Loading...
HomeMy Public PortalAboutORD15232 BILL NO. 2013-134 SPONSORED BY COUNCILMAN Scrivner ORDINANCE NO. l S q 3 .L AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH STOCKMAN CONSTRUCTION CORP. FOR THE SCHELLRIDGE STORMWATER & VARIOUS SANITARY SEWER IMPROVEMENTS PROJECT. WHEREAS, Stockman Construction Corp. has become the apparent lowest and best bidder on the Schellridge Stormwater & Various Sanitary Sewer Improvements project. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Stockman Construction Corp. 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 Stockman Construction Corp. for the Schellridge Stormwater & Various Sanitary Sewer Improvements project. 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: d"'. �� oZ(,�� Approved: �.�" oxl Presiding Officer Mayor ATTEST: APPROVED AS TO FORM: City Clerk Ci ounselor FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2720 — Project 33078 — Schellridge Stormwater &Various Sanitary Sewer Improvements - Public Works, Wastewater Opened October 1, 2013 BIDS RECEIVED: Stockman Construction Corp., Jefferson City, MO $356,872.00 Ken Kauffman & Sons Excay., Jefferson City, MO $373,377.60 JC Industries, Inc., Jefferson City, MO $393,775.20 Sam Gaines Construction, Inc., New Bloomfield, MO $416,317.75 Schlacks Construction, Fulton, MO $455,021.00 Hutchins Telecom., Belle, MO $457,871.50 Don Schneider's Excay. Co., Inc., Jefferson City, MO $478,135.20 Twehous Excavating Co., Inc., Jefferson City, MO $454,650.25 One additional contractor received the specifications but did not return a bid. The project was advertised in News Tribune, posted on the city web site and sent to seven plan houses. FISCAL NOTE: 44-990-576010 64-990-576010 Schellridge Stromwater& Various Impv. Schellridge Stromwater & Various Impv 2013-14 Budget $ 168,465.50 2013-14 Budget $ 188,406.50 Bid 2720 $ 168,465.50 Bid 2720 $ 188.406.50 Balance $ -0- Balance $ -0- PAST PERFORMANCE: This vendor has completed projects as specified and bid in the past. RECOMMENDATION: Staff recommends award of the bid to the lowest and best bid meeting specifications, Stockman Construction Corporation of Jefferson City, Missouri in the amount of $356,872.00. ATTACHMENTS - SUPPORTING DOCUMENTATION Signature - } l'u-4 Pur dp asjn Agent Public Works Director IF / Fj t♦ tin Department of Public Works Memorandum 320 E. McCarty Street •Jefferson City, Missouri 65101 P 573-634-6410 F 573-634-6562 • www.jeffcitymo.org Date: January 24, 2014 To: Terry Stephenson, Purchasing Director, Finance From: David Bange, City Engineer J?3 Subject: Project No. 33078—Schellridge Stormwater& Various Sanitary Sewer Improvements Bid No. 2720 Public Works has completed a review of the bids opened at 1:30pm on January 21. 2014 for the above noted project. As part of the review all the bids were tabulated to check for math errors and to compare unit price quotes of the various contractors. Attached to this memo is the tabulation of the eight (8) bids received for the project; as well as a listing of the registered plan holders. Based on our review, we recommend acceptance of the bid from the low bidder Stockman Construction Corp., 2021 Idlewood Road, Jefferson City, MO 65109. The total amount of the contract will be $356,872.00. The project will be expensed as follows: Stockman Construction Corp. ($356,872.00): Account Number: Amount Available: Required: Remaining: 44-990-576010 $168,46550 $168,465.50 $0.00 64-990-576010 $188.406.50 $188.406.50 $0.00 If you need any other information please feel free to contact me at extension 6433. Attachments: Bid Tabulation Sheet, Plan Holders List DB:te cc: Project file Writer's file Page 1 CITY OF JEFFERSON Data'.01121/2D14 BID TABULATION Bid No 2720 SchollddBe Stormwater and Various Sanitary Sower Improvements PROJECT NO.33078 Ken Kauffman 8 Sons Excavating ENGINEER'S ESTIMATE Stockman Construction Corp. LLC J.C.Industries,Inc. Sam Gaines Construction,Inc. ITEM APPROX. NO. DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT Conelructon S"n elTrettic Control S',`• EA -;'u -a` 'mE2�w r $B'OwOO $350097 $3,500.00,000.00 $2.000 DO 58,000.00 83300.00 $6,30000 S4000.00 S4,000,Op 9 9 ( WI S4,48800 $500.00 52,000.00 3 Eurlhwi(SW) LS 1 56,000.00 $6000.DO $11,500.00 $11,500.00 $6,000,DO $6,000,00 $15,000.00 515,000.00 $3.000.00 $3,000.00 4 Removals(SW) LS 1 $10.000.00 $1 D,000.00 $13000.00 $13,000.00 $25,000.00 525,000.00 S3'B10,00 $3610,00 S20,000.00 $20,000.00 5 Subgrade Stabilization ISM TON 45 $50.00 S2.250.00 54Bw S2,160.00 535.00 $1,575,00 $45.00 $2,025.00 $45,00 $2025.00 6 Rock Excavation(SW) CY 15 $150.00 $2.250.00 19500 $1425.00 $125,00 S1,1375 Do 5175.00 S2,625.00 512500 S1,875,00 7 Vernon]Adlustmenl of Water Valve EA 2 $30000 3800.00 1240.00 $480.00 SIDOOO 1200,00 $30000 $BOO.M 5200.00 5400,00 8 Resat Existing Water Mater EA 1 $500,00 5500.00 $350,00 $350.DO $500,00 $500,00 $700.00 $700.DO 300000 Sam 00 9 Reset Existing Street Pole and Sign EA 1 $100,00 $100.DO 312500 $125.00 5300,00 $300.00 5250.00 S250.00 S500,00 $500,00 10 Type C Into[J'x 4') EA 4 $3,ODD OD $12,000.00 $3,22500 $12,900,00 $3400,00 $13600,00 $2,400.00 $9,600,00 $5,000,00 $20000.00 11 Type C Inlet(B'x 4') EA 2 53,000,00 56,000,00 $3875.DO $7,750,DO $4400.00 $8,800.00 $3000.00 58,000.00 $5,500.00 $11,000,00 12 Type C Intel(B'x 4') EA 1 $5,250.00 55,250.00 $4000,00 14,000.00 $5.200.00 $5,200.00 $3500.00 $3.500,0 $6,000.00 $8,000,00 13 Junction Box(4'dial EA 1 $2.250.00 $2,250,00 $2.640.00 $2,840.00 52,500.00 52,500.00 32.400.00 52.400,00 $3.000.00 53.000.00 13.5 Junction Box(4 dial 02 LS 1 $8,000.00 58,00000 55,000,00 $5,000.00 $5,000.00 $5,00000 13,000.00 $3 ODD 00 $3,000.00 53,000.DO 14 15"dia RCPClmslllor ADSN-12HP LF 155,5 $80.00 $9,330,00 $411X1 $8,375.50 $65.DO $10,107.50 $87.00 $13,528,50 $45.00 $6,997.50 15 24"did RCP Class ll l or ADS N-12 HP LF 70.5 $76 DO $5,287,50 $78,00 $549900 $100.00 $7,050,00 $80.00 $5,640,00 $80.00 $5640.00 16 Fill Ex.Stormwater Pipe/Structure(15") CY 10,7 $200.00 $2,14000 $160.00 S1,71200 $160.DO S1712.00 $113,DO $1,200.10 $200.00 $2,140.00 17 Curb end Gutter:Type A(SW) LF 1414 $26.00 $36,764.00 $20,00 $20,280.00 $2500 135,350,00 Slow $26,868,00 $32.00 $45,248,00 18 Street Patm:6"vAde LF 426.5 3000 $3412.00 15.00 52.132.50 $7.00 $2,985,50 $21.00 S8,958.5 31.50 S630.75 18.5 Street Replacement:6"Thick SW) SY 594 $4200 $24,948.00 139.00 $23,188.00 $55.00 $32670,00 S39.00 $23,168.00 $40.00 $23,76000 19 Street Replacement:7"Thick SW) SY 92 $50.00 $4,100.00 $50.00 $4,100.00 $65,00 $5,330,00 $53.00 $4,346.DO $43.00 $3,528,00 20 Strout Replacement:7,5"Thick(SW) SY 274 $50 DO $13,700,00 $50.00 $13,700.00 $60,00 $16440.00 $55.00 $15.070.00 $45,00 $12,33D.00 21 Concrete Driveway Approach; 6"Thick SY 74 $80.00 $444D,DO $47.00 $3,478.00 $55.00 $4,070.00 S48.DO $3,552,00 S55.00 $4,070.00 22 Concrete Driveway:6-Thick SY 61 150.00 $3,050.00 $45.00 52,745.DO $45.00 $2,745.00 548.00 $2.928 OD 585.00 13,985.00 23 Straw Weltle LF 450 $4,00 $1,800.00 $3.75 $1,687.50 $3.00 S1.350 OD $4,00 $1,0]X).00 $5.00 12,250.00 24 Stormwater Inlet Protection EA 8 5150.DO 11,200.DO 5100,DO 580000 51110.00 280000 $145.00 $1,18000 $200.DO $1,600.00 25 Temporary Cover(Stormwatep AC 02 55,000.00 $1,000,DO $7,500.00 $1,5DD,00 $5,000,00 $1,000.DO $11,08000 $2,216.00 $5,000.00 $1,000.00 r, 101 Mobilzation(SSWOnk) y�.�-�� :7'YT „i, LS 1"'p ,0 r,._.IrnT 10.50000 �.. 56500 DO �:,.14,00000 Sd00DW •:L54000.00 -. . f1 $4000.D0 .•.'16300.00.1-•PLLryar S6,300 DO S5,000 Do 55000,00 tyosr�26 Seadin tormwolar AC 0 $1000000 $200000 312300 DO $248000 $500000 $1000 DO $it Now $2216,00 $1000000 $2000 102 Construction Sfgnoge/Traffic Control (SS) EA 7 31,000,00 57,000.00 $750,00 55,250.00 51000.00 57,000,00 $840.00 $5,880.DO $500.00 13,50000 103 Eanhwork(SS) LS 1 $6,500.00 56.500.00 $11.620.00 $11.620.00 $2,500.00 52.500,00 $7,000.00 S7,DO0.DO 35.000.00 55,000.00 104 Removes(SS) LS 1 $13,000.00 $13,000.00 $21,000.00 $2100000 $8,000.00 $8,000.00 $6,000.00 56000.DO $20,000.00 $20,000.00 105 SiJNAda Stabilization(SS) TON 45 $50.00 $2,250,00 $49.00 $2.160.00 $20,00 $900.00 $45,00 $2,025,00 $45,00 $2,025.00 106 Rock Excavation(SS) CY 30 1150.00 $4,500.00 5150.00 $4,500.00 $150,00 $4,500,00 $175,00 $5,25,00 $12500 S3,750,00 107 Manhole(4'me) EA 10 $3.000.00 $30,000.00 32.500.DO 525,DDO.IX1 $2,25.00 $22.500.00 $2,571,00 $25.710,00 13000.00 $36DDO.0O 108 Manhole Drop Connection EA 2 $500.00 $1,000.00 $750,00 51,500.00 $500,00 S1,D00.1XI 5897.00 $1,784,00 51,000.00 12.000,00 too Cleanoul and Lateral Cnnections EA 10 $250.00 52.500.00 $45.00 $4,500.00 $350.00 $3,500.DO $624.00 $6,240.00 5300,00 $3,000,00 110 4"dia Son 40(Lateral Pipe) LF 105 $50.00 Sa750JDO $28,5 55,557.50 $35.00 $6,825,00 142,00 58,190.00 530.00 15,85.00 111 8"din SOR 35 PVC LF 1265 $653X1 $82,225,00 $40.50 $51,232.50 $50,00 $63,250,00 555.50 $70,207,50 S7D.00 598,550.00 112 8"die Ductile Iron Pipe LF 40 $150.00 $6.000.00 S77.00 $3080.00 $75,IX1 $3,000,00 577.85 $3,114.DO $110.00 $4400.00 113 Fill Ex.Sanitary Sewer Pipe S") CY 2.6 $200,00 $520,00 125,5 1650,00 1200.00 $520,00 Siaiw $47008 $200.00 $520.00 114 Fill Ex Sanitary Sewer Manhole EA t 560000 SBO0.0O $675,00 1875.00 $200.00 5200.00 5888.00 3688,00 $500.00 1500.00 115 Curb and Gutter;Type A(SS) LF 33 $28,00 $05800 5165000 $JOOD 1990.00 $25,00 3025,00 $38.00 $1,254.00 116 Street Replocemenl:7.5"Thick(SS) BY 44.5 $5.00 $2,22500 575.00 $3337.50 $65.00 $2.892,5 $55,00 $2447,50 $45,00 52,002.50 117 Sidewalk Replacement;4"Thick SY 27 $40.00 $1,OBD.00 $49.00 $1,323,DO $50 GO 51,350.00 $39.00 $1,053.00 $40,00 $1,080.00 110 Concrete Onveway;e'Thick SY 29 $50.00 $145000 $90.00 $2,810.00 $50.00 $1450,00 $39.50 $1,145.50 $80.00 $2,320,00 119 Gravel Driveway:5"Thick SY 36 115.00 $540.00 18.5 $306,DO $15.00 1540.00 $20.1X) $720.00 $25.00 $amO0 120 Rip Rap(W.12"rock:ran 18"thick) CY 685 140.00 127,400.00 $30.00 120,550.00 540.00 $27,400.00 $5340 SW,57000 $40.00 527,400.00 121 Strove Wellle LF 300 $4,00 $1200.00 $3.75 $1,125.00 $3.00 $900.00 $10.00 53,000,00 5500 S1,500.00 122 Temporary Cover(SS) AC 0.9 $5,000.00 $4,500,00 $2,000.00 $1,800.00 $2.00)DO $1,800,00 S11,080.00 19.972.00 $2.000.00 51,800.00 123 Siccing(SS) AC 0.9 310,1X1000 $9,000,00 $7,200.00 $6,480.00 $2,DOO.00 $1,800,00 $11,080.00 $9,972.00 S3,GOODO $2,700.00 124 Suitable Pll-Site e6 Ton 340 $35,00 St 1,900,97 $25,00 $8,50000 $10.00 $3,400.00 $19,00 $6,460,00 $25,00 $8,500.00 TOTAL BASE BID $416,OBB.50 $356,872.00 $373,377.50 $363,775.20 $416,317.75 X OVERIUNDER ENGINEER'S EST. -14.2X .10.3X -6.4%1 0.1% ERROR Pape 2 CITY OF JEFFERSON DrIOD112 112 01 4 BID TABULATION Bad No.2720 SchellOJge Slormw tter and Various Sanitary Sewer Improvements PROJECT NO.33078 Don Schneidia'e Excavating Schlacks Construction Hutchins Telecom LLC Company,Inc. Twonous Excavating Company ITEM APPROX. NO. DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 6lormzatio 30DOOD...,i;a..l...3000.00 $4,000,v..�::;w. _0000...:;.,0500 OD3500 1,400::00 1 Mobillza do (SNP LS 4 $30,000.00 $30,000.00 34,000,00 $4,000.00 53,500,00 $3,500,00 $1 400.00 51 400.00 2 Cpnslruclipn Signegol Traffic Control(SW) EA 4 $2,000.00 EB 000.00 31,500,00 $6,000,00 51,250.00 $5,000.00 $1,100.00 $4,400.00 3 Earthwork ISM LS 1 $ID,000.00 S10,000.DO 512,500.00 512.500.00 $7,600.00 37,600.00 S9,SOON 59,500.00 4 Rearki(SW) LS 1 $15,001)DO $15,000 DO $14,000.00 $14,Opo.00 $21400.00 $21400.DO S26.600.00 $28,500.00 5 Subgrads SlaNll2ation(SW) TON 45 $50.00 $2,250.00 $80.00 53,600,00 90.00 $1,350.00 $33,00 51405,00 6 Rock Excavation(SW) CY 15 $280.00 $4,200.00 5190.00 $2,B5D.00 $25000 $3,750,00 $85,00 $1,275.00 7 Varlicol Ad, almenl Of Water V.N. EA 2 $550,DO $1,1D0.00 $201 $400.00 $50000 51,000,00 $100,00 $200.00 8 Reset Existing Water Meter EA 1 $300.00 $300.00 $400 00 §400.00 $1,040.00 S1.04000 $600,DO S600.00 9 Reset Existing Street POI,and Sign EA 1 S30D,DO 3300.00 32DO.DO $200.00 $1,040.00 11040.00 3100.00 $100.00 10 Type C Inlet hp x4') EA 4 32.200.00 $8,800.00 33,000.00 S12.000.DO $3,500.00 314,000.00 $3.200,OD $12,NO 00 11 Type C Intel(&X 4') EA 2 $2,501 55000.00 $3100.00 58,200.00 $3,700.00 $7,400,00 $3,400 OD $8,000.00 12 Type C lnlol(8'x 4') EA 1 $3,600.00 $3,600.00 $5,500,00 $5,500.00 $4,200.00 $4,200.00 $4,500,DO $4,500.00 13 Junction Box(4-die) EA 1 52,000.00 $2,000.00 $3,000.00 $3,000.00 $3,01 DDO $3,010,00 $3,200,DO $3,200.00 13.5 Junction Box(4-dial 02 LS 1 $2,000,DO 52,00000 $34600.00 33,60).00 $3,500.00 33,500,00 14 IS'dio RCP Class 111 or ADS N-12 HP LF 155.5 $65.DO S10,107,50 $62.00 $9,641.00 $107.00 $18,638.50 $75.00 $11,882.50 15 24'ri RCP Class III or ADS N-12 HP LF 70.5 $98.DO $6,909,00 $84.00 $5,922.00 5117.00 $8,248.50 $100.00 $7,050.DO 16 Fill Ex,Starmwater PpelSiruclure H 5") CY 10.7 $200.00 $2,140,00 $300.DO $3,210.00 $250.00 $2675.00 $160,00 31,712,00 17 Curb and Gutter',Type A(SW) LF 1414 318.DO $25452.00 $29.DO $41006.00 529.00 $41,DO6.00 $32.00 $45,248,00 18 Street Palch;6-wide LF 426.5 $10.00 34,26500 $12 DO $5,11800 $11.00 $4,691.50 $21,00 $8,056,50 18.5 Street Replacement;6-Thick(SW) SY 594 $37.00 $21078.00 §60.00 540,392.00 $53.80 331,957.20 $47.50 $28,215.00 19 Street Replacement 7-Tract,(SW) SY B2 $38.00 $3,110.00 $80.00 38,560,00 $57D0 34,874,00 $54.50 34,469,00 20 Street Replacement',7,5-Thick(SW) SY 274 $39.00 $10,686,DD $80.00 E23,SB4.D0 $59.50 316,303,00 $55.00 $1$,070.00 21 Concrete Driveway Approach; 6"Thick SY 74 $45.00 $3,330.00 §68,00 $5,032.00 $55,00 $4,070,00 $59.00 $4,368,DO 22 Concrete Driveway,6"Took SY 61 $45.00 12,745,00 §68.00 $4,148.00 $47.00 $2,867.00 $68DO $4,028.DO 23 Strew Wattle LF 450 $3 DO $1,350,00 $2.50 $1,125.00 $5.00 $2250.00 55W $2,250,00 24 Stomnvoter Net Proteclion EA B $45.00 5360.00 3575,00 $4,60001) $100.01) $801 $20000 $1,600.00 25 Tampa.,Cover(StOrmwme0 AC 0,2 53,000,00 SB00.00 S4,10D.0) $820 OD $5,000.00 51,000,00 $2400,00 $480.00 26 Seeding(Stormwmer) AC 02 $150000 $30000 E54DODO $108000 $100001)0 $200000 $655000 51310.0) Sanllor Sewer Work;'U r e,�-+ "LEt'+"I -n L Ill Q,; 1P 102 Mobilization SlgnegelirencControl (SI~.L i2-5 DO_.L 5,000L.:.� _._.. NO 1411 _.5 .DO li, lym0 Y 101 Construction SS LS 7 000.00 $2500000 34000.00 5400000 $350000 $3,750,00 $3.400.00 $4,025 OD 460 B) EA 1 $ON,DO 53,500.00 $1,500,00 $10.500.00 $8 BOO 0 $8,]50.00 3575.00 $4,025,00 103 Removals(SS) LS 1 510,000.00 510,000,00 !12,000.00 512,500.00 58,000.00 $4,700.00 54,200,00 34,200.00 104 Removals SS) LS 1 510,$50.00 110,000.00 514,$80.DO 5$3,600.00 $24,$30.00 $24,7W DO $16,000,00 518,000.00 105 SuOpmdo Stabilization(SS) TON 45 t50,00 9,250.00 $80 DO 53,600.00 90.00 51,350,00 §38,00 $1,620.00 106 Rock Excavation(SS) CY 30 $200.00 38000.00 $190.00 $5,700.00 $250.00 $7,500,DO $250,00 $7,500.00 107 Members laical) EA 10 $2,450.00 5244500.00 9,10000 $31,000.00 $3.70ODO $37,000.00 $2,600.00 328000.00 108 MelaWle Crop Connection EA 2 $450.00 $900.00 5815.00 9,230.00 31,000.00 $2,000.00 $900.00 $1,81)0,00 IN Cleanout and Lateral Connections EA 10 $350,00 $3.50000 51]25.00 $17,250.00 $1,040.00 $10,4DO.00 $725 DO $7,250.00 110 4"one Sch 40(Lateral Pipe) LF 195 548,00 $9,360.00 $21.00 $4,095.00 521.00 54,095 00 $43,00 $8,385.00 111 8"did SDR 35 PVC LF 1265 $104.00 (131,560.DO $48.00 $60,72000 $70.00 $BB,550.00 $77,00 597.405.00 112 8"dia Duthie Iron Pipe LF 40 $13D.00 $5,200.00 SOON 534600.00 $107.00 $4,28000 SAD7.00 $4,280.00 113 Fill Ex.Sanitary Sewer Pipe(6') CY 2.0 5200.00 5520.00 $300.00 S780.OD $300.00 $780.00 $235.00 $611.00 114 Fill Es SaNlary Sever Manhole EA 1 $1,801).00 31,800.00 $1,500 OD 51,500.00 $1,000.00 $1,00000 $300.00 530000 115 Curb and Guitar Type A(SS) LF 33 $30 DO 5990.00 $40.00 $1,320.00 $5100 $1,683.00 $34.50 51138.50 116 Street Replacement 7.5 Thick ISE) SY 44,5 $55,00 $2.447.50 $93.00 $4,138,50 $71,00 $3,159.50 $54,50 $2,42525 117 Sidewalk Replacement:4"Thick SY 27 $60.00 $1,620.00 $55.00 $1485.00 353,00 $1431.00 $80.DO 52,160.00 118 Concrete Ddvowl S"Truck SY 29 350.00 31450.00 $75.00 $2.175.00 54900 3142100 $59,50 31,725.50 119 Gravel Ddvewayy,6'Thick SY W $25.00 3800,00 312.50 3450.00 SIDED 3380.00 $10.00 $380.00 120 Rip Rap(Or.12'rock min 18'thick) CY 685 $25.00 $17,125.00 540.00 $31,510.00 $47.00 92,195.00 $48.00 $32,1180 DO 121 Straw Weltle LF 300 $3.00 $ODD.00 $2,50 $750.DO $5.00 $1,500.00 $5.00 51,500,00 122 Temporary Cover(SS) AC 0.9 $2,000.00 $1,BDODO $3,500,DO $3,150,00 $2,500.00 $2,250,00 $2,100.00 $1,BOD.00 123 Seeding(SS) AC 0.9 $1,500.00 $1,350.00 $4,500.DO $4.050.00 37,00000 36,30000 $5,200.00 54,680.00 124 Suitable Fill-Site 96 Ton 340 $19.00 $8.460.00 $35.00 $11,900.00 S24.DO 18,160.00 $41.00 513,940,00 TOTAL BASE BID $465,021.00 $457,871.50 $478,136.20 $454,460.25 k OVERIUNDER ENGINEER'S EST. 9.4h 10.0h 14.9% 9.3% ERROR ERROR CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT made and entered into this day of 1711 , 2014, by and between Stockman Construction Corp. hereinafter referred to as "Contractor ", and the City of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as "City WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the following City improvements: Project No. 33078, Schellridge Stormwater & Various Sanitary Sewer Improvements. NOW THEREFORE, the parties to this contract agree to the following: 1. Scope of Services. Contractor agrees to provide all labor, equipment, hardware and supplies to perform the work included in the project entitled "Schellridge Stormwater & Various Sanitary Sewer Improvements" in accordance with the plans and specifications on file with the Department of Public Works. 2. Manner and time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws, within 100 working days from the date Contractor is ordered to proceed, which order shall be issued by the Director of Public Works within ten (10) days after the date of this contract. 3. Prevailing Wages. To the extent that the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less than the "prevailing hourly rate of wages" for work of a similar character in this locality, as established by Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of the current Annual Wage Order No. 20, Section 026, Cole County rates as set forth. The Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed in connection with the work to be performed under the terms of this contract. The record shall show the actual wages paid to the workmen in connection with the work to be performed under the terms of this contract. A copy of the record shall be delivered to the Purchasing Agent of the Jefferson City Finance Department each week. In accordance with Section 290.250 RSMo, Contractor shall forfeit to the City One Hundred Dollars ($100.00) for each workman employed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this contract, by the Contractor or any subcontractor under the Contractor. 4. 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 $2,000,000 for all claims arising out of a single occurrence and $300,000 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 $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence. (c) Automobile Liability Insurance in an amount not Tess than $2,000,000 for all claims arising out of a single accident or occurrence and $300,000 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 of Jefferson as the insured, in an amount not less than $2,000,000 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 the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. NOTE: Paragraph (f) is construed to require the procurement of Contractor's protective insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy (or rider attached thereto) of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by the Contractor. 5. Contractor's Responsibility for Subcontractors. It is further agreed-that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of 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 subcontractor$ 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. 6. Liquidated Damages. The City may deduct Five Hundred Dollars ($500.00) from any amount otherwise due under this contract for every day the Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will insure 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. 7. Termination. The City reserves the right to terminate this contract by giving at least five (5) days prior written notice to Contractor, without prejudice to any other rights or remedies of the City should Contractor be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor should refuse or fail to make prompt payment to any person supplying labor or materials for the work under the contract, or persistently disregard instructions of the City or fail to observe or perform any provisions of the contract. 8. City's Right to Proceed. In the event this contract is terminated pursuant to Paragraph 7, then the City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, city ordinances, and state and federal laws. 9. Indemnity. To the fullest extent permitted by law, the Contractor will 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 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. 10. Payment for Labor and Materials. The Contractor agrees and binds itself to pay for all labor done, and for all the materials used in the construction of the work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this contract. 11. Supplies. The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062 RSMo 1994 as amended. Contractor shall keep and maintain records and invoices of all such purchases which shall be submitted to the City. 12. Payment. The City hereby agrees to pay the Contractor for the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Director of Public Works and in accordance with the rates and/or amounts stated in the bid of Contractor dated January 21, 2014, which are by reference made a part hereof. No partial payment to the Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this contract shall not exceed three hundred fifty -six thousand eight hundred seventy -two dollars ($356,872.00). 13. Performance and Materialman's Bonds Required. Contractor shall provide a bond to the City before work is commenced, and no later than ten (10) days after the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment of amounts due to all suppliers of labor and materials, the payment of insurance premiums for workers compensation insurance and all other insurance called for under this contract, and the payment of the prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the City, and to be given by such company or companies as may be acceptable to the City in its sole and absolute discretion. The amount of the bond shall be equal to the Contractor's bid. 14. Knowledge of Local Conditions. Contractor hereby warrants that it has examined the location of the proposed work and the attached specifications and has fully considered such local conditions in making its bid herein. 15. Severability. If any section, subsection, sentence, or clause of this Contract shall be adjudged illegal, invalid, or unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not so adjudged. 16. Governing Law. The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri shall have jurisdiction over any dispute which arises under this contract, and each of the parties shall submit and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce this contract, the City shall be entitled to recover its attorney's fees and expenses incurred in such action. 17. Contract Documents. The contract documents shall consist of the following: a. This Contract f. General Provisions b. Addenda g. Special Provisions c. Information for Bidders h. Technical Specifications d. Notice to Bidders i. Drawing and /or Sketches e. Signed Copy of Bid This contract and the other documents enumerated in this paragraph, form the Contract between the parties. These documents are as fully a part of the contract as if attached hereto or repeated herein. 18. Complete Understanding, Merger. Parties agree that this document including those documents described in the section entitled "Contract Documents" represent the full and complete understanding of the parties. This contact includes only those goods and services specifically set out. This contract supersedes all prior contracts and understandings between the Contractor and the City. 19. Authorship and Enforcement. Parties agree that the production of this document was the joint effort of both parties and that the contract should not be construed as having been drafted by either party. 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 whomsoever made; nor shall any modification of it be binding upon the City until such written modification shall have been approved in writing by an authorized officer of the City. Contractor acknowledges that the City may not be responsible for paying for changes or modifications that were not properly authorized. 21. Waiver of Breech . Failure to Exercise Rights and Waiver: Failure to insist upon strict compliance with any of the terms covenants or conditions herein shall not be deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more times be deemed a waiver or relinquishment at any other time or times by any right under the terms, covenants or conditions herein. 22. Assignment. Neither party may sell or assign its rights or responsibilities under the terms of this agreement without the express consent of the remaining party. 23. Nondiscrimination. Contractor agrees in the performance of this contract not to discriminate on the ground or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. 24. Illegal Immigration. Prior to commencement of the work: A. Contractor shall, by sworn affidavit and provision of documentation, affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. B. Contractor shall sign an affidavit affirming that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services Contractor agrees in the performance. C. If contractor is a sole proprietorship, partnership, or limited partnership, contractor shall provide proof of citizenship or lawful presence of the owner prior to issuance of the Notice to Proceed. 25. OSHA Training Prior to commencement of the work: A. Contractor shall provide a ten -hour Occupational Safety and Health Administration (OSHA) construction safety program for their on -site employees which includes a course in construction safety and health approved by OSHA or a similar program approved by the department which is at least as stringent as an approved OSHA program. B. All employees subject to this provision are required to complete the program within sixty days of beginning work on such construction project. C. Any employee, agent or subcontractor of the Contractor subject to this provision found on the worksite without documentation of the successful completion of the course shall be afforded twenty days to produce such documentation after which time they shall be removed from the project. D. If Contractor fails the provisions of subsection A, B, or C, the Contractor shall forfeit as a penalty two thousand five hundred dollars plus an additional one hundred dollars for each employee employed by the contractor or subcontractor, for each calendar day, or portion thereof, such employee is employed without the required training. The penalty shall not begin to accrue until the time period in subsections B or C, whichever is applicable, of this section have elapsed. E. The City shall withhold and retain from any amount due under the contract, all sums and amounts due and owing as a result of any violation of this section when making payments to the contractor under the contract. The contractor may withhold from any subcontractor, sufficient sums to cover any penalties the City has withheld from the contractor resulting from the subcontractor's failure to comply with the terms of this section. 27. Transient Employers. Every transient employer, as defined in section 285.230, RSMo, enclosed in the laws section, must post in a prominent and easily accessible place at the work site a clearly legible copy of the following: (1) The notice of registration for employer withholding issued to such transient employer by the director of revenue; (2) Proof of coverage for workers' compensation insurance or self- insurance signed by the transient employer and verified by the department of revenue through the records of the division of workers' compensation; and (3) The notice of registration for unemployment insurance issued to such transient employer by the division of employment security. Any transient employer failing to comply with these requirements shall, under section 285.234, RSMo, enclosed in the laws section, be liable for a penalty of $500 per day until the notices required by this section are posted as required by that statue. 28. Notices. All notices required to be in writing may be given by first class mail addressed to City of Jefferson, Department of Public Works, 320 East McCarty, Jefferson City, Missouri, 65101, and Contractor at 2021 Idlewood Road, Jefferson City, Missouri, 65109. The date of delivery of any notice shall be the second full day after the day of its mailing. IN WITNESS WFEREOF, the parties hereto have set their hands and seals this day of ,2014. CITY OF JEFFERSON CONTRACTOR 1 Title: d ATTEST: ATTEST: City Clerk APPROVED AS TO FORM: y Counselor Title: St.o-L '' STOCK04 OP ID: TH ACORO- �.------ CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DD/YYYY) 01/27/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Naught- Naught / Jefferson City 1441 Christy Drive P 0 Box 1768 Jefferson City, MO 65102 Naught Naught/Jefferson City CONTACT Tera Huesgen PHONE (Alc. No. Ext): 573- 634 -2727 FAX (A/C, No): 866- 779 -8102 ADDRESS: thuesgen @naught- naught.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Cincinnati Insurance Company 10677 INSURED Stockman Construction Corp. 2021 Idlewood Drive Jefferson City, MO 65109 INSURER B : 03/31/2014 INSURER C : INSURER D : INSURER E : • INSURER F : CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR W VD POLICY NUMBER POLICY EFF (MM!DD!YYYY) POLICY EXP (MM /DD/YYYY) LIMITS GENERAL LIABILITY EPP0071246 03/31/2013 03/31/2014 EACH OCCURRENCE $ 1,000,000 PREMISES (Ea occurrence) CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 X POLICY n PEr° LOC $ A AUTOMOBILE LIABIUTY EBA0071246 03/31/2013 03/31/2014 COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS HIRED AUTOS - SCHEDULED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (PER ACCIDENT) $ $ A X UMBRELLA UAB EXCESS LIAB X OCCUR CLAIMS -MADE EPP0071246 03/31/2013 03/31/2014 EACH OCCURRENCE $ 9,000,000 AGGREGATE $ 9,000,000 DED X RETENTION $ 0 $ A WORKERS COMPENSATION WC1923209 03/31/2013 03/31/2014 X WC STATU- It OTH- TORY LIMITS L ER AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER /EXECUTIVE OFFICER /MEMBER EXCLUDED? (Mandatory in NH) Y N N / A E L EACH ACCIDENT 1 $ 1,000,000 E L DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L DISEASE - POLICY LIMIT $ 1,000,000 A A Equipment Floater Installation Fltr EPP0071246 EPP0071246 03/31/2013 03/31/2013 03/31/2014 03/31/2014 Lease /Ren 50,000 Inst Fltr 50,000 DESCRIPTION OF OPERATIONS ! LOCATIONS/VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Re: Project No. 33078, Schellridge Stormwater & Various Sanitary Sewer Improvements. 1 CITYJEI City of Jefferson City 320 E. McCarty Jefferson City, MO 65101 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE C_ —, ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD