HomeMy WebLinkAboutR-2013-060 Woodland Road Pedestrian Crossing Bid Award to Capital Electric Line Builders RESOLUTION NO. R -2013- 060
A RESOLUTION AWARDING THE BID FOR CONSTRUCTION OF THE WOODLAND
ROAD PEDESTRIAN CROSSING PROJECT AND APPROVING THE AGREEMENT
BETWEEN THE CITY AND CAPITAL ELECTRIC LINE BUILDERS, INC. FOR
CONSTRUCTION OF SUCH PROJECT
WHEREAS, the City issued a request for bids for the construction of improvements for
Woodland Rd. Pedestrian Crossing Project (Proj. No. 312 -013) ( "Project "); and
WHEREAS, the City received one (1) response to its request for bid and the proposal
submitted by Capital Electric Line Builders, Inc. in the amount of $14,845.00 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 Capital Electric Line Builders, Inc. 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 Capital Electric Line Builders, Inc. for the construction of the
Woodland Rd. Pedestrian Crossing Project in the amount of $14,845.00 is hereby accepted and
approved; and
FURTHER THAT an agreement by and between the City of Riverside and Capital Electric
Line Builders, Inc. 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 day of July, 2013
. /�. �'' /I � a.��
' athleen L. Rose, Mayor
ATTEST:
AL i
Robin Littfell, Cfy Clerk
EXHIBIT "A"
Woodland Rd. Pedestrian Crossing Project Manual
CITY OF
RIVERS! MISSOURI
Upstream from ordinary.
2950 NW Vivion Road
Riverside, Missouri 64150
MEMO DATE: June 26, 2013
AGENDA DATE: July 2, 2013
TO: Mayor and Board of Aldermen
FROM: Travis Hoover
RE: Contract for Woodland Rd. Pedestrian Crossing Project (312 -013)
BACKGROUND: The Woodland Rd. Pedestrian Crossing Project consists of:
• Installing a Crosswalk System on each side of the street at the crossing and one
(I) advanced warning system east of the crosswalk to accommodate for the blind
curve.
The project was advertised for bid and one bid was received.
BUDGETARY IMPACT: Approximately $14,845.00 will be expended out of the 2013 / 2014 Street
Maintenance budget for the construction under this contract.
Total
Capital Electric Line Builders, Inc. $ 14,845.00
RECOMMENDATION: Staff recommends approval of the resolution and acceptance of the contract with
Capital Electric Line Builders, Inc. to proceed with work for the 2013 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
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
01060 STANDARD SPECIFICATIONS AND PLANS
01181 REQUEST FOR INFORMATION
01310 JOB SITE ADMINISTRATION
01320 CONSTRUCTION SCHEDULE
01330 SUBMITTALS
01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE
01567 POLLUTION CONTROL
01570 TEMPORARY TRAFFIC CONTROL
DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS
CITY OF RIVERSIDE, MISSOURI
ADVERTISEMENT FOR BIDS
Separate sealed bids for the _Woodland Rd. Pedestrian Crossing (Project No. 312-013) will be
received by the City Clerk at Riverside City Hall, 2950 NW Vivion Road, Riverside, Missouri
until 10:00 A.M., on June 26, 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
Woodland Rd. Pedestrian Crossing
(Project No 312-013)
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 10:00 A.M., on June 26, 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 “Woodland Rd.
Pedestrian Crossing (Project No. 312-013)” 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 or specified in the specifications without consideration of possible substitute of "or-equal"
items. Whenever it is 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
30 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 __30__ 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 Engineer/
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. BID FOR UNIT PRICE CONTRACTS
3. BID FORM
4. BID BOND
5. EXPERIENCE QUESTIONNAIRE
6. AFFIDAVIT OF WORK AUTHORIZATION
7. This AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR
8. PERFORMANCE BOND
9. PAYMENT BOND
10. PREVAILING WAGE RATES - STATE OF MISSOURI DIVISION OF LABOR
STANDARDS
11. TIME FOR COMPLETION
12. SCOPE OF WORK
13. TECHNICAL SPECIFICATIONS
14. NOTICE TO PROCEED
15. APPLICATION FOR PAYMENT FORM
16. CHANGE ORDER FORM
17. CERTIFICATE FOR SUBSTANTIAL COMPLETION
18. AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW
19. CONTRACTOR AFFIDAVID FOR FINAL PAYMENT
20. SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
21. ENGINEER/CONSULTANT CERTIFICATE for Acceptance & Final Payment
22. REQUEST FOR INFORMATION FORM
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, material men 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 coverage’s 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
related to or arising out of the Work. Such coverage shall name the City, together
with its employees and officers, as an additional insured and have not less than the
following limits:
a. Each occurrence $3,000,000.00
b. General aggregate $3,000,000.00
c. Products/completed operations aggregate $3,000,000.00
d. The following coverage shall be included:
• Blanket contractual liability
• Products/completed operations
• Personal/advertising injury
• Broad form property damage
• Independent contractors
• Explosion, Collapse, and Underground Damage
2. AUTOMOBILE 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 bodily
injury and/or property damage arising out of the ownership or use of any owned,
hired, and/or non-owned vehicle and shall include protection for any auto, or all
owned autos, hired autos, and non-owned autos. The coverage shall have not less
than a combined single limit of $3,000,000.00 for each accident.
3. WORKERS’ COMPENSATION AND EMPLOYER’S LIABILITY - This
insurance shall protect Contractor against all claims under applicable state workers’
compensation laws. Contractor also shall be protected through employer’s liability
coverage against claims for injury, disease, or death of employees which, for any
reason, may not fall within the provisions of a workers’ compensation law. The
limits shall not be less than the following:
a. Workers’ Compensation Statutory
b. Employer’s Liability:
• Bodily injury by accident $1,000,000.00
• Bodily injury by disease $500,000.00 each employee
B. All insurance shall be written by an insurer or insurers acceptable to City and with a
minimum financial rating not lower than “B+XI” in Best’s Insurance Guide, latest edition. All
insurance shall be written on an occurrence basis, and all aggregate limits shall apply in total to the
Work only. Each policy providing general liability coverage or automobile liability coverage
(including any umbrella or excess policy that provides any required general or automobile liability
coverage) shall provide contractual liability coverage for all indemnity obligations of Contractor under
the Contract Documents. Each policy providing general liability or automobile liability coverage
(including any umbrella or excess policy that provides any required general or automobile liability
coverage) shall, in form satisfactory to City, (1) name as additional insureds City, its employees,
officers, and agents, and any architects, engineers, or other design professionals engaged by or on
behalf of City, and (2) provide that it is primary to any other insurance maintained by any additional
insured, which other insurance shall be excess or contingent. The insurance provided to the additional
insureds shall apply, without limitation, to injury or damage caused by work included in the
products/completed operations hazard.
C. Contractor shall maintain the products and completed operations coverage for not less
than ten (10) years after the date of final acceptance by City of all of Contractor’s Work.
D. Contractor shall obtain property insurance upon the entire Work for the full cost of
replacement at the time of loss. This insurance shall list as named insureds City, Contractor,
subcontractors, and suppliers. This insurance shall be written as a Builder’s Risk/Installation Floater
“all risk” or equivalent form to cover all risks of physical loss except those specifically excluded by the
policy and shall insure at least against the perils of fire, lightning, explosion, wind storm, hail, smoke,
aircraft and vehicles, riot and civil commotion, theft, vandalism, malicious mischief, debris removal,
flood, earthquake, earth movement, water damage, wind, testing, and collapse. This insurance shall,
without limitation, insure portions of the Work stored on or off the Project site or in transit, when at the
risk of City, Contractor, or a Subcontractor or supplier. Contractor shall be solely responsible for any
deductible amounts. This insurance shall remain in effect until final payment has been made to
Contractor or until no person or entity other than City has an insurable interest in the property to be
covered by this insurance, whichever is sooner. City and Contractor waive all rights against each other
and their respective employees, agents, contractors, subcontractors, and suppliers for damages caused
by risks covered by the property insurance provided for in this Paragraph, except such rights as they
may have to the proceeds of the insurance.
E. All policies and certificates of insurance shall provide no less than thirty (30) days’ prior
written notice to City in the event of cancellation, expiration, non-renewal, alteration, or reduction
(including but not limited to reduction by paid claims) of coverage or limits contained in the policy or
evidenced by the certificate of insurance. Contractor shall furnish City a certificate or certificates and
copies of policies, all satisfactory to City, evidencing that Contractor has all the required insurance and
is in compliance with this Article. The certificate or certificates and copies of policies shall be
delivered to City’s designated representative not less than seven (7) days before Contractor first
performs any of the Work. All policies except Workers’ Compensation and Employer’s Liability shall
contain a waiver of subrogation in favor of City, its employees, officers, and agents, and architects,
engineers, or other design professionals engaged by or on behalf of City.
F. Contractor also shall maintain any additional insurance coverages and any higher limits
provided for elsewhere in the Contract Documents and shall furnish City any additional insurance
documentation provided for elsewhere in the Contract Documents.
G. If any part of the Work is subcontracted, each Subcontractor, or Contractor on behalf of
the Subcontractor, shall maintain liability and worker’s compensation insurance coverages and
amounts satisfying all the requirements of this Article. 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
under the Contract Documents, including but not limited to (1) failure at any time to furnish sufficient
labor or supervision, sufficient materials or services (including but not limited to insurance and bonds)
complying with the Contract Documents, or sufficient or properly operating tools, equipment, or other
items necessary for the performance of the Work, (2) failure in any respect to prosecute the Work with
promptness and diligence, (3) causing any stoppage of, delay in, or interference with any work of City
or any others on the Project, (4) abandonment by Contractor of all or any part of the Work, or (5)
bankruptcy, insolvency or general assignment for the benefit of creditors by Contractor, Contractor
shall be in default, and if the default is not corrected to City’s satisfaction within seventy-two (72)
hours of delivery of a written notice to Contractor to correct such default, City may, in addition to any
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 any 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
Woodland Rd. Pedestrian Crossing (Project No. 312-013)
Number of Days to Reach Substantial Completion 30 calendar days_____
MILESTONE DATES:
Task Date of Complete
Woodland Pedestrian Crossing 30 calendar days from NTP
EXHIBIT E
SCOPE OF WORK
Woodland Rd. Pedestrian Crossing (Project No. 312-013)
Contractor shall perform the following Work as more fully set forth in the Contract Documents and
Technical Specifications:
All Work necessary to construct _the Pedestrian Crosswalk on Woodland_ through the limits of the
Project as shown on and in accordance with the Technical Specifications referred to in Exhibit F to the
Agreement.
Contractor to provide all necessary equipment, labor, and material necessary to perform the Project
construction and related work as shown in the Contract Documents. The Work includes, but is not
limited to, the following:
i. Woodland Rd. Pedestrian Crossing (Located East of Gateway Ave.)– Install
Crosswalk System on each side of the street at the crossing and one (1)
advanced warning system East of the crosswalk to accommodate for the blind
curve.
1. Schedule and Coordinate all necessary inspections.
2. Contractor shall coordinate with all utilities prior to the work starting, including contacting
underground locator services, ensuring that all power has been disconnected.
3. Include all temporary utility fees and permits.
4. Include all premium time/cost necessary to meet the schedule, including accelerated production
of submittals.
5. Include all surveying, layout and field engineering required for the performance of this work.
6. Provide digital photographs of the preconstruction, construction, and post construction site (see
Article IV Progress of Work / Submittals (F) for specifics)
7. Provide all weather provisions to meet the schedule set forth in the contract documents.
8. Provide clean up associated with the contractors work. Site is to remain free of debris during
the construction process.
9. Provide all traffic control as required throughout the construction process.
EXHIBIT F
TECHNICAL SPECIFICATIONS
Woodland Rd. Pedestrian Crossing
(Project No. 312-013)
The following Specifications govern Contractor’s performance of the Work:
Woodland Pedestrian Crossing Project Specifications: including, addenda, and all other documents and
specifications referenced therein.
Sheet Description Sheet No’s.
Rectangular Rapid Flashing Beacon Sheets 1 - 5
Rectangular Rapid Flashing BeaconRectangular Rapid Flashing Beacon
Crosswalk SystemCrosswalk System
Description
Installed at mid-block crosswalks, the Rectangular
Rapid Flashing Beacon (RRFB) remains dark
until a pedestrian presses a pushbutton to activate the
system. When activated, the RRFB emits rapid, alter-
nating bursts of light to warn motorists that pedestri-
ans are crossing the roadway. Proven compliance
rates exceed 80%, the highest of any amber light
warning device. Unlike competing devices which use
off-the-shelf emergency flashers that were designed
for other purposes, Spot Devices RRFB lights are
designed and built in-house to maximize effective-
ness. The result is a RRFB with a light emitting
surface area and brightness that far surpasses FHWA
minimum standards. The RRFB also saves time and
money by employing solar and spread spectrum wire-
less technologies, eliminating costly trenching and the
need to pull power from an AC source.
Operation
Spot Devices System Infrastructure Manage-
ment Application (SIMA) is a browser-based tool
for remote, enterprise-wide supervision of all Spot
Devices systems. SIMA allows users to perform
system configuration, download reports or receive
automatic diagnostic alerts from a browser-enabled
desktop, notebook, tablet or smartphone.*
Highlights
Compliance - meets or exceeds FHWA minimum
requirements
Effectiveness - compliance rates exceed 80%
Brightness - surpasses FHWA minimum stan-
dards for size and brightness
Reliability - systems are manufactured, config-
ured and tested as a single system in the factory
Easy Installation - spread spectrum radio and
optional solar power eliminate the need for
trenching and bringing AC power to the site
System Alerts – proactive e-mails, diagnostics
and reporting simplify maintenance
Power Options - AC or solar
Warranty - 2 years
System Components
SC320, SC315 or SC310 Network Controller
SB435 High Performance or SB430 Rectangular
Rapid Flashing Beacon
Pushbutton or passive activation device
Crosswalk signage
* Local programming option available
030711
1455 Kleppe Lane
Sparks, NV 89431
888.520.0008 Toll Free
888.520.0007 Fax
www.spotdevices.com
Arrive Safely
Rectangular Rapid Flashing BeaconRectangular Rapid Flashing Beacon
Crosswalk System Crosswalk System
SIMA - Diagram
The Spot Devices Difference
Spot Devices is a US manufacturer with industry-leading technology, a
full line of pedestrian and school zone safety systems and a reputation
for exceptional customer service. Unique remote monitoring and
programming tools reduce the total cost of ownership by decreasing
the need for technician field visits, saving customers time and money.
Spot Devices System Infrastructure Management
Application (SIMA) allows users to perform system configuration,
download maintenance reports and receive automatic diagnostic
alerts from any browser-enabled desktop, notebook, tablet or
smartphone.
030711
1455 Kleppe Lane
Sparks, NV 89431
888.520.0008 Toll Free
888.520.0007 Fax
www.spotdevices.com
Arrive Safely
KEY
Directional flash bar
Autodim™ adjusts light to ambient
conditions
FHWA compliant
Manufactured in the USA in an
ISO 9001 facility
2 year warranty
Description
The pedestrian-activated SB435 High Performance
(HP) Rectangular Rapid Flashing Beacon (RRFB)
and SB430 RRFB provide a bright, unmistakable alert
to motorists that pedestrians are present. LED lights
are long-lasting, durable, and bright. The SB435HP
and SB430 RRFB’s are controlled by the Spot
Devices 300 Series Network Controllers.
The SB435HP RRFB is fully compliant with FHWA
standards but provides increased light emitting area
and LED module size.
Highlights
Rectangular Rapid Flashing Beacon
Models SB435HP & SB430
Rectangular Rapid Flashing Beacon
Models SB435HP & SB430
Highlights
MODEL SB435HP RRFB SB430 RRFB
POWER
AC or solar 120 VAC, 12VDC 120 VAC, 12VDC
LIGHT CHARACTERISTICS
Daylight distance visibility >1,000 feet >500 feet
Night distance visibility >1 mile >1000 feet
Flash patterns RRFB pattern RRFB pattern
Optics Polycarbonate lens Polycarbonate lens
Light emitting area Exceeds FHWA standards Meets FHWA standards
LED modules 2 - 4 2 – 4
Pedestrian Indicator Optional Optional
PHYSICAL CHARACTERISTICS
Body material 1/8” Aluminum 1/8”Aluminum
Body color Black Black
Light color Amber Amber
Bar dimensions 29” x 1.5” x 4” 29” x 1.5” x 4”
LED module dimensions Exceeds FHWA standards Meets FHWA standards
Weight 5.0 lbs 5.0 lbs
Specifications
1455 Kleppe Lane
Sparks, NV 89431
888.520.0008 Toll Free
888.520.0007 Fax
www.spotdevices.com
Arrive Safely
Rectangular Rapid Flash Beacon
(RRFB)
Purpose
According to the National Highway Traffic Safety Administration, there were a total of
14,340 pedestrian fatalities and 193,000 pedestrian injuries resulting from pedestrian-
vehicle crashes nationwide during the 2004-2006 period. Rectangular Rapid Flash
Beacons (RRFB) can enhance safety by reducing crashes between vehicles and
pedestrians at unsignalized intersections and mid-block pedestrian crossings by
increasing driver awareness of potential pedestrian conflicts.
Alternative Names
Light Emitting Diode (LED) Rapid-Flash System, Stutter Flash or LED Beacons.
Operation
• RRFBs are user-actuated amber LEDs that supplement warning signs at unsignalized
intersections or mid-block crosswalks. They can be activated by pedestrians manually by
a push button or passively by a pedestrian detection system.
• RRFBs use an irregular flash pattern that is similar to emergency flashers on police vehicles.
• RRFBs may be installed on either two-lane or multi-lane roadways.
Potential Benefits
• RRFBs are a lower cost alternative to traffic signals and hybrid signals that are shown to
increase driver yielding behavior at crosswalks significantly when supplementing standard
pedestrian crossing warning signs and markings.
• An official FHWA-sponsored experimental implementation and evaluation conducted in
St. Petersburg, Florida found that RRFBs at pedestrian crosswalks are dramatically more
effective at increasing driver yielding rates to pedestrians than traditional overhead beacons.
• The novelty and unique nature of the stutter flash may elicit a greater response from drivers
than traditional methods.
• The addition of RRFB may also increase the safety effectiveness of other treatments, such as
the use of advance yield markings with YIELD (or STOP) HERE FOR PEDESTRIANS signs. These
signs and markings are used to reduce the incidence of multiple-threat crashes at crosswalks
on multi-lane roads (i.e., crashes where a vehicle in one lane stops to allow a pedestrian to
cross the street while a vehicle in an adjacent lane, traveling in the same direction, strikes the
pedestrian), but alone they only have a small effect on overall driver yielding rates.
This summary is one in a series
describing Innovative Intersection
Safety Treatments. The summaries
identify new technologies and
techniques to improve intersection
safety developed since NCHRP
Report 500, Volumes 5 and 12,
were published in 2003 and 2004,
respectively. These treatments
show promise for improving safety
but comprehensive effectiveness
evaluations are not yet available.
May 2009
FHWA-SA-09-009
Agency Experience
“An Analysis of the Effects of Stutter Flash LED Beacons to Increase Yielding to Pedestrians
Using Multilane Crosswalks,” along with “The Use of Stutter Flash LED Beacons to Increase
Yielding to Pedestrians at Crosswalks,” presented at the Transportation Research Board
Annual Meeting in 2008, summarized the results of two studies on the effects of RRFBs
when used to supplement standard pedestrian crossing warning signs at crosswalks1.
The former found that going from a no-beacon arrangement to a two-beacon system,
mounted on the supplementary warning sign on the right side of the crossing, increased
yielding from 18 percent to 81 percent. There was a further increase in yielding behavior,
with a four-beacon system (with two beacons on both the right and left side of the
crossing) to 88 percent. “An Analysis of the Effects of Stutter Flash LED Beacons to Increase
Yielding to Pedestrians Using Multilane Crosswalks” also evaluated the sites over a 1-year
period, and found that there was little to no decrease in yielding behavior over time.
Implementation Considerations
• Including RRFBs on the roadside increases driver yielding behavior significantly. Including RRFBs
on a center island or median as well can further increase driver yielding behavior, although with
a lower marginal benefit than roadside beacons.
• RRFBs can use manual push-buttons or automated passive (e.g., video or infrared) pedestrian
detection, and should be unlit when not activated.
• RRFBs typically receive power by standalone solar panel units, but may also be wired to a
traditional power source.
Manual on Uniform Traffic Control Devices (MUTCD) Specifications
• The MUTCD gave interim approval to RRFBs for optional use in limited circumstances in July
2008. The interim approval allows for usage as a warning beacon to supplement standard
pedestrian crossing warning signs and markings at either a pedestrian or school crossing; where
the crosswalk approach is not controlled by a yield sign, stop sign, or traffic-control signal; or at
a crosswalk at a roundabout.
• The MUTCD interim approval memo also contains other provisions for the implementation of
the device and should be reviewed (http://mutcd.fhwa.dot.gov/resources/interim_approval/ia11/
fhwamemo.htm).
Costs
• Cost is approximately $10,000 to $15,000 for purchase and installation of two units (one on
either side of a street). This includes solar panels for powering the units, pad lighting, indication
units (for both sides of street) with RRFBs in the back and front of each unit, signage on
both approaches, all posts, and either passive infrared detection or push buttons with audio
instructions.
• Costs would be proportionately higher for additional units placed on a median island, etc.
Figure 1: Activated, solar-powered RRFB on
a center island at an unsignalized intersection–
beacons flash using an irregular flash pattern that
is similar to emergency flashers on police vehicles
Figure 2: Activated, solar-powered, roadside RRFB
at a mid-block crosswalk
Figure 3: Combined roadside and median system
of solar-powered RRFB
Learn More
Michael Frederick, St. Petersburg Neighborhood
Transportation Manager
727.893.7843
michael.frederick@stpete.org
Ed Rice, Intersection Safety Team Leader
FHWA Office of Safety
202.366.9064
ed.rice@dot.gov
See Also:
http://mutcd.fhwa.dot.gov/resources/
interim_approval/ia11/stpetersburgrpt/intro.htm
http://www.stpete.org/pdf/ite_paper_07.pdf
Solar Panel
1The two known studies of stutter flash were both conducted in Florida—one in Miami Beach and one in St. Petersburg. They are:
Sherbutt, J., R. Van Houten, and S. Turner. “An Analysis of the Effects of Stutter Flash LED Beacons to Increase Yielding to Pedestrians Using
Multilane Crosswalks.” Presented at the Transportation Research Board Annual Meeting, Washington, DC, 2008.
Van Houten, R., R. Ellis, and E. Marmolejo. “The Use of Stutter Flash LED Beacons to Increase Yielding to Pedestrians at Crosswalks.” Presented at
the Transportation Research Board Annual Meeting, Washington, DC, 2008.
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: Woodland Rd. Pedestrian Crossing Project #: 312-013
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
Woodland Rd. Pedestrian Crossing (Project No. 312-013);
(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)
Woodland Rd. Pedestrian Crossing
Project No. 312-013
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)
Woodland Rd. Pedestrian Crossing
Project No. 312-013
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: Woodland Rd. Pedestrian Crossing
Project No. 312-013
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: Woodland Rd. Pedestrian Crossing
Project No: 312-013
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. Woodland Rd. Pedestrian Crossing
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.
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.
C. 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://kcmetro.apwa.net/chapters/kcmetro/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://kcmetro.apwa.net/chapters/kcmetro/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 two (2) 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. Email of pdf shop drawings is preferred.
The shop drawings shall be distributed as follows: One (1) copy for the City Engineer / City
(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.
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.