Loading...
HomeMy WebLinkAboutR-2013-041 Street Maintenance Seal-O-Matic RESOLUTION NO. R- 2013 - 041 A RESOLUTION AWARDING THE BID FOR CONSTRUCTION OF THE 2012 STREET MAINTENANCE PROJECT AND APPROVING THE AGREEMENT BETWEEN THE CITY AND SEAL -O -MATIC PAVING COMPANY FOR CONSTRUCTION OF SUCH PROJECT WHEREAS, the City issued a request for bids for the construction of improvements for 2012 Street Maintenance Project (Proj. No. 312 -012) ( "Project "); and WHEREAS, the City received one (1 ) response to its request for bid and the proposal submitted by Seal -O -Matic Paving Company ( "Seal- O- Matic's ") in the amount of $314,933.89 has been evaluated by the City and recommended as the most advantageous proposal for performance of the project; and WHEREAS, the Board of Aldermen find it is in the best interest of the City to enter into a contract with Seal -O -Matic Paving Company to perform the Project; NOW THEREFORE BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE MISSOURI AS FOLLOWS THAT the proposal of Seal -O -Matic Paving Company for the construction of the 2012 Street Maintenance Project in the amount of $314,933.89 is hereby accepted and approved; and FURTHER THAT an agreement by and between the City of Riverside and Seal -O -Matic Paving Company in substantially the same form as attached hereto in 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 (10) 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 Mayor, City Administrator, City Attorney, and 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 the Board of Aldermen and APPROVED by the Mayor of the City of Riverside Missouri the 4/6-day of June, 2013. K -th -en L. Rose, Mayor ATTEST: Approved as to Form: Robin 'iktrell,'Cit. Clerk City Attorney EXHIBIT "A" 2012 Street Maintenance Project Manual CITY OF (..`..�'w+r9 ! IS S�I Upstream from ordinary. 2950 NW Vivion Road Riverside, Missouri 64150 MEMO DATE: May 31, 2013 AGENDA DATE: June 4, 2013 TO: Mayor and Board of Aldermen FROM: Travis Hoover RE: Contract for 2012 Street Maintenance Project (312 -012) BACKGROUND: The 2012 Street Maintenance Project consists of: • New Cul -de -sac in E.H. Young Park • Reconstruction of Bailey Court • Mill and overlay of Northwood Rd. from 9 Hwy to the Park Hill entrance • New trail from 9 Hwy to Northwood Road phase 2 The project was advertised for bid and one bid was received. BUDGETARY IMPACT: Approximately $314,933.89 will be expended out of the 2012 Street Maintenance budget for the construction under this contract. Total Seal -O -Matic $ 314,933.89 RECOMMENDATION: Staff recommends approval of the resolution and acceptance of the contract with Seal -O -Matic Paving Company to proceed with work for the 2012 Street Maintenance Project. TABLE OF CONTENTS DIVISION 0 – BIDDING AND CONTRACT DOCUMENTS ADVERTISEMENT FOR BIDS INFORMATION FOR BIDDERS BID FOR UNIT PRICE CONTRACT BID FORM BID BOND EXPERIENCE QUESTIONAIRE WORK AUTHORIZATION AFFIDAVIT AGREEMENT EXHIBIT A PERFORMANCE BOND EXHIBIT B PAYMENT BOND EXHIBIT C STATE PREVAILING WAGE RATES (MISSOURI) EXHIBIT D TIME FOR COMPLETION EXHIBIT E SCOPE OF WORK EXHIBIT F TECHNICAL SPECIFICATIONS AND DRAWINGS EXHIBIT G NOTICE TO PROCEED EXHIBIT H APPLICATION FOR PAYMENT FORM EXHIBIT I CHANGE ORDER FORM EXHIBIT J CERTIFICATE OF SUBSTANTIAL COMPLETION EXHIBIT K AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW EXHIBIT L CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT EXHIBIT M SUBCONTRATOR AFFIDAVIT FOR FINAL PAYMENT EXHIBIT N ENGINEER/CONSULT. CERT. for Acceptance & Final Payment EXHIBIT O REQUEST FOR INFORMATION FORM DIVISION 1 – GENERAL REQUIREMENTS 01015 CONTRACTOR USE OF PREMISES 01030 SPECIAL CONDITIONS 01040 COORDINATION 01051 CONSTRUCTION SURVEY AND STAKING 01060 STANDARD SPECIFICATIONS AND PLANS 01181 REQUEST FOR INFORMATION 01310 JOB SITE ADMINISTRATION 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 – SITEWORK 02230 CLEARING AND GRUBBING 02300 EARTHWORK 02350 EROSION AND SEDIMENT CONTROL 02510 ASPHALT PAVEMENTS 02520 PORTLAND CEMENT CONCRETE PAVING 02870 PAVEMENT MARKINGS DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS CITY OF RIVERSIDE, MISSOURI ADVERTISEMENT FOR BIDS Separate sealed bids for the _2012 STREET MAINTENANCE_PROJECT (Project No. 312-012) will be received by the City Clerk at Riverside City Hall, 2950 NW Vivion Road, Riverside, Missouri until 2:00 P.M., on May 30, 2013, and then publicly opened and read aloud at Riverside City Hall. The Information for Bidders, Form of Bid, Agreement, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other Contract Documents may be examined at the office of the City Engineer at the above city hall address. Copies may also be obtained at the above city hall address. You can also view the Information for bidders, advertisement and Project Manual on the City of Riverside’s website http://www.riversidemo.com/rfps. (http://www.riversidemo.com/ > Contact Us > Bids and RFPs) The City reserves the right to waive any informality or to reject any or all bids. Each bidder must deposit a bid security in the amount, form and subject to the conditions provided in the Information for Bidders. No bidder may withdraw a bid within 90 days after the actual date of the opening thereof. CITY OF RIVERSIDE, MISSOURI INFORMATION FOR BIDDERS The City of Riverside, Missouri (the “City”) invites sealed bids on the forms contained in the Bid Package and Contract Documents for the 2012 STREET MAINTENANCE PROJECT (Project No 312-012) 1. Receipt and Opening of Bids. Bids will be received by the City at the office of the City Clerk, Riverside City Hall, 2950 NW Vivion Road, Riverside, MO 64150, until 2:00 P.M., on May 30, 2013, at which time all sealed bids will be publicly opened and read in the presence of one or more witnesses. The envelope(s) containing the bids must be sealed, clearly marked on the outside of the envelope “2012 STREET MAINTENANCE PROJECT (Project No. 312-012 )” and addressed to the City Clerk at Riverside City Hall. The City reserves the right to award the contract by sections, to accept or reject any and all bids, to waive any technicalities or irregularities therein, to determine in its sole discretion the lowest responsive and responsible bidder, and to award the contract on such basis. Any bid may be withdrawn at the request of the bidder for return of the bid packet submitted by filing a written request with the City Clerk prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 90 days after the actual date of the opening thereof without forfeiture of the Bid Security. 2. Rejection of all Bids. If the City rejects all Bids, the City may: (1) re-advertise or re-solicit Bids following the City’s normal bidding procedure; or (2) use an expedited Bid submission schedule when the City determines that the delay would not be in the best interest of the project or the City. BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY BECAUSE OF SUCH REJECTION, AND THE SUBMISSION OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. 3. Preparation and Submission of Bid. Each bid must be submitted on the prescribed form(s) and accompanied by Qualifications of Bidder, Affidavit of Work Authorization and Bid Security. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures, and the foregoing Certifications must be fully completed and executed when submitted. On alternate 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. A complete set of the bidding documents are available at the office of the City Engineer at Riverside City Hall. A copy the bidding documents may be obtained from Travis Hoover (816-372-9004) or Larissa Anderson (816- 372-9012). CONTRACTORS SHOULD READ AND BE FULLY FAMILIAR WITH ALL BIDDING AND CONTRACT DOCUMENTS BEFORE SUBMITTING A BID. IN SUBMITTING A BID, THE BIDDER WARRANTS THAT IT HAS READ THE BIDDING AND CONTRACT DOCUMENTS AND IS FULLY FAMILIAR THEREWITH, THAT CONTRACTOR HAS VISITED THE SITE OF THE WORK TO FULLY INFORM ITSELF AS TO ALL EXISTING CONDITIONS AND LIMITATIONS, AND CONTRACTOR HAS INCLUDED IN THE BID A SUM TO COVER THE COST OF ALL ITEMS OF THE WORK. The submission of a bid will constitute an incontrovertible representation by the bidder that the Bid Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work. Bids by a corporation must be executed in the corporate name by the president or a vice-president (or other corporate officer 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 shall be shown below the signature. Bids by a partnership 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. 4. Addenda and Interpretations: No interpretation of the meaning to the plans, specifications, or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to: City Engineer / Project Manager, City of Riverside: Travis Hoover ; 816-372-9004; thoover@riversidemo.com with a copy to: Capital Projects Coordinator, City of Riverside: Larissa Anderson; 816-372-9012 landerson@riversidemo.com and to be given consideration must be received at least five (5) calendar days prior to the date fixed for the opening of bids. A blank Request for Information (RFI) form is included as Exhibit O in the Project Manual. The RFI form shall be completed by the Bidder and submitted to the Project Manager and City Engineer. The RFI form shall be used after the contract has been awarded and also for the entire duration of construction. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the Bid Documents which, if issued, will be either hand delivered by a deliverer with receipt of delivery, or mailed by the fastest delivery method available via registered mail or overnight delivery, and may also be mailed electronically or faxed to all prospective bidders recorded as having received the Bid Documents, not later than three (3) calendar days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. Addenda may also be issued to modify the Bid Documents as deemed advisable by the City. At the time of Bid submission, each Bidder shall verify that it has considered all written addenda. No one is authorized to make any clarifications, interpretations or modifications or give any instructions to the bidders during the bidding period except as described in this Section. 5. 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 furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the "effective date of the Agreement". 6. Subcontracts: The bidder shall submit to City 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 furnishing. The Bidder must be capable of demonstrating to the satisfaction of City that bidder has the capability at the time of submission of the bid to manage or perform all of the Work required to be performed on the project by Contractor under the Agreement. 7. Qualifications of Bidder: The City may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. At a minimum, each Bidder must submit the following information with the Bid: Authority to Do Business in Missouri. Each bid must contain evidence of bidder's qualification and good standing to do business in the State of Missouri or covenant to obtain such qualification prior to award of the contract. Key Personnel. Identify the following Key Personnel proposed for the Project. (NOTE: Key Personnel must be committed to the Project for its duration, and may not be removed or substituted without the City’s prior written consent.) GC Project Manager On-Site Field Superintendent QC/QA Manager Safety Officer For each of the Key Personnel, provide the following background information: • Years of employment with current employer; • Other projects this person will be involved with concurrently with the project; • Provide professional registrations, education, certifications and credentials held by the person that are applicable to the Project. Quality Assurance/Quality Control Plan. Provide a summary of Bidder’s Quality Assurance/Quality Control Plan for this project • Describe key issues that might affect the Project schedule and how Bidder proposes to address them • Provide a statement regarding all work performed two (2) years immediately preceding the date of the Bid that contains either (a) any written notices of violations of any federal or state prevailing wage statute in which prevailing wage penalties were assessed against the Bidder or paid by the Bidder; or (b) a statement that there have been no such written notices of violations or such penalties assessed Statement of Assurances. Provide affirmation of the following items: • Statement that Bidder is current on payment of Federal and State income tax withholdings and unemployment insurance payments • Statement that the Bidder has not been rescinded or debarred from any bidding, contractual, procurement or other such programs by federal state or local entities. • Statement of Bidder’s litigation and/or arbitration history over the past seven (7) years including final ruling. Pending cases must be disclosed with a notation that the matter is still unresolved. • Statement of Bidder’s bond history over the past seven (7) years including any incidences of failure to perform. • Provide sworn affidavits as outlined in the Information to Bidders’ concerning Bidder’s participation in the federal work authorization program. • Statement that there is no collusion or fraud with reference to illegal relationships of bidders and representatives of the City, bid pooling or strawbids 8. Bid Security: Each bid must be accompanied by a bid bond payable to the City for five percent (5%) of the total amount of the bid. A certified check made payable to “The Treasurer of the City of Riverside” may be used in lieu of a bid bond. Attorneys-in-fact who sign bid bonds must file with each bond a certified and effectively dated copy of their power of attorney. As soon as the bid prices have been compared, the City will return the bonds of all except the three (3) lowest responsible bidders. The bid bond of the remaining bidders will be retained by the City until the earlier of (a) the 91st day after the bid opening, or (b) execution and delivery of the Agreement together with all bonds, evidence of insurance, work authorization affidavit and other documents required under the Agreement by the bidder to whom Notice of Award is given. The Bid Security shall be forfeited to the City if the bidder to whom an award is made fails to enter into the required contract or fails to deliver the required performance or payment bonds. 9. Liquidated Damages for Failure to Enter into Agreement: If the Bidder fails or refuses to execute the Agreement and deliver such additional documentation within twenty (20) days of Notice of Award, any Bid Security shall immediately become due and payable and forfeited to the City as liquidated damages. Bidders agree that this is a fair and reasonable approximation of the actual damages incurred by the City for the Bidder’s failure to honor its bid and that the liquidated damages in this Section are not penal in nature but rather the parties’ attempt to fairly quantify the actual damages incurred by the City for the Bidder’s refusal to honor its bid. 10. Time of Completion and Liquidated Damages: Bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" of the City and to fully complete the project within 60 consecutive Calendar Days thereafter. Bidder must agree also to pay as liquidated damages, the sum of $ 0 for each consecutive calendar day thereafter as hereinafter provided in the Agreement and Contract Documents. No time extensions will be granted, except in case of unusual (unseasonable) weather conditions or additional work requested by the City. Bidder agrees that the sum of $_0__ per day is a fair and reasonable approximation of the actual damages incurred by the City for the Bidder’s failure to complete the project within the time outlined above and that such liquidated damages in this Section are not penal in nature but rather the parties’ attempt to fairly quantify the actual damages incurred by the City for such delays. 11. Conditions of Work: Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of its obligation to furnish all material and labor necessary to carry out the provisions of the contract. Insofar as possible the Contractor, in carrying out the work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 12. Laws and Regulations: The bidder's attention is directed to the fact that all applicable State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. 13. Method of Award - Lowest Responsible Bidder: If at the time this contract is to be awarded, the lowest bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the City as available to finance the contract; the contract will be awarded to the “lowest responsible bidder”. If such bid exceeds such amount, the City may reject all bids or may award the contract on such items as identified by and deemed in the best interest of the City, in its sole discretion, as produces a net amount which is within the available funds. Discrepancies between words and figures will be resolved in favor of words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. If this solicitation includes Bid Alternates, the City, in its sole discretion, may include any, all or none of the Alternates in determining the lowest responsible Bid. The City may include the Alternates in any combination and in any order or priority as deemed in the best interest of the City. The City may make this determination at any time after bid closing and prior to contract award. The City will act in the best interest of the City in determining whether to include any, all or none of the Alternates and the combination and priority of any Alternates selected. If additional funding becomes available after Contract award, the City may add any or all of the Alternates to the Agreement by Change Order. The City may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish 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 the City. The City reserves the right to reject any and all bids, to waive any and all informalities, and the right to disregard all nonconforming, non-responsive or conditional bids. In evaluating bids, the City shall consider the qualifications of the bidders, whether or not the bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid. The City may conduct such investigations as it deems necessary to assist in the evaluation of any bid and 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 the City’s satisfaction within the prescribed time. The City reserves the right to reject the bid of any bidder who does not pass any such evaluation to the City’s satisfaction. If the contract is to be awarded, it will be awarded to the lowest responsible bidder whose evaluation, in the sole determination by the City, indicates to the City that the award will be in the best interests of the project. 14. Obligation of Bidder: At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and Contract Documents (including all addenda). The failure or omission of any bidder to examine any form, instrument, or document shall in no way relieve any bidder from any obligation in respect to the bid submitted. On request, City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his bid. 15. Federal Work Authorization Program Participation: Bidders are informed that pursuant to Section 285.530, RSMo, as a condition of the award of any contract in excess of five thousand dollars ($5,000), the successful bidder shall, by sworn affidavit and provision of documentation, affirm its enrollment and participation if a federal work authorization program with respect to the employees working in connection to the contracted services. The affidavit shall further provide that the successful bidder does not knowingly employ any person who is an unauthorized alien in connection to the contracted services. 16. Proof of Lawful Presence: RSMo 208.009 requires that contractors provide affirmative proof that the Contractor is a citizen or permanent resident of the United States or is lawfully present in the United States. Affirmative proof can be established through a Valid Drivers License; US Birth Certificate (certified with an embossed, stamped or raised seal issued by a state or local government – hospital certificates are not acceptable); US Passport (valid or expired); US Certificate of Citizenship, Naturalization or Birth Abroad; US Military Identification Card or Discharge Papers accompanied by a copy of US Birth Certificate issued by a state or local government. 17. Safety Standards and Accident Prevention: With respect to all work performed under this contract, the Contractor shall: a. Comply with the safety standards provisions of applicable laws, building and construction codes, and the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596), and the requirements of Section 292.675, RSMo b. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. c. Maintain at Contractor’s office or other well known place at the job site, all articles necessary for giving first aid to the injured, and shall make arrangements for the immediate removal to a hospital or a doctor's care of persons (including employees), who may be injured on the job site. d. 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 (10) 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. The training must be completed within sixty (60) days of the date of 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. 18. Prevailing Wage: Wage rates for the project shall be not less than the prevailing wage rates for Platte County currently in effect as determined by the Division of Labor Standards of the State of Missouri, pursuant to RSMo 290.210 et seq. The Contractor will forfeit a penalty to the City of $100 per day, or portion thereof, for each worker that is paid less than the prevailing rate for any work done under the contract by the Contractor or any Subcontractor. 19. Reserved: 20. American Products: Pursuant to RSMo 34.353, any manufactured good or commodities used or supplied in the performance of the contract (or subcontract) shall be manufactured or produced in the United States, unless determined to be exempt as provided in state law. 21. Transient Employers: Pursuant to RSMo 285.230, every transient employer (employer not domiciled in Missouri) must post in a prominent and easily accessible place at the work site a clearly legible copy of the following: 1) Notice of registration for employer withholding issued by the Missouri Director of Revenue, 2) Proof of coverage for workers’ compensation insurance or self-insurance verified by the Missouri Department of Revenue through the records of the Division of Workers Compensation; and 3) Notice of registration for unemployment insurance issued to such employer by the Division of Employment Security. Contractor shall be liable for a penalty of $500.00 per day until such notices required by RSMo 285.230 et seq. are posted. 22. Current City Business License: The successful bidder, and all subcontractors, shall obtain a current city business license prior to beginning construction. 23. Sales Tax Exemption Certificate: The City will supply the Contractor with a Project 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 use taxes related to the purchase of materials or other tangible personal property incorporated into or consumed in the construction of the Project. 24. Non Discrimination and Equal Opportunity: Contractor shall ensure that all employees are treated equally without regard to their race, color, religion, sex, age, handicap or national origin. The City hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this bid, socially and economically disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religion, sex, age, ancestry or national origin in consideration for an award. The City of Riverside is an equal opportunity employer and encourages minority, women and disadvantaged contractors to submit bids. 25. Security for Payment and Faithful Performance: Simultaneously with delivery of the executed contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract. The Bond furnished by bidder shall contain the requirements and conditions set forth in and shall comply in all respects with Section 107.170 RSMo and other applicable legal requirements. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the City and shall have a rating of at least “A+” from Best’s or “AA” from Standard and Poor’s in an amount equal to one hundred percent (100%) of the contract price that does not include the cost of operation, maintenance and money. Attorneys-in-fact who sign contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 26. Signing of Agreement: When City gives a Notice of Award to the successful bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement and all other Contract Documents. Within twenty (20) days thereafter Contractor shall sign and deliver at least three (3) counterparts of the Agreement to City with all other Contract Documents attached and signed as required, together with the required bonds, evidence of insurance, city licenses and work authorization affidavit and documentation. Within ten (10) days thereafter City will deliver all fully signed counterparts to Contractor. The City may issue a Notice to Proceed with or at any time after delivery of signed counterparts to Contractor. E. “Project” The building, facility, and/or other improvements for which Contractor is to provide Work under this Agreement. It may also include construction by City or others. F. “Project Manager” The following project manager employed by the City of Riverside to manage the project on behalf of the City: Travis Hoover; 816-372-9004, City of Riverside. G. “Subcontractor” A person, firm or corporation supplying labor and materials or only labor for the work at the site of the project for, and under separate contract or agreement with the Contractor. H. “Substantial Completion” The stage in the progress of the Work where the Work or designated portion is sufficiently complete in accordance with the Contract Documents so that the City can occupy or utilize the Work for its intended use. I. “Work” or “Work on the Project” Work to be performed at the location of the project, including the transportation of materials and supplies to or from the location of the project by employees of the Contractor and any Subcontractor. Work shall include all labor, services, materials, supplies, tools, equipment, supervision, management, and anything else necessary to accomplish the results and objectives described in Exhibit E (Scope of Work) and Exhibit F (Technical Specifications) 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 this Agreement. The Work may refer to the whole Project, or only a part of the Project if work on the Project also is being performed by City or others. J. “Written Notice” Any notice delivered hereunder and the service thereof shall be deemed completed when sent by certified or registered mail to the other party at the address set forth herein, or delivered in person to said party or their authorized representative on the work. ARTICLE II THE PROJECT AND THE WORK A. Contractor shall provide and pay for all Work for the Project. B. Contractor represents that it has evaluated and satisfied itself as to all conditions and limitations under which the Work is to be performed, 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. C. The City Engineer/ Project Manager shall act as the City’s representative during the construction period, shall decide questions which may arise as the quality and acceptability of materials furnished and work performed, and shall interpret the intent of the contract documents in a fair and unbiased manner. The City Engineer / Project Manager may recommend, but cannot approve Change Orders resulting in an increase in time of performance or payments due to Contractor. The City Engineer/ Project Manager will make visits to the site and determine if the Work is proceeding in accordance with the Contract Documents. The Contractor will be held strictly to the intent of the Contract Documents in regard to the quality of materials, workmanship, and execution of the Work. Inspections may be at the factory or fabrication plant of the source of the material supply. The City APPLICABLE RESOLUTIONS OR ORDINANCES ADOPTED BY THE BOARD OF ALDERMEN 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 THIS AGREEMENT, AND CITY ENACTS ANOTHER RESOLUTION OR ORDINANCE AUTHORIZING THE AMOUNT CITY AGREES TO PAY UNDER THIS AGREEMENT. ARTICLE IV PROGRESS OF WORK /SUBMITTALS A. COMMENCEMENT OF WORK. The date of beginning and the time for completion of the work are essential conditions of the Contract Documents. 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. TIME FOR COMPLETION. Contractor shall achieve Substantial Completion, as defined in Article I hereof, not later than __60___ calendar days after the date set forth in the Notice to Proceed for commencement of performance of Work, and shall complete each individual scope of work per milestone dates listed in Exhibit D. The Contractor will proceed with the work at such rate of progress to insure Substantial completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the City, that the contract time to achieve Substantial Completion of the work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the Work. No extensions will be granted, except in case of unusual (unseasonable) weather conditions or additional work requested by the City under Change Order. 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. LIQUIDATED DAMAGES. If Contractor fails to achieve Substantial Completion of all the Work as set forth in the Contract Documents, Contractor shall pay City _$ 0_ per day, as liquidated damages and not as a penalty, for each calendar day after such date, until Substantial Completion of all the Work is achieved. Contractor agrees that the sum of $ 0 per day is a fair and reasonable approximation of the actual damages incurred by the City for the Contractor’s failure to complete the project within the time outlined above and that such liquidated damages in this section are not penal in nature but rather the parties’ attempt to fairly quantify the actual damages incurred by or the City for such delays. Recovery of liquidated damages is not City’s exclusive remedy for Contractor’s failure to achieve Substantial Completion in accordance with this Agreement. Specifically, but without limitation, City may exercise any of its default or termination rights under this Agreement under all circumstances described herein, including but not limited to Contractor’s failure to achieve Substantial Completion in accordance with Paragraph B above. Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due to unforeseen causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or the public enemy, acts of the City, acts of another Contractor in the performance of a contract with the City, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and abnormal and unforeseeable weather provide the Contractor has given written notice of such delay to the City within five (5) days of the event causing such delay. D. TIME OF THE ESSENCE. Time is of the essence in the performance 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 does not preclude Contractor from working Saturdays, Sundays, holidays, or days of inclement weather. Contractor shall give the City at least 48 hours notice if intending to work on Saturday, Sunday, holidays or days of impending inclement weather. E. CONSTRUCTION SCHEDULE. Promptly after 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 VI of this Agreement, Contractor shall submit an updated, current schedule. Neither the original schedule nor any update shall exceed time limits for the entire Project under the Contract Documents. F. PHOTOGRAPHS OF PROJECT. The Contractor shall furnish photographs of the project site in the number, type, and stage as enumerated below: 1. Pre-Construction photos - minimum of 20 ground level digital shots with date of capture imprinted on the photo 2. Construction photos of significant changes - minimum of 20 ground level digital shots with date of capture imprinted on the photo 3. Post Construction photos - minimum of 20 ground level digital shots with date of capture imprinted on the photo G. DELAY IN PERFORMANCE. In the event the City determines that performance of the Work is not progressing as required by the Contract Documents or that the Work is being unnecessarily delayed or will not be finished within the prescribed time, the City may, in the City’s sole discretion and in addition to any other right or remedy City may have, require Contractor, at Contractor’s sole cost, 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. H. SUSPENSION OF WORK. The City may suspend the work or any portion thereof for a period of not more than ninety (90) days or such further time as agreed upon by the Contractor, by written notice to the Contractor which shall fix the date on which work shall be resumed. The Contractor will resume that work on the date so fixed. The Contractor will be allowed an increase in the contract price or an extension of the contract time, or both, directly attributable to any suspension I. DRAWINGS AND SPECIFICATIONS. The intent of the drawings and specifications is that the Contractor shall furnish all labor, materials, tools, equipment and transportation necessary for the proper execution of the work in accordance with the Contract Documents and all incidental work necessary to complete the project in an acceptable manner, ready for use, occupancy or operation by the City. In case of conflict between the drawings and specification, the specifications shall govern. Figure dimensions on drawings shall govern over general drawings. Any discrepancies found between the drawings and specifications and site conditions or any inconsistencies or ambiguities in the drawings or specifications shall be immediately reported to the City Engineer/ Project Manager in writing, who shall promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after discovery of such discrepancies, inconsistencies or ambiguities shall be done at the Contractor’s risk. J. SHOP DRAWINGS. Contractor shall submit to City Engineer/ Project Manager for review 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. Shop drawings shall bear the Contractor’s certification that it has reviewed, checked and approved the shop drawings and that they are in conformance with the requirements of 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. Portions of the work requiring a shop drawing or sample submission shall not begin until the shop drawing or submission has been reviewed by the City Engineer/ Project Manager. Review of any Contractor submittal shall 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. When submitted for the City Engi neer/ Project Manager’s review, any shop drawing which substantially deviates from the requirement of the Contract Documents shall be evidenced by a Change Order. If the Contract Documents do not contain submittal requirements pertaining to the Work, Contractor agrees upon request to submit in a timely fashion to City for review by City Engineer/ Project Manager any shop drawings, samples, product data, manufacturers’ literature, or similar submittals as may reasonably be required by City. Contractor shall perform all Work strictly in accordance with approved submittals. City Engineer/ Project Manager’s review does not relieve Contractor from responsibility for defective work resulting from errors or omissions of any kind on the reviewed submittals. A copy of each shop drawing and each sample shall be kept in good order by the Contractor at the site and shall be available to the City Engineer/ Project Manager. K. MATERIALS, SERVICES AND FACILITIES. It is understood that except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature, and all other services and facilities of any nature whatsoever necessary to execute, complete, and deliver the work within the specified time. Materials and equipment shall be so stored as to insure the preservation of their quality and fitness for the work. Stored materials and equipment to be incorporated in the work shall be located so as to facilitate prompt inspection. Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. Material, supplies and equipment shall be in accordance with samples submitted by the Contractor and approved by the City Engineer/ Project Manager. Materials, supplies or equipment to be incorporated into the work shall not be purchased by the Contractor or by any Subcontractor subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. L. INSPECTION AND TESTING OF MATERIALS. All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with generally accepted standards, as required and defined in the Contract Documents. The Contractor shall provide at the Contractor’s expense the testing and inspection services required by the Contract Documents. The City shall provide all inspection and testing services not required by the Contract Documents. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any work to specifically be inspected, tested or approved by someone other than the Contractor, the Contractor will give the City Engineer/ Project Manager timely notice of readiness. The Contractor will then furnish the City Engineer/ Project Manager the required certificates of inspection, testing approval. Inspections, tests or approvals by the City Engineer/ Project Manager or others shall not relieve the Contractor from the obligation to perform the work in accordance with the requirements of the Contract Documents. The City Engineer/ Project Manager will at all times have access to the work. In addition, authorized representatives and agents of any participating Federal or State agency shall be permitted to inspect all work, materials, payrolls, records or personnel, invoices of materials and other relevant data and records. The Contractor will provide proper facilities for such access and observation of the work and also for any inspection or testing thereof. If any work is covered prior to inspection by the City Engineer/ Project Manager it must, if requested by the City Engineer/ Project Manager, be uncovered for the City Engineer/ Project Manager’s observation and replaced at the Contractor’s expense. If the City Engineer/ Project Manager considers it necessary or advisable that covered work be inspected or tested by others, the Contractor, at the City Engineer/ Project Manager’s request, will uncover, expose or otherwise make available for observation, inspection or testing as the City Engineer/ Project Manager may require, that portion of the work in question, furnishing all necessary labor, materials, tools and equipment. M. CORRECTION OF WORK. The Contractor shall promptly remove from the premises all work rejected by the City Engineer/ Project Manager for failure to comply with the contract documents, whether incorporated in the construction or not, and the Contractor shall promptly replace and re-execute the work in accordance with the contract documents and without expense to the owner and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. All removal and replacement work shall be done at the Contractor’s expense. If the Contractor does not take action to remove such rejected work within ten (10) days after receipt of written notice, the City may remove such work and store the materials at the expense of the Contractor. N. SUBSTITUTIONS. Whenever a material, article, or piece of equipment is identified on the drawings and specifications by referenced to brand name or catalog numbers, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacitates, quality and function shall be considered. The Contractor may recommend the substitution of material, article or piece of equipment of equal substance and function for those referred to in the Contract Documents by referenced to brand name or catalog number, if, in the opinion of the City, such material, article or piece of equipment is of equal substance function to that specified, the City may approve, in writing, its substitution and use by the Contractor. Any cost differential shall be deductible from the contract price and in such event the Contract Documents shall be modified by Change Order. The Contractor warrants that if substitutes are approved, no major changes in the function or general design of the project will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the contract price or contract time. O. LANDS & RIGHT OF WAY. Prior to issuance of Notice to Proceed, the City shall obtain all lands and rights-of-way necessary for the carrying out and completion of Work to be performed pursuant to the Contract Documents, unless otherwise mutually agreed by the Contractor and City, in writing. The City shall provide to Contractor information which delineates and describes the lands owned and right of way acquired. P. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all boundary surveys and establish all base lines for locating the principal component parts of the work together with a suitable number of bench marks adjacent to the work as shown in the Contract Documents. From the information provided by the City, unless otherwise specified in the Contract Documents, the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pipe locations and other working points, lines, elevations and cut sheets. The Contractor shall carefully preserve bench marks, reference points and stakes and, in case of willful or careless destruction, shall be charged with the resulting expense and shall be responsible for any mistake that may be caused by their unnecessary loss or disturbance. Permits and licenses of temporary nature necessary for the prosecution of the work shall be secured and paid for by the Contractor unless otherwise stated in the supplemental general conditions. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City, unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that the Contract Documents are at variance therewith, the Contractor shall promptly notify the City in writing, and any necessary changes shall be adjusted as provided in Article VII changes in the work. Q. SUBSURFACE CONDITIONS. The Contractor has the responsibility to become familiar with the Project site and the conditions under which work will have to be performed during the construction period prior to bidding. The Contractor shall promptly, and before such conditions are disturbed (excepting an emergency), notify the City by written notice of subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents. Contractor shall also be required to notify City of any unknown physical conditions at the site of unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents at the location of the Project. The City shall investigate the conditions, and if it is found that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for, performance of the Work, the Contract Documents may be modified by Change Order as provided in Article VII. R. SUPERVISION BY CONTRACTOR. The Contractor will supervise and direct the work. The Contractor will be solely responsible for the means, methods, techniques, sequences and procedures of construction. The Contractor will employ and maintain on the work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor or the Contractor’s representative at the site. The supervisor shall have full authority to act on behalf of the Contractor and all communications given to the supervisor shall be a binding as if given to the Contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the work. ARTICLE V 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. INFORMATION FOR BIDDERS 2. EXPERIENCE QUESTIONNAIRE 3. AFFIDAVIT OF WORK AUTHORIZATION 4. This AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR 5. PERFORMANCE BOND 6. PAYMENT BOND 7. PREVAILING WAGE RATES - STATE OF MISSOURI DIVISION OF LABOR STANDARDS 8. SCOPE OF WORK 9. TECHNICAL SPECIFICATIONS and DRAWINGS 10. BID FOR UNIT PRICE CONTRACTS B. Contractor represents that it has examined and become familiar with the Contract Documents in their entirety, that any and all ambiguities, inconsistencies, 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 with 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 VI 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. B. On or about the first day of Contractor’s monthly accounting period, Contractor shall submit an Application for Partial Payment to the City Engineer/ Project Manager. In addition to the amount of payment requested in the Application for Partial 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 Contractor 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 furnished by a Subcontractor or supplier if Contractor does not intend to pay such Subcontractor or supplier from such payment, nor shall the Application include a request for payment for any Work performed deemed unsatisfactory by City. Contractor shall include with each Application all supporting documentation as City may require. The City shall, within fifteen (15) days, review and approve such Application, or return the Application to the Contractor indicating in writing the reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the Application. Within fifteen (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 City Engineer/ Project Manager and Administrator. City Engineer/ Project Manager shall review each application for payment and certify for payment such amounts as City Engineer/ Project Manager determines are due Contractor. From the total amount certified, City shall withhold five percent (5%) as retainage until final completion and acceptance of the Work. The five percent (5%) retainage may be reduced by Change Order if final completion and acceptance of the Work is delayed due to unforseen circumstances and the Work is usable for its intended purpose by the City. If reduction in the retainage is approved, the remaining retainage shall be an amount equal to or greater than 200% of the estimated amount necessary to complete the Work. D. The City Treasurer, upon presentation of such certificate, shall prepare a check for the sum certified to be due (exclusive of retainage), payable out of the funds in the City Treasury available for Contractor under the authorizing Resolution or Ordinance approved by the Board of Aldermen. Payment shall be made to Contractor after the Board of Aldermen review and approve the payment and authorize the Mayor and City Treasurer to sign and deliver the check. E. Neither Administrator or City Engineer/ Project Manager’s approval 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. F. 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 similar 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 claims or rights in connection therewith. 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 City Engineer/ Project Manager issues his or her certificate to that effect. The Engineer’s Certificate of Acceptance will be on the form attached hereto as Exhibit N. City, within thirty (30) days after the delivery of Engineer’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. Any payment, however final or otherwise, shall not release the Contractor or its sureties from any obligations under the Contract Documents or the Performance and Payment Bonds. I. City may withhold final or any other payment to Contractor on any reasonable basis, including but not limited to the following: 1. Unsatisfactory 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. The Contractor shall, at the request of City, furnish satisfactory evidence that all obligations to subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, tools and all supplies incurred in the furtherance of the performance of the Work have been paid, discharged or waived. If Contractor does not pay subcontractors 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 subcontractors and suppliers shall be charged against the Contract Amount. City shall not be liable to Contractor for any such payments made in good faith. This provision shall not confer any right upon any Subcontractor or supplier to seek payment directly from City. K. Notwithstanding any other provision for payment contained herein, in the event the Missouri Department of Labor and Industrial Relations has determined that a violation of Section 292.675 RSMo has occurred and that a penalty shall be assessed, the City shall withhold and retain all sums and amounts due and owning when making payments to Contractor under this Contract. ARTICLE VII CHANGES/CLAIMS A. City, 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 writing, 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. B. If a change to the Work causes a net increase or decrease in the cost of Contractor’s performance, the Contract Amount shall be increased or decreased as follows: 1. If the Work is covered by unit prices set forth in Contractor’s Bid for Unit Price Contracts, 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 Contractor’s Bid for Unit Price Contracts, by a lump sum as to which Contractor and City mutually agree prior to the commencement of performance of the change. C. If a change to the Work causes an increase or decrease in the time required for Contractor’s performance, an equitable adjustment to the time for performance shall be made. D. 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. E. Agreement on any Change Order shall constitute a final settlement of all 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. F. 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 City, 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 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 G below. G. 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 (5) 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. H. 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 VIII 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 to, or death of any person or persons amounts satisfying all the requirements of this Article. Certificates and copies of policies, satisfactory to City, evidencing the required insurance and compliance with this Article shall be delivered to City’s designated representative not less than seven (7) days before the Subcontractor first performs any of the Work. H. If Contractor is a transient employer as defined in Section 285.230 RSMo, Contractor must post in a prominent and easily accessible place at the work site a clearly legible copy of the following: (1) the notice of registration for employer withholding issued to such transient employer by the Director of Revenue; (2) proof of coverage for workers’ compensation insurance or self-insurance signed by the transient employer and verified by the Department of Revenue through the records of the Division of Workers’ Compensation; and (3) the notice of registration for unemployment insurance issued to such transient employer by the Division of Employment Security. Any transient employer failing to comply with these requirements shall, under Section 285.234 RSMo be liable for a penalty of $500 per day until the notice required by this Paragraph are posted as required by law. ARTICLE IX 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 itself), but only to the extent caused or allegedly caused by the negligent or willful 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 hereunder. This obligation is not intended to, and shall not, negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person as set forth in this Agreement. B. In claims against any person or entity indemnified herein by an employee of Contractor, a Subcontractor or supplier, or anyone directly or indirectly employed by them or for whose acts they may be liable, the indemnification obligation 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 X 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 expenses sought, adjudicated, or recovered against any of them, on account of any such actual or alleged infringement. ARTICLE XI COVENANT AGAINST LOBBYING AND 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, brokerage 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 discretion, to deduct from the Contract Amount, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, 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 accountant’s reasonable opinion, to verify Contractor’s compliance with this Article. C. No official of the City who is authorized in such capacity and on behalf of the City to negotiate, make, accept, or approve, or to take part in negotiating, making, accepting, or approving any architectural, engineering, inspection, construction, or material supply contract or any subcontract in connection with the construction of the project, shall become directly or indirectly interested personally in this contract or in any part hereof. No officer, employee, architect, attorney, engineer, or inspector of or for the owner who is authorized in such capacity and on behalf of the City to exercise any legislative, executive, supervisory, or other similar functions in connection with the construction of the project, shall become directly or indirectly interested personally in this contract or in any part thereof, any material supply contract, subcontract, insurance contract, or any other contract pertaining to the project. ARTICLE XII RECORDS REGARDING PAYMENT For a period of at least two (2) 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 chargeable 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, the 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. other right or remedy City may have, terminate the services of the Contractor and take possession of the project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and finish the work by whatever method the City may deem expedient to correct the default, at Contractor’s expense. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If such costs exceed the unpaid balance due to Contractor, the Contractor will pay the difference to the City. 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 Contractor’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 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 failure 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. F. If through no act or fault of the Contractor, the Work is suspended for a period of more than ninety (90) days by the City or under an order of court or other public authority, or the City fails to act on any request for payment within thirty (30) days after it is submitted, or the City fails to pay the Contractor substantially the sum approved by the City Engineer/ Project Manager and Administrator, then the Contractor may after ten (10) days from delivery of written notice to the City terminate the Agreement and recover from the City payment for all work executed. G. The City, without terminating the service of the Contractor or written notice to the Surety, through the Administrator may withhold, without prejudice to the rights of the City under the terms of the Agreement, or on account of subsequently discovered evidence, nullify the whole or part of any approved partial payment estimate to such extent as may be necessary to protect the City from loss on account of (1) defective work not remedied, (2) claims filed or reasonable evidence indicating probably filing of claims, (3) failure of Contractor to make payments property to Subcontractors or for material or labor, (4) a reasonable doubt that the Work can be completed for the balance then unpaid, (5) damages to another contractor, or (6) performance of work in violation of the terms of the Contract Documents. ARTICLE XV TERMINATION FOR CONVENIENCE Notwithstanding anything contained herein to the contrary, 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 further payment, including but not limited to prospective overhead or profit on unperformed 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 for City’s convenience, and City’s obligation to Contractor shall be limited to payment to Contractor as provided in this Article. ARTICLE XVI COMPLIANCE WITH LAWS A. Contractor shall comply with all federal, state, and local laws, ordinances, rules, regulations, orders, and the like applicable to the Work. Contractor shall secure all permits from public and private sources necessary for the fulfillment of Contractor’s obligations under the Contract Documents. 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 earned, an itemization of all deductions, and the net wages paid and (b) a corresponding statement from each Subcontractor of any tier that employed any workers in connection with the Work during the period covered by the Application for Payment. C. This Agreement shall be governed by and construed in accordance with the laws of the State of Missouri. ARTICLE XVII LABOR STANDARDS PROVISIONS A. MISSOURI PREVAILING WAGE LAW. Not less than the prevailing hourly rate of wages established by the Missouri Department of Labor and Industrial Relations Division of Labor Standards, as set out in the wage order set forth in Exhibit C attached to and made a part of, shall be paid to all workers performing work under the Agreement. An Affidavit of Compliance with the Prevailing Wage Law as set forth in Exhibit K shall be completed by Contractor and every Subcontractor employed on the Project prior to final payment. The Contractor will forfeit a penalty to the City of $100 per day (or portion of a day) for each worker that is paid less than the prevailing rate for any work done under the contract by the Contractor or by any Subcontractor. B. UNDERPAYMENT OF WAGES. In case of underpayment of wages by the Contractor or by an y subcontractors to laborers or mechanics employed by the Contractor or Subcontractor upon the work covered by this Agreement, the City, in addition to such other rights as may be afforded it under this Agreement shall withhold from the Contractor, out of any payments due the Contractor, so much thereof as the City may consider necessary to pay such laborers or mechanics the full amount of wages required by this Agreement. The amount so withheld may be disbursed by the City, for and on account of the Contractor or the Subcontractor (as may be appropriate), to the respective laborers or mechanics to whom the same is due or on their behalf to plans, funds, or programs for any type of fringe benefit prescribed in the applicable wage determination. C. LIMITATIONS ON EMPLOYMENT. No person under the age of sixteen (16) years and no person who, at the time, is serving sentence in a penal or correctional institution shall be employed on the work covered by this Agreement. ARTICLE XVIII EQUAL EMPLOYMENT OPPORTUNITY The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants and employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, employment, upgrading, demotion, or transfer; recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. ARTICLE XIX 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. The Contractor shall be fully responsible to the City for the acts and omissions of its Subcontractors, and of person either directly or indirectly employed by them, as the Contractor is for the acts and omissions of person directly employed by it. D. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind Subcontractors to the Contractor by the terms of the Contract Documents insofar as applicable to the work of Subcontractors and give the Contractor the same power as regards terminating any Subcontract that the City may exercise over the Contractor under any provision of the Contract Documents. Nothing contained in this contract shall create any contractual relation between any Subcontractor and the City. E. Each subcontract 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 time, whether before or after final payment to Contractor, and may not be withdrawn by Contractor without City’s written consent. ARTICLE XX SEPARATE CONTRACTS A. The City reserves the right to let other contracts in connection with this project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate the work with theirs. If the proper execution or results of any part of the Contractor’s work depends upon the work of any other contractor, the Contractor shall inspect and promptly report to the Administrator any defects in such work that render it unsuitable for such proper execution and results. B. The City may perform additional work related to the project or the City may let other contracts containing provisions similar to these. The Contractor will afford the other contractors who are parties to such contracts (or the City, if the City is performing the additional work) reasonable opportunity for the introduction and storage of materials and equipment and the execution of work, and shall properly connect and coordinate the work with theirs. C. If the performance of additional work by other contractors or the City is not noted in the Contract Documents prior to the execution of the contract, written notice thereof shall be given to the Contractor prior to starting any such addition work. If the Contractor believes that the performance of such additional work by the City or others involves it in additional expense or entitles it to any extension of the contract time the Contractor may make a claim thereof as provided in Article VII. ARTICLE XXI 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. City’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 area, 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 from construction activities. If Contractor fails to comply with cleanup duties within twenty-four (24) hours after written notification from City of non-compliance, City may implement cleanup measures without further notice and deduct the cost from any amounts due or to become due Contractor. ARTICLE XXII COMPETENCE Contractor represents and warrants that it maintains all necessary licenses, registration, competence, and experience to perform all the Work. ARTICLE XXIII WARRANTY A. Contractor 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. The Contractor warrants and guarantees for one (1) year from the date of completion and acceptance of the work that the completed work is free from all defects due to faulty materials or workmanship. The date of completion for all scopes of work shall be the last date of acceptance of all work in this contract. Contractor shall promptly make such corrections as may be necessary be reason of such defects including the repair of any other damages that were caused by defects in the work, at its own expense. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor fails to make such repairs, adjustments or other work that may be necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. In emergency where, in the judgment of the City, delay would cause serious loss or damage, repairs and replacement of defects in the work and damage caused by defects may be made without notice being sent to the Contractor, and the Contractor shall pay the cost thereof. The Performance Bond shall remain in full force and effect through the warranty period. Neither final payment, Engineer’s Final Certificate, 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 entity with respect to the Work. C. This Article 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. ARTICLE XXIV STORAGE OF MATERIALS AND EQUIPMENT The Contractor shall provide at its own expense and without liability to the City any additional land and access thereto that the Contractor may desire for temporary construction facilities, or for storage of materials. 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. After 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 casualty or damage is solely the responsibility of Contractor. ARTICLE XXV TAXES A Missouri Sales Tax Project Exemption Certificate (Missouri Department of Revenue Form 5060) will be provided by the City for the purchase of any materials or personal property incorporated into or consumed in the construction project, pursuant to RSMo 144.062. The Contractor will pay all other sales, consumer, use and other similar taxes required by the State of Missouri or other taxing jurisdiction. ARTICLE XXVI SAFETY A. Contractor 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. The Contractor will erect and maintain, as required by the conditions and progress of the work, all necessary safeguards for safety and protections. The Contractor will notify owners of adjacent utilities when prosecution of the Work may affect them. The Contractor will remedy all damage, injury or loss to any property caused directly or indirectly, in whole or part, by the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone whose acts any of them may be liable. C. The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of his prosecution of the work. The safety provisions of applicable laws and building and construction codes shall be observed and the Contractor shall take or cause to be taken, such additional safety and health measures as the City may determine to be reasonably necessary. D. Pursuant to Section 292.675 RSMo, 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. Contractor shall require its on-site employees to complete a construction safety program within sixty (60) days after the date work on the project commences. Contractor acknowledges and agrees that any of Contractor’s 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. Contractor shall require all of its Subcontractors to comply with the requirements of this Paragraph and Section 292.675 RSMo. E. Contractor shall forfeit to the 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. The penalty described in this Paragraph shall not begin to accrue until the time periods herein have elapsed. Violations of this requirement and imposition of the penalty described in this Paragraph shall be investigated and determined by the Missouri Department of Labor and Industrial Relations. F. 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. ARTICLE XXVII AUTHORIZED EMPLOYEES 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. ARTICLE XXVIII INDEPENDENT CONTRACTOR Contractor is an independent contractor, and neither Contractor or any Subcontractors, suppliers, employees, or agents shall be deemed an employee or agent of City for any purpose. ARTICLE XXIX 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 XXX PERFORMANCE AND PAYMENT BONDS The Contractor shall within five (5) days after the receipt of the Notice of Award furnish the City with a Performance Bond and Payment Bond in forms set forth in Exhibits A and B in an amount at least equal to one hundred percent (100%) of the contract price, conditioned upon the performance by the Contractor all undertakings, covenants, terms, conditions and agreements of the Contract Documents, and upon the prompt payment by the Contractor to all persons supplying labor and materials in the prosecution of the work provided by the Contract Documents. Such bonds shall be executed by the Contractor and a corporate bonding company licensed to transact such business in the state in which the work is to be performed and named on the current list of “Surety Companies Acceptable on Federal Bonds” as published in the Treasury Department Circular Number 570 and shall have a rating of at least “A+” from Best’s or “AA” from Standard and Poor’s. The expense of these bonds shall be borne by the Contractor. If at any time a surety on any such bond is declared a bankrupt or loses its right to do business the state in which the work is to be performed or is removed from the list of Surety Companies accepted on Federal Bonds, Contractor shall within five (5) days after notice from the City to do so, substitute an acceptable bond (or bonds) in such form and sum and signed by such other surety or sureties as may be satisfactory to the City. The premiums on such bond shall be paid by the Contractor. No further payment shall be deemed due nor shall payment be made to Contractor until the new surety or sureties shall have furnished an acceptable bond to the City. ARTICLE XXXI 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. ARTICLE XXXII NO PRESUMPTION AGAINST THE DRAFTER No presumption or inference against the City shall be made because of the City’s preparation of this Agreement or other Contract Documents. ARTICLE XXXIII 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 try 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 Construction 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 party its reasonable attorney fees, costs, and expenses arising from such litigation. ARTICLE XXXIV 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 limit any of the provisions of any of the Articles. ARTICLE XXXV PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Agreement shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the contract shall forthwith by physically amended to make such insertion or correction. All such laws, orders and regulations are applicable to this Project and are made a part hereof by reference. ARTICLE XXXVI 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 further force or effect. Subject to Article VII 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 after it has been duly executed by City and Contractor. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] EXHIBIT C PREVAILING WAGE RATES Special Wage Determination: Prevailing hourly rates of wages follow, as determined by the Division of Labor Standards, Jefferson City, Missouri. EXHIBIT D Time for Completion Number of Days to Reach Substantial Completion __60 calendar days_____ MILESTONE DATES: Task Date of Complete E.H. Young Cul de Sac 07/10/2013 Bailey Court 60 calendar days from NTP Northwood Road Mill & Overlay 60 calendar days from NTP Northwood Road Trail 60 calendar days from NTP EXHIBIT F TECHNICAL SPECIFICATIONS AND DRAWINGS 2012 STREET MAINTENANCE_PROJECT (Project No. 312-012) The following Specifications govern Contractor’s performance of the Work: 2012 Street Maintenance Project Specifications: including, addenda, and all other documents and specifications referenced therein. The Drawings governing the Work on the Northwood Road are as follows; dated May 23, 2013: Sheet Description Sheet No’s. Northwood Road 1-4 EXHIBIT H APPLICATION FOR PAYMENT Continuation Sheet for Application for Payment (Contact Capital Projects Coordinator Larissa Anderson with the City of Riverside for an electronic version landerson@riversidemo.com or by calling 816-372-9012) EXHIBIT I CHANGE ORDER (Contact Capital Projects Coordinator Larissa Anderson with the City of Riverside for an electronic version landerson@riversidemo.com or by calling 816-372-9012) EXHIBIT J Certificate of Substantial Completion (to be completed after substantial completion of the project) Project Name: 2012 STREET MAINTENANCE Project #: 312-012 Owner of Project: City of Riverside This [tentative] [definite] Certificate of Substantial Completion applies to:  All Work under the Contract Documents:  The following specified portions of the Work: ____________________________________ Date of Substantial Completion The Work to which this Certificate applies has been inspected by authorized representatives of Owner, Contractor, and Engineer, and found to be substantially complete. The Date of Substantial Completion of the Project or portion thereof designated above is hereby declared and is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. A [tentative] [definitive] list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. The responsibilities between Owner and Contractor for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as provided in the Contract Documents except as amended as follows:  Amended Responsibilities  Not Amended Owner's Amended Responsibilities: Contractor's Amended Responsibilities: The following documents are attached to and made part of this Certificate: This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of Contractor's obligation to complete the Work in accordance with the Contract Documents. ___________________________________________________ __________________ Executed by Engineer (Print & Sign) Date ___________________________________________________ __________________ Accepted by Contractor (Print & Sign) Date ___________________________________________________ __________________ Accepted by Owner (Print & Sign) Date EXHIBIT K AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW (to be completed at conclusion of project) I, _________________________________, upon being duly sworn upon my oath state that: (1) I am the ________________________ of _________________________________________; (2) all requirements of Section 290.210 to 290.340. RSMo, pertaining to the payment of wages to workers employed on public works projects have been fully satisfied with regard to this Contractor’s work on 2012 STREET MAINTENANCE PROJECT (Project No. 312-012); (3) I have reviewed and am familiar with the labor standards provisions and prevailing wage rules established by the Missouri Department of Labor and Industrial Relations Division of Labor Standards; (4) based upon my knowledge of these rules, including all occupational titles set out in the applicable regulations, I have completed full and accurate records clearly indicating: (a) the names, occupations, and crafts of every worker employed by this Company in connection with this Project together with an accurate record of the number of hours worked by each worker and the actual wages paid for each class or type of work performed, (b) the payroll deductions that have been made for each worker, and (c) the amounts paid to provide fringe benefits, if any, for each worker; (5) the amounts paid to provide fringe benefits, if any, were irrevocable paid to a trustee or to a third party pursuant to a fund, plan, or program on behalf of the workers; (6) these payroll records are kept and have been provided for inspection to the authorized representative of the City of Riverside and will be available, as often as may be necessary, to such City and such other regulatory agencies as may be deemed necessary; (7) such records shall not be destroyed or removed from the State of Missouri for one (1) year following the completion of Contractor’s work on this Project; (8) when in effect, the requirements of Sections 290.550 through 290.580 RSMo. Pertaining to excessive unemployment were fully satisfied; and (9) there has been no exception to the full and complete compliance with the provisions and requirements of the wage orders applicable to the Agreement and Contract Documents. The matters stated herein are true to the best of my information, knowledge, and belief. I acknowledge that the falsification of any information set out herein may subject me to criminal prosecution. _________________________________________ Contractor Signature _________________________________________ Printed Name Subscribed and sworn to me this _____ day of ______________________, 2013. _________________________________________ Notary Public My Commission expires: EXHIBIT L CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT (to be completed at conclusion of project) 2012 STREET MAINTENANCE PROJECT PROJECT NO. 312-012 STATE OF ___________________________________ ) ) SS: COUNTY OF _________________________________ ) The Undersigned, _____________________________ of lawful age, being first duly sworn, states under oath as follows: 1. I am the _____________________________ of ____________________________________________ who is the general CONTRACTOR on the above referenced project. 2. All payrolls, material bills, use of equipment and other indebtedness connected with the Work for this Project have been paid and all Claims of whatever nature have been satisfied, as required by the Contract. 3. () Prevailing wage does not apply; or () All provisions and requirements set forth in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes, pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with these provisions and requirements and the Annual Wage Order contained in the Contract in carrying out the Contract and Work. CONTRACTOR has fully complied with the requirements of the prevailing wage law as required in the Contract and has attached affidavits from all Subcontractors on this Project, regardless of tier, affirming compliance with the prevailing wage law as stipulated in the Contract. 4. CONTRACTOR certifies that each Subcontractor has received full payment for its respective work in connection with the Contract. 5. This affidavit is made in behalf of the CONTRACTOR for the purpose of securing from the City of Riverside, Missouri, the certification of completion of the Project and receiving payment therefore. CONTRACTOR By __________________________________________ Title ________________________________________ On this _____ day of __________________ before me appeared _____________________________ _____________________ , to me personally known to be the _________________________________of ______________________________________, and who executed the foregoing instrument and acknowledged that (s)he executed the same on behalf of _____________________________________ as its free act and deed. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal on the day and year first above written. ______________________________________ My commission expires: Notary Public EXHIBIT M SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT (to be completed at conclusion of project) 2012 STREET MAINTENANCE PROJECT PROJECT NO. 312-012 STATE OF _______________________________ ) ) SS: COUNTY OF _____________________________ ) After being duly sworn the person whose name and signature appears below hereby states under penalty of perjury that: 1. I am the duly authorized officer of the business indicated below (hereinafter Subcontractor) and I make this affidavit on behalf of Subcontractor in accordance with the requirements set forth in Section 290.290, RSMo. Subcontractor has completed all of the Work required under the terms and conditions of a subcontract as follows: Subcontract with: _____________________________________________________, Contractor Work Performed: ____________________________________________________________________ Total Dollar Amount of Subcontract and all Change Orders: $___________________________________ 2. Subcontractor fully complied with the provisions and requirements of the Missouri Prevailing Wage Law set forth in Sections 290.210, RSMo through 290.340, RSMo. Business Entity Type: Subcontractor’s Legal Name and Address (___)Missouri Corporation (___)Foreign Corporation ___________________________________________ (___)Fictitious Name Corporation (___)Sole Proprietor ___________________________________________ (___)Limited Liability Company Phone No. __________________________________ (___)Partnership Fax: _______________________________________ (___)Joint Venture E:mail:______________________________________ (___)Other (Specify) ________________________ Federal ID No.________________________________ I hereby certify that I have the authority to execute this affidavit on behalf of Subcontractor. By: _________________________________________ __________________________________________ (Signature) (Print Name) __________________________________________ _ __________________________________________ (Title) (Date) NOTARY Subscribed and sworn to before me this ________ day of _______________________________, 2013. My Commission Expires:______________________ __________________________________________ (Signature) EXHIBIT N ENGINEER/CONSULTANT’S CERTIFICATION For Acceptance and Final Payment (to be completed at conclusion of project) City of Riverside, Missouri Project Name: _2012 STREET MAINTENANCE PROJECT Project No. 312-012 Contractor: ________________________________________ Architect / Engineer: __________________________________________ Contract Date: ____________________________ Date of Completion and Acceptance: _____________________________________ The Contractor has notified me that he has completed all work in accordance with the Contract Documents and that it is functioning properly. I hereby certify that a final inspection of all work under the Contract Documents was conducted by me and to the best of my knowledge; the work has been completed in accordance with the drawings and specifications and is functioning properly. I have approved all payment estimates, and prepared and received approval of all change orders. I have received the required certifications; instructions for operating the equipment, manuals, and other documents that are applicable to this project from the Contractor and have delivered them to the City. The City is now responsible for the security, operation, safety, maintenance, and insurance as applicable to the project. The Contractor will warranty all specified work for a period of one (1) year (or a longer period if governed by Missouri Statutes) from this date of completion. Notification has been given to the proper Government agencies that the work is completed. I recommend, under the provision of the Contract Documents that the Work be accepted and that final payment be made. Executed by the Engineer on this _______day of ______________________________, 20____. Signature:_________________________________ (SEAL) Printed Name: _______________________________ The work described above accepted by the consultant is hereby acknowledged and final payment authorized. ____________________________________ Kathleen L Rose, Mayor Date: ____________________________ (SEAL) Attest: __________________________ Robin Littrell, City Clerk EXHIBIT O REQUEST FOR INFORMATION FORM (Use only after contract awarded. To be completed by Project Manager) City of Riverside, MO RFI No. _____________ Contract for: 2012 STREET MAINTENANCE PROJECT Project No: 312-012 Contractor or Bidder: ________________________________________________________________ Project Manager: City of Riverside THIS REQUEST BY: __________________________________ cc to:__________________________ ____________________________________________ (Name of Bidder or Contractor’s Representative) REFERENCE: DIVISION _________ SECTION _________ PLAN SHEET NO. ________________ REQUEST: ATTACHMENTS: RESPONSE BY: _______________________________________________ Date: _________________ (Name of the Engineer’s/Project Manager’s Representative) RESPONSE: ATTACHMENTS: SPECIAL NOTE (AFTER AWARD OF CONTRACT): IF THE CONTRACTOR BELIEVES THIS INTERPRETATION OR CLARIFICATION JUSTIFIES AN INCREASE IN CONTRACT PRICE OR CONTRACT TIME, THE CONTRACTOR SHALL NOTIFY THE PROJECT MANAGER IN WRITING BEFORE PROCEEDING WITH THE WORK INVOLVED. FURTHER, IF THE CONTRACTOR IS AUTHORIZED BY THE PROJECT MANAGER TO PROCEED WITH THE WORK INVOLVED BEFORE FULL AGREEMENT IS REACHED ON WHETHER ANY INCREASES ARE DUE AT ALL, OR IF ANY DETERMINED TO BE DUE, ON THE EXTENT OF ANY SUCH INCREASES, THE CONTRACTOR SHALL FURNISH TO THE PROJECT MANAGER ACTUAL COST RECORDS ON A DAILY BASIS. DIVISION 1 – GENERAL REQUIREMENTS 01015 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. If the Contractor desires access to private property 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. 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 Monuments: The Contractor must carefully preserve bench marks, references or stakes and in case of willful or careless destruction, 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. Responsibility of Contractor for Backfill Settlement: The Contractor shall be responsible, financially and otherwise, for: 1. Any and all settlement of trench and other backfill which may occur from the time of original backfilling until the expiration of a period of one year from and after the date of final 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 Damage: 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. Delivery 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 included as a part of the contract price and in no case will an extra be allowed for such charges. G. Pumping and Shoring: 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 installed 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. I. Storage 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 subcontractors shall lie with the Prime Contractor. K. Blasting: No blasting will be allowed on this project. L. Definitions of Contract Completion: This section defines the terms “Substantial Completion” and “Final Completion” as they are used in the Contract Documents. 1. Substantial Completion: Substantial completion is defined as 100% completion of the following items: a. E.H. Young Cul de Sac b. Bailey Court c. Northwood Road 2. Final Completion: 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. 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 construction 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 Meetings: 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 Contractor shall coordinate his/her work to ensure that the Work is complete and to ensure efficient and orderly sequence of installation of construction 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. I. 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. 01051 CONSTRUCTION SURVEY AND STAKING: A. General: This item shall be provided by the City. 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 otherwise, 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: http://www.kcapwa.net/specifications.asp . 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 are available at the following website: http://www.kcapwa.net/specifications.asp . Other standard plans and specifications may be referred to and therefore adopted into these specifications. 01181 REQUEST FOR INFORMATION All questions about the meaning or intent of the Contract Documents shall be submitted to the City in writing. A blank Request for Information (RFI) form is attached as Exhibit O. This RFI form shall be completed by the Contractor and submitted to the City addressed to Travis Hoover by either Fax number: (816) 746-8349 or thoover@riversidemo.com 01310 JOB SITE ADMINISTRATION: A. The Contractor, 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). 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 are 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 construction 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. 01330 SUBMITTALS A. Shop Drawings: 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) 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 reports required to confirm contract compliance shall be as specified in the APWA Standard Specifications unless otherwise noted below: Material Test Standard Frequency Soils Moisture Density ASTM D698 Minimum 1 per soil type (on site or borrow). Soils In-place Density and Moisture Content ASTM D2922, D3017 Min of 4 tests per day for each active grading spread. Min. 2 per lift in trench backfill. Concrete Compression Tests ASTM C31, C143, C172 1 set of cylinders from the first pour and each 200 C.Y. thereafter. Note: Air and slump tests are required for each set of cylinders created. Concrete Slump ASTM C143 At the beginning of each pour and for 100 C.Y. thereafter. 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 placement each day. Asphalt Sampling Bituminous Mixtures ASTM D-979 At the beginning of placement each day. Asphalt Binder Content ASTM D-2172 At the beginning of placement each day. Asphalt Density of In-Place Bituminous Concrete ASTM D 2950 Once a day per road 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 to the bid items of the materials being tested. 01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE A. General: The Contractor shall make his own arrangements for material and equipment storage areas 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 construction 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. Payment: No direct payment shall be made. 01567 POLLUTION CONTROL No open burning will be permitted. See Section 02350 for erosion and sediment control, Section 02820 for seeding/sodding. 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 Uniform Traffic Control Devices (MUTCD)," Current Edition and its latest revisions. DIVISION 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. Payment: No direct payment will be made. 02300 EARTHWORK A. General: Grading shall be in accordance with Section 2100 of the APWA Standard Specifications. Subgrade preparation 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 construct the improvements as shown on the plans. i. Upon completion of stripping, but prior to placing new fill, the exposed 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. Payment: No direct payment will be made. 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. 2. 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. Payment: No direct payment will be made. 02510 - ASPHALT PAVEMENTS PART 1 - 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 (ASTM). 1.3 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. Coarse Aggregate: Coarse aggregate shall be in accordance 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 Sealant: ASTM 6690, hot-applied, single-component, polymer-modified bituminous sealant. 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 1. 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 C-117 Standard Test Method for Material Finer than No. 200 Sieve in Mineral Aggregates by Washing. b. ASTM C-136 Standard Method for Sieve Analysis of Fine and Coarse Aggregates. c. ASTM D-2172 Standard Test Methods for Quantitative Extraction of Bitumen from Bituminous Paving Mixtures, Method "A". 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 viscosity 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 Penetration-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 Hot-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 3/4" 100 1/2" 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 limits, the difference between the "percent passing" of successive sieve sizes shall not exceed 20 percent. 0.5 AGGREGATE BASE COURSE A. Coarse aggregate base shall be crushed stone free of lumps or balls of clay and any other soft 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 No. 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 of the aggregate passing 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 maximum 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. PART 3 - EXECUTION 3.1 TESTING 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. 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 portion is unsatisfactory, that area shall be removed and shall have suitable fill replaced, recompacted and retested before paving shall commence. The cost of this work shall be the responsibility of the earthwork contractor. 3.3 INSTALLATION OF BITUMINOUS CONCRETE PAVEMENT A. Bituminous concrete pavements shall be constructed in accordance with the applicable section of KC-APWA except as herein amended. B. Apply a prime coat to the aggregate base of 0.3 gallons per square yard of AC-30 liquid emulsified asphalt. C. Apply a prime coat of emulsified asphalt to all vertical 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 02520 - PORTLAND CEMENT CONCRETE PAVING PART 1 GENERAL 1.1 SECTION INCLUDES A. Concrete curb and gutter, sidewalk and driveways. 1.2 RELATED SECTIONS A. Section 02300 - Earthwork: Preparation of site for paving. B. Section 02510 – Asphaltic Concrete Paving. 1.3 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 backfilling. 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 Construction, Section 2300, Kansas City Metropolitan Chapter of the American Public Works Association Standard 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 - Specifications for Structural Concrete for Buildings. D. ANSI/ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. E. ANSI/ASTM D1751 - Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. F. ANSI/ASTM D1752 - Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. G. ASTM A615 - Deformed and Plain Billet-Steel for Concrete Reinforcement. H. ASTM A616 - Deformed and Plain Rail-Steel Bars for Concrete Reinforcement. I. 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 Plasticity Index of Soils. T. FS TT-C-800 - 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. 1.5 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 ASSURANCE 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 MATERIALS 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 correct 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 International, "Sikaflex 1-A" by Sika Chemical Corporation or "Pecora CG-9" by Pecora Company or approved equal. 2.3 REINFORCEMENT 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 C-150, 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 entrainment admixture shall be a neutralized vinsel resin type such as adair or an approved equal conforming to ASTM C-260. 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 content 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-C- 800A. The application rate shall be 6 to 10 mils wet. 3. A fan pattern spray nozzle shall be used when applying liquid curing membrane. 2.6 CONCRETE MIX 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. 2.7 SOURCE QUALITY 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 compacted to 95 percent of the maximum density as specified in ASTM D-698 with a moisture content ranging from minus 2 to plus 3 percent of optimum. C. If the subgrade cannot be properly compacted remove soft material, scarify top 6 inches of subgrade, moisture condition, and compact to 95 percent standard maximum density. D. Protec t the finished subgrade from any damage, erosion or settlement until pavement placement. Any areas which are damaged shall be repaired to 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. 3.3 PREPARATION A. Moisten base to minimize absorption of water from fresh concrete. B. Verify that manholes, 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. C. Notify City a minimum of 24 hours prior to commencement of concreting operations. 3.4 FORMING A. Place and secure forms true 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 assembled 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 extrude below the forms. 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. Expansion joints 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. Contraction joints 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 contraction 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 according to the Riverside, Missouri Public Works Department 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, consolidation and finishing. 3. Rround joint edges with a 1/4 inch radius edging tool. D. Contraction joints for sidewalks and driveways shall be one inch deep and 1/8 inch wide with edges rounded by a 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 dimensions. 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 appearance. 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 be 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. 3.11 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 to the City'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. 3.12 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 10 foot straight edge. 3.14 BACKFILL A. Concrete 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, dirt, 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 QUALITY 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 02870 - PAVEMENT MARKINGS PART 1 - 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. PART 2 - PRODUCTS Manufacturer Product Name PPG Pittsburg Traffic and Zone Marking Paint, 11 Line Sherwin Williams Pro Mar Alkyd Traffic Marking Paint PART 3 - EXECUTION 3.1 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.