Loading...
HomeMy Public PortalAboutORD15619 BILL NO. 2016-101 SPONSORED BY COUNCILMAN Henry ORDINANCE NO. I Cb I AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A $2,128,554.50 AGREEMENT WITH SAK CONSTRUCTION, LLC, FOR THE BASIN 13 SEWER MAIN REHABILITATION. WHEREAS, SAK Construction, LLC, has become the lowest and best bidder on the Basin 13 Sewer Main Rehabilitation Project. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. SAK Construction, LLC, is declared to be the lowest and best bid and is hereby accepted for the Basin 13 Sewer Main Rehabilitation Project. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with SAK Construction, LLC, for the Basin 13 Sewer Main Rehabilitation 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: � r/. I Approved: Ag\. ,?0(7 C vA reAaez; Presiding1/(41 Officer Mayor Carrie Terginin 17 ATTEST: APPROVED AS TO FORM: A I44 !- 14L1/W City Crk City o-` selor FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2893-Project 31140 Basin 13 Sewer Main Rehabilitation Public Works, Engineering Division/Wastewater, Opened January 19, 2017 RECOMMENDATION: Staff recommends award of the base bid and Alternates A , B & C to the lowest and best bid meeting specifications, SAK Construction LLC of O'Fallon , MO in the amount of $2,128 ,554 .50. BIDS RECEIVED: SAK Construction , LLC, O 'Fallon, MO Visu-Sewer of Missouri , LLC, St. Louis , IL lnsituform Technologies , USA, LLC , Chesterfield , MO $2 ,128,554.50 $2 ,201 ,043.00 $2 ,192,157.75 The project was advertised in News Tribune, posted on the city web site , sent to seven plan rooms the City 's construction vendor list. Nine additional bidders received specifications but did not return a bid. FISCAL NOTE: 64-987-579880 Basin 13B Upgrade Valley View 44-990-576018 Pipe Lining 2017 Wastewater Sales Tax F Budget 2016-2017 Expended Bid 2893 Balance $2 ,556 ,57 5 .66 -0- $1 ,940 ,307.50 $ 616,268 .16 PAST PERFORMANCE : Budget 2016-2017 Encumbered Bid 2893 Balance $ 188,247 .00 -0- $ 188 ,247.00 -0 - SAK Construction, LLC has been awarded projects by the City in the past and has completed them satisfactorily. Staff believes the bidder will complete this project as specified and bid . ATIACHMENTS-SUPPORTING DOCUMENTATION Signature ~~ l Purch in 'A ent Department of Public Works Memorandum 320 E. McCa rty Stre et· Jefferson City , Miss ouri 65101 • P 573-6 34-6410 • F 573-634-6562 • www.jeffcitvmo.org Date: January 20, 2017 To: Terry Stephenson , Purchasing Director, Finance From: Subject: David Bange, City Engineer \)/)]? Basin 13 Sewer Main Rehabilitation Project No. 31140 Bid No. 2893 Public Works has completed a review of the bids opened at 1:30 P.M . on January 19, 2017 for the above noted project. As part of the review all the bids were tabulated to check for math errors and to c ompare 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 base bid and alternates A, B &C from the low bidder, SAK Construction, LLC , 864 Hoff Road, O 'Fallon MO 63366. The total amount of the contract will be $2, 128,554 .50. The project will be ex pensed as follows for both sanitary sewer improvement (enterprise fund) and stormwater improvement (sales ta x): SAK Construction LLC ($2, 128,554.50): Account Number: 64-987-579880 44-990-576018 Amount Available : $2 ,556 ,575 .66 $188 ,247.00 Required: $1 ,940,307 .50 $188 ,247 .00 Remaining: $616 ,268 .16 $0 .00 If you need any other information please feel free to contact me at ex tension 6433 . DB :db Attachments : Bid Tabulation Sheet, Plan Holders List cc: Project file Writer's file Page 1 Date: 19/01/2017 Bid No. 2893 ITEM NO. 1 2 3 4 5 6 7 8 9 10 11 A1 A2 81 82 C1 C2 DESCRIPTION 6-inch cured·in-place liner 8-inch cured-in-place liner 1 0-inch cured-in-place liner Grind, cut and remove protruding taps Clean, televise and evaluate-all pipe sizes 21-inch cured-in-place stormwater liner 42-inch cured-in-place stormwater liner Void Grouting Clean, televise and evaluate-all stormwater pipe sizes above 18-inch diameter Grind, cut and remove protruding taps encountered in stormwater pipes Lateral seals with CIPP liner TOTAL BASE BID % OVER/UNDER ENGINEER'S EST. ALTERNATE A - Lateral seals with CIPP liner 8-inch cured-in-place liner TOTAL ALTERNATE A ALTERNATE B - 48-inch cured-in-place stormwater liner Void Grouting TOTAL ALTERNATE B ALTERNATE C - 48-inch cured-in-place stormwater liner Void Grouting TOTAL ALTERNATE C Alternate A-Accepted Alternate B -Accepted Alternate C -Accepted TOTAL CONTRACT WITH ACCEPTED ALTERNATES APPROX. UNIT QUANTITY LF 1504 LF 32805 LF 1884 EA 30 LF 1200 LF 225 LF 175 CY 5 LF 850 EA 5 EA 300 EA 295 LF 8435 LF 262 CY 20 LF 200 CY 5 CITY OF JEFFERSON BID TABULATION BASIN 13 SEWER MAIN REHABILITATION PROJECT NO. 31140 ENGINEER'S ESTIMATE SAK Construction UNIT UNIT PRICE AMOUNT PRICE AMOUNT $32.00 $48,128.00 $29.00 $43,616.00 $30.00 $984,150.00 $25.25 $828,326.25 $35.00 $65,940.00 $26.00 $48,984.00 $400.00 $12,000.00 $250.00 $7,500.00 $3.00 $3,600.00 $2.70 $3,240.00 $350.00 $78,750.00 $90.00 $20,250.00 $400.00 $70,000.00 $235.00 $41,125.00 $200.00 $1,000.00 $150.00 $750.00 $3.00 $2,550.00 $4.90 $4,165.00 $400.00 $2,000.00 $275.00 $1,375.00 $2,000.00 $600,000.00 $1,265.00 $379,500.00 $1,868,118.00 $1,378,831.25 -26.2% $2,000.00 $590,000. 00~ $1,425.00 $420,375.00 I $30.00 $253,050.00 $24.75 $208,766.25 $843,050.00 $629,141.25 $475.00 $124 ,450.00~ $236.00 $61,832.00 I $200.00 $4,000.00 $150.00 $3,000.00 $128,450.00 $64,832.00 $475.00 $95,000.00~ $275.00 $55.000.00 I $200.00 $1,000.00 $150.00 $750.00 $96,000.00 $55,750.00 $843,050.00 $629,141.25 $128,450.00 $64,832.00 $96,000.00 $55,750.00 $2,935,618.00 $2,128,554.50 Visu-Sewer lnsituform Technologies, LLC UNIT UNIT PRICE AMOUNT PRICE AMOUNT $29.75 $44,744.00 $29.00 $43,616.00 $22.30 $731,551.50 $23.65 $775,838.25 $26.50 $49,926.00 $28.50 $53,694.00 $150.00 $4,500.00 $310.00 $9,300.00 $2.85 $3,420.00 $2.40 $2,880.00 $121.30 $27,292.50 $79.00 $17,775.00 $275.30 $48,177.50 $225.00 $39,375.00 $2,150.00 $10,750.00 $25.00 $125.00 $5.25 $4,462.50 $10.10 $8,585.00 $350.00 $1,750.00 $310.00 $1,550.00 $1,590.00 $477,000.00 $1,565.00 $469,500.00 $1,403,574.00 $1,422,238.25 -24.9% -23.9%1 $1,544.00 $455,480.00 I $1,510.00 $445,450.00 $22.30 $188,100.50 $24.70 $208,344.50 $643,580.50 $653,794.50 I $216.75 $56.788.50 I $250.00 $65,500.00 $2,150.00 $43,000.00 $25.00 $500.00 $99,788.50 $66,ooo.oo I $216.75 $43.350.00 I $250.00 $50,000.00 $2,150.00 $10,750.00 $25.00 $125.00 $54,100.00 s5o,125.oo I $643,580.50 $653,794.50 $99,788.50 $66,000.00 $54,100.00 $50,125.00 $2,201,043.00 $2,192,157.75 CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT made and entered into this ; day oft/- , 2017, by and between SAK Construction, LLC hereinafter 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. 31140, Basin 13 Sewer Main Rehabilitation. 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 "Basin 13 Sewer Main Rehabilitation" 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 270 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. 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. 0, Section 026, Cole County rates as set forth. The Contractor further agrees that Contractor will keep an accurate record showigg 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 Tess 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 Tess 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 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 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. 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 January 19, 2017 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 One Hundred and Twenty Eight Thousand Five Hundred and Fifty Four Dollars and Fifty Cents ($2,128,554.50) 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. 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. 26. 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. 27. 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 864 Hoff Road, O'Fallon, MO 63366. The date of delivery of any notice shall be the second full day after the day of its mailing. IN WITNESS WHEREOF, the parties hereto have set their hands and seals this 2-I day of r j - --G4— k , 20 CITY OF JEFFERSON Mayor: Carrie Tergin ATTEST: ity Clerk CONTRACTOR ATTEST: /44 atff(zt Title: Sec -F- r APPROVED AS TO FORM: DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT NO. Change Order No. Three (3) Project No. 31140 Ord. No. 0 Date: Job & Location: BASIN 13 SEWER MAIN REHABILITATION Contractor: SAID Construction 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: add 21 days to accommodate 6.5% added to total project. 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.-. 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 - This is a no cost Change Order Contract Time - Add 21 calendar days to the Contract STATEMENT OF CONTRACT AMOUNT: K Construction Recommended by: Verification of Encumbrance: Accepted by: ,CDntra0or 1C, —i - y City Engineer Date Date Date I Date Amount % Change Time ORIGINAL CONTRACT$?,J2-&554-r50 270, V ORDERS51 PREVIOUS APPRO ED CHANGE, TOTAL THIS CHANGE ORDER $0.00 0.0% 21-, -ORD 'TOTAL ERS OF ALL CHANGE $404 245.25- 19.0% 72 CONTRACT AMOUNT TO DATE $2,532,799.75 15321799.75- 342'—, K Construction Recommended by: Verification of Encumbrance: Accepted by: ,CDntra0or 1C, —i - y City Engineer Date Date Date I Date DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT NO. lo'4-q$-1 -S-l9g8v Change Order No. Four (4) Project No. 31140 Ord. No. 0 Job & Location: BASIN 13 SEWER MAIN REHABILITATION Contractor: SAK Construction Date: 16&M 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: Adjusting quantities Note: Item numbers prefixed with "EW" (Extra Work) are new line items to the contract CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: UWe 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 $87,875.89 (Eighty Seven Thousand Eight Hundred Seventy Five Dollars and Eighty Nine Cents) to the Contract Amount Contract Time - There is no change to the Contract Time STATEMENT OF CONTRACT AMOUNT: ORIGINAL CONTRACT PREVIOUS APPROVED CHANGE ORDERS TOTAL THIS CHANGE ORDER _ TOTAL OF ALL CHANGE ORDERS CONTRACT AMOUNT TO DATE Amount $2,128,554.50 % Change Time 270 $404,245.25 Quantity in Revised $87,875.89 Amount of Item _ $492,121.14 23.1% Quantity in Change Contract 342 Overrun or No. Description Unit Contract Order Quantity Unit Price Underrun 1 6 -inch cured -in-place liner LF 1504 -6 1498 $29.00 ($174.00) 2 8 -inch cured -in-place liner LF 38018 4080 42098 $25.25 $103,020.00 3 10 -inch cured -in-place liner LF 2245 1763 4008 $26.00 $45,838.00 4 Grind, cut and remove protruding taps EA 30 -25 5 $250.00 ($6,250.00) 5 Clean, televise and evaluate - all pipe LF 1200 -892 308 $2.70 ($2,408.40) 6 21 -inch cured -in-place stormwater liner LF 225 10 235 $90.00 $900.00 7 42 -inch cured -in-place stormwater liner LF 415 -1 414 $235.00 ($235.00) 8 Void Grouting CY 5 -5 0 $150.00 ($750.00) 9 Clean, televise and evaluate - all LF 850 -850 0 $4.90 ($4,165.00) 10 Grind, cut and remove protruding taps EA 5 -4 1 $275.00 ($1,100.00) A2 8 -inch cured -in-place liner LF 8435 194 8629 $24.75 $4,801.50 B1 48 -inch cured -in-place stormwater liner LF 262 -262 0 $236.00 ($61,832.00) B2 Void Grouting CY 20 42.1186 62.1186 $150.00 $6,317.79 EW -1 15 -inch cured -in-place liner (sanitary) LF 259 2 261 $69.00 $138.00 EW -2 15 -inch cured -in-place stormwater liner LF 130 -5 125 $69.00 ($345.00) EW -3 30 -inch cured -in-place stormwater liner LF 630 -2 628 $140.00 ($280.00) EW -4 Reduce lateral seal cost (each) EA 200 -88 112 ($50.00) $4,400.00 CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: UWe 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 $87,875.89 (Eighty Seven Thousand Eight Hundred Seventy Five Dollars and Eighty Nine Cents) to the Contract Amount Contract Time - There is no change to the Contract Time STATEMENT OF CONTRACT AMOUNT: ORIGINAL CONTRACT PREVIOUS APPROVED CHANGE ORDERS TOTAL THIS CHANGE ORDER _ TOTAL OF ALL CHANGE ORDERS CONTRACT AMOUNT TO DATE Amount $2,128,554.50 % Change Time 270 $404,245.25 19.0% 72 $87,875.89 4.1% 0 _ _ $492,121.14 23.1% 72 _ $2.620.675.64 342 SAK Construction t Contractor Date C� Recommended by: City Eng',Ter Date Verification of Encumbrance: ✓ "Y!9/u Finan 6idor L Date Accepted by: 7 J / Approved as to Form: Owner - City Administrator lbate 3 If city C,064wge ate