Loading...
HomeMy Public PortalAboutORD15734 BILL NO. 2017-79 SPONSORED BY Councilman HenryW ORDINANCE NO. / AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A $338,694.60 AGREEMENT WITH GWH LANDSCAPE CONTRACTING, LLC, FOR THE SOUTH LINCOLN STREET .PROJECT, AND AMENDING THE 2017-2018 BUDGET BY AUTHORIZING A SUPPLEMENTAL APPROPRIATION FROM THE GENERAL FUND. BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: WHEREAS, GWH Landscape Contracting, LLC, 'has become the apparent lowest and best bidder on the South Lincoln Street project. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of GWH Landscape Contracting, LLC, is declared to be the lowest and best bid and is hereby accepted for the South Lincoln Street project. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with GWH Landscape Contracting, LLC, for the South Lincoln Street project. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 1. There is hereby supplementally appropriated within the General Fund $$338,964.60 as indicated.on Exhibit B, attached hereto Section 5. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: ,f/� 7 Approved: I Presiding Officer = Mayor Carrie Tergin ATTEST• - -- APPROVED AS TO FOR : �. 4y f AVI rkCit y Cnse r CERTIFICATION BY MAYOR Pursuant to Article,Vll,-Section 7.1,(5.) Of the Charter of the City of Jefferson, Missouri, I hereby certify that the sums appropriated in the ordinance are available in the various funds to meet the requirements of this bill. ^, Mayor Carrie Tergin } Bill 2017-79 Exhibit B SUPPLEMENTAL APPROPRIATIONS FISCAL YEAR 2017-2018 BUDGET General Fund: Revenue 10-100-495995 Transfer from Fund Balance $ 338,694.60 Expenditure 10-990-577065 South Lincoln Street $ 338,694.60 r FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2941 —Project 32153—South Lincoln Street Public Works—Engineering, Opened October 3, 2017 RECOMMENDATION: Staff recommends award of the bid to the lowest and best bid meeting specifications, GWH Landscape Contracting, LLC of Jefferson City, Missouri in the amount of$338,964.60. BIDS RECEIVED: GWH Landscape Contracting LLC, Jefferson City, MO $338,694.60 Twehous_Excavating Co., Inc., Jefferson City, MO $372,640.00 Jeff Schnieders Construction Co., Jefferson City, MO $385,111.00 MERA Excavating, LLC, Bonnots Mill, MO $421,773.25 Don Schnieders Excavating Co., Inc., Jefferson City, MO $441,310.25 Concrete Solutions, LLC, Linn, MO $489,370.00 Lehman Construction, LLC, California, MO $498,760.00 Stockman Construction Corp., Jefferson City, MO $852,365.00 The project was advertised in News Tribune, posted on the city web site, sent to seven plan rooms and the City's construction vendor list.Three additional'.bidders received specifications but. did not return a bid. FISCAL NOTE: 10-990-577065 South Lincoln Street General Fund 2016-201.7 Budget $400,764.60 Expensed 39,483.85 Encumbered 22,316.15 Bid 2941 $338,96.4.60 Balance $ -0- PAST PERFORMANCE: All though this bidder has not performed work for the City previously, staff believes the firm will complete the project as specified and bid. . ATTACHMENTS - SUPPORTING DOCUMENTATION Signature ' ,, ,) Purc asi -Agent ubl►c Works Director i ass' ra i �E 'r N s �rzs Department of Public Works Memorandum 320 E.McCarty Street •Jefferson City, Missouri 65101 P 573-634-6410 F 573-634-6562 • wwwJeffci rno.orq Date: October 4, 2017 To: Terry Stephenson, Purchasing Director, Finance From: David Bange, City Engineer k Subject: South Lincoln.Street Project No. 32153 Bid No. 2941 Public Works has completed a review of the bids opened at 1:30 P:M. on October.3, 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 Eight (8) 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 GWH Landscape Contracting LLC, 7605 Clarose Drive, Jefferson City, MO 65109. The total amount of the contract will be $338,694.60. The project will be expensed as follows: GWH Landscape Contracting LLC ($338,694.60): Account Number: Amount Available: .Required: Remaining: 10-990-577065 $338,964.60 $338,964.60 $.0:.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 CITY OF JEFFERSON Date:03/10/2017 BID TABULATION Bid No.2941 SOUTH LINCOLN STREET PROJECT NO.32153 Twehous Excavating ENGINEER'S ESTIMATE GWH Landscape Const Company Jeff Schnieders Const APPROX. UNIT UNIT UNIT UNIT ITEM NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 1 Mobilization LS 1 $1,500.00 $1,500.00 $6,000.00 $6,000.00 $10,000.00 $10,000.00 $7,726.00 $7,726.00 2 Construction Sigange 8,Traffic/Pedestrain LS 1 - $5,000.00 $5,000.00 $3,400.00 $3,400.00 $6,800.00 $8,800:00 $2,000.00 $2,000.00 Control 3 Silt Fence and BMP Features-S.Lincoln Sl. LS 1 $5.000.00- $5,000.00 $3,500.00 $3,500.00. $2,800.00 $2,800.00 $2,500.00 $2,500.00 4 Construction Slaking-S.Lincoln St. LS 1 $10,000.00 $10,000.00 $4,640.00 $4,640.00 $3,000.00 $3,000.00 $3,600.00 $3,600.00 5 Clearing and Grubbing-S.Lincoln St LS 1 $5,000.00 $5,000.00 $14,740.00 $14,740.00 $16,600.00 $16,600.00 $17,750.00 $17,750.00 6 Embankment Excavation&Shot Rock TON 8500 $25.00 $212,50D.00 $20.52 $174,420.00 $21.90 $186,150.00 $25.00 $212,500.00 Embankment Fill 7 Stream Excavation&Removal LS 1 $5,000.00 $5,000.00 $6,000.00 $6;000.00 $5,800.00 $5,800.00 $6,300.00 $6.300.00- a Stream Excavation&Stone Streambank TON 500 $60.00 $30,000.00 $49.24 $24,620.00 $34.00 $17,000.00 $44.b0 $22,000.00 Structure Fill 9 Drainage Blanket SY 700 $35.00 $24,500.00 $19.73 $13,811.00 $22.50 $15,750.00 $21.00 $14,700.00 10 Pavement&Rolled Slone Base Removal and SY 615 $75.00 $46,125.00 $73.85 $45,417.75 $74.00 $45,510.00 $69.00 $42,435.00 Replacement 11 Shot Rock Subbase TON 700 $15.00 $10,500.00 $15.35 $10,745.00 $17.00 $11,900.00 $21.00 $14,700.00 12 Curb and Gutter Removal and Replacement LF 375 $40.00 $15,000.00 $37.40 $14,025.00 $40.00 $15,000.00 $46.00 $17,250.00 13 Residential Drive Approach and Driveway SY 60 $175.00 $10,500.00 $71.50 $4,290.00 $86.00 $5,160.00 $97.00 $5,820.00 Remove and Replace 14 Turf Reinforcement Mats SY 250 $15.00 $3,750.00 $7.63 $1,907.50 $3.40 $850.00 $8.00 $2,000.00 15 Seeding and Mulching-S.Lincoln St LS 1 $5,000.00 $5,000.00 $2,000.00 $2,000.00 $3,150.00 $3,150.00 $1,600.00 $1,600.00 16 Clearring and Grubbing-Fill Site LS 1 $3,500.00 $3,500.00 $2,800.00 $2,800.00 $16,200.00 $16,200.00 $4,000.00 $4,000.00 17 Construction Entrance-Fill Site SY 90 $20.00 $1,800.00 $23.00 $2,070.00 $21.00 $1,890.00 $19.00 $1,710.00 18 Silt Fence-Fill Site LF 265 $18.00 $4,770.00 $7.39 $1,958.35 $12.00 $3,180.00 $8.00 $2,120.00 19 Rock Filter Berm-Fill Site LS 1 $1,800.00 $1,800.00 $850.00 $850.00 $2,900.00 $2,900.00 $1,400.00 $1,400.00 20 Seeding-Fill Site LS 1 $1,000.00 $1,000.00 $1,500.00 $1,500.00 $3,000.00 $3,000.00 $3,000.00 $3,000.00 TOTAL BASE BID $402,245.00 $338,694.60 $372,640.00 $385,111.00 %OVER/UNDER ENGINEER'S EST. -15.8% -7.4°/a -4.3%I 1 Page 2 CITY OF JEFFERSON Date:03/10/2017 BID TABULATION Bid No.2941 SOUTH LINCOLN STREET PROJECT NO.32153 Don Schneider's Excavating Mara Excavating,LLC Company,Inc. Concrete Solutions Lehman Construction,LLC APPROX. UNIT UNIT UNIT UNIT ITEM NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 1 Mobilization LS 1. $8,250.00 $8,250.00 $10,000.00 $10,000.00 $25,000.00 $25,000.00 $36,600.00 $36,600.00 2 Construction Sigange&TrafOc/Pedestrain LS 1 $2,600.00 $2,600.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $3,500.00 $3,500.00 Control 3 Silt Fence and BMP Features-S.Lincoln St. LS 1 $3,500.00 $3,500.00 $3,500.00 $3,500.00 $2,000.00 $2,000.00 $1,900.00 $1,900.00 4 Construction Staking-S.Lincoln St LS 1 $5,400.00 $5,400.00 $3,500.00 $3,500.00 $4,500.00 $4,500.00 $4,500.00 $4,500.00 5 Clearing and Grubbing-S.Lincoln St LS 1 $11,600.00 $11,1300.00 $8,250.00 $8,250.00 $15,000.00 $15,000.00 $27,600.00 $27,600.00 6 Embankment Excavation&Shot Rock TON 8500 $28.15 $239,275.00 $25.00 $212,500.00 $32.00 $272,000.00 $33.00 $280,500.00 Embankment Fill 7 Stream Excavation&Removal LS 1 $10,900.00 $10,900.00 $42,392.00 $42,392.00 $15,000.00 $15,000.00 $12,800.00 $12,800.00 8 Stream Excavation&Stone Streambank TON 500 $36.75 $18,375.00 $62.00 $31,000.00 $55.00 $27,500.00 $28.00 $14,000.00 Structure Fill 9 Drainage Blanket SY 700 $28.90 $20,230.00 $7.85 $5,495.00 $22.00 $15,400.00 $34.00 $23,800.00 10 Pavement&Rolled Stone Base Removal and SY 615 $70.50 $43,357.50 $84.80 $52,152.00 $97.00 $59,855.00 $55.00 $33,825.00 Replacement 11 Shot Rods Subbase TON 700 $19.95 $13,965.00 $23.45 $16,415.00 $20.00 $14,000.00 $21.00 $14,700.00 12 Curb and Gutter Removal and Replacement LF 375 $47.00 $17,625.00 $55.15 $20,681.25 $28.00 $10,500.00 $37.00 $13,875.00 13 Residential Drive Approach and Driveway SY 60 $147.65 $8,859.00 $164.00 $6,240.00 $90.00 $5,400.00 $126:00 $7,560.00 Remove and Replace 14 Turf Reinforcement Mats SY 250 $2.00 $500.00 $10.00 $2,500.00 $28.60 $7,000.00 $9.50 $2,375.00 15 Seeding and Mulching-S.Lincoln St LS 1 $1,775.00 $1,775.00 $5,000.00 $5,000.00 $1,500.00 $1,500.00 $3,600.00 $3,600.00 16 Cleaning and Grubbing-FIII Site LS 1 $10,100.00 $10,100.00 $7,640.00 $7,640.00 $1,000.00 $1,000.00 $8,300.00 $6,300.00 17 Construction Entrance-Fill Site SY 90 $10.00 $900.00 $25.00 $2,250.00 $17.00 $1,530.00 $22.00 $1,980.00 18 Slit Fence-FIII Site LF 265 $3.95 $1,046.75 $3.00 $795.00 $9.00 $2,385.00 $13.00 $3,445.00 19 Rock Filter Berm-Fill Site LS 1 $1,800.00 $1,800.00 $1,000.00 $1,000.00 $3,500.00 $3,500.00 $1,600.00 $1,800.00 20 Seeding-Fill Site LS 1 $1,715.00 $1,715.00 $5,000.00 $5,000.00 $1,500.00 $1,500.00 $4,300.00 $4,300.00 TOTAL BASE BID $421,773.25 $441,310.25 $489,370.00 $498,760.00 %OVER/UNDER ENGINEER'S EST. 4.9% 9.7% 21.70/6 24.0%1 TOTAL CONTRACT WITH ACCEPTED ALTERNATES $421,773.26 ` $441,310.26 $489,370.00 $498,760.00 Page 3 CITY OF JEFFERSON Date:03/10/2017 BID TABULATION Bid No.2941 SOUTH LINCOLN STREET PROJECT NO.32153 Stockman Construction Corp. APPROX. UNIT UNIT UNIT UNIT ITEM NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 1 Mobilization LS 1 $57,000.00 $67,000.00 2 Construction Sigangs&TraHIcJPedestrain LS 1 $2,500.00 $2,500.00 Control 3 Silt Fence and BMP Features-S.Lincoln St. LS 1 $3,000.00 $3,000.00 4 Construction Staking-S.Lincoln St. LS 1 $7,000.00 $7,000.00 5 Clearing and Grubbing-S.Lincoln St LS 1 $11,000.00 $11,000.00 6 Embankment Excavation&Shot Rock TON 8500 $56.00 $476,000.00 Embankment FIII 7 Stream Excavation&Removal LS 1 $60,000.00 $60,000.00 8 Stream Excavation&Stone Streambank TON 500 $98.00 $49,000.00 Structure Fill 9 Drainage Blanket SY 700 $52.00 $36,400.00 10 Pavement&Rolled Stone Base Removal and SY 615 $75.00 $46,125.00 Replacement 11 Shot Rock Subbase TON 700 $42.00 $29,400.00 , 12 Curb and Gutter Removal and Replacement LF 375 $50.00 $18,750.00 13 Residential Drive Approach-and Driveway SY 60 $170.00 $10,200.00 Remove and Replace 14 Turf Reinforcement Mats BY 250 $15.00 $3,750.00 15 Seeding and Mulching-S.Lincoln St LS 1 $5,000.00 $5,000.00 16 Clearring and Grubbing-Fill Site LS 1 $3,500.00 $3,500.00 17 Construction Entrance-FIII Site SY 90 $65.00 $5,850.00 18 Slit Fence-Fill Site - LF 265 $26.06 $6,890.00 19 Rock Filter Berm-Fill Site LS 1 $4,000.00 $4,000.00 20 Seeding-Fill Site LS 1 $7,000.00 $7,000.00 TOTAL BASE BID $862,366.00 %OVER/UNDER ENGINEER'S EST. 111.9% I TOTAL CONTRACT WITH ACCEPTED ALTERNATES $852,365.00 CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT made and entered into the date last executed by a party as indicated below, by and between GWH Landscape Contracting 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.32153,South Lincoln Street. 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 "South Lincoln Street"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 50 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. 24,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. (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 the individual 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 aggregate 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. (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 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 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 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 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 the Contract Documents and that the Contractor has had the opportunity 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 October 3, 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 Three Hundred Thirty Eight Thousand Six Hundred Ninety Four Dollars and Sixty Cents ($338,694.60). 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. 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 7605 Clarose Drive, Jefferson City, MO 65109. The date of delivery of any notice shall be the second full day after the day of its mailing. CITY OF JEFFERSON I Mayor: Carrie Tergin Date: ATTEST: APPROVED AS TO FORM: City Cns r CONTRACTOR Title: Me P;? b.,. Date: ATTEST: Title: DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT NO. Change Order No. One (1) Project No. 32153 Ord. No. .15734 Job & Location: SOUTH LINCOLN STREET: Date: .10/20120.17 Contractor: GWH Landscape Contracting LLC.. ................................................ ............................................ M ........... . ............... .......... M.M ........................................................................................................... It is hereby mutually agreed that when this.change order has been. signed.by the contracting parties, thelollowing des * cribed 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. ........................................................................................ M ........................................................................................................ M ......... ............................... ................................. DESCRIPTION, OF CHANGES: This change order removes the requirement for the contractor to provide, an Owners' Protective Liability Insurance. , policy and replaced itwith the requirement that.the Contractor shall add the City of Jefferson as an additional ensured party to the Contractors Comprehensive General Liability Insurance coverage. 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 10 Modifications t6 - Insurance :Requirements . LS 0 1 1 $0.00. $0.00 CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES. IMM . hereby agree to the. modifications . difications-of the contract as -described above and agree to, fu.mish all materials aterials 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- There is no change to the -Contract Time.. STATEMENT OF CONTRACT AMOUNT: ORIGINAL CONTRACT Amount $338,694.60, % Change. Time 50 PREVIOUS APPROVED CHANGE ORDERS $0.00 0.0% 0 TOTAL THIS CHANGE ORDER $01.00 0.0% 0 TOTAL OF ALL CHANGE ORDERS $0.00 0.0% 0 CONTRACT AMOUNT TO DATE $338,694.60 50 ...........................................6WHIi�ascape Contracting L LC Recommended by: Verification of Encumbrance Accepted by: Approved as to Form: CoCor City Finance Di"rectfor 11P Date Date Date Dat I z) -gyp. V� Date