HomeMy WebLinkAboutR-2011-089 2011 Street Maint. to Knapp Const. RESOLUTION NO. R-2011-089
A RESOLUTION AWARDING THE BID FOR THE 2011 STREET MAINTENANCE PROGRAM
TO R.A. KNAPP CONSTRUCTION INC. AND AUTHORIZING A CONSTRUCTION
CONTRACT IN THE AMOUNT OF $209,916.00 FOR SUCH PROGRAM
WHEREAS, the City issued an invitation to bid to contractors for the 2011 Street
Maintenance Program; and
WHEREAS, the purchasing policy adopted by the City provides for award of a bid to the
lowest responsible bidder with due consideration given to the quality of previous performance of
the contractor as well as the quality of supplies for the particular use required; and
WHEREAS, the City received 6 bids in response to its invitation to bid and the bid of R.A.
Knapp Construction, Inc. in the amount of $209,916.00 has been recommended as the lowest
responsible bidder for the project; and
WHEREAS, the Board of Aldermen find it is in the best interest of the City to enter into a
contract with R.A. Knapp Construction, Inc. to perform such project.
NOW THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE
CITY OF RIVERSIDE, MISSOURI, AS FOLLOWS:
THAT the bid of R.A. Knapp for the 2011 Street Maintenance Program in the amount of
$209,916.00 is hereby accepted and approved; and
FURTHER THAT an agreement by and between the City of Riverside and R.A. Knapp
Construction, Inc. in substantially the same form as attached hereto as Exhibit "A" and
incorporated herein by reference is hereby authorized and approved; and
FURTHER THAT the project is subject to the requirements of Section 292.675 RSMo,
which requires all contractors or subcontractors doing work on the project to provide, and
require its on-site employees to complete, a ten (1o) hour course in construction safety and
health approved by the Occupational Safety and Health Administration (OSHA) or a similar
program approved by the Missouri Department of Labor and Industrial Relations which is at
least as stringent as an approved OSHA program. Such training must be completed within sixty
(60) days of the date work on the Project commences. On-site employees found on the
worksite without documentation of the required training shall have twenty (20) days to produce
such documentation; and
FURTHER THAT the City Administrator, Mayor and/or Finance Director are hereby
authorized to execute all documents and agreements necessary or incidental to carry out the
terms and conditions of such bid award and the City Clerk is authorized to attest thereto.
PASSED AND ADOPTED by t e Board of A I r en and APPROVED by the Mayor of
the City of Riverside, Missouri, the ��'`�'day of • , 2011.
� � /��
Ka leen L. Rose, Mayor
ATTEST: Approved as Form:
���--� , �,
i
��, ,��t��.e�� �' t�
Robin Littrell, City Clerk a y Th mpson, ity Attorney
CITY OF
RIVERSI �
�����«��
Upstream from ordinary.
2950 NW Vivion Road
Riverside, Missouri 64150
MEMO DATE: October 14, 201 I
AGENDA DATE: October 18, 201 I
TO: Mayor and Board of Aldermen
FROM: Travis Hoover
RE: Contract for the 201 I Street Maintenance Program.
BACKGROUND: The 201 I Street Maintenance Program includes the following projects:
• An asphalt overlay of Bailey Ct.
• An asphalt overlay of the City Annex parking lot
• Horizons Bridge over BNSF Railroad approach repair
• Gateway Retaining Wall and Storm Sewer repair
The City advertised requests for bid and received 6 bids for the project. R.A.
Knapp Construction, Inc. was the low bid.
R.A. Knapp Construction Inc. $209,916.00
Miles Excavating Inc. $217,038.50
SeaI-O-Matic Paving Co. $229,791.61
Wil-Pav, Inc. $231,594.49
Gunter Construction Co. $252,630.00
Engineer's Estimate $271,120.00
American Marking & Paving LLC $282,491.50
Project Specifics:
• Bailey Ct. $62,230.00 (shared cost with local business)
. Parking Lot $74,000.00
• Horizons $55,786.00
. Gateway $17,900.0�
At the last BOA meeting, the board discussed the possibility of removing the
City Annex Parking Lot from the bid package. If removal is desired, direction to
staff to execute a change order needs to be given. The change order will be
presented at the next BOA meeting.
RECOMMENDATION: 5taff recommends approval of the resolution and acceptance of the contract with
R.A. Knapp Construction, Inc. to begin work for the maintenance program.
BUDGETARY IMPACT: Approximately $209,916.00 will be expended out of the 201 I Street
Maintenance Program budget for the construction under this contract.
i
- ,
- �
_ ,
;
- i
PROJECT MANUAL
" 2 011 STREET M�INTENANCE
PROJECT SPECIFICATIONS
City of Riverside, Missow'i
_ SeptemUer 26, 2011
- `\`\�� � � Mrsso''//
�~F;•' �.-..... •. G
; MATTNEW VAUGHN': �
- = E LEN - m`
�m:
G> , Z
t 0 : c�
' �-. �r � : • Q,� ' : .
_ � :�qF.O, ,� �
_ / ���i�PADFESS���P ��/� �� �
iot Stott Knapp R. A. Knapp Constiu Fzom: Kell�ing - Oistiibution 9-23-11 2:31pm p. 2 of 7 �
ADD�.NDUM NU. 1
T<)
201 I STRFRT MAiNTF.NANt'F.
Tt T�'FT2 STT)F. , n4iti `( )T?Tt i
Scplcmbcr 23, 2U11
Z'ou are inshvctad to read and nnte tlie tollowin� dzsaibad changes, con•ections, CI31'li'IC3ilf1t19�
OtT1f45fO11A� dC�ZSIOt1A, 3�dltfOflA, approvals and vtaternents peitinent to tlre Cnnqhvcfion Aocumantv.
Addcndim� No. 1 is u pi�rl vf Ihc Conlrnct Bid ;md C7onslruclion lloamtcn4s und shall govcrn in lhc
peitoimarroe ofthe Work.
1) i3id itern nurnbar 2, tha yuantity has bean updated frotn 412 SY to 200D Sl', please use thz
all:tchal updxlal t;xlubil t; for,yuur bid.
AC.KNC) WLt',llcit;Iv1�N'1': �;ach BiQcicr sh�Ql �wknowlalgc rcccipl of AdJcndiun No. 1 by Ihcir
signaluw ��iacJ hcrGu ancl sh�al filc Addcndimi No. 1 wilh Ihcir bid.
Signsi4urc ofBidcicr
R A Knapp Coretr�n, h�c.
C.'nnn•actor
�y: � � �/
�ica�: �r.���
nate:� �n/ �1� �S!!
r
\\lo-prnjecl.\I?njeclsV /l'1.23-11111\AUUHNDUM NO1 119-23-21111.dnc
i
J
ADDENDUM NO. 1
- TO
2011 STREET MAINTENANCE
RIVERSIDE , MISSOURI
September 23, 2011
You are instructed to read and note the following descdbed changes, corrections, clarifications,
omissions, deletions, additions, approvals and statements pertinent to the Construction Documents.
Addendum No. 1 is a part of the Contract Bid and Construction Documents and shall govem in the
performance of the Work.
1) Bid item number 2, the quantity has been updated from 412 SY to 2000 SY, please use the
attached updated l:xhibit E for your bid.
ACKNOWLEDGEMENT: Each Bidder shall acknowledge receipt of Addendum No. 1 by their
signature affixed hereto and shall file Addendum No. 1 with their bid.
" Signature of Bidder
" ContracYOr
B
Title:
Date:
\\le-projecN'rojeclsV00336-010\_Project ManagemeNWddendums�Addendum #I 09-23-201 I\AUDENDUM NO I_09-23-201 I.doc
��
2011 STREET AND SIDEWALK MAINTENANCE PROJECT
The proposal shall be for.
ITE BID ITEM DESCRIPTION EST. � UNIT PRICE
NO. QTY. PRICE EXTENSION
ull Depth Repair, Horizon's Parkway (includes
1 xcavating 12" asphalt and 9" fly ash, then replacing 10.6 SY `700 .
ith 19" flowable fill and 3" T e 6-Ol as halt �� � �
ex Puking Lot west of Public Safety Building
includes excavating 8" and replacing w/ 4" AB-3 and eD
2 " of Type 1-O l asphalt price includes removal of 2000 SY � 7 , ad 3t� �j� �
oncrete ad
3 " Ed e Mil] & Overla T e 3-Ol 5,000 SY �� y0, oCx') .
ailey Court (full-depth repair using existing material,
4 rice includes reshaping the cross section and profile o 4,445 SY � y. oo (�a � Z� �
e roadwa
5 AGLE ANIMAI, HOSPITAL
econstruct Se ental Retainin Wal] & Rail 1 LS y�p,d ��,°v
lowable Fill 100' of 18" RCP 6.6 CY J,d 00. °° (o, (,cY�, °�
n-Site Gradin to romote overland flow 1 LS 5, ocb• °� 5 CO,'`�
eedin 300 SY ( 1, g�p.°D
6 ORiZON'S PARKWAY BRIDGE
emove existing sidewalk
7- 5'x 5' anels each corner or brid e 700 SF s�� 3, �•�
B xcavate (33 CY median each end & 1 CY behind
ach corner 70 CY ��• � 3 � ��"�
lowable Fill 27' x 9' x 6' er comer 216 CY /p 5.�" a2, ��{0• �
ype 2 Riprap (40 SF per comer of riprap drainage
ume x 18" thick plus SOSF fiil-in beside each g 50 3�.(�p ,�'
in all lus 20SF in front of each abutment 400 SF
eotextile Fabric (under 4' x 10' riprap drainage flume
er corner 18 SY 2 ' � 3 � •�
WA Type GI Curb (4' each corner from wingwall � ' ZO � ry
i to ri ra draina e flume 16 LF 7 �• �
" Concrete Sidewalk, non-reinforced (175' per comer
f brid e 700 SF 7 v � y� q�• �
odding (200 SF of sod per comei of bridge plus 300
F in each median 1400 SF �•� �� �• �
o In'ection n'ect Crack in S W a roach slab 20 LF p. � ap, "i'
raffic Control 1 LS Sql}.°� y ✓�
OTAL BID 209 9/lv. `°
Agreement — E�chibit E Page 3-
2011 STREET AND SIDEWALK MAINTENANCE PROJECT
The proposal shall be for:
ITE BID ITEM DESCRIPTION EST. UNIT UNIT PRICE
NO. TY. PRICE EXTENSION
ull Depth Repair, Horizon's Parkway (includes
1 xcavating 12" asphalt and 9" fly ash, then replacing 10.6 SY
ith 19" flowable fill and 3" T e 6-01 as halt
nnex Parking Lot west of Public Safety Building
includes excavating 8" and replacing w/ 4" AB-3 and
2 " of Type 1-01 asphalt—price includes removal of Z000 SY
oncrete ad
3 ° Ed e Mill & Overla T e 3-01 5,000 SY
- ailey Court (full-depth repair using existing material,
4 rice includes reshaping the cross section and profile o 4,445 SY
he roadwa
5 AGLE ANIMAL HOSPITAL
econshuct Se mental Retainin Wall & Rail 1 LS
B lowable Fill 100' of 18" RCP 6.6 CY
n-Site Gradin to romote overland flow 1 LS
- Seedin 300 SY
6 ORIZON'S PARKWAY BRIDGE
emove existing sidewalk
7- S'x S anels each corner or brid e 700 SF
xcavate (33 CY median each end & 1 CY behind
ach corner 70 CY
lowable Fill 2T x 9' x 6' er comer 216 CY
ype 2 Riprap (40 SF per corner of riprap drainage
ume x 18" thick plus SOSF fill-in beside each
in wall lus 205F in front of each abutment 400 SF
- eotextile Fabric (under 4' x 10' riprap drainage flume
er comer l8 SY
PWA Type G1 Curb (4' each corner from wingwall
i to d ra draintige flume) 16 LF
- " Concrete Sidewalk, non-reinforced (175' per corner
fbrid e 700 SF
odding (200 SF of sod per corner of bridge plus 300
F in each median 1400 SF
ox In'ection In'ect Crack in SW a roach slab 20 LF
raffic Control 1 LS
OTAL BID
Agreement – Exhibit E Page 3
TABLE OF CONTEN'CS
DIVISION 0- BIDDING AND CONTRACT DOCUMENTS
00020 - Notice to Contractors
00100 - Instructions to Bidders
00120 - Bid Bond
- 00200 - Experience Questionnaire
00300 - Work Authorization Affidavit
00350 - Immigra[ion Law Compliance Affidavit
00400 - Agreement
Exhibit A- Scope of W ork
Exhibit B- Specifications and Drawings
Exhibit C - Perfonnance Bond
Exhibit D - Payment Bond
- Exhibit E - Proposal
Exhibit F- Prevailing Wage Rates
-- DIVISION 1 - GENERAL REOUIREMENTS
01015 - Contractor Use of Premises
_ 01030 - Special Conditions
01040 - Coordination
01051 - Conshuction Survey and Staking
01060 - Standard Specifications and Plans
Ol 1 R 1- Request for Infom�ation
- 01310 - Job Site AdminisVation
01320 - Construction Schedule
01330 - Submittals
_ 01410 - Testing Laboratory Services
01524 - Waste Area, Material Storage and Site Appearance
01567 - Pollution Control
01570 - Temporary Traffic Control
DIVISION 2 - SITE WORK
02230 - Clearing and Grubbing
- 02300 - Earthwork
02350 - Erosion and Sediment Control
" 02510 - Asphalt Pavemenis
_ 02520 - Por[land Cement Concrete Paving
02820 - Seeding, Sodding
02870 - Pavement Markings
DIVISION 0- BIDDING AND CONTRACT DOCUMENTS
CITY OF RIVERSIDE, MISSOURI
NOTICE TO BIDDERS
Sealed bids for 2011 ST'REET MAINTENANCE PROJECT will be received by the City of Riverside,
MO at City Hall, Riverside, MO, until 10:00 a.m. Central Legal time on Mondav, Seotember 26, 2011.
At that time all sealed bids will be publicly opened and read aloud. Any bid received after the designated
closing time will be retuaied unopened. All bids shall be submitted in sealed envelopes addressed to Mr.
David Blackbum, City Administrator, and marked "Bid for: 201 ] STREET MAINTENANCE PROJECT.
After lpm on Monday, September 12, 2011, copies of bid documents will be available on-line at
www.drexeltech.com. Prospective bidders desiring the Contract Documents for use in preparing bids
shall obtain a set of such documents from Drexel Technologies, 10840 West 86' Street, Lenexa, KS
66214, telephone number is 913-371-4430 upon payment of $20.00 for contract documents, CD's or
downloads (payable to Shafer, Kline & Warren, Inc.) which is non refundable. Any questions regarding
the project, plans, specification, or bid documents should be directed to Shafer, Kline & Warren, Inc. 913-
888-7800. CONTRACTORS SHOULD READ AND BE FULLY FAMILIAR WITH ALL CONTRACT
DOCUMENTS BEFORE SUBMITTING A BID. IN SUBMITTING A BID, THE BIDDER
WARRANTS THAT IT E[AS READ THE BIDDING AND CONTRACT DOCUMENTS AND IS
FULLY FAMILIAR THEREWITH AND THAT HE HAS VISITED THE SITE OF THE WORK TO
FULLY INFORM ITSELF AS TO ALL EXISTING CONDITIONS AND LIMITATIONS AND SHALL
INCLUDE IN HIS BID A SUM TO COVER THE COST OF ALL ITEMS OF THE WORK.
A Pre-Bid Meefing will be held on Monday, September 19, 2011. The meeting will be conducted in
the Board of Alderman Chambers at City Hall and may include a visit to project sites. The meeting will
begin at 10:00 a.m. Attendance at this meeting is not mandatory, but could be used to break any ties
between bids. Therefore attendance is strongly encouraged.
All bidders are informed that the Project is subject to the requirements of Section 292.675, RSMo, which
requires all contractors or subcontractors doing work on the Project to provide, and require its on-site
_ employees to complete, a ten ( l0) hour course in construction safety and health approved by the
Occupational Safety and Heal[h Administration ("OSHA") or a similar program approved by the Missouri
Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA
program. The [raining must be completed within sixty (60) days of [he date work on the Project
commences. On-site employees found on the worksite without documentation of the required shali have
twenry (20) days to produce such docume�tation.
All bidders are informed that pursuant to Section 285.530, RSMo, as a condition of the award of any
contract in excess of five Ihousand dollars ($5,000.00), the successful bidder shall, by swom affidavit and
_ provision of documentation, affirtn its enrollment and paRicipation in a federal work authorization
program with respect to the employees working in connection to the contracted services. Successfiil
bidders shall also sign au affidavit affirming that it does not knowingty employ any person who is an
unauthorized alien in comiection to the contracYed services.
All bidders shall verify that they have considered all written addenda. Neither the City nor the
Consulting Engineer shall be responsible for oral instructions.
Any written addenda issued during the time of bidding shall be covered and included in the bid.
There will be no clarifications or exceptions allowed on the Bid. Bids are for a total bid package,
_ and total contract price.
Notice to Bidders 00020-1
Bids shall be made upon the Proposal form provided in the Bidding and Contract Documents, in
ink or typewritten. The total conhact bid shall be stated both in writing and in figures; the
signature shall be long hand; and the complete form shall be without alteration or erasure. On
altemate items for which a bid is not submitted, a written indication of "no bid" on the bid form
is required. No oral, electronic, facsimile or telephonic bids or alterations will be considered.
It is the intent of the City to supply the Contractor with a Sales and Compensating Tax
Exemption Certificate for use in purchasing materials and supplies used on the project. The
Contractor shall, in preparing its bid, omit from its computed costs all sales and compensation
taxes.
The following items must be included in the sealed envelope with the bid:
a. Proposal
_ b. 5% Bid Security--Bid Bond, Cashier's Check or Certified Check (See below.)
c. Experience Qucstionnaire in the form provided in the Bidding and Contact
" Documents.
Each bidder shall submit with its bid a bid bond, a cashier's check or a certified check drawn on
any acceptable bank, made payable to the City of Riverside, MO, in an amount of not less than
five percent (5%) of the total bid. A bid bond shall be in the form provided in the Bidding and
_ Contract Documents.
Construction covered hereby will be subject to all requuements of the prevailing Wage Law of
- the State of Missouri and to the wage rates determined by the Industrial Commission of Missouri
and set forth in the Contract Documents. Prior to award of this Contract, the Contractor and all
subcontractors may be required to fumish evidence of a written Affirmative Action program to
ensure that all employees are treated equally without regard to their race, color, religion, sex,
_ handicap or national origin.
The City reserves the right to accept or reject any and all bids and to waive any technicalities or
- irregularities therein. Bids may be modified or withdrawn by written request of the bidder
received in the office of the City Administrator, prior to the time and date for bid opening. No
bidder may withdraw its bid for a period of sixty (60) days after the date set for the opening
thereo£ ALL BIDDERS AGREE THAT REJECTION SHALL CREATE NO LIABILITY ON
THE PART OF THE CITY BECAUSE OF SUCH REJECTION, AND THE FILING OF ANY
BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF
THE BIDDER TO THESE CONDITIONS
CITY OF RIVERSIDE, MISSOUffi
_ g c � � �
; City Administrator
Notice to Bidders 00020-2
INSTRUCTIONS TO BIDDERS
L Conies of Biddin�and ConUract Documents
11 Complete se[s of Bidding and Contract Documents in the number and for the deposit
sum, if any, stated in the Advertisement or Invitation may be obtained from Engineer.
1.2 Complete sets of Bidding and Contract Documents shall be used in preparing bids;
neither Owner nor Engineer assumes any responsibility for enors or misinterpretations
resulting from the use of incomplete sets of Bidding and Contract Documents.
13 Owner and Engineer in making copies of Bidding and Contract Documents available on
the above terms do so only for the purpose of obtaining bids on the work and do not
confer a license or grant for any other use.
2. Qualifications of Bidders
To demonstrate qualifications to perform the work, each Bidder must submit a notarized
'Bxperience Questionnaire". A form for this purpose is included in this document. All
information requested on the form must be provided. Each bid must contain evidence of
bidder's qualification to do business in the State where the project is located or covenant to
obtain such qualification prior to award of the contract.
� 3. Examination of Bidding and Contract Documents
3.1 Before submitting a bid, each bidder must (a) examine the Bidding and Contract
Documents thoroughly, (b) visit the site to familiarize itself with local condirions that
may in any manner affect cost, progress or performance of wark, (c) familiarize itself
with Federal, State and local laws, ordinances, rules and regulations that may in any
manner affect cost, progress or performance of the work; and (d) study and cazefully
correlate bidder's observations with the Bidding and Contract Documents.
3.2 On request, Owner will provide each bidder access to the site to conduct such
investigations and tests as each bidder deems necessary for submission of its bid.
33 The land upon which the work is to be performed, right-of-ways for access thereto and
other lands designated for use by contractor in performing the work are identified in the
General Requirements or drawings and will discussed in the pre-bid meeting.
3.4 The submission of a bid will constitute an inconlrovertible representation by the bidder
that it has complied with every requirement of this Article 3 and that the Contract
Documents are sufficient in scope and detail to indicate and convey understanding of all
- terms and conditions for performance of the work.
Instructions to Bidders 00100-1
4. Interpretations
All questions about the meaning or intent of the Bidding and Contract Documents shall be
submitted to the Owner in writing. Replies will be issued by addenda mailed, faaced or
delivered to all paRies recorded by Owner as having received the bidding documents.
Questions received less than four (4) working days prior to the date for opening of bids will
not be answered. (hily questions answered by formal written addenda wi►1 be binding. Oral
and other interpretations or clarifications will be without legal effect.
5. Bid Securiri
5.1 Bid Security shall be made payable to Owner in an amount of five peroent (5%) of the
bidder's maximum bid price and in the form of a Bid Bond (on form attached at the end
of this section) issued by a Surety or a Cashier's Check or Certified Check.
5.2 The Bid Security of all bidders may be retained by the Owner until the earlier of (a)
the 61" day after the bid opening or (b) execution and delivery of the Agreement (in
the form included in the Bidding and Contract Documents) and fumishing of the
required payment and performance bonds and evidence of insurance by a bidder to
whom Notice of Award is given. If a bidder to whom Notice of Award is given does
not execute and deliver the Agreement and fiunish the required bonds and evidence of
insurance within ten (10) days of Notice of Award, City may exercise its legal
prerogatives, including but not limited to enforcement of its rights as to that bidder's
Bid Security.
6. Contract Time
The number of days within which, or the date by which, the work is to be completed (the
wntract time) is set forth in the Agreement. The Contract Time will be based on Working
days. No time extensions will be granted, except in case of unusual (unseasonable) weather
conditions or additional work requested by the Ownec The suspension of contract time will
- not be considered imder any circumstances.
7. Liquidated Dama¢es
. Provisions for liquidated damages, if any, are set forth in the Agreement.
8. Substitute Material and Equipment
The contract, if awarded, will be on the basis of material and equipment described in the
drawings or specified in the specifications without consideration of possible substitute of "or-
equal" items. Whenever it is indicated in the drawings or specified in the specifications that a
_ substitute "or-equal" item of material or equipment may be fumished or used by contractor if
acceptable to Owner, applicarion for such acceptance will not be considered by Owner until
after the "effective date of the AgreemenP'.
Instructions to Bidders 00100-2
9. Subcontractors, etc
91 The bidder shall submit to Owner with the Bid a list of all proposed sub-contractors to
be used on the project. The list shall indicate those portions of the work each sub-
contractor will be performing. The Contractor shall also submit a list of suppliers of
major materials to be used on the project. The list shall indicate which materials each
- supplier is fumishing. If Owner has reasonable objection to any proposed
subcontractor, other person or organization, Owner may before giving the Notice to
Proceed, request the apparent successful bidder to submit an acceptable substitute
without an increase in bid price. If the apparent successful bidder declines to make any
such substitution, the contract shall not be awarded to such bidder, but its declining to
make any such substitution will not constitute grounds for sacrificing its Bid Security.
Any Subconh•actor, or other person or organization so Gsted and to whom Owner does
not make written objection prior to the giving of the Notice to Proceed will be deemed
acceptable to Owner.
The apparent successful bidder and each bidder so requested must demonstrate to the
satisfaction of OWNER that bidder has the "in-house" capabiliry at the time of
submission oPthe bid to perform not less than fifty-one percent (51%) of all of the Work
required to be performed on the project by CONTRACTOR under the Contract by and
through employees in the direct employ of CONTRACTOR without any reliance upon
or utilization of subcontractors.
" 9.2 In contracts where the contract price is on the basis of cost-of-the-work plus a fee, the
apparent successful bidder, prior to the Notice to Proceed, shall idendfy in writing to
Owner those portions of the work that such bidder proposes to subcontract and after the
Notice to Proceed may only subcontract other portions of the work with Owner's written
consent.
9.3 No contractor shall be required to employ any subcontractor, other person or
organization against whom it has reasonable objection.
10. Proposal
10.1 The Proposal is attached hereto; additional copies may be obtained from the Owner.
10.2 The Proposal must be completed in ink or typewritten.
103 Bids by corporation must be executed in the corporate name by the president or a vice-
president (or other corporate off'icer accompanied by evidence of authority to sign) and
the corporate seal must be affixed and attested by the secretary or an assistant secretary.
The corporate address and state of incorporation shall be shown below the signature.
10.4 Bids by partnerships must be executed in the partnership name and signed by a partner,
whose title must appear under the signature and the official address of the partnership
must be shown below the signature.
Inswctions to Bidders 00100-3
10.5 All names must be typed or printed below the signature.
10.6 The bid shall contain an acknowledgement of receipt of all addenda (the numbers of
which shall be filled in on the Itemized Proposal).
10.7 The address to which communications regarding the bid aze to be directed must be
- shown.
I 1. Submission of Bids
Bids shall be submitted at the time and place indicated in the Notice to Bidders and shall be
included in an opaque sealed envelope marked with the project title, name and address of the
bidder and accompanied by the Bid Security and other required documents. If the bid is sent
through the mail or other delivery system the sealed envelope shall be enclosed in a separate
envelope with the notation "BID ENCLOSED" on the face thereof.
12. Modification and Withdrawal of Bids
12.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the
manner that a bid must be executed) and delivered to the place where bids aze to be
submitted at any time prior to the opening of bids.
12.2 If, within hventy-four (24) hours after bids are opened, any bidder files a duly signed
written notice with Owner and promptly thereafter demonstrates to the reasonable
satisfaction oi' Owner that there was a material and excusable mistake in the preparaUon
of his bid, that bidder may withdraw its bid and the Bid Security will be returned.
- Thereafter, that bidder will be disqualified firom fur[her bidding on the work.
13. Onening of Bids
Bids will be opened and (unless obviously non-responsive) will be read aloud, and an abstract
of the amounts of the base bids and major alternates (if any) will be made available after the
opening of bids.
14. Bids to Remain Open
- All bids shall remain open for sixty (60) days after the date of the bid opening, but Owner
may, in his sole discretion, release any bid and return the Bid Security prior to that date.
15. Award of Contract
15.1 Owner reserves the right to reject any and all bids, to waive any and all informaliries and
to negotiate contract terms with the successful bidder, and the right to disregazd all
nonconforming, non-responsive or conditional bids. Discrepancies between words and
figures will be resolved in favor of words. Discrepancies between the indicated sum of
any coltunn of figures and the conect sum thereof will be resolved in favor of the
conect sum.
Instructions to Bidders 00100-4
15.2 In evaluating bids, Owner shall consider the qualifications of the bidders, whether or not
the bids comply with the prescribed requirements, and altemates and unit prices if
requested in the ProposaL It is Owner's intent to accept altemates (if any accepted) in
the order in which they aze listed in the Proposal but Owner may accept them in any
order or combination.
153 Owner may consider the qualificarions and experience of subcontractors and other
persons and organizations (including those who are to fiunish the principal items of
material or equipment) proposed for portions of the work. Operating costs, maintenance
considerations, performance data and guarantees of materials and equipment may also
be considered by Owner.
15.4 Owner may conduct such investigations as it deems necessary to assist in the evaluation
of any bid an<t to establish the responsibility, qualifications and financial ability of the
bidders, proposed subcontractors and other persons and organizations to do the work in
accordance with the Contract Documents to Owner's satisfaction within the prescribed
- time.
15.5 Owner reserves the right to reject the bid of any bidder who does not pass any such
evaluation to Owner's satisfaction.
15.6 If the conVacf is to be awarded, it will be awazded to the lowest bidder whose
evaluation, by Owner, indicates to Owner that the award will be in the best interests of
the project.
15.7 If the wntract is to be awarded, Owner will give the successful bidder a Notice of
Award within sixty (60) days afrer the day of the bid opening.
16. Performance and Other Bonds
, ARicle XXIV of the Agreement sets forth the Owner's requirements as to performance and
other bonds. When the successfiil bidder delivers the executed Agreement to Owner it shall
be accompanied by the required Contract Security. Owner is a municipaliry and,
notwithstanding any other provision herein to the conuary, all bonds fumished by bidder shall
contain the requirements and conditions set forth in and shall comply in a11 respects with
Section 107170 R.S. Mo and other applicable legal requirements.
17. Si� o�f A�reement
When Owner gives a Notice of Award to the successful bidder, it will be accompanied by the
required number of unsigned counterpaRs of the Agreement and all other Contract
Documents. Within ten (10) days thereafter Contractor shall sign and deliver at least three (3)
counterparts of the Agreement to Owner with all other Contract Documents attached and
signed as required, together with the required bonds and evidence of insurance. Within ten
(10) days thereafter Owner will deliver all fully signed counterpads to Contractor. The
Owner may issue a Notice to Proceed with or at any time after delivery of signed counterparts
to Contractor.
Instnxctions to Bidders 00100-5
BID BOND �
KNOW ALL MEN BY THESE PRESENTS, that we, R.A. xnapp Construction, Inc.
650i M;ami Ave.. Kansas Citv. KS 6E111 as Y1tINCIPAL and Travelers Casual
and Surety Company of Amer.ica, Hartford, CT as SURETY
,
are held and firmly bpund unto ,the City of Riverside, Missouri, in the sum of
fiva nornanf nf thP amnnnt bid '
Dollars ($ -5$- ), lawfiil money of thc Unitcd States, for the payment of which
sum we11 and truly to be made, we bind ourselvcs, our heirs, executors, successo�, and assi�ns,
jpintly and SeveralIy, fimily by these presents.
� �
TTiE CONAITiON OF TE�IIS OBLIGATION IS SUCH, that whereas Pzincipal has submitted a
bid dated santw�tber �5 , 2011, for the 2011 Street Maintenance Project;
NOW, '�'fiEREFOIZE, if Principal shall not withdraw the bid within the period spcwified thcrein
after the opening of bids, or, if no period be specifaed, withiz� sixty (60) days after the bid
opeiung, aud shall wittrin the period specified therefore, or if no period be specified, within ten
(10) days aftcr the prescribed fozms are presented to Principal for signaturc, enter into a written
contract with the Gtity of Riverside in accordance with the bid as accepted, and giv� (a) bonds
with good and sufficient surety or suretics, as may be required, for the f'aithful perFbrmauce and
proper fulfillment of such contract and payment for labor and material furnished in the
performan�e of the contracK and (b) insurance certificate(s) and policies, as may bc required; or
in the event of the withdrawal of the bid withia thc period specified, or the failure to enter into
such conuact aud give such bonds and insurence certificate(s) and policies within the rime
Y
specified, if principal shall pay the City of Riverside tl�e di£ference between the amount of the
bid and the amount for which the City of Riverside may procure tfie requircd work, if the latter
Bid $ond OO120-1
be in excess of the former, thcn the above obligation shall be void, otherwise to remain in full
force and effect. '
� R,A. KNAPP CONSTRL TNC
PRINCIPAL
By: � O
( ' ature)
Pzinted Name:
Title: Pr �' p-�rr►"
Date: �� �h, 2a��
TRAVEL�� SUALTY AND SURETY ANY
• O ^RICA
$URE'I�
(Signature)
P' Name: Ja'°es M. King
T1t1C: Attornev-in-Fact
D3tC: September 26, 2011
SURETY POWER Ol+ AT'TORNEX MUST BE ATTACTIED
.
-- - - - — -- _
— -- _
V
$id Bond 00120-2
• • WARNING: THIS POWER OF ATTORNEV IS INVALID WITHOUT THE RED BORDER
,�� POWER OFATTORNEY
TRAV�'LERS J F��oo ����� �om St. PaW Mercury [asurance Company
. FSdetity and Gueranty lasuranre Company 1k�avelers Casualty and Surety Company
Flde6ty and Guaranty Insurance Underwriters, Inc. 'fYavelers Casualty and Surety Compauy of Americe
St. PaW Ftire and Marine Insurance Company United States Fidelity and Guarenty Company
S[. Paul Guardian Insurance Compeny
AkorneyIn Fac[ No. 218455 Certiticate No. O O� O 0 �+ O��
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire end Marine Insurance Company, St Paul Guardian Insurance Company and St. Paul Mercucy I�surance
Company are coryora[ions duly organized under tAe laws of the S1ate of Minneso[a, tha[ Farmingron Casualty Company, Tnvelers Casualty and Surety Company, and
Travelers Casualty and Surety Company of America are corpora[ions duty orgatiiud under the laws of Ihe 5[ate of Connectiwt, Iha[ United States Fidelity and Guaranty
Company is a corporation duly organiud under the laws of the Sta[e of Maryland, [ha[ Fidelity and Guazanty Insurance Company is a cotpora[ion duly organiud under
the ]aws of the State of Iowa, and Na[ Fideli ,ry end Guaranty Insurance Underwd[ers, Inc., is a cotporation duly organized under [he laws of Ihe Sta[e of Wisconsin
(herein collec4vely called the "Companies"), and that the Companies do hereby make, conatitute and appoin[
Robert T. Cirone, James M. King, and Suzanne P. Westerholt, and Jacob J. Buss
of the City of I.inrnln , Sta[e of Nebraska , their true and lawful Attomey(s)-in-Fact,
each in Iheir separa�e capacity if moro than one is named above, [o sign, execute, seal and acknowledge any and all bonds, recognizances, condi[ional undenskings and
other writings obligatory in the nature thereof on behalf of [he Companies in Iheu business of.gnazan[eeing [he fidelity of persons, guazanteeing the performance of
contracts and executing or guaranteeing bonds and undertakings requ'ved or permi[[ed in any actions or proceedings alloweA by Iaw.
22nd
IN WITNESS WHEREOF, the Companies have caused [his instrument [o �be signed eud their corpora[e seals [o be here[o affized, [his
day of Mazch 2007 _
Fermington Cesualty Company ,� � � St. Paul Mercury Insurence Company
� Fidelity and Guarenty losarance Company �. � 1Y�avelers Cesualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. 11�avelers Casualty and Surety Company of America
St. PaW Fire and Madne Insurance Company Doited Sfates Fidetlty and Gueranty Company
St. Pad Guardim Insurance Company
(f.64,4 � [{ �M,!.MS� p t 1N9V9 �✓iY 1h0 1��1 �
� P 4 ? Or' 9 J ............9y �L � �
o '+sc� � 4�� !f°va��r�!{� e`,.cMV�P4er� ^ � 9 �O •
� �ro:�g � 1977 "�ra°� e� �; x�mwro. i � � � ��e
iOs �951 ��SEALJ° �\SBEL!i a•8 a g� �p
6 a p+ � Nd '°� cr. is:1.J� ° ia•_'��"� Y 4 1 �M'F 4 � 'MI AINd
State of ConnecGwt By: �
City of Harlfold s5. Gwlg� Thompson, nior ice President
On tltis Ihe 22"d day of MflfCh 2007 �fore me personally appeared George W. Thompson, who acknowledgeA
himself [o be ihe Seriior Vi ce President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,
Inc., SL Paul Fue and Marine Insurance Company, SL Paul Guardian Insurance Company, SL Paul Mereury Insurance Company, Travelers Casualty end Surety
Company, Trevelers Casualty and Surety Company of America, and Uni[ed States Fidelity and Guaranty Company, and [hat he, as such, being au[horized so ro do,
executed the foregoing insWmen[ for [he pucposes therein contained by signing on be6alf of the cocporations by himself as a duly authorized officer.
p.TET nw ��� /�
[n Witness Whereof, I hereunto set my hand a�id o�cial seal. ��� � ww' �' ���
My Cortunission exp'aes the 30th day of June, 2011. C p�`�p * Marie C. Teveault. Notary PubGc
58440-4-09 Printed in U.S.A.
WARNING: THIS POWER OFATfORNEY IS INVALID WITHOUT THE RED BORDER
� � • WARNING: THIS POWER OFATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attomey is granted under and by the authority of the following resolutions adopted by [he Boards of Directors of Famting[on Casualty Company, FideGty
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., SL Paul Fire and Marine Insurance Company, St. Paul GuarZian Insurance
Company, S[. Pau] Mercu[y Insurmce Company, Travelers Casualty and Surety Company, Trevelers Casualty and Surety Company of America, and United Sta[es
Fidelity and Guazanty Company, which resolutions aze now in full force and effect, reading as follows:
RESOLVED, Iha[ the Chauman, the President, any Vre C7�a'uman, any Executive Yce Presiden[, any Se�ior Vice Presiden[, any Vice Presiden[, any Second Vice
President, ihe Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistan[ Secretary may appoin[ Attorneys-in-Fact and Agents W ac[ for and on behalf
of the Company and may give such appoin[ee such authority as his or her ce�cate of aut6ority may pmscribe to sign with the Company's name and seal wi[h the
Company's seal bonds, recognizances, wntracts of indemnity, and other writings obGgaWry in [he nanue of a bond, recognizance, or condi4onal undertaking, and any
of said officers or Ihe Board of Directors a[ any time may remove any such appointee and revoke the power given Itim or hu; and it is
FURTHER RESOLVED, [ha[ the Chai[man, [he President, any Vice Chavman, any Ezecutive Yce Presiden[, any Senior Vice President or any Vice Presiden[ may
delegate all or any part of [he foregoing authority [o one or more officers or employees of this Company, provided tha[ each such delegatlon is in wrifing and a copy
[hereof is filed in the office of Ne Secre[ary; a�id i[ is
FURTHER RESOLVED, tha[ any bond, recognizaoce, rontrac[ of inde¢wity, or writing obligaWry in ihe nature of a bond, recognizance, or condiUOnal undertaking
shall be valid and binding upon the Company a-heo (a) signed by Ihe President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, [he Corporate Seccetazy or any Assistan[ Secretery aod dWy attes[ed and sealed with the
Company's seal by a Secretary or Assistan[ Suretary; or @) duly execu[ed (under seal, if required) by one or moro Attomeys-in-Fac[ and Agents pursuant W[he power
prescribed in his or her ce�ca[e or the'vi cer[ificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FORTFIGR RESOLVED, [hat the signature of each of the following officers: President, any Ezecu4ve Vice President, any Senior Vice Resident, any Yice President,
any Assistant Yce President, any Secretary, any Assistan[ Secretary, and t6e seal of the Compaoy may be� affued by facsimile to any Power of Attorney or to any
cenificate relating [hereto appoin[ing Resident �ce Presidenis, Residen[ Assistan[ Secrefaries or Attomeys-in-Fac[ for pu[poses only of execu[ing and attesting bonds
and underlakings and o[her writings obligawry in Ihe na[ure thereof, and any such Power of Attomey or certificate beazing such facsimile signature or facsimile seal
shall be valid and binding upon Ihe Company and any such power so executed and certified by such facsimile signamro and facsimile seal shall be valid and binding on
[he Company in [he fumre with respec[ [o any twnd or understanding to which it is attached.
I, Kori M. Johanson, We undersigned,Assistant Secretary, of Famtingon Casualty Company, Fideliry and Guaranty Insurence Company, Fidelity and Guaranty Insurance
Undetwritexs, Inc., SL Paul F've and Marine Insurance Company, SL Pau] Guardian Insurance Company, SL Paul Mercury Insurence Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United Stetes Fidelity and Gueranty Company do hereby certify Nat Ihe above and fomgoing
is a We and correc[ copy of tAe Power of Attomey executed by said Compazues,�wttich is in full force end eKect end has no[ been revoked.
IN TESTIMONY WI�REOF, I have hereunm set my hand and affviced [he seals of said Companies [hi��a��ay o � j
� Kori M. Johan Aasistant Secretary
o��r.cu,4r` � �i.i T�'��va�s �P!.�xeuq�h �`���"+'°°` �MWp 'Gb
��M � $�� � 4 ��ca � �rp kf rOx� ' � . 4 �
q 1 , 983� a � $ i' ? ;e xwllaro. W�dR� �
'*rtert"�° � Il �$ r�� N �' , R.s. v cc ° �t SEALJo 3�S8d'� Yi � S •� �� ��p
� 1S.AN� ip•......� �OF � AII�A'
To verify the autheoticity of tltis Power of Attomey, call I-800-421-3880 or contac[ us at www.travelersbond.com. Please refer to the Attoroey-In-Fact numbeq the
above-named individuals and the details of the bond to which [he power is attached.
WARNING: THIS POWER OF ATfORNEY IS INVALID W�THOUT 7HE RED BORDER
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we,
as PRINCIPAL and
as SURETY,
are held and firmly bound unto the City of Riverside, Missouri, in the sum of
Dollars ($ _�, lawful money of the United States, for the payment of which
sum well and truly to be made, we bind ourselves, our heirs, executors, successors, and assigns,
jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas Principal has submitted a
bid dated , 2011, for the 2011 Street Maintenance Project;
NOW, THEREFORE, if Principal shall not withdraw the bid within the period specified therein
afrer the opening of bids, or, if no period be specified, within sixty (60) days after the bid
opening, and shall within the period specified therefore, or if no period be specified, within ten
(10) days after the prescribed forms are presented to Principal for signature, enter into a written
contract with the Ciry of Riverside in accordance with the bid as accepted, and give (a) bonds
- with good and sufficient surety or sureties, as may be required, for the faithful performance and
proper fulfillment of such contract and payment for labor and material fiunished in the
performance of the contract and (b) insurance certificate(s) and policies, as may be required; or
in the event of the withdrawal of the bid within the period specified, or the failure to enter into
such contract and give such bonds and insurance certificate(s) and policies within the time
specified, if Principal shall pay the City of Riverside the difference between the amount of the
bid and the amount for which the City of Riverside may procure the required work, if the latter
Bid Bond 00120-1
be in excess of the former, then the above obligation shall be void, otherwise to remain in full
force and effect.
PRINCIPAL
By:
(Signature)
Printed Name:
Title:
Date:
SURETY
By:
(Signature)
Printed Name:
Title:
" Date:
SURE7'Y POWER OF ATTORNEY MUST BE ATTACHED
Bid Bond 00120-2
�
� EXPERIENCE OUESTIONNAIRE
� (To be completed by each Bidder and submitted with Bid)
FAILURE TO COMPLETE THIS FORM WILL RESULT IN THE REJECTION OF THE BID.
� 1. How many years has your organization been in business as a contractor under your present business
name? J I 3
� 2. How many yeazs experience in the proposed type and size construction work has your organizadon
had: (a) As a general contractor� (b) As a subcontractot�?
� 3. List the three most recent construction projects your organization has completed similaz in scope to the
proposed work:
� ContactNameTfR()i.S NUnCX'/� Phone ����b I(OC) �
� PmjectNameorOwner SIrPe�f Ma: Y�P/�Qnf�E. - �i't�/ � �iC,l"�S��e-
�; Contract Amount $ �� �, � �� When Completed? � �� �
Description of Work __ ��-f'�� C' � i� �'1 ��:�/ i' O f n) a �/S � S i Y�PI_ l o� ��
;r;:
Contact Name {aj S N!7(�( Y' /� Phone CJ ��J7C0 9/�d �
Project Name or Owner� �)� �� 7�" L°C''f �C( i� 1/Y/l�1/1�4� -1 i Q �i1�fSl ,
Con�act Amount $� U 1 � S 7� When Completed?�
Description of Work �"�(PP_'f l(' U/�h ��1°f� /.Cr � P�,�1GilK
ContactNameT1�Q�%S �(�1(S°(' Phone ��(�9ic�nL
Project Name or Own� �, �t � �T 'C.0 ) �LJ/1 �� M1 , /f/dP_ l '�./ 07 �i f.Eof.`/Cl'�
Contract Amount $ U�b 7 f 7 Cv � When Completed?a/it/ 9
' Description of Work (k� f 1�i,�l V l✓�'�!��C /�� �,s' / G°'�/d2 1�
�. r e � r YI 1 t� ('e C,�.� ��
�
;''
Experience Questionnaire 00200-1
'.�_
EXPERIENCE OUESTIONNAIRE
(To be completed by each Bidder and submitted with Bid)
FAILLJRE TO COMPLETE TI-IIS FORM WILL RESULT IN THE REJECTION OF THE BID.
1. How many yeazs has your organization been in business as a contractor under your present business
name?
2. How many yeazs experience in the proposed type and size of construction work has your organization
had: (a) As a general contractor _; (b) As a subcontractor _?
3. List the three most recent construction projects yoar organization has completed similar in scope to the
proposed work:
Contact Name Phone
_ Project Name or Owner_
Contract Amount $_ When Completed?
" Description of Work _
_ Contact Name Phone
— Project Name or Owner_
Contract Amount $ When Completed?
Description of Work _
" Contact Name Phone
Project Name or Owner_
Contract Atnount $_ When Completed?
_ Description of Work _
- Experience Questionnaire 00200-1
-
�
_ 4. What other important projects have your organization completed?
Contact Name,�/`L � Phone "I ! 3 �yca� �pa7 /
Project Name or Owner � � P /- �� S
Contract Amount $ � R c� ��,�3 C� When Completed?�Q
DescriptionofWorkS�l(�(`rpfp �gp/y��Q� � �2�P �n��nd � �iU ���
i
C�'1PF'�" �f �Q. � C 0� �P l' i��� l� 'FG1 i/�r'!�Q' ��ia l��'
�w
ContactName /��'n(1'Ul�� _ Phone �1/� r
4 Project Name or Owner / h! PC �•��°���C� - l"TE{� 1-C-� Ax°!1(11�TY�
Contract Amount $%� I c J ��r� When Completed? 0 �
� Description of Work � � YP�3Y` � P��JU-/ I�g�C�,o-��
u_
`
.= Contact Name � f i!`� !� � �e5 Phone �'�CD y7d (0 �l�
Project Name or Owner PI A,l� �� u/' ��� +� -�� p�T
.
Contract Amount $_ � cg �� 7�� When Completed? a�� 9
� /'
Description of Work r`P.n�YU � � l d [�.0�1(
��.
Y
t* "
F:
� 5. In addition to the Owners above, list at least two corporations, individuals, cities, counfies, or states for
whom you have performed work, and the name of the individual to whom you refer:
I-CD� — �n, �,( r� ��1�� �f3S �2�tt�3S8�
�v1,� �—�,�� „� — r (�� 8 �[�y� vc, ii �
"' 6. List at least two engineering firms with whom you have worked, and the name of the individual to whom
��� you refer:
��� �c����c�i - �;�.q� �ra�a� 9���1�F.�� �e2.
�. ���� - r� ¢�,� ��� ��� �� �.���;� e
;� Experience Questionnaire 00200-2
4. What other important projects have your organization completed?
- Contact Name Phone
Project Name or Owner_
Contract Amount $_ When Completed?
Description of Work _
- Contact Name Phone
" Project Name or Owner_
Contract Amount $_ When Completed?
Description of Work _
Contact Name Phone
Project Name or Owner_
Contract Amount $_ When Completed?
- Description of Work _
5. In addition to the Owners above, list at least two corporations, individuals, cities, counties, or states for
whom you have performc;d work, and the name of the individual to whom you refer:
6. List at least two engineering firms with whom you have worked, and the name of the individual to whom
you refer:
Experience Questionnaire 00200-2
.�_�.
�
� 7. Have you ever failed to complete any work awarded to you? If so, where and why?
� V )�
� 8. Name of your Surety Company, and the name and address of your agent you expect to use in the event
� ontract is awazded to you:
�o La� I( t a_ S�
� '
��lun ''0" �-I. �;n� e (� T _�.l �
� 9. What is your present bonding capacity?
� n�-l7 �1 n A,l'� r` C�n '�
10. What is the construction experience of the principal individuals of your organization:
� Years of
� 'n '/ � 'f Construction /L �
Name IZ.,IH. I�.Y\�17 Position �IVeS 17L'P/l� Experience `7.�
� Magnitude & Type of Work ,� � I 'Hl�,�� r� .� � G�✓lS'�Yl.c r-M�-
In What Capacity? {�°�ef` , Se e �l/� G t OC c.-(-P
� Yeazs of
° . / Conshuction
� Name i C. _Posidon,�U �2/'iy�r � �
Magnitude & Type of Work �S�'1G� / �f'�CUi1 /I h', �/�LC�YI,f'c�1 c�.
� In What Capacity? r v 1 Q.r� (� C(,� �/ u� c�
11. List the major items of eq 'pment which ou own or which will be available for use on the proposed
work:
� �� L b�tk Age in
� Ouantitv. Descrintion. & Cavacitv Years Condition
:�::.
�
� �
�
Experience Questionnaire 00200-3
�
7. Have you ever failed to complete any work awarded to you? If so, where and why?
8. Name of your Surety Company, and the name and address of your agent you expect to use in the event
this contract is awarded to you:
9. What is your present bonding capacity?
10. What is the construction experience of the principal individuals of your organization:
Years of
Construction
Name Position Experience
Magnitude & Type of Work _
- In What Capacity?
Years of
- Construction
Name Position Experience
Magnitude & Type of Work _
_ In What Capacity?
ll. List the major items of equipment which you own or which will be available for use on the proposed
- work:
Age in
Ouantity. Description, & Capacity Years Condition
_ Experience Questionnaire 00200-3
��
Quant Item Descrt , Size, Ca acit , Ect Condition Yrs. Serv, Present LocaUon
__ _-
1 Mobile Mixer Mobile Mixer Truck ood 4 Kansas Cf , KS
1 Mobfle Mixer Mobfle Mixer Flatbed Trailer Mounted ood 3 Itansas Ci , KS
3 Backhoe JCB Bac hoe Loader
ood 13 Kansas C, KS
2 Unfloaders Case 1845 Unfloaders ood 8 Kansas Ci KS
1 Uniloader John Deere Uniloader 250 ood 7 Kansas Ci , KS
'I Uniioader Takeuchl Rubber Track Uniloader ood 3 Kansas Ci KS
Z Wheei Loaders Kamatsu and John Deere Wheel Loaders� ood 72 Kansas C' KS
2 Scissor Lifts Grove Scissor Lifts ood 17 Kansas Ci K$
5 �ozers D-9 & D-6 Cate illar pozers ood 21 Kansas Ci KS
2 Dozers John Deere Dozers 850 8 450 ood 21 Kansas Ci , KS
' Graders Cate illar 8 Cham ion 18 series ood 25 ftansas Ci , KS
6 Scra ers Cater iliar 631 ood 21 Kansas Ci , KS
1 U Excavators Hftachi, Halla, John Deere H ndai, Tackeu ood 10 Kansas Ci KS
� Cranes Buc rus 50 ton & 60 ton, Grove Crane 605 ood 28-40 Kansas Ci KS
1 Paver Bidwell Paver ood 10 Kansas Ci , KS
1 Mfllin Wirt en W600DC Millin ood 8 Kansas Ci KS
5 Vibrators & Saws Brid e Deck Vbrators Ma num Saws ood 5 Kansas Ci KS
6 Rollers 8 Com actors Wed efoot and Shee foot, Vbrato ood 19 Kansas Ci , KS �
4 U ht Plants Ailmand Li ht Towers ood 10 Kansas CI KS
2 Trenchers 8 Borin Ditch Witch, Borin Mach{ne D14f24 ood 15 Kansas Ci KS
4 Gan Drills tri les, doubles, and sln les ood 10 Kansas Ci KS
5 Trench Box Trench Box ood 5 Kansas C KS
2 Saws ReVofit and Full Patch Saws ood 5 Kansas CI KS
12 Com ressors In ersol Rand, Jo , Atlas ood 9 Kansas Ci KS
2 Generators Cummins IR ood 5 Kansas Ci KS
1 Conc. Batch Plant Rexcon ood 8 Kansas Ci , KS
7 Eco Crusher Eco Rock Ctvsher75thRv ood 3 Kansas Ci KS
4 End Dum Trailer Hibuilt End Dum Trailer ood 7 Kansas Cf , KS
1 Gomaco Paver Gomaco Paver 36ft ood 10 Kansas I, KS
1 Pile Hammer Delma DE30 Pile Hammer ood 75 Kansas Ci KS
2 Dro Hammer Pilin Dro Hammer ood 15 Kansas Ci , KS
1 Drill Ri Altec Drillin Ri 54" ood 6 Kansas Ci , KS
�.r i
�
�
� 12. List below the contracts to which you, or your company, or corporation were a party during the
previous 10 years that involved litigation of any type or had a claim in an amount over $10,000:
� ��
�
�
�
� �
� 13. On a typical project t percent of the work is completed by your own forces? /o What percent
by subcontract? %. List subcontractors you propose to use on this project and their responsibility
in this contract.
� Subwntractor Name Contract Responsibilitv % of Contract
Sea,l - D- f�Y�.-I-i� ��.f��-I— 5s1�
�
�
� 14. Attach copies of your last audits and most recent interim balance sheet and income statement. The audits
should have been prepazed by a Certified Public Accountant. The interim balance sheet and income
� statement must be certified by the company's Chief Financial Officer.
�
�
�
� Experience Questionnaire 00200-4
�
12. List below the contracts to which you, or your company, or corporation were a party during the
previous 10 years that involved litigation of any type or had a claim in an amount over $1Q000:
13. On a typical project, what percent of the work is completed by your own forces? % What percent
by subcontract? %. List subcontractors you propose to use on this project and their responsibility
_ in this contract.
Subcontractor Name Contract Responsibilitv % of Contract
14. Attach copies of your last audits and most recent interim balance sheet and income statement. The audits
should have been prepared by a Certified Public Accountant. The interim balance sheet and income
statement must be cedified by the company's Chief Financial Officer.
- Experience Questionnaire 00200-4
�
� 15. The undersigned hereby authorized and requests any person, firm, or corporation to fiunish any
information requested by the City in verificarion of the recitals comprising this Experience Questionnaire.
� �+ //c
Dated at �(',U�C(� _ l � , f'�J this day of , ���61�PM.� �2 (p 20 �� .
� /
� By � /
� Title _ �f ( �i �P. (1`�
� State of �(L/�C 0.� )
� ) ss
, County of )
� being duly swom,
� deposes and says that he or she is �dE� �i' (�e�'7�
� of �� V�I VllY1(.►� l�D /L�� ,( �c� � � C— and that the answers
to the foregoing questions and all statements therein contained aze true and correct.
� Subscribed and swom to me before this �(� � day of �� 20�.
� �' �' % %� i
; �: � i
i
� ot P '
RONDA A. THOMPSON
My co sion ex�AqY PU841C Z
� tnr �
M`fAdPt� �xP��—
�
�
�
Experience Quesfionnaire 00200-5
� I
15. The undersigned hereby authorized and requests any person, firm, or corporation to fwnish any
information requested by the City in verification of the recitals comprising this Experience Questionnaire.
Dated at this day of 20
BY
Title
State of )
- ) ss
Counry of )
being duly sworn,
- deposes and says that he or she is
o f and that the answers
- to the Yoregoing questions and all statements therein contained aze true and correct.
Subscribed and sworn to me before this day of , 20_.
- Notary Public
My commission expires , 20_
_ Experience Questionnaire 00200-5
� .
� AUTHORIZATION AFFIDAVIT
� STATE OF �.�n S_�
) SS.
" COUNTY OF
�
I, _ (Z. lQ . �r�l�.n(� , state the following under oath:
� 1. I am the (�rtS i d e�-s-f o£ R,� Vi��no �(d1 C-�i�u �tr., �Cne,
("Contractor") and have authority to make tlus Affidavit on behalf of Contractor.
� 2. I make this Affidavit in connection with a contract "ContracY' be
� ( ) tween the City of
� Riverside, Missouri, and Contractor for a conshuction project referted to as
•`,� �� I 1 �Fr� ni- G'�n � n-1-e-� a�.� t „
w�:�
``�' 3. I have personal knowledge of the facts stated in this Affidavit.
�; 4. In this Affidavit, the terms "federal work authorization program," "employee," "knowingly,"
�'� `< and `�nauthorized alien" have the same meanings as they do in Section 285.530.2 of the Revised Statutes of
Missouri.
'
°�r< 5. Contractor is enrolled in a federal work authorization program and shall continue to
� participate in the program with respect to the employees working in connection with the services covered by
�,<.r;.
the Contract.
� 6. Contractor does not and shall not knowingly employ any person who is an unauthorized alien
in connection with the services covered by the Contract.
��;:
� 7. Attached to this Affidavit is documentation of Contractor's enrollment in a federal work
authorization program with respect to the employees who will work in connection with the services covered
by the Contract.
� ��
Yy*.i:
ignature
� R.✓�_ Ihn�nn
� Printed Name
Subscribed and sworn to before me this �' day of ,. !/
� �' l
Notary Public
THOMPSON
� My Co 'ssi N TARY PUBLIC
STA7E OF KAN� l, �
� � Work Au vit 00300-1
� �
1#i �
V_-
WORK AUTHORIZATION AFFIDAVIT
STATE OF �
- ) SS.
COUNTY OF �
I, , state the following under oath:
_ 1. I am the of
("Contractor") and have authority to make this Affidavit on behalf of Contractor.
2. I make this Affidavit in connection with a wntract ("ContracY') between the City of
Riverside, Missouri, and Contractor for a construction project referred to as
<.
3. I have personal knowledge of the facts stated in this Affidavit.
_ 4. In this Affidavit, the terms "federal work authorization program," "employee," "knowingly,"
and "unauthorized alien" have the same meanings as they do in Section 285.530.2 of the Revised Statutes of
Missouri.
5. Contractor is enrolled in a federal work authorization program and shall continue to
participate in the program with respect to the employees working in connection with the services covered by
the Contract.
6. Contractor does not and shall not knowingly employ any person who is an unauthorized alien
in connection with the services covered by the Contract.
_ 7. Attached to this AfFidavit is documentation of ConVactor's enrollment in a federal work
authorization program with respect to the employees who will work in connection with the services covered
by the Contract.
Signature
Printed Name
Subscribed and sworn to before me this day of ,
Notary Public
My Commission Expires:
Work Authorization Affidavit 00300-1
- a � yy y , `°�o
4: �-Ver�Fy a , � �, z
�� ��Yifi1�
e.axxn xe a senz..e ar cu
Company ID Number. 182441
THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION
MEMORANDUM OF UNDERSTANDING
ARTICLE I
PURPOSE AND AUTHORITY
This Memorandum of Understanding (MOU) sets forth the points of agreement between the
, Department of Homeland Security (DHS) and R. A. Knapp Construction. Inc. (Employer)
regarding the Empioyer's participation in the Employment Eligibility Verification Program (E-
Ver'rfy). This MOU explains certain features of the E-Verify program and enumerates specific
responsibilities of DHS, the Sociai Security Administration (SSA), and the Employer. E-Verify is
a program that electronirally confirms an employee's eligibility to work in the United States after
completion of the Employment Eligibility Verification Form (Form I-9). For covered govemment
contractors, E-Verify is used to verify the employment eligibility of all newly hired employees and
all existing employees assigned to Federal contracts.
Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration
Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as
amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal
contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility
Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as
a"Federal contracto�') to verify the employment eligibility of certain employees working on
Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended.
ARTICLE II
FUNCTIONS TO BE PERFORMED
A. RESPONSIBILITIES OF SSA
1. SSA agrees to provide the Employer with available information that allows the Employer
to confirm the accuracy of Social Security Numbers provided by all employees verified under
this MOU and the employment authorization of U.S. citizens.
2. SSA agrees to provide to the Employer appropriate assistance with operational
problems that may arise during the Employer's participation in the E-Verify program. SSA
agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA
representatives to be contacted during the E-Verify process.
3. SSA agrees to safeguard the information provided by the Employer through the E-Verify
program procedures, and to limit access to such information, as is appropriate by law, to
individuais responsible for the verification of Social Security Numbers and for evaluation of the
E-Verify program or such other persons or entities who may be authorized by SSA as govemed
by the Privacy Act (5 U.S.C. § 552a), the �?ocial Security Act (42 U.S.C. 1306(a)), and SSA
regulations (20 CFR Part401).
Fage t of 13iE-`J=_n'ry tdOU i�r Employer�Revision Dzte 10�29(OB --
� M� .�� �G
� n
t���—���'�� f � n}�� \ .Z
• , ; �1�11 �
�/ 'NtSp�
C AI n SLRYICL O! CXt
Company ID Number. 182441
4. SSA agrees to provide a means of automated verification that is designed (in
conjunction with DHS's automated system if necessary) to provide confirmation or tentative
nonconfirmation of U.S. citizens' employment eligibility within 3 Federal Govemment work days
of the initial inquiry.
5. SSA agrees to provide a means of secondary verification (including updating SSA
records as may be necessary) for empioyees who contest SSA tentative nonconfirmations that
is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment
eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal
Government work days of the date of referral to SSA, unless SSA determines that more than 10
days may be necessary. In such cases, SSA wiil provide additional verification instructions.
B. RESPONSIBILITIES OF DHS
1. After SSA ver�es the accuracy of SSA records for aliens through E-Verify, DHS agrees
to provide the Employer access to selected data from DHS's database to enable the Employer
to conduct, to the extent authorized by this MOU:
• Automated verification checks on alien empioyees by electronic means, and
• Photo verification checks (when available) on employees.
2. DHS agrees to provide to the Employer appropriate assistance with operational
problems that may arise during the Employer's participation in the E-Verify program. DHS
agrees to provide the Empioyer names, titles, addresses, and telephone numbers of DHS
representatives to be contacted during the E-Verify process.
3. DHS agrees to provide to the Employer a manual (the E-Verify User Manual) containing
instructions on E-Verify policies, procedures and requirements for both SSA and DHS, including
restrictions on the use of E-Verify. DHS agrees to provide training maYerials on E-Verify.
4. DHS agrees to provide to the Employer a notice, which indicates the Employer's
participation in the E-Verify program. DHS aiso agrees to provide to the Employer anti-
discrimination notices issued by the O�ce of Special Counsel for Immigration-Related Unfair
Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice.
5. DHS agrees fo issue the Employer a user identification number and password that
permits the Employer to verify information provided by alien employees with DHS's database.
6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit
access to such information to individuals responsible for the verification of alien employment
eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may
be authorized by applicable law. Information will be used only to verify the accuracy of Social
Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act
(INA) and Federal criminal laws, and to administer Federal contracting requirements.
7. Cn� agrees to provide a means of automated verification that is designed (in
conjunction with SSA verification procedures) to provide confirmation or tentative
Faga 2 of 73�E%ven'ry MOU hr employar�Rsvision Dar=1029/08 .. .- .� �, _ ..
^ "3 �c°^
� �� a ll5�1
� �-VertFy� . � �����,�x
w_,S N,�;y.F
e w xrt r a ssna:e ,r .vr
Company ID Number. 182441
nonconfirmation of employees' employment eligibility within 3 Federal Government work days of
the initial inquiry.
8. DHS agrees to provide a means of secondary verification (including updating DHS
records as may be necessary) for employees who contest DHS tentative nonconfirmations and
photo non-match tentative nonconfirmations that is designed to provide final confirmation or
nonconfirtnation of the employees' employment eligibility within 10 Federal Govemment work
days of the date of referral to DHS, unless DHS determines that more than 10 days may be
necessary. In such cases, DHS will provide additional verification instructions.
C. RESPONSIBILITIES OF THE EMPLOYER
1. The Employer agrees to dispiay the notices supplied by DHS in a prominent place that is
ciearly visibie to prospective employees and all employees who are to be verified through the
system.
2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and
telephone numbers of the Employer representatives to be contacted regarding E-Verify.
3. The Employer agrees to become familiar with and comply with the most recent version
of the E-Verify User Manual.
4. The Employer agrees that any Employer Representative who will perform employment
verification queries will compiete the E-Verify Tutorial before that individuai initiates any
queries.
A. The Employer agrees that all Employer representatives will take the refresher
tutorials initiated by the E-Verify program as a condition of continued use of E-
Verify, including any tutorials for Federal contractors if the Employer is a Federai
contractor.
B. Failure to complete a refresher tutorial will prevent the Employer from continued
use of the program.
5. The Employer agrees to comply with current Form I-9 procedures, with two exceptions:
• If an employee presents a"List B" identity document, the Employer agrees to on�y
accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R.
§ 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If
an employee objects to the photo requirement for religious reasons, the Employer
should contact E-Verify at 888-464-4218.
• If an employee presents a DHS Form I-551 (Permanent Resident Card) or Form I-766
(Employment Authorization Document) to complete the Form I-9, the Employer agrees to
make a photocopy of the document and to retain the photocopy with the employee's
Form I-9. The employer will use the photocopy to verify the photo and to assist DHS
with its review of photo non-matches that are contested by employees. Note that
employees retain the right to present any List A, or List B and List C, documentation to
complete the Form I-9. DHS may in ttie future designate other documents that activate
the photo screening tool.
Fage ; or 13�c-6'=_rin, MOU ior employerlRavision G�is 1C29/09 , =
`��r5���' y � g � ,�, GP
�-�-1/eriFy 5 , a,f 'syl�llli��
� .
..
rzxxrx v a ssn�zci or ew
Company ID Number: 182441
6. The Employer understands that participation in E-Verify does not exempt the Employer
from the responsibility to complete, retain, and make available for inspection Forms I-9 that
relate to its employees, or from other requirements of applicable regulations or laws, including
the obligation to comply with the antidiscrimination requirements of section 2746 of the INA with
respect to Form I-9 procedures, except for the following modified requirements applicable by
reason of the Employer's participation in E-Verify: (1) identity documents must have photos, as
described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer
has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect
to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of
the individual in compliance with the terms and conditions of E-Verify; (3) the Employer must
notify DHS if it continues to empioy any employee after receiving a final nonconfirmation, and is
subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of
continued employment following a final nonconfirmation; (4) the Employer is subject to a
rebuttable presumption that it has knowingly employed an unauthorized alien in violation of
section 274A(a)(1)(A) if the Employer continues to empioy an employee after receiving a final
nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable
under any law for any action taken in good faith based on information provided through the
confirmation system. DHS reserves the right to conduct Form I-9 compliance inspections during
the course of E-Verify, as well as to conduct any other enforcement activity authorized by law.
7. The Employer agrees to initiate E-Verify verification procedures for new employees
within 3 Employer business days after each employee has been hired (but after both sections 1
and 2 of the Form I-9 have been completed), and to complete as many (but only as many) steps
of the E-Verify process as are necessary according to the E-Verify User Manual. The Employer
is prohibited from initiating verification procedures before the employee has been hired and the
Form I-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day
time period is extended until it is again operational in order to accommodate the Empioyer's
attempting, in good faith, to make inquiries during the period of unavailability. In all cases, the
Employer must use the SSA verification procedures first, and use DHS verification procedures
and photo screening tooi only after the SSA verification response has been given. Employers
may initiate verification by notating the Form I-9 in circumstances where the employee has
applied for a Social.Security Number (SSN) from the SSA and is waiting to receive the SSN,
provided that the Employer performs an E-Verify employment verification query using the
employee's SSN as soon as the SSN becomes available.
8. The Employer agrees not to use E-Verify procedures for pre-employment screehing of
job applicants, in support of any unlawful employment practice, or for any other use not
authorized by this MOU. Employers must use E-Verify for all new employees, unless an
Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c.
Except as provided in Article II.D, the Employer will not verify selectively and will not verify
employees hired before the effective date of this MOU. The Employer understands that if the
Employer uses E-Verify procedures for any purpose other than as authorized by this MOU, the
Employer may be subject to appropriate legal action and termination of its access to SSA and
DHS information pursuant to this MOU.
9. The Employer agrees to follow appropriate procedures (see Article III. below) regarding
tentative nonconfirmations, including notifying employees of the finding, providing written
referral instructions to employees, allowing employees to contest the finding, and not taking
'rz_e 4 oi 13�E `Jzn'ry NOU i�r Emplcy=r�Revision Dz+� tOR9/08 � .. ,. .. .-
yy ` sE
��-VerlFy � , 111 �
b � � �'�
� h�n
xr v a acx�lcc r v
CompanylD Number..182441
adverse action against employees if they choose to contest the finding. Further, when
employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is
required to take affirmative steps (see Article III.B. below) to contact DHS with information
necessary to resolve the challenge.
10. The Employer agrees not to take any adverse action against an employee based upon
the employee's perceived employment eligibility status while SSA or DHS is processing the
verification request unless the Employer obtains knowiedge (as defined in 8 C.F.R. § 274a.1(I))
that the employee is not work authorized. The Employer understands that an initial inability of
the SSA or DHS automated verification system to verify work authorization, a tentative
rionconfirmation, a case in continuance (indicating the need for additional time for the
government to resolve a case), or the finding of a photo non-match, does not establish, and
should not be interpreted as evidence, that the employee is not work authorized. In any of the
cases listed above, the empioyee must be provided a full and fair opportunity to contest the
finding, and if he or she does so, the employee may not be terminated or suffer any adverse
employment consequences based upon the employee's perceived employment eligibility status
(including denying, reducing, or extending work hours, delaying or preventing training, requiring
an employee to work in poorer conditions, refusing to assign the employee to a Federal contract
or other assignment, or othenvise subjecting an employee to any assumption that he or she is
unauthorized to work) until and unless secondary verification by SSA or DHS has been
completed and a final nonconfirmation has been issued. If the employee does not choose to
contest a tentative nonconfirmation or a photo non-match or if a secondary verification is
completed and a final nonconfirmation is issued, then the Employer can find the employee is not
work authorized and terminate the employee's employment. Empioyers or employees with
questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 or OSC at 1-800-
255-8155 or 1-800-237-2515 (I'DD).
11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section
2746 of the INA by not discriminating unlawfully against any individual in hiring, firing, or
recruitment or referral practices because of his or her national origin or, in the case of a
protected individual as defined in section 2746(a)(3) of the INA, because of his or her
citizenship status. The Employer understands that such illegal practices can include selective
verification or use of E-Verify except as provided in part D below, or discharging or refusing to
hire employees because they appear or sound "foreign" or have received tentative
nonconfirmations. The Employer further understands that any violation of the unfair
immigration-related empioyment practices provisions in section 2746 of the INA could subject
the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII
could subject the Employer to back pay awards, compensatory and punitive damages.
Violations of either section 2746 of the INA or Title VII may also lead to the termination of its
participation in E-Verify. If the Employer has any questions relating to the anti-discrimination
provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD).
12. The Employer agrees to record the case verification number on the employee's Form I-9
or to print the screen containing the case verification number and attach it to the employee's
Form I-9.
13. The Employer agrees that it wiil use the infoPmation it receives from SSA or DHS
pursuant to E-Verify and this MOU only to confirm the employment eligibility of employees as
?age 5 of 13�E-Vzny MOU i�r Employar�R=_vision Late 102°/08 . -. ... . . . , _ .
d �~ Jy � e ��
� 3 % 1 'J.
$ �-Ver' �y §,�, z � n ������
C-'16RIIT Lf l SERVICL Of !IL
Company ID Number. 182441
authorized by this MOU. The Employer agrees that it wiil safeguard this information, and means
of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose
and as necessary to protect its confidentiality, including ensuring that it is not disseminated to
any person other than employees of the Employer who are authorized to perform the
Employer's responsibilities under this MOU, except for such dissemination as may be
authorized in advance by SSA or DHS for legitimate purposes.
14. The Employer acknowledges that the information which it receives from SSA is
govemed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42
U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses
it for any purpose other than as provided for in this MOU may be subject to criminal penalties.
15. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring
and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to
review Forms I-9 and other employment records and to interview it and its employees regarding
the Employers use of E-Verify, and to respond in a timely and accurate manner to DHS
requests for information relating to their participation in E-Verify.
D. RESPONSIBILITIES OF FEDERAL CONTRACTORS
1. The Employer understands that if it is a Federal contractor subject to the
employment verification tertns in Subpart 22.18 of the FAR it must verify the employment
eligibility of any "employee assigned to the contract° (as defined in FAR 22.1801) in addition to
verifying the employment eligibility of all other employees required to be verified under the FAR.
Once an employee has been verified through E-Verify by the Employer, the Employer may not
reverify the employee through E-Verify.
a. Federal contractors not enrolled at the time of contract award: An Employer that
is not enrolled in E-Verify as a Federal contractor at.the time of a contract award must enroll as
a Federal contractor in the E-Verify program within 30 calenda� days of contract award and,
within 90 days of enrollment, begin to use E-Verify to initiate verification of empioyment eligibility
of new hires of the Employer who are working in the United States, whether or not assigned to
the contract. Once the Employer begins verifying new hires, such verification of new hires must
be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal
contractor, the Employer must initiate venfication of employees assigned to the contract within
90 calendar days after the date of enrollment or within 30 days of an employee's assignment to
the contract, whichever date is later.
b. Federal contractors already enrolled at the time of a contract award: Employers
enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award
must use E-Verify to initiate verification of employment eligibility for new hires of the Employer
who are working in the United States, whether or not assigned to the contract, within 3 business
days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90
calendar days or less at the time of contract award, the Employer must, within 90 days of
enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are
working in the United States, whether or not assigned to the contract. Such verification of new
hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a
Federai contractor in E-Verify must initiate verification of each employee assigned to the
F2pe 6 0* 13�E-Vzri'ry MOU i�r Employer�Revision Dat=_ 1029l08 �. . - .... ..
'4�4\ J'�'
� 4� .� /A�'2
��=Ver�Fy a = -����n�
� �.
e eaxr a xsrvvice or axe
Company ID Number. 182441
contract within 90 calendar days after date of contract award or within 30 days after assignment
to the contract, whichever is later.
c. Institutions of higher education, State, local and tribal governments and sureties:
Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)),
State or local govemments, govemments of Federally recognized Indian tribes, or sureties
perForming under a takeover agreement entered into with a Federal agency pursuant to a
performance bond may choose to only verify new and existing employees assigned to the
Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or
all existing employees hired after November 6, 1986. The provisions of Articie II.D, paragraphs
i.a and 1.b of this MOU providing timeframes for initiating employment ver�cation of employees
assigned to a contract apply to such institutions of higher education, State, local and tribal
govemments, and sureties.
d. Verification of all employees: Upon enrollment, Employers who are Federal
contractors may elect to verify employment eligibility of all existing employees working in the
United States who were hired after November 6, 1986, instead of verifying only those
employees assigned to a covered Federal contract. After enrollment, Employers must elect to
do so only in the manner designated by DHS and initiate E-Verify verification of all existing
employees within 180 days after the election.
e. Form I-9 procedures for Federal contractors: The Employer may use a
previously completed Form I-9 as the basis for initiating E-Verify verification of an employee
assigned to a contract as long as that Form I-9 is complete (including the SSN), complies with
Article II.C.5, the employee's work authorization has not expired, and the Employer has
� reviewed the information reflected in the Form I-9 either in person or in communications with the
employee to ensure that the employee's stated basis in section 1 of the Form I-9 for work
authorization has not changed (including, but not limited to, a lawful permanent resident alien
having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form
I-9 complies with Article II.C.5, if the employee's basis for work authorization as attested in
section 1 has expired or changed, or if the Form I-9 contains no SSN or is otherwise incomplete,
the Employer shall complete a new I-9 consistent with Article II.C.5, or update the previous I-9
to provide the necessary information. If section 1 of the Form I-9 is otherwise valid and up-to-
date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a
U.S. passport or Form I-551) that expired subsequent to completion of the Form I-9, the
Employer shall not require the production of additionai documentation, or use the photo
screening tool described in Article II.C.5; subject to any additional or superseding instructions
that may be provided on this subject in the E-Verify User Manual. Nothing in this section shall
be construed to require a second verification using E-Verify of any assigned employee who has
previously been verified as a newly hired employee under this MOU, or to authorize verification
of any existing employee by any Employer that is not a Federal contractor.
2. The Employer understands that if it is a Federal contractor, its compliance with this MOU
is a performance requirement under the terms of the Federal contract or subcontract, and the
Employer consents to the release of information relating to compliance with its verification
responsibilities under this MOU to contracting officers or other officials authorized to review the
Employer's compliance with Federal contracting requirements.
?age 7 of 13�cJen'ry MOU tar'emoloy=_r�R=vi;ion D=_:� 10�29/p8 . �. � . � . � : . � -. .
: er-: +P""`�
� �-VeriFy � �x . �
b� i �������,�e
, .,,�i. My1y.t.
e reexr r a esm��a ar eA..
Company ID Number. 182441
ARTICLE III
REFERRAL OF INDIVIDUALS TO SSA AND DHS
A. REFERRAL TO SSA
1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must
print the tentative nonconfirmation notice as directed by the automated system and provide it to
the employee so that the employee may determine wliether he or she will contest the tentative
nonconfirmation.
2. The Employer wili refer employees to SSA field offices only as directed by the
automated system based on a tentative nonconfirmation, and only after the Employer records
the case verification number, reviews the input to detect any transaction errors, and determines
that the employee contests the tentative nonconfirmation. The Employer will transmit the Social
Security Number to SSA for ve�cation again ff this review indicates a need to do so. The
Employer will determine whether the employee contests the tentative nonconfirmation as soon
as possible after the Employer receives it.
3. If the employee contests an SSA tentative nonconfirmation, the Employer wiil provide
the employee with a system-generated referral letter and instruct the employee to visit an SSA
office within 8 Federai Govemment work days. SSA will electronically transmit the result of the
referral to the Employer within 10 Federai Govemment work days of the referral uniess it
detertnines that more than 10 days is necessary. The Employer agrees to check the E-Verify
system regularly for case updates.
4. The Employer agrees not to ask the employee to obtain a printout from the Social
Security Number database (the Numident) or other written verification of the Social Security
Number from the SSA.
B. REFERRAL TO DHS
1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must
print the tentative nonconfirmation notice as directed by the automated system and provide it to
the employee so that the employee may determine whether he or she will contest the tentative
nonconfirmation.
2. If the Employer finds a photo non-match for an employee who provides a document for
which the automated system has transmitted a photo, the employer must print the photo non-
match tentative nonconfirmation notice as directed by the automated system and provide it to
the employee so that the employee may determine whether he or she will contest the finding.
3. The Employer agrees to refer individuals to DHS only when the employee chooses to
contest a tentative nonconfirmation received from DHS automated verification process or when
the Employer issues a tentative nonconfirmation based upon a photo non-match. The Employer
will determine whether the employee contests the tentative nonconfirmation as soon as possible
Fave 6 efi 13�'c-Veri'ry �iUU ior Employerl,.4=vision Date i0,29/0� '��-_ .
,�:�, ..� ��,
4�-�/eri�j� �' �:,.�. �
�,� e.������
e�ur: v a scnice or nv
Company ID Number. 182441
after the Employer receives it.
4. If the employee contests a tentative nonconfirmation issued by DHS, the Empioyer will
provide the employee with a referral letter and instruct the employee to contact DHS through its
toil-free hotline (as found on the referral letter) within 8 Federal Govemment work days.
5. If the employee contests a tentative nonconfirmation based upon a photo non-match, the
Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit
the result of the referral to the Employer within 10 Federal Govemment work days of the referral
unless it determines that more than 10 days is necessary. The Employer agrees to check the E-
Verify system regulariy for case updates.
6. The Employer agrees that if an employee contests a tentative nonconfirmation based
upon a photo non-match, the Employer wili send a copy of the employee's Form I-551 or Form
I-766 to DHS for review by:
• Scanning and uploading the document, or
• Sending a photocopy of the document by an express mail account (fumished and paid
for by DHS).
7. The Employer understands that if it cannot determine whether there is a photo
match/non-match, the Empioyer is required to forward the employee's documentation to DHS by
scanning and uploading, or by sending the document as described in the preceding paragraph,
and resolving the case as specified by the Immigration Services Verifier at DHS who will
determine the photo match or non-match.
ARTICLE IV
SERVICE PROVISIONS
SSA and DHS will not charge the Empioyer for verification services performed under this MOU.
The Employer is responsible for providing eguipment needed to make inquiries. To access the
E-Verify System, an Employer wiil need a personal computer with Intemet access.
ARTICLE V
PARTIES
A. This MOU is effective upon the signature of ali parties, and shall continue in effect for as
long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual
consent of all parties, or terminated by any party upon 30 days prior written notice to the others.
Any and all system enhancements to the E-Verify program by DHS or SSA, including but not
limited to the E-Verify checking against additional data sources and instituting new verification
procedures, will be covered under this MOU and will not cause the need for a supplemental
MOU that outlines these changes. DHS agrees to train employers on all changes made to E-
Verify through the use of mandatory refresher tutorials and updates to the E-Verify User
Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take
'rage 5 oF 13�E-V=n'ry luSOU f�r EmoloyerlR_vision Gate 1029/08 __
� y� �L4
�= �-VeriFy 4 b ,, . �
:�:o-' .9 >� �����.{Pz
�!i �Mm.�
L-VLP.IT' Il T SSpv[R 0� MJ
C6mpany ID Number. 182441
mandatory refresher tutorials. An Employer that is a Federal contractor may terminate this
MOU when the Federal contract that requires its participation in E-Verify is terminated or
completed. In such a circumstance, the Federal contractor must provide written notice to DHS.
If an Employer that is a Federal contractor fails to provide such notice, that Employer will remain
a participant in the E-Verify program, wili remain bound by the terms of this MOU that apply to
non-Federal contractor participants, and will be required to use the E-Verify procedures to verify
the employment eligibility of all newly hired employees.
B. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU if deemed
necessary because of the requirements of law or policy, or upon a determination by SSA or
DHS that there has been a breach of system integrity or security by the Employer, or a failure
on the part of the Employer to comply with established procedures or legal requirements. The
Employer understands that if it is a Federal contractor, termination of this MOU by any party for
any reason may negatively affect its performance of its contractual responsibilities.
C. Some or all SSA and DHS responsibilities under this MOU may be performed by
contractor(s), and SSA and DHS may adjust verification responsibilities between each other as
they may determine necessary. By separate agreement with DHS, SSA has agreed to perform
its responsibilities as described in this MOU.
D. Nothing in this MOU is intended, or should be construed, to create any right or benefit,
substantive or procedural, enforceable at law by any third party against the United States, its
agencies, o�cers, or employees, or against the Employer, its agents, officers, or empioyees.
E. Each party shail be solely responsible for defending any claim or action against it arising
out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability
wherefrom, including (but not limited to) any dispute between the Employer and any other
person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or
allegedly taken by the Employer.
F. The Employer understands that the fact of its participation in E-Verify is not confidential
information and may be disclosed as authorized or required by law and DHS or SSA policy,
including but not limited to, Congressional oversight, E-Verify publicity and media inquiries,
determinations of compliance with Federal contractual requirements, and responses to inquiries
under the Freedom of Information Act (FOIA).
G. The foregoing constitutes the full agreement on this subject between DHS and the
Employer.
H. The individuals whose signatures appear below represent that they are authorized to
enter into this MOU on behalf of the Employer and DHS respectively.
Faae 10 or 13�E-V=n!y MOU ior =mploy=_r�R=vision Da!e 10,'29PJ8 . � '.� ,..
� -�a\ + r`s`�� ^
� �-Vers�y �� �,USm�
� � ������_
[ V6RST }f A SG410E ff PW
Company ID Number. 182441
To be accepted as a participant in E-Verify, you should only sign the Employer's Section
of the signature page. If you have any questions, contact E-Verify at 888-464-4218.
Empioyer R. A. Knapp Construction, inc.
Wendy Mapes
Name (Please Type or Print) Tltle
Elecfronically Signed 01/20I2�JQ9
� Signature Date �
Department of Homeland Security — Verificatlon Division
USCIS Verification Divisiort
Name (Please Type or Print) . .� TiUe �
Elecfronica{!y Si ned 01120/2409
Sigrawre - � - Date �
Page 11 of 131E `✓2ri'ry• MOU ior cmpioyer�Rzvision Dah 10;?5Po8 � .. : ._. ��
�
. � �,�
��-1/eriFy �� � �����r�
'� NIdIP�'
L-lR0.I[S Sf a ECR4'1R I OYS
Company ID Number. 182441
Information Required for the E-Verify Program
Information relating to your Company:
Com�any Name: R. A. Kna�p ConstriuUon, Inc.
Com,�any Facility Address: 6501 Miami Ave
Kansas City, KS S6111
Company Alternate
Address:
County o� Paresh: 1NYANDOTTE
Em�loyer ldentifcation '
Number: 431150674
North American Industry.
Classi�ication Systems
Code: 237
PsrersE Compaeiy:
Number of Employees: 10 to 19
Number of Sites Vsrified
ior: 1
Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in
each Stat=:
. KANSAS _ 1 site(s)
Page 12 of i's�"e-b'_n'ry MOU r�r o�ployer�n=vision DaL=10/'29/U8 . �� _ . ,
' : A.�y y .�rac� ^
����-Ver1Fy �� `� ���z
�.� .�,��
C-VCl.I7 1 SCAVICL Of DM]
Company ID Number. 182441
Information relating to the Program Administrator(s) for your Company on policy questions or
operetional problems:
Name: Wendy Mapes
Telephone Number. (913) 287 - 8700 ext 700 Fax Number. (913) 287 - 8778
E-mailAddress: wendy@ralmapp.com
Name: Ronda Thompson
Telephone Number. (913) 287 - 8700 Fa�c Number. (913) 287 - 6778
E-mail Address: ronda@raknapp.com
Name: Scott Knapp
Telephone Number. (973) 287 - 8700 Fax Number: (913) 287 - 8778
E-mail Address: scott(�raknapp.com
Name: Heidi Knapp
Telephone Number. (913) 267 - 8700 Fax Number. (973) 287 - 8778
E-mail Address: heidi@reknapp.com
6
P2ae 13 of 13i"e-V=n'ry MOU ior Employzr�Rzvision Dat? 10,25/GB _ -
AGREEMENT
BETWEEN
CITY OF RIVERSIDE AND
�fi. /fuA� l�1ns���ti�c .
- FOR
COMPLETION OF
2011 Street Maiutenance Project
CONTRACTOR: _ R A I(n�r,n r..�...,r;,,� _
, •
- �l�-t;��,�
_ �vc�rro.: _ �-��/— /�89
CONTRACT PRICE: '� ol D/ 9�10 _ I�U
_�
- Work Authorization Affidavit 00400-1
AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR
2011 STREET MAINTENANCE PROJECT
�
THIS AGREEMENT, made and entered into as of the �� J day of �- , 2011, by
and between the Ciry of Riverside, Missouri ("City"), and � G
("Contractor"), shall govern all Work to be provided by Contractor for City on the Pr ect.
� i L
j�QSo��7,� pti%
n WHEREAS, City, under the provisions of Aeeiimenea No. j -"1D//- � , duly approved
14 �.. �'ains�c.'�;r�n� and by virtue of the authority vested in City by the general
ordin�a City, intends to enter into one or more contracts for the Project; and
WHEREAS, the Mayor is authorized and empowered by City to execute contracts on behalf of City,
and the City Administrator ("Administrator") is authorized to perform Administrator's functions set forth in
this Agreement; and
WHEREAS, Administrator may designate one or more engineers, azchitects, or other persons to
- assist Administrator in performing Administrator's functions under this Agreement; and
WHEREAS, City desires to enter into an agreement with Contractor to obtain labor, services,
_ materials, supplies, tools, equipment, supervision, management, and other items as set forth in this
Agreement; and
WHEREAS, Contractor represents that Conlractor is equipped, competent, and able to provide all the
Work, in accordance with this Agreement;
NOW THEREFORE, in consideration of the mutual covenants and consideration herein contained,
IT IS HEREBY AGREED by Ciry and Contractor as follows:
_ ARTICLE I
THE PROJECT AND THE WORK
- A. Contractor shall provide and pay for all Work for the Project.
B. "Project;' as used in this Agreement and the other Contract Documents, means the
building, Yacility, and/or other improvements for which Contractor is to provide Work under this Agreement.
_ It may also include construction by City or others.
C. "Work," as used in this Agreement and the other Contract Documents, means all labor,
- services, materials, supplies, tools, equipment, supervision, management, and anything else necessary to
_ accomplish the results and objectives described in Exhibit A(Scope of Work) and Exhibit B(Specifications
- Agreement 00400-2
_ and Drawings) to this Agreement and the other Contract Documents, in full compliance with all requirements
set forth in the Contract Documents, subject to additions, deletions, and other changes as provided for in
Article VI of this Agreement. 'The Work may refer to the whole Project, or only a pad of the Project if work
on the Project also is being performed by City or others.
D. Contractor represents that it has evaluated and satisfied itself as to all conditions and
limitations under which the Work is to be perfoimed, including, without limitation, (1) the location,
condition, layout, and nature of the Project site and surrounding areas, (2) generally prevailing climatic
conditions, (3) labor supply and costs, and (4) availability and cost of materials, tools, and equipment. City
shall not be required to make any adjustment in either the Contract Amount or the time for performance of
the Work because of Contractor's failure to do so.
ARTICLE II
CONTRACT AMOUNT
A. Provided Contractor performs all Work in acwrdance with the Contract Documents
and complies fully with each and every obligation of Contractor under t�e Contract Documents, City shall
pay Contractor the sum of,`G, . . D, � ;� , �� % .�����-
Dollars ($ (Q_� This amount shall include all costs, permit fees, profit, overhead, expenses, taxes,
and wmpensation of every kind related to the Work, and shall be referred to as the "Contract Amount."
B. The Contract Amount is subject to fmal determination of Work performed at unit
prices set forth in Exhibit E to this Agreement. The quantities of unite price Work set forth in Exhibit E are
estimates only, are not guaranteed, and are solely for the purpose of comparing bids and deteanining an
initial Contract Amount. Unless otherwise stated elsewhere in the Contract Documents, (1) determination of
the actual quantities and classifications of unit price Work performed will be made by City and (2) final
payment for all unit price items set forth in Exhibit E will be based on actual quantities, determined by City.
_ C. Payment at the respective lump sums and unit prices set forth in Exhibit E shall be full
compensation for all labor, services, materials, supplies, tools, equipment, supervision, management, and
anything else necessary to complete the respective items in place, in full compliance with all requirements set
forth in the Contract Documents. All costs, permit fees, profit, overhead, expenses, taxes, and compensation
of every kind related to the Work are included in the lump sums and unit prices set forth in Exhibit E. No
labor, services, materials, supplies, tools, equipment, supervision, management, or anything else required by
the Contract Documents for the proper and successful completion of the Work shall be paid for outside of or
in addition to the lump sums and unit prices set fodh in Exhibit E. All Work not specifically set forth in
Exhibit E as a separate pay item is a subsidiary obligation of Contractor, and all costs, pernut fees, profit,
overhead, expenses, taxes and compensation of every kind in connection therewith are included in the prices
set fodh in Exhibit E.
D. If estimated quantities set forth in Exhibit E are materially changed so that application
of unit prices set forth in Exhibit E will cause substantial inequity to City or Contractor, the applicable unit
- prices shall be equitably adjusted.
E. This Agreement is subject to the City Ordinances, and payment shall be limited to the
- amount of particular appropriation for the Work by the Board of Aldermen. The t 1 payment under this
Agreement shall not exceed the appropriation contained in No. - -
- Agreement Q.���f�BN 00400-3
authorizing the Work, and Contractor shall not seek, nor be entitled to, payment exceeding this amount
unless City directs Contractor to perform additional work in accordance with Article VI of this Agreement,
and City enacts another ordinance authorizing the amount City agrees to pay under Article VI.
ARTICLE III
PROGRESS OF WORK /SUBMITTALS
A. Contractor shall commence performance of the Work on the date indicated in a written
notice ("Notice to Proceed") that shall be given by City to Contractor.
B. Contractor shall achieve Substantial Completion (as defined in Article V, Paragraph F
of this Agreement) of all the Work not later than 60 working days after the date indicated in the Notice to
Proceed for commencement of performance of the Work. A working day is any day, except Saturdays,
Sundays, and holidays, in which inclement weather does not prevent at least six hours of continuous working
time. Following Substantial Completion, Contractor shall proceed to complete all uncompleted Work items
as promptly as permitted by weather conditions or any other conditions affecting completion of the Work.
C. Time is of the essence in the perfoanance of the Work and any other Contractor
obligations under the Contract Documents. Contractor shall upon commencement of construction work daily
to complete the Work except for Saturdays, Sundays, holidays, and days of inclement weather. This
Paragraph C does not preclude Contractor from working Saturdays, Sundays, holidays, or days of inclement
weathec Contractor shall give the City at least 48 hours notice if intending to work on Saturday, Sunday,
holidays or days of impending inclement weather.
D. Promptly afrer the execution of this Agreement, and in any event before commencing
performance of the Work, Contractor shall submit to City for approval a construction schedule that specifies
the dates on which Contractor plans to begin and complete various parts of the Work, including dates on
which information and approvals are required from City. Upon City's written approval of the schedule,
Contractor shall comply with it unless directed by City to do otherwise. Contractor shall update the schedule
on a monthly basis or at more frequent appropriate intervals if required by the conditions of the Work and the
Project. With each Application for Payment Under Article V of this Agreement, Contractor shall submit an
updated, cunent schedule. Neither the original schedule nor any update shall exceed time lnnits current
under the Contract Documents.
_ E. In the event Administrator determines that performance of the Work is not progressing
as required by the Contract Documents or that the Wark is being unnecessarily delayed or will not be
finished within the prescribed time, Administrator may, in Administrator's sole discretion and in addition to
any other right or remedy (:ity may have, require Conh�actor, at Contractor's sole wst, to accelerate
Contractor's progress. Such acceleration shall continue until the progress of the Work complies with the
Contract Documents and clearly indicates that all Work will be completed within the prescribed time.
F. Contractor shall submit to City for review and approval all shop drawings, samples,
product data, and similar submittals required by the Contract Documents. Contractor shall be responsible to
City for the accuracy and conformity of its submittals to the Contract Documents Contractor shall prepare
and deliver its submittals to City in a manner consistent with the construction schedule and in such time and
sequence so as not to delay performance of the Work. Review and approval of any Contractor submittal shall
- Agreement 00400-4
not be deemed to authorize deviations, substitutions, or changes in the requirements of the Contract
Documents unless express written approval is obtained from City specifically authorizing such deviation,
substitution, or change. If the Contract Documents do not contain submittal requirements pertaining to the
Work, Conh agrees upon request to submit in a timely fashion to City for review and approval by Ciry
any shop drawings, samples, product data, manufacturers' literature, or similar submittals as may reasonably
be required by Ciry. Contractor shall perform all Work strictly in accordance with approved submittals.
City's approval does not relieve Contractor from responsibility for defective work resulting from errors or
_ omissions of any kind on the approved submittals.
- ARTICLE IV
_ CONTRACT DOCUMENTS
A. The following documents, and any other documents that are attached to, incorporated
by reference into, or otherwise included in them, and all Change Orders, form the entire agreement between
_ City and Contractor, and are the Contract Documents:
1. This AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR.
_ 2. SCOPE OF WORK (Eachibit A to this Agreement).
" 3. The SPL'CIFICATIONS and DRAWINGS referred to in Exhibit B to this Agreement.
4. PERFORMANCE BOND (Exhibit C to this Agreement).
- 5. PAYML'NT BOND (Exhibit D to this Agreement).
6. PROPOSAL (Exhibit E to this Agreement).
_ 7. PREVAILING WAGE RATES (Exhibit F to this Agreement).
B. Contractor represents that it has examined and become familiar with the ConVact
- Documents in their entirety, that any and all ambiguities, inwnsistencies, and conflicts observed by
_ Contractor have been called to City's attention in writing and have been resolved in writing to Contractor's
satisfaction. Except for actual conflict between provisions in the Contract Documents, making it impossible
for Contractor to comply widi all provisions of the Contract Documents, the Contract Documents shall be
- cumulative, and Contractor shall comply with all provisions of all Contract Documents. In case of actual
conflict, Contractor shall notify City of the conflict in writing and then shall comply with such provisions of
the Contract Documents as City directs.
ARTICLE V
PAYMENTS
A. Prior to submitting its first application for payment, Contractor shall provide City with
. a schedule of values dividing the Work, and the Contract Amount, into workable categories in a form
acceptable to City. Each application for payment shall be based upon the percentage of actual completion of
" each category, multiplied by the dollar value of such category.
- Agreement 00400-5
B. On or about the first day of Contractor's monthly accounting period, Contractor shall
submit an Application for Payment to the City representative designated in Article XII. In addition to the
amount of payment requested in the Application for Payment, each application shall list the original Contract
Amount, the amount Contractor has invoiced City to date, the amount Contractor has received to date, total
additions to and deletions from the Contract Amount pursuant to approved Change Orders, and an
itemization of any further additions to or deletions from the Contract Amount that Contractor claims.
Contractor shall identify each subcontractor and supplier whom Contractor intends to pay from the requested
payment and shall state the amount ConVactor intends to pay each such subcontractor and supplier. An
Application shall not include a request for payment for any portion of the Work that was performed or
fumished by a subcontractor or supplier if Contractor does not intend to pay such subcontractor or supplier
from such payment. Contractor shal( include with each Application all supporting documentation as City
may require. City shall pay Contractor within 30 days of delivery of Contractor's Application and all
supportin}; documentation to City's designated representative, provided all Work and documentation are
acceptable to City. Within 15 days of its receipt of payment from City, Contractor shall pay all
subcontractors and suppliers to whom payment is owed from the amount paid to Contractor.
C. All payments under this Agreement shall be made only upon the approval of
Administrator. Administrator shall review each application for payment and certify for payment such
amounts as Administrator determines are due Contractor. From the total amount certified, Administrator
shall withhold five percent as re[ainage until Substantial Completion of all the Work, as defined in Paragraph
F below. The City Treasurer, upon presentation of such certificate, shall prepare a check for the sum certified
to be due (exclusive of r tainage), payable out of the funds in the City Treasury available for Contractor
under �No. �-�0// -/��' y . Payment shall be made to Contractor after the Board of
Alderm n r vieQv and approve the payment and authorize the Mayor and City Treasurer to sign and deliver
the check.
D. Neither Administrator's certificate nor payment made to Contractor shall constitute
acceptance of any part of the Work. Contractor shall remain obligated to perform all Work in accordance
- with the Contract Documents.
E. With each Application, Contractor shall submit a signed certificate of receipt of prior
payments and release of claims and rights in connection with prior payments, in a form approved by City.
City may, at its option, also require a similaz receipt and release of claims and rights from each subcontractor
or supplier performing any Work, prior to making any payment to Contractor. The subcontractors' and
suppliers' receipts and releases shall be in a form approved by City and shall indicate that (except for
retainage) all debts for work performed or materials supplied included on any previous payment application
to City from Contractor have been satisfied and that the subcontractor or supplier waives and releases any
and all clanns or rights in cocviection therewith.
__ F. Contractor's retainage shall not be released until Contractor notifies City's designated
representative in writing, and Administrator certifies, that all the Work is SubstanUally Complete. The Work
" shall not be deemed Substantially Complete until all specific requirements stated in the Contract Documents
for achievement of substantial completion of all the Work have been satisfied and the Administrator
determines that all the Work is sufficiently complete in accordance with the Contract Documents so that City
can occupy or utilize all the �Vork for its intended use. Retainage shall be paid to Contractor within 30 days
of Administrator's certification that all the Work is Substantially Complete. If there are minor items
- Agreement 00400-6
remaining to be completed after Substantial Completion, an amount equal to 200% of the value of each item,
as determined by Administrator, shall be withheld until such items are completed.
G. Contractor shall not be entitled to final payment for the Work until Contractor submits
an application for final payment, all requirements of the Contract Documents are complied with, and
Administrator issues his or her certificate to that effeck City, within 30 days afrer the delivery of
Administrator's certificate, shall pay Contractor all remaining funds which Contractor is due under this
Agreement.
H. Acceptance of final payment by Contractor shall release City from all further
obligations to Contractor, except as to such amounts, if any, Contractor has identified in its application for
final payment as claimed by Contractor. All claims not identified in the application for final payment are
waived.
I. City may withhold final or any other payment to Contractor on any reasonable basis,
including but not limited to the following:
- 1. Unsatislactory job progress,
2. Defective Work,
3. Failure to make payments to subcontractors or suppliers,
" 4. Reasonable evidence that all Work cannot be completed for the unpaid balance of the
- Contract Amount,
5. Damage by Contractor or subcontractors or suppliers to property of City or others,
• 6. Contractor's breach of this Agreement, or
7. Contractor's failure to provide requested documentation.
J. If Contractor does not pay subconVactors or suppliers for labor and/or material
_ properly provided, City may, but shall not be required to, pay subcontractors and suppliers directly. Any
payments made to subwntractors and suppliers shall be charged against the Contract Amount. This provision
shall not confer any right upon any subcontractor or supplier to seek payment direcfly from City.
ARTICLE VI
CHANGES/CLAIMS
A. Ciry, without invalidating this Agreement, may at any time and without notice to any
surety, order additions to, deletions from, or other changes to the Work. Upon receipt of such an order, in
wriring, Contractor shall proceed as and when directed in the order. Contractor shall not proceed with any
- addition, deletion, or other change without a written order. No oral direction or order shall constitute
authority for Contractor to proceed with any addition, deletion, or other change. If Contractor undertakes any
addition, deletion, or other change without a written order from City, Contractor shall not be entitled to any
increase in the Contract Amount or the time for performance of the Work, and Contractor shall be solely and
completely responsible for the acceptability to City of the addition, deletion, or other change.
- Agreement 00400-7
B. If a change to the Work causes a net increase or decrease in the cost of Contractor's
" performance, the Contract Amuunt shall be increased or decreased as follows:
1. If the Work is covered by unit prices set foRh in Exhibit E, by application of such unit
prices to the quantities of the items involved; or
2. If the Work involved is not covered by unit prices set forth in Exhibit E, by a lump
sum as to which Contractor and City mutually agree prior to the commencement of
" performance of the change; or
3. If the Work involved is not covered by unit prices set forth in Exhibit E and agreement
to a lump sum is not reached, the change shall be performed on the basis of reasonable
expenditures and savings of those performing the Work attributable to the change,
including, in case of a net increase in the cost of Contractor's performance, a
reasonable allowance on the net increase for overhead and profit, subject to the
following:
Contractor shall keep and present, in such form as Ciry may prescribe, an itemized accounting of
expenditures and savings together with appropriate supporting data. Unless othenvise provided in the
Contract Documents, costs shall be limited to the following: costs of labor, including social security,
old age and unemployment insurance, fringe benefits required by agreement or custom, and workers'
compensation insurance; costs of materials, supplies, and equipment, including cost of transportation;
rental costs of machinery and equipment, exclusive of hand tools, whether rented from Contractor or
- others; costs of premiums for all bonds and insurance, permit fees, and sales, use or similar taxes
related to the Work; and additional costs of supervision and field office personnel directly atlributable
to the change.
_ If a change to the Work causes an increase or decrease in the time required for Contractor's
performance, an equitable adjustment to the tune for performance shall be made.
- C. A change in the Contract Amount or the time for performance of the Work shall be
accomplished only by written Change Order, which shall state the increase or decrease, if any, in the
Contract Amount or the time for performance. No course of conduct or dealings between the parties, nor
express or implied acceptance of alterations or additions to the Work, and no claim that City has been
unjustly enriched by any alteration or addition to the Work, whether or not there is, in fact, any such
enrichment, shall be the basis of any claim to an increase in any amounts due under the Contract Documents
or a change in the time for performance of the Work.
_ D. Agreement on any Change Order shall constitute a final settlement of atl matters
relating to the change in the Work that is the subject of the Change Order, including but not limited to all
direct and indirect costs associated with such change and any and all adjustments to the Contract Amount and
- time for performance of the Work.
E. If Contractor is delayed or interfered with at any time in the commencement or
- prosecution of the Work by an act or neglect of City, an employee, officer, or agent of Gity, or an architect or
engineer or separate contractor engaged by or on behalf of City, or by changes ordered in the Work, an act of
- Agreement 00400-8
God, fire, or other cause over which Contractor has no control and that Contractor could not reasonably
anticipate, the time for performance of the Work shall be equitably extended, provided that Contractor gives
notice as provided for in Paragraph F below.
F. Any claim by Contractor for additional time or money for the performance of the
Work, including but not limited to any claim based on or arising out of an addition to, deletion from, or other
change to the Work and/or delay to or interference with commencement or prosecution of any of the Work,
shall be submitted to City's designated representative within five working days of the beginning of the event
for which the claim is made or on which it is based. If any claim is not submitted within the five-day period,
it shall be deemed waived.
G. No change or claim, nor any delay or dispute concerning the determination of any
increase or decrease in the amount of time and money for the performance of the Work, shall excuse
Contractor from proceeding with prosecution of the Work, including any Work as changed.
� ARTICLE VII
- INSURANCE
A. Contractor shall, at all times during the performance of any of the Work,
maintain not less than the following insurance coverages and amounts:
1. COMMERCIAL GENERAL LIABILITY - Contractor shall provide coverage for
Contractor, City, its employees, officers, and agents, and any architects, engineers, or
other design professionals engaged by or on behalf of City against claims for damage
to property and/or illness of, injury tq or death of any person or persons related to or
adsing out of the Work. Such coverage shall have not less than the following limits:
a. F.ach occurrence $1,OOQ000.00
b. Cieneral aggregate $2,000,000.00
c. Products/completed operations aggregate $2,000,000.00
- d. "I'he following coverage shall be included:
_ • Blanket contractual ►iability
• Products/completed operations
• Personal/advertising injury
_ • Broad form property damage
• Independentcontractors
• Explosion, Collapse, and Underground Damage
_ 2. AUTOMOBILE LIABILITY - Contractor shall provide coverage for Contractor, Ciry,
its employees, officers, and agents, and any architects, engineers, or other design
professionals engaged by or on behalf of City against claims for bodily injury and/or
property damage azising out of the ownership or use of any owned, hired, and/or non-
owned vehicle and shall include protection for any auto, or all owned autos, hired
autos, and non-owned autos. The coverage shall have not less than a combined single
limit of $1,000,000.00 for each accident.
- Agreement 00400-9
3. WORKEiRS' COMPENSATION AND EMPLOYER'S LIABILITY - This insurance
shall protect Contractor against all claims under applicable state workers'
compensation laws. Contractor also shall be protected through employer's liability
coverage against claims for injury, disease, or death of employees which, for any
reason, may not fall within the provisions of a workers' compensation law. The limits
shall not be less than the following:
_ a. Workers' Compensation Statutory
b. Employer's Liability:
• Bodily injury by accident $1,000,000.00
• Bodily injury by disease $500,000.00 each employee
B. All insurance shall be written by an insurer or insurers acceptable to City and with a
minimwn financial rating no[ lower than `B+XI" in Best's Insurance Guide, latest edition. All insurance
shall be written on an occurrence basis, and all aggregate limits shall apply in total to the Work only. Each
policy providing general liability coverage (including any umbrella or excess policy that provides any
required general liability coverage) shall provide contractual liability coverage for all indemnity obligations
of Contractor under the Contract Documents. Each policy providing general liability or automobile liability
coverage (including any umbrella or excess policy that provides any required general or automobile liability
coverage) shall, in form satisfactory to City, (l) name as additional insureds City, its employees, officers, and
agents, and any architects, engineers, or other design professionals engaged by or on behalf of City, and (2)
provide that it is primary to any other insurance maintained by any additional insured, which other insurance
shall be excess or contingenl:. The insurance provided to the additional insureds shall apply, without
limitation, to injury or damage caused by work included in the products,'completed operations hazard.
C. Contractor shall maintain the products and completed operations coverage for not less
than ten years after the date of fmal acceptance by City of all of Contractor's Work.
D. Contractor shall obtain property insurance upon the entire Work for the full cost of
replacement at the time of loss. This insurance shall list as named insureds City, Contractor, subcontractors,
and suppliers. This insurance shall be written as a Builder's Risk/Installation Floater "all risk" or equivalent
form to cover all risks of physical loss except those specifically excluded by the policy and shall insure at
. least against the perils of fire, lightning, explosion, wind storm, hail, smoke, aircrafr and vehicles, riot and
civil commotion, theft, vandalism, malicious mischief, debris removal, flood, earthquake, earth movement,
water damage, wind, testing, and collapse. This insurance shall, without limitation, insure portions of the
Work stored on or off the Project site or in transit, when at the risk of City, Contractor, or a subcontractor or
suppliec Contractor shall be solely responsible for any deductible amounts. This insurance shall remain in
effect until final payment has been made to Contractor or until no person or entity other than City has an
insurable interestin the property to be covered by this insurance, whichever is soonec City and Contractor
waive all rights against each other and their respective employees, agents, contractors, subcontractors, and
suppliers for damages caused by risks covered by the property insurance provided for in this Paragraph D,
" except such rights as they may have to the proceeds of the insurance.
E. A1l policies and certificates of insurance shall provide no less than 30 days' prior
written notice to Ciry in the event of cancellation, expiration, non-renewal, alteration, or reduction (including
but not limited to reduction by paid claims) of coverage or limits contained in the policy or evidenced by the
_ certificate of insurance. Contractor shall furnish City a ceRificate or certificates and copies of policies, all
Agreement 00400-10
, satisfactory to Ciry, evidencing that Contractor has all the required inswance and is in compliance with this
Article VII. The certificate or ceRificates and copies of policies shall be delivered to City's designated
representative not less than seven days before Contractor first performs any of the Work. All policies except
Workers' Compensation and Employer's Liability shall contain a waiver of subrogation in favor of City, its
employees, officers, and agents, and architects, engineers, or other design professionals engaged by or on
behalf of City.
E Contractor also shall maintain any additional insurance coverages and any higher
limits provided for elsewhere in the Contract Documents and shall furnish City any additional insurance
document�ntion provided for elsewhere in the Contract Documents.
G. If any part of the Work is subcontracted, each subwntractor, or Contractor on behalf
of the subcontractor, shall maintain liability and worker's compensation insurance coverages and amounts
satisfying all the requirements of this Article VII. Certificates and copies of policies, satisfactory to City,
evidencing the required insurance and compliance with this Article VII shall be delivered to City's
designated representative not less than seven days before the subcontractor first performs any of the Work.
- ARTICLE VIII
INDEMNITY
A. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold
_ harmless City, its employees, officers, and agents, and any architects, engineers, or other design
professionals engaged by or on behalf of City, from and against claims, damages, losses, and expenses,
including but not limited to attorney's fees, arising out of or resulting from the performance of the Work,
provided that such claim, damage, loss, or expenses is attributable to bodily injury, sickness, disease, or
death or to injury to or destruction of tangible property (other than the Work itsel�, but only to the extent
caused or allegedly caused by the negligent acts or omissions of Contractor, a subcontractor or supplier, or
anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of
whether such claim, damage, loss, or expense is caused in part by a party indemnified hereundec This
obligation is not intended to, and shall not, negate, abddge, or reduce other rights or obligations of indemnity
that would otherwise exist as to a party or person described in this Paragraph A.
B. In claims against any person or entity indemnified under the preceding Paragraph A by
an employee of Contractor, a subcontractor or supplier, or anyone directly or indirectty employed by them or
for whose acts they may be liable, the indemnification obligation under Paragraph A shall not be limited by a
_ limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or a
subcontractor or supplier under workers' compensation acts, disability benefit acts, or other employee benefit
acts.
_ ARTICLE IX
PATENT LIABILITY
- Contractor agrees to defend, indemnify, and hold harmless City, its officers, employees and agents
from and against any claim, action or suit that may be brought against them for Contractor's infringement of
any Letters Patent in the performance of this Agreement or any breach or violation of trademark or
proprietary or trade secret rights of others, as well as against any judgments, decrees, damages, costs and
Agreement 00400-11
expenses sought, adjudicated, or recovered against any of them, on account of any such actual or alleged
infringement.
ARTICLE X
COVENANT AGAINST UNDUE INFLUENCE
A. Contractor represents and warrants that it has not employed or retained any company
_ or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and
that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee,
" commission, percentage, brokera�e fee, gift, or any other consideration contingent upon or resulting from the
- award or making of this Agreement. For breach or violation of this warranty, City shall have the right to void
this Agreement without liability and, in its discretiou, to deduct from the Contract Amount, or otherwise
recover, the full amount of such fee, commission, percentage, brokerage fee, gifr, or contingent fee.
_ B. Contractor represents and warrants that no payments have been or shall be made,
directly or indirectly, by or on behalf of Contractor to or for the benefit of any officer, employee, or agent of
City who may reasonably be expected to influence the decision to requisition, issue or take any action with
- respect to this Agreement. Contractor shall allow a mutually agreeable nationally recognized certified public
accounting firm to examine, at City's expense, such of Contractor's books and records as may be necessary,
in the accountanYs reasonable opinion, to verify Contractor's compliance with this Article X.
_ ARTICLE XI
RECORDS REGARDING PAYMENT
For a period of at least two years after final payment to Contractor, Contractor shall maintain, in
_ accordance with generally accepted accounting principles, such records as are necessary to substantiate that
all applications for payment hereunder were valid and properly chazgeable to City. For lump sum contract
Work, the records shall demonstrate that the City was billed at appropriate times for proper percentages of
completion and for payments to subcontractors and suppliers. For any Work, including extra Work, not
charged on a lump sum basis, ihe records to be maintained hereunder include but are not limited to all
contracts, subcontracts, material bills, correspondence, accounting records, time sheets, payroll records,
canceled checks, orders, and invoices pertaining to City's account. City or its representative shall, upon
reasonable prior notice to Contractor, be given the opportunity to audit these records at any time during
normal business hours to verify the accuracy of Contractor's invoices and charges.
ARTICLE XII
NOTICES
A. The following persons aze designated by the respective parties to act on
_ behalf of such party and to receive all written notices and Payment Applications:
- Agreement 00400-12
_ For Ci : For Contractor:
David Blackburn
- City Administrator
City of Riverside, MO �i � k � 1(1(�(�D
2950 NW Vivion ;�
Riverside, MO 64150 j`_�. KilAllil �/�nc4r....t:..« T 1C
�
6501 Miami Ave
� ansas ity, 66111
B. Any nofice required by the Contract Documents to be given in writing or that either
City or Contractor wishes to give to the other in writing shall be signed by or on behalf of the party giving
_ notice. The notice shall be deemed to have been given when it is received at the address stated above for the
addressee or at such other address as the addressee may furnish the other party.
- C. Contractor's designated representative shall be available to meet with Ciry at any time
. during the performance of the Work and shall have full authority to act on Contractor's behalf on any matter
related to this Agreement and/or the Work.
_ ARTICLE XIII
DEFAULT
- A. If Contractor fails to comply, becomes unable to comply, or with reasonable
_ probability (as determined solely by City) will become unable to comply with any of Contractor's obligations
under the Contract Documents, including but not limited to (1) failure at any time to fiunish sufficient labor
or supervision, sufficient materials or services (including but not limited to insurance and bonds) wmplying
_ with the Contract Documents, or sufficient or properly operating tools, equipment, or other items necessary
for the performance of the Work, (2) failure in any respect to prosecute the Work with promptness and
diligence, (3) causing any stoppage of, delay in, or interference with any work of City or any others on the
Project, or (4) abandonment by Conh of all or any part of the Work, Contractor shall be in default, and
if the default is not corrected to City's satisfaction within 72 hours of Contractor's receipt of written notice to
correct from City, City may, in addition to any other right or remedy City may have, furnish any necessary
labor, supervision, materials, tools, equipment, services, or other items through City or others, to correct the
default, at Contractor's expense, or terminate Contractor's right to proceed with performance of any part or
all of the Work and take over and complete the performance of such Work, through City or others, at
Contractor's expense.
_ B. If City exercises its right to take over and complete any part or all of the Work, City
and its designees shall have access to and may take possession of Contractor's materials, tools, equipment,
" and other items at the Project site, en route to the site, or in storage or being manufactured or fabricated away
. from the site, as may be necessary to prosecute the Work taken over by City, and may employ ConVactor's
employees or former employees, all without any liability to Contractor.
C. Contractor shall be liable for and shall pay to City all costs and expenses of
_ whatsoever nature incurred by City as a result of any default by Contractor, including but not limited to the
- Agreement 00400-13
cost of labor, supervision, materials, tools, equipment, services, overhead, travel, and legal and accounting
fees. Contractor also shall be liable for and shall pay to City all charges, liabilities, fines, penalties, losses,
damages, and claims sustained by or assessed against City as a result of any delay or disruption resulting
from any default by Contractor. The total amount of such costs, expenses, charges, liabilities, fines, penalties,
losses, damages, and claims may be deducted by City from the amount, if any, otherwise due Contractor, and
Contractor shall pay City the full amount of any excess of such total over the amount otherwise due
Contractor.
D. No right or remedy conferred upon or reserved to City by the Contract Documents is
" exclusive of any other right or remedy provided or permitted in the Contract Documents or by law or equity,
- but each right or remedy is cumulative of every other right or remedy, and every right or remedy may be
enforced concurrently or from time to time. No exercise by City of any right or remedy shall relieve
Contractor from full and absolute responsibility for all of Contractor's obligations under the Contract
Documents.
E. No faihire or delay of City to give notice to correct any default of Contractor or to
exercise any of City's rights or remedies shall waive or excuse the default, and City shall remain free to
pursue all rights and remedies. No failure of City to insist, in any one or more instances, upon the
performance of any of Contractor's obligations under the Contract Documents shall be deemed or construed
as a waiver or relinquishment of City's right to insist upon strict performance of the obligation in any future
instance.
ARTICLE XIV
TERMINATION FOR CITY'S CONVENIENCE
City may, at any time, for any reason, and without Contractor's being in default, terminate
Contractor's performance of any part or all of the Work for City's own convenience by giving written notice
to Contractor. Upon receipt of notice of termination for City's convenience, Contractor shall, to the extent
directed by City, stop work and turn over to City or City's designee materials and equipment purchased for
the Work. City shall pay Contractor, in accordance with the Contract Documents, for only so much of the
Work as is actually performed as of the termination for convenience. City shall not be obligated to
Contractor for any fiuther payment, including but not limited to prospective overhead or profit on
unperfomted work. If a termination by City of Contractor's right to proceed on the ground of default by
Contractor is determined later to have been improper, the termination automatically shall be converted to a
termination far City's convenience, and City's obligation to Contractor shall be limited to payment to
_ Contractor as provided in this Article XIV.
ARTICLE XV
COMPLIANCE WITH LAWS
A. Contractor shall compLy strictly with all federal, state, and local laws, ordinances,
" rules, regulations, orders, and the like applicable to the Work, including, but not limited to any applicable
- prevailing wage and prompt payment laws and alI U.S. Army Corps of Engineers guidelines, rules,
regularions, and criteria for work within or adjacent to a flood control project area. Contractor shall secure
all permits from public and private sources necessary for the fulfillment of Contractor's obligations under the
Contract Documen[s.
- Agreement 00400-14
B. With each Application for Payment submitted by Contractor to City, Contractor shall
include (a) a signed statement, in form acceptable to City, showing, for each weekly payroll period that
ended during the period covered by the Application for Payment, the name, address, social security number,
. occupation, and craft of each worker employed by Contractor in connection with the Work and, for each such
worker, the number of hours worked each day, the total hours worked during the payroll period, the gross
amount eamed, an itemization of all deductions, and the net wages paid and (b) a corresponding statement
from each subconuactor of any tier that employed any workers in connection with the Work during the
period covered by the Application for Payment.
C. Contractor acknowledges that Section 285.530, RSMo, prohibits any business entity
- or employer from knowingly employing, hiring for employment, or continuing to employ an unauthorized
alien to perform work within the state of Missouri. Contractor therefore covenants that it is not knowingly in
violation of subsection 1 of Section 285.530 RSMo, and that it will not knowingly employ, hire for
employment, or continue to employ any unauthorized aliens to perform work on the Project, and that its
employees are lawfully eligible to work in the United States.
. D. Excessive Unemployment Law: The Contractor hereby agrees to comply with the
provisions of Section 290.550, et seq., of the Revised Statutes of Missouri (hereinafrer the "Excessive
Unemployment Law" and incorporated herein by reference), when there is "a period of excessive
unemployment" (as that term is defined under the Excessive Unemployment Law). This requirement
includes, without limitation, the obligation to use only "Missouri laborers" and "laborers from nonrestrictive
states" (as those terms are defined under the Excessive Unemployment Law) in constructing or building any
public works project or improvement, except as may otherwise be allowed under the Excessive
_ Unemployment Law.
E. This Agreement shall be governed by and construed in accordance with the laws of the
State of Missouri.
ARTICLE XVI
SUBCONTRACTS, ASSIGNMENT, OR TRANSFER
A. Except with the prior written consent of City, Contractor shall not assign this
Agreement or any money due or to become due Contractor or issue a subcontract or purchase order to any
person or entity for any or all of the Work. City's consent to any assignment, subcontract, or purchase order
_ shall not relieve Contractor from any obligation under the Contract Documents, nor shall it create any
obligation from City to any assignee, subcontractor, or vendor.
B. Each subcontract or purchase order issued by Contractor for any of the Work shall be
in writing and shall provide that City is an intended third-party beneficiary of the subcontract or purchase
order.
C. Each snbcontract or purchase order issued by Contractor for any of the Work shall
provide that it is freely assignable by Contractor to City. Contractor hereby assigns to City all its interest in
" any present or future subcontract or purchase order issued by Contractor for any or all of the Work. This
assignment shall be effective upon acceptance by City in writing and only as to the specific subcontract(s)
and/or purchase order(s) that City designates in the writing. This assignment may be accepted by City at any
. Agreement 00400-15
time, whether before or after final payment to Contractor, and may not be withdrawn by Contractor without
City's written consent.
- ARTICLE XVII
ACCESS TO SITE/CLEANING UP
A. Contractor shall ensure that the Work, at all times, is performed in a manner that
. affords reasonable access, both vehicular and pedestrian, around the site of the Work and all adjacent areas.
B. Representatives of City may inspect or review any Work performed by Contractor, and
- consult with Contractor, at any time. Ciry's inspections or reviews shall not constitute acceptance or approval
of Work unless specifically stated in writing. Contractor shall meet with City at the request of City.
C. Contractor shall at all times during performance of the Work keep the Project site
_ clean and free from debris resulting from the Work. Prior to discontinuing Work in an azea, Contractor shall
clean the area and remove all rubbish and its construction equipment, tools, machinery, waste, and surplus
materials. Contractor shall make provisions to minimize and confine dust and debris resulting &om
construction activities. If Contractor fails to comply with cleanup duties within 24 hours after written
notification from City of non-compliance, City may implement cleanup measures without fiirther notice and
deduct the cost from any amounts due or to become due Contractor.
ARTICLE XVIII
- COMPETENCE
Contractor represents and warrauts that it maintains all necessary licenses, registration, competence,
and experience to perform all the Work.
ARTICLE XIX
WARRANTY
- A. Conuactor shall exercise high professional skill, care, and diligence in the
performance of the Work, and shall carry out its responsibilities in accordance with customarily accepted
good professional practices. If' any defects in the Work are discovered within one year from final completion
of the Work, Contractor shall promptly remedy such defects at its own expense. This obligation shall be in
addition to Contractor's obligation to perform its Work properly. Neither final payment, Administrator's
final ceRificate, nor any other provision in the Contract Documents shall affect Contractor's obligation to
complete the Work free of defects in workmanship and material.
. B. Contractor shall remain solely responsible for the performance of the Work as required
by the Contract Documents, notwithstanding any suggestions or observations made by another person or
" entiry with respect to the Work.
C. This ARicle XIX does not establish a period of limitation with respect to any
obligation of Contractor under the Contract Documents, and does not limit the time allowed by law for any
- action for breach of such obligation.
- Agreement 00400-16
ARTICLE XX
STORAGE OF MATERIALS AND EQUIPMENT
Only materials and equipment that are to be used directly in the Work shall be brought to and stored
at the Project site by Contractor. Afrer equipment is no longer required for the Work, it shall be promptly
removed from the Project site. Protection of construction materials and equipment stored at the Project site
from weather, theft, and all other casualry or damage is solely the responsibility of Contractor.
ARTICLE XXI
SAFETY
A. Coniractor shall be responsible for initiating, maintaining, and supervising all safety
precautions and programs in connection with performance of the Work and shall take reasonable precautions
for the safety of, and shall provide reasonable protection to prevent damage, injury, or loss to (1) employees
and other persons at the Project site or who may be affected by the Work, (2) materials and equipment stored
at on-site or off-site locations for use in performance of the Work, and (3) other property at the Project site or
in its vicinity, such as trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not
designated for removal, relocation, or replacement in the course of construction.
B. Contractor shall give notices required by and comply strictly with applicable laws,
ordinances, rules, regulations, orders, and the like bearing on safety of persons or property or their protection
_ from damage, injury, or loss.
C. If City deems any part of the Work or the Project site unsafe, City, without assuming
responsibility for Contractor's safety program, may require Contractor to stop performance of the Work or
take corrective measures satisfactory to City, or both If Contractor does not adopt corrective measures, City
may perform them or have them performed and deduct their cost from the Contract Amount. Contractor shall
make no claim for damages, for an increase in the Contract Amount, or for a change in the time for
performance of the Work based on Contractor's compliance with City's reasonable request.
- D. Contractor shall provide a ten (10) hour Occupational Safety and Health
Administration (OSHA) construction safety program for all employees who will be on-site at the Project.
The construction safety program shall include a course in construction safety and health that is approved by
OSHA or a similar program approved by the Missouri Department of Labor and Industrial Relations which is
at least as stringent as an approved OSHA program as required by Section 292.675, RSMo.
E. Contractor shall require its on-site employees to complete a consWction safety
program within sixty (60) days after the date work on the Project commences.
- F. Contractor acknowledges and agrees that any of Conh employees found on the
Project site without documentation of the successful completion of a construction safety program shall be
required to produce such documentation within twenty (20) days, or will be subject to removal from the
Project.
G. Contractor shall require all of its Subcontractors to comply with the requirements of
this Section and Section 292.675, RSMo.
_ Agreement 00400-17
H. Pursuant to Section 292.675, RSMo, Contractor shall forfeit to City as a penalty two
. thousand five hundred dollars ($2,500.00), plus one hundred dollars ($100.00) for each on-site employee
employed by Contractor or its Subcontractor, for each calendar day, or portion thereof, such on-site
employee is employed without the construction safety training required herein.
I. The penalty described in Subsection a of this Section shall not begin to accrue until the
time periods described above have elapsed.
J. Violations of this requirement and imposition of the penalty described in this Section
shall be investigated and determined by the Missouri Department of Labor and Industrial Relations.
K. In the event that the Missouri Deparhnent of Labor and Industrial Relations has
determined that a violation of Section 292.675, RSMo, has occurred and that a penalty as described in this
Section shall be assessed, the City shall withhold and retain all sums and amounts due and owing when
making payments to Contractor under this Contract.
ARTICLE XXII
- INDEPENDENT CONTRACTOR
Contractor is an independent contractor, and neither Contractor nor any subcontractors, suppliers,
employees, or agents shall be deemed an employee or agent of City for any purpose.
ARTICLE XXIII
CONFLICT
Contractor shall promptly upon discovery notify City of any conflict, ambiguity or inconsistency in
the Contract Documents, or between any Contract Document and actual field conditions, and City shall
resolve such conflict, ambiguity or inconsistency in its sole discretion.
_ ARTICLE XXIV
BONDS
_ Prior to commencing any Work, Contractor shall obtain from a recognized surety acceptable to
Administrator, a performance bond and a payment bond, in the forms at Exhibits C and D to this Agreement.
Each such bond shall be for the full Contract Amount. The premium for these bonds is included in the
Contract Amount.
ARTICLE XXV
SEVERABILITY
Should any specific provision of this Agreement or other Contract Documents be found to be
unenforceable, the remaining provisions shall remain in full force and effect.
- Agreement 00400-18
ARTICLE XXVI
NO PRESUMPTION AGAINST THE DRAFTER
_ No presumption or inference against City shall be made because of City's preparation of this
Agreement or other Contract Documents.
ARTICLE XXVII
_ DISPUTES/ATTORNEY FEES
A. If a dispute arises out of or relates to this Agreement or other Contract Documents, or
the breach thereof, and if the dispute cannot be resolved through negotiation, City and Contractor shall first
hy in good faith to resolve the dispute by mediation before resorting to litigation. Unless City and
Contractor agree otherwise, the mediation shall be administered by the American Arbitration Association
- under its Conshuction Industry Mediation Rules.
B. In the event of litigation between Contractor and City concerning the Project or this
Agreement or other Contract Documents, the prevailing party shall be entitled to recover from the other pady
. its reasonable attorney fees, costs, and expenses arising from such litigation.
_ ARTICLE XXVIII
TITLES
_ The titles given to the Articles in this Agreement are for ease of reference only and shall not be relied
upon or cited for any other purpose. Specifically, but without limitation, the titles shall not define or lunit any
of the provisions of any of the Articles.
Agreement 00400-19
ARTICLE XXIX
ENTIRE AGREEMENT
This Agreement and the other Contract Documents constitute the entire agreement between the parties
with respect to their subject matter. Any prior agreements, understandings, or other matters, whether oral or
written, are of no fiirther force or effect. Subject to Article VI of this Agreement, this Agreement and any
other Contract Document may be amended, changed, or supplemented only by written agreement executed
by both of the parties.
THIS AGREEMENT shall be binding on the parties only afrer it has been duly executed by City and
Contractor.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their authorized
representatives.
- CITY OF RIVERSIDE
sy: 'a,t:<�,�,t��a�' /�
MAYOR
ATTESTED:
_ � - �
- �-�-r�
CITY CLERK
R. A. Kn�vm Cnn�t►���_
„
By: / L o.. ` .1
(Sign e)
Printed Name: R•�. �i y 1(��/�
-a
T�tie: I r�-5 i c� � n i
- Agreement 00400-20
EXHIBIT A— SCOPE OF WORK
Contractor shall perform the following Work:
All Work necessary to improve selected streets within the City as shown on and in accordance with
the Specifications referred to in Exhibit B to the Agreement. The Work consists of the following
street, sidewalk and driveway improvements.
1. Full-Depth Pavement Repair (Horizon's Parkway)
- 2. Annex Parking Lot (West of Public Safety)
3. 2" Edge Mill & Asphalt Overlay
4. E3ailey Court
5. Horizon's Parkway Bridge
6. Eagle Animal Hospital
- Agreement — Exhibit A Page - 1
EXHIBIT B— SPECIFICATIONS AND DRAWINGS
The following Specifications govern Contractor's perFormance of the Work:
2011 Street Maintenance Project Specifications: (Divisions 1 through 2 of the Project Manual) dated August
31, 2011 including appendices, addenda, and all other documents and specifications referenced therein.
The Drawings governing the Work on [he Horizon's Bridge Repair are as follows; dated August 31, 2011:
Sheet Description Sheet No.
ODIFICATIONS TO HORIZON'S BRIDGE 1
Agreement — Exhibit B Page - 1
l'� � . ; __. � . ��
. Bond#105494160
EXHIBIT C — PERFORMANCE BOND
FOR THE FAITHFiJL PERFORMANCE of each of the terms and stipulations of the
AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR, dated
�C fb lo� r�� _, 2011, designated � Q;�GI( —(�Q , in every
Project: 2011 Street Maintenance
p2ThCU13T, R.A. Knapp Construction, Inc. , as Principal 3rid
Travelers Casualty and Surety Company �
of Funerica , as Surety, hereby bind themselves and their
respective heirs, executors, adnvnistrators, successors, and assigns, unto the City of Riverside,
Two Hundred Nine Thousand Nine Hundred Sixteen
Mlssoun, inthepenalsumof and 00/100 Dollars� � (5209�916_001
lawful money of the United States, conditioned that in the event Principal shall faithfully and
properly complete the Work required by the Contract Documents described in the Agreement
and perform all of its obligations and duties pursuant to the terms of the Contract Documents,
including, without limitation, all warranty obligations and duties and including those under
which Principal agrees to pay the prevailing hourly rate of wages for each craft or type of worker
requ'ued to execute the Work in the locality as deteimined by the Department of Labor and
Industrial Relations of Missouri or by final judicial detemunation pursuant to the provisions of
Sections 290.210 to 290340 and 290.550 through 290.580, inclusive, of the Revised Statutes of
Missouri, then tlus obligation to be void, otherwise to remain in full force and effect. Surety
hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms
of the Contract Documents or to the Work to be performed thereunder shall in any way affect its
obligation on this Bond, and it does hereby waive notice of any such change, extension of time,
alterntion or addition to the terms of the Contract Documents or to the Work.
Agreement-ExhibitC Page 1/6 of Bond Page 1
R.A. KNAPP CONSTRUCTION, INC.
PRINCIPAL �J
By: /`4 �//
( ' ture)
Printed N� e: . G1
Title: Crr �i P Irl'
Date: November 3, 2011
��
T ERS CASUALTY AND SURET OMPANY
SURET'I'
, ffiature)
P � t e: ��es Ki ng
. � e .Attorney-in-Fact
D3YC: NnvPmhPr 3� 7011 .
SURETY POWER OF ATTORNEY MUST BE ATTACHED
Agreement-F.achibitC Page 2/6 of sond Page-2
E3�IIBIT D — PAYMENT BOND
x.za. xnapp Construction, znc. and the CITY OF RNERSIDE, MISSOURI, have
entered into an Agreement dated �C�D -,v' � D , 2011, designated
(�
(��ceNo.���_�_. Project: 2011 Street Maintenance
R.A. Knapp Construction, Inc. , as PiiIIClpal, 3nd
Travelers Casualty and Surety Company
of zamerica , as Surety, hereby bind themselves and their
respective heirs, executors, administrators, successors, and assigns, unto the City of Riverside,
Two Hundred Nine Thousand Nine Hundred Sixteen
Missouri, in the penal sum of and 00/100 Dollars (5209 916.001 lawful
money of ihe United States, conditioned that in the event Principal shall pay the prevailing
hourly rate of wages for each craft or type of worker required to execute the Work required by
the Coniract Documents described in the Agreement in the locality as determined by the
Department of Labor and Industrial Relations of Missouri or by final judicial det�r�+nation
pursuant to the provisions of Sections 290.010 to 290340 and 290.550 through 290.580,
inclusive, of the Revised Statutes of Missouri, and shall timely pay to the proper parties all
amounts due for material, machinery, equipment and tools, consumed or used in connection with
the construction of such Work, and all insurance premiums, workers' compensation, and all other
kinds of insurance, on such Work, and for all labor performed in such Work whether by
Principal, subconiractor, or otherwise, then tlus obligation to be void, otherwise to remain in full
force and effect, and the same may be sued on at the instance of any subcontcactor, material
supplier, laborer, mechanic, or other interested party, in the name of the City of Riverside, to the
use of such patties, for any breach of the considerations hereo£ Surety hereby sripulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract
Documents or to the Work to be performed thereunder shall in any wise affect its obligation on
Agreement - Exhibit D Page 1
Page 3/6 of Bond
tlus Bond, and it does hereby waive notice of any such change, extension of time, alteration or
addition to the terms of the Contract Documents or to the Work.
R.A. KNAPP CONSTRUCTION, INC.
PRINCIPAL
B �L U �
(S� a�)
Printed Name: Q. d. {SYV: M
Tit1e: �rts� C��Ln-1'
Date: November 3, 2011
TRA ^ CASUALTY AND ^TY COMPANY
SURET'I'
By:
, ���
P' ted �es M. King
. Affnrna;/-i n-Faci' �
D3tC: Novemher 3, 2011
SURETY POWER OF ATTORNEY Mi7ST BE ATTACHED
Agreement-ExhibitD Page 4/6 of sona Page2
WARNING: THIS POWER OFATTORNEV IS INVALID WITHOUTTHE RED BORDER
�� PO W ER OF ATTORNEY
� TRAVELERS J Farmington Casualty Company SI. Paul Mercury Insurance Company
Fidelity aud Guaran[y Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty [nsurance Underwriters, [nc. Travelers Casualty and Surety Company of America
St. Paul N7re and Marine Insurance Company Onited Sta[es Fidelity and Guaranty Company
SL Paul Guardian Insurance Company
A[tomey-In Fflct No. Z �$45S Cer[ificate No. O O�'F O O����
KNOW ALL MEN BYTHESE PRESENTS: That SL Paul Fire and Marine Insurance Company, SL Paul Guardian Insurance Company and SL Paul Mercury Insurance
Company are colpora[ions duly organized under the laws of the Sta[e of Minnesola, [ha[ Farming[on Casualty Company, Travelers Casualry and Surety Company, and
T�avelers Casualty and Surety Company of Ame�ica are corpora[ions duly ocganized under the laws of [he S[ate of Conneetiwt, that Uoited States Fidelity and Guazanry
Company is a corporation duly organized under ihe laws of the S�ate of Maryland, that Fidelity and Guaranty Insurance Company is a coryora[ion duly organiud under
the laws of [he S[a[e of lowa, and that Pidelity and Guaranty Insu[ance Onderwritera, Inc., is a wq�oration duly o�ganized under the laws of the State of Wisconsin
(herein colleetively called the "Companies"), and tha[ the Compaoies do hereby make, constimre and appoint
Robert T. Cirone, James M. King, and Suzanne P. Westerholt, and Jacob J. Buss
of the Ciry of T.inCOln , State of Nebr3ska _ , their [rue and lawful At[omey(s)-in-Fac[,
each in their sepazate capacity if more than one is named above, to sign, exew[e, seal and acknuwledge any and all bonds, recognizances, condi[ional undertakings and
olher writinga obliga[ory in [he nawre lhereof on behalf of [he Companies in [heir business of guaranteeing [he fideliry of persons, guaran[eeing [he perFormance of
conVacts and execu[ing or guaranteeing bonds and undertakings required or permitted in any ac[ions or proceedings allowed by law.
22nd
IN WITNESS WHEREOF, Ihe Companies have caused this instrument to be signed and [heir corporate seals to be hereto affixed, this
day of _ March 2007
Farming[on Casualty Company SL Paul Merwry Insurance Company
Fidelity and Guaranty Insurance Company 7}�avelers Casualty and Surety Company
Fidellty and Guaran[y Insurance Underwri[ers, Inc 1Yavelers Casualty and Sure[y Company of America
S[. Paul Fire and Marine Insurance Company Uniled Stales Fidelity and Guaranty Company
S[. Paul Guardian Insurance Company
L �I� � t\11E� lM..�IYS4 pi '�0 Y
Q ,O: 9 .l. ,�, e n�• 4MMWA '�
46U
_�� 6n M�tlIqiFD � 4 �tta�va��r;� °�W"°.on�r�.^ `f � �
� ° �sn� ffp �� - . �: _ : �. �� `�+
y d`Y M �y � �W� y o . jaSE0.La ���$��LL: j O� �O� N �NB
m
u
� � ,
. � �xcc 1 S.AN � a ..� � �
x.. y .... 1 � ' N ��
State of Connec[iwt By �
City of Hartford ss. Georg Thompson, nior ice Presidrnt �
On this the 22nd da of MefCh 2007 before me rsonall a ared Geor e W. Thom con, who acknowled ed
Y Pe Y"PPe" S P� B
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity nnd Guaranry Insurance Underwri[ers,
Inc., SL PaW Fire and Marine Insurance Company, SL Paul Guardian Insurance Company, SL Paul Merwry Insu�ance Company, 7tavelers Casualty and Sucety
Company, Travele�s Casualty and Surery Compxny of America, and United Sta[es Aideli�y and Gueranty Company, and tha[ he, as such, beiog authorized so ro do,
exew[eA [he foregoing instrument foc [he pueposes [herein eon[ained by signing ou behalf of the coepo�ations by himself as a duly authorized officer.
�p.TQ�
� �� � ///���
In Witness Whereof, I hereunto set my hand and official seal. 1N1 � W w° C• ��
My Commission expires the 30th day of June, 20I1. � p���0 * Marie C. Teneault, Notary Public
�
58440-4-09 Printedin U.S.A.
WARNING:THISPOWEROFATfORNEYISINVALIDWITHOUTTHEREDBORDER Page 5/6 of BOrid
WARNING: THIS POWER OFATfORNEV IS INVALID WITHOUTTHE RED BORDER
This Power of Attorney is gran[ed under and by the authority of the following resolu[ions adopted by the Boards of Directors of Farmington Casualty Company, Fideli[y .
and Guazanty [nsurance Company, Fidelity and Guaranty Insurance Underwri[ers, Inc., St. Paul Fire and Marine Insurance Company, SL Pau] Guardian Insurance
Company, St. Paul Merwry Insurance Company, Travelers Casualty and Surety Company, Travelers Casualry and Surety Company of America, and United States
Fidelity and Guazanty Company, which resolutions aze now in full force and effecl, reading as follows:
RFSOLVED, [ha[ [he Chailman, the President, any Vice Chairman, any Exew[ive Vice Resident, any Senior Vice President, any V�ice Presiden[, any Second Vice
President, [M1e Treasurer, any Assistant Treasurer, [he Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agen[s ro ac[ for and on behalf
of Ihe Company and may give such appointee such au[hority as his or her certificate of au[hority may prescribe m sign wi[h the Company's name and seal with the
Company's seal bonds, recognizances, wnvacts of indemnity, and o[her wri[ings obliga[ory in the namre of a bond, recognizance, or conditional undertaking, and any
of said officers or the Boazd of Directors a[ any [ime may remove any such appointee and revoke [he power given him or her; and i[ is
FURTHER RESOLVED, that the Chairman, [he Presiden[, any Vice Chairman, any Execu[ive Vice President, any Senior Vice Presiden[ or any Vice Presiden[ may
delegate all or any part of the foregoing au[hority [o one or more officers or employees of this Company, prwideA [hat each such delegation is in writing and a copy
thereof is filed in the o�ce of the Secretary; and it is
FIJRTHER RESOLVED, tha[ any bond, recognizance, contract of indemniry, or wri[ing obligatory in the nature of a bond, recogni�ance, or ronditional undenaking
shall be valid and binding upon the Company when (a) signed by [he President, any Yice Chaim�an,:u�y Execufive Vice President, any Senior Vice President or any Vice
Presiden[, any Second Vice Presiden[, ihe Treasurer, any Assistant Treasurer, the Co�porate Secre[ary or any Assistan[ Secre[ary and duty at[ested and sealeA with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fac[ and Agen[s pursuant ro the power
prescribed in ttis or her certifica[e or their certificates of authority or by one or moro Company officers pursuant to a wri[[en delega[ion of authority; and it is
FURTHER RESOLVED, that the signa[ure of each of [he following officers: Presiden[, any Exewtive Vice Presiden[, any Senior Vice President, any Vice Residen[,
any Assistant Vice President, any Secretary, any Assistan[ Secre[ary, and Ihe seal of the Company may be �xed by facsimile to any Power of A[tomey or ro any
certifica[e rela[ing there[o appointing Resident Vice Residents, Resident Assistant Secretaries or A[torneys-in-Fact for pueposes only of executing and a[[es[ing bonds
and undertakings and other writings obligatory in [he natua thereof, and any such Power of Attomey or cert�cate bearing such facsimile signamre or facsimile seal
shall be valid and binding upon the Company and any such power so execu[ed and certified by such facsimile signamre and facsimile seal shall be valid and binding on
the Company in [he future with respect to any bond or understanding [o which it is attached.
I, Kori M. Johanson, the undersigned, Assis[ant Secretary, of Farmington Casualry Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwri[ers, Inc., SL Paul Fire and Mazine Insurance Company, SL PaW Guardian Insurance Company, SL Pau] Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United Sta[es Fidelity and Guarenty Company do hereby certify that the above and foregoing
is a true and cortec[ copy of [he Power of Attomey exewteA by said Companies, which is in PoII force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and aftixed the seals of said Companies this ���.-,a day of ,._�_ _ , 20 �.
/
Kori M. Johans Assistant Secretary
� p � I�8 o 1� 1 � � �P � 'L6 Oi'M,�IMSp9 J pt�M4q. ��J�1M0 11��III � Y "4
=63' ' B o �� „yJV�- �£ i d'.%� ot� � �^ : �� �� 2 � �
w:w"� ?'•
�, �+•= 0 1977 "'�"°°°�' et ,_� :r xuman. �wwiww. �
's s� {F ��1 � ��SEA� `�SSdL'i � S �' t �g . p
`yk� � 11F�" �G,wce� 1...... a .�a` � E
+s. i.N+ i 1 '� � � �N/ A1NJ"
To verify [he authenticity of this Power of A[tomey, call 1-800-421 3 8 80 or contac[ us a[ www.Vavelersbond.com. Please refer to the At[orney-In-Fac[ number, [he
above-named individuals and the �etails of lhe bond to which the power is at[ached.
Page 6/6 of Bond
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
�
� EXHIBIT E - PROPOSAL
� 2011 STREET MAINTENANCE PROJECT
TO: CITY OF RIVERSIDE, MO
� 1. The undersigned bidder hereby proposes to fiunish all materials, supplies, transportation, tools,
equipment and plant, perform all necessary labor and conshuct, install and complete a11 work stipulated
� in, required by, and in conformity with the proposed Contract Documents (including all documents
refened to therein) and any and all addenda thereto, for and in consideration of the price of
Ywo I�ur� N��� ���iCc�nr� (Ui/1P /-�uvYl�c-C�
� s i U feP �.� 11 ars � P:� c e�tft dollazs ($ Zc�9. 4/ Lv -� ).
-- The Contract Amount is subject to final determination of Work Performed at unit prices set forth in this
� Proposal. The quantities of items of unit price Work set forth in this Proposal aze estimates oniy, are not
` guazanteed, and aze solely for the purpose of comparing bids and determining an initial Contract
Amount. Unless othenvise stated elsewhere in the Contract Documents, (a) determination of the actual
� quantities and classifications of unit price Work performed will be made by City and (b) final payment
for all unit price items set forth in this Proposal will be based on actual quanfities, detemuned by City.
The undersigned further agrees to begin upon the date stated in the Notice to Proceed, if this bid is
� accepted, and to compiete all work as provided in Article IV of Agreement between City of Riverside,
MO and Contractor.
2. In submitting this bid, the undersigned declazes that it is of lawful age and executed the accompanying
bid on behalf of the bidder therein named, and that it had lawfizl authority so to do. The undersigned
further declazes that it has not d'uectly or indirectly entered into any agreement, expressed or implied,
with any bidder or bidders, having for its object the controlling of the price or amount of such bid or any
bids, the lnxuting of the bid or bidders, the parceling or fanning out to any bidder or bidders, or other
persons, of any part of the Contract or any part of the subject matter of the bid or bids or of the profits
� thereof, and that it has not and will not divulge the sealed bid to any person whomsoever, except those
having a partnership or other financial interest with bidder in said bid or bids, until after sealed bid or
� bids aze opened.
3. The undersigned fiuther declares that it has cazefully examined the Norice to Bidders and all other
Bidding and Contract Documents, and that it has inspected the actual location of the work, together with
the local sources of supply, and has sarisfied itself as to all conditions and quantities, and understands
� that in signing this Bid it waives all right to plead any misunderstanding regazding the same.
4. The undersigned hereby agrees to fuxnish the required bonds and insurance certificates and policies and
� execute an Agreement within ten (10) calendaz days from and after the Notice to Proceed for the
Contract, and failure of the bidder to do so shall constitute a default, and the City may thereafter take
-- such steps to protect its legal rights as it deems in its best interest, including, but not limited to,
� enforcement of its rights as to bid security.
5. Undersigned acknowledges receipt of the Plans and Specifications for the project including the following
addenda (complete)
� � - �_n'f � 3, I 1
� Agreement - Exhibit E Page 1
�
EXHIBIT E - PROPOSAL
2011 STREET MAINTENANCE PROJECT
TO: CITY OF RIVERSIDE, MO
1. The undersigned bidder hereby proposes to fumish all materials, supplies, transportation, tools,
equipment and plant, perform all necessary labor and construct, install and complete all work stipulated
in, required by, and in conformity with the proposed Contract Documents (including all documents
referred to therein) and any and all addenda thereto, for and in consideration of the price of
dollars ($ )•
The Contract Amount is subject to final determination of Work Performed at unit prices set forth in this
Proposal. The quantities of items of unit price Work set forth in this Proposal are estimates only, are not
guaranteed, and are solely for the purpose of comparing bids and determining an initial Contract
Amount. Unless otherwise stated elsewhere in the Contract Documents, (a) determination of the actual
quantities and classifications of unit price Work performed will be made by City and (b) final payment
for all unit price items set forth in this Proposal will be based on actual quantities, determined by City.
The undersigned further agrees to begin upon the date stated in the Notice to Proceed, if this bid is
accepted, and to complete all work as provided in Article N of Agreement between City of Riverside,
MO and Contractor.
2. In submitting this bid, the undersigned declares that it is of lawful age and executed the accompanying
bid on behalf of the bidder therein named, and that it had lawful authority so to do. The undersigned
further declares that it has not directly or indirectly entered into any agreement, expressed or implied,
with any bidder or bidders, having for its object the controlling of the price or amount of such bid or any
bids, the limiting of the bid or bidders, the parceling or farming out to any bidder or bidders, or other
persons, of any part of the Contract or any paR of the subject matter of the bid or bids or of the profits
thereof, and that it has not and will not divulge the sealed bid to any person whomsoever, except those
having a partnership or other financial interest with bidder in said bid or bids, until after sealed bid or
bids are opened.
3. The undersigned further declares that it has carefully examined the Notice to Bidders and all other
Bidding and Contract Dor,uments, and that it has inspected the actual location of the work, together with
the local sources of supply, and has satisfied itself as to all conditions and quantities, and understands
that in signing this Bid it waives all right to plead any misunderstanding regarding the same.
4. The undersigned hereby agrees to furnish the required bonds and insurance certificates and policies and
execute an Agreement within ten (10) calendar days from and afrer the Notice to Proceed for the
Contract, and failure of the bidder to do so shall constitute a default, and the City may thereafter take
such steps to protect its legal rights as it deems in its best interest, including, but not limited to,
enforcement of its rights as to bid security.
5. Undersigned acknowledges receipt of the Plans and Specifications for the project including the following
addenda (complete)
Agreement - Exhibit E Page 1
Enclosed is a certifi d check, cashier's check or bid bond in the amount of
� �r DOLLARS
($ which the undersigned agrees is subject to being forfeited to and
becoming the property of the City as liquidated damages and not as a penalty, together with other legal
remedies the City may choose to invoke, should this Bid be accepted and the Contract be awazded to flris
bidder and it should fail to enter into an Agreement in the form prescribed and to fiunish the require
insurance, bonds and other required documents within ten (10) calendar days as above sripulated,
otherwise the bid security shall be retumed to the undersigned upon signing of the Agreement and
delivery of the approved bonds and other required documents to the City of Riverside, Missouri.
;` DATED in I��� !�, ��r r,� �ic��his � day of � , 2011.
`� R /�. Uv�an4 ��,$�, �i1(l
Coniractor
/�
Title
/ i
� (SEAL) / �
Atte ted Tide '
n �
l��bl !�i(�a�L,e �l° V"1Q/1 �!z� I'�./�r �O�// �
Address
; 9/.3,� 7�'7� I
'� Telephone Number
_
;
I
�
Agreement - Exhibit E Page 2
s �
Enclosed is a certilied check, cashier's check or bid bond in the amount of
DOLLARS
($ ) which the undersigned agrees is subject to being forfeited to and
becoming the property of the City as liquidated damages and not as a penalty, together with other legal
remedies the City may chuose to invoke, should this Bid be accepted and the Contract be awarded to this
bidder and it should fail to enter into an Agreement in the form prescribed and to furnish the require
insur<1nce, bonds and otlier required documents within ten (10) calendar days as above stipulated,
otherwise the bid security shall be returned to the undersigned upon signing of the Agreement and
delivery of the approved bonds and other required documents to the City of Riverside, Missouri.
DATED in this day of , 2011.
Contractor
Title
(SEAL) �
Attested Title
Address
Telephone Number
Agreement - Exhibit E Page 2
2011 STREET MAINTENANCE PROJECT
The proposal sha►l be for:
ITE g�D ITEM DESCRIPTION EST. UNIT UNIT PRICE
NO. TY. PRICE EXTENSION
ull Depth Repair, Horizods Parkway (includes
1 xcavating 12" asphalt and 9° fly ash, then replacing with 10.6 SY
19" of 3000 si concrete till and 2" T e 6-01 as halt
nnex Parking Lot west of Public Safety Building
2 includes excavating 8" and replacing w/ 4" AB-3 and 4" 412 SY
f Type 1-01 asphalt—price includes removal of concrete
ad
3 " Ed e Mill & Overla T e 3-O 1 5,000 SY
ailey Court (full-depth repair using existing material,
4 rice includes reshaping the cross section and profile of 4,445 SY
he roadwa
5 AGLE ANIMAI HOSPITAL
econstruct Se mental Retainin Wall & Rail 1 LS
B lowable Fill l00' of 18" RCP 6.6 CY
n-Site Gradin to romote overland flow 1 LS
Seedin 300 SY
6 ORIZON'S PARKWAY BRIDGE
emove existing sidewalk
7- 5'x 5' anels each corner or brid e 700 SF
xcavate (33 CY median each end & 1 CY behind each
omer 70 CY
lowable Fill 2T x 9' x 6' er corner 216 CY
ype 2 Riprap (40 SF per corner of riprap drainage tlume
18" thick plus SOSF fill-in beside each wingwall plus
OSF in front of each abutment 400 SF
eotextile Fabric (under 4' x 10' riprap drainage flume
er comer 18 SY
PWA Type Gl Curb (4' each comer from wingwall tip
o ri ra draina e flume 16 LF
" Concrete Sidewalk, non-reinforced ( l75' per comer of
rid e 700 SF
Sodding (200 SF of sod per corner of bridge plus 300 SF
'n each median 1400 SF
ox In'ection Inject Crack in SW approach slab) 20 LF
raffic Control 1 LS
OTAL BID
Agreement - Eachibit E Page 3
Notes:
1. Segmental Retaining Wall & Rail Reconstruction at Eagle Animal Hospital to include the
following:
• Reset and/or Realign existing undamaged blocks and caps.
• Damaged blocks and caps shall be replaced with identical blocks and caps as existing wall.
• Replace 2 fence panels and they shall match existing fence panels.
• Replace railing post sleeves in accordance with wall manufacturer recommendations.
2. Location of Edge Mill & Overlay work is in Annex Parking Lot adjacent to Public Safety
Building
Agreement - Exhibit E Page 4
i — i �
_ � N-� i S.C� , I I I
ZUU JF Ut SVU IU lit F'LACtU AI GI1Y5
Z I DIREC110N (PER CORNER OF BWDGE) 4' APWA TYPE C-1 CURB 1�50 EXISTING GRADE � I� I� I� I� I�
Z 4.00' (SEE DETAIL) I i �I ��I
W� I 18" THICK MODOT TYPE 2 RIP R4P DRAINAGE FLUME INFILL MODOT TYPE 2 RIP R4P � �� I I U , Q I
� I MATCH EXISTING S/W�� _� _ OVER EXISTING RIP RAP � ° � „-� I ° � �" I �
Q CROSS SLOPE \ � �' J! x� �
3 fa.00' m �� �; �; I
�f o A ° m o °
EXISTING S/W o � - -- --> °' u �
yA o r �,� ,"; <.� c c s
o Z � �' z � �
u�
� m � c� �
o�•. Y �- � ��� �" DRPJN TYPICAL REPAIR AT o o U �
. . �EXP. JT, . �. B � B ALL (4) CORNERS
o OC � ' � . . , � `��\\I q���/
�` W i i i `��\ �* a /
LL - - -
� Q ;J=��' --�; — ` O QJ ..............��3y��G�� c"i
� _ ' �' % DETAIL A GEOTEXTILE FABWC ; �' � • �' � %
o y 4" THICK CONCRETE INFILL ,` , , p Y � � '�: � � � �
� DRAINAGE DEfAII.
�. BETWEEN SIDEWALK AND BACK OF �' j ; f } Q mo � J'�no
� CURB (AROUND GUARDRPJL ; ; I SCALE: NOT TO SCALE lL i d' f`� � a=
G � POSTS ON (2) CORNERS) % % ¢ �� ¢ �/ � MATCH EXNSi1N6 W1D1HK& � �� Q � Z W ��� ` °d W
' BRIDGE � NOTE' � c�tn a ��>a
%� � EXCAVATION FOR DR4INAGE FLUME i ��,
� ' ; ; APPROACH ; JOINT PATTERN (EXCEPT i��( �``•••........•"'' �' �
Q i�j; I 1Ya" EXP. JT. (TYP) /� ';' SLAB �; � FOR ADDITIONAL EXP. JT.). EXISTING & PROPOSED BD "EXCAVAl1lON RY TO THE I �O/���`�S�t P��`O�� I
� � i % � �¢ �� �Q- �' o (MAX 2% CROSS SLOPE) SIDEWALK � �/// 1\
�= I ` ; ; '" . .
i i � � �.. I
� i
� 1 i i � m �.:�� t s � U � ,
��I ; ; ; I Z I
� , ,
� a i i- ; - -9 ---{�- - -�- -- �?� - I � W I �
�,, ; , i
� �°,� � / �'� io.00' � / � Z � I
%� ' ,� W I
i I , �
i � ;�� t - � --�-�— -� -- � / � � m �
i �
� �, o � � % ;�.,� v ! CAUTI ON ! i � ; ` " „
=i J
I o� � ,�� TREET LIGHT CONDUIT IN MEDI '- F j Q`a�, � �,�j /
il� I QU�'� F���� �'' �. � M � \% G
? V on0 Br APOroach Slab-- ' --._._ . i
_'F _' i
o� ���� , --f Horizons Porkrray VOID BELOW SIDEWALK \� i��•.�, EXISTING RIPRAP SLOPE i � N I � O
� �� AND APPROACH SLAB cO
z �' � TO BE FILLED WITH \ � � � °o I � �
G I . .{. ..y^�_{r, � I
a � s : / FLOWABLE FILL � ' --��,� I � � f''' J �� )
� I c �; �' MEDIAN EXCAVATION LOCATtON, ! I W �, _
- j; ¢ ¢ O RESOD AT CONCLUSION .�, p w � �
� `� i � � � =— —�+ SECT r I ior r roBc,aB �` � J � �: ' �` ' '
w I PLAN VIE�P S�P CORNER � �' i
° SCALE: NOT TO SCALE � ��
w (3 - SIMILAR) �� � ; _'_` '�1J �
��� JOINT SEALER R=%2" �� R=1 j2 � Q� i �� C�
a
NOTE: �
°, i m FILL ALL JOINTS WITH APPROPWATE FILLER TO PA�EMENT SURFACE I LL °- � I I �._; J� �
,,., i REDUCE WATER INFILTRA710N i� � o i �� ;
I I %4'n o`° � I =� � I �� I
�/� M
`ri N '�' , � - �/�N c� �i
�
� �
� � �
�
� I JOINT � 2" �' i
° � "' FILLER a �
o 4n
- i 7 ��� ��1'�
�; � APWA EXPANSION e � S� F FT N 0.
I° j q JOINT DETAIL AP�PA TYPE C-1 CURB DETAIL 1 r;� 1
j ,j J I _
EXHIBIT F— PREVAILING WAGE RATES
A. Special Wage Determination: Prevailing hourly rates of wages follow, as determined by
the Division of Labor Standards, Jefferson City, Missouri.
Agreement - Exhibit F Page 1
Missouri
Division of Labor Standards
WAGE AND HOUR SECTION
F TH � S
- O ..,. T
v ..•;..., .
• .•.��
�'.. !4� . 'Y • • t�
�1 : o
� t �'� '`3 � r '•'� y� .
yt " ; '
. y y •c � ^ A . ...�. � V
� , .
� ` y
- � Moc c �
y� � �'�
JEREMIAH W. (JAY) NIXON, Governor
_:
� Annual Wage Order No. 18
Section 083
PLATTE COUNTY
In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of this
' Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may
be affected by this Annual Wage Order may object by filing An objection in triplicate with the Labor and
Industrial Relations Commission, P.O. Box 599, Jefferson City, MO 65102-0599. Such objections must
set forth in writing the specific grounds of objection. Each objection shall certify that a copy has been
furnished to the Division of Labor Standards, P.O, Box 449, Jefferson City, MO 65102-0449 pursuant to
8 CSR 20-SA10(1). A certified copy of the Annual Wage Order has been filed with the Secretary of
State of Missouri.
Original Si ng ed bv
Carla Buschjost, Director
Division of Labor Standards
�
, "fhis Is A True And Accurate Copy Which Was Filed With The Secretary of State: March 10. 2011
' Last Date Objections May Be Filed: Aaril 11. 2011
Prepared by Missouri Department of Labor and Industrial Relations
Building Construction Rates for REPLACEMENT PAGE Section 083
PIATTE County
asic ver-
OCCUPATIONAL TITLE "' Date of Hourly Time Holiday Total Fringe Banefits
�' Increase Rates Schedule Schedule
� Asbestos Worker $34.04 52 53 $22.88
�� Boilermaker 32.31 57 7 $23.95
� Brickla ers-Stone Mason 33.40 58 39 16.15
��� Car enter 6/11 $33J9 83 68 $13.05
�. Cement Mason $30.28 65 4 15.50
'�. Electrician Inside Wireman $33.83 13 72 $1525 + 10%
.�. Communication Technician USE ELECTRICIAN INSIDE WIREMAN RATE
� Elevator Constructor a 40.860 26 54 $23.255
0 eratin En Ineer
Grou I 6/11 $35.70 85 4 13.76
I Grou II 6/11 $34.89 85 4 $13J8
� Grou III 6/11 29.34 85 4 13.78
'��. Grou III-A 6/11 $33.55 85 4 $1376
Grou IV
. Grou V 6111 $30.94 85 4 13.78
� Pi e Fitter B111 $39.58 2 33 15.85
Glazier 6/11 $30.47 88 32 $15.43
- Laborer Buildin :
�� General 6/11 25.45 30 4 $13.45
'� First Semi-Skilled 6/71 $25.85 30 4 13.45
�. Second Semi-Skilled 6111 $26.25 30 4 $13.45
�'�. Lather USE CARPENTER RATE
� Linoleum La er & Culler 8/11 $33.82 46 87 13.05
�. Marble Mason $31.65 25 4 13.89
- Millwri ht USE CARPENTER RATE
, Iron Worker B111 $28.50 50 4 � $24.30
� Painter $28.31 37 4 $13.37
- Plasterer 6/11 $24.89 68 4 18��6
���� Plumber 6/11 36.80 45 33 $20.41
Pile Driver USE CARPENTER RATE �
� Roofer 6/11 $32.25 95 2 $13.66
��. Sheet Melal Worker 7/11 $38.39 17 22 17.04
�� S rinkler Fitfer $33.85 14 4 $17.20
Terrauo Worker $31.65 25 4 $13.89
Tile Setter $31.65 25 4 $13.89
��. Truck Driver-Teamsler
�� Grou I $30.09 100 4 10.90
Grou II 30.09 100 4 $10.90
� Grou III $30.29 100 4 10.90
� Grou IV $30.29 100 4 $10.90
Traffic Control Service Driver $15.35 48 49 $2.71
Welders-Acet lene & Electric
�� Fringe Benefit Percentage is of the Basic Houdy Rate
�� Altentlon Workers: If you are nol heing paid the appropriale wage rate and fringe benefits contact lhe Division
.. o( Labor Standards at (573) 751-3403.
"«Annual incremental lncrease
- 'SEE FOOTNOTE PAGE ANNUAL WAGE ORDER NO. 18 ��� �
I Building Construction Rates for Section 083
PLATTE County Footnotes
asic ver-
OCCUPATIONAL TITLE *" Date of Hourly Time Holiday Total Fri�ge Benefits
Increase Rates Schedule Schedule
-�. " Welders receive rete prescribed for the occupational title performing operation to which welding is incidantal.
' Use Building Construction Ratas on Building construction in accordance with the classificaiions of construction
-�� work established in S CSR 303.040(2).
I Use Heavy Construction Rates on Highway and Heavy construction in accordance with the classifications of
��- construction work established in 8 CSR 30-3.040(3).
' a- Vacation:. Employees over 5 years - 8°k, under 5 years - 6%
_,
' ANNUAL WAGE ORDER NO. 18 3 �� �
� PLATTE COUNTY .
OVERTIME SCHEDULE • BUILDING CONSTRUCTION
FED: Minimum requirement per Fair Labor Standards Act means time and one-half (1 Yz) shall be paid for all work
in excess of forty (40) hours per work week.
NO. 2: Means tha maximum of eight (8) hours shall constilute a day's work beginning at 8:00 a.m. to 12:00 noon,
12:30 p.m. to 4:30 p.m. The maximum work week shall be forty (40) hours beginning Monday at 8:00 a.m. and ending
Friday at 430 p.m. Because of traffic, parking or other circumstances, the hours of work on any proJect may be any
continuous 8Y: hours period (8 hours of work plus 30 minutes for lunch) behveen 7:00 a.m. and 4:30 p.m. When
circumstances warrant and when it is mutually beneflcial and agreed to, the Employar may Instilute a work week
consisling of four (4) consecutive ten (10) hour days, between the hours of 7:00 a.m. and 6:00 p.m. Monday through
Thursday, with one-half ('/�) hour allowed for a lunch period each day. Friday may be used as a make-up day. Affer
ten (10) hours in a workday, or forty (40) hours in a workweek, overtime shall be paid at a rate of one and one-half (t'/)
times the regular rate of pay. Overtima performed Monday through Saturday shall be paid at lhe rate of one and one-
half (1 Yz) times the regular rate of pay. Sundays and recognized holidays shall be paid at the double (2) time rete of
pay. Labor Day shall be paid at triple (3) time. Shifl work may 6e paAormed at the option of the Contractor. However,
whenever shik work is performed it must cover a period not less than (5) consecutive working days. The day shift shall
work a regular eight (8) hours shift as outlined above. Employees working a second shik shall receive an additional
$025 above the regular hourly rate and perform seven and one-half (7'h) hours work for eight (8) hours pay. Third shift
- employees shall be paid an additional $0.50 above the regular hourty rate and work seven (7) hours for elght (8) houra
pay. In the event a first shiH is not required, a second and third shiH employee shall receive an additional 15% of tha
base rate and receive pay for adual hours woriced.
NO. 13: Means a regular workday shall consist of eight (8) hours belween 8:00 a.m. and 4:30 p.m. Forty (40) hours,
within five (5) days -- Monday through Friday inclusive -- shall constltute the regular workweek. The Employer may
alter the above stated hours by lwo (2) hours for an early starting and quifling tlme only, not lo exceed eight (8) hours of
work in any one day. When job conditions dictate and as required by the customer, the Employer shall be allowed to
establish a four (4) day, ten (10) hour per day work week. This work week is defined as Monday through Thursday,
- with a Friday make-up day. The normal work day under a ten (10) hour four (4) day work week shall be from 7:00 a.m.
to 6:00 p.m., with a one hour staAing variance. The make-up day of Friday shall be instituted for specific reasons such
as loss of production due to weather and/or holidays. All hours worked in excess of ten (10) hours per day or forty (40)
hours per week or hours worked outside the narmal work week shall be paid at the applicable overtime rate. The first
four (4) hours of overtime after the normal workday, each day Monday through Friday and the firsl ten (10) hours of
overtime on Saturdays shall be paid for at one and one-half (1 Y:) times the regular straight time rate of pay. All other
work performed outside of the regularty scheduled working hours and outside of tha flrst ten (10) hours worked on
Saturdays shall be paid for at double (2) the regular straight fime rate of pay. Sundays and the recognized holidays
shall be paid for at double (2) the regular slraight time rate of pay, if workad. When so elected by the contractor,
- multiple shifls of at least five (5) days duration may be worked. When two (2) or three (3) shiRs are worked: The first
shiH (day shiR) shall be worked belween the hours of 8:00 a.m. and 430 p.m. Workmen on the "day shift" shall receive
� eight (8) hours pay at the regular hourly rate for elght (8) hours work. The second shift (swing shift) shall be worked
behveen the hours of 4:30 p.m. and 1230 a.m. Workmen on the °swing shift" shall receive eight (8) hours pay at the
regular hourly rate plus 10°� for seven and one-half (7 '/z) hours work. The third shift (graveyard shift) shall be worked
� behveen the hours of 12:30 a.m. and 8:00 a.m. Workmen on the "graveyard shift" shall receiva eight (8) hours pay at
� the regular hourly rate plus 15% for seven (7) hours work. A lunch perlod of thirty (30) minutes shall be allowed on
each shift. All oveRime work required after the completion of a regular shift shall be paid at one and one-half (1Y)
times the "shift" hourly rate. �
NO. 14: Means eight (8) hours per day shall constitute a day's work. The regular starting time shall be 8:00 a.m., and
�- the regular quitting time shall be 4:30 p.m.; lunch time shail be lwelve (12) o'clock noon to 1230 p.m. The reguiar
starting time may, by mutual consent of employaes on the Job site, and the employer, be belween 7:00 a.m. and 9:00
"� a.m. with appropriate adjustments made to the regular quitting time and lunch time. All time worked before the regular
starting time and after the regular quitting time, Monday through Friday, shall be paid at the rate of time and ona-half
(1 Y). All work commencing with the beginning of the established work day on Saturday shall be paid at the rata of time
_ and one-half (1Y). All work commencing with the beginning of the established work day on Sundays and/or Holidays
shall be paid at the rate of double (2) time.
. AW018 083 OT.doc ANNUAL WAGE ORDER NO. 18 Page 1 of 8 Pages
PLATTE COUNTY
� OVERTIME SCHEDULE - BUILDING CONSTRUCTION
NO. 17: Means the regular working day shall consist of eight (8) hours of labor between 7:00 a.m. and 3:30 p.m. and
the regular work week shall consist of five (5) consecutive eight (8) hour days of labor beginning on Monday and ending
with Friday of each week. All full-time or part-time labor performed during such hours shall be recognized as regular
working hours and paid for at the regular hourly rate. Except as otherwise provided, all work performed outside of
regular working hours during the regular work week, shall be at double (2) times the regular rate. Working hours may
be varied by iwo (2) hours. When circumstances warrant and when it is mutually beneficial and agreed to by interested
partias, the Employer may institute a work week consisting of four (4) consecutive tan (10) hour days, between the
hours of five (5) a.m. and six (6) p.m., Monday through Thursday, with one-half (tl2j hour allowed for a lunch period
each day. Friday may be used as a make-up day. The make-up day will be valuntary, and a decision not to work may
not be held against the employee. When working four (4) ten (10) hour day's overtime will be pald at the time and one-
half (1 Yz) rate for the eleventh (11'") and hvelfth (12�') hour, all other work will be paid at the double (2) time rate of pay.
The first two (2) hours of overtime, Monday through Friday, and the flrst eight (8) hours on Saturday shall be at time
and one-half (1Yz) for all work. All other overtime shall ba at double (2) time. The first lwo (2) hours of overtime must
be concurrent wilh the regular work day, lwo (2) hours prior to or following tha regular work day are at lime and one-half
(1'/). The regular workday (as previously defined) on Saturday is paid at time and one-half (1'h). Work performed
outside of the regular Saturday work day is at double (2) time. All work performed on recognized holidays, or days
� locally observed as such, and Sundays shall be paid at the double (2) time rate of pay. �
NO. 25: Means regular working hours of elght (8) hours shall constitute a working day behveen the hours of 8:00 a.m.
' to 4:30 p.m. in a forty (40) hour working week of Monday through Friday. Employment on Saturday, Sunday and legal
�'� holidays, and employment before or after the regular working hours shall be considered overtime. Employment on
i Saturday, Sunday and legal holidays shall be paid for at twice (2) the regular hourly rate. Employment from 4:30 p.m.
���. to 12:00 midnight, Monday through Friday, shall be paid for at one and one-half (1Yz) times the regular houdy rate.
', From 12:00 midnight until 8:00 a.m. on any day shall be paid for at twice (2) lhe regular hourly rate.
��! NO. 26: Means that the regular working day shall consist of eight (8) hours worked belween 6:00 a.m., and 5:00 p.m.,
five (5) days per week, Monday to Friday, inclusive. Hours of work at each jobsite shall be those established by the
'� general contraclor and worked by the majority of trades. (The above working hours may be changed by mutual
-�� agreement). Work performed on Consiruction Work on Saturdays, Sundays and bafore and after lhe regular working
', day on Monday to Friday, inclusive, shall be classified as overlime, and paid for at double (2) fhe rate of single tlme.
' The employer may establish hours worked on a jobsite for a tour (4) ten (10) hour day work week at atraight time pay
for conslruction work; ihe regular working day shall conslst of ten (10) hours worked conseculively, between 8:00 a.m.
�� and 6;00 p.m., four (4) days per week, Monday to Thursday, inclusive. Any work performed on Friday, Saturday,
'� Sunday and holidays, and before and aRer the regular working day on Monday to Thursday where a four (4) ten (10)
�' hour day workweek has been established, will be paid at hvo times (2) the single time rate of pay. The rate of pay for
all work performed on holidays shall be at hvo times (2) lhe single time rate of pay.
- NO. 30: Meana Monday through Sunday shall constitute the work week. Regular starting time shall be 8:00 A.M.,
except when lhe work week is scheduled as a week with starting tlme advanced or delayed. StaAing time may be
advanced or delayed by the employer up to lwo (2) hours from the regular starting time. Eight (8) houra shall constitule
the work day. All work performed prior to or after the regular eight (8) hour work day, as deacribed above, and all work
�� performed on Saturday shall be paid at tlme and one-half (1'/) the regular rate. In the event that a scheduled eight (8)
hour work day is missed (not to include holidays) because of events out of the control of the conlractor, then that
� missed work day may be made up at straight time the following Saturday. It is recagnized that not all employees
, working on a Saturday make-up day will have worked the same number of hours during the regular work weak. It is
' further recognized that any work a8er the forty (40) hours in a week must be paid at time and one-half (1 Y�). Saturday
-. make-up day shall not be used to make up for time lost due to recognized holidays. The employer may establish a 4-
�� 10's schedule on proJects (4 days with 10 hours per day). If using a 4-10's schedule, a Friday make-up day Is allowed.
If using a 4(10j schedule, any work more than ten (10) hours in a day or forty (40) hours in a work week shall be paid
! at the lime and one-half (1'/z) rate. Friday make-up day shali not be used to make up for time lost due to recognized
��. holidays. All work performed on Sundays or holidays shall be paid at the double (2) time rete.
AW018 083 OT.doc ANNUAL WAGE ORDER NO. 18 Page 2 0(8 Pages
PLATTE COUNTY
��� OVERTIME SCHEDULE - BUILDING CONSTRUCTION
� NO. 37: The Employer may choose, at his discretlon, to work five elght hour days or four tan hour days with a Friday
�'. make-up day, Monday through Friday at straight time. Overtime shall be paid after eight (8) houra when working "five
�� eights" and after ten hours when working "four tens". AII work performed on Sundays and recognized holidays shall be
paid for at the rate of double (2) time. All Saturday work shall be paid far at the rate of time and one-half (1Y:) the
regular wage rate. All night work during the regular work week other than the above-mentioned days shall be paid for
at the rate of time and one-half (1 Y�) the regular wage scale until midnight and double (2) tfine a8er midnight except
make-up time will be allowed under lhe following conditlon: In the event of inclement weather on extedor proJects
which prevents working the full regular eigM (8) hour day, forty (40) hour work week schedule, a Saturday make-up day
� can be granted. Then said work on Saturday shall ba paid at the straight time rate of pay up to a maximum total of forty
���. (40) hours per week. , �
NO. 45: Means elght (8) hours shall constitute a day's work, beginning at 8:00 a.m. and ending at 430 p.m. The
regular work week shall be forty (40) hours, beginning Monday, 8:00 a.m. and ending at 4:30 p.m. Friday. 8ecause of
traffic, parking and other circumstances, the hours of work on any project may begin as early as 6:00 a.m. with eight (8)
' hours worked between 6:00 a.m. and 430 p.m. When circumstances warrant and when it is mutually beneficial and
'� agreed to, the employer may instiWte a work week consisting of four (4) consecutive ten (10) hour days, belween the
hours of 7:00 a.m. and 6:00 p.m., Monday fhrough Thursday. Friday may be used as a make-up day. Aker ten (10)
' hours in a workday, or forty (40) hours in a workweek, overtime shall be paid at a rate of one and one-half (1 Y:) times
' the regular rate of pay. All overtime Monday through Saturday shall be paid at the rate of fime and one-half (1'F,) the
regular rate of pay. Sunday and recognized holidays shall be paid at double (2) tlme. Labor Day shall be paid at triple
� (3) time. Shi(t work may be performed at the option of the Contractor. However, whenever shift work is performed it
�� must cover a period not less than (5) consecutive working days. The day shiR shali work a regular eight (8) hours shift
� � as outllned above. The hourly rate for second shitt (seven and one-half hours worked for eight hours paid) shall be
. twenty-five cents ($025) over and above the hourly rate. The hourly rate for third shift (seven hours worked, eight
hours paid) shall be fifty cents ($0.50) above lhe hourly rate. If no first shift is worked, second and fhird shiH employees
' shall receive an additional fifteen percent (15%) over and above the hourly rate for actual houra worked.
� NO. 46: Means the regular work day shall be eight (8) hours from 6:00 a.m. to 6: 30 p.m. Starting time may be
� between 8:00 a.m. and 10:00 a.m. The regular work week shall be forty (40) hours, beginning between 6:00 a.m. and
'� 10:00 a.m. on Monday and ending belween 230 p.m. and 630 p.m. on Friday. All hours in excess ot the regular work
day and work week shall be considered ove�time. Overtime on days recognized as regular work days and on Saturday
� shall be paid for at the rate of time and one-half (1 Y:) the regular rate. Sunday and recognized holidays shall be paid
�� for at the rate of doubla time (2) for time worked. The Employer may establish a work week consisting of four (4) days,
Monday through Thursday, each day wnsisting of len (10) hours at straight time rate of pay. The 4-10's must run for a
� period of at least four (4) days.
� NO. 48: Means the regularly scheduled work week shall be five (5) consecutive days, Monday through Friday or
Tuesday through Saturday. Eight (S) hours shall constitute a day's work. Starting time shall not be earller than 7:00
'�. a.m. nor later than 10:00 a.m. Forty (40) hours shall constitute a week's work. Overtime at the rata of time and one-
I half (1'/=) will be paid for all work in excess of forty (40) hours in any one work week. On the Monday through Friday
schedule, all work performed on Saturday will be time and one-half (1'h) unless time has been lost during the week, in
which case Saturday will be a make up day to tfie extent of lhe lost time. On the Tuesday through Saturday schedule,
�� all work performed on Monday will be time and one-half (1'/:) unless time has been lost during the week, in which case
��. Monday will be a make-up day to the extent of the lost time. Any work performed on Sunday will be double (2) time. If
employees work on any of the recognized holidays, they shall be paid Ume and one-half (1Y:) their regular rate of pay
I for all hours worked.
NO. 50: Means eight (8) hours constitute a normal day's work Monday through Friday. Any time worked over eight (8)
� hours will normally be paid at time and one-half (1Y) except for exclusions stated in some following additional
sentences. The Employer, at his discretion, may start the work day between 8:00 a.m. and 9:00 a.m. Any schedule
-� chosen shall be startad at lhe beginning of the work week (Monday) and used for at least five days. Work may be
i scheduled on a four (4) days a week (Monday through Thursday) at ten (10) hours a day schedule. If such a schedule
I is employed, then Friday may 6e used as a make-up day when time is lost due to inclement weathec Time and one-
half (1 Y) shall be paid for any work in excess of eight (8) hours in any regular work day Monday lhrough Friday unless
working 4-10's, then time and one-half (1 Yz) after ten (10) hours. All work performed on Saturday will be time and one-
half (1 Y:). Double (2) time shall be paid for all work on Sundays and recognized holidays.
AW018 083 OT.doc ANNUAL WAGE ORDER NO. 18 Page 3 of 6 Pages
PLATTECOUNTY
- OVERTIME SCHEDULE - HUILDING CONSTRUCTION
NO. 52: Means the regular workweek shall consist oF flve (5) eight (8) hour days, Monday through Friday. The regular
workday shall consist of a eight (8) hour period, to be worked belween the agreed upon starting time, and ending no
later than 4:30 p.m. The agreed upon starting time shall be any time between tha hours of 8:00 a.m. and 8:00 a.m.
The option exists for the employer to use a four (4) day, ten (10) hour work week. Days worked shall be Monday
fhrough Thursday or Tuesday through Friday. If lhe job requires men on duty all five (5) days, then part of the crew
may work the first four (4) days and the remainder of the crew may work the last four (4) days. Hours each day shall be
� from 7:00 a.m. to 5:30 p.m. Interested party's on the project must agree to this clause before it may be used. Once
this clause has been put into effect, it shall remain as long as the majority of the Employees on the project and the
- Employar agree to keep it. The four (4) day clause shall not be used to circumvent a Holiday. Except as otherwise
provided, all work performed outside the regular working hours and performed during the regular work week (Monday
through Friday) shall be al the following rates of pay:
Hol' a s-New Years Day, Memorial Day, Independence Day, Thanksgiving Day, Christmas Day (or days
observed as such) shall be recognized as Holidays that shall be paid at two (2) times the regular rate of pay.
L or Da -No work shall be performed on Labor Day except in special cases of emergency. Rate of pay shall
be at three (3) timas the regular rate of pay.
� Overtime-Work performed outside of the regular work day (the regular work day shall consist of an eight (8)
hour period, to be worked belween lhe agreed upon starting time, and ending not later than 4:30 p.m. The agreed
upon starting time shall be any time between the hours of 6:00 a.m. and 8:00 a.m., by mutual consent of the interested
party's.), shall be: �
. A. Hours worked Monday lhrough Friday, the first hvo (2) hours of overtime will be paid at time and one-half
(1 Ya). All other overtime will be paid at the double (2) time rate.
B. The first ten (10) hours worked on Saturday will be paid at time and one-half (1'/x), with all other hours to
be paid at the double (2) time rate.
� C. Sundays and Holidays (except Labor Day) shall be pald at the double (2) time rate.
� I NO. 57: Means eight (8) hours per day shall constitute a day's work and forty (40) hours per week, Monday through
Friday, shall constitute a week's work. The regular starting time shall be 8:00 a.m. The above may be changed by
'. mutual consent of authorized personnel. When circumstances wartant, the Employer may change the regular
' workweek to four (4) ten-hour days at the regular time rate of pay. It being understood that all other pertinent
' information must be adjusted accordingly. All time worked before and after the established workday of elght (8) hours,
��, Monday through Friday, all time worked on Saturday, shall be paid at the rate of time and one-half (1'/�) except in cases
�. where work is part of an employee's regular Friday shift. All time worked on Sunday and recognized holidays shall be
paid at the double (2) time rate of pay.
�.. NO. 58: Means eight (8) consecutive hours, belween 6:00 a.m. and 5:30 p.m., shall constitute a days work. Five (5)
days work, Monday through Friday, shall constiWte a normal work week. Work performed in excess of eight (8) hours
per day or eight hours beyond normal startina time for that project excluding lunch Monday through Friday, and all work
performed on Saturday, shall be paid for the rate of time and one-half (1Y). When Sundays and recognized holidays
are worked, the worker(s) shall be paid at the rate of double (2) time. Work may be scheduled on a four (4) days a
� week (Monday through Thursday) at ten (10) hours a day scheduie at stralght time. A Friday make-up day is available
if time is loat due to inclement wealher and at least sixteen (18) hours, but not more than thirty (30) hours, were worked
during the week. �
' NO. 63: Means eight (8) hours shall conslitute the regular work day between time that may be advanced or delayed by
lwo (2) hours on either slde of 8:00 AM. The Employer may establish a work week consisting of four (4) days, Monday
I through Thursday, each day consisting of ten (10) hours straight time. The four (4) tens (10s) must run for a period of
�� at least four (4) days, Monday through Thursday. All work on Friday on a four (4) tens (10) project will be paid at the
rate of time and one-hatf (1^/:). All work performed on Saturday shall be paid at time and one-half (1%:). All work
performed on Sundays and recognized holidays must be paid at double (2) time. All work performed prior to or after
the regular eight (8) hour work day, or ten (10) hour work day, as described above shall be paid at time and one-half
(1'�) the regular rete.
AW018 083 OT.doc ANNUAL WAGE ORDER NO. 18 Page 4 of 6 Pages
PLATTE COUNTY
� OVERTIME SCHEDULE - BUILDING CONSTRUCTION
NO. 65: Means Monday through Sunday shall constitute the work week. Regular starting time shall be 8:00 a.m., with
one half hour for lunch balween three and one-half (3'/z) and five (5) hours after starting time. The starting time may be
advanced by lwo (2) hours or delayed one (1) hour by the employer from the regular starting time. All work performed
before the advanced starting time and during the half hour lunch shall be paid at the overtime rate of time and one-half
' (1Y:). Work performed outside these hours shall be paid at the overtime rate of time and one-half (1Yz), excepi as
' provided otherwise below. All work performed on Sundays or recognized holidays shall be pald at the double (2) time
rate. When the start time is delayed past 9:00 a.m., the employee's pay shall start at 9:00 a.m. and all time, aker the
normal quitting time (5:30 p.m.), shall be paid at the overtime rale. Eight (8) hours shall constitute the work day. All
work performed prior to or afler the regular eight (8) hour work day, as described above, and all work performed on
Saturday shall be paid at time and one-half (1 Y�) the regular rate. In the event that a scheduled eight (8) hour work day
is missed (not including recognized holidays) because of inclement weather, then that missed work day may be made
' up at straight time on the following Saturday. It is recognized that not all employees working on a Saturday make-up
day will have worked the same number of houre during the regular work week. It is further recognized that any work .
after forty (40) hours must be paid at time and one-half (1Y�). The employer may establish a 4-10's schedule on
projects (4 days wilh 10 hours per day at straight tlme). In order to use the 4-10's schedule, the employer must
schedule the 4-10's for a minimum of one (1) week. If using a 4-10's schedule, a Friday make-up day is allowed.
NO. 68: Means Monday through Sunday shall constitute the work week. Regular starting time shall be 8:00 a.m., with
one half hour for lunch between lhree and one-ha�f and Flve hours after starting time. The starting time may be
advanced or delayed by the employer up to one hour from the regular starting time. All work performed before the
�', advance starting time and during the half hour lunch shall be paid at lhe overtime rata ot time and one-half (tY:). Work
performed outside these hours shall be peid at the overtime rate of lime and one-half (1'/z), except as provided
��� othervvise 6elow. All work performed on Sundays or holidays shall be paid at the double (2) time rate. Eight (8) hours
I shall wnstitute the work day. All work performed prior to or after the regular eight (8) hour work day, as deacribed
above, and all work performed on Saturday shall be paid at time and one-half (1Yz) the regular rate, except as
�' hereinafter described. In the event that a scheduled eight (8) hour work day Is missed (not including recognized
holidays) because of inclement weather, then that missed work day may be mada up at straight time on the Saturday in
'� the week of the pay period. It is rewgnizad that not all employaes working on a Saturday make-up day will hava
� worked the same number of hours during the regular work week. It is Nrther rewgnized that any work after forty (40)
'��, hours must be pafd at time and one-half (1 ^/:). The employer may establish a 4-10's schedule on projects (4 days with
'�. 10 hours per day at straight fime). In order to use the 4-10's schedule, the employer must schedule the 4-10's for a
'� minimum of one (1) week. If using a 4-10's schedule, a Friday make-up day is allowed.
� NO. 85: Means the work week shall be Monday through Sunday. Eight (8) hours shall constitute a day's work to begin
���� belween 6:00 a.m. and 9:00 a.m. and end between 230 p.m. to 5:30 p.m. Employees required to work duriog their
lunch period shall receive the overtime rate. Employees shall recalve time and one-half (1^/:) for all time they ara
required to work priar to their normal starting time or afler elght (S) hours or normal quiUing time Monday through
�� Friday, or all day on Saturday. If an Employer has started the work week on a five day, eight hours a day schedule, and
due to inclement weather misses any time, then he may switch to a nine or ten hours a day schedule, at straight time,
for the remainder of that work week in order to make up for the lost time (10-hour make-up day). All work over ten (10)
hours a day or ovar forty (40) hours a week must be paid at time 8 one-half (1Y:). Sundays and recognized holidays
� shall be paid at the double (2) time rata of pay. A contractor may alter the regular work week to four (4) ten (10) hour
days at straight time rate of pay. To do this the schedulad 4-10's must be worked at least one full week and the regular
workweek shall be Monday lhrough Thursday with Friday being a make-up day at straight time for days missed in the
regular workweek due to inclement weather. If 5-8's are being worked, Saturday may be used as a make-up day at
straight time if inclement wealher prevents work during the normal work week.
NO. 88: Means the regular work week shall consist of five (5) eight (8) hour days, 8:00 a.m. to 4:30 p.m., Monday
�. through Friday, except when the work week is scheduled as a 4-10's week or as a week with start time advanced or
delayed as described below. The starting time may be advanced or delayad by one hour an either side of 8:00 a.m.
� � The advanced or delayed starting time must run for a period of at least five (5) days. The Employer may establish a
work week consisting of four (4) days, during the regular work week, each day consisting of ten (10) hours at straight
' time. The 4-10's must run for a period of at least four (4) days. Time and one-half (1 Y�) shall be paid for any work in
.. , excess of eight (8) hours in any regular work day Monday through Friday (or ten houre in a 4-10's week), the first eight
(8) hours of a Saturday, and it shall be at time and one-half (1Yz) for lhe Friday and Saturday following Thanksgiving.
�� Double (2) time shall be paid for the following time worked on Sunday, New Year's Day, Memorial Day, Fourth of July,
Labor Day, Thanksgiving Day and Christmas Day, as well as any work in excess of eight (8) hours on a Saturday and
- the Saturday of a lhree-day weekend (except the Saturday following Thanksgiving).
_� AW018 083 OT.doc ANNUAL WAGE ORDER NO. 18 Page 5 of 6 Pages
PLATTE COUNTY
OVERTIME SCHEDULE - BUILDING CONSTRUCTION
NO. 95: Means a regular workday shall consist of eight and one-half (8'/:) hours elapsed time, Including one-half hour
for lunch. The crew starting times shall be flaxible within the period of daylight to 8:00 a.m. Any work performed over
' ten (10) hours of elapsed time per day including one-half hour for lunch andlor any work performed over forty (40)
hours at the straight time rate in one week shall be paid at time and one-half (1 Yz) the straight time rate. Saturday shall
be a voluntary make-up day at straight time at the discrelion of the contractor and with the consent of the employees.
, Sunday and recognized holidays shall be paid for at double (2) time.
; NO. 100: Means eight (8) hours shall constitute a days work, and five (5) continuous eight-hour days shall constitute a
I week's work, Monday through Friday. Time and one-half (1'h) the regular hourly rete shalt be paid for all work
parformed in excess of eight (8) hours in any one day or forty (40) hours in any one week. Starting time shall be
��, belween 6:00 a.m. and 9:00 a.m. All work over eight (8) hours in a regular 5-day 8-hour schedule shall be at the
� appropriate overtime rate. All Ume worked before the regular scheduled starting time shall be paid Tor at the rate of
time and one-half (1 Y=) and shall not apply to regular shift. All time worked aRer eight (8) hours in any one day or after
5:30 p.m., whichever comes first, shall ba paid at lhe time and one-half (1'h) rate. An Employer, at his option, may
elect to work four (4) ten (10) hour days, Monday through Thursday, at stralght iime. All such work musi be dona at
' least one week in duration. Ail work over ten (1D) hours in one day or forty (40) hours in a week shall be at the overtime
, rate. Any employee who Is scheduled to work on any regular work day but is prevented trom working because of
� weather conditions, shall be permitted to work on Saturday (Friday if working 4-10's) as a make-up day at the straight
time rate of pay. When an employee is required to work on any recognized holiday they shall receive the double (2)
time rate for all time that they are required to perform work. All time worked from 12:00 Midnight Saturday to 12:00
�. Midnight Sunday shall be paid for at the rate of double (2) time on single shift.
-
I
I
_i
_ i
AW018 083 OT.doc ANNUAL WAGE ORDER NO. 18 Page 6 of e Pages
PLATTECOUNTY
HOLIDAY SCHEDULE — BUILDING CONSTRUCTION
NO. 2: AII work performed on New Year's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day,
Christmas Day, or the days observed as such, shall be paid at the double time rate of pay.
NO. 4: All work done on New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving and
Christmas Day shall be paid at the double time rata of pay. If any of the above holidays fall on Sunday, Monday will
be observed as the recognized holiday. If any of the above holidays fall on Saturday, Fnday will be observed as the
recognized holiday.
NO. 7: The following days are assigned days and are recognized as holidays: New Year's Day, Memorial Day,
Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Chrislmas Day. If a holiday falls on a
Sunday, it shall be observed on the following Monday. If a holiday falla on a Saturday, it shall be observed on the
preceding Friday. No work shall be performed on Labor Day except in case of jeopardy to work under construction.
This is applied to protect Labor Day. When a holiday falls during lhe normal workweek, Monday through Friday, it
shall be counted as eight (8) hours toward the forty (40) hour weak. However, no reimbursement for this eight (8)
, hours Is too pald to the workman unless worked. If workman are raquired to work lhe above enumerated holidays or
; days observed as such, or on Sunday, they shall receive double (2) the regular rate of pay for such work.
NO. 22: All work performed on Naw Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
�� Christmas Day, or days locally observed as such, and Sunday shall be recognized as holidays. If a holiday falls on
Saturday, Friday shall be observed; if it falls on Sunday, Monday shall be observed. All work performed on holidays
shall be paid at the double (2) time rate of pay.
� NO. 32: All work performed for the Friday and Saturday following Thanksgiving shall be pald at the time and one-half
(1 Y:) rate of pay. All work performed on Sundays, New Year's Day, Memorial Day, Fourth of July, Labor Day,
Thanksgiving Day and Chrislmas Day shall be paid at the double (2) time rate of pay. When one of lhe above
holidays falls on Sunday, the following Monday shall be observed and when one of the above holidays falls on
, SaWrday, tha preceding Friday shall be observed.
NO. 33: All work done on Naw Year's Day, Memorial Day, Fourth of July, Thanksgiving Day and Christmas Day
shall be paid at the double time rate of pay. Labor Day shall be paid at the triple (3) time rate of pay. If the holiday
���, falls on Sunday, the following Monday will be observed; if the holiday falls on Saturday, the preceding Friday will be
observed.
� NO. 38: No work shall be done on the following holidays: New Year's Day, Memorial Day, Independence Day, Labor -
�', Day, Thanksgiving Day, and Christmas. Any of these holldays falling on Sunday, the following Monday shall be a
holiday, and any of these holidays falling on Saturday, the preceding Frlday shall be a holiday.
� NO. 49: The following days shall be observed as legal holidays: New Year s Day, Decoration Day, July 4th, Labor
Day, Thanksgiving Day, Christmas Day, Employee's birthday and two (2) personal days. The observance of one (1)
of the personal days to be limited to the time belween December 1 and March 1 of the following year. If any of these
holidays fall on Sunday, the following Monday will be observed as the holiday and if any of these holidays tall on
Saturday, the preceding Friday will be observed as the holiday. If employees work on any of these ho�idays lhey
. shall be paid tlme & one-half (1'/a) their regular rate of pay for all hours worked.
NO. 53: All work done on New YeaYs Day, Memorial Day, Independence Day, Thanksgiving Day, Christmas Day
or days observed as such for these holidays shall be paid at the double (2) time rate of pay. No work shall be
performed on Labor Day except in special cases of emergency, and then the rate of pay shall ba at three (3)
times the regular rate of pay. When a holiday falls on a Sunday, the following Monday shall be observed as the
holiday. When a holiday falls on Saturday, the preceding Friday shall be observed as the holiday.
NO. 54: All work performed on New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day,
. Thanksgiving Day, the Friday aRer Thanksgiving Day, and Christmas Day shall be paid at the double (2) time rata of
pay. When a holiday falls on Saturday, it shall be observed on Friday. When a holiday falls on Sunday, it shall be
observed on Monday.
ANNUAL WAGE ORDER NO. 18
" AW018 083 BHol.doc Paga i of 2 Pages
PLATTE COUNTY
� HOLIDAY SCHEDULE — BUILDING CONSTRUCTION
NO. 67: All work performed on New Year's Day, Memorial Day, Christmas Day, Fourth of July and Thanksgiving
Day, from midnight lo midnight, shall be paid for at the rate of double time (2) the basic rate of pay if required to work
in addition to any other pay otherwise required hereunder as holiday pay. Positively no work shall be performed on
. Labor Day. Martin Luther King's Birthday, Veteran's Day, and the day after Thanksgiving Day shall ba considered
optional holidays, and if the Einployar and employees agree that work wiil be performed on that day, no premium
pay will be required. Should any of the above holidays fall an Saturday, lhe holiday will be observed on Friday.
� Should any of the above holidays fall on Sunday, the holiday will be observed on Monday.
NO. 68: Ali work performed on New Year's Day, Decoration Day (Memorial Day), Independence Day (Fourth of
July), Labor Day, Thanksgiving Day, Christmas Day, or days observed as such, shall be paid at the rate of double
� (2) time. When a holiday falls on a Saturday, Friday shall be obsarved. When a haliday falls on a Sunday,
Monday shal� be observed. No work shall be performed on the Fourth of July or Labor Day except to save Ilfe or
property. Where one of the holidays specified falls or is observed during the work week, then all work performed
�� over and above thirty-two (32) hours in that week shall be paid at lhe rate of time and one-half (1'/=).
NO. 72: All work performed on New Year's Day, Memorial Day (last Monday in May), Independence Day, Labor
Day, Thanksgiving Day and Christmas Day shall be paid for at double (2) the regular straight time rate of pay. Any
. one of the above listed holidays fallfng on Sunday shall be obsarved on the following Monday and paid for at double
(2) the regular straight time rate of pay, if worked. Any one of the above listed holidays falling on Saturday shall be
obsarved on the prior Friday and paid for at doub�e (2) the regular straight time rate of pay, if worked. No work shall
be performed on Labor Day except in case of emergency:
ANNUAL WAGE ORD ER NO. 18
- � AW018 083 BHol.doc Page 2 of 2 Pages
_�
' Heavy Construdfon Rates for REPLACEMENT PAGE Sectlon 083
-� PLATTE County �
asic ver-
OCCUPATIONAL TITLE * Date of Hourly Time Holiday Total Fringe Benefits
Increase Rates Schedule Schedule
CARPENTER
Journe men $33.70 1 17 $14.35
Millwri ht $33.70 1 17 $14.35
Pile Driver Worker $33.70 1 17 $14.35
OPERATING ENGINEER
Grou I 6/11 $32.33 3 2 $13.88
Grou II 6/11 $31.29 3 2 $13.88
Grou III 6111 $3129 3 2 $13.88
Grou IV 6/11 $26.82 3 2 $13.88
Oiler-Driver 6111 $30.17 3 2 $13.88
CEMENT MASON $28.84 3 2 $13.63
' LABORER
General Laborer 6/11 $26.64 3 2 $12.49
Skilled Laborer 6111 $27.85 3 2 $12.49
TRUCK DRIVER-TEAMSTER
Grou I 6111 $29.19 3 2 $11.65
' Grou II 6/11 $29.19 3 2 $11.65
Grou III 6/11 $29.19 3 2 $11.65
Grou IV 6/11 $29.19 3 2 $11.65
' Use Heavy Construction Rates on Highway and Heavy construction in accordance wilh the classifications of
�� construction work established in 8 CSR 303.040(3).
Use Building Construction Rates on Building construction in accordance with Ihe classifications of construction
work established in 8 CSR 30-3.040(2).
If a worker is performing work on a heavy construction project within an occupational title that is not listed on the
Heavy Construction Rate Sheet, use the rate for that occupational title as shown on the Building Construction Rate sheet.
- •Annual Incremental Increase ANNUAL WAGE ORDER NO. 18 6/11
' PLATTE COUNTY
- OVERTIME SCHEDULE — HEAW CONSTRUCTION
FED: Minimum requirement per Fair Labor Standards Act means tlme and one-half (1 Y:) shall be paid for all work in
excess of forty (40) hours per work week.
- NO. 1: Means (8) hours shall constitute the regular work day between time that may be advanced or delayed by two (2)
hours on either side of 8:00 AM. The Employer may establish a work week consisting of four (4) days, Monday through
Thursday, each day consisting of ten (10) hours straight iime. The four (4) tens (tOs) must run for a period of at least
four (4) days, Monday through Thursday. All work on Friday on a four (4) tens (10) project will ba paid at the rate of time
and one-half (1'/a). All work performed on Saturday shall be paid at time and one-Fialf (1Y�). All work performed on
Sundays and recognized holidays must be pald at double (2) tima. All work performed prior to or aker the regular eight
(8) hour work day, or tan (10) hour work day, as described above shall 6a paid at time and one-half (1 Y=) the regular
rate.
- NO. 3: Means a regular work waek shall consist of not more than forty (40) hours of work and all work performed over
� and above ten (10) hours per day or forty (40) hours per week shall ba paid at the rafe of time & one-half (1Y=). Workers
shall recefve time and one-half (1^/�) for all work performed on Sundays and recognized holidays. Double (2) time shall
� be paid for work performed on Sundays or recognized holidays when and only if any other craft employees of the same
employer at work on that same job site are receiving double (2) time pay for that Sunday or Holiday work. A work day is
to begin between 6:00 a.m. and 9:00 a.m. at the option of the Employer except when inclement weather or other
conditions beyond the reasona6le control of the Employer prevents work, in which event, the staRing time may be
� delayed, but not later lhan 12:00 noon. Where one of the recognized holidays falla or is observed during tha work waek,
� then all work performed over and above thirty-two (32) hours in that week shall be paid at the rate of time and one-half
��'�)•
ANNUAL WAGE ORD ER NO. 18
" AW078 083 HOT.doc Page 1 0( t
PLATTE COUNTY
HOLIDAY SCHEDULE — HEAW CONSTRUCTION
NO. 2: All work performed on New Year's Day, Decoratlon Day (Memorial Day), I ndependence Day (Fourth of July),
Labor Day, Thanksgiving Day and Christmas Day, or days observed as such, and Sundays shail be paid at the rate of
time and one-half (1 Y:). Douhle (2) tlme shall be paid for work on Sundays or recognized holidays when and only If other
crafl employees of the same employer at work on that same Job site are receiving double (2) time pay for that Sunday or
holiday work. No work shall be performed on Labor Day, except In case of jeopardy of life or property. This rule is
applied to protect Labor Day. When one of the above holidays falla on a Saturday, the preceding Friday shall be
observed; when the holiday falls on a Sunday, the following Monday shall be observed. Where one of the specified
holidays falls or is observed during the work week, then all work performed over and above thirty-two (32) hours in lhat
_ week shall be paid at the rate of lime and one-half (1^/z).
N0.17: All work performed on New Year's Day, Decoration Day (Memorial Day), Independence Day (Fourth of July),
Labor Day, Thanksgiving Day, Christmas Day, or days observed as such, shall be pald at the rate of double (2) time.
When a holiday falls on a Saturday, Friday shall be observed. When a holiday falis on a Sunday, Monday shall ba
observed. No work shall be performed on the Fourth of July or Labor Day except to save life or property. Where one of
the holidays specified falls or is observed during the work week, then all work performed over and above thirty-two (32)
hours in that week shall be paid at the rate of lime and one-half (1'/:).
"� AW018083HHol.doc ANNUAL WAGE ORDER NO. 18 raee � of�
OUTSIDE ELECTRICIAN
I These rates are to be used for the following counties:
' Bates, 8enton, Carroll, Cass, Clay, Henry, Jackson, Johnson, Lafayette, Pettis, Platte, Ray
and Saline
COMMERCIAL WORK
Occu ational Title Basic Total
Hourl Frin e
Rate Benefits
Journe man Lineman $38.40 $5.00 + 34.5°/a
' Lineman O erator $35.82 $5.00 + 34.5%
� Groundman $25.44 $5.00 + 34.5%
UTILITY WORK
Occu ational Titie Basic Total
' Hourl Frin e
Rate Benefits
Joume man Lineman $36.53 $5.00 + 34.5%
' Lineman O erator $33.76 $5.00 + 34.5%
! Groundman $23.54 $5.00 + 34.5%
OVERTIME RATE: Eight (8) hours of work belween the hours of 8:00 a.m. and 4:30 p.m.
- shall constitute a work day. Forty (40) hours within the five (5) days, Monday through
Friday i�clusive, shall constitute the work week. Starti�g time may be adjusted not to
exceed two (2) hours. Work pertormed outside of the aforementioned will be paid at the
applicable overtime rate. When starting time has been adjusted, all other provisions
concerning the work day shall be adjusted accordingly. The overtime rate of pay shall be
one and one-half (1'/:) times the regular rate of wages, other than on Sundays, holidays
- and from Midnight until 6:00 a.m., which will be paid at double (2) the straight time rate.
HOLIDAY RATE: Work performed on New Years Day, Memorial Day, Fourth of Juiy,
- Labor Day, Thanksgiving Day, Christmas Day, or days celebrated as such, shall be paid at
the double time rate of pay. If the holiday falls on Saturday, it will be observed on Friday; if
the holiday falls on Sunday, it will be observed on Monday, and shall be paid for at double
- (2) the regular straight time rate of pay.
ANNUAL WAGEORDERNO. l8 ani
KC ZONE l AWOlB.doc
CERTIFICATION
I, Gary D. Strack, P.E. aud Matthew Vaughn Eblcn, P.�., hereby specify, puisuant to RsMo.
327.1 l, that the documents to be authenticated by my seal are limited to:
CIVIL DRAWINGS
Sheet Title
1 Modifications to Horizon's Bridge
SPECIFICATIONS
DIVISION 2 -- Site Wark
Section:
-02230 Clearing and Grubbing
-02300 Earthwork
-02350 Erosion ttnd Sediment Control
-02510 Asphalt 1'avements
-02520 Portland Cement Concrete Paving
-02820 Seeding, Sodding
-02870 Pavement Markings
and I hereby disclaim any responsibility for all other plans, specifications, reports or other
docuxnents or instruments relating to or intended to be used in this construction document
package, they being the responsibility of the otl�er design professionals, whose seals and signed
statements may appear elsewhere iu the construction document package.
' ,�����u�i���.
��� �EOFMISS •,�
,�� y ,�p ......,, . OG
i•
: OARY D. %
� � STHAOK d:
� NUINBER z :
By: (SEAL) . E-208fi5 ' � •
(Gary D. Stracic—plans) � � ��'�
���i p�JfES51�� `�,
' ��i� � � n ► N�
���ninu��� .
`.�`��, �F ' M�S
: �.P,•' �•.�' . G,P/ ;
' �'� MATTHEW VAUGHN":
Sy; (SEAL) _ - EBLEN = m =
�(Matthew Vaughn Eblen—specifications) ��; NUMBER :2`
% u'� •,E-200200059 � �
: F`, ��� ; ��:
4 F p ' . � \.
����i�pROFESS,�NP ��`
Technical Specifications P.E. Seals
DNISION 1 - GENERAL REOUIREMENTS
O 1015 CONTRACTOR USE OF PREMISES:
The Contractor shall confine all construction activities to the limits of the project right-
of-way and easements. Any additional easements and access to private property that are
desired outside the project limits are the responsibility of the Contractor.
[f the Contractor desires access to private proper[y that is outside the project limits, the
Contractor shall obtain a written agreement between the Property Owner and the
Contractor and submit this written agreement to the City prior to accessing the private
property.
O]O15 - 1
01030 SPECIAL CONDITIONS
A. Examination of the Site: Bidders may visit the site and inform themselves of all
conditions presently existing. Failure to visit the site will in no way relieve the
successful bidder from the necessity of furnishing all materials and performing all
work required to complete the work in accordance with the specifications.
_ B. Measurements: Any dimensions provided shall be verified by the Contractor.
Any discrepancies between the specifications and the existing conditions shall be
referred to the Owner for adjustment, before the work is performed.
C. Protection of Monuinents: The Contractor must carefully preserve bench marks,
references or stakes and in case of willful or careless deslruction, he shall be
charged with the resulting expense and shall be responsible for any mistakes that
_ may be caused by their unnecessary loss or disturbance.
D. Responsibilitv of Contractor for Backfill Settlement: The Contractor shall be
responsible, fnancially and otherwise, for:
1. Any and all settlement of trench and other backfill which may occur from
the ti�ne of original backfilling until the expiration of a period of one year
_ from and afrer the date of fmal acceptance of the entire contract under
which the backfilling work was performed.
2. The refilling and repair of all backfill settlement and the repair or
replacement to the original or a better condition of all pavement, top
surfacings, driveways, walks, surface structures, utilities, drainage
facilities, sod and shrubbery, which have been damaged as a result of said
backfill settlement or which have been removed or destroyed in
connection with backfill replacement operations.
3. The Contractor shall make, or cause to be made, all necessary backfill
_ replacements and repairs or replacements appurtenant thereto, within 30
days from and after due notification by the Owner of backfill settlement
and resulting damage at any designated location or locations.
E. Breakage and Damaee: The Contractor shall be responsible for any breakage,
damage or other injury to existing or new facilities caused directly or indirectly by
his operations and he shall replace, at his own expense, in a manner approved by
_ the Owner any such broken or damaged material.
" F. Deliverv of Materials: The delivery of all materials, equipment, and
- miscellaneous items entering into the construction of the work is a part of this
contract, including freight and hauling charges both to and from transportation
points. Payment of charges for the above items shall be made by the Contractor.
An amount covering all charges for freightage and delivery of items shall be
01030-1
included as a part of the contract price and in no case will an extra be allowed for
such charges.
G. Pumping and ShorinQ: The Contractor shall promptly remove all water that may
reach the trenches and other excavated portions of the premises at any time during
the progress of the work, and he shall keep the premises free from accumulations
of water at all times until the completion of the work. All temporary shoring
required shall be furnished and 'mstalled by the Contractor and shall be designed
in accordance with current OSHA requirements. Trench sheeting shall not be
pulled before backfilling unless pipe strength is sufFicient to carry trench loads
_ based on trench width to the back of sheeting. No separate payment will be made
for temporary shoring or pumping.
H. Labor and Tools: Work which should properly be done by skilled labor shall not
be attempted with common laborers. The various contractors shall have on the
job, at all times, ample equipment to carry on the work properly, including such
tools as may be necessary to meet emergency requirements.
L StoraRe of Materials: All materials delivered to the job shall be stored so as to
keep them in first class condition and free from deterioration or contamination.
J. Coordination: All contractors, subcontractors and trades shall cooperate in
coordination of their several works, but the principal responsibility for
coordinating the project as a whole and the operations of the contractors and
subconh�actors shall lie with the Prime Contractor.
K. BlastinQ: No blasting will be allowed on this project.
L. Definitions of Contract Comeletion: This section defines the terms "Substantial
� Completion" and "Final Completion" as they are used in the Contract Documents.
1. Substantial Comnletion: Substantial completion is defined as 100%
- completion of the following items:
a. Full-Depth Pavement Repair (Horizon's Parkway)
b. Annex Parking Lot (West of Public Safety)
- c. 2" Edge Mill & Asphalt Overlay
_ d. Bailey Court
e. Horizon's Parkway Bridge
E Eagle Animal Hospital
2. Final Com�letion: Final completion shall be defined as 100% completion
of all work items other than the ones listed under "Substantial
- Completion" and all other work items as provided for in the Contract
Documents.
O1030-2
01040 COORDINATION:
A. All construction activities shall be coordinated with all utility owners and the City
of Riverside. Contractor shall be responsible for notifying all utility owners with
facilities within the project limits prior to construction so the utilities can be
located and identified.
B. All construction activities shall be coordinated with adjacent property owners
affected by construction of the project to assure access to their properties.
Driveways to adjacent properties shall be accessible at the end of each working
day.
C. The Contractor will be responsible for notifying the City in writing of the dates
when wnstruction will begin and end. The City will notify the school district,
fire, and police departments, and the local newspapers.
D. The Contractor shall be responsible for obtaining all necessary permits, and
paying for any and all inspection and permit fees as required by the City.
E. Project Coordination Meetines In addition to the above said coordination
responsibilities, the Contractor shall attend construction progress meetings with
the City on a monthly basis (at a minimum). Additional meetings may be held as
needed. No direct payment will be made for this item but shall be considered
subsidiary to other bid items.
F. The Conh�actor shall coordinate his/her work to ensure that the Work is complete
and to ensure efficient and ordedy sequence of installation of construcrion
elements.
G. In the event certain parts of work are assigned to subcontractors, the Contractor
shall be responsible to ensure each subcontractor completes work and that all
interfaces between trades are properly addressed. All subcontractors shall also
coordinate their work with the Owner through the Contractor.
H. The Contractor is solely responsible for all Assignments of Work among
subcontractors.
L The Contractor shall be responsible for assigning and coordinating work and
ensuring that suppliers and installers are familiar with all requirements in Contract
Documents relating to each item of work, regardless of location of information in
Contract Documents.
01040-1
O1051 CONSTRUCTION SURVEY AND STAKING:
A. GeneraL• This item shall be provided by the City.
01051-1
01060 STANDARD SPECIFICATIONS AND PLANS
A. General: The work shall conform to the plans and contract specifications as
outlined. The standard specifications and plans which govern this work are listed
below. In case of conflict, the specifications listed in this document shall take
precedence over those listed in the stated Standard Specifications.
B. Standard Specifications: Except where noted othenvise, the work shall conform
to the latest edition of the Kansas City Metropolitan Chapter of APWA Standard
Specifications and Design Criteria, Division II (APWA Standard Specifications).
The referenced APWA Standard Specifications are available at the following
website: ht[n'//www.kcapwa.neUspecifications.asv .
C. Standard Plans The work shall conform to the latest edition of the Kansas City
Metropolitan Chapter of APWA Standard Plans when referenced in the
construction documents. The referenced APWA Standard Plans aze available at
the following website: http://www kcapwa.neUsnecitications.asv . Other
standard plans and specifications may be referred to and therefore adopted into
these specifications.
01060-1
01181 REOLJEST FOR INFORMATION
All questions about the meaning or intent of the Contract Documents shall be submitted to the
Ciry in writing.
A blank Request for Information (RFI) form is shown on the following page. This RFI form
shall be completed b,y the Contractor and submitted to the Ciry (Fax number. (816) 746-8349).
01181-1
REOUEST FOR INFORMATION FORM
City of Riverside, MO RFI No. (To be completed by the Owner)
Engineer: Shafer Kline & Warren. Inc Bidder or Contractor:
Contract: 2011 STREET MAINTENANCE PROJECT
THIS REQUEST BY: cc to:
(Name of Bidder or Contractor's Representative)
REFERENCE: DN[S[ON SECTION PLAN SHEET NO.
REQUEST:
ATTACHMENTS:
RESPONSE BY' Date: . 20
(Name of the Owner's Representative)
- RESPONSE:
" ATTACHMENTS:
SPECIAL NOTE (AFTER AWARD OF CONTRACT): IF THE CONTRACTOR BELIEVES THIS
INTERPRETATION OR CLARIFICATION JUSTIFIES AN INCREASE [N CONTRACT PRICE OR
CONTRACT TIME, THE CONTRACTOR SHALL NOTIFY THE OWNER IN WRITING BEFORE
PROCEEDING WITH THE WORK INVOLVED. FURTHER, IF THE CONTRACTOR IS
AUTHORIZED BY THE OWNER TO PROCEED WITH THE WORK INVOLVED BEFORE FULL
AGREEMENT IS REiACHED ON WHETHER ANY INCREASES ARE DUE AT ALL, OR [F ANY
- DETERMINED TO BE DUE, ON THE EXTENT OF ANY SUCH INCREASES, THE
CONTRACTOR SHALL FURNISH TO THE OWNER ACTUAL COST RECORDS ON A DAILY
BASIS.
01181-2
01310 JOB SITE ADMINISTRATION:
A. The Conhactor, or a duly authorized representative to act for him, shall continually be
present at the site of the work, whenever construction activities are underway, for the
duration of this project.
B. The Contractor shall designate, in writing, his duly authorized representative(s) at the
preconstruction meeting. The duly authorized representative(s) will be the official liaison
between the Owner and Contractor regarding the signing of pay estimates, change orders,
- workday reports and other forms necessary for communication and project status
inquiries. Upon project commencement, the Owner shall be notified, in writing, within
five (5) working days of any changes in the Contractor's representative(s).
01310-I
01320 CONSTRUCTION SCHEDULE:
A. GeneraL The Contractor shall prepare and maintain a construction schedule for the
duration of the project.
B. Baseline Schedule: The Contractor shall prepare a baseline schedule to be presented to
the Owner for review at the pre-construction meeting. The baseline construction
schedule shall be in a form approved by the Owner and shall include at least the
following information for each significant work item during each phase of the project:
1. Beginning date of Project.
2. Ending date of Project.
3. Beginning Date of Each Phase.
4. Completion Date of Each Phase.
- 5. Scheduled percentage of completion at the end of each calendar month.
6. Scheduled percentage complete for each phase at the end of each calendar
month.
_ The Owner will review the proposed progress schedule, and may require the Contractor
to revise the same if, in the Owner's judgment, revisions aze required to provide for
completion of the project within the Contract Time.
C. Schedule Updates: In addition to submitting a baseline project schedule,the Contractor
shall update the project schedule prior to each monthly wnstruction progress meeting.
The updated schedule shall show the original baseline schedule, the actual work progress
_ and the estimated completion of each significant work item for each phase of the project.
The updated schedule shall be distributed to the City at each progress meeting.
. D. Payment: No direct payment shall be made.
01320-1
01330 SUBMITTALS
A. Shop DrawinQS: A minimum of three (3) copies each of manufacturer's shop drawings
and data sheets shall be submitted to the Owner indicating the necessary installation
dimensions, weights, materials and performance information.
The shop drawings shall be distributed as follows: One (1) copy for the Engineer, one (1)
. copy for the City and one (1) copy for the prime Contractor. The Contractor shall supply
additional copies as necessary for any subcontractors.
Submittals for equipment and materials shall include reference to indicate where it is to
be used; whether by tag number, specification paragraph, or description of use.
Approval of shop drawings will be for conformance with the design concept of the
project and for compliance with the information given in the Technical Specifications.
The approval of a separate item, as such, will not indicate approval of the assembly in
which the item functions.
B. Submittals The following is a list of submittals required:
- a) Asphalt Mix Designs
. i) Show compliance with requirements as listed Section 02510.
b) Concrete Mix Designs
- i) Show compliance with requirements as listed Section 02520.
c) Flowable Fill (Horizon's Bridge Repair)
_ d) Retaining Wall Product Submittal (Eagle Animal Hospital)
e) Railing Submittal (Eagle Animal Hospital)
01330-1
01410 TESTING LABORATORY SERVICES
A. General: Work under this item shall consist of furnishing all materials, labor and
equipment necessary for a private testing laboratory to provide the material testing for
items incorporated into the project. The tests, frequency and repoRs required to confirm
contract compliance shall be as specified in the APWA Standard Specifications unless
otherwise noted below:
Material Test Standard Fre uenc
Soils Moisture Density ASTM D698 Minimum 1 per soil rype
on site or borrow .
Soils In-place Density and ASTM D2922, Min of 4 tests per day for
Moisture Content D3017 each acrive grading spread.
Min. 2 per lift in trench
backfill.
. Concrete Compression Tests ASTM C31, C143, 1 set of cylinders from
C 172 the first pour and each
200 C.Y. thereafter.
Note: Air and slump tests
are required for each set
of c linders created.
Concrete Slump ASTM C143 At the beginning of each
_ pour and for 100 C.Y.
thereafrer.
Concrete Air Content ASTM C231 At the beginning of each
- pour and for 100 C.Y.
thereafter.
Asphalt Mix Design AI MS-2 At the beginning of
lacement each da .
- Asphalt Slmpling Bituminous ASTM D-979 At the begimiiug of
Mixtures lacement each da .
Asphalt Binder Content ASTM D-2172 At the beginning of
lacement each da .
- Asphalt Density of In-Place ASTM D 2950 Once a day per road
Bituminous Concrete section (base and/or
� surface courses
_ One copy of the test results shall be submitted to the Owner electronically within 24
hours of the test completion, and one hard copy to be submitted to the Owner within five
(5) days of the test completion.
The testing lab must be agreed upon by the Contractor and the Owner.
B. Payment No direct payment shall be made. This item shall be considered subsidiary ro
_ the bid items of the materials being tested.
01410-1
01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE
A. General: The Contractor shall make his own arrangements for material and equipment
storage azeas and non-soil waste area.
The Contractor shall keep the site clean and free of all refuse, rubbish, scrap materials,
and debris as a result of conshuction activities so that at all times the site of the work
shall present a neat, orderly and workmanlike appearance. This includes the removal of
earth and debris from streets and roads that resulted from the Contractor's activity. The
Contractor shall restore the site of work and adjacent disturbed areas to the condition
existing before work began as a minimum.
B. Pavment: No direct payment shall be made.
01524-1
01567 POLLUTION CONTROL
No open burning will be permitted. See Section 02350 for erosion and sediment control,
Section 02820 forseeding/sodding.
01567-1
01570 TEMPORARY TRAFFIC CONTROL
A. General: Temporary traffic control on this project shall be done in accordance
with Section 616 and all referenced sections of the Missouri Standard
Specifications for Highway Construction (current edition) as published by the
Missouri Highways and Transportation Commission.
This section shall cover all temporary traffic control devices as detailed on the
plans or as directed by the Owner in charge of construction.
B. Temporary Traffic Control Devices:
All temporary traffic control devices shall be in conformance with "Part 6 of the
Manual on LJnifoan Traffic Control Devices (MUTCD)," Current Edition and its
latest revisions.
01570-1
DNISION 2 - SITEWORK
02230 CLEARING AND GRUBBING
A. General: Clearing and grubbing shall be done in accordance with Section 2101 of the
- APWA Standard Specifications.
B. Pavment: No direct payment will be made.
02230 - 1
02300 EAR'CHWORK
A. General: Grading shall be in accordance with Section 2100 of the APWA
Standard Specifications. Subgrade prepazation shall be in accordance with
Section 2201 of the APWA Standard Specifications, except as otherwise specified
herein.
a. Embankment: Embankment shall include the placing and compacting of all
materials necessary to consWct the improvements as shown on the plans.
i. Upon completion of stripping but prior to placing new fill, the
esposed grade in fill areas shall be broken up by plowing or scarifying
- to a minimum depth of 6 inches and recompacted as specified. All
embankment fill shall be compacted to a density of at least ninety-five
percent (95%) of the maximum density for material used as
determined by ASTM Designation D-698. The top one-foot of
. embankment as well as the embankment surrounding utilities shall
contain no rock larger than 3 inches.
ii. The area in the plans designated as "compacted fill" shall be graded
and compacted to 95% maximum density to the elevation of two feet
above the top of pipe prior to excavating for the pipe installation.
b. Over-excavation and Placement of BackFill At the direction of the Owner,
excavation of unsuitable subgrade material and placement of suitable fill
material may be employed. Overexcavation and placement of backfill will
_ include the removal of all unsuitable material beyond the excavation limits as
shown on the plans, placement of backfill material and compaction of backfill
per the above listed Embankment specifications.
B. Pavment: No direct payment will be made.
02300-1
02350 EROSION AND SEDIMENT CONTROL
A. General Erosion and sediment control shall be in accordance with APWA Standard
Specifications Section 2150.
1. The Contractor is responsible for providing sufficient control of sediment and
erosion to prevent migration of sediment off the construction site throughout the
duration of the project.
� mw_ ��_«_..,..,._ :,. ..i,.,. _ ,.:wi,. c � .... . :.....:..:.... „ ,, a..«,, c«,....., av,..,.�
z. ........ ........ ... ........ .��i,�...,".,"_ "�" ""'»""_"""�" _'" _ " ""_ ____'_' .. ____
D 1��� nl�._ /CIIIDDD\ F� al.,. ,1..«. ..0 �I.e�«.. 1-....,.�1
� ���� - ,l - L. .1 �.f F L. CttInDD ..L...I1 1... ....L..:.1:.. �
L L'a ' 1 a a a' t..�l
3. All sediment escaping the project site and entering the downstream ditches shall
be removed immediately at the expense of the Contractor. If the existing
vegetation is damaged by the sediment, or by the removal of the sediment, it shall
be replaced with like vegetation at the expense of the Contractor.
B. Pavment: No direct payment will be made.
02350-1
02510 - ASPHALT PAVEMENTS
PART1-GENERAL
1.1 SCOPE OF WORK
A. Under this section of the Specifications, the Contractor shall provide all labor, materials,
tools and equipment necessary to complete the following items of work:
1. Bituminous concrete pavements.
1.2 RELATED WORK NOT INCLUDED IN THIS SECTION
A. Earthwork: Section 02300.
B. Pavement Markings: Section 02870.
C. Materials and testing shall be in accordance with the latest edition of the applicable
provision of the American Society for Testing Materials (ASTI�.
13 UNIT PRICE - MEASUREMENT AND PAYMENT
- A. Asphaltic Pavement:
1. Basis of Measurement: By the square yard.
2. Basis of Payment: Includes all labor, equipment and materials necessary for mix
design, supplying to site, testing, forming, placement, curing, protection, joint sealing
and backfilling.
PART 2 - MATERIALS
2.1 ASPHALT MATERIALS
A. Asphalt Cement: Asphaltic cement shall conform to ASTM D946.
B. Coazse Aggregate: Coarse aggregate shall be in acwrdance with MCIB Section 4-
Paragraph 2, except that the total shale, clay, coal and lignite content shall not exceed
- 0.5 percent by weight.
C. Fine Aggregate: Fine aggregate shall be in accordance with MCIB Section 4-
Paragraph 3.
2.2 AUXILIARY MATERIALS
- A. Joint Sealanr ASTM 6690, hot-applied, single-component, polymer-modified
bituminous sealant.
02510-I
0.3 ASPHALT ACCESSORIES
A. Primer. Homogeneous, medium curing, liquid asphalt, Type MC-70.
B. Tack Coat: Homogeneous, medium curing, liquid asphalt, Type RC-70.
C. Sand Cover: Sand cover used for blotting excess primer shall be clean granular mineral
meeting the following gradation:
Sieve Size Percent Passing
No. 4 100
No. 200 0-2
The moisture content of the sand shall not exceed 3 percent by weight.
0.4 ASPHALT PAVING MIX
A. Use dried and heated material to avoid foaming. Mix uniformly.
B. Asphaltic Concrete Base Course Type 1: Asphalt base shall contain 4 to 6 percent of
asphalt cement by weight in mixture. Mineral aggregates shall conform to the
following gradation:
Sieve Size Percent Passing
By Weight
1 1/2" 100
1" 75-100
3/4" 60-85
1/2" ----
3/8" 40-65
No. 4 30-50
No. 10 17-33
No. 40 ----
No. 80 5-12
No. 200 2-10
L In addition to the above limits, the difference between the "percent passing" of
successive sieve sizes shall not exceed 25 percent.
2. At the Contractor's option Asphalt Base may contain up to 50 percent Reclaimed
Asphalt Pavement (RAP) and/or Reclaimed Aggregate Materials (RAM).
3. Recycled Asphaltic Concrete Material shall have the following additional tests
performed:
a. ASTM GI U Standard Test Method for Material Finer than No. 200 Sieve
in Mineral Aggregates by Washing.
b. ASTM G136 Standard Method for Sieve Analysis of Fine and Coarse
Aggregates.
c. ASTM D-2172 Standazd Test Methods for Quantitative Extraction of
Bitumen from Bituminous Paving Mixtures, Method "A".
02510-2
4. The extracted asphalt from Method "A" ASTM D-2172 shall be reclaimed from
solution in accordance with ASTM D-1856 Standard Test Method for Recovery
of Asphalt from Solution by Abson Method.
a. The consistency of the asphalt shall be determined on the basis of viscosiry
at 140 degrees F in accordance with ASTM D-2171 Standard Test Method
for Viscosity of Asphalts by Vacuum Capillary Viscometer.
b. The grade of asphalt used in recycled mixes shall be the same grade as for
virgin mixes.
5. New asphalt cement added to recycled asphalt shall meet the requirements of
ASTM D-3381, Standard Specification for Viscosity-Graded Asphalt Cement for
use in Pavement Construction or ASTM D-946, Standard Specification for
Penetratiun-Graded Asphalt Cement for use in Pavement Construction.
6. Any material obtained from cut-back asphaltic concrete streets or road-oil-chip
seal streets is unacceptable for recycled asphaltic concrete.
7. Recycling Agents, if used, shall meet the requirements of ASTM D-4552
Standard Practice for Classifying HOT MIX Recycling Agents.
8. The blend of RAP and/or RAM and virgin aggregates shall be checked for
resistance to stripping. Use ASTM D-1075 Standard Test Method for effect of
Water on Cohesion of Compacted Bituminous Mixtures. The index of retained
strength shall exceed 75 percent.
9. Maintain stockpiles of RAM and RAP at the plant separated on the basis of mix
type-surface, binder and base. Stockpiles shall be free of foreign matter. RAM
and/or RAP shall be processed such that 100 percent passes the 1 1/2 inch sieve
. and 90 percent passes the 1 inch sieve.
10. RAP and/or RAM stockpiles shall be free of all foreign matter, including but not
limited to ice, wood, soil, broken sewer castings, loop detector wire, joint filler
- material, lane markers, trash and debris.
11. Mix Design Requirements: Mix design for recycled mixtures shall be in
accordance with the Asphalt Institute's Manual Series No. 20 (MS-20) titled
- Asphalt I-Iot-Mix Recycling Section 3.00.
12. All delivery tickets of asphaltic pavement material shall designate the type of
recycled mix (RC - Type 1, RC - Type 2, RC - Type 3, or RC - Type 4).
C. Asphaltic Concrete Surface Course Type 3: Surface course Type 3 shall consist of all
virgin material with 4 to 7 percent of asphalt cement by weight in mixture. Mineral
- aggregates shall conform to the following gradation:
Sieve Size Percent Passing
By Weight
3i4" 100
li2" 85-100
3/8" 70-90
No. 4 50-70
No. 10 34-43
No. 40 16-27
No. 80 7-16
No. 200 4-10
1. In addition to the above Innits, the difference between the "percent passing" of
successive sieve sizes shall not exceed 20 percent.
02510-3
0.5 AGGREGATE BASE COURSE
A. Coarse aggregate base shall be crushed stone free of lumps or balls of clay and any
other sofr or objectionable material. Gradation shall be in accordance with ASTM C-
136 and the following:
Sieve Size Percent Passing
By Weight
1 1/4" 100
1" 72-100
3/4" 60-90
- 3/8" 43-74
Nu. 4 28-60
No. 10 16-40
No. 40 3-22
No. 200 0-15
The difference between the percent passing of successive sieve sizes shall not exceed 25
percent.
B. The coarse aggregate base material shall be angular particles with a minimum of 90
percent of the stones having two or more fractured surfaces.
C. The specific gravity for base coarse aggregate shall not be less than 2.54 (S.S.D. Bulk).
D. The abrasion loss for the aggregate when subjected to 500 revolutions in a Los Angeles
abrasion machine, according to ASTM C-131, shall be no more than 35 percent.
E. That portion ot the aggregate passin� the 1 inch sieve and retained on the No. 4 sieve
shall have, by weighted average, a loss not greater than 10 percent when subjected to
five cycles of the Soundness Test, ASTM C-88. Also this same potion of the material
shall contain less than 20 percent by weight particles which have a thickness to least
width ratio of 1 to 3 and least width to length ratio of 1 to 3.
F. That portion of the material passing the No. 40 sieve shall have a ma�cimum plasticity
index of 8 when tested in accordance with ASTM D-4318.
0.6 SOURCE QUALITY CONTROL
A. Provide tests of mix design for asphalt.
B. Submit proposed mix design of each class of mix for review prior to commencement of
work.
C. Asphaltic concrete test samples shall be taken according to ASTM D-979 and tested for
Bitumen content according to ASTM D-2172.
02510-4
PART 3 - EXECUTION
3.1 TESTING
A. The Contractor shall provide and pay for the services of a qualified, independent testing
laboratory to insure thatthe bituminous concrete mix designs and in-place thicknesses
and densities of base and surface courses are in compliance with all the provision of the
specifications.
3.2 SUBGRADE PREPARATION
A. The paving contractor shall proof roll the entire subbase area which is to be paved with a
fully loaded tandem dump truck before application of base materiaL If any poRion is
unsatisfactory, that area shall be removed and shall have suitable fill replaced,
rewmpacted and retested before paving shall commence. The cost of this work shall be
the responsibilitv of the earthwork wntractor.
33 INSTALLATION OF BITUMINOUS CONCRETE PAVEMENT
A. Bituminous concrete pavements shall be constructed in accordance with the applicable
section of KGAPWA except as herein amended.
- B. App1y a prime coat to the aggregate base of 0.3 gallons per square yard of AG30 liquid
emulsified asphalt.
- C. Apply a prime coat of emulsified asphalt to all veRical contact surfaces of existing
pavement, manholes, catch basins, curbs and all other contact surfaces prior to paving.
- 3.4 CLEAN-UP
A. Upon completion of the work, all surplus materials, debris, tools and equipment shall be
- removed from the site.
END OF SECTION 02510
02510-5
02520 - PORTLAND CFiMENT CONCRETE PAVING
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Concrete curb and gutter, sidewalk and driveways.
1.2 RELATED SEC"CIONS
A. Section 02300 - Earthwork: Preparation of site for paving.
B. Section 025 ] 0— Asphaltic Concrete Paving.
13 UNIT PRICE - MEASUREMENT AND PAYMENT
A. Concrete Curb and Gutter.
1. Basis of Measurement: By the lineal foot.
2. Basis of Payment: Includes all labor, equipment and materials necessary for mix
design, supplying to site, testing, forming, placement, curing, protection, joint
sealing and backPilling.
B. Concrete Sidewalk:
1. Basis of Measurement: By the square foot.
2. Basis of Payment: Includes all labor, equipment and materials necessary for mix
design, supplying to the site, testing, forming, placement, curing, protection, joint
sealing and backfilling.
1.4 REFERENCES
A. Division II, Construction and Materials Specifications for Paving Section 2200, and
Incidental Consbuction, Section 2300, Kansas City Metropolitan Chapter of the
American Public Works Association Standazd Specifications approved and adopted the
23rd day of May, 2001 together with all additions, deletions and changes prescribed by
the Public Works Department for the City of Riverside, Missouri, one copy of which
- shall be kept on site at all times.
B. Midwest Concrete Industry Board (MCIB) Standard Specifications for Concrete Work,
Sections 3-1, 4-1, and 4-4, revised November 1999.
C. ACI 301 - Specitications for Structural Concrete for Buildings.
D. ANSI/ASTM A185 - Welded Steel Wire Fabdc for Concrete Reinforcement.
E. ANSUASTM D1751 - Preformed Expansion Joint Fillers for Concrete Paving and
Structural Construction.
02520-1
F. ANSI/ASTM D1752 - Preformed Sponge Rubber and Cork Expansion Joint Fillers for
Concrete Paving and Structural Conshuction.
G. ASTM A615 - Deformed and Plain Billet-Steel for Concrete Reinforcement.
H. ASTM A616 - Deformed and Plain Rail-Steel Bazs for Concrete Reinforcement.
L ASTM A617 - Deformed and Plain Axle-Steel Bars for Concrete Reinforcement.
- J. ASTM C33 - Concrete Aggregates.
K. ASTM C88 - Soundness of Aggregates by Use of Sodium Sulfate and Magnesium
Sulfate.
L. ASTM C131 - Resistance to Degradation of Small Size Coarse Aggregate by Abrasion
and Impact in the Los Angeles Machine.
. M. ASTM C136 - Sieve Analysis of Fine and Coarse Aggregates.
N. ASTM C150 - Portland Cement
O. ASTM C260 - Air-Entraining Admixtures for Concrete.
- P. ASTM C309 - Liquid Membrane-Forming Compounds for Curing Concrete.
Q. ASTM C494 - Chemical Admixtures for Concrete.
R. ASTM D698 - Moisture Density Relations of Soils and Soil Aggregate Mixtures.
S. ASTM D4318 - Liquid Limit, Plastic Limit, and Plasticiry Index of Soils.
_ T. FS TT-G800 - Curing Compound, Concrete, for New and Existing Surfaces.
U. FS TT-00227 and TT-00230-C - Rubberized Polysulfide Urethane Joint Sealing
- Compound for Concrete Pavement.
LS SUBMITTALS
_ A. Submit under provisions setforth in General and Special Conditions and Division 1 of
these specifications.
B. Product Data: Provide data on mix design, joint filler, admixtures, and curing
compounds.
1.6 QUALITY ASSiJRANCE
02520-2
A. The Contractor is responsible for placing concrete when conditions are conducive to
proper curing.
B. Perform work in accordance with MCIB Standard Specifications and the requirements of
the City of Riverside, Missouri Public Works Department Standard Specifications .
_ C. Obtain materials from same source throughout.
1.7 ENVIRONMENTAL REQUIREMENTS
A. Do not place concrete when subgrade, forms or equipment are wet or frozen
or contain ice or snow. Cold weather concrete work, when the air temperature is below
40 F, shall conform to MCIB Standard Concrete Specification, Section 4-4.
B. Hot weather concrete work, when the air temperature is above 80 F, shall conform
to MCIB Standard Concrete SpeciFication, Section 4-4.
PART 2 PRODUCTS
2.1 FORM MATER[ALS
A. Forms shall be in good condition, clean and free of imperfections. Each form shall not
vary more than 1/4 inch in horizontal and vertical alignment for each 10 feet in length.
B. Forms shall be metal with a height equal to or greater than the specified thickness of the
pavement slab or curb height.
C. Forms shall be of sufficient cross section and strength and secured to withstand all
pressures and loads imposed on it by concrete placement, vibration and finishing
including any loads or impact from equipment.
D. Slip form paving and curb machines may be used in place of forms. The machine shall be
equipped with mechanical internal vibrators and capable of placing pavement or curb to
the conect thickness, cross section, line and grade within the allowable tolerances.
2.2 JOINT MATERIALS
A. Expansion joint material for concrete curb and gutter, sidewalk and driveway shall be a
pre-formed, one piece, non-extruding material such as "Bondex" No. 941 pre-formed
rubber joint, "Rubatex", both manufactured by Rubatex Company or approved equal.
B. Joint sealing compound for concrete curb and gutter shall be a one component, gun-
grade, moisture cured epoxy or urethane such as "Valcum 45" manufactured by Maneco
02520-3
International, "Sikaflex 1-A" by Sika Chemical Corporation or "Pecora CG-9" by Pecora
Company or approved equal.
- 23 REINFORCEMfiNT
A. Steel bar reinforcement for concrete pavement and curb dowels shall conform to ASTM
A-615, A-616 or A-617.
B. Welded wire fabric shall be W6X6 conforming to ASTM A-185.
- 2.4 CONCRETE MATERIALS
A. Portland cement shall conform to ASTM G150, Type I.
B. Coarse aggregate shall conform to MCIB, Section 4-1. Only limestone from the Bethany
Falls or Calloway ledges shall be used.
C. Fine aggregate shall conform to MCIB Section 4-1.
C. Water shall be potable, not detrimental to concrete.
. E. Air enlrainment admixture shall be a neutralized vinsel resin type such as adair or an
approved equal conforming to ASTM G260.
2.5 ACCESSORIES
A. Liquid membrane curing compound for use on pavement, curb and gutter, sidewalk and
" driveways shall conform to one of the following types.
1. A white-pigmented, two component water insensitive epoxy having a solid epoxy
wntent of 40 to 60 percent. The application rate is 5 to 8 mils wet.
2. A liquid, white-pigmented, system of styrene acrylate Type I- Class 2 or liquid
_ chlorinated rubber Type II - Class 2, complying with Federal Specification No.
TT-G800A. The application rate shall be 6 to 10 mils wet.
3. A fan pattem spray nozzle shall be used when applying liquid curing membrane.
2.6 CONCRETE M1X
A. Portland cement concrete used in construction of concrete pavement shall conform to
MCIB Mix No. A558-1-2-0.421.
" B. Portland cement concrete used in construction of concrete curb and gutter shall conform
- to MCIB Mix No. A558-1-2-0.421 or WA610-1-4-0.410.
C. Portland cement concrete used in construction of concrete sidewalk and driveways shall
conform to MCIB Mix No. WA610-1-4-0.410.
02520-4
2.7 SOURCE QUAI.ITY CONTROL
A. Submit proposed mix design of each class of concrete used to City and Engineer for
review prior to commencement of work.
B. Tests on cement and aggregates will be performed to ensure conformance with specified
requirements.
C. Test samples in accordance with ACI 301 and MCIB Standard Concrete Specifications.
PART 3 EXECUTION
3.1 EXAMINATION
i. Verify that subgrade is compacted as specified in Section 02300, Earthwork and ready to
support paving and imposed loads.
ii. Verify that grades and elevations are as indicated on the plans.
_ 3.2 SUBGRADE
A. The subgrade surface shall be cut, filled and compacted as required to achieve the lines,
grades and cross sections shown on the plans within a tolerance of 1/4 inch from plan
elevation.
- B. The top six (6) inches of the subgrade shall be compac[ed ro 95 percen[ of the maximum density as
specified in ASTM D-698 with a mois[ure con[ent ranging from minus 2 to plus 3 percent of
optimum.
C. If the subgrade cannot be propedy compacted remove soft material, scarify top 6 inches of subgrade,
moisture wndition, and compact to 95 percent standard maximum density.
D. Protect [he finished subgrade from any damage, erosion or settlemen[ until pavement ptacement. Any
� areas which are damaged shall be repaired [o the specified lines, grades and cross sections. Any
subgrade which has become unacceptable shall be reworked and restored to the lines,
grades and density specified.
33 PREPARATION
A. Moisten base to minimize absorption of water from fresh concrete.
- B. Verify that manlioles, inlets or any other structures have been brought to the proper
elevation, grade and alignment prior to placing concrete. Coat surfaces of manholes,
curb inlets, existing structures and frames with oil to prevent bonding with concrete.
02520-5
. C. Notify City a minimum of 24 hours prior to commencement of concreting operations.
" 3.4 FORMING
A. Place and secure forms hue to line and grade. Forms shall be supported throughout their
length and joined in a manner to prevent movement in any direction.
B. Clean and lubricate forms prior to each use. Forms shall be assemb►ed to permit easy
removal without damage to the new concrete.
- C. Place joint filler vertical in position, in straight lines as specified below. Secure to
formwork during concrete placement.
3.5 REINFORCEMENT
A. Place reinforcement as indicated in the details and typical sections in the plans.
B. Interrupt reinforcement at expansion joints.
3.6 PLACING CONCRETE
A. Concrete shall be placed in accordance with MCIB Standard Concrete Specifications.
B. Concrete shall not be placed on subgrade or base which is muddy or frozen.
_ C. Concrete shall be placed in such a manner to minimize segregation.
- D. Ensure reinforcement, inserts, embedded parts and formed joints are not disturbed during
- concrete placement.
D. Deposit concrete on the subgrade or base to the required depth and lane width indicated
on the plans. Place concrete continuously between predetermined construction joints in
_ successive batches without using intermediate forms or bulkheads. The concrete shall be
placed as closely to its final position as possible in order to minimize the amount of
additional spreading necessary.
F. Care shall be taken to deposit a sufficient volume of concrete along joints and forms.
Curbs constructed of MCIB Mix No. WA-610-1-4 concrete shall be mechanically
vibrated.
G. During placement, vibrate and compact concrete with the appropriate tools and
equipment to prevent voids and honeycomb pockets. Vibration is not required for
placement of concrete for sidewalks and driveways.
H. Concrete shall not be allowed to exdude below the forms.
02520-6
3.7 CURB JOINTS
A. Joints shall be formed at right angles to the alignment of the curb as specified in the
details on the plans.
B. Expansionjoints shall be placed at all radius points, driveways, curb inlets and any
additional locations directed by the City.
1. Expansion joints shall be formed using a one piece, 3/4 inch thick preformed joint
filler cut to the configuration of the curb section.
2. Expansion joint material shall be secured to prevent any displacement during
concrete placement, consolidation and finishing.
3. Joint edges shall be rounded with a 1/4 inch radius edging tool.
C. Curbs shall have one inch deep contraction joints at intervals of not less than 10 feet and
. not greater than 20 feet. The contraction joints shall extend across the entire curb section
to one inch below the pavement surface and may be formed by one of the following
methods.
1. Contractionjoints may be formed using a 1/8 inch metal template cut to the
configuration of the curb section. Secure templates in place to prevent them from
being disturbed. The templates shall remain in place until the concrete has
attained its initial set and finishing is completed.
_ 2. Contraction joints may be tooled to the specified depth. All exposed joint edges
shall be given a 1/4 inch radius.
3. Sawed wntraction joints may be cut when a curb machine has been used. Joints
- must be sawed within 24 hours of curb placement.
4. Joint sealer is not required for contraction joints.
3.8 SIDEWALK JOINTS
A. Joints shall be formed at right angles to the alignment of the sidewalk accord'mg to the
Riverside, Missouri Public Works Deparhnent Standards.
B. Sidewalks shall have traverse joints spaced at a distance equal to the sidewalk width.
Sidewalks greater than 6 feet in width shall be divided by longitudinal joints spaced not
less than 30 inches or greater than 48 inches with the traverse joints at the same spacing
to form a square pattern.
C. Expansion joints shall be located as indication in the details.
1. Expansion joints shall be formed using a one piece, 1/2 inch thick preformed joint
filler cut to match the cross section of the sidewalk or driveway. The joint
material shall be left 1/2 inch below the pavement surface or a tear strip provided
to allow for application of joint sealer.
2. Secure joint material to prevent any displacement during concrete placement,
consolidsition and finishing.
3. Rround joint edges with a 1/4 inch radius edging tool.
02520-7
D. Contraction joints for sidewalks and driveways shall be one inch deep and 1/8 inch wide
with edges rounded by n 1/4 inch radius edging tool. The edger marks shall be left on all
sidewalks and driveways.
- 1. Contraction joints may be sawed with the approval of the City.
2. Joint sealer is not required for contraction joints.
3.9 CURB AND SIDEWALK FINISHING
A. After placement and initial strike-off, the edges and curb shall be tooled to the radii
shown in the details. If the surface is wet enough to create a ridge at the inside of the
radius tool, finishing will be discontinued until the excess moisture evaporates.
B. After the concrete has achieved initial set, face forms and templates shall be removed and
the surface finished to the required dunensions. No water, dryer or additional mortar
_ shall be applied to the concrete.
C. After finishing, the surface of the concrete shall be broomed with a fine clean broom.
The edges and joints of sidewalk and driveways shall be retooled. Finished curb,
. sidewalk and driveway shall have a true surface, free of sags, twists or warps and shall be
uniform in color and appeazance.
- 3.10 CURING
A. Concrete curing shall conform to MCIB Standard Concrete Specifications except that
water proof paper or polyethylene sheeting, wet burlap and cotton mats are not acceptable
_ curing methods for concrete pavement, curbs, sidewalk and drives.
" B. As soon as practical after finishing and not later than one hour following placement, the
- concrete shall Ue cured by one of the acceptable liquid curing membranes, applied
according to the manufacturer's instructions.
- C. If the forms are removed within 72 hours after placing concrete, or if a slip form paving
machine or curb machine are used these surfaces shall also be cured.
311 PROTECTION
A. The Contractor shall protect concrete work from damage or defacement until accepted by
the Owner. Any concrete which has been damaged or defaced shall be removed and
replaced or repaired ro the Ciry's satisfaction at the Contract expense.
B. All concrete pavement shall be protected from vehicular traffic until it has achieved 70
percent of the 28 day compressive design strength.
02520-8
312 JOINT SEALING
A. All sidewalk expansion joints shall be sealed with a specified joint sealer within 7 days of
concrete placement. Only the sidewalk portion of the curb requires joint sealing with a
specified joint sealer within 7 days of placement.
3.13 TOLERANCE
A. Surface tolerance for all concrete work shall be 1/4 inch in 10 feet, in all directions, when
checked with a] 0 foot straight edge.
3.14 BACKFILL
A. Co�crete forms shall remain in place a minimum of 24 hours. Curbs and sidewalks may
be backfilled immediately after forms are removed.
B. Backfill of concrete work shall conform to the grading specifications set forth in Section
02300, Earthwork.
3.18 CLEANUP
- A. The Contractor shall be responsible for removal from the site of excess concrete, rock,
diR, debris and any broken concrete. Clean up shall take place as work progresses.
B. Contractor shall be responsible for the repair of any existing pavement, curb, sidewalk
or driveway damaged or disturbed during construction to the satisfaction of the City.
3.19 FIELD QUALI'I'Y CONTROL
A. The Contractor shall provide and pay for the services of a qualified, independent testing
laboratory to insure that the bituminous concrete mix designs and in-place thicknesses
and densities of base and surface courses are in compliance with all the provision of the
._ specifications.
B Field inspection and testing will be performed under provisions set forth in the General
- and Special Conditions and Division 1 of these specifications.
E. One additional test cylinder will be taken during cold weather and cured on site under
same conditions as concrete it represents.
G. Maintain records of placed concrete items. Record date, location of pour, quantity, air
" temperature, and test samples taken.
END OF SECTION 2520
02520-9
02820 SODDING:
A. General: Permanent sodding materials and construction shall be in accordance with
- Sections 2152 and 2400 of the APWA Standard Specifications and will be placed at the
direction of the City.
B. Measurement "Sodding" shall be measured per acre.
C. Pavment: Payment for "Sodding" will be made at the contract unit price as listed in the
Itemized Proposal. Such payment shall constitute full compensation for all materials,
- labor and equipment necessary to complete the item. This includes, but not limited to,
surface preparation, fertilizer and watering until the vegetation is accepted. Items not
specifically called out in the contract for the completion of these items shall be
considered subsidiary to "Sodding".
END OF SECTION 02820
02820-1
02870 - PAVEMENT MARKINGS
PART1-GENERAL
1.1 Pavement areas shall be striped as indicated on the drawings. Materials shall be as
- indicated in PRODUCTS.
1.2 Colors shall be white or yellow, full bodied. All striping shall be 4", 6" or 12" wide and
uniform, with sharp, straight edges and neat intersections. Furnishings of material and
paint striping shall be done by a licensed and insured parking lot service contractor only.
PART2-PRODUCTS
Manufacturer Product Name
PPG Pittsburg Traffic and Zone
_ Marking Paint, 11 Line
Sherwin Williams Pro Mar Alkyd Traffic
Marking Paint
PART 3 - EXECUTION
. 31 Paint a 4" wide single line stripe for all auto parking spaces and lane lines as shown on
drawings. At the pedestrian crosswalks, as shown on drawings, paint 12" wide white
stripes each side of walkway in parallel lines and paint 12" wide white lines diagonal to
the crosswalk line at 4'-0" O.C.
3.2 Paint 4" wide yellow stripes marking NO PARKING areas using diagonal stripes at 2'-0"
O.C.
3.3 Paint disabled parking symbols using a 6" wide single line stripe as detailed on the plans.
_ END OF SECTION 02870
02870-1
� " Page 1 of 1
Missouri Secretary of State, Robin Carnahan
SOS Home :: Business Services :: Business Entity Search
Searcn Filed Documents
�By Business Name Date: 12/19/2011 �Click above to view
�By Charter Number filed documents that are
�By Registered Agent available.)
•For New corporatio�s gusiness Name History
Verify
�Verify Certification
Registration Report Name Name Type
�File Online R.A. KNAPP
File Fictitious Name CONSTRUCTION, INC. Legal
Registration HOLT COUNTY LEASING,
•File Online INC. Prev Legal
•Renew Oniine
File LLC Registration
•Fiie oniine General Business - Domestic - Information
Online Orders Charter Number: 00204301
�Register for Online
Orders Status: Good Standing
�Order Good Standing Entity Creation Date: 9/27/1978
�Order C;ertified Documents
State of Business.: MO
Expiration Date: Perpetual
Last Registration Report 7/14/2011
Filed Date:
Last Registration Report 2011
Filed:
Registration Report Month: January
Registered Agent
Agent Name: DAVID L. ROWE
Office Address: 4506C SOUTH 169 HWY
ST. JOSEPH MO 64507
Mailing Address:
600 West Main Street
Jefferson City, MO 65101
(573�751-4936 d+r
https://www.sos.mo.govBusinessEntity/soskb/Corp.asp?189929 12/19/2011
Robin Carnahan Secretary of State File Number: 2011 7 958081 7
2011 ANNUAL REGISTRATION REPORT ooxoaao�
BUSINESS Date Filed: 07114I2011
Robin Carnahan
Secretary of State
REPORT DUE BY: 04/30/2071 RENEWAL MONTH:
January
I OPT TO CHANGE T'f� CORPORATIONS
00204301 ❑ RENEWAL MONTH TO
FOR A $25.00 FEE.
R.A. KNAPP CONSTRUCTION, INC.
DAVIDL.ROWE PRINCIPALPLACEOFBUSINE550R .
CORPORATE HEADQUARTERS:
4506C SOUTH 169 HWY
6501 Miami Avenue (Requi�ed)
ST. JOSEPH, MO 64507 1
STREET
Kansas City, KS 66111
CITY/STATE ZIP
If changing the registered agen[ and/or rcgis[ered office address, please check the appropriate bos(es) and fill in the necessary infarmatioa
� The new registered agent_
IF CHANGING THE REGISTERED AGENT, AN ORIGINAL WRITTEN CONSENT FROM THE NEW
2 REGISTERED AGENT M[JST BE ATTACE�D AND FILED WITH TEII5 REGISTRATION REPORT.
❑ The new registered office address
Must be a Missouri address, PO Boa alone is not acceptable. This section is not appllcable for Banks, Trusts and Foreign Insurance.
OFFICERS BOARD OF DIRECTORS
NAME AND PHYSICAL ADDRESS (P.O. BOX ALONE NOT NAME AND PHYSICAL ADDRESS (P.O. BOX ALONE NOT
ACCEPTABLE). (MUST UST PRESID6M AND SECRETARY BELOWI A f1CCEPTARLEi). (MUST LIST AT LEAST ONE DIRECTOR BELOWI �
PRES R A Knapp (RCQUIfBd) NA.�4lE R A Knapp (RBQUIfCd)
STREETIRT 137N Tonbridge Ct STREBT.�RT 137N Tonbridge Ct
CITY/STATFIZIP BoniW Springs, F L 641 CI7'Y/STATG/ZIP BoniW Springs, FL 84135
V-PRES ..................................................... NAMF, Maxine KnaPP
STREET;RT ............................................................................ STRIiGT/RT 13777 Tonbridge Ct
3 CITY/STAT&ZIP CITY/STATE/ZIP Bonita Sprinns. FL 64135
SEC'Y Maxine KnaPP (RBqUIfEd) NAME .....................................................
S'ff2E.E"I7RT 13711 Tonbddge Ct S'fREE'1'/A'I' ............................................................................
CITY/STATFI2IP Bonita Spdngs, FL 64 135 CITY/STATE/Z.IP_ __
TREAS Maxine Knapp NAMF; .....................................................
STREET/RT 13711 TonbridgeCt STREET/RT ............................................................................
CITY/STATE/ZIP BoniW Springs, FL 84135 CITY/STATE/ZIP
NAMES AND ADDRESSES OF ALL OTHER OFFICERS AND DIREC'CORS ARE ATTACHED
The undersigned understandti that false stntements made in this report ¢re punishable for the crime of making a false
declazation und.�r Section 575.060 RSMo. Pliorocopy or stamped signature not acceptable.
q Authorized party or officer sign here� David L Rowe, CPA (Required)
Please print name and title of siener: David L Rowe, CPA / Reglstered Agent
NAMG TITLE
REGIS"I'RATION REPORT FEE IS: WHEN THIS FORM IS ACCEPTED BY THE SECRETARY OF STATE,
$20.00 If filed on or before 4/30 BY I.AW IT WILL BECOME A PUBLIC DOCUMENT AND ALL
S35.00 lf filed on or before 5131 INFORMATION PROVIDED IS SUBJECT TO PUBLIC DISCLOSURE
$50.00 If filed on or before 6/30
$65.00 If filed ou or before 7l31
ADD AN ADDITIONAL 525.00 FEE IF CHANGING E-MAII, ADDRESS (OPTIONAL)
THE RENEWAL MONTH.
REQUIItED INFORMATIOP7 MUST BE COMI'LETE OR THE REGISTRATION REPORT WILL BE REJECTED
MAKE CHECK PAYABLE TO DIItECTOR OF RF.VENIJE
RET[7RN COMPLET'ED REGISTRA7TON RfiPORT AND PAYMENT TO: Secretary of State, P.O. Box 1366, Jefferson Ciry, MO 65102
Page 1 of 1
Missouri Secretary of State, Robin Carnahan
SOS Home :: Business Services :: Business Entity Search
searcn Filed Documents
�By Business Name Date: 12/19/2011 �Click above to view
�By Charter Number filed documents that are
�By Registered Agent available.)
�For New Corporations gusiness Name History
Verify
�Verify Certification
Registration Report Name Name Type
�File Online TRAVELERS CASUALTY
File Fictitious Name AND SURETY COMPANY OF Legal
Registration AMERICA
�File Online AETNA CASUALTY &
�Renew Online SURETY COMPANY OF Prev Legal
File LLC Registration AMERICA
•File Online
Online Orders
•Register for Online Insurance Company - Foreign - Information
Orders Charter Number: 000002016
•Order Good Standing Status: Good Standing
�Order Certified Documents
Entity Creation Date: 8l11/1981
State of Business.: CT
Last Registretion Report 3/15/2011
Filed Date:
Last Registration Report 2011
Filed:
Registration Report Month: January
Registered Agent
Agent Name: (Regulated by the MO Division
oflnsurance)
Office Address: ONE TOWER SQUARE
HARTFORD CT 06183
Mailing Address:
600 West Main Street
Jefferson City, MO 65101
(573) 751-4936 i++�
https://wwwsosmo.govBusinessEntity/soskb/Corp.asp?707452 12/19/2011
Robin Carnahan Secretary of State File Number: 201107480193
2011 ANNUAL REGISTRATION REPORT 00000so�s
BUS[NESS Date Filed: 0 317 512 01 1
Robin Carnahan
Secretary of State
I REPORT DUE BY: 04/30/2011 RENEWAL MONTH:
January
I OPT TO CI IANGE 1T-� CORPORATION'S
O00002016 ❑ ��'� MOt�t TO
FOR A $25.00 FEE.
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICP
(Regulated by the MO Division of Insurance) PRINCIPAL PLACE OF BUSINE5S OR
CORPORATE HEADQUARTERS:
ONE TOWER SQUARE
HARTFORD, CT 06183 � One Tower Square
SCREET
Hartford, CT 06183
CITY/STATE ZIP
If changing t6e registered agent and/or rcgistered of8ce address, please check the appropriate bos(es) and fill in the necessary informatioa
� The new registered agent
IF CHANGING THE REGISTERED AGENT, AN ORIGINAL WRITTEN CONSENT FROM THE NEW
Z REGISTERED AGENT M[JST BE ATTACHED AND F[LED W ITH THIS REGISTRATION REPORT.
❑ The new registered of£ice address
Must be a Missouri address, PO Box alone is not acceptable. This section is not applicable for Banks, Trusts and Eoreign Insurance.
OFFICERS BOARD OF DIRECTORS
NAME AND PHYSICAL ADDRESS (P.O. BOX ALONE NOT NAME AND PHYSICAL ADDRESS (P.O. BOX ALONE NOT D
ACCEPTABLE). (ANST UST PRESIDENT AND SECRETARY BELOWI � ACCEPTABLF.). (MUST LIST AT LEAST ONE DII2ECTOR BELOWI U
PRES Brian W MacLean r9_ME Doreen Spadorcla
STREETiRT OneTowerSquare STRBBT/RT OneTowerSquare
CITY/STATF✓ZIP HaMord, CT 06185 CITY/STATG'Z,IP Hartford CT 06183
V-PRES ..................................................... NAME JaySBenet
STRGGT,'RT ............................................................................ STRGCT/RT OneTowerSquare
3 CITY/STATF/Z[P CITY/STATE/ZIP HarHord. CT 08783
SEC'Y WendySkJerven NAME Brian W MacLean
S'fREETBT 385 Washington Street S'fRGET,�RT One Tower Square
CITY/STATF/ZIP St. Paul, MN 55702 CITY/STATE/'LIP Hartford. CT 08783
TREAS Maria Olivo NAM� wlliam H Heyman
STREET�RT 485 Lexington Avenue, Suite 400 STREET�RT 485 Lexington Avenue, Suite 400
CITY/STATF%ZIP NewYork, NY 10077-2630 C[TY/STATE/'LIP NewYork NY 10017-2830
NAMES AND ADDRESSES OF ALL OTHER OFFICF.RS AND DIREC'CORS ARE ATTACHED
7he undersigned understand5 that false sta[ements made in this report are punishable for the crime of muking a false
declaration undzr Section 575.060 RSMo. Photocopy or stamped signature not acceptable.
q Authorizedpartyorofficersignher� MaryellenPrudhomme (RBquifed)
Please orint name and tiUe of si¢ner: Maryellen Prudhomme / Assistant Corporate Secretary
NAME: TTTLE
REGISI'RATION Rf?PORT FEE I5: WHEN THIS FORM LS ACCEPTED BY THE 5ECRETARY OF 5TATE,
$20.00 lf filed on or before 4/30 BY I.AW IT WILL BECOME A PUBLIC DOCUMENT MiD ALL
$35.00 If filcd on or before 5/3l INFORMATION PROVIDED IS SUBJECT TO PUBLIC DISCLOSURE
$50.00 If filed on or before 6/30
$65.00 If filed on or before 7/31
ADD AN ADDITIONAL 525.00 FEE IF CHANG[NG E-MAIL ADDRESS (OPTIONAL)
THE RENEWAL MOVTH.
REQUII2ED INFORMATION MiJST BE COMPLETE OR THE REGISTRATION REPORT R'II.L BE REJECTED
MAKE CI-IECK PAYABLE TO DII2ECTOR OF REVENUE
RE1'[JRN COMPLETED REGIS"I'RATION RHPORT AND PAYMENT TO: Secretary of State, P.O. Box 1366, JefTerson CiTy, MO 65102
Robin Carnahan Secretary of State
2011 ANNUAL REGISTRATION REPORT
NAMES AND ADDRESSES OF ALL OTHER OFFICERS AND DIRECTORS:
OTHER
JOHN J ALBANO
ONE TOWER SQUARE
HARTFORD,CT06183
OTHER
WILLIAM P HANNON
485 LEXINGTON AVENUE, SUITE 400
NEW YORK, NY 10017-2630
OTHER
SMITESH DAVE
ONE TOWER SQUARE
HARTFORD,CT06183
OTHER
CHARLES JCLARKE
ONE TOWER SQUARE
HARTFORD,CT06183
OTHER
JAY S BENET
ONE TOWER SQUARE
HARTFORD,CT06183
OTHER
GREGORY C. TOCZYDLOWSKI
ONE TOWER SQUARE
HARTFORD, CT 06183
OTHER
DOREEN SPADORCIA
ONETOWER SQUARE
HARTFORD,CT06183
OTHER
D. KEITH BELL
ONE TOWER SQUARE
HARTFORD, CT 06783
OTHER
DOUGLAS K RUSSELL
ONETOWERSQUARE
HARTFORD,CT06183
ASSISTANT SECRETARY
MARYELLEN PRUDHOMME
ONE TOWER SQUARE
HARTFORD,CT06183
OTHER
ANDY F BESSETTE
385 WASHINGTON STREET
ST. PAUL, MN 55102
Robin Carnahan Secretarv of State
2011 ANNUAL REGISTRATION REPORT
NAMES AND ADDRESSES OF ALL OTHER OFFICERS AND DIRECTORS:
OTHER
JOHN P CLIFFORD, JR.
385 WASHINGTON STREET
ST. PAUL, MN 55102
OTHER
VNLLIAM H HEYMAN
485 LEXINGTON AVENUE, SUITE 400
NEW YORK, NY 10017-2630
OTHER
SCOTT W RYNDA
385 WASHINGTON STREET
ST. PAUL, MN 55102
OTHER
KENNETH F SPENCE, III
385 WASHINGTON STREET
ST. PAUL, MN 55102
DIREC70R
GREGORY C. TOCZYDLOWSKI
ONE TOWER SQUARE
HARTFORD, CT 06183
OTHER
ALAN SCHNITZER
485 LEXINGTON AVENUE, SUITE 400
NEW YORK, NY 10017-2630
OTHER
WILLIAM E. CUNNINGHAM, JR.
ONETOWERSQUARE
HARTFORD,CT06183
DIRECTOR
KENNETH F. SPENCE, III
385 WASHINGTON STREET
ST. PAUL, MN 55102
ACOR4w CERTIFICATE OF LIABILITY INSURANCE DATE�MMIDD/YYYh
�oiZBno��
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CEflTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPOR7ANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(les) must be andorsed. If SUBROGA710N IS WAIVED, subJect to
the terms and condltlons of ihe policy, certaln pollcles mey require en endorsement. A statement on thls certlficate does not conter rights to the
certlficate holder in Ileu oi such entlorsement(s).
vaooucen
NAME:
Willis of Greater Kansas, Inc. ac x , E ,� : 913.451.9185 ac ,,, : 913.339.9660
12980 Metcalf Suite 500 Ea""��
ADDflE33:
Overland Park, KS 66213 vxoou EN
M HI :
INSUHEfl(S)AFFOflDIN6COVEHAGE NAICC
WSUNED INSUNEHR: UIIlY2d FI�E &�Casualty Company 130216
R A Knapp Construction Inc INSUHEHB: A«7[IE11Y Fund Gen Ins Co 12304
6501 Miami Ave INSUXEHC:
Kansas City, KS 66111 INSUHEHO:
INSUHEN E :
INSIIflEH F :
COVERAGES CERTIFICATE NUMBER: 11 12 Master REVISION NUMBER:
THIS IS 70 CERTIFV THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICV PERIOD
INDICATED. NO7YVITHSTANDING ANV PEQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT W ITH RESPECT TO WHICH THIS
CEHTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMI7S SHOW N MAY HAVE BEEN REDUCED BV PAID CLAIMS.
�Tp TYPEOFIHSUIUNCE NSH WVD POLICYNUMBEq NM/OD/YYYY MMIDD/YYYY LIMRS
GENERALUF9ILITY 6034241 0�/0��2��� ��/��/2��2 EFCHOCCURRENCE $ ],��0���0
X COMMERCIALGENERALLIABILITY A A f SOO�OO
CLAIMS-MAOE �X OCCUR MEDEXP M one n
( y peraon) S $��0
A - PERSONAL & ADV INJUFY f I� OOO � OO
GENERALFGGREGATE ' S Z�OOO�OO
GEN'L AGGREGATE LIMIT hPPLIES PER: PRODUCTS - COMP/OP AGG S Z� OOO � OO
POLICY X PR � LOC S
JECT
RIITOMOBILELIABILITY 6034241 ��/��/2��� ��/���2��2 �QMBINEDSINGLELIMIT
X ANY AUTO (Ea acntleni) $ 1� �0�. Q�
BODILYIWURV�Perperson) $
ALLOWNEDAUTOS BODILYIWURY�PeractlEant) S
A SCHEDULEOAUTOS PROPERTYUAMAGE $
HIRED AUTOS (Per acdtlen�)
NON-OW NEU AUTOS $
$
UMBHELLALIAB x ppCUR 6034241 0��0��20�� ������2��2 EACHOCCURRENCE $ I� re dt
EXCE55 LUB CLAIMS-1MDE AGGREGATE 5
A
DEDUCTIBLE ,OOO,OOO $ S,OOO,OO
X qE7ENTION $ ZO � OO g
WOflKEPSCOMVENSATION WCV601562 ������20�� ���Q��2��2 �( WCSTATU- OTH-
ANDEMP�OYEHS'LIRBILITY y�N T YLI T ER
B OFFICEWME BER�F�(CWD D? ECUTIVE❑ N � A E.LEACHACCIOENT $ SOO�OO
(N�nES�ory In NH) E.L. DISFASE - EA EMPLOYE 5 SOO � OO
II yes,tlescnbaunder
DESCRIPTION Of OPERATIONS below E.L. UISEASE- POLICY LIMIT 5 SOO � OO
A Leased/Rented Equipment 6034241 01/01/2011 Ot/Ot/2012 $100,000 Any One Item
5100,000 Occurrence
DESCflIVTION OF OPEHATIONS / LQCATIONS / VENICLES (Atlech RCOND 101, A001tlonel Remarka ScM1etlule, X mora spece la requlrW)
E: 2011 Street Maintenance
ertificate holder is a primary additional insured on General Liability coverage when required by
ritten contract.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIHATION DATE - THEHEOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICV PROVISIONS.
City of Riverside MO A�MOflREOHEPflESENTATIVE ,�
2950 NW Vivion Rd
Ri erside, MO 64150 Barbara Henr BEH
� 1988-2009 ACORD CORPORATION. All rlghts reserved.
ACORD 25 (2009I09) The ACORD name and logo are registered marks of ACORD
ACORL�, AGENCY CUSTOMER ID:
LOC #:
ADDITIONAL REMARKS SCHEDULE Page ot _
AGENCY NANED INSIIflED
Willis of Greater Kansas, Inc. R A Knapp Construction Inc
GOLICYNI/MBEP �(dfl5d5 �lty KS 66111
CAPqIEH NNC COUE
EFFECTIVE DATE:
� ADD�TIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORMNUMBER: �� FORMTITLE:pCORD Certificate of Liabilitv Insurance
Garage Liability
INSX RUD'L POLICY EFFECTIVE GOLICY E%%RATION
LTFl INSNO POLICVNIINBEP DRTE(MMIDD/ri) DATE(MINDD/YY) LIMIT9
AUTOONLY-EAACCIDENT S
ANYPUTO OTMERTHAN EAACC E
A ���� Y ' AGG 5
Automobile Liability
INSX RD�'L POLICY EFFECTIVE POLICY E%VIflATN/N
LTR INSNO pOIICYNUMBEH DRTE(MMIDD/VY) DATE(M�.VDD/YY)
A
Excess/Umbrella Liability
WSH AOD'L POLICY EFFECTIVE POLICY EXPIHFTION
LTH WSHD pOLICYNUMBEfl DATE�MWDD/VY) DATE(MAVDD/VY) LIMRS
A s
Other Liability
�LTA POLICYNUMBEH DATE�MNID v DATE�NhVDD/YV N LIMRS
A
ACORD 101 (2008/O7) � 2008 ACORD CORPORATION. All rlghts reserved.
The ACORD name and logo are registered marks o( ACORD