HomeMy WebLinkAboutR-2021-032 Awarding Bid for 2021 Wayfinding Sign Project to Star Signs, LLC RESOLUTION NO. R-2021- 032
A RESOLUTION AWARDING THE BID FOR THE 2021 WAYFINDING SIGN PROJECT AND
APPROVING THE AGREEMENT BETWEEN THE CITY AND STAR SIGNS, LLC FOR SUCH
PROJECT
BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE,
MISSOURI AS FOLLOWS
THAT the bid of Star Signs, LLC for the 2021 Wayfinding Sign Project in the amount of
$126,850.00 is hereby accepted and approved-, and
FURTHER THAT an agreement by and between the City of Riverside and Star Signs, LLC,
in substantially the same form as attached hereto and incorporated herein by reference, is hereby
authorized and approved, and the Mayor is authorized to sign such agreement on behalf of the
City; and
FURTHER THAT the Mayor, the City Administrator, and other appropriate City officials
are hereby authorized to take any and all actions as may be deemed necessary or convenient
to carry out and comply with the intent of this Resolution and to execute and deliver for and on
behalf of the City all certificates, instruments, agreements, and other documents, as may be
necessary or convenient to perform all matters herein authorized.
PASSED AND ADOPTED by the Board of Aldermen the 5th day of April 2021.
tl�t�
K4hleen L. Rose, May r
ATT_ST:
Robin Kincaid, City Clerk
2021 Wayfinding Sign Project 350-082
Page 1
REQUEST FOR BID
2021 Wayfinding Sign Project
ADMINISTRATIVE INSTRUCTIONS
The City of Riverside is requesting bids for the design, production, and installation of wayfinding
signs throughout the City. All project elements must meet the minimum specifications
provided with this bid package.
Bids will be accepted until 10:00 a.m. on Friday, March 26, 2021. At that time, all bids received
will be publicly opened and the bids shall be recorded. After the bid opening, the City will
evaluate bids for completeness and prepare a recommendation for acceptance to the Riverside
Board of Aldermen.
No bids will be accepted after the above stated date and time. Mailed bids that are delivered
after the specified time will not be accepted regardless of the postmarked date or the time on
the envelope. No responsibility shall be attached to any employee receiving the bids, or to the
City of Riverside, if the bid is not received by the deadline noted above.
Complete bid packets can be downloaded from the City web page at
www.riversidemo.com/rfps. If necessary, addenda will be posted to the website and it is the
proposer's responsibility to download, review, sign, and include addenda with their proposal.
The City reserves the right to accept or reject any or all bids, to waive irregularities and/or
informalities and to disregard all non-conforming, non-responsive, unbalanced or conditional
proposals. The City of Riverside complies with all Equal Opportunity requirements. All qualified
proposers will receive consideration without regard to race, creed, color, national origin, sex,
marital status, religion, ancestry, mental or physical handicap or age.
2021 Wayfinding Sign Project 350-082
Page 2
GENERAL TERMS AND CONDITIONS
These General Terms and Conditions apply to all Offers made to the City of Riverside(hereafter"City")
by all prospective vendors/proposers (herein after referred to as "Bidder") regarding this City
Solicitation,titled 2021 Wayfinding Sign Project.
A. CONTENTS OF BID
1. Bidders shall thoroughly read the project requirements and specifications, and shall examine
any drawings and documents which may be incorporated into the Bid documents.
2. Bidders shall make all investigations necessary to thoroughly inform themselves regarding the
facilities affected by the delivery of services, materials, and equipment as required by the Bid
conditions. No plea of ignorance by the Bidder of conditions that exist, or may hereafter exist, as
a result of failure to fulfill the requirements of the contract documents,will be accepted as the
basis for varying the requirements of the City or the compensation to the Bidder.
3. Bidders are advised that all City contracts are subject to all legal requirements contained in City
Ordinances and State and Federal Statutes governing purchasing activities.
4. Bidders are required to state the exact intentions of their offer to the City via this Solicitation
and must indicate any variances to the terms, conditions, and specifications of this Solicitation,
no matter how slight. If variations are not stated in the Bidder's Offer, it shall be construed that
the Bidder's Offer fully complies with all conditions identified in this Solicitation.
B. CLARIFICATION AND MODIFICATION OF BID SOLICITATION
1. Apparent silence or omissions within this Bid Solicitation regarding a detailed description of the
materials and services to be provided shall be interpreted to mean that only the best
commercial practices are to prevail and that only materials and workmanship of first quality are
to be used.
2. If any Bidder contemplating submitting a Proposal under this Solicitation is in doubt as to the
true meaning of the specifications,the Bidder must submit a written e-mail request for
clarification to the City's Contact.The Bidder submitting the request will be responsible for
ensuring that the City receives the request by noon on March 17`h, 2021.
3. Any official interpretation of the Bid Solicitation must be issued in writing by the City's Contact
who is authorized to act on behalf of the City, or by the City Attorney.The City shall not be
responsible for other interpretations offered by employees of the City who are not authorized to
act on behalf of the City for this project.
4. If necessary,the City may issue a written addendum to clarify or inform of substantial changes
which impact the technical submission of Bids.Addenda will be posted to the website and it is
the Bidder's responsibility to download addenda. The Bidder shall certify its receipt of the
addendum by signing the addendum and returning it with its Bid. In the event of a conflict with
2021 Wayfinding Sign Project 350-082
Page 3
the original Bid Solicitation documents,addenda shall supersede all other documents to the
extent specified. Subsequent addenda shall govern over prior addenda only to the extent
specified.
C. PRICING, COLLUSION, AND TAXES
1. Current Prices. Bid Proposals must be fixed and firm unless stated otherwise in the Bid
Solicitation.
2. Discounts. Discounts shall not be considered in determining the lowest net cost for Bid
evaluation purposes. Payment terms shall be as set forth in any contract executed between the
City and the Bidder. Payment by the City is deemed to be made on the date of the mailing of the
check,or as otherwise set forth in any contract executed between the City and the Bidder.
3. Collusion.The Bidder, by affixing its signature to this Proposal,certifies that its Proposal is made
without previous understanding, agreement, or connection either with any persons, or entities
offering a Bid for the same items, or with the City.The Bidder also certifies that its Bid is in all
respects fair, without outside control, collusion,fraud, or otherwise illegal action.
4. It shall be understood and agreed that Bid Offers submitted by persons and entities are done so
independently of any other offers,and that Bidders will not knowingly participate in solicitations
where there exists a conflict of interest with their entity and a member of City staff or their
immediate family.
5. Taxes. Bidders will neither include Federal,State, nor applicable Local excise or sales taxes in bid
prices,as the City is exempt from payment of such taxes.The Missouri Department of Revenue,
Certification of Exemption for Missouri State Sales/Use Tax account number for the City of
Riverside is 12493121.An exemption certificate will be provided, where applicable, upon
request.
D. PREPARATION AND SUBMISSION OF BID
1. The Proposal must be typed or legibly printed in ink.All corrections made by the Bidder must be
initialed in ink by the Bidder or its lawful agent.
2. Bid Proposals must contain a manual signature of an authorized agent of the Bidder in the space
provided on the Bid Proposal Form. If the Bidder or its lawful agent fails to sign the Bid Proposal
Form, its Bid shall be considered non-responsive and ineligible for award.
3. Unit prices shall be provided by the Bidder on the Bid Proposal Form when required in
conjunction with the prescribed method of award.The Bidder shall enter"No Bid"for each item
where a unit price will not be offered. Where there is a discrepancy between the unit price and
the extension of prices,the unit price shall prevail.
4. The delivery and/or completion dates) provided by the Bidder, if required, must be stated in
calendar days,following receipt of order/contract or official notice to proceed.
2021 Wayfinding Sign Project 350-082
Page 4
5. All information and supplemental documentation required in conjunction with this Bid shall be
furnished by the Bidder with its Bid Proposal. If the Bidder fails to supply any required
information or documents,the City, in its sole discretion, may consider the Proposal non-
responsive.
6. The accuracy of the Bid is the sole responsibility of the Bidder. No changes in the Proposal shall
be allowed after the submission deadline,except when the Bidder can show clear and
convincing evidence that an unintentional factual mistake was made, including the nature of the
mistake and the price actually intended.
7. The Bid Proposal Form shall be enclosed in a sealed envelope and addressed to the City.The
envelope shall clearly identify the bid number and title when submitted to the City.The Bidder
shall also include its name and address on the outside of the envelope.
8. The City's Bid Proposal Form,which is attached to this Bid Solicitation, must be used when the
Bidder is submitting its Bid Proposal.The Bidder shall not alter this form unless instructed to do
so in writing by the City. Failure to use the City's Bid Proposal Form may result in the Bid being
considered non-responsive.
9. Offers in response to formal Bid Solicitations will not be accepted by facsimile or electronic
transmission. Only signed written offers will be considered responsive,and eligible for possible
award. Bidders shall provide Proposal Forms, Statement of Work/Technical Offer Section,
Special Conditions, Specifications and Pricing Form,and any other mandatory submittals with
the bid.
10. Bidders who qualify their Proposals by including alternate contractual provisions should be
aware that the City does not negotiate the terms of its contracts,and will ordinarily declare such
Bid Proposals non-responsive. Once bids have been opened,the City shall not consider any
subsequent submissions of alternate terms and conditions.
11. Bid Bonds (5%of total bid price) and performance and payment bonds(100%of total bid price)
are required on construction projects over$50,000. See attached agreement.
12. Insurance certificates are required after a Notice of Award has been issued. Costs for additional
coverage must be accounted for in the Bidder's proposal cost.
13. Bid Proposals received after the submission due date and time prescribed for the solicitation
shall not be considered.
E. MODIFICATION OR WITHDRAWAL OF LEGITIMATE OFFERS
1. Bidder offers may be modified in the form of an official written notice,and must be received
prior to the due time and date set forth in the Bid Solicitation. Each modification submitted
must have the Bidder's name and return address and the applicable bid number and title clearly
marked on the face of the envelope. If more than one modification is submitted,the
modification bearing the latest date of receipt by the City will be considered the valid
modification.
2021 Wayfinding Sign Project 350-082
Page 5
2. Bids may be withdrawn prior to the due time and date set for the Solicitation, provided it is in
the form of an official, authorized written request.
3. Proposals may not be modified or withdrawn after the due date and time set for the Bid
opening for a period of ninety(90) calendar days. If a Bid Proposal is modified or withdrawn by
the Bidder during this ninety(90)day period,the City may,at its option, place the Bidder on
suspension and may not accept any further Bid Proposals from the Bidder for a period set by the
City following the Bidder's modification or withdrawal of its Proposal.
F. EVALUATION OF OFFERS
1. Offers shall be evaluated based upon their responses to the questions and requests for
information in this Bid Solicitation, and based upon whether and to what degree they comply
with the instructions set forth herein.Thoroughness, accuracy,veracity, and professionalism in
the responses shall be taken into account.
2. The City may, in its sole and absolute discretion:
a. Reject any and all, or parts of any or all, Bid Proposals submitted by prospective Bidders;
b. Re-advertise this Solicitation;
c. Postpone or cancel the Bid process for this Solicitation;
d. Waive any irregularities or technicalities in proposals received in conjunction with this
Solicitation;
e. Determine the criteria and process whereby Proposals are evaluated and awarded.
G. AWARD OF CONTRACT
1. The City's Contact is authorized to handle initial contacts regarding any protest of the
solicitation or award of a City contract, or any claim arising out of the performance of a City
contract,with the City Administrator's approval.Any actual or prospective Bidder or Contractor
who has a grievance in connection with the solicitation or award of a contract shall first seek
resolution of the matter with the City's Contact.
2. If the City Administrator or City designee does not,within thirty(30)days after receiving a
protest, or within such longer period as may be agreed upon by the parties, issue a written
decision on the protest or make a determination that award of the contract is necessary,the
protest shall be considered denied.
H. CONTRACTUAL OBLIGATIONS
In order to ensure the efficient utilization of tax dollars,successful Bidders shall comply with all
contractual obligations contained in the Contract Documents, as set forth in the contract signed by the
2021 Wayfinding Sign Project 350-082
Page 6
City and Bidder.A sample agreement that Bidder will be expected to sign is supplied with these in
Exhibit 4.
SPECIAL CONDITIONS
A. CONTACT PERSON
During the course of this request process,from issuance until a recommendation for award, Bidders
shall not initiate contact related to this request with anyone other than the officially designated
individual:
For this bid the contact is Mike Duffy at 816-741-3993 or email:mduffv@riversidemo.com
B. QUESTION DEADLINE
All questions regarding this Request for Proposal shall be directed by email to Mike Duffy,
mduffv@riversidemo.com. All inquiries shall clearly identify the name of the firm and the authorized
representative,the Bid Title and a method or address to which the responses shall be made.
The deadline for receipt of questions from Bidders in regards to this Bid is noon on March 17th, 2021.
Responses will be prepared by the City in an addendum and published on the City of Riverside web site
at:www.riversidemo.com/rfps. The responses in writing are the only official answers.
C. SUBMITTAL INSTRUCTIONS
The City desires to receive a clear, concise, economical presentation of the vendor's proposal. Bidders
shall submit the following originals with their bid:
1. Bid Form—Variations
2. Bid Form—Pricing
3. Bid Bond—Security
4. Experience Questionnaire
5. Proposed project schedule
6. Signed bid addenda
Submit all of the above in a sealed envelope with the bidder's name, project number, and project name
clearly written on the envelope. Failure to submit a proposal in the manner indicated may be cause for it
to be considered 'non-responsive'and ineligible for consideration and subsequent award.
i
Excellence in, Environmenial Graphic,
1
March 26,2021
PROPOSAL FOR WORK
City of Riverside
Attn: Michael Duffy
295o N.W.Vivion Road
Riverside,MO 64150
RE: Request for Bid
2021 Wayfinding Sign Project
TO PROVIDE:
Star Signs LLC respectfully submits this price quote to provide and install all signage for the above
referenced bid package. All construction,materials,finishes,and installation methods conform to bid
document drawings and specifications or as otherwise described in this proposal.
Pricing is based upon information and drawings provided at time of bidding and subject to change based
upon engineering requirements,revised specifications,changes in scope,or significant price increases
from vendors. Except as described herein,our price is confirmed for thirty(3o)days.
Scope of Work:
• (1)Street Wayfinding Sign—Two-panel
• (7)Street Wayfinding Signs—Three-panel
• (8)Trail Wayfinding Signs—Three-sided graphics
• (15)Trail Wayfinding Sign—Four-sided graphics
I All signs to be aluminum construction with high quality acrylic polyurethane painted finish
Street sign graphics to be 3M high intensity prismatic sheeting,Series 393oreflective graphic
sheeting Series 3930
• All street signs to have break-away bases
• Price includes excavation,form work,concrete,and complete installation of signs in approved
locations
Price Includes:
• Shop drawings for approval(includes initial drawings and one revision). Additional revisions
billed at$65 per hour
• Certified engineer stamp on drawings
• Material and color samples—bid includes one(1)set only;additional samples will be an extra
cost
• Field verification of measurements(if required)prior to shop drawings and fabrication
• Complete fabrication and finishing of all signage
• Complete project management and coordination of fabrication and installation
schedules with City of Riverside or related trades as required
• Installation of all signs in approved locations
STAR SIGNS, LLC
801 EAST NINTH STREET
LAWRENCE,KANSAS 66044
P 785.842.4892 1 F 785.842.2947
W W W.STARSIGNSLLC.COM
9.
• Prevailing wage for on-site personnel
• Touch up/clean up
• As-builts and instructions
• These prices are for the complete project as described;if any items are omitted,we reserve the
right to re-price
Price Excludes:
• Permits and procurement as required
• Performance bonds
• Mock ups and prototypes
• Sign programming or content development
{ • Final creation of digital print artwork; Star Signs to provide"Digital Art Submittal Guidelines"
for required formats
1 Primary electric to be brought to sign locations by others
• Locates for privately owned utility
■ Excludes pavement cutting or core drilling
• Rock,poor soil conditions,water in excavations and other unforeseen site conditions may incur
additional charges.
• Lane closures and associated fees,MoDOT permits or traffic control plans
• Overtime charges due to circumstances beyond our control
• Excludes sales tax or use taxes
Subtotals:
Item 1: Street Wayfinding Signs-2 Panel/Installed................................................$ 11,60o.00
Item 2: Street Wayfinding Signs-3 Panel/Installed(7 @ $11,950)........................$ 83,650.00
Item 3: Trail Wayfinding Signs-3 Sided Graphics/Installed(8 @$1,325)............$ 10,600.00
Item 4: Trail Wayfinding Signs-4 Sided Graphic/Installed(15 @$1,400)...........$ 21,000.00
TotalAll Items..................................................................................... $126,850.00
Terms: - - —1
• Monthly progress billing for work completed in our shop or in the field I
• Balance due at time of delivery or installation. A finance charge of 1.5%per month shall apply to
late payments.
We appreciate the opportunity to bid on this project. Please call me if you have any questions or need
further information.
Thank you,
4-4- A4o4_Shelley osahl
Vice President/Sales
STAR SIGNS, LLC
801 EAST NINTH STREET
LAWRENCE,KANSAS 66044
P 785.842.4892 1 F 785.842.2947
W W W.STARSIGNSLLC.COM
10.
2021 Wayfinding Sign Project 350-082
Page 7
BID FOR UNIT PRICE
To: City of Riverside,Missouri
Project: 2021 WAYFINDING SIGN PROJECT
Project No.: 350-082
Date: March 26, 2021
Proposal of Star Signs, LLC. (hereinafter called "Bidder") a
corporation/partnership/individual/or other entity organized and existing under the laws of the State of
Kansas a corporation/partnership/ or individual doing business as
Star Signs, LLC.
To the City of Riverside, Missouri (hereinafter called "City")
To Whom It May Concern:
The Bidder, in compliance with your invitation for bids for the construction of the above referenced
project having examined the specifications with related documents and the site of the proposed work,
and being familiar with all of the conditions surrounding the construction of the proposed project
including the availability of materials and labor, hereby proposes to furnish all labor, materials, and
supplies, and to construct the project in accordance with the contract documents, within the time set
forth therein,and at the prices stated below.These prices are to cover all expenses incurred in performing
the work required under the contract documents,of which this proposal is a part.
Bidder hereby agrees to commence work under this contract on or before a date to be specified in written
"Notice to Proceed"of the City and to substantially complete the project within one hundred twenty(120)
consecutive calendar days thereafter as stipulated in the specifications.
Bidder agrees to perform all of the project work described in the scope of work, for the unit prices
contained in the attached Bid for Unit Price attached hereto. The total bid amount is:
($ 126,850 )
The unit prices attached shall include all labor, materials, bailing, shoring, removal, overhead, profit,
insurance, etc., to cover the finished work of the several kinds called for. Changes shall be processed in
accordance with Article VII of the Agreement.
Bidder understands that the City reserves the right to reject any or all bids and to waive any informality
in the bidding.
The bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 calendar days
after the scheduled closing time for receiving bids.
11.
2021 Wayfinding Sign Project 350-082
Page 8
Upon receipt of written notice of the acceptance of this bid, bidder will execute the formal agreement
attached by noon on April 1, 2021.
The bid security attached in the sum of Dollars
($ ) is to become the property of the City in the event the Agreement and all
Contract Documents, including the Performance and Payment Bonds, are not executed within the time
above set forth,as liquidated damages for the delay and additional expense to the City caused thereby.
THE UNDERSIGNED BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE
CITY OF RIVERSIDE, MISSOURI BECAUSE OF SUCH REJECTION, AND THE FILING OF ANY BID IN RESPONSE
TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS.
The undersigned hereby affirms that:
• He/she is a duly authorized agent of the Bidder;
• He/she has read the General Terms and Conditions, the Special Conditions and any technical
specifications that were made available to the Bidder in conjunction with this Bid and fully
understands and accepts these terms unless specific variations have been expressly listed on the
Bid Proposal Form;
• The Submission is being offered independently of any other Bidder and in full compliance with
the collusive prohibitions specified in the General Terms and Conditions of this solicitation; and
Respectfully submitted:
(SEAL-if bid is by a corporation)
By
Agent Printed Name: Kelley Rosdahl
Title: Vice President/Sales
Street: 801 E.9th Street
Lawrence, KS 66044
City,State,Zip:
Phone: 785.856.2435
4
Fax:
Email: shelleyr@starsignsllc.com
12.
2021 Wayfinding Sign Project 350-082
Page 9
BID FORM - VARIATIONS
Company Name: star signs, LLC.
VARIATIONS: NOT APPLICABLE
The Bidder shall identify all variations and exceptions taken to the General Terms and Conditions,the
Special Conditions,and any Technical Specifications in the space provided below; provided, however,
that such variations are not expressly prohibited in the Bid documents. For each variation listed,
reference the applicable section of the bid document. If no variations are listed here, it is understood
that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such
variations may be cause for determining that the Bid Proposal is non-responsive and ineligible for
award:
i
Page#: Item#of Section:
Variance
Page#: Item#of Section:
Variance
i
I
Page#: Item#of Section:
Variance
13.
2021 Wayfinding Sign Project 350-082
Page 10
BID FORM - PRICING
CONTRACTOR: Star signs, LLC.
ITEM BID ITEM DESCRIPTION EST.
� UNIT UNIT PRICE PRICE EXTENSION
NO.
1 Street Wayfinding Signs-2 panel 1 EA 11,600 11,600
2 Street Wayfinding Signs- 3 panel 7 EA 11,950 83,650
3 rail Wayfinding Signs—3 sided g EA
1,325 10,600
graphics
4 rail Wayfinding Signs—4 sided
15 EA 1,400 21,000
graphics
126,850
TOTAL BID
Item NO. 1
• Includes the supply and installation of the street wayfinding signs with 2 panels.
Item NO.2
• Includes the supply and installation of the street wayfinding signs with 3 panels.
Item NO.3
• Includes the supply and installation of the trail wayfinding signs with 3 sided graphics. The four-sided box
will only have 3 sides with graphics and one side with solid color.
Item NO.4
• Includes the supply and installation of the trail wayfinding signs with 4 sided graphics.
All Items
• Includes all work to restore ground to previous condition.
14.
2021 Wayfinding Sign Project350-082
Page 11
BID BOND - SECURITY
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
Star Signs,LLC 801 Fast 9th Street Lawrence,KS 66044
as PRINCIPAL and
Old Republic Surety Company PO Dox 1635 Milwaukee,WI 53201-1.976_
SURETY, are held and firmly bound unto
tile City of Riverside, Missouri,
("City") in the sum of
Five Percent Dollars ($ 5%
� ( Bid
Security"),for the payment of which sum well and truly to be made,we hereby;ointly and severally bind
ourselves,our heirs,executors,successors,and assigns,firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH,that whereas Principal has submitted a bid dated
March 26th , 2021 , to enter into a contract in writing for the 2021 WAYFINOING
Shit PROTECT(Project No.350-082);
NOW,THEREFORE,
IF said Bid shall be rejected,or in the alternate,
IF Principal shall not withdraw the bid within the period specified therein after the opening of
bids,or,if no period be specified,within ninety(90)days after the bid opening,or in the alternate,
IF said Bid shall be accepted and the Principal shall execute and deliver a contract in the form of
contract attached hereto,properly completed with all attachments and requirements pertaining thereto,
shall in all other respects perform the agreement created by the acceptance of said Bid by noon on April
1,2021 after such Contract Documents are presented to Principal for signature,or in the alternate;
In the event of the withdrawal of the Bid within the period specified,or the failure to enter into
such contract within the time specified,then the Bid Security shall immediately become due and payable
and forfeited to the City as liquidated damages. Principal and Surety agree that this Is a fair and
reasonable approximation of the actual damages incurred by the City for the Principal's failure to honor
its bid and that the liquidated damages in this section are not penal in nature but rather the parties'
attempt to fairly quantify the actual damages incurred by the City for the Principal's refusal to honor its
bid.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety
and its bond shall be in no way impaired or affected by the extension of the time within which the City
may accept such Bid;and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF,the Principal and Surety have hereunto set their hands and seals,and such
of them as are corporations have caused their corporate seals to be hereto affixed and these presents to
be signed by their proper officers,the day and year set forth herein.
15.
2021 WayBndiPg Sign ftOject(350.482}
Page 12
Star Si ns.LLC
PRINCIPAL
By:
(Signature)
Printed Name"R
Title: ?rw s:ACA
Date: 3/26/2021
1 hereby certify that surety is duly licensed to issue bonds
in the State of Missouri and in the jurisdiction in which the
Project is located.
Old Republic Surety Company
SURETY
By:
(Signature)
Printed Name: Ben Williams
Title: Attorney In Fact
Date: 3/26/2021
CO�'a ti
SURETY POWER OF ATTORNEY MUST BE ATTACH® .� .,. ..••.,, A
a
�2 p • h
•Ih•Npaa•.•...•,.
16.
* AA*
OLD REPUBLIC SURETY COMPANY
t
Ayr*
POWER OF ATTORNEY
KNOW ALL MEN HY'(HIiSE PRESENTS: That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance corporation,dorms make,,ennssihde and
appoint:
0.C.PRUETT,DENISE A IVERSON.DALE QEBAUER,SEAN R MILLER SR,MATT J MILLER,HEN WILLIAMS,REBECCA A LILLEY,CF
OVERLAND PARK,KS
Its true and lawlill Altomc�v(s)-in-haet,with titlf power and authority, far and un heha.f of the comp,my a�sure tJ.to fixe r,lc and deliver t,nd affix 0he seal O(thr
company thereto(ifa feat i.,,required),bonds,undertakings,rmognm3nee,or other written obligations in the nature thereof.Bothe,t!rin tail b:u,u.,11.;11
+!opo;ilt:I+h,dtati,r;:<H t[:Ili`_t*!k-wjic' nnitds,11.ur1g;"gt'!!1[i7r alll t'i7r tnri�,Cn:Inrrt7 Ct'9 of ift tml!rnr.fn i,al+(',art:,mak:{;nxa«U-b;tllil•.,<r,!i-irt.(u%nrC:WC"KlI
n+l rt;.tL,r;x ata t;trn.n n.rm!t stirncn;a'( seri l•1 ,a>ltcaln ,the ur icor.9nitr a:t nand, erste.n, Meth c r.:b"t:h b.., crena,va>r:tt'n'eth.rrtot.t'(.J r t..l L'ck I,:,t
h:m,t�l.as Coliuws. _ ,
ALL WRI'i fEN INSI'RUMCNTS
and in bind OLD REPUBLIC SURETY COMPANY Iheteby,and till of the acts nfsaid Atiurneys-in-Fact,pursuant to Ihcsc presents,are ratified and cunrumcd
I hie thaun,eru a not vnhd unlr••pnnrr J o1+'ttturcJ buck ru+used and is tnutti•enkn.'tl Ibis appointment is made under and by aulhorily of Ute board ofdireelnrs
At a special meeting held on Fehruury 18.1982 11110 Power of Allomvry is Biped and sealed by facsimile under and by the+utlu(»ily of the following MMAIdious
adopted by the lw)ard of directors of the OLO R ULIC SURIiI'Y COMPANY on February 18.1982
RESOLVED that,the president,any vice-president,or assistant vice president,in conjunction with the secretary or any assistant secretary,may appoint
attomcya-in-tecr or agents with authority as defined or limited in the instrument evidencing rhe appoinimcnt io each case,fur and on behalFofthe company to
execule and deliver and affix the seul of the company to botnds,undertakings,rccogn maces,and suretyship obligations of all kinds;avid said officers may vernovc
any such altrimoy•in fact or agent and revoke any Power of Attomey previously granted to such persttn.
RE-SOLVED FURTHER.that any fond,undertaking,recugnizunce,or suretyship obligation shalt be valid and binding upon the Company
(i)when signed by the president,any vice president or assistant vice ptacident,and attested and seated(ifa seal he required)by any secretary ur assistant
smyetary:or
(ii)when signed by the:president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and scaled(ifa seal be
rexptired)by a duly authorized attomey-in-lint or agent;or
(iii)when duly executed and scaled(ifa sea)be required)by one or more attorneys-in•facl or agents pursuant to and within the limits of the authority
evidenced by the Power of Attorney,issued by the company to such person or,peryoas,
! RHSOLVED FUR"frfFR.that the signctlure of any authorized officer and the seal of the company may be alTixed by facsimifc la any Power of Attomey or
Certification there of aitlhurizing the execution and delivery of any bond,undertaking,recu6nvnnce,or other suretyship obligations of the company-,and such
signature and seel when NO used shall have the same fusee and effect as thoupit manually aRized,
IN WITNESS WHEREOF.OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be
affixed this ND" day of__ DFCEMBL'_R,2019,
OLD REPUBLIC SURETY COMPANY
AF
eE $1A4
//0 44
STATF OF WISCONSIN,COUNTY OF WAUKESHA-SS pr•aideni
On this `ND day of DNCRM&FR,2019 ersunally came:heroic me, n.Pavlic and
—KfwiiD.Ablhr,__ to me known to he the individuals and officers of the OLD REPUBLIC SURETY COMPANY who cxwutcd the above
instrument.and they each acknowledged the execution of the same,and being by me duty swam,did severally depose and say; that they are the said officers of the
corporation aforesaid,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signMure;;as xueh officers
were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation
t+'p Ntn•ry Public
My cotmnission expires:—__h/MOW,"
CL'RTIFICA'I•!_ (Expiration of notary commission does not invalidate this Instrument)
1.Ibc undersigned,assistant secretary of the OLD REPUBLIC SIJ Rf?TY COMPANY,a Wisconsin corporation,CERTIFY that the Wreguing and attached Powcr
of Attorney remains in full force and has not been revoked;and fti thermore,that the Resolutions of the board of directors sol froth in the Power of Attorney,arc now in
louse
40-2838 r.r.trrrrr��
•ere,, su•a, Stgncd ,,` G t�I a4tI1C 11y,9;Brookkid.WI this 26th day of MArCh_ . 2021
SEAL tf°'�� •
Ty R fOR
c •+, r r i tyQ �.• Ci: Ass{start my
R G MILLER INSURANCE AGENCY 2 d
OOCUMENT HAS A COLOPED • •• s ON • LOGIOAPPEARS ON THE
BACK OF as DOCUMENT 15 VOID
17.
2021 Wayfinding Sign Project 350-082
Page 13
EXPERIENCE QUESTIONNAIRE
Star Signs, LLC. Shelley Rosdahl
(Company Name) (Primary Contact Name)
801 E. 9th Street Lawrence, KS 66044
(Address) (City, State, Zip Code)
785.856.2435 785.842.2947 shelleyr@starsignsllc.com
(Phone Number) (Fax Number) (E-mail)
20-8893181
Federal ID Number: or SSN:
Name of State(s) in which incorporated: Kansas
Date(s)of incorporation:
May 2007
Attach Certificate of Good Standing for State in which incorporated.
If not incorporated in Missouri,also attach Certificate of Authority to do Business in Missouri.
Certificate Number: Date:
1. How many years has your Company been in business as a contractor under your present business
name? 13
2. List all other prior business names and locations under which you or any partner, principal or other
officer of your company has ever done business:
Star Signs &Graphics, Inc. since 1977
3. How many years'experience in the proposed type and size of construction work has your Company
had: (a)as a general contractor 40+, (b)as a subcontractor 40+?
18.
2021 Wayfinding Sign Project 350-082
Page 14
4. List the three most recent projects your Company has completed similar in scope to the proposed
work:
Project Name or City City of Liberty, MO
Contact Name John Findlay Phone 816.439.4507
Contract Amount$ 53,000 When Completed? 2018
Description of Work Provide and install downtown information kiosks,wayfinding
and parking signs.
Protect Name or City Penn Valley Park
Jimme Lossing (no longer w/KCMO)
Contact Name Phone
Contract Amount$ 300,000 When Completed? 2016
Description of Work Provide and install wayfinding signage and interpretive displays
or downtown KCMO park.
Project Name or City North Kansas City
Sara Copeland 816.412.7855
Contact Name Phone
275,000 Gateway 2019
Contract Amount$ 60-000 Wayfinding When Completed? 2021
Description of Work Produce and install overheadgaateway sign and wayfindingsign program
S. Have you ever failed to complete any work on a project or defaulted on a contract? If so, where and
why? (attach additional pages if necessary)
No
6. The construction experience of the Key Personnel in your Company is required. At a minimum,
information regarding experience and qualifications of the following positions must be provided: GC
Project Manager, On-Site Field Superintendent,and QC/QA Manager.
19
2021 Wayfinding Sign Project 350-082
Page 15
NAME Neal Knight Position Vice President Production
Years of construction experience: 10
Magnitude&Type of Work Oversees all production staff, scheduling, and material procurement
In What Capacity?
Years of Employment with Contractor: 3
Other projects this individual will be involved with concurrently with this project:
Education,professional registrations,certifications and credentials held by individual applicable to the
Project:
NAME
Ashley Floersch Position Production/Installation Coordinator
Years of construction experience: 12
Magnitude &Type of Work Production and installation scheduling and purchasing
In What Capacity?
Years of Employment with Contractor:
Other projects this individual will be involved with concurrently with this project:
Education,professional registrations,certifications and credentials held by individual applicable to the
Project:
NAME Brett Martin Position Lead Installer
Years of construction experience: 15
Magnitude&Type of Work Lead install foreman
In What Capacity?
20.
2021 Wayfinding Sign Project 350-082
Page 16
Years of Employment with Contractor: 15
Other projects this individual will be involved with concurrently with this project:
Education,professional registrations,certifications and credentials held by individual applicable to the
Project:
7. On a typical project,what percent of the work is completed by your own forces? 100 % What
percent by subcontract? %. List subcontractors you propose to use on this project and their
responsibility in this contract.
Subcontractor Name Contract Responsibility %of Contract
(1)
Address State Zip Phone Number
(2)
Address State Zip Phone Number
(3)
Address State Zip Phone Number
8. List below the contracts to which your company,any principal in your company,or any prior
companies owned by a principal in your company were a party during the previous seven(7)years
that involved litigation of any type,arbitration, mechanics lien claim or other claim in an amount
over$10,000(include pending cases with a notation that the matter is still unresolved):
N/A
9. Is your Company current on payment of Federal and State income tax withholdings and
unemployment insurance payments? Yes
If the answer is no, please provide detail:
21.
2021 Wayfinding Sign Project 350-082
Page 17
10. Has your Company,or any principal in your company, been rescinded or debarred from any bidding,
contractual,procurement or other such programs by federal,state or local entities? No
If the answer is yes,please provide detail:
11. Has your Company received any written notices of violations of any federal or state statute in which
penalties were assessed against your Company or paid by your Company during the last two(2)years?
No
If the answer is yes,please provide the detail of each and every such notice:
The undersigned hereby authorizes and requests any person,firm,or corporation to furnish any information requested
by the City in verification of the recitals comprising this Experience Questionnaire and agrees to hold any such person,
firm or corporation harmless for providing any such information to the City of Riverside.The undersigned agrees that
there is no collusion or fraud with reference to illegal relationships of bidders and representatives of the City,bid
pooling or strawbids.
Dated on behalf of said Company this 26"day of_&Ekt 207—(_
By: �/
Name: f
Title Cl—
State
,LState of )
)ss
Countyof )
BEFORE ME,the undersigned notary,personally appeared
who being duly sworn,deposes and says that he or she is the ✓. C7. --SAr✓C of
—5—: � YJ ew S L— L-. 1C ,that he/she has been authorized by such
company to complete the foregoing statement,and that the answers to the foregoing questions and all
statements therein contained are true and correct.
Subscribed and sworn to me before this_Z,!(-day of MA K C,}) 207-L.
My commission expires: g z rJ- � Notary Public
WILLMt PROK10 OST
J'fi' & Nd"Pix-star d Kansas
MY APPt.Expires January S. 2024
22.
2021 Wayfinding Sign Project 350-082
Page 18
AFFIDAVIT FOR WORK AUTHORIZATION
(as required by Section 285.530, Revised Statutes of Missouri)
As used in this Affidavit,the following terms shall have the following meanings:
EMPLOYEE:Any person performing work or service of any kind or character for hire within the State of Missouri.
FEDERAL WORK AUTHORIZATION PROGRAM: Any of the electronic verification of work authorization programs
operated by the United States Department of Homeland Security or an equivalent federal work authorization program
operated by the United States Department of Homeland Security to verify information of newly hired employees,under
the Immigration Reform and Control Act of 1986(IRCA), P.L.99-603.
KNOWINGLY:A person acts knowingly or with knowledge,
(a) with respect to the person's conduct or to attendant circumstances when the person is aware of the nature of the
person's conduct or that those circumstances exist;or
(b) with respect to a result of the person's conduct when the person is aware that the person's conduct is practically
certain to cause that result.
UNAUTHORIZED ALIEN:An alien who does not have the legal right or authorization under federal law to work in the
United States,as defined in 8 U.S.C.1324a(h)(3).
State of ) County of ) ss:
BEFORE ME, the undersigned notary, personally appeared who, being duly sworn,
states on his/her oath or affirmation as follows:
1. My name is and I am currently the of
(hereinafter "Contractor"), whose business address is
,and I am authorized to make this Affidavit.
2. 1 am of sound mind and capable of making this Affidavit,and am personally acquainted with the facts stated herein.
3. Contractor is enrolled in and participates in a federal work authorization program with respect to the employees
working in connection with the following services contracted between Contractor and the City of Riverside: 2021
WAYFINDING SIGN PROJECT(Project No.350-082).
4. Contractor does not knowingly employ any person who is an unauthorized alien in connection with the contracted
services set forth above.
5. Attached hereto is documentation affirming Contractors enrollment and participation in a federal work
authorization program with respect to the employees working in connection with the contracted services.
Further,Affiant sayeth not.
Signature of Affiant
Printed Name:
Subscribed and sworn to before me this day of 20_
Notary Public
*PLEASE NOTE: Acceptable enrollment and participation documentation consists of the following 2 pages of the E-Verify
Memorandum of Understanding: (1)a valid,completed copy of the first page identifying the Contractor;and (2)a valid copy of
the signature page completed and signed by the Contractor,and the Department of Homeland Security—Verification.
2021 Wayfinding Sign Project 350-082
Page 19
STATEMENT OF WORK
The City of Riverside requests proposals for design,fabrication, and installation of wayfinding signs
throughout the City. The goal of this project is to assist with navigation to key community agencies,
facilities, and amenities. The selected Contractor shall provide all labor,equipment, materials,
coordination, and permitting necessary to successfully complete the project. All project elements shall
meet the following minimum specifications.
PROJECT SCOPE
PART 1 - GENERAL
1.10 DESCRIPTION OF WORK
A. The Work described in this request for proposal shall be installed at and around various
locations throughout the City of Riverside.
B. The Work is specified herein and includes, but is not limited to,the following:
1. Provide design,fabrication,and installation of wayfinding signs,wayfinding sign bases,
wayfinding sign panels, letters, and components with message copy and symbols,
including all engineering,fabrication, excavation, erection, installation and concrete;
2. Provide Review Drawings, Coordination Drawings,Shop Drawings,Working Drawings,
Record Documents, and incidentals;
3. Provide all required Samples,Submittals and Proofs;
4. Provide all the permitting, preparation, materials,equipment,tools, labor,testing,
inspections, and temporary light and power necessary for the fabrication and
installation of the wayfinding signs;
5. Provide all the materials,fasteners, adhesives,structures, brackets, blocking,
miscellaneous steel, embed plates, and all other structural and mounting hardware
necessary for the proper fabrication and installation of the wayfinding signs;
6. Provide professional engineering of all wayfinding signs,wayfinding sign structures, sign
supports,sign mounting methods,sign mounting components and hardware, adhesives,
embeds,sign bases,sign foundations and footings, and all other wayfinding sign
structural components as necessary for structural adequacy. The signature and seal of a
qualified professional engineer, licensed in the State of Missouri, shall appear on the
Shop Drawings;
7. Provide all color,finish, material,and process matching for all of the wayfinding signs;
8. Provide and prepare all digital art and camera ready files as required;
9. Provide restoration of existing finishes,surfaces, pavements, landscaping,and all other
site conditions that are affected by the installation of new wayfinding signs;
10. Acquire all necessary reviews, licenses, permits, permissions, and approvals. Provide
written documentation to the City verifying that all required licenses, permits, and
permissions have been properly obtained;
11. Provide all traffic control,safety barricades, and warning signs as required to safely
complete the Work.
2021 Wayfinding Sign Project 350-082
Page 20
C. Wayfinding Sign lists and example drawings are attached as Exhibit 1.
D. Fabrication of the wayfinding signs is not authorized until the Final approval have been released
by the City.
1. Bidders shall provide per unit pricing for the fabrication and per unit pricing for the
installation of each wayfinding sign type.These per unit prices shall remain applicable
through the full Contract term;
2. After the Contract has been awarded, but prior to the start of fabrication,the City shall
review the messages and the sign quantities provided in the Bidding Documents.The City
may revise the messages and may change the wayfinding sign quantities. These revisions
will be documented and communicated in writing to the Contractor;
3. Payment shall be based on actual quantities of installed signs per unit pricing;
4. If wayfinding signs are eliminated,the City shall be credited the appropriate per unit
fabrication and installation costs as originally submitted with the Bid. If wayfinding signs are
added,the City shall be charged only the appropriate per unit fabrication and installation
costs as originally submitted with the Bid. No other charges or fees will be accepted.
Changes to sign message content,without change to the sign type,shall be incorporated
into the Work without additional cost to the City.
E. At any time during the course of the Project,the City may choose to add new wayfinding sign
types to the Project. If the City adds any new wayfinding sign types,the City shall provide the
Contractor with design intent information for the new sign types and request that the
Contractor provide per unit pricing for the fabrication and installation of the new sign types.
Fabrication and installation of the new sign types shall not proceed until the City has reviewed
the unit pricing submitted and provided written notice that the submitted unit pricing has been
accepted.
F. In addition to review and acceptance of Coordination Drawings, Product Data, and Shop
Drawings, review and acceptance of all Color Samples, Material Samples,Sign Face Layouts, and
Proofs is required prior to the start of fabrication.
1.11 REFERENCE STANDARDS
A. Where more stringent requirements than those described in the Specifications are set forth
under codes, laws, rules, regulations, and ordinances of federal,state, county, and any local
governing bodies, regulatory agencies,authorities,government departments,and any other
entities having jurisdiction notify the City in writing before proceeding with Work. Work is
subject to the applicable portions of the following standards:
1. All Work shall comply with the laws, codes,ordinances,guidelines,standards, rules,
regulations,and requirements of the United States,the State of Missouri,the City of
Riverside, and any other federal, state,or local governing body having jurisdiction;
2. All Work shall comply with all applicable City of Riverside rules, codes,guidelines, standards,
and requirements;
3. AWS D1.1 "Structural Welding Code",American Welding Society;
2021 Wayfinding Sign Project 350-082
Page 21
4. All applicable American Society for Testing and Materials (ADTM)standards and
requirements including, but not limited to:
a. ASTM B209—"Aluminum and Aluminum Alloy Sheet Plate"
b. ASTM E284—"Standard Definition of Terms Relating to Appearance of Materials"
c. All applicable ASTM standards and requirements for concrete, and cement
d. ASTM D4956—"Standard Specification for Retroreflective Sheeting for Traffic Control
5. "Handbook on Bolt, Nut, and Rivet Standards", Industrial Fasteners Institute;
6. All applicable specification,guidelines, regulations, and requirements of the Americans with
Disabilities Act(ADA);
7. All applicable rules and regulations of the Occupational Safety and Health Administration
(OSHA);
8. AASHTO M68—"Standard Specification for Retroreflective Sheeting for Traffic Control";
9. All applicable AASHTO standards and specifications for traffic control devices,signs, and sign
structures;
10. Aluminum shall be fabricated,welded,and inspected in accordance with "ANSI/AWS
D1.2/D1.2M:2008 Structural Welding Code—Aluminum (2008)";
11. All applicable sections, specifications, standards,guidelines, performance criteria,
regulations, rules, and requirements of the Manual on Uniform Traffic Control Devices
(MUTCD);
12. All applicable Federal Highway Administration (FHWA) policies, specifications,standards,
guidelines, requirements, performance criteria, rules, and regulation;
13. All applicable Missouri Department of Transportation (MoDOT) policies, specifications,
standards,guidelines, requirements, performance criteria, rules, and regulations;
14. All applicable National Cooperative Highway Research Program (NCHRP) reports, including
but not limited to, "NCHRP Report 350, Recommended Procedures for the Safety
Performance Evaluation of Highway Features."
1.12 INTENT OF PLANS AND SPECIFICATIONS
A. The intent of the Drawings is to prescribe the outline of Work that the Contractor undertakes to
do in full compliance with the Contract. The Contractor shall do all Work provided in the
Contract and such additional, extra, collateral,and incidental Work as may be necessary to
complete the Work in an acceptable and timely manner;
B. Notify the City in writing of any discrepancies in the Drawings, Message Schedule,field
dimensions, and field conditions. Notify the City in writing of any changes required in any aspect
of the fabrication and the installation of the wayfinding signs;
C. The Drawings located in Exhibit 1, show design intent only and are not intended to cover every
detail of materials, parts,fabrication, construction, mounting, and installation. Furnish all
required inspections,testing, engineering, materials, parts,fabrication,construction, mounting,
and installation necessary to complete the entire Work in compliance with the design intent,
whether or not said details are shown or specific, at no additional cost to the City;
D. Wayfinding Sign Locations:
1. The final locations for the wayfinding signs shall be established on-site by the Contractor
and the City.The final locations for the wayfinding signs shall be shown in the Shop
2021 Wayfinding Sign Project 350-082
Page 22
Drawings. Prior to installation,the final locations for the wayfinding signs shall be verified by
the Contractor;
2. Obtain all the necessary reviews and approvals for the wayfinding sign locations.Wayfinding
signs installed in locations that have not received all necessary reviews and approvals and
that have not been established with,and reviewed and accepted by,the City and may need
to be removed and reinstalled in new locations determined by the City. Work for relocating
such wayfinding signs shall be completed by the Contractor at her/his own expense.
3. See Exhibit 2 for Wayfinding Sign locations.
1.13 PROJECT/SITE CONDITIONS
A. Provide all on-site inspections,surveys, and testing required to properly,safely, and securely
install the wayfinding signs;
B. Prior to the start of fabrication, identify all the governing bodies, regulatory agencies,
authorities,government departments, and all other entities having jurisdiction over the
locations where wayfinding signs are to be installed. Determine all applicable code and
regulatory requirements. Provide the City with written notice of any wayfinding signs which
conflict with any of the applicable codes or any other regulatory requirements. Obtain all the
necessary reviews, licenses, permits,variances, and permissions from all the governing bodies,
regulatory agencies,authorities,government departments, and all other entities having
jurisdiction over the locations where the wayfinding signs are to be installed.The Contractor
shall provide all the necessary fees, presentations,shop drawings, and any other documentation
required to obtain any necessary reviews, licenses, permits, and permissions. Prior to the start
of the fabrication, provide the City with documentation showing that all required reviews,
licenses, permits,and permissions have been received;
C. Prior to the start of any fabrication, examine the existing conditions on-site.
1. Verify the existing site dimensions at each of the wayfinding sign installation locations.
Provide the City with on-site dimensions for the locations and items indicated in the
Drawings;
2. Carefully examine on-site the existing conditions, including above and below ground
utilities, at and around each of the locations where wayfinding signs are to be installed.
Identify any conditions at any of the installation locations that would prevent any of the
wayfinding signs from being properly, safely, and securely installed;
3. Provide the City with written notice of any conditions that will have an effect on the
appearance or design intent of the wayfinding signs, prevent proper execution of the Work,
or endanger its permanency. Provide the City with written notice of any conditions that
would prevent any of the wayfinding signs from being properly,safely,and securely
installed. Work shall not proceed until all such conditions have been resolved, corrected,or
adjusted and the City has received written notice.
D. Prior to the start of any fabrication, provide the City with written notice of any locations where
the wayfinding sign dimensions do not coordinate with the existing site dimensions or
conditions. Provide the City with documentation showing the on-site dimensions and conditions.
The City may adjust the wayfinding sign sizes and/or graphic layouts from those shown in the
Drawings to coordinate with the on-site dimensions and/or conditions. Do not proceed with
2021 Wayfinding Sign Project 350-082
Page 23
fabrication of wayfinding signs requiring any changes or adjustments to coordinate with on-site
dimensions or conditions until directed to do so by the City. Coordinate wayfinding sign
production to allow the City a minimum of fifteen (15)working days to make any changes or
adjustments to wayfinding sign sizes and/or layouts that may be required to coordinate with the
on-site dimensions or conditions.
E. Prior to the start of any fabrication,verify the site conditions at each wayfinding sign location as
required to confirm that the design intent for the wayfinding sign bases,structures,foundations,
and/or any other wayfinding sign mounting materials, components, and methods are
compatible with the site conditions at each location. Provide the City with written notice of any
locations where the design intent for wayfinding sign bases,structures,foundations, and/or any
other wayfinding sign mounting materials, components, and methods are not compatible with
the site conditions.Work on the wayfinding signs shall not proceed until such conditions are
resolved, corrected,or adjusted by the City,and the Contractor receives written notice.
F. Verify on-site conditions at the start of the Work and during the course of the Work as needed
to understand the site conditions during all phases of the Project and to confirm that wayfinding
signage will be coordinated with any changes to the site conditions that may occur during the
course of the Work.
G. Include on-site dimensions in the Shop Drawings.
1. Obtain measurements on site and not from the Drawings for correct lengths of wayfinding
signs,sign supports,and other items that must be accurately fitted. Design (subject to
review by the City), engineer,fabricate, and install wayfinding sign supports,structures, and
attachments.The Contractor will be responsible for the engineering, accuracy of
measurements, and the precise fitting and assembly of the finished products. Written
dimensions on Drawings shall have precedence over scaled dimensions. Modifications to
written dimensions shall be made only when accepted in writing by the City.
1.14 COORDINATION
A. Before the start of the Work,verify the overall Project Schedule with the City. Coordinate the
wayfinding signage fabrication, installation, and all other Work for the wayfinding signs with the
overall Project Schedule. Provide the City with complete schedule information for the
fabrication, installation,and all other Work for the wayfinding signs.At a minimum, indicate
dates for the review of on-site conditions, start and end dates for fabrication, and start and end
dates for installation.
B. Coordinate with the City to schedule site visits, deliveries, installations,and any other on-site
activities. Coordinate and schedule all Work so that City operations and activities are disrupted
as little as possible.
C. Coordinate sizes of finished wayfinding sign assemblies with access limitations to final locations.
D. Coordinate the Work of this Section as required to obtain proper installation of all items.The
Contractor shall acquaint her/himself with all other projects or work that may be taking place
within the Project area that may affect, or may be affected by,the Work under this Section.
2021 Wayfinding Sign Project 350-082
Page 24
E. Coordinate with other trades involved in the fabrication and installation of the wayfinding signs
and those trades that may be affected by the Work.
F. Coordinate with the appropriate manufacturers,suppliers,and installers so that all the
wayfinding signs, wayfinding sign components, and wayfinding graphics can be properly
assembled,will function correctly, and can be properly,safely,and securely installed.
G. Structural Elements:
1. Provide all structural elements, bracing, blocking, hardware,concrete,foundations,that
may be needed to adequately, securely,safely, and properly support the wayfinding signs;
2. Access proper installation locations, including any locations concealed by existing
landscaping, pavement, building surfaces, or other materials.
H. Coordinate the size, placement, and mounting of all wayfinding sign components to reflect the
design intent shown in the Drawings.Verify that the wayfinding signs will be able to be installed
as required,fit correctly,function properly, and will be able to be mounted properly,safely, and
securely. Before fabrication, inform the City in writing of any changes or conditions that will
have an effect on the appearance or design intent of the wayfinding signed, prevent proper
execution of the Work, or endanger its permanency. Do not proceed with fabrication until such
conditions are resolved,corrected,or adjusted by the City, and the Contractor receives written
notice.
1.15 DELIVERY AND PROTECTION
A. Before delivery,each wayfinding sign shall be tagged or labeled with its identifying number and
installation location as shown on the Shop Drawings. Labeling shall be both on the sign and the
protective covering. Labels with identifying numbers or installation location numbers shall be
removed without damage to the sign at the time of installation.
B. Finished surfaces shall be adequately protected during all phases of the Work to prevent
damage by scratches,stains, discoloration, or other causes.Any damage to any wayfinding signs
incurred during fabrication, handling, shipment,storage,and installation shall be remedied by
the Contractor at her/his own expense.
C. Arrange with the City for adequate, secure, locked storage for wayfinding signs and sign
materials that have been delivered to the site but not yet installed. If adequate storage space is
not available, coordinate the delivery of the wayfinding signs and sign materials to coincide with
installation.The Contractor must be present to receive all deliveries.
D. Wherever installed wayfinding signs are exposed to possible damage from ongoing construction,
install protective barriers or other measures to protect the wayfinding signs from becoming
dirty, dusty, or damaged.
2021 Wayfinding Sign Project 350-082
Page 25
1.16 QUALITY ASSURANCE
A. The Contractor shall be experienced with the production and installation of signs.
Subcontractors shall be skilled in their facet of the work.
B. The Contractor shall supervise and coordinate all subcontractors to ensure that the wayfinding
signs shall be supplied per the City's requirements.
1.17 WARRANTY/CORRECTION OF WORK
A. Warranties listed below are in addition to, and not a limitation of, any other rights the City may
have under the Contract Documents.
B. Provide the City with documentation of the manufacturer's warranties for all products supplied
as part of the Work.
C. All fastening devices and adhesives must be durable, suitable for long-term use in exposed
locations,vandal-resistant,vibration-resistant, and tamper-resistant. All fastening devices must
be corrosion-resistant.All fastening devices and adhesives must be warranted as to permanency
of performance.
D. Warrant to the City in writing that the materials and equipment furnished under the Contract
will be high quality and new,that the Work will conform with the requirements of the Contract
Documents, and the Work will be free of defects not inherent in the quality required or
permitted in writing by the City. Work not conforming to these requirements, including
unauthorized substitutions, may be considered defective. If required by the City,furnish
satisfactory evidence as to the kind and quality of materials and equipment.
E. Warrant to the City in writing that all paint finishes, inks, digitally printed graphics,and the UV
protective clear coat finishes furnished under the Contract will be high quality,free of defects in
appearance or application,will not develop excessive fading or excessive non-uniformity of
color, and will not yellow, crack, peel, or otherwise fail as a result of defects in materials or
workmanship,for a period of at least seven (7)years beginning at the time of Final
Payment/Acceptance by the City.
F. Warrant to the City in writing that the Work furnished under the Contract will be high quality
and free from any defects in workmanship,fabrication, and installation for a period of at least
five (5)years beginning at the time of Final Payment/Acceptance by the City.
G. If,within five (5)years after Final Payment/Acceptance of the Work, any of the Work is found to
be defective or not in accordance with the requirements of the Contract Documents,the Work
shall be corrected promptly after receipt of written notice from the City to do so, unless the
Contractor has previously received written acceptance of such condition. Correction of Work
shall be completed at no additional cost to the City. This obligation shall survive termination of
the Contract. All Work shall be done at a time convenient to the City.
2021 Wayfinding Sign Project 350-082
Page 26
H. Remove from the site and properly dispose of,at no additional cost to the City, portions of the
Work which are defective or not in accordance with the requirements of the Contract
Documents and are neither corrected by the Contractor nor accepted by the City.
I. If the Contractor does not proceed with the correction of Work after a reasonable time fixed by
written notice from the City,the City may have the Work corrected.The cost for the corrections
shall be deducted from the payments due the Contractor. If payments due the Contractor are
not sufficient to cover such amounts,the Contractor shall pay the difference to the City. If there
are no payments due the Contractor,the Contractor shall pay the entire amount of the cost of
the corrections to the City. 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.
1.18 SPARE STOCK
A. Provide to the City in the manufacturer's original packaging the following as Spare Stock:
1. One (1)quart of touch up paint for each type of paint and in each of the colors specified;
2. Four(4)of each type of tool required for removal of each type of vandal resistant fastener
used.
1.19 SAMPLES AND SUBMITTALS
A. Within a reasonable time after the Project has been awarded and prior to making any
submissions, provide the City with a Submittal Schedule.At a minimum, list all Submittals,their
content,the planned submission dates, and the review period for each Submittal. All Samples
and Submittals shall be made with such promptness as to cause no delay in the Work. Schedule
the Work so that the City will have a minimum of fifteen (15)working days to review each
Submittal, excluding shipping time, and without overlap.
B. The City will review all the Samples and Submittals for conformance with the design intent of
the Project. Any Work undertaken prior to receipt of written acceptance of the Samples and
Submittals shall, based upon the acceptance or rejection of the Samples and Submittals, be
corrected at the Contractor's expense.All notifications of acceptance or rejection will be in
writing.All materials furnished for the Project must be as represented by the accepted Samples
and Submittals.
C. Product Data:
1. Submit manufacturer's technical data, preparation, installation,storage, handling,and
maintenance instructions for all the materials, components,and applied finishes used for
the Work.At a minimum, provide Product Data for the following:
a. All metal materials and components;
b. All concrete;
c. All mounting components and hardware;
d. Standard and custom extrusions;
e. Each manufactured component used within fabricated assemblies;
f. Shop applied painting and priming systems;
2021 Wayfinding Sign Project 350-082
Page 27
g. Field applied painting and priming systems;
h. All UV resistant clear coat finishes;
i. Adhesives and sealants;
j. All vinyl graphic sheeting,films, and over laminates;
k. Inkjet printing inks;
I. Installation accessory materials for each type and condition as applicable.
D. Shop Drawings:
1. Fabricate only from Shop Drawings that have been reviewed and accepted by the City. Prior
to submission,verify submittal and resubmittal formats,quantities,and procedures with the
City;
2. Prior to the start of fabrication,submit complete and detailed Shop Drawings for all
wayfinding sign types and all wayfinding sign components. Shop Drawings shall show all
wayfinding sign fabrication and mounting methods, materials,dimensions, and details.
Show all the final wayfinding sign locations an identifying numbers in the Shop Drawings;
3. All wayfinding sign structural and mounting components shall be professionally engineered.
Submit Shop Drawings that have been signed and sealed by a qualified professional
engineer, licensed in the State of Missouri,for all wayfinding sign structures, wayfinding sign
supports,wayfinding sign posts,wayfinding sign mounting methods,wayfinding sign
mounting components and hardware, adhesives, embeds,fabricated wayfinding sign bases,
and all other wayfinding sign structural and mounting components;
4. All concrete bases,foundations, footings, and all the other concrete work for the wayfinding
signs shall be professionally engineered. Submit Shop Drawings for all concrete work for the
wayfinding signs that have been signed and sealed by a qualified professional engineer,
licensed in the State of Missouri. The concrete mix design shall be approved by the qualified
licensed professional engineer and shall be included in the signed and sealed Shop Drawing
submittals;
5. Shop Drawing submittals shall be returned with the appropriate submittal review stamps
indicating the submittal's status. Shop Drawings will be checked only for conformance with
the design intent of the Project. Acceptance of the Shop Drawings shall not be construed as
permitting any departure from the Contract requirements, as relieving the Contractor of the
responsibility for any error in details, dimensions, or otherwise, or as permitting any
departure from additional details, bulletins,and instructions previously furnished by the
City. Also,Shop Drawing acceptance shall not relieve the Contractor from responsibility
6. If the submitted Shop Drawings show variations from the Contract requirements, make
specific reference to such variations on the Drawings and in the letter of transmittal with a
request for acceptance. Any variations shall be made only when accepted in writing by the
City.
E. Certification Letter:
1. Submit written letter of certification, prepared,signed, and sealed by a qualified
professional engineer, licensed in the State of Missouri,verifying that the wayfinding signs
and the wayfinding sign support systems, mounting components,structures, and concrete
foundations and components shall be structurally sound and that the wayfinding signs shall
be securely, properly,and safely supported and mounted;
2. The letter of certification shall also include:
2021 Wayfinding Sign Project 350-082
Page 28
a. Verification that maximum stresses and deflections of the wayfinding signs and the
wayfinding sign support systems, mounting components,structures, and concrete
foundations and components do not exceed specified and required performance
requirements under full design loading, and that the wayfinding signs and the
wayfinding sign support systems, mounting components, structures,and concrete
foundations and components shall meet all the performance requirements and design
criteria as indicated and specified herein and in the Drawings;
b. Verification that all wayfinding signs can safely and properly withstand all applicable
wind loads and ice loads.
F. Submit Samples of all the materials,finishes,fixtures,fittings, and hardware.
G. Color Samples:
1. Submit Samples of all the colors used in the Project;
2. Show each of the colors in each of the reproduction methods,and on each of the substrates
used;
3. Show all the colors with the correct finishes. Show the paint colors with the correct clear
coat;
4. Show each of the metal finishes.
H. Submit Samples of all the fonts, alphabets, symbols,arrows, and logos used on the wayfinding
signs for review and acceptance by the City prior to preparing any wayfinding sign face layouts.
I. Submit examples of letter spacing and word spacing to the City for review and acceptance prior
to preparing any sign face layouts.
J. Sign Face Layouts:
1. Provide dimensioned sign face layouts for review by the City for all wayfinding sign types
and all wayfinding sign locations;
2. The sign face layouts shall show all the final wayfinding sign messages and graphics;
3. Camera ready digital art for all logos and symbols shall be supplied by the City;
4. Prepare final artwork as required and provide all required file preparation;
5. Sign face layouts shall be shown in a scale accepted by the City prior to submission of the
layouts;
6. All sign face layouts shall be printed on bright white paper and shall show actual
typographic, symbol, and logo layouts in color on white backgrounds with all fonts,colors,
dimensions, and the perimeters of the sign faces indicated. Provide the location for each
wayfinding sign face on the sign face layouts;
7. Layouts shall be reviewed for content, accuracy of alignments,typeface,type weight, letter
spacing,word spacing, color breaks, symbol quality, quality of reproduction, and
conformance with the design intent;
8. Incorporate minor revisions and changes made to the graphics and/or messages shown on
the layouts at no additional charge to the City;
9. All Work shall be expected to conform to the accuracy,quality, and acuity of the accepted
layouts.
2021 Wayfinding Sign Project 350-082
Page 29
K. For each Sample and Submittal, provide the quantity required by the City. Samples and
Submittals shall be of adequate size showing quality,type, color range,finish,texture,etc.The
Contractor shall be responsible for the timely delivery of the Samples and Submittals in excellent
condition,freight prepaid.
PART 2 - PRODUCTS
2.10 MATERIALS AND MANUFACTURERS
A. Source Quality Control:
1. Obtain primary materials from a single manufacturer;
2. Provide secondary materials only as recommended by the manufacturer of the primary
materials;
3. Do not change source or brands of materials during fabrication.
B. Aluminum:
1. Provide high-grade material of alloy and temper as best suited to furnish the finish and
strength required. Provide all aluminum extrusions, plate,sheet, castings, hardware,and all
other aluminum wayfinding sign components as required;
2. Finish aluminum wayfinding sign components as indicated in the Drawings.
C. Threaded Fasteners:
1. ASTM A 300 Series Grade A non-magnetic stainless steel;
2. Vandal and tamper-resistant screws—Stainless steel, vandal-resistant, and tamper-resistant
drilled spanner drive screws or equal as accepted by the City;
3. All hardware for applications where signs will be exposed to high moisture conditions, shall
be of non-magnetic stainless steel or of other non-magnetic corrosion-resistant material
accepted by the City.
D. Mounting Hardware:
1. Provide all required mounting hardware and materials to properly, safely, and securely
mount the wayfinding signs and the wayfinding sing components.All hardware shall be high
quality, long lasting,vandal-resistant,tamper-resistant,corrosion-resistant,and suitable for
long-term use in exposed installations.
E. Opaque, Retroreflective, and Translucent Vinyl Graphic Films and Sheeting:
1. Carefully prepare all substrates to receive vinyl graphic films and sheeting per the
appropriate manufacturer's specifications;
2. Follow all of the applicable manufacturer's guidelines and specifications for production,
cutting,and application of all opaque, retroreflective, and translucent vinyl materials;
3. Maintain all product warranties;
4. All graphics produced using opaque, retroreflective,and translucent graphic films and
sheeting must be durable and long lasting. Use production and application techniques as
recommended by the film and sheeting manufacturer to produce high quality graphics with
the longest possible life expectancy;
5. Reflective graphic sheeting shall be 3M High Intensity Prismatic Sheeting,Series 3930,or
approved equivalent reflective graphic sheeting accepted by the City;
2021 Wayfinding Sign Project 350-082
Page 30
6. Opaque graphic films shall be 3M Scotchcal Electrocut Film,Series 7725,or approved
equivalent graphic film accepted by the City;
7. Translucent graphic films shall be 3M Scotchcal Translucent Graphic Films,Series 3630 or
Series 3632GPS,or equivalent translucent graphic films accepted by the City.
F. Paint/Powder Coat:
1. Paint shall be Matthews Acrylic Polyurethane with a non-glare finish.The non-glare finish
shall conform to all applicable ADA guidelines and requirements. An equivalent,exterior
grade,acrylic polyurethane sign paint may be used if it is acceptable by the City;
2. All painted finishes shall have a UV inhibiting protective clear coat with a non-glare finish.
The non-glare finishes shall conform to all applicable ADA guidelines and requirements.The
UV inhibiting protective clear coat and the color coat paint beneath shall be manufactured
by the same company.The UV inhibiting protective clear coat shall be formulated to be
compatible with the finishes, colors,and substrates underneath;
3. Powder coated aluminum specification to be provided by contractor for acceptance by the
City. Powder coat samples of architectural-grade finish shall be submitted to the City for
approval.
G. Colors/Finishes:
1. Colors for the wayfinding signs shall be as indicated in the Drawings;
2. The surfaces of the wayfinding signs,wayfinding sign components, letters,symbols, logos,
structural components, and elements shall be finished to match the colors as described in
the Drawings;
3. Colors are described in the Drawings for application using paint, ink,vinyl,or other coatings
and materials specified. Submit appropriate Samples for review and acceptance in each of
the colors, in each of the finishes/coatings, and on each of the substrates used in the
Project;
4. Indicate all color breaks and descriptions of all the materials and methods used to produce
each of the colors in the Shop Drawings.
H. Lettering Style:
1. The Contractor shall provide all the required fonts as indicated in the Drawings. If required,
the Contractor shall purchase the required fonts.The City shall not provide any fonts;
2. Letter weight (Medium, Bold, etc.)and style (Roman, Italic,etc.)shall match the Drawings.
Legends shall include letters, numbers,arrows, symbols, logos,graphics, borders,
characters,typography, and other applications shown for wayfinding sign panels.
Enlargement or reduction of artwork applications shall be done photographically or digitally.
Hand-cut masks or templates will not be accepted;
3. Wayfinding sign lettering shall be executed in such a manner that all the edges and corners
of the letterforms and symbols are true, clean, and photographically precise.All letterforms
and symbols must be accurately reproduced.
I. Symbols:
1. Symbols, logos,and logotypes shown in the Drawings are for reference only;
2. Symbols, logos, and logotypes shall match the standards as shown in the Drawings. Original
digital art for all symbols, logos, and logotypes shall be supplied by the City;
2021 Wayfinding Sign Project 350-082
Page 31
3. Symbols and logos shall be executed in such a manner that all edges and corners are true,
clean, and photographically precise.All symbols and logos must be accurately reproduced.
J. Adhesives:
1. Provide high quality, high-strength, high-performance, permanent adhesives as required.
Adhesives shall be suitable for the components being adhered and the locations where the
components are to be mounted or installed;
2. Adhesives shall not react with surface finishes.
K. Concrete Bases, Foundations, and Footings:
1. Provide all the concrete work for the wayfinding signs as required;
2. All concrete work for the wayfinding signs shall be professionally engineered by the
Contractor to properly,safely, securely, and permanently support the signs. Formulate the
concrete work for the wayfinding signs as required to provide the necessary strength and
durability. Coordinate the concrete work for the wayfinding signs with the breakaway
capabilities of the signs as required to provide proper breakaway function;
3. Provide all necessary site inspection,testing, excavation, materials, professional
engineering, and installation required for concrete work for the wayfinding signs;
4. Coordinate concrete work for the wayfinding signs with the construction and mounting of
the signs,the sign structures,and the site conditions at each installation location;
5. The concrete work for the wayfinding signs shall meet all applicable MUTCD,ASTM,
AASHTO, FHWA, and MoDOT codes,specifications,standards,guidelines, requirements,
performance criteria, rules, and regulations.
L. Breakaway Capability for Wayfinding Signs:
1. Provide sign posts,sign framing, sign mounting, and sign bases for the wayfinding signs that
provide proper roadway sign breakaway function as required;
2. Provide sign bases and mounting components appropriate for the sign posts and sign
framing,the conditions at the installation locations, and to provide proper roadway sign
breakaway function. Sign breakaway/slip bases shall meet all applicable MUTCD, FHWA,and
MoDOT codes,specifications,standards,guidelines, requirements, performance criteria,
rules, and regulations. Indicate all breakaway components in the Shop Drawings;
3. The sign posts,sign framing,sign mounting, and sign bases for the wayfinding roadway signs
shall provide proper roadway sign breakaway capability.The breakaway capability shall
meet all applicable MUTCD,ASTM,AASHTO, FHWA, and MoDOT codes, specifications,
standards,guidelines, requirements, performance criteria, rules, and regulations.
4. Provide all the plates, bolts, and all other hardware and components that are required to
safely,securely, and properly mount the vehicular wayfinding signs while also providing the
proper roadway sign breakaway capability.Coordinate the overall wayfinding sign
fabrication with the breakaway components to maintain proper roadway sign breakaway
function;
5. The breakaway components shall be finished to provide optimum corrosion resistance,
performance,and longevity.The finishes provided for breakaway components shall not
interfere with the component's breakaway capability or function in any way;
6. The breakaway components and all other related wayfinding sign mounting hardware and
components shall comply with all applicable MUTCD,ASTM,AASHTO, FHWA, and MoDOT
2021 Wayfinding Sign Project 350-082
Page 32
codes,specifications,standards,guidelines, requirements, performance criteria, rules, and
regulations.
7. See Exhibit 3 for breakaway/slip base diagram.
2.11 FABRICATION - GENERAL
A. All wayfinding signs shall be structurally sound and carefully fabricated using high quality
materials and quality craftsmanship. All wayfinding signs and sign components shall be carefully,
properly,securely, and safely assembled and attached. All wayfinding signs and sign
components shall be carefully, securely, properly, and safely mounted and installed.
B. Provide all the required labor, site inspection,testing, professional engineering, parts, hardware,
materials,and components required to completely, properly, safely, and securely fabricate and
install all the wayfinding signs, all the wayfinding sign structures, and all the wayfinding sign
components. Provide all the components required to safely,securely,and properly support the
wayfinding signs,the sign faces, and any other components that are mounted to the wayfinding
signs.
C. All wayfinding signs shall be fabricated to have a neat and clean appearance.All wayfinding signs
shall be rigid and structurally sound. Wayfinding sign materials,design, sizes,and thickness shall
be as shown on Drawings and herein specified. Methods of fabrication, assembly, erection,
mounting, and installation, unless otherwise specifically stated shall be at the discretion of the
Contractor. Contractor shall guarantee satisfactory performance as herein specified.
D. All wayfinding sign structural and mounting components including, but not limited to,
wayfinding signs, structures, sign hardware, mounting systems,and foundations and footings
shall be professionally engineered.
E. Provide mounting hardware and mounting components that are compatible with the conditions
at each of the installation locations.The Contractor shall be responsible for determining the
type of mounting hardware and components required to safely,securely,and properly mount
the wayfinding signs.
1. Prior to fabrication,verify the existing conditions at each wayfinding sign mounting location
on-site;
2. Determine the type of mounting hardware and components required for each condition and
each location. Provide all required professional engineering;
3. Indicate the mounting hardware and components in the Shop Drawings;
4. All mounting hardware and mounting components shall be properly sized, compatible with
the wayfinding signs and the structures supporting the wayfinding signs,and shall provide
the proper strength and durability;
5. Use materials and hardware that will provide long service life and will properly, securely,
and safely support the wayfinding signs. All mounting components and mounting hardware
shall be heavy-duty, durable, high quality, long lasting,vandal-resistant,tamper-resistant,
vibration-resistant, and corrosion-resistant components.All mounting hardware and
mounting components shall be suitable for long-term use in exposed outdoor locations;
6. Provide all the necessary hardware and components required to safely,securely, and
properly mount the wayfinding signs;
2021 Wayfinding Sign Project 350-082
Page 33
7. There are to be no sharp projections or edges on any of the wayfinding signs, any of the
wayfinding sign bases, any of the wayfinding sign mounting hardware,and any of the
wayfinding sign mounting components;
F. All artwork shall be enlarged photographically or digitally to match the sizes and placement as
shown in the Drawings. Provide all file preparation required. Prepare digital files and camera
ready art. The Contractor shall be responsible for creating all required artwork and layouts. The
Contractor shall be responsible for preparing all digital art files for production. Copies of all the
digital art files prepared by the Contractor for the Project shall be supplied to the City upon
completion of the Work and before Final Payment/Acceptance. Provide each file both as native
files in the software used to create the files and as .pdf files.
G. All wayfinding sign faces and edges shall be flat, rigid,smooth, and free of defects. Edges and
corners shall be precise, smooth,true, and free of saw marks,chips, burrs, discoloration,
irregularities, and any other defects. Corners shall be eased. Faces and returns shall be flat,
precise,smooth,true, and free of saw marks,chips, burrs,discoloration, irregularities, and any
other defects.There shall be no sharp or rough edges, no sharp or rough corners,and no sharp
or rough projections anywhere on the wayfinding signs. Seams shall have hairline contact.
Wayfinding sign faces shall be of sufficient thickness that hardware of materials mounted to or
attached to the backs of the sign faces shall not distort or discolor the fronts of the sign faces or
otherwise detract from the smoothness and the appearance of the sign faces in any way.Joins
shall be undetectable and completely and permanently sealed. There shall be no visible
hardware on any sign faces unless indicated in the Drawings.Any visible hardware shall be
finished to match the surrounding material.
H. Provide wayfinding signs and wayfinding sign assemblies that are designed,tested, and installed
to withstand positive and negative wind loads and ice loads appropriate for the install locations,
and approved by a qualified professional engineer, licensed in the State of Missouri.The
maximum stresses and deflections of wayfinding signage and wayfinding signage support
systems shall not exceed specified and required performance requirements under full design
loading.
I. Provide all concrete work for the signs as required. Provide all the site inspection, professional
engineering, excavation,and materials required to properly install the concrete.
J. Reinforcing steel rebar or mats and other sign structural components shall be placed according
to the Shop Drawings to give adequate support, strength, and stiffness.
K. Anchor and mounting bolt sizes and types shall be as shown in the Shop Drawings.All anchor
and mounting bolts shall be suitable for use in outdoor locations. All anchor and mounting bolts
shall be properly tightened and equipped with nut-locking devices when structures are
assembled and installed.
L. Insofar as practicable,fitting and assembly of the Work shall be done in the shop.Work that
cannot be permanently shop-assembled shall be completely assembled, marked,and
disassembled before shipment,to ensure proper assembly in the field. Unless otherwise noted,
2021 Wayfinding Sign Project 350-082
Page 34
field joints in the face of wayfinding signs will not be allowed.The Contractor shall coordinate
the sizes of finished assemblies with access limitations to the final locations.
M. Aluminum shall be well formed to shape and size. Fabrication shall leave clean,true lines and
surfaces.Carefully match exposed Work to produce continuity of line and design.Joints and
seams, unless otherwise shown or specified, shall be accurately fitted and rigidly secured with
hairline contact.The Contractor shall be responsible for structural details,thickness of metal,
and details of assembly and support to give adequate strength and stiffness.
2.12 FABRICATION -ADDITIONAL REQUIREMENTS
A. Opaque, Retroreflective,and Translucent Vinyl Graphic Films and Sheeting:
1. Opaque, retroreflective,and translucent vinyl graphic films and sheeting shall be handled
and applied in accordance with the material manufacturer's instructions, MUTCD, FHWA
and MoDOT standards;
2. Graphics produced using opaque, retroreflective,and translucent vinyl graphic films and
sheeting shall be produced in accordance with the material manufacturer's instructions.
3. Vinyl graphic films and sheeting applied to sign faces and panels shall be neatly trimmed and
properly placed and aligned.The edges of the vinyl graphic films and sheeting shall be
smooth and free of any tears, irregularities, and defects;
4. Properly clean and prepare substrates to receive opaque retroreflective, and translucent
vinyl graphic films and sheeting;
5. All opaque, retroreflective,and translucent vinyl graphic films and sheeting shall be carefully
installed so that the films and sheeting are properly and completely adhered. There shall be
no loose edges or gaps between the applied materials and the substrates to which they are
adhered. All vinyl graphic films and sheeting shall be installed so that they are completely
smooth,flat, even,and without any surface irregularities,wrinkles, air bubbles,and free
from any trapped dirt or dust. Seal the trimmed edges of the graphic films and sheeting per
the appropriate manufacturer's specifications;
6. For signs with retroreflective sheeting, apply the sheeting to the sign panels so that the
pattern in the sheeting is oriented in the same direction on all the wayfinding signs.
2.13 PAINTING AND FINISHING
A. All wayfinding sign finishes, coatings, and graphic reproduction methods shall be durable,
exterior grade, UV resistant,and vandal-resistant. Provide Product Data and information on all
the finishes, coatings, and graphic reproduction methods to be used for review by the City.
B. Finish all wayfinding sign components to protect them from corrosion with materials and
finishes as appropriate for the component, its location, its function, and its visibility. Indicate all
finishes to be used in the Shop Drawings.
C. Thoroughly clean and properly prepare all surfaces to be finished in strict accordance with the
finish manufacturer's instructions. Follow the paint manufacturer's instructions to properly
clean and prepare surfaces to be painted. Remove all dust, dirt,foreign materials,waxes,
grease,silicones, and other contaminants from the surfaces to be finished following the
manufacturer's recommendations.
2021 Wayfinding Sign Project 350-082
Page 35
D. Properly protect all surfaces and materials from rust and corrosion at all times.
E. Protective paint systems shall be applied in the shop as much as possible.All primer shall be
applied in strict accordance with the manufacturer's published technical bulletins, procedures,
and instructions. Metal material shall be shop coated with at least one (1)coat of primer.
Surfaces that will be inaccessible for painting after assembly or installation shall be given at least
two(2)shop coats of primer.All primers shall be appropriate for the substrate and the finish, as
recommended by the manufacturer.
F. Provisions should be made for proper handling at all stages of the priming, painting, shipping,
storing, erection, and installation for protection of primed and/or painted surfaces from damage
or soiling.
G. The paint topcoat shall be applied in strict accordance with the manufacturer's published
technical bulletins, procedures, and instructions.
1. Paint shall be applied in the shop as much as possible;
2. Apply paint topcoat over compatible primer.Apply paint topcoat to achieve the minimum
dry film thickness recommended by the manufacturer to provide a high quality, durable
finish and optimum corrosion protection.
H. Apply a non-glare protective clear coat containing UV inhibitors to painted wayfinding sign
surfaces.The non-glare protective clear coat shall conform to all applicable ADA guidelines and
requirements.The clear coat and the color topcoat shall be manufactured by the same
company. Formulate the clear coat to be compatible with the finishes and materials to which it
will be applied and to provide maximum protection and longevity. Apply the clear coat to
achieve the minimum dry film thickness recommended by the manufacturer to provide a high
quality, durable finish and to ensure protection of the finish, color, and substrate underneath.
I. Paint surfaces and materials as required to provide proper performance, protection,function,
appearance, durability, and longevity. Do not paint surfaces and materials where the paint
would in any way interfere with proper assembly, installation, mounting, performance,function,
appearance,durability, and longevity. Inform the City of any conditions where the wayfinding
sign finishes would interfere with the function or longevity of the wayfinding signs.
J. Field touch up primer after assembly and installation (all interior surfaces including bolted
connection nuts and washers,etc.)one coat.
K. Protection of metals against galvanic action shall be provided wherever dissimilar metals are in
contact. Indicate the type of protection to be provided in the Shop Drawings.
PART 3 - EXECUTION
3.10 INSTALLATION
A. Do not install any wayfinding signs in locations where they cannot be properly, securely,and
safely installed. Do not install any signs where they will block traffic signals or otherwise
2021 Wayfinding Sign Project 350-082
Page 36
interfere with traffic regulatory signs. Do not install any signs where they will block exit signs or
otherwise interfere with building egress signage. Do not install any wayfinding signs where they
may be hazardous to vehicles or pedestrians in any way. Installation of the wayfinding signs shall
not proceed until the conditions at the locations where the wayfinding signs cannot be properly,
safely,and securely installed have been resolved, corrected,or adjusted by the City,and the
Contractor receives written notice.
B. Notify the City in writing of any unsatisfactory conditions at any of the locations where
wayfinding signs are to be installed. Do not proceed with the installation until the unsatisfactory
conditions have been resolved,corrected, or adjusted by the City, and the Contractor receives
written notice.
C. Provide all required planning,temporary signage, and barricades for any required lane closures:
1. Coordinate any lane closures required for Work related to the wayfinding sign installation
with the City;
2. Schedule Work so that lanes are closed for as short a time as possible. Prior to making any
lane closures, provide the City with a schedule outlining when the Work requiring lane
closures will be conducted, how much time will be required to complete the Work, and a
plan showing how any required lane closures or other traffic disruptions will be safely and
effectively managed;
3. Work requiring lane closures shall be scheduled so that it disrupts normal traffic as little as
possible. Provide all required temporary signage and barricades. Follow all applicable codes,
specifications, standards, requirements, rules, regulations, performance criteria, and
guidelines for lane closures and temporary roadway signs.
D. The schedule for all wayfinding sign installation Work shall be coordinated with the City. Prior to
the start of any installation Work, provide the City with an installation schedule for review.
E. Properly and legally remove from the site and dispose of all rubbish and debris resulting from
the Work. Comply with all safety and regulatory standards and all applicable environmental and
antipollution laws, rules, and regulations for cleaning and the disposal of all rubbish and debris.
F. Work areas shall be cleaned each day. Keep work areas clean,safe,and orderly. Remove all
rubbish,waste, litter, and other foreign materials. Remove any stains,spills, and debris. Remove
all tools, installation equipment, and surplus materials
G. Complete installation shall be in accordance with manufacturer's printed instructions and the
accepted Shop Drawings.
H. Carefully, securely, properly, and safely install all signs plumb and level and in the correct
locations.
I. Contact appropriate services including, but not limited to, MoDOT, Missouri One Call, and
private utilities to locate buried utilities prior to digging.
J. Concrete Installation
2021 Wayfinding Sign Project 350-082
Page 37
1. At all times while mixing, pouring, and finishing concrete, and at all times while new
concrete is curing, provide all necessary protections and measures required to protect the
concrete from temperatures,weather conditions,site conditions, or other factors that could
adversely affect the performance,appearance,strength, durability,or longevity of the
concrete;
2. Provide all the necessary protections and measures required to establish and maintain the
proper conditions,temperature,and moisture levels for concrete to be installed correctly
and to cure properly. Properly install concrete so that it will provide the required
performance, strength, and durability;
3. All concrete must be properly mixed for adequate compressive strength. Do not pour
concrete into excavations filled with rainwater or add extra water to the concrete mix;
4. Do not install concrete under conditions that will adversely affect the concrete's
performance, strength,or durability. Do not place concrete when the base surface
temperature is less than 40 degrees Fahrenheit or when the surface is wet or frozen;
5. Provide all measures required for new concrete to cure properly. Keep new concrete at the
proper and correct temperature and moisture level required for the new concrete to cure
properly during all stages of installation and curing;
6. Confirm all rules and requirements regarding washing concrete trucks or equipment and
dumping excess or surplus concrete on-site with the City before any concrete is delivered to
the site.Verify proper compliance with all rules and requirements regarding washing
concrete trucks or equipment and dumping excess or surplus concrete on-site;
7. Do not apply protective coatings during inclement weather or when weather forecasts are
unfavorable, unless the Work will proceed in accordance with the manufacturer's
requirements and instructions. If installation is necessary under conditions not listed in the
manufacturer's recommendations, consult the manufacturer's representative to establish
the proper requirements,then record in writing the conditions under when the installation
must proceed and the provisions made to ensure satisfactory Work.
K. Protect all installed signs from damage until acceptance by the City.
L. Do not install any items that are damaged, scratched, or with any other defects.
M. After installation,clean soiled wayfinding sign surfaces and the installation area. Remove dirt,
dust,fingerprints,shavings, adhesives, packing materials, etc.Touch up any scratches in painted
surfaces and replace any damaged applied graphics.
3.11 SITE RESTORATION
A. Repair and restore to original condition and appearance any finishes,surfaces, pavements,
landscaping, and any other site conditions,finishes,and features that are affected by the
installation of the wayfinding signs.
B. Coordinate site restoration with the installation so that areas are restored as soon as possible
after wayfinding sign installations are completed.
3.12 COMPLETION
2021 Wayfinding Sign Project 350-082
Page 38
A. The Work shall be under the charge and care of the Contractor until Final Payment/Acceptance
by the City, including all Punch List Work and final approval from any and all other agencies that
permitting may have been required.The Work shall not be considered as completed and
accepted until written notice is received from the City confirming the completion and
acceptance of all Work, including Punch List Work.
B. Upon completion of the Work and before Final Payment/Acceptance, provide the City a
complete set of Record Documents that shall include drawings and digital files for all wayfinding
signs and wayfinding sign locations showing as-built conditions. Record Documents shall be
formatted as specified by the City. The Record Documents shall completely document all the
Work as actually located, built,and installed.The Record Documents shall also include complete
documentation of any and all changes made to the Work as shown in the Contract Documents
and the Shop Drawings.
C. Upon completion of the Work and before Final Payment/Acceptance, provide the City with a
complete set of digital files for all Submittals.
D. All digital files and artwork are to be preserved and shall become the property of the City.
PART 4— RELATED DOCUMENTS
The following related documents are referenced throughout this document and are included with the
bid documents on the City's website.The intention of these attachments is to illustrate the intended
concepts as a starting point for design and pricing.
4.10 Exhibits
A. Exhibit 1—Wayfinding Sign Examples/Drawings
B. Exhibit 2—Wayfinding Sign Locations
C. Exhibit 3—Breakaway/Slip Base Diagram
D. Exhibit 4—Sample Agreement
PART 5 — BIDDING INSTRUCTIONS
5.10 PRICING INFORMATION
A. Include pricing using the Bid Form-Pricing.
1. The work to be performed consists of providing a finished product and generally includes,
but is not limited to,the following: permitting,fabrication, installation and restoration.
2. Bids shall be on a unit price basis. Prices provided in Bid Form- Pricing are all inclusive of
providing a complete final product. There shall be no charges passed on to the City that are
not included in the unit price.
3. Unit prices are to be totaled for a lump sum.
2021 Wayfinding Sign Project 350-082
Page 39
B. Explain your qualifications and experience related to this project. Provide examples of recent
completed projects. Provide experience of Key Personnel. (See Experience Questionnaire)
C. Provide any other relevant information or examples.
PART 6- PROJECT SCHEDULE
6.10 PROJECT SCHEDULE
A. Proposers are asked to prepare a project schedule broken down by key project tasks provided in
Section the project schedule is subject to the following conditions.
1. Bid Opening: March 26, 2021 after 10:00am
2. Anticipated Notice of Award:April 6, 2021
3. Construction Complete:August 5, 2021
END OF SECTION
Exhibit 1, page 1 of 6
Street Wayfinding Sign—Message Schedule
Sign Number Description
1 EH Young Park
Argosy Casino Hotel&Spa
2 City Hall F
EH Young Park ->
Argosy Casino Hotel &Spa 4
3 City Hall <-
Linear Park ->
Mid Continent Public Library <-
4
4 City Hall 'r
Mid Continent Public Library
Argosy Casino Hotel and Spa <-
5
5 Linear Park t
EH Young Park 4
Argosy Casino Hotel&Spa ->
6 City Hall <-
Homestead Park t
Mid Continent Public Library 4
7 City Hall t
EH Young Park F
Argosy Casino Hotel&Spa F
8 City Hall
EH Young Park
Argosy Casino Hotel&Spa
Exhibit 1, page 1 of 6
Riverside Logo,
CITY OF
Main letters approximately 4" high
. (Vector logo file will be provided)
•
ordinary.Upstream from
FHWA Series D
Font for all Street
Wayfinding Sign
Text
C 'I* Y Hall 4
6" high letters
' , Arrow, 9" high x 8"
LW-
ide, typical
Public Library
9" high letters
Ar osy 41
PMS 312 C
C/96 M/0 Y/11 K/0
R/0 G/175 B/219
PMS 389 C
C/20 M/0 Y/85 K/0
R/213 G/224 B/78
PMS 302 C
C/100 M/25 Y/0 K/50
R/0 G/85 B/129
Pantone Black C
C/65 M/66 Y/68 K/82
R/45 G/41 B/38
EXHIBIT 1, page 2 of 6
6'
I- SIN w 6w
I'-8w
61-6n
• 2w T"p•
Sleeve
Aluminum Square
7" Tube 6061 T6 -6"
square x 0.1875"
Sign Panels wall). Extruded.
1/4" Thick Aluminum Smooth edges.
6w Sheet Router cut. Powder Coated
Smooth edges.
Custom Colors.
5" Diameter Pole
Aluminum SCH 40
Pipe 6061 T6-5
(5.563" OD x .258"
wall). Extruded.
6' Smooth edges.
Powder Coated
Clam Shell Base
7" h x 10"diam. 1/8" 41
Extruded/Fabricated on center
Aluminum. Smooth low
edges.
Powder Coated
7"
Street Wayfinding Sign Dimensions
Not to Scale EXHIBIT 1, page 3 of 6
Exhibit 1, page 4 of 6
Trail Wayfinding Sign List
Illof
Signa Description Sign Side Sides Location ApprOLCoordinates
Welcome to Riverside _ North Line Creek Trail,just south of 1-29.
1 J911 Safety _ East 3 West side of Trail. 39.1894, 94.60993
Directional South
Accessto Gateway Ave,Direc. North Line Creek Trail,just south of 1-29.
911 Safety East West side of Trail,south of Mandan.
2 Access to Gateway Ave,Direc. South 4 39.18437,-94.60988
Line Creek Trail Direc.N&S West
Line Creek Trail Direc.5 North Homestead Park @ NW Homestead
3
911 Safety East Rd.South side of trail,east side of
Lim Creek Trail Direc.c.N South road. 39.18,-94.61112
Welcome to Homestead Park West
Access to Vivion Rd North Line Creek Trail,North of Vivion Rd.
4 911 Safety or Directional East 3 West side of Trail.North of walkway 39.17907,-94.61101
Line Creek Trail Direc.N&S South up to Vivian Rd.
911 Safety North Line Creek Trail,South of Vivion Rd.
5 Vivian Rd Direc. East 4 At intersection of access to Vivian Rd. 39.17858,-%.61099
Vivian Rd Direc. South and Trail.
Line Creek Trail Direc.N West
911 Safety North Vivian Rd Trail at Klamm Rd.South
6 Vivian Rd Direc. East 4 side of Trail.West side of Kla mm Rd. 39.17927,-%.6089
Vivian Rd Direc. South
.Vivian Rd Trail Direc. West
Direc.to Linear North Interurban Trail @ NW Woodland St.
7 Direc.to Interurban N. East 4 East side of trail.North side of road. 39.1744,-%.61156
Ito NW Gateway Ave,IT Title South
911 Safety West
Welcome to Linear Trail North Linear Trail @ NW Woodland St.
8 911 Safety East 4 West side of trail.South side of road. 39.17427,-94.61087
Direc.to Inter/Indian Hills/Gateway South
Dire.Linear Trail West
Wekome to Linear Trail North Linear Trail@ NW Palisades Dr.
9 911 Safety East 4 West side of trail.South side of road. 39.17427,-94.61087
Direc.to Inter/Palisades/Gateway South
Dire.to Inter/Palisades West
911 Safety North Linear Trail @ Parking Lot.South side
Linear Trail Direc. East oftrail.East side of access trail.
30 Welcome to Linear Trail South 4 39.17059,-%.61047
Linear Trail Direc. West
Linear Trail Direc North Linear Trail @ Waterfall Park or NW
Linear Trail Direc. East Valley Ln.East side of NW Valley Ln.
11 911 Safety South 4 North of Linear Trail. 39.16847,-%.60383
Welcome to Waterfall Park West
Welcome to Riverside,Direc. East Linear Trail,City limits,north side of
12 Linear Trail Direc West 3 NW Platte Dr.North side of trail. 39.16731,-94.6003
911 Safety South
Welcome to Renner Brenner Park North Jumping Branch&Line Creek Trail.
13 911 Safety East 4 Entrance off of Renner Brenner 39.17566,- .61424
LCT JBT Direc. south Parking Lot.
LCT JBT Direc. West
JBT Direc. North Mid-way on Jumping Branch Trail for
14 9115afety West 3 911 Safety. 39.17946,-94.61585
JBT Direc. South
Welcome to JBT North Jumping Branch Trail @ NW 50th St.
JBT Dire. East East side of trail.south side of NW
15 Trail ends,Direc. South 4 50th St. 39.18321,-94.61719
911 Safety West
Welcome to LCT,Direc. North Intersection of Line Creek Trail with
LCT Direc. East access to Cliffview/Vivian
16 911 Safety South 4 intersection.North side of trail. 39.17392,-94.61591
LCT Direc. West South side of Cliffview Dr.
LCT/MRT Direc. North Intersection of Line Creek Trail with
17 LCT/MRT Direc. East 4 Missouri Riverfront Trail.East side of 39.16274,-%.62171
LCT/MRT Direc. South LCT.North of Argosy Casino Pkwy.
911 Safety West
MRT Direc. North Intersection of MRT with Tremont
18 911 Safety West 3 Trafficway.East side of Tremont. 39.1623,-94.62465
MRT Direc. South South side of Argosy Casino Pkwy.
MRT Direc. North Intersection of MRT with Levee Ramp
19 911 Safety West 3 by Argosy. 39.15998,-94.62412
MRT Direc. South
MRT Direc. North Horizons Pkwy&Argosy Casino
20 911 Safety East 3 Pkwy.MRT and Horizons Pkwy trail. 39.15825,-94.64092
MRT/Horiz.Direc. South West side of Horiz Pkwy.
E.H.Young Park North �PYTrailat South Parking Lot.Start
21 LCT/MRT Direc. East 4 point for MRT and LCT at EHY. 39.1618,-94.61447
911 Safety South
LCT/MRT Direc. West
Missouri Riverfront Toil North South of West T ra i lhead for M RT.
911 Safety East
22 MRT DirecSouth 4 39.17574,-94.65767
MRT Direc. West
MRT Direc. West MRT,Mile Marker 4.4
23 MRT Direc. East 3 39.1761,-94.65801
911 Safety South
Exhibit 1, page 4 of 6
Aluminum box
(0.1875" min.)
over square post.
Box painted with
Matthews Acrylic
Polyurethane or
equivalent. Direct
printed or applied
vinyl reflective 4'-3"
graphics. 4'-911 41-911
5'-10"
8'
5" Square
aluminum
(0.258" wall)
powder coated
post
=III= III _III= III
d
2'-2„
2'
d
e a
d d
a
d d�
a
o a
Trail Wayfinding Sign Detail EXHIBIT 1, page 5 of 6
Scale 1 " = 1 ' Typical Sign Installation Detail. When sign is to be installed near roadway,
a break-away post may be required. Contractor to submit shop drawing for
break-away post detail.
L V L
4 . 8 4 .8 •� •_
MILE MILE J "',
BLUE TRIANGLE
C/72 M/53 1 K/12 SIGN TEXT
911
"" = O Monarch Monarch
Sculpture#3 Sculpture#4 Sample exhibit of
Riverside,MO Riverside, MO
possible on
� � (0.05)miles (0.05) milestrail wayfincling sign.
Typical •
• Monarch Monarchinclude 911 safety
T Sculpture#2 Sculpture#5
section, mileage,
Riverside, MO Riverside, MO
(0.35)miles (0.35)miles location, and
• . Riverside logo.
1 •• Y/100 1 I Monarch Monarch Directional
Your Current Sculpture#I Sculpture#6 • Riverside
Riverside, MO Riverside, MO • • •- • • -
(0.40) miles (0.40) miles
message -•
Monarch
once • • has been
Kansas City Sculpture#7accepted.
� v Ciq Limits Riverside, MO
LOGO
Print-ready logo will
Z (0.40)miles (0.40) miles
Line Creek E.H.Young
Community iverfront Park
Center (0.0) miles
(0.0) miles
Monarch
Line Creek Sculpture#8
Riverside, MO
Trailhead
at Gower Rd (0.40)miles
(0.0) miles
be provided b
BLUE •
PMS 302 C
11 1 1
r 1 8 •
•MS ••P•
ST
1 1 1
•
/213 G/224 B/78
EXHIBIT 1, p. • - 6 of
839LY6 `��=
RIYERSI '
�.��, - � � � � Wayfinding
M ss°JR.' Sign Locations
:aeon rom orQinor.
1 h d
V
' r
. C
(`dw 1 *RAW1
s
Aft
w. 5
,/ 3
4
3
T r..
2
,
EXHIBIT 2, page 1 of 2
it S;r - •� j i.` 1 � � "��,,
o • • d
,
{
n «
y
•«,�. « .. ddi ` � 4�t � ori, ,
•
r :
IA
ilk, 'Of Ilk
� r
R7� •
pow"
S s j
IMMW}
g•iT
City of Riverside, MO
Proposed locations for trail signs. Coordinates listed on Exhibit 1, page 4 of 6
Exhibit 2, page 2 of 2
-- ----- - Unit Ftl"sAM 01 RHMOKM Con<n4 -
Class pl Conc44 Rppr.pa4 Ma.mumsl4linc9.s1',C.m.n,iocK,1-1-P.Ku9ic I—, 1 psr
B
IL 1
Rz � ,?rsM .rno �H �� ..,. `� l7•J � .(.•`!l � vv '�. R � �;�'/ N
i
ROUND PIPE POST FOR GROUND MOUNTED SIGNS A --- - --- ___ _
POST D::_I WASHER BASE (.,NNECTION DATA ABLE (IN.) 1' I 1 /
NOM SIZE DIA LENGT TORQUE OD ID TRIC I or,7
l IN."ID) IN. IN. IN./LB. N. IN. IN. A B C R T W
-
3 I432
3 -
4 } 3g 345 1 111 H # 7I 1 1
LNOM.
D PIPE POST AND FOOTING DATA TABLE `v \V
WEIGHT STUB FOOTING CONCRETE
LENGTH
LBS/FT LBS/IN DIA. DEPTH C.v.
5.79 0.48 4'- 3}" 1r' 4'-s° 0.13BOLT RETAINER PLAN VIEWSHEET METAL BOLT RETAINER CUT FROM7.SB 0.63 4'- 3}" 12" 4'-6" 0.13 Minimum Dimensions. 30 GUAGE GALVANIZED SHEET METAL. PLACE
10.79 0.90 5'- 3}" 18" 5'-6" 0.36 Actual dimensions for BETWEEN BASE PLATES. SIZE VARIES TO
5"round post to be FIT PLATE. BOLT HOLES SHALL BE
provided on Shop LARGER THAN REOUIRED BOLT SIZE.
Drawings,certified by ROLLED CRIMP TO ENGAGE PIPE O.D.
Missouri licensed Missouri licensed
professional engineer. professional engineer
shall provide design for
4. HIGH STRENGTH BOLT any concrete
(SEE "BOLT DATA" IN TABLET reinforcement required �i
PIPE
W % on Shop Drawings.
2 GALVANIZED FLAT --
WASHERS FINISHED FINISH PIPE O.D.*.025"
(EACH LOCATION) GRADE FLAT o
BOLT RETAINER FRICTION CAP
I
lil ii I `FINISH FLUSH
2 w I
W W I;I I I lil V= < II I II
CLASS B x
J a w x °'w Ij j 11 OR B1 it w NOTE:
a W a m In II II CONCRETE w
i FOR GENERAL NOTES. SEE SHEET 1 OF 16.
FINISHED uwi �Q '^ 11 II z~
GRADE 1^ DRILLED FOOTING II II w FOR MOUNTING HEIGHT AND OFFSET DETAILS. SEE
ti L I it c;� STANDARD PLANS SHEET 10 OF 16.
MISSOURI HIGHWAYS AND TRANSPORTATION
M SOT COMMISSION
105 WEST CAPITOL
JEFFERSON CITY. MO 65102
OP OF FOOTING. WITHF NISHED 1-666-ASK-MODOT (1-666-275-6636)
FLAT GRADE. SEE FOOTING DETAIL" WELD STEEL BAR
FOR FOOTINGS ON SLOPES.
DIAMETER 2" X }"X 6"
ELEVATION (SEE TABLET ON BOTTOM OF PIPE g` � POST INSTALLATION
(STEEL PIPE POST BASE CONNECTION) DETAILS
MULTI-DIRECTION SLIP BASE FOOTING DETAIL �� =
PIPE 3" DIA. AND UNDER: F�f/D6,1LEM0+ PIPE POST
2' MAXIMUM IN ROCK. _ EXHIBIT 3
PIPE OVER 3" DIA.I
3' MAXIMUM IN ROCK DATE`EFFECTIV61 Ot/01/2027 sr,9tl ao.
DATE PREPAIIED, 10/14/2020 903.03BN 5 OF 16
EXHIBIT 4
AGREEMENT
BETWEEN
CITY OF RIVERSIDE, MISSOURI AND
Contractor: Star Signs, LLC
FOR
COMPLETION OF
2021 WAYFINDING SIGN PROJECT
Project No. 350-082
RESOLUTION NO.: 2021-032
CONTRACT PRICE: $67,450.00
Scope of work for this contract will include the following:
Item #2 - 3 total Street Wayfinding Signs - 3 panel @ $11,950 each
Item #3 - 8 Trail Wayfinding Signs - 3 sided graphics @ $1,325 each
Item #4 - 15 Trail Wayfinding Signs - 4 sided graphics @ $1,400 each
AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR
2021 WAYFINDING SIGN PROJECT
Project No: 350-082
THIS AGREEMENT,made and entered into as of the day of April,2021,by and between
the City of Riverside, Missouri ("City"), and Star Signs, LLC ("Contractor"), shall govern all Work to
be provided by Contractor for City on the Project.
WHEREAS, City, under the provisions of Resolution No. 2021-032, duly approved on the 51"
day of April,2021 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 have the respective meanings set forth below. Any capitalized terms used but not defined in this
Agreement shall have the meanings given to such terms in the other Contract Documents.
A. "Administrator"has the meaning set forth in the recitals of this Agreement.
B. "Application for Payment" has the meaning set forth in Article VI, Paragraph A of this
Agreement.
C. "City"has the meaning set forth in the preamble of this Agreement.
D. "Change Order" means a change to the Project, which has been approved in accordance
with the terms of this Agreement, specifically including, without limitation, the requirements set forth
in Article VII of this Agreement.
2
E. "Contract Amount"has the meaning set forth in Article III,Paragraph A of this Agreement.
F. "Contract Documents" has the meaning set forth in Article V, Paragraph A of this
Agreement.
G. "Contractor"has the meaning set forth in the preamble of this Agreement.
H. "Notice to Proceed"has the meaning set forth in Article IV,Paragraph A of this Agreement.
I. "Project" means the building, facility, and/or other improvements for which Contractor is
to provide Work under this Agreement. The Project may also include construction by City or others.
J. "City's Contact"means the following employees of the City of Riverside who shall manage
the Project on behalf of the City: Mike Duffy - mduffy@riversidemo.com or Noel Bennion —
nbennion ,riversidemo.com, 816-741-3993.
K. "Subcontractor"means a person, firm or corporation supplying labor and materials or only
labor for the Work for, and under separate contract or agreement with,the Contractor.
L. "Substantial Completion" means 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.
M. "Work"or"Work on the Project"means work to be performed at the location of the Project,
including the transportation of materials and supplies to or from the location of the Project by employees
of the Contractor and any Subcontractor. Work shall include all labor, services, materials, supplies,
tools, equipment, supervision, management, and anything else necessary to accomplish the results and
objectives described in the Project Scope 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.
ARTICLE II
THE PROJECT AND THE WORK
A. Contractor shall provide and pay for all Work for the Project.
B. Contractor represents that it has evaluated and satisfied itself as to all conditions and
limitations under which the Work is to be performed, including, without limitation, (1) the location,
condition, layout, and nature of the Project site and surrounding areas, (2) generally prevailing climatic
conditions, (3) labor supply and costs, and (4) availability and cost of materials, tools, and equipment.
City shall not be required to make any adjustment in either the Contract Amount or the time for
performance of the Work because of Contractor's failure to do so.
C. The City's Contact 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
3
performed, and shall interpret the intent of the Contract Documents in a fair and unbiased manner. The
City's Contact may recommend, but cannot approve Change Orders resulting in an increase in time of
performance or payments due to Contractor. The City's Contact will make visits to the site and
determine if the Work is proceeding in accordance with the Contract Documents. The Contractor will
be held strictly to the intent of the Contract Documents in regard to the quality of materials,
workmanship, and execution of the Work. Inspections may be at the factory or fabrication plant of the
source of the material supply. The City's Contact will not be responsible for the construction means,
controls,techniques, sequences, procedures or construction safety.
D. Contractor may be furnished additional instructions and detail drawings by the City's
Contact, as necessary to carry out the Work required by the Contract Documents. The additional
drawings and instructions thus supplied will become a part of the contract drawings, and 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 Sixty-Seven Thousand Four Hundred Fifty Dollars($67,450.00). This amount
shall include all costs, permit fees, profit, overhead, expenses, taxes, and compensation of every kind
related to the Work, and shall be referred to as the"Contract Amount."
B. The Contract Amount is subject to final determination of Work performed at unit prices set
forth in the Bid Form completed by Contractor. The quantities of unit price Work set forth in
Contractor's Bid Form are estimates only, are not guaranteed, and are solely for the purpose of
comparing bids and determining an initial Contract Amount. Unless otherwise stated elsewhere in the
Contract Documents, (1) determination of the actual quantities and classifications of unit price Work
performed will be made by City and (2) final payment for all unit price items set forth in Contractor's
Bid Form will be based on actual quantities as determined by City. The Contractor is responsible for
verifying the unit quantities before excavation and/or installation at the Project site. Contractor shall
identify and notify the City of any variance in unit quantities in excess of ten percent(10%)of the amount
set forth in Contractor's Bid Form IN ADVANCE of performing the Work. Any increase in quantities
of materials or Work performed as a result of over-excavation by Contractor will not be compensated.
C. Payment of the Contract Amount shall be full compensation for all labor, services,
materials,supplies,tools,equipment,supervision,management,and anything else necessary to complete
the respective items in place, in full compliance with all requirements set forth in the Contract
Documents. All costs, permit fees, profit, overhead, expenses, taxes, and compensation of every kind
related to the Work are included in the Contract Amount. No labor, services, materials, supplies,tools,
equipment, supervision, management, or anything else required by the Contract Documents for the
proper and successful completion of the Work shall be paid for outside of or in addition to the Contract
Amount. The Work set forth in the Contract Amount shall be itemized in Contractor's Bid Form. All
Work not specifically set forth in Contractor's Bid Form as a separate pay item is a subsidiary obligation
of Contractor, and all costs, permit fees, profit, overhead, expenses, taxes and compensation of every
kind in connection therewith are included in the Contract Amount set forth in Contractor's Bid Form.
4
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 08/05/2021 or 120 Calendar Days from Notice to Proceed. 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. 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.
D. 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
5
Documents.
E. 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
F. 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.
G. 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 the 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
H. DRAWINGS AND SPECIFICATIONS. The intent of the drawings and specifications is
that the Contractor shall furnish all labor, materials, tools, equipment and transportation necessary for
the proper execution of the Work in accordance with the Contract Documents and all incidental Work
necessary to complete the Project in an acceptable manner,ready for use,occupancy or operation by the
City. In case of conflict between the drawings and specification, the specifications shall govern. Figure
dimensions on drawings shall govern over general drawings. Any discrepancies found between the
drawings and specifications and site conditions or any inconsistencies or ambiguities in the drawings or
specifications shall be immediately reported to the City's Contact in writing,who shall promptly correct
such inconsistencies or ambiguities in writing. Work done by the Contractor after discovery of such
discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk.
I. SHOP DRAWINGS. Contractor shall submit to City's Contact for review all shop
drawings, samples,product data,and similar submittals required by the Contract Documents.Contractor
shall be responsible to City for the accuracy and conformity of its submittals to the Contract Documents.
Shop drawings shall bear the Contractor's certification that it has reviewed, checked and approved the
shop drawings and that they are in conformance with the requirements of the Contract Documents.
Contractor shall prepare and deliver its submittals to City in a manner consistent with the construction
schedule and in such time and sequence so as not to delay performance of the Work. Portions of the
Work requiring a shop drawing or sample submission shall not begin until the shop drawing or
submission has been reviewed by the City's Contact. Review of any Contractor submittal shall not be
deemed to authorize deviations, substitutions,or changes in the requirements of the Contract Documents
unless express written approval is obtained from City specifically authorizing such deviation,
substitution, or change. When submitted for the City's Contact'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,
6
Contractor agrees upon request to submit in a timely fashion to City for review by City's Contact any
shop drawings, samples,product data,manufacturers' literature,or similar submittals as may reasonably
be required by City. Contractor shall perform all Work strictly in accordance with approved submittals.
City's Contact's review does not relieve Contractor from responsibility for defective Work resulting
from errors or omissions of any kind on the reviewed submittals.A copy of each shop drawing and each
sample shall be kept in good order by the Contractor at the site and shall be available to the City's
Contact.
J. MATERIALS, SERVICES AND FACILITIES. It is understood that except as otherwise
specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials,
labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any
nature,and all other services and facilities of any nature whatsoever necessary to execute,complete,and
deliver the Work within the specified time. Materials and equipment shall be so stored as to insure the
preservation of their quality and fitness for the Work. Stored materials and equipment to be incorporated
in the Work shall be located so as to facilitate prompt inspection. Manufactured articles, materials and
equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by
the manufacturer. Material, supplies and equipment shall be in accordance with samples submitted by
the Contractor and approved by the City's Contact. 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.
K. INSPECTION AND TESTING OF MATERIALS. All materials and equipment used in
the construction of the Project shall be subject to adequate inspection and testing in accordance with
generally accepted standards, as required and defined in the Contract Documents. The Contractor shall
provide at the Contractor's expense the testing and inspection services required by the Contract
Documents. The City shall provide all inspection and testing services not required by the Contract
Documents. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public
authority having jurisdiction require any Work to specifically be inspected, tested or approved by
someone other than the Contractor,the Contractor will give the City's Contact timely notice of readiness.
The Contractor will then furnish the City's Contact the required certificates of inspection, testing
approval. Inspections,tests or approvals by the City's Contact or others shall not relieve the Contractor
from the obligation to perform the Work in accordance with the requirements of the Contract Documents.
The City's Contact 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 City's Contact it must, if requested by the
City's Contact, be uncovered for the City's Contact's observation and replaced at the Contractor's
expense. If the City's Contact considers it necessary or advisable that covered Work be inspected or
tested by others,the Contractor, at the City's Contact's request,will uncover, expose or otherwise make
available for observation, inspection or testing as the City's Contact may require, that portion of the
Work in question, furnishing all necessary labor, materials, tools and equipment.
L. CORRECTION OF WORK. The Contractor shall promptly remove from the Project site
all Work rejected by the City's Contact 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 City 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.
M. SUBSTITUTIONS. Whenever a material, article, or piece of equipment is identified on
the drawings and specifications by referenced to brand name or catalog numbers, it shall be understood
that this is referenced for the purpose of defining the performance or other salient requirements and that
other products of equal capacitates, quality and function shall be considered. The Contractor may
recommend the substitution of material, article or piece of equipment of equal substance and function
for those referred to in the Contract Documents by referenced to brand name or catalog number, if, in
the opinion of the City, such material, article or piece of equipment is of equal substance function to that
specified, the City may approve, in writing, its substitution and use by the Contractor. Any cost
differential shall be deductible from the contract price and in such event the Contract Documents shall
be modified by Change Order.The Contractor warrants that if substitutes are approved,no major changes
in the function or general design of the Project will result. Incidental changes or extra component parts
required to accommodate the substitute will be made by the Contractor without a change in the contract
price or contract time.
N. 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 City any additional land and access thereto that the Contractor may desire for temporary
construction facilities, or for storage of materials.
O. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all boundary
surveys and establish all base lines for locating the principal component parts of the Work together with
a suitable number of bench marks adjacent to the Work as shown in the Contract Documents. From the
information provided by the City, unless otherwise specified in the Contract Documents,the Contractor
shall develop and make all detail surveys needed for construction such as slope stakes, batter boards,
stakes for pipe locations and other working points, lines, elevations and cut sheets.
The Contractor shall carefully preserve bench marks, reference points and stakes and, in
case of willful or careless destruction, shall be charged with the resulting expense and shall be
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
8
Contractor shall promptly notify the City in writing, and any necessary changes shall be adjusted as
provided in Article VII changes in the Work.
P. SUBSURFACE CONDITIONS. The Contractor, before bidding the Project, has the
responsibility to become familiar with the Project site and the conditions under which Work will have
to be performed during the construction period. Excavating for foundations of surface structure:
buildings, bridges, tanks, towers, retaining walls and other types of surface structures. The Contractor
shall promptly, and before such conditions are disturbed (excepting an emergency), notify the City by
written notice of subsurface or latent physical conditions at the site differing materially from those
indicated in the Contract Documents. Contractor shall also be required to notify City of any unknown
physical conditions at the site of unusual nature, differing materially from those ordinarily encountered
and generally recognized as inherent in work of the character provided for in the Contract Documents at
the location of the Project. The City shall investigate the conditions,and if it is found that such conditions
do so materially differ and cause an increase or decrease in the cost of, or in the time required for,
performance of the Work, the Contract Documents may be modified by Change Order as provided in
Article VII. Any claim of the Contractor for adjustment hereinafter shall not be allowed unless the
required written notice has been given; provided that the City may, if the City determines the facts so
justify consider and adjust any such claims asserted before the date of the final payment. Excavating for
below-surface structures: water mains, sewers, power and telephone cables and other types of below
surface structures. No extra compensation will be paid for rock excavation or varying geologic features
encountered on the Project, unless so shown as a bid item in the Bid Form for bid. If man-made hazards
are encountered by the Contractor, excluding utilities, which are not visible from the surface, such as
buried concrete foundations, buried garbage dumps that cannot be by-passed and requires additional
Work consult the City's Contact.
Q. 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, are hereby incorporated into this
Agreement, and form the entire agreement between City and Contractor, and are referred to as the
Contract Documents:
1. REQUEST FOR BID
2. GENERAL TERMS AND CONDITIONS
3. SPECIAL CONDITIONS
9
4. BID FOR UNIT PRICE
5. BID FORM—VARIATIONS
6. BID FORM—PRICING
7. BID BOND- SECURITY
8. EXPERIENCE QUESTIONNAIRE
9. AFFIDAVIT OF WORK AUTHORIZATION
10. STATEMENT OF WORK
11. PROJECT SCOPE
12. This AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR
13. TIME FOR COMPLETION
14. NOTICE TO PROCEED
15. APPLICATION FOR PAYMENT FORM
16. CHANGE ORDER FORM
17. CERTIFICATE FOR SUBSTANTIAL COMPLETION
18. CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
19. SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
20. 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 in accordance with the terms hereof in
substantially the form attached hereto as Exhibit C (an "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 Payment to the City's Contact.In addition to the amount of payment requested
in the Application for Payment, each Application for Payment 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
10
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 for Payment 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 for Payment 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 for Payment, or return the Application for Payment to the
Contractor indicating in writing the reasons for refusing to approve payment. In the latter case, the
Contractor may make the necessary corrections and resubmit the Application. Within fifteen (15)days
of its receipt of payment from City, Contractor shall pay all Subcontractors and suppliers to whom
payment is owed from the amount paid to Contractor.
C. All payments under this Agreement shall be made only upon the approval of City's Contact
and Administrator. City's Contact shall review each Application for Payment and certify for payment
such amounts as City's Contact 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 an Application for Payment, shall prepare a check
for the sum certified to be due (exclusive of retainage), payable out of the funds in the City Treasury
available for Contractor under the authorizing Resolution or Ordinance approved by the Board of
Aldermen. Payment shall be made to Contractor after the Board of Aldermen review and approve the
payment and authorize the Mayor and City Treasurer to sign and deliver the check.
E. Neither Administrator or City's Contact'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 for Payment, 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
Application for Payment 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 a
final Application for Payment,all requirements of the Contract Documents are complied with,and City's
Contact issues his or her certificate to that effect. The Engineer's Certificate of Acceptance will be on
the form attached hereto as Exhibit J. City, within thirty (30) days after the delivery of Engineer's
11
Certificate of Acceptance, 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 final Application for
Payment as claimed by Contractor. All claims not identified in the final Application for Payment are
waived. Any payment,however final or otherwise,shall not release the Contractor 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 Agreement.
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
12
any addition,deletion,or other change without a written order from City,Contractor shall not be entitled
to any increase in the Contract Amount or the time for performance of the Work, and Contractor shall
be solely and completely responsible for the acceptability to City of the addition, deletion, or other
change.
B. If a change to the Work causes a net increase or decrease in the cost of Contractor's
performance,the Contract Amount shall be increased or decreased as follows:
1. If the Work is covered by unit prices set forth in Contractor's Bid Form. by application of
such unit prices to the quantities of the items involved;or
2. If the Work involved is not covered by unit prices set forth in Contractor's Bid Form, 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.
13
H. No change or claim, nor any delay or dispute concerning the determination of any increase
or decrease in the amount of time and money for the performance of the Work, shall excuse Contractor
from proceeding with prosecution of the Work, including any Work as changed.
ARTICLE VIII
INSURANCE
A. Contractor shall, at all times during the performance of any of the Work, maintain not less
than the following insurance coverages and amounts:
1. COMMERCIAL GENERAL LIABILITY - Contractor shall provide coverage for
Contractor,City, its employees,officers,and agents,and any architects,engineers, or
other design professionals engaged by or on behalf of City against claims for damage
to property and/or illness of, injury to, or death of any person or persons related to or
arising out of the Work. Such coverage shall name the City, together with its
employees and officers,as an additional insured and have not less than the following
limits:
a. Each occurrence $3,000,000.00
b. General aggregate $3,000,000.00
c. Products/completed operations aggregate $3,000,000.00
d. The following coverage shall be included:
• Blanket contractual liability
• Products/completed operations
• Personal/advertising injury
• Broad form property damage
• Independent contractors
• Explosion, Collapse, and Underground Damage
2. OWNERS PROTECTIVE LIABILITY — Contractor shall purchase, maintain and
deliver to the City for operations of the Contractor of any Subcontractor in connection
with execution of the agreement Owner's Protective Liability insurance in the same
minimum amounts as required for Commercial General Liability Insurance above.
3. AUTOMOBILE LIABILITY - Contractor shall provide coverage for Contractor,
City,its employees,officers,and agents,and any architects,engineers,or other design
professionals engaged by or on behalf of City against claims for bodily injury and/or
property damage arising out of the ownership or use of any owned,hired,and/or non-
owned vehicle and shall include protection for any auto, or all owned autos, hired
autos,and non-owned autos. The coverage shall have not less than a combined single
limit of$3,000,000.00 for each accident.
14
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
15
(including but not limited to reduction by paid claims) of coverage or limits contained in the policy or
evidenced by the certificate of insurance. Contractor shall furnish City a certificate or certificates and
copies of policies, all satisfactory to City, evidencing that Contractor has all the required insurance and
is in compliance with this Article.The certificate or certificates and copies of policies shall be delivered
to City's designated representative not less than seven (7) days before Contractor first performs any of
the Work. All policies except Workers' Compensation and Employer's Liability shall contain a waiver
of subrogation in favor of City, its employees, officers, and agents, and architects, engineers, or other
design professionals engaged by or on behalf of City.
F. Contractor also shall maintain any additional insurance coverages and any higher limits
provided for elsewhere in the Contract Documents and shall furnish City any additional insurance
documentation provided for elsewhere in the Contract Documents.
G. If any part of the Work is subcontracted,each Subcontractor,or Contractor on behalf of the
Subcontractor, shall maintain liability and worker's compensation insurance coverages and amounts
satisfying all the requirements of this Article. Certificates and copies of policies, satisfactory to City,
evidencing the required insurance and compliance with this Article shall be delivered to City's
designated representative not less than seven(7)days before the Subcontractor first performs any of the
Work.
H. If Contractor is a transient employer as defined in Section 285.230 RSMo,Contractor must
post in a prominent and easily accessible place at the Work site a clearly legible copy of the following:
(1)the notice of registration for employer withholding issued to such transient employer by the Director
of Revenue; (2) proof of coverage for workers' compensation insurance or self-insurance signed by the
transient employer and verified by the Department of Revenue through the records of the Division of
Workers' Compensation; and (3) the notice of registration for unemployment insurance issued to such
transient employer by the Division of Employment Security. Any transient employer failing to comply
with these requirements shall, under Section 285.234 RSMo be liable for a penalty of$500 per day until
the notice required by this Paragraph are posted as required by law.
ARTICLE IX
INDEMNITY
A. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold
harmless City, its employees, officers, and agents, and any architects, engineers, or other design
professionals engaged by or on behalf of City, from and against claims, damages, losses, and expenses,
including but not limited to attorney's fees,arising out of or resulting from the performance of the Work,
provided that such claim, damage, loss, or expenses is attributable to bodily injury, sickness, disease, or
death or to injury to or destruction of tangible property(other than the Work itself),but only to the extent
caused or allegedly caused by the negligent or willful acts or omissions of Contractor, a Subcontractor
or supplier, or anyone directly or indirectly employed by them, or anyone for whose acts they may be
liable,regardless of whether such claim,damage,loss,or expense is caused in part by a party indemnified
hereunder. This obligation is not intended to, and shall not, negate, abridge, or reduce other rights or
obligations of indemnity that would otherwise exist as to a party or person as set forth in this Agreement.
B. In claims against any person or entity indemnified herein by an employee of Contractor, a
Subcontractor or supplier,or anyone directly or indirectly employed by them or for whose acts they may
16
be liable, the indemnification obligation shall not be limited by a limitation on the amount or type of
damages, compensation, or benefits payable by or for Contractor or a Subcontractor or supplier under
workers' compensation acts, disability benefit acts, or other employee benefit acts.
ARTICLE X
PATENT LIABILITY
Contractor agrees to defend, indemnify, and hold harmless City, its officers, employees and
agents from and against any claim, action or suit that may be brought against them for Contractor's
infringement of any Letters Patent in the performance of this Agreement or any breach or violation of
trademark or proprietary or trade secret rights of others, as well as against any judgments, decrees,
damages, costs and expenses sought, adjudicated, or recovered against any of them, on account of any
such actual or alleged infringement.
ARTICLE XI
COVENANT AGAINST LOBBYING AND UNDUE INFLUENCE
A. Contractor represents and warrants that it has not employed or retained any company or
person,other than a bona fide employee working for Contractor,to solicit or secure this Agreement,and
that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee,
commission, percentage, brokerage fee, gift, or any other consideration contingent upon or resulting
from the award or making of this Agreement. For breach or violation of this warranty, City shall have
the right to void this Agreement without liability and, in its discretion, to deduct from the Contract
Amount,or otherwise recover,the full amount of such fee,commission, percentage, brokerage fee, gift,
or contingent fee.
B. Contractor represents and warrants that no payments have been or shall be made, directly
or indirectly,by or on behalf of Contractor to or for the benefit of any officer,employee,or agent of City
who may reasonably be expected to influence the decision to requisition issue or take any action with
respect to this Agreement. Contractor shall allow a mutually agreeable nationally recognized certified
public accounting firm to examine,at City's expense, such of Contractor's books and records as may be
necessary, in the accountant's reasonable opinion,to verify Contractor's compliance with this Article.
C. No official of the City who is authorized in such capacity and on behalf of the City to
negotiate, make, accept, or approve, or to take part in negotiating, making, accepting, or approving any
architectural, engineering, inspection, construction, or material supply contract or any subcontract in
connection with the construction of the Project, shall become directly or indirectly interested personally
in this Agreement or in any part hereof.No officer, employee, architect, attorney, engineer,or inspector
of or for the City 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 Agreement or in any part thereof, any material
supply contract, subcontract, insurance contract, or any other contract pertaining to the Project.
17
ARTICLE XII
RECORDS REGARDING PAYMENT
For a period of at least two(2)years after final payment to Contractor,Contractor shall maintain,
in accordance with generally accepted accounting principles, such records as are necessary to
substantiate that all Applications for Payment hereunder were valid and properly chargeable to City.For
lump sum contract Work, the records shall demonstrate that the City was billed at appropriate times for
proper percentages of completion and for payments to Subcontractors and suppliers. For any Work,
including extra Work, not charged on a lump sum basis,the records to be maintained hereunder include
but are not limited to all contracts, subcontracts,material bills,correspondence,accounting records,time
sheets, payroll records, canceled checks, orders, and invoices pertaining to City's account. City or its
representative shall, upon reasonable prior notice to Contractor, be given the opportunity to audit these
records at any time during normal business hours to verify the accuracy of Contractor's invoices and
charges.
ARTICLE XIII
NOTICES
A. The following persons are designated by the respective parties to act on behalf of such
party and to receive all written notices and Applications for Payment:
If to the City: If to the Contractor:
Mike Duffy Name:
2950 NW Vivion Rd. Title:
City of Riverside, MO Street Address:
Riverside, MO 64150 City, State Zip:
mduffy@riversidemo.com Email:
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)complying with the
Contract Documents, or sufficient or properly operating tools, equipment, or other items necessary for
18
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 City's Contact and Administrator,then the Contractor
19
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
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
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.
20
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. RESERVED.
B. EXCESSIVE UNEMPLOYMENT. During periods of excessive unemployment (any
month immediately following two consecutive calendar months during which the level of unemployment
in the state has exceeded five percent(5%)as measured by the United States Bureau of Labor Statistics)
only Missouri labors(persons who have resided in Missouri for at least thirty days and intend to become
or remain Missouri residents) and laborers from non-restrictive states (persons who are residents of a
state which has not enacted state laws restricting Missouri laborers from working on public works
projects in that state, as determined by the Labor and Industrial Relations Commission), may be
employed under the contract, except that other laborers may be used when Missouri laborers or laborers
from nonrestrictive states are not available, or are incapable of performing the particular type of work
involved, if so certified by the Contractor and approved by the City.
C. UNDERPAYMENT OF WAGES. In case of underpayment of wages by the Contractor or
by any Subcontractors to laborers or mechanics employed by the Contractor or Subcontractor upon the
Work covered by this Agreement, the City, in addition to such other rights as may be afforded it under
this Agreement shall withhold from the Contractor, out of any payments due the Contractor, so much
thereof as the City may consider necessary to pay such laborers or mechanics the full amount of wages
required by this Agreement. The amount so withheld may be disbursed by the City, for and on account
of the Contractor or the Subcontractor(as may be appropriate), to the respective laborers or mechanics
to whom the same is due or on their behalf to plans, funds, or programs for any type of fringe benefit
prescribed in the applicable wage determination.
D. LIMITATIONS ON EMPLOYMENT. No person under the age of sixteen (16)years and
no person who, at the time, is serving sentence in a penal or correctional institution shall be employed
on the Work covered by this Agreement.
ARTICLE XVIII
EQUAL EMPLOYMENT OPPORTUNITY
The Contractor will not discriminate against any employee or applicant for employment because
of race,color, religion, sex,or national origin. The Contractor will take affirmative action to ensure that
applicants and employees are treated during employment, without regard to their race, color, religion,
sex, or national origin. Such action shall include, but not be limited to, employment, upgrading,
demotion,or transfer;recruitment,or recruitment advertising;layoff or termination;rates of pay or other
forms of compensation; and selection for training, including apprenticeship.
21
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 Agreement 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 enter into other contracts in connection with the 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 enter into 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.
22
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 the periods shown in section 1.17 of the Project Scope. The date of completion for all
scopes of work shall be the last date of acceptance of all Work in this Agreement. 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.
23
C. This Article does not establish a period of limitation with respect to any obligation of
Contractor under the Contract Documents, and does not limit the time allowed by law for any action for
breach of such obligation.
ARTICLE XXIV
STORAGE OF MATERIALS AND EQUIPMENT
The Contractor shall provide at its own expense and without liability to the City any additional
land and access thereto that the Contractor may desire for temporary construction facilities,or for storage
of materials. Only materials and equipment that are to be used directly in the Work shall be brought to
and stored at the Project site by Contractor. After equipment is no longer required for the Work, it shall
be promptly removed from the Project site. Protection of construction materials and equipment stored at
the Project site from weather, theft, and all other casualty or damage is solely the responsibility of
Contractor.
ARTICLE XXV
TAXES
A Missouri Sales Tax Project Exemption Certificate (Missouri Department of Revenue Form
5060) will be provided by the City for the purchase of any materials or personal property incorporated
into or consumed in the 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 its prosecution of the Work. The safety provisions of applicable laws and
24
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.
25
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 XXXII
NO PRESUMPTION AGAINST THE DRAFTER
No presumption or inference against the City shall be made because of the City's preparation of
this Agreement or other Contract Documents.
ARTICLE XXXIII
DISPUTES/ATTORNEY FEES
A. If a dispute arises out of or relates to this Agreement or other Contract Documents, or the
breach thereof, and if the dispute cannot be resolved through negotiation, City and Contractor shall first
try in good faith to resolve the dispute by mediation before resorting to litigation. Unless City and
26
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 Agreement
shall be deemed to be inserted herein and this Agreement 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 this Agreement 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]
27
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their
authorized representatives.
APPROVED AS TO FORM:
ATTORNE
By:
Attorney, `r4V I A, C4
COUNTERSIGNED BY:
CITY P URCHASIN GEN
B:
Bri E. oral
Ci Administrato
CITY OF RII'ERSIDE:
By: `
K thlech L.Rose,Mayor A
Robin Kincaid, ity Clerk
CONTRACTi R:
By:
( nature)
Printed Name: Qj�
Title: Vi nl r�tpF--*' skg�S
A
TTE ZT:
, (/ &�'I
SECRETARY, �4 ret V. Or a d e-#
(Name Printed)
28
EXHIBIT A Bond No.: 5932836
PERFORMANCE BOND
FOR THE FAITHFUL PERFORMANCE of each of the terms and stipulations of the AGREEMENT
between the CITY OF RIVERSIDE and CONTRACTOR, for construction of 2021 WAYFINDING
SIGN PROJECT (350-082), dated 26th April, 2021, designated Ordinance Resolution No.
2021-032, in every particular, Star Signs, LLC, as Principal, and.
_ Old Republic Surety Company [insert name of surety], as Surety, hereby
firmly bind themselves and their respective heirs, executors, administrators, successors, and assigns,
.jointly and severally,unto the City of Riverside, Missouri, ("City") in the total aggregate penal sum of
Sixty-Seven Thousand Four Hundred Fifty Dollars !$67 450 OO) 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",
29
R
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 Gond above is accepted by the City this 3&h day of Al2ril ,2021.
Star Signs LLC
CONTRACTAS PRI�C�PAL ^�
���/l
(Signaturey
Printed Name: �
Title: �T
pew 5#L4W
I hereby certify that (1) I have authority to execute
this document on behalf of Surety; (2) Surety has an
A.M. Best rating of A- or better; (3) Surety is named
in the current list of Companies Holding Certificates
of Authority as Acceptable Sureties on Federal Bonds
and Acceptable Reinsuring Companies: as published
in Circular 570 (most current revision) by the
Financial Management Service, Surety Bond Branch,
U.S. Department of the Treasury; and (4) Surety is
duly licensed to issue bonds in the State of Missouri
and in the jurisdiction in which the Project is located.
Old Republic Surety Company
SURETY .
By:
(Signature) _
Printed.Name: Dale A. Gebauer
Title: Attorney In Fact ..`' A •• .^1,
Date: 4/30/2021
Nate: -
• Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT. 'SOd
• if Contractor is a partnership, all partners must execute the Bond ,
SURETY POWER OF ATTORNEY MUST BE ATTACHED
5 1
1
• * tt
* OLD REPUBLIC SURETY COMPANY
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance corporation,does make,constitute and
appoint:
D.C.PRUETT,DENISE A.IVERSON.DALE A.GEBAUER,SEAN R MILLER SR,MATT J MILLER,BEN WILLIAMS,REBECCA A.LILLEY,OF
OVERLAND PARK,KS
its true and lawful Attorney(s)-in-Fact,with full power and authority, for and on behalf of the company as surety,to execute and deliver and affix the seal of the
company thereto(if a seal is required),bonds,undertakings,recognizances or other written obligations in the nature thereof,(other than bail bonds,bank
depository bcmds,mortgage deliciency binds,mortgage guaranty bonds,guarantees of nnstalhmm paper and note guaranty bonds,self-Insurance workers
compensation bonds guaranteeing payment oftreneftts,asbestos abatement c4)ntract bonds.waste management bonds.hazardouswaste remediation h nrds or black lung
hond'.),as follows:
ALL WRITTEN INSTRUMENTS
and to bind OLD REPUBLIC SURETY COMPANY thereby,and all of the acts of said Attomeys-in-Fact,pursuant to these presents,are ratified and confirmed.
This document is not valid unless printed on,(ilored background and is multi-colored. This appointment is made under and by authority of the board of directors
at a special meeting held on February 18,1981 This Power of Attomey is signed and sealed by facsimile under and by the authority of the following resolutions
adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1981
RESOLVED that,the president,any vice-president,or assistant vice president,in conjunction with the secretary or any assistant secretary,may appoint
attomeys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to
execute and deliver and affix the sea)of the company to bonds,undertakings,recognizimces,and suretyship obligations of all kinds;and said officers may remove
any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person,
RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall be valid and binding upon the Company
(i)when signed by the president,any vice president or assistant vice president,and attested and sealed(if a seal be required)by any secretary or assistant
secretary;or
(ii)when signed by the president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed(if a seal be
required)by a duly authorized attorney-in-fact or agent;or
(iii)when duly executed and sealed(if a seal be required)by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority
evidenced by the Power of Attomev_issued by the company to such persgp or-pereptta.,_ ___
RESOLVED FURTHER,that the signature of any authorized officer and the seal of the company maybe affixed by facsimile to any Power of Attorney or
certification(hereof 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 affixed.
IN WITNESS WHEREOF.OLD REPUBLIC SURETY COMPAVY has caused these presents to be signed by its proper officer,and its corporate seal to be
affixed this 2Np :�day of DECEMBER 2019,
OLD REPUBLIC SURETY COMPANY
JWW
s e.•�•�1Mt O x
,y SEAL p
STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS ', � � President
On this 2ND day of DECEMBER,2019 personally came before me, Alan Pavlic and
to me known to be the individuals and officers of the OLD REPUBLIC SURE fY COMPANY who executed the above
instrument,and they each acknowledged the execution of the same,and being by me duly swom,did severally depose and say; that they are the said officers of the
corporation aforesaid,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signatures as such officers
were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation
a
o'TA
y°,
f Notary Pubk
wst ,r' My commission expires: 9/28/2022
CERTIFICATE (Expiration of notary commission does not invalidate this instrument)
1,the undersigned,assistant secretary of the OLD REPUBLIC SURETY COMPANY,a Wisconsin corporation,CERTIFY that the foregoing and attached Power
of Attorney remains in full force and has not been revoked;and furthermore,that the Resolutions of the board of directors set forth in the Power of Attorney,are now in
fora:. ��,...�a.,,••
40-2638
xu Signed aealad ll�tl �Citv'b}Brookfield.WI this 30th day of 2021
SEAL Z�, /J��,• .tto R
�LU : JFA •„V �� Assistant
R.E.MILLER INSURANCE AGENCY
THIS DOC i•ED i !• i ON PANY LOGO APPEARSON
OF DOC U ME NT A S A WAl ERMAPb(, DOCU MENT IS VOID
� r''rRlatrtr�t�r, -'
c
EXHIBIT B
PAYMENT BOND Bond No.: 5932836
KNOW ALL PERSONS BY THESE PRESENTS: that Star Signs, LLC a
Star Signs LLC____._._. [insert corporation,partnership or individual],hereinafter called Principal,and
_Old Re u lic Surety Company_____. [insert name of surety], hereinafter called Surety, are held
and firmly bound unto the CITY OF RIVERSIDE,MISSOURI.("City"),and unto all persons, firms and
corporations who or which may furnish labor, or who furnish materials to perform as described under
the Agreement and Contract Documents more fully described below and to their successors and assigns
in the total aggregate penal sum of Sixty-Seven Thousand Four Hundred Fifty Dollars ($67,450.00) 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 26th day of April, 2021, for the construction of 2021
WAYFINDING SIGN PROJECT(350-082)approved by Ordinance%Resolution No. 2021-032;
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 perforated thereunder shall in any wise affect
31
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 30th day of April 12021.
Star Signs,LLC ...... --- --- ---
CONTR-ACIOD AS PRINCTAL
Bv: aa�J&
(Signature)4V
Printed Name:
Title: Mce R��&
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.
Old Revublic Surety Company
SURETY
By:
. .
(Signature) A% ... ......
Printed Name: Dale A. Gebauer
Title: Attorney In Fact
o4
Date: 4/30/2021
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
32
* OLD REPUBLIC SURETY COMPANY
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance corporation,tines make,constitute and
appoint:
D.C.PRUETT,DENISE A IVERSON.DALE A.GEBAUER,SEAN R MILLER SR,MATT J MILLER,BEN WILLIAMS,REBECCA A.LILLEY,OF
OVERLAND PARK,KS
its true and lawful Attomey(s)-in-Fact,with full power and authority, for and on behalf of the company as surety,to execute and deliver and affix the seal of the
company thereto(if a seal is required),bonds,undertakings,recognizznces or other written obligations in the nature thereof,•,other than bail bonds,bank
depository bonds,mortgage dcliciency bonds,mortgage guaranty binds,guarantees of installment paper and note guarauy bonds,self-insuience workers
compensation bonds gumanteeing payment ofllenefits.asbestus abatement contract binds.waste management bonds,hazardous waste remediation txrnds or black lung
fonds).as follows:
ALL WRITTEN INSTRUMENTS
and to bind OLD REPUBLIC SURETY COMPANY thereby,and all of the acts of said Attorneys-in-Fact,pursuant to thesepresents,are ratified and confirmed,
This doeument is not valid unless printed on,:olored background and is multi-colored. This appointment is made under and by authority of the board of directors
at a special meeting held on February 18,1982_ This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions
adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982.
RESOLVED that,the president,any vice-president,or assistant vice president,in conjunction with the secretary or any assistant secretary,may appoint
attomeys-in-Fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to
execute and deliver and affix the seal of the company to bonds,undertakings,recognizances,and suretyship obligations of all kinds;and said officers may remove
any such attorney in-fact or agent and revoke any Power of Attorney previously granted to such person,
RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall be valid and binding upon the Company
(i)when signed by the president,any vice president or assistant vice president,and attested and scaled(if a seal be required)by any secretary or assistant
secretary;or
(ii)when signed by the president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed(if a seal be
required)by a duly authorized attomey-in-fact or agent;or
(iii)when duly executed and sealed(if a seal be required)by one or more attomeys-in-fact or agents pursuant to and within the limits of the authority
evidenced by the Power of Attolmg,,issued by,the co>npany tut std)*Person!pr-persons ..._.
RESOLVED FURTHER,that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or
certification there of 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 affixed.
iN WITNESS WHEREOF,OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be
affixed this9,
.._....SND -.._day of DECEMBER 01
,.2._.__.....
OLD REPUBLIC SURETY COMPANY
SEAL `
R tv;
STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS .`. President
On this_ 2ND day of DECEMBER,201 1.9 personally came before me, Alan PAy i, and
AbitT _., ,to me known to be the individuals and officers of the QLD REPUBLIC SURETY COMPANY who executed the above
instrument,and they each acknowledged the execution of the same,and being by me duly sworn,did severally depose and say; that they are the said officers of the
corporation aforesaid,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signatures as such officer
were duly affixed and subscribed to the said instrument by the authority of the board of directors of;raid corToration
sof
t*r' Notwy Public:
My commission expires: 9/28/2022
CERTIFICA'T'E (Expiration of notary commission does not invalidate this instrument)
1,the undersigned,assistant secretary of theOLD REPUBLIC SURETY COMPANY,a Wisconsin corporation,CERTIFY that the foregoing and attached Power
of Attorney remains in full force and has not been revoked;and furthetmom,that the Resolutions of the board of directors set forth in the Power of Attorney,are now in
force,
40-2838 •t�ritMrrrpr+ Aril 2021
wa+;` Signed and sealed�apt cCit�gf,$Co'elt,�•e WI this 30th day of p .
SEAL
••4 v L� Assistant
R.F.MILLER INSURANCE AGENCY
,V U-'_'I-:�OL6r;E-'J ON THE FACE. THE COMPANY LOGO APPEARS ON THE
BACK OF D• DOCU MENT IS VOID
•Ir''rrrrratraNt``,,,`
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.
33
Missouri
Division of Labor Standards
WAGE AND HOUR SECTION
h a
0
MICHAEL L. PARSON, Governor
Annual Wage Order No. 27
Section 083
PLATTE COUNTY
In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of
this Annual Wage Order has been filed with the Secretary of State as indicated below, any person
who may be affected by this Annual Wage Order may object by filing an objection in triplicate
with the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO 65102-
0599. Such objections must set forth in writing the specific grounds of objection. Each objection
shall certify that a copy has been furnished to the Division of Labor Standards. P.O. Box 449,
Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Annual
Wage Order has been filed with the Secretary of State of Missouri.
Original Signed by
Taylor Burks, Director
Division of Labor Standards
Filed With Secretary of State: March 10 2020
Last Date Objections May Be Filed: April 9, 2020
Prepared by Missouri Department of Labor and Industrial Relations
Building Construction Rates for REPLACEMENT PAGE Section 083
PLATTE County
—Prevailing
OCCUPATIONAL TITLE Hourly
Rate
Asbestos Worker $6604
Boilermaker •$28.32
Bricklayer $5742
Carpenter $5736
Lather
Linoleum Layer
Millwright
Pile Driver
Cement Mason "$28.32
Plasterer
Communications Technician $58.21
Electrician(Inside Wireman) $65.07
Electrician Outside Lineman •$28.32
Lineman Operator
Lineman-Tree Trimmer
Groundman
Groundman-Tree Trimmer
Elevator Constructor '$28.32
Glazier $55.03
Ironworker $6415
Laborer $45.80
General Laborer
First Semi-Skilled
Second Semi-Skilled
Mason •$26,32
Marble Mason
Marble Finisher
Terrazzo Worker
Terrazzo Finisher
Tile Setter
Tile Finisher
Operating Engineer $56.63
Group I
Group II
Group III
Group III-A
Group IV
Group V
Painter $47.99
Plumber $69.83
Pie Fitter
Roofer $53.40
Sheet Metal Worker $67.16
Sprinkler Fitter "$28.32
Truck Driver •$28,32
Truck Control Service Driver
Group 1
Group 11
Group III
Group IV
"The Division of Labor Standards received less than 1,000 reportable hours for this occupational title.
Public works contracting minimum wage is established for this occupational title using data provided by Missouri
Economic Research and Information Center.
'"The Prevailing Hourly Rate includes any applicable fringe benefit amounts for each occupational title.
ANNUAL WAGE ORDER NO.27 3/31/20
Heavy Construction Rates for REPLACEMENT PAGE Section 083
PLATTE County
**Prevailing
OCCUPATIONAL TITLE Hourly
Carpenter Rate
$Rate
Millwright
59.23
Pile Driver
Electrician (Outside Lineman) *$28,32
Lineman Operator
Lineman - Tree Trimmer
Groundman
Groundman - Tree Trimmer
Laborer $48.37
General Laborer
Skilled Laborer
Operating Engineer $55.71
Group I
Group II
Group III
Group IV
Truck Driver $47.34
Truck Control Service Driver
Group I
Group II
Group III
-Group IV
Use Heavy Construction Rates on Highway and Heavy construction in accordance with the classifications of
construction work established in 8 CSR 30-3.040(3).
Use Building Construction Rates on Building construction in accordance with the classifications of construction
work established in 8 CSR 30-3.040(2).
If a worker is performing work on a heavy construction project within an occupational title that is not listed on the
Heavy Construction Rate Sheet, use the rate for that occupational title as shown on the Building
Construction Rate Sheet.
*The Division of Labor Standards received less than 1,000 reportable hours for this occupational title.
Public works contracting minimum wage is established for this occupational title using data provided by Missouri
Economic Research and Information Center.
**The Prevailing Hourly Rate includes any applicable fringe benefit amounts for each occupational title.
ANNUAL WAGE ORDER NO. 27 3/31/20
OVERTIME
and
HOLIDAYS
OVERTIME
For all work performed on a Sunday or a holiday, not less than twice (2x) the prevailing
hourly rate of wages for work of a similar character in the locality in which the work is
performed or the public works contracting minimum wage, whichever is applicable, shall
be paid to all workers employed by or on behalf of any public body engaged in the
construction of public works, exclusive of maintenance work.
For all overtime work performed, not less than one and one-half(1%) the prevailing
hourly rate of wages for work of a similar character in the locality in which the work is
performed or the public works contracting minimum wage, whichever is applicable, shall
be paid to all workers employed by or on behalf of any public body engaged in the
construction of public works, exclusive of maintenance work or contractual obligation.
For purposes of this subdivision, "overtime work" shall include work that exceeds ten
hours in one day and work in excess of forty hours in one calendar week; and
A thirty-minute lunch period on each calendar day shall be allowed for each worker on a
public works project, provided that such time shall not be considered as time worked.
HOLIDAYS
January First;
The last Monday in May;
July Fourth;
The first Monday in September;
November Eleventh;
The fourth Thursday in November; and
December Twenty-Fifth;
If any holiday falls on a Sunday, the following Monday shall be considered a holiday.
ANNUAL WAGE ORDER NO. 27 3/20
EXHIBIT D
Time for Completion
2021 WAYFINDING SIGN PROJECT (Project No.350-082)
Time for Completion: 08/05/2021 or 120 Calendar Days from Notice to Proceed
34
EXHIBIT E
CITY OF
RIVERSI IssoURI
Upstream from ordinary.
NOTICE TO PROCEED
DATE:
PROJECT: 2021 WAYFINDING SIGN PROJECT
PROJECT NO.: 350-082
ORD/RESO: (approved )
TO: Contractor:
(address)
You are hereby notified to commence work on or after the day of , 2021 in accordance with
the Agreement dated
The date of substantial completion is 08/05/2021. The project shall be completed and ready for final
payment by
CITY OF RIVERSIDE
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 , 2021.
35
EXHIBIT F
APPLICATION FOR PAYMENT
Continuation Sheet for Application for Payment
(Contact Capital Projects and Parks Manager, Noel Bennion with the City of Riverside for an
electronic version nbennion(Wriversidemo.com or by calling 816-372-9028)
PUAPVLICA�90.
lOO Y/1V�r�
Y �r�aLs i roti s,uo. Tarr�IWrraa.rrr.rmw
tlYfAafr4�r.dl�a�i wr a!a.{Yalu Oaw OriaraalNatrYYYylp�r.r
a rr rarrprl.fur�i
� +rffrrrr.rrs i ..Moo..: vrttaisr•srmr.-dal+
eea MMcoa -
xrsmrwaryl.�xnrsa..+.w - Acre®ate-ralrapp�.r.�Y.r.r
xao.earum u.. maw
Ytl^rs+e.�aYfk v+nrrrrl�i�rA� Ymriw�N�Wsf'IX�Y.arilmmr♦�u6en lYr�rr.
YbrYlYnr�rVf+rr ��r atlrfYf m.PrgllYap�n9. iYrr lws�G
rrr'rr YY�✓tasrx.rtr�arla �fYf�lYfrOwvti!/r YY Rba �r
< �iMMr PIrYOIIY�riY�a �IYIrr��.IbnYd�NhrlftiMYvear �s
iYWrrrrr��YYYY�/rY�Ytl M PSP'Rill.WY1 b n
w..rr.wly.rrrr.rfra�s YY�Is,rcawr non.,w�tti c.�
r`,y�r �� Mrfl�9sr<dM R11GW1 CE11NMD lOC�lly Mf Ot/11�[.YU
cW uFrr App M
yrr<r� a.�,rs tart i
awa
.M Meer %M'l Or
IJ.YYra�r rryt.N
NYYl. sr�wr.e
-----
w
arm
c..re f r
r wrr Ys yr
s
s
s
s
s
Y t -
36
EXHIBIT G
CHANGE ORDER
(Contact Capital Projects and Parks Manager,Noel Bennion with the City of Riverside for an
electronic version nbennionQriversidemo com or by calling 816-372-9028)
r-rrf'" CHANGE ORDER NO. Pasw+r t.r_
RIVERSIDE ►•�A.d.t—
�^� Contractor Name:
Prgerd Mame.
Project Nrebr
'—owe T-EJno.nng;i—q-to dw anq—,gp—ff amount IYere r-I—.d w 4aYM CrnX eM%Dt9d by the
Pn3n_cn Locatme- Ritmmsid�e_MIit9[IttA �crcra�x�r nr W reMe sarongs—1—d by O+e Corrersx r as a'—N M a du�ge n}h:aeival
<onslr—c d q.arr^e,i frau M*esem—d quafmimet sham on the&d P+qp M
tJ11E a:+nTb i4wiauz P�erors F'rwcus REGMED CHANGES IN PRESENT+:QWrRACT
lhM Phot Amwrn
I♦Crn Gess wnn 3 Realm 6v C anF-t}oer Pkase aesTce s be+-anf Own Wor wdr+eaem{r Chrpe�i ' New v 1i�ar NeYar
7 d SO:OC , Req—e d oy OV ,Ur4erm.n ane Cwamms 91 No[—q—Ad d Adr.
um Pace Aaaar
SC OC L: I sane
IA W 10W
5C oc 50'30
5o m Sam
SO x 30 00
P Y.a z Tc, xwoo
Adja Taa sum
*dtt GnaaR Woo
StaaaPe�lt of Cawaa
,Fprta Cataax Mvr[ SO 00
fdw Amor[a'Peevaa6Addmo am C4o.,cW^s So ac
Met Cytrarr Amou[Anr b Tics Raq,— Mao
Amu.R M The Ragm Woo
Nmr"mtrax Amour so W
Peart Chagt a Cantrax A-- +GI'✓a,
DESIGN ENGINEER: CITY OF RIVERSIDE,MISSOURI:
C."-w Tao's 10-.Kr
vane ft at r:"Ad-.--
;�raes :,ned sxe
CONTRACTOR: ONSITE PROJECT MANAGER:
CCWVTK tTd Cc�Mieafea hr CMaP,oe:xdtr ON SITE PROJECT MANAGER Ce 0—t-for Chanae 9rder
r.YMYYJwd OONidVe:=i'lR CfaYtli>•mr•q^s 'm aonMante MahV :mvactconmw_ts.!reariYd65avaGPrs—
nratarAN-at nxessaS n MdY to tae COrfT.AL?••e t+ e+t:dtd OOAtp"saD Mxs 0-1P—ab—ft W1=S mangy—f--
Po .M u n+m Dans m-sa^mcrrnrs am mr:.>w nese awie•rtral ro ne Celt d tlw m agea—2u es 1nordtdy
—Gww u e art xxezrm resPax M mt red rdarnaoon and bass Cw ad rehrswte clsspes a s �.,,r•ceder m
il�a•Na1NaT11%WYtR ari Pnrxw'Ma'.OR nreW11011 D`1M mrn'aa CDaePE!%,aM fra IM Yakes
4attl a1a1/e alt Y1^±C1 wdi re-.pec[b sre Mak ar6M0 d uMr Vs d W
Dagiq- Cortnny
kam P*ut •ITt
s� ;V�
D1[ ]3
37
CITY of EXHIBIT H
RIVERSI
MISSOURI Certificate of Substantial Completion
to be completed after substantial completion of the project)
Project Name: 2021 WAYFINDING SIGN PROJECT Project#: 350-082
Re uestor 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 the City,
Contractor, and the 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 the City 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
The City's Amended Responsibilities:
Contractor's Amended Responsibilities:
38
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 the City (Print& Sign) Date
39
EXHIBIT I
CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
(to be completed at conclusion of project)
2021 WAYFINDING SIGN PROJECT (Proiect No. 350-082)
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
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
40
EXHIBIT J
SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
(to be completed at conclusion of project)
2021 WAYFINDING SIGN PROJECT (Project No.350-082)
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:S
2. Subcontractor fully complied with the provisions and requirements set forth in Sections 290.210,RSMo through 290.340,
RSMo.
Business Entity Type: Subcontractor's Legal Name and Address
(_)Missouri Corporation
(_)Foreign Corporation
C_)Fictitious Name Corporation
(_)Sole Proprietor
�)Limited Liability Company Phone No.
C_)Partnership Fax:
�)Joint Venture E:mail:
�)Other(Specify) Federal ID No.
I hereby certify that I have the authority to execute this affidavit on behalf of Subcontractor.
By:
(Signature) (Print Name)
(Title) (Date)
NOTARY
Subscribed and sworn to before me this day of ,20
My Commission Expires:
(Signature)
41
EXHIBIT K
ENGINEER/CONSULTANT'S CERTIFICATION
For Acceptance and Final Payment
(to be completed at conclusion of project)
City of Riverside, Missouri
Project Name: 2021 WAYFINDING SIGN PROJECT
Project No: 350-082
Contractor:
Contract Date:
Date of Completion and Acceptance:
The Contractor has notified me that he has completed all work in accordance with the Contract Documents
and that it is functioning properly.
I hereby certify that a final inspection of all work under the Contract Documents was conducted by me
and to the best of my knowledge;the work has been completed in accordance with the drawings and specifications
and is functioning properly.
I have approved all payment estimates, and prepared and received approval of all change orders. I have
received the required certifications; instructions for operating the equipment, manuals, and other documents that
are applicable to this project from the Contractor and have delivered them to the City.
The City is now responsible for the security, operation, safety,maintenance, and insurance as applicable
to the project. The Contractor will warranty all specified work for a period of one(1)year(or a longer period if
governed by Missouri Statutes) from this date of completion. Notification has been given to the proper
Government agencies that the work is completed.
I recommend, under the provision of the Contract Documents that the Work be accepted and that final
payment be made.
Executed by the Engineer on this day of 120
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
42