMENT,and TIME: This item will not be measured and payment will be made as a lump sum at the negotiated price.No time will be added to the contract for this requirement. Item EW 3.5 - Flowable fill for Pipe Abandonment SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material necessary to fill existing unused pipes with flowable fill. MEASUREMENT,PAYMENT,and TIME: This item will be measured by the cubic yard and will be paid in a like fashion at the negotiated price.No time will be added to the contract for this requirement. Item EW 3.6 - Frame and Grate SCOPE OF WORK: There is no work associated with this item.The City is purchasing the grate as a result of changes to the plans that negated its use. MEASUREMENT,PAYMENT,and TIME: This item will not be measured.Payment will be in accordance with the invoice provided.No time will be added to the contract for this item. a 1 DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT NO.44-990-577053 and 64-956-579510 Change Order No. Three (3) Project No. 32138 Ord. No. 15385 Date: 10/30/2015 Job& Location: STADIUM, MONROE,AND CHRISTY IMPROVEMENTS Contractor: Sam Gaines Construction, Inc. 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 86 Class 3 Excavation In Rock(Allowance) CY 30 14.61 44.61 $200.00 $2,922.00 EW 3.1 Sewer Backflow Preventors EA 0 6 6 $650.00 $3,900.00 EW 3.2 Modifications to inlet EX DI-15 LS 0 1 1 $2,300.00 $2,300.00 EW 3.3 Purchase of 15"dia RCP LF 0 56 56 $10.00 $560.00 EW 3.4 Removals along Alley Adjecent to 1313 LS 0 1 1 $538.00 $538.00 Monroe EW 3.5 Flowable fill for Pipe Abandonment CY 0 2 2 $200.00 $400.00 EW 3.6 Frame and Grate EA 0 1 1 $750.00 $750.00 CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: itWe 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 $11,370.00 (Eleven Thousand Three Hundred Seventy Dollars and No Cents)to the Contract Amount Contract Time-There is no change to the Contract Time STATEMENT OF CONTRACT AMOUNT: Amount % Change Time ORIGINAL CONTRACT $2,053,772.66 158 PREVIOUS APPROVED CHANGE ORDERS $44,302.00 2.2% 50 TOTAL THIS CHANGE ORDER $11,370.00 0.6% 0 TOTAL OF ALL CHANGE ORDERS $55,672.00 2.7% 50 CONTRACT AMOUNT TO DATE $2,109,444.66 208 Sam Gaines Construction, Inc. c� � Coo Date Recommended by: �t� 1( - r)— 15 City Engineer Date Verification of Encumbrance: �� Finance Director Date Accepted by: Owner-Ci ministrator/1/ r Ote Approved as to Form: / 6 My Counselor_ eior Date 44-990-577053 -$4,548.00 64-994o-579:510-$6,822.00 CITY OF JEFFERSON ATTACHMENT TO CHANGE ORDER NO. 3 PROJECT NO.32138 Description of Changes: This change order will address a number of minor changes to the contract the majority of which were necessitated by field conditions which were different than what was indicated on the plans.Additionally it provides for the addition of backflow preventers on a number of sewer laterals and for removal associated with curbing in the alley adjacent to 1313 Monroe Street. Item 86 - Class 3 Excavation In Rock(Allowance) SCOPE OF WORK: The work this item shall include the furnishing of all labor,equipment,and material for the removal of rock for the sanitary sewer project at Jaycee Drive MEASUREMENT,PAYMENT,and TIME: This item will be measured by the cubic yard and will be paid at the unit price established by the contract.No time will be added to the contract for this requirement. Item EW 3.1 - Sewer Backflow Preventors SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material for the installation of back flow preventers on the new sewer laterals in the 1300 block of Monroe Street and at 325 Stadium Boulevard in accordance with City plumbing codes. MEASUREMENT,PAYMENT,and TIME: This item will be measured per each unit installed.Payment will be made in a like fashion at the negotiated price.No additional time will be added to the contract for this requirement. Item EW 3.2 - Modifications to inlet EX DI-15 SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material for the connection of a new stormwater pipe into the existing inlet labeled as EX DI-15.It also includes the removal of that portion of the inlet lid which extends beyond the back of the structure. MEASUREMENT,PAYMENT,and TIME: This item will not be measure and payment will be made as lump sum at the negotiated price.No additional time will be added for this requirement. Item EW 3.3 - Purchase of 15"dia RCP SCOPE OF WORK: There is no work associated with this item.The City is purchasing pipe not needed on the project do to a change in the plans. MEASUREMENT,PAYMENT,and TIME: This item will be measured by the linear foot with payment in accordance with the invoice provided.No time will be added to the contract for this item. Item EW 3.4 - Removals along Alley Adjecent to 1313 Monroe SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material for the removals necessary for the construction of a curb and gutter section on the alley adjacent to 1313 Monroe Street. MEASUREMENT,PAYMENT,and TIME: This item will not be measured and payment will be made as a lump sum at the negotiated price.No time will be added to the contract for this requirement. Item EW 3.5 - Flowable fill for Pipe Abandonment SCOPE OF WORK: The work in this item shall include the furnishing of all labor,equipment,and material necessary to fill existing unused pipes with flowable fill. MEASUREMENT,PAYMENT,and TIME: This item will be measured by the cubic yard and will be paid in a like fashion at the negotiated price.No time will be added to the contract for this requirement. Item EW 3.6 - Frame and Grate SCOPE OF WORK: There is no work associated with this item.The City is purchasing the grate as a result of changes to the plans that negated its use. MEASUREMENT,PAYMENT,and TIME: This item will not be measured.Payment will be in accordance with the invoice provided.No time will be added to the contract for this item. a 1 DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT NO. 64-990-579495 Change Order No. Four(4) Project No. 32138 Ord. No. 15385 Date: 12/14/15 Job&Location: STADIUM, MONROE,AND CHRISTY IMPROVEMENTS Contractor. Sam Gaines Construction, Inc. ......................................................................................................................................................................................................................................... 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: This change order will provide for modifications to a junction box on the effluent pipe from the sewer plant in accordance with the attached drawing. 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 EW 4.1 Sealing Junction Box on Plant Effluent LS 0 1 1 $5,957.00 $5,957.00 CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: UWe hereby agree to the modifications of the contract as described above and agree to fumish 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$5,957.00(Five Thousand Nine Hundred Fifty Seven Dollars and No Cents)to the Contract Amount Contract Time-Add 15 calendar days to the Contract STATEMENT OF CONTRACT AMOUNT: Amount %Change Time ORIGINAL CONTRACT _ $2,053,772.66 158 PREVIOUS APPROVED CHANGE ORDERS $55,672.00 2.7% 50 TOTAL THIS CHANGE ORDER $5,957.00 0.3% 15 TOTAL OF ALL CHANGE ORDERS $61,629.00 3.0% 65 CONTRACT AMOUNT TO DATE $2,115,401.66 223 Sam Gaines Construction, Inc. /.9 — A /S Co oo) n 1 Date Recommended by: �C� a),,� i.a -((n -15 City Engineer Date Verification of Encumbrance: Finance Director Date Accepted by: Owner-City Admini ate Approved as to Form: City Counselor Dale