Loading...
HomeMy WebLinkAboutR-2020-023 Awarding Bid 2020 Street Maintenance - Asphalt Phillps Paving Co., Inc. RESOLUTION NO. R-2020-023 A RESOLUTION AWARDING THE BID FOR CONSTRUCTION OF THE 2020 STREET MAINTENANCE - ASPHALT AND APPROVING THE AGREEMENT BETWEEN THE CITY AND PHILLIPS PAVING CO., INC. FOR CONSTRUCTION OF SUCH PROJECT WHEREAS, the City issued a request for bids for the construction of improvements for the 2020 Street Maintenance -Asphalt (Project No. 319-020) ("Project"); and WHEREAS, the City received four (4 ) responses to its request for bid and the proposal submitted by Phillips Paving Co., Inc. ("Phillips Paving") in the amount of $282,850.00 has been evaluated by the City and recommended as the most advantageous proposal for performance of the project; and WHEREAS, the Board of Aldermen find it is in the best interest of the City to enter into a contract with Phillips Paving 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 Phillips Paving for the construction of the 2020 Street Maintenance -Asphalt in the amount of$282,850.00 is hereby accepted and approved; and FURTHER THAT an agreement by and between the City of Riverside and Phillips Paving in substantially the same form as attached hereto in Exhibit "A" and incorporated herein by reference is hereby authorized and approved, and the Mayor is authorized to execute the same on behalf of the City; and FURTHER THAT the project is subject to the requirements of Section 292.675 RSMo, which requires all contractors or subcontractors doing work on the project to provide, and require its on-site employees to complete, a ten (10) hour course in construction safety and health approved by the Occupational Safety and Health. Administration (OSHA) or a similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program. Such training must be completed within sixty (60) days of the date work on the Project commences. On-site employees found on the worksite without documentation of the required training shall have twenty (20) days to produce such documentation; and FURTHER THAT the Mayor, City Administrator, City Attorney, and Finance Director are hereby authorized to execute all documents and agreements necessary or incidental to carry out the terms and conditions of such bid award and the City Clerk is authorized to attest thereto. PASSED AND ADOPTED by the Board of Aldermen and APPROVED by the Mayor&the City of Riverside Missouri the I t" day of April, 2020. _ i T ' Kath leen L. Rose, Mayor 'TT T: . Robin Kir paid,•,City,.Clerk.' EXHIBIT "A" 2020 Street Maintenance - Asphalt Project Manual Bond No: 674209726 EXHIBIT A PERFORMANCE BOND FOR THE FAITHFUL PERFORMANCE of each of the terms and stipulations of the AGREEMENT between the CITY OF RIVERSIDE and CONTRACTOR, for construction of 2020 STREET MAINTENANCE - ASPHALT (319-020), dated April 7th, 2020, designated Resolution No. 2020-023 in every particular, Phillips Paving Company, Inc., as Principal, and The Ohio Casualty Insurance Company [insert name of surety], as Surety, hereby firmly bind themselves and their respective heirs, executors, administrators, successors, and assigns, jointly and severally, unto the City of Riverside,Missouri, ("City") in the total aggregate penal sum of Two Hundred Eight-Two Thousand Eight Hundred Fifty and no/100 Dollars ($282,850.00) lawful money of the United States, by these presents: THE CONDITION OF THIS OBLIGATION is such that in the event Principal shall faithfully and properly complete the Work required by the Contract Documents described in the Agreement and perform all of its duties, obligations, covenants, and conditions pursuant to the terms of the Contract Documents during the original term thereof, and any extensions thereof which may be granted by the City, including, without limitation, all warranty obligations and duties and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and hold harmless the City from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the City for all outlay and expense which the City may incur in making good any default,then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED FURTHER, Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work to be performed thereunder or-the specifications accompanying-the.same shall in any-way affect its obligation on-this Bond, and it _ does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work or to the specifications. PROVIDED FURTHER, that it is expressly agreed that the bond shall be deemed amended automatically and immediately, without formal and separate amendments hereto, upon amendment to the Agreement not increasing the Agreement price more than twenty percent(20%), so as to bind the Principal and the Surety to the full and faithful performance of the Agreement as so amended.The term"Amendment", 55 wherever used in this bond,and whether referring to this bond or the Agreement,shall include any alteration, addition, extension, or modification of any character whatsoever. The Performance Bond above is accepted by the City this 7th day of April,2020. Phillips Paving Company Inc CONT R PRINCIPAL B (Signature) Printed Name: Phil Calvert Title: Owner I hereby certify that (1) 1 have authority to execute this document on behalf of Surety; (2) Surety has an A.M. Best rating of A- or better; (3) Surety is named in the current list of Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and Acceptable Reinsuring Companies: as published in Circular 570 (most current revision)by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury; and (4) Surety is duly licensed to issue bonds in the State of Missouri and in the jurisdiction in which the Project is located. The Ohio Casualty Insurance Company SURETY &Wd— (Signature) By: Printed Name: Andrea Canaday Title: Attorney in Fact Note: • Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT. • If Contractor is a partnership, all partners must execute the Bond. SURETY POWER OF ATTORNEY MUST BE ATTACHED 56 Bond No: 674209726 EXHIBIT B PAYMENT BOND KNOW ALL PERSONS BY THESE PRESENTS: that Phillilps Paving Company, Inc. a Corporation [insert corporation, partnership or individual], hereinafter called Principal, and The Ohio Casualty Insurance Company[insert name of surety], hereinafter called Surety, are held and firmly bound unto the CITY OF RIVERSIDE,MISSOURI ("City"),and unto all persons, firms and corporations who or which may furnish labor, or who furnish materials to perform as described under the Agreement and Contract Documents more fully described below and to their successors and assigns in the total aggregate penal sum of Two Hundred Eight-Two Thousand Eight Hundred Fifty and no/100 Dollars ($282,850.00) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that WHEREAS,the Principal entered into a certain Agreement with the City,dated the 7th day of April,2020,for the construction of 2020 STREET MAINTENANCE-ASPHALT(319-020) approved by Resolution No.2020- 023 ; NOW,THEREFORE, in the event Principal shall pay the prevailing hourly rate of wages for each craft or type of worker required to execute the Work required by the Contract Documents described in the Agreement in the locality as determined by the Department of Labor and Industrial Relations of Missouri or by final judicial determination pursuant to the provisions of Sections 290.010 to 290.340 and 290.550 through 290.580, inclusive, of the Revised Statutes of Missouri, and shall timely pay to the proper parties all amounts due for material, machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums, workers' compensation, and all other kinds of insurance, on such Work, and for all labor performed in such Work whether by Principal, Subcontractor, or otherwise,then this obligation to be void, otherwise to remain in full force and effect, and the same may be sued on at the instance of any Subcontractor, material supplier, laborer, mechanic, or other interested party, in the name of the City of Riverside,to the use of such parties, for any breach of the considerations hereof. Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work to be performed thereunder shall in any wise affect 57 its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work. The Payment Bond above is accepted by the City this 7 1 day of April,2020. Phillips Paving Company Inc CO C PRI R NCIPAL IP Vv By ( ngnature) Printed Name: Phil Calvert Title: Owner I hereby certify that (1) I have authority to - - -"- execute this document on-behalf of Surety; (2) Surety has an A.M. Best rating of A- or better; (3) Surety is named in the current list of Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and Acceptable Reinsuring Companies: as published in Circular 570 (most current revision) by the Financial Management Service, Surety Bond Branch, U.S.Department of the Treasury;and(4) Surety is duly licensed to issue bonds in the State of Missouri and in the jurisdiction in which the Project is located. The Ohio Casualty Insurance Company SURETY II By: b a (Signature) Printed Name: Andrea Canaday Title: Attorney in Fact Note: • Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT • If Contractor is a partnership, all partners must execute the Bond. SURETY POWER OF ATTORNEY MUST BE ATTACHED 58 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty, Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No:U011410-9711514 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS;That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies',pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Andrea Canaday;Marie Carver;Rebecca Eidson;Leah Martin;Darrin G.Stafford;Michael J.Thompson all of the city of Harrisonville state of MO each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 12th day of June 2019 Liberty Mutual Insurance Company P�tNs(/R9 'rtY O 1 0 1NThe Ohio Casualty Insurance Company _ - — — ---- ;2c°Rro�yroycm 24oaPo,�ar�eyy� =�oav �vrotiom We_stAmerican Insurance Company -- g31912yo 0 1919 g 1991 0 i � o s � Yd�g S4 CHUs�.da Z0�NAMPS�\.dD� `!s �N010 ,da B C N 7p* t� Hl * *� �M * lt� Y ur David M.Carey,Assistant Secretary 3 CU State of PENNSYLVANIA ssCo c `a 3 County of MONTGOMERY ca O a) On this 12th day of June 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o 0-6 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes=W " >therein contained by signing.on behalf of the corporations by himself as a duly authorized officer. tE a�'o IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. p o0 Q�S�oNAF Ttc� COMMONWEALTH OF PENNSYLVANIA Q y 'Notarial Seal Qj O )` OP Z Teresa Pastella,Notary Public v./C'�; - p Upper T Expi1ontgompryCounty 13y:-/� '.(�.. N O A- �� My CommissionF�pires March 28.2021 Teresa Pastella,Notary Public p CU N ����G Member,Pennsylvania Association or Notaries 0-O 0)� U) CU iff This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casually Insurance Company,Liberty Mutual Insurance O.S Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o aa) O ARTICLE IV-OFFICERS:Section 12.Power of Attorney. cc Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President o> may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all Co C undertakings,bonds,recogni za nces.and other surety obligations.Such attomeys•in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full C\I opower to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,-such instruments shall Z be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the provisions of this€00 article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. 00 ARTICLE XIII,-Execution-of-Contracts.-Section 5.Surety Bonds and Undertakings. - -- - - — - ocro Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,F-- shall appoint such altomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such.instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appointsuch attorneys-in- fad as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee.C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby.certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 7th day of April 2020_. INSpR mil INS& 1NSU/� .tJPaoRPO�r9yC. roJP�oneOR,yr'Pg2 �4PaoaPo�r4yC+ Y31912y0 0 1919 ; 2 1991 0 BY Yd�9s`S4CNU`�" .aa y0 Ng1,795aa� �'p �NorANP ,da Renee C.Llewellyn,Assistant Secretary 0j7 * 1 9y1 LMS-12873 LMIC OCIC WAIC Multi Co 062018 PROJECT.MANUAL 2020 STREET MAINTENANCE - ASPHALT PROJECT NO: 319-020 The City of Riverside, Missouri March 19, 2020 TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS ADVERTISEMENT FOR BIDS INFORMATION FOR BIDDERS BID FOR UNIT PRICE CONTRACT BID FORM BID BOND EXPERIENCE QUESTIONAIRE AFFIDA VIT or WORK A UTHORIZATION AGREEMENT EXHIBIT A PERFORMANCE BOND EXHIBIT B PAYMENT BOND EXHIBIT C STATE PREVAILING WAGE RATES MISSOURI EXHIBIT D TIME FOR COMPLETION EXHIBIT E SCOPE OF WORK EXHIBIT F TECHNICAL SPECIFICATIONS EXHIBIT G NOTICE TO PROCEED EXHIBIT H EXAMPLE-APPLICATION FOR PAYMENT FORM EXHIBIT I EXAMPLE- CHANGE ORDER FORM EXHIBIT J CERTIFICATE OF SUBSTANTIAL COMPLETION EXHIBIT K AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW EXHIBIT L CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT EXHIBIT M SUBCONTRATOR AFFIDAVIT FOR FINAL PAYMENT EXHIBIT N ENGINEERICONSULT. CERT. for Acceptance& Final Payment SPECIFICATIONS DIVISION 1 —GENERAL REQUIREMENTS Section Description 01015 CONTRACTOR USE OF PREMISES 01030 SPECIAL CONDITIONS 01040 COORDINATION 01060 STANDARD SPECIFICATIONS AND PLANS 01270 MEASUREMENT AND PAYMENT 01310 JOB SITE ADMINISTRATION 01320 CONSTRUCTION SCHEDULE 01330 SUBMITTALS 01410 TESTING LABORATORY SERVICES 01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE 01570 TEMPORARY TRAFFIC CONTROL 01732 DEMOLITION DIVISION 2—SITEWORK Section Description 02230 CLEARING AND GRUBBING 02300 EARTHWORK 02350 EROSION AND SEDIMENT CONTROL 02510 ASPHALT PAVEMENTS 02520 PORTLAND CEMENT CONCRETE PAVING DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS CITY OF RIVERSIDE, MISSOURI ADVERTISEMENT FOR BIDS Separate sealed bids for the 2020 STREET MAINTENANCE-ASPHALT(Project No. 319-020)will be received by the City Clerk at Riverside City Hall, 2950 NW Vivion Road, Riverside, Missouri until 10:00 A.M.,on March 19,2020, and then publicly opened and read aloud at Riverside City Hall. A pre-bid meeting will be held on March 5,2020 at 10:00 A.M. at Riverside City Hall. The Project Manual may be examined and copies obtained at the office of the City Engineer at the above city hall address. The Project Manual is also available on the City of Riverside's website http://www.riversidemo.com/rfps. The City reserves the right to waive any informality or to reject any or all bids. Each bidder must provide a bid bond in the amount, form and subject to the conditions provided in the Information for Bidders. No bidder may withdraw a bid within 90 days after the actual date of the opening thereof. Attention of bidders is particularly called to the requirements as to conditions of employment to be observed and prevailing wage rates to be paid. Dated: February 19,2020 5 CITY OF RIVERSIDE,MISSOURI INFORMATION FOR BIDDERS The City of Riverside,Missouri(the"City")invites sealed bids on the forms contained in the Bid Package and Contract Documents for the 2020 STREET MAINTENANCE-ASPHALT (Project No. 319-020) 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 March 19,2020 9 9,2020,at which time all sealed bids will be publicly opened and read in the presence of one or more witnesses. The envelope(s) containing the bids must be sealed, clearly marked on the outside of the envelope "2020 STREET MAINTENANCE - ASPHALT (Project No. 319-020)"and addressed to the City Clerk at Riverside City Hall. The City reserves the right to award the contract by sections, to accept or reject any and all bids, to waive any technicalities or irregularities therein, to determine in its sole discretion the lowest responsive and responsible bidder,and to award the contract on such basis. Any bid may be withdrawn at the request of the bidder for return of the bid packet submitted by filing a written request with the City Clerk prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 90 days after the actual date of the opening thereof without forfeiture of the Bid Security. 2. A pre-bid meeting will be held on March 5, 2020 at 10:00 A.M. at Riverside City Hall. 3. Rejection of all Bids. If the City rejects all Bids, the City may: (1)re-advertise or re-solicit Bids following the City's normal bidding procedure; or(2)use an expedited Bid submission schedule when the City determines that the delay would not be in the best interest of the project or the City. BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY BECAUSE OF SUCH REJECTION, AND THE SUBMISSION OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. 4. Preparation and Submission of Bid. Each bid must be submitted on the prescribed form(s)and accompanied by: (1)Qualifications of Bidder(Experience Questionnaire)with Certificate of Good Standing (2)Affidavit of Work Authorization with E-Verify attached(2 pages) (3)Bid Bond (4)Bid Form All blank spaces for bid prices must be filled in,in ink or typewritten,in both words and figures,and the foregoing Certifications must be fully completed and executed when submitted. On alternate items for which a bid is not submitted,a written indication of"no bid"on the bid form is required. No oral,electronic,facsimile or telephonic bids or alterations will be considered. A complete set of the bidding documents are on file for examination at the office of the City Engineer at Riverside City Hall or on the City of Riverside's website http://www.riversidemo.com/rfss. A copy the bidding documents may be obtained from Riverside City Hall,Telephone 816-741-3993. 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 6 THEREWITH, THAT CONTRACTOR HAS VISITED THE SITE OF THE WORK TO FULLY INFORM ITSELF AS TO ALL EXISTING CONDITIONS AND LIMITATIONS, AND CONTRACTOR HAS INCLUDED IN THE BID A SUM TO COVER THE COST OF ALL ITEMS OF THE WORK. The submission of a bid will constitute an incontrovertible representation by the bidder that the Bid Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work. Bids by a corporation must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign)and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address shall be shown below the signature. Bids by a partnership must be executed in the partnership name and signed by a partner,whose title must appear under the signature and the official address of the partnership must be shown below the signature. 5. Addenda and Interpretations: No interpretation of the meaning to the specifications, or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to: City Engineer,City of Riverside: Travis Hoover; thoover@riversidemo.com or 816-372-9004 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 either hand delivered by a deliverer with receipt of delivery, or mailed by the fastest delivery method available via registered mail or overnight delivery, and may also be mailed electronically or faxed to all prospective bidders recorded as having received the Bid Documents, not later than three (3) calendar days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. Addenda may also be issued to modify the Bid Documents as deemed advisable by the City. At the time of Bid submission, each Bidder shall verify that it has considered all written addenda. No one is authorized to make any clarifications, interpretations or modifications or give any instructions to the bidders during the bidding period except as described in this Section. 6. Substitute Material and Equipment: The contract,if awarded,will be on the basis of material and equipment described in the drawings or specified in the specifications without consideration of possible substitute of"or- equal" items. Whenever it is indicated in the drawings or specified in the specifications that a substitute"or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the"effective date of the Agreement". 7. Subcontracts: The bidder shall submit to the 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 8. Oualifications of Bidder(Experience Ouestionnaire): The City may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City all such information and data for this purpose as the City may request.The City reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. At a minimum,each Bidder must submit the following information with the Bid: Authority to Do Business in Missouri. Each bid must contain evidence of bidder's qualification and good standing to do business in the State of Missouri or covenant to obtain such qualification prior to award of the contract. Key Personnel. Identify the following Key Personnel proposed for the Project. (NOTE: Key Personnel must be committed to the Project for its duration,and may not be removed or substituted without the City's prior written consent.) GC Project Manager On-Site Field Superintendent QC/QA Manager Safety Officer For each of the Key Personnel,provide the following background information: • Years of employment with current employer; • Other projects this person will be involved with concurrently with the project; • Provide professional registrations, education, certifications and credentials held by the person that are applicable to the Project. Quality Assurance/Quality Control Plan. Provide a summary of Bidder's Quality Assurance/Quality Control Plan for this project • Describe key issues that might affect the Project schedule and how Bidder proposes to address them • Provide a statement regarding all work performed two(2)years immediately preceding the date of the Bid that contains either(a)any written notices of violations of any federal or state prevailing wage statute in which prevailing wage penalties were assessed against the Bidder or paid by the Bidder; or (b) a statement that there have been no such written notices of violations or such penalties assessed Statement of Assurances. Provide affirmation of the following items: • Statement that Bidder is current on payment of Federal and State income tax withholdings and unemployment insurance payments • Statement that the Bidder has not been rescinded or debarred from any bidding, contractual, procurement or other such programs by federal state or local entities. • Statement of Bidder's litigation and/or arbitration history over the past seven(7)years including final ruling. Pending cases must be disclosed with a notation that the matter is still unresolved. • Statement of Bidder's bond history over the past seven (7) years including any incidences of failure to perform. • Provide sworn affidavits as outlined in the Information to Bidders' concerning Bidder's participation in the federal work authorization program. 8 • Statement that there is no collusion or fraud with reference to illegal relationships of bidders and representatives of the City,bid pooling or strawbids 9. Bid Security: Each bid must be accompanied by a bid bond payable to the City for five percent(5%) of the total amount of the bid. A certified check made payable to "The Treasurer of the City of Riverside"may be used in lieu of a bid bond. Attorneys-in-fact who sign bid bonds must file with each bond a certified and effectively dated copy of their power of attorney. As soon as the bid prices have been compared, the City will return the bonds of all except the three (3) lowest responsible bidders. The bid bond of the remaining bidders will be retained by the City until the earlier of(a)the 91't day after the bid opening, or (b) execution and delivery of the Agreement together with all bonds, evidence of insurance, work authorization affidavit and other documents required under the Agreement by the bidder to whom Notice of Award is given. The Bid Security shall be forfeited to the City if the bidder to whom an award is made fails to enter into the required contract or fails to deliver the required performance or payment bonds. 10. Liquidated Damages for Failure to Enter into Agreement: If the Bidder fails or refuses to execute the Agreement and deliver such additional documentation within ten(10)days of Notice of Award, any Bid Security shall immediately become due and payable and forfeited to the City as liquidated damages. Bidders agree that this is a fair and reasonable approximation of the actual damages incurred by the City for the Bidder's failure to honor its bid and that the liquidated damages in this Section are not penal in nature but rather the parties' attempt to fairly quantify the actual damages incurred by the City for the Bidder's refusal to honor its bid. 11. Time of Completion and Liquidated Damages: Bidder must agree to commence work on or before a date to be specified in a written"Notice to Proceed" of the City and to fully complete the project by 6/30/2020. Bidder must agree also to pay as liquidated damages, the sum of$500 for each consecutive calendar day thereafter as hereinafter provided in the Agreement and Contract Documents. No time extensions will be granted, except in case of unusual (unseasonable)weather conditions or additional work requested by the City. Bidder agrees that the sum of$500 per day is a fair and reasonable approximation of the actual damages incurred by the City for the Bidder's failure to complete the project within the time outlined above and that such liquidated damages in this Section are not penal in nature but rather the parties' attempt to fairly quantify the actual damages incurred by the City for such delays. 12. Conditions of Work: Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of its obligation to furnish all material and labor necessary to carry out the provisions of the contract.Insofar as possible the Contractor, in carrying out the work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 13. Laws and Regulations: The bidder's attention is directed to the fact that all applicable State laws,municipal ordinances,and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. 14. Method of Award-Lowest Responsible Bidder: If at the time this contract is to be awarded,the lowest bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the City as available to finance the contract; the contract will be awarded to the "lowest responsible bidder". If such bid exceeds such amount,the City may reject all bids or may award the contract on such items as identified by and deemed in the best interest of the City, in its sole discretion, as produces a net amount which is within the available funds. Discrepancies between words and figures will be resolved in favor of words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 9 If this solicitation includes Bid Alternates, the City, in its sole discretion, may include any, all or none of the Alternates in determining the lowest responsible Bid. The City may include the Alternates in any combination and in any order or priority as deemed in the best interest of the City. The City may make this determination at any time after bid closing and prior to contract award. The City will act in the best interest of the City in determining whether to include any, all or none of the Alternates and the combination and priority of any Alternates selected. If additional funding becomes available after Contract award,the City may add any or all of the Alternates to the Agreement by Change Order. The City may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for portions of the work. Operating costs,maintenance considerations,performance data and guarantees of materials and equipment may also be considered by the City. The City reserves the right to reject any and all bids,to waive any and all informalities,and the right to disregard all nonconforming, non-responsive or conditional bids. In evaluating bids, the City shall consider the qualifications of the bidders,whether or not the bids comply with the prescribed requirements,and alternates and unit prices if requested in the Bid. The City may conduct such investigations as it deems necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications and financial ability of the bidders, proposed subcontractors and other persons and organizations to do the work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. The City reserves the right to reject the bid of any bidder who does not pass any such evaluation to the City's satisfaction. If the contract is to be awarded, it will be awarded to the lowest responsible bidder whose evaluation, in the sole determination by the City, indicates to the City that the award will be in the best interests of the project. 15. Obligation of Bidder: At the time of the opening of bids,each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the Contract Documents (including all addenda). The failure or omission of any bidder to examine any form,instrument,or document shall in no way relieve any bidder from any obligation in respect to the bid submitted. On request, City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his bid. REJECTION OF BID SHALL CREATE NO LIABILITY ON THE PART OF THE CITY OF RIVERSIDE, MISSOURI BECAUSE OF SUCH REJECTION, AND THE FILING OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THIS CONDITION. 16. Federal Work Authorization Program Participation: Bidders are informed that pursuant to Section 285.530, RSMo, as a condition of the award of any contract in excess of five thousand dollars ($5,000), the successful bidder shall,by sworn affidavit and provision of documentation,affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection to the contracted services.The affidavit shall further provide that the successful bidder does not knowingly employ any person who is an unauthorized alien in connection to the contracted services. 17. Proof of Lawful Presence: RSMo 208.009 requires that contractors provide affirmative proof that the Contractor is a citizen or permanent resident of the United States or is lawfully present in the United States. Affirmative proof can be established through a Valid Driver's License; US Birth Certificate (certified with an embossed, stamped or raised seal issued by a state or local government—hospital certificates are not acceptable); US Passport (valid or expired); US Certificate of Citizenship, Naturalization or Birth Abroad; US Military 10 Identification Card or Discharge Papers accompanied by a copy of US Birth Certificate issued by a state or local government. 18. Safety Standards and Accident Prevention: With respect to all work performed under this contract, the Contractor shall: a. Comply with the safety standards provisions of applicable laws, building and construction codes, and the"Manual of Accident Prevention in Construction"published by the Associated General Contractors of America,the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596), and the requirements of Section 292.675, RSMo b. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees)and property. c.Maintain at Contractor's office or other well known place at the job site,all articles necessary for giving first aid to the injured,and shall make arrangements for the immediate removal to a hospital or a doctor's care of persons(including employees),who may be injured on the job site. d. Bidders are informed that the Project is subject to the requirements of Section 292.675,RSMo, which requires all contractors or subcontractors doing work on the Project to provide, and require its on-site employees to complete, a ten (10) hour course in construction safety and health approved by the Occupational Safety and Health Administration("OSHA")or a similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program. The training must be completed within sixty(60)days of the date of work on the Project commences.On- site employees found on the worksite without documentation of the required training shall have twenty (20)days to produce such documentation. 19. Prevailing Wase: Wage rates for the project shall be not less than the prevailing wage rates for Platte County currently in effect as determined by the Division of Labor Standards of the State of Missouri, pursuant to RSMo 290.210 et seq. The Contractor will forfeit a penalty to the City of$100 per day, or portion thereof, for each worker that is paid less than the prevailing rate for any work done under the contract by the Contractor or any Subcontractor. 20. Reserved 21. American Products: Pursuant to RSMo 34.353, any manufactured good or commodities used or supplied in the performance of the contract(or subcontract)shall be manufactured or produced in the United States, unless determined to be exempt as provided in state law. 22. Transient Employers: Pursuant to RSMo 285.230, every transient employer (employer not domiciled in Missouri) must post in a prominent and easily accessible place at the work site a clearly legible copy of the following: 1) Notice of registration for employer withholding issued by the Missouri Director of Revenue, 2) Proof of coverage for workers' compensation insurance or self-insurance verified by the Missouri Department of Revenue through the records of the Division of Workers Compensation; and 3) Notice of registration for unemployment insurance issued to such employer by the Division of Employment Security. Contractor shall be liable for a penalty of$500.00 per day until such notices required by RSMo 285.230 et seq. are posted. 23. Current City Business License: The successful bidder, and all subcontractors, shall obtain a current city business license prior to beginning construction. 24. Sales Tax Exemption Certificate: The City will supply the Contractor with a Project Exemption Certificate for use in purchasing materials and supplies used on the project. The Contractor shall, in preparing its bid, omit 11 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. 25. Non Discrimination and Equal Opportunity: Contractor shall ensure that all employees are treated equally without regard to their race, color, religion, sex, age, handicap or national origin. The City hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this bid, socially and economically disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religion, sex, age, ancestry or national origin in consideration for an award. The City of Riverside is an equal opportunity employer and encourages minority,women and disadvantaged contractors to submit bids. 26. Security for Payment and Faithful Performance: Simultaneously with delivery of the executed contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract. The Bond furnished by bidder shall contain the requirements and conditions set forth in and shall comply in all respects with Section 107.170 RSMo and other applicable legal requirements. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the City and shall have a rating of at least"A-"from Best's in an amount equal to one hundred percent(100%) of the contract price that does not include the cost of operation, maintenance and money. Attorneys-in-fact who sign contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 27. Signing of Agreement: When City gives a Notice of Award to the successful bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement and all other Contract Documents. Within ten (10)days thereafter Contractor shall sign and deliver at least three(3)counterparts of the Agreement to City with all other Contract Documents attached and signed as required,together with the required bonds,evidence of insurance, city licenses and work authorization affidavit and documentation. Within ten(10)days thereafter City will deliver all fully signed counterparts to Contractor. The City may issue a Notice to Proceed with or at any time after delivery of signed counterparts to Contractor. 12 BID FOR UNIT PRICE To: City of Riverside,Missouri Project: 2020 Street Maintenance-Asphalt Project No. 319-020 Date 3/31/2020 Proposal of Phillips Paving Co., Inc. (hereinafter called "Bidder") a corppartnership/individual/or other entity organized and existing under the laws of the State of Missouri a corp partnership/ or individual doing business as Phillips Paving Co., Inc. To the City of Riverside, Missouri (hereinafter called "City") To Whom It May Concern: The Bidder, in compliance with your invitation for bids for the construction of the above referenced project having examined the specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the contract documents, within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on or before a date to be specified in written "Notice of Proceed" of the Owner and to fully complete the project within consecutive calendar days thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of $500 for each consecutive calendar day as provided in the Contract Documents. Bidder agrees that the sum of$500 per day is a fair and reasonable approximation of the actual damages incurred by the City for the Bidder's failure to complete the project within the time outlined above and that such liquidated damages in this section are not penal in nature but rather the parties'attempt to fairly quantify the actual damages incurred by the City for such delays. Bidder acknowledges receipt of the following addendum(s): N/A Bidder agrees to perform all of the project work described in the scope of work,for the unit prices contained in the attached Bid for Unit Price attached hereto. Amounts are to be shown in both words and figures. In case of discrepancy,the amount shown in words will govern: Two Hundred Eighty-Two Thousand, Eight Hundred Fifty Dollars&00/100 ($282,850.00 ) 13 The unit prices attached shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Changes shall be processed in accordance with Article VII of the Agreement. Bidder understands that the City reserves the right to reject any or all bids and to waive any informality in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal contract attached within 10 days and deliver a Surety Bond or Bonds as required by the Agreement. The bid security attached in the sum of Fourteen thousand, one hundred-forty two & 50/100 ($ 14.142.50 ) is to become the property of the City in the event the Agreement and all Contract Documents, including the Performance and Payment Bonds are not executed within the time above set forth,as liquidated damages for the delay and additional expense to the City caused thereby. THE UNDERSIGNED BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY OF RIVERSIDE, MISSOURI BECAUSE OF SUCH REJECTION,AND THE FILING OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. Respectfully submitted: (SEAL- if bid is by a corporation) By Wes McGowen Title: Project Estimator \ ' Street: 2808 E. 85th St. City, State,Zip: Kansas City, MO 64132 Phone: 816-921-8080 14 r BID FORM BID FOR UNIT PRICE CONTRACTS (Pricing) CONTRACTOR: Phillips Paivnq Co., Inc. 2020 STREET MAINTENANCE- ASPHALT (319-020) r ITEM NO. BID ITEM DESCRIPTION QTYUNIT UNIT PRICE PRICE EXTENSION . 1 Full Depth Patch (Type 5-01) 30,000 SF $3.45 2 "Ed e Mill and Overly (Type 6-01) 20,000 SY $7.85 3 2" Overlay(Type 6-01) 3000 SY $7.45 $22,350.00 i TOTAL BID $282,850.00 Item NO. 1 • Locations of Full Depth Patches will be marked at subgrade failures after milling • Includes 8" of base asphalt to be placed below the 2" of surface asphalt Item NO. 2 • Edge Mill minimum 4 feet in width • Milling to include all areas needed to maintain drainage • NW Montebella Dr. • NW Tuscan Rdg. • NW Sienna Rdg. • NW Verona Dr. • NW Verona Ct. • NW 42nd St. • NW Redbud Ln, Item NO. 3 • NW Belton St. • NW D'Mons Dr. The City will install pavement markings. Millings can be hauled to Tremont Tfwy (approx. 2 mi away) All items depicted in Exhibit E must be completed by June 30, 2020 15 I ti-berty Mutulm. Document A31OTM -- 2010 G SURETY Conforms with The American institute of Architects AIA Document 310 Bid Bond Bid Bond { CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Phillips Paving Company Inc The Ohio Casualty Insurance Company 2808 E 85th St 62 Maple Avenue Kansas City MO 64132 Keene,NH 03431 This document has important Halling Address for Notices legal consequences. Consultation with an attorney is OWNER. The Ohio Casualty Insurance Company encouraged with respect to Its (Name,legal status and address) Attention:Surety Claims Department completion br modification. City of Riverside 1001 4th Avenue,Suite 1700 2950 NW Vivlon Rd Seattle,WA 98154 Any singular reference to Riverside,MO 64150 Contractor,Surely,Owner or other party shall be considered plural where applicable. BOND AMOUNT:5%of Bid Amount Five Percent of Bid Amount PROJECT: (Name,location or address,and Project number, ifany) 2020 Street Maintenance-Asphalt Multiple Streets Tire Contractor and Suretyare bound to the Owner in the arnount set forth above,for the payment of which the Contractor and Surety bind themselves,their heli-S exeenlars,rulnninislrators,successors and assigns,jointly and severally,as provided herein.'Che conditions ofthis Bund arasuch that if the,Owner accepts the bid ofihe Contractor within the time specified in die bid documents,or within such lime_ period Lis may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordande with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for ilia raillifUl performance of such Contract and-for the prompt payment of labor and i naterial furnished in the prosecution thereof,or(2)pays to[lie Owner Eliedifference,not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to amain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Ownermay accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty(00)days in the aggregate beyond die time for acceptance of bids specified 111.1110 bid documents,and ilia Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60) days. If this Bond is issued in connection with.a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When tliis Bond has been furnished to comply with a statutory or other legal renuircment in the location of die Project,any provision in this Bond conflicting with said statutory or legal requirement shall be doomed deleted hcrefrom and provisions conforming to such stntutoev or other legal regniiement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construedas n stn[utory bond and not as a common law bond. Signed and scaled this 12th day of March ,2020 i/ Phillips Paving Company Inc (Principal) (Seal) FViI ss) � 1 (Title) Phil Calvert-Pres1cfent The Ohio Casualty Insurance Company 4tv INS& ��a.�!`C� / (Surely) JAoePQo�r'QgZ (Witness) FO O 0 1919 n (Cille) Andrea Cana ay-Atto In-Fat yo�y1�n*egg�0 UdS-10054 08110 IT This Power of Attorney limits Elie acts of those named herein,and they have no authority to F bind(lie.Company except In the manner and to the extent herein stated, Uberty Liberty Mutual Insurance Company Mmutum. The Ohio Casualty Insurance Company Certificate No:8201410-971514 i SURETY West American insurance Company • POWER OF ATTORNEY t KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Cbsuallinsurance'Compaby h a corporation duly organized under the laws of the State.of New Hampshire,chat Liberty Mutual Insurance Company is a corporation duly oTanized under the laws of the State of Massachusatta,and West American Insurance Company Isa corporatfor duly organ zed under the laws of the State of Indiana(hordn collectively called tire'Companias"),pursuant•to and by authority herein set fath,does hereby name,constitute and appoint, Andrea Canaday:Marie.CarvcT;Rebccca Eidson;Leith Martin-.Darrin G.Stafford;bfichael J.Thompson i; all of tho city of f lart'isonviile state of MO each Individually If there be more than one named,its true and lawful attorney-in-tact to make, j execute,seal,acknowledge and de neer,for and on Is behalf as surely and as Zs act and dead,any and elf undertakings,bonds,recognizances and other surely obligations,in pursuance t of these presents End shall he as binding upon the Companios as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. I IN WITNESS WHEREOF,this Pawer of Attorney has tieaq subscribed by an authorized officer or offlclal of the Companios and the corporate seals of the Companies have been affixed thereto this 12th day of Juno 2019 hNst, Liberty Mutual Insurance Company P� #. p�SY hySV d INS/i The Ohio Casualty Insurance,Company West American insurance Company to Yy1912 0 oy1919Wo Q 1991 0 nC Y��1y�9ACIN��da, y0�yNAlaP a` !S rN9UN� daL, A�� 7 nrgrf�' ,t td dyl * its �'•ti i,N By. i c David M.Carey,Assistant Secretary ro State of PENNSYLVANIA ss =5 County of MONTGOMERY � �m L)N On fits 12dr dayof June 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual insurance o o R Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes f j > giorofn contained by sfgnlrg on behalf of the corporations by himself as a duly authorized officer. W roIN WITNESS WHEREOF,1 have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. (+p7q p.� �QQroµpP EBF COMMONWEALTH OF PENNSYLVANIA 0 ° l,Seal w � � o pF � TerPastelrellaNotary Pudlo 6,fir esa Upper Merton Twp,.Montgomery County By: p My Conniselon Exphs Match 29,2021 C sy,vr'P✓ erase Pasfelle,Notary Pudic hlmnDx.Pwu+sytrsyo AecoriW'an of liWuAm � S C Q? This Paner of Altornsy is made and executed pursuant to and by authority of Wo following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance .E Company,and"lost American Insurance-Company which resolutions bre now in full force and effect reading as follows: o E 6 ARTICLE IV—OFFICERS:Section 12.Power ofAltorney. o TO Any officer or other offrlal of Bro Corporation authorized for that purpose in writing by the Chairman or ghe Fresidant,.and subject to such rimitation as the Chairman or the President' a may pioscriba,shall appoint such attorneys-in-fact,as may be necessary to act In behalf of the Carperolbn to make,execute,seal,acknowledge and defiLro as surety any and ell y f undertakings,bonds,reoognizancos and other surely obligations.Such attcmoys-In-fact,subject to the limitations set forth in their respectIvo paxors of attorney,shall have full p power to bind tho.Corporation by their Signahue and oxecuGon of any such Instruments and to attach Ihareto the seal of the Ccrpomtien,When so executed,such instruments shall 1 Z 0 be as binding as if signed by the President and attested to by We Secretary.Any�.awer or aughority granted to any representative or allomey-in-fact under the provisions of this article may be revoked at any temp by the Board,the Chairman,the President a by(Ile oflkeror officers granting such parer of authority. CD ARTICLE XIII—Execution of Contracts:Section S.Surety Bonds and Undertakings, `— Any dim of the Company authorized for(hat purpose in writ og by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,F0� shag appoint such altomeys•in-fact,as.may be necessary to ad in behalf of the Company to make,execute,seal,acknowledge and dpfvor as surely any and all undertakings, bonds,recognizances and other surely obigalfcns.Such allomays4ri-fact subject to the limitations set forth in their rospoctivo powers of attorney,shall have full power to bind the Company by their signature and exOCU90n of any such instruments and to attach thereto the seal of lho Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation--The President of the Company,acting pursuant to the Bytawa of the Company,authorizes David M Carey,Assistant Secretary to appofntsuch alto neys-In- fad as may by necessary to act on behalf of the Company to make,execute,seal,'acknowledge and deliver as surety any and all undertakings,bonds,recognizancos and other surely obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,whorover apppcadnq upon a certified copy of any power of attorney dssuad by the Company In connection with surely bonds,shag be valid and binding upolh fee Company with the same face and eFectas though manually affixed. I,Renee C.Uewdlyn,.the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in fug force and effect and fres not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Compares this 12th day of March , 2020 . P`'INSUgq a�jY rr04" a v4sFul q ;J`�°aronyro2nm Y �03�°nvatA,Fn pPc°avory��y� c�s a m o 1912 b o 16 0 1919 4 Atl'a— CIA.) U .abO �ryA�48 fi •! irutArh� L By. '. Renee C.Uewetiyn,Assislant Secretary LMS-17.873 LMIC 0=WAIL Mulli Co 082018 i I I 1 I EXPERIENCE QUESTIONNAIRE (To be completed by each Bidder and submitted with Bid) i' FAILURE TO COMPLETE THIS FORM WILL RESULT IN THE REJECTION OF THE BID Phillips Paivng Co., Inc. Wes McCowen (Company Name) (Primary Contact Name) s 2808 E. 85th St Kansas City, MO 64132 i (Address) (City, State,Zip Code) E 816 921 8080 816 923 4040 wesAphillipspaving com (Phone Number) (Fax Number) (E-mail) Federal ID Number: 43-1706475 or SSN: N/A (Check all that apply) 4 ❑ General Contracting ❑ Electrical ❑ Plumbing ❑ HVAC �❑'�Demolition ❑ Earthmoving fL3 �d Asbestos Abatement Paving ❑ Other: i I Name of State(s) in which.:.incorporated: ,Missouri Date(s)of incorporation: _ March 17th, 1995 Attach Certificate of Good Standing for State in which incorporated. If not incorporated in Missouri, also attach Certificate of Authority to do Business in Missouri. Certificate Number: N/A Date: N/A Name of the following officers: Phil Calvert N/A (President's Name) (Vice-President's Name) Barbi Simons Phil Calvert (Secretary's Name) (Treasurer's Name) Date of Organization: 1995 Type of Partnership: V General Limited Association ie Names and addresses of all partners (use additional sheet if necessary): N/A (Name) (Address) (City, State, Zip) N/A (Name) (Address) (City, State, Zip) 1. How many years has your Company been in business as a contractor under your present business name? 26 2. List all other prior business names and locations under which you or any partner, principal or other officer of your company has ever done business: N/A 3. How many years'experience in the proposed type and size of construction work has your Company had: (a)as a general contractor 20 ; (b) as a subcontractor 20 ? 4. List the three most-recent projects your Company has completed-siinilar,1im)acap Ao,the proposed work: Proiect Name or City City of Kearney Contact Name David Pavlich Phone 816 903 4731 Contract Amount$331,607.41 When Completed?2018 Description of Work Mill & Overlay Proiect Name or City City of Riverside Contact Name Hoover Phone 816 741 3993 19 4 1 Contract Amount$125 241.30 When Completed?2019 a Description of Work Mill & Overlay i i 1 Proicct Name or City City of Independence Contact Name Eric Hilt Phone 816 349 8710 Contract Amount$44, 610 When Completed?2019 Description of Work Mill & Overlay I ' i I 5. What other important projects has your Company completed? Project Name or City Shawnee Mission Public Schools USD#512 Contact Name Justin Durham Phone:816 442:77700 Contract Amount$1,252,614 When Completed?2019 Description of Work Mill & Overlay Proieet Name or City KCPS Contact Name Ben Meyers Phone 913 244 4692 Contract Amount$438,099 When Completed?2019 Description of Work Mill& Overlay 20 i i 6. List at least two engineering firms with whom you have worked,and the name of the individual who was your primary point of contact: Hollis & Miller Justin Durham (816) 442-7700 jdurham@hollisandmiller.com 7. Have you ever failed to complete any work on a project or defaulted on a contract? If so,where and i why? (attach additional pages if necessary) No i 8. Name of your Surety Company, and the name and address of your agent you expect to use in the event this contract is awarded to you: Stafford & Stafford Insurance Inc_ Daren Stafford 801 South Commercial Street larrisonville. MO 64701 9. What is your present bonding capacity? $6,000,000 10. List each and every incidence of failure to perform that resulted in a claim under a Performance or Payment Bond: N/A 11. The construction experience of the Key Personnel in your Company is required. At a minimum, information regarding experience and qualifications of the following positions must be provided: GC Project Manager, On-Site Field Superintendent,QC/QA Manager, Safety Officer. NAME Joe Cox Position GC Project Manager Years of construction experience. 30 Magnitude&Type of Work Project Manager In What Capacity? All Years of Employment with Contractor: 12 Other projects this individual will be involved with concurrently with this project: 21 i Oversees and plans all jobs before and during work however only works at one lob at a time Education, professional registrations, certifications and credentials held by individual applicable to the Project: High School, OSHA 10 Hour i NAME Joe Burns Position Field Superintendent,QC/QA Manager, Safety Officer Years of construction experience: 15 Magnitude&Type of Work Field Superintendent, QC/QA Manager, Safety Officer In What Capacity? All Years of Employment with Contractor: 5 Other projects this individual will be involved with concurrently with this project: None, Jobs are done one at a time i Education, professional registrations, certifications and credentials held by individual applicable to the Project: High School, OSHA 10 Hour NAME N/A Position NIA Years of construction experience: NIA Magnitude&Type of Work NIA In What Capacity? N/A Years of Employment with Contractor: N/A Other projects this individual will be involved with concurrently with this project: N/A Education, professional registrations, certifications and credentials held by individual applicable to the Project: N/A 22 12. List the major items of equipment which you own or which will be used on the project: Age in Ouantitv, Description.&Capacity Years Condition i Weiler 385 B, Paver, Paver 0 Brand New PM 312, Mill, Mill 1 Excellent i 13. List below the contracts to which your company, any principal in your company, or any prior companies owned by a principal in your company were a party during the previous seven (7) years that involved litigation of any type,arbitration,mechanics lien claim or other claim in an amount over $10,000 (include pending cases with a notation that the matter is still unresolved): None 14. On a typical project, what percent of the work is completed by your own forces? 80 % What percent by subcontract?_ 20 %. List subcontractors you propose to use on this project and their responsibility in this contract. Subcontractor Name Contract Responsibility %of Contract (1)N/A N/A N/A N/A N/A Address State Zip Phone Number (2)N/A N/A N/A N/A N/A Address State Zip Phone Number (3)N/A N/A N/A N/A N/A Address State Zip Phone Number (4)N/A N/A N/A N/A N/A Address State "Zip Phone Number (5)N/A N/A N/A N/A N/A Address Stale 'Zip Phone Number 23 i 15. Is your Company current on payment of Federal and State income tax withholdings and unemployment insurance payments? Yes If the answer is no, please provide detail: 16. Has your Company,or any principal in your company,been rescinded or debarred from any bidding, contractual,procurement or other such programs by federal,state or local entities? NO If the answer is yes, please provide detail: 17. Has your Company received any written notices of violations of any federal or state prevailing wage statute in which prevailing wage penalties were assessed against your Company or paid by your Company during the last two (2)years? No If the answer is yes,please provide the detail of each and every such notice: The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City in verification of the recitals comprising.this Experience Questionnaire and agrees to hold any such-person, firm or corporation:harmless for providing any such information to the City of Riverside. Dated on behalf of said Company this 19th day of March 22020 . /60 By: Title Business Manager State of Missouri ) ss County of Jackson ) being duly sworn, deposes and says that he or she is the Business Manager of Phillips Paivng Co., Inc. Company,that he/she has been authorized by such Company to complete the foregoing statement,and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to me before this 19th day of March q 202D_. My commission expires: Notary Public 10/31/21 FNotar PATRICK DOLAN ublic, Notary Seal te of Missouri kson County 29 sion # 17473162 ion C-:- 10-31-2021 s PHItLL,PS� "'Simply a better paving company" E i CONTRACTO' R' S Q. UALIFICATION' STATEMENT Submittedto: City of Riverside Date: 3/19/2020 PHRUPS;: pav g,ompanbefty" page 2 I CONTRACTOR'S QUALIFICATION STATEMENT THE UNDERSIGNED CERTIFIES UNDER OATH THAT THE INFORMATION PROVIDED HEREIN IS TRUE AND SUFFICIENTLY COMPLETE SO AS NOT TO BE MISLEADING. SUBMITTED TO: City of Riverside REGARDING PROJECT: 2020 Street Maintenance-Asphalt PROJECT NUMBER: 319-020 i SUBMITTED BY: PHILLIPS PAVING CO., INC. 2808 E. 85TH ST. KANSAS CITY,MO 64132 STATE OF INCORPORATION: MISSOURI DATE OF INCORPORATION: MARCH 17, 1995 FEDERAL 1.D. #: 43-1706475 YEARS IN BUSINESS: 26 MODOT CONTRACTOR#: 561083 or 0011252 DUNS NUMBER: 84-862-7360 TYPE OF WORK: GENERAL CONTRACTING ASPHALT/CONCRETE PAVING NEW CONSTRUCTION AND OVERLAYS SEALCOATING,STRIPING AND REPAIRS i f KH LP,,S 1mp1y a better pa'v'ing company" page 3 i CLAIMS AND SUITS: HAS YOUR ORGANIZATION EVER FAILED TO COMPLETE ANY WORK AWARDED TO IT? , ANSWER: NO ARE THERE ANY JUDGEMENTS CLAIMS ARBITRATION T N PROCEEDINGSOR SUITS PENDING OR OUTSTANDING AGAINST THE ORGANIZATION OR ITS OFFICERS? ANSWER: NO HAS T H E ORGANIZATION FILED ANY LAWSUITS OR REQUESTED ARBITRATION WITH REGARD TO CONSTRUCTION CONTRACTS WITHIN THE LAST FIVE YEARS? i ANSWER: NO I WITHIN THE LAST FIVE YEARS HAS ANY OFFICER OR PRINCIPAL OF YOUR ORGANIZATION i EVER BEEN AN OFFICER OR PRINCIPAL OF ANOTHER ORGANIZATION WHEN IT FAILED TO COMPLETE A CONSTRUCTION CONTRACT? ANSWER: NO REFERENCES: PAGE 6 WORK IN PROGRESS: SEE ATTACHED CONTACT LISTING: PAGE 9 TRADE REFERENCES: PAGE 7 BANK REFERENCE: CENTRAL BANK KEITH HIGGINS 16 W. FRANKLIN LIBERTY, MO 64068 816-448-7208 D-U-N-S NUMBER: 84-862-7360 i a3 nply a better page 4 paving company° i 1 NAME OF BONDING AGENT: DARRIN STAFFORD THE OHIO CASUALTY INSURANCE CO. I 862 MAPLE AVE. KEENE,NH 03431 i i INSURANCE AGENT: DARREN STAFFORD l 1 STAFFORD &STAFFORD 801 S. COMMERCIAL HARRISONVILLE, MO 64701 816-884-4800 FINANCIAL STATEMENT: UPON-REQUEST ACCOUNTANT: DAVID WENKEL DAVID J WENKEL,CPA 11116 w 114TH STREET OVERLAND PARK,KS 66210-3406 913-707-2165 PHILLIPS111 _ •; r ;S' y a better paving company" page 5 i DATEDTHIS 19th DAY OF MARCH, 2020 PHILLIPS PAVING COMPANY, INC. i i I I IMarkongwell, usi ess Manager MR. MARK L 0 N G W E L L BEING DULY SWORN DEPOSES AND SAYS THAT THE INFORMATION PROVIDED HEREIN IS TRUE AND SUFFICIENTLY COMPLETE SO AS NOT TO BE MISLEADING. SUBSCRIBED AND SWORN BEFORE ME THIS 19th DAY OF MARCH,2020 NOTARY PUBLIC: MY COMMISSION EXPIRES: October 31St, 2021 FFNojary PATRICK DOLAN Public, Notary soil ate of Missourickson County SEAL: ission # 17473162 sion Expires 10-31.2021 i Page 6 "Sia better pavingmply company" i i f i I PROJECT REFERENCE LIST KANSAS CITY POWER&. LIGHT JAY WILSON 816-245-4069 JACKSON COUNTY FAMILY COURT BOB LUTZ 816-81-8539 RAYTOWN SCHOOL DISTRICT MIKE RICHARDSON 816-268-7160 JANTSCH SLAGGIE ARCHITECTS SCOTT SLAGGIE ! 816-842-7722 I CENTENNIAL MANAGEMENT J KERI TARANTINO 913-648-1500 D.N.HARRISON&. SONS KEN STONE 706-252-0549 NORFLEETBAPTIST CHURCH VIC PETERS 816-356-4758 BUILDTOSUIT ERIC KAUFFMAN 319-665-8594 LEAWOOD COUNTRY MANOR BILL DAY 816-916-0306 ONE STEEL STEVE ORNDUFF 816-231-1090 GRACE CHRISTIAN ASSEMBLY DANNY ROUSE 816-373-0102 9L �SJmpfy a better page 7 i pavJng.company" t S t TRADE REFERENCES MCCONNELL&. ASSOC. 1225 IRON NORTH KANSAS CITY, MO 64116 816 842-6066 VANCE BROTHERS 5201BRIGHTON KANSAS CITY, MISSOURI 64130 816-923-4325 HOT MIX MATERIALS 2701 E.85TH STREET KANSAS CITY, MISSOURI 64108 816-333-1200 BROGOTO'S AUTO SERVICE 104 SOUTH BELMONT KANSAS CITY, MISSOURI 64123 816-231-5938 i i � WL page 8 vSlmbetter pavingplya company^ f I i i f a t i i i t BSM ( ACCREDITED R _D BUSINESS ! I i Better Business j Bureau Certificate of Participation and Pledge Phillip's Paving Company,Inc. is accredited by the Better Business Bureau of Greater Kansas City. We pledge to you our customer, to resolve disputes that should arise out of our contact or service agreement with you in accordance with the Better Business Bureau Standards of Accreditation and applicable dispute resolution rules. 3/1.9/20 date Comp.' n Representative i PHIS. j "3Tmply a better page 9 paving company" { 4 f` PHILLIPS PAVING CO., INC. 2808 E. 85TH ST. KANSAS CITY, MO 64132 I { 816-921-8080 OFFICE 816-923-4040 FAX philip(a)-philliDSpaying.com www.phillipspavingkc.com 4 CONTACT LISTING PHIL CALVERT PRESIDENT 816-918-4652 CELL MARK LONGWELL BUSINESS MANAGER 816-918-5680 CELL JOSH BOSWELL ESTIMATOR 816-799-7029 CELL JOE COX ESTIMATOR 816-298-3308 CELL VINCE FRASIER ESTIMATOR 816-508-7576 CELL f I 1 F AFFIDAVIT for WORK AUTHORIZATION { (as required by Section 285,530,Revised Statutes of Missouri) As used in this Affidavit,the following terms shall have the following meanings: EMPLOYEE:Any person performing work or service of any kind or character for hire within the State of Missouri. s 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, 1 (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 i (b)with respect to a result of the person's conduct when the person is aware that the person's conduct is practically certain i to cause that result. 1 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). 1 State of Missouri ) County of Jackson ) ss: BEFORE � ME, the undersigned notary, personally appeared Mark Longwell who, being duly sworn,states on his/her oath or affirmation as follows: I.M name is Mark Longewll and I am currently the Business Manager of Phllkips Paivng Go. (hereinafter "Contractor"), whose business address is 2808 E. 85th St. Kansas City MO 'and I am authorized to make this Affidavit. Z.I 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 j working in connection with the following services contracted between Contractor and the City of Riverside: 2020 STREET MAINTENANCE-ASPHALT(Project No.319-020). 4.Contractor does not knowingly employ any person who is an unauthorized alien in comiection with the contracted services set forth above. 5.Attached hereto is documentation affirming Contractor's enrollment and participation in a federal work authorization program with respect to the employees working in connection with the qontracted se vices. Further,Affiant sayeth not. 11 Signature of Affiant Printed Name: Mark LO gewll Subscribed and sworn to before me this—1 9th day of March ,202a. NotaPublic *PI.FASF, NOTE: Acceptable enrollment and participation documentation consists of the following 2 pages of the E-Verify Memorandum of Understanding: (1)a valid,completed copy of the first page identifying the Contractor;and (2)a valid copy of the signature page completed and signed by the Contractor,and the Department of Homeland Security—Verification. RYAN PATRICK DOLAN Notary Public, Notary Sea[ 25 State of Missouri Jackson County Commission# 174731 62 My Commission Expires 10-31-2021 4 i This Organization �n Er� Part1CW.,....--... -.- _ _ I j .*. Vol SLC:UQ��� ��µTn+atr. o ���sLs► ANp This employer will provide the Social Security Administration To determine whether Form 1-9 documentation is valid,this (SSA) and, if necessary, the Department of Homeland employer uses E-Verify's photo matching tool to match the Security(DHS), with information from each new employee's photograph appearing on some permanent resident cards, Form 1-9 to confirm work authorization. employment authorization cards, and U.S. passports with the official U.S.government photograph. E-Verify also checks IMPORTANT: If the Government cannot confirm that you data from driver's licenses and identification cards issued by are authorized to work, this employer is required to give some states. you written instructions and an opportunity to contact DHS and/or the SSA before taking adverse action against you, If you believe that your employer has violated its including terminating your employment. responsibilities under this program or has discriminated against you during the employment eligibility verification Employers may not use E-Verify to pre-screen job applicants process based upon your national origin or citizenship status, and may not limit or influence the choice of documents you please call the Office of Special Counsel at 800-255-7688, present for use on the Form.1-9. 800-237-2515(TDD)or at www.justice.gov/crt/osc. NOT ICE: E-Verify Werke for Everyone - employers For more information on It-Verify, please contact DHS: Sr 888-897-778.1 USA www.dhs.gov/E-Verify �'tNn.s�c ��lvrs�itih &VERIFY IS A SERVICE of DHS AND SSA The E•Vadfylogo and mark are registered trademarks of Department of Homeland Security.Commercial sale of this poster Is strictlyprobiblted. 1 Company ID Number. 246007 + Approved by: i + I E-Verify Employer Agent Employer Phillips Paving Co.,Inc. Name(Please Type or Print) Title Phil D Calvert Signature Date Electronically Signed 09/03/2009 Department of Homeland Security—Verification Division r Name (Please Type or Print) Title USCIS Verification Division r Signature Date Electronically Signed 09/03/2009 i' Page 15 of 19 E-Verify MOU for E-Verify Employer Agents i Revision Date 06/01/13 E-Ver Company ID Number: 246007 Information Required for the E-Verify Program Information relating to your Company: Phillips Paving Co., Inc. Company Name 2808 E.85th St Kansas City, MO 64132 Company Facility Address Company Alternate Address County or Parish JACKSON Employer Identification Number 431706475 North American Industry 238 Classification Systems Code Parent Company Number of Employees 20 to 99 Number of Sites Verified for 1 Page 16 of 19 E-Verify MOU for E-Verify Employer Agents Revision Date 06/01/13 f e. rif Company ID Number: 246007 Are you verifying for more than i Y Y 9 1 site?If yes, please provide the number of sites verified for in i each State: f i MISSOURI 1 site(s) e f i i i w i i I � I t i i f i Page 17 of 19 E-Verify MOU for E-Verify Employer Agents I Revision Date 06/01/13 f i Y Company ID Number: 246007 Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name Phil D Calvert Phone Number (816)921 -8080 Fax Number (816)923-4040 Email Address mark@phillipspaving.com j i i l i Page 18 of 19 E-Verify MOU for E-Verify Employer Agents Revision Date 06/01/13 ""'w",A"s 4,- �P;: % d 4 TE. OF MI-880tj g so'L3 Jason Kander Secretary of State CORPORATION DIVISION CERTIFICATE OF GOOD STANDING 1.JASON KANDER,Secretary of State of the State of Missouri, do hereby certify that the records in my office and in my care and custody reveal that I *A PHILLIPS PAVING COMPANY,INC. 00408842 -91 was created under the laws of this State on the 17th day of March, 1995,and is in good standing, having fully complied with all requirements of this office. Z" 5�, rl kl. IN TESTIMONY WHEREOF,T hereunto set my hand and IL cause to be affixed the GREAT SEAL of the State of Missouri.Done at the City of Jefferson,this 26th day of January,2016. ~ TP, 2 Wrl 7 Secret of S te IL 4SUPR lqzr Occcy- Ir Certification Number:CERT-0 1262016-0081 6. R. AGREEMENT BETWEEN CITY OF RIVERSIDE, MISSOURI AND Contractor: Phillips Paving Company, Inc. FOR COMPLETION OF 2020 STREET MAINTENANCE - ASPHALT Project No. 319-020 ORDINANCE /RESOLUTION NO.: CONTRACT PRICE: $282,850.00 26 AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR 2020 STREET MAINTENANCE -ASPHALT Project No: 319-020 THIS AGREEMENT, made and entered into as of the 7th day of April, 2020, by and between the City of Riverside,Missouri ("City"), and Phillips Paving Company,Inc. ("Contractor"), shall govern all Work to be provided by Contractor for City on the Project. WHEREAS, City, under the provisions of Resolution No. 2020-015, duly approved on the 18th day of February, 2020 and by virtue of the authority vested in City by the general ordinances of City, intends to enter into one or more contracts for the Project; and WHEREAS, the Mayor is authorized and empowered by City to execute contracts on behalf of City, and the City Administrator ("Administrator") is authorized to perform Administrator's functions set forth in this Agreement; and WHEREAS, Administrator may designate one or more engineers, architects, or other persons to assist Administrator in performing Administrator's functions under this Agreement; and WHEREAS, City desires to enter into an agreement with Contractor to obtain labor, services, materials, supplies, tools, equipment, supervision, management, and other items as set forth in this Agreement; and WHEREAS, Contractor represents that Contractor is equipped, competent, and able to provide all the Work, in accordance with this Agreement; NOW THEREFORE, in consideration of the mutual covenants and consideration herein contained, IT IS HEREBY AGREED by City and Contractor as follows: ARTICLE I DEFINITIONS As used in this Agreement and the other Contract Documents, the following words and phrases shall 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. "City Engineer" employed by the City of Riverside to manage the project on behalf of the City: Travis Hoover(thoover@riversidemo.com) 816-372-9004. 27 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, services, materials, supplies, tools, equipment, supervision, management, and anything else necessary to accomplish the results and objectives described in Exhibit E (Scope of Work) and Exhibit F (Technical Specifications) to this Agreement and the other Contract Documents, in full compliance with all requirements set forth in the Contract Documents, subject to additions, deletions, and other changes as provided for in this Agreement. The Work may refer to the whole Project, or only a part of the Project if work on the Project also is being performed by City or others. 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 City Engineer shall act as the City's representative during the construction period, shall decide questions which may arise as the quality and acceptability of materials furnished and work performed, and shall interpret the intent of the contract documents in a fair and unbiased manner. The City Engineer may recommend, but cannot approve Change Orders resulting in an increase in time of performance or payments due to Contractor. The City Engineer will make visits to the site and determine if the Work is proceeding in accordance with the Contract Documents. The Contractor will be held strictly to the intent of the Contract Documents in regard to the quality of materials, workmanship, and execution of the Work. Inspections may be at the factory or fabrication plant of the source of the material supply. The City Engineer 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 City Engineer, as necessary to carry out the Work required by the Contract Documents. The additional 28 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 Two Hundred Eight-Two Thousand Eight Hundred Fifty and no/100 Dollars ($282,850.00). This amount shall include all costs, permit fees, profit, overhead, expenses, taxes, and compensation of every kind related to the Work, and shall be referred to as the "Contract Amount." B. The Contract Amount is subject to final determination of Work performed at unit prices set forth in the Bid for Unit Price Contracts completed by Contractor. The quantities of unit price Work set forth in Contractor's Bid for Unit Price Contracts are estimates only, are not guaranteed, and are solely for the purpose of comparing bids and determining an initial Contract Amount. Unless otherwise stated elsewhere in the Contract Documents, (1) determination of the actual quantities and classifications of unit price Work performed will be made by City and (2) final payment for all unit price items set forth in Contractor's Bid for Unit Price Contracts will be based on actual quantities as determined by City. The Contractor is responsible for verifying the unit quantities before excavation and/or installation at the project site. Contractor shall identify and notify the City of any variance in unit quantities in excess of ten percent (10%) of the amount set forth in Contractor's Bid for Unit Price Contracts IN ADVANCE of performing the Work. Any increase in quantities of materials or work performed as a result of over- excavation by Contractor will not be compensated. C. Payment of the Contract Amount shall be full compensation for all labor, services, materials, supplies,tools,equipment, supervision,management, and anything else necessary to complete the respective items in place, in full compliance with all requirements set forth in the Contract Documents. All costs, permit fees, profit, overhead, expenses, taxes, and compensation of every kind related to the Work are included in the Contract Amount. No labor, services, materials, supplies, tools, equipment, supervision, management, or anything else required by the Contract Documents for the proper and successful completion of the Work shall be paid for outside of or in addition to the Contract Amount. The work set forth in the Contract Amount shall be itemized in Contractor's Bid for Unit Price Contracts. All Work not specifically set forth in Contractor's Bid for Unit Price Contracts as a separate pay item is a subsidiary obligation of Contractor, and all costs, permit fees, profit, overhead, expenses, taxes and compensation of every kind in connection therewith are included in the Contract Amount set forth in Contractor's Bid for Unit Price Contracts. D. THIS AGREEMENT IS SUBJECT TO THE CITY ORDINANCES, AND PAYMENT SHALL BE LIMITED TO THE AMOUNT OF PARTICULAR APPROPRIATION FOR THE WORK BY THE BOARD OF ALDERMEN. THE TOTAL PAYMENT UNDER THIS AGREEMENT SHALL NOT EXCEED THE APPROPRIATION CONTAINED IN THE APPLICABLE RESOLUTIONS OR ORDINANCES ADOPTED BY THE BOARD OF ALDERMEN AUTHORIZING THE WORK AND CONTRACTOR SHALL NOT SEEK,NOR BE ENTITLED TO, PAYMENT EXCEEDING THIS AMOUNT UNLESS CITY DIRECTS CONTRACTOR TO PERFORM ADDITIONAL WORK IN ACCORDANCE WITH THIS AGREEMENT, AND CITY 29 ENACTS ANOTHER RESOLUTION OR ORDINANCE AUTHORIZING THE AMOUNT CITY AGREES TO PAY UNDER THIS AGREEMENT. ARTICLE IV PROGRESS OF WORK/SUBMITTALS A. COMMENCEMENT OF WORK. The date of beginning and the time for completion of the work are essential conditions of the Contract Documents. Contractor shall commence performance of the Work on the date indicated in a written notice ("Notice to Proceed") that shall be given by City to Contractor. B. TIME FOR COMPLETION. Contractor shall achieve Substantial Completion, as defined in Article I hereof, no later than 6/30/2020. The Contractor will proceed with the work at such rate of progress to ensure Substantial completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the City, that the contract time to achieve Substantial Completion of the work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the Work.No extensions will be granted, except in case of unusual (unseasonable) weather conditions or additional work requested by the City under Change Order. Following Substantial Completion, Contractor shall proceed to complete all uncompleted Work items as promptly as permitted by weather conditions or any other conditions affecting completion of the Work. C. LIQUIDATED DAMAGES. If Contractor fails to achieve Substantial Completion of all the Work as set forth in the Contract Documents,Contractor shall pay City$500.00 per day,as liquidated damages and not as a penalty, for each calendar day after such date, until Substantial Completion of all the Work is achieved. Contractor agrees that the sum of $500.00 per day is a fair and reasonable approximation of the actual damages incurred by the City for the Contractor's failure to complete the project within the time outlined above and that such liquidated damages in this section are not penal in nature but rather the parties' attempt to fairly quantify the actual damages incurred by or the City for such delays. Recovery of liquidated damages is not City's exclusive remedy for Contractor's failure to achieve Substantial Completion in accordance with this Agreement. Specifically, but without limitation, City may exercise any of its default or termination rights under this Agreement under all circumstances described herein, including but not limited to Contractor's failure to achieve Substantial Completion in accordance with Paragraph B above. Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due to unforeseen causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or the public enemy, acts of the City, acts of another Contractor in the performance of a contract with the City, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and abnormal and unforeseeable weather provide the Contractor has given written notice of such delay to the City within five (5) days of the event causing such delay. D. TIME OF THE ESSENCE. Time is of the essence in the performance of the Work and any other Contractor obligations under the Contract Documents. Contractor shall upon commencement of construction work daily to complete the Work except for Saturdays, Sundays, holidays, and days of inclement weather. This Paragraph does not preclude Contractor from working Saturdays, Sundays, holidays,or days of inclement weather. Contractor shall give the City at least 48 hours notice if intending to work on Saturday, Sunday, holidays or days of impending inclement weather. 30 E. CONSTRUCTION SCHEDULE. Promptly after the execution of this Agreement, and in any event before commencing performance of the Work, Contractor shall submit to City for approval a construction schedule that specifies the dates on which Contractor plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. Upon City's written approval of the schedule, Contractor shall comply with it unless directed by City to do otherwise. Contractor shall update the schedule on a monthly basis or at more frequent appropriate intervals if required by the conditions of the Work and the Project. With each Application for Payment under Article VI of this Agreement, Contractor shall submit an updated, current schedule. Neither the original schedule nor any update shall exceed time limits for the entire Project under the Contract Documents. F. PHOTOGRAPHS OF PROJECT. The Contractor shall furnish photographs of the project site in the number,type, and stage as enumerated below: 1. Pre-Construction photos-minimum of 15 ground level digital shots 2. Construction photos of significant changes-minimum of 15 ground level digital shots 3. Post Construction photos- minimum of 15 ground level digital shots G. DELAY IN PERFORMANCE. In the event the City determines that performance of the Work is not progressing as required by the Contract Documents or that the Work is being unnecessarily delayed or will not be finished within the prescribed time, the City may, in the City's sole discretion and in addition to any other right or remedy City may have, require Contractor, at Contractor's sole cost, to accelerate Contractor's progress. Such acceleration shall continue until the progress of the Work complies with the Contract Documents and clearly indicates that all Work will be completed within the prescribed time. H. SUSPENSION OF WORK. The City may suspend the work or any portion thereof for a period of not more than ninety(90)days or such further time as agreed upon by the Contractor,by written notice to the Contractor which shall fix the date on which work shall be resumed. The Contractor will resume that work on the date so fixed. The Contractor will be allowed an increase in the contract price or an extension of the contract time, or both, directly attributable to any suspension I. DRAWINGS AND SPECIFICATIONS. The intent of the drawings and specifications is that the Contractor shall furnish all labor, materials, tools, equipment and transportation necessary for the proper execution of the work in accordance with the Contract Documents and all incidental work necessary to complete the project in an acceptable manner, ready for use, occupancy or operation by the City. In case of conflict between the drawings and specification, the specifications shall govern. Figure dimensions on drawings shall govern over general drawings. Any discrepancies found between the drawings and specifications and site conditions or any inconsistencies or ambiguities in the drawings or specifications shall be immediately reported to the City Engineer in writing, who shall promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after discovery of such discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk. J. SHOP DRAWINGS. Contractor shall submit to City Engineer 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 31 shop drawings and that they are in conformance with the requirements of the Contract Documents. Contractor shall prepare and deliver its submittals to City in a manner consistent with the construction schedule and in such time and sequence so as not to delay performance of the Work. Portions of the work requiring a shop drawing or sample submission shall not begin until the shop drawing or submission has been reviewed by the City Engineer. Review of any Contractor submittal shall not be deemed to authorize deviations, substitutions,or changes in the requirements of the Contract Documents unless express written approval is obtained from City specifically authorizing such deviation, substitution, or change. When submitted for the City Engineer's review, any shop drawing which substantially deviates from the requirement of the Contract Documents shall be evidenced by a Change Order. If the Contract Documents do not contain submittal requirements pertaining to the Work, Contractor agrees upon request to submit in a timely fashion to City for review by City Engineer any shop drawings, samples, product data,manufacturers' literature, or similar submittals as may reasonably be required by City. Contractor shall perform all Work strictly in accordance with approved submittals. City Engineer's review does not relieve Contractor from responsibility for defective work resulting from errors or omissions of any kind on the reviewed submittals. A copy of each shop drawing and each sample shall be kept in good order by the Contractor at the site and shall be available to the City Engineer. K. MATERIALS, SERVICES AND FACILITIES. It is understood that except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature, and all other services and facilities of any nature whatsoever necessary to execute, complete, and deliver the work within the specified time. Materials and equipment shall be so stored as to insure the preservation of their quality and fitness for the work. Stored materials and equipment to be incorporated in the work shall be located so as to facilitate prompt inspection. Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. Material, supplies and equipment shall be in accordance with samples submitted by the Contractor and approved by the City Engineer. Materials, supplies or equipment to be incorporated into the work shall not be purchased by the Contractor or by any Subcontractor subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. L. INSPECTION AND TESTING OF MATERIALS. All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with generally accepted standards, as required and defined in the Contract Documents. The Contractor shall provide at the Contractor's expense the testing and inspection services required by the Contract Documents. The City shall provide all inspection and testing services not required by the Contract Documents. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any work to specifically be inspected, tested or approved by someone other than the Contractor,the Contractor will give the City Engineer timely notice of readiness. The Contractor will then furnish the City Engineer the required certificates of inspection, testing approval. Inspections, tests or approvals by the City Engineer or others shall not relieve the Contractor from the obligation to perform the work in accordance with the requirements of the Contract Documents. The City Engineer and the City's representatives will at all times have access to the work. In addition, authorized representatives and agents of any participating Federal or State agency shall be permitted to inspect all work, materials, payrolls, records or personnel, invoices of materials and other relevant data and records. The Contractor will provide proper facilities for such access and observation of the work and also for any inspection or testing thereof. 32 If any work is covered prior to inspection by the City Engineer it must, if requested by the City Engineer, be uncovered for the City Engineer's observation and replaced at the Contractor's expense. If the City Engineer considers it necessary or advisable that covered work be inspected or tested by others, the Contractor, at the City Engineer's request, will uncover, expose or otherwise make available for observation, inspection or testing as the City Engineer may require,that portion of the work in question, furnishing all necessary labor, materials, tools and equipment. M. CORRECTION OF WORK. The Contractor shall promptly remove from the premises all work rejected by the City Engineer for failure to comply with the contract documents,whether incorporated in the construction or not, and the Contractor shall promptly replace and re-execute the work in accordance with the contract documents and without expense to the owner and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. All removal and replacement work shall be done at the Contractor's expense. If the Contractor does not take action to remove such rejected work within ten (10) days after receipt of written notice, the City may remove such work and store the materials at the expense of the Contractor. N. SUBSTITUTIONS. Whenever a material, article, or piece of equipment is identified on the drawings and specifications by referenced to brand name or catalog numbers, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacitates, quality and function shall be considered. The Contractor may recommend the substitution of material, article or piece of equipment of equal substance and function for those referred to in the Contract Documents by referenced to brand name or catalog number, if, in the opinion of the City, such material, article or piece of equipment is of equal substance function to that specified, the City may approve, in writing, its substitution and use by the Contractor. Any cost differential shall be deductible from the contract price and in such event the Contract Documents shall be modified by Change Order.The Contractor warrants that if substitutes are approved,no major changes in the function or general design of the project will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the contract price or contract time. O. LANDS & RIGHT OF WAY. Prior to issuance of Notice to Proceed,the City shall obtain all lands and rights-of-way necessary for the carrying out and completion of Work to be performed pursuant to the Contract Documents, unless otherwise mutually agreed by the Contractor and City, in writing. The City shall provide to Contractor information which delineates and describes the lands owned and right of way acquired. The Contractor shall provide at its own expense and without liability to the Owner any additional land and access thereto that the Contractor may desire for temporary construction facilities, or for storage of materials. P. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all boundary surveys and establish all base lines for locating the principal component parts of the work together with a suitable number of bench marks adjacent to the work as shown in the Contract Documents. From the information provided by the City, unless otherwise specified in the Contract Documents,the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pipe locations and other working points, lines, elevations and cut sheets. The Contractor shall carefully preserve bench marks, reference points and stakes and, in case of willful or careless destruction, shall be charged with the resulting expense and shall be 33 responsible for any mistake that may be caused by their unnecessary loss or disturbance. Permits and licenses of temporary nature necessary for the prosecution of the work shall be secured and paid for by the Contractor unless otherwise stated in the supplemental general conditions. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City, unless otherwise specified.The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that the Contract Documents are at variance therewith, the Contractor shall promptly notify the City in writing, and any necessary changes shall be adjusted as provided in Article VII changes in the work. Q. SUBSURFACE CONDITIONS. The Contractor, before bidding the project, has the responsibility to become familiar with the Project site and the conditions under which work will have to be performed during the construction period. Excavating for foundations of surface structure:buildings, bridges, tanks, towers, retaining walls and other types of surface structures. The Contractor shall promptly, and before such conditions are disturbed (excepting an emergency), notify the City by written notice of subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents. Contractor shall also be required to notify City of any unknown physical conditions at the site of unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents at the location of the Project. The City shall investigate the conditions, and if it is found that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for, performance of the Work, the Contract Documents may be modified by Change Order as provided in Article VII. Any claim of the Contractor for adjustment hereinafter shall not be allowed unless the required written notice has been given; provided that the City may, if the City determines the facts so justify consider and adjust any such claims asserted before the date of the final payment. Excavating for below-surface structures: water mains, sewers, power and telephone cables and other types of below surface structures. No extra compensation will be paid for rock excavation or varying geologic features encountered on the project, unless so shown as a bid item in the Bid Schedule for bid. If man-made hazards are encountered by the Contractor, excluding utilities, which are not visible from the surface, such as buried concrete foundations, buried garbage dumps that cannot be by-passed and requires additional work consult the Resident Project Representative/City Engineer. R. SUPERVISION BY CONTRACTOR. The Contractor will supervise and direct the work. The Contractor will be solely responsible for the means, methods,techniques, sequences and procedures of construction. The Contractor will employ and maintain on the work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor or the Contractor's representative at the site. The supervisor shall have full authority to act on behalf of the Contractor and all communications given to the supervisor shall be a binding as if given to the Contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the work. ARTICLE V CONTRACT DOCUMENTS A. The following documents, and any other documents that are attached to, incorporated by reference into, or otherwise included in them, and all Change Orders, form the entire agreement between City and Contractor, and are the Contract Documents: 34 1. INFORMATION FOR BIDDERS 2. BID FOR UNIT PRICE CONTRACTS 3. BID FORM 4. BID BOND 5. EXPERIENCE QUESTIONNAIRE 6. AFFIDAVIT OF WORK AUTHORIZATION 7. This AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR 8. PERFORMANCE BOND 9. PAYMENT BOND 10. PREVAILING WAGE RATES - STATE OF MISSOURI DIVISION OF LABOR STANDARDS 11. TIME FOR COMPLETION 12. SCOPE OF WORK 13. TECHNICAL SPECIFICATIONS 14. NOTICE TO PROCEED 15. APPLICATION FOR PAYMENT FORM 16. CHANGE ORDER FORM 17. CERTIFICATE FOR SUBSTANTIAL COMPLETION 18. AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW 19. CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 20. SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 21. ENGINEER/CONSULTANT CERTIFICATE for Acceptance & Final Payment B. Contractor represents that it has examined and become familiar with the Contract Documents in their entirety, that any and all ambiguities, inconsistencies, and conflicts observed by Contractor have been called to City's attention in writing and have been resolved in writing to Contractor's satisfaction. Except for actual conflict between provisions in the Contract Documents, making it impossible for Contractor to comply with all provisions of the Contract Documents, the Contract Documents shall be cumulative,and Contractor shall comply with all provisions of all Contract Documents. In case of actual conflict, Contractor shall notify City of the conflict in writing and then shall comply with such provisions of the Contract Documents as City directs. ARTICLE VI PAYMENTS A. Prior to submitting its first application for payment, Contractor shall provide City with a schedule of values dividing the Work, and the Contract Amount, into workable categories in a form acceptable to City.Each application for payment shall be based upon the percentage of actual completion of each category, multiplied by the dollar value of such category. 35 B. On or about the first day of Contractor's monthly accounting period, Contractor shall submit an Application for Partial Payment to the City Engineer. In addition to the amount of payment requested in the Application for Partial Payment,each application shall list the original Contract Amount, the amount Contractor has invoiced City to date, the amount Contractor has received to date, total additions to and deletions from the Contract Amount pursuant to approved Change Orders, and an itemization of any further additions to or deletions from the Contract Amount that Contractor claims. Contractor shall identify each Subcontractor and supplier whom Contractor intends to pay from the requested payment and shall state the amount Contractor intends to pay each such Subcontractor and supplier. An Application shall not include a request for payment for any portion of the Work that was performed or furnished by a Subcontractor or supplier if Contractor does not intend to pay such Subcontractor or supplier from such payment, nor shall the Application include a request for payment for any Work performed deemed unsatisfactory by City. Contractor shall include with each Application all supporting documentation as City may require. The City shall, within fifteen (15) days, review and approve such Application, or return the Application to the Contractor indicating in writing the reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the Application. Within fifteen (15) days of its receipt of payment from City, Contractor shall pay all subcontractors and suppliers to whom payment is owed from the amount paid to Contractor. C. All payments under this Agreement shall be made only upon the approval of City Engineer and Administrator. City Engineer shall review each application for payment and certify for payment such amounts as City Engineer 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. Neither Administrator or City Engineer'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. 36 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 Engineer issues his or her certificate to that effect. The Engineer's Certificate of Acceptance will be on the form attached hereto as Exhibit N. City, within thirty (30) days after the delivery of Engineer's certificate, shall pay Contractor all remaining funds which Contractor is due under this Agreement. H. Acceptance of final payment by Contractor shall release City from all further obligations to Contractor, except as to such amounts, if any, Contractor has identified in its application for final payment as claimed by Contractor. All claims not identified in the application for final payment are waived. Any payment, however final or otherwise, shall not release the Contractor or its sureties from any obligations under the Contract Documents or the Performance and Payment Bonds. I. City may withhold final or any other payment to Contractor on any reasonable basis, including but not limited to the following: 1. Unsatisfactory job progress, 2. Defective Work, 3. Failure to make payments to subcontractors or suppliers, 4. Reasonable evidence that all Work cannot be completed for the unpaid balance of the Contract Amount, 5. Damage by Contractor or subcontractors or suppliers to property of City or others, 6. Contractor's breach of this Agreement, or 7. Contractor's failure to provide requested documentation. J. The Contractor shall,at the request of City,furnish satisfactory evidence that all obligations to subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, tools and all supplies incurred in the furtherance of the performance of the Work have been paid, discharged or waived. If Contractor does not pay subcontractors or suppliers for labor and/or material properly provided, City may, but shall not be required to, pay subcontractors and suppliers directly. Any payments made to subcontractors and suppliers shall be charged against the Contract Amount. City shall not be liable to Contractor for any such payments made in good faith. This provision shall not confer any right upon any Subcontractor or supplier to seek payment directly from City. K. Notwithstanding any other provision for payment contained herein, in the event the Missouri Department of Labor and Industrial Relations has determined that a violation of Section 292.675 RSMo has occurred and that a penalty shall be assessed, the City shall withhold and retain all sums and amounts due and owning when making payments to Contractor under this Contract. ARTICLE VII CHANGES/CLAIMS A. City,without invalidating this Agreement,may at any time and without notice to any surety, order additions to, deletions from, or other changes to the Work. Upon receipt of such an order, in 37 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. 38 H. No change or claim, nor any delay or dispute concerning the determination of any increase or decrease in the amount of time and money for the performance of the Work, shall excuse Contractor from proceeding with prosecution of the Work, including any Work as changed. ARTICLE VIII INSURANCE A. Contractor shall, at all times during the performance of any of the Work, maintain not less than the following insurance coverages and amounts: 1. COMMERCIAL GENERAL LIABILITY - Contractor shall provide coverage for Contractor,City, its employees, officers,and agents,and any architects, engineers,or other design professionals engaged by or on behalf of City against claims for damage to property and/or illness of, injury to, or death of any person or persons related to or arising out of the Work. Such coverage shall name the City, together with its employees and officers, as an additional insured and have not less than the following limits: a. Each occurrence $3,000,000.00 b. General aggregate $3,000,000.00 c. Products/completed operations aggregate $3,000,000.00 d. The following coverage shall be included: • Blanket contractual liability • Products/completed operations • Personal/advertising injury • Broad form property damage • Independent contractors • Explosion, Collapse, and Underground Damage 2. OWNERS PROTECTIVE LIABILITY — Contractor shall purchase, maintain and deliver to the City for operations of the Contractor of any Subcontractor in connection with execution of the agreement Owner's Protective Liability insurance in the same minimum amounts as required for Commercial General Liability Insurance above. 3. AUTOMOBILE LIABILITY - Contractor shall provide coverage for Contractor, City, its employees,officers,and agents,and any architects,engineers,or other design professionals engaged by or on behalf of City against claims for bodily injury and/or property damage arising out of the ownership or use of any owned,hired, and/or non- owned vehicle and shall include protection for any auto, or all owned autos, hired autos, and non-owned autos.The coverage shall have not less than a combined single limit of$3,000,000.00 for each accident. 39 4. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY-This insurance shall protect Contractor against all claims under applicable state workers' compensation laws. Contractor also shall be protected through employer's liability coverage against claims for injury, disease, or death of employees which, for any reason,may not fall within the provisions of a workers' compensation law. The limits shall not be less than the following: a. Workers' Compensation Statutory b. Employer's Liability: • Bodily injury by accident $1,000,000.00 • Bodily injury by disease $500,000.00 each employee B. All insurance shall be written by an insurer or insurers acceptable to City and with a minimum financial rating not lower than "A-" in Best's Insurance Guide, latest edition. All insurance shall be written on an occurrence basis, and all aggregate limits shall apply in total to the Work only. Each policy providing general liability coverage or automobile liability coverage (including any umbrella or excess policy that provides any required general or automobile liability coverage) shall provide contractual liability coverage for all indemnity obligations of Contractor under the Contract Documents. Each policy providing general liability or automobile liability coverage (including any umbrella or excess policy that provides any required general or automobile liability coverage) shall, in form satisfactory to City, (1) name as additional insureds City, its employees, officers, and agents, and any architects, engineers, or other design professionals engaged by or on behalf of City, and (2)provide that it is primary to any other insurance maintained by any additional insured, which other insurance shall be excess or contingent. The insurance provided to the additional insureds shall apply, without limitation, to injury or damage caused by work included in the products/completed operations hazard. C. Contractor shall maintain the products and completed operations coverage for not less than one (1)years after the date of final acceptance by City of all of Contractor's Work. D. Contractor shall obtain property insurance upon the entire Work for the full cost of replacement at the time of loss. This insurance shall list as named insureds City, Contractor, subcontractors, and suppliers. This insurance shall be written as a Builder's Risk/Installation Floater"all risk" or equivalent form to cover all risks of physical loss except those specifically excluded by the policy and shall insure at least against the perils of fire, lightning, explosion, wind storm, hail, smoke, aircraft and vehicles, riot and civil commotion, theft, vandalism, malicious mischief, debris removal, flood, earthquake, earth movement, water damage, wind, testing, and collapse. This insurance shall, without limitation, insure portions of the Work stored on or off the Project site or in transit, when at the risk of City, Contractor, or a Subcontractor or supplier. Contractor shall be solely responsible for any deductible amounts. This insurance shall remain in effect until final payment has been made to Contractor or until no person or entity other than City has an insurable interest in the property to be covered by this insurance, whichever is sooner. City and Contractor waive all rights against each other and their respective employees, agents, contractors, subcontractors, and suppliers for damages caused by risks covered by the property insurance provided for in this Paragraph,except such rights as they may have to the proceeds of the insurance. E. All policies and certificates of insurance shall provide no less than thirty (30) days' prior written notice to City in the event of cancellation, expiration, non-renewal, alteration, or reduction 40 (including but not limited to reduction by paid claims) of coverage or limits contained in the policy or evidenced by the certificate of insurance. Contractor shall furnish City a certificate or certificates and copies of policies, all satisfactory to City, evidencing that Contractor has all the required insurance and is in compliance with this Article. The certificate or certificates and copies of policies shall be delivered to City's designated representative not less than seven (7) days before Contractor first performs any of the Work. All policies except Workers' Compensation and Employer's Liability shall contain a waiver of subrogation in favor of City, its employees, officers, and agents, and architects, engineers, or other design professionals engaged by or on behalf of City. F. Contractor also shall maintain any additional insurance coverages and any higher limits provided for elsewhere in the Contract Documents and shall furnish City any additional insurance documentation provided for elsewhere in the Contract Documents. G. If any part of the Work is subcontracted,each Subcontractor, or Contractor on behalf of the Subcontractor, shall maintain liability and worker's compensation insurance coverages and amounts satisfying all the requirements of this Article. Certificates and copies of policies, satisfactory to City, evidencing the required insurance and compliance with this Article shall be delivered to City's designated representative not less than seven (7)days before the Subcontractor first performs any of the Work. H. If Contractor is a transient employer as defined in Section 285.230 RSMo, Contractor must post in a prominent and easily accessible place at the work site a clearly legible copy of the following: (1)the notice of registration for employer withholding issued to such transient employer by the Director of Revenue; (2) proof of coverage for workers' compensation insurance or self-insurance signed by the transient employer and verified by the Department of Revenue through the records of the Division of Workers' Compensation; and (3) the notice of registration for unemployment insurance issued to such transient employer by the Division of Employment Security. Any transient employer failing to comply with these requirements shall, under Section 285.234 RSMo be liable for a penalty of$500 per day until the notice required by this Paragraph are posted as required by law. ARTICLE IX INDEMNITY A. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless City, its employees, officers, and agents, and any architects, engineers, or other design professionals engaged by or on behalf of City, from and against claims, damages, losses, and expenses, including but not limited to attorney's fees,arising out of or resulting from the performance of the Work, provided that such claim, damage, loss, or expenses is attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property(other than the Work itself),but only to the extent caused or allegedly caused by the negligent or willful acts or omissions of Contractor, a Subcontractor or supplier, or anyone directly or indirectly employed by them, or anyone for whose acts they may be liable,regardless of whether such claim,damage, loss,or expense is caused in part by a party indemnified hereunder. This obligation is not intended to, and shall not, negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person as set forth in this Agreement. B. In claims against any person or entity indemnified herein by an employee of Contractor, a Subcontractor or supplier, or anyone directly or indirectly employed by them or for whose acts they may 41 be liable, the indemnification obligation shall not be limited by a limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or a Subcontractor or supplier under workers' compensation acts, disability benefit acts, or other employee benefit acts. ARTICLE X PATENT LIABILITY Contractor agrees to defend, indemnify, and hold harmless City, its officers, employees and agents from and against any claim, action or suit that may be brought against them for Contractor's infringement of any Letters Patent in the performance of this Agreement or any breach or violation of trademark or proprietary or trade secret rights of others, as well as against any judgments, decrees, damages, costs and expenses sought, adjudicated, or recovered against any of them, on account of any such actual or alleged infringement. ARTICLE XI COVENANT AGAINST LOBBYING AND UNDUE INFLUENCE A. Contractor represents and warrants that it has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to void this Agreement without liability and, in its discretion, to deduct from the Contract Amount, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. B. Contractor represents and warrants that no payments have been or shall be made, directly or indirectly, by or on behalf of Contractor to or for the benefit of any officer, employee, or agent of City who may reasonably be expected to influence the decision to requisition issue or take any action with respect to this Agreement. Contractor shall allow a mutually agreeable nationally recognized certified public accounting firm to examine, at City's expense, such of Contractor's books and records as may be necessary, in the accountant's reasonable opinion, to verify Contractor's compliance with this Article. C. No official of the City who is authorized in such capacity and on behalf of the City to negotiate, make, accept, or approve, or to take part in negotiating, making, accepting, or approving any architectural, engineering, inspection, construction, or material supply contract or any subcontract in connection with the construction of the project, shall become directly or indirectly interested personally in this contract or in any part hereof.No officer, employee, architect, attorney, engineer, or inspector of or for the owner who is authorized in such capacity and on behalf of the City to exercise any legislative, executive, supervisory, or other similar functions in connection with the construction of the project, shall become directly or indirectly interested personally in this contract or in any part thereof, any material supply contract, subcontract, insurance contract, or any other contract pertaining to the project. 42 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. The following persons are designated by the respective parties to act on behalf of such party and to receive all written notices and Payment Applications: For City: For Contractor: City Engineer Wes McGowen, Estimator/Project Manager City of Riverside, MO Phillips Paving Company, Inc. 2950 NW Vivion Rd. 2808 E 85t' St. Riverside, MO 64150 Kansas City, MO, 64132 B. Any notice required by the Contract Documents to be given in writing or that either City or Contractor wishes to give to the other in writing shall be signed by or on behalf of the party giving notice. The notice shall be deemed to have been completed when sent by certified or registered mail to the other party at the address set forth herein,or delivered in person to said party or their authorized representative. C. Contractor's designated representative shall be available to meet with City at any time during the performance of the Work and shall have full authority to act on Contractor's behalf on any matter related to this Agreement and/or the Work. ARTICLE XIV DEFAULT AND TERMINATION A. If Contractor fails to comply,becomes unable to comply,or with reasonable probability(as determined solely by City)will become unable to comply with any of Contractor's obligations under the Contract Documents, including but not limited to (1) failure at any time to furnish sufficient labor or supervision,sufficient materials or services(including but not limited to insurance and bonds)complying with the Contract Documents, or sufficient or properly operating tools, equipment, or other items necessary for the performance of the Work, (2) failure in any respect to prosecute the Work with promptness and diligence, (3) causing any stoppage of, delay in, or interference with any work of City 43 or any others on the Project, (4) abandonment by Contractor of all or any part of the Work, or (5) bankruptcy, insolvency or general assignment for the benefit of creditors by Contractor, Contractor shall be in default, and if the default is not corrected to City's satisfaction within seventy-two (72) hours of delivery of a written notice to Contractor to correct such default, City may, in addition to any other right or remedy City may have,terminate the services of the Contractor and take possession of the project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and finish the work by whatever method the City may deem expedient to correct the default, at Contractor's expense. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If such costs exceed the unpaid balance due to Contractor, the Contractor will pay the difference to the City. B. If City exercises its right to take over and complete any part or all of the Work, City and its designees shall have access to and may take possession of Contractor's materials, tools, equipment, and other items at the Project site,en route to the site, or in storage or being manufactured or fabricated away from the site, as may be necessary to prosecute the Work taken over by City, and may employ Contractor's employees or former employees, all without any liability to Contractor. C. Contractor shall be liable for and shall pay to City all costs and expenses of whatsoever nature incurred by City as a result of any default by Contractor, including but not limited to the cost of labor, supervision,materials, tools, equipment, services, overhead,travel,and legal and accounting fees. Contractor also shall be liable for and shall pay to City all charges, liabilities, fines, penalties, losses, damages, and claims sustained by or assessed against City as a result of any delay or disruption resulting from any default by Contractor. The total amount of such costs, expenses, charges, liabilities, fines, penalties, losses, damages, and claims may be deducted by City from the amount, if any, otherwise due Contractor, and Contractor shall pay City the full amount of any excess of such total over the amount otherwise due Contractor. D. No right or remedy conferred upon or reserved to City by the Contract Documents is exclusive of any other right or remedy provided or permitted in the Contract Documents or by law or equity, but each right or remedy is cumulative of every other right or remedy, and every right or remedy may be enforced concurrently or from time to time. No exercise by City of any right or remedy shall relieve Contractor from full and absolute responsibility for all of Contractor's obligations under the Contract Documents. E. No failure or delay of City to give notice to correct any default of Contractor or to exercise any of City's rights or remedies shall waive or excuse the default, and City shall remain free to pursue all rights and remedies. No failure of City to insist, in any one or more instances, upon the performance of any of Contractor's obligations under the Contract Documents shall be deemed or construed as a waiver or relinquishment of City's right to insist upon strict performance of the obligation in any future instance. F. If through no act or fault of the Contractor,the Work is suspended for a period of more than ninety (90) days by the City or under an order of court or other public authority, or the City fails to act on any request for payment within thirty (30) days after it is submitted, or the City fails to pay the Contractor substantially the sum approved by the City Engineer and Administrator, then the Contractor may after ten (10) days from delivery of written notice to the City terminate the Agreement and recover from the City payment for all work executed. 44 G. The City, without terminating the service of the Contractor or written notice to the Surety, through the Administrator may withhold, without prejudice to the rights of the City under the terms of the Agreement, or on account of subsequently discovered evidence, nullify the whole or part of any approved partial payment estimate to such extent as may be necessary to protect the City from loss on account of(1) defective work not remedied, (2)claims filed or reasonable evidence indicating probably filing of claims, (3) failure of Contractor to make payments property to Subcontractors or for material or labor,(4)a reasonable doubt that the Work can be completed for the balance then unpaid,(5)damages to another contractor, or(6)performance of work in violation of the terms of the Contract Documents. ARTICLE XV TERMINATION FOR CONVENIENCE Notwithstanding anything contained herein to the contrary,City may,at any time,for any reason, and without Contractor's being in default, terminate Contractor's performance of any part or all of the Work for City's own convenience by giving written notice to Contractor. Upon receipt of notice of termination for City's convenience, Contractor shall, to the extent directed by City, stop work and turn over to City or City's designee materials and equipment purchased for the Work. City shall pay Contractor, in accordance with the Contract Documents, for only so much of the Work as is actually performed as of the termination for convenience.City shall not be obligated to Contractor for any further payment, including but not limited to prospective overhead or profit on unperformed work. If a termination by City of Contractor's right to proceed on the ground of default by Contractor is determined later to have been improper, the termination automatically shall be converted to a termination for City's convenience, and City's obligation to Contractor shall be limited to payment to Contractor as provided in this Article. ARTICLE XVI COMPLIANCE WITH LAWS A. Contractor shall comply strictly with all federal, state, and local laws, ordinances, rules, regulations, orders, and the like applicable to the Work, including, but not limited to any applicable prevailing wage and prompt payment laws and all U.S. Army Corps of Engineers guidelines, rules, regulations, and criteria for work within or adjacent to a flood control project area. Contractor shall secure all permits from public and private sources necessary for the fulfillment of Contractor's obligations under the Contract Documents. B. With each Application for Payment submitted by Contractor to City, Contractor shall include (a) a signed statement, in form acceptable to City, showing, for each weekly payroll period that ended during the period covered by the Application for Payment, the name, address, social security number, occupation,and craft of each worker employed by Contractor in connection with the Work and, for each such worker, the number of hours worked each day, the total hours worked during the payroll period, the gross amount earned, an itemization of all deductions, and the net wages paid and (b) a corresponding statement from each Subcontractor of any tier that employed any workers in connection with the Work during the period covered by the Application for Payment. C. This Agreement shall be governed by and construed in accordance with the laws of the State of Missouri. 45 ARTICLE XVII LABOR STANDARDS PROVISIONS A. MISSOURI PREVAILING WAGE LAW. Not less than the prevailing hourly rate of wages established by the Missouri Department of Labor and Industrial Relations Division of Labor Standards, as set out in the wage order set forth in Exhibit C attached to and made a part of, shall be paid to all workers performing work under the Agreement. An Affidavit of Compliance with the Prevailing Wage Law as set forth in Exhibit K shall be completed by Contractor and every Subcontractor employed on the Project prior to final payment. The Contractor will forfeit a penalty to the City of$100 per day (or portion of a day) for each worker that is paid less than the prevailing rate for any work done under the contract by the Contractor or by any Subcontractor. B. EXCESSIVE UNEMPLOYMENT. During periods of excessive unemployment (any month immediately following two consecutive calendar months during which the level of unemployment in the state has exceeded five percent(5%)as measured by the United States Bureau of Labor Statistics) only Missouri labors(persons who have resided in Missouri for at least thirty days and intend to become or remain Missouri residents) and laborers from non-restrictive states (persons who are residents of a state which has not enacted state laws restricting Missouri laborers from working on public works projects in that state, as determined by the Labor and Industrial Relations Commission), may be employed under the contract, except that other laborers may be used when Missouri laborers or laborers from nonrestrictive states are not available, or are incapable of performing the particular type of work involved, if so certified by the Contractor and approved by the City. C. UNDERPAYMENT OF WAGES. In case of underpayment of wages by the Contractor or by any subcontractors to laborers or mechanics employed by the Contractor or Subcontractor upon the work covered by this Agreement, the City, in addition to such other rights as may be afforded it under this Agreement shall withhold from the Contractor, out of any payments due the Contractor, so much thereof as the City may consider necessary to pay such laborers or mechanics the full amount of wages required by this Agreement. The amount so withheld may be disbursed by the City, for and on account of the Contractor or the Subcontractor (as may be appropriate), to the respective laborers or mechanics to whom the same is due or on their behalf to plans, funds, or programs for any type of fringe benefit prescribed in the applicable wage determination. D. LIMITATIONS ON EMPLOYMENT. No person under the age of sixteen (16) years and no person who, at the time, is serving sentence in a penal or correctional institution shall be employed on the work covered by this Agreement. ARTICLE XVIII EQUAL EMPLOYMENT OPPORTUNITY The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants and employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, employment, upgrading, demotion,or transfer;recruitment,or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 46 ARTICLE XIX SUBCONTRACTS,ASSIGNMENT, OR TRANSFER A. Except with the prior written consent of City, Contractor shall not assign this Agreement or any money due or to become due Contractor or issue a subcontract or purchase order to any person or entity for any or all of the Work. City's consent to any assignment, subcontract, or purchase order shall not relieve Contractor from any obligation under the Contract Documents, nor shall it create any obligation from City to any assignee, subcontractor, or vendor. B. Each subcontract or purchase order issued by Contractor for any of the Work shall be in writing and shall provide that City is an intended third-party beneficiary of the subcontract or purchase order. C. The Contractor shall be fully responsible to the City for the acts and omissions of its Subcontractors, and of person either directly or indirectly employed by them, as the Contractor is for the acts and omissions of person directly employed by it. D. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind Subcontractors to the Contractor by the terms of the Contract Documents insofar as applicable to the work of Subcontractors and give the Contractor the same power as regards terminating any Subcontract that the City may exercise over the Contractor under any provision of the Contract Documents. Nothing contained in this contract shall create any contractual relation between any Subcontractor and the City. E. Each subcontract or purchase order issued by Contractor for any of the Work shall provide that it is freely assignable by Contractor to City. Contractor hereby assigns to City all its interest in any present or future subcontract or purchase order issued by Contractor for any or all of the Work. This assignment shall be effective upon acceptance by City in writing and only as to the specific subcontract(s) and/or purchase order(s) that City designates in the writing. This assignment may be accepted by City at any time, whether before or after final payment to Contractor, and may not be withdrawn by Contractor without City's written consent. ARTICLE XX SEPARATE CONTRACTS A. The City reserves the right to let other contracts in connection with this project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work,and shall properly connect and coordinate the work with theirs. If the proper execution or results of any part of the Contractor's work depends upon the work of any other contractor, the Contractor shall inspect and promptly report to the Administrator any defects in such work that render it unsuitable for such proper execution and results. B. The City may perform additional work related to the project or the City may let other contracts containing provisions similar to these.The Contractor will afford the other contractors who are parties to such contracts (or the City, if the City is performing the additional work) reasonable 47 opportunity for the introduction and storage of materials and equipment and the execution of work, and shall properly connect and coordinate the work with theirs. C. If the performance of additional work by other contractors or the City is not noted in the Contract Documents prior to the execution of the contract, written notice thereof shall be given to the Contractor prior to starting any such addition work. If the Contractor believes that the performance of such additional work by the City or others involves it in additional expense or entitles it to any extension of the contract time the Contractor may make a claim thereof as provided in Article VII. ARTICLE XXI ACCESS TO SITE/CLEANING UP A. Contractor shall ensure that the Work, at all times, is performed in a manner that affords reasonable access, both vehicular and pedestrian, around the site of the Work and all adjacent areas. B. Representatives of City may inspect or review any Work performed by Contractor, and consult with Contractor, at any time. City's inspections or reviews shall not constitute acceptance or approval of Work unless specifically stated in writing. Contractor shall meet with City at the request of City. C. Contractor shall at all times, during performance of the Work, keep the Project site clean and free from debris resulting from the Work. Prior to discontinuing Work in an area, Contractor shall clean the area and remove all rubbish and its construction equipment, tools, machinery, waste, and surplus materials. Contractor shall make provisions to minimize and confine dust and debris resulting from construction activities. If Contractor fails to comply with cleanup duties within twenty-four (24) hours after written notification from City of non-compliance, City may implement cleanup measures without further notice and deduct the cost from any amounts due or to become due Contractor. ARTICLE XXII COMPETENCE Contractor represents and warrants that it maintains all necessary licenses, registration, competence, and experience to perform all the Work. ARTICLE XXIII WARRANTY A. Contractor shall exercise high professional skill, care, and diligence in the performance of the Work, and shall carry out its responsibilities in accordance with customarily accepted good professional practices. The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of completion and acceptance of the work. The Contractor warrants and guarantees for one (1) year from the date of completion and acceptance of the work that the completed work is free from all defects due to faulty materials or workmanship. The date of completion for all scopes of work shall be the last date of acceptance of all work in this 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 48 so and charge the Contractor the cost thereby incurred. In emergency where, in the judgment of the City, delay would cause serious loss or damage, repairs and replacement of defects in the work and damage caused by defects may be made without notice being sent to the Contractor, and the Contractor shall pay the cost thereof. The Performance Bond shall remain in full force and effect through the warranty period. Neither final payment, Engineer's Final Certificate, nor any other provision in the Contract Documents shall affect Contractor's obligation to complete the Work free of defects in workmanship and material. B. Contractor shall remain solely responsible for the performance of the Work as required by the Contract Documents, notwithstanding any suggestions or observations made by another person or entity with respect to the Work. C. This Article does not establish a period of limitation with respect to any obligation of Contractor under the Contract Documents, and does not limit the time allowed by law for any action for breach of such obligation. ARTICLE XXIV STORAGE OF MATERIALS AND EQUIPMENT The Contractor shall provide at its own expense and without liability to the City any additional land and access thereto that the Contractor may desire for temporary construction facilities,or for storage of materials. Only materials and equipment that are to be used directly in the Work shall be brought to and stored at the Project site by Contractor. After equipment is no longer required for the Work, it shall be promptly removed from the Project site. Protection of construction materials and equipment stored at the Project site from weather, theft, and all other casualty or damage is solely the responsibility of Contractor. ARTICLE XXV TAXES A Missouri Sales Tax Project Exemption Certificate (Missouri Department of Revenue Form 5060) will be provided by the City for the purchase of any materials or personal property incorporated into or consumed in the construction project, pursuant to RSMo 144.062. The Contractor will pay all other sales, consumer, use and other similar taxes required by the State of Missouri or other taxing jurisdiction. ARTICLE XXVI SAFETY A. Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with performance of the Work and shall take reasonable precautions for the safety of, and shall provide reasonable protection to prevent damage, injury, or loss to(1) employees and other persons at the Project site or who may be affected by the Work, (2)materials and equipment stored at on-site or off-site locations for use in performance of the Work, and (3) other property at the Project site or in its vicinity, such as trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation, or replacement in the course of construction. 49 B. Contractor shall give notices required by and comply strictly with applicable laws, ordinances, rules, regulations, orders, and the like bearing on safety of persons or property or their protection from damage, injury, or loss. The Contractor will erect and maintain, as required by the conditions and progress of the work, all necessary safeguards for safety and protections. The Contractor will notify owners of adjacent utilities when prosecution of the Work may affect them. The Contractor will remedy all damage, injury or loss to any property caused directly or indirectly, in whole or part, by the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone whose acts any of them may be liable. C. The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of his prosecution of the work. The safety provisions of applicable laws and building and construction codes shall be observed and the Contractor shall take or cause to be taken, such additional safety'and health measures as the City may determine to be reasonably necessary. D. Pursuant to Section 292.675 RSMo, Contractor shall provide a ten (10) hour Occupational Safety and Health Administration (OSHA) construction safety program for all employees who will be on-site at the Project. The construction safety program shall include a course in construction safety and health that is approved by OSHA or a similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program as required by Section 292.675 RSMo. Contractor shall require its on-site employees to complete a construction safety program within sixty(60)days after the date work on the project commences. Contractor acknowledges and agrees that any of Contractor's employees found on the Project site without documentation of the successful completion of a construction safety program shall be required to produce such documentation within twenty (20) days, or will be subject to removal from the Project. Contractor shall require all of its Subcontractors to comply with the requirements of this Paragraph and Section 292.675 RSMo. E. Contractor shall forfeit to the City as a penalty two thousand five hundred dollars ($2,500.00), plus one hundred dollars ($100.00) for each on-site employee employed by Contractor or its Subcontractor, for each calendar day, or portion thereof, such on-site employee is employed without the construction safety training required herein. The penalty described in this Paragraph shall not begin to accrue until the time periods herein have elapsed. Violations of this requirement and imposition of the penalty described in this Paragraph shall be investigated and determined by the Missouri Department of Labor and Industrial Relations. F. If City deems any part of the Work or the Project site unsafe, City, without assuming responsibility for Contractor's safety program, may require Contractor to stop performance of the Work or take corrective measures satisfactory to City, or both. If Contractor does not adopt corrective measures, City may perform them or have them performed and deduct their cost from the Contract Amount. Contractor shall make no claim for damages, for an increase in the Contract Amount, or for a change in the time for performance of the Work based on Contractor's compliance with City's reasonable request. ARTICLE XXVII AUTHORIZED EMPLOYEES Contractor acknowledges that Section 285.530 RSMo prohibits any business entity or employer from knowingly employing, hiring for employment, or continuing to employ an unauthorized alien to 50 perform work within the State of Missouri. Contractor therefore covenants that it is not knowingly in violation of subsection 1 of Section 285.530 RSMo, and that it will not knowingly employ, hire for employment, or continue to employ any unauthorized aliens to perform work on the Project, and that its . employees are lawfully eligible to work in the United States. ARTICLE XXVIII INDEPENDENT CONTRACTOR Contractor is an independent contractor, and neither Contractor or any Subcontractors, suppliers, employees, or agents shall be deemed an employee or agent of City for any purpose. ARTICLE XXIX CONFLICT Contractor shall promptly upon discovery notify City of any conflict, ambiguity or inconsistency in the Contract Documents, or between any Contract Document and actual field conditions, and City shall resolve such conflict, ambiguity or inconsistency in its sole discretion. ARTICLE XXX PERFORMANCE AND PAYMENT BONDS The Contractor shall within ten (10) days after the receipt of the Notice of Award furnish the City with a Performance Bond and Payment Bond in forms set forth in Exhibits A and B in an amount at least equal to one hundred percent(100%)of the contract price, conditioned upon the performance by the Contractor all undertakings,covenants,terms,conditions and agreements of the Contract Documents, and upon the prompt payment by the Contractor to all persons supplying labor and materials in the prosecution of the work provided by the Contract Documents. Such bonds shall be executed by the Contractor and a corporate bonding company licensed to transact such business in the state in which the work is to be performed and named on the current list of"Surety Companies Acceptable on Federal Bonds"as published in the Treasury Department Circular Number 570 and shall have a rating of at least "A-" from Best's. The expense of these bonds shall be borne by the Contractor. If at any time a surety on any such bond is declared a bankrupt or loses its right to do business the state in which the work is to be performed or is removed from the list of Surety Companies accepted on Federal Bonds, Contractor shall within ten(10)days after notice from the City to do so, substitute an acceptable bond (or bonds) in such form and sum and signed by such other surety or sureties as may be satisfactory to the City. The premiums on such bond shall be paid by the Contractor. No further payment shall be deemed due nor shall payment be made to Contractor until the new surety or sureties shall have furnished an acceptable bond to the City. ARTICLE XXXI SEVERABILITY Should any specific provision of this Agreement or other Contract Documents be found to be unenforceable,the remaining provisions shall remain in full force and effect. 51 ARTICLE XXXII NO PRESUMPTION AGAINST THE DRAFTER No presumption or inference against the City shall be made because of the City's preparation of this Agreement or other Contract Documents. ARTICLE XXXIII DISPUTES/ATTORNEY FEES A. If a dispute arises out of or relates to this Agreement or other Contract Documents, or the breach thereof, and if the dispute cannot be resolved through negotiation, City and Contractor shall first try in good faith to resolve the dispute by mediation before resorting to litigation. Unless City and Contractor agree otherwise,the mediation shall be administered by the American Arbitration Association under its Construction Industry Mediation Rules. B. In the event of litigation between Contractor and City concerning the Project or this Agreement or other Contract Documents, the prevailing party shall be entitled to recover from the other party its reasonable attorney fees, costs, and expenses arising from such litigation. ARTICLE XXXIV TITLES The titles given to the Articles in this Agreement are for ease of reference only and shall not be relied upon or cited for any other purpose. Specifically, but without limitation, the titles shall not define or limit any of the provisions of any of the Articles. ARTICLE XXXV PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Contract 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 52 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] 53 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their authorized representatives. APPROVED AS TO FORM: ATTORNEY.• By: Attorney, , COUNTERSIGNED BY: CITYPURCHAS ENT.- Bri t City Administr (M--- CITY OF RIVERSIDE: By:, Ka leen L. Rose, Mayor T: Robin'Kincaid, City Clerk CONTRACTOR: Phillips Paving Co., Inc. By: ,r� - t� (Si cure) Printed Name: Ka-rk Longwell" - - Title: Business Manager ATTEST: SECRETARY, Katie Campbell (Name Printed) 54 i This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. i Llb.ert. Liberty Mutual Insurance Company JMutual. The Ohio Casualty Insurance Company Certificate No:8201410-971514 SURETY West American Insurance Company POWER OF ATTORNEY r KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that 1 Liberty Mutual Insurance Company Is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duty organized i under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authorityherein setforth,does hereby name,constitute and appoint, Andrea Canaday;Marie Carver;Rebecca Eidson;Leah Martin;Darrin G.Stafford;Michael J.Thompson i all of the city of ITarrisonville state of MO each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 12th day of June 2019 INSt/RtY INSINSULiberty Mutual Insurance Company P� q P� & gq The Ohio Casualty Insurance Company oaPolt f y WestAmedcan Insurance Cam '6� Company t0 Y $1912y0 oZ1919� o a 1991 o N rdJ�S'4'QCNUS�.da yOHAMP9�`?t!� Y �NOIANp Ly` /�• � (v 9r7 * �a dy1 * d S�'M * t•�a By: vCi C David M.Carey,Assistant Secretary Z3 State of PENNSYLVANIA ss to � County of MONTGOMERY m a� c)a) On this 12th day of June 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes—r j > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. W 3 IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. �'E a O` Q05dr°lit rF� COMMONWEALT14OFPENNSYLVANIA. r !� °° r Notarial Seal 6-p OF 1'emaa Pastella,Notary Pudic � C L '6(1) Upper Marion Twp-,Montgomery County sy: yj� to C kQ My Commission Expires March 2 +snrr \r✓ res 8,2021 1 eresa Pastella,Notary Public o W QyN grTy 0v M!mDc.Pwm7lrn�eu Aswtlat w at Notarna dQ cue D�? TCF);? This Power of Attorney is made and executed pursuantto and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance o C Company,and West American Insurance Company which resolutions are now in full face and effect reading as follows: p ami �� ARTICLEIV—OFFICERS:Section 12.Power of Attorney. o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President=� a may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all 9!o undertakings,bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full�N otz power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall "N Z be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the provisions of thisM article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. 0 0 ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. v� Any officer of the Company authorized For that purpose in writ ng by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,F— shall appoint such adomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When se executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. AuthorizaUon—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effectas though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 7di day of April 2020 . Pv INS&Ipa It INS& 1Nsu tiJ a°aro'�r ye+ eaJ`?µP°fir PyZ SVP e9R°a�?q'p J3 PoM �%r Y g 1912 o 01919 „ 1991 rd'994CI1u5�a Shy afro yC d r 3 By dej7 * gad 3H1 aua9�a�a s�+�o*w�aaa Renee C.Llewellyn,Assistant Secretary LMS-12973 LMIC OCIC WAIC Multi Co 062018 EXHIBIT C PREVAILING WAGE RATES Special Wage Determination: Prevailing hourly rates of wages follow, as determined by the Division of Labor Standards, Jefferson City, Missouri. 59 EXHIBIT D Time for Completion 2020 STREET MAINTENANCE - ASPHALT (Project No.319-020) Date of Completion: 6/30/2020 60 EXHIBIT E SCOPE OF WORK for 2020 STREET MAINTENANCE - ASPHALT (Project No.319-020) Contractor shall perform the following Work as more fully set forth in the Contract Documents: All Work necessary to construct the 2020 Street Maintenance-Asphalt through the limits of the Project as shown on and in accordance with the Technical Specifications and/or Drawings referred to in Exhibit F to the Agreement. The Work in the Project shall include but is not limited to the items listed on the Bid Form. Contractor to provide all necessary equipment, labor, and material necessary to perform the Project construction and related work as shown in the Contract Documents. The Work includes, but is not limited to, the following: 1. Schedule and Coordinate all necessary inspections. 2. Contractor shall coordinate with all utilities prior to the work starting, including contacting underground locator services, ensuring that all power has been disconnected. 3. Include all temporary utility fees and permits. 4. Include 3rd party Special Inspections as required to demonstrate compliance with project specifications, including but not limited to compaction and proof rolls and material testing. 5. Include all premium time/cost necessary to meet the schedule, including accelerated production of submittals. 6. Include all surveying, layout and field engineering required for the performance of this work. 7. Provide digital photographs of the preconstruction, construction, and post construction site (see Article IV Progress of Work/ Submittals (F) for specifics) 8. Provide all weather provisions to meet the schedule set forth in the contract documents. 9. Provide clean up associated with the contractors work. Site is to remain free of debris during the construction process. 10. Provide all traffic control as required throughout the construction process. 61 EXHIBIT E SCOPE OF WORK—Project Locations Maps 62 EXHIBIT E SCOPE OF WORK—Project Locations Maps 63 EXHIBIT E SCOPE OF WORK—Project Locations Maps 64 EXHIBIT F TECHNICAL SPECIFICATIONS 2020 STREET MAINTENANCE - ASPHALT (Proiect No.319-020) The following Specifications govern Contractor's performance of the Work: ENUMERATION OF SPECIFICATIONS AND ADDENDA: Following are the Specifications and Addenda governing the work, which fonn a part of this contract, as set forth the Contract Documents: SPECIFICATIONS. Division 1—General Requirements Section Description 01015 CONTRACTOR USE OF PREMISES 01030 SPECIAL CONDITIONS 01040 COORDINATION 01060 STANDARD SPECIFICATIONS AND PLANS 01270 MEASUREMENT AND PAYMENT 01310 JOB SITE ADMINISTRATION 01320 CONSTRUCTION SCHEDULE 01330 SUBMITTALS 01410 TESTING LABORATORY SERVICES 01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE 01570 TEMPORARY TRAFFIC CONTROL 01732 DEMOLITION Division 2—Site Work Section Description 02230 CLEARING AND GRUBBING 02300 EARTHWORK 02350 EROSION AND SEDIMENT CONTROL 02510 ASPHALT PAVEMENTS 02520 PORTLAND CEMENT CONCRETE PAVING ADDENDA: No. Date 66 EXHIBIT G CITY.OF RIVERS MISSOURI Upstream from ordinary. NOTICE TO PROCEED DATE: April 81h, 2020 PROJECT: 2020 STREET MAINTENANCE-ASPHALT PROJECT NO.: 319-020 RESO: (approved April 7th, 2020) TO: Contractor: Phillips Paving Company, Inc. (address) 2808 E 851h St. Kansas City, MO 64132 You are hereby notified to commence work on or after the 81h day of April, 2020 in accordance with the Agreement dated April 71h, 2020. The date of substantial completion is 6/30/2020. The project shall be completed and ready for final payment by 12/31/2020. CITY OF RIVERSIDE (Owner) BY: Brian E. Koral, City Administrator Receipt of the above NOTICE TO PROCEED is hereby acknowledged BY: (Signature) (Printed) (Title) (Company) this the day of , 20 67 EXHIBIT H APPLICATION FOR PAYMENT Continuation Sheet for Application for Payment (Contact Capital Projects and Parks Manager,Noel Challis with the City of Riverside for an electronic version nchallisAriversidemo.com or by calling 816-372-9028) crrrc-= PAYMUCAM Ho. lyctdl CET:! roxuuN.r,. lzd YW6MslYr Y►m+r.femiwso ] myr travae.�.�e f - v�dsY.nmor. S - rmlazam.d.sr.aftta'an.aonywmevs 1 Y.a.�.yca.,rard.,f - WN dCooSlcdm Nc L - ar.f:.onm:p.,amde•�nam.a�..+r ] R..dCavaliasmWcn.h1Y]1 L - a n]smawvcnamaY L - Y.w,o.a:f - vi.drarTYos otmaes-mnv® S MNuc[M4mz L - 9a frnsacDiew¢f - 14ra®OuflYApp{oflm f - i£oomMMPM1iN.aM11�1�!f - Ric.tl mrmsurt•Ralocpspr®-vmmdctEYW YTrgcfmpcomsn Y]491 lcclticb5ac�x �lfO�L•Mmci GYri�nYr/r fu�ufmamcmrrb�m m�al�vmmr�bs® b�rocOCc Ca�rLQ�>EVLLImm�Y WCvcmn MCWa cc..,rrrr�Wo�YElm:dpuaa TmrublsCEfcrltY mfp4y7b�{yo�.9n Nnrc Nrdsa OIPm.aevmua�aaim�a4a-YersW �r1A' aAbb@c DcsrQVLbls�tl Bc �� atl�i���d�iaawtl4�b�v��•�Ctlt�dfc4Wt[y pgpWEYn+bb4�pcgd@n]YStlah P� ��prOOlccWtliMmt'YWastl.amu.ra iov�nVrll bf.LG.C�xmgm:GMCCflila- W®m�sCiMrnmewm4Gm YcrElsb PiresefTSAfS]IIMCE)tfJ]D �OmlmhS[IROf AVt6'�f.1O of#�Grm�i�4LTgeuryambyas, ffi�[eSYMI{VRY'.b Gpa�Sccati••aroiw.v.n9abifinem R'+cKP.m� f hMBtrnr $ftW O+'J all LLKiir[f04 OCQY[It Gc161� 27W Nuc Prt 'Mics. SpcC LLY r� Ahs fisx.d Ytl Oo�h.h fs.r.d S B.0 alcafY OLX V SMWv[ fIWh6 Tomm To 6.b n S 6 LL f - 68 EXHIBIT I CHANGE ORDER (Contact Capital Projects and Parks Manager, Noel Challis with the City of Riverside for an electronic version nchallis(a,riversidemo.com or by calling 816-372-9028) erryOF CHANGE ORDER NO. PageNuot- tot_ RIVERS I AutP¢AM=hed_ nIMURi Contractor Name: Project Name: Pmjectxumber. Co iaiotoata The Wlavving changes to the original contract amount were required to cover cost incurred by the Project Location Riverside,Missouri Contraclor or to reflect savings realized by the Contractor as a result of a change in the actual constructed quantifies from the estimated quantities shown on the Bid Proposal. Cortbactor Contract or Contractor Llre 2rn No. PreviousP—im. prev— MURED CHANGES IN PRESENT CONTRACT Unit Price Amount iJr�II INmDesa, B Reason for Order(Please describe Aern beksoaW thenfoi."M reason forCharW Order) mor Newor Ncsrar 1) Requested by City 2)Unknown Ste C..kcrs 3)Not—por#ed n pf..s7 pas Adrsted Aquwed At(ts'ed OA 5000 UntPds Amount SODO I LS 1 50.00 5000 $0.00 5000S000 SOHO SODO SODO 1 E000 Previous Tate SODO Sgoo Adp AWTotvl SODD StatementorContrad Change $dDO Orgnal CotraoAmoum 4000 NetAmoartof Previous Additions and Cedv.=s .00 Net CanbartAnnum PriormTks Reg" 5000 eques500ACoaAmRu SODO Percent Charge in Conrad Annum ODMD! DESIGN ENGINEER: CITY OF RIVERSIDE,MISSOURI: Cwp.r Travis Hoove-r mea Dat taane Pznei CityAdminahato, U91d Ca°-'0 fns .'Ates [tit D= CONTRACTOR: ON-SITE PROJECT MANAGER: CONTRACTOR'S.Cerfification for Chance Order ON-SITE PROJECT MANAGER Certification for Chance Order. TtWlrlRyelgnM CONiRAGfORCaTAa tlLadO blaeCXdYIQwAhthe Contract Doaarenn.the on-ste observrtM act t^SCmEdamve a:EnEce66'tyN IN63 t3 Ae CONiFLVCfORrt dR data moprabg itl6 CiLT Cider,rile dtais. praeedunn�eodtnorarectntat daomnnb,andtuttM Qe mm age skwWedg-. mare Omerthatto are best oTthe onste pmjsi managers LrmWedge, vau,sc[edaooveare mnectwmrespedto bre vont irtomutmmWber*ftheabmmfermced a2 .z*a1lul�T ='WonW. dument ssaryit ortterto poniedroeare eaettionthreeooMaadeworkar dandd�dsr M c1h sYtled above aremnectvith rezpectb tivwth anticpated ur�vth's dunpe oa=r. Cp'pa'T.. C.P.T. N—ARrtd Haw vorad STM agnea 69 Curr OF EXHIBIT J RIVERSI MISSOURI Certificate of Substantial Completion (to be completed after substantial completion of theproject) Project Name: 2020 STREET MAINTENANCE -ASPHALT Project#: 319-020 Owner of Project: City of Riverside This [tentative] [definite] Certificate of Substantial Completion applies to: ❑ All Work under the Contract Documents: ❑ The following specified portions of the Work: Date of Substantial Completion The Work to which this Certificate applies has been inspected by authorized representatives of Owner, Contractor, and Engineer, and found to be substantially complete. The Date of Substantial Completion of the Project or portion thereof designated above is hereby declared and is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. A [tentative] [definitive] list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. The responsibilities between Owner and Contractor for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as provided in the Contract Documents except as amended as follows: Amended Responsibilities ❑Not Amended Owner's Amended Responsibilities: Contractor's Amended Responsibilities: 70 The following documents are attached to and made part of this Certificate: This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of Contractor's obligation to complete the Work in accordance with the Contract Documents. Executed by Engineer (Print& Sign) Date Accepted by Contractor (Print& Sign) Date Accepted by Owner (Print& Sign) Date 71 EXHIBIT K AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW (to be completed at conclusion of project) upon being duly sworn upon my oath state that: (1)I am the of ; (2)all requirements of Section 290.210 to 290.340. RSMo,pertaining to the payment of wages to workers employed on public works projects have been fully satisfied with regard to this Contractor's work on 2020 STREET MAINTENANCE-ASPHALT(Project No.319-020); (3) I have reviewed and am familiar with the labor standards provisions and prevailing wage rules established by the Missouri Department of Labor and Industrial Relations Division of Labor Standards; (4) based upon my knowledge of these rules, including all occupational titles set out in the applicable regulations, I have completed full and accurate records clearly indicating: (a)the names,occupations,and crafts of every worker employed by this Company in connection with this Project together with an accurate record of the number of hours worked by each worker and the actual wages paid for each class or type of work performed, (b)the payroll deductions that have been made for each worker, and (c)the amounts paid to provide fringe benefits, if any,for each worker; (5)the amounts paid to provide fringe benefits,if any,were irrevocable paid to a trustee or to a third party pursuant to a fund,plan, or program on behalf of the workers; (6)these payroll records are kept and have been provided for inspection to the authorized representative of the City of Riverside and will be available,as often as may be necessary,to such City and such other regulatory agencies as may be deemed necessary; (7)such records shall not be destroyed or removed from the State of Missouri for one(1)year following the completion of Contractor's work on this Project; (8)when in effect,the requirements of Sections 290.550 through 290.580 RSMo. Pertaining to excessive unemployment were fully satisfied; and (9)there has been no exception to the full and complete compliance with the provisions and requirements of the wage orders applicable to the Agreement and Contract Documents. The matters stated herein are true to the best of my information, knowledge, and belief. I acknowledge that the falsification of any information set out herein may subject me to criminal prosecution. Contractor Signature Printed Name Subscribed and sworn to me this day of 120 Notary Public My Commission expires: 72 EXHIBIT L CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT (to be completed at conclusion of project) 2020 STREET MAINTENANCE - ASPHALT (Project No.319-020) STATE OF ) SS: COUNTY OF ) The Undersigned, of lawful age,being first duly sworn,states under oath as follows: 1. I am the of who is the general CONTRACTOR on the above referenced project. 2. All payrolls,material bills,use of equipment and other indebtedness connected with the Work for this Project have been paid and all Claims of whatever nature have been satisfied,as required by the Contract. 3. (�!) Prevailing wage does not apply;or (E) All provisions and requirements set forth in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes,pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with these provisions and requirements and the Annual Wage Order contained in the Contract in carrying out the Contract and Work. CONTRACTOR has fully complied with the requirements of the prevailing wage law as required in the Contract and has attached affidavits from all Subcontractors on this Project,regardless of tier,affirming compliance with the prevailing wage law as stipulated in the Contract. 4. CONTRACTOR certifies that each Subcontractor has received full payment for its respective work in connection with the Contract. 5. This affidavit is made in behalf of the CONTRACTOR for the purpose of securing from the City of Riverside, Missouri,the certification of completion of the Project and receiving payment therefore. CONTRACTOR By Title On this day of 20_ before me appeared to me personally known to be the of and who executed the foregoing instrument and acknowledged that (s)he executed the same on behalf of as its free act and deed. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal on the day and year first above written. My commission expires: Notary Public 73 EXHIBIT M SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT (to be completed at conclusion of project) 2020 STREET MAINTENANCE - ASPHALT (Proiect No.319-020) STATE OF ) SS: COUNTY OF ) After being duly sworn the person whose name and signature appears below hereby states under penalty of perjury that: 1. I am the duly authorized officer of the business indicated below (hereinafter Subcontractor)and I make this affidavit on behalf of Subcontractor in accordance with the requirements set forth in Section 290.290, RSMo. Subcontractor has completed all of the Work required under the terms and conditions of a subcontract as follows: Subcontract with: ,Contractor Work Performed: Total Dollar Amount of Subcontract and all Change Orders:$ 2. Subcontractor fully complied with the provisions and requirements of the Missouri Prevailing Wage Law set forth in Sections 290.210,RSMo through 290.340,RSMo. Business Entity Type: Subcontractor's Legal Name and Address ( )Missouri Corporation �)Foreign Corporation �)Fictitious Name Corporation �)Sole Proprietor �)Limited Liability Company Phone No. (�Partnership Fax: �)Joint Venture E:mail: (�Other(Specify) Federal ID No. I hereby certify that I have the authority to execute this affidavit on behalf of Subcontractor. By: (Signature) (Print Name) (Title) (Date) NOTARY Subscribed and sworn to before me this day of 120 My Commission Expires: (Signature) 74 EXHIBIT N ENGINEER/CONSULTANT'S CERTIFICATION For Acceptance and Final Payment (to be completed at conclusion of project) City of Riverside,Missouri Project Name: 2020 STREET MAINTENANCE -ASPHALT Project No: 319-020 Contractor: Contract Date: Date of Completion and Acceptance: The Contractor has notified me that he has completed all work in accordance with the Contract Documents and that it is functioning properly. I hereby certify that a final inspection of all work under the Contract Documents was conducted by me and to the best of my knowledge;the work has been completed in accordance with the drawings and specifications and is functioning properly. I have approved all payment estimates, and prepared and received approval of all change orders. I have received the required certifications; instructions for operating the equipment, manuals, and other documents that are applicable to this project from the Contractor and have delivered them to the City. The City is now responsible for the security, operation, safety, maintenance, and insurance as applicable to the project. The Contractor will warranty all specified work for a period of one(1)year(or a longer period if governed by Missouri Statutes) from this date of completion. Notification has been given to the proper Government agencies that the work is completed. I recommend, under the provision of the Contract Documents that the Work be accepted and that final payment be made. Executed by the Engineer on this day of ,20 Signature: (SEAL) Typed Name: The work described above accepted by the consultant is hereby acknowledged and final payment authorized. Kathleen L Rose, Mayor (SEAL) Date: Attest: Robin Kincaid, City Clerk cc: Contractor 75 DIVISION 1 - GENERAL REQUIREMENTS 76 01015 CONTRACTOR USE OF PREMISES The Contractor shall confine all construction activities to the limits of the project right-of-way and easements. Any additional easements and access to private property that are desired outside the project limits are the responsibility of the Contractor. If the Contractor desires access to private property that is outside the project limits, the Contractor shall obtain a written agreement between the Property Owner and the Contractor and submit this written agreement to the City prior to accessing the private property. 01030 SPECIAL CONDITIONS A. Examination of the Site: Bidders may visit the site and inform themselves of all conditions presently existing. Failure to visit the site will in no way relieve the successful bidder from the necessity of furnishing all materials and performing all work required to complete the work in accordance with the specifications. B. Measurements: Any dimensions provided shall be verified by the Contractor. Any discrepancies between the specifications and the existing conditions shall be referred to the Owner for adjustment, before the work is performed. C. Protection of Monuments: The Contractor must carefully preserve bench marks, references or stakes and in case of willful or careless destruction,he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. D. Breakage and Damage: The Contractor shall be responsible for any breakage, damage or other injury to existing or new facilities caused directly or indirectly by the Contractor's operations and shall replace, at Contractor's own expense, in a manner approved by the Owner any such broken or damaged material. E. Deliverer of Materials: The delivery of all materials, equipment, and miscellaneous items entering into the construction of the work is a part of this contract, including freight and hauling charges both to and from transportation points. Payment of charges for the above items shall be made by the Contractor. An amount covering all charges for freightage and delivery of items shall be included as a part of the contract price and in no case will an extra be allowed for such charges. F. Storage of Materials: All materials delivered to the job shall be stored so as to keep them in first class condition and free from deterioration or contamination. G. Coordination: All contractors, subcontractors and trades shall cooperate in coordination of their several works, but the principal responsibility for coordinating the project as a whole and the operations of the contractors and subcontractors shall lie with the Prime Contractor. H. Blasting: No blasting will be allowed on this project. 77 01040 COORDINATION A. All construction activities shall be coordinated with all utility owners and the City of Riverside. Contractor shall be responsible for notifying all utility owners with facilities within the project limits prior to construction so the utilities can be located and identified. B. All construction activities shall be coordinated with adjacent property owners affected by construction of the project to assure access to their properties. Driveways to adjacent properties shall be accessible at the end of each working day. C. The Contractor will be responsible for notifying the City Engineer in writing of the dates when construction will begin and end. The City will notify the school district, fire, and police departments, and the local newspapers. D. The Contractor shall be responsible for obtaining all necessary permits, and paying for any and all inspection and permit fees as required by the City. E. Project Coordination Meetings: In addition to the above said coordination responsibilities, the Contractor shall attend construction progress meetings with the City Engineer on a monthly basis (at a minimum). Additional meetings may be held as needed. No direct payment will be made for this item but shall be considered subsidiary to other bid items. F. The Contractor shall coordinate his/her work to ensure that the Work is complete and to ensure efficient and orderly sequence of installation of construction elements. G. In the event certain parts of work are assigned to subcontractors,the Contractor shall be responsible to ensure each subcontractor completes work and that all interfaces between trades are properly addressed. All subcontractors shall also coordinate their work with the Owner through the Contractor. H. The Contractor is solely responsible for all Assignments of Work among subcontractors. I. The Contractor shall be responsible for assigning and coordinating work and ensuring that suppliers and installers are familiar with all requirements in Contract Documents relating to each item of work, regardless of location of information in Contract Documents. 01060 STANDARD SPECIFICATIONS AND PLANS A. General: The work shall conform to the plans and contract specifications as outlined. The standard specifications and plans which govern this work are listed below. In case of conflict, the specifications listed in this document shall take precedence over those listed in the stated Standard Specifications. B. Standard Specifications: Except where noted otherwise, the work shall conform to the latest edition of the Kansas City Metropolitan Chapter of APWA Standard Specifications and Design Criteria, Division II (APWA Standard Specifications) available at the following website: lam://kcmetro.apwa.net/chapters/kcmetro/specifications.asp. 78 C. Standard Plans: The work shall conform to the latest edition of the Kansas City Metropolitan Chapter of APWA Standard Plans when referenced in the construction documents. The referenced APWA Standard Plans are available at the following website: http://kemetro.apwa.net/chapters/kcmetro/specifications.asp Other standard plans and specifications may be referred to and therefore adopted into these specifications. 01270 MEASUREMENT AND PAYMENT A. The quantities as given in the Itemized Proposal are not guaranteed to be the exact or total quantities required for the completion of the Work shown on the drawings and described in the specifications. Increases or decreases may be made over or under the Itemized Proposal estimated quantities to provide for needs that are determined by the Owner during the process of the Work. Contract unit prices shall apply to such increased or decreased quantities. The Bidder is warned against unbalancing his bid, since the unit prices will apply to deductions as well as additions. The Owner has the privilege of omitting or adding to any unit items in the Bid Form. B. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise, on account of any difference between the amounts of Work actually performed and materials actually furnished and the estimated amounts thereof. The Owner will not pay for or be responsible for unused materials which may have been ordered by the Contractor in accordance with the estimated quantities listed in the Bid Form. C. It is the intent of the Contract Documents that all costs in connection with the Work, including furnishing of all materials, equipment, supplies and appurtenances; providing all construction plant, equipment, and tools; and performing of all necessary labor to fully complete the Work, shall be included in the unit and lump sum prices named in the Itemized Proposal. No item of Work that is required by the Contract Documents for the proper and successful completion of the Contract will be paid for outside of or in addition to the prices submitted in the Itemized Proposal. All Work not specifically set forth in the Bid Form as a pay item shall be considered a subsidiary obligation of the Contract, and all cost in connection therewith shall be included in the process named in the Itemized Proposal. D. Even though the details for measurement and payment of a particular item are outlined in the following articles, if said item does not appear in the Itemized Proposal, or if said item is a part of another item listed in the Itemized Proposal, it will not be measured for payment. E. Whenever in the Itemized Proposal there is a discrepancy between unit prices and extensions or totals,the unit prices will govern, and the extensions or totals will be corrected accordingly. F. Items for payment will be measured in accordance with the stipulations of these specifications and as further shown on the drawings. Pay limits given are maximum, and where actual quantities of work items are less than as computed by said pay limits,the Contractor will be paid only for the actual quantities. G. Payment will be made as the sum of the following: 79 I. Final authorized quantity of each item in the Itemized Proposal multiplied by the contract unit price therefore. 2. Lump sum payment for each item so listed in the Bid Form, at the contract lump sum price therefore. 3. Any special payment or adjustment,plus or minus,as provided for in the Agreement. 01310 JOB SITE ADMINISTRATION A. The Contractor, or a duly authorized representative to act for the Contractor, shall continually be present at the site of the work,whenever construction activities are underway, for the duration of this project. B. The Contractor shall designate, in writing, the duly authorized representative(s) at the preconstruction meeting. The duly authorized representative(s) will be the official liaison between the Owner and Contractor regarding the signing of pay estimates, change orders, workday reports and other forms necessary for communication and project status inquiries. Upon project commencement, the Owner shall be notified, in writing, within five (5) working days of any changes in the Contractor's representative(s). 01320 CONSTRUCTION SCHEDULE A. General: The Contractor shall prepare and maintain a construction schedule for the duration of the project. B. Baseline Schedule:The Contractor shall prepare a baseline schedule to be presented to the Owner for review at the pre-construction meeting. The baseline construction schedule shall be in a form approved by the Owner and shall include at least the following information for each significant work item during each phase of the project: 1. Beginning date of Project. 2. Ending date of Project. 3. Beginning Date of Each Phase. 4. Completion Date of Each Phase. 5. Scheduled percentage of completion at the end of each calendar month. 6. Scheduled percentage complete for each phase at the end of each calendar month. The Owner will review the proposed progress schedule, and may require the Contractor to revise the same if, in the Owner's judgment, revisions are required to provide for completion of the project within the Contract Time. C. Schedule Updates: In addition to submitting a baseline project schedule, the Contractor shall update the project schedule prior to each monthly construction progress meeting. The updated schedule shall show the original baseline schedule, the actual work progress and the estimated completion of each significant work item for each phase of the project. The updated schedule shall be distributed to the City at each progress meeting. 80 D. Payment: No direct payment shall be made. 01330 SUBMITTALS A. Shop Drawings: A minimum of two (2) copies each of manufacturer's shop drawings and data sheets shall be submitted to the Owner indicating the necessary installation dimensions,weights, materials and performance information. The shop drawings shall be distributed as follows: One (1) copy for the City and one (1) copy for the prime Contractor. The Contractor shall supply additional copies as necessary for any subcontractors. Submittals for equipment and materials shall include reference to indicate where it is to be used; whether by tag number, specification paragraph, or description of use. Approval of shop drawings will be for conformance with the design concept of the project and for compliance with the information given in the Technical Specifications. The approval of a separate item, as such, will not indicate approval of the assembly in which the item functions. B. Submittals: The following is a list of submittals required: 1.1 Aggregate (other than those used in pavements or structures) A.Gradation Test Results B.Soundness Test Results 1.2 Fill Material A. Source for Material B. Moisture-Density Relationships 1.3 Concrete Mix Design (For Each Mix used on the Project) A. Source of Materials B. Concrete Manufacturer's Name C. Testing Laboratory Name D. Results of the Mix Design 1) Compressive Strength 2) Air Content 3) Slump 4) Cement Content 5) Water Content 6) Fine Aggregate a) Gradation Test Results b) Soundness Test Results 7) Coarse Aggregate a) Gradation Test Results b) Soundness Test Results 8) Additives as called for in plans or specifications 9) Certification of Reinforcing Steel 10) Certification of Fly Ash (if used) 81 1.4 Asphalt Mix Designs (for each mix used on the project) A. Source of Materials B. Asphalt Manufacturer's Name C. Testing Laboratory Name D. Results of the Mix Design 1. Marshall Characteristics, including all those items listed under KCAPWA. 2. Asphalt Cement Content 3. Fine Aggregate a. Gradation Test Results b. Soundness Test Results 1. Coarse Aggregate a) Gradation Test Results b) Soundness Test Results 1.5 Soil-Fly Ash Mixture A. Fly ash material B. For soil-fly ash mixture (with specified %of fly ash) for each different type of soil anticipated to be used in the pavement subgrade stabilization: C. ASTM D558 modified to a 2 hour delay. At each moisture content, strength testing (ASTM D 1633) modified to curing sealed for 7 days at 100 degrees (F) shall be performed. 1.6 Storm Sewer A. Piping 1. Certification of Piping and Fittings 2. Structures a) Precast Shop Drawings b) Catalogue Cuts on Metal Castings 1.7 Pavement Marking Materials A. Certification that all materials used are in compliance with specifications included herein 1.8 Silt Fence A. Manufacturer's information showing compliance with KCAPWA. 1.9 Utility Conduits A. Certification that all materials used are in compliance with specifications included herein. 01410 TESTING LABORATORY SERVICES A. General: Work under this item shall consist of furnishing all materials, labor and equipment necessary for a private testing laboratory to provide the material testing for items incorporated into the project. The tests, frequency and reports required to confirm contract compliance shall be as specified in the KCAPWA Standard Specifications. One copy of the test results shall be submitted to the Owner electronically within 24 hours of the test completion. The testing lab must be agreed upon by the Contractor and the Owner. 82 B. Payment: No direct payment shall be made. This item shall be considered subsidiary to the bid items of the materials being tested. 01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE A. General: The Contractor shall make his own arrangements for material and equipment storage areas and non-soil waste area. The Contractor shall keep the site clean and free of all refuse,rubbish, scrap materials,and debris as a result of construction activities so that at all times the site of the work shall present a neat, orderly and workmanlike appearance. This includes the removal of earth and debris from streets and roads that resulted from the Contractor's activity. The Contractor shall restore the site of work and adjacent disturbed areas to the condition existing before work began as a minimum. B. Pam No direct payment shall be made. 01570 TEMPORARY TRAFFIC CONTROL A. General: Temporary traffic control on this project shall be done in accordance with Section 616 and all referenced sections of the Missouri Standard Specifications for Highway Construction (current edition) as published by the Missouri Highways and Transportation Commission. This section shall cover all temporary traffic control devices as detailed on the plans or as directed by the Owner in charge of construction. B. Temporary Traffic Control Devices: All temporary traffic control devices shall be in conformance with "Part 6 of the Manual on Uniform Traffic Control Devices (MUTCD)," Current Edition and its latest revisions. C. Payment: No direct payment shall be made. 01732 DEMOLITION A. General: This item includes, but is not limited to,the removal and disposal of landscaping items, signs, fences, pipes, existing storm sewers, end sections and appurtenances, and all other items designated for removal in the plans or as directed by the City Engineer. All items that are inside the construction limits, including those not listed or shown on the plans, shall be included in this item. Demolition shall be done in accordance with Section 2101 of the KCAPWA Standard Specifications. 1. Sawcut Existing Pavement Full Depth: Where portions of the existing pavement are to be removed, the existing pavement shall be cut with a concrete saw to full depth. If the remaining pavement is chipped or cracked during sawing and removal, it shall be re- sawed behind the limits of the chip or crack. No additional payment will be made for the 83 replacement of pavement damaged during construction other than that shown on the plans. B. Workmanship: All removals, except for suitably sized broken pavement, shall be properly discarded off the project limits and shall not be re-used or used as an embankment material within the project limits. C. Payment: No direct payment shall be made. 84 DIVISION 2 - SITEWORK 85 02230 CLEARING AND GRUBBING A. General: Clearing and grubbing shall be done in accordance with Section 2101 of the KCAPWA Standard Specifications. B. Payment: No direct payment will be made. 02300 EARTHWORK A. General: Grading shall be in accordance with Section 2100 of the KCAPWA Standard Specifications. Subgrade preparation shall be in accordance with Section 2201 of the KCAPWA Standard Specifications, except as otherwise specified herein. a. Embankment: Embankment shall include the placing and compacting of all materials necessary to construct the improvements as shown on the plans. L Upon completion of stripping, but prior to placing new fill, the exposed grade in fill areas shall be broken up by plowing or scarifying to a minimum depth of 6 inches and recompacted as specified. All embankment fill shall be compacted to a density of at least ninety-five percent (95%) of the maximum density for material used as determined by ASTM Designation D-698. The top one-foot of embankment as well as the embankment surrounding utilities shall contain no rock larger than 3 inches. ii. The area in the plans designated as "compacted fill" shall be graded and compacted to 95% maximum density to the elevation of two feet above the top of pipe prior to excavating for the pipe installation. b. Over-excavation and Placement of Backfill: At the direction of the Owner, excavation of unsuitable subgrade material and placement of suitable fill material may be employed. Over- excavation and placement of backfill will include the removal of all unsuitable material beyond the excavation limits as shown on the plans, placement of backfill material and compaction of backfill per the above listed Embankment specifications. B. Payment: No direct payment will be made. 02350 EROSION AND SEDIMENT CONTROL A. General: Erosion and sediment control shall be in accordance with KCAPWA Standard Specifications Section 2150. 1. The Contractor is responsible for providing sufficient control of sediment and erosion to prevent migration of sediment off the construction site throughout the duration of the project. 2. All sediment escaping the project site and entering the downstream ditches shall be removed immediately at the expense of the Contractor. If the existing vegetation is damaged by the sediment,or by the removal of the sediment, it shall be replaced with like vegetation at the expense of the Contractor. B. Payment: No direct payment will be made. 86 02510 - ASPHALT PAVEMENTS PART 1 - GENERAL 1.1 SCOPE OF WORK A. Under this section of the Specifications, the Contractor shall provide all labor, materials, tools and equipment necessary to complete the following items of work: 1. Bituminous concrete pavements. 1.2 RELATED WORK NOT INCLUDED IN THIS SECTION A. Earthwork: Section 02300 of this Manual. B. Materials and testing shall be in accordance with the latest edition of KCAPWA. 1.3 UNIT PRICE- MEASUREMENT AND PAYMENT A. Asphaltic Pavement: 1. Basis of Measurement: See units on bid form. 2. Basis of Payment: Includes all labor, equipment and materials necessary for mix design, supplying to site,testing, forming, placement, tack coat, curing, protection,joint sealing and backfilling. PART 2 - MATERIALS 2.1 ASPHALT MATERIALS A. Conform to KCAPWA 2.2 ASPHALT ACCESSORIES A. Tack Coat: Homogeneous, medium curing, liquid asphalt, Type RC-70. 2.3 ASPHALT PAVING MIX A. Full Depth Patch: Type 5-01. B. 2"Edge Mill and Overlay and 2" Overlay: Type 6-01. C. Asphalt Hot Mix Recycling, if used, shall comply with KCAPWA. 2.4 SOURCE QUALITY CONTROL A. Provide tests of mix design for asphalt. B. Submit proposed mix design of each class of mix for review prior to commencement of work. 87 PART 3 - EXECUTION 3.1 TESTING A. The Contractor shall provide and pay for the services of a qualified, independent testing laboratory to insure that the bituminous concrete mix designs and in-place thicknesses and densities of base and surface courses are in compliance with all the provision of the specifications. Asphaltic concrete testing shall meet KCAPWA standards. 3.2 INSTALLATION OF BITUMINOUS CONCRETE PAVEMENT A. Bituminous concrete pavements shall be constructed in accordance with the applicable section of KCAPWA except as herein amended. B. Apply a tack coat of emulsified asphalt to all vertical contact surfaces of existing pavement, manholes, catch basins, curbs and all other contact surfaces prior to paving. 3.4 CLEAN-UP A. Upon completion of the work, all surplus materials, debris, tools and equipment shall be removed from the site. END OF SECTION 02510 02520 - PORTLAND CEMENT CONCRETE PAVING PART 1 GENERAL 1.1 SECTION INCLUDES A. Concrete curb and gutter, flatwork and driveways. 1.2 UNIT PRICE- MEASUREMENT AND PAYMENT A. Concrete Curb and Gutter: 1. Basis of Measurement: By the lineal foot. 2. Basis of Payment: Includes all labor,equipment and materials necessary for mix design, supplying to site, testing, forming, placement, curing, protection, joint sealing and backfilling. B. Concrete Flatwork: 1. Basis of Measurement: By the square foot. 2. Basis of Payment: Includes all labor, equipment and materials necessary for mix design, supplying to the site, testing, forming, placement, curing, protection, joint sealing and backfilling. 1.3 MIX DESIGN 88 A. The material shall be in accordance with the Kansas City Metro Materials Board, KCMM134K design mix. 1.4 REFERENCES A. Division Il, Construction and Materials Specifications for Paving, Section 2200, and Incidental Construction, Section 2300, Kansas City Metropolitan Chapter of the American Public Works Association Standard Specifications (Current Edition) together with all additions, deletions and changes prescribed by the City of Riverside, Missouri, one copy of which shall be kept on site at all times. 1.5 SUBMITTALS A. Submit under provisions set forth in General and Special Conditions and Division 1 of these specifications. B. Product Data: Provide data on mix design,joint filler, admixtures, and curing compounds. 1.6 QUALITY ASSURANCE A. The Contractor is responsible for placing concrete when conditions are conducive to proper curing. B. Perform work in accordance with KCAPWA Standard Specifications and the requirements of the City of Riverside, Missouri. C. Obtain materials from same source throughout. PART 2 EXECUTION 2.1 EXAMINATION A. Verify that subgrade is compacted as specified in Section 02300, Earthwork and ready to support paving and imposed loads. City Engineer shall approve all subgrade. 2.2 PREPARATION A. Moisten base to minimize absorption of water from fresh concrete. B. Verify that manholes, inlets or any other structures have been brought to the proper elevation, grade and alignment prior to placing concrete. Coat surfaces of manholes, curb inlets, existing structures and frames with oil to prevent bonding with concrete. C. Notify City a minimum of 24 hours prior to commencement of concreting operations. 2.3 CLEANUP 89 A. The Contractor shall be responsible for removal from the site of excess concrete, rock, dirt, debris and any broken concrete. Clean up shall take place as work progresses. B. Contractor shall be responsible for the repair of any existing pavement, curb, sidewalk or driveway damaged or disturbed during construction to the satisfaction of the City. END OF SECTION 02520 90 ACC)R" CERTIFICATE OF LIABILITY INSURANCE FDATE(MM/DD/YYYY) 4/22/2020 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 policy(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 OONTACT NAME: Andrea Canaday Stafford 6 Stafford Insurance PAHic°NE Ext: (816)884-4800 ac Ne: (816)894-4833 B01 South Commercial Street E-MAIL ADDRESS: andrea-Canaday@leavitt.com INSURER(S)AFFORDING COVERAGE NAIC# Harrisonville MO 64701 INSURERA:Union Insurance Company of Providence 21423 INSURED INSURER B:EMCASCO Insurance Company 21407 Phillips Paving Company Inc INSURER C:EMC Insurance Companies 21415 2808 E 85th St INSURER 0: INSURER E: Kansas City MO 64132 INSURER F: COVERAGES CERTIFICATE NUMBER:CLI9122001182 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 OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTSRR ADDL SUERPOLICY EFF POLICY EXP TYPE OF INSURANCE POLICY NUMBER MM/DDIYYYY MMIDD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 A CLAIMS-MADE �OCCUR DAMAGE TO RENTED REMa ccurtence S 300,000 PISES Eo 5D95347 12/22/2019 12/22/2020 MED EXP(Any one person) S 5,000 PERSONAL 8 ADV INJURY S 1,000,000 GENIAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE S 3,000,000 RPOLICY )ECT LOC PRODUCTS-COMP/OPAGG S 3,000,000 OTHER: S AUTOMOBILE LIABILITY Ee COMBINED LIMIT S 1,000,000 B X ANYAUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED SE95347 12/22/2019 12/22/2020 BODILY INJURY(Per accident) S AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE S AUTOS Per accident S X UMBRELLA LIAR X OCCUR EACH OCCURRENCE S 5,000,000 C EXCESS LIAB CLAIMS-MADE AGGREGATE S 5,000,000 DED I X I RETENTIONS 10,000 SJ95347 12/22/2019 12/22/2020 S WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNERIEXECUTIVEE.L.EACH ACCIDENT S 1,000,000 OFFICER/MEMBER EXCLUDED? �N/A B (Mandatory in NH) 5H95347 12/22/2019 12/22/2020 E.L.DISEASE-EA EMPLOYEE S 11000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) "Project: 319-020 - 2020 Street Maintenance The City of Riverside, its employees, officers and agents, and any architects, engineers or other design professionals as specified in written contract, are listed as additional insured on a primary and non-contributory basis, including ongoing and completed operations with a waiver of subrogation. A 30 day notice of cancellation applies. Coverage is as described by attached forms CG7174.3, CG7555, CA7450, CA0449 and IL7338.11 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 D Stafford/ANCANA ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD INS025(201401) E Policy No.5D95347 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION WHEN REQUIRED IN A WRITTEN CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against any person or organization against whom you have agreed to waive such right of recovery in a written contract or agreement because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the"products-completed operations hazard". CG7555(10-13) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 1 of 1 Policy No.5D95347 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION CONTRACT OR AGREEMENT INCLUDING COMPLETED OPERATIONS - PRIMARY AND NONCONTRIBUTORY This endorsement modifies the insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM A. Section II — Who Is An Insured is amended to surveys, field orders, change orders or drawings include as an additional insured: and specifications; or 1. Any person or organization for whom you are b. Supervisory, inspection, architectural or performing operations when you and such engineering activities. person or organization have agreed in writing in This exclusion applies even if the claims against a contract or agreement that such person or any insured allege negligence or other wrongdoing organization be added as an additional insured in the supervision, hiring, employment, training or on your policy; and monitoring of others by the insured, if the 2. Any other person or organization you are "occurrence" which caused the "bodily injury" or required to add as an additional insured under "property damage", or the offense which caused the the contract or agreement described in "personal and advertising injury", involved the Paragraph 1.above. rendering of, or the failure to render, any Such person(s) or organization(s) is an additional professional architectural, engineering or surveying insured only with respect to liability for "bodily services. injury", "property damage" or "personal and C. With respect to the insurance afforded to these advertising injury"caused, in whole or in part, by: additional insureds, the following is added to a. Your acts or omissions; or Section III—Limits Of Insurance: b. The acts or omissions of those acting on The most we will pay on behalf of the additional your behalf; insured is the amount of insurance: in the performance of: 1. Required by the contract or agreement a. your ongoing operations for the additional described in Paragraph A.1.;or insured; or 2. Available under the applicable Limits of Insurance shown in the Declarations; b. "Your work" for the additional insured and whichever is fess. included, in the products — completed operations hazard". This endorsement shall not increase the applicable However, the insurance afforded to such additional Limits of Insurance shown in the Declarations. insured described above: D. The following is added to the Other Insurance a, Only applies to the extent permitted by law; Condition and supersedes any provision to the and contrary: b. Will not be broader than that which you are Primary and Noncontributory Insurance required by the contract or agreement to This insurance is primary to and will not seek provide for such additional insured, contribution from any other insurance available to B. With respect to the insurance afforded to these an additional insured under your policy provided additional insureds, the following additional that: exclusion applies: (1) The additional insured is a Named Insured This insurance does not apply to "bodily injury," under such other insurance; and "property damage" and "personal and advertising (2) You have agreed in writing in a contract or injury" arising out of the rendering of, or the failure agreement that this insurance would be primary to render, any professional architectural, and would not seek contribution from any other engineering or surveying services including: insurance available to the additional insured. a. The preparing, approving, or failing to prepare E. All other terms and conditions of this policy remain or approve maps, shop drawings, opinions, reports, unchanged. CG7174.3(10-13) Includes copyrighted material of 180 Properties,Inc.with Its permission. Page 1 of 1 Policy No.5E95347 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTO ELITE EXTENSION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The BUSINESS AUTO COVERAGE FORM is amended to include the following clarifications and extensions of coverage. With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. TEMPORARY SUBSTITUTE AUTO PHYSICAL 2. Changes In General Conditions DAMAGE Paragraph 5.b. of the Other Insurance Section I —Covered Autos Paragraph C. Certain Condition in the Business Auto Coverage Form Trailers., Mobile Equipment, and Temporary is replaced by the following: Substitute Autos is amended by adding the For Hired Auto Physical Damage Coverage, the following: following are deemed to be covered "autos" If Physical Damage Coverage is provided by this you own: coverage form for an "auto" you own, the Physical a. Any covered "auto" you lease, hire, rent or Damage Coverages provided for that owned borrow; and auto are extended to any auto you do not own while used with the permission of its owner as a b. Any covered "auto" hired or rented by your temporary substitute for the covered "auto" you "employee" under a contract in an own that is out of service because of breakdown, "employee's" name, with your permission, repair, servicing, "loss"or destruction. while performing duties related to the The coverage conduct of your business. g provided is the same as the coverage provided for the vehicle being replaced. However, any "auto"that is leased, hired, rented or B. BLANKET ADDITIONAL INSURED borrowed with a driver is not a covered"auto". NEWLY FORMED OR ACQUIRED Section II — Covered Autos Liability Coverage, E. ORGANIZATIONS A.I.Who Is An Insured is amended by adding the following: Section Il — Covered Autos Liability Coverage, A.1.Who Is An Insured is amended by adding the Any person or organization who is a party to a following: written agreement or contract with you in which you agree to provide the type of insurance afforded Any organization which you acquire or form after under this Business Auto Coverage Form. the effective date of this policy in which you This provision applies to claims for"bodily injury" or maintain ownership or majority interest. However: "property damage" which occur after the execution (1) Coverage under this provision is afforded only of any written agreement or contract. up to 180 days after you acquire or form the C. EMPLOYEES AS INSUREDS organization, or to the end of the policy period, whichever is earlier. The following is added to the Section II —Covered (2) Any organization you acquire or form will not be Autos Liability Coverage, Paragraph A.I. Who Is considered an"insured" if: An Insured Provision: Any"employee"of yours is an "insured"while using (a) The organization is a partnership or a joint a covered "auto" you don't own, hire or borrow in venture; or your business or your personal affairs. (b) That organization is covered under other D. EMPLOYEE HIRED AUTOS similar insurance. (3) Coverage under this provision does not apply 1. Changes In Covered Autos Liability Coverage to any claim for "bodily injury" or "property The following is added to the Who Is An damage" resulting from an "accident" that Insured Provision: occurred before you formed or acquired the An "employee" of yours is an "insured" while organization. operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. CA7450(11-15) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 1 of 4 F. SUBSIDIARIES AS INSUREDS K. TRANSPORTATION EXPENSES Section II — Covered Autos Liability Coverage, Section III — Physical Damage Coverage, A.4. A.I.Who Is An Insured is amended by adding the Coverage Extensions Subparagraph a. following: Transportation Expenses is replaced by the Any legally incorporated subsidiary in which you following: own more than 50% of the voting stock on the (1) We will pay up to$75 per day to a maximum of effective date of this policy. However, 'insured" $2,500 for temporary transportation expense does not include any subsidiary that is an "insured" incurred by you because of the total theft of a under any other automobile liability policy or was an covered "auto" of the private passenger type. "insured" under such a policy but for termination of We will pay only for those covered "autos" for that policy or the exhaustion of the policy's limits of which you carry either Comprehensive or liability. Specified Cause Of Loss Coverage. We will G. SUPPLEMENTARY PAYMENTS pay for temporary transportation expenses incurred during the period beginning 48 hours Section II — Covered Autos Liability Coverage, after the theft and ending, regardless of the A.2.a. Coverage Extensions, Supplementary policy's expirations, when the covered "auto" is Payments (2) and (4) are replaced by the returned to use or we pay for its"loss". following: (2) If the temporary transportation expenses you (2) Up to $5,000 for cost of bail bonds (including incur arise from your rental of an "auto" of the bonds for related traffic law violations) required private passenger type, the most we will pay is because of an "accident" we cover. We do not the amount it costs to rent an "auto" of the have to furnish these bonds, private passenger type which is of the same (4) All reasonable expenses incurred by the like kind and quality as the stolen covered "insured"at our request, including actual loss of "auto". earnings up to $500 a day because of time off L. AUDIO, VISUAL, AND DATA ELECTRONIC from work. EQUIPMENT COVERAGE ADDED LIMITS H. FELLOW EMPLOYEE COVERAGE Audio, Visual, And Data Electronic Equipment In those jurisdictions where, by law, fellow Coverage Added Limits of$5,000 Per"Loss"are in employees are not entitled to the protection addition to the sublimit in Paragraph C.1.b. of the afforded to the employer by workers compensation Limits Of Insurance provision under Section III — exclusivity rule, or similar protection. The following Physical Damage Coverage. provision is added: M. HIRED AUTO PHYSICAL DAMAGE Subparagraph 5. of Paragraph B. Exclusions in Section ill — Physical Damage Coverage, A.4. Section li Covered Autos Liability Coverage Coverage Extensions is amended by adding the does not apply if the "bodily injury" results from the following: use of a covered"auto"you own or hire. I. TOWING If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Section III — Physical Damage Coverage, A.2. Causes of Loss, or Collision coverage is provided Towing is replaced with the following: for any "auto" you own, then the Physical Damage We will pay for towing and labor costs incurred, coverages provided are extended to "autos" you subject to the following: hire, subject to the following limit and deductible: a. Up to $100 each time a covered "auto" of the (1) The most we will pay for loss to any hired private passenger type is disabled; or auto' is the lesser of Actual Cash Value or Cost of Repair, minus the deductible. b. Up to $500 each time a covered "auto" other (2) The deductible will be equal to the largest than the private passenger type is disabled. deductible applicable to any owned "auto" for However, the labor must be performed at the place that coverage. No deductible applies to "loss" of disablement. caused by fire or lightning. J LOCKSMITH SERVICES (3) Subject to the above limit and deductible Section III — Physical Damage Coverage, A.4. provisions, we will provide coverage equal to Coverage Extensions is amended by adding the the broadest coverage applicable to any following: covered"auto"you own. We will pay up to $250 per occurrence for We will pay up to$1,000, in addition to the limit necessary locksmith services for keys locked inside above, for loss of use of a hired auto to a a covered private passenger "auto". The leasing or rental concern for a monetary loss deductible is waived for these services. sustained, provided it results from an"accident" for which you are legally liable. CA7450(11-15) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 2 of 4 N. AUTO LOAN OR LEASE COVERAGE Q. EXTRA EXPENSE FOR STOLEN AUTO Section III — Physical Damage Coverage Section 111 — Physical Damage Coverage, A.4. Paragraph A.4. Coverage Extensions is amended Coverage Extensions is amended by adding the by the addition of the following: following: In the event of a total "loss" to a covered "auto" We will pay up to $1,000 for the expense incurred which is covered under this policy for returning a stolen covered "auto" to you because of Comprehensive, Specified Cause of Loss, or the total theft of such covered "auto". Coverage Collision coverage, we will pay any unpaid amount applies only to those covered "autos" for which you due, including up to a maximum of $500 for early carry Comprehensive or Specified Causes Of Loss termination fees or penalties, on the lease or loan Coverage. for a covered"auto", less: R. RENTAL REIMBURSEMENT 1. The amount paid under the Physical Damage Section III — Physical Damage Coverage, A.4. Coverage Section of the policy; and Coverage Extensions is amended by adding the 2. Any: following: a. Overdue lease/loan payments at the time 1. This coverage applies only to a covered"auto"for of the"loss'; which Physical Damage Coverage is provided on this policy. b. Financial penalties imposed under a lease 2. We will pay for rental reimbursement expenses for excessive use, abnormal wear and tear incurred by you for the rental of an "auto" or high mileage; because of "loss" to a covered "auto". Payment c. Security deposits not returned by the applies in addition to the otherwise applicable lessor; amount of each coverage you have on a covered d. Costs for extended warranties, Credit Life "auto".No deductibles apply to this coverage. Insurance, Health, Accident or Disability 3. We will pay only for those expenses incurred Insurance purchased with the loan or lease; during the policy period beginning 24 hours and after the "loss" and ending, regardless of the e. Carry-over balances from previous loans or policy's expiration, with the lesser of the leases. following number of days. Coverage does not apply to any unpaid amount a. The number of days reasonably required to due on a loan for which the covered "auto" is not repair or replace the covered "auto". if the sole collateral. "loss" is caused by theft, this number of O. PERSONAL PROPERTY OF OTHERS days is added to the number of days it takes to locate the covered "auto" and Section III -- Physical Damage Coverage, A.4. return it to you; or Coverage Extensions is amended by adding the b. 30 days. following: We will pay up to$500 for loss to personal property 4. Our payment is limited to the lesser of the of others in or on your covered"auto." following amounts: This coverage applies only in the event of"loss" to a. Necessary and actual expenses incurred; your covered "auto" caused by fire, lightning, or explosion, theft, mischief or vandalism, the covered b. $75 per day, subject to a$2,250 limit. "auto's"collision with another object, or the covered 5. This coverage does not apply while there are "auto's"overturn. spare or reserve "autos" available to you for No deductibles apply to this coverage. your operations. P. PERSONAL EFFECTS COVERAGE 6. If"loss" results from the total theft of a covered Section III — Physical Damage Coverage, A.4. "auto" of the private passenger type, we will Coverage Extensions is amended by adding the pay under this coverage only that amount of following: your rental reimbursement expenses which is We will pay unot already provided for under the Physicalp to $500 for "loss" to your personal Damage — Transportation Expense Coverage effects not otherwise covered in the policy or, if you Extension included in this endorsement. are an individual, the personal effects of a family member, that is in the covered auto at the time of the 7. Coverage provided by this extension is excess "loss". over any other collectible insurance and/or For the purposes of this extension personal effects endorsement to this policy, means tangible property that is worn or carried by an insured including portable audio, visual, or electronic devices. Personal effects does not include tools, jewelry, guns, money and securities, or musical instruments CA7450(11-15) Includes copyrighted material of ISO Properties,Inc,with its permission. Page 3 of 4 S. AIRBAG COVERAGE W. DUTIES 1N THE EVENT OF ACCIDENT, CLAIM, Section III — Physical Damage Coverage, B.3.a. SUIT,OR LOSS Exclusions is amended by adding the following: Section IV — Business Auto Conditions, A.2. If you have purchased Comprehensive or Collision Duties In The Event Of Accident, Claim, Suit Or Coverage under this policy, the exclusion relating to Loss is amended by adding the following: mechanical breakdown does not apply to the Your obligation to notify us promptly of an "accident", accidental discharge of an airbag. claim, "suit" or "loss" is satisfied if you send us the T. NEW VEHICLE REPLACEMENT COST required notice as soon as practicable after your Insurance Administrator or anyone else designated by The following is added to Paragraph C. Limit Of you to be responsible for insurance matters is notified, Insurance of Section III — Physical Damage or in any manner made aware, of an"accident",claim, Coverage "suit"or"loss". In the event of a total"loss"to your new covered auto X. WAIVER OF TRANSFER OF RIGHTS OF of the private passenger type or vehicle having a RECOVERY gross vehicle weight of 20,000 pounds or less, to Subparagraph. 5. of Paragraph A. Loss Conditions which this coverage applies, we will pay at your of Section IV Business Auto Conditions is deleted option: in its entirety and replaced with the following. a. The verifiable new vehicle purchase price you Transfer Of Rights Of Recovery Against Others paid for your damaged vehicle, not including any To Us insurance or warranties. If any person or organization to or for whom we b. The purchase price, as negotiated by us, of a make payment under this Coverage Form has new vehicle of the same make, model, and rights to recover damages from another, those equipment, or most similar model available, not rights are transferred to us. That person or including any furnishings, parts, or equipment not organization must do everything necessary to installed by the manufacturer or their dealership, secure our rights and must do nothing after c. The market value of your damaged vehicle, not "accident"or"loss"to impair them. including any furnishings, parts, or equipment not However,we waive any right of recovery we may installed by the manufacturer or their dealership. have against any person, or organization with We will not pay for initiation or set up costs associated whom you have a written contract, agreement or with a loans or leases. permit executed prior to the"loss"that requires a For the purposes of this coverage extension a new waiver of recovery for payments made for covered auto is defined as an"auto"of which you are damages arising out of your operations done the original owner that has not been previously titled under contract with such person or organization. which you purchased less than 180 days prior to the Y. UNINTENTIONAL FAILURE TO DISCLOSE date of loss. EXPOSURES U. LOSS TO TWO OR MORE COVERED AUTOS Section IV — Business Auto Conditions, B.2. FROM ONE ACCIDENT Concealment, Misrepresentation, Or Fraud is Section III — Physical Damage Coverage, D. amended by adding the following: Deductible is amended by adding the following: If you unintentionally fail to disclose any exposures If a Comprehensive, Specified Causes of Loss or existing at the inception date of this policy,we will not Collision Coverage"loss"from one"accident" involves deny coverage under this Coverage Form solely two or more covered "autos", only the highest because of such failure to disclose. However, this deductible applicable to those coverages will be provision does not affect our right to collect additional applied to the"accident". premium or exercise our right of cancellation or non- renewal. If the application of the highest deductible is less Z. MENTAL ANGUISH favorable or more restrictive to the insured than the separate deductibles as applied in the standard form, Section V — Definitions, C. is replaced by the the standard deductibles will apply. following: This provision only applies if you carry "Bodily injury" means bodily injury, sickness or Comprehensive, Collision or Specified Causes of disease sustained by a person, including mental Loss Coverage for those vehicles, and does not anguish or death resulting from bodily injury, sickness extend coverage to any covered"autos"for which you or disease. do not carry such coverage. AA. LIBERALIZATION V. WAIVER OF DEDUCTIBLE — GLASS REPAIR OR If we revise this endorsement to provide greater REPLACEMENT coverage without additional premium charge, we will Section III — Physical Damage Coverage, D. automatically provide the additional coverage to all Deductible is amended by adding the following: endorsement holders as of the day the revision is If a Comprehensive Coverage deductible is shown in effective in your state. the Declarations it does not apply to the cost of repairing or replacing damaged glass. CA7450(11-15) Includes copyrighted material of ISO Properties,Inc.tivith its permission. Page 4 of 4 Policy No.5E95347 COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance B. The following is added to the Other Insurance Condition in the Business Auto Coverage Form Condition in the Auto Dealers Coverage Form and and the Other Insurance— Primary And Excess supersedes any provision to the contrary: Insurance Provisions in the Motor Carrier This Coverage Form's Covered Autos Liability Coverage Form and supersedes any provision to Coverage and General Liability Coverages are the contrary: primary to and will not seek contribution from any This Coverage Form's Covered Autos Liability other insurance available to an "insured" under Coverage is primary to and will not seek your policy provided that: contribution from any other insurance available to 1. Such "insured" is a Named Insured under such an "insured" under your policy provided that: other insurance; and 1. Such "insured" is a Named Insured under such 2. You have agreed in writing in a contract or other insurance; and agreement that this insurance would be 2. You have agreed in writing in a contract or primary and would not seek contribution from agreement that this insurance would be any other insurance available to such primary and would not seek contribution from "insured". any other insurance available to such "insured". CA 04 49 11 16 ©Insurance Services Office, Inc., 2016 Page 1 of 1 _k I COMMERCIAL INTERLINE k THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION PROVIDED BY US - DESIGNATED ENTITY SCHEDULE 9. Name of Entity: City of Riverside i' 2. Mailing Address:2950 NW Vivion Rd.Riverside,MO 64150 I 3. Number of Days Notice:30 Information required to complete this Schedule,if not shown above,will be shown in the Declarations. If-we cancel this policy by notice to the first Named Insured,for any statutorily permitted reason other than nonpayment of premium, notice of such cancellation will be provided to the entity in the Schedule, at least the number of days in advance of the cancellation effective date, also as shown in the Schedule, If notice is mailed, proof of mailing to the mailing address shown in the Schedule will be sufficient proof of notice. Failure to provide such notice to the designated entity will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon us, our agents or our representatives. IL7338(5-15) Includes copyrighted material of ISO Properties,Inc.with Its permission. Page 1 of i