Loading...
HomeMy WebLinkAboutRes.2729.11-05-2012BILL NO. 12-169 RESOLUTION NO. 02-74;? / A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH KIEFNER BROTHERS CONSTRUCTION, INC., FOR THE CITY HALL BRICK RENOVATION PROJECT, IN THE CITY OF CAPE GIRARDEAU, MISSOURI BE IT RESOLVED BY THE COUNCIL OF THE CITY OF CAPE GIRARDEAU, MISSOURI, AS FOLLOWS: ARTICLE 1. The City Manager, for and on behalf of the City of Cape Girardeau, Missouri, is hereby authorized to execute an Agreement with Kiefner Brothers Construction, Inc., for the City Hall Brick Renovation Project, in the City of Cape Girardeau, Missouri. A copy of said Agreement is attached to this Resolution and made a part hereof. PASSED AND ADOPTED THIS V DAY OF QJ { 2012. Harry E. 4zedifer, Mayor CITY OF CAPE GIRARDEAU CITY HALL BRICK RENOVATION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the day of in the year 2012 by and between the City of Cape Girardeau, Missouri (hereinafter called OWNER) and Kiefner Brothers, Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The work to be performed under these Contract Documents consists of three separate projects at City Hall: Southwest Entrance at Municipal Court: removing and reinstalling existing rowlock edge brick, and providing new flashing at the entrance porch and the adjoining ramp. Improvements will require removing and reinstalling existing columns at the porch, while providing appropriate shims and shoring for the porch roof, and may require removing and reinstalling the existing guardrail at the porch and ramp. Northwest Entrance at Municipal Court: installing new brick on the east side of the stairs, providing brick accessories such as ties, weeps, etc, as necessary for a complete installation; Chimney on south side of building: reducing chimney height and providing the modifications to the flue, and tuckpointing existing chimney as required and all other appurtenances as specified in the bid documents for the City of Cape Girardeau, Missouri. Landscaping materials shall be returned to original condition prior to final completion. Article 2. ENGINEER. The City Engineer or his designee is to act as OWNER'S representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIMES. 3.1 The work will be substantially completed within One hundred eighty (1 801 calendar days A-1 days after the date when the Contract Times commence to run as provided in paragraph 2.3 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions within two hundred ten (210) days after the date when the Contract Times commence to run. 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving the actual loss suffered by OWNER if the Work is not competed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER 475 for each day that expires after the time specified in paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the time specified in paragraph 3.1 for completion and readiness for final payment or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER 475 for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. Article 4. CONTRACT PRICE. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to paragraphs 4.1 and 4.2 below: 4.2 for all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in the bidding documents. TOTAL OF ALL UNIT PRICES; Seventy-six thousand nine hundred ninety-five dollars and zero cents ($ 76,995.00 ) As provided in paragraph 11.9 of the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classification are to be made by ENGINEER as provided in paragraph 9.10 of the General Conditions. Unit prices have been computed as provided in paragraph 11.9.2 of the General Conditions. Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1 Progress payments; Retainage. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR'S Application for Payment as recommended by ENGINEER, on or about the 10th day of each month during construction as as provided in paragraphs 5.1.1 and 5.1.2 below. All such payments will be measured by the schedule of values established in paragraph 2.9 of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 5.1.1 Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of Work completed (with the balance being retainage). If Work has been 50% completed as determined by ENGINEER, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER, on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed, in which case, the remaining progress payments prior to Substantial Completion will be an amount equal to 100% of the Work completed. 90% (with the balance being retainage) of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentations satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions). 5.1.2 Upon Substantial Completion, in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price (with the balance being retainage), less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. Article 6. INTEREST. All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the maximum rate allowed by law at the place of the Project. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into the Agreement, CONTRACTOR makes the following representations: 7.1 CONTRACTOR has examined and carefully studied the Contract Documents (including the Addenda listed in paragraph 8) and the other related data identified in the Bidding Documents, including "technical data". A-3 T2 CONTRACTOR has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishing of the Work. 7.3 CONTRACTOR is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work. 7.4 CONTRACTOR has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified. CONTRACTOR acknowledges that such reports and drawings are not Contract Documents and may not be complete for CONTRACTOR'S purposes. CONTRACTOR acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the site. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all such additional supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto. CONTRACTOR does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents. 7.5 CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the site that relates to the Work as indicated in the Contract Documents. 7.6 CONTRACTOR has correlated the information known to CONTRACTOR, information and observation obtained from visits to the site, reports and drawings identified in the Contract documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. 7.7 CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that CONTRACTOR has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Article 8. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1 This Agreement (pages _ to _ inclusive). iM1 8.2 Exhibits to this Agreement (pages BF- to BF- , inclusive). 8.3 Performance, Payment, and other Bonds, identified as exhibits _ and consisting of pages. 8.4 Notice to Proceed. 8.5 General Conditions (pages 1 to 55 , inclusive). (EJCDC No. 1910-8 1990 Edition) 8.6 Supplementary Conditions (pages SCA to SC- 5 , inclusive). 8.7 Specifications bearing the title 04 2000 UNIT MASONRY. 8.8 Drawings. a. Sheet 1: b. Sheet 2: c. Sheet 3: d. Sheet 4: Southwest Entry Plan Sections Chimney Detail Guard Rail 8.9 Addenda numbers 1 to 1 , inclusive. 8.10 CONTRACTOR'S Bid (pages BF -1 to BF -8 , inclusive) marked exhibit A . 8.11 Pursuant to 285.530 R.S. Mo, the contractor must affirm its enrollment and participation in a federal work authorization program with respect to the employees proposed to work in connection with the services requested herein by 1) submitting a completed, notarized copy of AFFIDAVIT OF WORK AUTHORIZATION and 2) providing documentation affirming the bidder's enrollment and participation in a federal work authorization program with respect to the employees proposed to work in connection with the services requested herein. 8.12 Documentation submitted by CONTRACTOR prior to Notice of Award (pages —to inclusive). 8.13 The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying or supplementing the Contract Documents pursuantto paragraphs 3.5 and 3.6 of the General Conditions. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in the Article 8. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. FAW Article 9. MISCELLANEOUS. 9.1 Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 9.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 9.4 Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 9.5 Pursuant to 292.675, R.S. Mo, the contractor is informed that all contractors or subcontractors doing work on this project to provide, and require its on-site employees to complete, a ten (10) hour course in construction safety and health approved by the Occupational Safety and Health Administration ("OSHA") orsimilar program approved bythe Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program. The training must be completed within sixty (60) days of the date work on the project commences. On-site employees found on the worksite without documentation of the required training shall have twenty (20) days to produce such documentation. 9.6 The General Contractor shall provide to the City of Cape Girardeau City Engineer's Office weekly certified payrolls from the General Contractor and all Subcontractors during the course of the project. These must be provided on a weekly basis; if no work was done, then a payroll stating "No Work Done" must be submitted. l IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed the Agreement in multiple copies, One counterpart each has been delivered to CONTRACTOR and ENGINEER and two counterparts to the OWNER. All portions of the Contract Documents have been signed, initialed or identified by OWNER and CONTRACTOR or identified by ENGINEER on their behalf. This Agreement will be effective on Effective Date of the Agreement). OWNER City of Cape Girardeau Scott Meyer, City Manager Bv: [CORPORATE SEAL] Attest Address for giving notices 401 Independence Street Cape Girardeau, MO 63703 (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement. 20_ (which is the CONTRACTOR Kiefner Brothers, Inc. By: [CORPORATE SEAL] Attest Address for giving notices 1459 N. Kingshighway Cape Girardeau, MO 63701 License No. Agent for service of process: (If CONTRACTOR is corporation, attach evidence of authority to sign.) A-7 E" 151T A CITY OF CAPE GIRARDEAU CITY HALL BRICK RENOVATION BID FORM (EJCDC 1910-18) (1990) PROJECT IDENTIFICATION: improvement consists of three separate projects at City Hail: 1. Southwest Entrance at Municipal Court: removing and reinstalling existing rowlock edge brick, and providing new flashing at the entrance porch and the adjoining ramp. Improvements will require removing and reinstalling existing columns at the porch, while providing appropriate shims and shoring for the porch roof, and may require removing and reinstalling the existing guardrail at the porch and ramp. 2. Northwest Entrance at Municipal Court: installing new brick on the east side of the stairs, providing brick accessories such as ties, weeps, etc. as necessary for a complete installation; 3. Chimney on south side of building: reducing chimney height and providing the modifications to the flue, and tuckpointing existing chimney as required and all other appurtenances as specified in the bid documents for the City of Cape Girardeau, Missouri. Landscaping materials shall be returned to original condition prior to final completion. THIS BID IS SUBMITTED TO CITY OF CAPE GIRARDEAU, MO 401 INDEPENDENCE STREET CAPE GIRARDEAU, MO 63703 1. The undersigned BIDDER proposes and agrees, if the Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Bid Times indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for sixty days after the day of Bid opening. BIDDER will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen days after the date of OWNER'S notice of Award. 3. in submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: BF -1 (a) BIDDER has examined and carefully studied the Bidding Documents and the following: Addenda, receipt of all which is hereby acknowledged: (List Addenda by Addendum Number and Date) Addendum No. I October 23, 2012 (b) BIDDER has visited the site and become familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance and furnishing of the Work; (c) BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work. (d) BIDDER has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified. BIDDER acknowledges that such reports and drawings are not Contract Documents and may not be complete for BIDDER'S purposes. BIDDER acknowledges that OWNER and Engineer do not assume responsibility for accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by BIDDER and safety precautions and programs incident thereto. BIDDER does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. (e) BIDDER is aware of the general nature of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. (f) BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and data with the Contract Documents. BF -2 (g) BIDDER has given Engineer written notice of all conflicts, errors, ambiguities or discrepancies that BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER, and the Contract Documents are generally sufficient to Indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. (h) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (i) Pursuant to 285.530 RSMo, the bidder must affirm its enrollment and participation in a federal work authorization program with respect to the employees proposed to work in connection with the services requested herein by submitting a completed, notarized copy of AFFIDAVIT OF WORK AUTHORIZATION and providing documentation affirming the bidder's enrollment and participation in a federal work authorization program with respect to the employees proposed to work in connection with the services requested herein. • http://www.uscis.gov/portal/site/uscis Q) Bidders are informed that the Project is subject to the requirements of Section 292.675, R.S. Mo, which requires all contractors or subcontractors doing work on the Project to provide, and require its on-site employees to complete, a ten (10) hour course in construction safety and health approved by the Occupational Safety and Health Administration ("OSHA") or similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program. The training must be completed within sixty (60) days of the date work on the Project commences. On-site employees found on the worksite without documentation of the required training shall have twenty (20) days to produce such documentation. 4. BIDDER will complete the Work in accordance with the Contract Documents for the following price(s): BF -3 5. BIDDER agrees that the Work will be substantially complete within one hundred eighty days 180 calendar days after the date when the Contract Times commences to run as provided in paragraph 23 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions within two hundred ten days f210) calendar days after the date when the Contract Times commences to run. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 6. The following documents are attached to and made a condition of this Bid: (a) Required Bid Security in the form of bid bond or cashiers check. (b) Exhibit Affidavit of Work Authorization (c) The E -Verify Program for Unemployment Verification Memorandum of Understanding htto://www.uscis.gov/files/nativedocuments/MOU pdf (d) Exhibit Affidavit of OSHA Training (e) Certification Regarding Debarment, Suspension and Other Responsibility Matters 7, Bidder agrees to submit the following documents within three (3) business days after the opening of Bids if. requested: (a) BIDDER'S Qualification Statement with supporting data. 8. Communications concerning this Bid shall be addressed to: Name Phillip Kiefner 1459 North Kingshighway Address Cape Girardeau, No 63701 (a) Performance and Payment Bonding Company Name The Cincinnati Insurance Company Address CincBinn W132H 4525Q-5496 Agent\Power of Attorney Name (if used) Lakenan Insuraneg Agency P 0 Sox 407 Address Ste, Geneveive, X0 63670 B F-5 9. Terms used in the Bid which are defined in the General conditions or Instructions will have the meanings indicated in the General Conditions or Instructions. SUBMITTED On October 31st , 20 12 . State Contractor License No. 132671 IF BIDDER is: An Individual By (individual's Name) doing business as Business address: Phone No.: A Partnership By (SEAL) (Firm Name) (General Partner) Business address: Phone No.: A Corporation By of Incorporation) M of Person Authorized to Sign) (Corporate Seal) Attest I / Business address: 1459 N xingshiahwav Cane Girardeau, MO 63701 L, Phone No.: 573-334-0707 Date of Qualification to do business is November 19, 1968 date of incororation as "Xiefner Brothers, Inc.' 1945 to 1968 as a partnership, Kiefner Brothers. A Joint Venture BY (Address) 0 (Address) Phone Number and Address for receipt of official communications: Kiefner Brothers, Inc. 1459 North Kingshighway Cane Girardeau, MO 63701 573-334-0707 (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) BF -7 BREAKDOWN OF WORK FORCE (Required): The Contractor shall be registered with the Missouri Secretary of State in order to work on this project. BIDDER hereby states that he will perform the following items of work directly without employment of subcontractors: Kiefner Brothers, INc. shall perform all work associated with supervision housekeeping demolition shoring, columns and railings. Note: demolition of chimney will be performed by our masonry subcontractor. It is anticipated that the following subcontractors will be employed for work on this project: *SUBCONTRACTORS: (Name of Company) (Type of Work) Foeste Masonry, Inc. Masonry Langford Mechanical & Sheet Metal, Inc. Chimeny liner & cap * All subcontractors shall be registered with the Missouri Secretaryof State in order to work on this project. UNIT PRICE BID NO ITEM UNIT EST. QTY. 1.00 UNIT TOTAL PRICE EST. PRICE $ 13,600 $ 13,600 110.00 Southwest Entrance $ 1. Removal of existing masonry, LS $ masonry accessories, columns, 70.00 $ 52.75 guard ralls and shoring of existing 3692.50 110.00 roof. $ 2. New masonry flashing LF 3. Reuse existing masonry LS 4. New masonry to match existing SF 5. New -railing LF 6. New column EA Northwest Entrance 1. Provide new masonry and LS appropriate masonry accessories Chimney 1. Reduce chimney height and provide LS appropriate flue modifications 2. Tuckpoinfing LS TOTAL BID FOR ALL UNIT PRICES 1.00 UNIT TOTAL PRICE EST. PRICE $ 13,600 $ 13,600 110.00 $6.50 $ 715.' 1.00 $4,150_ $ 4,150 70.00 $ 52.75 $ 3692.50 110.00 $ 78.25 $ 8,607.50 5.00 $ 676 $ 3,380 1.00 $ 2,300 $ 2,300 1.00 $ 38,900 $ 38,900 1.00 $ 1,650 $ 1,650 $ 76,995.00 Seventy—six thousand, nine hundred, ninety—five dollars (Written figure) (Total bid amount is to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. In case of error in extension, the unit and lump sum prices under each Pay Item will be considered correct, and these sums when properly extended, shall constitute the Bid.) Unit Prices have been computed in accordance with paragraph 11.9.2 of the General Conditions. BIDDER acknowledges that quantities are not guaranteed and final payment will be based on actual quantities determined as provided in the Contract Documents. BF4 Addendum #1 ,CITY Of CAPE GIRARDEAU .DEV ELO pMENT SERVICES CITY HALL BRICK RENOVATION ADDENDUM #1 October 23, 2012 The following revisions have been made to the above named Contract Documents: Revision to Project Manual: 1. BID FORM page BF -4 Revised to include estimated quantities. Quantities maybe adjusted by change order. Revision to Drawings: 1. Refer to attachment, page 5 of 5, for guardrail section. Clarification: 1. Please provide unit prices for columns with the following specifications: 10" diameter, approximately 9'-0" tall, round, fluted fiberglass with Tuscan style capital and base. Manufacturer: Tumcraft, Pacific Columns, Milton Classics, HB&G, or approved equal. 2. Area of brick to be replaced at the Northwest Entrance is approximately 35 square feet. 3. Contractor may utilize the City Hall restrooms in lieu of providing a Porta -Potty. 4.. Contractor staging area is the grass area to the east of the generator, on the south side of the parking lot. All quantities should be bid using the Revised Bid Form Page BF -4. This addendum must be signed and attached to your Bid Documents. Date 10-30-12 Phillip Kie'ner 401 Independence Street, Cape Girardeau, MO 63703 P: 573.339.6327 F: 573.339.6303 (Written figure) k Uldl Ulu tU l luulit IS lU uC. Jl IVYVII 111 UVUI VVVIVQ QllV IlaVlco. u• v - v, v...... v,+..•. w� I -'- amount shown in words will govern. In case of error in extension, the unit and lump sum prices under each Pay Item will be considered correct, and these sums when properly extended, shall constitute the Bid.) Unit Prices have been computed in accordance with paragraph 11.9,2 of the General Conditions. BIDDER acknowledges that quantities are not guaranteed and final paymentwill be based on actual quantities determined as provided in the Contract Documents. BF -4 Addendum #1 UNIT PRICE BID NO ITEM UNIT EST. UNIT TOTAL QTY. PRICE EST. PRICE Southwest Entrance 1. Removal of existing masonry, LS 1.00 $ $ masonry accessories, columns, guard rails and shoring of existing roof. 2, New masonry flashing LF 110.00 $ $ 3. Reuse existing masonry LS 1.00 $ $ 4. New masonry to match existing SF 70.00 $ $ 5. New railing LF 110.00 $ $. 6. Newcolumn EA 5.06 $ $ Northwest Entrance 1. Provide new masonry and LS 1.00 $ $ appropriate masonry accessories Chimney 1. Reduce chimney height and provide LS 1.00 $ $ appropriate flue modifications 2. Tuckpointing LS 1.00 $ $ TOTAL BID FOR ALL UNIT PRICES $ (Written figure) k Uldl Ulu tU l luulit IS lU uC. Jl IVYVII 111 UVUI VVVIVQ QllV IlaVlco. u• v - v, v...... v,+..•. w� I -'- amount shown in words will govern. In case of error in extension, the unit and lump sum prices under each Pay Item will be considered correct, and these sums when properly extended, shall constitute the Bid.) Unit Prices have been computed in accordance with paragraph 11.9,2 of the General Conditions. BIDDER acknowledges that quantities are not guaranteed and final paymentwill be based on actual quantities determined as provided in the Contract Documents. BF -4 Addendum #1