Loading...
HomeMy Public PortalAboutORD16034BILL NO. 2019-129 SPONSORED BY Councilman Graham ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND THE CITY CLERK TO EXECUTE AN AGREEMENT WITH MISSOURI BUILDERS SERVICE TO REPLACE THE ROOF AT JEFFERSON CITY FIRE STATION NO. 1. WHEREAS, Missouri Builders Service has become the City Council's declared best bidder to replace the roof at Fire Station No. 1 in previous City Council action with Bill 2019-117 on April 6, 2020. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI AS FOLLOWS: Section 1. The bid of Missouri Builders Service is declared to be the best bid and is hereby accepted. Section 2. The Mayor and City Clerk are hereby authorized and directed to execute an agreement with Missouri Builders Service for the replacement of the roof of Fire Station 1. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: ,Gfif/ 4 0.02,i) (eAV/y‘, Presiding Officer ATTEST: Approved: 0 Mayor Carrie Tergin ( 2-o an APPROVED AS TO FORM: Ci CITY OF JEFFERSON CONTRACT FOR ROOF REPLACEMENT AT FIRE STATION #1 THIS CONTRACT, made and entered into the date last executed by a party as indicated below. by and between Missouri Builders Service, Inc., hereinafter called "Contractor", and the City of Jefferson, Missouri, a municipal corporation, hereinafter called "City." WITNESSETH: That Whereas, Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies for the following City improvements: roof replacement at Fire Station #1. NOW THEREFORE, the parties to this contract agree to the following: 1. Scope of Services. Contractor agrees to provide all supervision, labor, tools, equipment, materials and supplies for a roof replacement at Fire Station #1, as set forth in Exhibit A. In the event of a conflict between this agreement and any attached exhibits, the provisions of this agreement shall govern and prevail. 2. Payment. The City hereby agrees to pay Contractor 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 Purchasing Agent of the City of Jefferson, and in accordance with the rates and/or amounts stated in the bid of Contractor dated March 5, 2020, which are by reference made a part hereof. No partial payment to Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this contract shall not exceed One Hundred Five Thousand Six Hundred Three Dollars ($105,603.00). 3. Manner and Time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform, and 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 by September 30, 2020. 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 Annual Wage Order No. 26 Section 026 in which the rate of wages is set forth. Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workers 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 workers 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 each week. In accordance with Section 290.250, RSMo, Contractor shall forfeit to the City One Hundred Dollars ($100.00) for each worker employed, for each calendar 1 day or portion thereof that the worker is paid less than the stipulated rates for any work done under this contract, by Contractor or any subcontractor under the Contractor. 5. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: A. Workmen's Compensation Insurance for all of its employees to be engaged in work under this contract. B. Contractor's Public Liability Insurance in an amount not less than $3,000,000 for all claims arising out of a single occurrence and $500,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo, and Contractor's Property Damage Insurance in an amount not less than $3,000,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence. C. Automobile Liability Insurance in an amount not less than $3,000,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence. 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 and the City as the insured, in an amount not less than $3,000,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence, 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. 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. F. Scope of Insurance and Special Hazard. The insurance required under Sub- paragraphs B. and C. hereof shall provide adequate protection for Contractor and its subcontracts, respectively, against damage claims which may arise from operations 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 Contractor. 2 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 City may deduct Two Hundred Dollars ($200.00) from any amount otherwise due under this contract for every day Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will ensure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 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 will defend, indemnify, and hold harmless the City, its elected and appointed officials, employees, and agents from and against any and all claims, damages, losses, and expenses including attorneys' fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor, any subcontractor, anyone 3 directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this paragraph. Payment for Labor and Materials. 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. 12. Supplies. 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 1986 as amended. 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. Drawing and/or Sketches b. Addenda c. Information for Bidders d. Notice to Bidders e. Signed Copy of Bid 4 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 contract 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. In the event that either party shall seek to enforce the terms of this contract through litigation, the prevailing party in such action shall be entitled to receive, in addition to any other relief, its reasonable attorney's fees, expenses and costs. 20. Amendments. This contract may not be modified, changed or altered by any oral promise or statement by whosoever 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 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 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. 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. 5 25. Construction Safety Program Requirements. Contractor shall require all on-site employees to complete the ten-hour safety training program required pursuant to Section 292.675 RSMo, if they have not previously completed the program and have documentation of having done so. All employees working on the project are required to complete the program within sixty (60) days of beginning work on the Project. Any employee found on the worksite subject to this section without documentation of the successful completion of the course required under subsection (a) shall be afforded twenty (20) days to produce such documentation before being subject to removal from the project. Pursuant to Section 292.675 RSMo , Contractor shall forfeit as a penalty to City two thousand five hundred dollars ($2,500.00) plus one hundred dollars ($100.00) for each employee employed by 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 periods in subsections (a.) and (b.) have elapsed. City shall withhold and retain from the amount due Contractor under this Contract. all sums and amounts due and owing City as a result of any violation of this section. 26 Notices. All notices required to be in writing may be given by first class mail addressed to Cin of Jefferson Fire Department, 305 E. Miller, Jefferson City, Missouri, 65101, and Missouri Builders Service, Inc., 3807 Route CC, Jefferson City, MO 65109. The date of delivery of any notice shall be the second full day after the day of its mailing. CITY ()F JEFFERSON, MISSOURI MISSOURI BUILDERS SERVICE, INC. Carrie Tergin, Mayor /a Title: Tom NI. Caspari, President Date: 5 - 5 -go ao Date: 04/21/2020 ATTEST: ATTEST: 0 • 1-dotttf Title: Naomi Klouzek, Corpor e Secretary City Clerk APPROVED AS TO FORM: Ci 'ounselor 6 EXHIBIT A CITY OF JEFFERSON JEFFERSON CITY, MISSOURI OFFICE OF THE PURCHASING AGENT REQUEST FOR PROPOSAL Bid No. 3104 Subject: Roof Replacement, Fire Station 1 Buyer: Leigh Ann Corrigan Purchasing Agent (573) 634-6325 Icorrigan(a,cityofjeffmo.org Closing Date: Bids must be received at the address below no later than 1:30 p.m. on March 5, 2020 at the following address with the bid number and subject indicated on the envelope: City of Jefferson 320 E McCarty Street Jefferson City, MO 65101 Prebid: Prebid meeting is scheduled at 9:00 a.m. on February 24 at 621 W High St., Jefferson City, MO. 1 INDEX Section 1 General Conditions 3 Section 11 Bidding and Contract Requirements 8 Section III Supplemental General Conditions 11 Section IV Existing Conditions 13 Section V Contract 14 Section VI Certificates of Insurance 14 Section VII Prevailing Wage 14 Section VIII Addenda & Modifications 15 Section IX Summary of Work 15 Section X Construction Facilities & Utilities 16 Section XI Hoist Equipment 16 Section XII Contract Closeout 17 Section XIII Specifications 18 Section XIV Attachments 20 Attachment A — Sample Contract Attachment B — Prevailing Wage - Cole County Attachment C — Drawing Section XV Bid Packet 32 2 SECTION I GENERAL CONDITIONS 1.01 Project Owner/Title A. Project Owner: City Of Jefferson, herein referred to as City Project Title: Roof Replacement, Fire Station 1, 621 West High Street 1.02 Scope of Work A. Work to be completed under this contract includes the fumishing of all technical personnel, labor, materials and equipment required to perform the work included in the project entitled"Roof Replacement, Fire Station 1" in accordance with the plans and specifications herein. B. The proposed work for this project will include the famishing of all material, labor, and equipment to remove the current roof, properly dispose of materials and replace the roof as specified herein. 1.03 inspection of Plans, Specifications, and Site of Work A. It is the sole responsibility of the bidder to view the location and conditions in which the work will be completed. It is the responsibility of the successful bidder to make their own measurements and determine a materials list and become fully informed of the extent and character of the work required. B. No consideration will be granted for any misunderstanding of the materials to be furnished or the work to be done it being understood that the submission of a proposal is an agreement to all conditions referred to in the contract documents including those indicated on the drawings and specifications. 1.04 Interpretation of Contract Documents A. If the bidder has any questions which arise conceming the true meaning or intent of the Plans, Specifications or any part thereof, which affect the cost, quality, quantity, or character of the project, he shall request in writing, at least five (5) days prior to the date fixed for the bid opening, that an interpretation be made and an addendum be issued by the City, which shall then be delivered to all bidders to whom Plans and Specifications have been issued. All addenda issued shall become part of the contract documents. Failure to have requested an addendum covering any questions affecting the interpretation of the Plans and Specifications shall not relieve the Contractor from delivering the completed project in accordance with the intent of the Plans and Specifications to provide a workable project. 3 1.05 Qualifications of Bidders A The City may make such investigations as deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by the bidder or investigation of such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. 1.06 Equivalent Material A. Wherever definite reference is made in these Specifications to the use of any particular material or equipment, it is to be understood that any equivalent material or equipment may be used which will perform adequately the duties imposed by the general design, subject to the approval of the City. 1.07 Bid Security A. Each bid must be accompanied by a certified check or bid bond made payable to the City of Jefferson for five percent (5%) of the amount of the bid. Bid securities will be returned after award of the contract except to the successful bidder. Should the successful bidder fail or refuse to execute the bond and the contract required within seven (7) days after he has received notice of acceptance of his bid, he shall forfeit to the City as liquidated damages for such failure or refusal, the security deposited with his bid. 1.08 Preparation of Bids A. Bids must be made upon the prescribed forms included in Section XV — Bid Packet in this document. Only sealed bids will be considered, all bids otherwise submitted will be rejected as irregular. B. All blank spaces in the bid must be filled in and no change shall be made in the phraseology of the bid, or addition to the items mentioned therein. Any conditions, limitations or provisions attached to bids will render them informal and may be considered cause for their rejection. C. Extensions of quantities and unit prices shall be carried out to the penny. D. The price submitted for each item of the work shall include all costs of whatever nature involved in its construction, complete in place, as described in the Plans and Specifications. E. Section 144.062 RSMo provides that the City's sales tax exemption may be used for the purchase of goods and materials for this project. The contract for the project will authorize and direct the Contractor to utilize the City's sales tax exemption in the purchase of goods and materials for the project. This provision shall apply to only those purchases 4 totaling over $500 from an individual supplier. All sales taxes on those items which do not qualify for the use of the City's sales tax exemption and for which sales tax might lawfully be assessed against the City are to be paid by the Contractor from the monies obtained in satisfaction of the Contract. It being understood by the bidder, which the bid prices submitted for those items shall include the cost of such taxes. F. Bidder shall provide detailed specification of all materials proposed. The awarded bidder shall provide samples along with color samples to the City prior to ordering. 1.09 Approximate Quantities A. In cases where any part or all of the bidding is to be received on a unit price basis, the quantities stated in the bid will not be used in establishing final payment due the successful Contractor. The quantities stated on which unit prices are so invited are approximate only and each bidder shall make his own estimate from the plans of the quantities required on each item and calculate his unit price bid for each item accordingly. Bids will be compared on the basis of number of units stated in the bid. Such estimated quantities, while made from the best information available, are approximate only. Payment of the Contract will be based on actual number of units installed on the complete work. 1.10 Lump Sum Items A. Payment for each lump sum item shall be at the lump sum bid for the item, complete in place, and shall include the costs of all labor, materials, tools and equipment to construct the item as described herein and to the limits shown on the Plans. 1.11 Submission of Bids A. The Bid Response and the Bid Security guaranteeing the same shall be placed in a sealed envelope and marked "Bid No. 3104 — Roof Replacement, Fire Station 1". Bids must be received at the address indicated on the front of this bid packet no later than 1:30 p.m. on March 5, 2020. 1.12 Evaluation and Award Bids will be evaluated and awarded to the lowest and best bid meeting the needs of the City. Bids will be evaluated based on the following criteria: Cost 60 points Experience and Staff Qualifications 20 points Completion Date 5 points Materials and Method 15 points 5 1.13 Alternate Bids A. In making the award, if altemate bids have been requested, the alternate bid which will be in the best interest of the City will be used. 1.14 Withdrawal of Bids A. If a bidder wishes to withdraw their bid, they may do so before the time fixed for the opening, without prejudice. No bidder may withdraw their bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids. No bids received after the time set for opening for bids will be considered. 1.15 Right to Reject Bids A. The City reserves the right to reject any or all bids, to waive any informality in the bids received, or to accept the bid or bids that in its judgement will be in the best interests of the City. 1.16 Award of Contract A. If, within seven (7) days after he has received notice of acceptance of his bid, the successful bidder or bidders shall refuse or neglect to come to the Office of the Purchasing Agent execute the Contract and to furnish the required Performance and Payment Bonds and Insurance, properly signed by the Contractor and the Surety and Sureties satisfactory to the City as hereinafter provided, the bidder or bidders shall be deemed to be in default and shall forfeit the deposit. B. Notice to Proceed A written notice to begin work will be given to the Contractor by the City within ten (10) days after the Contract is approved. The time for completion of the project will begin to run on the date established in this notice. 1.17 Performance and Payment Bond A. A Performance and Payment Bond in an amount equivalent to one hundred percent (100%) of the Contract price must be furnished and executed by the successful bidder or bidders. A form for the bidders use is contained in these Contract Documents. The issuing Surety shall be a corporate Surety Company or companies of recognized standing Licensed to do business in the State of Missouri and acceptable to the City of Jefferson. 1.18 Indemnification and Insurance A. The Bidder agrees to indemnify and hold harmless the City from all claims and suits for loss of or damage to property, including loss of all judgments recovered therefore, and 6 from all expense in defending said claims, or suits, including court costs, attorney fees and other expense caused by any act or omission of the Contractor and/or his subcontractors, their respective agents, servants or employees. The Bidder shall be required to provide the City with a Certificate of Insurance outlining the coverage provided. 1.19 Bid Security Returned to Successful Bidder A. Upon the execution of the Contract and approval of Bond, the Bid Security will be returned to the bidder unless the same shall have been presented for collection prior to such time, in which case the amount of the deposit will be refunded by the City. 1.20 Nondiscrimination in Employment A. Contracts for work under this bid will obligate the Contractor and subcontractors not to discriminate in employment practices. 1.21 Contract Period A. The work under this request shall be completed within thirty days of work start. The project shall be completed as soon as possible, but must be completed no later than September 30, 2020. 1.22 Liquidated Damages A. Liquidated damages shall be assessed at the rate of Two Hundred Dollars ($200.00) per calendar day until the work is complete, should the project not be completed within the contract time. 1.23 Power of Attorney A. Attomeys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 1.24 Question Period A. All questions concerning the project must be submitted five days prior to the bid opening. Answers to the submitted questions, minutes from the Pre -Bid Meeting, and other relevant information or corrections will then be issued as an addendum to this agreement. 7 SECTION II BIDDING AND CONTRACT REQUIREMENTS 2.01 Acceptance of Bid A. The City reserves the right to waive any irregularities and to accept or reject any or all bids. B. In case of ambiguity in stating the price of the bid, the right is reserved to consider the most advantageous construction thereof or to reject any bids. The owner also reserves the right to accept the low bid based on base bid tabulation or if alternates are involved, based on the most advantageous possible combination of base bid plus alternatives desired. 2.02 Schedule A. The contractor will note that time is of the essence. The contractor shall work closely with the City in coordinating and performing the work under this proposed contract. Work shall be completed as soon as possible to prevent damage to interior areas of the building. Work shall be completed within thirty days of Notice to Proceed and no later than September 30, 2020. 2.03 Pre Bid Meeting A. All interested contractors will meet at Jefferson City Fire Department Station 1, 621 West High Street, Jefferson City, Missouri at 9:00 a.m. on February 24, 2020. Bidders are strongly urged to attend this meeting. Staging areas will be established at the pre-bid meeting and all details will be discussed. An addendum will be issued after the meeting on the agreed upon discussion. Abandoned equipment will be identified to be removed within the scope of this of this contract. B. Bidders shall carefully examine the documents and the construction sites to obtain first- hand knowledge of the existing conditions. Contractors will not be given extra payments for conditions which can be determined by examining the site and documents. Any measurements listed are approximate and must be verified by field examination. 2.04 Substitutions A. To obtain approval to use unspecified products, bidders shall submit written request with their bid response. Requests shall clearly describe product for which approval is asked, including all data necessary to demonstrate acceptability. It shall be the sole decision of the City in determining if a product is equal to the established specification. 2.05 Preparation of Bids A. Bids shall be made on unaltered bid forms furnished by the City. Bidder shall fill in all blank spaces and shall submit two (2) copies. Bids shall be signed with legal name of corporation, followed by name of the state of incorporation and the legal signature of an 8 officer authorized to bind the corporation into a contract. B. Bid security in the amount of five percent (5%) of the total amount of the bid shall accompany the bidder's response. Bid security shall be made payable to the City of Jefferson and will be deposited by the City. Bid security will be returned to bidders after award of the contact. Should the successful bidder fail or refuse to execute the performance bond and the contract required within seven (7) days after he has received notice of acceptance of his bid, he shall forfeit to the city as liquidated damages, the security deposited with his bid. C. Bidder shall detail the materials they are proposing and provide literature and other documentation. 2.06 Performance and Materialman's Bonds A. The successful contractor shall provide a bond to the City before work is commenced, and no later than ten (10) working 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 if 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. 2.07 Insurance A. The contractor shall obtain and maintain throughout the term of the contract all insurance as specified in the sample contract, Attachment A. 2.08 Subcontractor Listing A. The general contractor shall submit the names of all principal subcontractors, if any, with the bid. Subcontractors shall be pre -approved by the City before commencement of any work on the project. Certificates of Insurance shall be submitted in compliance with the sample contract for any subcontractors who have been approved by the City for work on this project. 2.09 Submission of Bid A. Bid shall be submitted sealed in an envelope. The envelope shall be identified with the name and address of the bidder. Envelopes shall note on the front lower left corner, the bid number and title of the bid, "Bid 3104 — Roof Replacement, Fire Station 1". Bids shall be submitted in accordance with the Invitation to Bid. Bids not submitted in this fashion will be rejected. 9 2.10 Disqualifications A. The City reserves the right to disqualify bids, before or after opening, upon evidence of collusion with intent to defraud or other illegal practice upon the part of the bidder. 2.11 Bidder Qualification Statement A. Bidders are to submit on the Contractor's Qualifications/References form in the Bid Packet (Section XV), information demonstrating successful completion of commercial roofing jobs similar to this project. 2.12 Laws and Regulations A. Bidder's attention is directed to the fact that all applicable state laws, municipal ordinances, rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout. B. Except as otherwise provided in the contract documents, the bid price will include all applicable federal, state, and local taxes. Missouri Project Exemption Certificate and the City's Missouri Tax Exemption letter will be furnished to the successful contractor. Missouri sales tax should not be included in the bid. 2.13 Award A. The contract will be awarded on a basis of lowest bid and best bid meeting the specifications and qualifications including full consideration of unit prices and alternates. B. The bidder is advised that under the provisions of City Code, Section 26A-40, the City reserves the right to conduct negotiations of the proposals received or to award a contract with negotiations. 2.14 Execution of Contract A. The contract for this work shall be awarded on the basis of the lowest bid meeting the specifications and qualifications provided, however, that any or all bids may be rejected or accepted , or in the case of an ambiguity stating the price in the bid, the contracting party may consider the most advantageous construction thereof or reject any bid. Also, a low bid may be accepted based on the base bid tabulation or if alternates are involved, based on the most advantageous possible combination of base bid plus alternates desired. 1. It is intended to award the contract for this work to the lowest responsible bidder whose construction skill and financial resources are fully equal to the task of prosecuting the work in a rapid and satisfactory manner and successfully completing it within a time limit set. 2. In determining the lowest responsible bidder, the following elements will be considered: Whether bidder (a) maintains a permanent place of business, (b) has adequate 10 plant equipment to do the work properly and expeditiously, ( c) has suitable financial status to meet the obligations of the work, (d) has appropriate technical expertise, (e) all bidders should be prepared to furnish promptly, complete information with regard to the information stated above. 3. Notwithstanding any delay in the preparation and execution of the formal contract agreement each bidder shall be prepared upon written notice of bid acceptance, to commence work within ten (10) days following receipt of an official written order to proceed on the date stipulated on such order. 4. The accepted bidder shall assist in preparing the formal contract agreement and within five (5) days following its presentation, shall execute the same and return it to the contracting parties. SECTION In SUPPLEMENTAL GENERAL CONDITIONS 3.01 General This section is intended to clarify and supplement the General Conditions of the contract and specific duties set forth herein and are not meant to constitute an exclusive list of requirements but are intended to complement requirements of the General Conditions of the contract. Work under this contract shall include furnishing of all materials, labor, equipment, tools, protection and incidental items necessary to complete in an acceptable manner and ready for use each portion of the work described in the Contract Documents. 3.02 Alternate Material These contract documents may contain items of material for which a certain manufacturer or type is specifically designated. Contractor's bid shall be based on furnishing only that specified type or manufacturer for that item of material. Consideration will be given to the manufacturer's material items only if included in the contractor's original bid as an alternate to the specification together with the corresponding increase or decrease in the contractor's base price. The City of Jefferson reserves the right to accept or reject any such alternate items or material which may be offered. Approval or rejection of such items of material will be given within a reasonable period of time after award of the contract and submittal of necessary details. 3.03 Substitutions To obtain approval to use unspecified products, bidders shall submit written requests along with the bid response. Requests shall clearly describe product for which approval is asked, including all data necessary to demonstrate acceptability. 11 3.04 Standards The quality of workmanship, clearance, protection of workers, etc., shall be governed by applicable laws, ordinance and regulations of authorities having jurisdiction as well as applicable sections of standards as set up by the following organizations: • American Institute of Steel Construction (AISC) • American National Standards Institute (ANSI) • American Society of Heating Refrigeration & Air Conditioning Engineers (ASHRE) • American Society of Mechanical Engineers (ASME) • American Society for Testing and Materials (ASTM) • Institute of Electrical & Electronic Engineers (IEEE) • National Electrical Safety Code (NEC) • National Electrical Manufacturer's Assoc. (NEMA) • National Electrical Safety Code (NESC) • National Fire Protection Association (NFPA) • Occupational Safety and Health Administration (OSHA) 3.05 Permits The contractor shall be responsible for obtaining all permits, including any necessary for moving equipment over the City or County streets or State highways. The contractor shall comply with all laws, ordinances, rules and regulations of governmental authorities affecting the conduct of the proposed work. Before the completion of the contract, the contractor shall furnish to the City any and all certificates of approval resulting from required inspections. 3.06 Labor Conditions Contractor shall comply with and shall cooperate with the City in enforcing jobsite conditions which directly affect the performance of work including but not limited to starting and quitting time, smoking regulations, check-in and check-out procedures, job safety regulations and daily cleanup. 3.07 Superintendent The contractor shall keep on the work at all times during its progress, a competent superintendent and any necessary assistants. The contractor shall employ craft foremen who have passed a qualified foreman's training program when such training is offered by the foreman's respective craft. Contractor shall provide certificates of completion of said training to the construction supervisor before the foreman starts on the job. 3.08 Performance Requirements The work shall be performed by contractor at the times stated and in accordance with the provisions of these contract documents. 12 The contractor shall ensure all work is performed by installers and supervisors who are trained and approved by the manufacturer. All overtime worked at the discretion of the contractor must be approved in writing by the City and all costs will accrue to contractor's account. The City reserves the right to require contractor to perform overtime work at City's written direction. 3.09 Work Limitations Care must be exercised at all times to maintain safe clearance and safe working practices, both for equipment and personnel, in order to avoid injury or service interruption. All job personnel must be made thoroughly acquainted with hazards involved. It shall be the contractor's responsibility, working with the construction supervisor, to make this condition clear to all contractors' personnel. 3.10 Delivery and Storage The contractor shall provide suitable facilities and shall store all materials supplied by him. Storage of the material and equipment on the jobsite area shall be as designated by the construction supervisor and so located that it will not interfere with the city's personnel or operation. Any materials received will be unloaded and stored by the contractor. The contractor shall be responsible for inspecting and hauling all materials from point of storage to the job site unless otherwise stated in specifications. It shall be the contractor's responsibility to perform inventory and ascertain that all materials are on hand as required. He shall notify the City's construction supervisor at once of any material shortages or damage to allow replacement without delaying the progress of the work. After acceptance of equipment or material, contractor will be responsible for loss or damage. SECTION IV EXISTING CONDITIONS 4.01 Existing Conditions It is the sole responsibility of the bidder to determine the existing conditions for this project location. A. The contractor shall note that the building will be occupied and in use at all times during this work. Normal Fire Department operations, including emergency response, will continue on a twenty-four hour, seven day per week basis. No materials, equipment, or personnel shall block the bay doors at any time during this work. THE CONTRACTOR SHALL TAKE ALL PRECAUTIONS NECESSARY TO PROTECT OCCUPANTS AND PEDESTRIANS AT ALL TIMES. 13 SECTION V CONTRACT 5.01 Contract Form A. Upon acceptance of bid, the contractor shall enter into a contract for this work as outlined by the City. See Attachment A, SAMPLE CONTRACT. SECTION VI CERTIFICATES OF INSURANCE 6.01 Contractor's Insurance A. The Contractor agrees to obtain and maintain through the term of the contract, all insurance as specified in the sample contract. SECTION VII PREVAILING WAGE 7.01 Prevailing Wage Law A. Prevailing Wage Law applies should the project costs of a location exceed $75,000. B Should the bid for the project specified herein exceed $75,000.00, the principal contractor and all subcontractors shall pay not less than the prevailing wage hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri, pursuant to Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, 1994 as amended. Should this bid exceed $75,000.00 Annual Wage Order 25 for Cole County may be located at: https://laborwebapps.mo.gov/DLS/PrevailingWage/AWO/25 W0026.adf C. Should the bid for the project specified herein exceed $75,000.00, all labor utilized in the completion of this project shall be paid a wage of no less than the prevailing hourly rate of wage for work of a similar character in this locality as established by the Department of Labor and Industrial Relations of the State of Missouri, as established by the Federal employment Standards of the Department of Labor. Contractor acknowledges that contractor knows the prevailing hourly rate of wages from the contents of the Wage Determination (Attachment B) in which the rate of wages is set forth. Contractor further agrees that he 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. A copy of the record shall be delivered to the City each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City, Ten Dollars ($10.00) 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 contractor or any subcontractor under contractor. 14 SECTION VIII ADDENDA AND MODIFICATION 8.01 Changes to Bid Documents A. Changes to contract documents prior to bidding will be by addendum issued by the City. Prospective bidder shall acknowledge receipt of all addenda on bid forms. SECTION IX SUMMARY OF WORK 9.01 Scope A. Type of Contract - Lump Sum B. Description - Work included in the contract for this project consists of furnishing all labor, materials, services, equipment, and appliances required in conjunction with or properly incidental to the work, as shown and described in specifications entitled Roof Replacement, Fire Station #1, 621 W. High Street, Jefferson City, Missouri. All work shall be performed in conformance with plans and specifications, addenda thereto, and any change orders that may be issued. C. Contractor's Duties 1. Except as specifically noted, provide and pay for (a) labor, materials and equipment, (b) tools, construction equipment, and machinery, ( c) water, heat and utilities required for construction, (d) other facilities and services necessary for proper execution and completion of work. 2. Secure and pay, as necessary, for the proper execution and completion of work, at time or receipt of bids, (a) permits, (b) government fees, (c) licenses. 3. Give required notices. 4. Comply with codes, ordinance, rules/regulations, orders and other legal requirements of public authorities which bear upon performance of work. 5. Enforce strict discipline and good order among employees. Do not employ (a) unfit person, (b) persons not skilled in assigned task. 9.02 Contracts A. Construct work under single lump sum contract. 9.03 Work by Subcontractors A. Not applicable 15 9.04 Owner Furnished Products A. None 9.05 Contractor Use of Premises A. Contractor will note that buildings will be occupied and in use during construction operations. Contractor will work closely with contracting party and their staff during the construction work. B. Any damage to existing property shall be repaired prior to final acceptance. SECTION X CONSTRUCTION FACILITIES AND UTILITIES 10.01 Latrines A. Contractor shall provide latrines for use of his employees unless provisions are made with the City prior to starting work. 10.02 Security A. Access to the roof surfaces will be limited to designated representative of City, workmen and representatives of contractor, and representatives of material manufacturer providing bond. Any individuals requesting permission to visit project site other than those mentioned shall request permission from the Fire Department. 10.03 Pedestrians A. Contractor will note that facilities will be occupied during construction. All trucks and vehicles shall be parked and loaded in identified areas agreed upon during preconstruction conference. Contractor will take special note that pedestrians are present and emergency vehicles will be operating at this location and will caution all workmen to use the utmost care during construction. SECTION XI HOIST EQUIPMENT 11.01 Hoist Equipment A. Roof top hoisting equipment shall be properly assembled and maintained. Only employees of the contractor that are thoroughly familiar with hoisting equipment shall operate such equipment. All such equipment shall be erected and supported so that it will not damage the existing deck or new roofing. B. In the event the contractor uses a crane, the contractor shall submit Certificates of I6 Insurance as required from the crane company prior to the erection of any cranes. The contractor shall also submit a brief history of the crane company, outlining the type of equipment and history this company has had in working on similar projects. The City has the option to reject the use of any crane company that does not appear to be adequately staffed or equipped to work on this project. SECTION XII CONTRACT CLOSEOUT 12.01 Warranties and Bonds A. Contractor's Guarantee - Upon completion of project, submit to the Office of the Purchasing Agent, a guarantee on the roofing contractor's business letterhead. The guarantee shall contain the following: (Contractor's letterhead) Re: Roof Replacement, Location The roof work which has just been completed is guaranteed for a period of twenty (20) years from the date of completion and final acceptance. The contractor will also agree, in writing, to make an inspection, with Owner's representative, no later than three (3) months prior to the expiration of this guarantee. All deficiencies noted at this inspection, or any other time during the guarantee period, will be repaired by the contractor at no cost to the Owner. The warranties to be assignable without charge if the intended use of the building remains similar and consistent with its usage at the commencement of the warranty. The contractor warrant that all work performed under this contract conforms to the contract requirements and is free from any defective material or workmanship performed by the contractor. Under this warranty, the contractor shall remedy, at his own expense, any such failure. Failure shall be defined as water leakage at any point within the building through the roofing system, its associated flashings, and sheet metal work. Failure shall also be defined as blistering, splitting, bitumen drippage, buckles or wrinkles, or slippage of the new roof membrane. The contractor will be required to make temporary repairs within forty-eight (48) hours of notice of roof failure. Upon completion of temporary repairs, the Contractor will repair the area of the roof affected by the failure to the original condition within a period of seven (7) days. By: Officer in Corporation Corporate Seal Notarized 12.02 Cleaning A. The contractor shall thoroughly clean the contractor's access areas of all trash, debris, dust, dirt, etc., upon completion of the contract. The contractor shall clean any stains on perimeter walls resulting from the contractor's work. Perimeter walls shall be cleaned to the satisfaction of the City. Replace any damaged landscaped areas surrounding the perimeter of the project to the complete satisfaction of the City. 17 B. To insure maximum safety, sanitation, and a reasonable neat appearance at all times, clean up of all materials and debris, if any, left over from the existing roof removal and the new roof construction at the close of each day, haul away material and debris from the site and dispose of, at contractor's expense, at an approved dump site. SECTION XIII SPECIFICATIONS Part I - General 13.01 Product Delivery, Storage and Handling A. Contractor shall store materials in accordance with material manufacturer's recommendations. B. All water sensitive products shall be protected from the elements at all times. C. Material shall be labeled for ready identification. Labels shall include name of manufacturer and name and number of the product. D. The contractor shall store only the material on the roof surface that can be used in one (1) day. E. The material stored on the roof surface shall be scattered over the roof deck to avoid damage to the structural roof system. Concentrated loads of high magnitude will not be permitted on the roof. F. The contractor shall use extreme care in transporting materials across the roof surface. The contractor may have to make temporary repairs to damaged areas of the existing roof where workmen have damaged areas of the existing roof transporting materials. G. The contractor shall furnish all required storage enclosures and safeguards. 13.02 Environmental Requirements A. Minimum Ambient Temperature for Application - Contractor shall not install any roofing material at temperatures below manufacturer's recommendation. It will be the contractor's responsibility to determine when weather conditions are acceptable for application of roofing products. 13. Contractor shall keep the building interior protected at all times from the elements. Part II - Specifications/Scope of Work 13.03 Roof Replacement, Fire Station #1, 621 W. High Street BASE BID 18 A. Remove the existing roof and insulation down to the existing vapor barrier on the metal decking. Mathematically fasten (fastening rate to meet the manufacturer's requirements for wind speed and greater than 10% wall opening) isocyanate roof insulation (ASTM C1289, Type II Class 1, 20 PSI) and set high density cover board (ASTM C518), equal to Firestone's 1/2" IsoGard and tapered crickets as shown on roof plan to provide positive drainage. All demolition materials shall be properly disposed of in an approved landfill. B. Roof insulation on the Engine Bay area shall be (1) layer 3 '/:" R value of 20.5. C. Roof insulation on the Living Quarters shall be (2) layers 2.5" R -value of 28.8. D. Fully adhere 60 mil EPDM equal to Firestone's 60 mil EPDM. Equal manufacturers are Carlisle or Versico. Other manufacturers shall be submitted with the bid for review during the bid evaluation period. E. Existing wall flashing shall be replaced with new membrane. F. Install product equal to Firestone's AnchorGard Platinum with 5 '/z: face (contractor to field verify size), 24 ga metal fascia cover, color to be selected by owner from manufacturer's standard color chart. G. Rework existing louver on south side of engine bay to remain water tight. H. Replace broken and missing roof drain parts. Replace existing plastic drain cover with new cast aluminum or cast-iron drain cover. 1. Roof top units shall be raised to meet manufacturer's requirements, at the expense of the general contractor. J. The Owner shall receive the manufacturer's 20 -year system warranty covering both labor and material for the length of the warranty covering wind speeds up to 72 miles per hour. ALTERNATE 1 A. List additional cost for manufacturer's standard 20 -year system warranty covering both labor and material for the length of the warranty covering wind speeds up to 100 MPH in lieu of the 72 MPH warranty. ALTERNATE 2 A. List additional cost to remove, properly dispose of, and replace the exhaust vent over the kitchen with a new unit that meets or exceeds current size, capacity and specifications of the current unit. Unit must be compliant with IBC/IFC regulations. Part III - Completion Time 13.04 All contractors must submit on the bid sheet, the completion time after signing the contract stated in the total number of days. This work shall be completed as quickly as possible, but not later than September 30, 2020. 19 Part 1V - Qualifications 13.05 All contractors shall submit their qualifications for this project. SECTION XIV ATTACHMENTS ATTACHMENT A — Sample Contract ATTACHMENT B — Prevailing Wage — Cole County ATTACHMENT C — Drawing 20 Attachment B Prevailing Wage Cole County Missouri Division of Labor Standards WAGE AND HOUR SECTION MICHAEL L PARSON. Governor Annual Wage Order No, 26 Section 028 COLE COUNTY In accordance with Section 290202 RSMo 2000. within thirty (30) days afar a certified copy of this Annual Wage Order has been Med arith the Seaefary of State as indicated below. any person who may be affected by this Annual Wage Order may object by fi;;tog an objection in triplicate with the Labor and Industrial Relations Commission. P.O. Box 599, Jefferson City. MO 85102- 0599. Such objections must set forth in vatting the specific grounds of objeceen. Each a1jectian shall certify that a copy has been furnished to the Division of Labor Standards. P.O. Box 449. Jefferson Cily. MO 05102-0440 pursuant to 8 CSR 20.5.910(1). A certified copy of the Annual Wage Order has been tiled with the Secretary of State of Missouri. Original Sided by Tay4or Burks. Director Division cf Labor Standards Filed With Secretary of State: March 8.2019 Last Date Objections May Be Fled: Arils 2019 Prep> d ny rmaaourl Deparbnant or bloat and macabre! Retffifons _______") _........) 27 13rRanaCakestrdlorr Rates far COLE Courter O0CFFAT1ON LTUItE 4Ca5eor Pewee Rade Knurly Rates Amaeas Waiter Ses.as Betlerneser W29' 8 telerycr 749A3 Carman' vase Latter Usagesrn Lino !Ailment Ric Mier Curtest Mason *4277 ReSteRf Carraraskiasliare hdtalc>t41 *EOM Ekes ttaa mete Wtesarn) 5526 EL-ski:tm Wilkie Limners 3a62111 Lineman Cperabr Liner= nee lamer enutrante -Trek Tenzer ECYa2Ir CCa9Jlietat ;NM' Grader 5W.75 treawtRC 556.M1 Laborer W.75 Omani Laborer' Rre Near-elraed Reck d Sera-Ceired Masan *24.27' Matte Mu= Mr rate Raster Tema* Wafter Tura® Maas Tib Elea= Tile Knishes ODeratlrp EMIttelEr W.54 Orme l Grace it Orosp IA Group El-fr. Ororp Iv Group V Palmar Naga Pioneer saL73 Rpe Rter Refer 546.97 Sheet Mete Water 567.34 iR411sr FIST $10.56 Tore Orfver S24.21T Ttu t Carnal Smite Dever Group I Grasp It Orap IH Groep IP 'Tho Qfhsion m Later Stenches meatend *nem 1.060 rrponstra ham as =Oka by RBMo 2P2.251,404 PuetcwmIs a resets p Paktum % I to smelfshed Cor 6e3► owpmeral tW wFrg ate prowdad tri 6llrabn Erratic Ramie* and tnbmeicfen [situ, tr emordxcs sett nes 20O2St2 'Vans.? rv.nsecaMoo NORVAL WMA OMER NO. 26 scala 28 Meas? COrbr:tlon Rates for COLE County OCCUPATIONAL TrTLE " Date of Ernxease Baste Floury Rates Carpenter 56237 MIIt rrl= PIM tier ElecWWClan (Outside Lineman) 4242O Lineman Operator Lineman -Tree Trtn per Groiourman Grow Wnan - Tree TiBnnier Laborer 513.08 General Labar6r Sined LLAOrer gperaArib Engineer 555.67 Group I Group 11 Group ru Croup Iv Truck Mar 512.541 Milt Control s+encce Omer Group I Group It GaOtrp la Group IV Sen 026 Use Hears Condrindimr Rates on F6gl4suy and Heavy tonWUGlion m accordance will are ctasalnrata ns or consaralan croft estabOshed tri 6 CUR 333D30131. Use B1dr1sag CansbtK6on Rales on Bilking construction Si accordance on ate classtfkatinna rd coastteCaon wort ear:Mashed in 8 CSR 38-3.60012). Ira worker Is perMcrae wort an a item COnst4cton pei ed witch an occonational Meerut is not Med mi trre Hem Conatructwr Rate Stied, use an rate Stu ttut accupat6Onal Ube as shown on the Baking Coratructon Rate Sheet. •Tre OhI5 on at tabor 31cn<dards secured less than 1.688 rraarlaate noun as =OM by Raw 2s02.57.4a7). Point works mntaetlny minimum lavage is esamisaea far 1514 onarnatimtal tale using 6>an prodded ay tas00un Eenaramk Resean7t and War stlan Center. h accordance atth RBMu :302572. " Anls r trvedenial increase ANNUAL WAGE ORDER NO. 26 3,54 29 OVERTIME and HOLIDAYS OVERTIME For all work performed on a Sunday or a hodFday. not less than twice (2x) the prevailing hourly rate of wages for work of a similar character in the locality in which the work is performed or the public works minimum wage. whichever is applicable. shall be paid to a9 workers employed by won behalf of any public body engaged in the construction of public works. exclusive of maintenance work. For all overtime work performed. not less than one and one-half (114) the pretraling hourly rate of vratnes for wok of a similar character irt the locality in which the rood is performed or the pubfic warts contracting minimum wage, whichever is app[icable. shall be paid to . _ workers emolayed by iron behalf of any pubffc body etxoaged in the construction of public works, exclusive of maintenance work or=gradual obligation. For purposes of this subdivision. "overtime work' shall include work that exceeds ten hours in one day and work in excess of tarty hours in one calendarweek; and A thirty -minute lunch period on each calendar day shall be allowed for each worker on a public works project. provided that such time shall nat be considered as time worked. HOLIDAYS January first: The last Monday in May. July fourth: The fest Monday in September: November eleventh; The fourth Thursday in November. and December twenty -frith: If any holiday tails on a Sunday. the following Monday shall be considered a ho5day. ANNUAL WAGE ORDER KO. 26 3/29 30 Attachment C Drawing X b ot\ n O 0 b 31 Section XV BID PACKET BID NO. 3104 ROOF REPLACEMENT FIRE STATION 1 JEFFERSON CITY, MO 65101 Bid Form Authority to Execute Compliance with Prevailing Wage Law Affidavit Anti -Collusion Statement Contractor's Qualifications/References Individuals Assigned to the Project Disadvantaged Business Utilization Commitment Federal Work Authorization Program Affidavit and MOU 32 SECTION XV FORMS FOR BIDDING Bidder shall submit two copies of all forms contained in this section in an unaltered format. Bids must be received in sealed envelopes with the bid number and subject indicated on the envelope, to the address located on the front of this bid no later than March 5, 2020. 15.01 Bid Form BID FORM I have received the documents entitled Roof Replacement, Multiple Locations, along with addenda number 1 and have included their provisions in the bid. I have examined the documents and sites thoroughly and submit the following bid. In submitting this bid, I agree (1) to hold my bid open for sixty (60) days; (2) to accept provisions of the specifications (3) to enter into and execute a contract, if awarded on the basis of this bid, and furnish guarantee bonds in accordance with specifications; (4) to complete the work in accordance with contract documents; and (5) to complete the work by the time stipulated in the supplementary conditions. Location: Fire Station 111, 621 West High Street Item Description Bid Amount Base Bid — Roof replacement as specified herein $103 ,103 . 00 Alternate 1 (in addition to base bid) List additional cost for manufacturer's standard 20 year system warranty covering both labor and material for the length of the warranty covering wind speeds up to 100 mph in lieu of the 72 mph warranty $ 2 , 5 0 0 . 0 0 Roofing system to be used Carlisle or Firestone Alternate 2 (in addition to base bid) List additional cost to replace existing exhaust vent over kitchen with new unit of same size, type, and quality of construction T&M Only Landfill for disposal of roofing and related materials JC Landfill Replacement exhaust vent: make and model N/A Need more info and Engineering List air capacity rating of exhaust unit bid N/A Days required to complete the project after contract signing 15 Working Days Earliest start date 4/6/2020 33 The undersigned bidder represents to the City and to other bidders that his base bid and the estimates 011 which it is based have been carefully checked and contain no errors and nothing has been omitted in determining the amount of the bid. This project shall be completed as quickly as possible, but no later than September 30, 2020. This bid is firm for the through 90 Days Discount for prompt payment on invoices only N/A% days. Discount will not be used for evaluation of bids. Do you represent a disadvantaged business? YES Do you represent a woman owned business? YES NO X NO X Are the products bid manufactured, produced or assembled in the United States? YES X NO NAME OF COMPANY Missouri Builders Service, Inc. AGENT AND TITLE Tont M. Caspari, President TELEPHONE 573-636-7733 DATE 573-636-7836 EMAIL ADDRESS jphillips@missouribuilders.net missouribuilders.net SIGNATURE OF BIDDER l t'tiw 641 Turin of Business: Sole Proprietorship _ Partnership XCorporation — Limited Liability Corporation 34 B � MISS+URI BUILDERS SERVICE, INC. S 3807 ROUTE CC • P.O. BOX 104205 • JEFFERSON CITY, MO. 65110-4205 PHONE — 573-636-7733 FAX — 573-636-7836 1, Naomi A. Klouzek herein above; that Tom M. Caspari certify that I am the secretary of the Corporation named as Bidder , who signed the foregoing contract on behalf of the Bidder was then President , of said corporation; that said proposal was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers. Signed corporate seal 35 15.04 Anti -Collusion Statement STATE OF Missouri COUNTY OF Cole ANTI -COLLUSION STATEMENT Tom M. Caspari sworn being first duly deposes and says that he is President of Missouri Builders Service. Inc. 'r1TLE OF PERSON SIGNING NAME OF BIDDER that all statements made and facts set out in the bid for the above project are true and correct; and that the bidder (the person, firm, association, or corporation making said bid) has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid of any contract which results from its acceptance. Affiant further certifies that bidder is not financially interested in, or financially affiliated with, any other bidder for the above project. Sworn to before me this (BY) 144-t (BY) 5th day of March My commission expires : 10/20/2020 . 20 20 . Notary Public NAOMI A. KLOUZEK Notary Public - Notary Seal State oI Missouri. Osage County Commission Number 12624514 My Commission Expires Oct 20. 2020 NAOMI A KtOU7Fe • • A(,jI. usage county Commission Number 12624514 My Commission Expires Oct 20 2n'79 37 15.05 Contractor's Qualifications/References CONTRACTORS QUALIFICATIONS/REFERENCES NAME OF COMPANY River City Construction ADDRESS 6640 American Setter Drive, Ashland, MO 65010 CONTACT PERSON TELEPHONE 573-657-7380 SERVICE DATE PROJECT NUMBER AND DESCRIPTION: Various NAME OF COMPANY Sircal Contracting ADDRESS 13'31 Monror St. Jefferson City, MO 65101 CONTACT PERSON Chris Hentges TELEPHONE 573-893-5977 SERVICE DATE PROJECT NUMBER AND DESCRIPTION: Various NAME OF COMPANY Nabholz ADDRESS 1707 E 123rd Terrace, Olathe, KS 66061 CONTACT PERSON Dale Brown TELEPHONE 913-286-3056 SERVICE DATE 2019 PROJECT NUMBER AND DESCRIPTION: Jefferson City High School Capital City High School 38 15.06 Individuals Assigned to the Project INDIVIDUALS ASSIGNED TO PROJECT List key personnel to be assigned to this project and their qualifications. Jeremiah Phillips; Project Manager SUBCONTRACTORS If the Bidder intends to use any subcontractors in the course of the construction, he shall list them: NONE 39 • Affidavit of Compliance with Section 285.525-285.550 RSMo For All Services in Excess of $5,000.00 State of Missouri ) Cole ) ss County of ) Before me, the undersigned Notary Public, in and for the County of State of Missouri , personally appeared Tom M. Caspari. Missouri Builders Service, a corporation Cole (name), name of company), (a corporation), (a partnership), (a solc proprietorship), a limited liability company) and is authorized to make this affidavit, and being duly sworn upon oath deposes and says as follows: (1) that said company is enrolled in and participates in a federal work authorization program with respect to the employees working in connection with the contracted services; and (2) that said company does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. The terms used in this affidavit shall have the meaning set forth in Section 285.500 RSMo., et seq. Documentation of participation in a federal work authorization program is attached to this affidavit. Signature ,�� Name Tom M. Caspari Subscribed and sworn to before me this 5th day of March , 2020 . My commission expires: 10/20/2020 am, a - Notary Public NAOMI A. KLOUZEK Notary Public - Notary Seal State of Missouri, Osage County Commission Number 12624514 My Commission Expires Oct 20. 2020 43 _Verify. Company ID Number. 174908 Ne KAM ti A SLLvi1•CaL Of 9NS Information Required for the E -Verify Program Information relating to your Company: Company Name: Missouri Builders Service, Inc. Company Facility Address: 3087 Route CC Jefferson City, MO 65109 Company Alternate Address: PO Box 104205 Jefferson City, MO 65110 County or Parish: COLE Employer Identification Number: 431532256 North American Industry Classification Systems Code: 238 Parent Company: Number of Employees: 20 to 99 Number of Sites Verified for: 1 Are you verifying for more than 1 site? if yes, please provide the number of sites verified for in each State: G MISSOURI 1 site(s) Page 12 of 131E -Verify MOU for EmployerlRevision Date 10/29/08 1.wvw.dhs.govlE-Verify EINCInstuance Companies. Document A310 - 2010 Bid Bond CONTRACTOR (Nome, legal status and address) Missouri Bidders Service. Inc. PO Box 104205 Jefferson City. MO 65110-42(}5 OWNER (Name, legal status and address) City of Jefferson 320 E McCarty St Room 202 Jefferson City. MO 65101 BOND AMOUNT: Five Per:ent of Bid (5% of Bid) SURETY: (Name, legal status and principal place of business) Employers Mutual Casualty Canipanyr PROJECT: (Name, location or address, and Project number, if any) P3104; Roof Replacement - Fire Sfarran 1.621 West lfsgh Street Thisdacument has important legal consequences. Consultation with an attomey is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided hereat. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, ar within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner In accordance with the terms of such bid, and gives such band or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Band has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 51% day of March. 2020 (Maness) Naomi ----J178° ers ngrpa!a (Seal) (Trfle) Tom M. Caspari Employers Mutual Casualty Company (rety) (Seal) Service, inc. (Title) Cariee Attorney -in -Fact of u uo This document conforms to the wording and provisions of the AIA A310-2010 bond form. P_O Box 712. Des Moines, town 54306-07 T2 /EMS INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that 1. Employers Hubei Casualty Company, an Iowa Ccrpartion 2_ ELK ASCO Insurance Company, an Iowa Corporation 3. Union Insurance Campany of Providence an tome Corporation 4. Illinois EIVICASCO frismance Company, an Iowa Corporaficn 5. Dakota Fre Insurrtce Company, a North Dakota Corp :Jr:. 6_ BIC Property & Casualty Company, an Iowa Corporation het eirufter referred to severally as "Company' and oiectiveiy as 'Companies", each does, by these presents, make, cc nstitr and appoint CARLEE JOHNSON it:, cru: and l ifil attrney-intact, with full power and ante* conf rod to sign seal. 2nd Execute the Psi Bowl Any and ATI Bonds and to find each Company thereby as Fahy and to the same extent as if such instruments were signed by the duly authcie d officers of each such Compaq, and all of the acts of seri attorney pursuant 1 the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Mornay is rratb and executed pursuant to and by the amity of the 3 ,wa-rg rcaorcrlicn of tie Boards of Directars of each of the C ipsies at he first regularly stdhedr dt d neem(' of each company duly canoed and t Ld m 1999: RESOLVED: The Rade:f nt and Chief 'Etna it re Officer, any We Predefit, the Treasurer and Me- Secretary of Employers Mutual Casualty Company shall have power ar ki arlf o ly to (1) appoint a reqs t and authorize tem 1 exp len on behalf of cacti Company and attach ala seal of tM Catnpa ! Ihmeb. bands and i dertaking;, ren noes, contra of Mena* and otier writings obigatary in the rim thereto; and (2) b remove any such atimney-inHact at any lime and revoke the paver and authority given to him or her. Attorneys -in -fact shaft have power and authority, subject to the tarns and Warms of the power-of-attnrney issued to thein, to Pranitn and deliver en behalf of the Compri, and t3 attach the seal of the Company thereto, bonds and taxtertakings. recagnizanoes, contracts of indernraty and other wirings chfigalory in the nature thereof, acrd any stxdt instrUMent execcte d by any soth rust shag be flay and it of res is»cirtn upon Me Company. Cet/Irv:Sion as to Me validity of my power-of-aterreyr aticreed herein orade by an aloe - of Employers RAW Cat ty Company doll be fully and in respects liming upon this Campari}'- The facsimile or mechanic* reproduced signature of such oar. whether math heretofore or hefeafter, *breve- afpe3ri<ha a :n a certified copy deny pas"sr oluffomey of the Company, shalt be valid and binning upon he Canpary with lie same face and Effect as though reamer/ affned_ IN WITNESS THEREOF, be ComFd les tete mused these presents to be soared for d.cti ty their opts as shown, and the Corporate seat to be hereto aged Itit 1st tray of July , 2018 - ,gA . .' _ate '.r: E.,_3 1� sa=ni_ -K: 1A. =Yom ..,... 4 s• Cris = ~ SEAL -I' SEAL =R_ KATTHY'WVERIDGE Cannitutcrt Number 7130151 MryCamredlu;en FyhPrs Ocog: ser 10, 2022 Bruce G. they, E,'L(?, Cir - of Companies 2, 3, d. 5 & 6; President Crnfpanies 1, 2 & 6; Treas ser of Comperes 1.2.3, 4 & 6 Todd Strother Senior We Prod Ort this 1st day of .Tiny2018 t,eMaE me a /Mary y bland fur ha State of Iowa, pers❑reliy appeared Bruce OE Keley arcf Todd Strother, who, being by me drily Brom, dot say ter. they are, and are lawn tri ore b be the CEO. Chekrren. Presifarrd Treasiaer, abler Sericr Vice President, reectively. of each d the Canpar above; tat seas Axed b &Us it>;x ra:oat%are the s 1s of said corporations-, that. said ii3ttur.ent was signed arm sedation beteg of each of the Coniparis by authority of their respective Boards of Director s and Olathe said Bruce a Kees.; and Todd Srrothr, su h c4i cors, actmaidedged the executorial said i sk rnerit to be ter voluntary rLaty act and dem, and the rrlkalaryact and deed deadh ofthe Carnparies. 6'y Commission Expires. October 10, M. tlo wry la.b r� in and lir tte Sty o:a CERTIFICATE 1, Janes D_ Clough. We Pr oil of the Companies. do hereby ceilily that the fcaegarig reotu lien dt#he Boards of Diectas by each d the Crnpanies, and tis Passer of Mornay issued pursuant thereto on 1st Clay of July , 2018 , are trite and correct and are sta in MI lace and effect In Testirncorry Whereof [have subscribed tray name and affixed the facsimile seal of each Company this BZh day of Match , 2020 [ % /cc"( 18 President 7864 (9-19) 600T15917670 955 A 000000-00 "For verh"HcaIort of the authenticity of the Power of Attorney you may call (515) 345-2889_" Snit. /EMC Insurance Companies Document A312 - 2010. Performance Bond CONTRACTOR: (Name, legal status and address) Missouri Builders Service, Inc P t5 Boat 104205 Jefferson City. MO 65110-4205 OWNER: (Name, legal status and address) City of Jefferson 320 E McGarly St.. Room 202 Jefferson City, MO 65101 CONSTRUCTION CONTRACT Date: 4120;2020 Amount: $105:603 DO SURETY: (Name, legal status and principal ploce of business) Employers Mutual Casualty Company Description: P3104: Roof Reptacemenl • Fee Stators 1, 621 West High Street (Name and location) BOND Date: 4r20i2020 (Not earlier than Construction Contract Oate) Amount: 5105.603.00 Modifications to this Bond: None GJSee Section 16 CONTRACTOR AS PRINCIPAL Connpany: Missoun Builders Service, Inc. Signature: Bona No S017173 This document has important legal consequences. Consultation with an attorney is encouraged with respect to its rnnrpietair nr modification Any singular reference to Contractor, Surety, Owner to nthei party shall be considered plural where applicable the Lineament A112 2010 cnmhines two separate bands, a Performance flood and a Payment bond,. into one farm. This n not a s-nglreombrned Performance and Payment Oci SURETY (Corporate Company: Ernps,yers Mutual Casually Ccrnlurny (Corporate Seal) 4 Name tam M Caspar, And Title: President Signature: Seal) Name Heather Barnett And Title: Atlomey-in-Fact (Any additional signatures appear on the last page of this Performance Band.) (FOR INFORMATION ONLY - Nome, address and telephone) AGENT or BROKER: Brier Payne Meade Insurance, Inc 10540 Marty St, Ste 160 Overland Park, KS 66212 OWNER'S REPRESENTATIVE: Architect. Engineer or other party:) Document A312 . 2010 061110 1 Init. § 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. §2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Section 3. § 3 If there is no Owner Default under the Construction Contract, the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor and Surety to discuss the Contractor's performance. If the Owner does not request a conference, the Surety may, within five (5) business days after receipt of the Owner's notice, request such a conference. If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10) business days of the Surety's receipt of the Owner's notice. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. § 4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. § 5 When the Owner has satisfied the conditions of Section 3, the Surety shall promptly and at the Surety's expense take one of the following actions: § 5.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; §5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors; §5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or § 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or .2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. §6 if the Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Section 5.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. Document A312 - 2010 2 Init. § 7 If the Surety elects to act under Section 5.1, 5.2 or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication, for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal, design professional and delay costs resulting from the Contractor's default, and resulting from the actions or failure to act of the Surety under Section 5; and .3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. § 8 If the Surety elects to act under Section 5.1, 5.3 or 5.4, the Surety's liability is limited to the amount of this Bond. § 9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors and assigns. § 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. § 11 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. § 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 14 Definitions § 14.1 Balance of the Contract Price, The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. § 14.2 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. § 14.3 Contractor Default. Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract. § 14.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 14.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. § 15 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. Document A312 • 2010 3 Init. § 16 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL. SURETY Company: (Corporate Seal) Company: Signature: Signature: (Corporate Seal) Name and Title: Name and Title: Address Address Document A312 • 2010 This document conforms to the wording and provisions of the AIA A312-2010 4 Init. NEMC Insurance Companies Document A312 - 2010 Payment Bond CONTRACTOR: (Mame, legal status and address) Missoun Builders Servrx. Inc P 0 OCR 104205 Jefferson City. MO G5110.1205 OWNER: (Name, legal status and address) City of Jefferson 320 E. McCarty Si Room 202 Jefferson City, MO 65101 CONSTRUCTION CONTRACT Date: ar201202U Amount: 5105.603 00 SURETY: (Name, legal status and principal place of business) Employers Mulual Casually Company DeStS ription: P3104 Root Replacement (Name and location) BONO Date:4/20.102U (Not earlier than Construction Contract Date) Amount: $105.603 00 Modifications tO this Bond: Vi None CONTRACTOR AS PRINCIPAL Fire Station 1.621 West High SIreel U See Section 18 COmpany:Missouri BuiIc4 rs Sunned Inc (Corporate Seal) Signature Tam fat Gaspers President (Any additional signatures appear an rhe fast page of this Payment Band.) Name Al1 J Title: SURETY This document has Impel/ant legal ror.sequenre; Consellat.on with an attorney is encouraged with respect 10 its completfen ur madificatien. Arno singular reference to Conirartor, Swett', Owner u; other party shall be considered plural where apple able ' fu• Lin( u eM tl A17...1010 rembrnns two Parole bonds, a Performance Bond and a Payment ttond, into one tarm. This is net a single rambrned Per/Menem. end Payment knot Campany:Emytoyers Mulurd cmaniIiy Carrpar.y (t.nrpornte Sea0 Signature: _ Name Heather Barnolt And Title: Attorney-in-I-ar:I (FOR INFORMATION ONLY Name, address and telephone) AGENT or BROKER: Boor Payne Meade Insurance, Inc 10540 Marty SI Sin 160 • Overland Park. KS !illi' 12 U'orr„rnnre A312 2010 OWNER'S REPRESENTATIVE: (Architect, Engineer or other party) 061110 5 In it. § 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms. §2 If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. § 3 If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. § 4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety's expense defend, indemnify and hold harmless the Owner against a duly tendered claim, demand, lien or suit. § 5 The Surety's obligations to a Claimant under this Bond shall arise after the following: § 5.1 Claimants, who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim: and .2 have sent a Claim to the Surety (at the address described in Section 13). §5.2 Claimants, who are employed by or have a direct contract with the Contractor, have sent a Claim to the Surety (at the address described in Section 13). §6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. § 7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2, whichever is applicable, the Surety shall promptly and at the Surety's expense take the following actions: § 7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and § 7.2 Pay or arrange for payment of any undisputed amounts. § 7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Section 7.1 or Section 7.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. § 8 The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. § 9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. Document A312 - 2010 6 Init. § 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond. § 11 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. § 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 13 Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. § 14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. § 16 Definitions § 16.1 Claim. A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done, or materials of equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was furnished for use in the performance of the Construction Contract; .4 a brief description of the labor, materials or equipment furnished; .5 the date an which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Contraction Contract: .6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant; and .8 the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the date of the Claim. § 16.2 Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may asserted in the jurisdiction where the labor, materials or equipment were furnished. § 16.3 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. Document A312 - 2010 7 Init. § 16.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 16.5 Contract Documents, All the documents that comprise the agreement between the Owner and Contractor. § 17 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. § 18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: Signature: Signature: (Corporate Seal) Name and Title: Name and Title: Address Address Document A312 - 2010 This document conforms to the wording and provisions of the AIA A312-2010 bond form. 8 P.O. Box 712 • Des Moines, Iowa 50306-0712 /EMC INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company. an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation hereinafter referred to severalty as "Company" and collectively as "Companies". each does, by these presents. make, constitute and appoint: HEATHER BARNETT its true and lawful attorney -in -tact, with full power and authority conferred to sign, seal, and execute the following Surety Bond(s): Surety Bond Number S017173 Principal: Missouri Builders Service, Inc. Obligee: City of Jefferson 320 E. McCarty St_, Room 202 Jefferson City, MO 65101 and to bind each Company thereby as fully and to the same extent as it such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Power-ot-Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint atlomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney-in-fact at any time and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power-of-attorney issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in-fact shall be fully and in at respects binding upon the Company. Certification as to the validity of any power-of-attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power-of-attorney of the Company. shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THER EOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to • : hereto affixed this 30th day of March 2020 Seals �p NSu „a,,, h- • is SEAL -w :1863 IOWA ._._0" r467014,,,,.V.... � uRM .worry' ,:; , - .• "4;.. Nt E. SEAL . SEAL • .• F fir SEAL 4. �KATHY LOVERIDGE F Comminian timber 70J769 wOctaber lQ Expires pes att R. Jean, of Company 1; & CEO of Com P e ident & CEO heirman, President nies 2. 3, 4, 5 & 6 e/ �1 . Todd Strother, Executive Vice President Chief Legal Officer & Secretary of Companies 1, 2, 3, 4. 5 & 6 On this 30th day of March 2020 before mea Notary Public in and for the State of lowa, personally appeared Scott R. Jean and Todd Strother, who, being by me duly swam, did say that they are, and are known to me to be the CEO, Chairman, President, Executive Vice President, Chief Legal Officer andfor Secretary, respectively, of each of the Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Scott R. Jean and Todd Strother, as such officers, acknowledged the execution of said instrument to be their voluntary act and deed, and the voluntary act and deed of each of the Companies. My Commission Expires October 10, 2022. Notary Pubg in and for the State ofllowa CERTIFICATE I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attomey issued pursuant thereto on 30th day of March , 2020 . are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 20th day of 2020 Vice President