HomeMy WebLinkAboutR-2019-085 Purchase Playground Equipment from AB Creative 2019 E.H. Young Riverfront Park Improvements Project RESOLUTION NO. R-2019-085
A RESOLUTION APPROVING THE PURCHASE OF PLAYGROUND EQUIPMENT
FROM A.B. CREATIVE, INC. IN CONNECTION WITH THE 2019 E.H. YOUNG
RIVERFRONT PARK IMPROVEMENTS PROJECT AND APPROVING AN
AGREEMENT THEREFOR
WHEREAS, the City issued a request for proposals for playground equipment in connection
with the 2019 E.H. Young Riverfront Park Improvements project(Project No. 073-019); and
WHEREAS, City staff has evaluated the responses and recommends that the proposals of A.B.
Creative, Inc.be accepted.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF
THE CITY OF RIVERSIDE MISSOURI AS FOLLOWS:
THAT the Board of Aldermen accepts and approves the proposals of A.B. Creative, Inc.,
attached hereto, in the amount of$550,000.00; and
FURTHER THAT an agreement by and between the City and A.B. Creative, Inc., in
substantially the same form as attached hereto, is hereby approved and the Mayor is authorized to
sign the agreement on behalf of the City; and
FURTHER THAT the project is subject to the requirements of Section 292.675 RSMo,
which requires all contractors or subcontractors doing work on the project to provide, and require
its on-site employees to complete, a ten (10)hour course in construction safety and health approved
by the Occupational Safety and Health Administration (OSHA) or a similar program approved by
the Missouri Department of Labor and Industrial Relations which is at least as stringent as an
approved OSHA program. Such training must be completed within sixty (60) days of the date
work on the Project commences. On-site employees found on the worksite without documentation
of the required training shall have twenty(20) days to produce such documentation; and
FURTHER THAT the Mayor, City Administrator, and other appropriate City officials are
hereby authorized to execute all documents and agreements necessary or incidental to carry out the
terms and conditions of such proposal award and the City Clerk is authorized to attest thereto.
PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside Missouri
the.2� day of July, 2019.
Kat een L. Rose, Mayor
ATTEST:
Robin,K2,z►�aicl, City Clerk
AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR
2019 E.H. YOUNG RIVERFRONT PARK PLAYGROUND DESIGN AND INSTALLATION
Project No: 073-019
THIS AGREEMENT, made and entered into as of the 2nd day of July,2019, by and between the
City of Riverside, Missouri ("City"), and A. B. Creative, Inc. ("Contractor"), shall govern all Work to
be provided by Contractor for City on the Project.
WHEREAS, City, under the provisions of Resolution No.70�—-QD/9 — Aga, duly approved
on the 2nd day of July, 2019 and by virtue of the authority vested in City by the general ordinances of
City, intends to enter into one or more contracts for the Project; and
WHEREAS, the Mayor is authorized and empowered by City to execute contracts on behalf of
City, and the City Administrator ("Administrator") is authorized to perform Administrator's functions
set forth in this Agreement; and
WHEREAS, Administrator may designate one or more engineers, architects, or other persons to
assist Administrator in performing Administrator's functions under this Agreement; and
WHEREAS, City desires to enter into an agreement with Contractor to obtain labor, services,
materials, supplies, tools, equipment, supervision, management, and other items as set forth in this
Agreement; and
WHEREAS, Contractor represents that Contractor is equipped, competent, and able to provide
all the Work, in accordance with this Agreement;
NOW THEREFORE, in consideration of the mutual covenants and consideration herein
contained, IT IS HEREBY AGREED by City and Contractor as follows:
ARTICLE I
DEFINITIONS
As used in this Agreement and the other Contract Documents, the following words and phrases
shall mean:
A. "Contractor"A person, firm, or corporation with whom the contract is made by the City.
B. "City"The City of Riverside, Missouri.
C. "City Administrator"That person designated by the City as the City Administrator.
D. "Project" The building, facility, and/or other improvements for which Contractor is to
provide Work under this Agreement. It may also include construction by City or others.
E. "Capital Projects&Parks Manager" employed by the City to manage the project on behalf
of the City: Noel Challis (nchallis@riversidemo.com) 816-372-9028.
F. "Subcontractor"A person, firm or corporation supplying labor and materials or only labor
for the work at the site of the project for, and under separate contract or agreement with the Contractor.
G. "Substantial Completion" The stage in the progress of the Work where the Work or
designated portion is sufficiently complete in accordance with the Contract Documents so that the City
can occupy or utilize the Work for its intended use.
H. "Work" or"Work on the Project"to be performed at the location of the project, including .
the transportation of materials and supplies to or from the location of the project by employees of the
Contractor and any Subcontractor. Work shall include all labor, services, materials, supplies, tools,
equipment, supervision, management, and anything else necessary to accomplish the results and
objectives described in Exhibit E (Scope of Work) and the Contractor provided Shop Drawings and
Specifications and the other Contract Documents, in full compliance with all requirements set forth in
the Contract Documents, subject to additions, deletions, and other changes as provided for in this
Agreement.The Work may refer to the whole Project, or only a part of the Project if work on the Project
also is being performed by City or others.
I. "Written Notice" Any notice delivered hereunder and the service thereof shall be deemed
completed when sent by certified or registered mail to the other party at the address set forth herein, or
delivered in person to said party or their authorized representative on the work.
ARTICLE II
THE PROJECT AND THE WORK
A. Contractor shall provide and pay for all Work for the Project.
B. Contractor represents that it has evaluated and satisfied itself as to all conditions and
limitations under which the Work is to be performed, including, without limitation, (1) the location,
condition, layout, and nature of the Project site and surrounding areas, (2) generally prevailing climatic
conditions, (3) labor supply and costs, and (4) availability and cost of materials, tools, and equipment.
City shall not be required to make any adjustment in either the Contract Amount or the time for
performance of the Work because of Contractor's failure to do so.
C. The Capital Projects & Parks Manager shall act as the City's representative during the
construction period, shall decide questions which may arise as the quality and acceptability of materials
furnished and work performed, and shall interpret the intent of the contract documents in a fair and
unbiased manner. The Capital Projects& Parks Manager may recommend, but cannot approve Change
Orders resulting in an increase in time of performance or payments due to Contractor. The Capital
Projects & Parks Manager will make visits to the site and determine if the Work is proceeding in
accordance with the Contract Documents. The Contractor will be held strictly to the intent of the
Contract Documents in regard to the quality of materials, workmanship, and execution of the Work.
Inspections may be at the factory or fabrication plant of the source of the material supply. The Capital
Projects & Parks Manager will not be responsible for the construction means, controls, techniques,
sequences, procedures or construction safety.
D. Contractor may be furnished additional instructions and detail drawings by the Capital
Projects&Parks Manager, as necessary to carry out the Work required by the Contract Documents. The
additional drawings and instructions thus supplied will become a part of the contract, the Contractor
shall carry out the Work in accordance with the additional detail drawings and instructions.
ARTICLE III
CONTRACT AMOUNT
A. Provided Contractor performs all Work in accordance with the Contract Documents and
complies fully with each and every obligation of Contractor under the Contract Documents, City shall
pay Contractor the sum of five hundred and fifty thousand dollars ($550,000.00). This amount shall
include all costs, permit fees, profit, overhead, expenses, taxes, and compensation of every kind related
to the Work, and shall be referred to as the"Contract Amount."
B. The Contract Amount is subject to final determination of Work performed at unit prices set
forth in the RFP completed by Contractor. The quantities of unit price Work set forth in Contractor's
RFP are estimates only, are not guaranteed, and are solely for the purpose of comparing costs and
determining an initial Contract Amount. Unless otherwise stated elsewhere in the Contract Documents,
(1) determination of the actual quantities and classifications of unit price Work performed will be made
by City and(2)final payment for all unit price items set forth in Contractor's RFP will be based on actual
quantities as determined by City. The Contractor is responsible for verifying the unit quantities before
excavation and/or installation at the project site. Contractor shall identify and notify the City of any
variance in unit quantities in excess of ten percent(10%) of the amount set forth in Contractor's RFP IN
ADVANCE of performing the Work. Any increase in quantities of materials or work performed as a
result of over-excavation by Contractor will not be compensated.
C. Payment of the Contract Amount shall be full compensation for all labor, services,
materials,supplies,tools,equipment,supervision,management,and anything else necessary to complete
the respective items in place, in full compliance with all requirements set forth in the Contract
Documents. All costs, permit fees, profit, overhead, expenses, taxes, and compensation of every kind
related to the Work are included in the Contract Amount. No labor, services, materials, supplies, tools,
equipment, supervision, management, or anything else required by the Contract Documents for the
proper and successful completion of the Work shall be paid for outside of or in addition to the Contract
Amount. The work set forth in the Contract Amount shall be itemized in-Contractor's RFP. All Work
not specifically set forth in Contractor's RFP as a separate pay item is a subsidiary obligation of
Contractor, and all costs, permit fees, profit, overhead, expenses,taxes and compensation of every kind
in connection therewith are included in the Contract Amount set forth in Contractor's RFP.
D. THIS AGREEMENT IS SUBJECT TO THE CITY ORDINANCES, AND PAYMENT
SHALL BE LIMITED TO THE AMOUNT OF PARTICULAR APPROPRIATION FOR THE WORK
BY THE BOARD OF ALDERMEN.THE TOTAL PAYMENT UNDER THIS AGREEMENT SHALL
NOT EXCEED THE APPROPRIATION CONTAINED IN THE APPLICABLE RESOLUTIONS OR
ORDINANCES ADOPTED BY THE BOARD OF ALDERMEN AUTHORIZING THE WORK AND
CONTRACTOR SHALL NOT SEEK, NOR BE ENTITLED TO, PAYMENT EXCEEDING THIS
AMOUNT UNLESS CITY DIRECTS CONTRACTOR TO PERFORM ADDITIONAL WORK IN
ACCORDANCE WITH THIS AGREEMENT, AND CITY ENACTS ANOTHER RESOLUTION OR
ORDINANCE AUTHORIZING THE AMOUNT CITY AGREES TO PAY UNDER THIS
AGREEMENT.
ARTICLE IV
PROGRESS OF WORK/SUBMITTALS
A. COMMENCEMENT OF WORK. The date of beginning and the time for completion of the
work are essential conditions of the Contract Documents. Contractor shall commence performance of
the Work on the date indicated in a written notice ("Notice to Proceed") that shall be given by City to
Contractor.
B. TIME FOR COMPLETION. Contractor shall achieve Substantial Completion, as defined
in Article I hereof, no later than 11/15/2019. The Contractor will proceed with the work at such rate of
progress to ensure Substantial completion within the contract time. It is expressly understood and
agreed, by and between the Contractor and the City, that the contract time to achieve Substantial
Completion of the work described herein is a reasonable time, taking into consideration the average
climatic and economic conditions and other factors prevailing in the locality of the Work.No extensions
will be granted, except in case of unusual (unseasonable) weather conditions or additional work
requested by the City under Change Order.Following Substantial Completion, Contractor shall proceed
to complete all uncompleted Work items as promptly as permitted by weather conditions or any other
conditions affecting completion of the Work.
C. LIQUIDATED DAMAGES. If Contractor fails to achieve Substantial Completion of all
the Work as set forth in the Contract Documents,Contractor shall pay City$100.00 per day,as liquidated
damages and not as a penalty, for each calendar day after such date, until Substantial Completion of all
the Work is achieved. Contractor agrees that the sum of $100.00 per day is a fair and reasonable
approximation of the actual damages incurred by the City for the Contractor's failure to complete the
project within the time outlined above and that such liquidated damages in this section are not penal in
nature but rather the parties' attempt to fairly quantify the actual damages incurred by or the City for
such delays. Recovery of liquidated damages is not City's exclusive remedy for Contractor's failure to
achieve Substantial Completion in accordance with this Agreement. Specifically,but without limitation,
City may exercise any of its default or termination rights under this Agreement under all circumstances
described herein, including but not limited to Contractor's failure to achieve Substantial Completion in
accordance with Paragraph B above. Contractor shall not be charged with liquidated damages or any
excess cost when the delay in completion of the Work is due to unforeseen causes beyond the control
and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or the
public enemy, acts of the City, acts of another Contractor in the performance of a contract with the City,
fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and abnormal and
unforeseeable weather provide the Contractor has given written notice of such delay to the City within
five (5) days of the event causing such delay.
D. TIME OF THE ESSENCE. Time is of the essence in the performance of the Work and any
other Contractor obligations under the Contract Documents. Contractor shall upon commencement of
construction work daily to complete the Work except for Saturdays, Sundays, holidays, and days of
inclement weather. This Paragraph does not preclude Contractor from working Saturdays, Sundays,
holidays,or days of inclement weather. Contractor shall give the City at least 48 hours notice if intending
to work on Saturday, Sunday, holidays or days of impending inclement weather.
E. CONSTRUCTION SCHEDULE. Promptly after the execution of this Agreement, and in
any event before commencing performance of the Work, Contractor shall submit to City for approval a
construction schedule that specifies the dates on which Contractor plans to begin and complete various
parts of the Work, including dates on which information and approvals are required from City. Upon
City's written approval of the schedule, Contractor shall comply with it unless directed by City to do
otherwise. Contractor shall update the schedule on a monthly basis or at more frequent appropriate
intervals if required by the conditions of the Work and the Project. With each Application for Payment
under Article VI of this Agreement, Contractor shall submit an updated, current schedule. Neither the
original schedule nor any update shall exceed time limits for the entire Project under the Contract
Documents.
F. PHOTOGRAPHS OF PROJECT. The Contractor shall furnish photographs of the project site
in the number,type, and stage as enumerated below:
1. Pre-Construction photos-minimum of 15 ground level digital shots
2. Construction photos of significant changes-minimum of 15 ground level digital shots
3. Post Construction photos -minimum of 15 ground level digital shots
G. DELAY IN PERFORMANCE. In the event the City determines that performance of the
Work is not progressing as required by the Contract Documents or that the Work is being unnecessarily
delayed or will not be finished within the prescribed time, the City may, in the City's sole discretion
and in addition to any other right or remedy City may have, require Contractor, at Contractor's sole
cost,to accelerate Contractor's progress. Such acceleration shall continue until the progress of the Work
complies with the Contract Documents and clearly indicates that all Work will be completed within the
prescribed time.
H. SUSPENSION OF WORK. The City may suspend the work or any portion thereof for a
period of not more than ninety (90) days or such further time as agreed upon by the Contractor, by
written notice to the Contractor which shall fix the date on which work shall be resumed.The Contractor
will resume that work on the date so fixed. The Contractor will be allowed an increase in the contract
price or an extension of the contract time, or both, directly attributable to any suspension
I. RESERVED
J. SHOP DRAWINGS AND SPECIFICATIONS. Contractor shall submit to Capital Projects
& Parks Manager for review all shop drawings, specifications, samples, product data, and similar
submittals required by the Contract Documents.Contractor shall be responsible to City for the accuracy
and conformity of its submittals to the Contract Documents. Shop drawings shall bear the Contractor's
certification that it has reviewed, checked and approved the shop drawings and that they are in
conformance with the requirements of the Contract Documents. Contractor shall prepare and deliver
its submittals to City in a manner consistent with the construction schedule and in such time and
sequence so as not to delay performance of the Work. Portions of the work requiring a shop drawing or
sample submission shall not begin until the shop drawing or submission has been reviewed by the
Capital Projects&Parks Manager.Review of any Contractor submittal shall not be deemed to authorize
deviations, substitutions, or changes in the requirements of the Contract Documents unless express
written approval is obtained from City specifically authorizing such deviation, substitution, or change.
When submitted for the Capital Projects & Parks Manager's review, any shop drawing which
substantially deviates from the requirement of the Contract Documents shall be evidenced by a Change
Order. If the Contract Documents do not contain submittal requirements pertaining to the Work,
Contractor agrees upon request to submit in a timely fashion to City for review by Capital Projects &
Parks Manager any shop drawings, samples, product data, manufacturers' literature, or similar
submittals as may reasonably be required by City. Contractor shall perform all Work strictly in
accordance with approved submittals. Capital Projects & Parks Manager's review does not relieve
Contractor from responsibility for defective work resulting from errors or omissions of any kind on the
reviewed submittals. A copy of each shop drawing and each sample shall be kept in good order by the
Contractor at the site and shall be available to the Capital Projects &Parks Manager.
K. MATERIALS, SERVICES AND FACILITIES. It is understood that except as otherwise
specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials,
labor,tools, equipment,water, light, power,transportation, supervision,temporary construction of any
nature, and all other services and facilities of any nature whatsoever necessary to execute, complete,
and deliver the work within the specified time. Materials and equipment shall be so stored as to insure
the preservation of their quality and fitness for the work. Stored materials and equipment to be
incorporated in the work shall be located so as to facilitate prompt inspection. Manufactured articles,
materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned
as directed by the manufacturer. Material, supplies and equipment shall be in accordance with samples
submitted by the Contractor and approved by the Capital Projects&Parks Manager. Materials,supplies
or equipment to be incorporated into the work shall not be purchased by the Contractor or by any
Subcontractor subject to a chattel mortgage or under a conditional sale contract or other agreement by
which an interest is retained by the seller.
L. INSPECTION AND TESTING OF MATERIALS. All materials and equipment used in
the construction of the project shall be subject to adequate inspection and testing in accordance with
generally accepted standards, as required and defined in the Contract Documents. The Contractor shall
provide at the Contractor's expense the testing and inspection services required by the Contract
Documents. The City shall provide all inspection and testing services not required by the Contract
Documents. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public
authority having jurisdiction require any work to specifically be inspected, tested or approved by
someone other than the Contractor, the Contractor will give the Capital Projects & Parks Manager
timely notice of readiness. The Contractor will then furnish the Capital Projects & Parks Manager the
required certificates of inspection, testing approval. Inspections, tests or approvals by the Capital
Projects & Parks Manager or others shall not relieve the Contractor from the obligation to perform the
work in accordance with the requirements of the Contract Documents. The Capital Projects & Parks
Manager and the City's representatives will at all times have access to the work. In addition, authorized
representatives and agents of any participating Federal or State agency shall be permitted to inspect all
work, materials, payrolls, records or personnel, invoices of materials and other relevant data and
records. The Contractor will provide proper facilities for such access and observation of the work and
also for any inspection or testing thereof.
If any work is covered prior to inspection by the Capital Projects&Parks Manager it must,
if requested by the Capital Projects & Parks Manager, be uncovered for the Capital Projects & Parks
Manager's observation and replaced at the Contractor's expense. If the Capital Projects & Parks
Manager considers it necessary or advisable that covered work be inspected or tested by others, the
Contractor, at the Capital Projects & Parks Manager's request, will uncover, expose or otherwise make
available for observation, inspection or testing as the Capital Projects & Parks Manager may require,
that portion of the work in question, furnishing all necessary labor, materials, tools and equipment.
M. CORRECTION OF WORK. The Contractor shall promptly remove from the premises all work
rejected by the Capital Projects & Parks Manager for failure to comply with the contract documents,
whether incorporated in the construction or not,and the Contractor shall promptly replace and re-execute the
work in accordance with the contract documents and without expense to the owner and shall bear the expense
of making good all work of other Contractors destroyed or damaged by such removal or replacement. All
removal and replacement work shall be done at the Contractor's expense. If the Contractor does not take
action to remove such rejected work within ten(10)days after receipt of written notice,the City may remove
such work and store the materials at the expense of the Contractor.
N. SUBSTITUTIONS. Whenever a material, article, or piece of equipment is identified on
the shop drawings and specifications by referenced to brand name or catalog numbers, it shall be
understood that this is referenced for the purpose of defining the performance or other salient
requirements and that other products of equal capacitates, quality and function shall be considered. The
Contractor may recommend the substitution of material, article or piece of equipment of equal substance
and function for those referred to in the Contract Documents by referenced to brand name or catalog
number, if, in the opinion of the City, such material, article or piece of equipment is of equal substance
function to that specified, the City may approve, in writing, its substitution and use by the Contractor.
Any cost differential shall be deductible from the contract price and in such event the Contract
Documents shall be modified by Change Order.The Contractor warrants that if substitutes are approved,
no major changes in the function or general design of the project will result. Incidental changes or extra
component parts required to accommodate the substitute will be made by the Contractor without a
change in the contract price or contract time.
O. LANDS &RIGHT OF WAY. Prior to issuance of Notice to Proceed,the City shall obtain
all lands and rights-of-way necessary for the carrying out and completion of Work to be performed
pursuant to the Contract Documents, unless otherwise mutually agreed by the Contractor and City, in
writing. The City shall provide to Contractor information which delineates and describes the lands
owned and right of way acquired. The Contractor shall provide at its own expense and without liability
to the Owner any additional land and access thereto that the Contractor may desire for temporary
construction facilities, or for storage of materials.
P. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all boundary
surveys. Contractor shall establish all base lines for locating the principal component parts of the work.
From the information provided by the City, unless otherwise specified in the Contract Documents, the
Contractor shall develop and make all detail surveys needed for construction such as slope stakes,batter
boards, stakes for pipe locations and other working points, lines, elevations and cut sheets.
The Contractor shall carefully preserve bench marks, reference points and stakes and, in case of
willful or careless destruction, shall be charged with the resulting expense and shall be responsible for
any mistake that may be caused by their unnecessary loss or disturbance.
Permits and licenses of temporary nature necessary for the prosecution of the work shall be
secured and paid for by the Contractor unless otherwise stated in the supplemental general conditions.
Permits,licenses and easements for permanent structures or permanent changes in existing facilities shall
be secured and paid for by the City, unless otherwise specified.The Contractor shall give all notices and
comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and
specified. If the Contractor observes that the Contract Documents are at variance therewith, the
Contractor shall promptly notify the City in writing, and any necessary changes shall be adjusted as
provided in Article VII changes in the work.
Q. SUBSURFACE CONDITIONS. The Contractor, before proposing the project, has the
responsibility to become familiar with the Project site and the conditions under which work will have to
be performed during the construction period. Excavating for foundations of surface structure:buildings,
bridges, tanks, towers, retaining walls and other types of surface structures. The Contractor shall
promptly, and before such conditions are disturbed(excepting an emergency),notify the City by written
notice of subsurface or latent physical conditions at the site differing materially from those indicated in
the Contract Documents. Contractor shall also be required to notify City of any unknown physical
conditions at the site of unusual nature, differing materially from those ordinarily encountered and
generally recognized as inherent in work of the character provided for in the Contract Documents at the
location of the Project. The City shall investigate the conditions, and if it is found that such conditions
do so materially differ and cause an increase or decrease in the cost of, or in the time required for,
performance of the Work, the Contract Documents may be modified by Change Order as provided in
Article VII. Any claim of the Contractor for adjustment hereinafter shall not be allowed unless the
required written notice has been given; provided that the City may, if the City determines the facts so
justify consider and adjust any such claims asserted before the date of the final payment. Excavating for
below-surface structures: water mains, sewers, power and telephone cables and other types of below
surface structures. No extra compensation will be paid for rock excavation or varying geologic features
encountered on the project. If man-made hazards are encountered by the Contractor, excluding utilities,
which are not visible from the surface, such as buried concrete foundations, buried garbage dumps that
cannot be by-passed and require additional work consult the Capital Projects &Parks Manager.
R. SUPERVISION BY CONTRACTOR. The Contractor will supervise and direct the work.
The Contractor will be solely responsible for the means,methods,techniques, sequences and procedures
of construction. The Contractor will employ and maintain on the work a qualified supervisor or
superintendent who shall have been designated in writing by the Contractor or the Contractor's
representative at the site. The supervisor shall have full authority to act on behalf of the Contractor and
all communications given to the supervisor shall be a binding as if given to the Contractor. The
supervisor shall be present on the site at all times as required to perform adequate supervision and
coordination of the work.
ARTICLE V
CONTRACT DOCUMENTS
A. The following documents, and any other documents that are attached to, incorporated by
reference into,or otherwise included in them, and all Change Orders,form the entire agreement between
City and Contractor, and are the Contract Documents:
1. REQUEST FOR PROPOSAL (RFP)
2. PROPOSAL SUBMITTED IN RESPONSE TO RFP
3. AFFIDAVIT OF WORK AUTHORIZATION
4. THIS AGREEMENT BETWEEN CITY AND CONTRACTOR
5. PERFORMANCE BOND
6. PAYMENT BOND
7. PREVAILING WAGE RATES - STATE OF MISSOURI DIVISION OF LABOR
STANDARDS
8. TIME FOR COMPLETION
9. SCOPE OF WORK
10. SHOP DRAWINGS AND SPECIFICATIONS
11. NOTICE TO PROCEED
12. APPLICATION FOR PAYMENT FORM
13. CHANGE ORDER FORM
14. CERTIFICATE FOR SUBSTANTIAL COMPLETION
15. AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW
16. CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
17. SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
18. ENGINEER/CONSULTANT CERTIFICATE for Acceptance & Final Payment
B. Contractor represents that it has examined and become familiar with the Contract
Documents in their entirety, that any and all ambiguities, inconsistencies, and conflicts observed by
Contractor have been called to City's attention in writing and have been resolved in writing to
Contractor's satisfaction. Except for actual conflict between provisions in the Contract Documents,
making it impossible for Contractor to comply with all provisions of the Contract Documents, the
Contract Documents shall be cumulative, and Contractor shall comply with all provisions of all Contract
Documents. In case of actual conflict, Contractor shall notify City of the conflict in writing and then
shall comply with such provisions of the Contract Documents as City directs.
ARTICLE VI
PAYMENTS
A. Prior to submitting its first application for payment, Contractor shall provide City with a
schedule of values dividing the Work, and the Contract Amount, into workable categories in a form
acceptable to City.Each application for payment shall be based upon the percentage of actual completion
of each category, multiplied by the dollar value of such category.
B. On or about the first day of Contractor's monthly accounting period, Contractor shall
submit an Application for Partial Payment to the Capital Projects & Parks Manager. In addition to the
amount of payment requested in the Application for Partial Payment, each application shall list the
original Contract Amount, the amount Contractor has invoiced City to date, the amount Contractor has
received to date,total additions to and deletions from the Contract Amount pursuant to approved Change
Orders, and an itemization of any further additions to or deletions from the Contract Amount that
Contractor claims. Contractor shall identify each Subcontractor and supplier whom Contractor intends
to pay from the requested payment and shall state the amount Contractor intends to pay each such
Subcontractor and supplier. An Application shall not include a request for payment for any portion of
the Work that was performed or furnished by a Subcontractor or supplier if Contractor does not intend
to pay such Subcontractor or supplier from such payment, nor shall the Application include a request for
payment for any Work performed deemed unsatisfactory by City. Contractor shall include with each
Application all supporting documentation as City may require. The City shall, within fifteen (15) days,
review and approve such Application, or return the Application to the Contractor indicating in writing
the reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary
corrections and resubmit the Application. Within fifteen (15) days of its receipt of payment from City,
Contractor shall pay all subcontractors and suppliers to whom payment is owed from the amount paid to
Contractor.
C. All payments under this Agreement shall be made only upon the approval of Capital
Projects & Parks Manager and Administrator. Capital Projects & Parks Manager shall review each
application for payment and certify for payment such amounts as Capital Projects & Parks Manager
determines are due Contractor. From the total amount certified, City shall withhold five percent(5%)as
retainage until final completion and acceptance of the Work. The five percent (5%) retainage may be
reduced by Change Order if final completion and acceptance of the Work is delayed due to unforeseen
circumstances and the Work is usable for its intended purpose by the City. If reduction in the retainage
is approved, the remaining retainage shall be an amount equal to or greater than 200% of the estimated
amount necessary to complete the Work.
D. The City Treasurer, upon presentation of such certificate, shall prepare a check for the sum
certified to be due (exclusive of retainage), payable out of the funds in the City Treasury available for
Contractor under the authorizing Resolution or Ordinance approved by the Board of Aldermen. Payment
shall be made to Contractor after the Board of Aldermen review and approve the payment and authorize
the Mayor and City Treasurer to sign and deliver the check.
E. Neither Administrator or Capital Projects & Parks Manager's approval certificate nor
payment made to Contractor shall constitute acceptance of any part of the Work.Contractor shall remain
obligated to perform all Work in accordance with the Contract Documents.
F. With each Application, Contractor shall submit a signed certificate of receipt of prior
payments and release of claims and rights in connection with prior payments, in a form approved by
City. City may, at its option, also require a similar receipt and release of claims and rights from each
Subcontractor or supplier performing any Work, prior to making any payment to Contractor. The
subcontractors' and suppliers' receipts and releases shall be in a form approved by City and shall indicate
that (except for retainage) all debts for work performed or materials supplied included on any previous
payment application to City from Contractor have been satisfied and that the Subcontractor or supplier
waives and releases any and all claims or rights in connection therewith.
G. Contractor shall not be entitled to final payment for the Work until Contractor submits an
application for final payment, all requirements of the Contract Documents are complied with, and
Engineer issues his or her certificate to that effect. The Engineer's Certificate of Acceptance will be on
the form attached hereto as Exhibit N. City, within thirty (30) days after the delivery of Engineer's
certificate, shall pay Contractor all remaining funds which Contractor is due under this Agreement.
H. Acceptance of final payment by Contractor shall release City from all further obligations
to Contractor, except as to such amounts, if any, Contractor has identified in its application for final
payment as claimed by Contractor. All claims not identified in the application for final payment are
waived. Any payment, however final or otherwise, shall not release the Contractor or its sureties from
any obligations under the Contract Documents or the Performance and Payment Bonds.
I. City may withhold final or any other payment to Contractor on any reasonable basis,
including but not limited to the following:
1. Unsatisfactory job progress,
2. Defective Work,
3. Failure to make payments to subcontractors or suppliers,
4. Reasonable evidence that all Work cannot be completed for the unpaid balance of
the Contract Amount,
5. Damage by Contractor or subcontractors or suppliers to property of City or others,
6. Contractor's breach of this Agreement, or
7. Contractor's failure to provide requested documentation.
J. The Contractor shall,at the request of City,furnish satisfactory evidence that all obligations
to subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts
thereof, equipment, tools and all supplies incurred in the furtherance of the performance of the Work
have been paid, discharged or waived. If Contractor does not pay subcontractors or suppliers for labor
and/or material properly provided, City may, but shall not be required to, pay subcontractors and
suppliers directly. Any payments made to subcontractors and suppliers shall be charged against the
Contract Amount. City shall not be liable to Contractor for any such payments made in good faith. This
provision shall not confer any right upon any Subcontractor or supplier to seek payment directly from
City.
K. Notwithstanding any other provision for payment contained herein, in the event the
Missouri Department of Labor and Industrial Relations has determined that a violation of Section
292.675 RSMo has occurred and that a penalty shall be assessed, the City shall withhold and retain all
sums and amounts due and owning when making payments to Contractor under this Contract.
ARTICLE VII
CHANGES/CLAIMS
A. City,without invalidating this Agreement,may at any time and without notice to any surety,
order additions to, deletions from, or other changes to the Work. Upon receipt of such an order, in
writing, Contractor shall proceed as and when directed in the order. Contractor shall not proceed with
any addition,deletion,or other change without a written order.No oral direction or order shall constitute
authority for Contractor to proceed with any addition,deletion,or other change.If Contractor undertakes
any addition,deletion, or other change without a written order from City,Contractor shall not be entitled
to any increase in the Contract Amount or the time for performance of the Work, and Contractor shall
be solely and completely responsible for the acceptability to City of the addition, deletion, or other
change.
B. If a change to the Work causes a net increase or decrease in the cost of Contractor's
performance, the Contract Amount shall be increased or decreased as follows:
1. If the Work is covered by unit prices set forth in Contractor's RFP, by application
of such unit prices to the quantities of the items involved; or
2. If the Work involved is not covered by unit prices set forth in Contractor's RFP,
by a lump sum as to which Contractor and City mutually agree prior to the commencement
of performance of the change.
C. If a change to the Work causes an increase or decrease in the time required for Contractor's
performance, an equitable adjustment to the time for performance shall be made.
D. A change in the Contract Amount or the time for performance of the Work shall be
accomplished only by written Change Order, which shall state the increase or decrease, if any, in the
Contract Amount or the time for performance.No course of conduct or dealings between the parties,nor
express or implied acceptance of alterations or additions to the Work, and no claim that City has been
unjustly enriched by any alteration or addition to the Work, whether or not there is, in fact, any such
enrichment, shall be the basis of any claim to an increase in any amounts due under the Contract
Documents or a change in the time for performance of the Work.
E. Agreement on any Change Order shall constitute a final settlement of all matters relating
to the change in the Work that is the subject of the Change Order, including but not limited to all direct
and indirect costs associated with such change and any and all adjustments to the Contract Amount and
time for performance of the Work.
F. If Contractor is delayed or interfered with at any time in the commencement or prosecution
of the Work by an act or neglect of City,an employee,officer,or agent of City,or an architect or engineer
or separate contractor engaged by or on behalf of City, or by changes ordered in the Work, an act of
God, fire, or other cause over which Contractor has no control and that Contractor could not reasonably
anticipate, the time for performance of the Work shall be equitably extended, provided that Contractor
gives notice as provided for in Paragraph G below.
G. Any claim by Contractor for additional time or money for the performance of the Work,
including but not limited to any claim based on or arising out of an addition to, deletion from, or other
change to the Work and/or delay to or interference with commencement or prosecution of any of the
Work, shall be submitted to City's designated representative within five (5) working days of the
beginning of the event for which the claim is made or on which it is based. If any claim is not submitted
within the five-day period, it shall be deemed waived.
H. No change or claim,nor any delay or dispute concerning the determination of any increase
or decrease in the amount of time and money for the performance of the Work, shall excuse Contractor
from proceeding with prosecution of the Work, including any Work as changed.
ARTICLE VIII
INSURANCE
A. Contractor shall, at all times during the performance of any of the Work, maintain not less
than the following insurance coverages and amounts:
1. COMMERCIAL GENERAL LIABILITY - Contractor shall provide coverage for
Contractor, City, its employees, officers,and agents, and any architects, engineers,or
other design professionals engaged by or on behalf of City against claims for damage
to property and/or illness of, injury to, or death of any person or persons related to or
arising out of the Work. Such coverage shall name the City, together with its
employees and officers, as an additional insured and have not less than the following
limits:
a.Each,occurrence $1,000,000.00
b.General aggregate $3,000,000.00
c.Products/completed operations aggregate $3,000,000.00
d.The following coverage shall be included:
• Blanket contractual liability
• Products/completed operations
• Personal/advertising injury
• Broad form property damage
• Independent contractors
• Explosion, Collapse, and Underground Damage
2. OWNERS PROTECTIVE LIABILITY — Contractor shall purchase, maintain and
deliver to the City for operations of the Contractor of any Subcontractor in connection
with execution of the agreement Owner's Protective Liability insurance in the same
minimum amounts as required for Commercial General Liability Insurance above.
3. AUTOMOBILE LIABILITY - Contractor shall provide coverage for Contractor,
City, its employees,officers,and agents,and any architects,engineers,or other design
professionals engaged by or on behalf of City against claims for bodily injury and/or
property damage arising out of the ownership or use of any owned, hired, and/or non-
owned vehicle and shall include protection for any auto, or all owned autos, hired
autos, and non-owned autos.The coverage shall have not less than a combined single
limit of$3,000,000.00 for each accident.
4. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY-This insurance
shall protect Contractor against all claims under applicable state workers'
compensation laws. Contractor also shall be protected through employer's liability
coverage against claims for injury, disease, or death of employees which, for any
reason, may not fall within the provisions of a workers' compensation law.The limits
shall not be less than the following:
a. Workers' Compensation Statutory
b. Employer's Liability:
• Bodily injury by accident $1,000,000.00
• Bodily injury by disease $500,000.00 each employee
B. All insurance shall be written by an insurer or insurers acceptable to City and with a
minimum financial rating not lower than "A" in Best's Insurance Guide, latest edition. All insurance
shall be written on an occurrence basis, and all aggregate limits shall apply in total to the Work only.
Each policy providing general liability coverage or automobile liability coverage (including any
umbrella or excess policy that provides any required general or automobile liability coverage) shall
provide contractual liability coverage for all indemnity obligations of Contractor under the Contract
Documents. Each policy providing general liability or automobile liability coverage (including any
umbrella or excess policy that provides any.required general or automobile liability coverage) shall, in
form satisfactory to City, (1) name as additional insureds City, its employees, officers, and agents, and
any architects, engineers, or other design professionals engaged by or on behalf of City, and(2)provide
that it is primary to any other insurance maintained by any additional insured, which other insurance
shall be excess or contingent. The insurance provided to the additional insureds shall apply, without
limitation, to injury or damage caused by work included in the products/completed operations hazard.
C. Contractor shall maintain the products and completed operations coverage for not less than
one(1)year after the date of final acceptance by City of all of Contractor's Work.
D. Contractor shall obtain property insurance upon the entire Work for the full cost of
replacement at the time of loss. This insurance shall list as named insureds City, Contractor,
subcontractors,and suppliers.This insurance shall be written as a Builder's Risk/Installation Floater"all
risk" or equivalent form to cover all risks of physical loss except those specifically excluded by the
policy and shall insure at least against the perils of fire, lightning, explosion, wind storm, hail, smoke,
aircraft and vehicles, riot and civil commotion, theft, vandalism, malicious mischief, debris removal,
flood, earthquake, earth movement, water damage, wind, testing, and collapse. This insurance shall,
without limitation, insure portions of the Work stored on or off the Project site or in transit, when at the
risk of City, Contractor, or a Subcontractor or supplier. Contractor shall be solely responsible for any
deductible amounts. This insurance _shall remain in effect until final payment has been made to
Contractor or until no person or entity other than City has an insurable interest in the property to be
covered by this insurance, whichever is sooner. City and Contractor waive all rights against each other
and their respective employees, agents, contractors, subcontractors, and suppliers for damages caused
by risks covered by the property insurance provided for in this Paragraph,except such rights as they may
have to the proceeds of the insurance.
E. All policies and certificates of insurance shall provide no less than thirty (30) days' prior
written notice to City in the event of cancellation, expiration, non-renewal, alteration, or reduction
(including but not limited to reduction by paid claims) of coverage or limits contained in the policy or
evidenced by the certificate of insurance. Contractor shall furnish City a certificate or certificates and
copies of policies, all satisfactory to City, evidencing that Contractor has all the required insurance and
is in compliance with this Article.The certificate or certificates and copies of policies shall be delivered
to City's designated representative not less than seven (7) days before Contractor first performs any of
the Work. All policies except Workers' Compensation and Employer's Liability shall contain a waiver
of subrogation in favor of City, its employees, officers, and agents, and architects, engineers, or other
design professionals engaged by or on behalf of City.
F. Contractor also shall maintain any additional insurance coverages and any higher limits
provided for elsewhere in the Contract Documents and shall furnish City any additional insurance
documentation provided for elsewhere in the Contract Documents.
G. If any part of the Work is subcontracted,each Subcontractor,or Contractor on behalf of the
Subcontractor, shall maintain liability and worker's compensation insurance coverages and amounts
satisfying all the requirements of this Article. Certificates and copies of policies, satisfactory to City,
evidencing the required insurance and compliancewith this Article shall be delivered to City's
designated representative not less than seven(7) days before the Subcontractor first performs any of the
Work.
H. If Contractor is a transient employer as defined in Section 285.230 RSMo, Contractor must
post in a prominent and easily accessible place at the work site a clearly legible copy of the following:
(1)the notice of registration for employer withholding issued to such transient employer by the Director
of Revenue; (2) proof of coverage for workers' compensation insurance or self-insurance signed by the
transient employer and verified by the Department of Revenue through the records of the Division of
Workers' Compensation; and (3) the notice of registration for unemployment insurance issued to such
transient employer by the Pivision of Employment Security. Any transient employer failing to comply
with these requirements shall,under Section 285.234 RSMo be liable for a penalty of$500 per day until
the notice required by this Paragraph are posted as required by law.
ARTICLE IX
INDEMNITY
A. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold
harmless City, its employees, officers, and agents; and any architects, engineers, or other design
professionals engaged by or on behalf of City, from and against claims, damages, losses, and expenses,
including but not limited to attorney's fees,arising out of or resulting from the performance of the Work,
provided that such claim, damage,loss,,or expenses is attributable to bodily injury, sickness, disease, or
death or to injury to or destruction of tangible property-(other than the Work itself),but only to the extent
caused or allegedly caused by the negligent or willful acts or omissions of Contractor, a Subcontractor
or supplier,or anyone directly or indirectly employed by them, or anyone for whose acts they may be
liable,regardless of whether such claim,damage,loss,or expense is caused in part by a party indemnified
hereunder. This obligation is not intended to, and shall not, negate, abridge, or reduce other rights or
obligations of indemnity that would otherwise exist as to a party or person as set forth in this Agreement.
B. In claims against any person or entity indemnified herein by an employee of Contractor, a
Subcontractor or supplier, or anyone directly or indirectly employed by them or for whose acts they may
be liable, the indemnification obligation shall not be limited by a limitation on the amount or type of
damages, compensation, or benefits payable by or for Contractor or a Subcontractor or supplier under
workers' compensation acts, disability benefit acts, or other employee benefit acts.
ARTICLE X
PATENT LIABILITY
Contractor agrees to defend, indemnify, and hold harmless City, its officers, employees and
agents from and against any claim, action or suit that may be brought against them for Contractor's
infringement of any Letters Patent in the performance of this Agreement or any breach or violation of
trademark or proprietary or trade secret rights of others, as well as against any judgments, decrees,
damages, costs and expenses sought, adjudicated, or recovered against any of them, on account of any
such actual or alleged infringement.
ARTICLE XI
COVENANT AGAINST LOBBYING AND UNDUE INFLUENCE
Contractor represents and warrants that it has not employed or retained any company or person,
other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that it
has not paid or agreed to pay any company or person, other than a bona fide employee, any fee,
commission, percentage, brokerage fee, gift, or any other consideration contingent upon or resulting
from the award,or making of this Agreement. For breach or violation of this warranty, City shall have
the right to void this Agreement without liability and, in its discretion, to deduct from the Contract
Amount, or otherwise recover,the full amount of such fee, commission,percentage,brokerage fee, gift,
or contingent fee.
A. Contractor represents and warrants that no payments have been or shall be made, directly
or indirectly,by or on behalf of Contractor to or for the benefit of any officer,employee,or agent of City
who may reasonably be expected to influence the decision to requisition issue or take any action with
respect to this Agreement. Contractor shall allow a mutually agreeable nationally recognized certified
public accounting firm to examine, at City's expense, such of Contractor's books and records as may be
necessary, in the accountant's reasonable opinion,to verify Contractor's compliance with this Article.
B. No official of the City who is authorized in such capacity and on behalf of the City to
negotiate, make, accept, or approve, or to take part in negotiating, making, accepting, or approving any
architectural, engineering, inspection, construction, or material supply contract or any subcontract in
connection with the construction of the project, shall become directly or indirectly interested personally
in this contract or in any part hereof.No officer, employee, architect, attorney, engineer, or inspector of
or for the owner who is authorized in such capacity and on behalf of the City to exercise any legislative,
executive,supervisory,or other similar functions in connection with the construction of the project,shall
become directly or indirectly interested personally in this contract or in any part thereof, any material
supply contract, subcontract, insurance contract, or any other contract pertaining to the project.
ARTICLE XII
RECORDS REGARDING PAYMENT
A. For a period of at least two (2) years after final payment to Contractor, Contractor shall
maintain, in accordance with generally accepted accounting principles, such records as are necessary to
substantiate that all applications for payment hereunder were valid and properly chargeable to City.For
lump sum contract Work, the records shall demonstrate that the City was billed at appropriate times for
proper percentages of completion and for payments to subcontractors and suppliers. For any Work,
including extra Work, not charged on a lump sum basis,the records to be maintained hereunder include
but are not limited to all contracts, subcontracts,material bills,correspondence,accounting records,time
sheets, payroll records, canceled checks, orders, and invoices pertaining to City's account. City or its
representative shall, upon reasonable prior notice to Contractor, be given the opportunity to audit these
records at any time during normal business hours to verify the accuracy of Contractor's invoices and
charges.
ARTICLE XIII
NOTICES
A. The following persons are designated by the respective parties to act on behalf of such
party and to receive all written notices and Payment Applications:
For Ci : For Contractor:
Capital Projects&Parks Manager Name: Tim McNamara 7k !'�j4
2950 NW Vivion Rd. Street Address. 34.H O ,
Riverside, MO 64150 City, State Zip: De Soto, KS 66018
B. Any notice required by the Contract Documents to be given in writing or that either City or
Contractor wishes to give to the other in writing shall be signed by or on behalf of the party giving notice.
The notice shall be deemed to have been completed when sent by certified or registered mail to the other
party at the address set forth herein,or delivered in person to said party or their authorized representative.
C. Contractor's designated representative shall be available to meet with City at any time
during the performance of the Work and shall have full authority to act on Contractor's behalf on any
matter related to this Agreement and/or the Work.
ARTICLE XIV
DEFAULT AND TERMINATION
A. If Contractor fails to comply,becomes unable to comply,or with reasonable probability(as
determined solely by City)will become unable to comply with any of Contractor's obligations under the
Contract Documents, including but not limited to (1) failure at any,time to furnish sufficient labor or
supervision,sufficient materials or services(including but not limited to insurance and bonds)complying
with the Contract Documents, or sufficient or properly operating tools, equipment, or other items
necessary for the performance of the Work, (2) failure in any respect to prosecute the Work with
promptness and diligence, (3) causing-any stoppage of, delay in, or interference with any work of City
or any others on the Project, (4) abandonment by Contractor of all or any part of the Work, or (5)
bankruptcy, insolvency or general assignment for the benefit of creditors by Contractor,Contractor shall
be in default, and if the default is not corrected to City's satisfaction within seventy-two (72) hours of
delivery of a written notice to Contractor to correct such default, City may, in addition to any other right
or remedy City may have,terminate the services of the Contractor and take possession of the project and
of all materials, equipment, tools, construction equipment and machinery thereon owned by the
Contractor and finish the work by whatever method the City may deem expedient to correct the default,
at Contractor's expense. In such case the Contractor shall not be entitled to receive any further payment
until the Work is finished. If such costs exceed the unpaid balance due to Contractor, the Contractor
will pay the difference to the City.
B. If City exercises its right to take over and complete any part or all of the Work,City and its
designees shall have access to and may take possession of Contractor's materials,tools, equipment, and
other items at the Project site,en route to the site, or in storage or being manufactured or fabricated away
from the site, as may be necessary to prosecute the Work taken over by City, and may employ
Contractor's employees or former employees, all without any liability to Contractor.
C. Contractor shall be liable for and shall pay to City all costs and expenses of whatsoever
nature incurred by City as a result of any default by Contractor, including but not limited to the cost of
labor, supervision,materials,tools,equipment, services,overhead,travel,and legal and accounting fees.
Contractor also shall be liable for and shall pay to City all charges, liabilities, fines, penalties, losses,
damages,and claims sustained by or assessed against City as a result of any delay or disruption resulting
from any default by Contractor. The total amount of such costs, expenses, charges, liabilities, fines,
penalties, losses, damages, and claims may be deducted by City from the amount, if any, otherwise due
Contractor, and Contractor shall pay City the full amount of any excess of such total over the amount
otherwise due Contractor.
D. No right or remedy conferred upon or reserved to City by the Contract Documents is
exclusive of any other right or remedy provided or permitted in the Contract Documents or by law or
equity, but each right or remedy is cumulative of every other right or remedy, and every right or remedy
may be enforced concurrently or from time to time. No exercise by City of any right or remedy shall
relieve Contractor from full and absolute responsibility for all of Contractor's obligations under the
Contract Documents.
E. No failure or delay of City to give notice to correct any default of Contractor or to exercise
any of City's rights or remedies shall waive or excuse the default, and City shall remain free to pursue
all rights and remedies.No failure of City to insist, in any one or more instances, upon the performance
of any of Contractor's obligations under the Contract Documents shall be deemed or construed as a
waiver or relinquishment of City's right to insist upon strict performance of the obligation in any future
instance.
F. If through no act or fault of the Contractor,the Work is suspended for a period of more than
ninety (90) days by the City or under an order of court or other public authority, or the City fails to act
on any request for payment within thirty (30) days after it is submitted, or the City fails to pay the
Contractor substantially the sum approved by the Capital Projects& Parks Manager and Administrator,
then the Contractor may after ten (10) days from delivery of written notice to the City terminate the
Agreement and recover from the City payment for all work executed.
G. The City, without terminating the service of the Contractor or written notice to the Surety,
through the Administrator may withhold, without prejudice to the rights of the City under the terms of
the Agreement, or on account of subsequently discovered evidence, nullify the whole or part of any
approved partial payment estimate to such extent as may be necessary to protect the City from loss on
account of(1)defective work not remedied, (2)claims filed or reasonable evidence indicating probably
filing of claims, (3) failure of Contractor to make payments property to Subcontractors or for material
or labor,(4)a reasonable doubt that the Work can be completed for the balance then unpaid,(5)damages
to another contractor, or(6)performance of work in violation of the terms of the Contract Documents.
ARTICLE XV
TERMINATION FOR CONVENIENCE
A. Notwithstanding anything contained herein to the contrary,City may, at any time, for any
reason, and without Contractor's being in default, terminate Contractor's performance of any part or all
of the Work for City's own convenience by giving written notice to Contractor. Upon receipt of notice
of termination for City's convenience, Contractor shall, to the extent directed by City, stop work and
turn over to City or City's designee materials and equipment purchased for the Work. City shall pay
Contractor, in accordance with the Contract Documents, for only so much of the Work as is actually
performed as of the termination for convenience.City shall not be obligated to Contractor for any further
payment, including but not limited to prospective overhead or profit on unperformed work. If a
termination by City of Contractor's right to proceed on the ground of default by Contractor is determined
later to have been improper,the termination automatically shall be converted to a termination for City's
convenience, and City's obligation to Contractor shall be limited to payment to Contractor as provided
in this Article.
ARTICLE XVI
COMPLIANCE WITH LAWS
A. Contractor shall comply strictly with all federal, state, and local laws, ordinances, rules,
regulations, orders, and the like applicable to the Work; including, but not limited to any applicable
prevailing wage and prompt payment laws and all U.S. Army Corps of Engineers guidelines, rules,
regulations, and criteria for work within or adjacent to a flood control project area. Contractor shall
secure all permits from public and private sources necessary for the fulfillment of Contractor's
obligations under the Contract Documents.
B. With each Application for Payment submitted by Contractor to City, Contractor shall
include(a) a signed statement, in form acceptable to City, showing, for each weekly payroll period that
ended during the period covered by the Application for Payment, the name, address, social security
number, occupation, and craft of each worker employed by Contractor in connection with the Work and,
for each such worker, the number of hours worked each day, the total hours worked during the payroll
period, the gross amount earned, an itemization of all deductions, and the net wages paid and (b) a
corresponding statement from each Subcontractor of any tier that employed any workers in connection
with the Work during the period covered by the Application for Payment.
C. This Agreement shall be governed by and construed in accordance with the laws of the
State of Missouri.
ARTICLE XVII
LABOR STANDARDS PROVISIONS
A. MISSOURI PREVAILING WAGE LAW. Not less than the prevailing hourly rate of
wages established by the Missouri Department of Labor and Industrial Relations Division of Labor
Standards,as set out in the wage order set forth in Exhibit C attached to and made a part of, shall be paid
to all workers performing work under the Agreement. An Affidavit of Compliance with the Prevailing
Wage Law as set forth in Exhibit K shall be completed by Contractor and every Subcontractor employed
on the Project prior to final payment. The Contractor will forfeit a penalty to the City of$100 per day
(or portion of a day) for each worker that is paid less than the'prevailing rate for any work done under
the contract by the Contractor or by any Subcontractor.
B. EXCESSIVE UNEMPLOYMENT.' During periods of excessive unemployment (any
month immediately following two consecutive calendar months during which the level of unemployment
in the state has exceeded five percent(5%)as measured by the United States Bureau of Labor Statistics)
only Missouri labors(persons who have resided in Missouri for at least thirty days and intend to become
or remain Missouri residents) and laborers from non-restrictive states (persons who are.residents of a
state which has not enacted state laws restricting Missouri laborers from working on public works
projects in that state, a`s determined by the Labor and Industrial Relations Commission), may be
employed under the contract, except that other laborers may be used when Missouri laborers or laborers
from nonrestrictive states are not available, or are incapable of performing the particular type of work
involved, if so certified by the Contractor and approved by the City.
C. UNDERPAYMENT OF WAGES. In case of underpayment of wages by the Contractor or
by any subcontractors to laborers or mechanics employed by the Contractor or Subcontractor upon the
work covered by this Agreement, the City, in addition to such other rights as may be afforded it under
this Agreement shall withhold from the Contractor, out of any payments due the Contractor, so much
thereof as the City may consider necessary to pay such laborers or mechanics the full amount of wages
required by this Agreement. The amount so withheld may be disbursed by the City, for and on account
of the Contractor or the Subcontractor(as may be appropriate), to the respective laborers or mechanics
to whom the same is due or on their behalf to plans, funds, or programs for any type of fringe benefit
prescribed in the applicable wage determination.
D. LIMITATIONS ON EMPLOYMENT. No person under the age of sixteen(16)years and
no person who, at the time, is serving sentence in a penal or correctional institution shall be employed
on the work covered by this Agreement.
ARTICLE XVIII
EQUAL EMPLOYMENT OPPORTUNITY
The Contractor will not discriminate against any employee or applicant for employment because
of race, color,'religion, sex, or national origin. The Contractor will take affirmative action to ensure that
applicants and employees are treated during employment, without regard to their race, color, religion,
sex, or national origin. Such. action shall include, but not be limited to, employment, upgrading,
demotion,or transfer;recruitment, or recruitment advertising;layoff or termination;rates of pay or other
forms of compensation; and selection for training, including apprenticeship.
ARTICLE XIX
SUBCONTRACTS,ASSIGNMENT, OR TRANSFER
A. Except with the prior written consent of City, Contractor shall not assign this Agreement
or any money due or to become due Contractor or issue a subcontract or purchase order to any person or
entity for any or all of the Work. City's consent to any assignment, subcontract, or purchase order shall
not relieve Contractor from any obligation under the Contract Documents, nor shall it create any
obligation from City to any assignee, subcontractor, or vendor.
B. Each subcontract or purchase order issued by Contractor for any of the Work shall be in
writing and shall provide that City is an intended third-party beneficiary of the subcontract or purchase
order.
C. The Contractor shall be fully responsible to the City for the acts and omissions of its
Subcontractors, and of person either directly or indirectly employed by them,as the Contractor is for the
acts and omissions of person directly employed by it.
D. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative
to the work to bind Subcontractors to the Contractor by the terms of the Contract Documents insofar as
applicable to the work of Subcontractors and give the Contractor the same power as regards terminating
any Subcontract that the City may exercise over the Contractor under any provision of the Contract
Documents. Nothing contained in this contract shall create any contractual relation between any
Subcontractor and the City.
E. Each subcontract or purchase order issued by Contractor for any of the Work shall provide
that it is freely assignable by Contractor to City. Contractor hereby assigns to City all its interest in any
present or future subcontract or purchase order issued by Contractor for any or all of the Work. This
assignment shall be effective upon acceptance by City in writing and only as to the specific
subcontract(s) and/or purchase order(s) that City designates in the writing. This assignment may be
accepted by City at any time, whether before or after final payment to Contractor, and may not be
withdrawn by Contractor without City's written consent.
ARTICLE XX
SEPARATE CONTRACTS
A. The City reserves the right to let other contracts in connection with this project. The
Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their
materials and the execution of their work,and shall properly connect and coordinate the work with theirs.
If the proper execution or results of any part of the Contractor's work depends upon the work of any
other contractor, the Contractor shall inspect and promptly report to the Administrator any defects in
such work that render it unsuitable for such proper execution and results.
B. The City may perform additional work related to the project or the City may let other
contracts containing provisions similar to these.The Contractor will afford the other contractors who are
parties to such contracts (or the City, if the City is performing the additional work) reasonable
opportunity for the introduction and storage of materials and equipment and the execution of work, and
shall properly connect and coordinate the work with theirs.
C. If the performance of additional work by other contractors or the City is not noted in the
Contract Documents prior to the execution of the contract, written notice thereof shall be given to the
Contractor prior to starting any such addition work. If the Contractor believes that the performance of
such additional work by the City or others involves it in additional expense or entitles it to any extension
of the contract time the Contractor may make a claim thereof as provided in Article VII.
ARTICLE XXI
ACCESS TO SITE/CLEANING UP
A. Contractor shall ensure that the Work, at all times, is performed in a manner that affords
reasonable access, both vehicular and pedestrian, around the site of the Work and all adjacent areas.
B. Representatives of City may inspect or review any Work performed by Contractor, and
consult with Contractor, at any time. City's inspections or reviews shall not constitute acceptance or
approval of Work unless specifically stated in writing. Contractor shall meet with City at the request of
City.
C. Contractor shall at all times, during performance of the Work,keep the Project site clean and
free from debris resulting from the Work. Prior to discontinuing Work in an area, Contractor shall clean
the area and remove all rubbish and its construction equipment, tools, machinery, waste, and surplus
materials. Contractor shall make provisions to minimize and confine dust and debris resulting from
construction activities. If Contractor fails to comply with cleanup duties within twenty-four (24) hours
after written notification from City of non-compliance, City may implement cleanup measures without
further notice and deduct the cost from any amounts due or to become due Contractor.
ARTICLE XXII
COMPETENCE
Contractor represents and warrants that it maintains all necessary licenses, registration,
competence, and experience to perform all the Work.
ARTICLE XXIII
WARRANTY
A. Contractor shall exercise high professional skill, care, and diligence in the performance of
the Work, and shall carry out its responsibilities in accordance with customarily accepted good
professional practices. The Contractor shall guarantee all materials and equipment furnished and work
performed for a period of one (1) year from the date of completion and acceptance of the work. The
Contractor warrants and guarantees for one (1) year from the date of completion and acceptance of the
work that the completed work is free from all defects due to faulty materials or workmanship. The date
of completion for all scopes of work shall be the last date of acceptance of all work in this contract.
Contractor shall promptly make such corrections as may be necessary be reason of such defects including
the repair of any other damages that were caused by defects in the work, at its own expense. The City
will give notice of observed defects with reasonable promptness. In the event that the Contractor fails
to make such repairs, adjustments or other work that may be necessary by such defects,the City may do
so and charge the Contractor the cost thereby incurred. In emergency where, in the judgment of the City,
delay would cause serious loss or damage, repairs and replacement of defects in the work and damage
caused by defects may be made without notice being sent to the Contractor, and the Contractor shall pay
the cost thereof. The Performance Bond shall remain in full force and effect through the warranty period.
Neither final payment, Engineer's Final Certificate, nor any other provision in the Contract Documents
shall affect Contractor's obligation to complete the Work free of defects in workmanship and material.
B. Contractor shall remain solely responsible for the performance of the Work as required by
the Contract Documents, notwithstanding any suggestions or observations made by another person or
entity with respect to the Work.
C. This Article does not establish a period of limitation with respect to any obligation of
Contractor under the Contract Documents, and does not limit the time allowed by law for any action for
breach of such obligation.
D. Nothing contained in this Agreement shall be construed to modify or abrogate any
manufacturer or supplier warranty. The City expressly reserves all rights with respect to such warranties.
ARTICLE XXIV
STORAGE OF MATERIALS AND EQUIPMENT
The Contractor shall provide at its own expense and without liability to the City any additional
land and access thereto that the Contractor may desire for temporary construction facilities,or for storage
of materials. Only materials and equipment that are to be used directly in the Work shall be brought to
and stored at the Project site by Contractor. After equipment is no longer required for the Work, it shall
be promptly removed from the Project site. Protection of construction materials and equipment stored at
the Project site from weather, theft, and all other casualty or damage is solely the responsibility of
Contractor.
ARTICLE XXV
TAXES
A Missouri Sales Tax Project Exemption Certificate (Missouri Department of Revenue Form
5060) will be provided by the City for the purchase of any materials or personal property incorporated
into or consumed in the construction project, pursuant to RSMo 144.062. The Contractor will pay all
other sales, consumer, use and other similar taxes required by the State of Missouri or other taxing
jurisdiction.
ARTICLE XXVI
SAFETY
A. Contractor shall be responsible for initiating, maintaining, and supervising all safety
precautions and programs in connection with performance of the Work and shall take reasonable
precautions for the safety of, and shall provide reasonable protection to prevent damage, injury, or loss
to(1) employees and other persons at the Project site or who may be affected by the Work, (2)materials
and equipment stored at on-site or off-site locations for use in performance of the Work, and (3) other
property at the Project site or in its vicinity, such as trees, shrubs, lawns, walks, pavements, roadways,
structures, and utilities not designated for removal, relocation, or replacement in the course of
construction.
B. Contractor shall give notices required by and comply strictly with applicable laws,
ordinances, rules, regulations, orders, and the like bearing on safety of persons or property or their
protection from damage, injury, or loss. The Contractor will erect and maintain, as required by the
conditions and progress of the work, all necessary safeguards for safety and protections. The Contractor
will notify owners of adjacent utilities when prosecution of the Work may affect them. The Contractor
will remedy all damage, injury or loss to any property caused directly or indirectly, in whole or part, by
the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone
whose acts any of them may be liable.
C. The Contractor shall exercise proper precaution at all times for the protection of persons
and property and shall be responsible for all damages to persons or property, either on or off the site,
which occur as a result of his prosecution of the work. The safety provisions of applicable laws and
building and construction codes shall be observed and the Contractor shall take or cause to be taken,
such additional safety and health measures as the City may determine to be reasonably necessary.
D. Pursuant to Section 292.675 RSMo, Contractor shall provide a ten (10) hour Occupational
Safety and Health Administration (OSHA) construction safety program for all employees who will be
on-site at the Project. The construction safety program shall include a course in construction safety and
health that is approved by OSHA or a similar program approved by the Missouri Department of Labor
and Industrial Relations which is at least as stringent as an approved OSHA program as required by
Section 292.675 RSMo. Contractor shall require its on-site employees to complete a construction safety
program within sixty(60)days after the date work on the project commences. Contractor acknowledges
and agrees that any of Contractor's employees found on the Project site without documentation of the
successful completion of a construction safety program shall be required to produce such documentation
within twenty (20) days, or will be subject to removal from the Project. Contractor shall require all of
its Subcontractors to comply with the requirements of this Paragraph and Section 292.675 RSMo.
E. Contractor shall forfeit to the City as a penalty two thousand five hundred dollars
($2,500.00), plus one hundred dollars ($100.00) for each on-site employee employed by Contractor or
its Subcontractor, for each calendar day, or portion thereof, such on-site employee is employed without
the construction safety training required herein. The penalty described in this Paragraph shall not begin
to accrue until the time periods herein have elapsed. Violations of this requirement and imposition of
the penalty described in this Paragraph shall be investigated and determined by the Missouri Department
of Labor and Industrial Relations.
F. If City deems any part of the Work or the Project site unsafe, City, without assuming
responsibility for Contractor's safety program,may require Contractor to stop performance of the Work
or take corrective measures satisfactory to City, or both. If Contractor does not adopt corrective
measures, City may perform them or have them performed and deduct their cost from the Contract
Amount. Contractor shall make no claim for damages, for an increase in the Contract Amount, or for a
change in the time for performance of the Work based on Contractor's compliance with City's
reasonable request.
ARTICLE XXVII
AUTHORIZED EMPLOYEES
Contractor acknowledges that Section 285.530 RSMo prohibits any business entity or employer
from knowingly employing, hiring for employment, or continuing to employ an unauthorized alien to
perform work within the State of Missouri. Contractor therefore covenants that it is not knowingly in
violation of subsection 1 of Section 285.530 RSMo, and that it will not knowingly employ, hire for
employment, or continue to employ any unauthorized aliens to perform work on the Project, and that
its employees are lawfully eligible to work in the United States.
ARTICLE XXVIII
INDEPENDENT CONTRACTOR
Contractor is an independent contractor,and neither Contractor or any Subcontractors, suppliers,
employees, or agents shall be deemed an employee or agent of City for any purpose.
ARTICLE XXIX
CONFLICT
Contractor shall promptly upon discovery notify City of any conflict, ambiguity or inconsistency
in the Contract Documents, or between any Contract Document"and actual field conditions, and City
shall resolve such conflict, ambiguity or inconsistency in its sole discretion.
ARTICLE XXX
PERFORMANCE AND PAYMENT BONDS
The Contractor shall within ten (10) days after the receipt of the Notice of Award furnish the
City with a Performance Bond and Payment Bond in forms set forth in Exhibits A and B in an amount
at least equal to one hundred percent(100%)of the contract price,conditioned upon the performance by
the Contractor all undertakings,covenants,terms,conditions and agreements of the Contract Documents,
and upon the prompt payment by the Contractor to all persons supplying labor and materials in the
prosecution of the work provided by the Contract Documents. Such bonds shall be executed by the
Contractor and a corporate bonding company licensed to transact such business in the state in which the
work is to be performed and named on the current list of"Surety Companies Acceptable on Federal
Bonds"as published in the Treasury Department Circular Number 570 and shall have a rating of at least
"A-" from Best's. The expense of these bonds shall be borne by the Contractor. If at any time a surety
on any such bond is declared a bankrupt or loses its right to do business the state in which the work is to
be performed or is removed from the list of Surety Companies accepted on Federal Bonds, Contractor
shall within ten(10)days after notice from the City to do so, substitute an acceptable bond(or bonds) in
such form and sum and signed by such other surety or sureties as may be satisfactory to the City. The
premiums on such bond shall be paid by the Contractor. No further payment shall be deemed due nor
shall payment be made to Contractor until the new surety or sureties shall have furnished an acceptable
bond to the City.
ARTICLE XXXI
SEVERABILITY
Should any specific provision of this Agreement or other Contract Documents be found to be
unenforceable,the remaining provisions shall remain in full force and effect.
ARTICLE XXXH
NO PRESUMPTION AGAINST THE DRAFTER
No presumption or inference against the City shall be made because of the City's preparation of
this Agreement or other Contract Documents.
ARTICLE XXXHI
DISPUTES/ATTORNEY FEES
A. If a dispute arises out of or relates to this Agreement or other Contract Documents, or the
breach thereof, and if the dispute cannot be resolved through negotiation, City and Contractor shall first
try in good faith to resolve the dispute by mediation before resorting to litigation. Unless City and
Contractor agree otherwise,the mediation shall be administered by the American Arbitration Association
under its Construction Industry Mediation Rules.
B. In the event of litigation between Contractor and City concerning the Project or this
Agreement or other Contract Documents,the prevailing party shall be entitled to recover from the other
party its reasonable attorney fees, costs, and expenses arising from such litigation.
ARTICLE XXXIV
TITLES
The titles given to the Articles in this Agreement are for ease of reference only and shall not be
relied upon or cited for any other purpose. Specifically, but without limitation,the titles shall not define
or limit any of the provisions of any of the Articles.
ARTICLE XXXV
PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this Contract shall
be deemed to be inserted herein and the contract shall be read and enforced as though it were included
herein,and if through mistake or otherwise any such provision is not inserted,or is not correctly inserted,
then upon the application of either party the contract shall forthwith by physically amended to make such
insertion or correction.All such laws, orders and regulations are applicable to this Project and are made
a part hereof by reference.
ARTICLE XXXVI
ENTIRE AGREEMENT
This Agreement and the other Contract Documents constitute the entire agreement between the
parties with respect to their subject matter. Any prior agreements, understandings, or other matters,
whether oral or written, are of no further force or effect. Subject to Article VII of this Agreement, this
Agreement and any other Contract Document may be amended, changed, or supplemented only by
written agreement executed by both of the.parties.
THIS AGREEMENT shall be binding on the parties only after it has been duly executed by City
and Contractor.
[THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK]
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their
authorized representatives.
APPROVED AS TO FORM:
ATTORNEY.•
By:
Attorney, a,J LCA vin 1�Ft
COUNTERSIGNED BY:
CITY PURCHASING AGENT.
By:
Bria E. Koral
Ci tninistrat
CITY OF RIVERSIDE:
Ka leen L. Rose, Mayor ATTEST':,
,
Robin Kincaid;;City Clerk
CONTRACTOR:
By:
(Signature)
Printed Name: 777ilf. M60410-996
Title:
ATTEST:
SECRETARY, I'C
(Name Printed)
EXHIBIT A
Bond No. NM03827
PERFORMANCE BOND
FOR THE FAITHFUL PERFORMANCE of each of the terms and stipulations of the
AGREEMENT between the CITY OF RIVERSIDE and CONTRACTOR, for Design and Installation
of Playground for E.H. Young Riverfront Park (073-019), dated July 2, 2019, designated Resolution
No. 2019-085, in every particular, A.B. Creative, Inc. as Principal, and Merchants National Bonding,
Inc. [insert name of surety], as Surety, hereby firmly bind themselves and their respective heirs,
executors, administrators, successors, and assigns, jointly and severally, unto the City of Riverside,
Missouri, ("City") in the total aggregate penal sum of five hundred fifty thousand dollars
($550,000.00) lawful money of the United States, by these presents:
THE CONDITION OF THIS OBLIGATION is such that in the event Principal shall faithfully
and properly complete the Work required by the Contract Documents described in the Agreement and
perform all of its duties, obligations, covenants, and conditions pursuant to the terms of the Contract
Documents during the original term thereof, and any extensions thereof which may be granted by the
City, including, without limitation, all warranty obligations and duties and if the Principal shall satisfy
all claims and demands incurred under such Agreement, and shall fully indemnify and hold harmless
the City from all costs and damages which it may suffer by reason of failure to do so, and shall
reimburse and repay the City for all outlay and expense which the City may incur in making good any
default, then this obligation shall be void, otherwise to remain in full force and effect.
PROVIDED FURTHER, Surety hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract Documents or to the Work to be performed
thereunder or the specifications accompanying the same shall in any way affect its obligation on this
Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract Documents or to the Work or to the specifications.
PROVIDED FURTHER, that it is expressly agreed that the bond shall be deemed amended
automatically and immediately, without formal and separate amendments hereto, upon amendment to the
Agreement not increasing the Agreement price more than twenty percent(20%), so as to bind the Principal
and the Surety to the full and faithful performance of the Agreement as so amended. The term
"Amendment", wherever used in this bond, and whether referring to this bond or the Agreement, shall
include any alteration, addition, extension, or modification of any character whatsoever.
The Performance Bond,above is accepted by the City this 13th day of Au ust, 20 19.
AB Creative, Inc.
CONTRACTOR AS PRINCIPAL _
By: 91
�
(Signature) -
Printed Name:
Title: VT7
IV
I hereby certify that(1) 1 have authority to execute this
document on behalf of Surety; (2) Surety has an A.M.
Best rating of A- or better; (3) Surety is named in the
current list of Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds and
Acceptable Reinsuring Companies: as published in
Circular 570 (most current revision)by the Financial
Management Service, Surety Bond Branch,:U.S.
Department of the Treasury; and (4) Surety is duly
licensed to issue bonds in the State of Missouri and in
the jurisdiction in which the Project is located.
Merchants National Bonding, Inc.
SURETY
By:
(Signature)
Printed Name: Luanne K. Degler
Title: Attorney-in-Fact
Note:
• Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT.
• If Contractor is a partnership, all partners must execute the Bond.
SURETY POWER OF ATTORNEY MUST BE ATTACHED
M.ERCHANT�
BONDING COMPANY,.
POWER OF ATTORNEY
Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,
both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually,
Jerry E Fallen;Luanne K Degler;William R Wilkerson IV
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity
of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any
actions or proceedings allowed by law.
This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board
of Directors of Merchants Bonding Company(Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
of Merchants National Bonding,Inc.,on October 16,2015.
"The President, Secretary,Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof."
'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or othersuretyship obligations of the
Company,and such signature and seal when so used shall have the same force and effect as though manually fixed."_
In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the
Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given
to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner-
Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation.
In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 19th day of April 2018
•.•p'�10Ng1 •'•. �N�.CO ..
2•••�' KpOR �O•: �Ay•• MERCHANTS BONDING COMPANY(MUTUAL)
�C 9� :�:: • V R9J; MERCHANT NATIONAL BONDING,INC.
-O- -o-
t): 2003 -Qa :y` 1933 ��c; By
• !!
.••J��•.. ... .• ....... President
STATE OF IOWA ••��'""'••'•�•• ••••'•'•••
COUNTY OF DALLAS ss.
On this this 19th day of April 2018 before me appeared Larry Taylor,to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
o RIAS s AUCIA K.GRAM
v Commission Number 767430
Z '°°` My Commission Expires q
:�,P April 1,2020
Notary Public
(Expiration of notary's commission
does not invalidate this instrument)
I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby
certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full
force and effect and has not been amended or revoked.
In Witness Whereof,l have hereunto set my hand and affixed the seal of the Companies on this rday of
15101Y.4 OG C?40.
•_ 2003 c'`e s 1933 �•C; — P Secretary
POA 0018 (3/17)
i
EXHIBIT B
Bond No.NM03827
PAYMENT BOND
KNOW ALL PERSONS BY THESE PRESENTS: that A.B. Creative, Inc., hereinafter called
Principal,,and Merchants National Bonding, Inc. [insert name of surety], hereinafter called Surety, are
held and firmly bound unto the CITY OF RIVERSIDE, MISSOURI ("City"), and unto all persons,
firms and corporations who or which may furnish labor, or who furnish materials to perform as
described under the Agreement and Contract Documents more fully described below and to their
successors and assigns in the total aggregate penal sum of five hundred fifty thousand dollars
($550,000.00) in lawful money of the United States, for the payment of which sum well and truly to
be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that WHEREAS, the Principal entered
into a certain Agreement with the City, dated the 2nd day of July, 2019, for the Design and Installation
of Playground for E.H. Young Riverfront Park(073-019) approved by Resolution No. 2019-085;
NOW, THEREFORE, in the event Principal shall pay the prevailing hourly rate of wages for
each craft' or type of worker required to execute the Work required by the Contract Documents
described in the Agreement in the locality as determined by the Department of Labor and Industrial
Relations of Missouri or by final judicial determination pursuant to the provisions of Sections 290.010
to 290.340 and 290.550 through 290.580, inclusive, of the Revised Statutes of Missouri, and shall
timely pay to the proper parties all amounts due for material, machinery, equipment and tools,
consumed or used in connection with the construction of such Work, and all insurance premiums,
workers' compensation, and all other kinds of insurance, on such Work, and for all labor performed in
such Work whether by Principal, Subcontractor, or otherwise, then this obligation to be void, otherwise
to remain in full force and effect, and the same may be sued on at the instance of any Subcontractor,
material supplier, laborer, mechanic, or other interested party, in the name of the City of Riverside, to
the use of such parties, for any breach of the,considerations hereof.
Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to
the terms of the Contract Documents or to the Work to be performed thereunder shall in any wise
affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Contract Documents or to the Work.
The Payment Bond above is accepted by the City this 13"' day of Au ust, 20 19.
AB Creative,Inc.
CONTRACTOR AS PRINCIPAL rt
By.
(Signature __
Printed Name:
Title: Yr
I hereby certify that(1) 1 have authority to execute this
document on behalf of Surety; (2) Surety has an A.M.
Best rating of A- or better; (3) Surety is named in the
current list of Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds and
Acceptable Reinsuring Companies: as published in
Circular 570 (most current revision)by the Financial
Management Service, Surety Bond Branch, U.S.
Department of the Treasury; and (4) Surety is duly
licensed to issue bonds in the State of Missouri and in
the jurisdiction in which the Project is located.
Merchants National Bonding, Inc.
SURETY
By i' i
( ignature)
Printed Name: Luanne K. Degler -
Title: Attorney-in-Fact "
Note:
Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT
• If Contractor is a partnership, all partners must execute the Bond.
SURETY POWER OF ATTORNEY MUST BE ATTACHED
MERCHANT
BONDING COMPANY.
POWER OF ATTORNEY
Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,
both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually,
Jerry E Fallen;Luanne K Degler;William R Wilkerson IV
their true and lawful Attorneys)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity
of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any
actions or proceedings allowed by law.
This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board
of Directors of Merchants Bonding Company(Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
of Merchants National Bonding,Inc.,on October 16,2015.
"The President, Secretary,Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and,attach the seal of the Company thereto, bonds and
undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company,and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the
Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety.company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given
to,the Attomey-in-Fact cannot be modified or revoked'unless prior written personal notice of such intent has been given to the Commissioner-
Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation.
i
In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 19th day of April 2018
.•'•p'�. At •'•. •' ANG �0 ••
•� �'RPO '' ep•; �'pppp •• MERCHANTS BONDING COMPANY(MUTUAL)
� '4!'':y; . �;�� 99j;.y�; MERCHANTS NATIONAL BONDING,INC.
-o- oar:
2003 1933 :'e: By
'•.•� ....•''•�?•� •.'� ........'kN President
STATE OF IOWA •••�'"""•''••• ••'"•''
COUNTY OF DALLAS ss.
On this this 19th day of April 2018 before me appeared Larry Taylor, to me personally known,who being by me duly swom
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
o R%At s AUCIA K.GRAM
Commission Number 767430
My Commission Expires
April 1,2020
Notary Public
(Expiration of notary's commission
does not invalidate this instrument)
I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby
certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full
force and effect and has not been amended or revoked.
In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this �day of� u / �
�y 24C •4�:y• .ti 'v� �-"y'�• 6r/T+�` ' ,.r-:;/ s!s�!Essl�
• — o.3 -
°_ 2003 a' 1933 S
_ 1 ecretary
S: •
'.0
POA 0018 (3/17) ••�'"" ••••••
EXHIBIT C
PREVAILING WAGE RATES
Special Wage Determination: Prevailing hourly rates of wages follow, as determined by the Division of
Labor Standards, Jefferson City, Missouri.
EXHIBIT D
Time for Completion
Design and Installation of Playground for E.H. Young Riverfront Park(Project No. 073-019)
Date of Completion: 11/15/2019
EXHIBIT E
SCOPE OF WORK for
Design and Installation of Playground for E.H. Young Riverfront Park(Proiect No.073-019)
Contractor shall perform the following Work as more fully set forth in the Contractor provided Shop
Drawings and Specifications:
• Design of Playground
• Construction Staking/Layout and Grading
• Concrete Footings
• Installation of playground equipment
• Engineered Wood Fiber Safety Surfacing
• Provision of as-built drawings and playground installation and maintenance manuals
• Site Restoration of any area disturbed by the Contractor
Contractor to provide all necessary equipment, labor, and material necessary to perform the Project
construction and related work as .shown in the Contract Documents. The Work includes, but is not
limited to, the following:
1. Schedule and Coordinate all necessary inspections.
2. Contractor shall coordinate with all utilities prior to the work starting, including contacting
underground locator services
3. Contractor shall coordinate with park general contractor, ensuring that no stormwater
infrastructure or interior utilities are disturbed with their work.
4. Include all temporary utility fees and permits.
5. Include 3rd party Special Inspections as required to demonstrate compliance with KCAPWA,
including but not limited to compaction and material testing.
6. Include all surveying, layout and field engineering required for the performance of this work.
7. Provide digital photographs of the preconstruction, construction, and post construction site (see
Article IV Progress of Work/ Submittals (F) for specifics)
8. Provide all weather provisions to meet the schedule set forth in the contract documents.
9. Provide clean up associated with the contractors work. Site is to remain free of debris during the
construction process.
EXHIBIT F
EH YOUNG PARK PLAYGROUND PROPOSALS
EH Young Park Playground 1 of 2
ABOREATIVE PROPOSAL:
CrMfing your pedpark and playground tinu 1993 Name Noel Challis Bennion
34102 Commerce Drive,#C Address 2950 N.W.Vivion Rd.
De Soto.KS 66018 Riverside,MO 64150
www.abcreative.net Date 6.26.2019
Main Office:913-583-3332
Bill To: Ship To:
Name Noel Challis Bennion Name TBD
Address 2950 N.W.Vivion Rd. Address TBD
Riverside,MO 64150
Phone 816-741-3993 Phone
Email mo.com Email
Thank you for this opportunity and we look forward to working with you! Pmt Terms:Net 30 Days
Qty I Description Unit Price Total
Major Element 5-12 Play:Burke Structure and Freestanding Equipment per Burke Proposal#120- $ 174,185.00 $174,185.00
11684-6;Berliner O'Tannenbaum.
(West side)-Berliner,8'high,'family wide'stainless steel embankment slide and stone steps along one $ 28,365.00 $28,365.00
side for accessing top of slide.
6-23 Month and 2-5 Year Age Play:Burke Structure,'Swing set'and Freestanding Equipment per Burke $ 54,233.00 $54,233.00
Proposal#120-120002-2.
Minor Element 5-12 Play(east side):Berliner Combination Structure per Berliner Proposal#USP $ 49,865.00 $49,865.00
ADA Compliant Engineered Wood Fiber Safety Surfacing.810 Cubic Yards Delivered. $ 18,225.00 $18,225.00
Alternative-12'High Swings.Single bay,tri-pod swing structure with 2 belt seats. $ 2,670.00 $2,670.00
Outdoor Music by Percussion Play:6 Emperor Chimes,Cajon drum,Large Babel drum,and Handpipes. $ 11,965.00 $11,965.00
Gaga Court Artificial Turf-ForeverLawn Playground Grass Extreme.Includes turnkey product and $ 7,297.00 $7,297.00
installation.3"gravel base installed and compacted.Perimeter boards or landscapes spikes to hold
turf down.Playground Grass Extreme with no infill and no fll attenuation pad installed.
This Quote does NOT include Sales Tax.Applicable Sales Tax will be charged and collected
tof711
Invoice unless a Tax Exemption Certificate is provided.
Total $346,805.00
(Acknowledge With Initials)Credit Cards:ABcreative will accept American Express,MasterCard,and Visa credit cards for the payment
of Invoices.Those who wish to pay with a credit card after utilizing NET TERMS will be subject to a 3.5%service fee applied at the time of payment.
(Acknowledge With Initials)Deposits:Manufactures that require a Material Deposit must be paid at the time of order or Executed
Contract.Deposits are NOT subject to retainage.Non-payment of Deposit Invoices will not result in penalty to ABcreative.
The Material Deposit required for this order is: $0.00
Page 1 of 2
EH Young Park Playground 2 of 2
ABCREATVE- PROPOSAL:
Creating your peN rpnrk and playgmmd since 1993 Name Noel Challis Bennion
34102 Commerce Drive,#C Address 2950 N.W.Vivion Rd.
De Soto.KS 66018 Riverside,MO 64150
www.abcreative.net Date 6.26.2019
Main Office:913-583-3332
Bill To: Ship To:
Name Noel Challis Bennion Name TBD
Address 2950 N.W.Vivion Rd. Address TBD
Riverside,MO 64150
Phone 816-741-3993 Phone
Email NCHALLIS@riversidemo.com Email
Thank youfor this opportunity and we lookforward to working withyou! Pmt Terms:Net 30 Days
Qty I Description Unit Price Total
1 FREIGHT:Packaging and Freight for all items listed on sheet 1 unless otherwise noted as'delivered'. $ 13,511.00 $13,511.00
t INSTALLATION:Professional installation of all play equipment noted.Installation performed by $ 130,210.00 $130,210.00
experienced,insured,NPSI,NPCAI and manufacturer certified installers at prevailing wage rates.
1 PICNIC SHELTER:ICON Shelters,all steel,pre-engineered,pre-manufactured 20'X 30'X 8'eave height $ 17,620.00 $17,620.00
shelter.Shelter frame E-coat powdercoated.4:12 roof pitch.Sealed engineering with calculations for
State of Missouri including footing design.Choice of standard colors.Delivered.
PICNIC SHELTER INSTALLATION:Professional installation of 20'X 30'shelter noted.Installation $ 17,265.00 $17,265.00
performed by experienced,insured,and manufacturer certified installers at prevailing wage rates.
CONCRETE:24'X 34'X 4"thick reinforced concrete pad under picnic shelter.Approach walkway to $ 6,062.00 $6,062.00
picnic shelter as shown on plan.5'X 5'X 4"thick reinforced pad at top of West side embankment slide.
Concrete work provide by project general contractor.ALLOWANCE FOR CONCRETE NOTED.
ADDITONAL PLAY EQUIPMENT AND INSTALLATION:Additional Berliner play equipment to be designed $ 8,527.00 $8,527.00
and installed that will add more play value to the east side 5-12 play area.
BONDING:Required Performance and Payments Bonds $ 10,000.00 $10,000.00
This Quote does NOT include Sales Tax.Applicable sales Tax will be charged and collected at time of
Invoice unless a Tax Exemption Certificate is provided.
Total $203,195.00
(Acknowledge With Initials)Credit Cards:ABcreative will accept American Express,MasterCard,and Visa credit cards for the payment
of Invoices.Those who wish to pay with a credit card after utilizing NET TERMS will be subject to a 3.5%service fee applied at the time of payment.
(Acknowledge With Initials)Deposits:Manufactures that require a Material Deposit must be paid at the time of order or Executed
Contract.Deposits are NOT subject to retainage.Non-payment of Deposit Invoices will not result in penalty to ABcreative.
The Material Deposit required for this order is: $0.00
Page 1 of 2
EXHIBIT G
CITY OF
RIVERSI
MISSOURI
Upstream from ordinary.
NOTICE TO PROCEED
DATE: July 3rd, 2019
PROJECT: Design and Installation of Playground for E.H. Young Riverfront Park
PROJECT NO.: 073-019
RESO: (approved 07/02/19)
TO: Contractor:
(address)
You are hereby notified to commence work on or after the 3rd day of July, 2019 in accordance with the
Agreement dated 07/02/19.
The date of substantial completion is 11/15/2019. The project shall be completed and ready for final
payment by 11/27/2019.
CITY OF RIVERSIDE (Owner)
BY:
Brian E. Koral, City Administrator
Receipt of the above NOTICE TO PROCEED is hereby acknowledged
BY:
(Signature) (Printed)
(Title) (Company)
this the day of , 20
EXHIBIT H
APPLICATION FOR PAYMENT
Continuation Sheet for Application for Payment
(Contact Capital Projects and Parks Manager,Noel Challis with the City of Riverside for
an electronic version nchallis(&riversidemo.com or by calling 816-372-9028)
crrr[� PA7APlIBORYIQ�lG� Ra:mi
nsk-�v ari.��
a mamrmsas�G _ vrrm�nmca G - rorramame.osmem.o.om.�meaew
_ ] omvraaaeoambsM-umA L -
a va.aso�sm.armm�o.S - �]:am=G - sn.rirnwn]®]moa-mom
E hR]�M1syc 4 - ea R.l�v�sm G -
�m.m,rs-.mom S -
[�vmP@dMfWfPLas9�a.lw G - imrYmial�PRabap<rad.-®eLJfs
Yar}4Sme�amem Emu
errdeo.D� r.w•eao�trA.re a.om.]ow. "
�vapuomTiLL°SYtsdaDS CiIB�nrpgr Ea�]®�CoC�]6maiu]..[vsa.W N.�c
mne(m®oow.m.sa.vm� m]a]mm9bd0mrmlCpa!]�ttr6� 19vo Aht�
�m�ame®m� �®byCam�e�b��wtl�nbb9iot.�9r
trq�R.µy,wME.l�ln ' [�O�]Y�.iR.�a�GrlSnBtr]0s RP.&
m...ts.smoonm•.sm�.etr aa�] emrq,���m.ts�mtri. °�
D aavin.+wr.�o.oammrea®,ms®am.ino.c��raa�-
�u.u..c.m �m..nyam� r.�Yem�t�kSWnu7flttcttCm eom`IDaD®r��6w
res c�Cbr a G curMq&-4m--&
�.e.e��c®aswmoo-.w r aea. sfs»� mm
VW
amenmar�.w.:
eery QWWb RPd m
RI.�PM].E
ay s
CV
t� nr. Gamna ror s
He d� U.1! Y SI®R Yrmi, 4Y3Y Sdr
8
]
6
D
D
4
S -
EXHIBIT I
CHANGE ORDER
(Contact Capital Projects and Parks Manager,Noel Challis with the City of Riverside for an
electronic version nchallis(a,riversidemo.com or by calling 816-372-9028)
eTTY OF CHANGE ORDER NO. PaaeNu� t a_
RIVERS #gfPgsA2sdv _
M!"UP1 Contractor Name: vatemxar
Project Name:
Project Number.
C.=Date: The following changes to the original contract amount were required to ewer cost incurred by the
Prcl_ttxatimc Riverside,Missouri Contractor"to reflect savings realized by the Contractor—a result of a change in the actual
constructed quand9es from the.estimated quantities shown on the Bid Proposal.
Contact Canaaar Ctmfta or .
Line tin ND. Preuias Pnzriaus PreAcus REQUIRED CHANGES IN PRESENT CONTRACT
CW Unh Prix A—m:
ItemDesra'yGcn SReason for Change O:der{P(easedescTbe��m below and drcnfotarn2Jt reasonfor h nge OrdEr) Neer or N—or N4 'or
0.0 50.00 Una 1j Requested by City?/UnknovmSie Condtas 3)Not moarporazed"n ptlm%pecs Adp:sled Un�ce Am6s:t
Sam LS I Sgpg
50.00
0.03
5000 MW
50.00 10-0
50.00 MM
P,_TomI 50.00 150.07
A*.tad Tota SOLO
Nq Qznp 5090
StaterrentofContract
Orgnal CoreactAmourrt SO.s'b
NSAmwuu of Pn:viora Addiears are 5007
Ns CcrmactAmt rd PriermTlfs Request 50.01
Am ,cfThls Re--st SO.00
ontras Amount
K w C50.00
Percent Charge in Centrad Arnmw r•-DNV
DESIGN ENGINEER: CITY OF RIVERSIDE,MISSOURI:
CmPa'7 Traver Koorer _-gtea Date
carte Fro[e2 City Admixtistrator.
�. Gmg W. :flee] Date
DaY:
CONTRACTOR: ON-SITE PROJECT MANAGER:
CONTRACTOR'S Certification for Chance Order ON-SITE PROJECT MANAGER Certification for Chane.Order:
T.le unN_tsgnet CDNTPA.CTDRLE:JIISTc aA Nacgs (<I a0mtdl'b2 s�fdl the Contrera Cacrosra,dY-OnSt^obSENUPSS,and
0?S Dec a:i?aye rSY653ry M order fW TR CONTRACTOR to Lie data WrTrmN this Ct- order.dY L1"W
0e P'cn gees a Wedgies
pOR2d bent eaeafJMOrTe CN:�daTNfv,anO pI:Te 15th.U•m.r that b CQ best of rile 0n-SIIE PDI mJ�32y;�'�Mled9'.
roues"ed at".are mI enacts-P-mi o ere overt 6dennarmi and beref d,.e above mfx ed am rx s
rcu ners -ssy n order m
aGxtpatea tn.^w:r:us chary adr. pa:eed mch ate exetutcn a th mract dcarnera,and tha:�vaE:es
stWed above are coned wth respect to Nae rmrk antCpatcd ubeer the ch r{q orris.
CY. Curparry:
Nem FMIe]: Nam-PGm-d
+gt¢ s r,¢
O.W. Dale.
CiTY OF EXHIBIT J
RIVERSIDE
�MLSSO�URI Certificate of Substantial Completion
(to be completed after substantial completion of theproject)
Project Name: Design and Installation of Playground for E.H. Project#: 073-019
Young Riverfront Park
Owner of Project: City of Riverside
This [tentative] [definite] Certificate of Substantial Completion applies to:
❑ All Work under the Contract Documents: ❑ The following specified portions of the Work:
Date of Substantial Completion
The Work to which this Certificate applies has been inspected by authorized representatives of Owner,
Contractor, and Engineer, and found to be substantially complete. The Date of Substantial Completion
of the Project or portion thereof designated above is hereby declared and is also the date of
commencement of applicable warranties required by the Contract Documents, except as stated below.
A [tentative] [definitive] list of items to be completed or corrected is attached hereto. This list may not
be all-inclusive, and the failure to include any items on such list does not alter the responsibility of the
Contractor to complete all Work in accordance with the Contract Documents.
The responsibilities between Owner and Contractor for security, operation, safety, maintenance,
heat,utilities, insurance and warranties shall be as provided in the Contract Documents except as
amended as follows:
❑Amended Responsibilities ❑Not Amended
Owner's Amended Responsibilities:
Contractor's Amended Responsibilities:
The following documents are attached to and made part of this Certificate:
This Certificate does not constitute an acceptance of Work not in accordance with the Contract
Documents nor is it a release of Contractor's obligation to complete the Work in accordance with
the Contract Documents.
Executed by Engineer (Print& Sign) Date
Accepted by Contractor (Print& Sign) Date
Accepted by Owner (Print& Sign) Date
EXHIBIT K
AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW
(to be completed at conclusion of project)
upon being duly sworn upon my oath state that:
(1)I am the of ;
(2)all requirements of Section 290.210 to 290.340.RSMo,pertaining to the payment of wages to workers
employed on public works projects have been fully satisfied with regard to this Contractor's work on Design and
Installation of Planround for E.H.Young Riverfront Park(Project No.073-019);
(3) I have reviewed and am familiar with the labor standards provisions and prevailing wage rules
established by the Missouri Department of Labor and Industrial Relations Division of Labor Standards;
(4) based upon my knowledge of these rules, including all occupational titles set out in the applicable
regulations,I have completed full and accurate records clearly indicating:
(a)the names,occupations,and crafts of every worker employed by this Company in connection with this
Project together with an accurate record of the number of hours worked by each worker and the actual
wages paid for each class or type of work performed,
(b)the payroll deductions that have been made for each worker, and
(c)the amounts paid to provide fringe benefits, if any,for each worker;
(5)the amounts paid to provide fringe benefits,if any,were irrevocable paid to a trustee or to a third party
pursuant to a fund,plan, or program on behalf of the workers;
(6)these payroll records are kept and have been provided for inspection to the authorized representative
of the City of Riverside and will be available,as often as may be necessary,to such City and such other regulatory
agencies as may be deemed necessary;
(7)such records shall not be destroyed or removed from the State of Missouri for one(1)year following
the completion of Contractor's work on this Project;
(8)when in effect,the requirements of Sections 290.550 through 290.580 RSMo.Pertaining to excessive
unemployment were fully satisfied;and
(9)there has been no exception to the full and complete compliance with the provisions and requirements
of the wage orders applicable to the Agreement and Contract Documents.
The matters stated herein are true to the best of my information, knowledge, and belief. I
acknowledge that the falsification of any information set out herein may subject me to criminal prosecution.
Contractor Signature
Printed Name
Subscribed and sworn to me this day of 120
Notary Public
My Commission expires:
EXHIBIT L
CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
(to be completed at conclusion of project)
Design and Installation of Playground for E.H. Young Riverfront Park(Project No. 073-019)
STATE OF )
SS:
COUNTY OF )
The Undersigned, of lawful age, being first duly sworn, states under
oath as follows:
1. I am the of who is the general
CONTRACTOR on the above referenced project.
2. All payrolls,material bills,use of equipment and other indebtedness connected with the Work for this Project have
been paid and all Claims of whatever nature have been satisfied,as required by the Contract.
3. (❑) Prevailing wage does not apply;or
(❑) All provisions and requirements set forth in Chapter 290, Section 290.210 through and including 290.340,
Missouri Revised Statutes,pertaining to the payment of wages to workmen employed on public works projects
have been fully satisfied and there has been no exception to the full and complete compliance with these
provisions and requirements and the Annual Wage Order contained in the Contract in carrying out the Contract
and Work. CONTRACTOR has fully complied with the requirements of the prevailing wage law as required
in the Contract and has attached affidavits from all Subcontractors on this Project,regardless of tier,affirming
compliance with the prevailing wage law as stipulated in the Contract.
4. CONTRACTOR certifies that each Subcontractor has received full payment for its respective work in connection
with the Contract.
5. This affidavit is made in behalf of the CONTRACTOR for the purpose of securing from the City of Riverside,
Missouri,the certification of completion of the Project and receiving payment therefore.
CONTRACTOR
By
Title
On this day of 20—before me appeared
to me personally known to be the
of , and who
executed the foregoing instrument and acknowledged that (s)he executed the same on behalf of
as its free act and deed.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal on the day and year first
above written.
My commission expires: Notary Public
EXHIBIT M
SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
(to be completed at conclusion of project)
Design and Installation of Playground for E.H.Young Riverfront Park(Project No. 073-019)
STATE OF )
SS:
COUNTY OF )
After being duly sworn the person whose name and signature appears below hereby states under penalty of perjury that:
1. I am the duly authorized officer of the business indicated below (hereinafter Subcontractor) and I make this
affidavit on behalf of Subcontractor in accordance with the requirements set forth in Section 290.290,RSMo. Subcontractor
has completed all of the Work required under the terms and conditions of a subcontract as follows:
Subcontract with: ,Contractor
Work Performed:
Total Dollar Amount of Subcontract and all Change Orders:$
2. Subcontractor fully complied with the provisions and requirements of the Missouri Prevailing Wage Law set forth
in Sections 290.210,RSMo through 290.340,RSMo.
Business Entity Type: Subcontractor's Legal Name and Address
�) Missouri Corporation
(_) Foreign Corporation
�) Fictitious Name Corporation
(� Sole Proprietor
L� Limited Liability Company Phone No.
L� Partnership Fax:
(� Joint Venture E:mail:
(_J Other(Specify) Federal ID No.
I hereby certify that I have the authority to execute this affidavit on behalf of Subcontractor.
By:
(Signature) (Print Name)
(Title) (Date)
NOTARY
Subscribed and sworn to before me this day of 120
My Commission Expires:
(Signature)
EXHIBIT N
ENGINEER/CONSULTANT'S CERTIFICATION
For Acceptance and Final Payment
(to be completed at conclusion of project)
City of Riverside,Missouri
Project Name: Design and Installation of Playground for E.H. Young Riverfront Park
Project No: 073-019
Contractor:
Contract Date:
Date of Completion and Acceptance:
The Contractor has notified me that he has completed all work in accordance with the Contract Documents
and that it is functioning properly.
I hereby certify that a final inspection of all work under the Contract Documents was conducted by me
and to the best of my knowledge; the work has been completed in accordance with the shop drawings and
specifications and is functioning properly.
I have approved all payment estimates, and prepared and received approval of all change orders. I have
received the required certifications; instructions for operating the equipment, manuals, and other documents that
are applicable to this project from the Contractor and have delivered them to the City.
The City is now responsible for the security, operation, safety, maintenance,and insurance as applicable
to the project. The Contractor will warranty all specified work for a period of one (1)year(or a longer period if
governed by Missouri Statutes) from this date of completion. Notification has been given to the proper
Government agencies that the work is completed.
I recommend, under the provision of the Contract Documents that the Work be accepted and that final
payment be made.
Executed by the Engineer on this day of ,20
Signature:
(SEAL) Typed Name:
The work described above accepted by the consultant is hereby acknowledged and final
payment authorized.
Kathleen L Rose, Mayor
(SEAL) Date:
Attest:
Robin Kincaid, City Clerk
cc: Contractor