HomeMy Public PortalAboutORD15656 BILL NO. 2016-138
SPONSORED BY Councilman Henry
ORDINANCE NO. / CCp ,
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH APLEX, INC., IN
THE AMOUNT OF $1,537,849.00 FOR THE CAPITOL AVENUE INFRASTRUCTURE
IMPROVEMENT PROJECT.
BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS
FOLLOWS:
WHEREAS, Aplex, Inc., has become the apparent lowest and best bidder on the Capitol
Avenue Infrastructure Improvement Project,
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON,
MISSOURI, AS FOLLOWS:
Section 1. The bid of Aplex, Inc., is declared to be the lowest and best bid and is hereby
accepted for the Capitol Avenue Infrastructure Improvement Project.
Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement
with Aplex, Inc., for the Capitol Avenue Infrastructure Improvement 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.
Passedv24.4 f /7, 2 O 17 Approved. / l 0 17
044A/Le. (V-rlt aitmice:
Presiding Officer Mayor Carrie Tergin
ATTEST: APPROVED AS TO FORM:
sdPir
kriwi P
City C'erk City C01 .•r
FINANCE DEPARTMENT
PURCHASING DIVISION
SUBJECT: Bid 2910 -Project 32129-Capitol Avenue Infrastructure Improvement Project
Publi c Works-Engineering , Opened March 23 , 2017
RECOMMENDATION :
Staff recommends award of the bid to the lowest and best bid meeting specifications, Aplex , Inc.,
of Linn, Missouri in the amount of $1,537 ,849 .00 .
BIDS RECEIVED :
Aplex, Inc ., Linn , MO
Stockman Construction Corp, Jefferson City , MO
Twehous Excavating , Jefferson City , MO
Don Schnieders Excavating Co., Inc., Jefferson City , MO
$1,537 ,849 .00
$1 ,628,380.70
$2 ,022 ,811 .7 0
$2 ,332 ,134.10
The proj ect was advertised in News Tr ibune , posted on the city web site , sent to seven plan
rooms and the City 's construction vendor list. Five additional bidders rece ived specifications but
did not return a bid .
FISCAL NOTE :
44-990-577061 45-990-577061
Capitol Avenue Project, Sales Ta x F Capitol Avenue Project , Sales Ta x G
2016-17 Budget $1,346,641 .00 2016-17 Budget $106,641 .00
Bid No . 2910 $1 .346 ,641 .00 Bid No . 2910 $106,641 .00
Balance $ -0-Balance $ -0-
44-990-590070
Transit Matching , Sales Tax F
2016-17 Budget $500,000 .00
Bid No . 2910 84 .567 .00
Balance $415,433.00
PAST PERFORMANCE:
This vendor has completed projects in the past as specified and b id. Staff be li eves the firm will
complete the work as specified and bid .
ATTACHMENTS-SUPPORTING DOCUMENTATION
S ignature ~~.oJ PUfCham9{G1t Public Works Director
Department of Public Works Memorandum
320 E . McCarty Street • Jefferson City , Missouri 65101 • P 573-634-6410 • F 573 -634 -6562 • www .jeffcitymo.org
Date:
To :
From :
Subject:
March 27 , 2017
Terry Stephenson , Purchasing Director, Finance
David Bange , City Engineer p""P_b
Capitol Ave. Infrastructure Improvement Project
Project No. 32129
Bid No . 2910
Public Works has completed a review of the bids opened at 1:30 P .M . on March 23, 2017 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 Four (4) 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 Aplex, Inc.,
1309 B East Main Street, Linn , MO 65051 . The total amount of the contract will be
$1 ,537 ,849 .00.
The project will be expensed as fo ll ows :
Aplex, Inc. ($1 ,537,849.00):
Account Number:
44-990-577061
45-990-577061
44-990-590070
Amount Available:
$1 ,346 ,641 .00
$106,641 .00
$500,000.00
Required:
$1 ,346 ,641 .00
$106 ,641 .00
$84 ,567 .00
Remaining:
$0 .00
$693 ,359.00
$415 ,433 .00
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
Date: 23/03/2017
Bid No. 2910
ITEM
NO. DESCRIPTION
1 Project Mobilization
2 Earthwork
3 Removals
4 Construction Signage I Traffic Control
5 Rock Exc.
6 Subgrade
7 Sediment Barrier
8 Inlet Protection
9 Temporary Cover
10 Seeding
11 Sedum
12 300 Block Island Mulch; 4" thick
13 Tree; Gingko
14 Tree: Sugar Maple
15 Tree; Swamp \Nhile Oak
16 Tree: Zelkova
17 Tree Staking
18 Tree Protection Zone (TPZ)
19 Tree Removal & Installation; #1 Tree
20 Tree Removal & Installation: #2 Tree
21 Tree Removal & Installation; #3 Tree
22 Tree Removal & Installation: #4 Tree
23 Tree Removal & Installation; #5 Tree
24 Tree Removal & Installation; #6 Tree
25 Tree Removal & Installation: #7 Tree
26 Tree Removal
27 Sprinkler System Adjustment
28 Move Meter or Valve
29 Sidewalk; 4" thick
30 Sidewalk; 4" thick, with Detail
(Remove & Replace)
31 Sidewalk; 4" thick, Exposed Aggregate
(Remove & Replace)
32 Sidewalk Ramp; 6" thick
33 Sidewalk Ramp; 6" thick, Exposed
Aggregate (Remove & Replace)
34 Sidewalk Ramp; Detectable Warnings
35 Residential Driveway; 6" thick
(Remove & Replace)
36 Commercial Driveway; 6" thick
(Remove & Replace)
37 Curb & Gutter
38 Mill
39 Asphalt Overlay
40 Concrete Street; Subsurface
(Remove & Replace)
41 Parking Lane
42 Walking Drain
43 PVC; Perforated
44 15" dla. RCP Class Ill
45 Type A inlet; 4' x 3'
UNIT
LS
LS
LS
EA
CY
Ton
LF
EA
SY
AC
EA
SY
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
LS
EA
SY
SY
SY
SY
SY
SF
SY
SY
LF
LS
SY
SY
SY
LF
LF
LF
EA
ENGINEER'S ESTIMATE
APPROX.
QUANTITY UNIT PRICE AMOUNT
1 $47,000.00 $47,000.00
1 $50,000.00 $50,000.00
1 $30,000.00 $30,000.00
2 $15,000.00 $30,000.00
50 $150.00 $7,500.00
500 $50.00 $25,000.00
1000 $4.00 $4,000.00
12 $200.00 $2,400.00
3100 $1.50 $4,650.00
0.7 $12,500.00 $8,750.00
26 $20.00 $520.00
78 $15.00 $1,170.0C
18 $500.00 $9,000.0C
15 $500.00 $7,500.0C
20 $500.00 $10,000.00
6 $500.00 $3,000.00
10 $200.00 $2,000.0C
7 $750.00 $5,250.0C
1 $1,000.00 $1,000.00
1 $1,500.00 $1,500.00
1 $1,500.00 $1,500.00
1 $1,500.00 $1,500.0C
1 $1,000.00 $1,000.00
1 $1,500.00 $1,500.00
1 $3,000.00 $3,000.00
39 $1,000.00 $39,000.0(
1 $2,000.00 $2,000.0(
11 $500.00 $5,500.00
2130 $47.50 $1 01,175.0(
130 $65.00 $8,450.00
640 $65.00 $41,600.00
165 $100.00 $16,500.00
30 $120.00 $3,600.00
288 $30.00 $8,640.00
22 $77.50 $1,705.00
360 $100.00 $36,000.00
600 $37.50 $22,500.00
1 $20,500.00 $20,500.00
6800 $11.25 $76,500.00
550 $77.50 $42,625.00
1315 $87.50 $115,062.5C
50 $100.00 $5,000.00
90 $10.00 $900.00
220.4 $75.00 $16,530.00
4 $4,000.00 $16,000.00
CITY OF JEFFERSON
BID TABULATION
CAPITOL AVE. INFRASTRUCTURE IMPROVEMENT PROJECT
PROJECT NO. 32129
Aplex,lnc. Stockman Construction Corp. Twehous Excavating Company
UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
$85,000.00 $85,000.00 $40,000.00 $40,000.00 $100,000.00 $100,000.00
$22,000.00 $22,000.00 $45,000.00 $45,000.00 $125,000.00 $125,000.00
$15,000.00 $15,000.00 $20,000.00 $20,000.00 $100,000.00 $100,000.00
$5,000.00 $10,000.00 $6,000.00 $12,000.00 $25,000.00 $50,000.00
$150.00 $7,500.00 $35.00 $1,750.00 $135.00 $6,750.00
$35.00 $17,500.00 $30.00 $15,000.00 $37.50 $18,750.00
I $3.00 $3,000.00 $4.00 $4,000.00 $14.25 $14,250.00
$150.00 $1,800.00 $60.00 $720.00 $375.00 $4,500.00
$1.00 $3,100.00 $1.10 $3,410.00 $4.75 $14,725.00
$6,000.00 $4,200.00 $15,000.00 $10,500.00 $20,000.00 $14,000.00
$125.00 $3,250.00 $38.00 $988.00 $18.00 $468.00
$20.00 $1,560.00 $5.50 $429.00 $4.95 $386.10
$500.00 $9,000.00 $470.00 $8,460.00 $423.00 $7,614.00
$500.00 $7,500.00 $430.00 $6,450.00 $386.00 $5,790.00
$500.00 $10,000.00 $430.00 $8,600.00 $386.00 $7,720.00
$500.00 $3,000.00 $430.00 $2,580.00 $386.00 $2,316.00
$100.00 $1,000.00 $100.00 $1,000.00 $375.00 $3,750.00
$500.00 $3,500.00 $215.00 $1,505.00 $850.00 $5,950.00
$1,500.00 $1,500.00 $550.00 $550.00 $2,055.00 $2,055.00
$1,500.00 $1,500.00 $440.00 $440.00 $2,055.00 $2,055.00
$1,500.00 $1,500.00 $920.00 $920.00 $2,055.00 $2,055.00
$1,500.00 $1,500.00 $1,200.00 $1,200.00 $2,055.00 $2,055.00
$1,500.00 $1,500.00 $492.00 $492.00 $2,055.00 $2,055.00
$1,500.00 $1,500.00 $1,200.00 $1,200.00 $2,055.00 $2,055.00
$2,500.00 $2,500.00 $1,800.00 $1,800.00 $2,055.00 $2,055.00
$650.00 $25,350.00 $711.00 $27,729.00 $1,500.00 $58,500.00
$3,000.00 $3,000.00 $1,500.00 $1,500.00 $5,000.00 $5,000.00
$600.00 $6,600.00 $500.00 $5,500.00 $325.00 $3,575.00
$55.00 $117,150.00 $58.50 $124,605.00 $86.50 $184,245.00
$70.00 $9,100.00 $110.00 $14,300.00 $150.00 $19,500.00
$61.00 $39,040.00 $76.50 $48,960.00 $145.00 $92,800.00
$80.00 $13,200.00 $122.00 $20,130.00 $150.00 $24,750.00
$110.00 $3,300.00 $128.75 $3,862.50 $150.00 $4,500.00
$30.00 $8,640.00 $23.00 $6,624.00 $55.00 $15,840.00
$110.00 $2,420.00 $100.00 $2,200.00 $87.50 $1,925.00
$85.00 $30,600.00 $100.00 $36,000.00 $87.50 $31,500.00
$40.00 $24,000.00 $36.00 $21,600.00 $47.00 $28,200.00
$21,100.00 $21,100.00 $20,000.00 $20,000.00 $19,190.60 $19,190.60
$9.50 $64,600.00 $9.00 $61,200.00 $8.62 $58,616.00
$60.00 $33,000.00 $105.00 $57,750.00 $5&.00 $30,250.00
$72.00 $94,680.00 $71.00 $93,365.00 $70.00 $92,050.00
$100.00 $5,000.00 $250.00 $12,500.00 $125.00 $6,250.00
$20.00 $1,800.00 $15.25 $1,372.50 $19.50 $1,755.00
$55.00 $12,122.00 $53.00 $11,681.20 $60.00 $13,224.00
$2,500.00 $10,000.00 $3,650.00 $14,600.00 $3,600.00 $14,400.00·
Don Schneider's Excavating
Company, Inc.
UNIT PRICE AMOUNT
$163,325.00 $163,325.00
$218,400.00 $218,400.00
$218,400.00 $218,400.00
$10,000.00 $20,000.00
$300.00 $15,000.00
$42.00 $21,000.00
$2.90 $2,900.00
$145.00 $1,740.00
$1.00 $3,100.00
$5,850.00 $4,095.00
$18.00 $468.00
$4.95 $386.10
$423.00 $7,614.00
$386.00 $5,790.00
$386.00 $7,720.00
$386.00 $2,316.00
$85.00 $850.00
$700.00 $4,900.00
$2,000.00 $2,000.00
$2,000.00 ' $2,000.00
$2,000.00 $2,000.00
$2,000.00 $2,000.00
$2,000.00 $2,000.00
$2,000.00 $2,000.00
$2,000.00 $2,000.00
$1,500.00 $58,500.00
$10,000.00 $10,000.00
$1,000.00 $11,000.00
$67.00 $142,710.00
$135.00 $17,550.00
$118.00 $75,520.00
$80.00 $13,200.00
$134.00 $4,020.00
$37.00 $10,656.00
$93.00 $2,046.00
$95.00 $34,200.00
$47.80 $28,680.00
$19,191.00 $19,191.00
$8.62 $58,616.00
$62.00 $34,100.00
$137.00 $180,155.00
$200.00 $10,000.00
$34.00 $3,060.00
$85.00 $18,734.00
$4,860.00 $19,440.00
46 Junction Box; 4' x 4' EA $4,000.00 $4,000.0 $2,100.00 $2,100.00 $3,650.00 $3,650.00 $3,400.00 $3,400.00 $4,860.00 $4,860.00
47 Reconstructed Top -Inlet N EA $2,000.00 $2,000.0 $2,500.00 $2,500.00 $3,400.00 $3,400.00 $3,500.00 $3,500.00 $3,500.00 $3,500.00
48 Reconstructed Top -Inlet S EA 1 $2,500.00 $2,500.0 $5,000.00 $5,000.00 $4,300.00 $4,300.00 $3,500.00 $3,500.00 $3,500.00 $3,500.00
49 Light; Historical/Street EA 57 $5,000.00 $285,000.0 $4,541.00 $258,837.00 $4,800.00 $273,600.00 $4,541.00 $258,837.00 $4,541.00 $258,837.00
50 Electrical Pedestal EA 8 $10,000.00 $80,000.00 $8,657.00 $69,256.00 $9,100.00 $72,800.00 $8,657.00 $69,256.00 $8,657.00 $69,256.00
51 Meter Control Box EA 2 $15,000.00 $30,000.0 $23,204.00 $46,408.00 $24,350.00 $48,700.00 $23,204.00 $46,408.00 $23,204.00 $46,408.00
52 400 Block Electric; Lighting LS 1 $5,000.00 $5,000.0 $17,000.00 $17,000.00 $18,000.00 $18,000.00 $17,000.00 $17,000.00 $17,000.00 $17,000.00
53 400 Block Electric; Non-Lighting LS $25,000.00 $25,000. $33,606.00 $33,606.00 $35,250.00 $35,250.00 $33,606.00 $33,606.00 $33,606.00 $33,606.00
54 500 Block Electric; Lighting LS $5,000.00 $5,000.00 $17,000.00 $17,000.00 $18,000.00 $18,000.00 $17,000.00 $17,000.00 $17,000.00 $17,000.00
55 500 Block Electric; Non-Lighting LS 1 $25,000.00 $25,000.00 $33,606.00 $33,606.00 $35,250.00 $35,250.00 $33,606.00 $33,606.00 $33,606.00 $33,606.00
56 600 Block Electric; Lighting LS 1 $5,000.00 $5,000.00 $17,000.00 $17,000.00 $18,000.00 $18,000.00 $17,000.00 $17,000.00 $17,000.00 $17,000.00
57 600 Block Electric; Non-Lighting LS 1 $25,000.00 $25,000.0 $33,606.00 $33,606.00 $35,250.00 $35,250.00 $33,606.00 $33,606.00 $33,606.00 $33,606.00
58 700 Block Electric; Lighting LS 1 $5,000.00 $5,000.0 $16,300.00 $16,300.00 $18,000.00 $18,000.00 $16,300.00 $16,300.00 $16,300.00 $16,300.00
59 700 Block Electric; Non-Lighting LS 1 $25,000.00 $25,000. $32,415.00 $32,415.00 $34,000.00 $34,000.00 $32.415.00 $32,415.00 $32,415.00 $32,415.00
60 Remove Street/Parking Striping LF 1570 $2.00 $3,140.00 $2.00 $3,140.00 $2.25 $3,532.50 $2.00 $3,140.00 $2.00 $3,140.00
61 Remove Street/Parking Symbol EA 3 $150.00 $450.00 $225.00 $675.00 $250.00 $750.00 $225.00 $675.00 $225.00 $675.00
62 Parking Paint; 4" Thick LF 171 $2.00 $342.00 $3.00 $513.00 $3.50 $598.50 $3.00 $513.00 $3.00 $513.00
(Yellow. White, or Blue)
63 Street Paint; 4" Thick LF 11340 . $1.50 $17,010.00 $0.75 $8,505.00 $1.00 $11,340.00 $0.75 $8,505.00 $0.75 $8,505.00
(Yellow, White, or Blue)
64 Parking Paint; Accessible Symbol EA 4 $150.00 $125.00 $500.00 $150.00 $600.00 $125.00 $500.00 $125.00 $500.00
65 Street Paint; Bike Arrow Symbol EA 19 $150.00 $100.00 $1,900.00 $125.00 $2,375.00 $100.00 $1,900.00 $100.00 $1,900.00
66 Street Paint; Bike Symbol EA 19 $150.00 $35.00 $665.00 $50.00 $950.00 $35.00 $665.00 $35.00 $665.00
67 Street Sign Pole EA 19 $250.00 $345.00 $6,555.00 $125.00 $2,375.00 $345.00 $6,555.00 $100.00 $1,900.00
68 Street Sign; 03-1 (Street Name) EA 6 $100.00 $75.00 $450.00 $85.00 $510.00 $75.00 $450.00 $75.00 $450.00
69 Street Sign; 04-3 (Bike Parking) EA 2 $150.00 $60.00 $120.00 $100.00 $200.00 $60.00 $120.00 $90.00 $180.00
70 Street Sign; R1-1 (Stop) EA 5 $150.00 $95.00 $475.00 $175.00 $875.00 $95.00 $475.00 $150.00 $750.00
71 Street Sign; R3-17(Bike Lane) EA 2 $150.00 $95.00 $190.00 $175.00 $350.00 $95.00 $190.00 $150.00 $300.00
72 Street Sign; R7-1(No Parking) EA 1 $150.00 $75.00 $75.00 $35.00 $35.00 $75.00 $75.00 $30.00 $30.00
73 Street Sign; R7-8 (ADA Parking) EA 5 $150.00 $75.00 $375.00 $40.00 $200.00 $75.00 $375.00 $35.00 $175.00
74 Street Sign; R7-9 (No Parking, Bike) EA 2 $150.00 $75.00 $150.00 $35.00 $70.00 $75.00 $150.00 $30.00 $60.00
75 Street Sign; R7-107a (Bus Slop) EA 1 $150.00 $100.00 $100.00 $170.00 $170.00 $100.00 $100.00 $150.00 $150.00
76 Street Sign; W11-2 (Ped Crossing) EA 3 $150.00 $100.00 $300.00 $195.00 $585.00 $100.00 $300.00 $175.00 $525.00
77 Street Sign; W16-9P (Ahead) EA 3 $75.00 $75.00 $225.00 $35.00 $105.00 $75.00 $225.00 $30.00 $90.00
78 Street Sign; ADA Fine Plaque EA 5 $75.00 $100.00 $500.00 $25.00 $125.00 $100.00 $500.00 $2().00 $100.00
79 Parking Meter Pole EA 9 $150.00 $300.00 $2,700.00 $290.00 $2,610.00 $275.00 $2,475.00 $500.00 $4,500.00
80 Colored/Patterned Asphalt LF 525 $10.00 $10.00 $5,250.00 $17.50 $9,187.50 $3.50 $1,837.50 $35.00 $18,375.00
81 Colored/Patterned Asphalt SY 230 $50.00 $60.00 $13,800.00 $147.50 $33,925.00 $24.75 $5,692.50 $109.00 $25,070.00
82 Bike Rack EA 12 $450.00 $470.00 $5,640.00 $400.00 $4,800.00 $575.00 $6,900.00 $1,070.00 $12,840.00
83 Bench EA 4 $700.00 $850.00 $3,400.00 $700.00 $2,800.00 $1,000.00 $4,000.00 $1,400.00 $5,600.00
84 Shelter EA 2 $11,000.00 $11,000.00 $22,000.00 $9,500.00 $19,000.00 $12,500.00 $25,000.00 $11,800.00 $23,600.00
85 Residential Driveway; 6" thick Colored SY 18 $82.50 $100.00 $1,800.00 $123.00 $2,214.00 $97.50 $1,755.00 $105.00 $1,890.00
(Remove & Replace)
86 Commercial Driveway; 8" thick Colored SY 175 $105.00 $80.00 $14,000.00 $110.00 $19,250.00 $110.00 $19,250.00 $125.00 $21,875.00
(Remove & Replace)
87 Curb & Gutter; Colored LF 2700 $40.00 $108,000.0 $40.00 $108,000.00 $40.25 $108,675.00 $51.00 $137,700.00 $52.00 $140,400.00
88 Concrete Color Samples EA 3 $500.00 $1,500.0 $500.00 $1,500.00 $500.00 $1,500.00 $850.00 $2,550.00 $500.00 $1,500.00
89 Empty Electrical Conduit -Under Minor EA 4 $1,000.00 $4,000.00 $1,400.00 $5,600.00 $1,500.00 $6,000.00 $595.00 $2,380.00 $1,400.00 $5,600.00
Streets
TOTAL BASE BID $1,580,029.50 $1,537,849.00 $1,628,380.70 $2,022,811.70 $2,332,134.10
%OVER/UNDER ENGINEER'S EST. -2.7% 3.1% 28.0% 47.6%
CITY OF JEFFERSON
CONSTRUCTION CONTRACT
THIS CONTRACT made and entered into this it day of l , , 2017,
by and between Apiex Inc. hereinafter referred to as "Contrac or", and the City of
Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter
referred to as "City".
WITNESSETH:' That Whereas, t1i6"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. 32129, Capitol Ave. Infrastructure Improvement Project.
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 "Capitol Ave. Infrastructure Improvement
Project" 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 155 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. 23, 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
f 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.
(a) The Contractor shall obtain and maintain during the term-of the Project
and this Contract the insurance coverages at least equal to the coverages set forth
in this paragraph 7, and as further provided in the General Conditions, but no event
less than theindividual and combined sovereign immunity limits established by
Section 537.610 R.S.Mo. Insurance policies providing required coverages shall be
with companies licensed to do business in the State of Missouri and rated no less
than AA by Best or equivalent. All costs of obtaining and maintaining insurance
coverages are included in the Bid Amount and no additional payment will be-made
therefor by the City.
Comprehensive General Liability Insurance $2,800,-000 per occurrence
(including coverage for Bodily Injury and $2,800,000 a_ggregate
Property Damage)
Comprehensive Automobile Liability $2,800,000 per occurrence
Insurance $2,800,000 aggregate
(including coverage for Bodily Injury and
Property Damage)
Employer's Liability. • $2,800,000 bodily injury by
accident (each accident)
$2,800,000 bodily injury by
disease (each employee)
$2;800,000 bodily injury policy
limit
(b) Worker's Compensation - In addition, the Contractor and all
subcontractors shall provide Worker's Compensation Insurance in at least statutory
amounts for all workers employed at the Project site.
(c) Builder's Risk - The Contractor shall also provide a policy of Builder's
Risk Insurance in the amount of 100% of the complete insurable value of the Project,
which policy shall protect the Contractor and the City, as their respective interests
shall appear.
(d) Owner's Protective Liability Insurance - The Contractor shall also
obtain at its own expense and deliver to the City an Owner's Protective Liability
Insurance Policy naming the City of Jefferson as the insured, in an amount not less
than the individual and combined sovereign immunity limits established by Section
537.610 R.S.Mo., 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.
i
I I
rte:
1 � "
(e) Before commencing any work, the Contractor shall provide to the City
certificates of insurance evidencing the issuance and maintenance in force of the
coverages required by this paragraph 4. Each such certificate shall show the City,
and such other governmental agencies as may be required by the City to be insured
by underlying grant or contract relating to the Project, as an additional insured, and
shall bear an endorsement precluding cancellation of or change in coverage without
at least thirty(30) days written notice to the City. The City may waive any insurance
coverages or amounts required by this paragraph 4 when the City deems such
waiver to be in the interest of the public health, safety, and general welfare.
(f) Subcontracts - In case any or all.of this work is sublet, the Contractor
shall require the Subcontractor to procure and maintain all insurance required in
Subparagraphs (a),"(b), and (c) hereof and in-like amounts.
(g) Scope of Insurance and Special Hazard. The insurance required
under Sub-paragraphs (b) and (c) hereof shall provide adequate protection for the
Contractor and its subcontractors, respectively, against damage claims which may
arise from operations under this contract, whether such operations be by the insured
or by anyone directly or indirectly employed by it, and also against any special
hazards which may be encountered in the performance of this contract.
NOTE: Paragraph (f) is construed to require the procurement of Contractor's -
protective insurance (or contingent public liability and contingent property damage
policies) by a general contractor whose subcontractor has employees working on the
project, unless the general public liability and property damage policy (or rider
attached thereto) of the general contractor provides adequate protection against
claims arising from operations by anyone directly or indirectly employed by the
Contractor.
5. Contractor's Responsibility for Subcontractors.
It is further agreed that Contractor shall be as fully responsible to the City for the
actsand 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 Contractor agrees and acknowledges that time is of the essence of this
Agreement and that delay in the prosecution of the Work and the Project will
inconvenience the public and increase administrative costs of the City, the costs of
which the Contractor and the City are incapable of ascertaining at this time. Should
- the Contractor, or in the case of Contractor's default, the surety, fail to complete the
Work within the time stipulated in this Agreement, or within such extension of time as
may be allowed by the City in the manner set forth in the Contract Documents, the
Contractor (or surety, as applicable) shall pay to the City as liquidated damages, and
not as a penalty, the sum of Five Hundred Dollars ($500.00) for each calendar day
that the Work remains uncompleted after the time allowed for the completion,
including approved extensions. In the sole discretion of the City, the amount of the
liquidated damages may be deducted from any money due the Contractor under this.
Agreement. Permitting the Contractor to finish the Work or any part thereof after the
expiration of the time for completion or any approved extension, shall in no way
operate as a waiver of the City of any of rights under this Contract.
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 at.
_ 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 agrees to defend with counsel
selected by the City, and indemnify and hold harmless the City, its officers,
engineers, representatives, agents and employees from and against any and all
liabilities, damages, losses, claims or suit, including costs and attorneys' fees, for or
on account of any kind of injury to person, bodily or otherwise, or death, or damage
to or destruction of property, or money damages, or trespass, or any other
circumstances, sustained by the City or others, arising from the Contractor's breach
of the Contract or out of services or products provided by the Contractor or its
subcontractors under the terms of this agreement. The Contractor shall not be liable
for any loss or damage attributable solely to the negligence of the City. To the
extent required to enforce this provision, the Contractor agrees that this
indemnification requires the Contractor to obtain insurance in amounts specified in
it -
the Contract Documents and that the Contractor has had theopportunity to recover
the costs of such insurance in the compensation set forth in this Agreement.
In any and all claims against the City or any of its agents or employees by any
employee of the Contractor, any Subcontractor, anyone directly or indirectly
employed by any one of them or anyone for whose acts any of them may be liable,
this indemnification obligation shall not be limited in any way by any limitation on the
amount or type of damages, compensation or benefits payable by or for the
Contractor or any Subcontractor under workmen's compensation acts, disability
benefit acts or other employee benefit acts.
The Contractor shall reimburse to the City any costs and attorneys' fees that the City
may reasonably incur in pursuit of any remedies at law or equity or enforcement of
any rights established in this Contract, which may result from the Contractor's
breach of the Contract, the Contractor's failure to perform any obligation or
requirement contained herein, or the City's enforcement of this Contract.
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 ensure 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 23, 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 one-million five-
-, hundred thirty-seven-thousand eight-hundred forty-nine dollars and zero
cents ($1,537,849.00).
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 specificationsand 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.
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
t , of Jefferson, Department of Public Works, 320 East McCarty, Jefferson City,
Missouri, 65101, and Contractor at 1309 B East Main St., Linn, MO 65051 . The
date of delivery of any notice shall be the second full day after the day of its mailing.
INITNESS W EREOF, the parties hereto have set their hands and seals this
( c day of , 2017.
CITY OF JEFFERSON CONTRACTOR
c
-G[An,ce: (i/V6(4.1' N:Ac-G3
Mayor: Carrie Tergin Title:
ATTEST: ATTEST:
C./k//414
City Clerk. - Title:
APPROVED AS TO FORM:
City C 'ns-lor
ii
, 1
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 65101
ACCOUNT NO.
Change Order No.One(1) Project No. 32129 Date: 10/2/2017
Job& Location: CAPITOL AVE. INFRASTRUCTURE IMPROVEMENT PROJECT
Contractor: Aplex, 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
68 Street Sign; D3-1 (Street Name) EA 6 6 12 $75.00 $450.00
EW1.1 Watermeter Work @ 601 E. Capitol Ave. LS 0 1 1 $1,010.00 $1,010.00
EW1.2 Electrical Work @ 519 E. Capitol Ave. LS 0 1 1 $8,000.00 $8,000.00
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 $9,460.00 (Nine Thousand Four Hundred Sixty Dollars and No Cents)to the Contract Amount
Contract Time-Add 21 calendar days to the Contract
STATEMENT OF CONTRACT AMOUNT:
Amount % Change Time
ORIGINAL CONTRACT $1,537,849.00 155
PREVIOUS APPROVED CHANGE ORDERS $0.00 0.0% 0
TOTAL THIS CHANGE ORDER $9,460.00 0.6% 21
TOTAL OF ALL CHANGE ORDERS $9,460.00 0.6% 21
CONTRACT AMOUNT TO DATE $1,547,309.00 176
Aplex, l n . Digitally signed by Ron Helmig,
Vice President
Date.2017.10.06 13.10.43-05'00'
CPMTACtKDate
Recommended by: �) ' �"n 0 -q-1
City Engoe Date
Verification of Encumbrance:
Finance Direct& Date
Accepted by: 1611(p
caner-City Administra Mayor Date
Approved as to Form:
C Cou elor Date
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 65101
ACCOUNT NO. 44-990-577061
Change Order No. Two (2) Project No. 32129 Date: 10/27/2017
Job & Location: CAPITOL AVE. INFRASTRUCTURE IMPROVEMENT PROJECT
Contractor: Aplex, 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.
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 $8,000.00 (Eight Thousand 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 $1,537,849.00 155
PREVIOUS APPROVED CHANGE ORDERS $9,460.00 0.6% 21
TOTAL THIS CHANGE ORDER
TOTAL OF ALL CHANGE ORDERS
CONTRACT AMOUNT TO DATE
Aplex, Inc.
Recommended by:
Verification of Encumbrance:
Accepted by:
Approved as to Form:
$8,000.00 0.5% 0
$17,460.00 1.1% 21
$1,555,309.00 176
...................................................
Date
Digitally signed by Hon Helmig, Vice President
Date: 2017.11.02093230-05'00'
Nnv 3
Date
it ,P/
Date
Quantity in
Revised
Amount of
Item
Quantity in
Change
Contract
Overrun or
No. Description
Unit Contract
Order
Quantity
Unit Price Underrun
EW2.1 Wire (Transformer to Control Cabinet)
LS 0
1
1
$6,500.00 $6,500.00
EW2.2 Sprinkler System at 600 E. Capitol Ave.
LS 0
1
1
$1,500.00 $1,500.00
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I/We hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform
all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise
stipulated herein, for the following considerations:
Contract Amount - Add $8,000.00 (Eight Thousand 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 $1,537,849.00 155
PREVIOUS APPROVED CHANGE ORDERS $9,460.00 0.6% 21
TOTAL THIS CHANGE ORDER
TOTAL OF ALL CHANGE ORDERS
CONTRACT AMOUNT TO DATE
Aplex, Inc.
Recommended by:
Verification of Encumbrance:
Accepted by:
Approved as to Form:
$8,000.00 0.5% 0
$17,460.00 1.1% 21
$1,555,309.00 176
...................................................
Date
Digitally signed by Hon Helmig, Vice President
Date: 2017.11.02093230-05'00'
Nnv 3
Date
it ,P/
Date