Loading...
HomeMy Public PortalAboutORD14946 BILL NO. 2011-168 SPONSORED BY COUNCILMAN l� Scrivner ORDINANCE NO. 1�q 477 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH J.C. INDUSTRIES, INC., FOR THE MISSOURI BOULEVARD SIDEWALKS PROJECT. BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: WHEREAS, J.C. Industries, Inc. has become the apparent lowest and best bidder on the Missouri Boulevard Sidewalks project. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1 . The bid of J.C. Industries, Inc., 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 J.C. Industries, Inc., for the Missouri Boulevard Sidewalks 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. h 1 lq Passed: Oil.�,�-�.-r,� lL '' F � � Approved: J� .^'` r- Presiding O ice Mayor ATTEST: APPROVED AS TO FORM: � r � City Clerk V terim City Counselor Aaft MoDuT Central District David T.5ilvester,District Engineer Missouri Department of Transportation 1511 Missouri Blvd. P.O.Box 718 Jefferson City,Missouri 65102 573,751.3322 Fax:573.522.1059 1.888.ASK MODOT(275.6636) March 26,2012 7.4 Mr.David Bange,P.E. Engineering Division Director bs 320 East McCarty St. Jefferson City, MO 65101 �:� -- Dear Mr. Bange: This letter is in reference to your Transportation Enhancement Funds Program Project No.STP-3100(520), Missouri Boulevard sidewalk in the City of Jefferson. We concur in the award of this contract to JC Industries, Inc.with a low bid of$339,394.45. D& S Fencing has been approved as the intended subcontractor to fulfill the DBE goal of 8%.The actual DBE percentage 8.82%. Following the award of contract,the City should submit two (2)fully executed contracts to the District office. It should include contractor's liability insurance and bid bond certification. A MODOT district representative must approve the contract before the notice to proceed can be given. Please ensure the agency is aware of the Affidavit of Compliance and MOU submittal requirements to satisfy 15 CSR 60-15.020(E-Verify). These must be obtained from the contractor before award of the project. The itemized proposal is used in preparing a formal project agreement with FRWA. Upon FHWA's approval,a copy of the summary of estimated cost will be furnished for the District and City's use. The City will then be able to submit invoices for reimbursement. Please inform Central District of date and location of pre-construction meeting prior to notice to proceed. MoDOT will have representatives available to attend to discuss LPA procedures. If you have any questions, please call me at(573)751-7399. Sincerely, Dion Knipp Transportation Planning Specialist Copy: Materials-CD Construction-CD Traffic-Cl) Terry Imhoff-CD MoE?OT Our mission is to provide a world-class transportation experience that delights our customers and promotes a prosperous Missouri. www.modot.org FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT. Bid 2593 -- Project 32106— Missouri Boulevard Sidewalks Public Works, Engineering, Opened March 13, 2012 BIDS RECEIVED: J.C. Industries, Jefferson City, MO $ 339,394.45 B & P Patterson Concrete, Linn, MO $ 345,193.25 Concrete Engineering, LLC, Jefferson City, MO $ 361,028.58 Aplex, Inc., Linn, MO $ 373,716.40 Stockman Construction, Corp., Jefferson City, MO $ 395,156.38 Steve & Associates, Inc., Fulton, MO $ 435,850.47 Sam Gaines Construction, Inc. New Bloomfield, MO $ 446,462.05 Don Schneiders, Excavating Co., Inc., Jefferson City, MO $ 458,048.36 Twehous Excavating Co., Inc., Jefferson City, MO $ 542,438.45 FISCAL NOTE: 43-990-577106 - Misc. Neighborhood Sidewalks FY2012 $ 647,582.90 Expended 78,603.95 Encumbered 142,721.78 Bid 2591 $ 339,394.45 Balance $ 86,862.72 Grant Reimbursement 167 000.00 Balance $ 253,862.72 PAST PERFORMANCE: This vendor has completed projects as specified and bid in the past. RECOMMENDATION: Staff recommends award of a contract to J.C. Industries, Inc. of Jefferson City, Missouri in the amount of$339,394.45. ATTACHMENTS - SUPPORTING DOCUMENTATION Q Signatur - : ' ' g Pur` as Agent Directa of Public Works G��y 6F 1 ff al i[ 4 i p 12 :� W 1625 Department of Public Works Memorandum 320 East McCarty Street • Jefferson City, Missouri 65101 • P: 573.634.6410 F: 573.634.6562 . www jef€Gitymo.org Date: March 27, 2012 To: Terry Stephenson — Purchasing Agent, Finance From: David Bange - Engineering Supervisor �� Subject: Missouri Boulevard Sidewalks Project No. 32106 Bid No. 2593 Public Works has completed a review of the bids opened at 1:30 P.M. on March 13, 2012 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 nine (9) bids that were received for the project. Based on our review, we recommend acceptance of the bid from the low bidder J.C. Industries, Inc., PO Box 104567, Jefferson City, MO 65110-4567. The total amount of the contract will be $339,394.45. The project will be expensed as follows: J.C. Industries, Inc. ($339,394.45): Account Amount Required: Grant Remaining: Number: Available: Reimbursement 43-990-577106 $426,257.17 $339,394.45 $167,000.00 $253,862.72 If you need any other information please feel free to contact me at extension 6433. DB:db Attachments: Bid Tabulation Sheet cc: Project file Writer's file FACITY-PRQJECTS132106 Missouri Blvd Sidewalks 3-20101CorrespondencelContract Correspond encekMem o to Purchasing.docx Page I CITY OF JEFFERSON Date'311312012 BID TABULATION Bid No 2593 MISSOURI BOULEVARD SIDEWALKS STATE PROJECT NO.STP-3100{520) PROJECT NO,32106 ENGINEER'S ESTIMATE J .Industries.Inc. BSP Patterson Concrete Concrete Engineering APIRS,Inc. SIOCkman Construction Corp. APPROX. UNIT UNIT UNIT UNIT UNIT UNIT ITEM NO. CESCRIPTiON UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 2022910 Remavel nllmpmvemenls LS 1 518,750 CC $18-750.06 517.000,00 517,000.00 540,000-00 $40,000.00 542400.06 542.00070 512,180,09 $32,180,00 525.000.00 525090.00 2072600 Liner Grading Class 2 STA 47.5 $756,00 535.625,00 5450,00 SZi,375.0 5478.90 .522,747.75 5241.04 511447,50 53g0.00 519,52500 562500 529,687.50 3040564 Type S Aggreg ile for Base SOYO 305 57,00 52,135,00 59,00 52.745.00 S4.40 51,342,00 5600 51.830.00 515.00 $4.57500 59.00 52,745.00 4039902 Asphaltic Concrete PG6422,BP-1 TONS 3.5 81600.0 5560.09 $149.06 $490.00 3300.00 51.059.00 516R0o 51,260.00 5200.00 570000 3400,00 51,400.00 5021106 Concrete Pavement(6 in.Non-Reinforced) SOYO 127.1 $64.00 SB.134.4C $39.00 54,956.90 546.50 55,910.15 527.00 53,431.70 $55.00 56,990.50 $54.09 56,863,40 51121107 Co"uele Pavement(7 in.Non-Reinfomed) SOYD 49.2 561.60 53277.60 54500 52,169010 547.50 52,289.50 530.00 51,446.00 565,00 $3,133,00 56490 53,084.80 6042020 Adjusting Basin or inlet EA - 2 $1;900,04 53.B00,GO 5460,00 5800.00 51.00090 $2.000.06 51.600.00 52.00O,Co 5"aGO,0 53,800.09 51,30000 52.600.00 6061010 Guardrail Type LF 50 $22.00 S1.60G.04 533,40 51,67000 $70,00 51500 GO $30.00 31.500,00 $77,00 53,850,09 $37.90 51,050.00 6063015 Type A Crashwanhy End Terminal EA 2 52,300 00 54.600.00 52,670,00 $5,340.00 52,000.00 54.000(10 52,000.00 54,000.00 52200.00 $4,40990 52,700.00 55.400.90 6066540 Guardrail Delineator,While EA 4 59,00 336,00 522,20 506.60 $10.00 540.00 525.00 5100.00 512.00 548.90 525.00 5100.00 6079902 Pedestrian Guard Railing{Iwo horizontal bars) LF 165.5 586.00 514,255.00 555.50 59,20$.90 S02.GO 55,305.60 580.50 513,346.80 555.00 59,119.00 560,00 19,948.00 6679903 Pedestrian Guard Railing(three horizontal bars) LF 280 5102.GC 5713 Soo 00 562.60 517.350.00 536.00 S10,080 CO $83.56 $23,360.00 575.00 521 000.00 $6600 516 4aO.00 6061010 Concrete CLrb Ramp SOYO 245.5 555.49 513,557,50 536.60 513.1374.00 545.60 $11.240.40 566,44. 516.37746 575.00 518.467.50 595.00 523.417.50 6081012 Tmrcated Dames SOFT 219 55200 $11,386,00 532.60 57,00.06 $20.00 34,380.00 524,70 55,409.30 530.013 56,570.00 524.00 $5,256.00 6983006 Gin Concrete Median Strip Sci 6,6 549.00 5316.80 553.00 5349,60 527006 51,782.00 5136.00 $897.60 $100.00 5650.00 5225,00 $11.4115 00 EC85005 Paved Approach,Bin. SCIYD 777.9 $64,CO 549,195.60 549,50 $38,563.05 552.50 $40,839.75 550.00 S3EO95.Do 552.00 540,450.80 550.00 536.695 G6 6089951 Faved Approach_8 in.(open to traffic in 24 SOYD 924 583.00 376,692,00 $64,49 $59.135.011 $5500 550,920.06 556.00 551,744.00 s5BOG 553,592.90 565.00 560,06000 hours) 6939982 Paved Approach,8 in.(ape"to Iralfc in 4 hours) SOYD 85.3 59600 $8,100.90 571 DD '$6,056,30 56000 55,119.00 591,06 57,752.30 $10000 58,530.00 566.00 55,900.40 606004 Concrete Sidewalk.4 in SQYD f0B0a 535.00 539,616.90 530.00 532,574,06 535.50 538.474.90 531.73 534,306.97 54000 543,352.06 S36 Go S39016.BG 6089906 Concrete Bus Shelter Pads,6 in SOYO 13.3 540.00 S53200 543.00 5571.90 520000 32,66000 537.00 5492.14 S14O.00 51.230.00 WE 00 $1.037 40 60139916 Menehlhic Toe Wall,le Inch LF 403.4 330 Co 31:?'102m 555.00 522,1B7.00 54600 516,13600 528,41 511.4-10.59 53700 514,925.60 540.09 516,136.00 6099910 Concrete Curb Typo S LF 190 516.00 53.420.00 53100 56,276,00 $35,00 56,650.00 $50.72 S0636.BO 535.00 $6,650.00 545.00 50,550.00 6099957 Curb and Gutter TYPO A LF 358 522.00 57,675.00 $2500 SII05900 526.GO 59,306.00 525.13 58,996.54 530.60 S70.740.00 533.no 51 i,B14 CC 5151005 Construction Signs- SOFT 283 524.04 56,912.00 513.30 $3,830.40 51500 54,32000 558.00 S16704 CC 58,60 S2,204.00 59.50 52,736,60 5161009 Flag Assembly EA 9 $45-04 $4050 533-35 $300.15 5190,00 590.60 52000 5180.00 525,06 5225,CC 530.90 5270..60 6101010 Relocated Signs SOFT 25 520.00 $501 5126.00 53,150.00 529.00 $50004 $0.00 5200.00 511.50 $267.50 54000 5I'GC0,00 6161025 Channilizer(TOM Line) EA 33 548,00 S1.5134.00 522,49 5725.00 5121.00 $3.993.00 526,00 5958.00 521.00 5693.00 $25.50 $841.50 5161031 Type 10 Movable Barricade with Light EA 11 5309.00 53,300.4 5333.00 53,663.00 $27800 53,058'00 Si 16,44 $1,275.66 $225.00 52,475,00 $350.00 53,050.00 5151040 Flashing Arrow paoel EA - 1 $3,000.90 53,000.00 52,225.00 $2,225.00 $600.90 5600,00 5700.00 57060 32,400 00 52,400.00 52,200,09 52.20000 5209106 Acrylic Waterborne Pavement Marking Paint,6 LF 332 $2.50 5030.04 52.60 3963.20 5300 5996,00 32.50 $530,60 5300 5996,00 5300 5996.00 in.,White 6206124 Acrylic Waierboms Pavement Marking Paint,24 LF 94 510,00 $84000 515,90 51,335.60 $3.40 $252.99 515,60 51,26900 516.00 51,34400 $17.50 $1,470,00 In..While E207001 Pavement Marking Remuval LF 25 $15.00 S375LOO $15,90 5357.50 535.00 5075.00 515.90 $375,00 $1600 $400,00 517.36 5432.50 7034009 Class B-1 Concrete(Retaining Wail) CUYD - 44.5 5365.90 $16,242.50 354700 524,341.50 5405.00 518.02154 $411.00 S$R,2E9,50 5550.00 524,475,00 $591100 526.255 00 7061640 Reinforcing Steel(Retaining Wall) LB 3329.5 51.05 53.4G6 08 S1,CC 53.329.60 $1.00 $3.32960 51.30 $4,32B.4B 51.50 54,994.40 51-80 55,993,28 8041000 Topsoil CUYD 17B $25.00 5445090 522.99 53,916.00 32B.G0 $4,904,00 342.00 57.476.40 $19.0 $3,382.00 $45.00 $8,01000 8051000A Seeding-Cool Season Mixture ACRE 0.4 570,000.00 54,440.90 53,092.00 51,556.80 53,540110 51,440.00 53,600.66 S$,440.00 $4,000.00 $1,600.00 54,600.00 51.840.60 8061019 Sill Fence LF 1GO 55.50 5591 $2.60 5280,80 52.30 5244.40 &1.00 5432.00 53.06 5324.00 53.20 5345.60 3061021 Type I Ditch Check EA 1 5500.00 550.00 $128.01] 512590 5115.00 5715.00 $115.00 $11500 5130.00 5130,60 Sias Do $185.00 8061025 Inlet Check EA 8 5250.00 52,000.00 5167.00 51,335.90 515090 51,200,00 S150.00 51,200.00 5165,00 $1,320.00 5201 $1,600.00 6069901 Straw WaIBe LF 322 $5.50 51,771.00 53.25 51,046,50 $2.90 5933.80 53.40 5966.00 53.00 5966.00 53.09 5966.00 9429513 Signal Head,Typa 35 EA 4 5825.00 5825.00 51,102.00 $1,107-09 $2,790,00 52,790.00 $1,04090 $1,640.00 5996.00 5994.00 51 203.00 51.203.00 9929611 Signal Head,Type 1S.Pedestrian EA _ 4 5560.00 52,240.00 5834.20 $3.336-50 $750,00 $3000.00 5788.00 53.15200 $750,00 53,000,00 5914,00 $3.640.00 9022708 Post,Signal 911.or 2.4 m EA 3 52,90000 $B,40090 S1 00000 53,00000 590990 52,700,60 $94500 $2.535,00 S90000 S2,700,00 51,090.06 $3.270.00 9024920 OCICctor.PuShbutlnn EA 4 $116.00 $72090 5389.00 51,556.00 5350.00 51,40990 $369.00 S7,472.00 3350.00 $1,400,00 5425.00 51,70090 9025300 Conduit,3 in.,Trench LF 25 $20-00 $520.00 $13,40 $341146 512.06 5312,00 $12.50 S325 O9 51200 531200 514.50 $377.00 90273GO Conduit,3 in..Pushed 4F 11 525,00 $275,00 $33,40 5367.40 $30.00 $330.001 531,54 5345.501 530.00' 5330.00 $38.50 5461,50 9028311 Cable,16 AWG 7 Conductor LF 413 35.00 32,055.00 $1.70 5702.10 $1.50 $619,50 51.58 5652.54 51.50 %19,50 Si 80 $743.40 9029100 Base,Concrete GUYO 1.3 5420.0(1 S546.OG 52,135.04 $2,775.50 $1,920.00 $2,496.09 52,916.00 52,620,80 51.920.00 52,496.09 52,330.04 53,029.00 9039901 Crosswalk Sign,R10-3e SOFT 3.8 $50.00 5$96.00 542.25 $160.55 538.00 514440 $40.00 $152.00 539.90 5144.40 $4600 $174.80 TOTAL BASE 131D $410,792.86 $339,394.451 $345,193,251 5361,020.581 $373,716,40 $395,156,36 °J DVERIUNDER ENGINEER'S EST. -17.4! .16 h -12.1% -9,0. .3.6 Page 2 CITY OF JEFFERSON Date 311312012 BID TAEULA11ON Bid No 2593 MISSOURI BOULEVARD SIDEWALKS STATE PROJECT NO,STP•3100(520) PROJECT NO.32106 Sam Gaines Ccnstmi;tian, Don Schneider's Excavating( Twehous Excavating Slave F.Associates,Inc. Inc. Company,Inc, Company APPi UNIT UNIT UNIT UNIT ITEM NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT 2022010 Removal of Improvements LS 1 535,07565 5#5.031,85 $80,000.00 580,000,00 516,200,00 576,200.00 S43,00000 543,000.00 2072000 Liner Grading Class 2 STA 47,5 5463.131 522,901 539100 514,250,00 5573,00 $27,217,50 S7,25i 559,375.00 3940504 Type 5 Aggregate for Ease SQYD 305 312.23 53.730.15 510.00 53,050,00 5760 52,135,00 513.50 54,117.50 4039902 Asphaltic Cancrele PG64-22.BP-1 TONS - 3.5 $1602.80 $3,789.60 5150,00 s525.00 5250.00 5675,00 5365:00 51,347,50 5021106 Concrete Pavement(6 in.Ncn•Reinfarced) SQYD 127.1 $135.46 517.211 565.00 56,261,50 559,55 57,588.91 552.90 $6,609.20 5021107 Cancrele Pavement(7 in.Nan-Reinfemrd) SQYD 40.2 5174.56 Sri 13.79 $70.00 SJ,3741 571,25 $3,434.25 559,00 52,843.00 5042020 Ad(usting Basin or Inlet EA 2 $925.40 $1,550.96 51,000.00 52,001 57 2130.00 52,569,60 $36013.00 56.000-01) 5061070 Guardrail Type A LF 50 S69.17 54.450.50 530.00 51,500.00 533.00 51.650,00 530 co 51,500.00 60630i5 Type A Crashwanhy End Terminal EA 2 52,547.77 55.095.54 52400.00 $4,000.00 52.600.00 95,2017,00 SZ,400.00 5a 800.g0 6466540 Guardrail Delineator,Wh'de EA 4 512.74 5513.96 520.00 580,913 ',,22.00 560.00 520,00 580.60 5079902 Pedestrian Guard Railing(two horizontal bars) LF 165.8 354.41 59,021.10 550.00 $6,29600 $55.06 59,119,00 560 Op 59,941ll 6079903 Pedestrian Guard Railing(three horizontal bars) LF 280 562.02 517.365.50 555,00 515,660.00 $61.00 517.080.00 Si $111,900.00 6061010 Concrete Curb Ramp SQYD 246.5 559.54 514,576.51 $70.00 $17,255.00 $75.00 $16407.50 590.00 522,185,00 6013 1052 Truncated Domes SOFT 219 59.43 $2.055.17 $3090 56,570-00 S411 $0,760,40 525.00 55,475.00 6083006 5 in Generale Median Strip SQYD - 6.0 $61.75 $407.55 Viggo 5858.30 5$97.40 51,309.20 5137.50 $907.50 6085006 Paved Approach.8 in. SOYD ` 777.9 S59.40 554,048.49 s75 AC 551 573.00 558,7 5670 565.00 350,563.50 5009981 Pavetl Approach.11 In (open to traffic in 24 SQYD _ 924 $69.82 $64,513.80 Si S78,540.04 510200 598,{188,00 570.00 564.6B0.20 hours! 60B9092 paved Approach,8 in(open to IrafGa in 4 hours} SQYD 853 576.85 56,555.31 590.00 S7,57700 $122.00 519.408 60 575 of) $6,397.50 6086644 Concrete Sidewalk,4 in SQYD 1091B 553.02 557,463.00 535.00 537,933,00 S3440 $36,849.20 587.04 $94,291 6009906 Concrete Bus Shall Pads,6 in. SOYD 13.3 559.65 5793.35 S loo,00 51,336.60 554090 57,968,40 5152.00 52,02160 6069910 Monolithic Toe Wall,18 Inch LF 4034 320-53 511,707.30 $70.40 $213230.00 $16.00 56,454,40 531.013 512,505.40 6099910 Cancrele Curb Type S LF 190 52893 55,325.70 555,00 510,450.00 $is.00 53,044,00 $30.75 57,362.50 6099951 Curb and Guilt Type A LF 358 528.03 $10,034.74 $3090 $13,604,00 S25,00 $8,950.00 532-50 S11 635.00 6151005 Cnnslmclion Signs SOFT 290 577.92 $22,440.96 513.00 $2,304.00 S9.0U $2,592.00 $51.00 517,560.00 6151009 Flag Assembly FA 9 $2,5513.39 523,025.51 525.40 $225,00 521 $25290 5150,00 51,350.00 6161015 Relocated Signs SOFT 25 563.49 51,587.25 511,50 5287.50 $13.00 $325,00 $41-50 $1,037.50 6161025 Channilizer(Trim Line) EA 33 $44,59 51,471.47 $21,00 $131 524.06 $792,00 $260.00 $11,880.00 5161031 Type III Movable Barricade with Light EA 11 5191.09 52,101.88 $225.54 $2,475,00 SZVI 00 52,750.40 56500 57,150.90 6151040 Flashing Arrow panel EA 1 56,359.43 $5,369.43 51,60100 $1,600,00 $1,800,00 53,000.00 55,000.00 55,000.001 6205106 Acrylic Walerbame Pavement Marking Paint,6 LF 332 $2.99 5992.68 $2.35 5784,20 52.60 $853.20 $2.35 5780.20 In.,While 8206124 Acrylic Wale[pome Pavement Marking Paint,24 LF 84 578.15 S1,524.50 $14,25 51,197.00 57690 51,344,09 514,25 $1,197.00 in.,Wfllfa 5207001 Pavement Marking Removal LF 25 $18.15 5453.75 514.25 $35625 516,00 5400.00 S14.25 5356.25 7034009 Class B•1 Concrete(13olaining Wall) CUYD 44.5 5126.11 55511.90 5240.00 570,680,00 5344,00 $15,308.00 5515.00 522,917.50 7061040 Reinforcing Steel(Ralaining 4Va11) LF3 3329.5 50.60 $1,997.76 5190 51.60 57.38 ",504:85 51,25 S4,I62CD 81341800 To if CUYD 170 555.13 $10,122.06 525.00 54,450,00 S25.00 $4.450.00 52875 $5.117.50 805$000A Seeding-Cool Season Mixture ACRE O4 511,478.98 $4,501.59 53,000,00 51,200.00 54.01 $1.600,00 $22,750,00 $9,100.00 6061059 Sill Fence LP 10tH 52.55 S275.40 52,95 5378.60 $2.60 $289,80 11 $2,079.00 0051021 Type 1 Ditch Check EA 1 5764.33 $764.33 $200.00 5200.04 5130.00 5130.00 5250.00 5250.00 6051025 Inlet Check EA 8 59172 $733,76 $100.00 $800.00 $165.00 51,320.00 5251 $2,01)1 8059901 Straw Wattle LF 322 $1.59 $511.98 5100 $966,00 $320 51.030.40 $6.50 52093,00 9020513 Signal Head,Type 38 EA 1 51,261.15 $1,281.15 $990.00 $990,00 $1,090,00 51,090.06 5950.90 S95D.00 9020811 Signal Head,Type IS,Pedestrian EA 4 $955.41 $3521.64 3750.00 S3,000,00 5625.00 $3,300.00 5750,00 53.1100.00 9022708 Post,Signal 8 It or 2.4 no EA 3 S1,146,50 53,439.50 590060 $2.700.00 $990.00 $2,97090 5875.0 52.62590 9024920 Detector,Pushbv0on EA 4 $445,86 51,783,44 5350.06 51,41 5365.00 $1,546.00 $35060 $1,400,00 9025300 Conduit,3 in.,Trends LF 26 51529 5397.54 512.00 5312.90 $14.00 8384.00 $11.75 $305,50 9027300 Conduit.3 in.,Pushed LF 11 $38.22 5420.42 530.00 5330.00 $33.60 5363.00 530.00 $370.00 9025311 Cabe,18 AYVG 7 Conductor LF 413 $1.91 5700.03 51.50 561950 51,65 5681.45 5100 Si 9029100 Base,Concrele CUYD 1.3 52,445.136 $3,179.62 S1,920.00 52,496.00 32,115.00 $2,749.50 51.75090 $227500 9039901 Crosswalk Sign,R16•Je SOFT 16 548,41 5183,96 $30.00 $144.40 $42.00 $159-60 63000 5144.44 TOTAL BASE BID $435,850.47' $446,46205 $458,040.36 S542,438.45 %DVERlUNDER ENGINEER'S EST, 6,1% 8.7% 11.5%1 32.0% CITY OF JEFFERSON CONSTRUCTION CONTRACT THIS CONTRACT made and entered into this day of 2 ,.2012, by and between J.C. Industries, Inc. hereinafter referred to as "Contractor", and the City of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as "City". WITNESSETH: That Whereas, the Contractor has become the lowest responsible bidder for furnishing the supervision, labor, tools, equipment, materials and supplies and for constructing the following City improvements: Project No. 32106, Missouri Boulevard Sidewalks. 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 "Missouri Boulevard Sidewalks" 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 115 calendar days from the date Contractor is ordered to proceed, which order shall be Issued by the Director of Public Works within ten (10) days after the date of this contract. 3. Prevailing Wanes. 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. 18, 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 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. (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) Scape 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 subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. 6. Liauidated Damages. The City may deduct Seven Hundred Dollars ($700.00)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 March 13, 2012 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 Thirty Nine Thousand Three Hundred Ninety Four Dollars and Forty Five Cents $339,394.45. 13. Performance and Materlaiman's Bonds Reguired. 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 one hundred dollars for each employee employed by the contractor or subcontractor, for each calendar day, or portion thereof, such employee Is employed without the required training. The penalty shall not begin to accrue until the time period in subsections B or C, whichever is applicable, of this section have elapsed. E. The City shall withhold and retain from any amount due under the contract, all sums and amounts due and owing as a result of any violation of this section when making payments to the contractor under the contract. The contractor may withhold from any subcontractor, sufficient sums to cover any penalties the City has withheld from the contractor resulting from the subcontractor's failure to comply with the terms of this section. 26. 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 PO Box 104567, Jefferson City, MO 65110- 4567. The date of delivery of any notice shall be the second full day after the day of its mailing. IN yYITNESSW HERE0 the parties hereto have set their hands and seals this _day 2012. CITY OF JEFFERSO CONTRACT Mayo i le: Tony Adrian, President ATTEST: ATTEST: ity Clerk e: Denise Caley, Assistant retary APPROVED AS TO FORM: X-�Z & 44erim City Counselor