HomeMy WebLinkAboutR-2019-096 Awarding Bid for the 2019 Construction of the Jumping Branch Trail to Mega industries Corporation RESOLUTION NO. R-2019- 096
A RESOLUTION AWARDING THE BID FOR CONSTRUCTION OF THE 2019
JUMPING BRANCH TRAIL AND APPROVING THE AGREEMENT BETWEEN THE
CITY AND MEGA INDUSTRIES CORPORATION FOR CONSTRUCTION OF SUCH
PROJECT
WHEREAS, the City issued a request for bids for the construction of the 2019 Jumping
Branch Trail (Project No. 205-047) ("Project"); and
WHEREAS, the City received three (3) responses to its request for bids and the base bid
submitted by MEGA Industries Corporation. ("MEGA") in the amount of $856,782.00 has been
evaluated by the City and recommended as lowest responsible bidder.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF
THE CITY OF RIVERSIDE, MISSOURI AS FOLLOWS:
THAT the base bid of MEGA for the construction of the 2019 Jumping Branch Trail in
the amount of$856,782.00 is hereby accepted and approved; and
FURTHER THAT an agreement by and between the City and MEGA, in substantially the
same form as contained in the Project Manual for the 2019 Jumping Branch Trail and incorporated
herein by this reference, is hereby approved and the Mayor is authorized to sign the agreement on
behalf of the City; 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, and other appropriate City officials 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 of the City of Riverside Missouri
the 6th day of August, 2019.
Kathleen L. Rose, Mayor
FATTEST:
RQbin_Kzncaid,,eity Clerk
PROJECT MANUAL
2019 JUMPING BRANCH TRAIL
PROJECT NO: 205-047
The City of Riverside, Missouri
July 5, 2019
a
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
AFFIDA VIT or WORK A UTHORIZA TION
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 EXAMPLE - APPLICATION FOR PAYMENT FORM
EXHIBIT I EXAMPLE- 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 SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
EXHIBIT N ENGINEER/CONSULT. CERT. for Acceptance & Final Payment
SPECIFICATIONS
DIVISION 1 — GENERAL REQUIREMENTS
Section Description
01040 COORDINATION
01060 STANDARD SPECIFICATIONS AND PLANS -
01270 MEASUREMENT AND PAYMENT
01310 JOB SITE ADMINISTRATION
01320 CONSTRUCTION SCHEDULE
01330 SUBMITTALS
01410 TESTING LABORATORY SERVICES
01567 POLLUTION CONTROL
01570 EMPORARY TRAFFIC CONTROL
DIVISION 2—SITEWORK
Section Description
03100 MODOT TYPE 1 BASE
03200 TYPE 2 RIP RAP
03600 NORTH BRIDGE (LOW WATER CROSSING)
SOUTH PEDESTRIAN BRIDGE (PREFABRICATED STEEL TRUSS
05500 BRIDGE)
r.
DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS
c
CITY OF RIVERSIDE, MISSOURI
ADVERTISEMENT FOR BIDS
Separate sealed bids for the 2019 Jumping Branch Trail (Project No.205-047)will be received by the
City Clerk at Riverside City Hall,2950 NW Vivion Road,Riverside,Missouri until 10:00 A.M.,on July
25,2019, and then publicly opened and read aloud at Riverside City Hall.
A pre-bid meeting will be held on July 16t", 2019 at 10:30 A.M. 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 be obtained at the office of Drexel
Technologies, Inc. Planroom, located at 10840 W. 86th Street, Lenexa, KS. 66214, (913) 371-4430.
Such documents will be at the contractor's expense. Such fee shall be non-refundable. Contract
documents can also be viewed or downloaded at (https://planroom.drexeltech.com). The Information
for bidders and advertisement can be viewed on the City of Riverside's website
http://www.riversidemo.com/rfns.
The City reserves the right to waive any informality or to reject any or all bids.
Dated: July 5, 2019
5
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
2019 JUMPING BRANCH TRAIL
(Project No. 205-047)
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 July 25,2019,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 "2019 JUMPING BRANCH TRAIL
(Project No. 205-047)" 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. A Pre-Bid Meeting will be held on July 16th, 2019 at 10:30 A.M. at Riverside City Hall.
3. 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.
4. Preparation and Submission of Bid. Each bid must be submitted on the prescribed form(s)and accompanied
by:
(1) Qualifications of Bidder(Experience Questionnaire)with Certificate of Good Standing
(2) Affidavit of Work Authorization with E-Verify attached(2 pages)
(3) Bid Bond
(4) Bid Form
All blank spaces for bid prices must be filled in, in ink or typewritten, 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 on file for examination at the office of the City Engineer at Riverside
City Hall or on the City of Riverside's website http://www.riversidemo.com/rfps.
A complete set of the bidding documents are on file for examination at the office of the City Engineer at Riverside
City Hall. A copy of the bidding documents may be obtained from Drexel Technologies, Inc. Planroom
(https://planroom.drexeltech.com), located at 10840 W. 86th Street, Lenexa, KS. 66214, (913) 371-4430, upon
payment of a non-refundable sum for each complete set. An additional charge may apply for mailing of bidding
documents.
6
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.
5. Addenda and Interpretations. No interpretation of the meaning to the specifications, or other pre-bid
documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed
to:
Design Engineer: HDR Engineering, Inc., Darin Splittgerber; Darin.Splitterber@hdrinc.com
with a copy to:
Resident Project Representative, City of Riverside: Travis Hoover: thoover@riversidemo.com
and to be given consideration must be received by July 19,2019.
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 mailed electronically to all prospective bidders recorded as having
received the Bid Documents, will be provided at the Drexel Technologies, Inc. Planroom
(https:Hplanroom.drexeltech.com), not later than two (2) 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.
6. Substitute Material and Equipment. The contract, if awarded,will be on the basis of material and equipment
described in the drawings or specified in the specifications without consideration of possible substitute of"or-
equal" items. Whenever it is indicated in the drawings or specified in the specifications that a substitute"or-equal"
item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such
acceptance will not be considered by City until after the "effective date of the Agreement".
7. Subcontracts. As part of the experience questionnaire, the bidder shall submit to the City with the Bid a list
of all proposed subcontractors to be used on the project. The list shall indicate those portions of the work each
subcontractor 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.
7
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.
8. Qualifications of Bidder (Experience Questionnaire). 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.
8
• 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
9. 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
91" 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.
10. Liquidated Damages for Failure to Enter into Agreement. If the Bidder fails or refuses to execute the
Agreement and,deliver such additional documentation within ten(10)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.
11. Time of Completion and Liquidated Damakes. Bidder must agree to commence work on or before 8/17/19
or as specified in a written "Notice to Proceed" of the City and to fully complete the project by 01/14/20. Bidder
must agree also to pay as liquidated damages, the sum of$500 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$500 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.
12. 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.
13. 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.
14. 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.
9
1 j
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.
15. 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 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.
16. 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
in 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.
17. 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 Driver's 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.
10
i
18. 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.
19. 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.
20. Reserved.
21. 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.
22. 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.
23. Current City Business License. The successful bidder, and all subcontractors, shall obtain a current city
business license prior to beginning construction.
24. 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.
11
1
25. 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 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.
26. 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 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.
27. 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 ten
(10)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.
12
BID FOR UNIT PRICE
To: City of Riverside,Missouri
Project: 2019 JUMPING BRANCH TRAIL
Project No. -047� / f
Date l
Proposal of MPGA Industries Comratbn (hereinafter called "Bidder") a
cor oration/partnei•sllip/individual/or other entity organized and existing under the laws of the State of
1 , a corporation/partnership/ or individual doing business as
To the City of Riverside, Missouri (hereinafter called "City")
To Whom It May Concern:
The Bidder, in compliance with your invitation for bids for the construction of the above referenced project
having examined the specifications with related documents and the site of the proposed work, and being
familiar with all of the conditions surrounding the construction of the proposed project including the
availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to
construct the project in accordance with the contract documents, within the time set forth therein, and at the
prices stated below. These prices are to cover all expenses incurred in performing the work required under
the contract documents, of which this proposal is a part.
Bidder hereby agrees to commence work under this contract on or before a date to be specified in written
"Notice to Proceed"of the City and to fully complete the project within_IC5 0- consecutive
calendar days thereafter as stipulated in the specifications.Bidder further agrees to pay as liquidated damages,
the sum of$500 for each consecutive calendar day thereafter that the project is not complete, as provided in
the Contract Documents. Bidder agrees that the sum of$500 per day is a fair and reasonable approximation
of the actual damages incurred by the City for the Bidder's failure to complete the project within the time
outlined above and that such liquidated damages in this section are not penal in nature but rather the parties'
attempt to fairly quantify the actual damages incurred by the City for such delays.
Bader acknowledges receipt of the following addendum(s):
'I
'I Ci
Bidder agrees to perform all of the project work described in the scope of work,for the unit prices contained
in the attached Bid for Unit Price attached hereto. The total bid amount is:
13
i
l ! t
The unit prices attached shall include all labor, materials, bailing, shoring, removal, overhead, profit,
insurance, etc., to cover the finished work of the several kinds called for. Changes shall be processed in
accordance with Article VII of the Agreement.
Bidder understands that the City reserves the right to reject any or all bids and to waive any informality in
the bidding.
The bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 calendar days after
the scheduled closing time for receiving bids.
Upon receipt of written notice of the acceptance of this bid,bidder will execute the formal contract attached
within 10 days and deliver a Surety Bond or Bonds as required by the Agreement.
The bid security attached in the sum of 4- b(L Dollars
($ ) is to become the property of the City in the event the Agreement and all
Contract Documents, including the Performance and Payment Bonds are not executed within the time above
set forth, as liquidated damages for the delay and additional expense to the City caused thereby.
THE UNDERSIGNED BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON
THE PART OF THE CITY OF RIVERSIDE, MISSOURI BECAUSE OF SUCH REJECTION, AND THE
FILING OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT
OF THE BIDDER TO THESE CONDITIONS.
Respectfully submitted:
(SEAL- if bid is by a corporation) By 7 .
Name: Tyler Wesselman
Title: Vice President
Street:1 re le.
City, State,Zip:n , C 14
Phone: Z-1
14
BID FORM
BID FOR UNIT PRICE CONTRACTS
(Pricing)
CONTRACTOR: MEGA Industries Corporation
2019 JUMPING BRANCH TRAIL (205-047)
Item Est.
No. Item Description Qty. Unit Unit Price Price Extension
1 Mobilization 1 LS
2 Construction Staking 1 LS Lj 0 to
3 Grading 1 LS
4 6 IN Concrete Trail 2840 SY OO,IJV
5 MODOT Type 1 Base(6 IN) 2998 SY c !�
6 Filter Fabric 870 SY 'J. (; oc)
7 Type 2 Riprap (24"thick) 1400 Tons , OD
8 French Drain with Filter Fabric 240 LF 21, O 10®,
9 Existing Manhole Adjustment 1 EA ,b
10 Sediment Fence 2550 LF I, D c5U,
11 Temporary Construction Entrance 2 EA � 1060
12 Seeding, Fertilize, & Mulch 7600 SY 1�� - 10D
13 South Pedestrian Bridge 1 LS COO
14 North Low Water Crossing 1 LS �j.
15 Steel H-Piling 10x42 490 LF
16 Welded Pile Points 14 EA / ,DD bS-A - 40
17 Contractor Provided Temporary Crossing 1 EA qP&g! I 1// Af
TOTAL BID a_OO
15
BID BOND
(Bid Security)
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
Mega Industries Corporation, 1491 Iron Street, North Kansas City,MO 64116 as PRINCIPAL and
_North American Specialty Insurance Company as SURETY, are held and firmly bound
unto the City of Riverside, Missouri, ("City") in the sum of
Five Percent of Amount Bid Dollars ($ 5%
("Bid Security"), for the payment of which sum well and truly to be made, we hereby jointly and
severally bind ourselves, our heirs, executors, successors, and assigns, firinly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas Principal has submitted a bid
dated July 25 , 2019 , to enter into a contract in writing for the,2019
JUMPING BRANCH TRAIL (Project No. 205-047);
NOW, THEREFORE,
IF said Bid shall be rejected, or in the alternate,
IF Principal shall not withdraw the bid within the period specified therein after the opening of
bids, or, if no period be specified, within ninety (90) days after the bid opening, or in the alternate,
IF said Bid shall be accepted and the Principal shall execute and deliver a contract in the form of
contract attached hereto, properly completed with all attachments and requirements pertaining thereto,
and shall furnish a bond for the faithful performance of said contract, and for the payment of all persons
performing labor or furnishing materials in connection therewith, shall in all other respects perform the
agreement created by the acceptance of said Bid within ten(10) days after such Contract Documents are
presented to Principal for signature, or in the alternate,
In the event of the withdrawal of the Bid within the period specified, or the failure to enter into
such contract within the time specified,then the Bid Security shall immediately become due and payable
and forfeited to the City as liquidated damages. Principal and Surety agree that this is a fair and
reasonable approximation of the actual damages incurred by the City for the Principal's failure to honor
16
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 Principal's refusal to honor its bid.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety
and its bond shall be in no way impaired or affected by the extension of the time within which the City
may accept such Bid; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF,the Principal and Surety have hereunto set their hands and seals,and
such of them as are corporations have caused their corporate seals to be hereto affixed and these presents
to be signed by their proper officers, the day and year set forth herein.
Mega Industries Corporation
PRINCIPAL
By:_ 1W
(gignature)
Printed Name: Tyler Wesselman
Title: Vice President
Date:
I hereby certify that surety is duly licensed to
issue bonds in the State of Missouri and in the
jurisdiction in which the Project is located.
North American Specialty Insurance Company
1200 Main Street,Suite 800,Kansas City,MO 64105
Surety Phone No.603-A44-6600
S Y
By:
(Signature)
Printed Name: Susan E. Miranda,
Title:_ Attorney-in-Fact
Date: July 25,2019
SURETY POWER OF ATTORNEY MUST BE ATTACHED
17
SWISS RE CORPORATE SOLUTIONS
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty insurance Company,a corporation duly organized and existing under
laws of the State of New Hampshire,and having its principal office in the City of Kansas City,Missouri,and Washington international Insurance
Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Kansas
City,Missouri,each does hereby make,constitute and appoint:Susan E. Miranda
Principal: Mega Industries Corporation Bond Number: Bid Bond
Obligee: City of Riverside, Missouri Bond Amount: See Bond Foran
Bond Description:2019 Jumping Branch Trail; Project No. 205-047
Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by
law,regulation,contract or otherwise,provided that no bond or undertaking or contract or Suretyship executed under this authority shall exceed tl\e
amount of. FiFTY MILLION($50,000,000.00)DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International insurance Company at meetings duly called and held
on the 91h of May,2012:
"RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President,
the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached."
ONA
okpo1 T!tsG ,,�p. N ``3
��. at4�"`pRPO/ fsPG e
r• S�t, :n c Steven P.Anderson,Senior Vice Prolldent of washlogion International Insurance Com any
=at m_ p 0. SEAL\ '1c)
s?l, 1873 �... d Senior Vice President of North American Specialty Insurance Company Ol Ira
y!`y!r4MP5:r` �� /j�/�/J Cyt• t�0
�41y'' By �J� �y''• 1N
Michael A.Ilo,Senior Vice President of Wa%hingfon"International lasuraneeCmupony cnlum�'
&•Senior Vice President of Nailh American Specially Insurance Cumpany
IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 1 st day of February , 2019
North American Specialty Insurance Company
Washington International insurance Company
State of Illinois
County of Cook ss:
On this 1 st day of February , 2019,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito,
Senior Vice President of Washington international Insurance Company and Senior Vice President of North American Specialty Insurance
Company,personally known to ine,who being by tale duly sworn,acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
OFFICIAL SEAL
M.KENNY
Notary PubSe•Stale of Illinois
MyCommrcsion Expires M.Kenny,Notary Public I
112A3412021
1, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
Intemational Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty insurance Company and Washington international Insurance Company,which is still in Rill force and effect.
IN WiTNESS WHEREOF,1 have set my hand and affixed the seals of the Companies this 25th day of July 12019
Jeffrey Caldb:rg,Vice Pmsideut&Assistant Secrclury or
Washington Intemmional Insurance Company K North American Specialty Insurance Company
EXPERIENCE QUESTIONNAIRE
(To be completed by each Bidder and submitted with Bid)
FAILURE TO COMPLETE THIS FORM WILL RESULT IN THE REJECTION OF THE BID.
MEGA Industries Corporation Tyler Wesselman
(Company Name)Von (PfaSoSC1j�LAMbV111,!:9
iy Contact Name)Lk4, i <5,- rzM- n
(Address) -City, State,Zip Code)
7rffkP r YU,q
(Phone Number) (Fax Number) (E-i-nailXj ( CD/
Federal ID Number: or SSN:
(Check all that apply)
General Contracting ❑ Electrical ❑ Plumbing
XO Poured in Place Surfacing Demolition Earthwork
❑ Playground Equip. Install Paving ❑ Other:
T
Name of State(s) in which incorporated: D
Date(s) of incorporation:
Attach Certificate of Good Standing for State in which incorporated.
If not incorporated in Missouri, also attach Certificate of Authority to do Business in Missouri.
Certificate Number: Date:
Name of the following officers:
Brian Gordon Tyler Wesselman
(President's Name) (Vice-President's Name)
Craig Bridgeman, COO
(Secretary's Name) (Treasurer's Name)
Date of Organization:
Type of Partnership: General Limited Association
Names and addresses of all partners (use additional sheet if necessary):
18
�-`• ..;lh\•1.+;:� !- Y >t.J:.may+✓ .:LE r'p;:i;,tiJ' >r' .�' v .:�/a`� .::y.. '; `y G.:.`• >
;r.�. > 7,;ii;;v.irs ,�r'•. f::: ^r r/1i}/rr.• > a %; '/r. t�ir 1 a%.,•`�Y;"t"l •• .�1
,. t;4ti\•f;% t 5 �.�, ✓,,2•./ .'./ .•.,rr,• f• ;yv aSr: f��r:l••a�t ( , 'all,
F` a�}?{,'r� 4I''� 4. r.. r , , ;{5 a7}�r•. . 1. .! ,rro:ir5i,a.y :��!/�vt,r%bi q;.�•x :..;$,;l/.�•.,
,� .� ,f{'��t,1.5, :!}�'i �l;Yy i, ♦.hl.n_f� n l7. i��R./,.,1 1�+�,A,i,.�d!}y�7}.,;h h,?!!A:✓i�•
t5•{ � h 1 5 fh`.7 rQ ,, 1!. �, ;.�. 4:! , i..
ti$ti t.h1 ,y . ltir rgy t�'.,�i, 1ii,, t1,st fSr,y•1n„t;tit!:1..tt1'lr .,1t.` iii w nl%:�,iIY na! nIhP th�115;'.1�i"i+�11nh;1�.
�))} 1 J ` 5 /5 to 1 taa;t/11 r,.••t l,.. rilu� t.
I(I ,IISI„ I`1� s• 111 11,1 15,1+ � I�� I IU .Illrl 1(11 I,i 11115 I I i(�,11�� 1�1 .c Al 111{1 III 1••�1
u"wr>j elft l� iuw��l6wt u,�u' uu�u uu i lffi 11 LGwtB ,►m6 11uLu kuuu4J 'AtAlI UU-NI�,MVl;rll�;afa��luu�7
XfE
MISSotj J{
ry
z
-.01 .;..
John R. Ashcroft
ru, Secretary of State J.z_
CORPORATION DIVISION rYti }�
fx CERTIFICATE OF GOOD STANDING
«„ I,JOHN R. ASHCROFT,Secretary of State of the State of Missouri, do hereby certify that the records in
my office and in my care and custody reveal that
= MEGA INDUSTRIES CORPORATION ---�`-° �
00371233
Y';•}tib, �
`? = was created under the laws of this State on the 22nd day of September, 1992 and is in good standing,
having fully complied with all requirements of this office. f�
�.�• 5'rl
1ty,•'.?{rte•S NI 1�>,5
f IN TESTIMONY WHEREOF,I hereunto set my hand and O�
4 � cause to be affixed the GREAT SEAL of the State of
t = Missouri. Done at the City of Jefferson,this 15th day of
r. :711 h
May,2019.
�! ur }'r
ecratary of St#je
Certification Number;CERT-05152019-0074 u�y
` `1111 III v; lI 1 1 111 1 t, 111 r l l lltl�p}�lu ,t I =1 i n f. I :r 1, u I ^,IIU (; I I ii•r u'Z• 1'•. - �11
i' . •1: (J�?q. I:G '+1�'] I l ac:n I 1J���('' r: Ih l I t 1 + r�D•.�}.�.
'•r. f I;I�11; 11 ,4T 1,11;,. ".r,i;,S,:.,,; . •',1 ;q-�.\•1,1,6;"•,hr.. ^Y,Ir(Iu :h,ll,,:.�r,rl rjj�..�r� IL'-111x,i�'; ,1 1 i.•{�IIII,.N IIr,,,l:I fll a{H h,�<'�� r,n'z;J 111 ,r,IIO.>;hh,.,�Yll�!• •?.
t�..,�}/,•t1.1+�111�,�•.,Y,,hl.-?1I,., -1.' ��.'(1:11.,r1;1, ,,.a:T,r;•,� yF�-.,, ;;.l;; t,;v, mt ;,;,. l
d!,7. ♦ �i ,i , 1 ,�i Q,..,,1..+ V' !�7 J ,Z�,:�<�7.•�-:,t'i�''�•1,Y„�.},f„rA„fh .��5 ,
�. �•.. .`�1,. ,./5 .,W' ;PA 51 ti�.+. .!5 r },•..J.,'!'{le.,all!.+� �5f J4�5517•,r,ti„��,�41 �,.,+.�':�'.�. ?!..�{1.5!+t,.��i41.,�!+,5. y�.h��,•11 „` �
�''i U,r<�f•,•:,•l.�?'',:,.•��'r�� �•'`�`/�.5�r,.,�!9,y..,{,;.�L ti..+,'!}.:�l..'�5,�r�,r,..;:;+ !l\fh. .�:.�:H`;;.!':'.;:,4rr...1:,Yt: �..�1,'�•'•%:55's:4...6.;r.•.S��r, lro,•.:.,}v';}ti.-...v.w:•.,�,,+,..i,�v...?�•-.✓i:�;
>...'f �.,;';�-'� ,f,��e''.�^'w+:l;ir s,�..+i �' �� '�.�1�:��'Z•f k,.;.j.(,� � :•• �,:;y » �•:+ Ir J `k.r � `�S •�+f
` a 1
(Name) (Address) (City, State,Zip)
(Name) (Address) (City, State,Zip)
1. How mare has our Company been in business as a contractor under your present business
name?
2. List all other prior usiness names and locations under which you or any partner, principal or other
officer of your company has ever done business:
T
n f �J�./
3. How many years' experience in tl proposed type and size of construction work has your Company
had: (a)as a general contractor(b)as a subcontractor ?
4. List the three mostn recent projects your Compahas completed similar in scope to the proposed
� �
work: ��� &Ib�,Poiect Name or City
Contact Name Phone
Contract Amount$ When Completed?
Description of Work
Proiect Name or City
Contact Name Phone
Contract Amount$ When Completed?
Description of Work
19
PROJECT REFERENCES - IN PROGRESS & COMPLETED
YEAR PROJECT NAME OWNER CONTACT PHONE CONTRACT %
AMOUNT COMPLETE
2019 Ele hant Wall Modifications Friends of the Zoo-KC Linda Falk (816) 595-1014 $ 40,300.00 0%
2019 Sugar Creek Pump Station Staircase Replacement City of Independence MO $ 139,800.00 0%
2019 Outfall Improvements to Fountain Lake Lakeviw Village Matt Nierman 913) 744-2424 $ 225,240.00 00/.
2019 Sidewalks Africa&Carousel Friends of the Zoo-KC Linda Falk (816)595-1014 $ 52,371.00 100%
2019 WWTP Ultraviolet Disinfection System Replacemen Spring Hill KS Jim Boyer 913 592-2996 $ 239,770.00 8%
2019 Thompson Park Improvements Overland Park, KS Scott Shierk (913) 327-6637 $ 3,656,314.67 8%
2019 Parks-Parking Lots, Roads and Trails KCMO Parks&Recreation Rodney Riffle (816) 513-7619 $ 781,902.00 0%
2019 Lee's Summit Refueling Station City of Lee's Summit MO Jon Hale (816)969-1800 $ 448,232.00 0%
2019 Englewood Art District Streetsca a Improvements City of Independence, MO Shar Dilmaghani (816) 325-7611 $ 298,721.00 22%
2019 Camel Feeding Deck Friends of the Zoo-KC Linda Falk (816)595-1014 $ 213,500.00 100%
2019 Courtney Bend WWTP Chemical Injection Valves City of Independence, Mo Erik Gilkey 816 325-7649 $ 102,898.00 0%
2018 WWTP No.20-Scum Pump Replacement Unified Gover of Wyandotte Co Joe Barnes 913 573-1353 $ 372,981.00 8%
2018 Penrose Pull Off City of Lenexa Ben Clark (913)477-7795
$ 26,143.00 100%
2018 Lake City Baffle Improvements MO Depart. Of Conservation Sandy Payne 573)522-0136 $ 225,000.00 100%
2018 Train Track Retaining Wall Friends of the Zoo-KC Linda Falk (816)595-1014 $ 79,992.00 100%
2018 Sapling Grove Fire Damage Overland Park, KS Scott Shierk (913)327-6637 $ 133,220.00 100%
2018 Prospect Max BRT Pkg 4 KCATA Linda Clark 816) 346-0389 $ 14,531,605.00 28%
2018 Meadowmere Splash Park Design Build Grandview, MO Sue Yerkes 816 316-4880 $ 1,859,653.00 44%
2018 Elephant Stalls Friends of the Zoo-KC Linda Falk (816)595-1014 $ 33,710.00 100%
2018 Park Place Stream Repair Van Trust Ran Hackenmiller 816 569-1467 $ 331,874.00 100%
2018 NW 64th/Gower Dr Connection/Repairs KCMO Parks& Recreation Mario Vasquez 816) 513-6924 $ 1,548,973.00 86%
2018 Sunken Garden Hardsca es Mission Hills, KS Jennifer Lee 913 362-9620 $ 117,929.55 100%
2018 Downtown Streetsca a Smithville MO Jack Hendrix 816 532-3897 $ 2,216,618.15 100%
2018 Chimpanzee Exhibit Sidewalk FOTZ Linda Falk (816)595-1014 $ 67,360.38 100%
2018 White Oak Park Access and Trail Improvements KCMO Parks&Recreation Richard Allen 816) 513-7713 $ 286,613.00 100%
2018 Phase II Improvements for Lone Elm Park Olathe, KS Lisa Donnell 913) 971-8613 $ 1,920,690.50 100%
2018 Lamar Pump Station Improvements Water District No. 1 of JoCo Hanley Baker 913 895-5800 $ 1,775,397.00 98%
2018 Courtney Bend Lime Slaker 2&3 Installation Independence, MO Water Det Robert Parks 816)325-7702 $ 115,218.74 100%
2018 Downtown Revatilization Phase IV City of Warrensburg, MO William Graves 660 262-4664 $ 561.593.40 100%
2018 JCW Term and Supply Johnson County Wastewater Dale Bauer (913) 715-0525 40%
2018 Influent PS, Excess Flow Holding Tank, Interceptor Smithville MO Dan Toleikis816
Sewers ( ) 532-3897 $ 2,567,548.00 76°/,
2018 Park Lot Replacement Mega Industries Corporation Craia Brid eman (816)472-8722 $ 80,000.00 100%
2018 Sunken Garden Mission Hills, KS Jennifer Lee (913) 362-9620- $ 245,174.00 100%
2018 Gillham Park S ra ground Kansas City MO Erica Flad (816) 513-7780 $ 635,400.00 100%
2018 18th&Vine Parking Lot Kansas City MO Kerry Kanatzer 816 513-4713 $ 632,500.00 100%
2018 Gateway Signage N. Kansas City MO Sara Copeland 816 274-6006 $ 280,602.00 100%
2018 39th Street& Noland Road Intersection Im rv. I Independence, MO Shar Dilma hani (816)325-7600 $ 656,937.55 100%
2018 Target Green East Marl boroug h-Maintenance KCMO WSD Pri a I en ar 816 513-0579 $ 175,000.00 97%
2018 Nature Play Area Friends of the Zoo-KC Linda Falk 816 595-1014 $ 667,422.00 100%
2017 Hippo Walkway Pavement Friends of the Zoo-KC Linda Falk (816 595-1014 $ 144,300.00 100%
2017 Prospect St. Sidewalk Kearney, MO David Pavlich (816 903-4731 $ 100,790.00 inn%
HABIMReferences and Resumes%Current Job Ref-2016,2017,&2018\Current Job Ref Completed&in progress 2008 to 2018
YEAR PROJECT NAME OWNER CONTACT PHONE CONTRACT %
AMOUNT COMPLETE
2017 Kaw Point Primary Sludge Pumping Mod. UG of Wyandotte County Randal Phillips (913) 573-5700 $ 252,432.00 100%
2017 KC Zoo Touch Tank FOTZ Linda Falk (816) 595-1014 $ 3,942,000.00 100%
2017 Atterbury Student Success Ctr. UMKC Greg Silkman 816)235-1369 $ 24,371.11 100%
2017 Rid eview Turn Lane Olathe, KS Matt Ka fer (913)971-9004 $ 268 529.00 100%
2017 18th St. &Lydia Parking Lot KC,MO Kerry Kanatzer 816)513-4713 $ 1,433,299.00 100%
2017 Rt Z, Platte County MODOT Amanda Haynes (573) 751-7460 $ 386,706.76 100%
2017 Blacksnake Creek Stormwater St.Jose h,MO Lee Sommers 816 271-4742 $ 15,663,990.00 96%
2017 Sapling Grove Park Overland Park, KS Mike Burton 913 895-6032 $ 592,475.00 100%
2017 6200 Nieman Rd. Shawnee, KS Cynthia Moeller-Krass (913) 742-6236 $ 4,896,395.50 100%
2017 Amenity Zone-89th& Penrose Lenexa, KS Ben Clark 913)477-7795 $ 1,095,441.80 99%
2017 North Monument Gateway Sign Project Lee's Summit Municipal Bid Auth Chris Hughey (816)969-1225 $ 123,903.00 100%
2017 Grading, Surfacing &Traffic Signal US169& 175th KDOT Lee Alverado (785)296-7181 $ 362,248.33 100%
2017 J1S3092-J1S309.6 Route 6 Buchanan County MODOT Greg Stervinou (816)215-7273 $ 2,700,726.53 100%
2017 Tomahawk Park Trail Leawood, KS Brian Anderson (913)238-2859 $ 359,184.00 100%
2017 Sar-Ko-Par Trail Park Pavilion Lenexa, KS Logan Wagler (913)477-7140 $ 2,067,667.68 100%
2017 Tremont Square Parking Lot Tremont Square TDD Steve Toth (402)493-2800 $ 563,162.75 100%
2017 NCAC Imtermediate Piping Replacement Johnson County KS Patrick Denning (913)715-8562 $ 60,787.70 100%
2017 City Center Multi-Purpose Trail Lenexa, KS Ben Clark (913)477-7795 $ 304,212.74 100%
2017 New Century Airport Johnson County Airport Amy Valle (913) 715-0595 $ 142,000.00 100%
2017 Urich Sidewalk Improvements Urich, MO Jeranv Jackson (417)886-7171 $ 51,946.00 100%
2017 KCATA Bldg. 1 Elevators KCATA Keith Sanders (816)346-0359 $ 1,563,300.00 100%
2017 South Pawnee Circle Olathe, KS Neil Meredith (913)971-9075 $ 77,316.00 100%
2017 C04 Rt 291 Clay County MoDOT Matthew Daulton 816 437-3625 $ 301,522.10 100%
2017 Nativity School Sidewalks Independence, MO Shar Dilmaghani (816)325-7600 $ 283,803.70 100%
2017 Running Horse Road Connector Platte County, MO Noel Challis (816)858-1808 $ 190,514.80 100%
2016 Trailside Center Parking Lot KCMO Parks&Rect Rodney Riffle 816 513-7619 $ 347,046.20 100%
2016 JoCo Admin. Bldg. Parking Lot Johnson County, KS David Schaecher (913) 715-1177 $ 132,935.04 100%
2016 KC Zoo Sidewalk Replacement Friends of the Zoo-KC Linda Falk (816)595-1014 $ 101,993.50 100%
2016 KC Zoo Goat&Donkey Exhibit Friends of the Zoo-KC Linda Falk (816) 595-1014 $ 514,600.00 100%
2016 Buckeye Greenway Ped Bridge& Bank Stabilization KCMO Parks& Rec Erica Flad (816) 513-7780 $ 250,070.00 100%
2016 Hansen WTP (Fac. 1&2)General Improvements Water District No. 1 of JoCo Ramsey Hagan (913) 895-5823 $ 1,254,000.00 100%
2016 Illnois Avenue Reconstruction St.Joseph, MO Brady McKinley 816 271-4741 $ 1,031,370.00 100%
2016 Rt. YY, Buchanan Co. MoDOT Amanda Haynes (573) 751-7460 $ 1.057,924.02 100%
2016 2016 Concrete Street Repairs St.Joseph, MO Brady McKinley (816)271-4741 $ 417,100.00 100%
2016 FY-17 Concrete KCMO School District Larry Weissman 816 418-7323 $ 447,709.79 100%
2016 Target Green East Marlborough KCMO WSD Pri a I engar 816 513-0579 $ 4,561,000.00 100%
2016 Citywide Playgrounds 2016 KCMO Parks&Rec Erica Flad (816) 513-7602 $ 490,438.00 100%
2016 Mission Crossing Park Mission, KS Christy Humerickhouse (913)722-8210 $ 102,276.02 100%
2016 Independence& Benton Blvd Intersection KCMO Parks &Rec James Wan (816) 513-7622 $ 1,459,633.25 100%
2016 Tomahawk Parkway Bridge&Trail Im rovemetns Leawood, KS Brian Anderson (913)238-2859 $ 206,988.00 100%
2016 Lift Station Replacement Olathe, KS Sabrina Parker 913) 971-9116 $ 681,000.00 100%
2016 Ele hant Shade Structure Friends of the Zoo-KC Linda Falk (816)595-1014 $ 249,900.00 100%
2016 Park Place Stream Repair The Weitz Company, LLC Nikki Powell (913)969-9970 $ 3,464.89 100%
2016 Manor Park Renovation Project Edgerton, KS ITegan Meadors 913 780-6707 $ 141,899.62 100%
HASUReferences and Resumes\Current Job Ref•2016,2017,&2018\Current Job Ref Completed&in progress 2008 to 2018
YEAR PROJECT NAME OWNER CONTACT PHONE CONTRACT %
AMOUNT COMPLETE
2016 Lake City Baffle Improvements Missouri Dept of Conservation Greg Trinkle (573) 522-0136 $ 80,514.00 100%
2015 Greenwood & Raintree Lift Station Improvements Little Blue Valley Sewer Dist. Lisa O'Dell (816) 796-9191 $ 238,001.00 100%
2015 Ray Marsh Elementary Shawnee Mission School U.S.D 512 Everett Mor an 913)993-6474 $ 647,400.00 100%
20151 Nelson WWTP Solids Handling Johnson County Wastewater Dale Bauer 913 715-0525 $ 6,458,967.80 100%
2015 Johnson Dr. &Woodland Intersection Shawnee, KS Paul Lindstrom (816)631-2500 $ 368,475.50 100%
2015 Main Complex Drive Blue Valley Recreation Commission Jim Hook 913 685-6022 $ 215,329.00 100%
2015 Leawood City Park Access Leawood, KS Brian Anderson 913 238-2859 $ 291,274.40 100%
2015 Riverfront Community Ctr. Flood Control Wall Leavenworth, KS Mike Hooper 913 684-0396 $ 494,830.00 100%
2015 2015 Street Preservation Program Olathe, KS Austin Lam anter 913 381-1170 $ 280,792.00 100%
2015 CID Pump Station Bar Screen Improvements UG of Wyandotte County Jerod Letcher (913)573-5700 $ 360,114.55 100%
2015 2nd St. Corr. Improvements Lee's Summit, MO Matt Haug (816)969-1856 $ 220,909.10 100%
2015 Blue River#14 PS Johnson County WW Gordon Rames (913)715-8535 $ 2,022,382.50 100%
2015 Pump Station Improvements UG of Wyandotte County Jerod Letcher (913)573-5700 $ 1,285,000.00 100%
2015 Jules Street St.Joseph, MO Bob Todd (816)271-5322 $ 876,641.00 100%
2015 Street Improve Cedar Creek&Heatherstone Elem. USD 233-Olathe, KS Greg Thomason (913)780-7011 $ 126,608.00 100%
2015 Pavement Improvements @ NE Offices Johnson County John Giessner (913)715-1159 $ 165,000.00 100%
2015 Uptown Redevelopment St.Joseph, MO Brady McKinley (816)271-4741 $ 1,134,183.00 100%
2015 1-435 SB Off Ramp&87th St. Lenexa, KS Paula Parke (913)455-7500 $ 543,420.00 100%
2015 2014 Park Restroom Improvements Lenexa, KS Logan Wagler (913)477-7140 $ 655,783.00 100%
2014 Minor Park Connector Trail KCMO Richard Allen (816)513-7713 $ 652,608.45 100%
2014 Rt Bus 29, Buchanan County MoDOT Gregory Stervinou (660)646-3218 $ 1,034,526.00 100%
2014 Main St.Viaduct over KC Term. RR KCMO James Wang (816)513-2737 $ 510,481.92 100%
2014 Center City Traffic Signal-PH 1 UG of Wyandotte County Lideana Laboy (913)573-5400 $ 508,270.00 100%
2014 KCATA Prospect Bus Stop Improvements KCMG Jeff Martin-
816 513-8722 $ 84,720.00 100%
2014 KCMO Union Station Headwall AMTRAK Mildred Soto (312) 544-5139 $ 379,814.18 100%
2014 Northeast City Parking Lot&Site Improvements St.Joseph, MO Roger Sparks (816)271-4733 $ 350,442.50 100%
2014 Call 212 Leavenworth Co. Pedestrian&Bike Trail KDOT Kevin Kellerman (913)721-2754 $ 475,313.61 100%
2014 Weston Community Connectivity 45 HWY PH I Weston, MO Kim Kirby (816) 640-2915 $ 379,950.00 100%
2014 Antioch Crossing Park&Ride KCATA Keith Sanders 816 346-0359 $ 605,749.00 100%
2014 Geometric Upgrade&Traffic Signals KCMO Sam Akula (816)513-9861 $ 507.485.00 100%
2014 Water Pollution Cont.Trickling Filter#1 Leavenworth, KS Mike Hooper 913 758-6636 $ 205,500.00 100%
2014 Thompson Barn Lenexa, KS Bob Reynolds 913)477-7781 $ 110,152.25 100%
2014 Marlborough Park KCMO Frank Gibbs 816 513-7563 $ 475,100.00 100%
2014 Rt.58, Cass County MoDOT Nidal AI-Khaldi 816 347-4143 $ 1,503,468.18 100%
2014 Faraon St.Curbs, Sidewalks,&Asphalt St. Joseph, MO Bob Todd 816 271-5322 $ 644,651.00 100%
2014 Rt. H,Andrew County MoDOT Kris Buczek 816 387-2585 $ 247,175.48 100%
2014 Fire Station#2 Parking Lot Recon. Lenexa, KS Ben Clark (9 13)477-7781 $ 184,350.00 100%
2014 North Ball Field-PH II Blue Valley Recreation Commissior Jim Hook 913 685-6000 $ 173,607.00 100% `
2014 W. 183rd&Center St.Traffic Signal Improve Gardner, KS Mark A. Pottinger 913 856-0918 $ 254,600.00 100%
2014 Swope Campus Parking Lot KCMO Bon Marie Gardner (816)513-0808 $ 3,469,000.00 100%
H:\BID\References and Resumes\current Job Ref-2016,2017,&2018\Curreni Job Ref Completed&in progress 2008 to 2018
YEAR PROJECT NAME OWNER CONTACT PHONE CONTRACT %
AMOUNT COMPLETE
2014 2014 Citywide Playground Improvements KCMO Patt Losiewicz 816 513-7632 $ 407,000.00 100%
2014 MRT-Security Enhancement Platte County, MO Brian Nowotn 816 858-3541 $ 116,500.00 100%
2014 Visitor Lot Expansion Federal Reserve Bank Mark Havelka 816 881-2378 $ 335,319.00 100%
2014 Misty Springs WWTF Decom Platte County, MO Dan Koch (816)858-2052 $ 34,735-30 100%
2014 Emergency Power Generation II KCMO Carla Ber man 816)513-0348 $ 2,381,000.00 100%
2014 Pembroke Hill Playground Renovation Pembroke Hill HS James Miller 816)936-1213 $ 64,083.00 100%
2014 Prairie View HS Grandstand Improve Prairie View USD 362 Aaron Schmidt 913 663-5373 $ 292,350.00 100%
2013 Rt 6&752 ADA Improvements MoDOT Gregory Stervinou (660)646-3218 $ 753,889.00 100%
2013 Blue Valley North Ball Fields Blue Valley Recreation Commissior Jim Hook 913)685-6000 $ 152,901.00 100%
2013 Tomahawk Park Trail Leawood, KS Brian Anderson 913 339-6700 $ 1,479,079.70 100%
2013 UV Disinfection Addition Parkville, MO Kirk Rome 816 741-7676 $ 486,000.00 100%
2013 Rt 33 Clinton County MoDOT James Gillespie (660)646-3218 $ 72,527.40 100%
2013 Dean Ave&Lucy Webb Roundabout Ra more, MO Michael Krass (816)331-1852 $ 387,865.00 100%
2013 Lenexa Monument Signage Lenexa, Kansas Lo an Wa ler 913 477-7140 $ 327,825.00 100%
2013 100th St. &Darnell Storm Drainage Lenexa, Kansas Tom Jacobs 913 477-7680 $ 2,699,217.75 100%
2013 Nichols Patio&Terrace KC Art Institute Rick Rieder 816 802-3500 $ 322,780.00 100%
2013 NW 88th St. MD Management Caprice James (913) 831-2996 $ 345,954.00 100%
2013 Phase I Sidewalk&Lighting Enhancements Lathrop, MO Philip Schrick (816)781-6182 $ 225,666.00 100%
2013 Volker&Oak Intersection Improvements KCMO Abe Shriazi (816)513-9462 $ 566,198.55 100%
2013 Shoal Creek Trail Segment 6 KCMO Wes Minder 816)513-9461 $ 899,024.00 100%
2013 Holmes Rd. Design Build KCMO Wes Minder (816)513-3461 $ 834,700.00 100%
2013 Lot C Walkway Bridge Repair Unified Government of Wvandotte Don Jones (913) 573-5331 $ 381,000.00 100%
2013 State Ave Corridor Transit Improvements KCATA Keith Sanders (816) 346-0359 $ 4,559,642.00 100%
2012 Concrete Ditch Lining Rehab Lenexa Kansas Tom Jacobs 913 477-7680 $ 219,017.05 100%
2012 Fifth St.-Phase II Weston MO Kim Kirby 816 640-2752 $ 307,256.47 100%
2012 1-670 Pedestrian Bridge Art Installation KCMO Mario Vasquez 816) 513-2726 $ 39,250.00 100%
2012 KCATA Waterline Break Pavement Repair KCATA Matt Chrisman 816 346-0227 $ 17,840.00 100%
2012 NE 73rd Terr. Bank Stabilization City of Gladstone Glen Whitten (816)423-4131 $ 194,624.00 100%
2012 SW Surface Parking Lot US Federal Reserve Bank Mark Havelka 816)881-2378 $ 222,000.00 100%
2012 Rt 210 Clay County MoDOT Mark Sommerhauser (816)347-2299 $ 379,611.46 100%
2012 Metcalf/SM Pkwy Bus Corridor City of Overland Park Brian Scovill (913) 895-6052 $ 1,895,211.50 100%
2012 N. Garfield Change Order KCMO Wes Minder 816 513-9467 $ 55,051.00 100%
2012 CMH SE Parking Lot CMH Randy Murrell 913 696-8167 $ 381,518.00 100%
2012 Mo. Corridor East Side KCATA Will Hobart (816)346-0248 $ 508,106.30 100%
2012 Block 112 Parking Lot KCMO Chad Thompson 816 513-2738 $ 318,753.00 100%
2012 2012 Plav Area Improvements KCMO Parks&Rec Heather Runkel (816)513-7619 $ 914,878.00 100%
2012 Blue River WWTP Bar Screens KCMG WSD Shaun O'Kelley 816 803-4600 $ 601,701.00 100%
2012 Southern Platte Pass Platte County John Zimmermann (816)329-8600 1 $ 985,032.72 1 100%
RIBID\References and Resumes\Current Job Ref-2016,2017,&2016\Current Job Ref Completed&in progress 2006 to 2018
YEAR PROJECT NAME OWNER CONTACT PHONE CONTRACT %
AMOUNT COMPLETE
2012 Oak Street Streetsca a Improvements KCMO Mario Vasquez 816 513-2726 $ 298,447.00 100%
2012 Bus Storage Facility Concrete Repairs KCATA John Marcus 816 346-0307 $ 24,308.66 100%
2012 Uptown St. Joseph TDDB St.Joseph, MO Jo ce Canfield (816)271-5322 $ 289,964.00 100%
2012 7920 Ward Pkwy Storm Drainage KCMO Jim Merideth 816)513-0443 $ 143,625.00 100%
2012 48th&Vermont KCMO WSD Robert Davis (816)513-0357 $ 88,732.00 100%
2011 Santa Fe Trail KCMO Parks& Rec Scott Overba 816 513-7628 $ 86,652.00 100%
2011 Brush Creek Trails KCMO Steve Hatfield (816)513-7780 $ 843,621.00 100%
2011 Platte Purchase Park Play Area KCMO Heather Runkel 816 513-7619 $ 184,283.00 100%
2011 N. Indiana Ave. KCMO Damon Hodges 816 513-0019 $ 1,372,071.50 100%
2011 Shoal Creek Trail Segment 5 City of Gladstone Tim Nerber all 816 436-5442 $ 961,430.00 100%
2011 Rock Creek Aeration City of Independence MO Rob Patten 816 325-7711 $ 1,567,320.68 100%
2011 Wornall Rd.-Blue Ridge Blvd to 135th-Design Build KCMO Jeff Martin 816 513-8722 $ 978,800.00 100%
2011 1-670 Pedestrian Bride KCMO Mario Vasquez (816)513-2726 $ 172,865.64 100%
2011 SE 1 st St. Emer_qency Detour Oak Grove, MO Steven Crai 816 690-3773 $ 133,903.65 100%
2011 Rehab Overhaul Base Entry Rd. KCMO Chert n Tanner 816 243-3059 $ 620,413.45 100%
2011 Middle Blue River Green Solutions Project KCMG Water Services Dept- Francis Reddy 816 513-0442 $ 4,245,268.00 100%
2011 Desi n Build N. Garfield Ave. City of Kansas City MO Wes Minder 816 513-2506 $ 611,793.00 100%
2011 Vehicle Impound Facility Improvements City of Kansas City MO Jenny Harriman 816 513-2526 $ 617,961.00 100%
2011 Minor Smith Park Bridge Replacement City of Ravtown MO Parks&Rec Kevin Bo'i (816)358-4100 $ 161,084.41 100%
2011 Waukomis Pumping Station City of KC, MO Morris Ross (816)513-0361 $ 2,517,405.44 100%
2010 95th St.Trail City of Lenexa, KS Paula Parke 913 477-7687 $ 398,973.50 100%
2010 Ward& Longview Rd. Citv of Lee's Summit. MO David Wahl (816)969-1856 $ 526,730.76 100%
2010 Mack Porter Trail City of Kearney, MO Jim Eldridge 816 628-4142 $ 234,993.00 100%
2010 Lenexa Dr. Slope Stab. City of Lenexa, KS Tom Jacobs 913 477-7644 $ 93,412-00 100%
2010 Troost @ Brush Creek KCMO Water Services Dept. Chad Thompson (816)513-2738 $ 978,405.20 100%
2010 Independence Ave.Traf. City of Lee's Summit, MO Nicole Averell (816)969-1080 $ 17,234.55 100%
2010 KCI TIF T-2 Trail MD Management Caprice James 913 831-2996 $ 304,450.00 10000
2010 BNSF West Track City of Olathe, KS Phil Estes (913) 971-8667 $ 1,176,736.00 100%
2010 Sunnyside Park Shelter City of KCMO Parks&Rec Scott Overba 816)513-7500 $ 175,100.00 100%
2010 NW Barry Rd MD Management Caprice James (913) 831-2996 $ 2,250,000.00 100%
2010 Phase III of Warsaw Riverwalk City of Warsaw MO Randy Poe 660 438-5522 $ 454,809.00 100%
2010 Indian Creek Trail City of KCMG Parks& Rec Richard Allen (816)513-7713 $ 256,245.00 100%
2010 High Service Pump Station City of Atchison Kansas David Mahone 913 367-5500 $ 703,300.00 100%
2010 Surface Parking Lot Land Clearance for Redevelo men Joe Egan 816 221-0636 $ 368,685.00 100%
2010 GPES/KCPL Fuel Canopy Summit Construction James Hall 816 554-8503 $ 67,279.00 100%
2010 EI Monte Fountain Improvements City of Prairie Village KS Mike Helms (913)385-4644 $ 51,009.00 10000
2010 57th Street&Barton Lane City of Shawnee KS Pau Lindstrom 813 742-6234 $ 887,890.00 100% r
2010 Baldwin City Safe Routes to School KDOT (785)296-3566 $ 155,673.00 100%
KNBID\References and Resumes\Current Joe Ref-2016,2017,&2018\Current Joe Rei Completed&in progress 2008 to 2018
YEAR PROJECT NAME OWNER CONTACT PHONE CONTRACTAMOUNT COMPLETE
2010 Heritaicle Trail City of Olathe, KS Michael Latka (913)971-8541 $ 747,490.25 100%
2010 Rehab Terminal B Loop Road KCMO Aviation Department Homi Ka adia 816)243-3038 $ 2,826,870.00 100%
2010 2008&2009 Sidewalk Improvements City of Leavenworth Kansas Mike Hooper 913)682-9201 $ 292,933.00 100%
2010 Grading, Surfacing,&Traffic Signal KDOT Lee Alvarado 785 296-7181 $ 435,343.00 100%
2010 1-35 NB Off Ramp at 151st St. City of Olathe Kansas Therese Mersmann 913 971-8752 $ 256,892.50 100%
2010 Gezer Park-PH II City of Leawood, KS Brian Anderson 913 238-2859 $ 1,697,899.00 100%
2010 Jerry Smith Park Trail Design KCMO Parks&Recreation Jimmi Lossin 816 513-7627 $ 204,072.00 100%
2010 Courtney Bend Basin No.2 Drive Replacement City of Independence Matt McLau hlin (816)395-7695 1 $ 342,000.00 1 100%
HASID\References and Resumes%Currenl Job Ref-2015,2017,&2018\Current Job Ref Completed&in progress 2008 to 2018
Project Name or City
Contact Name Phone
Contract Amount$ When Completed?
Description of Work
5. What other important projects has your Company completed?
Proiect Name or City
Contact Name Phone
Contract Amount$ When Completed?
Description of Work
Project Name or City
Contact Name Phone
Contract Amount$ When Completed?
Description of Work
6. List at least two engineering firms with whom you have worked, and the name of the individual
who was your primary point of contact: '
�i'�►- r& - L�
Les
I o rn
20
� 1
7. Have you ever failed to complete any work on a project or defaulted on a contract? If so, where
and why? (attach additional pages if necessary)
8. Name of your Surety Company,and the name and address of pour agent you ex ect to use in the
event this contract is awarded to you:
9. What is your present bonding capacity?
10. List each and every incidence of failure to perform that resulted in a claim under a Performance or
Payment Bond: G -
11. The construction experience of the Key Personnel in your Company is required. At a minimum,
information regarding experience and qualifications of the following positions must be provided: GC
Project Manager, On-Site Field Superintendent, QC/QA Manager, Safety Officer.
NAME Position
Years of construction experience:
Magnitude&Type of Work
In What Capacity?
Years of Employment with Contractor:
Other projects this individual will be involved with concurrently with this project:
Education, professional registrations, certifications and credentials held by individual applicable to
the Project:
21
;y t EGA
® INDUSTRIES CORPORATION
Credit Information and References
Contact: Brian Gordon
Principal Type of Work: General Contractor, Heavy Highway, Concrete
Underground Utility, Excavation, Bridges
Years in Business: 25 (since 1992)
Type of Organization: Missouri S Corporation
License: Missouri
Kansas
Pre-Qualified To Bid: Missouri Highway Department Projects
Kansas Highway Projects
City of St. Joseph, MO Projects
City of Kansas City, MO Projects
Buchanan County Missouri Projects
Board of Public Utilities, K.C., Kansas Projects
Federal ID#: 43-1619677
Bank Reference: Freedom Bank
6640 W. 143 St
Overland Park, KS 66223
913-563-5603
Account No. 014958
Attn: Dave VanderVeen
Bond & Insurance Contact: Thomas McGee, L.C.
920 Main Street, Suite 1799
Kansas City MO 64105
816-842-4800
Attn: Eric VanBurskirk
DUNS#: 79-718-2763
Trade References: Carter Waters Geiger Ready-Mix
816-471-2570 913-772-4010
FX: 816-421-1627 913-772-8661
Century Concrete Logan Contractors Supply Inc
913-345-2030 515-253-9048
FX: 913-345-8027 FX: 515-253-9491
1491 IRON STREET NORTH KANSAS CITY, MO 64116 PHONE: 816.472.8722 WWW.MEGAKC.COM
� I
NAME Position
Years of construction experience:
Magnitude &Type of Work
In What Capacity?
Years of Employment with Contractor:
Other projects this individual will be involved with concurrently with this project:
Education, professional registrations, certifications and credentials held by individual applicable to
the Project:
NAME Position
Years of construction experience:
Magnitude&Type of Work
In What Capacity?
Years of Employment with Contractor:
Other projects this individual will be involved with concurrently with this project:
Education, professional registrations, certifications and credentials held by individual applicable to
the Project:
22
� r
BRIAN GORDON 1491 Iron St., North Kansas City, MO 6411E
PRESIDENT/CEO T: (816) 472-$722
4,4
oil E: brian@megakc.com
Areas of Expertise ■ Project Management ■ Structural Concrete
• Estimating ■ Concrete Flatwork
■ Heavy/Highway Construction ■ Demolition/Excavation
■ Water/Wastewater • Site Utilities
Career History President/CEO, Project Manager,and Estimator 1995-present
MEGA INDUSTRIES CORPORATION North Kansas City,MO
Responsible for all aspects of the pre-project delivery phase in addition to coordination with
the project owner,architect/engineer,and other project team members. Specific
responsibilities include estimating, budgeting, purchasing,subcontracting, pay estimates,and
project team coordination.
Project Manager/Estimator 1990-1995
TOMAHAWK CONSTRUCTION COMPANY Kansas City,KS
Responsibilities included coordination with A/E relative to contract documents,construction
performance and scheduling,and existing field conditions. Other responsibilities included
inspection of all definitive features of work for compliance with contract documents,
coordination of field personnel and subcontractors,estimating,safety enforcement and
material procurement.
Education Bachelor of Science in Architectural Engineering—Construction Management
University of Kansas May 1990
Certifications ■ OSHA 30-hour, First Aid,CPR
■ Johnson County, KS Contractor License
■ MoDOT certified contractor
■ KDOT certified contractor
Computer Skills ■ BlueBeam Revu ■ EarthWorks Estimating Software
■ B2W Estimate ■ Microsoft Office Suite
■ Primavera P6 Scheduling ■ Foundation Construction Accounting
■ SureTrak Project Manager ■ B2W Track&Schedule
Key Projects
■ Main Street Viaduct over Kansas City Terminal Railway(Concrete sidewalks, retaining wall,
removal of concrete vault slab.
■ Blue River No. 14 Pump Station (Pump station,control building, 6 inch DIP force main with
bore and casing,trenching, and restoration)
■ Nelson Complex Waste Water Treatment Plant Solids Handling(Gravity thickener
improvements, sludge holding tank mixing system, dewatering polymer system,
rantrifiippc. ghApp crrpw rnnvpvnr. alprtriral. in0nimp.ntatinn. and HVAr cvctam.
a
1491 Iron St., North Kansas City, MO 6411E
Craig g C'I d ge rna n
T: (816) 472-8722
1: COO/PROJECT MANAGER
E: Craig@megakc.com
Areas of Expertise . Takeoff Structural Concrete
■ Estimating Concrete Flatwork
■ Heavy/Highway Construction ` Demolition/Excavation
■ Water/Wastewater • Site Utilities
Career History COO, Project Manager, and Estimator 1997-present
MEGA INDUSTRIES CORPORATION North Kansas City,MO
Responsible for all aspects of the pre-project delivery phase in addition to coordination with
the project owner,architect/engineer, and other project team members. Specific
responsibilities include scheduling,quality control,estimating, budgeting,purchasing,
subcontracting,pay estimates,and project team coordination.
Superintendent 1995-1997
VISION CONSTRUCTION Kansas City,MO
Responsibilities include organizing,scheduling,and supervising field crew,coordination of
project subcontractors and suppliers, maintaining project schedule and budget, completion of
field logs and time sheets,with the ability to comprehend blue prints and job specifications,
survey and layout project, preform concrete formwork layout,direct progress meetings with
project team,and work with project team to value engineer project
Superintendent 1992-1995
CITY WIDE ASPHALT Kansas City,MO
Responsibilities include organizing,scheduling,and supervising field crew,coordination of
project subcontractors and suppliers, maintaining project schedule and budget,completion of
field logs and time sheets,with the ability to comprehend blue prints and job specifications,
survey and layout project, preform concrete formwork layout,direct progress meetings with
project team,and work with project team to value engineer project
Education Plan Reading/Construction supervision
KANSAS CITY KANSAS COMMUNITY COLLEGE May 1985
Certifications ■ OSHA 10 hour
■ First Aid/CPR
Computer Skills ® BlueBeam Revu ■ Primavera Scheduling Software
■ Bid to Win Software (Track& ■ Micorsoft Office Suite
Estimate) ■ Internet
■ Suretrack Scheduling Software ■ Outlook
Key Projects
■ 2016 Citywide Playgrounds(Play equipment and amenities,concrete paving, safety
surfacing)
■ CO4 RT 291(Addition of turn lane and ADA Improvements)
■ New Century Airport(Discharge piping for submersible pumps at the JOCO
wastewater New Century Air Center WWTP)
■ 2012 Citywide Play Area Improvement (Concrete paving, play equipment, park
shelter)
TYLER WESSELMAN 1491 Iron St., North Kansas City, MO 6411(
Vice President T: (816) 472-8722
r E: tyler@megakc.com
■ Takeoff ■ Structural Concrete
Areas of Expertise ■. Estimating ■ Concrete Flatwork
■ Heavy/Highway Construction ■ Demolition/Excavation
■ Green Infrastructure ■ Site Utilities
Career History Project Manager/Estimator 2012-Present
MEGA INDUSTRIES CORPORATION North Kansas City,MO
Responsible for all aspects of the pre-project delivery phase in addition to coordination with
the project owner,architect/engineer,and other project team members. Specific
responsibilities include estimating, budgeting, purchasing,subcontracting, pay estimates,and
project team coordination.
Superintendent 2010-2012
MEGA INDUSTRIES CORPORATION North Kansas City,MO
Responsibilities included organizing, scheduling, and supervision of field crews,coordination
of subcontractors and suppliers, maintaining project schedules and budgets, completion of
daily field logs and time sheets,and close monitoring to ensure all safety regulations were
met. Interpreted project plans and specifications in order to coordinate survey and layout of
the project. Administered progress meetings with project team in order to ensure effective
communication.
Skilled Trades 2006-2009
WIDEL INC. Blackwater,MO
Worked in the construction of many state and county bridges throughout the state of
Missouri. Assisted in resolving construction site resource and scheduling concerns,
developed project schedules, and completed jobs ahead of projected completion dates.
Specifically assisted in driving piling,forming and pouring structural concrete for bridges,
and setting of structural bridge elements.
Education Bachelor of Science in Technology—Construction Management
University of Central Missouri May 2010
Certifications OSHA 30 hour
■ CCO qualified rigger and signalman
■ First Aid/CPR Certified
■ Skid Steer/Forklift Training
t t
Computer Skills . BlueBeam Revu ■
Earthworks Takeoff Software
o 132W Software (Track& ■ Micorsoft Office Suite
Estimate) ■ Internet
■ Suretrack Scheduling Software ■ Outlook
■ Primavera Scheduling Software
Key Projects 2 State Avenue Corridor Transit Improvements(Transit center and related municipal office building,
Concrete and asphalt pavement,sidewalks, curbs&gutters,overhead passage shelter)
■ Lenexa Monument Signage(Installation of monument signs throughout Lenexa)
■ Swope Campus Parking Lot and Sustainable Stormwater Improvement Project(Storm sewer,
.Structural concrete,surface/subsurface green infrastructure)
■ Illinois Avenue Reconstruction (Storm sewer,sanitary sewer,ADA ramps, pedestrian signal,and
Concrete paving)
■ Route YY Buchanan County(6" HMA resurfacing,ADA improvements, retaining wall,traffic signal,
and storm sewer)
Ryan Mills 1491 Iron St., North Kansas City, MO 6411E
T: (816) 472-8722
Superintendent E: ryan@megakc.com
Safetv Officer
Areas of Expertise • Civil Heavy Highway R Asphalt Paving
■ Mass Excavation&Embankment ■ Industrial Mechanical
■ Trenching&Excavation
■ Structural Concrete
■ Flatwork Concrete
Career History Superintendent/Safety Officer 2013-Present
MEGA INDUSTRIES CORPORATION Kansas City,MO
Responsibilities include organizing,scheduling,and supervising field crew,coordination of
project subcontractors and suppliers, maintaining project schedule and budget,completion of
field logs and time sheets,with the ability to comprehend blue prints and job specifications,
survey and layout project,preform concrete formwork layout,direct progress meetings with
project team,and work with project team to value engineer project.
Superintendent 2007-2013
Kiewit South Central Ft.Worth,TX
Responsibilities included: paving/concrete superintendent,field engineer,and foreman on
large ($20-$78 Million) heavy highway,water&wastewater projects. Flood control system in
New Orleans at the Hero pump station. Estimating large($5-$400 Million) projects.
Education Bachelor of Science in Technology
Pittsburgh State University May 2008
Certifications . OSHA 30 hour
■ First Aid/CPR
■ Skid Steer/Forklift
Computer Skills ■ BlueBeam Revu ■ Primavera Scheduling Software
• Bid to Win Software (Track& ■ P6
Estimate) ■ Micorsoft Office Suite
■ Suretrack Scheduling Software ■ Internet
• Outlook
Key Projects a Main Street Viaduct over Kansas City Terminal Railway (Sidewalks, retaining wall, removal
and rehab of concrete vault slab)
■ Blue River Pump Station No. 14(structural concrete, mechanical piping and equipment)
■ Nelson Complex Waste Water Treatment Plant Solids Handling(Gravity thickeners,sludge
holding tanks, mixing system,dewatering system,centrifuges)
■ 6200 Nieman Storm Drainage Improvements(Retaining walls,soldier pile&encasement,
asphalt street&parking lot repairs)
r
12. List the major items of equipment which you own or which will be used on the project:
Quantily,Description,& Capacity Me in Years Condition
13. List below the contracts to which your company, any principal in your company, or any prior
companies owned by a principal in your company were a party during the previous seven(7) years
that involved litigation of any type,arbitration,mechanics lien claim or other claim in an amount over
$10,000(include pending cases with a notation that the matter is still unresolved):
�� '
14. On a typical project,what percent of the work is completed by your own forces? Q % What
percent by subcontract? Q %o. List subcontractors you propose to use on this project and their
responsibility in this contract.
Subcontractor Name Contract Responsibility %of Contract
Address State Zip Phone Number
�3tlQ`7�0-��od
Address Stale Zip Phone Number
(3)
Address State Zip Phone Number
(4)
Address State Zip Phone Number
(5)
Address State Zip Phone Number
15. Is your Company current on payment Pof �ederal and State income tax withholdings and
unemployment insurance payments? LA
23
Mega Industries Corporation
Listing of equipment
Asset Purchase
# Description Date
Vehicles,Heavy Machinary and Equipment
2 Welder 01/01/97
3 Goedecke Forms 04/01/97
5 1994 Komatsu Forklift FG-30G11 11/15/05
7 1993 Bomag 172 Compactor BW172PDB-2 01/02/07
9 1998 Hyster Electric Fork Lift 01/02/07
13 1985 GMC Water Truck 01/02/07
15 2000-Starlite Trailer 01/02/07
17 2000 Ford 2 Ton 01/02/07
18 2000 Ford 1 Ton 01/02/07
26 2008 GMC Sierra 10/20/07
28 2008 GMC Sierra 10/20/07
39 2004-Neal Flatbed Trailer 02/26/08
45 2011 Sweepster 20572M Pick Up Broom 07/27/11
53 2011 Chevrolet Silverado-MM 08/31/11
62 Multiquip Portable Welder/Generator w/Trailer 12/12/12
63 2013 F250-Field 01/09/13
73 2013 F150-TW 04/07/14
75 2014 Cat 236D 05/31/14
76 2014 Cat 289D-STD2CA 07/31/14
77 Pick up Broom-2014-BRSSLBU118 09/22/14
78 Snow Plow-Skid Loader Attachment-SPSSLESP31 09/22/14
79 2014 Cat 236D-2 11/06/14
81 2014 F250-EB 02/16/15
82 2015 F250-AR 03/05/15
83 2015 F250-ST 02/19/15
84 Cat Breaker-Hammer H65E-Hydraulic 03/25/15
85 Lura Screed 03/20/15
88 2014 F250-JS 06/25/14
89 2014 F150-BG 09/03/14
91 2015 CAT 289D 07/27/15
93 2015 CAT 314 EL9 08/20/15
93a Bucket for CAT 314-model BK3141318 12/01/18
94 Dumper Hopper 09/17/15
97 Arising 16'Enclosed Trailer 06/26/15
98 X4000 Prowler Saw 11/06/15
100 1981 Link Belt HSP 8022 Crane 04/05/16
101 JCB Telehandler 12000 Ib 05/12/16
102 2016 LoadTrail Deckover Trailer 05/19/16
104 32"Wacker Trench Roller 06/20/16
105 Cat H65 hydraulic hammer-HH65ESF 06/22/16
106 Skid Loader pick up broom-BRSSBU118 06/22/16
108 Forks and Bucket for Leased Skid Loader 05/27/16
109 2015 PJ 20'Deckover Trailer 07/07/16
110 2015 Hillsboro Dump Trailer 08/01/16
111 Hyd Hammer H65E-#4 08/08/16
113 Vermac Arrow Board 08/16/16
114 Cat 308E 12/13/16
118 2017 H&H Trailer 05/24/17
120 2017 CAT 315FL9 06/21/17
121 2017 Bobcat Dumping Hopper-Model 25 07/01/17
123 H115 Hydraulic Hammer 07/01/17
125 2017 CAT 289D 07/01/17
128 2018 Doolittle Trailer 12/29/17
129 2017 F150-BB 07/13/17
131 2018 F350-CB 05/10/18
132 Concrete Buggy#1 02/28/18
133 Concrete Buggy#2 02/28/18
134 2018 Cat 259D-Black-plus bucket 05/31/18
137 Vernig Skid Loader Sweeper 10/15/18
138 2019 F250-BS 10/01/18
139 John Deere 325G 10/15/18
144 John Deere 325G 12/01/18
145 2018 F450 concrete truck 12/01/18
146 Takeuchi TL12R2CRH track loader 12/15/18
150 John Deere HH80C Hammer 05/01/19
151 84"Pick Up Broom 06/01/19
If the answer is no,please provide detail:
16. Has your Company, or any principal in your company,been rescinded or debarred fr any bidding,
contractual,procurement or other such programs by federal,state or local entities?
If the answer is yes,please provide detail:
17. Has your Company received any written notices of violations of any federal or state prevailing wage
statute in which prevailing wage penalties wer assessed against your Company or paid by your
Company during the last two(2)years?
If the answer is yes, please provide the detail of each and every such notice:
The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any
information requested by the City in verification of the recitals comprising this Experience
Questionnaire and agrees to hold any such person, firm or corporation harmless for providing any
such information to the City of Riverside.
Dated on behalf of said Company this KV f 20
Tyler Wesselman
Name:
Title Vice President
State of \tSC l A-1,, )
)ss
County of -- !� )
BEFORE ME,the undersigned notary,personally appeared . Cl
who being duly sworn,deposes and says that he or she is theUVC-e— s' of
\tea, ( f-),('�:> ,that he/she has been authorized by such
company Cocomplete the foregoing statement,and that the answers to the foregoing questions and all
statements therein contained are true and correct.
Subscribed and sworn to me before this s2i;Z�day of�1 � A ,20 kn\
' L��— Q
My commission expires: Notary Public
SHELLEY FINNELL
Notary Public- Notary Seal
24 STATE OF MISSOURI
Jackson County
My Commission Expires Nov 11, 2021
Commission 0 13890510
AFFIDAVIT for WORK AUTHORIZATION
(as required by Section 285.530,Revised Statutes of Missouri)
As used in this Affidavit,the following terms shall have the following meanings:
EMPLOYEE:Any person performing work or service of any kind or character for hire within the State of Missouri.
FEDERAL WORK AUTHORIZATION PROGRAM: Any of the electronic verification of work authorization
programs operated by the United States Department of Homeland Security or an equivalent federal work authorization
program operated by the United States Department of Homeland Security to verify information of newly hired employees,
under the Immigration Reform and Control Act of 1986(IBCA),P.L.99-603.
KNOWINGLY:A person acts knowingly or with knowledge,
(a)with respect to the person's conduct or to attendant circumstances when the person is aware of the nature of the person's
conduct or that those circumstances exist;or
(b)with respect to a result of the person's conduct when the person is aware that the person's conduct is practically certain
to cause that result.
UNAUTHORIZED ALIEN:An alien who does not have the legal right or authorization under federal law to work in the
United States,as defined in 8 U.S.C. 1324a(h)(3).
State of �� )
County of_ ) ss:
BEFORE ME, the undersigned notary, personally appeared Tyler W e s s e l m a n who, being duly
sworn, states on his/her oath or affirmation as follows:
M
T i e r ICU e
Et, a e s s e I m a n and I am currently the Vice President of
�� ,a U01 1011 (hereinafter "Contractor"), whose business address is
and I am authorized to make this Affidavit.
2.1 am of sound mind and capable of making this Affidavit, and am personally acquainted with the facts stated
herein.
3. Contractor is enrolled in and participates in a federal work authorization program with respect to the employees
working in connection with the following services contracted between Contractor and the City of Riverside: 2019
JUMPING BRANCH TRAIL(Project No.205-047).
4.Contractor does not knowingly employ any person who is an unauthorized alien in connection with the
contracted services set forth above.
5.Attached hereto is documentation affirming Contractor's enrollment and participation in a federal work
authorization program with respect to the employees working in connection with the contracted services.
Further,Affiant sayeth not. i
Signature of Afflant
Printed Name: Tyler WesSnlman
Subscribed and sworn to before me this of da of� ,20
Notary Public
*PLEASE NOTE: Acceptable enrollment and participation documentation consists of the following 2 pages of the E-Verify
Memorandum of Understanding: (1)a valid,completed copy of the first page identifying the Contractor;and (2)a valid copy of the
signature page completed and signed by the Contractor,and the Department of Homeland Security—Verification.
SHELLEY FINNELL
Notary Public- Notary Seal
25 STATE OF MISSOURI
Jackson County
My Commission Expires Nov. 11, 2021
Commission# 13890510
Company ID Number: 660693
THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION
MEMORANDUM OF UNDERSTANDING
ARTICLE I
PURPOSE AND AUTHORITY
This Memorandum of Understanding (MOU) sets forth the points of agreement between the
Department of Homeland Security (DHS) and Mega Industries Corporation (Employer) regarding
the Employer's participation in the Employment Eligibility Verification Program (E-Verify). This
MOU explains certain features of the E-Verify program and enumerates specific responsibilities
of DHS, the Social Security Administration (SSA), and the Employer. E-Verify is a program that
electronically confirms an employee's eligibility to work in the United States after completion of
the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E-
Verify is used to verify the employment eligibility of all newly hired employees and all existing
employees assigned to Federal contracts or to verify the entire workforce if the contractor so
chooses.
Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration
Reform and Immigrant Responsibility Act of 1996 (11RIRA), Pub. L. 104-208, 110 Stat. 3009; as
amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal
contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility
Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as
a "Federal contractor with the FAR E-Verify clause") to verify the employment eligibility of
certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive
Order 12989, as amended.
ARTICLE II
FUNCTIONS TO BE PERFORMED
A. RESPONSIBILITIES OF SSA
1. SSA agrees to provide the Employer with available information that allows the Employer to
confirm the accuracy of Social Security Numbers provided by all employees verified under this
MOU and the employment authorization of U.S. citizens.
2. SSA agrees to provide to the Employer appropriate assistance with operational problems that
may arise during the Employer's participation in the E-Verify program. SSA agrees to provide
the Employer with names, titles, addresses, and telephone numbers of SSA representatives to
be contacted during the E-Verify process.
3. SSA agrees to safeguard the information provided by the Employer through the E-Verify
program procedures, and to limit access to such information, as is appropriate by law, to
individuals responsible for the verification of Social Security Numbers and for evaluation of the
E-Verify program or such other persons or entities who may be authorized by SSA as governed
Page 1 of 13 1 E-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify
f 1
a.w
".,,E-VerifV.
Company ID Number: 660693
To be accepted as a participant in E-Verify, you should only sign the Employer's Section
of the signature page. If you have any questions, contact E-Verify at 888-464-4218.
Employer Mega Industries Corporation
Jacob Kendrick
Name(Please Type or Print) ltle
Electronical/ Signed ,04/09/2013
Signature Date
Department of Homeland Security—Verification Division
SCIS Verification Division
Name(Please Type or Print) itle
Electronically Signed 104/09/2 13
Signature at
Information Required for the E-Verify Program
Information relating tour Company:
Company Name:Mega Industries Corporation
Company Facility Address:1491 Iron Street
North Kansas City,MO 64116
Company Alternate
Address:
County or Parish: CLAY
Employer Identification
Number: 31619677
Page 12 of 13 1 E-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify
! 1
Company ID Number: 660693
North American Industry
Classification Systems
Code: 237
Administrator:
Number of Employees: 20 to 99
Number of Sites Verified
for: 1
Are you verifying for more than 1 site? If yes, please provide the number of sites verified for
in each State:
WSSOURI 1 site(s)
Information relating to the Program Administrator(s) for your Company on policy
questions or operational problems:
Name: Jacob P Kendrick
Telephone Number: (816)472-8722 Fax Number: (816)472-6722
E-mail Address: jkendrick@megakc.com
Page 13 of 13 1 E-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify
t i
AGREEMENT
BETWEEN
CITY OF RIVERSIDE, MISSOURI AND
Contractor: MEGA Industries Corporation
FOR
COMPLETION OF
2019 JUMPING BRANCH TRAIL
Project No. 205-047
RESOLUTION NO.: 2019-096
CONTRACT PRICE: $856,782.00
26
j 11
AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR
2019 JUMPING BRANCH TRAIL
Project No: 205-047
THIS AGREEMENT, made and entered into as of the;ZV day of August, 2019, by and
between the City of Riverside, Missouri ("City"), and MEGA Industries Corporation ("Contractor"),
shall govern all Work to be provided by Contractor for City on the Project.
WHEREAS, City, under the provisions of Resolution No. 2019-096, duly approved on the 20th
day of August, 2019 and by virtue of the authority vested in City by the general ordinances of City,
intends to enter into one or more contracts for the Project; and
WHEREAS, the Mayor is authorized and empowered by City to execute contracts on behalf of
City, and the City Administrator ("Administrator") is authorized to perform Administrator's functions
set forth in this Agreement; and
WHEREAS, Administrator may designate one or more engineers, architects, or other persons to
assist Administrator in performing Administrator's functions under this Agreement; and
WHEREAS, City desires to enter into an agreement with Contractor to obtain labor, services,
materials, supplies, tools, equipment, supervision, management, and other items as set forth in this
Agreement; and
WHEREAS, Contractor represents that Contractor is equipped, competent, and able to provide
all the Work, in accordance with this Agreement;
NOW THEREFORE, in consideration of the mutual covenants and consideration herein
contained, IT IS HEREBY AGREED by City and Contractor as follows:
ARTICLE I
DEFINITIONS
As used in this Agreement and the other Contract Documents, the following words and phrases
shall have the respective meanings set forth below. Any capitalized terms used but not defined in this
Agreement shall have the meanings given to such terms in the other Contract Documents.
A. "Administrator"has the meaning set forth in the recitals of this Agreement.
B. "Application for Payment" has the meaning set forth in Article VI, Paragraph A of this
Agreement.
C. "City"has the meaning set forth in the preamble of this Agreement.
D. "Change Order" means a change to the Project, which has been approved in accordance
with the terms of this Agreement, specifically including, without limitation, the requirements set forth
in Article VII of this Agreement.
27
1 '
E. "Contract Amount"has the meaning set forth in Article III,Paragraph A of this Agreement.
F. "Contract Documents" has the meaning set forth in Article V, Paragraph A of this
Agreement.
G. "Contractor" has the meaning set forth in the preamble of this Agreement.
H. "Design Engineer" means the following Design Engineer to the City of Riverside,
Missouri: HDR Engineering, Inc., Darin Splittgerber; Darin.Splitteg rber@hdrinc.com.
1. "Notice to Proceed"has the meaning set forth in Article IV,Paragraph A of this Agreement.
J. "Project" means the building, facility, and/or other improvements for which Contractor is
to provide Work under this Agreement. The Project may also include construction by City or others.
K. "Resident Project Representative" means the following employee of the City of Riverside
who shall manage the Project on behalf of the City: Travis Hoover - thoover@riversidemo.com 816-
372-9004.
L. "Subcontractor" means a person, firm or corporation supplying labor and materials or only
labor for the Work for, and under separate contract or agreement with,the Contractor.
M. "Substantial Completion" means 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.
N. "Work"or"Work on the Project"means 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.
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.
28
I 1
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 Resident Project Representative 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 Resident Project Representative may recommend, but cannot approve Change
Orders resulting in an increase in time of performance or payments due to Contractor. The Resident
Project Representative 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 Resident Project
Representative will not be responsible for the construction means, controls, techniques, sequences,
procedures or construction safety.
D. Contractor may be furnished additional instructions and detail drawings by the Resident
Project Representative, as necessary to carry out the Work required by the Contract Documents. The
additional drawings and instructions thus supplied will become a part of the contract drawings, and the
Contractor shall carry out the Work in accordance with the additional detail drawings and instructions.
ARTICLE III
CONTRACT AMOUNT
A. Provided Contractor performs all Work in accordance with the Contract Documents and
complies fully with each and every obligation of Contractor under the Contract Documents, City shall
pay Contractor the sum of Eight Hundred Fifty Six Thousand Seven Hundred Eighty Two Dollars
($856,782.00). This amount shall include all costs, permit fees, profit, overhead, expenses, taxes, and
compensation of every kind related to the Work, and shall be referred to as the "Contract Amount."
B. The Contract Amount is subject to final determination of Work performed at unit prices set
forth in the Bid for Unit Price Contracts completed by Contractor. The quantities of unit price Work set
forth in Contractor's Bid for Unit Price Contracts are estimates only, are not guaranteed, and are solely
for the purpose of comparing bids and determining an initial Contract Amount. Unless otherwise stated
elsewhere in the Contract Documents, (1) determination of the actual quantities and classifications of
unit price Work performed will be made by City and (2) final payment for all unit price items set forth
in Contractor's Bid for Unit Price Contracts will be based on actual quantities as determined by City.
The Contractor is responsible for verifying the unit quantities before excavation and/or installation at the
Project site. Contractor shall identify and notify the City of any variance in unit quantities in excess of
ten percent (10%) of the amount set forth in Contractor's Bid for Unit Price Contracts IN ADVANCE
of performing the Work. Any increase in quantities of materials or Work performed as a result of over-
excavation by Contractor will not be compensated.
C. Payment of the Contract Amount shall be full compensation for all labor, services,
materials, supplies,tools,equipment,supervision,management,and anything else necessary to complete
the respective items in place, in full compliance with all requirements set forth in the Contract
Documents. All costs, permit fees, profit, overhead, expenses, taxes, and compensation of every kind
related to the Work are included in the Contract Amount. No labor, services, materials, supplies, tools,
29
1 `
equipment, supervision, management, or anything else required by the Contract Documents for the
proper and successful completion of the Work shall be paid for outside of or in addition to the Contract
Amount. The Work set forth in the Contract Amount shall be itemized in Contractor's Bid for Unit Price
Contracts. All Work not specifically set forth in Contractor's Bid for Unit Price Contracts as a separate
pay item is a subsidiary obligation of Contractor, and all costs, permit fees, profit, overhead, expenses,
taxes and compensation of every kind in connection therewith are included in the Contract Amount set
forth in Contractor's Bid for Unit Price Contracts.
D. THIS AGREEMENT IS SUBJECT TO THE CITY ORDINANCES, AND PAYMENT
SHALL BE LIMITED TO THE AMOUNT OF PARTICULAR APPROPRIATION FOR THE WORK
BY THE BOARD OF ALDERMEN. THE TOTAL PAYMENT UNDER THIS AGREEMENT
SHALL NOT EXCEED THE APPROPRIATION CONTAINED IN THE 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, no later than 01/14/2020 or 150 Calendar Days from Notice to Proceed. The
Contractor will proceed with the Work at such rate of progress to ensure 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$500.00 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 $500.00 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 the City for such
delays. Recovery of liquidated damages is not City's exclusive remedy for Contractor's failure to
30
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 provided that 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 15 ground level digital shots
2. Construction photos of significant changes - minimum of 15 ground level digital shots
3. Post Construction photos - minimum of 15 ground level digital shots
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 the Work on the date so fixed. The Contractor will be allowed an increase in the contract price
31
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 Resident Project Representative 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 Resident Project Representative 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 Resident Project Representative. 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 Resident Project
Representative'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 Resident Project Representative 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. Resident Project Representative'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 Resident Project
Representative.
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 Resident Project Representative. Materials, supplies or equipment
to be incorporated into the Work shall not be purchased by the Contractor or by any Subcontractor subject
32
1 i
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 Resident Project Representative timely
notice of readiness. The Contractor will then furnish the Resident Project Representative the required
certificates of inspection, testing approval. Inspections, tests or approvals by the Resident Project
Representative or others shall not relieve the Contractor from the obligation to perform the Work in
accordance with the requirements of the Contract Documents. The Resident Project Representative and
the City's representatives 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 Resident Project Representative it must,
if requested by the Resident Project Representative, be uncovered for the Resident Project
Representative's observation and replaced at the Contractor's expense. If the Resident Project
Representative considers it necessary or advisable that covered Work be inspected or tested by others,
the Contractor, at the Resident Project Representative's request,will uncover,expose or otherwise make
available for observation, inspection or testing as the Resident Project Representative 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 Project site all
Work rejected by the Resident Project Representative 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 City 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
33
1
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. 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.
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, before bidding the Project, 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. Excavating for foundations of surface structure:
buildings, bridges, tanks, towers, retaining walls and other types of surface structures. 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. Any claim of the Contractor for adjustment hereinafter shall not be allowed unless the
required written notice has been given; provided that the City may, if the City determines the facts so
34
justify consider and adjust any such claims asserted before the date of the final payment. Excavating for
below-surface structures: water mains, sewers, power and telephone cables and other types of below
surface structures. No extra compensation will be paid for rock excavation or varying geologic features
encountered on the Project, unless so shown as a Bid for Unit Price Contracts. If man-made hazards are
encountered by the Contractor, excluding utilities, which are not visible from the surface, such as buried
concrete foundations, buried garbage dumps that cannot be by-passed and requires additional Work
consult the Resident Project Representative.
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, are hereby incorporated into this
Agreement, and form the entire agreement between City and Contractor, and are referred to as 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
35
7 �
17. CERTIFICATE FOR SUBSTANTIAL COMPLETION
18. AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW
19. CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
20. SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
21. ENGINEER/CONSULTANT CERTIFICATE for Acceptance & Final Payment
22. CERTIFICATE OF CITY'S ATTORNEY
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 in accordance with the terms hereof in
substantially the form attached hereto as Exhibit H (an "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 Payment to the Resident Project Representative. In addition to the amount of
payment requested in the Application for Payment, each Application for Payment 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 for Payment 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 for Payment 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 for Payment, or return the Application for Payment 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.
36
� T
C. All payments under this Agreement shall be made only upon the approval of Resident
Project Representative and Administrator. Resident Project Representative shall review each
Application for Payment and certify for payment such amounts as Resident Project Representative
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 unforeseen
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 an Application for Payment, 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 Resident Project Representative'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 for Payment, 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
Application for Payment 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 a
final Application for Payment, all requirements of the Contract Documents are complied with, and
Resident Project Representative 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 of Acceptance, 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 final Application for
Payment as claimed by Contractor. All claims not identified in the final Application for 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,
37
4
3. Failure to make payments to Subcontractors or suppliers,
4. Reasonable evidence that all Work cannot be completed for the unpaid balance of
the Contract Amount,
5. Damage by Contractor or Subcontractors or suppliers to property of City or others,
6. Contractor's breach of this Agreement, or
7. Contractor's failure to provide requested documentation.
J. The Contractor shall,at the request of City,furnish satisfactory evidence that all obligations
to Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts
thereof, equipment, tools and all supplies incurred in the furtherance of the performance of the Work
have been paid, discharged or waived. If Contractor does not pay Subcontractors or suppliers for labor
and/or material properly provided, City may, but shall not be required to, pay Subcontractors and
suppliers directly. Any payments made to Subcontractors and suppliers shall be charged against the
Contract Amount. City shall not be liable to Contractor for any such payments made in good faith. This
provision shall not confer any right upon any Subcontractor or supplier to seek payment directly from
City.
K. Notwithstanding any other provision for payment contained herein, in the event the
Missouri Department of Labor and Industrial Relations has determined that a violation of Section
292.675 RSMo has occurred and that a penalty shall be assessed, the City shall withhold and retain all
sums and amounts due and owning when making payments to Contractor under this Agreement.
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.
38
� T
C. If a change to the Work causes an increase or decrease in the time required for Contractor's
performance, an equitable adjustment to the time for performance shall be made.
D. A change in the Contract Amount or the time for performance of the Work shall be
accomplished only by written Change Order, which shall state the increase or decrease, if any, in the
Contract Amount or the time for performance.No course of conduct or dealings between the parties,nor
express or implied acceptance of alterations or additions to the Work, and no claim that City has been
unjustly enriched by any alteration or addition to the Work, whether or not there is, in fact, any such
enrichment, shall be the basis of any claim to an increase in any amounts due under the Contract
Documents or a change in the time for performance of the Work.
E. Agreement on any Change Order shall constitute a final settlement of all matters relating
to the change in the Work that is the subject of the Change Order, including but not limited to all direct
and indirect costs associated with such change and any and all adjustments to the Contract Amount and
time for performance of the Work.
F. If Contractor is delayed or interfered with at any time in the commencement or prosecution
of the Work by an act or neglect of City,an employee,officer,or agent of City,or an architect or engineer
or separate contractor engaged by or on behalf of City, or by changes ordered in the Work, an act of
God, fire, or other cause over which Contractor has no control and that Contractor could not reasonably
anticipate, the time for performance of the Work shall be equitably extended, provided that Contractor
gives notice as provided for in Paragraph G below.
G. Any claim by Contractor for additional time or money for the performance of the Work,
including but not limited to any claim based on or arising out of an addition to, deletion from, or other
change to the Work and/or delay to or interference with commencement or prosecution of any of the
Work, shall be submitted to City's designated representative within five (5) working days of the
beginning of the event for which the claim is made or on which it is based. If any claim is not submitted
within the five-day period, it shall be deemed waived.
H. No change or claim, nor any delay or dispute concerning the determination of any increase
or decrease in the amount of time and money for the performance of the Work, shall excuse Contractor
from proceeding with prosecution of the Work, including any Work as changed.
ARTICLE VIII
INSURANCE
A. Contractor shall, at all times during the performance of any of the Work, maintain not less
than the following insurance coverages and amounts:
1. COMMERCIAL GENERAL LIABILITY - Contractor shall provide coverage for
Contractor, City, its employees, officers, and agents, and any architects, engineers, or
other design professionals engaged by or on behalf of City against claims for damage
to property and/or illness of, injury to, or death of any person or persons 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:
39
i S
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. OWNERS PROTECTIVE LIABILITY — Contractor shall purchase, maintain and
deliver to the City for operations of the Contractor of any Subcontractor in connection
with execution of the agreement Owner's Protective Liability insurance in the same
minimum amounts as required for Commercial General Liability Insurance above.
3. 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.
4. 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 "A-" 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
40
s •
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
one (1) year 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
41
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.
42
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 Agreement or in any part hereof. No officer, employee, architect, attorney, engineer, or inspector
of or for the City 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 Agreement or in any part thereof, any material
supply contract, subcontract, insurance contract, or any other contract pertaining to the Project.
ARTICLE XII
RECORDS REGARDING PAYMENT
For a period of at least two(2)years after final payment to Contractor, Contractor shall maintain,
in accordance with generally accepted accounting principles, such records as are necessary to
substantiate that all Applications for Payment hereunder were valid and properly chargeable to City. For
lump sum contract Work, the records shall demonstrate that the City was billed at appropriate times for
proper percentages of completion and for payments to Subcontractors and suppliers. For any Work,
including extra Work, not charged on a lump sum basis,the records to be maintained hereunder include
but are not limited to all contracts, subcontracts,material bills, correspondence, accounting records,time
sheets, payroll records, canceled checks, orders, and invoices pertaining to City's account. City or its
representative shall, upon reasonable prior notice to Contractor, be given the opportunity to audit these
records at any time during normal business hours to verify the accuracy of Contractor's invoices and
charges.
43
ARTICLE XIII
NOTICES
A. The following persons are designated by the respective parties to act on behalf of such
party and to receive all written notices and Applications for Payment:
If to the City: If to the Contractor:
Travis Hoover Name: Tyler Wesselman
2950 NW Vivion Rd. Title: Vice President
City of Riverside, MO Street Address: 1491 Iron Street
Riverside, MO 64150 City, State Zip: North Kansas City, MO 64116
thoover�3a,riversidemo.com Email:ILler@megakc.com
with a copy to:
HDR Engineering, Inc.
Darin Splittgerber
10450 Holmes Rd, Suite 600
Kansas City, MO 64131-3471
Darin.Splittgerber(c0hdrinc.com
B. Any notice required by the Contract Documents to be given in writing or that either City or
Contractor wishes to give to the other in writing shall be signed by or on behalf of the party giving notice.
The notice shall be deemed to have been 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.
C. Contractor's designated representative shall be available to meet with City at any time
during the performance of the Work and shall have full authority to act on Contractor's behalf on any
matter related to this Agreement and/or the Work.
ARTICLE XIV
DEFAULT AND TERMINATION
A. If Contractor fails to comply,becomes unable to comply, or with reasonable probability(as
determined solely by City) will become unable to comply with any of Contractor's obligations under the
Contract Documents, including but not limited to (1) failure at any time to 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
44
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 Resident Project Representative 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
45
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 strictly with all federal, state, and local laws, ordinances, rules,
regulations, orders, and the like applicable to the Work, including, but not limited to any applicable
prevailing wage and prompt payment laws and all U.S. Army Corps of Engineers guidelines, rules,
regulations, and criteria for Work within or adjacent to a flood control project area. Contractor shall
secure all permits from public and private sources necessary for the fulfillment of Contractor's
obligations under the Contract 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.
46
t
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. EXCESSIVE UNEMPLOYMENT. During periods of excessive unemployment (any
month immediately following two consecutive calendar months during which the level of unemployment
in the state has exceeded five percent(5%) as measured by the United States Bureau of Labor Statistics)
only Missouri labors (persons who have resided in Missouri for at least thirty days and intend to become
or remain Missouri residents) and laborers from non-restrictive states (persons who are residents of a
state which has not enacted state laws restricting Missouri laborers from working on public works
projects in that state, as determined by the Labor and Industrial Relations Commission), may be
employed under the contract, except that other laborers may be used when Missouri laborers or laborers
from nonrestrictive states are not available, or are incapable of performing the particular type of work
involved, if so certified by the Contractor and approved by the City.
C. 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.
D. 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.
47
1 1
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 Agreement 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 enter into other contracts in connection with the 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 enter into 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.
48
f f
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 shall guarantee all materials and equipment furnished and Work
performed for a period of one (1) year from the date of completion and acceptance of the Work. 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 Agreement.
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
49
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 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
50
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 its 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
51
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 ten (10) 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. 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 ten(10) 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.
52
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 this Agreement 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 this Agreement 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.
53
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]
54
A l
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their
authorized representatives.
APPROVED AS TO FORM:
ATTORNEY.•
By:
Attorney,jau A , Cam 61
COUNTERSIGNED BY:
CITY P UR CHA SINGAGENT:
By:
7Bri E. Kora
Ci Adminis ator
CITY OF RIVERSIDE:
at een . Rose, Mayor ATT T:
4a
_ Robin Kincaid, City Clerk
CONTRACTOR:,
_ l .I Q,�. �ndus�fcis �.Bf oa✓u�'�'ah
By: T
(Signature)
Printed Name: T%. er 61t%drAaM
Title: q1 U_ Pre 5144
INTTES
idniv►l-
ATTES
r
SECRETARY, C aig Bridgeman, COO
(Name Printed)
55
EXHIBIT A Bond No. 2294009
PERFORMANCE BOND
FOR THE FAITHFUL PERFORMANCE of each of the teens and stipulations of the AGREEMENT
between the CITY OF RIVERSIDE and CONTRACTOR, for construction of 2019 JUMPING
BRANCH TRAIL (205-047), dated August 20, 2019, designated Resolution No. 2019-096, in every
particular, MEGA Industries Corporation, as Principal, and
North American Specialty Insurance Company , as Surety, hereby firmly bind
themselves and their respective heirs, executors, administrators, successors, and assigns, jointly and
severally, unto the City of Riverside, Missouri, ("City") in the total aggregate penal sum of Eight
Hundred Fifty Six Thousand Seven Hundred Eighty Two Dollars ($856,782.00) lawful money of the
United States, by these presents:
THE CONDITION OF THIS OBLIGATION is such that in the event Principal shall faithfully
and properly complete the Work required by the Contract Documents described in the Agreement and
perform all of its duties, obligations, covenants, and conditions pursuant to the terms of the Contract
Documents during the original term thereof, and any extensions thereof which may be granted by the
City, including, without limitation, all warranty obligations and duties and if the Principal shall satisfy
all claims and demands incurred under such Agreement, and shall fully indemnify and hold harmless the
City from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse
and repay the City for all outlay and expense which the City may incur in making good any default,then
this obligation shall be void, otherwise to remain in full force and effect.
PROVIDED FURTHER, Surety hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract Documents or to the Work to be performed thereunder
or the specifications accompanying the same shall in any way affect its obligation on this Bond, and it
does hereby waive notice of any such change, extension of time, alteration or addition to the terms of
the Contract Documents or to the Work or to the specifications.
PROVIDED FURTHER, that it is expressly agreed that the bond shall be deemed amended
automatically and immediately, without formal and separate amendments hereto, upon amendment to the
Agreement not increasing the Agreement price more than twenty percent (20%), so as to bind the Principal
and the Surety to the full and faithful performance of the Agreement as so amended.The term"Amendment",
56
1
wherever used in this bond,and whether referring to this bond or the Agreement, shall include any alteration,
addition, extension, or modification of any character whatsoever.
The Performance Bond above is accepted by the City this 20th day of August , 20 19.
Mega Industries Corporation
1491 Iron Street
North Kansas City MO 64116
CONTRACTOR AS PRINCIPAL
By: rJen
(Signature)
Printed Name: Tyler Wesselman
Title: Vice President
1
I hereby certify that (1) I have authority to execute
this document on behalf of Surety; (2) Surety has an
A.M. Best rating of A- or better; (3) Surety is named
in the current list of Companies Holding Certificates
of Authority as Acceptable Sureties on Federal Bonds
and Acceptable Reinsuring Companies: as published
in Circular 570 (most current revision) by the
Financial Management Service, Surety Bond Branch,
U.S. Department of the Treasury; and (4) Surety is
duly licensed to issue bonds in the State of Missouri
and in the jurisdiction in which the Project is located.
North American Specialty Insurance Company
1200 Main Street,Suite 800
Kansas City,MO 64105
SURET urety Phone o.603-644-6600
By: A ej
( ignature) _
Printed Name: Susan E. Miranda - - -
Title: Attorney-in-Fact _
Date: August 23,2019 -
Note:
• Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT.
• If Contractor is a partnership, all partners must execute the Bond.
SURETY POWER OF ATTORNEY MUST BE ATTACHED
57
SWISS RE CORPORATE SOLUTIONS
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under
laws of the State of New Hampshire,and having its principal office in the City of Kansas City,Missouri,and Washington International Insurance
Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Kansas
City,Missouri,each does hereby make,constitute and appoint:Susan E. Miranda
Principal: Mega Industries Corporation Bond Number: 2294009
Obligee: City Of Riverside, Missouri Bond Amount: See Bond Form
Bond Description:2019 Jumping Branch Trail; Project No. 205-047
Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by
law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: FIFTY MILLION($50,000,000.00)DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 9th of May,2012:
"RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President,
the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of thein
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached."
`\Q G\tAUTY�HSG���� LS auumZIOmA[uii-0n
R Sr�,OPP�Rif:G9 ���Q p..S111��
R'.may% By #/l.GO Rgj�.G o
~ - SEAI. Eey7= Steven P.Anderson,Senior Vice President of Washington International Insurance Company 3=' $�L a
�2. a
w;Z 1973 Qcufo &Senior Vice President of North American Specialty Insurance Company =07 rm e
4N9 ip� ...........
�F
///NIIIIItltlt�� Michael A.IItto,Senior Vice President of�ton�tional Insurance Company ��o rant*m......P`
&Senior Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 1 st day of February , 2019
North American Specialty insurance Company
Washington International Insurance Company
State of Illinois
County of Cook ss:
On this 1 st day of February 2019,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito,
Senior Vice President of Washington International Insurance Company and,Senior Vice President of North American Specialty Insurance
Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
OFFICIAL SEAL
M.KENNY
Notary Public-State of Illinois
My Commission Expires M.Kenny,Notary Public I
tvaazort
1, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect.
IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies--this -23rd day of August ,2019
'44frey Goldberg,ViN President&Assistant Secretary of
Washington Intema".ionall idsurance Company&North American Specialty Insurance Company
EXHIBIT B Bond No. 2294009
PAYMENT BOND
KNOW ALL PERSONS BY THESE PRESENTS: that MEGA Industries Corporation,
hereinafter called Principal, and North American Specialty Insurance Company, hereinafter called Surety,
are held and firmly bound unto the CITY OF RIVERSIDE, MISSOURI ("City"), and unto all persons,
firms and corporations who or which may furnish labor,or who furnish materials to perform as described
under the Agreement and Contract Documents more fully described below and to their successors and
assigns in the total aggregate penal sum of Eight Hundred Fifty Six Thousand Seven Hundred Eighty
Two Dollars ($856,782.00). in lawful money of the United States, for the payment of which sum well
and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that WHEREAS,the Principal entered into
a certain Agreement with the City, dated the 20th day of August, 2019, for the construction of 2019
JUMPING BRANCH TRAIL (205-047) approved by Resolution No. 2019-096;
NOW,THEREFORE,in the event Principal shall pay the prevailing hourly rate of wages for each
craft or type of worker required to execute the Work required by the Contract Documents described in
the Agreement in the locality as determined by the Department of Labor and Industrial Relations of
Missouri or by final judicial determination pursuant to the provisions of Sections 290.010 to 290.340
and 290.550 through 290.580, inclusive, of the Revised Statutes of Missouri, and shall timely pay to the
proper parties all amounts due for material, machinery, equipment and tools, consumed or used in
connection with the construction of such Work, and all insurance premiums, workers' compensation,
and all other kinds of insurance, on such Work, and for all labor performed in such Work whether by
Principal, Subcontractor, or otherwise, then this obligation to be void, otherwise to remain in full force
and effect, and the same may be sued on at the instance of any Subcontractor, material supplier, laborer,
mechanic, or other interested party, in the name of the City of Riverside, to the use of such parties, for
any breach of the considerations hereof.
Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to
the terms of the Contract Documents or to the Work to be performed thereunder shall in any wise affect
58
its obligation on this Bond, and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the Contract Documents or to the Work.
The Payment Bond above is accepted by the City this 20th day of August 920 19.
Mega Industries Corporation
1491 Iron Street
North Kansas City, MO 64116
CONTRACTOR AS PRINCIPAL
By: -
(Signat re)
Printed Name: Tyler Wesselmaw.
Title: Vice President
I hereby certify that (1) I have authority to execute
this document on behalf of Surety; (2) Surety has an
A.M. Best rating of A- or better; (3) Surety is named
in the current list of Companies Holding Certificates
of Authority as Acceptable Sureties on Federal Bonds
and Acceptable Reinsuring Companies: as published
in Circular 570 (most current revision) by the
Financial Management Service, Surety Bond Branch,
U.S. Department of the Treasury; and (4) Surety is
duly licensed to issue bonds in the State of Missouri
and in the jurisdiction in which the Project is located.
North American Specialty Insurance Company
1200 Main Street,Suite 800
Kansas City,MO 64105
SURET /—Surety Phone .603-644=6600'
By:
(Signature)
Printed Name: Susan E. Miranda -
Title: Attorney-in-Fact -
Date: August 23, 2019
Note:
• Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT
• If Contractor is a partnership, all partners must execute the Bond.
SURETY POWER OF ATTORNEY MUST BE ATTACHED
59
SWISS RE CORPORATE SOLUTIONS
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under
laws of the State of New Hampshire,and having its principal office in the City of Kansas City,Missouri,and Washington International Insurance
Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City or Kansas
City,Missouri,each does hereby make,constitute and appoint:Susan E. Miranda
Principal: Mega Industries Corporation Bond Number: 2294009
Obligee: City of Riverside, Missouri Bond Amount: See Bond Fonn
Bond Description: 2019 Jumping Branch Trail; Project No. 205-047
Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by
law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: FIFTY MILLION($50,000,000.00)DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 91h of May,2012:
"RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President,
the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of thele
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached."
`\gZG\Au7Y/4,SG L .0*"'nS10.... 4p2
By a:bek Pc2gTso
�? SEAL
10— Steven P.Anderson,Senior Vice President of Washington International Insurance Company SEAL 'S
Z 1973 tnOn` &Senior Vice President of North American Specialty Insurance Company =O t em`e
M11 ....•
By
.......kuTt�" •L��
Michael A.Ito,Senior Vice President of Washington International Insurance Company m'�rmnuinwat""�
&Senior Vice President of North American Specially Insurance Company
IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International insurance Company have caused their
official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 1 st day of February , 2019
North American Specialty insurance Company
Washington International Insurance Company
State of Illinois
County of Cook ss:
On this I st day of February 2019,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito,
Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance
Company,personally known tome,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
OFFICIAL SEAL
M.KENNY
Notary Public•State of Illinois
MyC mmission E pircs M.Kenny,Notary Public I
121044221
I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect.
IN WITNESS WHEREOF,i have set my Hand and affixed the seals of the Companies.ihis 23rd=day-of August 2019
Jeffrey GbIdberg,-Vice President&Assistant Secretary of
i
n6ton Intsmational'Insurance Company&North American Specialty Insurance Company
7 -.
i
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.
60
1
Missouri
Division of Labor Standards
WAGE AND HOUR SECTION
F
T Ke s
h fire►-i O
3 ,• o '11
�dP�u sure C7
`�y MnCCCXX �O
MICHAEL L. PARSON, Governor
Annual Wage Order No. 26
Section 083
PLATTE COUNTY
In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of
this Annual Wage Order has been filed with the Secretary of State as indicated below, any person
who may be affected by this Annual Wage Order may object by filing an objection in triplicate
with the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO 65102-
0599. Such objections must set forth in writing the specific grounds of objection. Each objection
shall certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449,
Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Annual
Wage Order has been filed with the Secretary of State of Missouri.
Original Signed by
Taylor Burks, Director
Division of Labor Standards
Filed With Secretary of State: March 8, 2019
Last Date Objections May Be Filed: April 8, 2019
Prepared by Missouri Department of Labor and Industrial Relations
Building Construction Rates for Section 083
PLATTE County
Basic
OCCUPATIONAL TITLE *'Date of Hourly
Increase Rates
Asbestos Worker $63.92
Boilermaker $67.29
Bricklayer $55.83
Carpenter $55.78
Lather
Linoleum Layer
Millwright
Pile Driver
Cement Mason $27.12'
Plasterer
Communications Technician $27.12*
Electrician Inside Wireman) $60.36
Electrician Outside Lineman $27.12*
Lineman Operator
Lineman-Tree Trimmer
Groundman
Groundman-Tree Trimmer
Elevator Constructor $27.12*
Glazier $27.12*
Ironworker $62.91
Laborer $44.83
General Laborer
First Semi-Skilled
Second Semi-Skilled
Mason $50.28
Marble Mason
Marble Finisher
Terrazzo Worker
Terrazzo Finisher
Tile Setter
Tile Finisher
Operating Engineer $56.10
Group I
Group II
Group III
Group III-A
Group IV
Group V
Painter $47.08
Plumber $67.20
Pie Fitter
Roofer $52.06
Sheet Metal Worker $64.62
Sprinkler Fitter $27.12*
Truck Driver $27.12*
Truck Control Service Driver
Group I
Group II
Group III
Group IV
'The Division of Labor Standards received less than 1,000 reportable hours as required by RSMo 290.257.4(b).
Public works contracting minimum wage is established for this occupational title using data provided by Missouri
Economic Research and Information Center,in accordance with RSMo 290.257.2.
**Annual Incremental Increase ANNUAL WAGE ORDER NO.26 3/19
s
Heavy Construction Rates for Section 083
PLATTE County
Basic
OCCUPATIONAL TITLE ** Date of Hourly
Increase Rates
Carpenter $27.12*
—Millwright
Pile Driver
Electrician Outside Lineman) $27.12*
Lineman Operator
Lineman -Tree Trimmer
Groundman
Groundman -Tree Trimmer
Laborer $47.49
General Laborer
Skilled Laborer
Operating Engineer $53.91
Group I
Group II
Group III
Group 1V
Truck Driver $46.87
Truck Control Service Driver
Group I
Group II
Group III
Group IV
Use Heavy Construction Rates on Highway and Heavy construction in accordance with the classifications of
construction work established in 8 CSR 30-3.040(3).
Use Building Construction Rates on Building construction in accordance with the classifications of construction
work established in 8 CSR 30-3.040(2).
If a worker is performing work on a heavy construction project within an occupational title that is not listed on the
Heavy Construction Rate Sheet, use the rate for that occupational title as shown on the Building
Construction Rate Sheet.
*The Division of Labor Standards received less than 1,000 reportable hours as required by RSMo 290.257.4(b).
Public works contracting minimum wage is established for this occupational title using data provided by Missouri
Economic Research and Information Center, in accordance with RSMo 290.257.2.
**Annual Incremental Increase ANNUAL WAGE ORDER NO. 26 3/19
OVERTIME
and
HOLIDAYS
OVERTIME
For all work performed on a Sunday or a holiday, not less than twice (2x) the prevailing
hourly rate of wages for work of a similar character in the locality in which the work is
performed or the public works contracting minimum wage, whichever is applicable, shall
be paid to all workers employed by or on behalf of any public body engaged in the
construction of public works, exclusive of maintenance work.
For all overtime work performed, not less than one and one-half(1'/2) the prevailing
hourly rate of wages for work of a similar character in the locality in which the work is
performed or the public works contracting minimum wage, whichever is applicable, shall
be paid to all workers employed by or on behalf of any public body engaged in the
construction of public works, exclusive of maintenance work or contractual obligation.
For purposes of this subdivision, 'overtime work" shall include work that exceeds ten
hours in one day and work in excess of forty hours in one calendar week; and
A thirty-minute lunch period on each calendar day shall be allowed for each worker on a
public works project, provided that such time shall not be considered as time worked.
HOLIDAYS
January first,
The last Monday in May;
July fourth;
The first Monday in September;
November eleventh;
The fourth Thursday in November; and
December twenty-fifth;
If any holiday falls on a Sunday, the following Monday shall be considered a holiday.
ANNUAL WAGE ORDER NO. 26 3/19
EXHIBIT D
Time for Completion
2019 JUMPING BRANCH TRAIL (Project No. 205-047)
Time for Completion: 01/14/2020 or 150 Calendar Days from Notice to Proceed
61
EXHIBIT E
SCOPE OF WORK for
2019 JUMPING BRANCH TRAIL (Proiect No. 205-047)
Contractor shall perform the following Work as more fully set forth in the Contract Documents:
All Work necessary to construct the 2019 JUMPING BRANCH TRAIL as shown on and in accordance
with the Technical Specifications and/or Drawings referred to in Exhibit F to the Agreement. The Work
in the Project shall include but is not limited to the following:
• Clearing and Grubbing
• Construction Staking
• Erosion Control
• Earthwork
• Concrete Paving
• Pedestrian Bridges
• Site Restoration and Seeding
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:
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 3`d party Special Inspections as required to demonstrate compliance with project
specifications, including but not limited to compaction and proof rolls and material testing.
5. Include all premium time/cost necessary to meet the schedule, including accelerated production
of submittals.
6. Include all surveying, layout and field engineering required for the performance of this work.
7. Provide digital photographs of the preconstruction, construction, and post construction site (see
Article IV Progress of Work/ Submittals (F) for specifics)
8. Provide all weather provisions to meet the schedule set forth in the contract documents.
9. Provide clean up associated with the contractors work. Site is to remain free of debris during the
construction process.
62
EXHIBIT F
TECHNICAL SPECIFICATIONS
2019 JUMPING BRANCH TRAIL (Proiect No. 205-047)
The following Specifications govern Contractor's performance of the Work:
ENUMERATION OF SPECIFICATIONS AND ADDENDA:
Following are the Specifications and Addenda governing the work, which form a part of this contract,
as set forth the Contract Documents:
SPECIFICATIONS:
Division 1 —General Requirements
Section Description
01040 COORDINATION
01060 STANDARD SPECIFICATIONS AND PLANS
01270 MEASUREMENT AND PAYMENT
01310 JOB SITE ADMINISTRATION
01320 CONSTRUCTION SCHEDULE
01330 SUBMITTALS
01410 TESTING LABORATORY SERVICES
01567 POLLUTION CONTROL
01570 TEMPORARY TRAFFIC CONTROL
Division 2—Site Work
Section Description
03100 MODOT TYPE 1 BASE
03200 TYPE 2 RIP RAP
03600 NORTH BRIDGE (LOW WATER CROSSING)
SOUTH PEDESTRIAN BRIDGE (PREFABRICATED STEEL TRUSS
05500 RIDGE)
ADDENDA:
No. Date
63
1
EXHIBIT G
CITY OF
RIVERSI
MISSOURI
Upstream from ordinary.
NOTICE TO PROCEED
DATE:
PROJECT: 2019 JUMPING BRANCH TRAIL
PROJECT NO.: 205-047
RESO: (approved )
TO: Contractor:
(address)
You are hereby notified to commence work on or after the day of , 2019 in accordance with
the Agreement dated
The date of substantial completion is 01/14/2020. The project shall be completed and ready for final
payment by 01/29/20.
CITY OF RIVERSIDE
BY:
Brian E. Koral, City Administrator
Receipt of the above NOTICE TO PROCEED is hereby acknowledged
BY:
(Signature) (Printed)
(Title) (Company)
this the day of , 2019.
64
EXHIBIT H
APPLICATION FOR PAYMENT
Continuation Sheet for Application for Payment
(Contact Capital Projects and Parks Manager, Noel Challis with the City of Riverside for an
electronic version nchallisna,riversidemo.com or by calling 816-372-9028)
r,rrr ry
PAY JMLIrATM ND- ;,Wlav
� IQE rb.exn. m..
`bW-�V R�Wa
�aocnr.
sa mVa►n and
ra..waammsaasm
a omcrr •aaam.m S - vm avmmorc s - ra,ra�xe�rat<ec e.e.u�ymeaea.
= acecw•a�8.oraea.S - Va.aca.dedmnrc S - ++r.sa.ee me�+nemaaaamearuatl,nr nr
a r�n.araans�.wr;ursy-un.�S -
♦ vwazcaf.uvfrm3tc S - aca.a,a:S - +neca�Rweeoamer.-.c+.�
s saoncaacm.a.:S - uo a.mcac..s S -
wxamao.xhaaci in S -
aam msmmsray.a,amvacan.w S - aauremva.r.s.chwaprymem-coram drtti cs,
•��a.e.noan. �
amacma.rm.n aa].�taambmvap6 ar.mrr.Y.
iaw�.beMigm �ia.1�lYA mvi.sv b�3emvCa@ WRslba�el.ladmm�CwvGM year.
®�m..,rnu�..x.na.ari.puw..m�pca.e nbrrhnwafareaY pff
mfpY.'Nffi»4>,,f� a:vm Rfa.e
lArortlp ♦am.eAama.n4araonW ��'�b6a Owaredbto CsralQ� �d
a]�a�m..mtlemYam+tl4mupkwmb c���•Cffialn.csedeta4YaRGv Dmc
wy.c bvcmeaw.r....n�•eawar p�aasaaabmmy4a pa!♦aCaYYvtl.b
er.nsam.�mmr..a..a•m..e.m...xr a •�vna.ava.am®,�4.mf�.rrcm-
cernamaraw�uau..ec..u�mm., e.�oem�coamaucaAanuHt tutn2v acro®o�anmwvrazes,so
.r.ca♦meraa�ctsuWmva.moanrnc� !�,-, c�ir�.pw�.�.d:
ppvnNt.rmvn.wN�rintLncm hasAbcv st6ca am
®n
ma�wacros: Q� ressra sZnd �..
ro.m. tabc arae
a,.a: eyue
mr air
ald—
rcn.a va c�.a yr s
mn' mlral WI Y .ammvt o.m�nL Amb tb aaa
0
1
a
s
a
a
i -
65
EXHIBIT I
CHANGE ORDER
(Contact Capital Projects and Parks Manager,Noel Challis with the City of Riverside for an
electronic version nchallis(i"Oiversidemoxom or by calling 816-372-9028)
C"OF
CHANGE ORDER NO. Page Nutt—. to_
���C(�71 =of Pgs A=d-r
M!i5GVRl Contractor Name: Da
K Prepare¢
Project Nath_
ProjectNumber
Cepa, The following changes to the original contract amount were required to cover cost incurred by the
Prn;cctla.:;tiorr Riverside,bfissouri Conaactor or to reflect savings realized by the Contractor as a result of a change in the actual
constructed quantifies from the estimated quantities shown on the Bid Proposal.
Comadrr Cont-=or Canoga or
Line t-m Na. Prrvias Prr— Prevgoa REOURID CHANGES IN PRESENT CONTRACT
Ifnit P6. Artwr4
Itm Desay[on tl Reason`ar(?ange Ctrdct(Pleasedsadte s2•n bHsn and thrn to,avrrdl reason for Ch.Vz Order) ?.%-.or Nwvor Nev,or
0.0 SODD um1)Requested by City 2)Untmorm Ste Co dto s 3)Not incorporated h pbns4s Otu ted kiUnd Pare Art.ra
$OLO 1S 50.00
W
50.00 10.03
50.00 Saw
50.00 MOO
50.00 $0.00
P. Taa SO.00 so C-1
A*sted Toil $0.0
Net Qaange SOM
Statement olContract
Orana:Ccr*aaAmu,nt SO.CU
Net A..La ofPreviots Addtas and Ltetacrs SOLO
NeeCamactA—=PriortoThs Rx}est SOLO
Amon t&This Request SOLO
Nen Cc,&..a A—um SBCO
Peroerd Chg.in Contract Amount =DIV,DI
DESIGN ENGINEER: CITY OF RIVERSIDE,MISSOURI:
C.-WMq, Trays Hoover agim Date
Ni Forded, City Administrator
sqr¢
Greg?.% STed OMI
Dal-:
CONTRACTOR: ON-SITE PROJECT MANAGER:
CONTRACTOR'S Certification for Chance Order. ON-SITE PROJECT MANAGER Certifrration for Change Order.
Tele tToa lgrea CONTRACTOR CeZfCS:tlTt�t:�,rges tn3=rda wthdt Cot Dooa-rM.fhe teeobSefwSgr6.3rd
0--Wrb aWa ad,rcYY55ay 11 aJ far Ile 0OfMV,CTOR b ft dab coml6N thb duTge order,me ort-=e project mamger aYGTes
T�"-d LlaleZ L^:n of lc ar.�z�,ppti'+;y ab C@Ve mym_OYRr3&Cillo ll'R hE4&doe onzihi�rojEQ ltOrtig2r5 bY1Mte6aE.
rain sa'_d above atz m:ea a^a rebs[J dk rat fcoravon aM be.e'dY above tefererced changes ora rlecessa:y n—to
rnpatid g1CFr us margo aw.r. pored%ith The ereatten of dle=Mao rugzrtcc.'s.and ttrd Vle 113L s
sffied attwe are correct vitt r Psct to the v,A a.tep had under t.darge order.
anpan,- catw„r
mine Ftrttal Nine Pron
soca gong
Da3T. Date:
66
� t
Cin of EXHIBIT J
<2nMA�
rl,ssoua' Certificate of Substantial Completion
(to be completed after substantial completion of the project)
Project Name: 2019 JUMPING BRANCH TRAIL Project#: 205-047
Re uestor 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 the City,
Contractor, and the 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 the City 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
The City's Amended Responsibilities:
Contractor's Amended Responsibilities:
67
x x
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 the City (Print& Sign) Date
68
1 �
EXHIBIT K
AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW
(to be completed at conclusion of project)
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 2019
JUMPING BRANCH TRAIL(Proiect No.205-047);
(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 , 20
Notary Public
My Commission expires:
69
r
EXHIBIT L
CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
(to be completed at conclusion of project)
2019 JUMPING BRANCH TRAIL (Project No. 205-047)
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 20_ 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
70
EXHIBIT M
SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
(to be completed at conclusion of project)
2019 JUMPING BRANCH TRAIL (Proiect No. 205-047)
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: S
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:
C_)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 120
My Commission Expires:
(Signature)
71
EXHIBIT N
ENGINEER/CONSULTANT'S CERTIFICATION
For Acceptance and Final Payment
(to be completed at conclusion of project)
City of Riverside, Missouri
Project Name: 2019 JUMPING BRANCH TRAIL
Project No: 205-047
Contractor:
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) Typed Name:
The work described above accepted by the consultant is hereby acknowledged and final
payment authorized.
Kathleen L. Rose, Mayor
(SEAL) Date:
Attest:
Robin Kincaid, City Clerk
cc: Contractor
72
r x
DIVISION 1 - GENERAL REQUIREMENTS
73
i
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 Resident Project Representative 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 City will obtain and pay for all necessary permits. Contractor shall be responsible for paying
any and all inspection fees.
E. Project Coordination Meetings: In addition to the above said coordination responsibilities, the
Contractor shall attend construction progress meetings with the Resident Project Representative
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
A. General: The work shall conform to the plans and contract specifications as outlined. The
standard specifications and plans which govern this work are listed below. In case of conflict,
the specifications listed in this document shall take precedence over those listed in the stated
Standard Specifications.
B. Standard Specifications: Except where noted otherwise, the work shall conform to the latest
edition of the Kansas City Metropolitan Chapter of APWA Standard Specifications and Design
Criteria, Division II (APWA Standard Specifications).
74
� k
Kansas City Metropolitan Chapter of the American Public Works Association (APWA)
Specifications:
Section 2100 Grading & Site Preparation
Section 2150 Erosion& Sediment Control
Section 2200 Paving
Section 2300 Incidental Construction
Section 2400 Seeding and Sodding
Section 2500 Sanitary Sewers
Section 2600 Storm Sewers
Section 2700 Structures
Section 2800 Street Lights
Section 2900 Water Lines
The referenced APWA Standard Specifications are available at the following website:
http://kcmetro.apwa.net/Pap,eDetails/439.
01270 MEASUREMENT AND PAYMENT
A. The quantities as given in the Itemized Proposal are not guaranteed to be the exact or total
quantities required for the completion of the Work shown on the drawings and described in the
specifications. Increases or decreases may be made over or under the Itemized Proposal
estimated quantities to provide for needs that are determined by the Owner during the process of
the Work. Contract unit prices shall apply to such increased or decreased quantities. The Bidder
is warned against unbalancing his bid, since the unit prices will apply to deductions as well as
additions. The Owner has the privilege of omitting or adding to any unit items in the Bid Form.
B. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise,
on account of any difference between the amounts of Work actually performed and materials
actually furnished and the estimated amounts thereof. The Owner will not pay for or be
responsible for unused materials which may have been ordered by the Contractor in accordance
with the estimated quantities listed in the Bid Form.
C. It is the intent of the Contract Documents that all costs in connection with the Work, including
furnishing of all materials, equipment, supplies and appurtenances; providing all construction
plant, equipment, and tools; and performing of all necessary labor to fully complete the Work,
shall be included in the unit and lump sum prices named in the Itemized Proposal. No item of
Work that is required by the Contract Documents for the proper and successful completion of the
Contract will be paid for outside of or in addition to the prices submitted in the Itemized Proposal.
All Work not specifically set forth in the Bid Form as a pay item shall be considered a subsidiary
obligation of the Contract, and all cost in connection therewith shall be included in the process
named in the Itemized Proposal.
D. If item does not appear in the Itemized Proposal, or if said item is a part of another item listed in
the Itemized Proposal, it will not be measured for payment.
75
E. Whenever in the Itemized Proposal there is a discrepancy between unit prices and extensions or
totals, the unit prices will govern, and the extensions or totals will be corrected accordingly.
F. Items for payment will be measured in accordance with the stipulations of these specifications
and as further shown on the drawings. Pay limits given are maximum, and where actual
quantities of work items are less than as computed by said pay limits,the Contractor will be paid
only for the actual quantities.
G. Payment will be made as the sum of the following:
1. Final authorized quantity of each item in the Itemized Proposal multiplied by the
contract unit price therefore.
2. Lump sum payment for each item so listed in the Bid Form, at the contract lump
sum price therefore.
3. Any special payment or adjustment,plus or minus,as provided for in the Agreement.
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.
76
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.
The shop drawings shall be distributed as follows: One (1) copy for the City and one (1) copy
for the prime Contractor. The Contractor shall supply additional copies as necessary for any
subcontractors.
Submittals for equipment and materials shall include reference to indicate where it is to be used;
whether by tag number, specification paragraph, or description of use.
Approval of shop drawings will be for conformance with the design concept of the project and
for compliance with the information given in the Technical Specifications. The approval of a
separate item, as such, will not indicate approval of the assembly in which the item functions.
01410 TESTING LABORATORY SERVICES
A. General: Work under this item shall consist of furnishing all materials, labor and equipment
necessary for a private testing laboratory to provide the material testing for items incorporated
into the project. The tests, frequency and reports required to confirm contract compliance shall
be as specified in the APWA Standard Specifications unless otherwise noted below.
One copy of the test results shall be submitted to the Owner electronically within 24 hours of the
test completion.
The testing lab must be agreed upon by the Contractor and the Owner.
B. Payment: No direct payment shall be made. This item shall be considered subsidiary to the bid
items of the materials being tested.
77
01567 POLLUTION CONTROL
No open burning will be permitted. See Section 2150 of KCAPWA for erosion and sediment
control, Section 2400 of KCAPWA for seeding/sodding.
Contractor is responsible for maintaining and updating site specific Stormwater Pollution
Prevention Plan.
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.
C. Payment: No direct payment shall be made. This item shall be considered subsidiary.
78
DIVISION 2 - SITEWORK
tollijllilo
O F IMjs/w/
DP,. ,�� %� �
LIRBER Uig
*_ 06-12-2019
NUMBER
E-030162 %�IVAIL W%%
:���
/11111%
Sealed by: Darin L. Splittgerber, 6-12-19
SECTION 03100: MoDOT TYPE 1 BASE (6 IN)
I. GENERAL
Materials and construction requirements for MoDOT Type 1 Base (6 in) shall
meet the requirements of Section 304 of the MoDOT Standard Specifications.
The aggregate shall meet the size and gradation requirements indicated in plans.
II. MEASUREMENT AND PAYMENT
Final measurement of the MoDOT Type 1 Base (6 in) shall be by the square yard.
Payment shall include full compensation for all materials, equipment, and labor,
and will be made under the bid unit price for"MoDOT Type 1 Base (6 in)".
t 1
SECTION 03200: TYPE 2 RIPRAP (24" THICK
III. GENERAL
Materials and construction requirements for Type 2 Riprap shall meet the size and
gradation requirements indicated in plans.
IV. MEASUREMENT AND PAYMENT
Final measurement of the Type 2 Riprap (24" Thick) shall be by the ton. Payment
shall include full compensation for all materials, equipment, and labor, and will
be made under the bid unit price for"Type 2 Riprap (24" Thick)".
SECTION 03600: NORTH BRIDGE (LOW WATER CROSSING)
I. GENERAL
This section is for a fully engineered clear span bridge consisting of precast
concrete beams for the superstructure for the low-water concrete bridge at the
North Bridge.
For bidding purposes, the precast concrete beams on this project were designed to
accommodate the dimensions and characteristics shown on the project plans. The
final shape and size of the precast concrete beam shall be determined by the
contractor; however, the beam depth shall not be exceeded. The allowable bridge
manufacturers are listed below, however, the contractor shall verify conformance
with the plans and specifications for the criteria defined. Please contact the City
with any questions.
Pre-approved Manufacturers:
1. Oden Enterprises, Wahoo,NE, 800-950-6336
2. McCann Concrete Products, Dorsey, IL, 618-377-3888
3. Coreslab Structures, Inc, Marshall, MO, 660-886-3306
4. Egyptian Concrete Co., Salem, IL, 618 548-1190
5. Or approved equal
II MATERIALS
Precast concrete beams shall be designed in accordance with the requirements
shown in the plans. Submitted shop drawings shall be unique drawings, prepared
to illustrate the specific portion of the work to be done. All relative design
calculations with information such as member sizes, design loading and
computations, bridge reactions, and general notes shall be clearly specified on the
shop drawings. Drawings shall have cross referenced details and sheet numbers.
All drawings and calculations shall be signed and sealed by a Professional
Structural Engineer who is licensed in the State of Missouri. Submit 4 copies to
engineer for review.
Load Bearing Piles materials and construction requirements shall meet the
requirements in the plans.
Concrete materials and construction requirements shall meet the requirements in
the plans.
Reinforcing Steel materials and construction requirements shall meet the
requirements in the plans.
III EXECUTION
Delivery is to be made to a location nearest the site which is easily accessible to
normal over the road tractor/trailer equipment. All trucks delivering bridge
materials will need to be unloaded at the time of arrival. The manufacturer will
provide detailed, written instruction in the proper lifting procedures and splicing
procedures (if required). The method and sequence of erection shall be the
responsibility of others. The bridge manufacturer shall provide written inspection
and maintenance procedures to be followed by the bridge owner.
Contractor to have the bridge and all components delivered to the project site for
the contractor to complete the project per the trail schedule described in the
specification.
Construction of the bridge supporting foundations (abutments and piling), shall be
per plan details. The contractor shall provide all materials for and construction of
the bridge supporting foundations. The contractor shall install the anchor bolts
and shear key attachments, including grouting requirements, and in accordance
with the bridge manufacturer's recommendations.
IV. MEASUREMENT AND PAYMENT
Measurement and payment for the North Bridge (Low Water Crossing) shall be
lump sum and shall include full compensation for all materials, equipment, and
labor necessary to construct the bridge except for piling, pile point reinforcement
and riprap. The piling, pile point reinforcement and riprap is paid for under a
separate pay item.
1 Cr r
SECTION 05500:
SOUTH PEDESTRIAN BRIDGE - PREFABRICATED STEEL TRUSS BRIDGE
I. GENERAL
A. Contract Drawings
The contract drawings contain the minimum requirements for the
prefabricated bridge and are hereby made a part of this specification and the
contract documents. The pre-manufactured bridge must meet all dimensions
and criteria listed.
B. Description of Work
(1) At the bridge location shown in the contract Drawings, provide one (1)
fully engineered, prefabricated, single span bridge of weathered steel
construction meeting the requirements of this specification including
drawings and calculations sealed by a Registered Professional Engineer in
the State of Missouri.
(2) Include bridge bearing plates and/or bearing pads.
(3) Include galvanized steel form deck (Do not use composite steel deck).
(4) Include all splice materials, diaphragms, bolts, shims, etc., needed for
erection.
(5) Design and include steel reinforcing in concrete bridge deck.
(6) Include joint seal material between abutment back walls and end of deck.
(7) Design and include rails and vertical pickets for railing in accordance
with AASHTO requirements. Include railing portions off the bridge at
abutments as shown on drawings. The railing shall have vertical pickets.
The actual number of vertical members and spacing of the vertical railing
members shall be determined by the manufacturer but shall not exceed a 6"
clear opening between the pickets. The approach railing on the abutment
wingwalls shall match the railing on the bridge including vertical posts and
top chord.
(8) Deliver bridge and all components to the project site.
(9) The Contractor will be responsible to unload, store, and erect the bridge
superstructure according to the manufacturer's specific written procedures.
Adequate crane(s) and/or lifting devices must be used to safely maneuver the
superstructure.
C. Related Items Not Provided by Bridge Manufacturer
(1) Concrete for cast-in-place deck and deck reinforcing.
(2) Accessories for cast-in-place deck.
(3) Unloading materials at the construction site.
(4) Installation/Erection of Bridge on abutments.
Items #1 to #3 shall be provided by the contractor.
D. Qualified Bridge Manufacturers
CA y
(1) These specifications are for a fully engineered clear span bridge of
welded steel construction and shall be regarded as minimum standards for
design and fabrication.
(2) Pre-Approved Manufacturers:
Big R Bridge
19060 County Road 66
Greeley, CO 80631
Telephone: 1-800-234-0734
Art Thureson, Inc.
4000 West Walton
Waterford, MI 48329
Telephone: 1-248-623-8599
CONTECH Construction Products Inc.
9025 Centre Pointe Dr., Suite 400
West Chester, OH 45069
Telephone: 1-800-526-3999
EXCEL Bridge Manufacturing Co.
12001 Shoemaker Ave.
Santa Fe Springs, CA 90670
Telephone: 1-800-548-0054
Echo Bridge, Inc.
P.O. Box 89
Elmira,NY 14902
Telephone: 1-888-327-4343
U.S. Bridge
201 Wheeling Avenue
Cambridge, OH 43725
1-888-872-7434
E. Project Schedule
(1) At a minimum, the Contractor shall meet the following schedule for this
proj ect.
a. After the Contractor has reviewed and stamped the bridge details
"approved," the City is to receive manufacturer sealed and signed
calculations, drawings and all required submittal information (and
re-submittals if required) described herein within 30 Calendar
Days upon Contractor's receipt of Signed Contract and Notice to
Proceed (or comments for re-submittals).
b. Contractor to have the bridge and all components delivered to the
project site for the contractor to complete the project per the trail
schedule described in the specification.
II. CRITERIA
A. Features
(1) Single span truss-type bridge: Connector H-Style Truss or similar.
(2) Bridge shall include a 54" high bicycle railing from the top of the bridge
deck on each side to meet the American Association of State Highway
and Transportation Officials (AASHTO) requirements. Bicycle railing,
with vertical pickets, may be attached to the bridge in the shop or in the
field, as determined by the Bridge Manufacturer's requirements.
(3) The bottom of the bottom chord shall be 36" below the top of the bridge
deck at the centerline of the bridge.
(4) At each end of the bridge a railing, matching the railing type and size,
shall extend onto the abutment wing walls as detailed on the contract
plans. This railing shall not be connected to the bridge railing at the
bridge ends. The railing end posts and top chord shall match the end
post size and top chord size on the bridge.
(5) Each end of the bridge shall have a permanently affixed, non-corrosive
name plate, placed near the top of the vertical member, stating:
manufacturer's name, address, date of manufacture, uniform live load
limit, and vehicle load limit. The plate shall be attached to the trail side
of the vertical member at the abutment.
B. Design
(1) The design (steel, concrete and railings) of the bridge shall be in
accordance with the AASHTO Guide Specifications for Design of
Pedestrian Bridges, 2nd Edition and AASHTO LRFD Specifications, 6th
Edition and applicable Interim revisions.
(2) Design entire width and length of bridge shown to support the following
minimum loads:
a. Dead load.
b. Live Load per the drawings. No impact loading required.
C. Lateral wind load per the drawings.
d. Seismic load per the drawings.
e. Longitudinal thermal load based on high temperature of 125
degrees F and low temperature of-15 degrees F.
f. Combination of loads shall be in accordance with AASHTO.
g. Bridge (including bridge deck) shall be designed and manufactured
to meet all grades and elevations shown and described in the
contract drawings and documents.
(3) Deflection Criteria
a. Uniform live load deflection shall be per the AASHTO Guide
Specifications for Design of Pedestrian Bridges, 2nd Edition.
b. The bridge shall be cambered for the theoretical calculated dead
load deflection, including the concrete slab.
(4) Welding design shall comply with the latest edition of the "Bridge
Welding Code, D1.5" as published by the American Welding Society.
(5) Concrete Deck
a. Bridge manufacturer shall design a reinforced normal-weight
concrete deck (6" minimum concrete thickness) to support the
above described loads and provide details and specifications
necessary for construction. Light weight concrete shall not be
used.
b. The contractor shall size and provide non-epoxy reinforcing steel
in the deck.
C. Design reinforced concrete deck to be non-composite. Metal
decking provided for forming ONLY and not used as composite
with concrete deck.
d. Galvanized steel form deck shall be 22 gage (minimum) and
designed to the requirements of the Steel Deck Institute
"Specifications and Commentaries for Non-Composite Steel Form
Deck" including loads, allowable stresses, and permissible
deflections.
(7) Bridge Anchorage: The contractor shall design and provide the bridge
anchor bolts specifying quantity, diameter, shape, grade, locations and
projection. Coordinate location and size of anchor bolts with abutment
construction.
(8) Design and drawings of the pedestrian bridge and railings shall be
completed by a Registered Professional Engineer in the State of
Missouri.
C. Materials
(1) All structural members shall have a minimum thickness of material in
accordance with Design Specification.
(2) Unpainted Weathering Steel shall be fabricated from ASTM A709
Grade 50W or ASTM A588 steel for plates and structural shapes.
Minimum yield (Fy) shall be at least 50,000 psi. All surfaces of
weathering steel to be shot blasted prior to fabrication.
(3) To aid in providing a uniformly "weathered" appearance, all exposed
surfaces of steel shall be further blast cleaned in accordance with Steel
Structures Painting Council Surface Preparation Specifications No. 7
Brush-Off Blast Cleaning, SSPC-SP7 latest edition. Exposed surfaces of
steel shall be defined as those surfaces seen from the deck and/or from
outside of the structure.
(4) All shop and field bolted connections shall utilize High Strength ASTM
A325 Type 3 bolts.
(5) Bearing Plates / Pads shall be compatible with grades shown on contract
drawings.
ua
(6) Welding materials shall be in strict accordance with the American
Welding Society (AWS) Structural welding code, D1.1. for tubular
members and ANSI/AASHTO/AWS D1.5 Bridge welding code for
structural steel members.
(7) Form deck shall comply with ASTM A653 and galvanized to a
minimum G90 coating weight.
(8) Reinforcing steel shall conform to ASTM A615, Grade 60. Reinforcing
steel in the deck shall not be epoxy coated.
(9) Provide all formwork for concrete floor: side forms and end dams along
with deck pans.
D. Abutments
The Contractor shall submit sealed plans for the prefabricated bridge and
separate railings attached to abutment wing walls, to the Engineer for
review and approval. The plans shall clearly identify the manufacturer,
style, section, reactions, abutment seat requirements and bearing
assembly geometry.
IIl. EXECUTION
A. Fabrication
(1) Fabrication shall be in accordance with the latest edition of the AISC
"Code of Standard Practice for Steel Buildings and Bridges."
(2) Welding shall be in accordance with AWS "D1.5 Bridge Welding
Code."
B. Quality Assurance
(1) The bridge manufacturer shall be certified under the AISC "Quality
Certification Program for Simple Steel Bridge Structures" or for "Major
Steel Bridges."
(2) Bridge manufacturer shall be certified by the American Institute of Steel
Construction to have the personnel, organization, experience, capability,
and commitment to produce fabricated structural steel for Conventional
Steel Structures.
(3) To ensure consistently high levels of quality fabrication, bridge
manufacturer shall be the designer and supplier of the bridge and shall
not assign, sublet, or subcontract any part of bridge fabrication.
(4) Bridge manufacturer shall maintain a full-time Certified Welding
Inspector (CWI) on staff for inspection of bridge fabrication,
maintaining accurate records, and other necessary aspects of bridge
fabrication to ensure consistently high levels of quality fabrication.
(5) Workmanship, fabrication, and shop/field connections shall be in
accordance with AASHTO Specifications.
(6) Welding operators shall be properly accredited experienced operators,
each of whom shall submit satisfactory evidence of experience and skill
in welding structural steel with the kind of welding to be used in the
w ° 1
work, and who have demonstrated the ability to make uniform good
welds meeting the size and type of weld required.
(7) All welding shall utilize E70 or E80 series electrodes. The weld process
used shall be Flux Core Arc Welding (FCAW) or Gas Metal Arc
Welding (GMAW) or Shielded Manual Arc Welding (SMAW) per
AWS D1.1 or ANSI/AASHTO/AWS D1.5 "Bridge Welding Code."
(8) All welds shall be visually inspected by a Certified Welding Inspector.-
All complete penetration chord member welds shall receive Magnetic
Particle (MT) inspection and 10% of all other welds shall receive MT
inspection.
C. Submittals
(1) The Contractor shall submit sealed shop drawings and design
calculations for the prefabricated bridge and railings to the Engineer for
review and approval. The shop drawings shall clearly identify the
manufacturer, style, section, reactions, abutment seat requirements and
bearing assembly geometry.
(2) Provide four (4) copies of the following items for the Engineers review
and approval prior to fabrication:
a. Shop Drawings and design calculations showing member sizes and
design, critical member and bridge dimensions, connections,
shipping weight, bridge reactions for all design loads, camber and
general notes.
b. Details including dimensional information of bearing plates or
pads, guardrails, diaphragms, anchor bolts and railings on the
bridge and on the concrete abutments.
C. Details and specifications for cast-in-place reinforced concrete
non-composite bridge deck including reinforcing, concrete strength
requirements,joints (if any), finish, etc.
d. Complete erection procedures including: lifting procedure, splice
details (if required), sequencing, alignment and placement.
e. Inspection and maintenance requirements for warranty.
f. Provide Load Rating calculations and a Load Rating Summary for
the Bridge superstructure, signed and sealed by a Missouri
registered Professional Engineer.
D. Delivery and Erection
(1) Prior to shipment the bridge and railings shall be photographed from all
sides and photographs shall be sent to the Engineer for review.
(2) Bridge and components shall be delivered by truck to the project site.
Hauling permits and freight charges are the responsibility of the
Contractor.
(3) The bridge manufacturer will advise the Contractor in writing of the
actual lifting weights, attachment points and all necessary information to
install the bridge. Unloading, splicing, bolting, and proper lifting
equipment is the responsibility of the Contractor.
(4) A manufacturer's representative must be named and be present at the
project site during erection of bridge by the contractor and any incidental
cost from the manufacturer shall be included in bid price for the
pedestrian bridges.
E. Warranty
(1) Bridge manufacturer shall warrant their bridge to be free of design,
material, and workmanship defects for a minimum period of ten (10)
years from the date of delivery.
IV. MEASUREMENT AND PAYMENT
Measurement and payment for the South Pedestrian Bridge shall be lump
sum and shall include full compensation for all materials, equipment, and
labor necessary to construct the bridge except for piling, pile point
reinforcement and riprap. The piling, pile point reinforcement and Riprap is
paid for under a separate pay item.