Loading...
HomeMy Public PortalAboutORD13575 BILL NO. 2003-49 SPONSORED BY COUNCILMAN Ferguson ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE= AN AGREEMENT WITH STOKES ELECTRIC CO. FOR ELECTRICAL SERVICES, WHEREAS, Stokes Electric Co. has become the apparent lowest and best bidder on the Electrical Services project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1 . The bid of Stokes Electric Co. is declared to be the lowest and best bid and is hereby accepted. Section 2.The Mayor and City Clerk are hereby authorized to execute an agreement with Stokes Electric Co. for Electrical Services. 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 small be in full force and effect from and after the date of its passage and approval. Passed: Z,;./" Approved:. ,Presiding Officer Mayor ATTEST: APPROVE=D AS TO FORM: Oy CIA Cit y tounselor I s � )Ie( , y- CITY OF JEFFERSON ELECTRICAL .SER VICES A CREEME NT 11HIS AGREEMEN I made and entered this 1_.11 day ol'.luly, 2003,by and between the City of,lefferso n,Missouri, a municipal corporation, hereinafter referred to as "City,"and Stokes Flectric Company, itic., hereinafter referred to as"Contractor." WHEREAS,the City of Jefferson,MIS50111'i, is desirous of obtaining electrical service,repairs,replacement or related work on all City electrical systems including buildings, athletic field lighting, outdoor park filcilities, twenty-three sanitary sewer pump stations and (lie Water Pollution Control Plant, and WHEREAS,Contractor is willing to enter into this Agrectilent with respect to his ennploynlent and services upon the terms and conditions herein set forth. NOW, THEREFORE, be it agreed as follows: 1. Scope of Services. The work ofthis agreenient consists ofthe perlilrnlance ofnuthorized electrical work ('or the City of.lefferson. Work required may involve set-vice, repairs, replace►nent or related work on all City electrical systems which include buildings,athletic field lighting,outdoor park facilities,twenty-three(23)sanitary sewer pump stations and the Water Pollution Control Plant. 2. Contract Period, 'Phis contract shall be in effect from.lily 1,2003 throu(I.,h.tune 30, 2004. With the consent of both parties,the contract tllay be extended Ills two (2) additional one(1) year periods. 03. Contract Amount The amount of'the contract shall not exceed'twenty-light Thousand()lie i lundred E'igllty-Two Dollars and Sixty-Five Cents ($28,182.65) per year. 4. moment. Payment shall be made to Contactor by City on a nionthly basis following the submission by Contractor of all iternized, detailed statement of services rendered which shall he presentcd to the Finance Department of the City no later than the fifth (5tl') day of the month following rendition ofthe services. 5. Indemnity. 'to the fullest extent permitted by law, the Contractor will indenulify and hold harmless the City. its elected and appointed officials, eniployees, and agents from and against any and all clauns, damages, losses, and expenses including attorneys' t'ces arising.;out of or resulting from the performance of the work, provided that any such claim, damage, loss or cxpc;nse(1) is attributable to bodily injury, sickness, disease, or death,or to injury to or destruction of tangible property (other than the Wort: itself) including; the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent let or omission of contactor, any subcontractor, anyone directly of indircel ly employed by any of then)or anyone for whose acts illy of(helll 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. I l Xontract Files'sn vice'stA n electncT lect ncal Sea ices:no l,wMl 6. Rcs onsc 'Lhnc. Some repairs under this contract are of an emergency nature. Contractor shall respond within a two(2) hour period to any and all service requests pertaining to the sanitary sewer system or other requests which are designated its emergency repairs. Contractor shall have it licensed electrician on call twenty-iour(24)hours per day, seven (7)days per week throughout the contract period. For those repairs designated as non-emergency, Contractor shall be required to return the request fir service call within four (4) working hours and shall complete those repairs within forty-eight (48) hours unless the repair time is expressly extended by the City. 7, Prevailing Wage i,aaw. To the extent that the work perfornned by Contractor is subject to prevailing wage law, the(:'ontraclor and till subcontractors shall pay not leis than (lie prevailing wage hourly rate !br each erati or type of worknnan required to execute this contract as determined by tile, DcparUncnt of' Labor and industrial Relations of Missouri, pursuant to Sections 290.210 through 290.340 inclusive, RSMo. S. Rntes. Service will be provided at the following rates: maintenance nce work prevailing wage work A (labor rate per hour) (labor rate per hour) YEAR ONE COST PI R HOUR (norrnrrl working hours) Foreman 45.60 51.60 Journeyman 44.70 50.60 Shopman 32.80 37.20 COST PER I iOUR (overtime work hours) Foreman 72.50 77.40 .Journeyman 67.10 75.90 Shopman 40.20 55.80 COST PER I IOU (overtime, Sunday and holiday) Foreman 96.68 103.20 Journeyman 89.40 1 01.20 Shopnnau 65.60 74.40 YEAR`l WO COST PE? Foreman 76.50 81.60 Journeyman 70.80 80.10 Shop►lutn 52.10 58.90 COST flat HOUR (overtime, Sunday and holiday) Foreman 101.08 108.80 Journeyman 94.40 107.00 Shop►l►an 69.40 78.60 YEAR TlllltE'E' maintenance work prevailing wage work (labor ►ate per hour) (labor rate per hour) COST flat I LOUR (normal working hours) Foreman 51.10 58.60 Journeyman 50.50 56.70 Shopman 17.10 41.60 COST PER HOUR (overtime work: hours) Foreman 81.90 87.90 Journeyman 75.80 85.10 Shopman 55.65 62.40 COST PER HOUR (overtime, Sunday and holiday) Foreman 109.22 117.20 Journeyman 101.00 113.40 Shopman 74.20 83.20 9. Parts and Materials. City shall provide materials and supplies necessary to complete the work from the State of Missouri convenience contract unless the City elects not to so provide. In the event the City does not provide materials or supplies, the Contractor shall provide same and will be reimbursed for his costs for which he shall provide invoices. All work shall he according to the provisions of the 1996 National lacetrical Code and the provisions ol'tlte current and/or any revised COdC as published by the National Fire Protection Association and adopted by the City Council. 10. Unclassified Work. Should the nature of a repair require labor, equipment and/or material not susceptible to classification under any items scheduled in the contract, the City can authorize the use of the unclassified labor. The rule for unclassified labor shall be the number of'hours actually worked and the repairs plus reasonable travel tine and will consist ofthe individual's hourly rate plus hourly fringe benefits plus employer's payroll contributions with a fifteen percent (15°,4t) additional lbr overhead and prolit. Payment For equipment not susceptible to classifications under any scheduled items in the contract, will be limited to: A. For equipment rented by the venclor, the actual rental paid plus fifteen percent (15%) for overhead and profit. I.Contnvl electricUlcorirel Scn ices 260)%chl - 3" 13. For equipment owned by the vendor, the monthly rental rate charged by recognized rental organizations times the 111.1111ber of hours the equipment was necessary for repairs plus reasonable travel time from the storage location to the site, all divided by one hundred seventy-six (176) hours. Payment flor material not susceptible to CIMS licatioll under any scheduled items in the proposal will hr applicable column price plus fifleen percent (1501o) for ovulicad and profit. Prior to payment being author•ind, the Contractor shall submit an itemized ].breakdown of the unclassilicd labor,equipment and/or nlatcrial. The breakdown shall include information Mid CIoCLImentatlorl sufficient to substantiate the Contractor's claim. ii. Inspection. Unless tilt, nature and extent of the work is known to the City, the Contractor will first receive a request to inspect the proposed work and provide a written report ofthc following to City Adnlinistratoror his designee.: A. Description of the work neccssary. 13. A list of the materials, parts, and supplies needed to complete the work. C. An estimate of work hours. 12. Authorization to Rcuair. 011Ce the Purchasing; Agent determines the estimate of work hours and material, parts and supplies required are reasonable, the report will be forwarded to the appropriate department for preparation of a requisition iol- the work. Upon receipt of the purchase order, or purchase order number for the work. the Contractor may begin work as soon as the materials, par'tS illld SLIpp11CS are MMIC MlilllablC. In the event that the repair is of an cnlcrgency natul•c, Contractor shall proceed to make the repair as expeditiously as possible and secure all necessary paperwork after the repair is completed. 13. Normal Work (lours. Normal working hours are 8:00 a.m. to 5:00 p.m. on weekdays. Overtime hours are 5:00 p.m. to 11:00 a.m., weekdays; Saturday, Sunday and I luliday hours from 12:01 a.m. to 12;00 p.m. The quantity of work during normal Work hours for which payment will lie made will be lilt work 111,111 ]lours actually performed at the site. Payment for normal work hours will be paid for the quantity as above determined at the unit price shown above, which price includes cost of labor, equipment normally associated with till: type of repair, travel, benefit~, overhead, protit, insurance and else necessary therefor alld incidental thereto. 14. Overtime Work flours. The quantity ol'work during the overtime work hours for which payment will be made will lie the number of overtime work marl hours actually performed at till:site. Payment I'or overtime work hours will be paid tier the quantity is above determined al the unit price bid (or the item overtime work hours, in the proposal, which price includes costs of labor, Cquiplllellt nbinlally MICoutract filra scrvicc stokes c1ceme unities)Services 20ol wpJ .. 4 - associated with the type of repairs, travel,belied ids,overheard,profit, insurance and al l else necessary therefore and incidental thereto. 15. Insurance, Contractor shall secure, pay for and nulintairt dLlring the term original or extended of(his Contract, insurance;elf the types and in the anitlunts herein specified; A. Workmen's C'onl lcnsation insuntnce fin•all ol'its employees to be engaged ill work under this contract. H. Contractor's Public Liability Insurance in an amount not less than $2,OOO,000 for all claillis a►•isillg out of a single occurrence and $300,000 for any one person in a single accident or occurrence, except tier those claims 1,10WI•ncel by the provisions ol'the Missouri Workmen's Compensation Law,Chapter 287, RSMo.,and Contractor's Property I)almige Insurance in all Amount not less than $2,000,000 for all claims arising out rll'a SinglC aCCi(lc►lt or OCCUrt•cncc and $300,000 for any one person ill a single aCCidCnt or oCCUrrenec. C. Autonloliile Liabilitty Insurance in all amount not less than $2,000.000 lilr all claims arising out of a single accident or oCUrrence and 5300,000 for any one person in a single accident or occurrence. 1). Owner's Protective f_iabilit lnsurancc-The Confractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability hlsllrlDCC Policy naming the C'ily of Jef•tcrson as the insured, in all anuxttlt not less thatt $2,000,000 fill. all claims arising out of a single accident or occurrence and 5300,000 For ally one person in a singic accident or occurrence, except for those claims govCrncd by the p►•ovisions of the M iSSOUri Workmen's Compensation Law,C'haptea•287,RSMo. No policy will be accCpted which excludes liahility for daniage to underground structures or by rcasoll of blasting, explosion or collapse. 11. SUI)COMR1 tS - to c;lsc any or• ;111 of this work is sublet, the Contractor shall require the Subcontractor to procure and maintain all insuramcC rcquirr;d in Subpal.ati;rahhs (a), (b), and (c) hcrcol'and in like anunults. 1'. Seopeot'lrlstanceand Special f la ard_ 'fhC insurance rcquirCd under Sub-p;tragraphs(b)atld (c) hereof shall provide adequate protection liar ;'imtractor and its subcontractors, respectively, avalllst damage claims which Illay arise Croill operations under this contact, Whether Stich operations be by the insured or by anyone directly or indirccfly employed by it, and also agaillst any speci;ll hazards which may he encountered ill the perf'6rrluulce of this contract. NOTE,: Paragraph (1) is cons I'll ed to require the procurement of C'onlrnclor's protective insurance (or Contingent public liability ;old contingent property danuigC policies) by a gCncral Contractor whose subcontractor has employees working oil the project, unless IhC general public hability and property damage policy(or rider attached thereto)ofthe general contractor provides ad quaIC protection against claims arising from operations by anyolle directly or indirectly employed by Contractor. 16, Failure to Pcrfor•nl. Should Contractor fail to provide Services as set torth pursuant to this Contract, or f;lid to ulcer ;Illy of the contract provisions, this contract may he canceled at the Sole oplion of the City upon giving livC (i) d;tys written notice to Contractor. HrContrnrt Fdcv set�ice.url.c+ektitnc Pkclncal Sell ii-�:U01 w pJ - 5 - 17, Cagccllnt nn This contract shall be subject to cancellation by the City at any time 1611owinr, fiflcen (15) days notice. 18. Notices. All notices,cansents,turthorizations,requests and statements hereunder shall be deemed to have been properly given if delivered by and or mailed by first class Unitcd States mail,postage prepaid, to the City of Jefferson, 3201:as1 McCrnly,Jef'f'erson City, Missouri,65101,and ifto the Contractor at Stokes Electric Company, Inc., 226 Madison Street, Jefferson City, Missouri, 65101, IN WI'T'NESS WHEREOF,the parties hereto have set their hands and seals on the day and year first above written. CITY OF,JEFFERSON, MISSOURI STOKES ELEC'CRIC CONIPANh', INC. r- �M�Y4f 'I itl:c.. r AT TEST, � ATTEST: �CityC;lo�k t 'Title, APPROVE: AS TO r; 1t M: City Counsc or II: ontract Hicsksmvircm,ko c1ccu6c1V1"t c t1 Scmcm:(x1.1 a{w — 6 - 1 FINANCE DEPARTMENT PURCHASING' DIVISION SUB,IFIC'T: Bid Nu. 2074 - E?lectr•ical Services All City, Opened May 7, 2003 131US RI?CTIVEI): Van Loo Ficctric, ,leflcrson City, MO Slakes Electric Co., ,lel'ferson City, MO A total of thirteen additional bidders were sent the RF B but did not return a hid. They ai°e listed at the bottom of the attached hid tabulation. The advertisement was published in the April 23, 2003 issue of Ncws Tr•ihur►c. IISCA1, NOTI_",: Accounts within all cicpartnients arc charged on an as needed as used basis. Annual breakdowns ofexpcnses fin• the past three yea► have been attached. Based on the total of the unit prices for the Journeyman classification 161- year one and the total of'the ,lourneyn-ian classification under the current agreement, the new rates fin• Stokes Hectric will represent approximately it 5.5% increase, Using the average ol'thc last three years anl1Ua) expenditures and adding the increase. it is estimated that the year one cost will he $28.192.65. L'AS'T I'1 RFORMANCF.: Stokes Electric of.lcl'fcrson City has performed electrical work under contract fir the past nine years. All departments have rated their services satisfilctory. RECOMMENDATION: Staffrecommends the award to Stokes Electric fi►r firm fixed hourly rates as listed under Year one of the hid with an estimated annual cost of•$2R,1 82.65. The hid carries tip to two additional one year renewal periods at specific unit pricing il'the City chooses to renew. ATTACHMENTS - SUPPORTING DOCI IMI'.N`f'ATION Signature r _ i LbJ_I<:-11I< _._----- I'urchasi ig A cnt Dira I, (. lyt till ity I)cvclupnhcnt lC r. 4�ir�1icI' _ _-- 1)ircctt)r 01-h•ansi 44,44+1 n folic Chief Director Parks �� Itccrcation memo To: Terry Stephenson. Purchasing Agent 1 From J J. Gates, Park Resources and Forestry Division Director r� Date: June 9, 200: subject.. Bid No, 2074. Electric Services The Departs}ent of Parks, Recreation and Forestry recommends )aid No. 2074, Electric Services he awarded to Stokes Electric. Stokes Electric has provided prompt and quality electrical service to many Parks and Recreation facilities and buildings over the last contract period. The Department of Parks, Recreation and Forestry has many and varying electrical needs covering the spectrum of smallerresidential to larger.more specialized commerciril electrical work. Stokes has the experience and background with many of'these structures and the number of qualified employees to cover not only the needs of the Parks mid Recreation Department, but the rest of the city. I believe these qualifications justify the difference in price. I1'you have any questions or need mare information please let me know. Thank you! _ Memorandum qW (Department of Transportation • 320 East McCarty Street • Jefferson City, Missouri To: Terry Stephenson, Purchasing Agent From: Marty Brose, Director of Transportation Re: Bid 2074 - Electrical Services Date: May 19, 2003 The Department of Transportation reviewed the bids for Electrical Services and recommend Stokes Electric from the standpoint of experience and personnel. Stokes is very familiar with the electrical system at the Airport and the Transit Division. Stokes has always done an exceptional job. If you have any questions, please contact me at 634-6450. Id Cc\WPDOCS\FINANCE12113\electrlcal,rec,wpd Me o To: Cathy Reeves From: Patrick E. Sullivan, .E. Date: May 27, 2003 Subject: B2074 - Electrical Services The Department of Community Development recommends the bid be awarded to Stokes Electric for the following reasons: 1. Stokes indicates 21 employees qualified to perform the work; VanLoo Electrical indicates only two. Slow response should be anticipated if only two employees are available to respond. Adequate manpower may not be available during a major emergency. 2. Stokes has demonstrated their ability to respond promptly and effectively. ;irri+ J1:h1+'ERSON CITY I'OLK.T, DEPARTMENT jll "I till To: Terry Stephenson, Purchasing From: Roger A. Schroeder, Chief of!'olive Subject: City Electrical Bid Date: ,tune 27, 2003 The Police Department recommends the Stakes Electric bid be accepted tier electric repair, The history that Stokes E"lectric has with the Police Department building, beginning with the original electric installation, provides them the ability to correct and repair a problem in a timely and el'ticient manner. The other bidder could not provide the same efficient level of service for the Police Department. tin a previous occasion, the lower bidder received the contract,and their contract was voided due to poor service and a lack of quality of work performed. Stokes Electric has provided excellent service and timely response in emergency situations beyond what the contract requires. Stokes Electric's technical ability rind experienced personnel provide them the ability to address all of*the Police Department's electrical needs. MEMORANDUM To: Mayer L,andwchr City Co1111Ci1 Mcnlhcrs From: 'ferry Stcpllcnson Purchasing Agent Date: .1unc 6, 2003 Re: laid 2074 - Electrical Services Requests fir bids were sent to fifteen prospective: bidders and published in the News Tribune, April 23, 2003 issue. Two responses were received. Van Loo Fleetric and Stokes 1?Icctric. A breakdown ol'cxpcnditures filr f?Icctrical Services is attached. An audit of,►Il invoices for that period showed the 161lowing labor breakdown. Maintenance Work Prevailing Wage Work Regular flours - .Journeyman 156.75 hours R.cgular hours - Journeyman 221 .75 hours One project. moving the booth at the municipal parking garage required 12.5 regular hours for a Foreman. No other labor classifications were requ>rcd. USing the hourly rates in this hid and the actual labor requirements ol'thc past year, projected labor only costs would be as listed below. Van Loo l lcctric Stokes I'lectric Maintenance Regular I lours - Journeyman $ 6,270.00 $ 7,006.73 Prevailing Wage Regular Hours- Journeyman 10,644.00 11.220.5-5 - foreman 562.50 _570.00 Pro ected Total (Labor only) $ 17,476.50 $ 18,797.29 The difference in lahor costs hctwcen the two bidders far a one year period is $1,320.78. The specification listed evaluation factors and points. Cost was allotted 60 points, Staffing and Experience 20 points, and Rcicrcnces 20 points. The points awarded for cost arc determined by a mathematical formula (low bid/bid == _'%, x points allotted). Van Loo Ydectric received 60 points; Stokes received 54 points, Both firms submitted references as required and received 20 paints each. 18 (.Under Staffing and Experience, Van Loo Idectric listed three individuals - one electrical contractor, onc,journeyman and one apprentice. Stokes L'lectric listed the staff at twenty-one and submitted infbn-mation on sixteen individuals, two journeyman/contractors, 3 master electricians and 11 electricians with till` remaining five being a mixture elf classifications and abilities. Although all of the work during the past year has been during regular hours, the specifications require a two hour response time for all service requests pertaining to the police department emergency communication system, sanitary sewer system or requests designated as emergency repairs. Non-emergency repairs require a four hour response time. This specification requires it licensed electrician on call twenty-four hours a day seven days a week throughout the contract. The majority of the City's work requires a.journeyman. Van Loo I lectric lists one Journeyman, one contractor and one apprentice. Staff does not believe that three individuals arc adequate to cover the requirements of the specifications. if multiple service requests are received, services may be delayed. Staffing would be inadequate should an emergency arise in more than one department. 'Twenty points were assigned to this category. Van Loo Electric received an average of I I points. Stokes I.;leetric received 20 points. This request includes specific labor rates for various classes of work and the supplies to complete the work. During the past three years expenses have been $27,127.39 (00-01 ); $27,927.13 (01-02); and $25,085.71 (02-03). The current total of the unit prices for the Maintenance and Prevailing Wage Regular Hours .Journeyman is $89.40. Under this bid those rates total $ 95.30 (or Stokes Electric or an increase of approximately 5.5% Based on the average expenditures for three years, $ 26,713.4 1. and a 5.5%) increase the estimated first year expense will he $28,182.65. Staff recommends the award he made to Stokes Electric of,leflcrson City, Missouri for the period .July 1, 2003 through ,June 30, 2004 with an estimated cost of$28,182.05. The bid carries specific unit pricing for up to two additional one year periods if tide City chooses to extend the hid. • BREAKDOWN OF EXPENDITURES ELECTRICAL SERVICES Stokes Electric June 1, 2002 through May 31, 2003 $ 25,085.71 Public mpt.or Community Capital Fire Buildings Police Transportation Development Parks Projects 20.00 155.12 441.20 1,837.75 83.60 630.00 1.898.50 20.00 37.62 62.70 384.67 991.99 124.09 57.24 123.29 125.40 383.73 7,086.35 232.55 204.70 3,300.00 58.52 179.73 41.80 309.13 703.40 41.80 803.78 104.50 397.10 188.10 203.86 511.11 211.96 125.40 106.29 478.23 316.00 104.50 1,335.74 407.87 2,023.27 1 10,542.96 2,429.54 1,000.59 5,255.74 BREAKDOWN OF EXPENDITURES ELECTRICAL SERVICES Stokes I?lectric May 1, 2001 through April 30, 2002 $ 27,927.13 Animal Police Fire Rescue Airport Parking Transit 778.37 687.23 118.61 96.50 82.87 96.50 554.40 134.18 84.40 94.21 61 .64 179.52 132.86 1,517.17 34.49 1,120.15 1,421.84 239.94 325.83 469.52 1,081.91 255.98 153.67 441.01 123.09 120.00 610.19 80.00 49.53 307.76 815.19 1,304.43 6,007.83 3,043.48 203.01 1,356.15 1,264.66 1,697.86 Public Parks & Capital Buildings Recreation Projects 1,802.96 1,164.69 1,214.45 476.96 1,230.33 800.00 507.50 195.00 4,711.11 270.00 1,981.14 1,802.96 2,906.65 9,644.53 BREAKDOWN OF (EXPENDITURES ELECTRICAL SERVICES Stokes Electric May 1,2000 through April 30, 2001 $27,127.39 Public Public Animal Works Police Buildings Fire Rescue Wastewater Parks 226.40 163.25 73.89 221.32 55.23 142.25 3,525.15 168.44 1,398.00 48.59 276.05 71.66 163.52 3,525.15 38.60 291.19 50.53 648.51 89.40 57.90 133.58 328.31 19.30 120.05 250.45 3,216.94 551.24 8,417.58 142.25 45.66 163.52 75.57 2,194.61 233.30 $6,284.34 $2,731.99 $8,964.42 $1,265.93 $126.89 $395.17 $7,358.65 1,3r City of Jefferson, Missouri 00 Tabulation of Bids id No. 2074 bj: Electrical Services te: May 7, 2003 Van Loo Electric Stokes Electric 410 Dept. All City Jefferson City, MO Jefferson City MO ITEM UNIT COST TOTAL COST UNIT COST TOTAL COST i Maintenance Prevailing Wage Maintenance :Prevailing Wage l Year One Cost per hour Normal Wkg. Hrs Foreman $45.00 $52.00 $45.60 ' $51.60 Journeyman $40.00 $48.00 $44.70 $50.60 Shopman $30.00 $30.00 $32.80 $37.20 Cost per hour Overtime Hrs Foreman $63.00 $78.00 $72.50 $77.40 Journeyman $60.00 $72.00 $67.10 $75.90 Shopman $45.00 $45.00 $49.20 $55.80 i i Cost per hour Sunday & Holiday Foreman $85.00 $98.00 $96.68 , $103.20 Journeyman $80.00; $92.00 $89.40 ' $101.20 Shopman $45.00 $45.00 $65.60 : $74. 30 Year Two 0 Cost per hour Normal Wkg, Hrs Foreman $48.00' $57.00 $48.20 $54.40 Journeyman $44.00 $52.00 $47.20 $53.50 i '' Shopman $33.00 $33.00 $34.70 ! $39.30 Cost per hour Overtime Hrs Foreman $70.00 $86.00 $76.50! $81.60 Journeyman $66.00' $80.00 $70.80 $80.30 Shopman $45.00 $45.00 $52.10 $58.90 I Cost per hour Sunday & Holiday Foreman $92.00 $104.00 $101.98 ; $108.80 Journeyman $90.00 ' $96.00 $94.40 ' $107.00 i Shopman $48.00 , $48.00 $69.40 $78.60 Year Three Cost per hour Normal Wkg. Hrs Foreman $52.00 $62.00 $51.10; $58.60 Journeyman $48.00 $60.00 $50.50 $56.70 i Shopman $36.00 $36.00 $37.10 $41.60 Cost per hour Overtime Hrs ! Foreman $75.00 $90.00 $81.90 i $87.90 Journeyman $70.00� $85.00 $75.801 $85.10 !Shoprnan $48.00 . $48.00 $55.65 ! $62.40 City of Jefferson, Missouri Tabulation of Bids 0 aid No. 2074 bJ: Electrical Services te: May 7, 2003 Van Loo Electric Stokes Electric Dept. All City. Jefferson City, MO Jefferson City MO ( ITEM_ UNIT COST TOTAL COST UNIT COST TOTAL.COST Maintenance Prevailing Wage Maintenance ; Prevailing Wage Cost per hour Sunday & Holiday Foreman $100.00 :! $110.00 $109.22 :$ 117.20 Journeyman $94.00 ' $98.00 $101.00 i $113.40 Shopman $50.00 $50.00 $74.20 $83.20 Discount for prompt payment 2% - 10 days blank Prices firm for one year yes yes Cooperative Procurement by Cole Count yes yes Housing Authority yes yes Represent minority business no no Bid firm for the period of 2003 to 2006 June 15, 2003 to June 14, 2004 Bid packets were sent to the following bid Jers with no responses: Steve Barnes Electric, Jefferson City, M j Fischer Electrical Contractors, Jefferson Tity, NO Gooch Electric, Jefferson City, MO i Richard A Howerton, Jefferson City, MO { I Meyer Electric, Jefferson City, MO j Ott Electric, Jefferson City, MO iRehagen Electric Contracting, Jefferson ity, I Schaefferkoetter Electric, Lohman, MO . . 1 i l Southerlin Electric Co., Jefferson City, M Strickland Electric, Jefferson City, MO Freedom Electric, Jefferson City, MO j MPT R/S Electric, Jefferson City, MO j Double S Electric, Jefferson City, MO i