Loading...
HomeMy WebLinkAbout2003-074 - Construction contract with Leavenworth Excavating & Equipment CoBILL NO. 2003-74 ORDINANCE NO. 2003-74 AN ORDINANCE APPROVING AND AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT WITH LEAVENWORTH EXCAVATING & EQUIPMENT CO., INC. FOR THE UPPER GATWAY STREET IMPROVEMENT PROJECT IN THE CITY OF RIVERSIDE, MISSOURI WHEREAS, the City of Riverside, Missouri ("City") desires to engage the services of a contractor to perform construction services in connection with the upper Gateway Street Improvement project and; WHEREAS, the City advertised and received multiple bids for the upper Gateway Street Improvement project, and WHEREAS, at its July 15, 2003, meeting the City's Board of Aldermen did approve the bid of $1,326,951.85 for the construction services; and WHEREAS, LEAVENWORTH EXCAVATING & EQUIPMENT CO., INC. has provided the City with a contract detailing the costs and services approved by the City. NOW, THEREFORE, be it ordained by the Board of Aldermen of the City of Riverside, Missouri as follows: Section 1. The City of Riverside shall employ LEAVENWORTH EXCAVATING & EQUIPMENT CO., INC. to perform the construction services, and shall pay to LEAVENWORTH EXCAVATING & EQUIPMENT CO., INC an amount not to exceed $1,326,951.85 for such construction services which are described in the bid form attached hereto as Exhibit A (the Bid Form"). Section 2. The contract, in substantially the form attached hereto as Exhibit A, and payment by the City for the construction services described therein, is approved, and the Mayor is authorized to take such actions reasonably necessary to carry out the intent of this Ordinance on behalf of the City. Section 3. This Ordinance shall be in full force and effect from and after its passage and approval. Passed this 22nd day of July, 2003. ~i~ l(, l?2~ 2C/, Mayor ATTEST: ~_ „ j/ / / r~fi/ Ci Clerk AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR THIS AGREEMENT, made and entered into this 22nd day of July, 2003, by and between the City of Riverside, Missouri("City"),and Leavenworth Excavating & Equipment Co., Inc. ("Contractor"), shall govern all labor, material, equipment, and services to be provided by Contractor for City on the Project described herein. WHEREAS', the C1ty of Riverside, under the prOViSiOnS of Ordinance No. 2003-74 duly approved July 22, 2003 by virtue of the authority vested in the City by the general ordinances of the City, intends to enter into one or more contracts for completion of the Project; and WHEREAS, the Mayor is authorized and empowered by the City to execute contracts on behalf of the City, and the City Administrator and his or her designees (collectively, the "Administrator") are authorized to perform the contract functions herein; and WHEREAS, the Administrator may designate ar_ engineer, architect, or other person to assist the Administrator in performing his or her functions under this Agreement; and WHEREAS, City desires to enter into an agreement with Contractor to obtain labor, material, equipment and/or services as set forth herein; and WHEREAS, Contractor represents that Contractor is equipped, competent, and able to undertake such an assignment; NOW THEREFORE, in consideration of the mutual covenants and considerations herein contained, IT IS HEREBY AGREED by the parties hereto as follows: ARTICLE I THE PROJECT Contractor shall provide all remaining Work for completion of the Project. "Work", as used in this Agreement and the other Contract Documents, means all remaining labor, services, materials, supplies, tools, equipment, supervision and management necessary to accomplish the results and objectives described in Exhibit A, Scope of Work, Exhibit C, Specifications and Drawings, and the other Contract Documents, including all duly executed Change Orders. 1 The Contractor and each subcontractor shall evaluate and satisfy themselves as to the 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) anticipated labor supply and costs, and (4) availability and cost of materials, tools, and equipment. The City shall not be required to make any adjustment in either the Contract Amount or the Schedule in connection with any failure by the Contractor or any subcontractor t0 COmpl `r' w1t}y the regti;yromantc of thi g ara~rraril-i p___~_~r__• ARTICLE II CONTRACT AMOUNT Provided Contractor performs all Work in accordance with the Contract Documents, City shall pay Contractor the Lump Sum Amount as listed in the Itemized Proposal. Such amount shall include all taxes (except sales and compensating tax), costs, permit fees, profit, overhead, expenses and compensation of every kind related to the Work, and shall be referred to as the "Contract Amount." This Agreement is subject to the City Ordinances, and payments hereunder shall be limited to the amount of particular appropriation for the Work hereunder by the Board of Aldermen. The total payments under this Agreement shall not exceed the appropriation contained in Ordinance No. 2003-74 authorizing the Work, and Contractor shall not seek, nor be entitled to, payments exceeding such amount unless the City directs Contractor in writing to perform additional work pursuant to Article VI of this Agreement, and City enacts another ordinance authorizing such amounts as City agrees to pay under Article VI. ARTICLE III SCHEDULE/EFFECT OF DELAY A. Contractor's obligations to perform the Work shall begin on August 1, 2003, unless otherwise directed in writing by the Administrator. B. The Contractor shall achieve Substantial Completion (as defined in the Contract Documents) ~ he entire Work within (120) working days ~Fei9~tta~~-I- "~r~~ ontractor fails to achieve Substantial Completion within this time period, the City shall retain $1,000.00, as liquidated damages and not as a penalty, for each working day after this date until Contractor achieves Substantial Completion. A working day is defined as any day, except weekends and holidays, in which inclement weather does not prevent at least six (6) hours of continuous available working time. 2 Following Substantial Completion Contractor shall proceed as promptly as weather conditions permit to complete all uncompleted Work items. The Contractor shall upon commencement of construction, work daily to complete the project except for holidays and days of inclement weather. In the event the Administrator reasonably determines that th~ F~vm-, ~ }he Trlork has net progressed o,- reached the level per~~~<<<ancE o~ ..~ of completion required by the Contract Documents or that the Work is being unnecessarily delayed or will not be finished within the prescribed time, the Administrator shall have the right to order the Contractor to take corrective measures necessary to expedite the progress of construction, including, without limitation, (1) working additional shifts or overtime, (2) supplying additional manpower, equipment, and facilities and (3) other similar measures (hereinafter referred to collectively as "Extraordinary Measures"). Such Extraordinary Measures shall continue until the progress of the Work complies with the stage of completion required by the Contract Documents, and clearly indicates that all Schedule dates will be met. The City's right to require Extraordinary Measures is solely for the purpose of ensuring the Contractor's compliance with the construction Schedule. 1. The Contractor shall not be entitled to an adjustment in the Contract Amount as a result of the Extraordinary Measures required by the Administrator pursuant to this paragraph. The City shall not be liable for any costs, either direct or indirect, of Contractor in complying with such Extraordinary Measures. 2. The City may exercise the rights furnished the City pursuant to this paragraph as frequently as the City deems necessary to ensure that the Contractor's performance of the Work will comply with any schedule date or completion date set forth in the Contract Documents. C. If the Contractor abandons the Work or, in the reasonable determination of the Administrator, fails to take all Extraordinary Measures directed by the Administrator as will insure timely and satisfactory completion of the work, the Administrator may direct Contractor to discontinue all Work under this Agreement. Contractor shall immediately discontinue all Work upon receipt of such notice. The City may then annul and cancel this Agreement and rebid the Work, or any part thereof, and Contractor shall be liable for all increased costs and expenses of City related to rebidding and completing the Work. The City may take control of and use for completing the Work all equipment or materials at the Project site or 3 otherwise identifiable for the Work, and the Contractor shall receive a credit for the value of the materials or equipment used. Upon receipt of notice from the Administrator to discontinue Work, the Contractor shall receive no further payment from the City until the City has such Work completed by its own personnel or others, and then the Contractor shall receive only such amount, if any, that the total cost of the Work was less than it would have been if completed by Contractor. If the cost of completing the work, including costs from rebidding and related expenses, exceeds the unpaid balance of the Contract Amount, Contractor shall promptly pay City the amount the City pays for proper completion of the Work in excess of the Contract Amount. D. If the Work is delayed by Act of God, fire, or other cause over which Contractor has no control and could not reasonably anticipate, the Schedule shall be extended as the City and Contractor shall reasonably agree; such extension shall be made only if Contractor notifies City in writing of the reason for the delay, and its expected length, within 7 seven days from the commencement of the delay. In no event shall the Contract Amount be increased to allow Contractor's recovery of that portion of delay costs caused by the acts or omissions of Contractor, its agents or subcontractors. ARTICLE IV CONTRACT DOCUMENTS The following documents, and any other documents specifically referenced therein, and all Contract Change Orders, form the entire Agreement between City and Contractor, and are the Contract Documents: 1. This AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR 2. EXHIBIT A - SCOPE OF WORK 3. EXHIBIT B - SCHEDULE OF RATES FOR EXTRA WORK PERFORMED ON A TIME AND MATERIALS BASIS, dated 4. EXHIBIT C - SPECIFICATIONS dated July 3,2003 AND DRAWINGS dated as indicated on EXHIBIT C. 5 EXHIBIT D - FORM OF BOND Payment), approved 6. EXHIBIT E - ITEMINZED PROPOSAL (For Performance and 4 7. EXHIBIT F - PREVAILING WAGES FOR PLATTE COUNTY In the event of any dispute between this Agreement and any Exhibit, the terms of this Agreement shall prevail. ARTICLE V DAVNjE~T'T C 1. 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. 2. On or about the first day of Contractor's monthly accounting period, Contractor shall submit an Application for Payment to the City representative designated in Article XII. In addition to the amount requested in that Application for Payment, each Application shall list the original Contract Amount, the amount Contractor has invoiced City to date for this Project, the amount Contractor has received to date, total additions to and deletions from the Contract Amount pursuant to approved Change Orders or Addenda, and the amount of any additions to or deletion from the Contract Amount that Contractor seeks in its current Application. Contractor shall also state the amount Contractor intends to pay its suppliers and subcontractors from such payment. Contractor shall include with each Application all supporting documentation as City may require. City shall pay Contractor within 30 days of delivery of Contractor's Application and all supporting documentation to the City's designed, provided all Work and documentation are acceptable to City. Within 15 days of its receipt of payment from the City, Contractor shall pay all subcontractors and suppliers to whom payment is owed from the amount paid to Contractor. 3. All payments under this Agreement shall be made only upon the approval of the Administrator or such licensed Engineer or Architect as the Administrator may designate to review payment applications. The Administrator shall review each Application for Payment, and certify for payment such amounts as the Administrator believes are due Contractor under the Schedule of Values and the documentation submitted by the Contractor. From the total 5 amount certified, the Administrator shall withhold five percent (5) as retainage until Substantial Completion of the Work, as defined in the Contract Documents. The City Treasurer, upon presentation of such certificate, shall prepare a check for the sum certified to be due, payable out of the funds in the City Treasury available for Contractor under Ordinance No.2003-74. Payment shall be made to Contractor after the Board of Aldermen review and approve the payment, and authorize the Mayor and City m '-,. ~,.,-se the check for a P r treasurer ~v 2n..v~ p_Y'n_n-. 4. Neither the Administrator's certificate nor payment made thereon to Contractor shall constitute final acceptance of any part of the Work. Contractor shall remain obligated to perform all Work pursuant to the Contract Documents. 5. With each Application, Contractor shall submit a signed waiver of all rights of Contractor to assert any claim under RSMo. 107.170 or under Chapter 429 (to the extent applicable) for labor or material provided through the date of the current application. The City may, at its option, require a lien waiver and/or release of claim rights from each subcontractor or material man performing work on the project prior to making any payment to the Contractor. The subcontractors' lien waivers and releases shall be in a form approved by the City and shall indicate that all debts for work performed by each subcontractor included on any previous invoice to City from the Contractor have been satisfied and that the subcontractor waives and releases any lien, claim or right to lien and any right to bring an action against City or any other person or entity pursuant to RSMo 107.170, and under Chapter 429 and the other statutes relating to mechanic's liens (to the extent applicable) on account of labor or materials furnished for the Project. 6. The Contractor's retainage shall not be released until the Contractor indicates, and the Administrator certifies, that the work is Substantially Complete. Retainage shall be paid to the Contractor within 30 days of the Administrator's certification that the Work is Substantially Complete. If there are any minor items remaining to be completed upon Substantial Completion, an amount equal to two hundred percent (2000) of the value of each item, as determined by the Administrator, shall be withheld until such items are completed. 7. The Contractor shall not be entitled to demand or receive final payment for the Work until all requirements 6 of the Contract Documents are complied with, and the Administrator shall have given his or her certificate to that effect; the City, after ten days from the delivery of the Administrator's certificate, shall pay the Contractor all remaining funds which the Contractor is due under this Agreement. Acceptance of the final payment by the Contractor shall release the City from all further obligations to having been claimed by Contractor, except as to such amounts, if any, Contractor has specifically identified in its Final Dppliratinn fnr Payment aS having been claimed by Contractor. All claims to extra funds not identified in the Final Application for Payment are waived. 8. The City may withhold final or any monthly payment to Contractor on any reasonable basis, including the following: a. Unsatisfactory job progress; b. Defective Work; c. Contractor's failure to make payments to its subcontractors or suppliers; d. Reasonable evidence that all Work cannot be completed for the unpaid balance of the Contract Amount; e. Damage by Contractor or its subcontractor to property of the City or other party; f. Contractor's breach of this Agreement; or f. Contractor's failure to provide requested documentation. ARTICLE VI CHANGES A. The City, without invalidating this Agreement, may order changes in the Scope of Work or any other terms or conditions of this Agreement which may result in an addition to or deduction from the Contract Amount. No change in the Scope of Work shall be effective unless signed by City's authorized representative. B. Extra or additional Work shall be performed for the unit prices as listed in the Itemized Proposal or for a lump sum as to which Contractor and the City shall mutually agree prior to the commencement of such extra or additional Work; City, at its option, may direct Contractor to perform such extra or additional work pursuant to Exhibit B, Schedule of Rates for Extra Work performed on a Time and Materials Basis. 7 C. A change in the Contract Amount or the Contract Time shall be accomplished only by Change Order. Accordingly, 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 the City has been unjustly enriched by any alteration or addition to the Work, whether or not there is, in fact, any enrichment from the Work, shall be the basis of any claim to an increase in any amounts due under the Contract Documents or a change in any time period provided for in the CGT'itraCt Documents. D. Agreement on any Change Order shall constitute a final settlement of all matters relating to the change in the Work which 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 construction schedule. E. The City shall not be liable for any overtime labor charges unless the City accelerates the Schedule and specifically directs Contractor in writing, such as through a Change Order, to perform overtime Work. In such case, Contractor shall provide City, each day, with reports of overtime hours worked the previous day. Contractor shall not receive an increase in the Contract Amount for overtime worked in maintain or comply with the Schedule, or if such overtime is directed by the City as an Extraordinary Measure pursuant to Article III.C. ARTICLE VII INSURANCE Contractor shall maintain, at Contractor's expense, the following insurance coverage during the period of the contract, and shall provide the City with current Certificates of Insurance naming the City and its employees as additional insureds on all required coverage prior to commencement of Work under this Agreement: 1) COMMERCIAL GENERAL LIABILITY - Contractor shall provide for Contractor, the City and its employees against claims arising from damages to property and illness, injuries to, or death of any person or persons for occurrences related to or arising out of the Work. Such coverages shall have not less than the following limits: Each occurrence ......................$1,000,000.00 GeneralAggregate .....................$2,000,000.00 8 Products/Completed Operations Aggregate ............................................................................. $2, 000, 000.00 Each Policy shall include the following coverages: - Contractual liability - Products/completed operations - Personal/Advertising injury - Independent Contractors 2 ) Au T^vP~iOBILE LIAEILITY _ such i rlgi,1rarlra gha l l protect the Contractor and the City against claims for bodily injury and/or property damages 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. Limits: Each accident combined single limits, bodily injury and property damage........ $1,000,000.00 3) WORKERS' COMPENSATION - This insurance shall protect the Contractor against all claims under applicable Workers' Compensation laws. The Contractor and the City shall also be protected through Employers 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 policy limits shall not be less than the following: Workers' Compensation .................Statutory Employer's Liability: Bodily injury by accident........... $1,000,000.00 Bodily injury by disease.......... $500,000.00 each employee. All insurance shall e maintained with an insurer acceptable to City and which shall have a minimum financial rating not lower than "XI" in the Best's Insurance Guide, latest edition. All policies and Certificates of Insurance shall expressly provide no less than 30 days prior written notice to City in the event of cancellation, expiration, non-renewal or material alteration of coverage contained in the policy or evidenced by such Certificate of Insurance. All policies except Worker's Compensation shall contain a waiver of subrogation in favor of the City and its employees. 9 The Contractor's right to receive payment under this Agreement is wholly contingent upon Contractor's compliance with this Article. ARTICLE VIII INDEMNITY Contractor shall defend, indemnify, and hold harmless the City, itS GfflCialS, ag2ntS and employees from any and all loss, damages, costs, expenses, claims and causes of action ("collectively, "Loss") which may be imposed upon or asserted against City, its officials, agents or employees where such Loss is caused or incurred, or alleged to be caused or incurred, in whole or in part as a result of the negligence or other actionable fault of Contractor, its agents, employees, subcontractors or affiliates. This indemnity shall apply notwithstanding the joint, concurrent, contributory or comparative fault or negligence of the City or any third party. Nothing in this Article shall be deemed to impose liability on Contractor to indemnify City when the City's negligence or other actionable fault is the sole cause of Loss. In the event full indemnity pursuant to this Article is unenforceable under any law, Contractor and City shall bear any Loss in proportion to their respective fault. Contractor further agrees to defend, indemnify and hold harmless the City, its officials, agents and employees against all liens, suits on liens and other claims, demands or suits which may be asserted by any subcontractor, supplier, agent, or employee of Contractor relating to the Project. ARTICLE IX PATENT LIABILITY Contractor agrees to defend, indemnify and hold harmless the City, its officials, 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. to ARTICLE X COVENANT AGAINST UNDUE INFLUENCE The Contractor warrants that it has not employed or retained arty company or person, other than a bona fide employee working for the Contractor, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than bona fide employee, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award of making of this contract. For breach of violation of this warranty, the City shall have the right to void this contract 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. Contractor hereby 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 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 paragraph. ARTICLE XI RECORDS REGARDING PAYMENT For a period of at least two years after the completion of this Agreement, 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, such 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, canceled checks, orders and invoices pertaining to City's account. The City or its representative shall, upon reasonable prior notice 11 to Contractor, be given the opportunity to audit such records at any time during normal business hours to verify the accuracy of Contractor's invoices and charges. ARTICLE XII NOTICES The following persons are designated by the respective ~.~. +~ 1-, if of g,u~h art~r anr7 to rareive all par~le5 ~v acs On be~~a p.-.- I written notices and Payment Applications: For City: Mr. David Blackburn City Administrator 2950 NW Vivion Road Riverside, MO 64150 For Contractor: Greg D. Kaaz, President Leavenworth Excavating & Equipment Co., Inc. 716 Cherokee St. Leavenworth, Kansas 66048 Contractor's designee shall be available to meet with the 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 XIII TERMINATION OF AGREEMENT City may at any time and for any reason terminate this Agreement (including termination for City's convenience_upon 5- days' written notice to Contractor. Upon receipt of such termination notice, Contractor shall cease performance of all Work, and shall safeguard and protect from weather, theft, and vandals in any Work then in progress. If City terminates this Agreement without breach or default by Contractor, City shall compensate Contractor, in accordance with the Contract Documents, for all Work performed, including pro rata profit actually earned, and for costs an obligations reasonably incurred, up to the date of Contractor's receipt of notice to terminate. In no even shall Contractor have any right or claim for future lost profits. If City terminates due to the breach 12 or default of Contractor, City may withhold all payments and shall have all rights and remedies available at law. ARTICLE XIV COMPLIANCE WITH LAWS Contractor shall comply with all Federal, State, and local laws, ordinance and regulations applicable to the Work, including, but not limited to, the Prevailing Wages on Public Works Act, RSMO, 290-210 through 290.340 (1996), and the Missouri Prompt Payment Act, RSMO 34.057 and 34.058 (1992), as applicable. Contractor shall secure all permits from public and private sources necessary for the fulfillment of Contractor's obligations under this Agreement. With each Application for Payment submitted by Contractor to the City, the Contractor shall include (a) a signed statement, in a form acceptable to the 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 Project 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 employ any workers in connection with the Project during the period covered by the Application for Payment. This Agreement shall be governed by and construed in accordance with the laws of the State of Missouri. ARTICLE XVI ACCESS TO SITE 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. The Work shall be performed, to the fullest extent reasonably possible, in such a manner that public areas adjacent to the site of the Work shall be free from all debris, building materials and equipment creating potentially hazardous conditions. Representatives of the City may inspect or review any 13 Work performed by the Contractor, and consult with Contractor, at any time. The 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 the City. ARTICLE XVII COMPETENCE Contractor confirms that it maintains all necessary licenses, registration, competence and experience to perform all of the Work. ARTICLE XVIII WARRANTY The Contractor shall exercise high professional skill, care and diligence in the performance of its Work, and shall carry out its responsibilities in accordance with customarily accepted good professional practices. If any defects in the Work are discovered within one year from Final Completion of the Work, Contractor shall promptly remedy such defects and provide, at its expense, all labor, material, equipment and service necessary to correct any errors or omissions of Contractor or any of its subcontractors. This obligation shall be in addition to Contractor's obligations to perform its work properly. Neither final payment, the Administrator's final certificate, nor another provision in the Contract Documents shall remove the Contractor's obligation to complete the Work free of defects in workmanship and material. Contractor agrees that it shall remain solely responsible for the performance the Work required by the Contract Documents, notwithstanding any suggestions or observations made by any other person or entity with respect to the Work. This Article does not establish a period of limitations with respect to any obligation of the Contractor under the Contract Documents, and does not limit the time allowed by law for any action for breach of such obligations. ARTICLE XIX STORAGE OF MATERIALS AND EQUIPMENT Only materials and equipment which are to be used directly in the Work shall be brought to and stored on the Project site by the Contractor. After equipment is no longer required for the work, it shall be promptly removed from the Project site. 14 Protection of construction materials and equipment stored at the project site from weather, theft, damage and all other adversity is solely the responsibility of the Contractor. ARTICLE XX SAFETY Contractor shall be solely responsible for the safety of its workers and others on the job site relating to its Work, notwithstanding the presence of the City, its employees or agents. The City shall not be liable for the physical condition or safety of the Project site or any improvements thereon. The City may immediately suspend the Work if unsafe conditions or acts are observed, and the Contractor shall not receive an extension of the Schedule resulting from any safety suspension. ARTICLE XXI INDEPENDENT CONTRACTOR Contractor acknowledges it is an independent contractor, and neither Contractor nor any of its subcontractors or employees shall be deemed an employee or agent of the City for any purpose. ARTICLE XXII CONFLICT Contractor shall promptly upon discovery advise the City of any conflict, ambiguity or inconsistency in the Contract Documents, or between any Contract Document and actual field conditions, and the City shall solve such conflict, ambiguity or inconsistency in its sole discretion. ARTICLE XXIII BONDS Prior to commencing any Work, Contractor shall obtain from a recognized surety acceptable to the Administrator, a payment and performance bond in the form of Exhibit D or in another form approved by the Administrator. Such bond shall be for the full Contract Amount, and shall guarantee and secure Contractor's proper performance of the Work and the payment of all subcontractors and suppliers for labor, equipment, and/or materials supplied to or for the benefit of Contractor or the 15 Work. The premium for such bond shall be included in the Contract Amount. ARTICLE XXIV SEVERABILITY ShGuid aii S c~if1C prcvlslons of thls Agree-meet ba fptind y P~~, to be unenforceable, the remaining provisions shall remain in full force and effect. ARTICLE XXV NO PRESUMPTION AGAINST THE DRAFTER No assumption or inference against the City shall be made because of the City's preparation of this Agreement. ARTICLE XXVI NO WAIVER BY CITY The failure of City in any one or more instances to insist upon strict performance of any of the terms of this Agreement or to exercise any option herein conferred, shall not be construed as a waiver or relinquishment to any extent of the right to assert or rely upon any such terms or option on any future occasion. ARTICLE XXVII ATTORNEYS FEES/DISPUTES In the event of litigation between Contractor and the City concerning the Project or this Agreement, the prevailing party shall be entitled to recover its reasonable attorney fees, costs, and expenses from the other party arising from such litigation. If any dispute arises between Contractor and the City, and Contractor refuses to pay its subcontractors or suppliers for labor and/or material properly provided, the City may, but shall not be required to, pay directly such subcontractors and suppliers. Any payments made to such subcontractors and suppliers shall be charged against the Contract Amount. This provision shall not confer any right upon any subcontractor supplier to seek payment directly from the City. 16 ARTICLE XXVIII ENTIRE AGREEMENT This Agreement constitutes the entire agreement between the parties with respect to its subject matter and any prior agreements, understandings, or other matters, whether oral or written, are of no further force or effect. Subject to Article VI, this Agreement or any Exhibit hereto may be amended, changed, or supplemented only by written agreement executed by both of the parties hereto. THIS AGREEMENT shall be binding on the parties thereto only after it has been duly executed and approved by the City and the Contractor. IN WITNESS WHEREOF, ~he~ parties have c,au ed~his Agreement to be executed on this day of -~ -~ 2003. CITY OF~R~IVERSIDE ATE ES ~ / ~~ ~' ~ s i .. 't Clerk By: ~~.~ ~c ~-C~~ Mayor Leavenworth Excavating & Equipment Co., Inc. CONTRACTOR By: / ~. Printed Na reg Kaaz Title: Pre ide 17 EXHIBIT A SCOPE OF WORK Contractor shall perform the following Work: All work necessary to reconstruct Gateway through the limits of the project as shown on the plans and/or specified herein. The Work shall include removal of pavement, grading, new paving of streets, driveway and sidewalks, installation of curb and gutter, storm drainage improvements, permanent signing, traffic control, sediment and erosion control, sodding, construction of retaining walls, fencing and all other items contained in the Specifications and Drawings. 18 EXHIBIT B SCHEDULE OF RATES FOR Extra WORK PERFORMED ON A TIME AND MATERIALS BASIS For all extra Work City directs in writing that contractor perform on a time and materials basis, Contractor shall be reimbursed in accordance with the following rates: T.,t-, rlac~;~j,~~tipn Hnurl~r Rate For rates shall include all profit and overhead, as well as all insurance, taxes, and other fringe benefits of every kind, payable to Contractor. Contractor's overhead includes all salary and other costs of Contractor's officers, program or project directors, and all administrative, clerical, secretarial and home office staff, as well as all other home and field office costs and expenses. In addition to Hourly Rates, reimbursed for its actual expenses paid overhead and profit, if reasonably with the Work and approved in advance shall provide original receipts for all for which Contractor seeks reimbursement. Contractor shall be to third parties, plus incurred in connection by City. Contractor out-of-pocket expenses Contractor shall obtain City approval before subcontracting any extra Work. Contractor shall be reimbursed for approved subcontracts for extra work at the subcontract amount plus o as its profit and overhead; the subcontractor shall receive its actual costs, plus _% as its profit and overhead. Contractor shall be reimbursed for its hourly usage costs of Contractor-owned equipment, including equipment leased or rented from an equipment supplier wholly or partially owned by Contractor, at the rates shown in the latest edition of "Nationally Averaged Rental Rate and Model Reference Data for Construction Equipment" prepared by the Associated Equipment Dealers; if such rates exceed the lowest available rental rate for the particular equipment of the same age and type in the Kansas City metropolitan area, such lowest available area rental rate shall be used. 19 EXHIBIT C SPECIFICATIONS AND DRAWINGS The following Specifications govern Contractor's performance of the Work: "Gateway street Improvements Technical Specifications: (Divisions 1 through 5 and 16 of the Project Manual) dated 2003 including appendices, addenda, and all other documents and Specifications referenced therein. The Drawings governing the Work are as follows: cover sheet dated 2003. Sheet Description Sheet Number(s) Cover Sheet Typical sections/Driveway Details 2 General Notes 3 Plan & Profile Sheet 4-9 Storm sewer Line B and Drainage Calcs. 10 Drainage Map 11 Storm sewer Profiles 12-13 Temporary Sediment Control 14 Storm Sewer & Sediment Control Detail Sheet I S Retaining Wall Profiles 1 ~ Retaining Wall Details 17 Intersection Details 18-21 Signing & Pavement Marking 22 Typical Sections Consri~ction Sequence 24 Construction Sequencing 25 Traffic Control Plan 26 Typical Traffic Control 27 Underground Electrical Distribution Plans 28-34 Individual Electric Service Reconfigurations IESR-1 -IESR-6 Driveway Profiles 35-37 Cross Sections 38-62 20 EXHIBIT D FORM OF BOND For Payment and Performance BOND ~l 1039 FOR THE FAITHFUL PERFORMANCE of each of the terms and stipulations of this AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR, dated JULY 22 2003, in every S1rPA~TLU~~E~ ~`g~L,EAVEI.TWORTH EXCAVATIP:G & EQUIPMENT CO. ,IP:C principal, and INSUP.ANCE GOMPAP:Y as Suretir, here by bind themselves their respective heirs, executors, administrators, successors, and assigns, unto the City of Riverside, Missouri, in the penal sum of ONE MILLION,THREE HUP:DRED TWENTY SIX THOUSAP:D, PINE HUP;DRED FIFTY OP:E DOLLARS AND 85/100 lawful money of the United States, conditioned that in the event the Principal shall faithfully and properly complete the Work and perform all of its obligations and duties pursuant to the terms of the foregoing Agreement, including those under which the Principal agrees to pay the prevailing hourly rate of wages for each craft or type of workman required to execute this contract 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 290.210 to 290.340, including of the Revised Statutes of Missouri, 1969, and shall as soon as the Work contemplated by the Agreement is completed, 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 this Work, and for all labor performed in such Work whether by 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 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. And ,as Surety, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in any wise 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 Agreement or to the Work or to the Specifications. 21 Lcavenworlh Excavating 3 Equipment Co., Inc. PRINCIPAL By: GREG D KAAZ Title : ~=~~-r Date:~yh/ ZZ 71~d3 ST PAUL FIRE AP;ll MARIr:E Ir;SURAP:CE COMPAI`;'r SURETY By. J ROME E. REILL Title: ATTORP;EY-IN-FACT Date: JULY 22, 2003 The Signatory of Surety has attached hereto its proof of authorization to bind Surety to this obligation. The Agreement and Bond are approved by day of ,~~i_ 2003. ~ ~~ the City on the :~~ CITY OF RIVERSIDE By: MAY By: Cit 22 me~p,~' Yowra or~TTOa~ve~/ mm1 Scabo:u'd Snreh~ Cnmpam SG Pnul Pire and Dlarine Insurance Cnmpanp St- Paul Guardian ^tsurance Conyranc St. Paul Mercun~ Insurance Company United States Fidelity and Guaranh° Glmpanc Pidelih and Guarantc htsuraucc Gtmpanc Pidelitc and Guarantc Insurance Underwriters, Inc. 20236 Pa„er nfAnorne> Nn. C~crtilicate Nn. 15 3 2 7 31 K~0~1' ALL RILn BY'1'Ii ESP PRESUn'PS: "that Seaboard Suregl Qnnpany is a corporation duly organized under the laws of the State of Neu Yorl:. and that St. Paul Pire and Marine Insurance Company. St. Paul Guardian hisuranec Company and St. Paul Mercury insurance Company arc corporations duly organized under the laws of die State o1T~tinnett>ta, and that United States Fidelity and Guaranty Company is a corporation duly orgvtired under the laws of the State of i~tanlland, and that Fidelity and Guaranty insurance Company is a corporation duiV oreanizeci under the laws of die State ot" iowa, and th n Fidel itv mrd Guarantc insurance Underwriters. hte. is ^ corporation duly organized raider the laws of the State of lArisconsin (herein cn0ectit•eh' called the "Cunt/umie.c "i, and that the Companies do hereby mal:c. constitute and appoint Jerome H. Reilly, Jerome E. Reilly and Michael C. Reilly Leavenworth Kansas of the City oC __ _ .State _ _ .their true and lawlul Attorney(s)-in-fact. each in their separau capacity it more than one is named above. to sign its natuc ^s sureq~ to. and to execute, seal and aclutowledge one and all bonds. underudciuus. contracts and other written instruments in the nature thereof on behalf of the Companies in their business of euaranteeing the fidclitp of persons. guaranteeing the performance oC contracts and executing or guaranteeing bonds and undertakines required or pemritted in any actions or proceedings allowed bY~ lutw. 23rd January 2003 In WITNESS N'IIEaF:O F. the Compaties hae~e caused this instrument to be signed and sealed this day of - _ ___ Seaboard Surey Contpam~ united States Pidelitc anU Guarantc Cnmpam St. Yaul Pire and Marine Insm'ance Cumpanp Fidelih~ and Guarantc Insurance Company St Paul Guardian Insurance Cmupanp Pidclit~~ and Cu:u':mt~' Ltsurance Underrvrilers, Inc. St Paul Mercur~~ Insurance Compan}~ '"~ iY oy1TY SLKE/ F` 4. wr6 Mw /eoaM NS~\ ~ P .~...' ~4~94y 'WOC~ o aowp~ WCa4 ~~ 1927 ~ ° `I` e t %_ ` iNCOaaprm ~ PoR41Ea PL I~HR IA. CARPI A>y. A'icc President O~ ~ a.,~ ~ sExL ~ N 1896 ~ ,, ,1977 ~ ~ 1951 a 9~GF ~NI~ acs./ \~IS ~NAd~ r \..../J ~/Aln° r~/! t~s / sEn~ o ~~Lee/~ E ~~c,c.~W~-~~ State of Maryland City of Baltimo[e THOtv9AS 8. HUI6RHG7 SL Assisuuv Sccmwry 23`d January 2003 On this day of _ ,before me the unders'iened officer; personally appeared Peter N'. Carman and Thomas E. lluibregtse, who acknowledged themsch~es to be the Vice President and Assistant Secretagl, respecrivcly, of Seaboard Surety Company=, St- Paul Fire and Marine insurance Company, St. Paul Guardian Inmrance Company. St. Paul nAcrcury Insurance Compan~~, United States Pidclitp and Guaranty Company. Fidelity and Guaranty Insurance Company, and Fidelip~ and Guaranty Insurance Underwriters. Lrc.: and that the seals affixed to the foregoing instrument arc the corporate seals oC said Companies: and that they. krs such, being authorized so to do, cscartcd the Forceoine instrument for We purposes therein contained by signing the names of the corporations by themsclres as duly authorized officers. In R'itness Whereof, I hereunto set my hmtd and official seal. My Commission expires the !st dtry of July, ?006. GAP EAS(FY ~QiG~iI'JCl1.M - e~ b m~ UNARY ti~ z BUC S s y~'EC ~p RHH RCCA EASLGI'ONOKALA. Numn Public 86203 Rev. 7-2002 Printed in U.S.A. ~!7"~~,,~1~I~ r`zen St Pnul hire and )\~ianne insurance ;;omnany Lni[ed States FiueGp~ and Guaranrn rbmnanp ! ~MV~G G~13t7~®T~F 5: pain Guardian insurance Comnvny i idelin~ and :>uarenn° insurance Comnanv S:. Paul Iviereurv insurance Comuanp Fitielin~ and vuaranp~ insurance unuenvri[er.. lnc. Scairoard Surety Gompan}' S'.. Paul Iviedical Liabili[!; insurance Gumoam~ $anri Iva SX 1039 Ia~~I~ CQ1\Ti ~NAI~IG J[DL~_4CL~D~UI:~ NUiIC~ OF ?'~3'~LOt~3SN Ca~'t;I,p;GE T'nis disclosure entice is required by the > errorism F~isl< !rsurar,ce tiet of 2002 (iiie ",4ci";. Igo action is required on your part. This Disclosure Ivoiice is incorporated in and a part o. the attached bind, and is efr"ective the date of the bond. 1'ou should know that, etT~ctive November 2E, 2002; any fosses covered b~~ the attaci-1ed band ti~at are caused by certined amts of ten-orism would be partially reimbursed b~~ the United States under a Tnrmufa estabiisiled by the Act. Under- this TJrlTluiB, trle ~.~nlted ~iate5 reimburses ~~ io Of CDVered terrorl5nl iUSSeS eXCeeding the statutorily establisn~cl deducEible paid h}r file insurance company providing fihe coverage. Under iiie ~'~ct; ther= is a cad, on our iiauiiity to pay for covered terrorisrr~ toss;~s. if tlio aagrenate amount of i~;sured losses under file f\ot oxcoeds fj~1DQ,000,000,DOD during the appii::abie period Tor al! insw-eds and all insurers combined. In ti;ai case, we will rlo't be iiabie for fihe payment of any an-lount u~rhicl~ exoeedr. that aggregate arnount of ~i~"I [)U,000,DOG,ODD. Tit=~ porilooi of ~rour premiun-i tl,ai is attributable to coverage for acts or" fierrorism is .i9?',QE~Y. nlUi~'DF;,~r11~T r~ii~~7~lf'~. Ti~G~ C~~•T fir= Z~Ft~O~'ESIL~i ~DVl=rd~,C~ C:. ~V.lE~~~ T TDB ~p•V~I'Vir~~ rJ' 1'VI l~Eh~'i! ~tJl'~DS~ T~-V~'~~T F~~cIVdtlPdOUii ~~ Ci-BIs46~r~"~~~ LhY~Nid~iJl,~~,LLIr. EXHIBIT E ITEMIZED PROPOSAL IMPROVEMENT PROJECT CONTRACT N0.2002-82702 TO: CITY OF RIVERSIDE, MO 1. The undersigned bidder hereby proposes to furnish all materials, supplies, transportation, tools, equipment and plant, perform all necessary labor and construct, install and complete all work stipulated in, required by, and in conformity with the proposed Contract Documents (including all documents referred to therein) and any and all addenda thereto, for and in consideration of the lump sum price of One Million Three Hundred Twenty Six and Eighty-Five Dollars.($1,326,951.85)for Bid Items Nos. 1 through 46. The purpose of receiving unit costs for the following approximate quantities is to allocate costs to various funding sources. These approximate quantities were prepared solely for the Bidder's convenience. It is not guaranteed that this list of quantities constitutes all items for the completion of the work. The contract amount for the Street Improvement shall be the either the above stated lump sum. The undersigned further agrees to begin upon the date stated in the Notice to Proceed, if this bid is accepted, and to complete all work as provided in Article III of Agreement between City of Riverside, MO and Contractor. The undersigned also declares that it understands that if not preset by the City, the time to begin construction and to complete the work will be one factor considered in determining the lowest and best responsible bidder. 2. In submitting this bid, the undersigned declares that it is of lawful age and executed the accompanying bid on behalf of the bidder therein named, and that it had lawful authority so to do. The undersigned further declares that it has not directly or indirectly entered into any agreement, expressed or implied with any bidder or bidders, having for its object the controlling of the price or amount of such bid or any bids, the limiting of the bid or bidders, the parceling or farming out to any bidder or bidders, or other persons, of any part of the Contract or any part of the subject matter of the bid or bids or of the profits thereof, and that it has not and will not divulge the sealed bid to any person whomsoever, except those 23 having a partnership or other financial interest with bidder in said bid or bids, until after sealed bid or bids are opened. 3. The undersigned further declares that it has carefully examined the Notice to Bidders, and other Contract Documents, and that it has inspected the actual location of the work, together with the local sources of supply, and has satisfied itself as to all conditions and quantities, and understands that in signing this Bid it waives all right to plead any misunderstanding regarding the same. 4. The undersigned hereby agrees to furnish the required bonds and insurance certificates and execute an Agreement within fifteen (15) calendar days from and after notice of the award of the Contract, and failure of the bidder to do so shall constitute a default, and the City may thereafter take such steps to protect its legal rights as it deems in its best interest, including, but not limited to, enforcement of its rights as to bid security. 5. It is understood that the City will pay in a prompt and timely manner pay estimates when submitted and approved by the Engineer and further approved by the City Engineer all as provided in the Contract Documents. 6. Undersigned acknowledge receipt of the Plans and Specifications for the project including the following addenda (complete) Enclosed is a certified check, cashier's check or bid bond in the amount of (50 of the bid) Sixty Six Thousand Three Hundred Forty Seven Dollars and Sixty cents, ($66,347.60) which the undersigned agrees is subject to being forfeited to and becoming the property of the City as liquidated damages and not as a penalty, together with other legal remedies the City may choose to invoke, should this Bid be accepted and the Contract be awarded to this bidder and it should fail to enter into an Agreement in the form prescribed and to furnish the required insurance, bonds and other required documents within fifteen (15)) calendar days as above stipulated, otherwise the bid security shall be returned to the undersigned upon signing of the Agreement and delivery of the approved bonds and other required documents to the City of Riverside, Missouri. 24 DATED in ~[]I/~(,tXl~ /"tS this 2~day of Jul , 2003. FRC6IDENT Title (SEAL) ~,~,~;~~ ~t~~v. Leav. Excavating & Equip. Co., Inc. P. C. Bax 16i Eeavenwo~h, Ks ~r,4 Address >/3 - l~Z- ~35~ Telephone Number 25