Loading...
HomeMy Public PortalAboutORD15798 BILL NO. 2018-018 SPONSORED BY Councilman Prather ORDINANCE NO. 15� AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH GBH BUILDRS, INC., FOR CONSTRUCTION OF THE MUNICIPAL COURT RELOCATION AND RENOVATION PROJECT. BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: WHEREAS, GBH Builders, Inc. has become the apparent lowest and best bidder on the Municipal Court Relocation and Renovation project. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI. AS FOLLOWS: Section 1. The bid of GBH Builders, Inc. is declared the lowest and best bid and hereby accepted on the Municipal Court Relocation and Renovation project. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with GBH Builders, Inc. for the Municipal Court Relocation and Renovation project. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. There is hereby a budget amendment within the Sales Tax F of $80,000 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: darii ''T, oWib Approved: aoig Presiding Officer Mayor Carrie Tergin ATTEST: APPROVED AS TO FORM: Clerk #11/4"/"N Cit IC•. selor FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2984-Project 63029 Municipal Court Relocation and Renovation Law Department, Opened May 24, 2018 RECOMMENDATION: Staff recommends award of the bid to the lowest and best bid meeting specifications, GBH Builders, LLC of Jefferson City, Missouri in the amount of $552,143.25. The total amount includes the Base Bid, Alternates 1, 2, 3, and negotiated changes to the scope of work as described in the recommendation from the department. BIDS RECEIVED: GBH Builders, LLC, Jefferson City, MO Septagon Construction Co., Jefferson City, MO Curtiss-Manes-Schulte, Eldon, MO Wisch & Vaughan Construction Co., Inc., Jefferson City, MO Prost Builders, Inc., Jefferson City, MO Sircal Contracting, Inc., Jefferson City, MO Verslues Construction Co., Inc., Jefferson City, MO Cahill Construction, Inc., Rolla, MO Professional Contractors & Engineers, Inc., Columbia, MO Base Bid only $489,500.00 $ 493,572.00 $ 516,770.00 $ 522,000.00 $ 526,166.00 $ 531 ,800.00 $545,570.00 $ 587,000.00 $ 598,600.00 The project was advertised in News Tribune, posted on the city web site, sent to seven plan rooms and the City's construction list. Eight additional general and sub-contractors picked up plans but did not return a bid. FISCAL NOTE: 44-990-578077 Court Design/Reno Sales Tax F 2017-18 Budget Expensed Encumbered Balance Transfer (Pending) Total Available Bid 2984 Balance $ 512,216.00 $ 42,181.07 $ 7,895.43 $462,139.50 $ 80,000.00 $ 542,139.50 $ 530.403.25 $ 11,736.25 PAST PERFORMANCE: 1 0-400-54001 0 Fire Department, Building and Grounds General Fund 2017-18 Budget Expensed Encumbered Bid 2984 Balance $ 201,785.00 $ 83,939.88 $ 93,286.00 $ 21.740.00 $ 2,819.12 GBH Builders, Inc. has completed projects as specified and bid in the past. ATTACHMENTS-SUPPORTING DOCUMENTATION ~~ Signature ' lxLQt{_} Pure as g ~gent ~· Cit~ City o(Je((erson 320 E. McCarty Street Jefferson City, Mo 65101 City Counselor's Office Voice (573) 634-6570 Fax (573) 634-6504 TO: Terry Stephenson, Purchasing Agent FROM: Ryan Moehlman, City Counselor DATE: May 29,2018 Carrie Tergin, Mayor Ryan Moehlman City Counselor e-mail: rmoehlman@je.tfoitymo. org Bryan WolfOrd Associate City Counselor e-mail: bwolford@jeffcitymo.org RE: MUNICIPAL COURT RELOCATION AND RENOVATION, City Project No. 63029, Architect's Project No. 1637" The Law Department has completed a review of the bids opened at !;30 On April24, 2018 for the above- noted project. As part of the review of the review all the bid were tabulated to check for math errors and to compare Base Bid and Bid Alternate price quotes of the various contractors. Selected bid alternates include Alternate I, 2, 3. Negotiated changes to the scope of work included in the bid specifications are as follows: Modify and install City-owned bench seating +$3,335 Increase Security Allowance +$10,000 Eliminate Selected Casework -2,291.75 Based on our review, we recommend acceptance of the bid from the low bidder GHB Builders Inc., with the above modifications. The total of the contract will be $552,143.25 The project will be expensed as follows: GHB Builders Inc. ($552,143.25) Account Number 44-990-578077 (Court Design/Reno)* 10-400540010 (Fire Dept. Building & Grounds) Amount $530,403.25 $21,740.00 *The bill awarding a contract will include a fund transfer of$80,000 from 44-990-575006 (New Fire Station #2) to this account. Municipal Court Relocation and Renovation * City of Jefferson ~inc. 427 Monroe St Jefferson City, MO 65101 BID DATE: Tuesday, April24, 2018@ 1:30 P.M. CST 1-UJ C) ~ (!) ... c z ~ C) oc u ... c= C) ..J ~ c 0 0 0 &ft~Q; c ~ 0 0 ~~ No= M:S "'tO .. M:g ..J en u: UJ:S,S UJ:d wu:; .aU <Ctn :E a: u. w ~ccc; +w= ·~ :J <C 0 ~--~ ~"Cfn ~iij ... t--e 0~~ :::1 :::1 _, a:: ccm <CfJ>o ccc> Q<C c 0 0 z._e zoe zc.S zo~» mz:se -z z wo ~ w a:: ;He a:::ae z=ftl a::=..J ma:: w 0.. a::.g_ a::fn'l: ftl ... Wa::'l:_ tn ..!. ~ o [c ~:t~C ~~:!o ~6-!c ~:;;c tn~ CD [o UJUJ c c 1-w tnt- BIDDER'S NAME I~ a; ~ 0 m BASE BID I~>< CD Q ~~ c.,.O I~ cf ~ ~ I~ :l :5 ~ I~~ .9 ~ ~~;H~~ ~~ 0 :E WIX:<C Zfti<C Cahills Construction, Inc. X X X 18.00% $587.000.00 $20,000.00 $27,000.00 $23 000.00 $7,000.00 $10,000.00 $610 000.00 $674,000.00 Curtiss-Manes-Schulte X X X X 0.00% $516,770.00 $10,920.00 $17,759.00 $20,082.00 $3,866.00 $3,870.00 $536,852.00 $573,267.00 GBH Builders X X X X 2.25% $489.500.00 $13,125.00 $16 735.00 $21 740.00 $3,310.00 $4 625.00 $511 ,240.00 $549 035.00 PCE, Inc. X X X X 4.00% $598 600.00 $13.200.00 $17 900.00 $19,500.00 $3 800.00 $3 500.00 $618,100.00 $656 500.00 Prost Builders, Inc. X X X X 2.50% $526166.00 $11,380.00 $15,864.00 $20,058.00 $3,863.00 $1188.00 $546,224.00 $578,519.00 Septaaon Construction Co., Inc. X X X X 5.00% $493,572.00 $13 088.00 $17 644.00 $20,633.00 $4,586.00 $3 977.00 $514 205.00 $553,500.00 SIRCAL Contracting, Inc. X X X X 0.00% $531,800.00 $11,200.00 $13 500.00 $20,500.00 $3,900.00 $4 000.00 $552 300.00 $584,900.00 Verslues Construction Co., Inc X X X X 100.00% $545 570.00 $11,775.00 $22,400.00 $20,360.00 $3,920.00 $4 255.00 $565,930.00 $608.280.00 WAVCO,Inc. X X X X 4.60% $522,000.00 $11,500.00 $21,500.00 $20,000.00 $5,600.00 $3,800.00 $542,000.00 $584,400.00 CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT made and entered into the date last executed by a party as indicated below, by and between GBH Builders, Inc. 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: JEFFERSON CITY MUNICIPAL COURT RELOCATION AND RENOVATION, 427 Monroe Street, Jefferson City Missouri, City Project No. 63029 and Architect’s Project No. 1637. 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 "JEFFERSON CITY MUNICIPAL COURT RELOCATION AND RENOVATION, 427 Monroe Street, Jefferson City Missouri, City Project No. 63029, Architect’s Project No. 1637", including Bid Alternates 1, 2, and 3, in accordance with the plans and specifications on file with the Department of Public Works, modified as follows:  Add – Remove, modify to level, and install City-owned bench seating  Add – Increase Security Allowance to $15,000  Delete – Casework at Office 115 (F2+F7/A606)  Delete – Casework at Admin workstation (B2+B7/A607). 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 130 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 th at 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) $500,000 per occurrence $3,000,000 aggregate Comprehensive Automobile Liability Insurance (including coverage for Bodily Injury and Property Damage) $500,000 per occurrence $3,000,000 aggregate Employer’s Liability $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) 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. This coverage shall be waived if the City is added as an additional insured party to the insurance policies required by Subsection 4(a) above, provide that the City shall be provided no less than thirty (30) days advance notice of any cancellation of any such policy. (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) and (b) 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 fr om 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 per sons 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 subcontracto rs 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 subcont ractor 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 oth er 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 f or 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 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 Five Hundred Fifty-Two Thousand One Hundred Forty-Three Dollars and Twenty-Five Cents ($552,143.25). 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 lab or 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 sh all 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 att ached hereto or repeated herein, provided that in the event of any conflict between the provisions of this Contract and any other Contract Document, this Contract shall govern and prevail. 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. 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 penalt ies 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 requir ed 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 3441 N. Ten Mile Dr., 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 Mayor: Carrie Tergin Oat~ ?I ;;ffDJ? ATIEST: APPROVED AS TO FORM: GBH BUILDERS, INC. Title : Date: ATIEST: Title : CITY OF JEFFERSON GBH BUILDERS, INC. 7 Mayor: Carrie Tergin Ti e: Jake unget, President June 6, 2018 Date: Date: ATTEST: ATTEST: City Clerk Title: Dan Linhardt, Secretary APPROVED AS TO FORM: City Counselor Bill 2018-018 Exhibit B BUDGET ADJUSTMENT FISCAL YEAR 2017-2018 BUDGET Sales Tax F: From Expense Account: 44-990-575006 New Fire Station #2 $ 80,000.00 To Expense Account: 44-990-578077 Court Design/Reno $ 80,000.00 /5__7q8 A F,.: Document G701 TM - 2017 Change Order PROJECT:(Name and address) CONTRACT INFORMATION: CHANGE ORDER INFORMATION: 1637 Jefferson City Municipal Court Contract For:General Construction Change Order Number:001 Relocation and Renovation 427 Monroe Street Jefferson City, Date:June 6,2018 Date:June 13,2018 Missouri June 13,2018-NTP OWNER:(Name and address) ARCHITECT:(Name and address) CONTRACTOR: (Name and address) City of Jefferson The Architects Alliance,Inc. GBH Builders,Inc. 320 E.McCarty Street 631 West Main Street 3441 North Ten Mile Drive Jefferson City,Missouri 65101 Jefferson City,MO 65101 Jefferson City,Missouri 65109 THE CONTRACT IS CHANGED AS FOLLOWS: (Insert a detailed description of the change and, if applicable,attach or reference specific exhibits.Also include agreed upon adjustments attributable to executed Construction Change Directives.) Increase time for completion to 140 calendar days from 130 calendar days incorrectly noted on signed contract. The original Contract Sum was $ 552,143.25 The net change by previously authorized Change Orders $ 0.00 The Contract Sum prior to this Change Order was $ 552,143.25 The Contract Sum will be unchanged by this Change Order in the amount of $ 0.00 The new Contract Sum including this Change Order will be $ 552,143.25 The Contract Time will be increased by Ten(10)days. The new date of Substantial Completion will be October 31,2018 NOTE:This Change Order does not include adjustments to the Contract Sum or Guaranteed Maximum Price,or the Contract Time,that have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor,in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT,CONTRACTOR AND OWNER. The Architec ce,Inc. GBH Builders,Inc. City of Jefferson Ilk e jee.,*raw ;1q_._ __TOR(Firm name) OWN R(Firm name) /�"/SIGNATU-4 SIGNATURE Cary Gampher Jake Hunget Steven S.Crowell Jr.,City Administrator PRINTED NAME AND TITLE PRINTEDAME AND TITLE PRINTED N� N�FLE ` C/ GE 11/1r Y � DATE DATE APPROVED AS TO FORM: City Counselor AIA Document G701'-'-2017.Copyright©1979,1987,2000,2001 and 2017 by The American Institute of Architects.All rights reserved.WARNING:This AIA Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA®Document,or 1 any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 17:11:22 on 06/13/2018 under Order No.8275868734 which expires on 12/13/2018,and is not for resale. User Notes: (3B9ADA35) Public Works -Administration 320 E. McCarty Street Jefferson City, Missouri 65101 Change Order No. 1 Project No. P054417 Upgrade HVAC Conti Date: 8-15-18 Job& Location: City Annex,427 Monroe Street- Municipal Court Contractor: C&C Group 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 Quantity in Revised Amount of Item Original Change Contract Overrun or No. Description Unit Contract Order Quantity Unit Price Underrun Add monitoring & control of HVAC room controllers at Mun. Ct. bldg to City Hall 1 0 1 1 $3,270.00 $3,270.00 HVAC Control System as attached. 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 To-or Deduct-from-the Contract Amount$3,270.00 (ThreeThousand Two Hundred Seventy and 00/100 Dollars) Contract Time-Add To-or Deduct from -the Contract is 0 Working -Calendar days STATEMENT OF CONTRACT AMOUNT: Amount % Change Time ORIGINAL CONTRACT $13,623.00 PREVIOUS APPROVED CHANGE ORDERS $0.00 0.0% 0 TOTAL THIS CHANGE ORDER $3,270.00 24.0% 0 TOTAL OF ALL CHANGE ORDERS $3,270.00 24.0% 0 CONTRACT AMOUNT TO DATE $16,893.00 Contractor Date Recommended by: - OF ������ City Co i�Qa[•7� Date Verification of Encumbrance: 12 bag Fina ce Director Date Accepted by: / 4 ity Administrator Da - Age Approved as to Form: _ 7/6/1g Ryan .ehl,•-n,City Counselor Date 2414 Hyde Park Rd., Suite B, Jefferson City, MO 65109 (&) C&C Group Office: 573.632.4247 I www.c-cgroup.com Project: Municipal Court Remote Control Location: Jefferson City, MO Date: July 25, 2018 The enclosed proposal is to add monitoring and control of the HVAC room controllers at the Municipal Court Building to the City Hall HVAC Control System. INCLUDED IN THE PROPOSAL • Install and configure MPM multi-purpose manager Network Controllers • Configure connections from the Network Controllers to the existing Room Controllers (intelligent thermostats) • Connect Network Controllers to the existing HVAC Control System in City Hall via City provided IP network connection • Training of Owner Representative on use of the new system. • Warranty FOR THE TOTAL AMOUNT OF: $3270. Thank you for the opportunity to submit this proposal. If you have any questions concerning this proposal, or if I may be of any further assistance, please don't hesitate to contact me at 573-291-9017 or pschumacher@c-cgroup.com. If you wish to proceed with this proposal, please sign and date below and email a copy back to me. / C&C Group Please proceed with this project as quoted above. Name: Title: Date: Building Automation I Security/Network Solutions I Fire Safety I Access Floors I Standby Generators I NEBB Test& Balance • 1 + ' r:-t4 PURCHASE ORDER .At"- .'° ; CITY OF JEFFERSON No. 0000054417 JOHN G. CHRISTY MUNICIPAL BUILDING 320 E McCarty St BILL TO: , s,'�,,LJefferson City, MO 65101-3193 City ofJefferson 320 E McCarty St Jefferson City.MD65101 ucturriu• SHIP TO: C&C Group Public Works Admin. 2414 Hyde Park Rd. 320 E.McCarty St. Suite B Jefferson City, MO 65109 Jefferson City,MO 65101- VENDOR NO. VENDOR PHONE NUMBER TERMS DATE REQUIRED DELIVERY DATE 17794 0 08114/2018 S111PPING INSTRUCTIONS (none) ITEM QTY U/M Dusctptlon PRD CODE ACCOUNT UNIT PRICE AMOUNT I 0.00 Upgrade to Control System for City Hall HVAC. - 10-990-577060 13.623.0000 13.623.00 Removal of existing UNC Ethernet level controller, Development of new web based graphical user interface.Training of Owner Representative on use of new system,Warranty per quote dated 07/16/2018. SUBTOTAL: 13,623.00 TAX: 0.00 SHIPPING: 0.00 TAXABLE: No TOTAL: 13,623.00 CONFIRMING: No SPECIAL INSTRUCTIONS 1'r�-,,,.Lf`4a v .14 f Pure using A t ) t (573)634-6324 Date IMPORTANT: OUR ORDER NUMBER MUST APPEAR ON EVERY INVOICE AND PACKAGE • A V -ol �a- nTM•cument G701 p 2017 Change Order PROJECT:(Name and address) CONTRACT INFORMATION: CHANGE ORDER INFORMATION: 1637 Jefferson City Municipal Court Contract For:General Construction Change Order Number:002 Relocation and Renovation 427 Monroe Street Jefferson City, Date:June 13,2018 Date:December 3,2018 Missouri OWNER:(Name and address) ARCHITECT:(Name and address) CONTRACTOR:(Name and address) City of Jefferson The Architects Alliance,Inc. GBH Builder's Inc. 320 E.McCarty Street 631 West Main Street 3441 North Ten Mile Drive Jefferson City,Missouri 65101 Jefferson City,MO 65101 Jefferson City,Missouri 65109 THE CONTRACT IS CHANGED AS FOLLOWS: (Insert a detailed description of the change and,if applicable,attach or reference specific exhibits.Also include agreed upon adjustments attributable to executed Construction Change Directives) $1,184.04-Pneumatic Tub Removal-Proposal IOR ($1,500.00)-Credit unused Sound System Allowance-Proposal 14 ($15,000.00)-Credit unused Security Allowance-Proposal 15 ($9,059.28)-Credit Remaining Contigency-Proposal 15 « $445.39-Investigating Exterior Electrical-Proposal 16 ($23,929.85)-TOTAL CREDIT The original Contract Sum was $ 552,143.25 The net change by previously authorized Change Orders $ 0.00 The Contract Sum prior to this Change Order was $ 552,143.25 The Contract Sum will be decreased by this Change Order in the amount of $ 23,929.85 The new Contract Sum including this Change Order will be $ 528,213.40 The Contract Time will be increased by Zero(0)days. The new date of Substantial Completion will be NOTE:This Change Order does not include adjustments to the Contract Sum or Guaranteed Maximum Price,or the Contract Time,that have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor,in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT,CONTRACTOR AND OWNER. The Architects ._'ance,Inc. GBH Builder's Inc. City of Jefferson eFrlifrine) �� R(Firm name) OWN (Firm name) /" fiallow- L� SIGNAT = a NATURE SIGNATURE Can,Gampher Jake Hunget Steven S.Crowell Jr.,City Administrator PRINTED NAME AND TITLE PRINTED NAME AND TITLE PRINTED NAM D T DATE DATE DATE • 4-0 MA Document G7011m—2017.Copyright®1979,1987,2000,2001 and 2017 by The American Institute of Architects.All rights reserved.WARNING:This AIA"'Document is protected by U.S.Copyright Law and International Treaties,Unauthorized reproduction or distribution of this AIA'Document,or any portion of It,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 10:32:32 ET on 12/03/2018 under Order No.6907557409 which expires on 12/13/2019,and is not for resale. User Notes: (3B9ADA51) 4 DEPARTMENT OF LAW CITY COUNSELOR DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 Change Order No. TWO (2) Project No. 63029 Municipal Court Relocation Date: 2-1-19 Job & Location: Municipal Court,427 Monroe Street • ( Contractor: GBH Builders 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, as set forth in Exhibit A. DESCRIPTION OF CHANGES: The contract will be amended to approve the full scope of professional services for Phase 2 of the project Note: Item numbers prefixed with"EW"(Extra Work)are new line items to the contract. Quantity in Quantity in Revised Amount of Original Change Contract Overrun or Item No. Description Unit Contract Order Quantity Unit Price Underrun EW 1.1 Additional Services Lower Level Demolition - See Ex A. 1 0 1 1 $6,745.20 $6,745.20 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 To the Contract Amount$6,745.20 (Six Thousand Seven Hundred Forty-five Dollars and twenty Cents) Contract Time-There is no change to the contract time STATEMENT OF CONTRACT AMOUNT: Amount % Change Time ORIGINAL CONTRACT $552,143.25 0.0% PREVIOUS APPROVED CHANGE ORDERS -$23,929.85 -4.3% TOTAL THIS CHANGE ORDER $6,745.20 1.0% 15 days TOTAL OF ALL CHANGE ORDERS -$17,184.65 -3.1% CONTRACT AMOUNT TO DATE $534,958.60 96.7% Contractor Date Recommended by: - b- 5/-7? City nselor Date ff Verification of Encumbrance: f Fina erDire . Date Accepted by: I V J 12 Vc, Cr() I( / 131h Own:f-City Administrator Date Approved as to Form: — f— 3(- (� City Couns r Date a Mueller, Margaret From: Crowell, Steve Sent: Thursday,January 31, 2019 11:02 AM To: Burkhardt, Larry; Schofield, Matt; Moehlman, Ryan; Morasch, Matt Cc: Suchanek, Jennifer; Sanders, Sonny; Strope, Gail; Mueller, Margaret Subject: Execution of Change Order for Annex Building In order not to delay the authorization of a change order regarding the Annex Building, in my absence today, Margie Mueller is authorized to execute the change order on my behalf(she signs them anyway) with GBH Contractors in an amount not to exceed $25,000(amount of change order). I am not sure who will be processing the change order. Please feel free to contact me if there were any questions or concerns.Thanks. 1 yyyygg Tc. '�� -3, U Proposal �rQ�Q�uu b. .a Proposal#:17 3441 N.Ten Mile Drive Order Date:01/31/2019 PO BOX 945 Jefferson City MO 65102 573-893-3633 To: City of Jefferson Project: 977 320 East McCarty Street Jeff City Municipal Court Relocation Jefferson City MO 6511 Description of Work Costs Markup% Markup Total Amount We propose to furnish labor complete demolition work in the lower level of the Municipal Court Building as follows: 1.Remove wood shelving in file storage room.Save shelving for re-use. 2.Remove and reinstall light fiftures in file storage room. 3.Remove sheetrock ceiling male storage room. 4.Remove sheetrock from walls in file storage room to 4'AFF. 5.Remove ceiling tile in exercise room. 6.Remove sheetrock in exercise room per attached drawing. 7.Remove carpet in exercise room. 8.Remove sheetrock in adjacent corridor on both sides to 4'AFF. 9.Clean-up/dispose of debris. 10.Broom-clean area. Demolition Labor Not-to-Exceed 6,132.00 10.00 613.20 6,745.20 Requested Amount of Change $6,745.20 Owner: Name/Title: Date: Contractor: -le Name/Title: Jake Hunget, President Date: 01/31/2019 I 1 • . / 1.;,,:,„ •1 - - - II. I it'll I : • : ._ .• ---i jr if'_rm ::„,, - 1.:;-,- it 1 _. _ 17 .1 1 ..", .,. . . _.. -• . ir i- .11------7-4,-- 1 -.. ----- . . 1 2 t 'CI '---e ..R. 0.1 191 • , —— . —. 1 ' Pr 1 A i • 1 . , . :....-, i , — F ' ra Ei .:,,,c.4-7--_,---i r. ,..___,1 le, . 1 1 _171, _,--... • • Ei 11 -111 -1e ' ' .* maimmmi i . • • • 1 ,,.. .,--,,,,l -,1" IiiaI ' _ • • 1111INdele 3.11Er 1 wil ,. , "' iii41111,':AWINIamilillim I MUM ,•,..,. „.,..:,______ 1 _____ 111111 , 1 ,1 .. ...... . .__. i 1 . 1 • , 1 - r1- 11 Iii IIII ii i assaitiiiiiiii i i•.1 . - - . -. - - _. _.... ........._ . ,....... _ • . _ , 4 1,14. i 51.11 1 11111 II itlif ;..,,;f A b 1 1 Pefalf ;Pt _stimminammonsisigniv - 1_,........1 _ . . ..., 1 ..way. . 1, .. r 1 . ,, ..., - . 1 1 i .‘•. ., 4i - 1204.-715 iipol, 1 ._ „ , . . _ ., ! . _ I Atri:LA. P i L._ . - WA • - qv- - Tlivi5 . • r VII -• - • $___r_ _____r_ - 1---.` --/....41/ IC 96 ___,__ ........ - - ag. . . 1 -i till 01111 eSpil :i" 1 * 4i‘4""a •i 1 1 t • .. _ -- -_ •••• „woe, 1 ' abilletai-tor ,...L. •,.• i _ ej 444vri fr cim11.1 , it 40 qr/147 -4-17 ip4-414fl *C"If 4ot.ii. .. 0 q1,1-^4 j-1. 140( 9 (-0(irf- C6'CIE,) tilf---1 ik4/1- .fr , , ' 1(76 IC -Cl 2 11c- --nic . ,. :.1 \ 01.12)(Q crici-0A- 111 .c,otitt 14c--14 / 'ITV, gc-P-11<il`l . • 1 i, IX 'cri4 0 <301: Iri%'9. - \ 4) t' . -.-11.:Ii\m41:11e/ 1/fiV2 FJ \ • .>. -4- 5.- _2t ,r:1 '•,,r'-r-9 L__,,,Jiiited:==zi e'A-ON L I a71,2-ic* ztIA• 471 .w i 0 j..,ir eivrx4i ÷11114 c.,-z114 "1219 1 . , N j I . . , 41,1-64 . 19-114iAtl-tMt-i I; (9,A1- . . -, 1., Fr' 1 111111111111.13111WLIMI.. , I°I-- -- ; • -;:---:-.,:,---..-.;..;-1--- ";;',.' ''• '; A' . . . • Ziai 'Cr [47-', 141SCril9 .1Q ' .1121r0 1117f IN 6i alti-c., sl'iyi . Hnt-Z-1'141114 40r14 I - / I , -