Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2019-099 Awarding the Bid for Riverside Public Safety Canopy Re-Roof to Delta Innovative Services Inc
RESOLUTION NO. R-2019-099 A RESOLUTION AWARDING THE BID FOR RIVERSIDE PUBLIC SAFETY CANOPY RE- ROOF PROJECT AND APPROVING THE AGREEMENT BETWEEN THE CITY AND DELTA INNOVATIVE SERVICES INC FOR SUCH PROJECT WHEREAS, the City issued an invitation to bid for the Riverside Public Safety Canopy Re- Roof Project ("Project"); and WHEREAS, the City received three (3) responses to its invitation to bid and the bid submitted by Delta Innovative Services Inc. was in the amount of$12,000; and WHEREAS, the Board of Aldermen find that Delta Innovative Services, Inc. is the lowest responsible bidder and that it is in the best interest of the City to enter into a contract with Delta Innovative Services, Inc. to perform the Project. NOW THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE, MISSOURI AS FOLLOWS THAT the proposal of Delta Innovative Services, Inc. for the Riverside Public Safety Canopy Re-Roof Project in the amount of$12,000.00 is hereby accepted and approved; and FURTHER THAT an agreement by and between the City of Riverside and Delta Innovative Services, Inc., in substantially the same form as attached hereto and incorporated herein by reference, is hereby authorized and approved; and FURTHER THAT the Mayor, the City Administrator, and other appropriate City officials are hereby authorized to take any and all actions as may be deemed necessary or convenient to carry out and comply with the intent of this Resolution and to execute and deliver for and on behalf of the City all certificates, instruments, agreements and other documents, as may be necessary or convenient to perform all matters herein authorized. PASSED AND ADOPTED by the Board of Aldermen and APPROVED by the Mayor of the City of Riverside Missouri the��'day of August, 2019. Kat en L. Rose, Mayor _ATTE§T:. y; Robin.Kincaidi"City-'Clerk a AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR Riverside Public Safety Canopy Re-Roof Project THIS AGREEMENT, made and entered into as of the 20th day of August, 2019, by and between the City of Riverside, Missouri ("City"), and Delta Innovative Services, Inc. ("Contractor"), shall govern all Work to be provided by Contractor for City on the Project. 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 mean: A. "Contractor" A person, firm, or corporation with whom the contract is made by the City. B. "City" The City of Riverside, Missouri. C. "City Administrator" That person designated by the City as the City Administrator: D. "Project" The building, facility, and/or other improvements for which Contractor is to provide Work under this Agreement. It may also include construction by City or others. E. "Project Manager" The following project manager employed by the City of Riverside to manage the project on behalf of the City: Tom Wooddell. I F. "Subcontractor" A person, firm or corporation supplying labor and materials or only labor for the work at the site of the project for, and under separate contract or agreement with the Contractor. G. "Substantial Completion" The stage in the progress of the Work where the Work or designated portion is sufficiently complete in accordance with the Contract Documents so that the City can occupy or utilize the Work for its intended use. H. "Work" or "Work on the Project" Work to be performed at the location of the project, including the transportation of materials and supplies to or from the location of the project by employees of the Contractor and any Subcontractor. Work shall include all labor, I services, materials, supplies, tools, equipment, supervision, management, and anything else necessary to accomplish the results and objectives described in Exhibit A (Scope of Work and Drawings) to this Agreement and the other Contract Documents, in full compliance with all requirements set forth in the Contract Documents, subject to additions, deletions, and other changes as provided for in 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. I. "Written Notice" Any notice delivered hereunder and the service thereof shall be deemed completed when sent by certified or registered mail to the other party at the address set forth herein, or delivered in person to said party or their authorized representative on the work. ARTICLE II THE PROJECT AND THE WORK A. Contractor shall provide and pay for all Work for the Project. B. Contractor represents that it has evaluated and satisfied itself as to all conditions and limitations under which the Work is to be performed, including, without limitation, (1) the location, condition, layout, and nature of the Project site and surrounding areas, (2) generally prevailing climatic conditions, (3) labor supply and costs, and (4) availability and cost of materials, tools, and equipment. City shall not be required to make any adjustment in either the Contract Amount or the time for performance of the Work because of Contractor's failure to do so. C. The Project Manager shall act as the City's representative during the construction period shall decide questions which may arise as to 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 Project Manager may recommend, but cannot approve Change Orders resulting in an increase in time of performance or payments due to Contractor. The Project Manager will make visits to the site and determine if the Work is proceeding in accordance with the Contract Documents. The Contractor will be held strictly to the intent of the Contract Documents in regard to the quality of materials, workmanship, and execution of the Work. Inspections may be at the factory or fabrication plant of the source of the material supply. The Project Manager 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 Project Manager, 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, 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 Twelve Thousand Dollars and no cents ($12,000.00)0 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, bonds, 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, 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, bonds, 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, not later than 7 calendar days after the date set forth in the Notice to Proceed for commencement of performance of Work. The Contractor will proceed with the work at such rate of progress to insure Substantial completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the City, that the contract time to achieve Substantial Completion of the work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the Work. No extensions will be granted, except in case of unusual (unseasonable) weather conditions or additional work requested by the City under Change Order. Following Substantial Completion, Contractor shall proceed to complete all uncompleted Work items as promptly as permitted by weather conditions or any other conditions affecting completion of the Work. C. 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, subject to City approval. Contractor shall give the City at least 48 hours' notice if intending to work on Saturday, Sunday, holidays or days of impending inclement weather. D. 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. E. SUSPENSION OF WORK. The City may suspend the work or any portion thereof for a period of not more than .ninety (90) days or such further time as agreed upon by the Contractor, by written notice to the Contractor which shall fix the date on which work shall be resumed. The Contractor will resume that work on the date so fixed. The Contractor will be allowed an increase in the contract price or an extension of the contract time, or both, directly attributable to any suspension F. 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 Project Manager in writing, who shall promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after discovery of such discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk. G. SHOP DRAWINGS. Contractor shall submit to Project Manager for review all shop drawings, samples, product data, and similar submittals required by the Contract Documents. Contractor shall be responsible to City for the accuracy and conformity of its submittals to the Contract Documents. Shop drawings shall bear the Contractor's certification that it has reviewed, checked and approved the shop drawings and that they are in conformance with the requirements of the Contract Documents. Contractor shall prepare and deliver its submittals to City in a manner consistent with the construction schedule and in such time and sequence so as not to delay performance of the Work. Portions of the work requiring a shop drawing or sample submission shall not begin until the shop drawing or submission has been reviewed by the Project Manager. Review of any Contractor submittal shall not be deemed to authorize deviations, substitutions, or changes in the requirements of the Contract Documents unless express written approval is obtained from City specifically authorizing such deviation, substitution, or change. When submitted for the Project Manager's review, any shop drawing which substantially deviates from the requirement of the Contract Documents shall be evidenced by a Change Order. If the Contract Documents do not contain submittal requirements pertaining to the Work, Contractor agrees upon request to submit in a timely fashion to City for review by Project Manager any shop drawings, samples, product data, manufacturers' literature, or similar submittals as may reasonably be required by City. Contractor shall perform all Work strictly in accordance with approved submittals. Project Manager's review does not relieve Contractor from responsibility for defective work resulting from errors or omissions of any kind on the reviewed submittals. A copy of each shop drawing and each sample shall be kept in good order by the Contractor at the site and shall be available to the Project Manager. H. 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 Project Manager. Materials, supplies or equipment to be incorporated into the work shall not be purchased by the Contractor or by any Subcontractor subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by.the seller. I. 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 Project Manager timely notice of readiness. The Contractor will then furnish the Project Manager the required certificates of inspection, testing approval. Inspections, tests or approvals by the Project Manager or others shall not relieve the Contractor from the obligation to perform the work in accordance with the requirements of the Contract Documents. The Project Manager will at all times have access to the work. In addition, authorized representatives and agents of any participating Federal or State agency shall be permitted to inspect all work, materials, payrolls, records or personnel, invoices of materials and other relevant data and records. The Contractor will provide proper facilities for such access and observation of the work and also for any inspection or testing thereof. If any work is covered prior to inspection by the Project Manager it must, if requested by the Project Manager, be uncovered for the Project Manager's observation and replaced at the Contractor's expense. If the Project Manager considers it necessary or advisable that covered work be inspected or tested by others, the Contractor, at the Project Manager's request, will uncover, expose or otherwise make available for observation, inspection or testing as the Project Manager may require, that portion of the work in question, furnishing all necessary labor, materials, tools and equipment. J. CORRECTION OF WORK. The Contractor shall promptly remove from the premises all work rejected by the Project Manager for failure to comply with the contract documents, whether incorporated in the construction or not, and the Contractor shall promptly replace and re-execute the work in accordance with the contract documents and without expense to the owner and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. All removal and replacement work shall be done at the Contractor's expense. If the Contractor does not take action to remove such rejected work within ten (10) days after receipt of written notice, the City may remove such work and store the materials at the expense of the Contractor. K. SUBSTITUTIONS. Whenever a material, article, or piece of equipment is identified on the drawings and specifications by referenced to brand name or catalog numbers, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacitates, quality and function shall be considered. The Contractor may recommend the substitution of material, article or piece of equipment of equal substance and function for those referred to in the Contract Documents by referenced to brand name or catalog number, if, in the opinion of the City, such material, article or piece of equipment is of equal substance function to that specified, the City may approve, in writing, its substitution and use by the Contractor. Any cost differential shall be deductible from the contract price and in such event the Contract Documents shall be modified by Change Order. The Contractor warrants that if substitutes are approved, no major changes in the function or general design of the project will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the contract price or contract time. 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. L. SUBSURFACE CONDITIONS. The Contractor has the responsibility to become familiar with the Project site and the conditions under which work will have to be performed during the construction period prior to bidding. The Contractor shall promptly, and before such conditions are disturbed (excepting an emergency), notify the City by written notice of subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents. Contractor shall also be required to notify City of any unknown physical conditions at the site of unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents at the location of the Project. The City shall investigate the conditions, and if it is found that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for, performance of the Work, the Contract Documents may be modified by Change Order as provided in Article VII. M. SUPERVISION BY CONTRACTOR. The Contractor will supervise and direct the work. The Contractor will be solely responsible for the means, methods, techniques, sequences and procedures of construction. The Contractor will employ and maintain on the work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor or the Contractor's representative at the site. The supervisor shall have full authority to act on behalf of the Contractor and all communications given to the supervisor shall be a binding as if given to the Contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the work. ARTICLE V CONTRACT DOCUMENTS A. The following documents, and any other documents that are attached to, incorporated by reference into, or otherwise included in them, and all Change Orders, form the entire agreement between City and Contractor, and are the Contract Documents: 1. INVITATION TO BID 2. BID FORM 3. AFFIDAVIT OF WORK AUTHORIZATION 4. THIS AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR 5. PAYMENT BOND (Required if costs exceed $50,000 only.) 6. SCOPE OF WORK/DRAWINGS including ADDENDA 1 7. NOTICE TO PROCEED Contractor represents that it has examined and become familiar with the Contract Documents in their entirety, that any and all ambiguities, inconsistencies, and conflicts observed by Contractor have been called to City's attention in writing and have been resolved in writing to Contractor's satisfaction. Except for actual conflict between provisions in the Contract Documents, making it impossible for Contractor to comply with all provisions of the Contract Documents, the Contract Documents shall be cumulative, and Contractor shall comply with all provisions of all Contract Documents. In case of actual conflict, Contractor shall notify City of the conflict in writing and then shall comply with such provisions of the Contract Documents as City directs. ARTICLE VI PAYMENTS A. Prior to submitting its first application for payment, Contractor shall provide City with a schedule of values dividing the Work, and the Contract Amount, into workable categories in a form acceptable to City. Each application for payment shall be based upon the percentage of actual completion of each category, multiplied by the dollar value of such category. B. On or about the first day of Contractor's monthly accounting period, Contractor shall submit an Application for Partial Payment to the Project Manager. In addition to the amount of payment requested in the Application for Partial Payment, each application shall list the original Contract Amount, the amount Contractor has invoiced City to date, the amount Contractor has received to date, total additions to and deletions from the Contract Amount pursuant to approved Change Orders, and an itemization of any further additions to or deletions from the Contract Amount that Contractor claims. Contractor shall identify each Subcontractor and supplier whom Contractor intends to pay from the requested payment and shall state the amount Contractor intends to pay each such Subcontractor and supplier. An Application shall not include a request for payment for any portion of the Work that was performed or furnished by a Subcontractor or supplier if Contractor does not intend to pay such Subcontractor or supplier from such payment, nor shall the Application include a request for payment for any Work performed deemed unsatisfactory by City. Contractor shall include with each Application all supporting documentation as City may require. The City shall, within fifteen (15) days, review and approve such Application, or return the Application to the Contractor indicating in writing the reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the Application. Within fifteen (15) days of its receipt of payment from City, Contractor shall pay all subcontractors and suppliers to whom payment is owed from the amount paid to Contractor. C. All payments under this Agreement shall be made only upon proper approval of the City. Project Manager shall review each application for payment and certify for payment such amounts as Project Manager determines are due Contractor. From the total amount certified, City shall withhold five percent (5%) as retainage until final completion and acceptance of the Work. The five percent (5%) retainage may be reduced by Change Order if final completion and acceptance of the Work is delayed due to 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 such certificate, shall prepare a check for the sum certified to be due (exclusive of retainage), payable out of the funds in the City Treasury available for Contractor under the authorizing Resolution or Ordinance approved by the Board of Aldermen. Payment shall be made to Contractor after the Board of Aldermen review and approve the payment and authorize the Mayor and City Treasurer to sign and deliver the check. E. The Project Manager's approval certificate nor payment made to Contractor shall constitute acceptance of any part of the Work. Contractor shall remain obligated to perform all Work in accordance with the Contract Documents. F. With each Application, Contractor shall submit a signed certificate of receipt of prior payments and release of claims and rights in connection with prior payments, in a form approved by City. City may, at its option, also require a similar receipt and release of claims and rights from each Subcontractor or supplier performing any Work, prior to making any payment to Contractor. The subcontractors' and suppliers' receipts and releases shall be in a form approved by City and shall indicate that (except for retainage) all debts for work performed or materials supplied included on any previous payment application to City from Contractor have been satisfied and that the Subcontractor or supplier waives and releases any and all claims or rights in connection therewith. G. Contractor shall not be entitled to final payment for the Work until Contractor submits an application for final payment, all requirements of the Contract Documents are complied with, and Project Manager issues his or her certificate to that effect. Within thirty (30) days after the delivery of the Certificate of Acceptance certificate, City shall pay Contractor all remaining funds which Contractor is due under this Agreement. H. Acceptance of final payment by Contractor shall release City from all further obligations to Contractor, except as to such amounts, if any, Contractor has identified in its application for final payment as claimed by Contractor. All claims not identified in the application for final payment are waived. Any payment, however final or otherwise, shall not release the Contractor or its sureties from any obligations under the Contract Documents or the Performance and Payment Bonds. I. City may withhold final or any other payment to Contractor on any reasonable basis, including but not limited to the following: 1. Unsatisfactory job progress, 2. Defective Work, 3. Failure to make payments to subcontractors or suppliers, 4. Reasonable evidence that all Work cannot be completed for the unpaid balance of the Contract Amount, 5. Damage by Contractor or subcontractors or suppliers to property of City or others, 6. Contractor's breach of this Agreement,or 7. Contractor's failure to provide requested documentation. J. The Contractor shall, at the request of City, furnish satisfactory evidence that all obligations to subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, tools and all supplies incurred in the furtherance of the performance of the Work have been paid, discharged or waived. If Contractor does not pay subcontractors or suppliers for labor and/or material properly provided, City may, but shall not be required to, pay subcontractors and suppliers directly. Any payments made to subcontractors and suppliers shall be charged against the Contract Amount. City shall not be liable to Contractor for any such payments made in good faith. This provision shall not confer any right upon any Subcontractor or supplier to seek payment directly from City. ARTICLE VII CHANGES/CLAIMS A. City, without invalidating this Agreement, may at any time and without notice to any surety, order additions to, deletions from, or other changes to the Work. Upon receipt of such an order, in writing, Contractor shall proceed as and when directed in the order. Contractor shall not proceed with any addition, deletion, or other change without a written order. No oral direction or order shall constitute authority for Contractor to proceed with any addition, deletion, or other change. If Contractor undertakes any addition, deletion, or other change without a written order from City, Contractor shall not be entitled to any increase in the Contract Amount or the time for performance of the Work, and Contractor shall be solely and completely responsible for the acceptability to City of the addition, deletion, or other change. B. If a change to the Work causes a net increase or decrease in the cost of Contractor's performance, the Contract Amount shall be increased or decreased as follows: 1. If the Work is covered by unit prices set forth in Contractor's Bid for Unit Price Contracts, by application of such unit prices to the quantities of the items involved; or 2. If the Work involved is not covered by unit prices set forth in Contractor's Bid for Unit Price Contracts, by a lump sum as to which Contractor and City mutually agree prior to the commencement of performance of the change. C. If a change to the Work causes an increase or decrease in the time required for Contractor's performance, an equitable adjustment to the time for performance shall be made. D. A change in the Contract Amount or the time for performance of the Work shall be accomplished only by written Change Order, which shall state the increase or decrease, if any, in the Contract Amount or the time for performance. No course of conduct or dealings between the parties, nor express or implied acceptance of alterations or additions to the Work, and no claim that City has been unjustly enriched by any alteration or addition to the Work, whether or not there is, in fact, any such enrichment, shall be the basis of any claim to an increase in any amounts due under the Contract Documents or a change in the time for performance of the Work. E. Agreement on any Change Order shall constitute a final settlement of all matters relating to the change in the Work that is the subject of the Change Order, including but not limited to all direct and indirect costs associated with such change and any and all adjustments to the Contract Amount and time for performance of the Work. F. If Contractor is delayed or interfered with at any time in the commencement or prosecution of the Work by an act or neglect of City, an employee, officer, or agent of City, or an architect or engineer or separate contractor engaged by or on behalf of City, or by changes ordered in the Work, an act of God, fire, or other cause over which Contractor has no control and that Contractor could not reasonably anticipate, the time for performance of the Work shall be equitably extended, provided that Contractor gives notice as provided for in Paragraph G below. G. Any claim by Contractor for additional time or money for the performance of the Work, including but not limited to any claim based on or arising out of an addition to, deletion from, or other change to the Work and/or delay to or interference with commencement or prosecution of any of the Work, shall be submitted to City's designated representative within five (5) working days of the beginning of the event for which the claim is made or on which it is based. If any claim is not submitted within the five-day period, it shall be deemed waived. H. No change or claim, nor any delay or dispute concerning the determination of any increase or decrease in the amount of time and money for the performance of the Work, shall excuse Contractor from proceeding with prosecution of the Work, including any Work as changed. ARTICLE VIII INSURANCE A. Contractor shall, at all times during the performance of any of the Work, maintain not less than the following insurance coverage's and amounts: 1. COMMERCIAL GENERAL LIABILITY - Contractor shall provide coverage for Contractor, City, its employees, officers, and agents, against claims for damage to property and/or illness of, injury to, or death of any person or persons related to or arising out of the Work. Such coverage shall name the City, together with its employees and officers, as an additional insured and have not less than the following limits: a. Each occurrence $2,000,000.00 b. General aggregate$3,000,000.00 c. Products/completed operations aggregate $3,000,000.00 d. The following coverage shall be included: • Blanket contractual liability • Products/completed operations • Personal/advertising injury • Broad form property damage • Independent contractors • Explosion, Collapse, and Underground Damage 2. AUTOMOBILE LIABILITY - Contractor shall provide coverage for Contractor, City, its employees, officers, and agents, and any architects, engineers, or other design professionals engaged by or on behalf of City against claims for bodily injury and/or property damage arising out of the ownership or use of any owned, hired, and/or non-owned vehicle and shall include protection for any auto, or all owned autos, hired autos, and non-owned autos. The coverage shall have not less than a combined single limit of $1,000,000.00 for each accident. 3. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY - This insurance shall protect Contractor against all claims under applicable state workers' compensation laws. Contractor also shall be protected through employer's liability coverage against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workers' compensation law. The limits shall not be less than the following: a. Workers' Compensation Statutory b. Employer's Liability: • Bodily injury by accident $1,000,000.00 • Bodily injury by disease $500,000.00 each employee B. All insurance shall be written by an insurer or insurers acceptable to City and with a minimum financial rating not lower than "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 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 insured's City, its employees, officers, and agents, 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 insured's 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) years after the date of final acceptance by City of all of Contractor's Work. D. Contractor shall obtain property insurance upon the entire Work for the full cost of replacement at the time of loss. This insurance shall list as named insured's City, Contractor, subcontractors, and suppliers. This insurance shall be written as a Builder's Risk/Installation Floater "all risk" or equivalent form to cover all risks of physical loss except those specifically excluded by the policy and shall insure at least against the perils of fire, lightning, explosion, wind storm, hail, smoke, aircraft and vehicles, riot and civil commotion, theft, vandalism, malicious mischief, debris removal, flood, earthquake, earth movement, water damage, wind, testing, and collapse. This insurance shall, without limitation, insure portions of the Work stored on or off the Project site or in transit, when at the risk of City, Contractor, or a Subcontractor or supplier. Contractor shall be solely responsible for any deductible amounts. This insurance shall remain in effect until final payment has been made to Contractor or until no person or entity other than City has an insurable interest in the property to be covered by this insurance, whichever is sooner. City and Contractor waive all rights against each other and their respective employees, agents, contractors, subcontractors, and suppliers for damages caused by risks covered by the property insurance provided for in this Paragraph, except such rights as they may have to the proceeds of the insurance. E. All policies and certificates of insurance shall provide no less than thirty (30) days' prior written notice to City in the event of cancellation, expiration, non-renewal, alteration, or reduction (including but not limited to reduction by paid claims) of coverage or limits contained in the policy or evidenced by the certificate of insurance. Contractor shall furnish City a certificate or certificates and copies of policies, all satisfactory to City, evidencing that Contractor has all the required insurance and is in compliance with this Article. The certificate or certificates and copies of policies shall be delivered to City's designated representative not less than seven (7) days before Contractor first performs any of the Work. All policies except Workers' Compensation and Employer's Liability shall contain a waiver of subrogation in favor of City, its employees, officers, and agents, and architects, engineers, or other design professionals engaged by or on behalf of City. F. Contractor also shall maintain any additional insurance coverages and any higher limits provided for elsewhere in the Contract Documents and shall furnish City any additional insurance documentation provided for elsewhere in the Contract Documents. G. If any part of the Work is subcontracted, each Subcontractor, or Contractor on behalf of the Subcontractor, shall maintain liability and worker's compensation insurance coverages and amounts satisfying all the requirements of this Article. Certificates and copies of policies, satisfactory to City, evidencing the required insurance and compliance with this Article shall be delivered to City's designated representative not less than seven (7) days before the Subcontractor first performs any of the Work. H. If Contractor is a transient employer as defined in Section 285.230 RSMo, Contractor must post in a prominent and easily accessible place at the work site a clearly legible copy of the following: (1) the notice of registration for employer withholding issued to such transient employer by the Director of Revenue; (2) proof of coverage for workers' compensation insurance or self-insurance signed by the transient employer and verified by the Department of Revenue through the records of the Division of Workers' Compensation; and (3) the notice of registration for unemployment insurance issued to such transient employer by the Division of Employment Security. Any transient employer failing to comply with these requirements shall, under Section 285.234 RSMo be liable for a penalty of$500 per day until the notice required by this Paragraph are posted as required by law. ARTICLE IX INDEMNITY A. 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 RESERVED 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. 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. ARTICLE XIII NOTICES A. 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 City Hall for the City, or the address provided by the Contractor for itself, or delivered in person to said party or their authorized representative. B. 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 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. 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 Project Manager, 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, may withhold, without prejudice to the rights of the City under the terms of the Agreement, or on account of subsequently discovered evidence, nullify the whole or part of any approved partial payment estimate to such extent as may be necessary to protect the City from loss on account of (1) defective work not remedied, (2) claims filed or reasonable evidence indicating probably filing of claims, (3) failure of Contractor to make payments property to Subcontractors or for material or labor, (4) a reasonable doubt that the Work can be completed for the balance then unpaid, (5) damages to another contractor, or (6) performance of work in violation of the terms of the Contract Documents. ARTICLE XV TERMINATION FOR CONVENIENCE Notwithstanding anything contained herein to the contrary, City may, at any time, for any reason, and without Contractor's being in default, terminate Contractor's performance of any part or all of the Work for City's own convenience by giving written notice to Contractor. Upon receipt of notice of termination for City's convenience, Contractor shall, to the extent directed by City, stop work and turn over to City or City's designee materials and equipment purchased for the Work. City shall pay Contractor, in accordance with the Contract Documents, for only so much of the Work as is actually performed as of the termination for convenience. City shall not be obligated to Contractor for any further payment, including but not limited to prospective overhead or profit on unperformed work. If a termination by City of Contractor's right to proceed on the ground of default by Contractor is determined later to have been improper, the termination automatically shall be converted to a termination for City's convenience, and City's obligation to Contractor shall be limited to payment to Contractor as provided in this Article. ARTICLE XVI COMPLIANCE WITH LAWS A. Contractor shall comply with all federal, state, and local laws, ordinances, rules, regulations, orders, and the like applicable to the Work. Contractor shall secure all permits from public and private sources necessary for the fulfillment of Contractor's obligations under the Contract Documents. B. With each Application for Payment submitted by Contractor to City, Contractor shall include (a) a signed statement, in form acceptable to City, showing, for each weekly payroll period that ended during the period covered by the Application for Payment, the name, address, social security number, occupation, and craft of each worker employed by Contractor in connection with the Work and, for each such worker, the number of hours worked each day, the total hours worked during the payroll period, the gross amount earned, an itemization of all deductions, and the net wages paid and (b) a corresponding statement from each Subcontractor of any tier that employed any workers in connection with the Work during the period covered by the Application for Payment. C. This Agreement shall be governed by and construed in accordance with the laws of the State of Missouri. ARTICLE XVII LABOR STANDARDS 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 B 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 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. (If the project is more than $75,000.) 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. ARTICLE XIX SUBCONTRACTS, ASSIGNMENT, OR TRANSFER A. Except with the prior written consent of City, Contractor shall not assign this Agreement or any money due or to become due Contractor or issue a subcontract or purchase order to any person or entity for any or all of the Work. City's consent to any assignment, subcontract, or purchase order shall not relieve Contractor from any obligation under the Contract Documents, nor shall it create any obligation from City to any assignee, subcontractor, or vendor. B. Each subcontract or purchase order issued by Contractor for any of the Work shall be in writing and shall provide that City is an intended third-party beneficiary of the subcontract or purchase order. C. The Contractor shall be fully responsible to the City for the acts and omissions of its Subcontractors, and of person either directly or indirectly employed by them, as the Contractor is for the acts and omissions of person directly employed by it. D. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind Subcontractors to the Contractor by the terms of the Contract Documents insofar as applicable to the work of Subcontractors and give the Contractor the same power as regards terminating any Subcontract that the City may exercise over the Contractor under any provision of the Contract Documents. Nothing contained in this contract shall create any contractual relation between any Subcontractor and the City. E. Each subcontract or purchase order issued by Contractor for any of the Work shall provide that it is freely assignable by Contractor to City. Contractor hereby assigns to City all its interest in any present or future subcontract or purchase order issued by Contractor for any or all of the Work. This assignment shall be effective upon acceptance by City in writing and only as to the specific subcontract(s) and/or purchase order(s) that City designates in the writing. This assignment may be accepted by City at any time, whether before or after final payment to Contractor, and may not be withdrawn by Contractor without City's written consent. ARTICLE XX RESERVED ARTICLE XXI ACCESS TO SITE/CLEANING UP A. Contractor shall ensure that the Work, at all times, is performed in a manner that affords reasonable access, both vehicular and pedestrian, around the site of the Work and all adjacent areas. B. Representatives of City may inspect or review any Work performed by Contractor, and consult with Contractor, at any time. City's inspections or reviews shall not constitute acceptance or approval of Work unless specifically stated in writing. Contractor shall meet with City at the request of City. C. Contractor shall at all times, during performance of the Work, keep the Project site clean and free from debris resulting from the Work. Prior to discontinuing Work in an area, Contractor shall clean the area and remove all rubbish and its construction equipment, tools, machinery, waste, and surplus materials. Contractor shall make provisions to minimize and confine dust and debris resulting from construction activities. If Contractor fails to comply with cleanup duties within twenty-four (24) hours after written notification from City of non- compliance, City may implement cleanup measures without further notice and deduct the cost from any amounts due or to become due Contractor. ARTICLE XXII COMPETENCE Contractor represents and warrants that it maintains all necessary licenses, registration, competence, and experience to perform all the Work. ARTICLE XXIII WARRANTY A. Contractor shall exercise high professional skill, care, and diligence in the performance of the Work, and shall carry out its responsibilities in accordance with customarily accepted good professional practices. The Contractor warrants and guarantees for one (1) year from the date of completion and acceptance of the work that the completed work is free from all defects due to faulty materials or workmanship. The date of completion for all scopes of work shall be the last date of acceptance of all work in this contract. Contractor shall promptly make such corrections as may be necessary be reason of such defects including the repair of any other damages that were caused by defects in the work, at its own expense. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor fails to make such repairs, adjustments or other work that may be necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. In emergency where, in the judgment of the City, delay would cause serious loss or damage, repairs and replacement of defects in the work and damage caused by defects may be made without notice being sent to the Contractor, and the Contractor shall pay the cost thereof. Neither final payment, Final Certificate, nor any other provision in the Contract Documents shall affect Contractor's obligation to complete the Work free of defects in workmanship and material. B. Contractor shall remain solely responsible for the performance of the Work as required by the Contract Documents, notwithstanding any suggestions or observations made by another person or entity with respect to the Work. C. This Article does not establish a period of limitation with respect to any obligation of Contractor under the Contract Documents, and does not limit the time allowed by law for any action for breach of such obligation. ARTICLE XXIV STORAGE OF MATERIALS AND EQUIPMENT The Contractor shall provide at its own expense and without liability to the City any additional land and access thereto that the Contractor may desire for temporary construction facilities, or for storage of materials. Only materials and equipment that are to be used directly in the Work shall be brought to and stored at the Project site by Contractor. After equipment is no longer required for the Work, it shall be promptly removed from the Project site. Protection of construction materials and equipment stored at the Project site from weather, theft, and all other casualty or damage is solely the responsibility of Contractor. ARTICLE XXV TAXES A Missouri Sales Tax Project Exemption Certificate (Missouri Department of Revenue Form 5060) will be provided by the City for the purchase of any materials or personal property incorporated into or consumed in the construction project, pursuant to RSMo 144.062. The Contractor will pay all other sales, consumer, use and other similar taxes required by the State of Missouri or other taxing jurisdiction. ARTICLE XXVI SAFETY A. Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with performance of the Work and shall take reasonable precautions for the safety of, and shall provide reasonable protection to prevent damage, injury, or loss to (1) employees and other persons at the Project site or who may be affected by the Work, (2) materials and equipment stored at on-site or off-site locations for use in performance of the Work, and (3) other property at the Project site or in its vicinity, such as trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall give notices required by and comply strictly with applicable laws, ordinances, rules, regulations, orders, and the like bearing on safety of persons or property or their protection from damage, injury, or loss. The Contractor will erect and maintain, as required by the conditions and progress of the work, all necessary safeguards for safety and protections. The Contractor will notify owners of adjacent utilities when prosecution of the Work may affect them. The Contractor will remedy all damage, injury or loss to any property caused directly or indirectly, in whole or part, by the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone whose acts any of them may be liable. C. The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of his prosecution of the work. The safety provisions of applicable laws and building and construction codes shall be observed and the Contractor shall take or cause to be taken, such additional safety and health measures as the City may determine to be reasonably necessary. D. 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 that is at least as stringent as an approved OSHA program as required by Section 292.675 RSMo. E. Contractor shall forfeit to the City as a penalty two thousand five hundred dollars ($2,500.00), plus one hundred dollars ($100.00) for each on-site employee employed by Contractor or its Subcontractor, for each calendar day, or portion thereof, such on-site employee is employed without the construction safety training required herein. The penalty described in this Paragraph shall not begin to accrue until the time periods herein have elapsed. Violations of this requirement and imposition of the penalty described in this Paragraph shall be investigated and determined by the Missouri Department of Labor and Industrial Relations. F. If City deems any part of the Work or the Project site unsafe, City, without assuming responsibility for Contractor's safety program, may require Contractor to stop performance of the Work or take corrective measures satisfactory to City, or both. If Contractor does not adopt corrective measures, City may perform them or have them performed and deduct their cost from the Contract Amount. Contractor shall make no claim for damages, for an increase in the Contract Amount, or for a change in the time for performance of the Work based on Contractor's compliance with City's reasonable request. ARTICLE XXVII AUTHORIZED EMPLOYEES Contractor acknowledges that Section 285.530 RSMo prohibits any business entity or employer from knowingly employing, hiring for employment, or continuing to employ an unauthorized alien to perform work within the State of Missouri. Contractor therefore covenants that it is not knowingly in violation of subsection 1 of Section 285.530 RSMo, and that it will not knowingly employ, hire for employment, or continue to employ any unauthorized aliens to perform work on the Project, and that its employees are lawfully eligible to work in the United States. ARTICLE XXVIII INDEPENDENT CONTRACTOR Contractor is an independent contractor, and neither Contractor or any Subcontractors, suppliers, employees, or agents shall be deemed an employee or agent of City for any purpose. ARTICLE XXIX CONFLICT Contractor shall promptly upon discovery notify City of any conflict, ambiguity or inconsistency in the Contract Documents, or between any Contract Document and actual field conditions, and City shall resolve such conflict, ambiguity or inconsistency in its sole discretion. ARTICLE XXX PAYMENT BOND Simultaneously with delivery of the executed contract, the Contractor shall furnish a payment bond 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. (Required if costs exceed $50,000 only.) ARTICLE XXXI SEVERABILITY Should any specific provision of this Agreement or other Contract Documents be found to be unenforceable, the remaining provisions shall remain in full force and effect. ARTICLE XXXII NO PRESUMPTION AGAINST THE DRAFTER No presumption or inference against the City shall be made because of the City's preparation of this Agreement or other Contract Documents. ARTICLE XXXIII DISPUTES/ATTORNEY FEES In the event of litigation between Contractor and City concerning the Project or this Agreement or other Contract Documents, the prevailing party shall be entitled to recover from the other party its reasonable attorney fees, costs, and expenses arising from such litigation. ARTICLE XXXIV TITLES The titles given to the Articles in this Agreement are for ease of reference only and shall not be relied upon or cited for any other purpose. Specifically, but without limitation, the titles shall not define or limit any of the provisions of any of the Articles. ARTICLE XXXV PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Agreement shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the contract shall forthwith by physically amended to make such insertion or correction. All such laws, orders and regulations are applicable to this Project and are made a part hereof by reference. ARTICLE XXXVI ENTIRE AGREEMENT This Agreement and the other Contract Documents constitute the entire agreement between the parties with respect to their subject matter. Any prior agreements, understandings, or other matters, whether oral or written, are of no further force or effect. Subject to Article VII of this Agreement, this Agreement and any other Contract Document may be amended, changed, or supplemented only by written agreement executed by both of the parties. THIS AGREEMENT shall be binding on the parties only after it has been duly executed by City and Contractor. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their authorized representatives. Approved as to form: CITY ATTORNEY: By: City Attorney Countersigned by: CITY PURCHAS GENT: By: B(yAdm' al Cistrator CITY OF RIVERSIDE By: s, Ka een L. Rose, Mayo ATTEST:' . Robin kiricaid :viii Clerk CONTRACTOR: By: (Signature) Printed Name: ATTEST: SECRE A DaHN r FOYLE (Name Printed) WORK AUTHORIZATION AFFIDAVIT PURSUANT TO 285.530,RSMo STATE OF-MfSSffUTt COUNTY OF w,jaJ )ss. As used in this Affidavit,the following terms shall have the following meanings: Z:1 4� 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(IRCA),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 conductwhen 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). BEFORE ME,the undersigned authority,personally appeared 5CL�,h&_X 36V who, being duly sworn,states on his oath or affirmation as follows: I 1. My name is S(Im. and I am currently the Ea�,, of LV.11Z,T_AKAD1Ja_1QP 5e_1QLLCe'�k-rAc- (hereinafter"Contractor"),whose business address is 141 �5+ K&I.S.Is ON-ir K-5 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 Public Safety Canopy Re-Roof Project. 4. Contractor oes not knowingly employ any person who is an unauthorized alien in connection with the se contrac 15 ices set forth above. Affian6/ 's 0-L IVN 0, 0 Printed Name Subscribed and sworn to before me this day ofAjc?U6�E 2019. AA Notary Publid N X, OF Z KANSAS *-:0! APPOINTMENT 15 EXPI S 0% 7......... 1 BID FORM Bid: TWELVE THOUSAND DOLLARS AND NO CENTS ($12,000.00 ) Dated on TUESDAY This 13th day of AUGUST,2019 DELTA INNOVATIVE SERVICES INC. Contractor PRESIDENT Sabina R.Boyle_ , Title (SEAL) /—ESTIMATOR Attested Title 508 s. 14th St Kansas City,KAnsas 66105 Address 913)371-7100 Telephone Number 14 CITY OF RIVER1 MISSOURI Upstream from ordinary. NOTICE TO PROCEED DATE: Sp 4019 (` PROJECT: t',��Cr� �. -�e-�-�r.n�n� ow 9Q,—e �-T r D (e., PROJECT NO.. ORDINANCE/RESOLUTION: (approved TO: Contractor: G t A hn n v a T i tf S Pr U i cP.S (address) ;y7 JD 8 S , J��I �ry e7� 45A,..+AAs L., c� _ R„S Intl [) You are hereby notified to commence work on or after the day of 2V"4Zr , 2019 in accordance with the Agreement dated a C The work shall be substantially completed within Calendar Days. The date of substantial completion is The project shall be completed and ready for final payment by CITY OF—RIVERSIDE Owner) By: Brian E. al,City A inistr for Receipt of the above NOTICE TO PROC s hereby acknowledged BY: (Title) this the day of , 20 EXHIBIT A— SCOPE OF WORK 1.1 REFERENCES A. ASTM C 726 - Standard Specification for Glass Fiber/Mineral Fiber Roof Insulation Board B. ASTM C 1289 - Standard Specification for Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board. C. ASTM D 3960-92: VOC emissions of asphalt based, cold adhesives. D. ASTM D 4586 -Standard Specification for Asphalt Roof Cement, Asbestos-Free. E. ASTM D 5147 - Standard Test Method for Sampling and Testing Modified Bituminous Sheet Materials. F. ASTM D 6223: Standard specifications for APP modified bitumen sheet materials using a combination of polyester and fiberglass reinforcements. G. ASTM D 6509 - Standard Specification for Atactic Polypropylene (APP) Modified Bituminous Base Sheet Materials Using Glass Fiber Reinforcements. H. SMACNA-Architectural Sheet Metal Manual. I. Underwriters Laboratories- Roofing Systems and Materials Guide (TGFU). 1.2 DEFINITIONS A. Roofing Terminology: Refer to ASTM D1079 and the glossary of the National Roofing Contractors Association (NRCA) Roofing and Waterproofing Manual for definitions of roofing terms related to this section. 1.3 DESIGN / PERFORMANCE REQUIREMENTS A. Provide an installed roofing membrane and base flashing system that does not permit the passage of water, and will withstand the design pressures calculated in accordance with the most current revision of ASCE 7. B. Perform work in accordance with all federal, state and local codes. C. Exterior Fire Test Exposure: Provide a roofing system achieving a UL Class rating for roof slopes indicated on the Drawings. 1. UL Class A rating. D. Windstorm Classification: Provide a roofing system which will achieve the required uplift resistance as calculated in accordance with the most current revision of ASCE 7 or as listed in the current FM Approval Guide. 1. 90 psf of uplift resistance. E. FM Rating: Provide a roofing system which will achieve the following rating as listed in the current FM Approval Guide. 1. FM 1-60. 1.4 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Store pail goods in their original undamaged containers in a clean, dry location within their specified temperature range. C. Store roll goods on end on pallets in a clean, dry, protected area. Do not double stack modified bitumen products. D. Store and dispose of hazardous materials, and materials contaminated by hazardous materials, in accordance with requirements of local authorities having jurisdiction. 1.5 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. 1.6 WARRANTY A. Provide manufacturer's roof system guaranty with single source coverage and no monetary limitation (NDL) where the manufacturer agrees to repair or replace components in the roofing system, which cause a leak due to a failure in materials or workmanship. 1. Duration: Twenty years from the date of substantial completion. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturer: DERBIGUM Americas, Inc. B. Substitutions not allowed. 2.2 SCOPE/APPLICATION A. Remove existing roof system. Mechanically attach R-25 (verify code with municipality) insulation per manufacturers requirements. Adhere a '/2" dens deck prime cover board with 2 part UTA as per manufacturers requirements. Adhere 1 ply of Derbibase Ultra and 1 ply of Derbicolor GP-FR in Permastic adhesive and hot air weld the seams. Reflash walls and all sheet metal details. 2.3 INSULATION AND SUBSTRATE MATERIALS A. Derbiboard: Rigid polyisocyanurate board with a glass fiber facer. Meets or exceeds the requirements of ASTM C 1289 1. Minimum Thickness: R-25 B. Dens-Deck Prime: Gypsum cover board with a primed glass fiber facer. 1. Thickness: 1/2 inch (13mm). 2. Dimensions: 48 inch by 48 inch (1219 mm x 1219mm). 2.4 BASE AND PLY SHEETS A. Derbibase Ultra: Smooth, fiberglass reinforced, Atactic Polypropylene (APP) base ply. Waterproof when side and end laps are welded. 1. Thickness: 120 mils (3mm). 2. Tensile Strength at 77 degrees F (MD/XD): 150 Ibf/ 150 Ibf. 2.5 MODIFIED BITUMINOUS MEMBRANE A. Derbicolor GP-FR: ASTM D 6223 Type II dual reinforced, fire resistant, granule surfaced Atactic Polypropylene (APP) membrane with fiberglass and polyester dual reinforced mat. 1. Thickness: 180 mils (4.5mm). 2. Tensile Strength at 77 F (MD/XD): 85 Ibf/85 Ibf. 3. Elongation at 77 degrees F (MD/XD): 5.0 percent/5.0 percent. 4. Tear Resistance at 77 degrees F (MD/XD): 135/ 135 5. Low Temperature Flex: minus 20 degrees C. 2.6 FASTENERS AND ACCESSORIES A. Perlok #12 Standard Roofing Fastener: Drill point fastener for installation of insulation and base sheets to steel and wood decks. 2.7 ADHESIVES, COATINGS AND PRIMERS A. Permastic: Cold applied adhesive for use with modified bitumen membranes, base sheets and other cold process roofing system components. 1. Application Rate: 1.5 to 3.0 gallons per 100 square feet, depending on substrate (0.6 - 0.91 I/sm). 2. Volatile Organic Compound (VOC) limits: 180 g/l. PART 3 EXECUTION 3.1 EXAMINATION A. Do not begin installation until substrates have been properly prepared. 3.2 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. C. Steel Decks: 1. Steel decks must be a minimum thickness of 22 gauge (0.8 mm) and shall have a G-90 galvanized finish. 2. All surface corrosion must be removed, and repairs to and severely corroded areas made. Fasten any loose or inadequately secured decking and replace irreparable decking. 3.3 INSTALLATION A. Install all roofing systems system components in accordance with manufacturer's instructions. 3.4 INSULATION INSTALLATION A. Do not apply roof insulation until all other Work which requires foot equipment traffic on the roof. B. Securely attach Insulation to the roof deck using the required fastener density and pattern as listed in the current Derbigum Specifications and Details Guide. A minimum FM 1-60 attachment is recommended. C. Do not install wet, damaged or warped insulation boards. D. Install insulation boards with staggered board joints in one direction (unless taping joint). E. Install insulation boards snug. Gaps between board joints must be less than 1/4 inch (6 mm). Fill all gaps in excess of 1/4 inch (6 mm) with insulation material of the same type. F. Wood Nailers: Install minimum 3-1/2 inch (89 mm) wide nailers at all locations indicated on the Drawings. Nailers must be of equal thickness as the insulation with a minimum 1 inch (25 mm) and securely fastened to the deck. G. Install cant strips at the transition between roof deck and wall/curb surfaces in all membrane flashing applications. Where necessary to accommodate differential movement between the wall and roof deck, vertical wood nailers, of sufficient height to provide a minimum 8 inch (203mm) base flashing height, may be mechanically fastened to the insulation stops in accordance with NRCA recommendations and the Drawings. H. Miter and fill the edges of the insulation boards at ridges, valleys and other changes in plane to prevent open joints or irregular surfaces. Avoid breaking or crushing of the insulation at the corners. I. Do not install any more insulation than will be completely waterproofed each day. 3.5 BASE/ INTERPLY INSTALLATION A. Apply approved base sheets over insulation or deck surfaces using methods approved by the manufacturer for the specified roof system. B. Apply approved interply sheets over appropriate base sheets using methods approved by the manufacturer for the specified roof system. C. Strap and backnail base and interply sheets where roof slopes exceed 2 inches per foot (2:12). 3.6 MEMBRANE INSTALLATION A. Apply roof system in strict accordance with manufacturer's published recommendations. B. Unroll membranes and allow them to relax prior to application. Application of sheet materials directly from the factory roll may increase the incidence of wrinkling during or subsequent to application. C. Starting at the low point of the roof area, unroll membrane into position with 3 inch (76mm) side laps and end laps staggered a minimum of 12 inches (305mm). D. Cold Process Membrane Application: 1. Plan Work and foot traffic so adhesive is not tracked across the top of the finished base ply membrane. 2. Starting at the low point of the roof area, rolls of modified cap sheet shall be unrolled into position with 3 inch (76mm) side laps and end laps staggered a minimum of 12 inches (305mm). 3. Pull the end of each sheet straight back onto itself so that the sheet is folded approximately in half, maintaining alignment of the individual sheets and uniformity of the side laps. 4. Apply adhesive uniformly over the previously marked area with a 1/4 inch notched squeegee at the minimum rate of 1-1/2 to 2 gallons per 100 SF, keeping the adhesive from the side and end lap areas of adjacent rolls. 5. Roll the sheet into the adhesive commencing with the first roll in the gang, maintaining alignment of the roll and uniformity of the side laps. Broom the membrane as necessary to insure embedment of the membrane into the adhesive. 6. Repeat the procedure on the opposite end of the rolls of the membrane. Side and end laps must be left clean and fee of adhesive. E. Side and End Laps: 1. Heat weld side and end laps of the modified bituminous membrane using hot air welding equipment. 2. Roll with a 20-pound steel roller while the bitumen is still warm. Edge of the lap must be left untooled, with a continuous bead of bitumen visible at the seam. 3.7 MEMBRANE BASE FLASHING A. Maximum flashing length is feet (3.05 m) when the membrane flashings are between 8 inches (203 mm) and 14 inches (356 mm) high. B. Priming: Prime all metal surfaces with asphalt primer and allow them to dry prior to application of the flashing membrane. C. Stripping Plies: 1. At metal flanges, install a stripping ply over the field base ply, extending a minimum of 4 inches (102 mm) beyond the flange of the metal. 2. Set the metal flange over the stripping ply in a bed of Perflash flashing cement and mechanically anchor. 3. Apply top ply over the primed metal flange. 4. Where the edge of stripping plies meets the metal detail (i.e., outside edge of perimeter metal or against vent pipes), apply a bead of Perflash flashing cement to provide a continuous seal and fill in any gaps that may allow standing water at this point. D. High Wall Flashings: When flashing vertical surfaces above 14 inches (356 mm) high, the membrane must be installed the width of the roll and pre-cut to the desired height. E. Seal the top edges of all base flashings with asphalt flashing cement and reinforcing fabric to provide protection until metal counter flashing is installed. F. Curb and Corner Flashings: 1. All inside and outside corners require a boot to provide weather protection at the lap joint. Boot must be a minimum 2 inch (51 mm) radius beyond all intersecting surfaces, and have a minimum of 1/4 inch (6mm) follow of modified bitumen beyond all edges. 2. Install boots at the inside and outside corners (underneath) prior to installing the flashing membrane. 3. In lieu of Derbigum membrane boots, the corners may be reinforced with a five-course treatment, consisting of alternating layers of Perflash and glass fabric mesh. G. Mechanically fasten the top of all vertical base flashing membranes. Install fasteners appropriate to the substrate 8 inches (203 mm) on center. H. Metal Counter Flashing: All vertical base flashings must be covered by metal counter flashing to form a continuous water shedding surface over the top of membrane flashing. Extend metal counter flashing a minimum of 3 inches (76 mm) over the top of the membrane flashing. I. Metal Face Securement: Install Hook strips (cleats) on all metal extending over roof edges (coping metal, gravel stop/eave strip, perimeter curb metal, etc.) in accordance with recommendations in the NRCA Roofing and Waterproofing Manual. Appropriate provision must be made in accessory metal to allow for expansion and contraction of the metal sections without interrupting the integrity of the waterproofing assembly. J. Roof Drains: 1. All roof drains must be sumped and free of all rust, debris and dirt. 2. Install the base ply and cut so that the base ply stops short of the clamping ring. 3. Install a 36-inch square piece of smooth membrane over the drain opening, in accordance with manufacturers recommendations for the roof system specified. Cut a hole to the inside edge of the drain base. 4. Thoroughly clean the drain bowl flange, and prime to receive the membrane. Apply Perflash to the clamping ring area. 5. Install a 30 inch (762mm) square, 4 Ib (1.81 kg) lead flashing over the membrane into a bed of Perflash cement and install the top layer of field membrane extending to the inside edge of the drain bowl. 6. The field membrane, the new drain lead, and stripping membrane are to extend under the properly secured and tightened compression clamping ring assembly. Cut holes in the membrane to align with the clamping bolts, install the clamping ring and tighten the bolts to provide uniform compression of the flashing membrane at the drain. K. Pitch Pockets: 1. Fabricate and install new pitch pockets from galvanized steel in accordance with NRCA recommendations. 2. Fill the pocket halfway to the top with non-shrink grout and the remainder with pourable sealer or Perflash. 3. Slope fill away from the penetration to the edge of the pocket. 4. Install metal rain collars with drawbands that cover and overlap the entire pocket and caulk the top of the drawband with sealant. 5. Strip in the metal flanges of the pitch pocket per the sequence described above for stripping plies. L. Walkways: Install walkpads in locations determined by the building owners' representative. 3.8 INSPECTION AND QUALITY CONTROL A. The roofing system manufacturer shall provide a qualified, trained auditor to perform a final inspection to insure the roof system has been installed properly and according to the manufacturer's recommendations and guaranty requirements. Upon completion of the inspection, copies of the inspection report will be provided to the Architect and Contractor. Any corrective action deemed necessary to comply with the manufacturer's specifications must be completed prior to final close-out. 3.9 PROTECTION AND CLEANING A. Protect new roof system during remainder of construction period. Plan work so traffic over new roof system is kept to a minimum. Where traffic must continue over new roof system, provide protection for the finished roof. B. Provide protection for masonry and other building surfaces against damage of staining from roofing operations. Any surfaces damaged or stained as a result of roofing operations shall be cleaned, repaired or replaced as necessary by the roofing contractor. C. Job site shall be maintained in a clean, orderly fashion, and free of debris. Store materials and equipment so operations of building are not interrupted. D. Touch-up, repair or replace damaged products before Substantial Completion. END OF SECTION EXHIBIT B—PREVAILING WAGE RATES (Project did not qualify for Prevailing Wage Rates) A. Special Wage Determination: Prevailing hourly rates of wages follow, as determined by the Division of Labor Standards, Jefferson City, Missouri. Form Missouri Department of Revenue 5060 Project Exemption Certificate This form is to be completed and given to your contractor. Name of Exempt Entity Issuing the Certificate Missouri Tax Exemption Number CITY OF RIVERSIDE 1 11 2 111 9 1 3 1 1 1 2 1 1 Address City State ZIP Code 2950 NW VIVION ROAD RIVERSIDE MO 64150 E-mail Address RKINCAID@RIVERSIDEMO.COM Project Number Project Begin Date (MM/DD/YYYY) Estimated Project End Date (MM/DD/YYYY) _(L__8_/Z-9-/2--JZ-4 0 9 / 2 0 /2 0 1 9 Description of Pro1'ect CANOPY RE-ROOF PROJECT AT THE PUBLIC SAFETY BUILDING Project Location Certificate Expiration Date(MM/DD/YYYY) 2990 NW VIVION_ROAD; RIVERSIDE MISSOURI 64150 0 9 / 2 0 /2 0 1 9 Provide.a signed cdpy of.this;certificate, along with a copy of the exempt entity's Missouri Sales and Use Tax Exemption Letter to-each'contractor,d subcontractor who will be purchasing tangible personal property for use in this project. It is the responsibility.of the exempt entity to ensure the validity of the information on the certificate. The exempt entity must issue a new certificafe-if any of the information changes. t3-e of Author` d Exempt,Eh"ii Printed Name of Authorized Exempt Entity Date (MM/DD/YYYY) ' ROBIN KINCAID, CITY CLERK /Z 2/Z lv The Missouri.exea ipt,,,eritity named above hereby authorizes the purchase, without sales tax, of tangible personal property to be incorpotated or consoMed;in.the construction project identified herein and no other, pursuant to Section 144.062, RSMo. Under penalties'oftiporju_ry',,! efeelar�that the above information and any attached supplement is true, complete, and correct. Name of Purchasing-:Contractor Signature of Contractor Date(MM/DDIYYYY) DELTA INNOVATIVE SERVICES INC Address City State ZIP Code 508 S 14TH STREET KANSAS CITY KS 66105 Contractors-Present this to your supplier in order to purchase the necessary materials tax exempt.Complete the Subcontractor portion if extending the certificate to your subcontractor.The contractor must sign the form in the space provided below. Name of Purchasing Subcontractor Address City State ZIP Code Signature of Contractor Contractor's Printed Name Date (MM/DD/YYYY) Form 5060(Revised 08-2015) Taxation Division Phone: (573)751-2836 P.0 Box 358 Fax: (573)522-1271 Jefferson City, MO 65105-0358 E-mail: salestaxexemptions dor.mo.gov 0 Visit httR://dor.mo.gov/business/sales/sales-use-exemptions.p hp for additional information. CITY OF ,RIVERSIDEBusiness/Contractors License r�lssoul�l Application Upstream from ordinary. 2950 NW Unrion Road Phone:816-741.3993 Business Start Date 3 / /qgp Legal Name of Business &4.6. T-ALN A e-- Sat/r 2S a-snL Common Name of Business or DBA Nature of Business l.brAtaaQrrcat0.� �Oo•t-tit Zoning of the Business Will the Business have Outdoor Storage?❑YES❑NO Business Address 50$ S. 1 57f City t f State /-/uS Zip /d5 Mailing Address SaAA&C City State Zip Local Phone(Q13) 73`1(--1 100II Corp.Phone (q13)311.1-1f)b Cell Phone ( } E-Mail Address �lV •0 PkfA SPf tJiC,L S CMA Primary Contact Name(Owner/Corp.Agent) tYla )f dt/�g Home Phone ( ) Home Address 3-6Qq M,Ahr-S e City UW_reun.e— State Zip 60 Date of Birth 1�/,3(T 1mil Drivers License Number State Issued 1�S Secondary Business Contact Name Phone ! Please Complete this section if your business is physically located in Riverside. Total number of persons employed at this location Total Square Footage Missouri State Sales Tax Number Federal Identification Number Is Business located in a Riverside residence? Business previously located at this address: Construction contractors must submit a current Workers'Compensation Certificate pursuant to RSMo Chapter 287. (If exempt,sworn affidavit must be signed and this may be done at City Hall.) I declare erdcr tatty ofp4:qury that t�tlt est of my knowledge and belief the statements made herein are true and correct. 1 ?-.4-7-201 q Signature ofOv ner(s)�orCorporation AgantOt er Date lr_eoS(�tt�A.—+ Notification is kindly requested if you discontinue business. 'lisle: Owner,Partner ibfanagcr or Corporate Officer TCu a/ryditaal nnrrnnw the makfafacer of rlr<;r�anmfion;n this nip/;whoa /jineori cr ir�omrnrial is/rrur;de*!,[5ishrmsrmnr be invexta�.lJGernre it ismrdrmran�ully,r:ns Fsr Gnrednn mlttnfom�aliou nroo %npiapern�l;crtliun ofllre�,tn•'r lirrnse may lx reva;reJ. The n/rplicanl a,rc:rq nh;de ny rtrl/t;ecssree U>•Q;nnneea nnf Slaw Lxa'and reg+noliars. Licensing Fees:Non-Industrial/Contractor-$48/year Heavy Industrial-$84/year Business license fees for new businesses are prorated on a quarterly basis. Please contact City Hall for any questions License Effective from To 12-31- Yearly Fee Approved by License Amount Remitted Type of Payment Business License Number ( O j A�® CERTIFICATE OF LIABILITY INSURANCE DATE(tALtrDDJYYYY) 9/27/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER- IMPORTANT'. If the certificate holder is an ADDITIONAL INSURED,the pollcy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement: A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAM Jackie Honomiehl FAX (ACCornerstone Kansas City, LLCM Ene. (913)378-1050 Pe0 (913j 379-®399 4400 College Blvd. Ste. 350 Awnss-jhonozachl@ckcins.com PMRER(S AFFORDING COVERAGE HAtC 0 Overland Park KS 66211 DJSOBFRA:United Fire and Casualty Company 13021 RMANZED ysuRERB:Midwest Builders Casualty Mutual 13126 Delta Innovative Services, Inc. msuRER c:Travelers Casualty Ins Co Of America 19046 508 S. 14th Street WSURERD: UISURER E Kansas City KS 66105 UISUPERF COVERAGES CERTIFICATE NUMBER:CLI972327195 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OFANY CON i RACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCEAFFORDEO BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTOALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ITISR ADDL SUER POLICY EFF POIJCYEXP LTR TYPE OF INSURANCE t* POLICY I UMBER M,VDDIYYYYI ef.'AIDDNYYYI LWHS X COMMERCIALGENFRALLIABIDTY EACH OCCURRENCE s 1,000,000 A CLA.=S 4JIADE nX OCCUR PRE ISES[Ea o=MAGE TO RENI rrenw) S 100,000 60461672 5/15/2019 5/15/2020 t/.EO EXP(Arty cno parson) s 10,000 PERSONAL&ADV INJURY s 1,000,000 GEKLAGGPEGATELIVITAPPLIESPER: GENERAL AGGREGATE S 2,000,000 OT- El LOC PP.ODUCiS-CCt1PlOPAGG 5 2,000,000 POVCY � C OTHER S AUrWJOB1E LJAERM COMBINED SINGLE UI.IIT $ 1,000,000 !Ea acck-1+mt A XAtiYAUTO BODILY INJURY(Per parson) s ALL(WAI F3 SCHEDULED 60461672 5/15/2019 5/15/2020 BODILY INJURY(Per acdden:) S AUTOS AUTOS X F-r1REDAUTOS X UO,dI-aMED /PPeROPERTY DAj.V GE S AUTOS 5 X UMBRELLA X OCCUR WH OCCURRENCE 5 6,000,000 A EXCESSLJAB CLAIIAS-N.ADE AGGREGATE $ 6,000,000 DED I X I RETEIMON S 0 60461672 5/15/2019 5/15/2020 PE X y R YJORKERS COL:PEp5AT1OIJ OTH- ATS ER AND EUPLOYERS'LIABXMY YIN AlTY FRO?4(ETOP.J?ARTC.ERr--XECUTIVE N/A EL EACH ACC!DD[T S 1,000,000 B OIandatry In JH) %C100-0000096-2019A 5/15/2019 5/15/2020 (MandatosSyinlOi) E.L.DISEASE-EAEMPLOYEE S 1,000,000 "IU yes.d=_ o:.e wafer ,! P'TION7 OF OPERATIONS palmi E.L DISEASE-POLICY UMIT 5 11000,000 C Third Party Crime 105719444 12/13/2018 12/13/2019 Cads 51,00,00 $10,000 Deduct A Installation Floater 60461672 5/15/2019 5/15/2020 Lkdt 4700.090 $1,000 Deduct DESCRIPTIO.VOFOPERATIOHSILOCATIONS/VEHICLES(ACORD tOE,AdditlonaiRemarkaSeWuL,amgbeattadiedUrr"aspace Isrequlred) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Riverside THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN 2950 NW Vivion Rd ACCORDANCE WITH THE POLICY PROVISIONS. Riverside, MO 64150 AUTHORIZED REPRESENTATIVE David Parkhurst/JP I ©198&2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD INS025 poiaotg License Manage IV .ort - .... -File—Edit Options—Functions—Consoles--Help= License 1601 9L Issued To DELTA INNOVATIVE SERVICES INC = Period 08/27/2019-1-2/31/2019 License Code CONTRACTOR ' CONTRACTOR General Fees , Information I Comments History Footprint, i Licensee Information -License Details Attention SABINA R BOYLE Pending Address 508 S 14TH STREET Origination Dake 8/27/2019 KANSAS CITY,KS 66105-0000 Effective Date 8/27/2019 j M l Expiration Dake 12/31/2019, Termination I Business Information Renewed Dake II Business Class CONTRACT CONTRACTOR Printed Date 8/27/2019 Report Code Balance 24.00' I Contractor Pending Activity 24.00CR', Owner j SarrrF ALARM COMP Property Address ALARM PH City Limits Inside J Outside Exceptions v Q Edit This Record = Clear _- View rkincaid CITY OF RIVERSIDE, MISSOURI INFORMATION FOR BIDDERS The City of Riverside, Missouri(the"City") invites sealed bids for the Public Safety Facility Canopy Re-Roof Proiect 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 August 14, 2019, at which time all sealed bids will be publicly opened and read. The envelope containing the bids must be sealed, clearly marked on the outside of the envelope "Public Safety Canopy Re-Roof Project" 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 negotiate further with the selected bidder,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, if applicable. 2.Rejection of all Bids. If the City rejects all Bids,the City may: (1) re-advertise or re-solicit Bids following the City's normal bidding procedure; or(2) use an expedited Bid submission schedule when the City determines that the delay would not be in the best interest of the project or the City. BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY BECAUSE OF SUCH REJECTION, AND THE SUBMISSION OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. 3. Preparation and Submission of Bid. Each bid must be submitted on the prescribed form(s)and accompanied by an Affidavit of Work Authorization. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures. 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. CONTRACTORS SHOULD READ AND BE FULLY FAMILIAR WITH ALL BIDDING AND CONTRACT DOCUMENTS BEFORE SUBMITTING A BID. IN SUBMITTING A BID, THE BIDDER WARRANTS THAT IT HAS READ THE BIDDING AND CONTRACT DOCUMENTS AND IS FULLY FAMILIAR THEREWITH, THAT CONTRACTOR HAS VISITED THE SITE OF THE WORK TO FULLY INFORM ITSELF AS TO ALL EXISTING CONDITIONS AND LIMITATIONS, AND CONTRACTOR HAS INCLUDED IN THE BID A SUM TO COVER THE COST OF ALL ITEMS OF THE WORK. The submission of a bid will constitute an incontrovertible representation by the bidder that the Bid Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work. Bids by a corporation must be executed in the corporate name by the president or a vice-president(or other corporate officer accompanied by evidence of authority to sign)and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address shall be shown below the signature. Bids by a partnership must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 4. Addenda and Interpretations: No interpretation of the meaning to the plans, specifications, or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to: Public Works Director, City of Riverside: Tom Wooddell; 816-741-3908; twooddell@riversidemo.com; and to be given consideration must be received at least five(5) calendar days prior to the date fixed for the opening of bids. 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 available on the City's website.No one is authorized to make any clarifications, interpretations or modifications or give any instructions to the bidders during the bidding period except as described in this Section. 5. Substitute Material and Equipment: The contract, if awarded, will be on the basis of material and equipment described or specified in the specifications without consideration of possible substitute of"or- equal" items. Whenever it is specified in the specifications that a substitute "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the "effective date of the Agreement". 6. Subcontracts: The bidder shall submit to City with the Bid a list of all proposed sub-contractors to be used on the project. The list shall indicate those portions of the work each sub-contractor will be performing. The Contractor shall also submit a list of suppliers of major materials to be used on the project. The list shall indicate which materials each supplier is furnishing. The Bidder must be capable of demonstrating to the satisfaction of City that bidder has the capability at the time of submission of the bid to manage or perform all of the Work required to be performed on the project by Contractor under the Agreement. 7. Qualifications of Bidder: The City may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. At a minimum, each Bidder must submit the following information with the Bid: Authority to Do Business in Missouri. Each bid must contain evidence of bidder's qualification and good standing to do business in the State of Missouri or covenant to obtain such qualification prior to award of the contract. 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. • 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 straw bids 8. Time of Completion and Liquidated Damages: Bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" of the City and to fully complete the proiect within 7 consecutive Calendar Days thereafter. 9. 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. 10. Laws and Regulations: The bidder's attention is directed to the fact that all applicable federal and state laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over 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. 11. Method of Award-Lowest Responsible Bidder: The contract will be awarded to the"lowest responsible bidder". 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. The City prefers a bidder operating within the KC metro area. 12. Obligation of Bidder: At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and Contract Documents (including all addenda). The failure or omission of any bidder to examine any form, instrument, or document shall in no way relieve any bidder from any obligation in respect to the bid submitted. On request, City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his bid. 13. Federal Work Authorization Program Participation: Bidders are informed that pursuant to Section 285.530, RSMo, as a condition of the award of any contract in excess of five thousand dollars ($5,000),the successful bidder shall, by sworn affidavit and provision of documentation, affirm its enrollment and participation if a federal work authorization program with respect to the employees working in connection to the contracted services. The affidavit shall further provide that the successful bidder does not knowingly employ any person who is an unauthorized alien in connection to the contracted services. 14. 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. 15. Reserved: 16. 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. 17. 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. 18. Current City Business License: The successful bidder, and all subcontractors, shall obtain a current city business license prior to beginning construction. 19. 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. 20. 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. 21. Insurance: Contractor shall provide certificate of insurance evidencing general commercial insurance coverage in an amount not less than $1,000,000, as well as workers' compensation in amount not less than the statutory amount. 22. Signing of Agreement: When City gives a Notice of Award to the successful bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement and all other Contract Documents. Within twenty(20)days thereafter Contractor shall sign and deliver at least three(3) counterparts of the Agreement to City with all other Contract Documents attached and signed as required, together with the required bonds,evidence of insurance,city licenses and work authorization affidavit and documentation. Within ten(10)days thereafter City will deliver all fully signed counterparts to Contractor. The City may issue a Notice to Proceed with or at any time after delivery of signed counterparts to Contractor. SITE VISIT A site visit will be held on Aug. 8, 2019 at 10:00 AM. Contractors will meet at Riverside City Hall Lobby 2950 NW Vivion Rd. Riverside, MO. 64150 CONTRACTOR SHALL PURCHASE A RIVERSIDE CITY BUSINESS LICENSE AND PROVIDE AN INSURANCE CERTIFICATE. RIVERSIDE CANOPY ROOF RE-ROOF RIVERSIDE, MO ADDENDA 1 AND PRE-BID NOTES 8/8/19 -Please see attached sign in sheet,sheet metal spec,and taper drawing layout(contractor to confirm layout and dimensions) -Low flashing heights to be liquid flashed per manufacturer's requirements for warranty. -All lightning protection to be removed and replaced by the roofing contractor. END ADDENDA 1 I i i i I SECTION 07 62 00 SHEET METAL FLASHING AND TRIM PART GENERAL 1.01 SUMMARY A. Work shall include, but is not limited to, the following: I 1. Preparation of existing substrates. 2. Sheet metal coping and counter flashing. 3. All related materials and labor required to complete specified roofing necessary to receive specified manufacturer's warranty. 1.02 RELATED SECTIONS A. Division 075200—Modified Bitumen Membrane Roofing 1.03 DEFINITIONS A. ASTM D 1079-Definitions of Term Relating to Roofing, Waterproofing and Waterproofing. B. The National Roofing Contractors Association (NRCA) Roofing and Waterproofing Manual, Fifth Edition Glossary. 1.04 REFERENCES k A. AMERICAN SOCIETY OF CIVIL ENGINEERS - Reference Document ASCE 7, Minimum Design Loads for Buildings and Other Structures. B. AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI):: 1. ANSI/SPRI/FM 4435/ES-1 Wind Design Standard for Edge System Used with Low Slope Roofing System. 2. ANSI/SPRI FX-1, Standard Field Test Procedure for Determining the Withdrawal Resistance of Roofing Fasteners. C. NATIONAL ROOFING CONTRACTORS ASSOCIATION (NRCA) Roofing and t Waterproofing Manual. D. SHEET METAL AND AIR CONDITIONING CONTRACTORS NATIONAL ASSOCIATION INC. (SMACNA)Architectural Sheet Metal Manual. 1.05 ACTION SUBMITTALS A. Product Data Sheets: Submit manufacturer's product data sheets, installation instructions and/or general requirements for each component. RIVERSIDE CANOPY PROJECT 07 62 00-1 SHEET METAL FLASHING AND TRIM B. Safety Data Sheets: Submit manufacturer's Safety Data Sheets (SDS) for each component. C. Sample/Specimen Warranty from the manufacturer and contractor. D. Shop Drawings: Provide roof plan and applicable roof system detail drawings. 1.06 INFORMATIONAL SUBMITTALS A. Contractor Certification: Submit written certification from roofing system manufacturer certifying that the applicator is authorized by the manufacturer to install the specified materials and system. 1.07 CLOSEOUT SUBMITTALS A. Warranty: Provide manufacturer's and contractor's warranties upon substantial completion of the roofing system. 1.08 QUALITY ASSURANCE A. MANUFACTURER QUALIFICATIONS: 1. Manufacture shall have 20 years of experience manufacturing roofing materials. 2. Provide specified warranty upon satisfactory project completion. B. CONTRACTOR QUALIFICATIONS: 1. Contractor shall be authorized by the manufacturer to install specified materials prior to the bidding period through satisfactory project completion. 2. Applicators shall have completed projects of similar scope using same materials as specified herein. 3. Contractor shall maintain a copy of all submittal documents, on-site, available at all times for reference. 1.09 DELIVERY, STORAGE AND HANDLING A. Refer to each. product data sheet or other published literature for specific requirements, B. Deliver materials and store them in their unopened, original packaging, bearing the manufacturer's name, related standards, and any other specification or reference accepted as standard. C. Protect and store materials in a dry, well-vented, and weatherproof location. Only materials to be used the same day shall be removed from this location. D: When materials are to be stored outdoors, store away from standing water, stacked on raised pallets or dunnage, at least 4 in or more above ground level. Carefully cover storage with "breathable" tarpaulins to protect materials from precipitation and to prevent exposure to condensation. RIVERSIDE CANOPY PROJECT 07 62 00-2 SHEET METAL FLASHING AND TRIM E. Properly dispose of all product wrappers, pallets, cardboard tubes, scrap, waste, and debris. All damaged materials shall be removed from job site and replaced with new, suitable materials. 1.10 SITE CONDITIONS A. SAFETY: 1. The contractor shall be responsible for complying with all project-related safety and environmental requirements. 2. The contractor shall refer to product Material Safety Data Sheets (MDS) for health, safety, and environment related hazards, and take all necessary measures and precautions to comply with exposure requirements. B. ENVIRONMENTAL CONDITIONS: 1. Monitor substrate temperature and material temperature, as well as all environmental conditions such as ambient temperature, moisture, sun, cloud cover, wind, humidity, and shade. Ensure conditions are satisfactory to begin work and ensure conditions remain satisfactory during the installation of specified materials. Materials and methods shall be adjusted as necessary to accommodate varying project conditions. Materials shall not be installed when conditions are unacceptable to achieve the specified results. 2. Precipitation and dew point: Monitor weather to ensure the project environment is dry before, and will remain dry, during the application of roofing materials. Ensure all roofing materials and substrates remain above the dew point temperature as required to prevent condensation and maintain dry conditions. PART 2 PRODUCTS 2.01 MANUFACTURER A. Berridge Manufacturing or Firestone Building Products, No substitutions allowed. B. Contractor shall furnish all sheet metal flashings, counter flashings, roof edge system, and all other related sheet metal flashings, fasteners and sealants necessary to flash and counter flash the specified roofing system at all roof terminations, transitions and penetrations. C. Sheet metal flashing materials and fasteners shall be compatible with adjacent materials, to accommodate all project related exposures. 2.02 SHEET METAL FLASHING A. SHEET METAL, ROOF EDGE SYSTEM: RIVERSIDE CANOPY PROJECT 07 62 00-3 SHEET METAL FLASHING AND TRIM 1. Roof edge system shall include all components and associated fasteners necessary to comply with specified performance requirements. Contractor shall provide all other related fasteners and sealants necessary for the roof edge system. 2. COPING METAL: Engineered metal coping with hold-down cleats. a. Material: Galvanized Steel b. Gauge/Thickness: 24 gauge C. Finish: Kynar 500 Color selected from manufacturer's color chart, match existing. d. Tested per ANSI/SPRI ES-1 to meet or exceed design pressures at roof edge. e. FM Approved. 3. REGLET AND FLASHING: Engineered, formed metal counterflashing metal. a. Material: Galvanized Steel b. Gauge/Thickness: 24 gauge C. Finish: Kynar 500 Color selected from manufacturer's color chart, match existing. B. GENERAL PURPOSE SEALANT 1. NP1: General purpose, paintable, gun-grade, elastomeric, polyether moisture curing sealant for sealing membrane terminations, Kynar 500 PVDF, horizontal and vertical construction joints. a. VOC Content: 20 g/L or less. b. Meets or exceeds ASTM C920, Type S, Grade NS, Class 50. C. Standard color. 2. Butyl Sealant: Butyl rubber and polyisobutylene water resistant sealant for concealed sheet metal joints. 3. Butyl Sealant Tape: Butyl rubber and polyisobutylene water resistant sealant tape for concealed sheet metal joints. PART 3 EXECUTION 3.01 EXAMINATION A. The contractor shall examine all roofing substrates including, but not limited to: insulation materials, roof decks, walls, curbs, rooftop equipment, fixtures, and wood blocking. B. The applicator shall not begin installation until conditions have been properly examined and determined to be clean, dry and, otherwise satisfactory to receive specified roofing materials. C. During the application of specified materials, the applicator shall continue to examine all project conditions to ensure conditions remain satisfactory to complete the specified roofing system. RIVERSIDE CANOPY PROJECT 07 62 00-4 SHEET METAL FLASHING AND TRIM 3.02 PREPARATION A. Before commencing work each day, the contractor shall prepare all roofing substrates to ensure conditions are satisfactory to proceed with the installation of specified roofing materials. Preparation of substrates includes, but is not limited to, substrate repairs, securement of substrates, eliminating all incompatible materials, and cleaning. B. Where conditions are found to be unsatisfactory, work shall not begin until conditions are made satisfactory to begin work. Commencing of work shall indicate contractor's acceptance of conditions. 3.03 SHEET METAL FLASHING APPLICATION A. Refer to manufacturer's sheet metal flashing and roof edge system detail drawings, and follow product data sheets and published general requirements for installation instructions. B. General Requirements: 1. Follow the most recent edition of the SMACNA Architectural Sheet Metal Manual for fabrication and installation requirements. 2. Follow the most recent edition of the NRCA Roofing and Waterproofing Manual for fabrication and installation requirements for specified roofing and flashing. C. Appliances such as lightning rods, signs, or antennae shall be separate from the roof edge system. 3.04 GENERAL PURPOSE SEALANT A. Refer to published installation instructions. Ensure sheet metal and adjacent substrates are clean and free of oils, dust and other incompatible materials. B. Apply NPI general purpose, paintable, gun-grade, elastomeric, polyether moisture curing sealant to seal membrane terminations, exposed fasteners, Kynar 500 PVDF, and other compatible sheet metal horizontal and vertical joints, laps and transitions. 3.05 CLEAN-UP A. Clean-up and properly dispose of waste and debris resulting from these operations each day as required to prevent damages and disruptions to operations. END OF SECTION RIVERSIDE CANOPY PROJECT 076200-5* SHEET METAL FLASHING AND TRIM i 1 2 3 9 5 PRICE GOOD IF PLEASE REVIEW & FAX TO 913-262-3611 AS SHIPPED BY 12-31-19APPROVED +FUEL SUR-CHARGE ICT"777 A MEL SMENSON•AMCIAUS,INC. Y+2" X+2 " B o � r X o X g N tp 0)p, r hp yp0 q0 D + CY 1/9" FULL TAPER 1/2" CRICKETS PROJECT: SCALE SLOPE DATE MATERIAL SPEC TAPER DEPT. DRAWN BY MIN" MAX" RIVERSIDE CANOPY 1/8"-1'0" i/2" PER FT 8-9-i9 TAPER ISO SPEC BUILDING MTRL. SARGE .50" i , General Information Filings Address Contact(s) Name(s)DELTA INNOVATIVE SERVICES,INC. Address 508 S 14th Street Kansas City,KS 66105 Type Gen.Business-For Profit Charter No.F00583037 Domesticity Foreign Home State KS I Registered Agent Pearl King Status Good Standing 10004 Northwest 71st Street Kansas City,MO 64152 Date Formed 412012004 Duration Perpetual Report Due 7131/2020 i Delta Innovative Services Roofing Contractors Accreditation � BBB Rating i THIS BUSINESS IS NOT BBB A ACCREDITED Customer Reviews are not used in the calculation of BBB Rating Years in Business:29 Customer Reviews Customer Complaints I j THIS BUSINESS HAS 0 THIS BUSINESS HAS 0 I REVIEWS COMPLAINTS I