Loading...
HomeMy Public PortalAboutORD14066 • BILL NO. 2006-31 SPONSORED BY COUNCILMAN Brown ORDINANCE NO. / N-0&6 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 Mayorand CityClerk 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 shall be In full force and effect from and after the date of Its passage and approval. Passed://li(�f.�xfi1/L� 7� �Q� Approved: y GG Presiding Officer Mayor TTEST: AP ED A TO FORM: �r t� ty CIEK CI y Counselor Ord )406a CITY OF JEFFERSON • i ELECTRICAL SERVICES AGREEMENT THIS AGREEMENT trade and entered this j 0 day of August, 2006, by and between the City of Jefferson, Missouri, a municipal corporation, hcreinater referred to as"City,"and Stokes Electric, hereinafter referred to as "Contractor." WHEREAS,the City of Jefferson,Missouri,is desirous of obtaining electrical service,repairs,replacement or related work on all City electrical systems including buildings,athletic field lighting, outdoor park facilities,sanitary sewer pump stations and the Water Pollution Control Plant; and WHEREAS,Contractor is willing to enter into this Agreement with respect to his employment and services upon the terms and conditions herein set forth. NOW,THEREFORE,be it agreed as follows: 1. Scope of Services. The work of this agreement consists of the performance of authorized electrical work for the City of Jefferson. Work required may involve service,repairs,replacement or related work on all City electrical systems which include buildings,athictic field fighting,outdoor park facilities,thirty-five(35)sanitary sewer pump stations and file Water Pollution Control Plant adhering to the ITA requirements as stipulated in Appendix A. 2. Contract Period. This contract shall be in effect from August 15, 2006 through August 14, 2007. With the consent of both • patties,the contract may be extended for two(2)additional one(1)year periods. 3. Contract Amount. The amount of the contract shall not exceed Thirty-Nine Thousand Dollars ($39,000.00)per year. 4. Payment. Payment shall be made to Contractor by City on a monthly basis following the submission by Contractor of an itemized, detailed statement of services tendered which shall be presented to the Finance Department of the City no later than the fifth(5'h)day of the month following rendition of the services. 5. Indemnity. To the fullest extent permitted by law,the Contractor will indemnify and hold harniless 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 properly(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. • a:ComW 1"46 rnkcmleelw6cEWrkjJSmka 2006%T4 6. Response Time. • 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 as emergency repairs. Contractor shall have a licensed electrician on call twenty-four(24)hours per day, seven(7)days per week throughout the contract period. For those repairs designated as non•cmcrgcncy,Contractor shall be required to return the request for 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. Prevailine Waee Law. To the extent that the work performed by Contractor is subject to prevailing wage law,the Contractor and all subcontractors shall pay not less than the prevailing wage hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri,pursuant to Sections 290.210 through 290.340 inclusive,RSMo. 8. RakL Service will be provided at the following rates: maintenance work prevailing wage work (labor rate per hour) (labor rate per hour) YEAR ONE COST PER HOUR (normal working hours) Foreman 51.60 56.80 Journeyman 50.90 55.20 Shopman 37.30 40.50 COST PER HOUR (overtime work hours) Foreman 77.40 85.20 Journeyman 76.40 82.80 Shopman 56.00 60.80 COST PER HOUR (overtime, Sunday and holiday) Foreman 103.20 113.60 Journeyman 101.80 110.40 Shopman 74.60 81.00 YEAR TWO COST PER HOUR (normal working hours) Foreman 53.80 58.60 Journeyman 53.40 59.30 Shopman 39.20 43.50 • a:Con,rY • 2 COST PER HOUR (overtime work hours) • Foreman 80.70 87.90 Journeyman 80.10 89.00 Shopman 58.80 65.30 COST PER HOUR (overtime, Sunday and holiday) Foreman 107.60 117.20 Journeyman 106.80 118.60 Shopman 78.40 87.00 YEAR THREE maintenance work prevailing wage work (labor rate per hour) (labor rate per hour) COST PER HOUR (normal working hours) Foreman 56.00 60.50 Journeyman 55.60 62.30 Shopman 40.90 45.70 COST PER HOUR (overtime work hours) Foreman 84.00 90.80 Journeyman 83.40 93.50 Shopman 61.40 68.60 • COST PER HOUR (overtime, Sunday and holiday) Foreman 112.00 121.00 Journeyman 111.20 124.60 Shopman 81.80 91.40 9. Parts and Materials. City shall provide materials and supplies necessary to complete the work from the Slate 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 some and will be reimbursed for his costs for which he shall provide invoices. All work shall be according to the provisions of the 2002 National Electrical Cade and the provisions of the current and/or any revised Code 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 time and will consist of the individual's hourly rate plus hourly fringe benefits plus employer's payroll contributions with a fifteen percent(15%)additional for overhead and profit. Payment for equipment not susceptible to classification under any scheduled items in the contract, will be limited to: • A. For equipment rented by the vendor, the actual rental paid plus fifteen percent (15 0/0) for overhead and profit. liXomim riks'a Wmdm ikdtk1F.Wrk&1 Smim 2006.vp1 ' 3 ' b. ror equipment owned by the vendor, the monthly rental rate charged by recognized rental organizations limes the number 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 for material not susceptible to classification under any scheduled items in the proposal will be applicable column price plus fifteen percent (15%) for overhead and profit. Prior to payment being authorized, the Contractor shall submit an itemized breakdown of the unclassified labor,equipment and/or material. The breakdown shall include informlion and documentation sufficient to substantiate the Contractor's claim. 11. Inspection, Unless the 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 of the following to City Administrator or his designee: A. Description of the work necessary. B. A list of the materials,parts,and supplies needed to complete the work. C. An estimate of work hours. 12. Authorization to Repair. Once 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 for • 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, parts and supplies are made available. In the event that the repair is of an emergency nature, Contractor shall proceed to make the repair as expeditiously as possible and secure all necessary paperwork after the repair is completed. 13. Normal Work flours, Normal working hours are 8:00 a.m. to 5:00 p.m.on weekdays. Overtime flours are 5:00 p.m. to 8:00 a.m., weekdays; Saturday, Sunday and Holiday hours from 12:01 a.m. to 12:00 p.m. The quantity of work during normal work hours for which payment will be made will be for work man hours 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 the type of repair, travel, benefits,overhead,profit, insurance and else necessary therefor and incidental thereto. 14. Overtime Work Hours. The quantity of work during the overtime work hours for which payment will be made will be the number of overtime work man hours actually performed at the site. • Payment for overtime work hours will be paid for lime quantity as above determined at the unit price bid for the item overtime work hours, in the proposal, which price includes costs of labor, equipment normally associated with the type ofrcpairs,travel,benefits,overhead,profit,insurance and all else necessary therefore and incidental thereto. IL Compel rsidS iremobek<trciiluvkdsmicn2006%TJ - 4 - 15. Insurance. • Contractor shall secure, pay for and maintain during the term original or extended of this contract, insurance of the types and in the amounts herein specified: A. Workmen's Cointlensat ion Insurance forall of its employees to be engaged in work underthis 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 Properly Damage Insurance in an amount not less than$2,000,000 for ail 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. Ownces Protective Liability Insurance-The Contractor shall also obtain at its own expense and deliver to the City an Ownces 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 $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. 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. Scopeoflnsuranceand Special Hazard. The insuranccrcquiredunderSub•paragraphs(b)and (c) hereof shall provide adequate protection for 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 gcncral public liability and property damage policy(or rider attached thereto)of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by Contractor. 16. Failure to Perform. Should Contractor fail to provide services as set forth pursuant to this contract, or fail to meet any of the contract provisions, this contract may be canceled at lice sole option of the City upon giving five (5) days written notice to Contractor. 17. Cancellation. • This contract shall be subject to cancellation by the City at any time following fifteen(15)days notice. II.'COmrml rrb'amxemola clmrk rWrk.1 Smke 3006%pf . 5 - 18. Notices, All notices,consents,authorizations,requests and statements hereunder shall be deemed to have been properly given if delivered by and or mailed by first class United States mail,postage prepaid,to the City of Jefferson, 320 East McCarty,Jefferson City,Missouri,65101,and if to the Contractor at Stokes Electric,226 Madison Street,Jefferson City,Missouri,65101. IN WITNESS WHEREOF,the parties hereto have set their hands and seals on the day and year first above written. CITY OF JEFFERSON,MISSOURI STOKES ELECTRIC Ma r Title: 94, ATT ST: ATTEST: r City Clcrk U APPRO S TO . City Ccrutgdlor • ' II:COM111[I rlka`amifaMOAo eIMik`rMricdSmitta SOOb.xrf ' t1 ' APPENDIX A • Federal Funds The mnjorityofwork under this request will be funded Through City of Jefferson budgeted funds, During the period, April 9, 2005 through April 8, 2006, the total of all charges under this agreement was $15,224.45. Of the amount,expenses in the amount of$284.54 were charged to the Transit Division. Work in one division,Community Development Department-Transit Division,maybe fundedthrough the FedcralTrinsit Administration. Asarecipicnt of Federal Transit Administration funds; the following requirements shall be fully considered in preparing bids and performing any work using FTA funds. No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract,absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2)The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. Program Fraud and False or Fraudulent Statements or Related Acts. (1)The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986,as amended, 31 U.S.C. § 3801 et sccc,and U.S.DOT regulations,"Program Fraud Civil Remedies,"49 C.F.R.Part 31,apply to its • actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirnis the truthfulness and accuracy of any statement it has made,it makes,it may make,or causes to be made,pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable,the Contractor further acknowledges that if it makes,or causes to be made, a false, fictitious, or fraudulent claim, statement, submission,or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2)The Contractor also acknowledges that if it makes,or causes to be made, a false, fictitious, or fraudulent claim, statement, submission,or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by F7'A under the authority of 49 U.S.C. § 5307,the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1)on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA.It is further agreed that the clauses shall not be modified,except to identify the subcontractor who will be subject to the provisions. Access to Records The following access to records requirements apply to this Contract: 1. Where the Purchaser is not a State but a local government and is the ITA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C. 1 . R. 18.36(1), the Contractor agrees to provide the Purchaser, the F7'A Administrator, the Comptroller General of the United Stoics or ally of their authorized represenlalivcs access to any • books,documents,papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits,examinations,excerpts and transcriptions.Conlractoralso agrees,pursuant to 49 C.F.It,63117 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's II.'Contw hk,a koMd.ekme l:kcttk4 Smka 2006x14 • 7 ' records and construction sites pertaining to a major capital project,defined at 49 U.S.C. 5302(x)1,which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. • 2. Where the Purchaser is a State and is the FTA Recipient or a subgrantcc of the VfA Recipient in accordance with 49 C.F.R.633.17,Contractor agrees to provide the Purchnscr,the F'1'A Administratoror his authorized representatives, including any PMO Contractor,access to the Contractor's records and construction sites pertaining to a major capital project,defined at 49 U.S.C.5302(x)1,which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307,5309 or 5311. By definition,a major capital project excludes conlracls of less than the simplified acquisition Ihresbold currently set at $100,000. 3. Where the Purchascr enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education,a hospital or other non-profit organiwillon and is the FTA Recipient ora subgrantecof the FTA Recipient in accordance with 49 C.F.R. 19.48,Contractor agrees to provide the Purchnscr, FI'A Administrator, the Comptroller General of the United States or any of their duly authorized representatives with access to any books,documents,papers and record of the Contractor which arc directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. 4.Where any Purchascr which is the FFA Recipient ora subgrantcc of the I TA Recipient in accordance with 49 U.S.C. 5325(x)enters into a contract for a capital project or improvement(defined at 49 U.S.C.5302(a)l)through other than competitive bidding,the Contractor shall make available records related to line contract to the Purchaser,file Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 5. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 6.The Contractor agrees to maintain all books,records,accounts and reports required under this contract for a period • of not less than three years after the date of termination or expiration of this contract,except in the event of litigation or settlement ofclaims arising from the performance of this contract,in which case Contractor agrees to maintain sane until fhe Purchaser,the FTA Administrator,the Comptroller General,or any of their duly authorized representatives, have disposed of all such litigation, appeals,claims or exceptions related thereto. Reference 49 CI'R 18.39(1)(11). 7. FTA does not require the inclusion of these requirements in subcontracts. Federal Changes The contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Agreement(Form FTA MA(10)dated October, 2003)between Purchaser and FTA,as they may be amended or promulgated from time to time during the tcrin of this contract.Contractor's failure to so comply shall constitute a material breach of this contract. Civil Rights The following requirements apply to the underlying contract: (1)Nondiscriminal ion-In accordance with Title VI of the Civil Rights Act,as amended,42 U.S.C. § 2000d,section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990,42 U.S.C. § 12132,and Federal transit law at 49 U.S.C. § 5332,the Contractor agrees that it will not discriminate against any employee or applicant forcmploynncnt because ofrace,color,creed,national origin, sex,age,or disability. In addition,the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FI'A may issue. • (2) Lqual Employment Opportunity - 'file following equal employment opportunity requirements apply to the underlying contract: (a) Race. Color, Creed, National Oriain. Sex - In accordance with Title VII of the Civil Rights Act, as IICom,�,Nna,nks uola tkc,rc l:kn,id5mka 2006 vpd ' g - amended,42 U.S.C. § 2000e,and Federal transit laws at 49 U.S.C.§ 5332,the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S.Department of Labor(U.S.DOL)regulations,"Office • of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor,"41 C.P.R. Parts 609lSL4.,(which inmpicmcnt Executive Ordcr No. 11246,"Equal Employment Opportunity,"as amended by Executive Order No. 11375,"Amending Executive Order 1 1246 Relating to Equal Employment Opportunity,"42 U.S.C.§2000c note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project.The Contractor agrees to take affirmative action to ensure that applicants are employed,and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment,upgrading,demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training,including apprenticeship. In addition,the Contractor agrees to comply with any implementing requirements i"rA may issue. (b)Ace-In accordance with section 4 of the Age Discrimination in Employment Act of 1967,as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. in addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c)Disabilities-In accordance with section 102 of the Americans with Disabilities Act,as amended,42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission,"Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R.Part 1630,pertaining to employment of persons with disabilities.In addition,the Contractoragrecs to comply with any implementing requirements PTA may issue. (3)The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. • Termination of Contract a.Termination for Convenience(General Provision)The(Recipient)may terminate this contract, in whole or in part,at any time by written notice to the Contractor when it is in the Government's best interest.The Contractor shall be paid its costs,including contract close-out costs,and profit on work performed up to the time of termination.The Contractor shall promptly submit its termination claim to(Recipient)to be paid the Contractor. If the Contractor has any property in its possession belonging to the(Recipient), file Contractor will account for file same,and dispose of it in the manner the(Recipient)directs. b.Termination for Default )Breach or Cause (General Provision) if the Contractor does not deliver supplies in accordance with the contract delivery schedule,or,if the contract is for services,the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the (Recipient) may terminate this contract for default.,rernination shall be effected by serving a notice of termination on the contractor selling forth the manner in which the Contractor is in default.The contractor will only be paid the contract price for supplies delivered and accepted,orservices performed in accordance with the mannerofperfornance set forth in the contract, If it is Inter determined by the(Recipient)that the Contractor had an excusable reason for not perforning,such as a strike, fire,or(food,events which are not the fault of or are beyond the control of file Contractor,the(Recipient), after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a tcnnination for convenience. c.Opportunity to Cure(General Provision)The(Recipient)in its sole discretion may,in the case of a termination for breach or default,allow the Contractor[an appropriately short period of time] in which to cure the defect. In such case,the notice of termination will state the time period in which cure is permitted and other appropriate conditions • if Contractor fails to remedy to(Recipient's satisfaction the breach or default of any of the terms,covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from (Recipient) a.rOKlKl i kI16C.ISMk.'(ftMtJ . 9 - setting forth the nature of said breach or default,(Recipient)shall have the right to terminate the Contract without any further obligation to Contractor.Any such termination for default shall not in any way operate to preclude(Recipient) • from also pursuing all available remedies against Contractor and its sureties for said breach or default. d.Waiver of Remedies for any Breach In the event that(Recipient)elects to waive its remedies for any breach by Contractor of any covenant,term or condition of this Contract,such waiver by(Recipient)shall not limit(Rccipient)'s remedies for any succeeding breach of that or of any other term, covenant,or condition of this Contract. e.Termination for Convenience(Professional or Transit Service Contracts)The(Recipient),by written notice, may terminate this contract,in whole or in part,when it is in the Government's interest, f this contract is terminated, the Recipient shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. f.Termination for Default(Supplies and Service)iftlmc Contractor fails to delivcrsuppiies or to perform throe services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract,file(Recipient)may terminate this contract for default.The(Recipient)shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default.The Contractor will only be paid the contract price forsupplies delivered and accepted,orscrviccs performed in accordance with the manncror performance set forth in this contract. If,after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. J.Termination for Convenience of Default(Cost-Type Contracts)Time(Recipient)may terminate this contract,or any portion of it,by serving a notice or termination on the Contractor,The notice shall state whether the termination is for convenience of the(Recipient)or for the default of the Contractor. if the termination is for default, the notice • shall state the manner in which the contractor has failed to perfornm the requirements of the contract.The Contractor shall account for any property in its possession paid for from funds received from the(Recipient),or property supplied to the Contractor by the(Recipient). If the termination is for default,the(Recipient)ninny fix the fee, if the contract provides for a fee, to be paid the contractor in proportion to the value, if any, of work performed up to the time of termination. The Contractor shall promptly submit its termination claim to file (Recipient) and the parties shall negotiate the termination settlement to be paid the Contractor. if the termination is for the convenience of the(Recipient),the Contractor shall be paid its contract close-out costs,and a fee, if the contract provided for payment of a fee, in proportion to the work perfonned up to the time of termination. If, alter serving a notice of termination for default, the (Recipient) determines that the Contractor fins an excusable reason for not performing,such as strike, fire, flood,events which are not the fault of and are beyond the control of the contractor,the(Recipient),allcr setting up a new work schedule,may allow the Contractor to continue work,or treat the terminntion as a termination for convenience. Disadvantaged Business Enterprise To the extent required by Federal law,regulation,or directive,the Recipient agrees to lake the following measures to facilitate participation by disadvantaged business enterprises(DBE)in the Project: (1) The Recipient agrees and assures that it will comply with TEA-21 § 1101(b),23 U.S.C. § 101 note,and U.S. DOT regulations, "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs," 49 C.P.R. Part 26. • (2) The Recipient agrees and assures that it shall not discriminate on lire basis of race, color, sex, or national origin in the award and performance of any third party contract,or subagrcenment supported with Federal assistance derived from U.S. DOI' or in the administration of its DBE program and will comply with the requirements of 49 M cowl/ It"{{f\CCYOify CiRiflC i i[111K1i SHK"2M6 T4 . 10 - C.F.R.Part 26. The Recipient agrees to take all necessary and reasonable steps set forth in 49 C.F.R.Part 26 to ensure nondiscrimination in the award and administration oral I third party contracts and subagrecments supported with • Federal assistance derived from U.S. DOT. As required by 49 C.F.R. Part 26 and approved by U.S. DOT, the Recipient's DBE program is incorporated by reference and made part of the Grant Agreement or Cooperative Agreement. The Recipient agrees that implementation of this DBE program is a legal obligation,and that failure to carry out its terms shall be treated as a violation ofthe Grant Agreement orCoopemtiveAgreement. Uponnotification by U.S.DOT to the Recipient of its failure to implement its approved D13E program,U.S.DOT may impose sanctions as provided for under 49 C.F.R.Part 26 and may,in appropriate cases,refer the matter for enforcement under 18 U.S.C. § 1001, and/or the Program Fraud Civil Remedies Act, 31 U.S.C. §§ 3801 et sell. Incorporation of FTA Terms 'file Recipient and contractorcertify that terms in FTA C 4220.1 E which replaces I"I'A C4220.1 D will be incorporated into contracts and sub-contracts. Debarment and Suspension This contract is a covered transaction for purposes of 49 CFR Part 29. As such,the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, arc excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29,Subpart C and must include the requirement to comply with 49 CPR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the City of Jefferson. It if is later determined that the bidder or proposer knowingly rendered an erroneous certification,in addition to remedies available • to the City of Jefferson, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29,Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Davis Bacon and Copeland Anti-Kickback Acts (1) Minimum wages-(1) All laborers and mechanics employed or working upon the site of the work(or under the United States Ilousing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project),will be paid unconditionally and not less often than once a week,and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by regulations issued by the Secretary of Laborunder the Copeland Act(29 CPR part 3)),the full amount of wages and bona fdc fringe benefits(or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made n part hereof,regardless ofany contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section I(b)(2)of the Davis- Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics,subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period(but not less often than quarterly)under plans, funds, or programs which cover the particular weekly period,are deemed to be constructively made or incurred during such weekly period.Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually Performed, without regard to skill, except as provided in 29 CFR Par 5.5(a)(4). Laborers or mechanics perforning work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each • classification in which work is perfornned.'ncc tvage deternnination(includingany additional classifications and wage rates conformed under paragraph(1)(ii)of this section)and the Davis-Bacon poster(WI I-1321)shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can IL rom,M I*M k,94. kmw LWOW Smko 2006.rd - 11 - be easily seen by the workers. • (ii)(A)The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) Except with respect to helpers as defined as 29 CPR 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and (2)The classification is utilized in the area by the construction industry; and (3)The proposed wage rate,including any bona fide fringe benefits,bears a reasonable relationship to the wage rates contained in the wage determination; and (4)With respect to helpers as defined in 29 CPR 5.2(n)(4),such a classification prevails in the area in which the work is performed. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives,and the contracting officer agrcc on the classification and wage rate(including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington,DC 20210.The Administrator,or an authorized representative,will approve,modify,or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within (tae 30-day period (flat additional time is necessary. (C)In the event the contractor,the laborers or mechanics to be employed in the classification or their representatives, • and the contracting officer do not agree on the proposed classification and wage rate(includinglhc amount designated for fringe benefits, where appropriate), the contracting offlecr shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator,or an authorized representative,will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-dny period that additional time is necessary. (D)The wage rate(including fringe benefits where appropriate)determined pursuant to paragraphs(a)(1)(H)(B)or (C)of this section,shall be paid to nil workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii)Whenever the minimum wage rate prescribed in the contract fora class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage detetnrinalion or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv)If the contractor does not make payments to a trustee or other third person,the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor,that the applicable standards of the Davis-Bacon Act have been met.The Secretary of Labor may require the contractor to set aside in n separate account assets for the meeting of obligations under the plan or program. (v)(A)The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve mr additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification fn the wage • determination; and (2)The classification is utilized in the area by the construction industry; and 11 rOMWIJ..KIVA.'W'kLkci"SmkaSf .T4 • 12 - (3)'rhe proposed wage rate,including any bona fide fringe benefits,bears a reasonable relationship to the wage rates • contained in the wage deterinination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives,and the contracting officer agree on the classification and wage rate(including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division,Employment Standards Administration,Washington, DC 20210.The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C)In the event the contractor,the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate(including the amount designated for fringe benefits, whcrc appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for dctemnination. The Administrator, or an authorized representative, will issue a delemnination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D)The wage rate(including fringe benefits where appropriate)determined pursuant to paragraphs(a)(1)(v)(B)or (C)of this section,shall be paid to all workers performing work in the classification under this contract from the first day oil which work is performed in the classification. (2) Withholding - The City of Jefferson shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor,or any other federally-assisted contract subject to Davis- Bacon prevailing wage requirements,which is held by the same prime contractor, so much of the accrued payments • or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers,employed by the contractor or any subcontractor the full amount ofwages required by the contract.In the event of failure to pay any laborer or mechanic,including any apprentice,f raince,or helper,employed or working on file site of the work(or under the United States I lousing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project),all or part of the wages required by tine contract, the City of Jefferson may,after written notice to the contractor,sponsor,applicant, or owner, take such action as may be necessary to cause the suspension of any further payment,advance,or guarantee of funds until such violations have ceased. (3)Payrolls and basic records-(I) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thercaficr for all laborers and mechanics working at the site of the work(or under the United States Housing Act of 1937,or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address,and social security number of cash such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section I(b)(2)(B)of the Davis-Bacon Act),daily and weekly number of hours worked, deductions made and actual wages paid.Whenever the Secretary of Labor has found under 29 CPR 5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section I(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable,that the plan or program is financially responsible,and that the plan or program has been communicated in writing to the laborers or mechanics affected,and records which show the costs anticipated or the actual cost incurred in providing such benefits.Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. • (ii)(A)T ilecontractorshnllsubmitweeklyforeachweekinwhichanycontractworkisperfornncdacopyofallpayrolls to the City of Jefferson for transmission to the Federal Transit Administration.'rhe payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(1)of Regulations, 29 CFR part 5.This information may be submitted in any form desired.Optional Forin WI 1-347 is available for this I I:cmm I M„n k,wkn,kn,k I1airx.1 Sm K."aryl . 13 - purpose and may be purchased from the Superintendent of Documents(Federal Stock Number029-005-00014-1),U.S. Government Printing Office,Washington,DC 20402.The prime contractor is responsible for the submission of copies • of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1)That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(1) of Regulations,29 CM part 5 and that such information is correct and complete; (2)That each laborcrormcchanic(including each helper,apprentice,and trainee)employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned,other than permissible deductions as set forth in Regulations,29 CFR part 3; (3)That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed,as specified in the applicable wage determination incorporated into the contract. (C)The weekly submission of a properly executed certification set forth on the reverse side ofOptional Foma WI 1-347 shall satisfy the requirement for submission of the"Statement of Compliance" required by paragraph(a)(3)(ii)(B)of this section. (D)The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. • (iii)The contrictoror subcontractor shall make the records required undcrparagraph(a)(3)(1)ofthis section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor,and shall pemait such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available,the Federal agency may,after written notice to the contractor,sponsor,applicant,orowner,take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available cony be grounds for dcbarnicnt action pursuant to 29 CFR 5.12. (4)Apprentices and trainees-(1)Apprcntices-Apprentices will be permitted to work at less than the predeci-mined rate for the work they performed when they arc employed pursuant to and individually registered in a bona ride apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program,who is not individually registered in the program,but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency(where appropriate)to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater that the ratio permitted to the contractor as to the entire work force under the registered program.Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually perfonncd. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journcynmm's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed.Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the • journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe bencfils in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits,apprentices must bepaid the full amount of fringe bencfils listed on file wagedefermination forlhe applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that H:Comw 200E UrA - 14 - a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.In the event the Bureau of Apprenticeship and Training,or a State Apprenticeship Agency recognized • by the Bureau,withdraws approval of an apprenticeship program,the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (if)Trainees-Except as provided in 29 CPR 5.16,trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received priorapproval,evidenced by formal ccrtificatfon by the U.S.Department of Labor,Employment and Training Administration.The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of(fie journeyman hourly rate specified in the applicable wage determination.Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits,trainees shall be paid the full amount of fringe benefits listed on the wage detcrmination unless the Administrator of the Wage and (lour Division determines that there is an apprenticeship program associated with the corresponding jourmcynman wage rite on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed.In addition,any trainee perforning work on thejob site in excess oftimo ratio permitted undertimc registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.In the event the Employment and Training Administration withdraws approval of a training program,the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (!if)Equal employment opportunity-The utilisation of apprentices,trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended,and 29 • CPR part 30. 1.(5)Compliance with Copeland Act requirements-The contractor shall comply with the requirements of 29 CPR part 3,which are incorporated by reference in this contract. (6)Subcontracts-The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CPR 5.5(x)(1)through(10)and such other clauses as the Federal Transit Administration may by appropriate instructions require,and also a clause requiringthe subcontractors to include these clauses in any lower tier subcontracts.The prime contractor shall be responsible for the compliance by any subcontractoror lowerticr subcontractor with all(lie contract clauses in 29 CPR 5.5. (7) Contract termination: debarment - A breach of the contract clauses in 29 CPR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CPR 5.12. (S) Compliance with Davis-Bacon and Related Act requirements-All rulings and interpretations of the Davis- Bacon and Related Acts contained in 29 CPR parts 1, 3, and 5 are heroin incorporated by reference in this contract. (9)Disputes concerning labor standards-Disputes arising out of time laborstandards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Laborset forth in 29 CPR parts 5,6,and 7.Disputes within the meaning of this clause include disputes between the contractor(or any of its subcontractors)and the contracting agency,the U.S.Department of Labor,or the employees or their representatives. (10)Certification of eligibility-(1)By entering into this contract,the contractor ccrtif ics that neither it(nor he or silo) nor any person or farm who has an interest in the contractor's farm is a person or Orin ineligible to be awarded Government contracts by virtue of section 3(a)of the Davis-Bacon Act or 29 CPR 5.12(x)(1). (ii)No part of this contract shall be subcontracted to any person or farm ineligible for award of a Government contract by virtue of section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(x)(1). H!Comw11k, kcmdaek,6c I Wik.1Smk0.'M6. a - 15 - (iii)Tile penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. • Contract Work(tours and Safety Standards (1)Overtime requirements-No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which the or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2)Violation;liability for unpaid wages;liquidated damages-In the event of any violation of the clause set forth in paragraph(1)of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages.In addition,such contractor and subcontractor shall be liable to the United States for liquidated damages.Such liquidated damages shall be computed with respect to each individual laborer or mechanic,including watchmen and guards,employed in violation of the clause set forth in paragraph(I)Of this section,in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph(1)of this section. (3)Withholding for unpaid wages and liquidated damages-Tile(write in the name of the grantee)shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld,from any moneys payable on account ofwork performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor,or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor,such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph(2)of this section. • (4)Subcontracts-The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1)through(4)of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.The prime contractor shall be responsible forcompliance by anysubcontmctoror lower tier subcontractor with the clauses set forth in paragraphs(1)through(4)of this section. Energy Conservation Requirements The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. Prompt Payment Clause The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty days from receipt of each payment the prime contract receives from City of Jefferson, Missouri. The prime contractor agrees further to return rctainage payments to each subcontractor within thirty days alter the subcontractors work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Jefferson, Missouri. The clause applies to both DBE and non-DBE subcontracts. • IL COMIM I"Jnu icc'1010cknric EwflolSmicn:006.wIJ ' to • FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid No. 2285 - Electrical Services All City, Opened on June 13, 2006 BIDS RECEIVED: Stokes Electric, Jefferson City, MO Van Loo Electric, Jefferson City, MO Schneider Electric,Jefferson City, MO A total of fifteen bidders were sent the RFB and the advertisement was published in the May 28, 2006 issue of News Tribune. The RFB was also listed on the city web site. FISCAL NOTE: Accounts within all departments are charged on an as needed as used basis. A breakdown of expenses for the period July 1,2005 through June 30,2006 has been included. Based on the breakdown of expenses,the hourly rates bid and a parts allowance; the total cost for a one year • period is expected to be$39,000.00. PAST PERFORMANCE: Stokes Electric of Jefferson City has performed electrical work under contract for a number of years. All departments have rated their services satisfactory and above. RECOMMENDATION: Staff recommends award to Stokes Electric of Jefferson City, Missouri for electric services at firm fixed hourly rates as listed under year one of the bid. The estimated total cost for the first year is$39,000.00. The bid carries up to two additional one year renewal periods at specific fixed rates for both year two and year three should the City choose to renew. ATTACHMENTS - SUPPORTING DOCUMENTATION Signatur ' Lz� Pur b �g .gent Di c , ommunity Developm t Director, Parks, Rec ation and Forestry • Polic 'hief ;�. Jahn Landwehr City of Jefferson ! Mayor MEMORANDUM To: Mayor Landwchr Councilman Ferguson Councilman Harvey Councilman Schnitzler Councilman Vogel Councilman Crane Councilman Pope Councilman Brown Councilman Layton Councilman Berry Councilman Martin From: Terry Stephenson Purchasing Agent `,• Date: July 7,2006 Re:. Bid 2285 - Electrical Services Requests for Bids were sent to fifteen potential bidders under Bid 2285 - Electrical Services, The evaluation of the bids received follows. All departments have recommended award of the bid to Stokes Electric of Jefferson City, Missouri. • FINANCE DEPARTMENT PURCHASING DIVISION EVALUATION Bid 2285 - Electrical Maintenance Cost Analysis During the period June 1, 2005 through May 31, 2006 the City incurred the following labor expenses under the Electrical Maintenance contract with Stokes Electric. Additional charges were incurred for parts and unclassified items(rental equipment etc.) but are not included in this analysis. Journeyman - Regular Hours 63 @$47.20 $2,973.60 Contract renewal rate change 114.25 @$ 50.50 $5,769.30 Total Hours 177.25 $8,742.90 Prevailing Wage Journeyman-Regular Hours 358 @ $56.70 $20,298.60 Shopman-Regular Hours 73 @ $41.60 $ 3,036.80 • Total Cost $23,335.40 Based on the specific labor charges incurred above,the cost of this agreement for each bid received is listed below. Year One Stokes Electric Van Loo Electric Schneider Electric Unit Unit Unit Journeyman #Hrs Cost Total Cost Total Cost Total Regular hrs. 177.25 50.90 9,022.03 48.00 8,508.00 56.00 9,226.00 Prevail. Wage Regular hrs 358 55.20 19,761.60 60.00 21,480.00 57.00 20,406.00 Shopman Prevail. Wage Regular hrs 73 40.50 2,956.50 40.00 2,920.00 51.00 3,723.00 TOTAL Projected Labor Cost $31,740.13 $32,908.00 $33,355.00 1 Year Two Stokes Electric Van Loo Electric Schneider Electric Unit Unit Unit Journeyman Mrs Cost Total Cost Total Cost Total Regular hrs. 177.25 53.40 9,465.15 50.00 8,862.50 59.00 10,457.75 Prevail. Wage Regular hrs 358 59.30 21,229.40 63.00 22,554.00 60.00 21,480.00 Shopman Prevail. Wage Regular hrs 73 43.50 3,175.50 43.00 3,139.00 53.00 3,869.00 TOTAL Projected $33,940.05 $34,555.50 $35,806.75 Labor Cost Year Three Stokes Electric Van Loo Electric Schneider Electric • Unit Unit Unit Journeyman Mrs Cost Total Cost Total Cost Total Regular hrs. 177.25 55.60 9,855.10 54.00 9,571.50 62.00 10,989.50 Prevail. Wage Regular hrs 1 358 62.30 1 22,303.40 65.00 23,270.00 63.00 22,554.00 Shopman Prevail. Wage Regular hrs 73 45.70 3,336.10 45.00 3,285.00 56.00 4,088.00 TOTAL Projected $35,494.60 $36,126.50 $37,631.50 Labor Cost 2 • I Experience Stokes Electric Van Loo Electric Schneider Electric Staff Assigned to Work 19 5 6 Electrical Contractor 1 Master Electrician 3 1 Journeyman 10 Testing 6/17/06 1 5 Apprentice 6 1 1 Experience(Did not include Apprentice) Commercial 11 4 5 Residential 7 4 0 Combined Years(Did not include Apprentice) • Commercial 269 30 65 Residential 184 20 0 References Stokes Electric Van Loo Electric Schneider Electric Number of years and 15 yrs(commercial type of services 18 yrs(commercial) and residential 15 yrs(commercial) 50 yrs (commercial) 3 yrs(commercial) 15 yrs (commercial) 40 yrs (commercial) unk. (no description) 15 yrs (commercial) unk. (commercial) 3 � ! � b \ Ila a P, © @ m8emm t § ( wtd d0 \ . ■ to . .. � A LU mq ■ -W � A % CY I In s § 2 i § kkk � 2kto \ . m 2 $ ■ 9 § � � Lo ■ § 4 � $ 8 § to k ■ _ R� = 0 ■ i ow a " 8 g . � k § kk p@Te a © § 9 ° R 2a » ° ■ Ut ) t6 2 0 � } k § ■ ] owa m in 2 § }_ / E C m � = ¥ § 9mE to % q @k§ k § \J to - 4 A �lSV 1 . of erson DEVELOPMENT Memorandum ' DEVELOPMENT 320 East McCarty Street • Jefferson Clty,Mlssourl65101 • P: 573.634.6410 • F: 573.634.6562 • wwwjeffcltVmo.org/cd Date: June 20, 2006 To: xvrry Stephenson, Purchasing Agent From: Patrick E. Sullivan, PE, Director of Community Development Subject: 82265— Electrical Maintenance Services The Community Development Department recommends acceptance of the bid submitted by Stokes Electric of Jefferson City, Missouri. Stokes Electric is the lowest responsive bidder meeting the specifications. Id 06-20-06PO4: 15 RCVD • "building a better community" H:1DsppenL%Wordfinsnca12006Mlectdcal service.readoc MEMORANDUM To: Bill Lockwood, Director of Parks, Recreation and Forestry From: J.J. Gates, Park Resources Division Director Date: June 30, 2006 Subject: B2285 - Electrical Maintenance Services Attached are responses received for B2285 - Electrical Maintenance Services. After reviewing B2285-Electrical Maintenance Services,staffrecommends award to Stokes Electric,Jefferson City, MO. Staff feels Stokes is the lowest,best bid for electrical maintenance services. Stokes has proven to respond quickly to our electrical maintenance needs with very knowledgeable and hard working employees. Stokes has also provided high quality and quantity of electrical work. • Please let me know if you have any questions or need further information. Thank you! �J r/ i< : 49 rcCVu i • Bob Rennk*/JeffCky To Cathy KnaebeVJeffCity @JeffCity 0611512006 08:18 AM cc bcc Subject 82285 Electrical service 'All three bidders appear qualified and have several staff to provide 2417 service,)recommend Stokes t end best bid. Electric as the lowes � 3000 gOg goo goo gog cog 000 Ogg p O 1A O� O N 00 O O O O O (pp O O O ppO�� O N W w llaw w�w Nww NmrNw N�w wwN Vf nn � U o0o goo oog $ °00 $ o°0 0°0.0 °0 °0 °0, 9 CCU � 01p0� mm Hl Gm fJ w tJ lm/� SSg C ` U N W YI 1ml�lmll lnll ' ^mN N W W NNN N ^ O N VmIN 1m9hM NNN U O 1000 0 m$S I I S ^ O O O O o O O O O O O O O $ ll•Oj $ tp0 go 000 000 Ooc l0 d ml^! c ei ei 1>;lu aimo uim cmui (p y �f0 m m mm N m m mm m 1O w VI N N N w N w N N N N N N N N w M w W w N w U y 000 000, 0 00, 00 °000 $0 $ °000 Soco 0000 c 0J a0 rc 00 m an d vi po m 1J o 0 0 0 lri O o a ri „ N mn oon NN mmm on Nl(f �mm NNE www NMN NNN NwN Nw1X wNN 7 d 9 0 0 0 O O O O O p O O O p p O O O pp O O O 0 0 0 3 mty pm N ,pmm m v0 m MN gi g <7 � m O 1pNp t� Qn 9m Ntp jp R■zC W NV/ ImIIN V/ „ „ImA Nw V1 NW N W"W NAM NN VI �iU m°, rn l°i °c• °v, S c°y 0m• 0m 0m 0a• N 0n, ° m 1°o °ma gl°o• Si c or to ln � v lam 0000 m mo M In Nl7 {gin �i oon u� ml� mmm oon w$mw rn x � www wNN „ „w www NNN N1w ww IIIIII I IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII SI :4 Si 0 SI = x _ .a _ t E op 00 0 pp=�� c c •'�C �v C $ 2 rn N A D C O N u m RR C C r C �C t C C C � SRE �E 01E0+ E E `� m EuE 9 E E a 0 Llo u� 1L' oo in oo mN ogl o . L d c o 0 0 o r o 0 o t o p 0 0 q o f F o o s v o o = p o o t Y LL -a V) oLL -am ULL -1 NI > oLL -1 N Q LL -, m c� u. U) ! vLL '-'i f/1 U LL � V1 V F i0 N 0 0 _ �, i I I I � � �_; � % \ N k ) o § ) M 04 ) $ e ! § k- oo - [ f§ § § § C4a k § §U ;§ § m ° 88 d � K 2 eL C2 § # � — uj � e 2 Lri ` � u � ° c £ § I ] � � ; 27 > � £ . C, m in in I \ \ j o § ) a { A Colo � § § § ; � R & k \ C 2 CD CD ' £ :6 c . IIIW IIIII k 150:1`5i 1.11 *L�C) 1111 1 § 22 e ■ # 00 ) \ o ¥o ( eon 2o i A ] 2 0 ■ 22 / 00) r @r § 622020 00 wo t j k � a) f § « = a = agsa) I12 � PM0C) = � £ ; > ■ mE E ' En � r- c � aw © £ £ § $ 2 fd) w % G ( f ( § 3 � � /�\\ ■ _ 7 § R E § § � oa | § j � � � a b � , £ ° ■ § m ) ® B ® t � ) St , ■ _ < ef u # = tom- eww © ) o � o » \ kF- 2 ` � ( � � < - • � � � � m _ u � g & e - men $ RQ n ) � D { § ( § m � , E [ 2 : % � '2 M4) ` off _ � - § - ` - { � | � § cl E � � a § a £ g� = � + tkR ƒ i { k � # a ] z2kk � £ AA ago W & Ma � � c2 � o � � mA � c u � £ RRD