HomeMy Public PortalAboutORD15987BILL NO. 2019-080
SPONSORED BY Councilman Hussey
ORDINANCE NO. 156187
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH APLEX INC. IN
THE AMOUNT OF $2,413,874.00 FOR THE EAST HIGH STREET IMPROVEMENTS
2020 PROJECT (#32151).
WHEREAS, Aplex Inc., has become the apparent lowest and best bidder on the East
High Street Improvements 2020 project (#32151).
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON, MISSOURI, AS FOLLOWS:
Section 1. The bid of Aplex Inc. is declared to be the lowest and best bid and is
hereby accepted on the East High Street Improvements 2020 project (#32151).
Section 2. The Mayor and City Clerk are hereby authorized to execute an
agreement with Aplex Inc. for the East High Street Improvements 2020 project
(#32151).
Section 3. The agreement shall be substantially the same in form and content as
the agreement attached here to 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: ; ,Ow
Presiding Officer
ATTEST:
Ci Clerk
Approved: •--7
Mayor Carrie Tergin
APPROVED AS TO FORM:
City Counselor
CITY OF JEFFERSON
CONSTRUCTION CONTRACT
THIS CONTRACT made and entered into the date last executed by a party as
indicated below, by and between Aplex 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:
Project No. 32151, East High Street Improvements 2020.
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 "East High Street Improvements 2020" in
accordance with the plans and specifications on file with the Department of Public
Works.
2. 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 November 21,
2019 which are by reference made a part hereof. No partial payment to the
Contractor shall operate as approval or acceptance of work done or materials
furnished hereunder. The total amount of this contract shall not exceed two -million,
four -hundred thirteen thousand, eight -hundred seventy-four dollars
($2,413,874.00).
3. 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 320 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.
4. 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. 26, 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.
5. 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
$500,000 per occurrence
$3,000,000 aggregate
$500,000 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) 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.
6. 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.
7. 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.
8. 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.
9. City's Right to Proceed.
In the event this contract is terminated pursuant to Paragraph 8, 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.
10. 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.
11. 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.
12. 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.
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
c. Information for Bidders
d. Notice to Bidders
e. Signed Copy of Bid
g. Special Provisions
h. Technical Specifications
L Drawing and/or Sketches
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. 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 1309 B east Main Street, Linn, MO 65051 .
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
�.r�,�?xg.0
Date:
ATTEST:
CONTRACTOR
Of)tCX4.�"
Title:
Date:
ATTEST:
CJL�J�� V`,
Cit Clerk Title:
APPROVED AS TO FORM:
City o selor
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 65101
ACCOUNT NO. 10-990-577060
Change Order No. One (1) Project No. 32151 Ord. No. 15987 Date: 02/05/2020
Job & Location: EAST HIGH STREET IMPROVEMENTS 2020
Contractor: Aplex
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
EW#1 City Hall, Sidewalk & Step Replacement LS 0 1 1 $12,000.00 $12,000.00
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I/We hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform
all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise
stipulated herein, for the following considerations:
Contract Amount - Add $12,000.00 (Twelve Thousand Dollars and No Cents) to the Contract Amount
Contract Time - There is no change to the Contract Time
STATEMENT OF CONTRACT AMOUNT:
....................................... I....................
Aplex
Recommended by:
Verification of Encumbrance:
Accepted by:
Approved as to Form:
Z.— Z.o
C ctAF 4cc 04 lop Date
J 2 ao-j
City Engineer Date
Date
t
v) �1-216
Date
Date
Amount
% Change
Time
ORIGINAL CONTRACT
$2,413,874.00
320
PREVIOUS APPROVED CHANGE ORDERS
$0.00
0.0%
0
TOTAL THIS CHANGE ORDER
$12,000.00
0.5%
0
TOTAL OF ALL CHANGE ORDERS
$12,000.00
0.5%
0
CONTRACT AMOUNT TO DATE
$2,425,874.00
320
....................................... I....................
Aplex
Recommended by:
Verification of Encumbrance:
Accepted by:
Approved as to Form:
Z.— Z.o
C ctAF 4cc 04 lop Date
J 2 ao-j
City Engineer Date
Date
t
v) �1-216
Date
Date
CITY OF JEFFERSON
ATTACHMENT TO CHANGE ORDER NO. 1
PROJECT NO. 32151
Description of Changes:
This change order is for sidewalk/step work between City Hall and the Police Station parking lot. This work will
replace infrastructure that is degrading and presents a trip/safety hazard.
Item EW#1 - City Hall, Sidewalk & Step Replacement
SCOPE OF WORK:
The work included in this item shall include the furnishing of all labor, equipment, and material for the replacement of
the sidewalk, landing, steps, and related rails between City Hall west door and the police station parking lot, along with
2 section of sidewalk paralleling the building that will tie the new landing into the existing sidewalk
MEASUREMENT, PAYMENT, and TIME:
This item will not be measured but includes the removal and replacement of all elements listed above.
Office Use Only
Percentage
Change
based on
Cumulative
Council
Amount of
Approved
Change Orders
Change Order Contract
since last Council Governing Required Council Approved
Amount Amount
Approval Criteria Approval Contract Amount
Change Order #1 $12,000.00 0.50%
$12,000.00 < $25,000 Admin. $2,413,874.00
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 65101
ACCOUNT NO. 64-987-579881
Change Order No. Two (2) Project No. 32151 Ord. No. 15987 Date: 3/17/2020
Job & Location: EAST HIGH STREET IMPROVEMENTS 2020
Contractor: Aplex
...........................................................................................................................................................................................................................................
It is hereby mutually agreed that when this change order has been signed by the contracting parties, the following described
changes in the work required by the contract shall be executed by the contractor without changing the terms of the contract except
as herein stipulated and agreed.
...........................................................................................................................................................................................................................................
DESCRIPTION OF CHANGES: (See Attached Sheet for Detailed Description / Explanation)
Note: Item numbers prefixed with "EW' (Extra Work) are new line items to the contract.
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I/We hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform
all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise
stipulated herein, for the following considerations:
Contract Amount - Add $47,150.00 (Forty Seven Thousand One Hundred Fifty Dollars and No Cents) to the Contract
Amount
Contract Time - Add 13 working days to the Contract
STATEMENT OF CONTRACT AMOUNT:
Amount % Change Time
ORIGINAL CONTRACT $2,413,874.00 320
PREVIOUS APPROVED CHANGE ORDERS $12,000.00 0.5% 0
TOTAL THIS CHANGE ORDER $47,150.00 2.0% 13
TOTAL OF ALL CHANGE ORDERS
CONTRACT AMOUNT TO DATE
....................................................................
Aplex
Recommended by:
Verification of Encumbrance:
$59,150.00 2.5%
$2,473,024.00
..............................................................................................................
Digitally signed by Ron Helmig, Vice President
Date: 2020.03.1716:08:43-05'00'
13
333
Date
�)-I-)- 211)
Date
�0Lo
Date
Quantity in
Revised
Amount of
Item
Quantity in
Change
Contract
Overrun or
No.
Description
Unit
Contract
Order
Quantity
Unit Price
Underrun
EW2.1
In field sewer modifications: W06 thru ex.
LS
0
1
1
$0.00
$0.00
EW2.2
Modify connection (W05-06 to W06) to
LS
0
1
1
$1,000.00
$1,000.00
EW2.3
Modify slope of pipe W05-06 (from 4.5%
LS
0
1
1
($1,000.00)
($1,000.00)
EW2.4
Modified strucutre W07 Work
LS
0
1
1
$2,500.00
$2,500.00
10SS
Rock Excavation; Sewer Work
CY
0
50
50
$150.00
$7,500.00
89
Tie New Pipe Into Ex. Structure
EA
2
1
3
$1,000.00
$1,000.00
90
8" dia. SDR 35, Main (Remove &
LF
2605
100
2705
$65.00
$6,500.00
91
4" dia. SCH 40, Lateral (Remove &
LF
1200
250
1450
$65.00
$16,250.00
92
Concrete Street Patch (Remove &
SY
2800
200
3000
$67.00
$13,400.00
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I/We hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform
all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise
stipulated herein, for the following considerations:
Contract Amount - Add $47,150.00 (Forty Seven Thousand One Hundred Fifty Dollars and No Cents) to the Contract
Amount
Contract Time - Add 13 working days to the Contract
STATEMENT OF CONTRACT AMOUNT:
Amount % Change Time
ORIGINAL CONTRACT $2,413,874.00 320
PREVIOUS APPROVED CHANGE ORDERS $12,000.00 0.5% 0
TOTAL THIS CHANGE ORDER $47,150.00 2.0% 13
TOTAL OF ALL CHANGE ORDERS
CONTRACT AMOUNT TO DATE
....................................................................
Aplex
Recommended by:
Verification of Encumbrance:
$59,150.00 2.5%
$2,473,024.00
..............................................................................................................
Digitally signed by Ron Helmig, Vice President
Date: 2020.03.1716:08:43-05'00'
13
333
Date
�)-I-)- 211)
Date
�0Lo
Date
Accepted by:
Approved as to Form:
to
'j-l7-URb
Date
Office Use Only
Percentage
Change
based on
Cumulative
Council
Amount of
Approved
Change Orders
Change Order
Contract
since last Governing
Required
Council Approved
Amount
Amount
Council Approval Criteria
Approval
Contract Amount
Change Order#1 $12,000.00
0.50%
$12,000.00 < $25,000
Admin.
$2,413,874.00
Change Order#2 $47,150.00
2.45%
$59,150.00 < 10%
Admin.
$2,413,874.00
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 65101
ACCOUNT NO. y5 -tC S71C(;�j
Change Order No. Three (3) Project No. 32151 Ord. No. 15987 Date: 11/23/2020
Job & Location: EAST HIGH STREET IMPROVEMENTS 2020
Contractor: Aplex
....................................................................................................................................................................................................................................................................................
It is hereby mutually agreed that when this change order has been signed by the contracting parties, the following described
changes in the work required by the contract shall be executed by the contractor without changing the terms of the contract except
as herein stipulated and agreed.
- -DESCRIPTION OF CHANGES: (See Attached Sheet for Detailed Description / Explanation)
Note: Item numbers prefixed with "EW' (Extra Work) are new line items to the contract.
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I/We hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform
all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise
stipulated herein, for the following considerations:
Contract Amount - Add $74,154.00 (Seventy Four Thousand One Hundred Fifty Four Dollars and No Cents) to the
Contract Amount
Contract Time - Add 32 working days to the Contract
STATEMENT OF CONTRACT AMOUNT:
Amount % Change Time
ORIGINAL CONTRACT $2,413,874.00 320
PREVIOUS APPROVED CHANGE ORDERS $59,150.00 2.5% 13
TOTAL THIS CHANGE ORDER $74,154.00 3.1% 32
TOTAL OF ALL CHANGE ORDERS $133,304.00 5.5% 45
CONTRACT AMOUNT TO DATE $2,547,178.00 365
.........ex ..................................................................................................................................vt..........s,��6...a..p�,..............�.�a
pl.................................................
A��a��tm
Date: 3020.113316: 11]5-0 6'00'
C or
Recommended by: "'J (a) '_'
City Engin r
Verification of Encumbrance: c�
F ance Director
Date
Date
144/14zo
Date
Quantity in
Revised
Amount of
Item
Quantity in
Change
Contract
Overrun or
No.
Description
Unit
Contract
Order
Quantity
Unit Price
Underrun
EW3.1
Extra Tree Removal - 1130 E. High St.
LS
0
1
1
$700.00
$700.00
EW3.2
Move Electirc Meter
EA
0
1
1
$1,400.00
$1,400.00
EW3.3
Rock Excavation; Wall Work
CY
0
615
615
$60.00
$36,900.00
40
Concrete Street Patch (Remove &
SY
120
480
600
$75.00
$36,000.00
20
Play Ground Pipe Extension
LF
33
51
84
$90.00
$4,590.00
54.5
Toe Wall
LF
120
27
147
$60.00
$1,620.00
55
Wall
LF
75
-42
33
$168.00
($7,056.00)
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I/We hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform
all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise
stipulated herein, for the following considerations:
Contract Amount - Add $74,154.00 (Seventy Four Thousand One Hundred Fifty Four Dollars and No Cents) to the
Contract Amount
Contract Time - Add 32 working days to the Contract
STATEMENT OF CONTRACT AMOUNT:
Amount % Change Time
ORIGINAL CONTRACT $2,413,874.00 320
PREVIOUS APPROVED CHANGE ORDERS $59,150.00 2.5% 13
TOTAL THIS CHANGE ORDER $74,154.00 3.1% 32
TOTAL OF ALL CHANGE ORDERS $133,304.00 5.5% 45
CONTRACT AMOUNT TO DATE $2,547,178.00 365
.........ex ..................................................................................................................................vt..........s,��6...a..p�,..............�.�a
pl.................................................
A��a��tm
Date: 3020.113316: 11]5-0 6'00'
C or
Recommended by: "'J (a) '_'
City Engin r
Verification of Encumbrance: c�
F ance Director
Date
Date
144/14zo
Date
Accepted by:
Approved as to Form:
Office Use Only
Change Order #1
Change Order 42
Change Order #3
Date
r
Date
Percentage
Change
based on
Cumulative
Council
Amount of
Approved
Change Orders
Change Order Contract
since last Council Governing Required Council Approved
Amount Amount
Approval Criteria Approval Contract Amount
$12,000.00 0.50%
$12,000.00 < $25,000 Admin. $2,413,874.00
$47,150.00 2.45%
$74,154.00 5.52%
$59,150.00 < 10%
$133,304.00 < 10%
Admin. $2,413,874.00
Admin. $2,413,874.00
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 65101
ACCOUNT NO. 64-987-577069
Change Order No. Four (4) Project No. 32151 Ord. No. 15987 Date:
Job & Location: EAST HIGH STREET IMPROVEMENTS 2020
Contractor: Aplex
.......................................................................................................................................................................................................................................................................................
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
Quantity in
Revised
Amount of
Item
in
Change
Contract
Overrun or
No. Description
Unit
Contract
Order
Quantity
Unit Price
Underrun
EW4.0 Traffic Control
LS
0
1
1
$1,000.00
$1,000.00
EW4.1 Excavation
LS
0
1
1
$5,000.00
$5,000.00
EW4.2 Grading, Surface Repair, & Seeding
LS
0
1
1
$2,000.00
$2,000.00
EW4.3 New Standard Drop MH 383 and
LS
0
1
1
$1,500.00
$1,500.00
Connections
EW4.4 4" dia. Sch 40, drain pipe replace existing
LF
0
20
20
$100.00
$2,000.00
36S Residential Driveway (Remove &
SY
0
37
37
$70.00
$2,590.00
Replace)
43S Type A Curb & Gutter (Remove &
LF
0
50
50
$36.00
$1,800.00
Replace)
47S Sidewalk; 4" thick (Remove & Replace)
SY
0
16
16
$56.00
$896.00
87 J -Box; 4' dia. (6'<), beyond 6'
EA
3
5
8
$3,825.00
$19,125.00
89 Tie New Pipe Into Ex. Structure
EA
3
1
4
$1,000.00
$1,000.00
90 8" dia. SDR 35, Main (Remove &
LF
2705
261
2966
$65.00
$16,965.00
Replace)
91 4" dia. SCH 40, Lateral (Remove &
LF
1450
20
1470
$65.00
$1,300.00
Replace)
91.5 Back Flow Preventer on Lateral
EA
20
2
22
$250.00
$500.00
92 Concrete Street Patch (Remove &
SY
3000
270
3270
$67.00
$18,090.00
Replace)
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 $73,766.00 (Seventy Three Thousand Seven Hundred Sixty Six Dollars and No Cents) to the
Contract Amount
Contract Time - Add 28 working days to the Contract
STATEMENT OF CONTRACT AMOUNT:
ORIGINAL CONTRACT
PREVIOUS APPROVED CHANGE ORDERS
TOTAL THIS CHANGE ORDER
TOTAL OF ALL CHANGE ORDERS
CONTRACT AMOUNT TO DATE
Aplex
Recommended by:
Verification of Encumbrance:
Accepted by:
Approved as to Form:
Office Use Only
Amount % Change
$2,413,874.00
$133,304.00 5.5%
$73,766.00 3.1%
$207,070.00 8.6%
$2,620,944.00
..............................................................................................................................
/
Digitally signed by Ron Helmig, VicePresid
President
Date: 2021.01.05 16:05:00 -06'00'
for
r
City Engineer
Time
320
45
28
73
393
...................................
Date
Date
11/j1q
Date
` Z
Date
Date
Percentage
Change
Cumulative
based on
Amount of
Council
Change Orders
Approved
since last
Change Order
Contract
Council
Governing
Required
Council Approved Contract
Amount
Amount
Approval
Criteria
Approval
Amount
Change Order #1
$12,000.00
0.50%
$12,000.00
< $25,000
Admin.
$2,413,874.00
Change Order #2
$47,150.00
2.45%
$59,150.00
< 10%
Admin.
$2,413,874.00
Change Order #3
$74,154.00
5.52%
$133,304.00
< 10%
Admin.
$2,413,874.00
Change Order #4
$73,766.00
8.58%
$207,070.00
< 10%
Admin.
$2,413,874.00
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 65101
ACCOUNT NO. &A4-ga1-Sl-7otA
Change Order No. Five (5) Project No. 32151 Ord. No. 15987 Date: 0/at a�
Job & Location: EAST HIGH STREET IMPROVEMENTS 2020
Contractor: Aplex
it is hereby mutually agreed that when this change order has been signed by the contracting parties, the following described
changes in the work required by the contract shall be executed by the contractor without changing the terms of the contract except
as herein stipulated and agreed.
DESCRIPTION OF CHANGES: (See Attached Sheet for Detailed Description / Explanation)
Note: Item numbers prefixed with "EW' (Extra Work) are new line items to the contract.
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I/We hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform
all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise
stipulated herein, for the following considerations:
Contract Amount - Add $35,410.00 (Thirty Five Thousand Four Hundred Ten Dollars and No Cents) to the Contract
Amount
Contract Time - Add 28 calendar days to the Contract
STATEMENT OF CONTRACT AMOUNT:
Amount % Change Time
ORIGINAL CONTRACT $2,413,874.00 320
PREVIOUS APPROVED CHANGE ORDERS $207,070.00 8.6% 73
TOTAL THIS CHANGE ORDER $35,410.00 1.5% 28
TOTAL OF ALL CHANGE ORDERS $242,480.00 10.0% 101
CONTRACT AMOUNT TO DATE $2,656,354.00 421
Aplex DigUly signed M Ron Melmig, Vice
.
President
Date: 2021.02 24 17:1733 -06'W
Contractor
Recommended by:
City Engineer
Date
3/8 a
Date
Quantity in
Revised
Amount of
Item
Quantity in
Change
Contract
Overrun or
No.
Description
Unit
Contract
Order
Quantity
Unit Price
Underrun
EW5.0
Traffic Control
LS
0
1
1
$1,500.00
$1,500.00
EW5.1
Grading, Surface Repair, & Seeding
LS
0
1
1
$1,500.00
$1,500.00
EW5.2
Bypass Pumping
LS
0
1
1
$1,500.00
$1,500.00
EW5.3
New Standard Drop MH 2424 &
LS
0
1
1
$2,500.00
$2,500.00
EW5.4
Residential Gravel Drive (Remove &
SY
0
300
300
$15.00
$4,500.00
36S
Residential Driveway (Remove &
SY
37
23
60
$70.00
$1,610.00
87
J -Box; 4' dia. (6'<), beyond 6'
EA
8
2
10
$3,825.00
$7,650.00
89
Tie New Pipe Into Ex. Structure
EA
4
1
5
$1,000.00
$1,000.00
90
8" dia. SDR 35, Main (Remove &
LF
2966
210
3176
$65.00
$13,650.00
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I/We hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform
all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise
stipulated herein, for the following considerations:
Contract Amount - Add $35,410.00 (Thirty Five Thousand Four Hundred Ten Dollars and No Cents) to the Contract
Amount
Contract Time - Add 28 calendar days to the Contract
STATEMENT OF CONTRACT AMOUNT:
Amount % Change Time
ORIGINAL CONTRACT $2,413,874.00 320
PREVIOUS APPROVED CHANGE ORDERS $207,070.00 8.6% 73
TOTAL THIS CHANGE ORDER $35,410.00 1.5% 28
TOTAL OF ALL CHANGE ORDERS $242,480.00 10.0% 101
CONTRACT AMOUNT TO DATE $2,656,354.00 421
Aplex DigUly signed M Ron Melmig, Vice
.
President
Date: 2021.02 24 17:1733 -06'W
Contractor
Recommended by:
City Engineer
Date
3/8 a
Date
Verification of Encumbrance:
Accepted by:
Approved as to Form:
'Office Use Only
Finance Director
3/If /4 -It
Date
3-1(o-24
Date
Date
Percentage
Change
based on
Cumulative
Council
Amount of
Approved
Change Orders
Change Order
Contract
since last Council
Governing
Required
Council Approved
Amount
Amount
Approval
Criteria
Approval
Contract Amount
Change Order #1
$12,000.00
0.50%
$12,000.00
< $25,000
Admin.
$2,413,874.00
Change Order#2
$47,150.00
2.45%
$59,150.00
< 10%
Admin.
$2,413,874.00
Change Order #3
$74,154.00
5.52%
$133,304.00
< 10%
Admin.
$2,413,874.00
Change Order #4
$73,766.00
8.58%
$207,070.00
< 10%
Admin.
$2,413,874.00
Change Order #5
$35,410.00
10.05%
$242,480.00
> 10%
Council
$2,656,354.00
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 65101
ACCOUNT NO. 1- -CIQO -5hCio9;�S- 577031; (0-SlQ$$,
Change Order No. Six (6) Project No. 32151 Ord. No. 15987 Date: 4/6/2021
Job & Location: EAST HIGH STREET IMPROVEMENTS 2020
Contractor: Aplex
It is hereby mutually agreed that when this change order has been signed by the contracting parties, the following described
changes in the work required by the contract shall be executed by the contractor without changing the terms of the contract except
as herein stipulated and agreed.
DESCRIPTION OF CHANGES: (See Attached Sheet for Detailed Description / Explanation)
Note: Item numbers prefixed with "EW' (Extra Work) are new line items to the contract.
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I/We hereby agree to the modifications of the contract as described above and agree to fumish 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 $24,335.00 (Twenty Four Thousand Three Hundred Thirty Five Dollars and No Cents) to the
Contract Amount
Contract Time - Add 38 calendar days to the Contract
STATEMENT OF CONTRACT AMOUNT:
Quantity in
Revised
% Change
Amount of
Item
$2,413,874.00
Quantity in
Change
Contract
10.0%
Overrun or
No.
Description
Unit
Contract
Order
Quantity
Unit Price
Underrun
EW6.0
Extra Tree Removal - 1407 E. High St.
LS
0
1
1
$1,800.00
$1,800.00
EW6.1
212 Benton Street Stormwater,
LS
0
1
1
$1,300.00
$1,300.00
Con or
Excavation/Grading
Date
Recommended by:_-�-
�L
EW6.2
212 Benton Street Stormwater, Flowable
CY
0
3
3
$300.00
$900.00
EW6.3
Downtown; Ramp Replacement
LS
0
1
1
$3,950.00
$3,950.00
EW6.4
Extra Asphalt Mill & Traffic Control
LS
0
1
1
$5,500.00
$5,500.00
42
Asphalt Overlay
Ton
1210
110
1320
$93.50
$10,285.00
EW6.5
New Lamphole Instead of MH E10
LS
0
1
1
$600.00
$600.00
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I/We hereby agree to the modifications of the contract as described above and agree to fumish 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 $24,335.00 (Twenty Four Thousand Three Hundred Thirty Five Dollars and No Cents) to the
Contract Amount
Contract Time - Add 38 calendar days to the Contract
STATEMENT OF CONTRACT AMOUNT:
Amount
% Change
Time
ORIGINAL CONTRACT
$2,413,874.00
320
PREVIOUS APPROVED CHANGE ORDERS
$242,480.00
10.0%
101
TOTAL THIS CHANGE ORDER
$24,335.00
1.0%
38
TOTAL OF ALL CHANGE ORDERS
$266,815.00
11.1%
139
CONTRACT AMOUNT TO DATE
$2,680,689.00
459
AplexOfg
tally signed by Ron Helmig. Vice President
Date:2021.04.0616:48:59 05'00'
Con or
Date
Recommended by:_-�-
�L
City Engineer
Date
Verification of Encumbrance:
4W�L
FinanA Director
Date
Accepted by: y Z
Owner - City Administrator / Mayor Date
Approved as to Form: 3 -;2, (
City C bAor Date
Office Use Only
Percentage
Change
based on
Cumulative
Council
Amount of
Approved
-Change Orders
Change Order
Contract
since last Council
Governing
Required
Council Approved
Amount
Amount
Approval
Criteria
Approval
Contract Amount
Change Order #1
$12,000.00
0.50%
$12,000.00
< $25,000
Admin.
$2,413,874.00
Change Order#2
$47,150.00
2.45%
$59,150.00
< 10%
Admin.
$2,413,874.00
Change Order #3
$74,154.00
5.52%
$133,304.00
< 10%
Admin.
$2,413,874.00
Change Order #4
$73,766.00
8.58%
$207,070.00
< 10%
Admin.
$2,413,874.00
Change Order #5
$35,410.00
10.05%
$242,480.00
> 10%
Council
$2,656,354.00
Change Order #6
$24,335.00
0.92%
$24,335.00
< $25,000
Admin.
$2,656,354.00
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 65101
ACCOUNT NO. 45-990-577069
Change Order No. Seven (7) Project No. 32151 Ord. No. 15987
Date: 6/2/2021
Job & Location: EAST HIGH STREET IMPROVEMENTS 2020
Contractor: Aplex
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
EW7.0 1136 Dunklin/Clark Work LS 0 1 1
$11,320.00 $11,320.00
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I/We hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform
all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise
stipulated herein, for the following considerations:
Contract Amount - Add $11,320.00 (Eleven Thousand Three Hundred Twenty Dollars and No Cents) to the Contract
Amount
Contract Time - Add 21 calendar days to the Contract
STATEMENT OF CONTRACT AMOUNT:
Amount
% Change Time
ORIGINAL CONTRACT $2,413,874.00
320
PREVIOUS APPROVED CHANGE ORDERS $266,815.00
11.1% 139
TOTAL THIS CHANGE ORDER $11,320.00
0.5% 21
TOTAL OF ALL CHANGE ORDERS $278,135.00
11.5% 160
CONTRACT AMOUNT TO DATE $2,692,009.00
480
Aplex
aoorl�
CQ—�
Date
Recommended by: -i t�
1
City En ineer
Date
Verification of Encumbrance:
Finance irector �
Accepted by:
Date
Owner - City Administrator / Mayo
Date
Approved as to Form:
�p - .
City C ns r
Date
Office Use Only
Percentage
Change
based on
Cumulative
Council
Amount of
Approved
Change Orders
Change Order
Contract
since last Council
Governing
Required
Council Approved
Amount
Amount
Approval
Criteria
Approval
Contract Amount
Change Order #1
$12,000.00
0.50%
$12,000.00
< $25,000
Admin.
$2,413,874.00
Change Order #2
$47,150.00
2.45%
$59,150.00
< 10%
Admin.
$2,413,874.00
Change Order #3
$74,154.00
5.52%
$133,304.00
< 10%
Admin.
$2,413,874.00
Change Order #4
$73,766.00
8.58%
$207,070.00
< 10%
Admin.
$2,413,874.00
Change Order #5
$35,410.00
10.05%
$242,480.00
> 10%
Council
$2,656,354.00
Change Order #6
$24,335.00
0.92%
$24,335.00
< $25,000
Admin.
$2,656,354.00
Change Order #7
$11,320.00
1.34%
$35,655.00
< 10%
Admin.
$2,656,354.00
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 65101
ACCOUNT NO. 45-990-57703-1, -4 ' 950 -- 5N0O
Change Order No. Eight (8) Project No. 32151 Ord. No. 15987 Date: 7/19/2021
Job & Location: EAST HIGH STREET IMPROVEMENTS 2020
Contractor: Aplex
It is hereby mutually agreed that when this change order has been signed by the contracting parties, the following described
changes in the work required by the contract shall be executed by the contractor without changing the terms of the contract except
as herein stipulated and agreed.
DESCRIPTION OF CHANGES: (See Attached Sheet for Detailed Description / Explanation)
Note: Item numbers prefixed with "EW" (Extra Work) are new line items to the contract.
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I/We hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform
all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise
stipulated herein, for the following considerations:
Contract Amount - Add $27,500 (Twenty -Seven Thousand Five Hundred Dollars and Zero Cents) to the Contract
Amount
Contract Time - Add 14 calendar days to the Contract
STATEMENT OF CONTRACT AMOUNT:
Amount
Quantity in
Revised
Amount of
Item
Quantity in
Change
Contract
Overrun or
No. Description
Unit Contract
Order
Quantity Unit Price
Underrun
EW8.0 Georgetown Entrance & Related Work
LS 0
1
1 $25,500.00
$25,500.00
(Remove & Replace)
$2,719,509.00
480
EW8.1 Curb Island Remove & Replace
LS 0
1
1 $2,000.00
$2,000.00
(Spot Location in Airport Parking Lot)
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 $27,500 (Twenty -Seven Thousand Five Hundred Dollars and Zero Cents) to the Contract
Amount
Contract Time - Add 14 calendar days to the Contract
STATEMENT OF CONTRACT AMOUNT:
Aplex
[/ I & ,1-k"r e nnr C lJj`-)
ont for
Recommended by: .J
City E in
Verification of Encumbrance:
FinKc Dir -dol
Accepted by:
Owner - City Administrator / Mayo
Approved as to Form:
City 1uns or
-7- a7- a/
Date
-I- %-2
Dat
'
Date
'/V_z/
to
Date
Amount
% Change
Time
ORIGINAL CONTRACT
$2,413,874.00
320
PREVIOUS APPROVED CHANGE ORDERS
$278,135.00
11.5%
139
TOTAL THIS CHANGE ORDER
$27,500.00
1.1%
21
TOTAL OF ALL CHANGE ORDERS
$305,635.00
12.7%
160
CONTRACT AMOUNT TO DATE
$2,719,509.00
480
Aplex
[/ I & ,1-k"r e nnr C lJj`-)
ont for
Recommended by: .J
City E in
Verification of Encumbrance:
FinKc Dir -dol
Accepted by:
Owner - City Administrator / Mayo
Approved as to Form:
City 1uns or
-7- a7- a/
Date
-I- %-2
Dat
'
Date
'/V_z/
to
Date
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 65101
ACCOUNT NO. 45-990-577069
Change Order No. Nine (9) - Final Project No. 32151 Ord. No. 15987 Date: 10/28/2021
Job & Location: EAST HIGH STREET IMPROVEMENTS 2020
Contractor: Aplex
......................
................................................................................................................................................................................................................................................................................................................................................................................................ ..,.............. .........................,.........................................
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
3
Inlet Protection
EA
14
-9
5
$135.00
($1,215.00)
4
Construction Entrance
EA
0
-5
-5
$3,000.00
($15,000.00)
5
Sediment Barrier
LF
170
-1830
-1660
$2.30
($4,209.00)
6
Temporary Cover
SY
1600
-12900
-11300
$0.65
($8,385.00)
7
Seeding
AC
1.1
0.1
1.2
$7,500.00
$750.00
10
Rock Excavation
CY
12.7
-37.3
-24.6
$150.00
($5,595.00)
42
Asphalt Overlay
Ton
1095
-225
870
$93.50
($21,037.50)
EW3.3
Rock Excavation; Wall Work
CY
570.5
-44.5
526
$60.00
($2,670.00)
11
Sub Grade Stabilization
TON
32.8
-467.2
-434.4
$35.00
($16,352.00)
12
Swale
LF
75
0
75
$50.00
$0.00
13
Rip -Rap; 8"-14" dia. rock
TON
15.4
-44.6
-29.2
$65.00
($2,899.00)
15
24" dia. ALCSP
LF
61
2
63
$90.00
$180.00
19
15" dia. RCP Class III
LF
79
-46
33
$100.00
($4,600.00)
21
Pipe Collar
EA
5
-2
3
$500.00
($1,000.00)
24
Reconstruction Top of J -Box
EA
1
-1
0
$2,000.00
($2,000.00)
27
Type A Inlet; 6'x 3'
EA
0
-1
-1
$3,300.00
($3,300.00)
28
Type C Inlet; 4'x 4'
EA
1
-2
-1
$5,000.00
($10,000.00)
29
Type C Inlet; 8'x 4'
EA
3
2
5
$5,500.00
$11,000.00
33
J -Box; 6'x 4'
EA
0
-1
-1
$4,100.00
($4,100.00)
34
8" Walking Trench Drain
LF
6
-3
3
$250.00
($750.00)
35
Move Utility Meter or Valve
EA
2
-14
-12
$1,000.00
($14,000.00)
36
Residential Driveway (Remove &
SY
875.8
175.8
1051.6
$70.00
$12,306.00
37
Commercial Driveway (Remove &
SY
196
-54
142
$75.00
($4,050.00)
39
Construction Street (Remove & Replace)
SY
408.6
-11.4
397.2
$75.00
($855.00)
40
Concrete Street Patch (Remove &
SY
876
276
1152
$75.00
$20,700.00
43
Type A Curb & Gutter (Remove &
LF
5579
-171
5408
$36.00
($6,156.00)
44
Monolithic Curb (Remove & Replace)
LF
96
-64
32
$40.00
($2,560.00)
45
Monolithic Curb, Reinforced (Remove &
LF
52.6
-17.4
35.2
$40.00
($696.00)
47
Sidewalk; 4" thick (Remove & Replace)
SY
3034.9
-165.1
2869.8
$56.00
($9,245.60)
48
Sidewalk Ramp; 6" thick (Remove &
SY
296.7
46.7
343.4
$76.00
$3,549.20
49
Sidewalk Ramp; Detectable Warnings
SF
287.4
2.4
289.8
$30.00
$72.00
50
Sidewalk Steps; 48" x 6" x12"
EA
12
-5
7
$300.00
($1,500.00)
51
Sidewalk Steps; 48" x 7.5" x11"
EA
279
-4
275
$400.00
($1,600.00)
52
Sidewalk Steps; 48" x 7.75" x10.5"
EA
88
4
92
$370.00
$1,480.00
53
Handrail
LF
864
109
973
$100.00
$10,900.00
54
Guardrail
LF
299
-26
273
$100.00
($2,600.00)
56
Modular Block, Wall 1-4
SF
7720.7
-779.3
6941.4
$46.25
($36,042.63)
60
Street Marking; 4" wide
LF
890
-75
815
$2.00
($150.00)
61 Street Marking; 6" wide
LF
357
-3 354
$6.00
($18.00)
62 Street Marking; 24" Stop Bar
LF
67.2
0.2 67.4
$23.00
$4.60
66 Street Sign Pole
EA
36
2 38
$210.00
$420.00
67 Street Sign; D3-1 (Street Name)
EA
12
-2 10
$250.00
($500.00)
72 Street Sign; R6-1 (One Way)
EA
2
-1 1
$80.00
($80.00)
83 Street Sign; ME7L
EA
2
1 3
$142.00
$142.00
84 Street Sign; ME7T
EA
15
2 17
$142.00
$284.00
85 Street Sign; ME7R
EA
3
1 4
$142.00
$142.00
87 J -Box; 4' dia. (6'<), beyond 6'
EA
9
-1 8
$3,825.00
($3,825.00)
88 Tie Ex. Pipe Into New Structure
EA
2
1 3
$1,000.00
$1,000.00
90 8" dia. SDR 35, Main (Remove &
LF
3033.4
-142.6 2890.8
$65.00
($9,269.00)
91 4" dia. SCH 40, Lateral (Remove &
LF
1431
-39 1392
$65.00
($2,535.00)
91.5 Back Flow Preventer on Lateral
EA
12
-10 2
$250.00
($2,500.00)
92 Concrete Street Patch (Remove &
SY
2334.2
-935.8 1398.4
$67.00
($62,698.60)
10SS Rock Excavation; Sewer Work
CY
86
36 122
$150.00
$5,400.00
36S Residential Driveway (Remove &
SY
33.6
-26.4 7.2
$70.00
($1,848.00)
43S Type A Curb & Gutter (Remove &
LF
34
-16 18
$36.00
($576.00)
47S Sidewalk; 4" thick (Remove & Replace)
SY
17.1
1.1 18.2
$56.00
$61.60
EW4.4 4" dia. Sch 40, drain pipe replace existing
LF
10
-10 0
$100.00
($1,000.00)
EW5.4 Residential Gravel Drive (Remove &
SY
280
-20 260
$15.00
($300.00)
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I=e 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 $199,325.93 (One Hundred Ninety
Nine Thousand Three Hundred
Twenty Five
Dollars and
Ninety Three Cents) from the Contract Amount
Contract Time - Add 0 calendar days to the Contract
STATEMENT OF CONTRACT AMOUNT:
Amount
% Change
Time
ORIGINAL CONTRACT
$2,413,874.00
320
PREVIOUS APPROVED CHANGE ORDERS
$305,635.00
12.7%
139
TOTAL THIS CHANGE ORDER
-$199,325.93
-8.3%
21
TOTAL OF ALL CHANGE ORDERS
$106,309.07
4.4%
160
CONTRACT AMOUNT TO DATE
$2,520,183.07
480
Aplex
lu-6"g-ai
Date
Recommended by:
i " 3
City ngin
Date
Verification of Encumbrance:
FXan irector
Date ,
Accepted by:
Ll
Owner - City Adminis
Approved as to Form:
for / Mayor
Da
j
CitvAoyKselor
Date
Office Use Only
Percentage
Change
based on
Cumulative
Council
Amount of
Approved
Change Orders
Change Order
Contract
since last Council Governing
Required
Council Approved
Amount
Amount
Approval Criteria
Approval
Contract Amount
Change Order #1
$12,000.00
0.50%
$12,000.00 < $25,000
Admin.
$2,413,874.00
Change Order#2
$47,150.00
2.45%
$59,150.00 < 10%
Admin.
$2,413,874.00
Change Order#3
$74,154.00
5.52%
$133,304.00 < 10%
Admin.
$2,413,874.00
Change Order #4
$73,766.00
8.58%
$207,070.00 < 10%
Admin.
$2,413,874.00
Change Order #5
$35,410.00
10.05%
$242,480.00 > 10%
Council
$2,656,354.00
Change Order #6
$24,335.00
0.92%
$24,335.00 < $25,000
Admin.
$2,656,354.00
Change Order#7
$11,320.00
1.34%
$35,655.00 < 10%
Admin.
$2,656,354.00
Change Order #8
$27,500.00
2.38%
$63,155.00 < 10%
Admin.
$2,656,354.00
Change Order #9
-$199,325.93
-5.13%
-$136,170.93 < $25,000
Admin.
$2,656,354.00
Total
$106,309.07
4.40%
-$136,170.93