HomeMy WebLinkAbout2010-039 Bid Award Subgrade Stabilization WMI ConstructionRESOLUTION NO. R-2010-039
A RESOLUTION AWARDING THE BID FOR SUBGRADE STABILIZATION IN CONNECTION
WITH THE CONSTRUCTION OF A COMMUNICATIONS TOWER BY MOTOROLA AT 4001
NW TREMONT TRAFFICWAY TO WMI CONSTRUCTION INC. IN THE AMOUNT OF $41,000.
WHEREAS, the City issued an invitation to bid to contractors for sub grade stabilization in
connection with the construction of a new communications tower for public safety purposes; and
WHEREAS, the purchasing policy adopted by the City provides for award of a bid to the
lowest responsible bidder with due consideration given to the quality of previous performance of
the contractor as well as the quality of supplies for the particular use required; and
WHEREAS, staff has recommended award of the bid to WMI Construction Inc. as the
lowest responsible bidder for the project; and
WHEREAS, the Board of Aldermen find it is in the best interest of the City to approve the
bid of WMI Construction Inc. as the best bid to perform such project;
NOW THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE
CITY OF RIVERSIDE, MISSOURI, AS FOLLOWS:
THAT the bid of WMI Construction Inc. for sub grade stabilization in connection with
construction of a new communications tower at 4001 NW Tremont Trafficway in the amount of
$41,000.00 is hereby accepted and approved; and
FURTHER THAT an agreement by and between the City of Riverside and WMI
Construction Inc. in substantially the same form as attached hereto as Exhibit "A" and
incorporated herein by reference is hereby authorized and approved; and
FURTHER THAT the project is subject to the requirements of Section 292.675 RSMo,
which requires all contractors or subcontractors doing work on the project to provide, and
require its on-site employees to complete, a ten (10) hour course in construction safety and
health approved by the Occupational Safety and Health Administration (OSHA) or a similar
program approved by the Missouri Department of Labor and Industrial Relations which is at
least as stringent as an approved OSHA program. Such training must be completed within sixty
(60) days of the date work on the Project commences. On-site employees found on the
worksite without documentation of the required training shall have twenty (20) days to produce
such documentation; and
FURTHER THAT the City Administrator, Mayor and/or Finance Director are hereby
authorized to execute all documents and agreements necessary or incidental to carry out the
terms and conditions of such bid award and the City Clerk is authorized to attest thereto.
PASSED AND ADOPTED by the Board of Aldermen and APPROVED by the Mayor of
the City of Riverside, Missouri, the ~"#' day of , 2010.
ATTEST:
Robin Littrell, City Jerk
,Mayor ~aTe..~
~~,~( Qn.•~s
AoorQVe,,d as to Form:
City Attorney
RIVERS, L0.
Upstream from ordinary.
2950 NW Vivian Road
Riverside, Missouri 64150
MEMO DATE: July 16, 2010
AGENDA DATE: July 20, 2010
TO: Mayor and Board of Aldermen
FROM: Travis Hoover
RE: Contract for the Motorola tower subgrade replacement.
BACKGROUND: The Motorola tower site requires the replacement of the subgrade due to the
amount of rubble and debris found. The site has been a dumping ground for
many different projects since 1993. The area being replaced is limited to the
compound of the tower site. Unsuitable material will be removed and placed
elsewhere on site. Clean, compacted fill will then be used to replace the
unsuitable material. The project is expected to take approximately one (I) week
to complete.
Construction of the tower is on a fast track in order to complete tower
construction before winter. The City sent requests for bid to 5 qualified
contractors and received 3 bids for the project. W.M.I. Construction submitted
the low bid.
W.M.I. Construction Inc. $41,000.00
R.A. Knapp Construction, Inc. $42,500.00
Damon Pursell Construction, Co. $68,775.00
RECOMMENDATION: Staff recommends approval of the ordinance and acceptance of the contract with
WMI Construction Inc. to begin work for the tower project.
BUDGETARY IMPACT: $41,000 will be expended under this contract.
CONTRACT NO.
AGREEMENT BETWEIN CITY OF RNERSIDE AND CONTRACTOR
THIS AGREEMINT is made and entered into this 2(o day of fV L. �/ ,
�O/O , by and between the City of Riverside, Missouri, ("City") and (,�J. J4l.T, � 1NC.
("Contractor").
City and Contractor agree as follows:
1. Contractor shall provide and pay for a11 labor, services, materials, supplies, tools,
equipment, supervision, management, and anything else necessary to accomplish the results and
objectives described in E�ibit A(Scope of Work) to this Agreement (the "Work") in
compliance with all provisions of this Agreement.
2_ Contractor sha11 complete all the Work not later than Jul,��, 2010 .
3. Provided Contractor performs all the Work in accordance with this Agreement
and complies with all obligations of Contractor under this Agreement, City shall pay Contractor
$�}I, OOD.a4 This amount inciudes a11 taa�es, costs, pernut fees, profit, overhead, expenses, and
cornpensation of every kind related to the Work. Payment shall be made upon completion of all
the Work.
4. Contractor shall comply with a11 federal, state, local, and other governmental
laws, ordinances, rules, regulations, orders, and the like applicable to the Work. Contractor shall
secure all permits from public and private sources necessary for performance of the Work.
5. Contractor shall be responsible for initiating, maintaining, and supervising all
safety precautions and programs in connection with performance of the Work and sha11 take
reasonable precautions for the safety of, and shall provide reasonable protection to prevent
injury, damage, or loss to (a) employees and other persons at the site of the Work or who may be
affected by the Work, (b) material and equipment stored at on-site or off-site locations for use in
performance of the Work, and (c) other property at the site or in its vicinity, such as trees, shrubs,
lawns, walks, pavements, roadways, structures, and utilities not designated far removai,
relocation, or replacement in the course of performance of the Work. Contractor sha11 give
notices and comply with applicable laws, ordinances, rules, regulations, orders, and the like
bearing on safety of persons or property or their protection from injury, damage, or loss.
6. Contractor shall comply with applicable prevailing wage laws. The applicable
prevailing wage rates are attached to this Agreement as Exhibit B. Each month, Contractor shall
submit to City (a) a signed statement, in form acceptable to City, showing, for each weekly
payroll month, the name, address, social secutity 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 month.
7. Contractor shall ensure that the Work, at all times, is performed in a manner that
affords reasonable access, both velucular and pedestrian, around the site of khe Work and all
adjacent areas. Contractor shall at all times during performance of the Work keep the site of the
Wark and all adjacent areas clean and free from debris resulting from the Work. Prior to
discontinuing Work in an azea, Contractor shall clean the area and remove a11 rubbish and its
equipment, tools, machinery, waste, and surplus material. Contractor shall make provisions to
minimize and confine dust and debris resulting from performance of the Work.
8. Only material and equipment that are to be used directly in the Work shall be
brought to and stored at the site of the Wark. After equipment is no longer required for the
Work, it shall be promptly removed from the site of the Work. Protection of material and
equipment from weather, theft, and a11 other casualty or damage is solely the responsibility of
Contractor.
9. A. Contractor shail, 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
properiy and/or illness of, injury to, or death of any person or
persons related to or arising out of the Work. Such coverage shall
have not less that the following limits:
(1) Each occurrence ............................ $1,000,000.00
(2) General aggregate ........................... $2,000,000.00
(3) Products/completed operations aggregate $2,000,000.00
(4) The foliowing coverage shall be included:
• Blanket contractual liability
• Products/completed operations
• PersonaUadvertising injury
• Broad form property damage
• Independent contractors
• Explosion, Collapse, and Underground Damage
Contractor shall maintain the products and completed operations
coverage for not less than ten years after the date of final
acceptance by City of all of Contractor's Work.
2. AUTOMOBILE LIABILITI' — Contractor sha11 provide coverage
for Contractor, City, its employees, officers, and agents, and any '
azchitects, engineers, or other design professionals engaged by or
on behalf of City against claims for bodily injury and/or property '
2 '
damage arising out of the ownership or use of any owned, hired,
and/or non-owned vehicle and sha11 include protection for any
auto, or a11 owned autos, hired autos, and non-owned autos. The
coverage shall have not less than a combined single limit of
$1,000,000.00 for each accident.
3. WORKERS' COMPENSATION AND EMPLOYER'S
LIABILITY — This insurance shall protect Contractor against all
claims under applicable state workers' compensation laws.
Contractor also shall be protected through employer's liability
coverage against claims for injury, disease, or death of employees
wluch, for any reason, may not fa11 within the provisions of a
workers' compensation law. The limits sha11 not be less than the
following:
(1) Workers' Compensation Statutory
(2) Employer's Liability:
Bodily injury by accident $1,000,000.00
Bodily injury by disease $500,000.00 each employee
B. 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 "a11 risk" or equivalent form to cover a11 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, earthqualce, earth movement, water
damage, wind, testing, and collapse. This insurance sha11, without limitation, insure portions of
the Work stored on or off the site of the Work 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 sha11 remain in effect until fmal 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 B, except such rights as
they may have to the proceeds of the insurance.
C. All inswance shall be written by an insurer or insurers acceptable to City.
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 or automobile liability coverage
(including any umbrella or excess policy that provides any required general or automobile
liability covera.ge) shall provide contractual liability coverage for all indemnity obligations of
Contractor under this Agreement. Each policy providing general liability or automobile liability
coverage (including any umbrella or excess policy that provides any required general or
automobile liability coverage) sha11, in form satisfactory to Ciry, (a) name as additional insureds '
City, its employees, officers, and agents, and any architects, engineers, or other design
professionals engaged by ar on behalf of City, and (b) provide that it is primary to any other '
insurance maintained by any additional insured, which other insurance shall be excess ar ''
3
contingent. The insurance provided to the additional insureds sha11 apply, without limitation, to
injury or damage caused by work included in the products/completed operations hazard. All
policies and certificates of insurance shall provide no less than 10 days' prior written notice to
City in the event of cancellation, expiration, non-renewal, alteration, or reduction (including but
not limited to reduction by paid claims) of coverage or limits contained in the policy or
evidenced by the certificate of insurance. Contractor shall fiirnish 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 Paragraph 9 of this Agreement. The certificate or
certificates and copies of policies shall be delivered to City not less than five days before
Contractor performs any of the Work. All policies except Workers' Compensation sha11 contain
a waiver of subrogation in favor of City, its employees, officers, and agents, and azchitects,
engineers, or other design professionals engaged by or on behalf of City.
10. 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 attomeys' fees, arising out of or resulting from the
performance of the Work, provided that such claim, damage, loss, or expense is attributable to
bodily injury, sickness, disease, or death or to injury to or destruction of tangible property, but
only to the extent caused or allegedly caused by the negligent acts or omissions of Contractor, a
subcontractor or supplier, or anyone directly or indirectiy employed by them or anyone for
whose acts they may be liable, regardless of whether such claim, damage, loss, or expense is
caused in party by a party indemnified hereunder. This obligation is not intended to, and sha11
not, negate, abridge, or reduce other rights or obligations of indemnity that would othenvise exist
as to a party or person described in this paragraph 10. In claims against any person or entiTy
indemnified under this paragraph 10 by an employee of Contractor, a subcontractor or supplier,
or anyone directly or indirectly employed by them or for whose acts they may be liable, the
indemnification obligation under this paragraph 10 shall not be limited by a limitation on amount
or type of damages, compensation, or benefits payable by or for Contractor or a subcontractor or
supplier under warkers' compensation acts, disability benefits acts, or other employee benefit
acts.
11. If any defects in the Work are discovered withixi one year from fmal completion
of the Work, Contractor shail promptly remedy such defects at its own expense.
12. Except with the prior written consent of City, Contractor shall not assign this
Ageement 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 sha11 not relieve Contractor from any obligation under this
Agreement, nor shall it create any obligation from City to any assignee, subcontractor, or vendor.
13. Prior to commencing any Work, Contractor shall obtain from a recognized surety
acceptable to City, a performance bond and a payment bond, in the forms at Eachibits C and D to
this Agreement. Each such bond shall be for the full amount stated in Paragraph 3 of this
Agreement. The premium for these bonds is included in the amount stated in Pazagraph 3.
4
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed as of
the date first above written.
' CITY OF RNERSIDE
By: _
MAYOR PRo TEM
ATTESTED:
`���� G���.P �
- .. : CITY CLERK . _
� `' „ " � [CONTRACTOR] Gv. In• � . CDNS��2dcTo.�1 �'�/C,
.... �,
I '
BY� � - J
(Signature)
Printed Name: �/�'p�5 /�. ,8 vRc.l�
Title: �R e S
5
CONTRACT NO.
EXHIBIT A— SCOPE OF WORK
Contractor shall perform the following Work:
All Work necessary to remove 50' x 65' x 15' of existing fill/rubble material on site and fill with
approved material at 95% compaction and in accordance with the Specifications and Drawings
refened to in E�chibit B. The location is the proposed compound shown on the Motorola Site
Plan at 4001 NW Tremont Tr�cway. The project will be awarded on July 20, 2010. No6ce to
Proceed will be issued on July 21, 2010. Project completion shall be no later than July 30, 2010.
Sealed bids should be received by the City of Riverside, Missouri at City Hall until 10:00 A.M.
Central Legal time on Tuesday, July 13, 2010.
Agreement — E�chibit B Page 1
EXHIBIT B— SPECIFICATIONS AND DRAWINGS
The following Specifications govern Contractor's performance of Work:
KCAPWA Specifications and Criteria
Motorola Site Plan
Agreement — Eachibit B Page I
DIVISION II
CONSTRUCTION AND MATERIAL SPECIFICATIONS SEWERS
SECTION 2100 - GRADING AND SITE PREPARATION
APPROVED AND ADOPTED THIS 21TH DAY OF MAY 2008
KANSAS CITY METROPOLITAN CHAPTER
OF THE AMERICAN PUBLIC WORKS ASSOCIATION
TABLE OF CONTENTS
SECTION 2101 CLEARING AND GRUBBING .............................................................................................................1
2101.1 5cope ............................................................................................................................................................................1
2101.2 Definitions .....................................................................................................................................................................1
2101.3 Construc6on Details ......................................................................................................................................................2
SECTIONZ102 GRADING ............................................................................................................................................2
2102.1 Scope ............................................................................................................................................................................2
2102.2 Definitions ..................................................................................................................................................................... 2
2102.3 Construction Detaiis ......................................................................................................................................................3
2102.4 Excavafion .....................................................................................................................................................................4
2102.5 Undergrading ................................................................................................................................................................4
2102.6 Embankment .................................................................................................................................................................5
2102.7 Finishing ........................................................................................................................................................................6
2102.8 Cleanup .........................................................................................................................................................................6
SECTION 2103 MEASUREMENT AND PAYMENT ......................................................................................................6
2103.1 Scope ............................................................................................................................................................................6
2103.2 General .........................................................................................................................................................................6
2103.3 Items Not Listed in the Proposal ...................................................................................................................................6
2103.4 Methods of Measurement ............................................................................................................................................. 6
2103.5 Basis of Payment .......................................................................................................................................................... 7
American Public Works Association
Kansas City Metropolitan Chapter i May 2008
DIVISION II
CONSTRUCTION AND MATERIAL SPECIFICATIONS
SECTION 2100 GRADING AND SITE PREPARATION
SECTION 2101 CLEARING AND GRUBBING
2101.1 Scope
This section govems the furnishing of all labor, equipment, tools and materials and the performance of all clearing,
grubbing, and demolition within the limits of work as defined in Section 21 D1.3A of this specification, in the Special
Provisions or as shown on the plans.
2101.2 Definitions
A. Clearing: Clearing shall consist of removing all vegetable matter such as trees, brush, down timber and
other objectionable materials found on or above the surface of the site. It shall include removing buildings, ,
fences, lumber, waste dumps and trash and the salvaging of such matenals as may be specified and '
disposing of the debris. The Contractor shall scalp all excavation and embankment areas. Scalping shail
include the removal of material such as sod, grass, residue or agricultural crops and decayed vegetable
matter from the surface of the ground without removing more earth than is necessary.
B. Grubbing: Grubbing shail consist of removing and disposing of all vegetable matter such as stumps, roots,
huried trees and brush encountered below the surface of the ground or subgrade, whichever is lower, which
have not been inciuded in Section 2101.2A entitled "Clearing". '
In all cases of grubbing, the vegetable matter shall be removed to a minimum depth of 12 inches (30.48cm)
below ground line or subgrade, whichever is lower, except as provided in Section 2101.3C. '
When deleterious materials are encountered below ground line which may be detrimental to ihe proposed
improvement, these shall be removed to a depth necessary to provide adequate support for the proposed '
improvement
C. Demolition and Removal: This work shail consist of demolishing, removing, and disposing of all structures
and improvements within the construction limits unless included in other items of work as shown on the
plans or in the Special Provisions. This work shall apply to all structures and improvements, whether on,
above or below the surface of the ground or subgrade.
Demolition and removal shall inciude but not be limited to items such as buildings, drainage structures,
pipes, pavements, fences, retaining walls, guard rails, and signs.
Items such as fences and guard rails shall be salvaged and relinquished to the appropriate owner or
relocated, where indicated on the plans.
Relocation of signs, fences, guard rails, etc. shall be considered incidental to removal work except where
such relocation is listed separately in the Itemized Proposal of the Special Provisions.
All pipes which are to be abandoned shall be removed unless otherwise shown on the plans or approved by
the Engineer.
D. Trees: Vegetable growth 6 inches (15.24cm) in diameter and larger, measured 3 feet (91.44cm) above
ground shall be class�ed as a tree.
E. Brush: Vegetable growth less than 6 inches (15.24cm) in diameter, measured 3 feet (91.44cm) above
ground shall be classified as brush.
American Public Works Assoeiation
Kansas Cky Metropolitan Chapter 1 June 08
2101.3 Construction Details
A. Limits of Work: The limits for clearing, grubbing, and demolition shall extend to the construction limits
unless otherwise shown on the plans.
B. Protection of Greenery, Existing Structures and Private Facilities: The plans will designate trees,
shrubs or other plants that are to be saved and the Contractor will take necessary steps to protect this
greenery. Trees may be pruned, upon prior approval of the Engineer, but only in accordance with the best
practices of arboriculture in respect to the individual species with due regard to their natural form and growlh
characteristics.
Existing structures within or adjacent to the construction limits that are not to be removed or demolished,
shall be protected by the Contractor during his construction. Any private facilities such as house sewer
laterals which are disturbed or damaged by the Contractors work, shall be repaired by the Contractor prior
to the close of the work day. This repair shall be made in a manner sufficient to restore utility service to that
property.
C. Embankment Areas: When undisturbed stumps and roots are encountered where the fill depth will exceed
3 feet (91.44cm), the stumps and roots may be left in place provided they do not extend more than 3 inches
(7.62cm) above the original ground line.
D. Borrow Areas: All stumps, roots and other objectionable matter shall be removed irom the borrow material
used for embankment or fill. The borrow area shall be left in a well drained and smooth condition.
E. Bac�lling the Site: All trenches, holes, pits, and basement areas resulting from the operations of
clearing, grubbing, demolition and removal on the site, shall be backfilled with suitable material placed and '
compacted in conformance with Section 2102.6 entitled °Embankment". '
F. Disposal of Materials: All materials with the exception of those which are designated for salvage or which
are used in the embankment in cor�ormance with this specification, shall become the Contractor's property
and shall be disposed of by him, outside the project limits. '
G. ftems to be Left in Place: In removing items such as concrete pavements, curbs, curb and gutter, '
sidewalks and similar objects where portions of these objects are to be left in place they shall be removed to '
an existing joint or a new joint, sawed to a minimum depth of 2 inches (5.OScm) or'/. the slab thickness,
whichever is greater. This joint shall be to true line and vertical face. Sufficient portions of such items shall '
be removed to provide the proper grade and connection to the new work. '
SECTION 2102 GRADING
2102.1 Scope
This section govems the performance of all work required toexcavate, remove, dispose or compact all materials
encountered within the limits of the project, at the locations shown on the plans, in accordance with the requirements
of applicable Sections of the General Provisions and Covenants, and as provided for in the Special Provisions.
2102.2 Definitions
A. Grading: Grading as used herein shall mean the performance of all excavation, embankment, and backfill
in connection with the construction of all improvements
B. Excavation: Excavation is defined as the removal of materials from the construction area to the lines and
grades shown on the plans.
Amedcan Publie Works Association
Kansas City Metropditan Chapter 2 June 08
1. Unclassified Excavation: Unclassified excavation is defined as the removal of all materiai
encountered regardless of its nature. All material excavated will be considered as Unclass�ed
Excavation unless the Special Provisions specify Classified Materials.
2. Rock Excavation: Rock excavation is defined as the removal of all rock ledges 6 inches (15.24cm) or
more in thickness, and detached rock or boulders having a volume of more than 1'/: cubic yards (1.15
cubic meters) and shale occumng in its natural state, hard and un-weathered.
A rock ledge is defined as a conbnuous body of rock which may include thin interbedded seams of
shale or other soft materials less than 12 inches (30.48cm) thick. The vertical limit of each ledge shall
be defined by interbedded seams of sofl materials 12 inches or more in thickness. The beds of soft
interbedded material 12 inches (30.48cm) or more in thickness shall not be included in the
measurement for "Rock Excavation" but shall be included in the measurement for "Earth Excavation".
3. Earth Excavatian: Earth excavation is defined as the removal of all material not defined as rock.
C. Embankment or Backfill: Embankment or backfill is defined as the placing and compacting of material in
the construction area to the lines and grades shown on the plans.
1. Unsuitable Material: Unsuitable material is defined as muck, frozen material, organic materiai, top
soil, rubbish, and rock with a maximum dimension greater than 24 inches (60.96cm).
2. Suitable Material: 5uitable material is defined as entirely impenshable with that portion passing the ',
No. 40 (425mm) Sieve having a liquid limit not exceeding 40 and a plastic index not exceeding 25,
when tested in accordance with ASTM D-423 and D-424, respectively. ,
a. Rock Embankment: Material for rock embankment shall be free of unsuitable material and shall '
contain, by volume, greater than 10 percent rock or gravel having a maximum dimension greater ',
than 3 inches (7.62cm) but not greater than 24 inches (60.96cm).
b. Earth Embankment: Material for earth embankment shall be free of unsuitable material and shall,
contain by volume, less than 10 percent rock or gravel having a maximum dimension greater than
3 inches (7.62cm).
D. Borrow: Borrow is defined as approved material excavated from an area outside of the project limits and
required for the construction of the embankment. '
E. Waste: Waste is defined as excavation material not used in the embankment and disposed of outside of
the embankment areas.
F. Structures: Structures as used herein refers to bndges, culverts, storm sewer and/or sanitary
apputenances, retaining walls and similar construction.
2102.3 Construction Details
A. The Contractor shall adhere to any and all statutes regarding the notification of utilities pnor to beginning
any work within public right-of-way. Relocation or protection of any existing utilities located in street right-of-
way shall be governed by Section 1510 and 1511 of the General Provisions and Covenants. The relocation
andlor protection of any utility that is shown on the plans, that lies within a utility easement and is ,
endangered by this construction shall be the responsibility of the Contractor.
B. The Contractor shall make every reasonable effort to protect private facilities. These facilities may not be
shown on the plans. When these facilities are disturbed or damaged by the work, the Contractor shall make
necessary arrangements for repairs to the facilities for continuous service prior to the close of that work day.
C. It shall be the responsibility of the Contractor to protect all property Iot comers and control monumentation.
Should it be ne�essary to disturb any such monument, whether stake, pin, bar, disk, box, or other, it remains
the responsibility of the Contractor to reference such markers prior to removal, reset them, and file such
relocations or monumentation documents as the law may require. Any such references, removal,
American Public Works Association
Kansas City MehopoiRan Chapter 3 June OB
replacement and certification of monuments shall be performed by a registered licensed surveyor. A copy
of all such certification documents shall be provided to the Engineer prior to final payment. Any monument
destroyed or improperly reset by the Contractor may be replaced by the Engineer to the standards required
by law at the expense of the Contractor.
D. Grading, excavation, and backfilling for all improvements, shall be made to the lines, grades, and cross
sections indicated 6y the plans.
E. In addition, to any erosion controi measures shown on ihe plans, the Contractor shall schedule and conduct
his operation in such a manner and shall provide any necessary control facilities to protect downstream and
adjacent properties from pollution, sedimentation, or erosion caused by the grading operations. Any
pollution or damage occumng shall be the responsibility of the Contractor.
F. During construction, the graded area shall be maintained by the Contractor in such condition that it will be
well drained at all times. Roadway ditches, channel changes, inlet and outlet ditches and other ditches in
connection with the roadway shall be cut and maintained to the required cross section. All drainage work
shall be performed in proper sequence with other operations. All ditches and channels shall be kept free of
debris or obstructions.
2102.4 Excavation
A. This section governs the excavation for all improvements.
B. All suitabie material removed by excavation shall be used as far as practicable in the formation of
embankment as required to complete the work. The Contractor shall sort all excavated material and
stockpile when necessary, so as to provide suitable materials for embankments. '
C. After removal of the roadway excavation matenal to the required section, all material between lines 1 foot '
(30.48cm) outside of the curbs and within the top 6 inches (15.24cm) of the subgrade shall be compacted to
95 percent of maximum density for the material as defined in Section 2102.6E.
D. Rock encountered within the full width of the roadway, toe of slope to toe of slope, shall be undergraded to
an elevation of 6 inches (15.24cm) below the finished subgrade elevation. Care shall be taken to avoid
overshooting when blasting. Rock shall be removed in such a manner as to leave no excessive water
pockets in the surface.
E. Areas of undergrading or overbreak in rock between lines 1 foot (30.48cm) outside of the curbs shali be
backfilled with spalls, rock fragments or a granular type materiai. Backfill materials shall have a plasticity
index not to exceed 10 and a gradation such that at least 50 percent of the material will be retained on the
No. 4 (4.75mm) Sieve.
2102.5 Undergrading
A. Where materials are encountered which are deemed as unsuitable by the Engineer for use in the work, they
shall be removed to the depth and limit as ordered by the Engineer. Areas undergraded shall be backfilled
with one of the following materials:
B. Rock fragments or spalls.
C. A granular type material having a plasticity index not to exceed 1 D and a gradation such that at least 50
percent of the material will be retained on the No. 4(4.75mm) Sieve and not more than 40 percent will pass
the No. 10 (2.00mm) Sieve.
D. A material meeting the requirements of Section 2102.2C.
America� Public Works Association
Kansas CHy MetropolMan Chapter 4 June D8
2102.6 Embanlanent
A. This section governs embankment for all improvements. The embankments shall be constructed using
suitable materials, as herein defined, procured from excavations made on the project site or from borrow
areas as required to complete the grading work.
B. Starting the Embankmerrt: Where embankments, regardless of height, are placed against hillsides or
existing embankments, either of which have a slope steeper that 1 vertical to 4 horizontal, the existing slope
shall be benched or stepped in approximately 24 inch (60.96cm) rises as the new fill is brought up in 12 inch
maximum (30.48cm) layers or lifts. The material bladed out, the boriom of the area cut into, and the
embankment material being placed, shall be compacted to the required density. Material cut out, bladed
into place and compacted shall not be measured and paid for directly but will be considered as incidental
work.
The existing surface upon which embankment material is to be placed shall have all unstable and unsuitable
material removed before starting the embankment work. Where embankments 2 feet (60.96cm) or less in
depth are to be placed on areas covered by existing pavement, the existing pavement shall be removed and
the cleared ground surface shall be compacted to the specified density. Where embankments greater than
2 feet (60.96cm) in depth are to be placed on areas covered by existing pavement, the existing pavement '
shall be broken into pieces no larger than 24 inches (60.96cm) maximum dimension, lefl in place and the ',
embankment starred thereon. '
C. Placing Earth Embankment: Earth shall be placed in successive horizontal layers distributed uniformly '
over the full width of the embankment area. Each layer of material shall not exceed 12 inches maximum '
(30.48cm) in thickness (loose state) and shall be compacted to not less than the required density before the '
next layer is placed thereon. As the compaction of each layer progresses, continuous blading, or dozing will
be required to level the surface and to insure uniform compaction. Embankment construction shall not be
performed when material contains frost, is frozen or is snow covered.
D. Placing Earth and Rock Emban{vnent: When earth and stone or rock fragments are mixed in the
embankment, all stones or rock fragments exceeding the thickness of the compacted lift shall be disposed
of by being incorporated into the embankment outside the limit of the proposed surfaced areas. The ,
thickness of the layer in these areas may be increased if necessary to accommodate the rocks, but shall not
exceed 15 inches (38.10cm) in thickness (loose state). The stones or rock fragments are to be placed so ',
there will be no nesting. ',
E. Consolidated Rock Embankment: When the excavated material consists predominantly of stone or rock
fragments of such size that the material cannot be piaced in layers of the thickness prescribed, such
material shall be placed in the embankment in layers having a thickness of the approximate average size of
the larger rocks but not to exceed 24 inch (60.96cm). Rocks or boulders too large to permit piacing in a 24
inch (60.96cm) layer shall be reduced in size as necessary to permit placement. Rock shall not be dumped
in place but shall be distributed by blading or dozing in a manner to insure proper placement in final position
in the embankment. The spalls and smaller stone fragments shali be left on the surface of each layer as
formed. Each layer shall be thoroughiy consolidated before the next layer is placed. ,
The top 12 inches (30.48cm) of the embankment shall not contain material having a maximum dimension
greater than 3 inches (7.62cm). The rock fragments or crushed stone shall be well graded to form a dense
mass when compacted.
F. Compacting the Em6ankment: Before placing any embankment, the surface of the existing ground shall
be prepared as heretofore specified, moistened as required, and the top 6 inches (15.24cm) compacted to a
density of 90 percent as prescribed by the foilowing paragraph:
All embankment shall be compacted to a density of at least 90 percent of the maximum density for the
material used as determined by ASTM D-698 and within a tolerance of minus 3 percent and plus 2 percent
American Public Works Associa6on
Kansas City Metropolitan Chapter 5 June OS
of the optimum moisture at maximum density as determined by the Moisture Density Curve obtained. in
addition to the above required compaction, the subgrade between lines 1 foot (30.48cm) outside of the
curbs and within the top 6 inches (15.24cm) of the subgrade shall be compacted to a density of at least 95
percent of the maximum density for material used as determined by ASTM D-698 and with a tolerance of
minus 3 percent and plus 2 percent of the optimum moisture at maximum density as determined by the
Moisture Density Curve obtained.
All work involved in either adding moisture to or removing moisture from embankment materials to within
these moisture limits shall be considered incidental to the completion of the grading operation.
G. Moisture — Density Determination: In-place density and moisture content of the embankment will be
tletermined by the Standard Method of Test for Density of Soil in Place 6y the 5and-Cone Method, ASTM D-
1556; or by the Rubber Balloon Method, ASTM D-2167; or by Nuclear Methods, ASTM D-2922.
2102,7 Finishing
A. In areas where sodding or seeding is proposed, the upper 12 inches (30.48cm) of the surface area shall be
ea�th material. The top 6 inches (15.24cm) shall be suitable for sustaining grass.
B. Except where other permit or utility work is in progress, the graded surface shall be made free of rock,
concrete, and brick, or fragments thereof, or rubbish and shall be finished to the lines, grades, and cross- '
section indicated on the plans, induding shoulder, berm and sidewalk spaces. '
C. The Contractor shall repair any damaged surtace, and shall not use any finishing equipmeni that will leave a ,
marred surtace. When the subgrade preparation is inciuded as a part of the finishing, the work shall be
accomplished according to the requirements of Section 2201 en�tled "Subgrade Preparation", and shall be
considered incidental to finishing the grading work. '
2102.8 Cleanup '
Cleanup shall follow the work progressively and final clean-up shall follow immediately behind the finishing. The
contractor shall remove from the site of the work all equipment, tools and discarded materials, and other construction '
items. The entire right-of-way or easement shall be left in a finished and neat condition. Cleanup shall be
considered as incidental to the completion of grading work. ,
SECTION 2103 MEASUREMENT AND PAYMENT
2103.1 Scope ,
This section covers the methods of ineasurement, and the basis of payment for the furnishing of all labor, equipment,
tools and materiais, and for the performance of all related work necessary to complete any construction covered in
Section 2100.
2103.2 General
Unless spec�cally altered by the contract Special Provisions, the methods of ineasurement and payment will be
specified herein.
2103.3 Items Not Listed in the Proposal
There will be no measurement or separate payment for any items of work not specifically identified and listed in the
Proposal and all costs pertaining thereto will be included in the contract unit prices for other items listed in the
ProposaL
2103.4 Methods of Measurement
The quan�ties of accepted work will be measured and determined as follows:
A. Clearing, Grubbing, and Demolition:
American Public Works Associadon
Kansas City Metropolitan Chapter 6 June OB
1. Clearing may be listed in the Proposal and measured per acre (hectare) or hundredth part thereof.
2. Grubbing may be listed in the Proposal and measured per acre (hectare) or hundredth part thereof.
3. Demolition may be included as clearing or may be listed in the Proposal as a separate item and
measured per each and as such shall include all work as defined in Section 2101.2C.
4. Tree removal may be included in clearing or may be listed as a separate item in 1he Proposal and
measured as per each.
B. Grading
1. Unclassified Excavation may be listed in the Proposal and measured to determine the quantity in cubic
yards (cubic metres) or tenth part thereof.
2. Rock Excavation may be included as Unclassified Excavation or may be listed in the Proposal as a
separate item and measured to determine the quantity in cubic yards (cubic metres) or tenth part
thereof. No measurement will be made for rock overbreak in excess of 12 inches (30.48cm) below the
subgrade elevation.
3. Earth Excavation may be included as Unclass�ed Excavation or may be listed in the Proposai as a
separate item and measured to determine the quantity in cubic yards (cubic metres) or tenth part '
thereof. No measurement will be made for embankment performed in rock overbreak areas, where the
overbreak is in excess of 12 inches (30.48cm) below the subgrade elevation. '
4. Embankment may be listed in the Proposai and measured to determine the quantity in cubic yards
(cubic metres) or tenth part thereof. '
5. Undergrading may be listed in the Proposal and measured to determine the quantity in cubic yards '
(cubic metres) or tenth part thereof.
2103.5 Basis of Payment
Payment for the quantities of accepted work will be made as follows:
A. Clearing, Grubbing, and Demolition:
1. Clearing, grubbing, or clearing and grubbing may be included in the Proposal as separate items or as
one item and wiil be paid for by one of the following: '
a. Payment will be made at the contract unit bid price.
b. Payment will be made at the contract lump sum bid price.
2. Demolition, if listed as a separate item in ihe Proposal and not included as a part of Clearing, or
Clearing and Grubbing will be paid for by one of the following:
a. Payment will be made at the contract unit bid price.
b. Payment will be made at the contract lump sum bid price.
3. Tree Removal, if listed in the Proposal as a separate item and not included as a part of Clearing, or
Clearing and Grubbing will be paid for by one of the following:
a. Payment will be made at the contract unit bid price.
b. Payment will be made at the contract lump sum bid price.
B. Grading:
1. Unclassified Excavation, Rock Excavation, or Earth Excavation may be included in the Proposal as
separate items or as one item and will be paid for by of the following:
American Public Works Association
Kansas Cky Metropoikan Chapter 7 June 08
a. Payment will be made at the contract unit bid price.
b. Payment will be made at the contract lump sum bid price.
2. Embankment may be included in the Proposal and will be paid for by one of the following:
a. Payment will be made at the contract unit bid price.
6. Payment will be made at the contract lump sum bid price.
3. Undergrading may be listed in the Proposal and will be paid for at the contract unit bid price.
American Public Works Association
Kaasas City Metropolitan Chapter 8 June 08
�
�
�HJC
Q � RC � r ��roH
& �UiN�
Rq� LROqO
��
� \ �
\�
� `\
�
\
b �
/ � \\ \
/ Q ��
c�n oF aivERS��E ��
o PROPFRTY �\ . ....
/ \\ \
I O . �' \\ ` '�.
� I EXISTING METAL `��
o W / / Bl11LUING � �� ��..
I �
e � w o I
Z
q � a � PROPOSED 45' X 60' ; '��..
/ a $ COMPOUND
� � � (REF. ExH161T 2) I
l . � � �
o y -°- � PROPOSED 250' SELF � �.
/ ' _ _�_ � _ — — — SUPPORT TOWER — — -- .
' ��:..
o i�� — — �—. _.` � ` � �.
I J . . — . . _ . — . _ . — � �'..
FROPERTY LWE—�
i537'-11" '���.
GRAVEL DRIVE �
0 50' 100' 200'
SCALE: 1" = 100'
.�
�
d 9WWestSlhSVeal.Sulte250� l� � MOTOROLA SITEPLAN
Auctln, Tezas 78703 {r, �� �
e P:512.495.9470 � �
� F: 512.495.9473
� P.O. Box 1528 �e'�a�
° Austin, Texas 78767-t528 �' �
� TELECOM ,�„�.��am,,,�.�m �� ° RIVERSIDE o�l2sl�o :
.
.
o CBIZ Insurance Servic,es, Inc.
Julyt 21, 2010
City of Riverside
2950 NW Vivion Road
Riverside, MO 64150
Re: Bond #5082697 - Dirt Work at location shown on the Motorola Site Plan at 4001 '
NW Tremont Trafficway '
To Whom It May Concern:
Please use this letter as your authority to date the bonds and power of attorney the same
date as the contract. Upon signing of the contract, please advise us of the contract date,
or forward us a copy of the dated and signed contract.
Thank you for your assistance and please call if you have any questions.
Sincerely,
�
Larry Hudd eston
Attorney-in-fact
218 S 7th Street ■ SL Joseph, MO 64501 ■ Ph 816.233.0201 ■ Fx: 816.233.5563 ■ www.cbizcom
11440 Tomahawk Creek Parkway ■ Leawood, Kansas 66211 ■ Ph: 913.234.1000 ■ Fx: 913.234.1140 ■ www.cbiz.com
One City Place Drive, Suite 570 ■ St. Louis, MO 63141 ■ Ph: 314.692.2249 � Fx: 314.692.2299 ■ www.cbiz.com
EXHgtITC—PERFORIV�ANCEBOND Bond No. 5082697
FOR Tf� FAI��(JI, �'ERFORMANCE of each of:the Eerms and stipulations of
the AGRFF.MF.NT $ET'WE�N CTTY OF Rl'VERSIDE AND CONTRACTOR, dated
�'�� 2L"' , 2010, designated Contract No. , in every
particular, WMI Inc es Principal, and
The Oh��Ga���a�t�. Tnnnrance (:omFan� ,� 5�� hereby bind themselves and their
respective heirs, executors, administrators, successors, and assigns, nnto the City of R.iverside.
M15SOtIrit,lnthepen.alstimof Forty one thousand dollars ($41.000)
lawful zmoney of the United Sta.tes, conditioned that iirx the event pri�cipal shall faithfully and
properly complete the Work requ'.red by tFie Agreement and perform all of its obligations and
duties pursuant to the tenms of the Agreement, including, without limitation, all warranty
obligations and dt�ies and includ:x�g those under which Principal.agrees to pay the prevaili.ng
hourly rate of wages for each craft or type of worker requized to exeeute the Work in the loealitiy
as detenmined by the Departmen: of Laboz and Industrial Relations of Missotai or by final
judicial determination pt�suant tc the provisions of Sections 290.210 to 290_340 and 290.550
through 290.580, inclusive, of the Revised Statutes of Missouri, then this obligation to be void, _
otherwise to remai.n i.� full force a ad �ffect. Surety hereby stipul.a.tes� and agrees that no chan�e,
extension of tizne, alteration or aidition to the terms o� the A�eem�nt or to the Work to be
p�fomo.ed thereunder shall in an;� way affect its obligation on this Bond, and it does hereby
waive nodce of any such change.. extension of time, alteration or addition to the terms of the
A�ee�ment or to the Work.
WMI Inc �s�� � '
PRINCIP �
By:
�,(Signature)
R�zZted Namc: �./ f�71'J'!PS �. /� uRC�
T'itle: �Gs,
Date: Z � Z!o — Zota
SURE7Y
BY:
� ��)
� PrintedN&iAlB:T• Huddleston
Tifle Attorney ' In Fact
Date: 7- �.6- 2oto
SU.l2ETY PO��EYt OF ATTORNEY MUST BE A,�"�'ACHED
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
C�RTIFILD CUNY OF POWER OF ATTORNEY
't'l1E OH10 CASUALTY INSURANCE CON9PANY
� WEST AMERICAN INSURANCE COMPANY �
. � � � � � . � � No.43-170 . .
Know A11 Men 6y These Presents. That THE OHIO CASUALTY INSURANCE COMPANY, an Ohio Co�poiation, and WES"I�
AMERICAN INSURANCE COMYANY, an lndiana Co�poration, pursuant to the nutlaoiity giuntu� by Aiticic III, �Sec�ion 9 0l ihe Code oF
Regul.iticins and By-laws of� The Ohi� CasiAalty hism�ancr Compaiiy .ind West Arnerican Insuiance Company; do h�rcby nomiqnte, coiisti�ute and
� appoinL Heiiii: A. �Va4ker, Scotf.K. Burnham, Heat6er R, Ha�•qes, Kimbcrly� 2. Lnne , Deborah -0. Crist, t,arr}� Huddlestou, Katldeen
. Beamis, Robert W. Kael6i'or�.-Monte Ciddings-.'of' SC. Jospph. NtitSOiEri�audlar Le�wuo�, Kansas its rive and�law(ul agent (s) and attomey
��(s)-in-fact, to make, execu[e, `seal�.and deliver to� and on its 6chz�IFas sutety,_ ancl as its acl av�3 dctid any and-af} BON➢S;--UNDE2iAK1NGS, and
RECOGNIZANCLS, not exc�edivg in uny single instance TWENTY MIL6f�N3�2Q D£1fl.I:ARS, e�cluding{:liowever. any bond(s) or
midertaking(s)guarauteei�igt}ie}�aymeiatofi�oiesandin�eies;�N�ereon �
� And the zxecu[ion of such bonds orundertakmgs i�i�pwsuanae of tliese presen[s, sfi�dl bc us b�ti�in� upon s�iid Cmnpxnies,- and.nmply, lo all �
iNents and pwposes, as if they I�ad bee�r-�iu3y-�executed aud apknowledged by tlie �rEgula�lq electcd� ciffice�ir thc CiampAnigs :at iheir administrative
�okiices iii Faii�eld, Ohiq.in their own�_propzf pe�sons. � ��
The auThority g�anted hereunder supersedes any previous uutha�iry heiztoforeganEed the nbove taalned atiuitiey(s)-m-laci � � �
� ln WITNF.SS WHEREOF, the undersrgeed oYticer of die said Tl�e Ohio Cnsualty lusumnce Cbmpanq at�d Wesi Amcnea� Insurancc Company has �
hereun�o subscnbed his name and af6xe�d'the CoipQrate Seal of each C��u�pany this 26tli day nf� January, �QIU..� �
/ / «�� /<' � . . . lp
= IY SL\L (,; S!\L� . . . �. � +`� { '� {,� . �C
� / �� � �.. ,t�'YMr �J f 'kv� N
V! � fp
a I `'` T �� �
d �� � � J. Timothy D'Earieo, Assislnnl Secretury . .
� �i STATE OP OHIO, 7
� � COUNTY OF BUTLER T
a� On �his 26th day nf Ja4uary, 2U10 before tha su6sortber, a Notaiy Public of tlie�State of Ohio, in and for the County of Butler, duly commissioii�vl R
� and yualificd, came ,1. TimotNy U'Errico, Assistant Secretary of THE OHIO CASUALTY INSURANCE COMPANY and WEST AMERICAN _ C
d� � INSURANCE COMPANY,�to me peiso��ally knowii to be [he individual and officer desmibed in, and who executed the preceding i»strmnent, and Ue V�
V y acknowledgcxl thc cxecuii�ii tif the saine, and being. by me duly swom deposes and says that I?e is the officer� of the Compauies aforesaid, and that tl�e N
p 7 . seals alTixed to the pn;cediiig instivment are [ha Corporata Seals of said Companies, attd the said Caipo�ate Seals and Uis sigiiatur¢ as ofticer were d W
�� duly�aftixed and subsc�ibcd t�o the saici instivment by the authority anc� direction of diz s�id Corporations. . � . i E
m� oc,
�� IN T£STIMONY WHEREOF, 1 havc licrcunto sct my fiand and afTixed my Official Szal at the City of 3lamilton, Sta[e of Ohio, the day and year first Q M
— � above wiitten. . . . . . . . .
C •y ��,,,� . . . , .�' �
, O
O i �,�, �,rh.��.�.. V n..cn.. � ��j��'n✓
d C
—� �.I 3m
�d„ � � � Not�ry Public in and for Comity nt Ruller, Sta�e of Ohio �£
C � . . � � My Commission expires August 17, 2013. ��
L �
�� This powcr of att«mcy is g�anl�.-d unda' and�by au[hoiity of Aiticle III, Section 9 of the Code of Regulalioiv nnd By-Laws oF The 011io Casualty ��.
�p d Insurancc Cumpxny and Wwt American Insui fne� Comp�ny, exU'acts ti�om which read: �� � p�
�� Ariicle III, S�wtion 9 Apnum�ncnt �t Attorncys-in Fuct. The Utauman o( tl�t Board, Ihe President, any Vi�� Pie.eident. lhe Secretary or .my ��
p C.� . Assistant Secretary of the corporalion sFiall be m�d is hueby v��sied.with full puw�er and authonty m appo�nt aitorncys-in-fac[ for. the pwpase oF � 3
�� signing ihe nnme of ihe coiporauon �s sualy to, an� tu cxecutc, attach �hc scal of Ihe coipo�ation io, ackiinwledge and deliver any and .ill bund�, '- y
0 � recognicances, sti'pulations, undetta6ings :oi uUier instruments of sor�lvahip and pnliciew �af inswancc to be given in tavor of any in�fividual, �inn, j d
`� � capor.rtion, pa�tneiship, limited liabilily company or�ot6er eutity. or lh� ollicial �cprcticntutiec th�7���f, o� [o.any aounly ur siatc, or any ot4icial boartl N�
� V or 6oards of any county or stete, o� ihe Gnited Stutes of Aineiica br ,my ug�ncy lh�reul. or ur t�ny olhcr pulriicztl tiubdivisibn thcrcof . r �
<0 C � . . � . . . � M
>�� �This insi�ument is�sign�l and,seuled as auEhou�ed'by the follow'rng ie�utution ado�ted by tht Boards t�f Divecic�rs ul llie Cuiripnnies on October � L � � a. �
� 3 ?D04; . � _-_.,- ._ . `.� :.. � : . . � �.. .i . . � . . � CO�p
2 V RESOLVED, That the signa{ure oi nny ot9icer ot� the Cump.iny authrn Fz�d undci Aitzcle III, Secti��n 9 of its Cod� o1�:Regulations� aiid B} I ia-s . O t�
and die Cmn 1n seal ma be=affixed b� tacsn,nilc ro an ��qiJer�ol .itlbme oi cn lher<uf issuecl on befi�If of ihe Crnu aq �� to m�ke. �exwute_ �e�l V ' -
.P�Y Y 3 51 Y PY P 1 �N
�nd deliver�{or and on its beI1AIf fls surefy d�iy and at1 bsuids,�undeiiukings �>i M1ier w�itteq�nbligalions in the natme [ti�rcuf,�.to prescrihe Iheir . � F-
rzspective dirties and the respectivr 1{nrite �of tl4eir aotl3oritt;'aaad to revoke unysuch appointitn�il. Such c�gnaturzs and se�rl �r��-1l�reby udopred� liy thz � .
. Coi�any as origiijal signatin�es and seat aiid shall_ with respect to uny bnnd, undertdking cia vth�v wiitt��i�nbligations m ti�e�natum thereof to kvhic6 it - �.
is ahael�ed, he valid and binZfing npnn tlie�Coinpany witli the;samz Rxce mid ifTeu-as though maminlly afhx�d�. � �...� . . �
� . �.- C [R l iTlf'.A7'[�� . �. . � . . . � � .
I. ll�e uudeisigned Assi�lemL Sec�c�nry c�LThc Ohio Casualty IatiuFtiinw rnm�iany �nd Wcst A�nencun do hercby cmlify �hat�tiie�
� foregoing power of a�tomey, llie refeienced By-Lnws of llie Coinpanic; tmd lhe abovc r��iiluliiin of thci� Beards vf Directc�rs nre truc and co��rect
copies and are�i�i tull force nnd effect on tl�is dute. .�
IN WITNESS �4'HEREOF. I hnve hereunlo set my hand und theseals of ilic Companics this _.. . day c ...._.. .. _.... ., .. ... _.� .
� � ` a �� / /
( tL.\L \ � 1LtL �) . . i ������ - ' ( /. �' L�i�.
\ ; ; y i
. .. . . Assistant SecFetary . � . .
E� D— PAYMbNT BOND Band No 5082697
WMI Inc and the CTIY OF RIVERSIDE MISSOURI,
have entered into an A�eeme�nt dated �'u �, y 2.( � , 2010,
designated ContractNo.
WMI Inc � , eS pilnc]lpa�, az�d
The Ohio Casualty Insuranr_e f'nm �n , as Siiiety', hereby bind the�m,selveS and their
respective heirs, executors, administrators, successors, and assigns, unto the City of Ri�verside,
MiSSOUCi, iII the pen21 sum of Forty One Thousand dollars ($41,000) l3wfitl
money of the United States, con�iitioned that in the ewent Principal shall pay the prevailing
hourly rate �f wages for each cra#t ox type of worker reqnired to e�xecute the 'QVork required by
the Agreement i,z� the locality as de termined. by the Department of Labor and Industrial Relarions
of Missouri or by final judicia] detexmination pursuant to the provisions of Sections 290.010 to
290.340 and 290.550 thzough 290,580, inelusi�ve, of the Revised Statutes of Missouri, and shall
timely pay to the proper pazties a:l amounts due for material, machi.nery, equipment and tools,
consumed or used in connecCio:i with the canstivction of such 'Work, and all insurance
premiums, workers' compensatiory and all other kinds of insurance, on such Work, and for all
labor performed in such VJork whether by Principal, subcontra.ctor, or othorwise, thon this
obligation to be void, otb�exwise tc remain in full force and effect, and the same ma,y be sued on
at the instance of any subcontractor, material supplier, laborer, mechanic, or other interested
pazty, in the name of the City of' Rxverside, to ttae use of such parties, for any bzeach of the
considerations hereof Surety he:�eby stipulates and agrees t�at no chango, oxtension of time,
alteration or addition to the fierms of the Agreement or to the Wo�ric to he performed thereimder '
shall in any wise affeet its obligation on t�is Bond, and it does hereby waive notice of aay such
change, extension of time, alteraticn or addition to the terms of the Agreement or to the Work.
WMT Tnr
PRINCIP
By: 1Lc, , r
Pri.nted e:
T�r�r� ��� �e c,c1
Title: /2 B S .
Date: `7 — 2�� -- 20��
The Ohio Casualty Insurance Company
SURETY
By:
signacure)
PrintCdNaine:Larrv Huddleston
Title: Attorney In Fact
Date: 7 - 2G - �o
SURETY P�WER OP AT'TORNEY MUST BE A'ITACHED
THIS POWER OF ATTORNEY IS NOT VALID UNLESS I71S PRMTED ON RED BACKGROUN0.
CtRIIFIED CDPY OF POW'ER OF ATTORNEY
TH@ OHIO CASUAL"I'Y' INSUR.ANCE COMPANY
WEST A6IERIGIN INSURA�CE COb7PANY
. � . . . . � . . No.43_l70 .
Know All� WIar1 by These Present5: Thal THE OHIO CASUALTY INSURANCE CO�IPANY, au Ohiu Coiporatioi�, und WEST
AMERICAn' INSURANCG C-QMP�NY, zn hsdiaua CetpoYntion, puisuttnt to t}ie authority gran�ed by Artiole III, Sectiun 9 of lhe Cnde of
� Regulations and [iy-taws of'!'he Oliio Casualry Insurance Compmiy and West American Insurance CompAny, di� hereby nominate. cunstilule and
appoint Ileidi�A.�Walker; Scott K. Burnham, Hea#her R. Hayqes, Kimberly R. Laue, Deboruh D. Cri51, Lavey Huddleston, Kathleen
Beamis, Robert.W. Knelin-�ar--Nlontc Giddings-ol'SL 3oscpi�, Missouri�andlor�Leasvudd, Kansas its (rtu-Mne3:lawful agcnt (s) and attorney
(s)-in-fact, to make, execute,� delivea for-and on rts betintf as aui�ty,. aiac� 2s its act anel deecl auy nnd`-al] B03VD5; UNDERTAKNOS, and �
REGOGMZANCES, not exceeding in any smgle instance T#�'EfiTY 1111LLION_j$2QO�O,OOQ.00) DOLLARS, excludii�g,fiowever, any bond(s) a
undeitaking(s) guaianteeing tke pa�nent pf notes and iute�rest tlier��»� �
. And d�e executien of such bairds or-'under[aku�gs in pursua�ice of these presznts, sl�iil1 be as bzuding upnn�said Companicsi �iis"fully and amply, Co aIl .
i��tents�and� pu�oses, as if they lrad 6een-duly �executed and'Scknowledged by llx=i'�gulaily �ieated�ofki�e��of the Compunics_ut tlicir udministrative .
oflices in Fairfield, (3hio; iix tlieu own p[o}i_erpeisons. � �� �
� Tlie aulhonty granted her�undei supe��edc5�-any pitvious a�tthoiYly heretofm�e�gianttd tlie abovenamed attw�iiey(s) m-facL �
.� In WYfNLSS W#IERLOF, the undersigned.officer of Ihe sa�d T�e Ohio Casualty Inswance Company and West Ame�iean Inswance Company has
hereunto subsciibed his uame aiid attixed"the-Coiporate Seal of this 26t1� day�af'Junoary, 201Dr-� �- .� � � T
/� �"' � r � '""V � . . . � . � �. '�O
= 6 ��L1L �I �!\L F j .y S �
. `; �/ :3) � ��'���31. ° v� t t�.��ks,G+� N
N � ��,-/ �� � � � � � � N
O. . � . �, t � C
d � � � � � � J. Tinaothy R'Errico, Assismnt Secretary 'y
� m S7'ATG OP Oi llq 7
C y COUNTY OF BUTLEK � �. � � .� � � T
W C C
'� i0� � On ihis 26th day of January, 2010 before Ihe subscnber, a Notary P�blic of the State of Ohiq in.ai�d for the County of Butlzr, duly commissioned �
� R � �and qualified, came J. TimoYhy D'N:rrico,�ASSistTnt Secretary of THE OHIO CASUALTY INSURANCE COMPANY and WEST AMERICAN — Q
�� INSURANCF, COMPANY me pe�sunally kuow�a to be [!te individual and oTficer described in, and who executed the preceding insr�ument and he V�
�; acknowlcdged the execution of the same, and being 6y me duly swom.deposes and says tliat he ia the officer ok the Companies aforzsaid, and ihat the � T (/�
�_ s�als aflixcd lo [hc �mcediiig inshument are the Co�poia[e�Seals of safd Companies, and the s��id Capoiate�Saals and his signature ?s oRicer were � Cl W
�� � duly affixed and subsc�ibcd to the. said iiisUvment.by�[he authoriry and direction of the said Co�poi�Cions. � � � � E
a
�� 1N TESTIMONY WHEREOF�, I liavc he�ounto set myliand�and aflixed my Official Seal at tlie Citybf Hatnilton, State ofOhio, ihe Aay and year lirsl a m
� y �bu�e w�itten. � .. . � . . ,�.
C •y �..�;� � � � � �� p �
� y �.. [ '.f.�
Q � 1SY�F � .f�l�{.X 'Zf .A.Cl.' � , i�Vf,/�("Ml�.J' J . � �
� l t� 1
. � � . � �� � Nntary Public in and for Coun�y oP Butle�; StAte ofOliio ��
�� � . � � My Cmnmission expires August 17, 2C113, y R
� L O
�y This power of a�torn�y �c granted undcr and hy�audiouty of AiYicle III, Section 9 of ihe Cnde nf Regulatians and Ry-law. of The Ohio Cnsualty ��
l0 � Insuran�� Comp�iny and Wc.t Am�iic�n Insurancc Comflany, cxtracts from which rcad: p�
�� ArlicJc III; S�.v;liun 2 Annoinhncnt r>f Atto�meys-in-Facl. Thc Choinnan o( thc Board, thc Pr�yidcnl, any Vicc-Prctiidcnt, du Sccrctary or any ��
p C Assislanl Secretmy of the coiporalion sh�ll 6c and is h�ieby vcstcd will� (uil powcr and auLh�i�iry l�i nppuint auorncys-in-lact tur Ihe�pwpuse ut� �?�
�� signing tlie name of the coiporat�un as surety to. and tu excwuie, uttach ihe seal of the emporatiun to, ackuowledee aud deliroer any and nlf bonds, '� d
"" recognizances,� stipulntious, undeitakings �or othe�� insumnents oi' suretyship and policies of �insurance to be given in �'avor ol any individual, tiim. >�
O t0
'� `' capo�ation, P�rtnership, limited liability eompuny or ad�er enlity, o� th� official represenlalive tE�ereof, or to any county or state, or any pfficial bourd C1 �
.� �,�j or boards of any county or state, or th� United S[ares of America ur any �gency thereof, or to aify other political subdivision thereof: ��
<6 C . � . . � � . . '. � �
> d This insuvmenl is signed andsepled as authori�ed by lhe foUu�tiii� iesu}uGon ndopled by tUe� Boarda oP pu��eti�r, c+i�tEie Comp�inies o�i Ouc�be�� 31, � r
tD
Q � 200a: � oD
Z V RESOLVED, That ilie sigi�'�tut� of a�iy atlice�� of th< Company aud�o�ized wjder Artide 111, Sei;tion 9 of its Co�le oi� Regulatitms and L3y-law; V�
: .:md the Company seal may he�afhxed�by tacs3mile to any pciHer ol actm��ey in� cap� the�epf issued on 6ehalf of the Comp�iiy�. to makr, eveiata seal 0 �
� �nd deifver for anci on its behalf as surety�any and ati bajti�ls, undeitakings oi �ther w�'rtts:i� o6ligatioiis-in d�c natwr3l�crzal', to pretcrthe� tlieir F- �
respective duties�and the respectiae lunrts�of Elieir author�ty;��i�d to revoke any such appoiium��it SucJi si�lFatures and s�:it�re hereliy aclo�ted�hy �die �
Company as o�iginal signatures and seal - afld shall, with r�7pect to n��y bond,�urzdei�t�king ��r other writt€n atiligatiiin, m tl�e<natwr thcrenl Eo ir�hicli ir. .
� is ztlached; bcvadid �nd binding irpou $�e Gompany with the s<�me force and ef4'eci�as ihouEh �rr,�nually St�ixed. � .. �� � �
. . -: _ ( [.R I'tF tL'A I l� � . . . �. � .
I, the undersigned Assistttnt Scv;�elary s�f��T��e Ohio Casually G�sue.uice Comp5iry nnd Wesl Ain�erican. fnswance"Cumpany,� do �hereby ceniiy that the
loregoing power of attomey, tl�e ieferanced By-Laws of the�Coni�unics"and the above rcsolution.of the�r 6oard� "of Directors are �nie and con�ect
copies anc� are in full force and effect on ihis date. �
I� WITNESS WH6RfiOF, 1 have I7ereunto set�iny hand andYhe seals ofthe Companies [his . day of �
�. �� i� � �
��,�_ � ( ,�,� � ,,, ` / j / / ����L
\ -' \ --� . . � . � . . � � i�%��'�'l L ., �;7y-rt�'/ � � .
. . . . � � . � Assistmrt Sccrctary .
ppTE (MM/DOIYYYY)
INS����E ��=s.zo�o =
F L�A BILITY p MATTER OF �CERTIFIACATE i
:�� TIFICATE � !�� THIS CERTIFICATE IS 15SVED AS ES NOT AMEND, ERTEND �R
. 913) pLDER. THIS��E AGE AFFOR�E� BY T E P��ICIES BE�OW•
� , • = AC�R� CER ONLY AND
682-813b H
12 FP3[ •� 'f HE COV I NA�� #
`� 913)682- 34 ALTER
PR�DUCER ( �OVERA�E 36919
giyilly Iasuxanae
� INSURERS AFFOR�� Eisst =nsuTanpe
608 DelaWa� St � 0009 � Asnerica
gox Kg 66048- ,NSURER n.
9
p • �' iNSURFR e.
J,eaveuworth iNSUR=R c
� IN9URED uCt1�n � =nC
W M = Conatx wsuRea c.
3001 N9Q Flatte �• �NSUa�aE iTF1s7ANDING
M p 6915 pERTIFICA7E MAY BE �S OF g U pH
gyversi e ESPECT TO WHICH 7H�5
CONDR��
BEEN ISSUED TO THE INSURED NAME� CT 70 ALLTHE TERMS Ex� �SIONS A��
OR OTHER DOCUMENT w�TH R
�� COVERAGE �E LISTED BELOW HAVE T10N ��M�TS
THE POLIGES OF � OR CONDITION OF ANY CONTRACT $ 1 000 000
pNY REOUIREMENT, MAYHAVE BEEN REDUCED BY PAID CIAIMS. EACH occuRR��cE 100 000
EREIN IS SU
CE AFFORDED BYTHE POLICIES DESCRIBED H ppLICY E%P��
THE INSURAN pOLICY EFFECTNE
p�AY PERTAIN, p p�icv NUMS�R I A $
pOUCIES. AGGREGATE LIMITS SHO I FREM�SES Ee ocwrrence $ 10 000
i sa o'� � MEO ExP [A�v one persoN p 0 0 000
T II11/4/2010 g 1
I GENERALLIAB II11/A/2009 2 000 000
I PERSONAL & ADV INJURY �
. $ COM'��1FRCIAL GENERA � � OCCURIpBP195314� I GENERAL A�GREGAIE z DOO OOO
L�
� A CLAIMS PAADE �� I I
d'1 Ins � � PRODUGTS-COMP�OPAGG $
� X glanket 1id of Sub
g elanket waiv I ODO
EN'L PGGREGATE ��MiT APPLIES PER. I �QMBINED SING�F L�MIT $ 1 i OO� i
.. r POUCY � PR T � LOC (Ea eccldentj
pUTOMOBILELIABi�� I 11Ia�QOlO gppILYINJURY IS
g aNV nuTO �g53110 I I11/4/2 009 �p
p � qLLOWNEDAUT05 � �
S�HEDULED AU'OS I BOD:LYINdUR1' $
� �Per acudenry
X HIRED P.'JTOS I I
� $ NGN-GWNEC P:JTOS I PROPtRTY D.4MAGE $
� � (Psr acctCenp
AUTO ONLY - EA ACCIDENT S
OT APBLICABLE EAACC S
6qRpGE LIABILIN OTHER THAN
� � AUTO ONLY� AGG $
ANY AUTO 1 OOO DOO
� EAC OCCUR RENCE � $ !---
� ' E%CESSIUMBRELLALIABILIN I AGGREGATE $
� CCCUR � CLAIMS MAGE � �_ $ -
� lii/4/2o09 ii/a/2oia �
��� py , DEDUCT!BLE 01953110 $
� X, R:TENTION $ X 7pRY L MITS ER
�� A WORKERSCOMPENSA
� AN� EMPLOYERS' LIABILT' E.L EACH ACCIDENT $ �JOO OOO
�� ANV P�70PR�ErORA'A'nTNER1EY.E�UT'VE ❑ �JOO OOO
OFFICERIMEnpgEREXCLUDE07 1953110 11�4�2009 11�4�2010 E1.DISEASE-EAEMPLOYE $
(Mendatory In NH) E L DISEASE - POLICY LIMIT $ SOO OOO
� Ify es, tlescnbe untler
� SPECIAL PROVISIpNS below
Ort+ER 150 , 000
Leased/Rented Equip Bp1953140 11�4�2009 11/4/2010
� DESCRIP7ION OF OPERATIONB f LOCATIONS 1 VEHICLES I E%CLUSIONS AO�ED BY ENOORSEMENTI SPECIAL PRONSIONS
- Project: Motorola Site Plan, 4001 NW Txemont Traificway
CERTIFICATE HOLDER CANCELLATION
(816) 746-8349 SHOUL�ANYOFTHEA60VEDESCRIBEDPOLICIES6ECANCELLEDBEFORE7HEE%PIRA770N
City of Riverside OATE THEREDF, THE ISSUING INSURER`MLL ENDEAVORTO MRIL 3 � DAVS WRITTEN
TSaViS HOOVET NOTICETOTHECERTIFICATEHOLDERNAMEO70TNELEFT,BUTFAILURE
2950 NW V1V10II A03d IMPOSE NO OBLIGATION OR LIABIL�TY OF ANY KIND UPON THE INSURER, IT8 0.GENT3 OR
Riverside, MO 64150
REPRE9ENTATVE3.
AUTFiORIZEDREPRESENTATIVE -- �- �� �.
Susan Putman/SUSAN "�C�;�*—. �'�-`�'���-�—.•K-'
_.._..
# ACORD 25 (2009l01) p 1988-2008 ACORD CORPORATION. All rights reserved.
INS025 raocscn TheACORD name and /ogo 8�e �BgYBtB�Bd /02fkS O�ACORD
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
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}.
DISCLAIMER
This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized
representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,
extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2009101)
INS025 �zaaea�;
WORK AUTHORIZATION AFFIDAVIT
STATE OF � �sSe-u�� )
) SS.
` COUNTY OF �) �-�� )
I, L�/�i /o7L�/'�h , state the following under oath:
1. I am the �°/'./'� �/ 1"'G� of /� i ��n��i"l[��1Uh li�
("Contractor") and have authority to m e this Affidavit on behalf of Contractor.
2. I make this Affidavit in connection with a contract ("Contract") between the City
of Riverside, Missouri, and Contractor for a construction project referred to as
« �/�i� r n�dr4/� -��r)er „
3. I have personal knowledge of the facts stated in this Affidavit.
4. In this Affidavit, the terms "federal work authorization program," "employee,"
"knowingly," and "unauthorized alien" have the same meanings as they do in Section 285.530.2
" of the Revised 5tatutes of Missouri.
5. Contractor is enrolled in a federal work authorization program and sha11 continue
to participate in the program with respect to the employees working in wnnection with the
services covered by the Contract.
6. Contractor does not and shall not knowingly employ any person who is an
unauthorized alien in connection with the services covered by the Contract.
7. Attached to this Affida�it is documentation of Contractor's enrollment in a
federal wark authorization program with respect to the employees who will work in connection
with the services covered by the Contract.
i„�O� ���� /
Signature
„�r�.� ��rcti
Printed Name
Subscribed and sworn to before me this ��day of ,���
" NOTARY SEAL " ,
Robin L. Littrell, Notary Public
Ray County, State of Missouri otary Public
; My Commission Expires 3/3/2011 �'�
Commission Number 07390831 / /f � �' �� ��
My commission expires: � a �
� '���
Work Authorization �davit