HomeMy WebLinkAboutR-2023-137 Awarding the Bid for Construction of the Soccer Road & Parking Lot and Approving the Agreement between the City and Monarch Build, LLC RESOLUTION NO. R-2023-137
A RESOLUTION AWARDING THE BID FOR CONSTRUCTION OF THE SOCCER
ROAD & PARKING LOT AND APPROVING THE AGREEMENT BETWEEN THE CITY
AND MONARCH BUILD, LLC FOR CONSTRUCTION OF SUCH PROJECT
WHEREAS, the City issued a request for bids for the construction of improvements for the
Soccer Road & Parking Lot (No. 624-023) ("Project"); and
WHEREAS, the City received four (4) responses to its request for bid and the proposal
submitted by Monarch Build. LLC ("Monarch") in the amount of $799.242.34 has been evaluated
by the City and recommended as the most advantageous proposal for performance of the project;
and
WHEREAS, the Board of Aldermen find it is in the best interest of the City to enter into a
contract with Monarch to perform the Project;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF
THE CITY OF RIVERSIDE, MISSOURI AS FOLLOWS:
THAT the proposal of Monarch for the construction of the Soccer Road & Parking Lot in
the amount of $799,242.34 is hereby accepted and approved; and
FURTHER THAT an agreement by and between the City of Riverside and Monarch in
substantially the same form as attached hereto in Exhibit "A" and incorporated herein by
reference is hereby authorized and approved; and
FURTHER THAT the project is subject to the requirements of Section 292.675 RSMo,
which requires all contractors or subcontractors doing work on the project to provide, and
require its on-site employees to complete, a ten (10) hour course in construction safety and
health approved by the Occupational Safety and Health Administration (OSHA) or a similar
program approved by the Missouri Department of Labor and Industrial Relations which is at
least as stringent as an approved OSHA program. Such training must be completed within sixty
(60) days of the date work on the Project commences. On-site employees found on the
worksite without documentation of the required training shall have twenty (20) days to produce
such documentation: and
FURTHER THAT the Mayor, City Administrator. City Attorney, and Finance Director are
hereby authorized to execute all documents and agreements necessary or incidental to carry
out the terms and conditions of such bid award and the City Clerk is authorized to attest thereto.
PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside
Missouri the 19th day of September 2023.
K hleen L. Rose, Mayor
AT` •
Robin Kincpi , City Glerk_
EXHIBIT "A"
Soccer Road & Parking Lot Project Manual
PROJECT MANUAL
SOCCER ROAD & PARKING LOT
PROJECT NO: 624-023
The City of Riverside, Missouri
August 2, 2023
a
TABLE OF CONTENTS
DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS
ADVERTISEMENT FOR BIDS
INFORMATION FOR BIDDERS
BID FOR UNIT PRICE CONTRACT
BID FORM
BID BOND
EXPERIENCE QUESTIONAIRE
AFFIDAVIT for WORK AUTHORIZATION
AGREEMENT
EXHIBIT A PERFORMANCE BOND
EXHIBIT B PAYMENT BOND
EXHIBIT C STATE PREVAILING WAGE RATES (MISSOURI)
EXHIBIT D TIME FOR COMPLETION
EXHIBIT E SCOPE OF WORK
EXHIBIT F TECHNICAL SPECIFICATIONS
EXHIBIT G NOTICE TO PROCEED
EXHIBIT H EXAMPLE-APPLICATION FOR PAYMENT FORM
EXHIBIT I EXAMPLE-CHANGE ORDER FORM
EXHIBIT J CERTIFICATE OF SUBSTANTIAL COMPLETION
EXHIBIT K AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW
EXHIBIT L ANTI-DISCRIMINATION AGAINST ISRAEL ACT CERTIFICATION
EXHIBIT M CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
EXHIBIT N SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
EXHIBIT 0 ENGINEER/CONSULT. CERT. for Acceptance& Final Payment
SPECIFICATIONS
DIVISION 1 —GENERAL REQUIREMENTS
Section Description
01015 CONTRACTOR USE OF PREMISES
01030 SPECIAL CONDITIONS
01040 COORDINATION
01051 CONSTRUCTION SURVEY AND STAKING
01060 STANDARD SPECIFICATIONS AND PLANS
01270 MEASUREMENT AND PAYMENT
01310 JOB SITE ADMINISTRATION
01320 CONSTRUCTION SCHEDULE
4
01330 SUBMITTALS
01410 TESTING LABORATORY SERVICES
01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE
01567 POLLUTION CONTROL
01570 TEMPORARY TRAFFIC CONTROL
01732 DEMOLITION AND SITE PREPARATION
DIVISION 2—SITEWORK
Section Description
02230 CLEARING AND GRUBBING
02350 EROSION AND SEDIMENT CONTROL
02520 PORTLAND CEMENT CONCRETE PAVING
02820 SEEDING
02920 LANDSCAPE
DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS
•
CITY OF RIVERSIDE,MISSOURI
ADVERTISEMENT FOR BIDS
Separate sealed bids for the SOCCER ROAD & PARKING LOT (624-023) will be received by the
City Clerk at Riverside City Hall, 2950 NW Vivion Road, Riverside, Missouri until 10:00 A.M., on
Thursday, August 24,2023, and then publicly opened and read aloud at Riverside City Hall.
The Information for Bidders, Form of Bid, Agreement, Plans, Specifications, and Forms of Bid Bond,
Performance and Payment Bond, and other Contract Documents may be examined at the office of the
City Engineer at the above city hall address. Copies may be obtained at the office of Drexel
Technologies, Inc. Planroom, located at 10840 W. 86th Street, Lenexa, KS. 66214, (913) 371-4430.
Such documents will be at the contractor's expense. Such fee shall be non-refundable. Contract
documents can also be viewed or downloaded at (https://planroom.drexeltech.com). The Information
for bidders and advertisement can be viewed on the City of Riverside's website
https://www.riversidemo.gov/bids.
The City reserves the right to waive any informality or to reject any or all bids.
Dated: August 2,2023
5
CITY OF RIVERSIDE.MISSOURI
INFORMATION FOR BIDDERS
The City of Riverside,Missouri(the"City")invites sealed bids on the forms contained in the Bid Package
and Contract Documents for the
SOCCER ROAD& PARKING LOT
(Project No.624-023)
1. Receipt and Opening of Bids. Bids will be received by the City at the office of the City Clerk,Riverside City
Hall, 2950 NW Vivion Road, Riverside, MO 64150, until 10:00 a.m. on August 24. 2023, at which time all
sealed bids will be publicly opened and read in the presence of one or more witnesses. The envelope(s)containing
the bids must be sealed,clearly marked on the outside of the envelope"SOCCER ROAD&PARKING LOT
(Project No. 624-023)"and addressed to the City Clerk at Riverside City Hall.
The City reserves the right to award the contract by sections, to accept or reject any and all bids, to waive any
technicalities or irregularities therein, to determine in its sole discretion the lowest responsive and responsible
bidder,and to award the contract on such basis. Any bid may be withdrawn at the request of the bidder for return
of the bid packet submitted by filing a written request with the City Clerk prior to the above scheduled time for
the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall
not be considered. No bidder may withdraw a bid within 90 days after the actual date of the opening thereof
without forfeiture of the Bid Security.
2. There will not be a Pre-Bid Meeting.
3.Refection of all Bids. If the City rejects all Bids,the City may:(1)re-advertise or re-solicit Bids following the
City's normal bidding procedure;or(2)use an expedited Bid submission schedule when the City determines that
the delay would not be in the best interest of the project or the City.
BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY
BECAUSE OF SUCH REJECTION, AND THE SUBMISSION OF ANY BID IN RESPONSE TO THIS
INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS.
4. Preparation and Submission of Bid. Each bid must be submitted on the prescribed form(s)and accompanied
by:
(1)Qualifications of Bidder(Experience Questionnaire)with Certificate of Good Standing
(2)Affidavit of Work Authorization with E-Verify attached(2 pages)
(3)Bid Bond
(4)Bid Form
All blank spaces for bid prices must be filled in, in ink or typewritten, and the foregoing Certifications must be
fully completed and executed when submitted. On alternate items for which a bid is not submitted, a written
indication of"no bid" on the bid form is required. No oral,electronic,facsimile or telephonic bids or alterations
will be considered.
A complete set of the bidding documents are on file for examination at the office of the City Engineer at Riverside
City Hall. A copy of the bidding documents may be obtained from Drexel Technologies, Inc. Planroom
(https://planroom.drexeltech.com), located at 10840 W. 86th Street, Lenexa, KS. 66214, (913) 371-4430, upon
payment of a non-refundable sum for each complete set. An additional charge may apply for mailing of bidding
documents.
6
CONTRACTORS SHOULD READ AND BE FULLY FAMILIAR WITH ALL BIDDING AND CONTRACT
DOCUMENTS BEFORE SUBMITTING A BID. IN SUBMITTING A BID, THE BIDDER WARRANTS
THAT IT HAS READ THE BIDDING AND CONTRACT DOCUMENTS AND IS FULLY FAMILIAR
THEREWITH, THAT CONTRACTOR HAS VISITED THE SITE OF THE WORK TO FULLY INFORM
ITSELF AS TO ALL EXISTING CONDITIONS AND LIMITATIONS, AND CONTRACTOR HAS
INCLUDED IN THE BID A SUM TO COVER THE COST OF ALL ITEMS OF THE WORK.
The submission of a bid will constitute an incontrovertible representation by the bidder that the Bid Documents are
sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of
the work.
Bids by a corporation must be executed in the corporate name by the president or a vice-president (or other
corporate officer accompanied by evidence of authority to sign)and the corporate seal must be affixed and attested
by the secretary or an assistant secretary. The corporate address shall be shown below the signature.
Bids by a partnership must be executed in the partnership name and signed by a partner,whose title must appear
under the signature and the official address of the partnership must be shown below the signature.
5. Addenda and Interpretations. No interpretation of the meaning to the specifications, or other pre-bid
documents will be made to any bidder orally. Every request for such interpretation should be addressed to:
Design Engineer: VSR Design,Vance Rzepka;vance@,vsrdesign.net
with a copy to:
Resident Project Representative,City of Riverside: Travis Hoover:thoover@riversidemo.gov
and to be given consideration must be received by 5pm on August 17`'',2023.
Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the
Bid Documents which, if issued, will be provided at the Drexel Technologies, Inc. Planroom
(https://planroom.drexeltech.com),not later than three(3)calendar days prior to the date fixed for the opening of
bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any
obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents.
Addenda may also be issued to modify the Bid Documents as deemed advisable by the City. At the time of Bid
submission, each Bidder shall verify that it has considered all written addenda. No one is authorized to make
any clarifications, interpretations or modifications or give any instructions to the bidders during the
bidding period except as described in this Section.
6. Substitute Material and Equipment. The contract,if awarded,will be on the basis of material and equipment
described in the drawings or specified in the specifications without consideration of possible substitute of"or-
equal"items. Whenever it is indicated in the drawings or specified in the specifications that a substitute"or-equal"
item of material or equipment may be furnished or used by Contractor if acceptable to City,application for such
acceptance will not be considered by City until after the"effective date of the Agreement".
7. Subcontracts. As part of the experience questionnaire,the bidder shall submit to the City with the Bid a list
of all proposed subcontractors to be used on the project. The list shall indicate those portions of the work each
subcontractor will be performing. The Contractor shall also submit a list of suppliers of major materials to be
used on the project. The list shall indicate which materials each supplier is furnishing.
The Bidder must be capable of demonstrating to the satisfaction of City that bidder has the capability at the time
of submission of the bid to manage or perform all of the Work required to be performed on the project by
Contractor under the Agreement.
8. Qualifications of Bidder(Experience Questionnaire). The City may make such investigations as it deems
necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City all
such information and data for this purpose as the City may request. The City reserves the right to reject any bid if
the evidence submitted by, or investigation of, such bidder fails to satisfy the City that such bidder is properly
qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional
bids will not be accepted. At a minimum,each Bidder must submit the following information with the Bid:
Authority to Do Business in Missouri. Each bid must contain evidence of bidder's qualification and
good standing to do business in the State of Missouri or covenant to obtain such qualification prior to
award of the contract.
Key Personnel. Identify the following Key Personnel proposed for the Project. (NOTE: Key Personnel
must be committed to the Project for its duration,and may not be removed or substituted without the
City's prior written consent.)
GC Project Manager
On-Site Field Superintendent
QC/QA Manager
Safety Officer
For each of the Key Personnel,provide the following background information:
• Years of employment with current employer;
• Other projects this person will be involved with concurrently with the project;
• Provide professional registrations, education, certifications and credentials held by the
person that are applicable to the Project.
Quality Assurance/Quality Control Plan. Provide a summary of Bidder's Quality Assurance/Quality
Control Plan for this project
• Describe key issues that might affect the Project schedule and how Bidder proposes to address
them
• Provide a statement regarding all work performed two(2)years immediately preceding the date
of the Bid that contains either(a)any written notices of violations of any federal or state prevailing
wage statute in which prevailing wage penalties were assessed against the Bidder or paid by the
Bidder; or (b) a statement that there have been no such written notices of violations or such
penalties assessed
Statement of Assurances. Provide affirmation of the following items:
• Statement that Bidder is current on payment of Federal and State income tax withholdings and
unemployment insurance payments
• Statement that the Bidder has not been rescinded or debarred from any bidding, contractual,
procurement or other such programs by federal state or local entities.
• Statement of Bidder's litigation and/or arbitration history over the past seven(7)years including
final ruling. Pending cases must be disclosed with a notation that the matter is still unresolved.
• Statement of Bidder's bond history over the past seven (7) years including any incidences of
failure to perform.
8
• Provide sworn affidavits as outlined in the Information to Bidders' concerning Bidder's
participation in the federal work authorization program.
• Statement that there is no collusion or fraud with reference to illegal relationships of bidders and
representatives of the City,bid pooling or strawbids
9. Bid Security. Each bid must be accompanied by a bid bond payable to the City for five percent(5%)of the
total amount of the bid. A certified check made payable to"The Treasurer of the City of Riverside"may be used
in lieu of a bid bond. Attorneys-in-fact who sign bid bonds must file with each bond a certified and effectively
dated copy of their power of attorney.
As soon as the bid prices have been compared, the City will return the bonds of all except the three (3) lowest
responsible bidders.The bid bond of the remaining bidders will be retained by the City until the earlier of(a)the
91'day after the bid opening, or(b) execution and delivery of the Agreement together with all bonds, evidence
of insurance, work authorization affidavit and other documents required under the Agreement by the bidder to
whom Notice of Award is given. The Bid Security shall be forfeited to the City if the bidder to whom an award
is made fails to enter into the required contract or fails to deliver the required performance or payment bonds.
10. Liquidated Damages for Failure to Enter into Agreement. If the Bidder fails or refuses to execute the
Agreement and deliver such additional documentation within ten(10)days of Notice of Award,any Bid Security
shall immediately become due and payable and forfeited to the City as liquidated damages. Bidders agree that
this is a fair and reasonable approximation of the actual damages incurred by the City for the Bidder's failure to
honor its bid and that the liquidated damages in this Section are not penal in nature but rather the parties' attempt
to fairly quantify the actual damages incurred by the City for the Bidder's refusal to honor its bid.
11. Time of Completion and Liquidated Damages. Bidder must agree to commence work on or before a date
to be specified in a written"Notice to Proceed"of the City and to fully complete the project in 60 calendar days.
Bidder must agree also to pay as liquidated damages,the sum of$500 for each consecutive calendar day thereafter
as hereinafter provided in the Agreement and Contract Documents.No time extensions will be granted,except in
case of unusual (unseasonable)weather conditions or additional work requested by the City. Bidder agrees that
the sum of$500 per day is a fair and reasonable approximation of the actual damages incurred by the City
for the Bidder's failure to complete the project within the time outlined above and that such liquidated
damages in this Section are not penal in nature but rather the parties' attempt to fairly quantify the actual
damages incurred by the City for such delays.
12. Conditions of Work. Each bidder must inform himself fully of the conditions relating to the construction of
the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of its
obligation to furnish all material and labor necessary to carry out the provisions of the contract.Insofar as possible
the Contractor, in carrying out the work,must employ such methods or means as will not cause any interruption
of or interference with the work of any other contractor.
13. Laws and Regulations. The bidder's attention is directed to the fact that all applicable State laws,municipal
ordinances,and the rules and regulations of all authorities having jurisdiction over construction of the project shall
apply to the contract throughout,and they will be deemed to be included in the contract the same as though herein
written out in full.
14. Method of Award- Lowest Responsible Bidder. If at the time this contract is to be awarded,the lowest bid
submitted by a responsible bidder does not exceed the amount of funds then estimated by the City as available to
finance the contract; the contract will be awarded to the "lowest responsible bidder". If such bid exceeds such
amount,the City may reject all bids or may award the contract on such items as identified by and deemed in the
best interest of the City, in its sole discretion, as produces a net amount which is within the available funds.
9
Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in
favor of the correct sum.
If this solicitation includes Bid Alternates, the City, in its sole discretion, may include any, all or none of the
Alternates in determining the lowest responsible Bid. The City may include the Alternates in any combination
and in any order or priority as deemed in the best interest of the City. The City may make this determination at
any time after bid closing and prior to contract award. The City will act in the best interest of the City in
determining whether to include any, all or none of the Alternates and the combination and priority of any
Alternates selected. If additional funding becomes available after Contract award,the City may add any or all of
the Alternates to the Agreement by Change Order.
The City may consider the qualifications and experience of subcontractors and other persons and organizations
(including those who are to furnish the principal items of material or equipment) proposed for portions of the
work. Operating costs,maintenance considerations,performance data and guarantees of materials and equipment
may also be considered by the City.
The City reserves the right to reject any and all bids,to waive any and all informalities,and the right to disregard
all nonconforming, non-responsive or conditional bids. In evaluating bids, the City shall consider the
qualifications of the bidders,whether or not the bids comply with the prescribed requirements,and alternates and
unit prices if requested in the Bid.
The City may conduct such investigations as it deems necessary to assist in the evaluation of any bid and to
establish the responsibility, qualifications and financial ability of the bidders, proposed subcontractors and other
persons and organizations to do the work in accordance with the Contract Documents to the City's satisfaction
within the prescribed time.
The City reserves the right to reject the bid of any bidder who does not pass any such evaluation to the City's
satisfaction.
If the contract is to be awarded, it will be awarded to the lowest responsible bidder whose evaluation,in the sole
determination by the City,indicates to the City that the award will be in the best interests of the project.
15. Obligation of Bidder.At the time of the opening of bids,each bidder will be presumed to have inspected the
site and to have read and to be thoroughly familiar with the Contract Documents (including all addenda). The
failure or omission of any bidder to examine any form,instrument,or document shall in no way relieve any bidder
from any obligation in respect to the bid submitted. On request, City will provide each Bidder access to the site
to conduct such investigations and tests as each Bidder deems necessary for submission of his bid.
16. Federal Work Authorization Program Participation. Bidders are informed that pursuant to Section
285.530, RSMo, as a condition of the award of any contract in excess of five thousand dollars ($5,000), the
successful bidder shall,by sworn affidavit and provision of documentation,affirm its enrollment and participation
in a federal work authorization program with respect to the employees working in connection to the contracted
services.The affidavit shall further provide that the successful bidder does not knowingly employ any person who
is an unauthorized alien in connection to the contracted services.
17. Proof of Lawful Presence. RSMo 208.009 requires that contractors provide affirmative proof that the
Contractor is a citizen or permanent resident of the United States or is lawfully present in the United States.
Affirmative proof can be established through a Valid Driver's License; US Birth Certificate (certified with an
embossed,stamped or raised seal issued by a state or local government—hospital certificates are not acceptable);
US Passport (valid or expired); US Certificate of Citizenship, Naturalization or Birth Abroad; US Military
Identification Card or Discharge Papers accompanied by a copy of US Birth Certificate issued by a state or local
government.
10
18. Safety Standards and Accident Prevention. With respect to all work performed under this contract, the
Contractor shall:
a. Comply with the safety standards provisions of applicable laws, building and construction codes, and
the"Manual of Accident Prevention in Construction"published by the Associated General Contractors of
America,the requirements of the Occupational Safety and Health Act of 1970(Public Law 91-596), and
the requirements of Section 292.675,RSMo
b. Exercise every precaution at all times for the prevention of accidents and the protection of persons
(including employees)and property.
c.Maintain at Contractor's office or other well known place at the job site,all articles necessary for giving
first aid to the injured,and shall make arrangements for the immediate removal to a hospital or a doctor's
care of persons(including employees),who may be injured on the job site.
d. Bidders are informed that the Project is subject to the requirements of Section 292.675, RSMo,which
requires all contractors or subcontractors doing work on the Project to provide, and require its on-site
employees to complete, a ten (10) hour course in construction safety and health approved by the
Occupational Safety and Health Administration("OSHA")or a similar program approved by the Missouri
Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program.
The training must be completed within sixty(60)days of the date of work on the Project commences.On-
site employees found on the worksite without documentation of the required training shall have twenty
(20)days to produce such documentation.
19. Prevailing Wage. Wage rates for the project shall be not less than the prevailing wage rates for Platte County
currently in effect as determined by the Division of Labor Standards of the State of Missouri, pursuant to RSMo
290.210 et seq. The Contractor will forfeit a penalty to the City of$100 per day, or portion thereof, for each
worker that is paid less than the prevailing rate for any work done under the contract by the Contractor or any
Subcontractor.
20. Reserved.
21. American Products. Pursuant to RSMo 34.353,any manufactured good or commodities used or supplied in
the performance of the contract(or subcontract) shall be manufactured or produced in the United States, unless
determined to be exempt as provided in state law.
22. Transient Employers. Pursuant to RSMo 285.230, every transient employer (employer not domiciled in
Missouri) must post in a prominent and easily accessible place at the work site a clearly legible copy of the
following: 1) Notice of registration for employer withholding issued by the Missouri Director of Revenue, 2)
Proof of coverage for workers' compensation insurance or self-insurance verified by the Missouri Department of
Revenue through the records of the Division of Workers Compensation; and 3) Notice of registration for
unemployment insurance issued to such employer by the Division of Employment Security. Contractor shall be
liable for a penalty of$500.00 per day until such notices required by RSMo 285.230 et seq. are posted.
23. Current City Business License. The successful bidder, and all subcontractors, shall obtain a current city
business license prior to beginning construction.
24. Sales Tax Exemption Certificate. The City will supply the Contractor with a Project Exemption Certificate
for use in purchasing materials and supplies used on the project. The Contractor shall, in preparing its bid, omit
from its computed costs all sales and use taxes related to the purchase of materials or other tangible personal
property incorporated into or consumed in the construction of the Project.
11
25. Non Discrimination and Equal Opportunity. Contractor shall ensure that all employees are treated equally
without regard to their race, color, religion, sex, age, handicap or national origin. The City hereby notifies all
bidders that socially and economically disadvantaged business enterprises will be afforded full opportunity to
submit bids in response to this invitation and will not be discriminated against on the grounds of race, color,
religion, sex, age, ancestry or national origin in consideration for an award. The City of Riverside is an equal
opportunity employer and encourages minority,women and disadvantaged contractors to submit bids.
26. Security for Payment and Faithful Performance. Simultaneously with delivery of the executed contract,
the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the
payment of all persons performing labor on the project under this contract and furnishing materials in connection
with this contract. The Bond furnished by bidder shall contain the requirements and conditions set forth in and
shall comply in all respects with Section 107.170 RSMo and other applicable legal requirements. The surety on
such bond or bonds shall be a duly authorized surety company satisfactory to the City and shall have a rating of
at least"A-"from Best's in an amount equal to one hundred percent(100%)of the contract price that does not
include the cost of operation,maintenance and money. Attorneys-in-fact who sign contract bonds must file with
each bond a certified and effectively dated copy of their power of attorney.
27. Signing of Agreement. When City gives a Notice of Award to the successful bidder, it will be accompanied
by the required number of unsigned counterparts of the Agreement and all other Contract Documents. Within ten
(10)days thereafter Contractor shall sign and deliver at least three(3)counterparts of the Agreement to City with all
other Contract Documents attached and signed as required,together with the required bonds,evidence of insurance,
city licenses and work authorization affidavit and documentation. Within ten(10)days thereafter City will deliver
all fully signed counterparts to Contractor. The City may issue a Notice to Proceed with or at any time after delivery
of signed counterparts to Contractor.
12
•
BID FOR UNIT PRICE
To: City of Riverside,Missouri
Project: SOCCER ROAD AND PARKING LOT
Project No. 624-023
Date August 29, 2023
Proposal of Monarch Build (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
N/A
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 fully complete the project within sixty(60)consecutive calendar days
thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of
$500 for each consecutive calendar day thereafter that the project is not complete,as provided in the Contract
Documents. Bidder agrees that the sum of$500 per day is a fair and reasonable approximation of the actual
damages incurred by the City for the Bidder's failure to complete the project within the time outlined above
and that such liquidated damages in this section are not penal in nature but rather the parties'attempt to fairly
quantify the actual damages incurred by the City for such delays.
Bidder acknowledges receipt of the following addendum(s):
Addendum 01 dated 08/21/23
Addendum 02 dated 088122/23
Addendum 03 dated 08/24/23
Bidder agrees to perform all of the project work described in the scope of work, for the unit prices contained
in the attached Bid for Unit Price attached hereto. The total bid amount is:
($ 799 , 181 )
13
The unit prices attached shall include all labor, materials, bailing, shoring, removal, overhead, profit,
insurance, etc., to cover the finished work of the several kinds called for. Changes shall be processed in
accordance with Article VII of the Agreement.
Bidder understands that the City reserves the right to reject any or all bids and to waive any informality in
the bidding.
The bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 calendar days after
the scheduled closing time for receiving bids.
Upon receipt of written notice of the acceptance of this bid,bidder will execute the formal contract attached
within I 0 days and deliver a Surety Bond or Bonds as required by the Agreement.
The bid security attached in the sum of 39, 959 Dollars
($ 39, 959 ) 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.
Respectful) submittc
(SEAL- if bid is by a corporation)
By
Name: Pat Murray
Title: Preconstruction Manager
Street: 8100 Newton Street Suite 300
City, State,Zip: Overland Park, KS 66204
Phone: 319-540-2332
19
ADDENDUM 01
Issued: 08/21/2023
Project: Soccer Road and Parking Lot 624-023
City of Riverside
Riverside, MO
Engineer: VSR Design
Vance Rzepka
913-484-5211
vance(a�vsrdesign.net
Resident Rep: City of Riverside
Travis Hoover
816-372-9004
thooverriversidemo.qov
QUESTIONS AND ANSWERS
1) Please clarify what onsite 3rd party testing will be required by the contractor and
how often these tests will need to be completed?
Please use KCAPWA testing standards for 3rd party testing requirements.
2) Will city permit fees be waived?
No permit fees are required. A City business license is required for all contractors
doing work within the City of Riverside. Business license fees are listed here:
https://www.riversidemo.gov/departments/city clerk/licenses/business licenses.php
3) Will electrical utility fees be waived? If not, what should we include in our bid to
cover these?
Electrical service is existing on site. No electrical fees are anticipated.
4) The 11/18/23 completion date will be right up against the end of the asphalt
paving season. If temperatures are no longer acceptable for paving, will we be
provided a winter shutdown until spring?
There will not be a winter shutdown allowance. This project should be completed
this year.
5) The plans refer to fence, a block retaining wall, storm structures, sanitary
structures, and water structures. Is it correct to assume that these were from a
previous phase of this project and are not a part of this contract?
Correct, these features were all part of a previous phase of this project.
6) What is the reason for (2) separate electrical items on the bid form?
Please see the corrected bid form with one electrical line item.
7) What line item is the valley drain paid under?
Please see the corrected bid form with the valley drain included.
1
8) What line items are the full height curb and sidewalk between the fields and the
street paid under?
Please see corrected quantities on the updated bid form.
UPDATED DRAWING SHEETS AND BID FORM
The following attachments are updated and should replace the previous versions:
1) Sheet C105
2) Sheet C106
3) Bid Form, page 15
THIS IS THE END OF ADDENDUM 01 — See Attachments
2
V Z
`�s` r ;o
/ ' 0
®!.. '•..„..
CEI
„\` 3 ag 1
d
i IA
aci
ss
/ b
/ F ,�
til
(/'v`y\ ¢' \ �S ' \ CHRIS TAN J RROWDER
ENONW
•
: !=5 I 8
•L''''''F,* / 1 41141k C3
Gam" /' lirliiiIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII/4:
�\ 8i �E
Ic-A‘i'.
*.,111‘111 ---1-7 ;a,.
Ma
O O r10,[ME 0.,T.I.FDCTAL]A 4 LOW& MHIBIM-POINT(
001 CONCRETE CURB AND GUTTER 0 M , ^1°0 WARRANTY/EP110H NERD
YET
002 ZERO HEIGHT CURB smoura sm.xAxxM[ `i�“L98Lau
y1,�ca1,¢Mal Oa THE DESIGNS REPRESENTED IN THESE PLANS ARE IN ACCORDANCE NTH
OWOOVALLEY
D EY DRAIN - R ESTABLISHED PRACTICES K CIVIL ENGINEERIN FOR THE DESIGN FUNCTIWS AND =
w1 HD ASPHALT PAVEMENT 1 1 ^ rom xama i.FN...
USES INTENDEDBY ME OWNER AT THIS TIMEHOWEVER,NEITHER RAW ALLEY U
CpMFETE PAVEMENT —�- F ® a Pro' OR PLANS'A Ixt NOR Its PERSONNEL CAN THE
DO WARRANTY THESE gLESIWS F
OH LO CONCRETE PAVEMENT 1 r Carr Roos m[[ �Li'R[BAR ww caxTAa rover Cf.. S CWSTRuGTFSOO.0 EXCEPT IN SPECIouICCASES
1HEWNP v KAN
'fA
PO uC STREET PAVEMEui [[rATwx.rs^se VAL./ ENGNFERING P R NEL INSPECT A , n I. d
Oa HO S STET A V r• Azrl .AR r'irti�11i. CONSTRUCTION W A CONTEMPORARY BASIS AT THE SITE. W
OBO DETECTABLE
RAMP III AR,Wc r T 1 ef S'
Ol WARNING xo,H. x,r IN .p NMMARNS Z Q O
102 ACCESSIBLE SPACE STRIPING 1. icAP MOM x CONS Z• 8
20 PEDESTRIANCC[ACCESSIBLE PARONINC SI W x .W rto nrN Iw[ Su-GO �� H _
ARC DRY STONE QUARRY BLOOCCI[AGSTORE WALL TWi[,/murc DM F4.C:C2�w coicA[u rAxuaxr a SOE Or 00, uAM. Gov SAFETY N[ITICE TO CONTRACTOR. Q¢[S O
_ ACCORDANCE GENERALLY ACCEPTED CWSTI2UC11W PRACTICES, THE Q A Q Z¢
0 1 ®SIR wvEH[RAWW[., T[YNw rARu CONTRACTOR L BE SOLELY D COMPLETELY OF RRESPONSIBLE S Ana FOR CONDITIONS h d O 0 F
Ou aV,^ .La u r tax.) ASPHALT rAWx xT OF THE SITE,OF THE NOR SAFETYNCLUONG EOUIREMESTROLL APPLY CONTINUOPERTY OUSLY i—i y E)W
REMOVE EGSnxG CUNB AND WIOEN ROAD TO 2S'W10M I Lu AND NOT SO EIIUI NORMAL wWI H u Lr Z O N U
PER OETNL ON THIS SHEET • """:.J o AWRALI PA0000T PERFORMANCE OF WWI. THIS R W 2 ii N o
SPECTATOR VIENNG BERMN.T• FENCE-SEE PF SHEETS FOR LAYOUT AND OETNLS �� ^ Y Mu Ax0 RW W Ar nrzxm IA AO[l _=O .j
10 SOCCER FIELDS-SEE SHEETS FOR LAYOUT AND • o
DETAILS. as mat, Asw[x[xT _F".'c BT,E[T'R..T O'
11 ED.CURB-SEE PF SHEETS FOR DETAIL
12 PARKING STRIPE [� SNWLr 1 (jWTXri-NOTICE TO LCNTRACTOR: THAT („)n¢ U d
i] OR CURB E CONTRACTOR 5 SPECIFICALLY WED L THE LOCATION
S TADRER STRUCTUREM R TO O HEIGHT OVER SEE C6C0 S SHEETS
RECORDS OF EXISTING CS AS SHOWN W THESE N I BASED W V.-CC s
• RAMO OM(WI OF THE PIOUS UTILITY COMPANIES AND.L WHERE POSSIBLE. Y 2 U N
10 SANITARY SEWER STRUCTURE C500 SERIES 500 SERIES
S SHEER. RNA( KWOW�M1�•S below. MEASUREMENTS TAKEN IN THE FIELD.THE NFWMATIW SNOT TO BE RELIED
BO TER STRUCTURE. o SICM[s[a,YAW. Call beton you dig. ON OMMIN UTILTACT OR COMPLETE E CONTRACTOR w5 CALL ^a ,11
P e E Y T OR C A LEAST THE HOURS ANY EXCAVATION ME
Nw rur MICA,,AN w, TO RREOUEST EXACT E LOCATW UTILITIES WIT E SHALL BE THE "[• '
'x N N&LUY OF THE CONTRACT. TO RELOCATE ALLEXISTING UTILITIES 4•AA I NJ.
WHICH CONFLICT NTH PROPOSED IMPROVEMENTS SHOWN ON THE PLANS. C'N
THE CONTRACTOR SINALISCOSE.COSTA*UTILITIES AT LOCATIONS Of ROOIOLE 12615P
+...,.._H NOT IN u1Aix0..AM,r[Rsax.Fm,a CORPORATION ma[OR"PAR,WTxa,m SPECIFIC Of ruL[r[xCu[[uxc,nc CONFLIOIS PRIOR TO ANT COI15111UCIION. C xv
105 L p
,
WO,
Amy oJ
lig
1
N EI;i c^ S A4 RMANI
VIA €a;A„X
i ii!,52 EF9,19 '1'-21tr I Z tii
( ›"?
s 8� amNa g$gSg'> 9N=mom \ / \
Nu
Nx4AoR48 a ^ 1,
U
3
€ i i mi 'Co R o Y
oc ii1r I
- \r I
1
T I
igH§E§MgEEE?0 If-,LI j 1
$RBA m illi4�gP6€d6F$1 gz ... 8 q F
`o 'io 51S'4 gt 4S
�a ^ .RN
8
F
WilWit
6,�RF„�NaF "R
El El 0 fr 6
/
giaam m bag, El0I
;pa a Aa -.g-
s =^ X "apXo 0 I _ 0 13 i •
O.
,.
., ,..,, , ® \ `� ®ail ®. le
o t�e p 111111110 0
e\ Z_ 0.:,<.a rI�i ,„ e o n a 8
C a I/ I ` ®�: I �0
El 141a4, ® a
.,. .Rai. S". - 1 Erv•aa /e w•
s_€e� . �l � •\ ee 13 e0e e 0 e
$r�
EP'F1Ex. Ti�^ \
ex i
R \ `
.
\ \
1I•6) N �\
f §:I! pp kl
i^1 E I. i A i 0 7 :,.k - �8 `,\
R F
F R A a R
- _ 3 P.
a .\
`\ t
. j
a n o KC CURRENT TRAINING PITCH 4 -7 I'74.n""�n°�' E A
E o 1fi35&HORIZONS PARKWAY �°'uxs�` s°""" ^
m g _'� RIVERSIDE,MISSOUR154150 VALLEY ENGINEERING .
W A ON ENGINEERING '"^ 1renam ACCENCUM Oi
1- CIVIL CONSTRUCTION DOCUMENTS ,c„o„c ,,,,� 8 A A -o m/n/:3- izsi,E
o '� SITE PLAN-EAST c,°„cs`„�„„501R':"" """"`a 411p"�°"' S REV DATE DESCRIPTION DEN DWN CHK
" ADDENDUM 01
BID FORM
BID FOR UNIT PRICE CONTRACTS
(Pricing)
CONTRACTOR:
SOCCER ROAD & PARKING LOT (624-023)
NO. BID ITEM UNIT QTY UNIT PRICE TOTAL COST
1 Mobilization LS 1
2 Contractor Furnished Surveying LS 1
3 Construction Entrance SY 135
4 Clearing, Grubbing, and Demolition ACRES 3.19
5 Excavation (Surface to Surface) CY 2230.0
6 Sediment Fence LF 1300
7 Pavement Markings LF 4360
8 8" HD Asphalt Pavement w/Stabilized SY 1830
Subgrade
9 5" LD Asphalt Pavement w/Stabilized SY 3080.0
Subg rade
10 8" Public Road Asphalt Pavement w/ SY 4620
Stabilized Subgrade
11 6" Full Height Curb&Gutter LF 2905
12 Zero Height Curb LF 1205
13 Handicap Ramps EACH 3
14 4"Concrete Sidewalk SY 1125
15 Handicap Parking Stall Painting/Signage EACH 6
16 Armormax 75 SS Turf Reinforcement Mat SF 870
17 Site Electrical and lighting LS 1
18 Landscape Seeding LS 1
19 Red Oak EACH 8
20 Hameln Grass EACH 28
21 Concrete Valley Gutter LF 345
Total Bid
15
ADDENDUM 02
Issued: 08/22/2023
Project: Soccer Road and Parking Lot 624-023
City of Riverside
Riverside, MO
Engineer: VSR Design Resident Rep: City of Riverside
Vance Rzepka Travis Hoover
913-484-5211 816-372-9004
vance a(�vsrdesign.net thoover@riversidemo.gov
QUESTIONS AND ANSWERS
Sheet E1.0 shows note 3: "...intercept and extending existing conduit stubbed into area
from existing panel HP2...new conductors throughout."
1) Where is this `existing conduit' stub located; Is it in the [note 2] work area?
The conduit is stubbed up at area of work(east of existing fields), contractor to
field verify exact locations. The "area of work"would refer to the area of the new
parking lot. The installer for the existing electrical noted that a 2"conduit is
installed to a quazite box near the NE sport lighting pole on Pitch 7.
2) Is there any cable in this conduit or is it empty conduit?
This is empty conduit.
3) Are we responsible for final connection in HP2 panel, as well as circuit breakers?
Yes, final connection and programming of lights is the responsibility of bidding
contractor. The breakers are existing. Please refer to notation on panel schedule
of breakers that are existing.
4) What construction standards are these plans based on; MoDOT/ KCMO?
Plans follow KCAPWA specifications. The City has adopted 2018 IBC and 2018
NEC.
EXTENDED BID DATE
The bid date is extended to Tuesday, August 29th at 10am. No interpretation of the
meaning to the specifications, or other pre-bid documents will be made to any bidder
orally. Every request for such interpretation must be received by 5pm on August 24th. A
final addendum, if necessary, will be issued by August 25th at 10am.
THIS IS THE END OF ADDENDUM 02
1
ADDENDUM 03
Issued: 08/24/2023
Project: Soccer Road and Parking Lot 624-023
City of Riverside
Riverside, MO
Engineer: VSR Design Resident Rep: City of Riverside
Vance Rzepka Travis Hoover
913-484-5211 816-372-9004
vance(a�vsrdesign.net thooverriversidemo.qov
ADDITIONS
1) Please see attached plan sheets showing curb painting requirements.
2) Please see attached, updated bid form with curb painting line item.
THIS IS THE END OF ADDENDUM 03 — See Attachments
1
v v=•
- _ - - _-
e
` . .a N
4
P •
BTART
, N _ g
�
LT
,, a .___,
„ c„, ,, . „,
. ,, /:,..s. ,,,„...,„.__, ,
I II
t-_ \
O.
��� \_f CHRISTIAN i CROWDER
„ ENGINEER
1,� - L S. III •
Mo P zms000su
a i ii
Et
- ! ::
I'
/ j R:NET,.. ' (c- -.:..): '
k_ a
I t .
OQ _
R
U
Eim
M.NHaT a z
0.0
WARRAuIS/[XBCIAIYER: ..FUMY E ® ° f 'nO[ Z G 6"
E ¢SILNs REPRESENTED IN THESE PLANS ARE IN ACCLTROANCE N " T �...+ ° Z;N U
ESTABLISHED PRACTICES OF Civil ENGINEERING FOR THE DESON FUNCTIONS rv. , L r L, p 0
AND USES INTENDED BY HE OWNER 1 THIS TIME HORSIER.NEITHER EI PARKING STALL T CONE 2- 0
VALLEY ENGINEERING.•INCNOR ITS PERSONNEL CAN ORS DO WARRANTY THESE HTT• x a pawn...pit tQ =
DENGNS OR PLANS S CONSTRUCTED,CREEPY IN THEC CASES YnE E h x .P 00 O Z
CONVALLEY ENGINEERING PERSONNEL INSPECT AND CONTROL THEPHYSICAL AP ,MP t[O MLAAL PPE o Z F
STRUCTION ON A CONTEMPORARY BASS A THE SITE. YE " I H Z y U-I
F,..,R;r7 w°w°•ETE PAVEMENT Z a a
.HEFTY word To CONTRACTOR- - T r,..rr SON EMB m. TL P.KINA, SCAM r-n W g- ¢
IN COTOANCE WTI GENERALLY ACUPYED CONSTRUCTION PRACCI ES THE 10 CC 2 y 0
CONTRACTOR REEL BE SOLELY AND Y OMPLCLTELY RESPONSIBLE FOR CONDI-newsURING o " 1 I LR AWxw,PAVEMEN, C.0 W Z
OF THE u STFF.INCLUDING SAFETY A L PERSONS AND PROPERTYDURING w OVER ACME,CIAE M..•W Z C
AND
THE WORN THI EOUIREMCNT CALL APPLY CONTIINUWSLT r I xo ASPHALT PAVEMENT V X 2 U W
D NOT BE LIMITED TON AL WORKING HOURS. t"
rAl IT1ON-wilco TO CONTRACTOR: Gal N,.xo[.iioir EMI 2.ra.xErmMEa MILL A ERVEN.�E'rzNTs TM AwEI �� V L..Z
E CONTRAcTOR IS SPECIFICALLY CAIO AR THAT THE LOCATION AND/OR _PwUC s AVE x Y i¢¢ U O
THE
XSTING U III TES AS SHOW THESE S Bpuo VA PA REMENT
RECORDS Of THE vANg11H UTILITY COMPANIES AND, WERE POSSIBLE. EPEALr °A°L N0 RO y
MEASIREMENIS, EN E FIELD.THE FORMATION S NOT TO BE RELIED FN•7•L AT
ON AS BEING EXACT OR COMPL TE. THE CONTRACTOR UST CALL E °E CN[A
PPROPRIATE UTILITYCOMPANY Al LEAST VT HOURS BEFORE ANY EXCAVATION MLA A F1A NJ1
TO KOLAS, ENACT FIELD
LOCATION UTILITIES SHALL BE THE ,. TN K wines below.
RESPONSIBILITY OF
THE
IMPROVEMENTS E OWAON EH nE .0 SIM I KARA AEA Cali bekEB you dig. YSSYpM ROE
M nCW1RACIOR 4WL OISY ENSTWEE MASS AT ELOCA IONS Or fwn.".u.E.caw*,
PmBeLE CONFLICTS MOM TO ANY CONSTRUCTION. C0 C203 0
,..a T 01i roiD r f �� ZO
I odd ids 4 N
ern
- _ - • MilkRom i=r EIIE.; CID
F3D.= (. ).
NIL
mi
il
• ®®
R
/ ICo7 --
ho
7........ 0 MN =I
- 0.B - Jo
•
e-
o
= <
•h rot o
110.1 MI / >
la
o� .V /•
00
1�1:.�.�c ) (J
L —/ .. I NM°V°. - Pt O
...-. - ®'°' ro, / CHASIUM J.CANTER.D .0 Y I' MO I
/' ENGINEER
Irtl MO t i0ISCGT5o0osae
. Th' z" . . .. i.
w �•
RIM
J:1 'rj''' .
Y•. /.-- ''\ ,.--------... .. , — 4 s)...0.
— 1 1
\ g ..
•
1.
1 __—__—_____ __ i / !uW
curb Slerx.rxiownt
ex..curb
LEGENB =
I-
0 ...... F N
SANITN„SLR.NAwwLE a I-
E%IORD*IAIE TABLE w
*ARRANT*/DI°CLAJI E6; �—we r r°'" r l 0 NORTHING CASTING oENavlxM Z; U
THE DESIGNS REPRESENTED THESE PLANS ARE IN ACCORDANCE _
ESTABLISHED PRACTICES OOF CIVL ENGINCER(I O(OR THE 0.1.ME HOWEvER,SOO FUNCTIONS AND ^ T e. T Ta 2000 'x 11 Y O
ENGINEERING.INTENDEDUSES BY
NOR RITS PERSONNEL CANTOR DO WARRANTY THESE HER xOESONS OR Pu w TUT N, 11
x
PLANS AS CONSTRUCTED.EXCEPT N THE...Inc CASES WHERE ON X.ON Er I," °AVI VALLEY • PLASTIC ~COY •C." x 1r r 1x D Ta To 100110101 2.22.BA AC Q 4 ii _
ENGINEERING PERSONNEL INSPECT AND CONTROL THE PHYSICAL CONSTRUCT.ON ' AI'�"P sn�PaL ` r a j O Z
A CONTEMPORARY BASIS Al THE SITE. rnlcw Ww '+` TED VE11N Art • O Q
uRTY NOTICE TO CONTRACTOR. 6' SniffT TRA0IO SW L,.^;.1 ro mo0010 PAWNOT Z 0 00 0 a
01 ACCORDANCE Wl CONSTRUCTION CEEDS. " T POx1RE2 P0Wx[x1 I.` `. W N ¢2
CONTR OR WILL BE N.
COMPLETE,C E RESPONSIBLE( RCONDI O •n 1 1 y 0
INCLUDING SOLELY
Z HE PERFORMANCE E WORN.SAFETY
RFGUIREMEN1f WILL APPLY CONTINUOUSLOY AND �� .HEAD UTMr L.EHNIaM LO AssNUT PAWN[xr Q=C
NOT BEMLIMITED TO NORMAL WORKING OURS. x I 1 Nu...LT PAWNENI _ b N U=
rAIITION-NOTICE TO ODNTRACiDR: met AND ORPLAr H FH V ¢ W
HE CONTRACTOR IS SPECIFICALLY CAUTIONED D THAT , LAC AN AND/DR ""I^P"y 1•'"MOAA" _w,m,L:,TILL,,,...T a Ir I 1I 811 ¢ U O
RECORDS ELEVATIOOf
Cf(EXISTING HEvAIOS UTILITIES U1�STYSHOO A DPLANS IS WERE BASED ON VP u x,D exam w .eAWNT � PROD NO r.���Bp
INFORMATION E POSSIBLE, 6frr l:
MEASUREMENTS N AxaEN IN THE FIELD THEIS NOT 1p B^RCU[R APPROPRIATE
L°E AvxAL ors.re
AS BEING Cl COMPLETE THE CONTRACTOR xuS,CALL THE PP I An. IpWx.RD RDs»ua. % 1:4A I NAI
UTILITY FIELD
AI LEAST At HOURS BEFORE ANY EXCAVATION TO REQUEST T Know where below.COACT LOCATION O UTILITIES. SHAH BE THE WHICH CONFLI O THE YUM Call before you dig. cF 1Do1010
EXACTCONTRACTOR O RELOCATE ALLEXISTING SHALL
UTILITIES CH GOUTY WIl i. .TER
IMPROVEMENTS SHOP.dN E PLANS. d 001ESTOP SEWER xx010*0smLC204
THEpROPOSED CONTRACIa_A Ey_>pOtTNI DUTIES AT LOCATORS O<Ponta O
=ELICIT PRIOR TO COMSIRMCIp1N. ,I .111.r SEWER CLEAN OW
ADDENDUM 03
BID FORM
BID FOR UNIT PRICE CONTRACTS
(Pricing)
CONTRACTOR:
SOCCER ROAD & PARKING LOT (624-023)
NO. BID ITEM UNIT QTY UNIT PRICE TOTAL COST
1 Mobilization LS 1
2 Contractor Furnished Surveying LS 1
3 Construction Entrance SY 135
4 Clearing, Grubbing, and Demolition ACRES 3.19
5 Excavation (Surface to Surface) CY 2230
6 Sediment Fence LF 1300
7 Pavement Markings LF 4360
8 8" HD Asphalt Pavement w/Stabilized SY 1830
Subgrade
9 5" LD Asphalt Pavement w/Stabilized SY 3080
Subgrade
10 8" Public Road Asphalt Pavement w/ SY 4620
Stabilized Subgrade
11 6" Full Height Curb& Gutter LF 2905
12 Zero Height Curb LF 1205
13 Handicap Ramps EACH 3
14 4"Concrete Sidewalk SY 1125
15 Handicap Parking Stall Painting/Signage EACH 6
16 Armormax 75 SS Turf Reinforcement Mat SF 870
17 Site Electrical and lighting LS 1
18 Landscape Seeding LS 1
19 Red Oak EACH 8
20 Hameln Grass EACH 28
21 Concrete Valley Gutter LF 345
22 Red Curb Painting—including "No Parking, LF 1,326
Fire Lane" stencil painting
Total Bid
15
BID FORM
BID FOR UNIT PRICE CONTRACTS
(Pricing)
CONTRACTOR: Monarch Build
SOCCER ROAD & PARKING LOT (624-023)
NO. BID ITEM UNIT QTY UNIT PRICE TOTAL COST
1 Mobilization LS 1 $100,551.00 $ 100,551.00
2 Contractor Furnished Surveying LS 1 $6,557.00 $ 6,557.00
3 Construction Entrance SY 135 $48.57 $ 6,556.95
4 Clearing, Grubbing, and Demolition ACRE 3.19 $2,586.00 $ 8,249.34
S
5 Excavation (Surface to Surface) CY 2230.0 $30.27 $ 67,502.10
6 Sediment Fence LF 1300 $3.82 $ 4,966.00
7 Pavement Markings LF 4360 $0.87 $ 3,793.20
8 8" HD Asphalt Pavement w/Stabilized SY 1830 $41.59 $ 76,109.70
Subgrade
9 5" LD Asphalt Pavement w/Stabilized SY 3080.0 $19.17 $ 59,043.60
Subgrade
10 8" Public Road Asphalt Pavement w/ SY 4620 $44.03 $ 203,418.60
Stabilized Subgrade
11 6" Full Height Curb & Gutter LF 2905.00 $22.21 $ 64,520.05
12 Zero Height Curb LF 1205 $22.21 $ 26,763.05
13 Handicap Ramps EACH 3 $1,049.00 $ 3,147.00
14 4" Concrete Sidewalk SY 1125 $52.98 $ 59,602.50
15 Handicap Parking Stall Painting/Signage EACH 6 $1,154.00 $ 6,924.00
16 Armormax 75 SS Turf Reinforcement Mat SF 870 $16.11 $ 14,015.70
17 Site Electrical and lighting LS 1 $59,014.00 $ 59,014.00
18 Landscape Seeding LS 1 $4,564.00 $ 4,564.00
19 Red Oak EACH 8 $682.00 $ 5,456.00
20 Hameln Grass EACH 28 $35.25 $ 987.00
21 Concrete Valley Gutter LF 345 $47.27 $ 16,308.15
22 Red Curb Painting — including "No Parking, LF 1326 $0.90 $ 1,193.40
Fire Lane" stencil painting
Total Bid $ 799,242.34
15
BID BOND
(Bid Security)
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
Monarch Build LLC as PRINCIPAL and
Western Surety Company as SURETY, are held and firmly bound
unto the City of Riverside, Missouri, ("City") in the sum of
Five Percent of Amount Bid Dollars ($ 5%of Amount Bid )
("Bid Security"), for the payment of which sum well and truly to be made, we hereby jointly 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 August 24 , 20 23 , to enter into a contract in writing for the SOCCER
ROAD AND PARKING LOT(Project No. 624-023);
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,
and shall furnish a bond for the faithful performance of said contract,and for the payment of all persons
performing labor or furnishing materials in connection therewith, shall in all other respects perform the
agreement created by the acceptance of said Bid within ten(10)days 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.
16
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.
Monarch Build LLC
8100 Newton Street, Suite 300, Overland Park, KS 66204
PRINCIP had
By:_
( g a ure)
Printed Name:_ j,�r. _K/an /
Title: OWh{fir
Date: August 24,2023
I 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.
Western Surety Company
151 N. Fran lin treet, Chicago, IL 60606(312)822-5000
SURE
By:-
(Si nature)
Printed Name:_ C. Stephens Griggs
Title: Attorney-in-Fact
Date: August 24,2023
SURETY POWER OF ATTORNEY MUST BE ATTACHED
17
Western SuretyCompany
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation
having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,
constitute and appoint
Patrick T. Pribyl, Debra J. Scarborough, Mary T. Flanigan, Veronica Lawyer, Christy
M.Braile,Jeffrey C.Carey,Danielle R.Capps,Charles R.Teter III,Evan D.Sizemore,Charissa
D. Lecuyer, Rebecca S. Leal, Kristin D. Thurber, C. Stephens Griggs, Tahitia M. Fry, Lauren
Scott,Hillary D.Shepard, Kellie A. Meyer,Erin C. Lavin,Individually
of Kansas City,MO,its true and lawful Atlumey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf
bonds,undertakings and other obligatory instruments of similar nature
-In Unlimited Amounts-
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions printed on the reverse hereof,duly adopted,
as indicated,by the shareholders of the corporation.
In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto
affixed on this 11th day of May,2023.
Sva
WESTERN SURETY COMPANY
c!.
-- c
jD~Nb`F
Larry Kasten,Vice President
State of South Dakota
ss
County of Minnehaha
On this 1 Ith dayof May,2023,before me personallycame Lair Kasten.to me known,who,being byme dulysworn,did depose and say: that he
Y Y b P Y
resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of WESTERN SURETY COMPANY described in and which executed
the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant
to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be
the act and deed of said corporation.
My commission expires ""'""M B• S
M.BENT
isoumoaso4
March 2,2026117 &J.'
q J
M.Bent,Notary Public
CERTIFICATE
1,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,
and further certify that the By-Law and Resolutions of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto
subscribed my name and affixed the seal of the-said corporation this 24th day of August, 2023
WESTERN SURETY COMPANY
„,SCAV ' .f/ T`
L�lson,Assistant Secretary
Form F4280-4-2023
Go to www.cnasuretv.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity.
Authorizing By-Laws and Resolutions
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders
of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary,Treasurer,or any Vice President,or by such other
officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may
appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The
corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation.
The signature of any such officer and the corporate seal may be printed by facsimile.
This Power of Attorney is signed by Larry Kasten,Vice President,who has been authorized pursuant to the above Bylaw to execute power
of attorneys on behalf of Western Surety Company.
This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic-formatted corporate seal under and
by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27th
day of April,2022:
"RESOLVED:That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital
signatures and to ratify and confirm the use of a digital or otherwise electronic-formatted corporate seal,each to be considered the act
and deed of the Company."
EXPERIENCE OUESTIONNAIRE
(To be completed by each Bidder and submitted with Bid)
FAILURE TO COMPLETE THIS FORM WILL RESULT IN THE REJECTION OF THE BID.
Monarch Build LLC Courtney Kounkel
(Company Name) (Primary Contact Name)
8100 Newton Street, Suite 300 Overland Park, KS 66204
(Address) (City,State,Zip Code)
913-609-3868 913-942-2400 courtney.kounkel@monarch.build
(Phone Number) (Fax Number) (E-mail)
Federal ID Number: 82-1205051 or SSN:
(Check all that apply)
di General Contracting ❑ Electrical ❑ Other:
❑ Earthwork ❑ Paving ❑ Other:
❑ Erosion Control ❑ Other: ❑ Other:
Name of State(s)in which incorporated: Kansas
Date(s)of incorporation: April 13, 2017
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: 127554 Date: August 21, 2023
Name of the following officers:
Courtney Kounkel NA
(President's Name) (Vice-President's Name)
NA NA
(Secretary's Name) (Treasurer's Name)
Date of Organization: April 13, 2017
Type of Partnership: General X Limited Association
18
Names and addresses of all partners (use additional sheet if necessary):
Courtney Kounkel, 8424 Fontana Street, Prairie Village, KS 66207
(Name) (Address) (City, State,Zip)
(Name) (Address) (City, State,Zip)
1. How many years has your Company been in business as a contractor under your present business
name? 6+
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:
JTR Construction, LLC
3. How many years' experience in the proposed type and size of construction work has your Company
had: (a) as a general contractor 6+ ; (b)as a subcontractor ?
4. List the three most recent projects your Company has completed similar in scope to the proposed
work:
Project Name or City KC Current Road Extension, Parking Lot and Soccer Pitches
Contact Name Mukul Sharma Phone 913-232-5695
Contract Amount$6.4M When Completed? 7/2023
Description of Work Public road extension, new parking lot and four (4) new soccer pitches (fields)
Project Name or City KC Current Training Complex
Contact Name Mukul Sharma Phone913-232-5695
Contract Amount$ 11 M When Completed? 6/2022
Description of Work New training building, public road extension, new parking lot,
three (3) new soccer pitches (fields)
Protect Name or City Primrose School Meadowbrook Shopping Center
Contact Name Brock Walpert Phone 816-853-0077
Contract Amount$4M When Completed? 6/2023
Description of Work New construction of two story daycare facility in existing shopping
center with playground and surrounding site work.
5. What other important projects has your Company completed?
Project Name or City Jewish Community Center Expansion
Contact Name Dave Roesler Phone 913-486-0877
Contract Amount$ 7M When Completed? 1/2021
Description of Work New building expansion to existing community center, which included
new gymnasium, interior soccer field, dance studios and other fitness
modifications to existing parking lots.
Project Name or City Ranchmart Shopping Center
Contact Name Michelle Kaiser Phone 913-233-6611
Contract Amount$ 16.7M When Completed? 8/2022
Description of Work Renovation of the existing shopping center, construction of new two story
building and complete renovation of entire site, including all parking lots
and surrounding-islands and landscaping.
6. List at least two engineering firms with whom you have worked,and the name of the individual
who was your primary point of contact: _
James (Jim) Anderson, Kaw Valley Engineering
Terry Uhl, Uhl Engineering
20
7. 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
8. Name of your Surety Company, and the name and address of your agent you expect to use in the
event this contract is awarded to you:
CNA
Lockton Insurance, Lauren Scott, 444 W. 47th STreet, Suite 900, Kansas City, MO 64111
9. What is your present bonding capacity?
$35M
10. List each and every incidence of failure to perform that resulted in a claim under a Performance or
Payment Bond:
None
11. The construction experience of the Key Personnel in your Company is required. At a minimum,
information regarding experience and qualifications of the following positions must be provided: GC
Project Manager, On-Site Field Superintendent,QC/QA Manager, Safety Officer.
NAME Courtney Kounkel Position Owner
Years of construction experience: _25
Magnitude&Type of Work Oversee construction as a manager
In What Capacity? Project Executive
Years of Employment with Contractor: 6+
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:
Bachlers of Environmental Design, Major: Architecture
Johnson County Kansas - Class A General Contractor License
2
NAME Steve Davidson _ Position Supernitendent
Years of construction experience: 25+
Magnitude&Type of Work Onsite Supervision, QC and Safety
In What Capacity? Superintendent
Years of Employment with Contractor: 6+
Other projects this individual will be involved with concurrently with this project:
None
Education, professional registrations, certifications and credentials held by individual applicable to
the Project:
Formerly Union Carpenter
NAME Tony Scofield Position Project Manager
Years of construction experience: 20+
Magnitude&Type of Work Oversee the project management of the project
In What Capacity? Project Manager
Years of Employment with Contractor: 1+
Other projects this individual will be involved with concurrently with this project:
Arvest Bank - New Bank Construction
Education, professional registrations, certifications and credentials held by individual applicable to
the Project:
University of Missouri- Columbia
Plumber
.
12. List the major items of equipment which you own or which will be used on the project:
Quantity, Description,& Capacity Age in Years Condition
We do not own any equipment other than vehicles driven by Superintendents.
13. List below the contracts to which your company, any principal in your company, or any prior
companies owned by a principal in your company were a party during the previous seven(7)years
that involved litigation of any type,arbitration,mechanics lien claim or other claim in an amount over
$10,000(include pending cases with a notation that the matter is still unresolved):
We filed legal action to obtain payment from DHL/Wilkerson Crane and the Judge ruled
in our favor on all accounts.
14. On a typical project,what percent of the work is completed by your own forces? 15 % What
percent by subcontract? 85 N. List subcontractors you propose to use on this project and their
responsibility in this contract.
Subcontractor Name Contract Responsibility %of Contract
(1) rccol or, (.0•,ceott (On Crtt a` /o
$3 S7 ntio,1 2e•llt, if 544t.-„41, KS a'.2 7 113 - os-- ores
Address Stet: Zip Phone Number
c,1
(2) 01 Bet K, ex4414,410y- F41•4+•i.•o•fC is°?4,
Ill pv, (0%, - 141,447 who 610i r S7 6 - y l r—43 f
Address State Zip Phone Number f- u /
(3) SCA .Z �
I 0 '1A1 ,1{1a)1/ einti.4� S,LIr *j , I3 0
Zit Nur Tiilta.% I?si R;e444 No 6`1!6d' t — 7,fi— Pei
Address State Zip Phone Nu
(4) 6a1,,4 1 E1r - Elea.:«.1 CI- roll'v-
g-20
if9 o 1 FA, 4,e 17074' A l5 (Au Y5 '611 r C - Y72- o
reAddress State Zip Phon Number n
(5) 1-t vS.vv S j cc \0617 rat*. t•.J,./ i..Jfarr o
IQ IN flvx Ave-Irk/MC PY/6q �16- 321 - in)
Address State Zip Phone Number
15. Is your Company current on payment of Federal and State income tax withholdings and
unemployment insurance payments? Yes
23
If the answer is no,please provide detail:
16. Has your Company,or any principal in your company,been rescinded or debarred from any bidding,
contractual,procurement or other such programs by federal,state or local entities? No
If the answer is yes,please provide detail:
17. Has your Company received any written notices of violations of any federal or state prevailing wage
statute in which prevailing wage penalties were assessed against your Company or paid by your
Company during the last two(2)years? No
If the answer is yes,please provide the detail of each and every such notice:
The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any
information requested by the City in verification of the recitals comprising this Experience
Questionnaire and agrees to hold any such person, firm or corporation harmless for providing any
such information to the City of Riverside.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 29 day of August 20 23 ..
By: (A.4(.4h0A-4)
Name: Courtney Kour?kel
Title Owner
State of Kansas )
)ss
County of Johnson )
BEFORE ME,the undersigned notary,personally appeared Courtney Kounkel
who being duly sworn,deposes and says that he or she is the Owner of
Monarch Build LLC ,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 29 day of August ,20 23.
My commission expires: Notary ublic
?4
SHELLY
NOTARv L.pUBLICEMEYERState of Kansas
My Appointment Explresr
STATE OF KANSAS
OFFICE OF
SECRETARY OF STATE
SCOTT SCHWAB
I, SCOTT SCHWAB, Secretary of State of the state of Kansas,do hereby certify,
that according to the records of this office.
Business Entity ID Number: 8636144
Entity Name: MONARCH BUILD LLC
Entity Type: DOM: LTD LIABILITY COMPANY
State of Organization: KS
was filed in this office on April 13, 2017, and is in good standing, having fully
complied with all requirements of this office.
No information is available from this office regarding the financial condition,
business activity or practices of this entity.
T t i i 0`N In testimony whereof I execute this certificate and affix
G�ti1' the seal of the Secretary of State of the state of Kansas on
r ;�a: ¢� this day of August 21,2023
.=arzn II nit; ,4%.„. . i j;,,d227"---)f:1-4-ta--,
1 r�' SCOTT SCHWAB
�' o AxF SECRETARY OF STATE
Certificate ID: 1275540 - To verify the validity of this certificate please
visit https://www.kansas.gov/bess/flow/validate and enter the certificate ID
number.
•
t�)1Y•,��'1� i. A� ;`'.' r -,�P-a'!'A{♦ ,y� /If4;'►o'''Ij+'Y+ yx�+', }1� 'ti�4.Oft ,7# J/ ��j,y, ,1 f4 1
s. Y 1'P i h Y'..i- ) '.,�ru :;� fY �ft"" :terAfS PI11 u�`'If ki, utt'. A: ii ' 'GYfh.:G^ :`;K.
i . �.y , tin'' .� i�1t'• �A ? 1 min_:a tlt u= u t��;1 trl� url, n u:,nn, : � f;,u;t�:k un. to 1 n wl It t „�
... ,ii.
4�_ SjTE O ,...,.:„..,
T _ �:*.;;.
zr.:�
"4-0'.•' . .441.111, .."‘ /1/
•• \k.,,,b,.....L,,,,''''" '' s ::,'..;f.?.-0,'
•
:_; lil% k(sso0 - F „
1&• #' John R. Ashcroft
} 31
Secretary of State ,U-=t;=
��► CORPORATION DIVISION . a` 1
,� CERTIFICATE OF GOOD STANDING '
I,JOHN R.ASHCROFT,Secretary of State of the STATE OF MISSOURI,do hereby certify that theFf.....0
> records in my office and in my care and custody reveal that � .
r
,�itt ' MONARCH BUILD LLC
1117.
N'..i.. 'lit,
130, using in Missouri the nameF...';i:
{ MON.ARCH BUILD LLC -ter' J1
FL001421059
0 i a KANSAS entity was created under the laws of this State on the 9th day of August,2017,and is Active, -.'•�,� ►
having fully complied with all requirements `'
,,
"Ife of this office. >,
_.
IN TESTIMONY WHEREOF,I hereunto set my hand and � ��N���tgv„ t = •
"
4 cause to be affixed the GREAT SEAL of the State of ��.1 I H E S,t>> `j
Missouri.Done at the City of Jefferson, this 21st day of 0 :*****' •',ItI� '.'4****,� * .if 6, :• ` August 2023. V * *** * *c:.
dI ecreta ofSe '__;;cE
cl 4,0 _
h y wv st�
),.icy Certification Number:CERT-082 1 2023-01 5 8 %I , % '
- JFj 5 i
�
< • � ' i t i f 1 � 1 ti 0 fd�f pni it v 'Al,'...,:.A,.;..:
y. Q X� vx r f 'yti � , .� 4 V fi 1 4 r dV b
ft. fi ,',% �. la 1 , ' ( • ,,, 1.,, q ;,� y, v4 4 .? •A.44
l •
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 Kansas
County of Johnson ) ss:
BEFORE ME, the undersigned notary, personally appeared Courtney Kounkel , who, being duly
sworn,states on his/her oath or affirmation as follows:
1. My name is Courtney Kounkel and I am currently the Owner of
Monarch Build LLC (hereinafter "Contractor"), whose business address is
8100 Newton Street. Suite 300. OP, KS 66204 ,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: SOCCER
ROAD&PARKING LOT(Project No.624-023).
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 Contractor's 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. ti �,���j;, �/
Signat e of Affian ��"""""���
Printed Name: iiY KDwi'-€/
Saba.iibud and Jwusn to hcfo,t• this 29 day of August ,2023
NOTARY PUBLIC-State of Kansas lj /
SHELLY L.MEYER 1 �! /"
My Appointment Expires: ))I5 Z°2 Notary Pub c
1
• 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.
25
AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR
SOCCER ROAD & PARKING LOT
Project No: 624-023
THIS AGREEMENT, made and entered into as of the day of September, 2023, by and
between the City of Riverside, Missouri("City"),and Monarch Build, LLC("Contractor"),shall govern
all Work to be provided by Contractor for City on the Project.
WHEREAS, City, under the provisions of Resolution No. , duly approved
on the 19th day of September,2023 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.
27
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. "Design Engineer" means the following Design Engineer to the City of Riverside,
Missouri: VSR Design,Vance Rzepka; vanceAvsrdesign.net.
I. "Notice to Proceed"has the meaning set forth in Article IV,Paragraph A of this Agreement.
J. "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.
K. "Resident Project Representative" means the following employee of the City of Riverside
who shall manage the Project on behalf of the City: Travis Hoover-thoover(a,riversidemo.gov 816-
372-9004.
L. "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.
M. "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.
N. "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 Exhibit E (Scope of Work) and Exhibit F (Technical Specifications) to this
Agreement and the other Contract Documents, in full compliance with all requirements set forth in the
Contract Documents, subject to additions, deletions, and other changes as provided for in this
Agreement. The Work may refer to the whole Project,or only a part of the Project if work on the Project
also is being performed by City or others.
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.
28
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 Resident Project Representative shall act as the City's representative during the
construction period, shall decide questions which may arise as the quality and acceptability of materials
furnished and Work performed, and shall interpret the intent of the Contract Documents in a fair and
unbiased manner. The Resident Project Representative may recommend, but cannot approve Change
Orders resulting in an increase in time of performance or payments due to Contractor. The Resident
Project Representative 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 Resident Project
Representative 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 Resident
Project Representative, 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 seven hundred ninety-nine thousand two hundred forty-two dollars and thirty-
four cents ($799,242.34). This amount shall include all costs, permit fees, profit, overhead, expenses,
taxes, and compensation of every kind related to the Work, and shall be referred to as the "Contract
Amount."
B. The Contract Amount is subject to final determination of Work performed at unit prices set
forth in the Bid for Unit Price Contracts completed by Contractor. The quantities of unit price Work set
forth in Contractor's Bid for Unit Price Contracts are estimates only, are not guaranteed, and are solely
for the purpose of comparing bids and determining an initial Contract Amount. Unless otherwise stated
elsewhere in the Contract Documents, (1) determination of the actual quantities and classifications of
unit price Work performed will be made by City and (2) final payment for all unit price items set forth
in Contractor's Bid for Unit Price Contracts will be based on actual quantities as determined by City.
The Contractor is responsible for verifying the unit quantities before excavation and/or installation at the
Project site. Contractor shall identify and notify the City of any variance in unit quantities in excess of
ten percent (10%) of the amount set forth in Contractor's Bid for Unit Price Contracts IN ADVANCE
of performing the Work. Any increase in quantities of materials or Work performed as a result of over-
excavation by Contractor will not be compensated.
C. Payment of the Contract Amount shall be full compensation for all labor, services,
materials,supplies,tools,equipment,supervision,management,and anything else necessary to complete
the respective items in place, in full compliance with all requirements set forth in the Contract
Documents. All costs, permit fees, profit, overhead, expenses, taxes, and compensation of every kind
29
related to the Work are included in the Contract Amount. No labor, services, materials, supplies, tools,
equipment, supervision, management, or anything else required by the Contract Documents for the
proper and successful completion of the Work shall be paid for outside of or in addition to the Contract
Amount. The Work set forth in the Contract Amount shall be itemized in Contractor's Bid for Unit Price
Contracts. All Work not specifically set forth in Contractor's Bid for Unit Price Contracts as a separate
pay item is a subsidiary obligation of Contractor, and all costs, permit fees, profit, overhead, expenses,
taxes and compensation of every kind in connection therewith are included in the Contract Amount set
forth in Contractor's Bid for Unit Price Contracts.
D. THIS AGREEMENT IS SUBJECT TO THE CITY ORDINANCES, AND PAYMENT
SHALL BE LIMITED TO THE AMOUNT OF PARTICULAR APPROPRIATION FOR THE WORK
BY THE BOARD OF ALDERMEN. THE TOTAL PAYMENT UNDER THIS AGREEMENT
SHALL NOT EXCEED THE APPROPRIATION CONTAINED IN THE APPLICABLE
RESOLUTIONS OR ORDINANCES ADOPTED BY THE BOARD OF ALDERMEN
AUTHORIZING THE WORK AND CONTRACTOR SHALL NOT SEEK,NOR BE ENTITLED TO,
PAYMENT EXCEEDING THIS AMOUNT UNLESS CITY DIRECTS CONTRACTOR TO
PERFORM ADDITIONAL WORK IN ACCORDANCE WITH THIS AGREEMENT, AND CITY
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 60 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. LIQUIDATED DAMAGES. If Contractor fails to achieve Substantial Completion of all
the Work as set forth in the Contract Documents,Contractor shall pay City$500.00 per day,as liquidated
damages and not as a penalty, for each calendar day after such date, until Substantial Completion of all
the Work is achieved. Contractor agrees that the sum of $500.00 per day is a fair and reasonable
approximation of the actual damages incurred by the City for the Contractor's failure to complete the
Project within the time outlined above and that such liquidated damages in this section are not penal in
nature but rather the parties' attempt to fairly quantify the actual damages incurred by the City for such
30
delays. Recovery of liquidated damages is not City's exclusive remedy for Contractor's failure to
achieve Substantial Completion in accordance with this Agreement. Specifically,but without limitation,
City may exercise any of its default or termination rights under this Agreement under all circumstances
described herein, including but not limited to Contractor's failure to achieve Substantial Completion in
accordance with Paragraph B above. Contractor shall not be charged with liquidated damages or any
excess cost when the delay in completion of the Work is due to unforeseen causes beyond the control
and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or the
public enemy,acts of the City,acts of another contractor in the performance of a contract with the City,
fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and abnormal and
unforeseeable weather provided that the Contractor has given written notice of such delay to the City
within five(5)days of the event causing such delay.
D. TIME OF THE ESSENCE. Time is of the essence in the performance of the Work and any
other Contractor obligations under the Contract Documents. Contractor shall upon commencement of
construction work daily to complete the Work except for Saturdays, Sundays, holidays, and days of
inclement weather. This Paragraph does not preclude Contractor from working Saturdays, Sundays,
holidays,or days of inclement weather. Contractor shall give the City at least 48 hours notice if intending
to work on Saturday, Sunday, holidays or days of impending inclement weather.
E. CONSTRUCTION SCHEDULE. Promptly after the execution of this Agreement, and in
any event before commencing performance of the Work, Contractor shall submit to City for approval a
construction schedule that specifies the dates on which Contractor plans to begin and complete various
parts of the Work, including dates on which information and approvals are required from City. Upon
City's written approval of the schedule, Contractor shall comply with it unless directed by City to do
otherwise. Contractor shall update the schedule on a monthly basis or at more frequent appropriate
intervals if required by the conditions of the Work and the Project. With each Application for Payment
under Article VI of this Agreement, Contractor shall submit an updated, current schedule. Neither the
original schedule nor any update shall exceed time limits for the entire Project under the Contract
Documents.
F. PHOTOGRAPHS OF PROJECT. The Contractor shall furnish photographs of the Project site
in the number,type,and stage as enumerated below:
1. Pre-Construction photos-minimum of 15 ground level digital shots
2.Construction photos of significant changes-minimum of 15 ground level digital shots
3. Post Construction photos- minimum of 15 ground level digital shots
G. DELAY IN PERFORMANCE. In the event the City determines that performance of the
Work is not progressing as required by the Contract Documents or that the Work is being unnecessarily
delayed or will not be finished within the prescribed time,the City may, in the City's sole discretion and
in addition to any other right or remedy City may have, require Contractor, at Contractor's sole cost, to
accelerate Contractor's progress. Such acceleration shall continue until the progress of the Work
complies with the Contract Documents and clearly indicates that all Work will be completed within the
prescribed time.
H. SUSPENSION OF WORK. The City may suspend the Work or any portion thereof for a
period of not more than ninety(90)days or such further time as agreed upon by the Contractor,by written
notice to the Contractor which shall fix the date on which Work shall be resumed. The Contractor will
31
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
I. DRAWINGS AND SPECIFICATIONS. The intent of the drawings and specifications is
that the Contractor shall furnish all labor, materials, tools, equipment and transportation necessary for
the proper execution of the Work in accordance with the Contract Documents and all incidental Work
necessary to complete the Project in an acceptable manner, ready for use, occupancy or operation by the
City. In case of conflict between the drawings and specification, the specifications shall govern. Figure
dimensions on drawings shall govern over general drawings. Any discrepancies found between the
drawings and specifications and site conditions or any inconsistencies or ambiguities in the drawings or
specifications shall be immediately reported to the Resident Project Representative in writing,who shall
promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after
discovery of such discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk.
J. SHOP DRAWINGS. Contractor shall submit to Resident Project Representative 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 Resident Project Representative. 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 Resident Project
Representative's review, any shop drawing which substantially deviates from the requirement of the
Contract Documents shall be evidenced by a Change Order. If the Contract Documents do not contain
submittal requirements pertaining to the Work, Contractor agrees upon request to submit in a timely
fashion to City for review by Resident Project Representative 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. Resident Project Representative'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 Resident Project
Representative.
K. MATERIALS, SERVICES AND FACILITIES. It is understood that except as otherwise
specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials,
labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any
nature,and all other services and facilities of any nature whatsoever necessary to execute,complete, and
deliver the Work within the specified time. Materials and equipment shall be so stored as to insure the
preservation of their quality and fitness for the Work. Stored materials and equipment to be incorporated
in the Work shall be located so as to facilitate prompt inspection. Manufactured articles, materials and
equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by
the manufacturer. Material, supplies and equipment shall be in accordance with samples submitted by
the Contractor and approved by the Resident Project Representative. Materials, supplies or equipment
32
to be incorporated into the Work shall not be purchased by the Contractor or by any Subcontractor subject
to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is
retained by the seller.
L. INSPECTION AND TESTING OF MATERIALS. All materials and equipment used in
the construction of the Project shall be subject to adequate inspection and testing in accordance with
generally accepted standards, as required and defined in the Contract Documents. The Contractor shall
provide at the Contractor's expense the testing and inspection services required by the Contract
Documents. The City shall provide all inspection and testing services not required by the Contract
Documents. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public
authority having jurisdiction require any Work to specifically be inspected, tested or approved by
someone other than the Contractor, the Contractor will give the Resident Project Representative timely
notice of readiness. The Contractor will then furnish the Resident Project Representative the required
certificates of inspection, testing approval. Inspections, tests or approvals by the Resident Project
Representative or others shall not relieve the Contractor from the obligation to perform the Work in
accordance with the requirements of the Contract Documents. The Resident Project Representative 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 Resident Project Representative it must,
if requested by the Resident Project Representative, be uncovered for the Resident Project
Representative's observation and replaced at the Contractor's expense. If the Resident Project
Representative considers it necessary or advisable that covered Work be inspected or tested by others,
the Contractor,at the Resident Project Representative's request,will uncover,expose or otherwise make
available for observation, inspection or testing as the Resident Project Representative may require,that
portion of the Work in question, furnishing all necessary labor,materials,tools and equipment.
M. CORRECTION OF WORK. The Contractor shall promptly remove from the Project site all
Work rejected by the Resident Project Representative 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.
N. SUBSTITUTIONS. Whenever a material, article, or piece of equipment is identified on
the drawings and specifications by referenced to brand name or catalog numbers, it shall be understood
that this is referenced for the purpose of defining the performance or other salient requirements and that
other products of equal capacitates, quality and function shall be considered. The Contractor may
recommend the substitution of material, article or piece of equipment of equal substance and function
for those referred to in the Contract Documents by referenced to brand name or catalog number, if, in
the opinion of the City, such material,article or piece of equipment is of equal substance function to that
specified, the City may approve, in writing, its substitution and use by the Contractor. Any cost
differential shall be deductible from the contract price and in such event the Contract Documents shall
33
be modified by Change Order.The Contractor warrants that if substitutes are approved,no major changes
in the function or general design of the Project will result. Incidental changes or extra component parts
required to accommodate the substitute will be made by the Contractor without a change in the contract
price or contract time.
O. LANDS& RIGHT OF WAY. Prior to issuance of Notice to Proceed, the City shall obtain
all lands and rights-of-way necessary for the carrying out and completion of Work to be performed
pursuant to the Contract Documents, unless otherwise mutually agreed by the Contractor and City, in
writing. The City shall provide to Contractor information which delineates and describes the lands
owned and right of way acquired. The Contractor shall provide at its own expense and without liability
to the City any additional land and access thereto that the Contractor may desire for temporary
construction facilities, or for storage of materials.
P. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all boundary
surveys and establish all base lines for locating the principal component parts of the Work together with
a suitable number of bench marks adjacent to the Work as shown in the Contract Documents. From the
information provided by the City, unless otherwise specified in the Contract Documents, the Contractor
shall develop and make all detail surveys needed for construction such as slope stakes, batter boards,
stakes for pipe locations and other working points, lines, elevations and cut sheets.
The Contractor shall carefully preserve bench marks, reference points and stakes and, in
case of willful or careless destruction, shall be charged with the resulting expense and shall be
responsible for any mistake that may be caused by their unnecessary loss or disturbance.
Permits and licenses of temporary nature necessary for the prosecution of the Work shall
be secured and paid for by the Contractor unless otherwise stated in the supplemental general conditions.
Permits,licenses and easements for permanent structures or permanent changes in existing facilities shall
be secured and paid for by the City, unless otherwise specified.The Contractor shall give all notices and
comply with all laws, ordinances, rules and regulations bearing on the conduct of the Work as drawn
and specified. If the Contractor observes that the Contract Documents are at variance therewith, the
Contractor shall promptly notify the City in writing, and any necessary changes shall be adjusted as
provided in Article VII changes in the Work.
Q. SUBSURFACE CONDITIONS. The Contractor, before bidding the Project, has the
responsibility to become familiar with the Project site and the conditions under which Work will have
to be performed during the construction period. Excavating for foundations of surface structure:
buildings, bridges, tanks, towers, retaining walls and other types of surface structures. The Contractor
shall promptly, and before such conditions are disturbed (excepting an emergency), notify the City by
written notice of subsurface or latent physical conditions at the site differing materially from those
indicated in the Contract Documents. Contractor shall also be required to notify City of any unknown
physical conditions at the site of unusual nature, differing materially from those ordinarily encountered
and generally recognized as inherent in work of the character provided for in the Contract Documents at
the location of the Project. The City shall investigate the conditions,and if it is found that such conditions
do so materially differ and cause an increase or decrease in the cost of, or in the time required for,
performance of the Work, the Contract Documents may be modified by Change Order as provided in
Article VII. Any claim of the Contractor for adjustment hereinafter shall not be allowed unless the
34
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 Resident Project Representative.
R. SUPERVISION BY CONTRACTOR. The Contractor will supervise and direct the Work.
The Contractor will be solely responsible for the means,methods,techniques,sequences and procedures
of construction. The Contractor will employ and maintain on the Work a qualified supervisor or
superintendent who shall have been designated in writing by the Contractor or the Contractor's
representative at the site. The supervisor shall have full authority to act on behalf of the Contractor and
all communications given to the supervisor shall be a binding as if given to the Contractor. The
supervisor shall be present on the site at all times as required to perform adequate supervision and
coordination of the Work.
ARTICLE V
CONTRACT DOCUMENTS
A. The following documents, and any other documents that are attached to, incorporated by
reference into, or otherwise included in them, and all Change Orders, are hereby incorporated into this
Agreement, and form the entire agreement between City and Contractor, and are referred to as the
Contract Documents:
1. INFORMATION FOR BIDDERS
2. BID FOR UNIT PRICE CONTRACTS
3. BID FORM
4. BID BOND
5. EXPERIENCE QUESTIONNAIRE
6. AFFIDAVIT OF WORK AUTHORIZATION
7. This AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR
8. PERFORMANCE BOND
9. PAYMENT BOND
10. PREVAILING WAGE RATES - STATE OF MISSOURI DIVISION OF LABOR
STANDARDS
11. TIME FOR COMPLETION
12. SCOPE OF WORK
13. TECHNICAL SPECIFICATIONS
14. NOTICE TO PROCEED
15. APPLICATION FOR PAYMENT FORM
35
16. CHANGE ORDER FORM
17. CERTIFICATE FOR SUBSTANTIAL COMPLETION
18. AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW
19. ANTI-DISCRIMINATION AGAINST ISRAEL ACT CERTIFICATION
20. CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
21. SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
22. 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 H (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 Resident Project Representative. 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 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.
36
C. All payments under this Agreement shall be made only upon the approval of Resident
Project Representative and Administrator. Resident Project Representative shall review each
Application for Payment and certify for payment such amounts as Resident Project Representative
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 Resident Project Representative'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
Resident Project Representative issues his or her certificate to that effect. The Engineer's Certificate of
Acceptance will be on the form attached hereto as Exhibit O. City, within thirty (30) days after the
delivery of Engineer's 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 or its sureties from
any obligations under the Contract Documents or the Performance and Payment Bonds.
I. City may withhold final or any other payment to Contractor on any reasonable basis,
including but not limited to the following:
1. Unsatisfactory job progress,
2. Defective Work,
37
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
any addition,deletion,or other change without a written order from City,Contractor shall not be entitled
to any increase in the Contract Amount or the time for performance of the Work, and Contractor shall
be solely and completely responsible for the acceptability to City of the addition, deletion, or other
change.
B. If a change to the Work causes a net increase or decrease in the cost of Contractor's
performance,the Contract Amount shall be increased or decreased as follows:
1. If the Work is covered by unit prices set forth in Contractor's Bid for Unit Price Contracts,
by application of such unit prices to the quantities of the items involved; or
2. If the Work involved is not covered by unit prices set forth in Contractor's Bid for Unit
Price Contracts,by a lump sum as to which Contractor and City mutually agree prior to the
commencement of performance of the change.
38
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. Notwithstanding any
statement in the submitted bid to the contrary and for the avoidance of doubt, unit prices listed in the
Contractor's Bid shall be used for Change Order pricing.
D. A change in the Contract Amount or the time for performance of the Work shall be
accomplished only by written Change Order, which shall state the increase or decrease, if any, in the
Contract Amount or the time for performance.No course of conduct or dealings between the parties,nor
express or implied acceptance of alterations or additions to the Work, and no claim that City has been
unjustly enriched by any alteration or addition to the Work, whether or not there is, in fact, any such
enrichment, shall be the basis of any claim to an increase in any amounts due under the Contract
Documents or a change in the time for performance of the Work.
E. Agreement on any Change Order shall constitute a final settlement of all matters relating
to the change in the Work that is the subject of the Change Order, including but not limited to all direct
and indirect costs associated with such change and any and all adjustments to the Contract Amount and
time for performance of the Work.
F. If Contractor is delayed or interfered with at any time in the commencement or prosecution
of the Work by an act or neglect of City,an employee,officer,or agent of City,or an architect or engineer
or separate contractor engaged by or on behalf of City, or by changes ordered in the Work, an act of
God, fire,or other cause over which Contractor has no control and that Contractor could not reasonably
anticipate, the time for performance of the Work shall be equitably extended, provided that Contractor
gives notice as provided for in Paragraph G below.
G. Any claim by Contractor for additional time or money for the performance of the Work,
including but not limited to any claim based on or arising out of an addition to, deletion from, or other
change to the Work and/or delay to or interference with commencement or prosecution of any of the
Work, shall be submitted to City's designated representative within five (5) working days of the
beginning of the event for which the claim is made or on which it is based. If any claim is not submitted
within the five-day period, it shall be deemed waived.
H. No change or claim,nor any delay or dispute concerning the determination of any increase
or decrease in the amount of time and money for the performance of the Work, shall excuse Contractor
from proceeding with prosecution of the Work, including any Work as changed.
ARTICLE VIII
INSURANCE
A. Contractor shall, at all times during the performance of any of the Work, maintain not less
than the following insurance coverages and amounts:
1. COMMERCIAL GENERAL LIABILITY - Contractor shall provide coverage for
Contractor,City, its employees,officers,and agents,and any architects,engineers,or
other design professionals engaged by or on behalf of City against claims for damage
to property and/or illness of, injury to, or death of any person or persons related to or
arising out of the Work. Such coverage shall name the City, together with its
39
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.
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
40
umbrella or excess policy that provides any required general or automobile liability coverage) shall
provide contractual liability coverage for all indemnity obligations of Contractor under the Contract
Documents. Each policy providing general liability or automobile liability coverage (including any
umbrella or excess policy that provides any required general or automobile liability coverage) shall, in
form satisfactory to City, (1) name as additional insureds City, its employees, officers, and agents, and
any architects, engineers, or other design professionals engaged by or on behalf of City,and(2)provide
that it is primary to any other insurance maintained by any additional insured, which other insurance
shall be excess or contingent. The insurance provided to the additional insureds shall apply, without
limitation,to injury or damage caused by Work included in the products/completed operations hazard.
C. Contractor shall maintain the products and completed operations coverage for not less than
one(1)year after the date of final acceptance by City of all of Contractor's Work.
D. Contractor shall obtain property insurance upon the entire Work for the full cost of
replacement at the time of loss. This insurance shall list as named insureds City, Contractor,
Subcontractors,and suppliers.This insurance shall be written as a Builder's Risk/Installation Floater"all
risk" or equivalent form to cover all risks of physical loss except those specifically excluded by the
policy and shall insure at least against the perils of fire, lightning, explosion, wind storm, hail, smoke,
aircraft and vehicles, riot and civil commotion, theft, vandalism, malicious mischief, debris removal,
flood, earthquake, earth movement, water damage, wind, testing, and collapse. This insurance shall,
without limitation, insure portions of the Work stored on or off the Project site or in transit, when at the
risk of City, Contractor, or a Subcontractor or supplier. Contractor shall be solely responsible for any
deductible amounts. This insurance shall remain in effect until final payment has been made to
Contractor or until no person or entity other than City has an insurable interest in the property to be
covered by this insurance, whichever is sooner. City and Contractor waive all rights against each other
and their respective employees, agents, contractors, Subcontractors, and suppliers for damages caused
by risks covered by the property insurance provided for in this Paragraph,except such rights as they may
have to the proceeds of the insurance.
E. All policies and certificates of insurance shall provide no less than thirty (30) days' prior
written notice to City in the event of cancellation, expiration, non-renewal, alteration, or reduction
(including but not limited to reduction by paid claims) of coverage or limits contained in the policy or
evidenced by the certificate of insurance. Contractor shall furnish City a certificate or certificates and
copies of policies, all satisfactory to City, evidencing that Contractor has all the required insurance and
is in compliance with this Article.The certificate or certificates and copies of policies shall be delivered
to City's designated representative not less than seven (7) days before Contractor first performs any of
the Work. All policies except Workers' Compensation and Employer's Liability shall contain a waiver
of subrogation in favor of City, its employees, officers, and agents, and architects, engineers, or other
design professionals engaged by or on behalf of City.
F. Contractor also shall maintain any additional insurance coverages and any higher limits
provided for elsewhere in the Contract Documents and shall furnish City any additional insurance
documentation provided for elsewhere in the Contract Documents.
G. If any part of the Work is subcontracted,each Subcontractor,or Contractor on behalf of the
Subcontractor, shall maintain liability and worker's compensation insurance coverages and amounts
satisfying all the requirements of this Article. Certificates and copies of policies, satisfactory to City,
41
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
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.
42
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.
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.
43
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:
Travis Hoover Name: Courtney Kounkel
2950 NW Vivion Rd. Title: Owner
City of Riverside, MO Street Address: 8100 Newton St, Suite 300
Riverside, MO 64150 City, State Zip: Overland Park, KS 66204
thooverAriversidemo.gov Email: courtney.kounkel@monarch.build
B. Any notice required by the Contract Documents to be given in writing or that either City or
Contractor wishes to give to the other in writing shall be signed by or on behalf of the party giving notice.
The notice shall be deemed to have been completed when sent by certified or registered mail to the other
party at the address set forth herein,or delivered in person to said party or their authorized representative.
C. Contractor's designated representative shall be available to meet with City at any time
during the performance of the Work and shall have full authority to act on Contractor's behalf on any
matter related to this Agreement and/or the Work.
ARTICLE XIV
DEFAULT AND TERMINATION
A. If Contractor fails to comply,becomes unable to comply,or with reasonable probability(as
determined solely by City)will become unable to comply with any of Contractor's obligations under the
Contract Documents, including but not limited to (1) failure at any time to furnish sufficient labor or
supervision,sufficient materials or services(including but not limited to insurance and bonds)complying
with the Contract Documents, or sufficient or properly operating tools, equipment, or other items
necessary for the performance of the Work, (2) failure in any respect to prosecute the Work with
promptness and diligence, (3) causing any stoppage of, delay in, or interference with any work of City
or any others on the Project, (4) abandonment by Contractor of all or any part of the Work, or (5)
bankruptcy, insolvency or general assignment for the benefit of creditors by Contractor,Contractor shall
be in default, and if the default is not corrected to City's satisfaction within seventy-two (72) hours of
delivery of a written notice to Contractor to correct such default,City may, in addition to any other right
or remedy City may have,terminate the services of the Contractor and take possession of the Project and
of all materials, equipment, tools, construction equipment and machinery thereon owned by the
Contractor and finish the Work by whatever method the City may deem expedient to correct the default,
at Contractor's expense. In such case the Contractor shall not be entitled to receive any further payment
until the Work is finished. If such costs exceed the unpaid balance due to Contractor, the Contractor
will pay the difference to the City.
44
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 Resident Project Representative and Administrator,
then the Contractor may after ten (10) days from delivery of written notice to the City terminate the
Agreement and recover from the City payment for all Work executed.
G. The City, without terminating the service of the Contractor or written notice to the Surety,
through the Administrator may withhold, without prejudice to the rights of the City under the terms of
the Agreement, or on account of subsequently discovered evidence, nullify the whole or part of any
approved partial payment estimate to such extent as may be necessary to protect the City from loss on
account of(1)defective Work not remedied, (2)claims filed or reasonable evidence indicating probably
filing of claims, (3) failure of Contractor to make payments property to Subcontractors or for material
or labor,(4)a reasonable doubt that the Work can be completed for the balance then unpaid,(5)damages
to another contractor, or(6)performance of Work in violation of the terms of the Contract Documents.
45
ARTICLE XV
TERMINATION FOR CONVENIENCE
Notwithstanding anything contained herein to the contrary,City may,at any time,for any reason,
and without Contractor's being in default, terminate Contractor's performance of any part or all of the
Work for City's own convenience by giving written notice to Contractor. Upon receipt of notice of
termination for City's convenience, Contractor shall,to the extent directed by City, stop Work and turn
over to City or City's designee materials and equipment purchased for the Work. City shall pay
Contractor, in accordance with the Contract Documents, for only so much of the Work as is actually
performed as of the termination for convenience.City shall not be obligated to Contractor for any further
payment, including but not limited to prospective overhead or profit on unperformed Work. If a
termination by City of Contractor's right to proceed on the ground of default by Contractor is determined
later to have been improper,the termination automatically shall be converted to a termination for City's
convenience, and City's obligation to Contractor shall be limited to payment to Contractor as provided
in this Article.
ARTICLE XVI
COMPLIANCE WITH LAWS
A. Contractor shall comply strictly with all federal, state, and local laws, ordinances, rules,
regulations, orders, and the like applicable to the Work, including, but not limited to any applicable
prevailing wage and prompt payment laws and all U.S. Army Corps of Engineers guidelines, rules,
regulations, and criteria for Work within or adjacent to a flood control project area. Contractor shall
secure all permits from public and private sources necessary for the fulfillment of Contractor's
obligations under the Contract Documents.
B. With each Application for Payment submitted by Contractor to City, Contractor shall
include (a) a signed statement, in form acceptable to City, showing, for each weekly payroll period that
ended during the period covered by the Application for Payment, the name, address, social security
number,occupation,and craft of each worker employed by Contractor in connection with the Work and,
for each such worker, the number of hours worked each day, the total hours worked during the payroll
period, the gross amount earned, an itemization of all deductions, and the net wages paid and (b) a
corresponding statement from each Subcontractor of any tier that employed any workers in connection
with the Work during the period covered by the Application for Payment.
C. This Agreement shall be governed by and construed in accordance with the laws of the
State of Missouri.
ARTICLE XVII
LABOR STANDARDS PROVISIONS
A. MISSOURI PREVAILING WAGE LAW. Not less than the prevailing hourly rate of
wages established by the Missouri Department of Labor and Industrial Relations Division of Labor
Standards,as set out in the wage order set forth in Exhibit C attached to and made a part of, shall be paid
to all workers performing Work under the Agreement. An Affidavit of Compliance with the Prevailing
Wage Law as set forth in Exhibit K shall be completed by Contractor and every Subcontractor employed
on the Project prior to final payment. The Contractor will forfeit a penalty to the City of$100 per day
46
(or portion of a day) for each worker that is paid less than the prevailing rate for any Work done under
the contract by the Contractor or by any Subcontractor.
B. EXCESSIVE UNEMPLOYMENT. During periods of excessive unemployment (any
month immediately following two consecutive calendar months during which the level of unemployment
in the state has exceeded five percent(5%)as measured by the United States Bureau of Labor Statistics)
only Missouri labors(persons who have resided in Missouri for at least thirty days and intend to become
or remain Missouri residents) and laborers from non-restrictive states (persons who are residents of a
state which has not enacted state laws restricting Missouri laborers from working on public works
projects in that state, as determined by the Labor and Industrial Relations Commission), may be
employed under the contract,except that other laborers may be used when Missouri laborers or laborers
from nonrestrictive states are not available, or are incapable of performing the particular type of work
involved, if so certified by the Contractor and approved by the City.
C. UNDERPAYMENT OF WAGES. In case of underpayment of wages by the Contractor or
by any Subcontractors to laborers or mechanics employed by the Contractor or Subcontractor upon the
Work covered by this Agreement, the City, in addition to such other rights as may be afforded it under
this Agreement shall withhold from the Contractor, out of any payments due the Contractor, so much
thereof as the City may consider necessary to pay such laborers or mechanics the full amount of wages
required by this Agreement. The amount so withheld may be disbursed by the City, for and on account
of the Contractor or the Subcontractor(as may be appropriate), to the respective laborers or mechanics
to whom the same is due or on their behalf to plans, funds, or programs for any type of fringe benefit
prescribed in the applicable wage determination.
D. LIMITATIONS ON EMPLOYMENT. No person under the age of sixteen (16)years and
no person who, at the time, is serving sentence in a penal or correctional institution shall be employed
on the Work covered by this Agreement.
ARTICLE XVIII
EQUAL EMPLOYMENT OPPORTUNITY
The Contractor will not discriminate against any employee or applicant for employment because
of race, color,religion, sex, or national origin.The Contractor will take affirmative action to ensure that
applicants and employees are treated during employment, without regard to their race, color, religion,
sex, or national origin. Such action shall include, but not be limited to, employment, upgrading,
demotion,or transfer;recruitment,or recruitment advertising;layoff or termination;rates of pay or other
forms of compensation; and selection for training, including apprenticeship.
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.
47
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.
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.
48
ARTICLE XXI
ACCESS TO SITE/CLEANING UP
A. Contractor shall ensure that the Work, at all times, is performed in a manner that affords
reasonable access, both vehicular and pedestrian, around the site of the Work and all adjacent areas.
B. Representatives of City may inspect or review any Work performed by Contractor, and
consult with Contractor, at any time. City's inspections or reviews shall not constitute acceptance or
approval of Work unless specifically stated in writing. Contractor shall meet with City at the request of
City.
C. Contractor shall at all times,during performance of the Work,keep the Project site clean and
free from debris resulting from the Work. Prior to discontinuing Work in an area, Contractor shall clean
the area and remove all rubbish and its construction equipment, tools, machinery, waste, and surplus
materials. Contractor shall make provisions to minimize and confine dust and debris resulting from
construction activities. If Contractor fails to comply with cleanup duties within twenty-four(24) hours
after written notification from City of non-compliance, City may implement cleanup measures without
further notice and deduct the cost from any amounts due or to become due Contractor.
ARTICLE XXII
COMPETENCE
Contractor represents and warrants that it maintains all necessary licenses, registration,
competence, and experience to perform all the Work.
ARTICLE XXIII
WARRANTY
A. Contractor shall exercise high professional skill, care, and diligence in the performance of
the Work, and shall carry out its responsibilities in accordance with customarily accepted good
professional practices. The Contractor shall guarantee all materials and equipment furnished and Work
performed for a period of one (1) year from the date of completion and acceptance of the Work. The
Contractor warrants and guarantees for one (1)year from the date of completion and acceptance of the
Work that the completed Work is free from all defects due to faulty materials or workmanship. The date
of completion for all scopes of work shall be the last date of acceptance of all Work in this Agreement.
Contractor shall promptly make such corrections as may be necessary by reason of such defects including
the repair of any other damages that were caused by defects in the Work, at its own expense. The City
will give notice of observed defects with reasonable promptness. In the event that the Contractor fails
to make such repairs,adjustments or other Work that may be necessary by such defects,the City may do
so and charge the Contractor the cost thereby incurred. In emergency where, in the judgment of the City,
delay would cause serious loss or damage, repairs and replacement of defects in the Work and damage
caused by defects may be made without notice being sent to the Contractor, and the Contractor shall pay
the cost thereof. The Performance Bond shall remain in full force and effect through the warranty period.
Neither final payment, Engineer's Final Certificate, nor any other provision in the Contract Documents
shall affect Contractor's obligation to complete the Work free of defects in workmanship and material.
49
B. Contractor shall remain solely responsible for the performance of the Work as required by
the Contract Documents, notwithstanding any suggestions or observations made by another person or
entity with respect to the Work.
C. This Article does not establish a period of limitation with respect to any obligation of
Contractor under the Contract Documents, and does not limit the time allowed by law for any action for
breach of such obligation.
ARTICLE XXIV
STORAGE OF MATERIALS AND EQUIPMENT
The Contractor shall provide at its own expense and without liability to the City any additional
land and access thereto that the Contractor may desire for temporary construction facilities,or for storage
of materials. Only materials and equipment that are to be used directly in the Work shall be brought to
and stored at the Project site by Contractor. After equipment is no longer required for the Work, it shall
be promptly removed from the Project site. Protection of construction materials and equipment stored at
the Project site from weather, theft, and all other casualty or damage is solely the responsibility of
Contractor.
ARTICLE XXV
TAXES
A Missouri Sales Tax Project Exemption Certificate (Missouri Department of Revenue Form
5060) will be provided by the City for the purchase of any materials or personal property incorporated
into or consumed in the 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.
50
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
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.
51
.
ARTICLE XXVIII
INDEPENDENT CONTRACTOR
Contractor is an independent contractor, and neither Contractor or any Subcontractors, suppliers,
employees, or agents shall be deemed an employee or agent of City for any purpose.
ARTICLE XXIX
CONFLICT
Contractor shall promptly upon discovery notify City of any conflict,ambiguity or inconsistency
in the Contract Documents, or between any Contract Document and actual field conditions, and City
shall resolve such conflict, ambiguity or inconsistency in its sole discretion.
ARTICLE XXX
PERFORMANCE AND PAYMENT BONDS
The Contractor shall within ten (10) days after the receipt of the Notice of Award furnish the
City with a Performance Bond and Payment Bond in forms set forth in Exhibits A and B in an amount
at least equal to one hundred percent(100%)of the contract price,conditioned upon the performance by
the Contractor all undertakings,covenants,terms,conditions and agreements of the Contract Documents,
and upon the prompt payment by the Contractor to all persons supplying labor and materials in the
prosecution of the Work provided by the Contract Documents. Such bonds shall be executed by the
Contractor and a corporate bonding company licensed to transact such business in the state in which the
Work is to be performed and named on the current list of"Surety Companies Acceptable on Federal
Bonds"as published in the Treasury Department Circular Number 570 and shall have a rating of at least
"A-" from Best's. The expense of these bonds shall be borne by the Contractor. If at any time a surety
on any such bond is declared a bankrupt or loses its right to do business the state in which the Work is
to be performed or is removed from the list of Surety Companies accepted on Federal Bonds,Contractor
shall within ten(10)days after notice from the City to do so, substitute an acceptable bond(or bonds) in
such form and sum and signed by such other surety or sureties as may be satisfactory to the City. The
premiums on such bond shall be paid by the Contractor. No further payment shall be deemed due nor
shall payment be made to Contractor until the new surety or sureties shall have furnished an acceptable
bond to the City.
ARTICLE XXXI
SEVERABILITY
Should any specific provision of this Agreement or other Contract Documents be found to be
unenforceable,the remaining provisions shall remain in full force and effect.
ARTICLE 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.
52
ARTICLE XXXIII
DISPUTES/ATTORNEY FEES
A. If a dispute arises out of or relates to this Agreement or other Contract Documents, or the
breach thereof, and if the dispute cannot be resolved through negotiation, City and Contractor shall first
try in good faith to resolve the dispute by mediation before resorting to litigation. Unless City and
Contractor agree otherwise,the mediation shall be administered by the American Arbitration Association
under its Construction Industry Mediation Rules.
B. In the event of litigation between Contractor and City concerning the Project or this
Agreement or other Contract Documents,the prevailing party shall be entitled to recover from the other
party its reasonable attorney fees,costs, and expenses arising from such litigation.
ARTICLE XXXIV
TITLES
The titles given to the Articles in this Agreement are for ease of reference only and shall not be
relied upon or cited for any other purpose. Specifically, but without limitation,the titles shall not define
or limit any of the provisions of any of the Articles.
ARTICLE XXXV
PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this 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]
53
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their
authorized representatives.
APPROVED AS TO FORM:
ATTORNEY:
By:
Attorney, R I A, C G w f (?
COUNTERSIGNED BY:
CITY PURCHASING AGENT:
< '
B .
Brian . oral
City dministr tor
CITY OF RIVERSIDE:
By: a ,L v •
Ka een L. Rose, Mayor ATTEST.
Robin Kincai ,City Clerk
CONTRACTOR:
1 _
By:
(Signature)
Printed Name:
Title:
ATTEST:
SECRETARY,
(Name Printed)
54
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their
authorized representatives.
APPROVED AS TO FORM:
ATTORNEY:
By:
Attorney,
COUNTERSIGNED BY:
CITY PURCHASING AGENT:
B .
Brian . oral
City dminist for
CITY OF RIVERSIDE.
By:
Len 1_. Rose, Mayor ATT
.
•. ,, • Robin Kincai ,City Clerk
• s
CONTRACTOR: }• •
Monarch Build • C
By:
(Si, re)
Prin:ed Name: Courtney Kounkel
Title: Owner
ATTEST: tf�
SECRETARY, Shelly Meyer,Controller
(Name Printed)
54
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their
authorized representatives.
APPROVED AS TO FORM:
ATTORNEY:
By:
Attorney,
COUNTERSIGNED BY:
CITY PURCHASING AGENT:
B ill
. ,.. �►_
Brian ' . 'oral ��
City • dministr.tor
CITY OF RIVERSIDE:
By: L� ? .�
_KatiTreen L. Rose, Mayor ATT•,ST•
• .. ,,.
Robin Kincai , City Clerk
CONTRACTOR:
By:
(Signature)
Printed Name:
Title:
ATTEST:
SECRETARY,
(Name Printed)
54
Bond No. 30190495
EXHIBIT A
PERFORMANCE BOND
FOR THE FAITHFUL PERFORMANCE of each of the terms and stipulations of the AGREEMENT
between the CITY OF RIVERSIDE and CONTRACTOR, for construction of SOCCER ROAD &
PARKING LOT (624-023), dated Sepik rot L4 r 22 , 203 , designated Resolution No.
2023-137 , in every
particular, Monarch Build LLC [insert name of Company], as
Principal, and Western 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 Seven Hundred Ninety Nine Thousand Two Hundred Forty Two and 34/100 Dollars
($ 799,242.34 ) lawful money of the United States,by these presents:
THE CONDITION OF THIS OBLIGATION is such that in the event Principal shall faithfully
and properly complete the Work required by the Contract Documents described in the Agreement and
perform all of its duties, obligations, covenants, and conditions pursuant to the terms of the Contract
Documents during the original term thereof, and any extensions thereof which may be granted by the
City, including, without limitation, all warranty obligations and duties and if the Principal shall satisfy
all claims and demands incurred under such Agreement,and shall fully indemnify and hold harmless the
City from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse
and repay the City for all outlay and expense which the City may incur in making good any default,then
this obligation shall be void, otherwise to remain in full force and effect.
PROVIDED FURTHER, Surety hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract Documents or to the Work to be performed thereunder
or the specifications accompanying the same shall in any way affect its obligation on this Bond, and it
does hereby waive notice of any such change, extension of time, alteration or addition to the terms of
the Contract Documents or to the Work or to the specifications.
PROVIDED FURTHER, that it is expressly agreed that the bond shall be deemed amended
automatically and immediately, without formal and separate amendments hereto, upon amendment to the
Agreement not increasing the Agreement price more than twenty percent(20%), so as to bind the Principal
and the Surety to the full and faithful performance of the Agreement as so amended.The term"Amendment",
55
wherever used in this bond,and whether referring to this bond or the Agreement,shall include any alteration,
addition,extension,or modification of any character whatsoever.
The Performance Bond above is accepted by the City this 22,day of Cerkmirt.o. , 20 73 .
Monarch Build LLC
8100 Newton Street,Suite 300,Overland Park,KS 66204
CONT TOR AS RIN P
By:
(Signature)
Printed Name: CO u V4vt leO u ti it 4.
Title: 0,6e v,
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.
Western Surety Company
151 N. Franklin treet, Chicago, IL 60606(312)822-5000
SURE
By: - 4149f,4_
(Si nature)
Printed Name: C.Stephens Griggs
Title: Attorney-in-Fact
Date:
Note:
• Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT.
• If Contractor is a partnership, all partners must execute the Bond.
SURETY POWER OF ATTORNEY MUST BE ATTACHED
56
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation
having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,
constitute and appoint
Patrick T. Pribyl, Debra J. Scarborough, Mary T. Flanigan, Veronica Lawyer, Christy
M.Braile,Jeffrey C.Carey,Danielle R. Capps,Charles R.Teter III,Evan D.Sizemore,Charissa
D. Lecuyer, Rebecca S. Leal, Kristin D. Thurber, C. Stephens Griggs, Tahitia M. Fry, Lauren
Scott, Hillary D. Shepard, Kellie A. Meyer, Erin C. Lavin, Individually
of Kansas City,MO,its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf
bonds,undertakings and other obligatory instruments of similar nature
-In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions printed on the reverse hereof,duly adopted,
as indicated,by the shareholders of the corporation.
In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto
affixed on this 1 I th day of May,2023.
*ytttET). WESTERN SURETY COMPANY
�` avogq °s
oo r,p
Zig,4_
fM�.....-..1�
Larry Kasten,Vice President
State of South Dakota
SS
County of Minnehaha
On this l Ith day of May,2023,before me personally came Larry Kasten.to me known,who,being by me duly sworn,did depose and say: that he
resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of WESTERN SURETY COMPANY described in and which executed
the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant
to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be
the act and deed of said corporation.
My commission expires M.BENT
ROTARY PUBLIAKOiCA SE�At
March 2,2026
SOUTH D 1 '7
8461d.
M.Bent,Notary Public
CERTIFICATE
1,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,
and further certify that the By-Law and Resolutions of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto
subscribed my name and affixed the seal of the said corporation this day of
sour} WESTERN SURETY COMPANY
to0q r
Wi4 �9
�rM DPit� CDT 414.4971
L.Nelson,Assistant Secretary
Form F4280-4-2023
Go to www.cnasurety.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity.
Authorizing By-Laws and Resolutions
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders
of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney,or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer,or any Vice President,or by such other
officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may
appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The
corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation.
The signature of any such officer and the corporate seal may be printed by facsimile.
This Power of Attorney is signed by Larry Kasten,Vice President,who has been authorized pursuant to the above Bylaw to execute power
of attorneys on behalf of Western Surety Company.
This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic-formatted corporate seal under and
by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27th
day of April,2022:
"RESOLVED:That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital
signatures and to ratify and confirm the use of a digital or otherwise electronic-formatted corporate seal,each to be considered the act
and deed of the Company."
Bond No. 30190495
EXHIBIT B
PAYMENT BOND
KNOW ALL PERSONS BY THESE PRESENTS: that Monarch Build LLC
a Corporation [insert corporation, partnership or individual],
hereinafter called Principal, and western 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
Seven Hundred Ninety Nine Thousand Two Hundred Forty Two and 34/100 Dollars
($ 799,242.34 ) 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 day of , 20 , for the
construction of SOCCER ROAD & PARKING LOT (624-023) approved by Resolution No.
2023-137
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.
57
•
Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to
the terms of the Contract Documents or to the Work to be performed thereunder shall in any wise affect
its obligation on this Bond, and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the Contract Documents or to the Work.
The Payment Bond above is accepted by the City this 22 day of Strileole r ,20 2.3 .
Monarch Build LLC
8100 Newton Street,Suite 300, Overland Park,KS 66204
CONT O ASP INCIP
By:
(Signature)
Printed Name: Qp&ir4-ke1 Ko q k
Title: OW Ives,.
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.
Western Surety Company
151 N. Franklin Street,Chicago, IL 60606(312)822-5000
SURE
By:
(Si nature)
Printed Name: C. Stephens Griggs
Title: Attorney-in-Fact
Date:
Note:
• Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT
• If Contractor is a partnership, all partners must execute the Bond.
SURETY POWER OF ATTORNEY MUST BE ATTACHED
58
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation
having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,
constitute and appoint
Patrick T. Pribyl, Debra J. Scarborough, Mary T. Flanigan, Veronica Lawyer, Christy
M.Braile,Jeffrey C. Carey,Danielle R.Capps,Charles R.Teter III,Evan D.Sizemore,Charissa
D. Lecuyer, Rebecca S. Leal, Kristin D. Thurber, C. Stephens Griggs, Tahitia M. Fry, Lauren
Scott, Hillary D. Shepard, Kellie A. Meyer, Erin C. Lavin, Individually
of Kansas City,MO,its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf
bonds,undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts-
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions printed on the reverse hereof,duly adopted,
as indicated,by the shareholders of the corporation.
In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto
affixed on this 1 I th day of May,2023.
p?Suarrrcc WESTERN SURETY COMPANY
z1 01.7 /41147—
S
k�>µ°--A•bioz Larry Kasten,Vice President
State of South Dakota
Jj ss
County of Minnehaha
On this 1 Ith day of May,2023,before me personally came Larry Kasten.to me known,who,being by me duly sworn,did depose and say: that he
resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of WESTERN SURETY COMPANY described in and which executed
the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant
to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be
the act and deed of said corporation.
My commission expires M.BENT
.`. HrnARr vueuc
March 2,2026 SOUTH DAKOTA Sr"�
112-
♦ M.Bent,Notary Public
CERTIFICATE
I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,
and further certify that the By-Law and Resolutions of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto
subscribed my name and affixed the seal of the said corporation this day of .
1,us`ryo WESTERN SURETY COMPANY
aate re,$
►ti ori� .
L.Nelson,Assistant Secretary
Form F4280-4-2023
Go to www.cnasurety.com>Owner J Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity.
Authorizing By-Laws and Resolutions
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders
of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney,or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President,or by such other
officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may
appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The
corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation.
The signature of any such officer and the corporate seal may be printed by facsimile.
This Power of Attorney is signed by Larry Kasten,Vice President,who has been authorized pursuant to the above Bylaw to execute power
of attorneys on behalf of Western Surety Company.
This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic-formatted corporate seal under and
by the authority of the following Resolution adopted by th'e Board of Directors of the Company by unanimous written consent dated the 27th
day of April,2022:
"RESOLVED:That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital
signatures and to ratify and confirm the use of a digital or otherwise electronic-formatted corporate seal,each to be considered the act
and deed of the Company."
EXHIBIT C
PREVAILING WAGE RATES
Special Wage Determination: Prevailing hourly rates of wages follow,as determined by the Division of
Labor Standards, Jefferson City, Missouri.
59
i _______.,„
.,.
..
Missouri
7 Division of Labor Standards
WAGE AND HOUR SECTION
OF TFtE_ s >,
h r ' art i O
F.
',It.A
MICHAEL L. PARSON, Governor
Annual Wage Order No . 30
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
Todd Smith. Director
Division of Labor Standards
Filed With Secretary of State. March 10, 2023
i
Last Date Objections May Be Filed: April 10, 2023
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 $68 54
Boilermaker $33.80*
Bricklayer $60 87
Carpenter $61.62
Lather
Linoleum Layer
Millwright
Pile Driver
Cement Mason $33.80*
Plasterer
Communications Technician $63.38
Electrician(Inside Wireman) $68.28
Electrician Outside Lineman $58.82
Lineman Operator
Lineman-Tree Trimmer
Groundman
Groundman-Tree Trimmer
Elevator Constructor $33.80*
Glazier $33.80*
Ironworker $67.98
Laborer $48.19
General Laborer
First Semi-Skilled
Second Semi-Skilled
Mason $54.59
Marble Mason
Marble Finisher
Terrazzo Worker
Terrazzo Finisher
Tile Setter
Tile Finisher
Operating Engineer $61.68
Group I
Group II
Group III
Group III-A
Group IV
Group V
Painter $53.97
Plumber $74 61
Pipe Fitter
Roofer $58 79
Sheet Metal Worker $72.86
Sprinkler Fitter $66 39
Truck Driver $33.80*
Truck Control Service Driver
Group I
Group II
Group III
Group IV
*The Division of Labor Standards received fewer than 1,000 reportable hours for this occupational title The 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 bene'it amounts for each occupational title as defined in RSMO Section 290 210
ANNUAL WAGE ORDER NO 30 6/27123
Heavy Construction Rates for Section 083
PLATTE County
**Prevailing
OCCUPATIONAL TITLE Hourly
Rate
Carpenter $61.99
Millwright
Pile Driver
Electrician (Outside Lineman) $58.82
Lineman Operator
Lineman - Tree Trimmer
Groundman
Groundman -Tree Trimmer
Laborer $49.79
General Laborer
Skilled Laborer
Operating Engineer $58.57
Group I
Group II
Group III
Group IV
Truck Driver $51.31
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 fewer 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. 30 3/23
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(11/2) 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. 30 3/23
EXHIBIT D
Time for Completion
SOCCER ROAD & PARKING LOT (Project No. 624-023)
Time for Completion: 60 Calendar Days from Notice to Proceed
60
EXHIBIT E
SCOPE OF WORK for
SOCCER ROAD & PARKING LOT (Project No. 624-023)
Contractor shall perform the following Work as more fully set forth in the Contract Documents:
All Work necessary to construct the SOCCER ROAD AND PARKING LOT as shown on and in
accordance with the Technical Specifications and/or Drawings referred to in Exhibit F to the Agreement.
The Work in the Project shall include but is not limited to the following:
• Site Preparation
• Construction Staking
• Erosion Control
• Earthwork
• Stabilized Subgrade
• Asphalt Paving
• Concrete Paving
• Lighting and electrical
• Site Restoration, Seeding and Planting
Contractor to provide all equipment, labor, and material necessary to perform the Project construction
and related work as shown in the Contract Documents. The Work includes, but is not limited to, the
following:
1. Schedule and Coordinate all necessary inspections.
2. Contractor shall coordinate with all utilities prior to the work starting, including contacting
underground locator services.
3. Include all temporary utility fees and permits.
4. Include 3rd party Special Inspections as required to demonstrate compliance with project
specifications, including but not limited to compaction and material testing. Proof rolls shall be
coordinated with City Engineer, Travis Hoover.
5. Include all surveying, layout and field engineering required for the performance of this work.
6. Provide digital photographs of the preconstruction, construction, and post construction site (see
Article IV Progress of Work/Submittals(F) for specifics)
7. Provide all weather provisions to meet the schedule set forth in the contract documents.
8. Provide clean up associated with the contractors work. Site is to remain free of debris during the
construction process.
9. Provide all traffic control as required throughout the construction process.
61
EXHIBIT F
TECHNICAL SPECIFICATIONS
SOCCER ROAD & PARKING LOT (Project No. 624-023)
The following Specifications govern Contractor's performance of the Work:
ENUMERATION OF SPECIFICATIONS AND ADDENDA:
Following are the Specifications and Addenda governing the work, which form a part of this contract,
as set forth the Contract Documents:
SPECIFICATIONS:
Division 1 —General Requirements
Section Description
01015 CONTRACTOR USE OF PREMISES
01030 SPECIAL CONDITIONS
01040 COORDINATION
01051 CONSTRUCTION SURVEY AND STAKING
01060 STANDARD SPECIFICATIONS AND PLANS
01270 MEASUREMENT AND PAYMENT
01310 JOB SITE ADMINISTRATION
01320 CONSTRUCTION SCHEDULE
01330 SUBMITTALS
01410 TESTING LABORATORY SERVICES
01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE
01567 POLLUTION CONTROL
01570 TEMPORARY TRAFFIC CONTROL
01732 DEMOLITION AND SITE PREPARATION
Division 2—Site Work
Section Description
02230 CLEARING AND GRUBBING
02350 EROSION AND SEDIMENT CONTROL
02520 PORTLAND CEMENT CONCRETE PAVING
02820 SEEDING
02920 LANDSCAPE
ADDENDA:
No. Date _
62
EXHIBIT G
CITY OF
_ __ )k
RIVERSI
,a MISSOURI
Upstream from ordinary.
NOTICE TO PROCEED
DATE: 09/15/2023
PROJECT: SOCCER ROAD& PARKING LOT
PROJECT NO.: 624-023
RESO: (approved )
TO: Contractor:
(address)
You are hereby notified to commence work on or after the day of September, 2023 in accordance
with the Agreement dated September ,2023.
The date of substantial completion is 11/18/2023. The project shall be completed and ready for final
payment by 11/30/2023.
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 , 2023.
63
EXHIBIT H
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(ariversidemo.gov or by calling 816-372-9028)
CITY OF PAY APPLICATION NO.
RIVERS Date Prepared:
n'SSOuRi Project No.
City of Riverside Page Number:1 of
2950 NW Vivian Road Project Name N of Pgs Attached:
Riverside Missouri,64150
A Original Contract Amount: F Value of Work to Date: $ - Momscheow.or values roue or amtcomoieua•.o Dare,
B Net change by Change Orders: G Value of Completed to Date: $ - (-F a D)
C Present Contract Amount(tine t./-Line 2) $
D Value of Stored Materials to Date: $ - H Net Amount: $ - (_G-E)
E Percent Retainage: $ - I Less Previous Payments: $ - paw plait preoous pay apes/prints)
Amount Due this Application: $ -
K Balance to Finish Project,Including Retainage $ - (aC-I-1)
%Protect Complete to Dater StDIV/0!
CONTRACTOR'S Certification for payment
The undersigned CONTRACTOR certifies that it)an previous ON-SITE PROJECT Manager:
progress payments received from OWNER.on account of Work Construction Manager:
done under the Contract referred to atone nave teen applied to
discharge in full at obligations of CONTRACTOR incurred:n ENGINEER'S Certification for Payment Name Pruned.
icnnecton wan Wok covered by current and prior Applications In accordance won the Contract Documents based on of-site
We Payments(2)tee to all Work materials and equipment observations and the data composing Ins appibalwn tie Signed
Incorporated in sad Work or othennse Infect in or covered by this Engineer certines to the Owner Plat to Ine best of tee
Application for Payment wit!pass to Owner at tone of payment Engineers knowledge information and teller the tOOT na, Date
free and tear of all liens cleans security interest and progressed as irdaated the quality of the Wok s
n encumbrances(except such as are covered by Bad acceptable accordance arts the Contract Documents and the
to OWNER indemnifying OWNER against any Soto hen craim Contractor s enbted to payment of the AMOUNT
security interest or encumbrance)and(3)all Work covered oy CERTIFIED S
!ha Appinahon Tor Payment is-n accordance well me Contract CITY OF RIVERSIDE.MO
kxuments
Engineer: City Engineer,
Conctractor: Name Pnnted. Trans Hoover Signed Date
Name Purged.
Signed City Administrator:
Signed Date Brian Korai signed Date
Date
Phone No. Address:
Address:
64
EXHIBIT I
CHANGE ORDER
(Contact Capital Projects and Parks Manager,Noel Bennion with the City of Riverside for an
electronic version nbennion(a,riversidemo.gov or by calling 816-372-9028)
CITY Or CHANGE ORDER NO. Pete Prepared
RIVERS!
Contractor Name:
Protect Name: Page Number t Of
Protect Number. _ a of Pgs Attached:
Contract Date: The following changes to the original contract amount were required to cover cost incurred
Protect Location: Riverside.Missoun by the Contractor or to reflect savings realized by the Contractor as a result of a change in
the actual constructed quantities from the estimated quantities shown on the Bid Proposal.
REQUIRED ORANGES IN PRESENT CONTRACT
Contract or Contract or Contrail or New or New or New or
Line Rem No Previous Previous Previous UOR kern Description et Reason nor Change 21OrderUnkePleaseoescnbe hem below and then follow with reason for
Change Order)1)Requested by City 2)Unknown Site Com:Pons 3)Not incorporated in plans/specs
Adjusted Adjusted Adjusted
Ouandty Unti Price Amount Quantity Unit Price Amount
S0.00 SO 00
SO 00 S0 00
SO 00 S0 00
$0.00 SO 00
S0.00 SO 00
$0.00 S0 00
Previous Total S0.00 Adjusted Total SO 00
Net Change S0 00
Statement of Coeeract
Original Contract Amount S0 00
Net Amount of Previous Additions and Deductions SO 00
Net Contract Amount Prior to This Request SO 00
Amount of This Request S0 00
New Contract Amount $0 00
Percent Change in Contract Amount a #DIViO!
DESIGN ENGINEER: CITY OF RIVERSIDE,MISSOURI:
c.o City Engineer:
•
Name Prs-ar Travis Hoover Svarwd Di1e
erg ed City Administrator:
�..._.
pee Brian Korai s4ved D"•
CONTRACTOR: ON-SITE PROJECT MANAGER:
CONTRACTOR'S Certification for Change Order: ON-SITE PROJECT MANAGER Certification for Change Order
The undersened CONTRACTOR cemfies Mat el changes n eccordance we,the Contract Documents,are on-tie observebons.and
descried above are necessary n order for the CONTRACTOR to the data congeug Me Grange order.the on-sea scope meager certfes
proceed wen esewbon of Me contract documents and that lire to the ow Ter twig Me Peal of the on-see props menagere knowkdge
values stated above are correct wen respect to the work nfomeWn end belief the above referenced changes are necessary r order to
antceated under the change order proceed wet the execution of the contract documents,end that the values
Stated above are cored wen respect to the won antcgted under the change order
Carvanv ... Come.,
Narre Prrsed. Naar Passed
`+grad Signed
Date Date:
65
CITY OF EXHIBIT J
RIVERS
MISSOURI Certificate of Substantial Completion
(to be completed after substantial completion of the project)
Project Name: SOCCER ROAD& PARKING LOT Project#: 624-023
Requestor of Project: City of Riverside
This [tentative] [definite' Certificate of Substantial Completion applies to:
0 All Work under the Contract Documents: ❑ I he 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:
66
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
67
EXHIBIT K
AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW
(to be completed at conclusion of project)
I, ,upon being duly sworn upon my oath state that:
(1)I am the of ;
(2)all requirements of Section 290.210 to 290.340.RSMo,pertaining to the payment of wages to workers
employed on public works projects have been fully satisfied with regard to this Contractor's work on SOCCER
ROAD& PARKING LOT(Project No.624-023);
(3) I have reviewed and am familiar with the labor standards provisions and prevailing wage rules
established by the Missouri Department of Labor and Industrial Relations Division of Labor Standards;
(4) based upon my knowledge of these rules, including all occupational titles set out in the applicable
regulations, I have completed full and accurate records clearly indicating:
(a)the names,occupations,and crafts of every worker employed by this Company in connection with this
Project together with an accurate record of the number of hours worked by each worker and the actual
wages paid for each class or type of work performed,
(b)the payroll deductions that have been made for each worker,and
(c)the amounts paid to provide fringe benefits,if any, for each worker;
(5)the amounts paid to provide fringe benefits,if any,were irrevocable paid to a trustee or to a third party
pursuant to a fund,plan,or program on behalf of the workers;
(6)these payroll records are kept and have been provided for inspection to the authorized representative
of the City of Riverside and will be available,as often as may be necessary,to such City and such other regulatory
agencies as may be deemed necessary;
(7)such records shall not be destroyed or removed from the State of Missouri for one(1)year following
the completion of Contractor's work on this Project;
(8)when in effect,the requirements of Sections 290.550 through 290.580 RSMo.Pertaining to excessive
unemployment were fully satisfied;and
(9)there has been no exception to the full and complete compliance with the provisions and requirements
of the wage orders applicable to the Agreement and Contract Documents.
The matters stated herein are true to the best of my information, knowledge, and belief. I acknowledge
that the falsification of any information set out herein may subject me to criminal prosecution.
Contractor Signature
Printed Name
Subscribed and sworn to me this day of , 20
Notary Public
My Commission expires:
68
EXHIBIT L
ANTI-DISCRIMINATION AGAINST ISRAEL ACT CERTIFICATION
Pursuant to RSMo. §34.600,a public entity shall not enter into a contract to acquire or dispose of services,
supplies,information technology,or construction valued at$100,000,or with a contractor having ten or more
employees,unless the contract includes a written certification that the person or company is not currently
engaged in,and shall not,for the duration of the contract,engage in a boycott of:
Goods or services from the State of Israel;
Companies doing business in,or with, Israel
Companies authorized by,licensed by,or organized under,the laws of the State of Israel;or
Persons or entities doing business in the State of Israel.
For a definition of the term"boycott",please refer to RSMo. §34.600.3.
By signing below,the entity agrees and certifies that it does not currently,and will not for the duration of this
contract,engage in any of the types of boycotts listed above.
Contractor:
By:
Name:
Title:
69
EXHIBIT M
CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
(to be completed at conclusion of project)
SOCCER ROAD & PARKING LOT (Project No. 624-023)
STATE OF )
) SS:
COUNTY OF )
The Undersigned, of lawful age, being first duly sworn,states under oath
as follows:
1. I am the of who is the
general CONTRACTOR on the above referenced project.
2. All payrolls,material bills,use of equipment and other indebtedness connected with the Work for this Project have
been paid and all Claims of whatever nature have been satisfied,as required by the Contract.
3. ( ) Prevailing wage does not apply;or
( ) All provisions and requirements set forth in Chapter 290, Section 290.210 through and including 290.340,
Missouri Revised Statutes,pertaining to the payment of wages to workmen employed on public works projects
have been fully satisfied and there has been no exception to the full and complete compliance with these
provisions and requirements and the Annual Wage Order contained in the Contract in carrying out the Contract
and Work. CONTRACTOR has fully complied with the requirements of the prevailing wage law as required
in the Contract and has attached affidavits from all Subcontractors on this Project,regardless of tier,affirming
compliance with the prevailing wage law as stipulated in the Contract.
4. CONTRACTOR certifies that each Subcontractor has received full payment for its respective work in connection
with the Contract.
5. This affidavit is made in behalf of the CONTRACTOR for the purpose of securing from the City of Riverside,
Missouri,the certification of completion of the Project and receiving payment therefore.
CONTRACTOR
By
Title
On this day of , 20 before me appeared
, to me personally known to be the
of , and who
executed the foregoing instrument and acknowledged that (s)he executed the same on behalf of
as its free act and deed.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal on the day and year first
above written.
My commission expires: Notary Public
70
EXHIBIT N
SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT
(to be completed at conclusion of project)
SOCCER ROAD & PARKING LOT (Project No. 624-023)
STATE OF )
) SS:
COUNTY OF )
After being duly sworn the person whose name and signature appears below hereby states under penalty of perjury that:
1. I am the duly authorized officer of the business indicated below (hereinafter Subcontractor)and I make this affidavit on
behalf of Subcontractor in accordance with the requirements set forth in Section 290.290, RSMo. Subcontractor has
completed all of the Work required under the terms and conditions of a subcontract as follows:
Subcontract with: ,Contractor
Work Performed:
Total Dollar Amount of Subcontract and all Change Orders:$
2. Subcontractor fully complied with the provisions and requirements of the Missouri Prevailing Wage Law set forth in
Sections 290.210,RSMo through 290.340,RSMo.
Business Entity Type: Subcontractor's Legal Name and Address
( )Missouri Corporation
( )Foreign Corporation
( )Fictitious Name Corporation
( )Sole Proprietor
( )Limited Liability Company Phone No.
( )Partnership Fax:
( )Joint Venture E:mail:
( )Other(Specify) Federal ID No.
I hereby certify that I have the authority to execute this affidavit on behalf of Subcontractor.
By:
(Signature) (Print Name)
(Title) (Date)
NOTARY
Subscribed and sworn to before me this day of ,20
My Commission Expires:
(Signature)
71
EXHIBIT 0
ENGINEER/CONSULTANT'S CERTIFICATION
For Acceptance and Final Payment
(to be completed at conclusion of project)
City of Riverside,Missouri
Project Name: SOCCER ROAD & PARKING LOT
Project No: 624-023
Contractor:
Contract Date:
Date of Completion and Acceptance:
The Contractor has notified me that he has completed all work in accordance with the Contract Documents
and that it is functioning properly.
I hereby certify that a final inspection of all work under the Contract Documents was conducted by me
and to the best of my knowledge;the work has been completed in accordance with the drawings and specifications
and is functioning properly.
I have approved all payment estimates, and prepared and received approval of all change orders. I have
received the required certifications; instructions for operating the equipment, manuals, and other documents that
are applicable to this project from the Contractor and have delivered them to the City.
The City is now responsible for the security, operation, safety, maintenance, and insurance as applicable
to the project. The Contractor will warranty all specified work for a period of one(1)year(or a longer period if
governed by Missouri Statutes) from this date of completion. Notification has been given to the proper
Government agencies that the work is completed.
I recommend, under the provision of the Contract Documents that the Work be accepted and that final
payment be made.
Executed by the Engineer on this day of ,20 .
Signature:
(SEAL)
Typed Name:
cc: Contractor
72
DIVISION 1 - GENERAL REQUIREMENTS
73
01015 CONTRACTOR USE OF PREMISES
The Contractor shall confine all construction activities to the limits of the project right-of-way and
easements. Any additional easements and access to private property that are desired outside the project
limits are the responsibility of the Contractor.
If the Contractor desires access to private property that is outside the project limits, the Contractor shall
obtain a written agreement between the Property Owner and the Contractor and submit this written
agreement to the City prior to accessing the private property.
01030 SPECIAL CONDITIONS
A. Examination of the Site: Bidders may visit the site and inform themselves of all conditions
presently existing. Failure to visit the site will in no way relieve the successful bidder from the
necessity of furnishing all materials and performing all work required to complete the work in
accordance with the specifications.
B. Measurements: Any dimensions provided shall be verified by the Contractor. Any discrepancies
between the specifications and the existing conditions shall be referred to the Owner for
adjustment,before the work is performed.
C. Protection of Monuments: The Contractor must carefully preserve bench marks, references or
stakes and in case of willful or careless destruction, shall be charged with the resulting expense
and shall be responsible for any mistakes that may be caused by their unnecessary loss or
disturbance.
D. Breakage and Damage: The Contractor shall be responsible for any breakage, damage or other
injury to existing or new facilities caused directly or indirectly by the Contractor's operations
and shall replace, at Contractor's own expense, in a manner approved by the Owner any such
broken or damaged material.
E. Delivery of Materials: The delivery of all materials, equipment, and miscellaneous items
entering into the construction of the work is a part of this contract, including freight and hauling
charges both to and from transportation points. Payment of charges for the above items shall be
made by the Contractor. An amount covering all charges for freightage and delivery of items
shall be included as a part of the contract price and in no case will an extra be allowed for such
charges.
F. Storage of Materials: All materials delivered to the job shall be stored so as to keep them in first
class condition and free from deterioration or contamination.
G. Coordination: All contractors, subcontractors and trades shall cooperate in coordination of their
several works, but the principal responsibility for coordinating the project as a whole and the
operations of the contractors and subcontractors shall lie with the Prime Contractor.
H. Blasting: No blasting will be allowed on this project.
74
01040 COORDINATION:
A. All construction activities shall be coordinated with all utility owners and the City of Riverside.
Contractor shall be responsible for notifying all utility owners with facilities within the project
limits prior to construction so the utilities can be located and identified.
B. All construction activities shall be coordinated with adjacent property owners affected by
construction of the project to assure access to their properties. Driveways to adjacent properties
shall be accessible at the end of each working day.
C. The Contractor will be responsible for notifying the Resident Project Representative in writing
of the dates when construction will begin and end. The City will notify the school district, fire,
and police departments, and the local newspapers.
D. The Contractor shall be responsible for obtaining all necessary permits, and paying for any and
all inspection and permit fees as required by the City.
E. Project Coordination Meetings: In addition to the above said coordination responsibilities, the
Contractor shall attend construction progress meetings with the Resident Project Representative
on a monthly basis (at a minimum). Additional meetings may be held as needed. No direct
payment will be made for this item but shall be considered subsidiary to other bid items.
F. The Contractor shall coordinate his/her work to ensure that the Work is complete and to ensure
efficient and orderly sequence of installation of construction elements.
G. In the event certain parts of work are assigned to subcontractors,the Contractor shall be
responsible to ensure each subcontractor completes work and that all interfaces between trades
are properly addressed. All subcontractors shall also coordinate their work with the Owner
through the Contractor.
H. The Contractor is solely responsible for all Assignments of Work among subcontractors.
I. The Contractor shall be responsible for assigning and coordinating work and ensuring that
suppliers and installers are familiar with all requirements in Contract Documents relating to each
item of work, regardless of location of information in Contract Documents.
01051 CONSTRUCTION SURVEY AND STAKING
A. General: This item shall be provided by the Contractor.
01060 STANDARD SPECIFICATIONS AND PLANS
A. General: The work shall conform to the plans and contract specifications as outlined. In case of
conflict, the specifications listed in this document shall take precedence over those listed in the
stated Standard Specifications.
75
B. Standard Specifications: Except where noted otherwise, the work shall conform to the latest
edition of the Kansas City Metropolitan Chapter of APWA Standard Specifications and Design
Criteria, Division II (APWA Standard Specifications) available at the following website:
http://kcmetro.apwa.net/chapters/kcmetro/specifications.asp.
C. Standard Plans: The work shall conform to the latest edition of the Kansas City Metropolitan
Chapter of APWA Standard Plans when referenced in the construction documents. The
referenced APWA Standard Plans are available at the following website:
http://kcmetro.apwa.net/chapters/kcmetro/specifications.asp Other standard plans and
specifications may be referred to and therefore adopted into these specifications.
01270 MEASUREMENT AND PAYMENT
A. The quantities as given in the Bid Form are not guaranteed to be the exact or total quantities
required for the completion of the Work shown on the drawings and described in the
specifications. Increases or decreases may be made over or under the Bid Form estimated
quantities to provide for needs that are determined by the Owner during the process of the Work.
Contract unit prices shall apply to such increased or decreased quantities. The Bidder is warned
against unbalancing his bid, since the unit prices will apply to deductions as well as additions.
The Owner has the privilege of omitting or adding to any unit items in the Bid Form.
B. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise,
on account of any difference between the amounts of Work actually performed and materials
actually furnished and the estimated amounts thereof. The Owner will not pay for or be
responsible for unused materials which may have been ordered by the Contractor in accordance
with the estimated quantities listed in the Bid Form.
C. It is the intent of the Contract Documents that all costs in connection with the Work, including
furnishing of all materials, equipment, supplies and appurtenances; providing all construction
plant, equipment, and tools; and performing of all necessary labor to fully complete the Work,
shall be included in the unit and lump sum prices named in the Bid Form. No item of Work that
is required by the Contract Documents for the proper and successful completion of the Contract
will be paid for outside of or in addition to the prices submitted in the Bid Form. All Work not
specifically set forth in the Bid Form as a pay item shall be considered a subsidiary obligation of
the Contract, and all cost in connection therewith shall be included in the process named in the
Bid Form.
D. If item does not appear in the Bid Form, or if said item is a part of another item listed in the Bid
Form, it will not be measured for payment.
E. Whenever in the Bid Form there is a discrepancy between unit prices and extensions or totals,
the unit prices will govern, and the extensions or totals will be corrected accordingly.
F. Items for payment will be measured in accordance with the stipulations of these specifications
and as further shown on the drawings. Pay limits given are maximum, and where actual
quantities of work items are less than as computed by said pay limits,the Contractor will be paid
only for the actual quantities.
76
G. Payment will be made as the sum of the following:
1. Final authorized quantity of each item in the Bid Form multiplied by the contract
unit price therefore.
2. Lump sum payment for each item so listed in the Bid Form, at the contract lump
sum price therefore.
3. Any special payment or adjustment,plus or minus,as provided for in the Agreement.
01310 JOB SITE ADMINISTRATION
The Contractor,or a duly authorized representative to act for the Contractor, shall continually be
present at the site of the work,whenever construction activities are underway, for the duration of
this project.
B. The Contractor shall designate, in writing, the duly authorized representative(s) at the
preconstruction meeting. The duly authorized representative(s) will be the official liaison
between the Owner and Contractor regarding the signing of pay estimates, change orders,
workday reports and other forms necessary for communication and project status inquiries. Upon
project commencement, the Owner shall be notified, in writing, within five (5) working days of
any changes in the Contractor's representative(s).
01320 CONSTRUCTION SCHEDULE
A. General: The Contractor shall prepare and maintain a construction schedule for the duration of
the project.
B. Baseline Schedule:The Contractor shall prepare a baseline schedule to be presented to the Owner
for review at the pre-construction meeting. The baseline construction schedule shall be in a form
approved by the Owner and shall include at least the following information for each significant
work item during each phase of the project:
1. Beginning date of Project.
2. Ending date of Project.
3. Beginning Date of Each Phase.
4. Completion Date of Each Phase.
The Owner will review the proposed progress schedule,and may require the Contractor to revise
the same if, in the Owner's judgment, revisions are required to provide for completion of the
project within the Contract Time.
C. Schedule Updates: In addition to submitting a baseline project schedule, the Contractor shall
update the project schedule prior to each monthly construction progress meeting. The updated
schedule shall show the original baseline schedule, the actual work progress and the estimated
completion of each significant work item for each phase of the project. The updated schedule
shall be distributed to the City at each progress meeting.
77
D. Payment: No direct payment shall be made.
01330 SUBMITTALS
A. Shop Drawings: A minimum of two (2) copies each of manufacturer's shop drawings and data
sheets shall be submitted to the Owner indicating the necessary installation dimensions,weights,
materials and performance information.
The shop drawings shall be distributed as follows: One (1) copy for the City and one (1) copy
for the prime Contractor. The Contractor shall supply additional copies as necessary for any
subcontractors.
Submittals for equipment and materials shall include reference to indicate where it is to be used;
whether by tag number, specification paragraph, or description of use.
Approval of shop drawings will be for conformance with the design concept of the project and
for compliance with the information given in the Technical Specifications. The approval of a
separate item, as such, will not indicate approval of the assembly in which the item functions.
Submittals: Required submittals include but are not limited to the following:
1.1 Aggregate(other than those used in pavements or structures)
A.Gradation Test Results
B.Soundness Test Results
1.2 Fill Material
A. Source for Material
B. Moisture-Density Relationships
1.3 Concrete Mix Design(For Each Mix used on the Project)
A. Source of Materials
B. Concrete Manufacturer's Name
C. Testing Laboratory Name
D. Results of the Mix Design
1) Compressive Strength
2) Air Content
3) Slump
4) Cement Content
5) Water Content
6) Fine Aggregate
a)Gradation Test Results
b) Soundness Test Results
7) Coarse Aggregate
a)Gradation Test Results
b) Soundness Test Results
8) Additives as called for in plans or specifications
9) Certification of Reinforcing Steel
10) Certification of Fly Ash (if used)
78
1.4 Asphalt Mix Designs (for each mix used on the project)
A. Source of Materials
B. Asphalt Manufacturer's Name
C. Testing Laboratory Name
D. Results of the Mix Design
1. Marshall Characteristics, Marshall Characteristics, including all those
items listed under KCAPWA.
2. Asphalt Cement Content
3. Fine Aggregate
a) Gradation Test Results
b) Soundness Test Results
4. Coarse Aggregate
a) Gradation Test Results
b) Soundness Test Results
1.5 Soil-Fly Ash Mixture or approved equal
A. Fly ash material
B. For soil-fly ash mixture(with specified%of fly ash) for each different type of soil
anticipated to be used in the pavement subgrade stabilization:
C. ASTM D558 modified to a 2 hour delay. At each moisture content, strength testing
(ASTM D 1633)modified to curing sealed for 7 days at 100 degrees(F)shall be
performed.
1.6 Storm Sewer
A. Piping
2. Structures
a) Precast Shop Drawings
1.7 Pavement Marking Materials
A. Certification that all materials used are in compliance with specifications included
herein
1.8 Silt Fence
A. Manufacturer's information showing compliance with KCAPWA.
1.9 Utility Conduits
A. Certification that all materials used are in compliance with specifications included
herein.
01410 TESTING LABORATORY SERVICES
A. General: Work under this item shall consist of furnishing all materials, labor and equipment
necessary for a private testing laboratory to provide the material testing for items incorporated
into the project. The tests, frequency and reports required to confirm contract compliance shall
be as specified in the KCAPWA Standard Specifications unless otherwise noted below:
One copy of the test results shall be submitted to the Owner electronically within 24 hours of the
test completion.
The testing lab must be agreed upon by the Contractor and the Owner.
79
B. Payment: No direct payment shall be made. This item shall be considered subsidiary to the bid
items of the materials being tested.
01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE
A. General: The Contractor shall make his own arrangements for material and equipment storage
areas and non-soil waste area.
The Contractor shall keep the site clean and free of all refuse,rubbish, scrap materials,and debris
as a result of construction activities so that at all times the site of the work shall present a neat,
orderly and workmanlike appearance. This includes the removal of earth and debris from streets
and roads that resulted from the Contractor's activity. The Contractor shall restore the site of
work and adjacent disturbed areas to the condition existing before work began as a minimum.
B. Payment: No direct payment shall be made. This item shall be considered subsidiary. to the bid
item, "Mobilization".
01567 POLLUTION CONTROL
No open burning will be permitted. See Section 2150 of KCAPWA for erosion and sediment
control, Section 2400 of KCAPWA for seeding/sodding.
Contractor is responsible for maintaining and updating site specific Stormwater Pollution
Prevention Plan. See attached.
01570 TEMPORARY TRAFFIC CONTROL
A. General: Temporary traffic control on this project shall be done in accordance with Section 616
and all referenced sections of the Missouri Standard Specifications for Highway Construction
(current edition)as published by the Missouri Highways and Transportation Commission.
This section shall cover all temporary traffic control devices as detailed on the plans or as directed
by the Owner in charge of construction.
B. Temporary Traffic Control Devices: All temporary traffic control devices shall be in
conformance with "Part 6 of the Manual on Uniform Traffic Control Devices (MUTCD),"
Current Edition and its latest revisions.
C. Payment: No direct payment shall be made.
01732 DEMOLITION & SITE PREPARATION
A. General: This item includes,but is not limited to,the removal and disposal of landscaping items,
signs, fences, pipes, existing storm sewers, end sections and appurtenances, and all other items
80
designated for removal in the plans or as directed by the City Engineer. All items that are inside
the construction limits, including those not listed or shown on the plans, shall be included in this
item. Demolition shall be done in accordance with Section 2101 of the APWA Standard
Specifications.
1. Sawcut Existing Pavement Full Depth: Where portions of the existing pavement are to
be removed, the existing pavement shall be cut with a concrete saw to full depth. If the
remaining pavement is chipped or cracked during sawing and removal, it shall be re-
sawed behind the limits of the chip or crack. No additional payment will be made for the
replacement of pavement damaged during construction other than that shown on the
plans.
B. Workmanship: All removals, except for suitably sized broken pavement, shall be properly
discarded off the project limits and shall not be re-used or used as an embankment material
within the project limits.
C. Payment: Payment will be made per acre as listed on the bid form.
81
DIVISION 2 - SITEWORK
82
02230 CLEARING AND GRUBBING
A. General: Clearing and grubbing shall be done in accordance with Section 2101 of the KCAPWA
Standard Specifications.
B. Payment: No direct payment will be made and shall be considered Subsidiary to"Demolition
and Site Preparation".
02350 EROSION AND SEDIMENT CONTROL
A. General: Erosion and sediment control shall be in accordance with KCAPWA Standard
Specifications Section 2150.
1. The Contractor is responsible for providing sufficient control of sediment and erosion to
prevent migration of sediment off the construction site throughout the duration of the
project.
2. All sediment escaping the project site and entering the downstream ditches shall be
removed immediately at the expense of the Contractor. If the existing vegetation is
damaged by the sediment,or by the removal of the sediment, it shall be replaced with like
vegetation at the expense of the Contractor.
B. Payment: Payment for sediment fence will be by lineal foot.
02520 - PORTLAND CEMENT CONCRETE PAVING
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Concrete curb and gutter, flatwork and driveways.
1.2 UNIT PRICE - MEASUREMENT AND PAYMENT
A. Concrete Curb and Gutter:
1. Basis of Measurement: By the lineal foot.
2. Basis of Payment: Includes all labor,equipment and materials necessary for mix design,
supplying to site, testing, forming, placement, curing, protection, joint sealing and
backfilling.
B. Concrete Flatwork:
1. Basis of Measurement: By the square yard.
2. Basis of Payment: Includes all labor, equipment and materials necessary for mix design,
supplying to the site, testing, forming, placement, curing, protection,joint sealing and
backfilling.
1.3 MIX DESIGN
83
A. The material shall be in accordance with the Kansas City Metro Materials Board,
KCMMB4K design mix.
1.4 REFERENCES
A. Division II, Construction and Materials Specifications for Paving, Section 2200, and Incidental
Construction, Section 2300, Kansas City Metropolitan Chapter of the American Public Works
Association Standard Specifications (Current Edition) together with all additions, deletions and
changes prescribed by the City of Riverside, Missouri,one copy of which shall be kept on site at
all times.
1.5 SUBMITTALS
A. Submit under provisions set forth in General and Special Conditions and Division 1 of these
specifications.
B. Product Data: Provide data on mix design,joint filler, admixtures, and curing compounds.
1.6 QUALITY ASSURANCE
A. The Contractor is responsible for placing concrete when conditions are conducive to proper
curing.
A. Perform work in accordance with KCAPWA Standard Specifications and the requirements of the
City of Riverside, Missouri.
C. Obtain materials from same source throughout.
PART 2 EXECUTION
2.1 EXAMINATION
A. Verify that subgrade is compacted as specified in Section 02300, Earthwork and ready to
support paving and imposed loads. City Engineer shall approve all subgrade.
2.2 PREPARATION
A. Moisten base to minimize absorption of water from fresh concrete.
B. Verify that manholes, inlets or any other structures have been brought to the proper elevation,
grade and alignment prior to placing concrete. Coat surfaces of manholes, curb inlets, existing
structures and frames with oil to prevent bonding with concrete.
C. Notify City a minimum of 24 hours prior to commencement of concreting operations.
2.3 CLEANUP
84
A. The Contractor shall be responsible for removal from the site of excess concrete, rock, dirt,
debris and any broken concrete. Clean up shall take place as work progresses.
B. Contractor shall be responsible for the repair of any existing pavement, curb, sidewalk or
driveway damaged or disturbed during construction to the satisfaction of the City.
END OF SECTION 02520
02820 SEEDING
A. General: Contractor shall seed all disturbed areas in accordance with APWA Standard
Specifications Section 2401.
B. Payment: Lump sum payment will be made.
02920 LANDSCAPE
A. General: Trees, shrubs and ornamental grasses shall be planted according to the attached
drawings.
B. Payment: Payment will be made per each.
85
d
NOTE: DECIDUOUS & CONIFEROUS 'mil
TREES 3 1/2" CAL. & LARGER 1 x PRUNE BROKEN BRANCHES
SHALL BE GUYED. TREES 4/,
/ AS NECESSARY MAX. 1/3
UNDER 3 1/2" CAL. SHALL BE 1
STAKED. /// .
1.
` �vAv..
+ h1r NYLON STRAP
O 1.L �`r, y TREATED CREPE TREE WRAP
f' ` ��V
(CONTRACTOR'S OPTION)
�_; STEEL FENCE POSTS
d W. OR 2"X2" WOOD STAKES
(3) REVD. PER TREE
NYLON STAP W/FLAGGING it, ' PLACE IN UNDISTURBED SOIL
PLANT WITH TOP OF BALL FLUSH
4" EARTH SAUCER OR 1"-2" ABOVE FINISHED GRADE.
TRUNK FLARE MUST BE VISIBLE.
la •, roil
DO NOT PLACE SOIL ON TOP OF BALL.
1, 3" HARDWOOD MULCH (SETTLED DEPTH)
FINISHED GRADE SOIL MIX
1/2 EXISTING SOIL, 1/2 TOPSOIL
SCARIFY SOIL ON SIDES `& BOTTOM OF PIT _� _ 'IX =3/s/•• nE= �` _�•
5 x '_� = m0.
In \ HI'III. Ic
DUCKBILL DEADMAN OR °- ��
ACCEPTABLE EQUIVALENT -�n it s�_� , �L�
(3) REO'D. PER TREE III�„ n
0I1-14-n=
PLACE ROOTBALL ON UNEXCAVATED OR REMOVE BURLAP & ROPE FROM
COMPACTED SETTING BED. EXCAVATE
DEEPER AROUND PERIMETER. 2 to 3 x ROOT BALL TOP 1/3 OF ROOT BALL AND
REMOVE ALL WIRE.
TREE PLANTING
NOT TO SCALE
TREE PLANTING DETAIL Drawing: Tree
KC Current East Parking By: VSR
VSR DESIGN Date: 7/31/23
.4". % OW .
0 Ir`k�[IL
♦~ ",/- -�•�
S EAR �i� S 3" MULCH (SETTLED DEPTH)
SAUCER �; f-I �'I M 0
d411� ,.x 1:=11=
1-11-11-11=11=11 WOO;
; -11=tf-U:-11-I
-11=2' MINIMUM =1i- If Il
11ii IIIIII'll
11 -tl II " x 11 11=
II;�III—Ir-11 /'; "Sk\ .Ir.,,.IL�,.ir''' BACKFILL MIX
=1 U-
2x-3x WIDTH OF ROOTBALL
IF SHRUB IS B&B, REMOVE
BURLAP AND ROPE FROM UNDISTURBED SUBSOIL
TOP 1/3 OF BALL ALL OF
STEEL BASKET.
SHRUB PLANTING
SHRUB / ORNAMENTAL GRASS
PLANTING DETAIL Drawing: Shrub
KC Current East Parking By. VSR
Date: 7/31/23
VSR DESIGN
STORM WATER POLLUTION
PREVENTION PLAN
For
CITY OF RIVERSIDE, MISSOURI
CONSTRUCTION ACTIVITIES
At
SOCCER ROAD &
PARKING LOT
Prepared by:
City of Riverside
2950 NW Vivion Road
Riverside, MO 64150
Ms. Noel Bennion
Capital Projects & Parks Manager
August 2023
TABLE OF CONTENTS
SECTION 1
Owner's Certification and Delegation
Contractor's Certification and Delegation
Sub-Contractor Certifications
SECTION 2
Storm Water Pollution Prevention Plan(SWPPP)
SECTION 3
Inspection Report Form
Record of Stabilization and Major Activities Form
SWPPP Modification Report Form
Project Rainfall Log Form
SECTION 4
Final Stabilization Certification Checklist and Contractor's Certification
SECTION 5
Attachments
Record Keeping Documentation of the SWPPP
SECTION 1
Owner's Certification and Delegation
Contractor's Certification and Delegation
Sub-Contractor Certifications
STORM WATER POLLUTION PREVENTION PLAN
Line Creek Trail Connector
City of Riverside
2950 NW Vivion Rd
Riverside,MO 64150
OWNER'S CERTIFICATION and DELEGATION
I certify under penalty of law, that this document and all attachments were prepared under my
direction or supervision in accordance with a system designed to assure that qualified personnel
properly gathered and evaluated the information submitted. Based on my inquiry of the person or
persons who manage the system, or those persons directly responsible for gathering the
information submitted is, to the best of my knowledge and belief,true, accurate, and complete.
Project Owner: City of Riverside
Authorized Representative: Travis Hoover
Title: City Engineer
Address: 2950 NW Vivion Road, Riverside,MO 64150
Signature, Date:
As Project Owner, I have delegated the following individual to monitor Storm Water Prevention
Plan(SWPPP)compliance:
Owner Representative:Travis Hoover
Title:City Engineer
Signature,Date:
Phone: 816-741-3993
STORM WATER POLLUTION PREVENTION PLAN
Line Creek Trail Connector
City of Riverside
2950 NW Vivion Rd
Riverside,MO 64150
CONTRACTOR'S CERTIFICATION and DELEGATION
I certify under penalty of law, that I understand the terms and conditions of the National Pollutant
Discharge Elimination System (NPDES) Construction General Permit (CGP) that authorizes the
storm water discharges associated with industrial activity from the construction site identified as
part of this Certification. I understand that I am legally required under the Clean Water Act, to
ensure compliance with the terms and conditions of NPDES storm water CGP and this Storm
Water Pollution Prevention Plan (SWPPP).
I understand that I am fully responsible for all subcontractors who perform work activities on the
construction site,to comply with all provisions and requirements of the NPDES storm water CGP
and this SWPPP.
Contractor:
Authorized Representative:
Title:
Address:
Signature,Date:
As Contractor, I have delegated SWPPP compliance and inspection responsibilities to the
following individual for the duration of construction activities for which this company is under
contract with this project.
Contractor SWPPP Representative:
Title:
Signature,Date:
Phone:
STORM WATER POLLUTION PREVENTION PLAN
Line Creek Trail Connector
City of Riverside
2950 NW Vivion Rd
Riverside,MO 64150
SUB-CONTRACTOR CERTIFICATION
I certify under penalty of law, that I understand the terms and conditions of the National Pollutant
Discharge Elimination System (NPDES) Construction General Permit (CGP) that authorizes the
storm water discharges associated with industrial activity from the construction site identified as
part of this Certification. I understand that I am legally required under the Clean Water Act, to
ensure compliance with the terms and conditions of NPDES storm water CGP and this Storm
Water Pollution Prevention Plan (SWPPP).
Contractor:
Sub-Contractor:
Authorized Representative:
Title:
Signature, Date:
Phone:
Sub-Contractor:
Authorized Representative:
Title:
Signature, Date:
Phone:
Sub-Contractor:
Authorized Representative:
Title:
Signature, Date:
Phone:
SECTION 2
Storm Water Pollution Prevention Plan (SWPPP)
STORM WATER POLLUTION PREVENTION PLAN
PROJECT AND SITE DESCRIPTION:
PROJECT NAME AND LOCATION
SOCCER ROAD & PARKING LOT
From existing road east of Pitch 7 and east of planned parking lot
Total Site Area: approx. 5 Acres Estimated Disturbed Area: 5 Acres
OWNER'S NAME AND ADDRESS
City of Riverside
2950 NW Vivion Road,Riverside, MO 64150
DESCRIPTION
This project will consist of the construction ofthe SOCCER ROAD& PARKING
LOT.Soil disturbing activities will primarily include:
1. Full depth construction of a road and parking lot.
2. Site grading.
The estimated completion date of the construction project is November 2023.
SOILS,AND RAINFALL INFORMATION
The site consists of soils that are classified by the USDA Soil Conservation Service
as approximately 38.7% Waldron Silty Clay Loam, 0-2% slopes and 61.3% Leda
Silty Clay, 0-2% slopes. The soils are listed as"occasionally flooded." See NRCS
Soil Map for spatial distribution of soils on the site.
The site is in Platte County, which typically receive 38 to 42 inches of rainfall
annually with the highest amounts of rainfall received in the months of May through
July.
NAME OF RECEIVING WATERS
Runoff from the project site is discharged by sheet flow to canals and ponds that
drain into the Missouri River, which ultimately flows into the Gulf of Mexico
through the Mississippi River.
STORM WATER POLLUTION PREVENTION PLAN
CONTROLS:
EROSION AND SEDIMENT CONTROLS
1. Stabilization Practices
Stabilization practices for this site include:
A. Land clearing activities shall be done only in areas where earthwork will be
performed and shall progress as earthwork is needed.
B. Frequent watering of disturbed areas to minimize dust during construction.
C. Installation of interim Best Management Practices(BMPs)to reduce overland
flow lengths.
D. Permanent seeding will be placed on disturbed areas when earthwork is
completed.
2. Structural Practices
Structural practices for this site include but are not limited to the following range
of BMPs. Construction details of BMPs shall follow KCAPWA:
A. Sediment Fence.
3. Sequence of Major Activities
The Contractor will be responsible for implementing the following erosion control
and storm water management control structures. All structural practices shall be
maintained through the course of the construction and shall be sequenced according
to activities in the field. The Contractor may designate these tasks to certain
subcontractors as he sees fit, but the ultimate responsibility for implementing these
controls and ensuring their proper functioning remains with the Contractor. The
order of activities will be as follows and shall be documented on the Record of
Stabilization and Construction Activities Form:
A. Install perimeter silt fences and other BMPs.
B. Perform grading
C. Frequent watering of the disturbed areas to minimize dust.
D. Disturbed areas of the site where construction activity has ceased for more than
14 days shall be stabilized.
E. Install BMPs at the locations of all area inlets and curb inlets.
F. Carry out final grading,paving and permanent seeding.
G. Remove BMPs only after all paving is complete and exposed surfaces are
stabilized.
STORM WATER POLLUTION PREVENTION PLAN
OTHER CONTROLS:
Management of materials and practices, outside of soil disturbing activities, shall be the
responsibility of the Contractor.Such activities shall include,but not be limited to,the items shown
below.
I. Waste Disposal
All waste materials will be regularly removed from the construction site.No construction
waste materials will be buried onsite.
2. Sanitary Waste
All sanitary waste will be collected from the portable units on a frequent, periodical basis
by a licensed sanitary waste management contractor.
3. Concrete Waste from Concrete Trucks
Excess concrete and concrete wash water shall be returned to the concrete plant or
deposited at a designated containment area on site,constructed in a manner to prevent run-
off from entering the street, storm water drainage systems or waterways. Wash water may
not be deposited in streets, curbs, gutters, storm drains,or waterways.
4. Hazardous Substances and Hazardous Waste
All hazardous waste materials will be disposed of in the manner specified by local or
state regulation or by the manufacturer.The contractor's site personnel will be instructed
in these practices and the contractor's Site Manager will be responsible for seeing that
these practices are followed.
STORM WATER POLLUTION PREVENTION PLAN
MAINTENANCE/INSPECTION PROCEDURES:
Erosion and Sediment Control and Stabilization Measures Maintenance and Inspection Practices
A. The following inspection and maintenance practices will be used to maintain erosion
and sediment controls and stabilization measures to be performed by the Contractor.
1. All control measures will be inspected at least every 14 days and within 24 hours
following a 0.5 inch or greater rainfall event.
2. All measures will be maintained in good working order; if repairs are found to be
necessary,they will be initiated within 24 hours of report.
3. Built-up sediment will be removed from sediment logs as required by manufacturer
and to maintain grade.
4. The sediment basin, if present,will be inspected for depth of sediment,and built-up
sediment will be removed when it reaches 10 percent of the design capacity.
5. Temporary and permanent seeding and all other stabilization measures will be
inspected for bare spots, washouts, and healthy growth.
6. A maintenance inspection report will be made after each inspection. Copies of the
Inspection Report Forms to be completed by the inspector are included in this
SWPPP under SECTION 4.
7. The Contractor will be responsible for selecting and training the individuals who
will be responsible for these inspections, maintenance, and repair activities, and
filling out inspection and maintenance reports.
8. Personnel selected for the inspection and maintenance responsibilities will receive
training from the Contractor. Documentation of this personnel training will be kept
in the Contractor's SWPPP Folder.
9. Disturbed areas and materials storage areas will be inspected for evidence of or
potential for pollutants entering storm water systems.
10. Report to U.S. Environmental Protection Agency within 24 hours any
noncompliance with the SWPPP that will endanger public health or the
environment.
Inspection and Maintenance Report Forms
These Inspection Report Forms shall be readily accessible to governmental inspection
officials and the Owner for review upon request. Copies of the reports shall be provided to
any of these persons, upon request, via mail or facsimile transmission. Inspection and
maintenance report forms are to be maintained by the permittee for five years following
the final stabilization of the site.
Other Record-Keeping Requirements
The Contractor shall provide copies of the completed forms and any reports filed with
regulatory agencies if reportable quantities of hazardous materials are spilled.
STORM WATER POLLUTION PREVENTION PLAN
SUMMARY OF EROSION AND SEDIMENT CONTROL AND STABILIZATION
MEASURES MAINTENANCE/INSPECTION PROCEDURES
All control measures will be inspected at least every 14 days and within 24 hours
following a rainfall event of 0.5 inches or greater.
❑ All measures will be maintained in good working order; if a repair is necessary, it
will be initiated within 24 hours of report.
❑ Built-up sediment will be removed from silt fences when it has reached one-third
the height of the fence.
El Sediment fence will be inspected and maintained. Sediment fence shall be securely
attached to the ground and installed per KCAPWA standards.
❑ Sediment basins, if present, will be inspected for depth of sediment, and built-up
sediment will be removed when it reaches 10%of the design capacity or at the end
of the job.
❑ Diversion dikes, if present,will be inspected and any breaches promptly repaired.
❑ Temporary and permanent seeding and planting and other stabilization measures
will be inspected for bare spots, washouts, and healthy growth.
❑ A maintenance inspection report will be made after each inspection.A copy of the
Inspection Report Forms to be used is included in this SWPPP under SECTION 4.
❑ The Contractor will select the individuals who will be responsible for inspections,
maintenance, and repair activities, and filling out the inspection and maintenance
reports.
❑ Personnel selected for inspection and maintenance responsibilities will receive
training from the Contractor. They will be trained in all the inspection and
maintenance practices necessary for keeping the erosion and sediment controls used
onsite in good working order.
❑ Disturbed areas and materials storage areas will be inspected for evidence of or
potential for pollutants entering storm water systems.
❑ Report to U.S. Environmental Protection Agency within 24 hours any
noncompliance with the SWPPP that will endanger public health or the
environment. Follow up with a written report within 5 days of the noncompliance
event.
STORM WATER POLLUTION PREVENTION PLAN
CONSTRUCTION/IMPLEMENTATION CHECKLIST
1. Maintain Records of Construction Activities, including:
n Dates when major grading activities occur.
I I Dates when construction activities temporarily cease on a portion of the site.
n Dates when construction activities permanently cease on a portion of the site.
n Dates when stabilization measures are initiated on the site.
n Dates of rainfall and the amount of rainfall.
1 Dates and descriptions of the character and amount of any spills of hazardous
materials.
n Records of reports filed with regulatory agencies if reportable quantities of
hazardous materials spilled.
2. Prepare Inspection Reports summarizing:
❑ Name of inspector.
❑ Qualifications of inspector.
❑ Measures/areas inspected.
❑ Observed conditions.
❑ Changes necessary to the SWPPP.
3. Report Releases of Reportable Quantities of Oil or Hazardous Materials(if they occur):
n Notify National Response Center(1-800-424-8802) immediately.
Notify the Missouri Department of Natural Resources.
n Notify the City of Riverside.
n Modify the pollution prevention plan to include:
- the date of release.
- circumstances leading to the release.
- steps taken to prevent reoccurrence of the release.
4. Modify Pollution Prevention Plan as necessary to:
❑ Comply with the minimum permit requirements when notified by U.S.
Environmental Protection Agency or Missouri Department of Natural Resources
that the plan does not comply.
❑ Address a change in design, construction operation, or maintenance, which
influences the potential for discharge of pollutants.
111 Prevent reoccurrence of reportable quantity releases of a hazardous material or oil.
STORM WATER POLLUTION PREVENTION PLAN
SPILL PREVENTION CONTROL AND COUNTERMEASURES PLAN(SPCC):
MATERIALS COVERED
The following materials or substances with known hazardous properties are expected to be present
onsite during construction:
Concrete Cleaning solvents
Petroleum based products Concrete additives
Concrete color Fertilizers
MATERIAL MANAGEMENT PRACTICES
The following are the material management practices that will be used to reduce the risk of spills
or other accidental exposure of materials and substances to storm water runoff.
1. Good Housekeeping
The following good housekeeping practices will be followed onsite during the construction
project.
A. An effort will be made to store only enough products required to do the job.
B. All materials stored onsite will be stored in a neat, orderly manner, and if possible,
under a roof or other enclosure.
C. Products will be kept in their original containers with the original manufacturer's label
in legible condition.
D. Substances will not be mixed with one another unless recommended by the
manufacturer.
E. Appropriately dispose of empty product containers.
F. Manufacturer's recommendations for proper use and disposal will be followed.
G. The Contractor will be responsible for daily inspections to ensure proper use and
disposal of materials.
H. If surplus product must be disposed of, manufacturers or local/state/federal
recommended methods for proper disposal will be followed.
I. If the manufacturer recommends rinsing container before disposal, rinse water used in
container will be disposed of in a manner in compliance with state and federal
regulations and will not be allowed to mix with storm water discharges.
STORM WATER POLLUTION PREVENTION PLAN
2. Spill Prevention Practices
In addition to good housekeeping, the following practices will be followed for spill
prevention and cleanup.
A. Manufacturer's recommended methods for spill cleanup will be clearly posted and site
personnel will be trained regarding these procedures and the location of the information
and cleanup supplies.
B. Materials and equipment necessary for spill cleanup will be kept in the material storage
area onsite in spill control and containment kit(containing,for example,absorbent such
as kitty litter or sawdust, acid neutralizing powder, brooms, dust pans, mops, rags,
gloves, goggles, plastic and metal trash containers, etc.).
C. All spills will be cleaned up immediately after discovery.
D. The spill area will be kept well ventilated, and personnel will wear appropriate
protective clothing to prevent injury from contact with the hazardous substances.
CONTROL OF ALLOWABLE NON-STORMWATER DISCHARGES:
Certain types of discharges are allowable under the U.S. Environmental Protection Agency
General Permit for Construction Activity, and it is the intent of this SWPPP to allow such
discharges. These types of discharges will be allowed under the conditions that no pollutants will
be allowed to come in contact with the water prior to or after its discharge. The control measures,
which have been outlined previously in this SWPPP, will be strictly followed to ensure that no
contamination of these non-storm water discharges takes place. The following allowable non-
storm water discharges that may occur from the job site include:
A. Discharges from firefighting activities.
B. Fire hydrant flushing.
C. Waters used to wash vehicles or control dust to minimize offsite sediment tracking.
D. Potable water sources such as waterline flushing and irrigation drainage from watering
vegetation.
E. Pavement wash waters where spills or leaks of hazardous materials have not occurred,
or detergents have not been used.
F. Springs and other uncontaminated groundwater, including dewatering ground water
infiltration.
G. Foundation or footing drains where no contamination with process materials such as
solvents is present.
SECTION 3
Inspection Report Form
Record of Stabilization and Major Activities Form
SWPPP Modification Report Form
Project Rainfall Log Form
STORM WATER POLLUTION PREVENTION PLAN
SOCCER ROAD & PARKING LOT
City of Riverside
2950 NW Vivion Rd
Riverside, MO 64150
INSPECTION REPORT FORM
Inspection Date:
Inspector:
Does Inspector have Required Training? Y N
Date&Amount of Last Rainfall:
Condition of:
Construction Entrances: Acceptable Not Acceptable N/A
Drop Inlet Protection: Acceptable Not Acceptable N/A
Curb Inlet Protection: Acceptable Not Acceptable N/A
Culvert Inlet Protection: Acceptable Not Acceptable N/A
Outlet Stabilization: Acceptable Not Acceptable N/A
Diversions& Slope Drains: Acceptable Not Acceptable N/A
Stream Crossings: Acceptable Not Acceptable N/A
Slope Breaks: Acceptable Not Acceptable N/A
Sediment Basins: Acceptable Not Acceptable N/A
Sediment Traps: Acceptable Not Acceptable N/A
Check Dams: Acceptable Not Acceptable N/A
Erosion Control Blankets: Acceptable Not Acceptable N/A
Temporary Seeding: Acceptable Not Acceptable N/A
Permanent Seeding: Acceptable Not Acceptable N/A
Surface Roughening: Acceptable Not Acceptable N/A
Dust Control: Acceptable Not Acceptable N/A
Maintenance Required for Deficiencies Identified:
To Be Completed By:
Within 7 Calendar Days,On or Before: ,202_
These reports shall be kept on file as part of the Storm Water Pollution Prevention Plan for at least three
years from the date of completion and submission of the Final Stabilization Certification/Termination
Checklist and Request for Termination of a General Permit.A copy of the S W PPP shall be always available
during construction,on the construction site,or pre-approved off-site location.
STORM WATER POLLUTION PREVENTION PLAN
SOCCER ROAD & PARKING LOT
City of Riverside
2950 NW Vivion Rd
Riverside,MO 64150
RECORD OF STABILIZATION AND MAJOR ACTIVITIES FORM
A record of dates when major grading activities occur,when construction activities temporarily or
permanently cease on a portion of the site, and when stabilization measures are initiated shall be
maintained until final site stabilization is achieved and the Request for Termination of a General
Permit is filed.
MAJOR GRADING.CONSTRUCTION.OR STABILIZATION LIZATION ACTIVITIES
Description of Activity:
Location:
Contractor:
Begin Date: End Date:
Stabilization Method: Application Date:
Description of Activity:
Location:
Contractor:
Begin Date: End Date:
Stabilization Method: Application Date:
Description of Activity:
Location:
Contractor:
Begin Date: End Date:
Stabilization Method: Application Date:
Description of Activity:
Location:
Contractor:
Begin Date: End Date:
Stabilization Method: Application Date:
Description of Activity:
Location:
Contractor:
Begin Date: End Date:
Stabilization Method: Application Date:
STORM WATER POLLUTION PREVENTION PLAN
SOCCER ROAD & PARKING LOT
City of Riverside
2950 NW Vivion Rd
Riverside, MO 64150
SWPPP MODIFICATION REPORT FORM
Date Submitted:
Submit To: City of Riverside
Address: 2950 NW Vivion Road
Riverside, MO 64150
Telephone: 816-741-3993
Email: nbennion(airiversidemo.gov
Sent Via: ❑Email ❑ Courier ❑ US Mail
Authorized Author: Title:
Company: Project Role:
Signature: Date:
Modifications Required to the STORMWATER POLLUTION PREVENTION PLAN:
Reasons for Modifications:
STORMWATER POLLUTION PREVENTION PLAN
City of Riverside
2950 NW Vivion Road PROJECT RAINFALL LOG FORM
Riverside, MO 64150
YEAR: 2022
Day Jan Feb Mar Apr May June I July Aug Sept Oct Nov Dec
1
2
3
4
6
7
9
10
11
12
13
14
15
16
17
18
19
20
•
21
22
23
24
•
25
26
27
28
29
30
31
Initials
SECTION 4
Final Stabilization Certification Checklist and Contractor's Certification
STORMWATER POLLUTION PREVENTION PLAN
SOCCER ROAD & PARKING LOT
City of Riverside
2950 NW Vivion Road
Riverside,MO 64150
FINAL STABILIZATION CERTIFICATION CHECKLIST
AND CONTRACTOR'S CERTIFICATION
All soil disturbing activities are complete.
Temporary Erosion and Sediment Control Measures have been removed or will be
removed at the appropriate time.
❑ All areas of the Construction Site not otherwise covered by a permanent pavement or
structure have been stabilized with a uniform perennial vegetative cover with a density of
75%or equivalent measures have been employed.
CONTRACTOR'S CERTIFICATION:
"I certify under penalty of law that all storm water discharges associated with
industrial activity from the identified project that are authorized by NPDES General
Permit have been eliminated and that all disturbed areas and soils at the construction
site have achieved Final Stabilization and all temporary erosion and sediment
control measures have been removed or will be removed at the appropriate time."
Printed Name:
Signature: Date:
Title:
Company Name:
SECTION 5
Attachments
Attach here all required record keeping documentation of the SWPPP