Loading...
HomeMy Public PortalAboutORD15794 BILL NO. 2018-008 SPONSORED BY Councilman Hussey ORDINANCE NO. /5'79I AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH JEFFERSON ASPHALT COMPANY, IN THE AMOUNT OF $935,209 FOR THE 2018 MILL AND OVERLAY PROJECT. WHEREAS, Jefferson Asphalt Company has become the apparent lowest and best bidder on the 2018 Mill and Overlay project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Jefferson Asphalt Company is declared to be the lowest and best bid and is hereby accepted for the 2018 Mill and Overlay project. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with Jefferson Asphalt Company for the 2018 Mill and Overlay 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:`-1,1,4y 2/, ZU/� Approved: 2 a, ?pi 0 • Presiding Officer Mayor Carrie Tergin ATTEST: APPROVED AS TO FORM: dj/ i* Clerk ft CW1s,ns- or FINANCE DEPARTMENT J>URCHASING DIVISION SUBJECT: Bid 2986-Project No. 32157-2018 Mill and Overlay Public Works, Engineering -Opened April 24, 2018 RECOMMENDATION: Staff recommends award of the bid to Jefferson Asphalt Company of Jefferson City, Missouri in the amount of $935,209.00. BIDS RECEIVED: Jefferson Asphalt Company, Jefferson City, MO Higgins Asphalt, Tipton, MO $ 935,209.00 $1,187,847.25 The bid was advertised in News Tribune, posted on the city web site, and sent to seven plan rooms. FISCAL NOTE: 45-990-577031 Street Resurfacing Public Works Sales Tax G 2017-2018 Budget Expensed Encumbered Bid 2986* Balance *Adjusted bid amount. PAST PERFORMANCE: $1,339,156.74 15,873.98 130,115.90 $ 935.209.00 $ 257,957.86 The City has awarded to this vendor in the past. The contractor has completed projects as specified and bid. ATTACHMENTS-SUPPORTING DOCUMENTATION Signature~ ~LtAUdOJ Pure sin A ent ~~--- Director of Public Works Department of Public Works Memorandum 320 E. McCarty Street • Jefferson City, Missouri 65101 • P 573-634-6410 • F 573-634-6562 • wwwJeffcitvmo.org Date: To: From: Subject: April27, 2018 Terry· Stephenson, Purchasing Director, Finance David Bange; City Engineer '\) 7\? 2018 Mill and Overlay Project Project No. 32157 Bid No. 2986 Public Works has completed a review of the bids opened at 1 :30 P.M. on April 24, 2018 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 two {2) 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 -including the Base Bid, Alternate A. and Bid Adjustment-from the low bidder Jefferson Asphalt Company, P.O. Box 104868, Jefferson City, MO 65110. The total amount of the contract will be $935,209.00. The project will be expensed as follows: Jefferson Asphalt Company ($935.209.00): Account Number: Amount Available: Required: $935,209.00 Remaining: 45-990-577031 $1,193,166.86 If you need any other information, please feel free to contact me at extension 6433. DB:tg Attachments: Bid Tabulation Sheet, Plan Holders List, Budget Adjustment cc: Project file Writers file $257,957.86 Page1 Date: 4124118 Bid No. 2986 ITEM NO. DESCRIPTION 1 Bituminous Pavement-BP-1 2 Black Base 3 Cold Milling -Asphalt 4 Cold Milling Full Depth 5 Cold Milling -Concrete 6 Cold Milling -Creek Gravel Concrete TOTAL BASE BID % OVER/UNDER ENGINEER'S EST. ALTERNATE A • Downtown 10 Asphalt Mill 11 Asphalt Surface Overlay 12 Markings; 4" wide 13 Markings; 6" wide 14 Markings; Stop Bar 15 Marking; Arrow Symbol 16 Marking; Assessible Symbol 17 Marking; Bike & Arrow Symbol TOTAL ALTERNATE A Alternate A -Accepted APPROX. QUANTIT UNIT y Tons 6926 Tons 2301 SY 35880 SY 11787 SY 10967 SY 0 SY 8305 SY 8457 LF 7000 LF 1365 LF 280 EA 17 EA 3 EA 16 TOTAL CONTRACT WITH ACCEPTED ALTERNATES CITY OF JEFFERSON BID TABULATION 2018 MILL AND OVERLAY PROJECT NO. 32157 ENGINEER'S Jefferson Asphalt ESTIMATE Company UNIT UNIT PRICE AMOUNT PRICE AMOUNT $77.00 $533,302.00 $75.50 $522,913.00 $76.00 $174,876.00 $72.50 $166,822.50 $2.00 $71,760.00 $1.95 $69,966.00 $5.00 $58,935.00 $4.35 $51,273.45 $7.00 $76,769.00 $2.60 $28,514.20 $12.00 $0.00 $10.00 $0.00 $916,642.00 $839,489.16 -8.3% $2.20 $18,271.00 $2.87 $23,835.35 $8.20 $69,347.40 $8.50 $71,884.50 $2.50 $17,500.00 $3.75 $26,250.00 $5.50 $7,507.50 $6.81 $9,295.65 $22.00 $6,160.00 $27.29 $7,641.20 $350.00 $5,950.00 $432.73 $7,356.41 $500.00 $1,500.00 $634.68 $1,904.04 $350.00 $5,600.00 $432.73 $6,923.68 $131,835.90 $155,090.83 $131,835.90 $155,090.83 $1,047,477.90 $994,679.98 Higgins Asphalt UNIT PRICE AMOUNT $88.30 $611,565.80 $81.85 $188,336.85 $2.65 $95,082.00 $7.15 $84,2n.os $4.10 $44,964.70 $20.00 $0.00 $1,024,226AO 11.9%1 $4.25 $35,296.25 $8.35 $70,615.95 $3.50 $24,500.00 $6.65 se.on.25 $27.05 $7,574.00 $429.30 $7,298.10 $781.90 $2,345.70 $432.10 $6,913.60 $163,620.851 $163,620.85 $1,187,847.25 Bid Adjustment DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI66101 Project No. 32167 Ord. No. N/A Job & Location: 2018 MILL AND OVERLAY Contractor: Jefferson Asphalt Company Date: 4/26/2018 ........................................................................................... " ...................................................... " ........................................... " .......................................... . lt Is hereby mutually agreed that when lhls bfd adJustment has been signed by the contracUng parties, the followfng described changes In lhe work required by the contract shalf be executed by lhe contractor without changing lhe terms of the contract except as herein sUpulated and agreed • ......................................... _ ....................................................................................................... " ........................................... -.......................................... . DESCRIPTION OF CHANGES: (See Attached Shee1 for Detailed Descrfptfon I Explanation) Note: Item numbers prefixed with TN' (Extra Work) are new nne Items to the contract. Quantity in Revised Amount of Item Quantity In Change Contract Overrun or No. DescrfE!tlon Unit Contract Order Quanti~ Unit Price Underrun 12 Markings; 4" wide LF 7000 -7000 0 $3.75 ($26.250.00) 13 Markings; 6" wide LF 1365 -1365 0 $6.81 ($9,295.65) 14 Markings; Stop Bar LF 280 -280 0 $27.29 ($7 ,641.20) 15 Marking; Arrow Symbol EA 17 -17 0 $432.73 ($7 ,356.41) 16 Marking: Assesslble Symbol EA 3 -3 0 $634.68 ($1 ,904.04) .17 Marking: Bike & Arrow Symbol EA 16 -16 0 $432.73 ($6,923.68) CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: 1/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 conneclfon therewith In accordance with the requirements for similar work In existing contract except as otherwise stlpulated herein, for the fallowing considerations: Contract Amount • Deduct $59,370.98 ( Hundred Fifty Nine Thousand Three Hundred Seventy Dollars and Ninety Eight Cents) from 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 % Change Time $994,579.98 0 .. -·····----~·-__ ___;:;...;;:.:;.~~~ $o.oo o.o% o· ·----····-------$59,370.98 -6.0% ... --·-··-o -····- . ------·---· .. -$59,370.98 ... ~· ---.. o---· $935,209.00 ~-------·-0 __ _ "jliifiiiSOiiASjiii'BiCiiiiiPiiiiY-·"·--·-~-·-;;··-·""'¢-··-· .. -... -.. -.. -.•••.•. --·-··-·--· .. ··-.. -·-····-.. -··· ~ //. 4 -l..C. -Z-ol& ~ Date Recommended by: "±Jo.::.) 6o-..& J.( -;rr -)Qf8 City Engineer Date Street Overlay List Summary Proposed Project February 15, 2018 LOCATION Planned WARD NEW TO FROM Lane Year LIST TO Miles COST Alice Dr. 20 18 Hillview Dr. Dead End 0 .09 Cherokee Dr 2018 St Louis Rd Mohawk Dr 0 .73 Greentree Rd 2018 0.50 Hillview Dr. 2018 Skyview Dr. E McCarty St. 0 .95 Indian Meadow 2018 StLouis Rd End 1.36 Mary St. 2018 Hillview Dr. Dead End 0.20 Sky View Dr. 2018 McCarty St 2908 Skyview Dr. 0.50 Sky View Dr. 2018 1 2908 Skyview Dr. Eastwood Dr . 0.09 Alley 2018 2 y Manilla St. Hub St. 0 .05 Q)~ Downtown Streetscape 2018 2 y !,!!..J Dunklin St. West 2018 2 y Jefferson Broadway 0.67 -;., cnm Hub 20 18 2 y WMain Marion 0.28 CX)'i:: ..-Q) Manilla 2018 2 y WMain Dead End 0.52 o> NO Pamel St. 2018 2 y Linde n Swifts Hwy 0.58 Catalina 2018 3 City Lim its Pa l isades 0.61 N Ten M ile Dr. 2018 3 3308 N . Ten Mile Dr. Scott Station Rd . 1.02 N Ten Mile Dr. 2018 3 Dover St. 3308 N . Ten Mile Dr. 0.41 N Ten Mile Dr. 2018 3 WTruman Dove r St. 0.44 Palisad es 20 18 3 Catalina N Capistrano 0.38 Scott Station Rd . 2018 3 Truman Blvd . City Limits 0 .78 Ind ependence Dr. 2018 4 Liberty Ln . Dead End 0 .71 Southwest Blvd . Drive Lanes 2018 2,4 Stadium Blvd . Tower Dr. 0.91 Carl Ln . 2019 1 Scenic Dr. Landwehr Hill s Rd . 0.85 Sub-Total $1,074,771.35 Fredricks Ln 2019 Theresa St. Landwehr Hills Rd. 1.40 Hutton Ln 2019 Expressview Dr. Scenic Dr. 1.99 SenicDr. 2019 Landwehr Hills Rd . Fred rricks Ln . 0 .66 Seni c D r. 2019 Landwehr Hill s Rd . Carl Ln . 0 .75 Senic Dr. 2019 Ann Ct. Hutton Ln . 0.36 r __ Stephan St. 2019 Scenic Dr. Theres a St. 0.51 Q) "' ~~ -;.. Theresa St. 20 19 1 Landwehr Hills Rd . Fred rricks Ln . 0.87 en m a>'i:: St Marys Blvd 2019 2 Armory Dr Dead End 2 .36 ..-Q) 0 > Geneva St. 2019 3 Sue Dr. Lola 0 .56 NO lhler Rd . 2019 3 Lola Dr . Westley St. 0 .61 lh le r Rd . 2019 3 Sue Dr. Lola Dr. 0 .60 Standford 2019 3 Sue Dr. Garden View 0.38 Sue Dr. 2019 3 Geneva Rd . Rt179 0.72 High St 2020 Ash St. Laf ayette St. 0.70 Sub-Total $9 85,4 25 .68 Page 1 of 2 Street Overlay List Summary Proposed Project February 15, 2018 LOCATION Planned WARD NEW TO FROM TO Lane COST Year LIST Miles High St 2020 Lafayette St. Jackson St. 0.71 Ashley St. 2020 2 Madison St. Jefferson St. 0.22 Carter 2020 2 y Swifts Hwy Stadium 0.58 High St 2020 2 Jackson St. Adams St. 0.39 Miller St. E 2020 2 Chestnut Laffayette 0.50 Bela ir Dr. 2020 3 Twin Hills Boonville Rd 0.95 Eastern Air 2020 3 Southen Air Airview Dr. 0.28 Jaycee Dr. 2020 3 Industrial Dr. Schellridge Rd . 1.21 Jaycee Dr. 2020 3 Industrial Dr. W . Main St 0 .38 Meadow Brook Ct. 2020 3 Rock Creek Terr. Dead End 0 .22 Meadow Brook Dr. 2020 3 Rock Creek Terr. Valley View Terr. 0 .29 Rock Creek Terr. 2020 3 V alley Park Dr. Meadow Brook Dr. 0.37 ;;; Royal Air Dr. 2020 3 Belair Dr. Airview Dr. 0.26 :::i >-as Valley Park Dr. 2020 3 Country Club Dr. Valley View Terr. 0.57 .: Valley View C t. 2020 3 Valley View Terr. Dead End 0.58 CD > 0 Valley View Terr. 2020 3 Valley View Ct. Dead End 0.89 Gi Arlington 2020 4 y New Bedford Ct. End 0 .16 !!! Cambridge Circle 2020 4 y Georgetown Rd Georgetown Rd . 0.49 en 0 Georgetown 2020 4 y New Bedford Ct. Cambridge Cir. 0.12 "' 0 Gettyburg PI 2020 4 Shermans Hollow Shermans Hollow 1.23 "' Leeds 2020 4 y Scarborough Way Oxford 0.13 Manassas PI 2020 4 Shermans Hollow Gettysburg PI 0.25 New Bedford Ct 2020 4 y Georgetown Rd End 0.17 Oxford 2020 4 y Intersection Leeds 0.33 Shiloh PI 2020 4 Shermans Hollow Gettysburg PI 0.16 Strasburg Ct 2020 4 Shermans Hollow End 0.17 Sumter PI 2020 4 Gettys burg PI End 0.39 Village 2020 4 y Fairgrounds Rd Amity 0.46 Hough Park Rd 2020 5 Green Berry Rd Kolb Dr. 0.35 Hough Park Rd 2020 5 Kolb Dr. Ellis Blvd 0.70 Scott Valley Ct. 2020 5 Tanner Bridge Rd. Dead End 0.39 Tanner Bridge Rd . 2020 5 Roundabout Oak Creek Ct. 0.66 Sub-Total $893,069.84 Total $2,953,266.87 Page 2 of 2 CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT made and entered into the date last executed by a party as indicated below, by and between Jefferson Asphalt Company 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. 32157, 2018 Mill and Overlay. 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 ••2018 Mill and Overlay" 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 90 calendar days from the date Contractor is ordered to proceed, which order shall be issued by the Director of Public Works within ten ( 1 0) 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 wagesu 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 (including coverage for Bodily Injury and Property Damage) Comprehensive Automobile Liability Insurance (including coverage for Bodily Injury and Property Damage) Employer's Liability $3,000,000 per occurrence $3,000,000 aggregate $3,000,000 per occurrence $3,000,000 aggregate $3,000,000 bodily injury by accident (each accident) $3,000,000 bodily injury by disease (each employee) $3,000,000 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) Builders Risk-The Contractor shall also provide a policy of Builder's Risk Insurance in the amount of 1 OOo/o 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. Citv'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. lndemnitv. 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. 1 0. 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 April 24, 2018 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 Nine Hundred Thirty Five Thousand Two Hundred Nine Dollars and Zero Cents, ($935,209.00). 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 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 Breach . 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. lllegallmmigration. 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 PO Box 104868, 117 Commerce Drive, Jefferson City, MO 65109. The date of delivery of any notice shall be the second fu II day after the day of its mailing. CITY OF JEFFERSON CONTRACTOR 0,10,Ce, (- 11t61/1 Mayor: Carrie Tergin Title: bvifi0„kty( 7144 24a, €-ofg sig /j' , QukkAfw, vvvwfus Date: Date: ATTEST: ATTEST: // � /' IIs ' 0CrIrClerk / r Titl;: UV\ a( - dW11146 Ch17 APPROVED AS TO FORM: City C � nelor /5/14 DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 Bid Adjustment Project No. 32167 Ord, No. N/A Date. 4/26/2018 Job&Location: 2018 MILL AND OVERLAY Contractor: Jefferson Asphalt Company It is hereby mutually agreed that when this bid adjustment 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 12 Markings; 4"wide LF 7000 -7000 0 $3.75 ($26,250.00) 13 Markings; 6"wide LF 1365 -1365 0 $6.81 ($9,295.65) 14 Markings; Stop Bar LF 280 -280 0 $27.29 ($7,641.20) 15 Marking;Arrow Symbol EA 17 -17 0 $432.73 ($7,356.41) 16 Marking; Assessible Symbol EA 3 -3 0 $634.68 ($1,904.04) 17 Marking; Bike&Arrow Symbol EA 16 -16 0 $432.73 ($6,923.68) 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-Deduct$59,370.98( Hundred Fifty Nine Thousand Three Hundred Seventy Dollars and Ninety Eight Cents)from the Contract Amount Contract Time-There is no change to the Contract Time STATEMENT OF CONTRACT AMOUNT: Amount %Change Time ORIGINAL CONTRACT $994,579.98 __ ___ 0 PREVIOUS APPROVED CHANGE ORDERS $0.00 0.0% 0 TOTAL THIS CHANGE ORDER -$59,370.98 -6.0% 0 TOTAL OF ALL CHANGE ORDERS -$59,370.98 -6.0% 0 CONTRACT AMOUNT TO DATE $935,209.00 0 Jefferson Asphalt Company /9/ Date Recommended by. t=G' ` l -.: (. 6 City Engineer Date /519 DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 Change Order No. Two (2) Project No. 32157 Ord. No. N/A Date: 10/31/2018 Job & Location: 2018 MILL AND OVERLAY Contractor: Jefferson Asphalt Company 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 1 Bituminous Pavement- BP-1 Tons 6926 881.55 7807.55 $75.50 $66,557.03 2 Black Base Tons 2301 -330.9 1970.1 $72.50 ($23,990.25) 3 Cold Milling -Asphalt SY 35880 9455 45335 $1.95 $18,437.25 5 Cold Milling - Concrete SY 10967 4283 15250 $2.60 $11,135.80 10 Asphalt Mill SY 8305 -428.78 7876.22 $2.87 ($1,230.60) 11 Asphalt Surface Overlay SY 8457 -580.78 7876.22 $8.50 ($4,936.63) 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 $65,972.60 (Sixty Five Thousand Nine Hundred Seventy Two Dollars and Sixty Cents) to the Contract Amount Contract Time -There is no change to the Contract Time STATEMENT OF CONTRACT AMOUNT: Amount % Change Time ORIGINAL CONTRACT $994,579.98 90 PREVIOUS APPROVED CHANGE ORDERS -$59,370.98 -6.0% 0 TOTAL THIS CHANGE ORDER $65,972.60 6.6% 0 TOTAL OF ALL CHANGE ORDERS $6,601.62 0.7% 0 CONTRACT AMOUNT TO DATE $1,001,181.60 90 Jefferson Asphalt Company 4ifia/00 Contractor Date Recommended by: City En. eer Date Verification of Encumbrance: fik/If Fina /Director Date • Accepted by: rte — / ///2//0 Owner-City Administrator/ 4'r Date Approved as to Form: =s / A City 'ou•-elor Date