Loading...
HomeMy WebLinkAboutR-2024-020 Approving the Purchase of Playground Equipment from Kompan, Inc in Connection w/Homestead Park Improvements RESOLUTION NO. R-2024- 020 A RESOLUTION APPROVING THE PURCHASE OF PLAYGROUND EQUIPMENT FROM KOMPAN, INC. IN CONNECTION WITH THE HOMESTEAD PARK IMPROVEMENTS PROJECT AND APPROVING AN AGREEMENT THEREFOR WHEREAS,the City requested for proposals for playground equipment in connection with the Homestead Park Improvements project(Project No. 226-024); and WHEREAS, City staff has evaluated the proposals and recommends that the proposal of KOMPAN, Inc.be accepted. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE MISSOURI AS FOLLOWS: THAT the Board of Aldermen pursuant to City Code Section 135.070.B., hereby finds and determines that it is in the best interest of the City to accept and approve the proposal of KOMPAN, Inc., attached hereto, in the amount of$302,409.51 because the equipment pricing is based on the OMNIA Partners cooperative purchasing contract; and FURTHER THAT an agreement by and between the City and KOMPAN, Inc., in substantially the same form as attached hereto, is hereby approved and the Mayor is authorized to sign the agreement on behalf of the City; and FURTHER THAT the project is subject to the requirements of Section 292.675 RSMo, which requires all contractors or subcontractors doing work on the project to provide, and require its on-site employees to complete, a ten (10) hour course in construction safety and health approved by the Occupational Safety and Health Administration (OSHA) or a similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program. Such training must be completed within sixty (60) days of the date work on the Project commences. On-site employees found on the worksite without documentation of the required training shall have twenty (20) days to produce such documentation; and FURTHER THAT the Mayor, City Administrator, and other appropriate City officials are hereby authorized to execute all documents and agreements necessary or incidental to carry out the terms and conditions of such proposal award and the City Clerk is authorized to attest thereto. PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside Missouri the 20th day of February 2024. athleen L. Rose, ayor Robin Kincaid City,Clerk AGREEMENT BETWEEN CITY OF RIVERSIDE, MISSOURI AND Contractor: KOMPAN, INC. FOR COMPLETION OF Homestead Park Improvements Project No. 226-024 RESOLUTION NO.: R-2024-020 CONTRACT PRICE: $302,409.51 AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR Homestead Park Improvements Project No:226-024 THIS AGREEMENT,made and entered into as of the 20th day of February,2024,by and between the City of Riverside, Missouri ("City"), and KOMPAN, Inc. ("Contractor"), shall govern all Work to be provided by Contractor for City on the Project. WHEREAS, City, under the provisions of Resolution No. 2024- , duly approved on the 20th day of February, 2024 and by virtue of the authority vested in City by the general ordinances of City, intends to enter into one or more contracts for the Project;and WHEREAS, the Mayor is authorized and empowered by City to execute contracts on behalf of City,and the City Administrator("Administrator") is authorized to perform Administrator's functions set forth in this Agreement;and WHEREAS,Administrator may designate one or more engineers, architects,or other persons to assist Administrator in performing Administrator's functions under this Agreement;and WHEREAS, City desires to enter into an agreement with Contractor to obtain labor, services, materials, supplies, tools, equipment, supervision, management, and other items as set forth in this Agreement;and WHEREAS, Contractor represents that Contractor is equipped, competent, and able to provide all the Work, in accordance with this Agreement; NOW THEREFORE, in consideration of the mutual covenants and consideration herein contained, IT IS HEREBY AGREED by City and Contractor as follows: ARTICLE I DEFINITIONS As used in this Agreement and the other Contract Documents,the following words and phrases shall have the respective meanings set forth below. Any capitalized terms used but not defined in this Agreement shall have the meanings given to such terms in the other Contract Documents. A. "Administrator"has the meaning set forth in the recitals of this Agreement. B. "Application for Payment" has the meaning set forth in Article VI, Paragraph A of this Agreement. C. "City"has the meaning set forth in the preamble of this Agreement. D. "Change Order" means a change to the Project, which has been approved in accordance with the terms of this Agreement, specifically including, without limitation, the requirements set forth in Article VII of this Agreement. 2 E. "Contract Amount"has the meaning set forth in Article III,Paragraph A of this Agreement. F. "Contract Documents" has the meaning set forth in Article V, Paragraph A of this Agreement. G. "Contractor"has the meaning set forth in the preamble of this Agreement. H. "Notice to Proceed"has the meaning set forth in Article IV, Paragraph A of this Agreement. I. "Project"means the building, facility, and/or other improvements for which Contractor is to provide Work under this Agreement. The Project may also include construction by City or others. J. "Resident Project Representative" means the following employee of the City of Riverside who shall manage the Project on behalf of the City: Noel Bennion - nbennionriversidemo.gov cr 816- 372-9028. K. "Subcontractor"means a person, firm or corporation supplying labor and materials or only labor for the Work for, and under separate contract or agreement with,the Contractor. L. "Substantial Completion"means the stage in the progress of the Work where the Work or designated portion is sufficiently complete in accordance with the Contract Documents so that the City can occupy or utilize the Work for its intended use. M. "Work"or"Work on the Project"means work to be performed at the location of the Project, including the transportation of materials and supplies to or from the location of the Project by employees of the Contractor and any Subcontractor. Work shall include all labor, services, materials, supplies, tools, equipment, supervision, management, and anything else necessary to accomplish the results and objectives described in Exhibit F (Scope of Work) and Exhibit G (Proposal, Shop Drawings & 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. 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. 3 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 Three Hundred Two Thousand Four Hundred and Six Dollars and Seventy Cents($302.406.70). 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, (l) 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 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 4 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 06/21/2024.The Contractor will proceed with the Work at such rate of progress to ensure Substantial Completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the City, that the contract time to achieve Substantial Completion of the Work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the Work.No extensions will be granted, except in case of unusual (unseasonable) weather conditions or additional work requested by the City under Change Order. Following Substantial Completion,Contractor shall proceed to complete all uncompleted Work items as promptly as permitted by weather conditions or any other conditions affecting completion of the Work. C. LIQUIDATED DAMAGES. If Contractor fails to achieve Substantial Completion of all the Work as set forth in the Contract Documents,Contractor shall pay City$100.00 per day,as liquidated damages and not as a penalty, for each calendar day after such date, until Substantial Completion of all the Work is achieved. Contractor agrees that the sum of$100.00 per day is a fair and reasonable approximation of the actual damages incurred by the City for the Contractor's failure to complete the Project within the time outlined above and that such liquidated damages in this section are not penal in nature but rather the parties'attempt to fairly quantify the actual damages incurred by the City for such delays. Recovery of liquidated damages is not City's exclusive remedy for Contractor's failure to achieve Substantial Completion in accordance with this Agreement. Specifically,but without limitation, City may exercise any of its default or termination rights under this Agreement under all circumstances described herein, including but not limited to Contractor's failure to achieve Substantial Completion in 5 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 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. RESERVED. 6 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 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 7 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 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. 8 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 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 9 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. This AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR 2. PERFORMANCE BOND 3. PAYMENT BOND 4. MAINTENANCE BOND 5. PREVAILING WAGE RATES - STATE OF MISSOURI DIVISION OF LABOR STANDARDS 6. TIME FOR COMPLETION 7. SCOPE OF WORK 8. KOMPAN, INC. PROPOSAL, SHOP DRAWINGS AND SPECIFICATIONS 9. NOTICE TO PROCEED 10. APPLICATION FOR PAYMENT FORM 1 1. CHANGE ORDER FORM 12. CERTIFICATE FOR SUBSTANTIAL COMPLETION 13. AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW 14. ANTI-DISCRIMINATION AGAINST ISRAEL ACT CERTIFICATION 15. CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 16. SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 17. ENGINEER/CONSULTANT CERTIFICATE for Acceptance&Final Payment 18. AFFIDAVIT OF WORK AUTHORIZATION 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. i0 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 I (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 (I 5)days, review and approve such Application for Payment, or return the Application for Payment to the Contractor indicating in writing the reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the Application. Within fifteen(15)days of its receipt of payment from City, Contractor shall pay all Subcontractors and suppliers to whom payment is owed from the amount paid to Contractor. C. AU 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. 11 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 P. 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: I. Unsatisfactory job progress, 2. Defective Work, 3. Failure to make payments to Subcontractors or suppliers, 4. Reasonable evidence that all Work cannot be completed for the unpaid balance of the Contract Amount, 5. Damage by Contractor or Subcontractors or suppliers to property of City or others, 6. Contractor's breach of this Agreement, or 7. Contractor's failure to provide requested documentation. J. The Contractor shall,at the request of City,furnish satisfactory evidence that all obligations to Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment. tools and all supplies incurred in the furtherance of the performance of the Work have been paid, discharged or waived. If Contractor does not pay Subcontractors or suppliers for labor — and/or material properly provided, City may, but shall not be required to, pay Subcontractors and suppliers directly. Any payments made to Subcontractors and suppliers shall be charged against the Contract Amount. City shall not be liable to Contractor for any such payments made in good faith. This provision shall not confer any right upon any Subcontractor or supplier to seek payment directly from City. 12 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: I. 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. C. If a change to the Work causes an increase or decrease in the time required for Contractor's performance, an equitable adjustment to the time for performance shall be made. D. A change in the Contract Amount or the time for performance of the Work shall be accomplished only by written Change Order, which shall state the increase or decrease, if any, in the Contract Amount or the time for performance.No course of conduct or dealings between the parties,nor express or implied acceptance of alterations or additions to the Work, and no claim that City has been unjustly enriched by any alteration or addition to the Work, whether or not there is, in fact, any such enrichment, shall be the basis of any claim to an increase in any amounts due under the Contract Documents or a change in the time for performance of the Work. E. Agreement on any Change Order shall constitute a final settlement of all matters relating to the change in the Work that is the subject of the Change Order, including but not limited to all direct and indirect costs associated with such change and any and all adjustments to the Contract Amount and time for performance of the Work. F. If Contractor is delayed or interfered with at any time in the commencement or prosecution of the Work by an act or neglect of City,an employee,officer,or agent of City,or an architect or engineer 13 or separate contractor engaged by or on behalf of City, or by changes ordered in the Work, an act of God, fire,or other cause over which Contractor has no control and that Contractor could not reasonably anticipate, the time for performance of the Work shall be equitably extended,provided that Contractor gives notice as provided for in Paragraph G below. G. Any claim by Contractor for additional time or money for the performance of the Work, including but not limited to any claim based on or arising out of an addition to, deletion from, or other change to the Work and/or delay to or interference with commencement or prosecution of any of the Work, shall be submitted to City's designated representative within five (5) working days of the beginning of the event for which the claim is made or on which it is based. If any claim is not submitted within the five-day period, it shall be deemed waived. H. No change or claim,nor any delay or dispute concerning the determination of any increase or decrease in the amount of time and money for the performance of the Work,shall excuse Contractor from proceeding with prosecution of the Work, including any Work as changed. ARTICLE VIII INSURANCE A. Contractor shall,at all times during the performance of any of the Work, maintain not less than the following insurance coverages and amounts: 1. COMMERCIAL GENERAL LIABILITY - Contractor shall provide coverage for Contractor,City, its employees,officers,and agents,and any architects,engineers,or other design professionals engaged by or on behalf of City against claims for damage to property and/or illness of, injury to,or death of any person or persons related to or arising out of the Work. Such coverage shall name the City, together with its employees and officers,as an additional insured and have not less than the following limits: a. Each occurrence $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 14 with execution of the agreement Owner's Protective Liability insurance in the same minimum amounts as required for Commercial General Liability Insurance above. 3. AUTOMOBILE LIABILITY - Contractor shall provide coverage for Contractor, City,its employees,officers,and agents,and any architects,engineers,or other design professionals engaged by or on behalf of City against claims for bodily injury and/or property damage arising out of the ownership or use of any owned,hired,and/or non- owned vehicle and shall include protection for any auto, or all owned autos, hired autos,and non-owned autos. The coverage shall have not less than a combined single limit of$3,000,000.00 for each accident. 4. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY-This insurance shall protect Contractor against all claims under applicable state workers' compensation laws. Contractor also shall be protected through employer's liability coverage against claims for injury, disease, or death of employees which, for any reason,may not fall within the provisions of a workers' compensation law.The limits shall not be less than the following: a. Workers' Compensation Statutory b. Employer's Liability: • Bodily injury by accident $1,000,000.00 • Bodily injury by disease $500,000.00 each employee B. All insurance shall be written by an insurer or insurers acceptable to City and with a minimum financial rating not lower than "A-" in Best's Insurance Guide, latest edition. All insurance shall be written on an occurrence basis, and all aggregate limits shall apply in total to the Work only. Each policy providing general liability coverage or automobile liability coverage (including any umbrella or excess policy that provides any required general or automobile liability coverage) shall provide contractual liability coverage for all indemnity obligations of Contractor under the Contract Documents. Each policy providing general liability or automobile liability coverage (including any umbrella or excess policy that provides any required general or automobile liability coverage)shall, in form satisfactory to City, (1) name as additional insureds City, its employees, officers, and agents, and any architects, engineers, or other design professionals engaged by or on behalf of City,and(2)provide that it is primary to any other insurance maintained by any additional insured, which other insurance shall be excess or contingent. The insurance provided to the additional insureds shall apply, without limitation,to injury or damage caused by Work included in the products/completed operations hazard. C. Contractor shall maintain the products and completed operations coverage for not less than one (I)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, 15 without limitation, insure portions of the Work stored on or off the Project site or in transit,when at the risk of City, Contractor, or a Subcontractor or supplier. Contractor shall be solely responsible for any deductible amounts. This insurance shall remain in effect until final payment has been made to Contractor or until no person or entity other than City has an insurable interest in the property to be covered by this insurance, whichever is sooner. City and Contractor waive all rights against each other and their respective employees, agents, contractors, Subcontractors, and suppliers for damages caused by risks covered by the property insurance provided for in this Paragraph,except such rights as they may have to the proceeds of the insurance. E. All policies and certificates of insurance shall provide no less than thirty (30) days' prior written notice to City in the event of cancellation, expiration, non-renewal, alteration, or reduction (including but not limited to reduction by paid claims)of coverage or limits contained in the policy or evidenced by the certificate of insurance. Contractor shall furnish City a certificate or certificates and copies of policies, all satisfactory to City,evidencing that Contractor has all the required insurance and is in compliance with this Article.The certificate or certificates and copies of policies shall be delivered to City's designated representative not less than seven(7)days before Contractor first performs any of the Work. All policies except Workers' Compensation and Employer's Liability shall contain a waiver of subrogation in favor of City, its employees, officers, and agents, and architects,engineers, or other design professionals engaged by or on behalf of City. F. Contractor also shall maintain any additional insurance coverages and any higher limits provided for elsewhere in the Contract Documents and shall furnish City any additional insurance documentation provided for elsewhere in the Contract Documents. G. If any part of the Work is subcontracted,each Subcontractor,or Contractor on behalf of the Subcontractor, shall maintain liability and worker's compensation insurance coverages and amounts satisfying all the requirements of this Article. Certificates and copies of policies, satisfactory to City, evidencing the required insurance and 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, 16 including but not limited to attomey's fees,arising out of or resulting from the performance of the Work, provided that such claim,damage, loss,or expenses is attributable to bodily injury, sickness,disease,or death or to injury to or destruction of tangible property(other than the Work itself),but only to the extent caused or allegedly caused by the negligent or willful acts or omissions of Contractor, a Subcontractor or supplier, or anyone directly or indirectly employed by them, or anyone for whose acts they may be liable,regardless of whether such claim,damage,loss,or expense is caused in part by a party indemnified hereunder. This obligation is not intended to, and shall not, negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person as set forth in this Agreement. B. in claims against any person or entity indemnified herein by an employee of Contractor, a Subcontractor or supplier,or anyone directly or indirectly employed by them or for whose acts they may be liable, the indemnification obligation shall not be limited by a limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or a Subcontractor or supplier under workers' compensation acts,disability benefit acts,or other employee benefit acts. ARTICLE X PATENT LIABILITY Contractor agrees to defend, indemnify, and hold harmless City, its officers, employees and agents from and against any claim, action or suit that may be brought against them for Contractor's infringement of any Letters Patent in the performance of this Agreement or any breach or violation of trademark or proprietary or trade secret rights of others, as well as against any judgments, decrees, damages, costs and expenses sought, adjudicated, or recovered against any of them, on account of any such actual or alleged infringement. ARTICLE XI COVENANT AGAINST LOBBYING AND UNDUE INFLUENCE 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 17 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. 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: Capital Projects& Parks Manager Name: Brent Magruder 2950 NW Vivion Rd. Title: Direct Sales Representative City of Riverside, MO 605 W Howard Ln, Suite 101 Riverside,MO 64150 Austin, TX 78753 n ben nion a,riversidemo.gov Email: BreMaga,Kompan.com 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. 18 ARTICLE XIV DEFAULT AND TERMINATION A. If Contractor fails to comply,becomes unable to comply,or with reasonable probability(as determined solely by City)will become unable to comply with any of Contractor's obligations under the Contract Documents, including but not limited to (1) failure at any time to furnish sufficient labor or supervision,sufficient materials or services(including but not limited to insurance and bonds)complying with the Contract Documents, or sufficient or properly operating tools, equipment, or other items necessary for the performance of the Work, (2) failure in any respect to prosecute the Work with promptness and diligence, (3)causing any stoppage of, delay in, or interference with any work of City or any others on the Project, (4) abandonment by Contractor of all or any part of the Work, or (5) bankruptcy, insolvency or general assignment for the benefit of creditors by Contractor,Contractor shall be in default, and if the default is not corrected to City's satisfaction within seventy-two (72) hours of delivery of a written notice to Contractor to correct such default,City may,in addition to any other right or remedy City may have,terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and finish the Work by whatever method the City may deem expedient to correct the default, at Contractor's expense. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If such costs exceed the unpaid balance due to Contractor, the Contractor will pay the difference to the City. B. If City exercises its right to take over and complete any part or all of the Work, City and its designees shall have access to and may take possession of Contractor's materials,tools, equipment, and other items at the Project site,en route to the site,or in storage or being manufactured or fabricated away from the site, as may be necessary to prosecute the Work taken over by City, and may employ Contractor's employees or former employees, all without any liability to Contractor. C. Contractor shall be liable for and shall pay to City all costs and expenses of whatsoever nature incurred by City as a result of any default by Contractor, including but not limited to the cost of labor, supervision,materials,tools,equipment,services,overhead,travel,and legal and accounting fees. Contractor also shall be liable for and shall pay to City all charges, liabilities, fines, penalties, losses, damages,and claims sustained by or assessed against City as a result of any delay or disruption resulting from any default by Contractor. The total amount of such costs, expenses, charges, liabilities, fines, penalties, losses,damages, and claims may be deducted by City from the amount, if any, otherwise due Contractor, and Contractor shall pay City the full amount of any excess of such total over the amount otherwise due Contractor. D. No right or remedy conferred upon or reserved to City by the Contract Documents is exclusive of any other right or remedy provided or permitted in the Contract Documents or by law or equity, but each right or remedy is cumulative of every other right or remedy,and every right or remedy may be enforced concurrently or from time to time. No exercise by City of any right or remedy shall relieve Contractor from full and absolute responsibility for all of Contractor's obligations under the Contract Documents. E. No failure or delay of City to give notice to correct any default of Contractor or to exercise any of City's rights or remedies shall waive or excuse the default, and City shall remain free to pursue all rights and remedies.No failure of City to insist, in any one or more instances, upon the performance 19 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. 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 ofdefault 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. 20 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 D 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 L shall be completed by Contractor and every Subcontractor employed on the Project prior to final payment. The Contractor will forfeit a penalty to the City of$100 per day (or portion of a day) for each worker that is paid less than the prevailing rate for any Work done under the contract by the Contractor or by any Subcontractor. B. EXCESSIVE UNEMPLOYMENT. During periods of excessive unemployment (any month immediately following two consecutive calendar months during which the level of unemployment in the state has exceeded five percent(5%)as measured by the United States Bureau of Labor Statistics) only Missouri labors(persons who have resided in Missouri for at least thirty days and intend to become or remain Missouri residents) and laborers from non-restrictive states (persons who are residents of a state which has not enacted state laws restricting Missouri laborers from working on public works projects in that state, 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. 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. 22 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. 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. B. Contractor shall remain solely responsible for the performance of the Work as required by the Contract Documents, notwithstanding any suggestions or observations made by another person or entity with respect to the Work. C. This Article does not establish a period of limitation with respect to any obligation of Contractor under the Contract Documents,and does not limit the time allowed by law for any action for breach of such obligation. D. Nothing contained in this Agreement shall be construed to modify or abrogate any manufacturer or supplier warranty. The City expressly reserves all rights with respect to such warranties. ARTICLE XXIV STORAGE OF MATERIALS AND EQUIPMENT The Contractor shall provide at its own expense and without liability to the City any additional land and access thereto that the Contractor may desire for temporary construction facilities,or for storage of materials. Only materials and equipment that are to be used directly in the Work shall be brought to and stored at the Project site by Contractor.After equipment is no longer required for the Work,it shall be promptly removed from the Project site.Protection of construction materials and equipment stored at the Project site from weather, theft, and all other casualty or damage is solely the responsibility of Contractor. ARTICLE XXV TAXES A Missouri Sales Tax Project Exemption Certificate (Missouri Department of Revenue Form 5060)will be provided by the City for the purchase of any materials or personal property incorporated 24 into or consumed in the Project, pursuant to RSMo 144.062. The Contractor will pay all other sales, consumer, use and other similar taxes required by the State of Missouri or other taxing jurisdiction. ARTICLE XXVI SAFETY A. Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with performance of the Work and shall take reasonable precautions for the safety of, and shall provide reasonable protection to prevent damage, injury, or loss to(1)employees and other persons at the Project site or who may be affected by the Work,(2)materials and equipment stored at on-site or off-site locations for use in performance of the Work, and (3) other property at the Project site or in its vicinity, such as trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall give notices required by and comply strictly with applicable laws, ordinances, rules, regulations, orders, and the like bearing on safety of persons or property or their protection from damage, injury, or loss. The Contractor will erect and maintain, as required by the conditions and progress of the Work,all necessary safeguards for safety and protections. The Contractor will notify owners of adjacent utilities when prosecution of the Work may affect them. The Contractor will remedy all damage, injury or loss to any property caused directly or indirectly, in whole or part,by the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone whose acts any of them may be liable. C. The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of its prosecution of the Work. The safety provisions of applicable laws and 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 25 the penalty described in this Paragraph shall be investigated and determined by the Missouri Department of Labor and Industrial Relations. F. If City deems any part of the Work or the Project site unsafe, City, without assuming responsibility for Contractor's safety program, may require Contractor to stop performance of the Work or take corrective measures satisfactory to City, or both. If Contractor does not adopt corrective measures, City may perform them or have them performed and deduct their cost from the Contract Amount.Contractor shall make no claim for damages, for an increase in the Contract Amount,or for a change in the time for performance of the Work based on Contractor's compliance with City's reasonable request. ARTICLE XXVII AUTHORIZED EMPLOYEES Contractor acknowledges that Section 285.530 RSMo prohibits any business entity or employer from knowingly employing, hiring for employment, or continuing to employ an unauthorized alien to perform work within the State of Missouri. Contractor therefore covenants that it is not knowingly in violation of subsection 1 of Section 285.530 RSMo, and that it will not knowingly employ, hire for employment,or continue to employ any unauthorized aliens to perform Work on the Project,and that its employees are lawfully eligible to work in the United States. ARTICLE XXVIII INDEPENDENT CONTRACTOR Contractor is an independent contractor,and neither Contractor or any Subcontractors,suppliers, employees,or agents shall be deemed an employee or agent of City for any purpose. ARTICLE XXIX CONFLICT Contractor shall promptly upon discovery notify City of any conflict,ambiguity or inconsistency in the Contract Documents, or between any Contract Document and actual field conditions, and City shall resolve such conflict,ambiguity or inconsistency in its sole discretion. ARTICLE XXX PERFORMANCE, PAYMENT,AND MAINTENANCE 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 26 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. Contractor shall provide a maintenance bond in accordance with Exhibit C and in an amount equal to 50%of the cost of the Work, which shall be in effect for a term of two (2)years from the date that the Owner issues a certificate of substantial completion for such improvement covered by the bond, conditioned upon the faithful performance of the provisions,terms and conditions of this contract. The maintenance bond shall name the Owner as an oblige. ARTICLE XXXI SEVERABILITY Should any specific provision of this Agreement or other Contract Documents be found to be unenforceable,the remaining provisions shall remain in full force and effect. ARTICLE XXXII NO PRESUMPTION AGAINST THE DRAFTER No presumption or inference against the City shall be made because of the City's preparation of this Agreement or other Contract Documents. ARTICLE XXXIII DISPUTES/ATTORNEY FEES A. If a dispute arises out of or relates to this Agreement or other Contract Documents,or the breach thereof, and if the dispute cannot be resolved through negotiation,City and Contractor shall first try in good faith to resolve the dispute by mediation before resorting to litigation. Unless City and 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] Lb IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their authorized representatives. APPROVED AS TO FORM: ATTORNEY By: Attorney, I "��'I 4 1 GI 4,^ COUNTERSIGNED BY: CITY PURCHASING AGENT: By: Bria E. ora Ci Administrator CITY OF RIVERSIDE: Kathl n L. Rose,Mayor , a .ATTE .►1 . ,• Robin Kincaid,Ci Clerk • CONTRACTOR: By: (Signature) Printed Name: Title: ---Tr«rv.�� A l-FEST: JPach Gsut'ficrcy (Name Printed) 29 Bond#46BSBJE0623 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 Homestead Park Improvements (226-024), dated February 20, 2024, designated Resolution No. 2024- , in every particular, KOMPAN, Inc., as Principal,and Hartford Fire Insurance Company 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 Three Hundred Two Thousand Four Hundred and Six Dollars and Seventy Cents ($302,406.70) 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 VL ork or to the specifications. PROVIDED FURTHER, that it is expressly agreed that the bond shall be deemed amended automatically and immediately, without formal and separate amendments hereto, upon amendment to the Agreement not increasing the Agreement price more than twenty percent(20%), so as to bind the Principal and the Surety to the full and faithful performance of the Agreement as so amended.The term"Amendment", wherever used in this bond,and whether referring to this bond or the Agreement,shall include any alteration, addition,extension,or modification of any character whatsoever. 30 t The Performance Bond above is accepted by the City this day of N �(-k ,20 1 . Kompan, Inc. CONTRACT AS P NCIPAL By: (Signature) Printed Name: E!'i C L e.w Title: Trt'r{d- 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. Hartford Fire Insurance Company SURET By. — -- -7(Sig ure) Printed Name: Richard Hackner Title: Attorney-in-Fact Date: March»,2024 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 3i Direct Inquiries/Claims to: THEHARTFORD POWER OF ATTORNEY BOND.T-11 One Hartford Plaza Hartford.Connecticut 06155 Bond.Claims( thehartford.com cal!:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: a,LL S TOWERS WATSc Agency Code: 10-2 5216 5 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois.a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest. a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited : :anielle Bechard of Boston MA, Samuel Begun, Bryan M. Caneschi, Saykham Chanthasone, Michelle Anne McMahon, Mercedes Phothirath, Joshua Sanford, Jynell Marie Whitehead of Hartford CT, Jennifer Godere, Rebecca M. Josephson, Kristopher Pisano, Kathryn Pryor, Melissa Stanton, Gentry Stewart of Mount Laurel NJ, Jonathan Gleason, Richard Hackner, Nicholas Miller, Doritza Mojica, Sarah Murtha, Patricia O'Connell, Lisa A. Pleas, Connor Wolpert of NEW YORE, New York their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof. on behalf of the Companies in their business of guaranteeing the fidelity of persons. guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof. and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed,duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. o,tria , /rf r .�, 1_ rPu,,g, MaW c .c /�", '_-. e.. 0100,10, ��.1R J/ ' i � �.�, s{µs•.na.r�.�� : ►v!r C'In ! !?� N is � }; 1 " f►6.a 84..... i ' �' II -I -,i0,.014Ner�., •aiar• tr : rl ;;1. tf q 79'19• ` .sdit` Iaoat'':SO 'F�� • * hew.w ••••••••••fi : t � 9oc42t Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE OF FLORIDA 55. Lake Mary COUNTY OF SEMINOLE On this 20th day of May.2021,before me personally came Joelle LaPierre.to me known.who being by me duly sworn,did depose and say:that (s)he resides in Seminole County. State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that(s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals: that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. e• : ,l oJyja �- Jessica Ciccone j,'n My Commission HH 1=22S0 Expires June 20.2025 I, the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of March 11, 2024 Signed and sealed in Lake Mary. Florida. J1Yi , (..----""-" M W J•.. .. MN t . , > . • If �� [ � 1 - S ,oueae �! r ara !p "lf97Der ' .. s � f_e_ l Keith D.Dozois,Assistant Vice President Bond#46BSBJE0623 EXHIBIT B PAYMENT BOND KNOW ALL PERSONS BY THESE PRESENTS: that KOMPAN, Inc. a corporation. hereinafter called Principal, and Hartford Fire Insurance Company , 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 Three Hundred Two Thousand Four Hundred and Six Dollars and Seventy Cents ($302,406.70) 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 20th day of February, 2024, for the construction of Homestead Park Improvements(226-024)approved by Resolution No. 2024-_; NOW,THEREFORE,in the event Principal shall pay the prevailing hourly rate of wages for each craft or type of worker required to execute the Work required by the Contract Documents described in the Agreement in the locality as determined by the Department of Labor and Industrial Relations of Missouri or by final judicial determination pursuant to the provisions of Sections 290.010 to 290.340 and 290.550 through 290.580, inclusive,of the Revised Statutes of Missouri.and shall timely pay to the proper parties all amounts due for material, machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums, workers' compensation, and all other kinds of insurance, on such Work, and for all labor performed in such Work whether by Principal, Subcontractor, or otherwise, then this obligation to be void, otherwise to remain in full force and effect,and the same may be sued on at the instance of any Subcontractor,material supplier, laborer, mechanic, or other interested party, in the name of the City of Riverside, to the use of such parties, for any breach of the considerations hereof. Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work to be performed thereunder shall in any wise affect 32 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 lam' day of tA'-c .20 Di . Kompan,Inc. CONTRACTOR PRIN IPAL By: (Signature) Printed Name: r o t Lb") , S Title: I f Q S ntr I hereby certify that (I) 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. Hartford Fire Insurance Company SU Y (Si nat Printed Name: Richard Hackner Title: Attorney-in-Fact Date: March 11,2024 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 Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY BOND.T-11 One Hartford Plaza Hartford.Connecticut 06155 Bond.Claims(Wthehartford.com call'888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: v:iLi S TOWERS = -= Agency Code: 10-25216 5 X Hartford Fire Insurance Company.a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company. .t corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois. a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest.a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint. up to the amount of Unlimited : Danielle Bechard of Boston MA, Samuel Begun, Bryan M. Caneschi, Saykham Chanthasone, Michelle Anne McMahon, Mercedes Phothirath, Joshua Sanford, Jynell Marie Whitehead of Hartford CT, Jennifer Godere, Rebecca M. Josephson, Kristopher Pisano, Kathryn Pryor, Melissa Stanton, Gentry Stewart of Mount Laurel NJ, Jonathan Gleason, Richard Hackner, Nicholas Miller, Doritza Mojica, Sarah Murtha, Patricia O'Connell, Lisa A. Pleas, Connor Wolpert of NEW YORK, New York their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof. on behalf of the Companies in their business of guaranteeing the fidelity of persons.guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof. and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed.duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies. the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. _`Tr 4, //-r •tst�s. 'MRN� '•tt ys r'qV �_ �., 11. 4111111111116 T . C `•SYi =iM � !ii . 1 ` i.nof..^ 1D 19 .i foO 4y 19T♦ • Shelby Wiggins,Assistant Secretary Joelle L. L LaPierre,Assistant Vice President STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre.to me known.who being by me duly sworn,did depose and say:that (s)he resides in Seminole County.State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument:that (s)he knows the seals of the said corporations:that the seals affixed to the said instrument are such corporate seals: that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. ♦16 . - Jessica Ciccone My Commission HH 1222SO Expires June 20.2025 I, the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of March 11, 2024 Signed and sealed in Lake Mary. Florida. sr Mau de 61. *woo. ( •a.: �o...et j. \\.'•0u� l079 _° ll/ / -ld Keith D.Dozois,Assistant Vice President EXHIBIT C MAINTENANCE BOND TWO YEAR MAINTENANCE BOND Bond Number: 46BSBJE0623 CITY OF RIVERSIDE, MISSOURI PROJECT: Homestead Park Improvements(Project No.226-024) KNOW ALL MEN BY THESE PRESENTS,that we the undersigned KOMPAN. Inc.,hereinafter referred to as "Contractor",and Hartford Fire Insurance Company Corporation organized under the laws of the State of Connecticut and authorized to transact business in the State of Missouri , as Surety, are held and firmly bound unto the City of Riverside, Missouri hereinafter referred to as "Owner" in the penal sum of Three Hundred Two Thousand Four Hundred Six and 70/100 dollars (S 302,406.70 ), lawful money of the United States of America for the payment of which sum,well and truly to be made,we bind ourselves and our heirs,executors,administrators,successors,and assigns,jointly and severally by these presents. THE CONDITION OF THE FOREGOING OBLIGATIONS IS SUCH THAT: WHEREAS,the above bonded Contractor has,on the loth day of February ,20 24 , entered into a written contract with the aforesaid Owner for furnishing all materials, equipment,tools, superintendence, labor, and other facilities and accessories, for the construction of certain improvements as designated, defined and described in the Contract Documents;a copy of which is made a part hereof by this reference. NOW. THEREFORE, if the said Principal shall construct the improvements in such manner that the same shall endure without need of any repairs(whether resulting from defective materials or defective workmanship)for a period of two(2)years from and after the date of acceptance by the City of Riverside,then this obligation shall be void,otherwise to be in full force and effect in which case Contractor and Surety shall be responsible for the prompt payment of the penal sum to the City for such repairs and/or maintenance including any incidental costs associated therein, including but not limited to the costs of consultants and/or engineering investigations,testing, analysis and any other costs incurred to determine the cause of defect and/or the necessary repair and maintenance and attorney fees incurred in the collection of this Bond. PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract Documents,or the work to be performed thereunder, shall in any way affect its obligation on this bond and it does hereby waive notice of any change, extension of time,alteration,or addition to the terms of the Contract Documents,or to the work. IN TESTIMONY WHEREOF,the said Contractor has hereunto set his hand,and the said Surety has caused these presents to be executed in its name, and its corporate seal to hereunto affixed, by its attorney-in-fact duly authorized thereunto so to do,at on this the 11th day of March ,20 24 34 '10 State House Square,Floor 11,Hartford,CT 06103 Hartford Fire Insurance Company Kompan,Inc. SURETY COMPANY CONTRACTOR BY (SEAL) BY (SEAL) Ric rd Ha ner,Attorney-in-Fact BY (SEAL) (Attorney-in-fact) BY (SEAL) Accompany this bond with the Attorney-in-Fact's authority from the Surety Company(certified to include the date of the bond.) 35 Direct Inquiries/Claims to: THEHARTFORD POWER OF ATTORNEY BOND,T-11 One Hartford Plaza Hartford.Connecticut 06155 Bond.Claims(aithehartford.com call:888-266-3488 or fax 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: WILLIS TOWERS WATSON 11ORIHEAST tiC Agency Code: 10-2 521E 5 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois.a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest.a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint. up to the amount of Unlimited : Danielle Bechard of Boston MA, Samuel Begun, Bryan M. Caneschi, Saykham Chanthasone, Michelle Anne McMahon, Mercedes Phothirath, Joshua Sanford, Jynell Marie Whitehead of Hartford CT, Jennifer Godere, Rebecca M. Josephson, Kristopher Pisano, Kathryn Pryor, Melissa Stanton, Gentry Stewart of Mount Laurel NJ, Jonathan Gleason, Richard Hackner, Nicholas Miller, Doritza Mojica, Sarah Murtha, Patricia O'Connell, Lisa A. Pleas, Connor Wolpert of NEW YORK, New York their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof. on behalf of the Companies in their business of guaranteeing the fidelity of persons.guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof. and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further. pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. • �'y1T;•1� ���� �fu lY'.. TIi IT,,f' IK56•_ �•<I.• �� ....,, • ♦ g 1� . � I,� �«nrrrl :'1 t o!T� � ,�ce•�•Iq �{ y•"4•.�l l= '`•� [ 11:1 ��`+ii1•incl ••iYr•A is7!i ;is,le79•� r• 3 1971 .{ / Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE OF FLORIDA SS. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre.to me known,who being by me duly sworn,did depose and say:that (s)he resides in Seminole County,State of Florida: that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that(s)he knows the seals of the said corporations: that the seals affixed to the said instrument are such corporate seals: that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. Jessica Ciccone `j, � do-.• My Commission NH 12222S0 Expires June 20.2025 I, the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of March 11, 2024 Signed and sealed in Lake Mary. Florida. raw f �Jrri•a� r�--\ �= Y. �•,.t11 �. /►ter 11. f'4 �. Ngr- -ram Keith D.Dozois,Assistant Vice President EXHIBIT D PREVAILING WAGE RATES Special Wage Determination: Prevailing hourly rates of wages follow,as determined by the Division of Labor Standards,Jefferson City, Missouri. 36 .....%'N Missouri Division of Labor Standards WAGE AND HOUR SECTION OFF THE• S T :• . Hfee fi1 ' o 'm L 4. 4' 4% \ - fDCCC *_. 0 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 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 rile 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 Ill Group IV 'The Division of Labor Standards rece!ved fever 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 Prevai.ing Hourly Rate includes any applicable fringe benefit amounts for each occupational title as defined in RSMO Section 290 210 ANNUAL WAGE ORDER NO.30 6/27/23 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(1 Y2)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 E Time for Completion Homestead Park Improvements (Project No.226-024) Time for Completion: 06/21/2024 37 EXHIBIT F SCOPE OF WORK for Homestead Park Improvements(Project No.226-024) Contractor shall perform the following Work as more fully set forth in the Contract Documents, Contractor provided Shop Drawings,and Specifications: • Design of Playground • Construction Staking/Layout and Fine Grading • Concrete Footings • Installation of playground equipment, shelter,and concrete • Installation of playground subbase in preparation for rubberized safety surfacing • Provision of as-built drawings and playground installation and maintenance manuals • Site Restoration of any area disturbed by the Contractor Contractor to provide all 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. See Article IV, Paragrah L. 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 KCAPWA, including but not limited to compaction and material testing. See Article IV, Para L. 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. General Assumptions: 1. Pricing is based on all equipment being direct delivery to the project address identified in Exhibit G(Proposal,Shop Drawings&Specifications). 2. Placement of order into fabrication is contingent with deposit being received by Contractor as agreed to in Contractor's sale proposal. 3. City shall provide a current tax exemption form to Contractor. 4. The site has no overhead obstructions within thirteen feet,six inches(I 3'-6")or lower. 5. City shall provide a lay down area for deliveries of materials within proximity of final installation site. Site access must be clear and unobstructed with at least ten(10') foot wide access to allow delivery of materials.Any size restrictions contributing to additional handling or downsizing of 38 delivery trucks shall be addressed as a change of conditions and will be invoiced as additional costs to the customer. 6. City will remove all existing playground equipment, play borders, benches, drinking fountain, and engineered wood fiber from the playground area prior to the arrival of the Contractor's installation crews. 7. Contractor will excavate for placement of base rock and play area leveling. Excavated material shall be used on site as needed to further level the site and create positive drainage surrounding the playground.The final playground surface slope and cross slope shall be at a level that allows 2%slope of aggregate base for pour in place material and will meet ADA requirements. 8. Contractor to provide compacted aggregate base per EcoTurf requirements: a) 4 inches of'/4"-1" minus aggregate base, or equal, compacted to 90% of maximum density. b) Compaction shall be done with a hand compactor, landscape roller or vibratory plate compactor. c) The base shall be installed at a slope of 2%. d) Base shall be installed to allow proper surfacing heights of 2.5"—4.5",depending on the fall height of the playground equipment. 9. Contractor to install 6"x 6"concrete playground curb. 10.All spoils generated during the excavation of footings shall be disposed of on site at the cost indicated in the Contractor proposal. 11. If subsurface conditions are discovered,procedure in Article IV,Paragraph Q shall be followed. 12.Contractor to provide power source for work. 13.City to provide standard hose bib connection for water supply within one hundred (100') feet from work site. 14. Within one week of contract approval, Contractor shall provide a project installation date and complete schedule with weekly updates.Time is of the essence in the installation of all materials delivered to project site. If delays to the installation schedule accrue outside Contractor's control, equipment shall be delivered to project site as scheduled and equipment and materials invoiced at the time of delivery. Equipment and materials shall be unloaded by the installation crews at the time of installation. If the site is not ready for installation by cause outside of Contractor, it will be the responsibility of the City to offload and store equipment and materials at the project site. The Contractor shall not be held liable for offloading costs, storage fees or equipment damage. 15. If site requires installation of a drainage system within the proposed playground area,playground equipment footings shall be installed prior to the installation of the drainage system by the City and playground footing locations shall take precedence over drainage system requirements. 16. Site layout and dimensions shall be based on Contractor's 2D drawing or CAD drawings. The City will approve a point that Contractor will use for site measurement/layout and final elevation calculations. 17.Any additional costs which may be incurred during installation shall be negotiated between the City and Contractor per Article VII. Exclusions(Unless Explicitly Stated in Contractor Sales Proposal): I. Stamped engineered drawings/calculations or costs to secure permits are not included,if required these costs will be added as a change order payable to Contractor. 2. Demolition and off-site disposal of any existing equipment or site amenities. 39 3. Relocation of any existing equipment. 4. Any required drainage system for playground area. 5. Site landscaping or trimming of vegetation encroaching within the play equipment and safety zones. 6. Play area surfacing(provided by EcoTurf). 7. Site security during Poured in Place surfacing cure time and any vandalism which may accrue during surfacing cure time. 8. Any required retaining walls for proposed play area. 9. Site storage for equipment. 10. Site safety fencing beyond standard four(4')foot orange construction fencing. 11. Relocation of any underground utilities. 12.On site dumpster for disposal of shipping containers and general construction debris. 40 23c -- r I 89.4 �2723cmj —'1 EXPOSED TREE ROOTS MUST REMAIN OUTSIDE OF USE/'——- J — \\, FROM OTHE HIGHEST NE EDESIGNATED PLAY S MUST BE AT YSSURFACE .T ES / \ T > / \ — I USE ZONES MUST BE CLEAR OF ALL OBSTRUCTIONS. \\ iNN®IIII61— I 0 1 I t PIAYGROUHO SITE MUST MEET SURFACING �\ I I\ 11116 / REOUIREMEN75AS PER______ ______ r" - I I 6% \ / I i, Al \...s.._,,.......,..,:,::.__I.,::" _....., q 1 Bt I \ a II IL \1 [ 1 1 \ / I D1 le: i 1 I I i P"'N II, t \\ '/ /' lav Fl ~� / .t�`N, e. I M .\� i%L` 1V 1 \ 1\\ I t ♦ / 1 PIP SAFE SINS11/ SF PERIMETER'.315 LF , / 2 • (-�-••- •�° - r'w ODA HOMESTEAD PARK t — 1 KOMPAN • wwraluntl ;Ewi...lbw qr./ rw 1 E I,rnla 11..00... I' I EXHIBIT F LeN$p Cy • E PCYI❑p14C000° Wp Oda IAPGN:I 910' I N LIFACTURFS'S SNOP OMwIwo « E m°rroE.0 [.l n SCOPE OF WORK—Project Location ,..�T.N[NS'FOTEIAf ',iv [ /[ySAM.� Iw Arwr(.r(sy.. I( uwN.wrrNnlNrr.NNi MM...GMwN. AA, AMC.- _ 4803 NW Homestead Rd. Glwa 6.. 06.12021 K1.0 O Riverside, MO := ';'a .,I,..-w.�=x` do, _�° FLY CAI FLY�� Es I▪ FL1°000..AI .AS I....Cr. 49 • �u.�.r.vn..wrarnl w.wwru-.hrr Site Plan- Option 1 .,_,._.:._-r......w_......._. J EXHIBIT F SCOPE OF WORK - Project Location (Fall Height Surface Areas) Homestead Park Contractor shall ensure aggregate base is installed to allow proper PIP thickness. PIP installed by EcoTurf. „Are," '7 A MO N fe)74 A 2 � .,/ OP II o w J Q /irAI 1 U ev / Fall Height Surface • . ' / ' • ' i • Areas T D► ,�/f /,� ''/ ��0 Q below ' f �.� r .\q , / t . S S F t ,, ` •/.r ,+ f r f I' and below . I ,253 SF 4100, ' , % r 8' and below � f+� : 1244 SF .f � 9' and below �) �� T�.o/ \, 4# 581 SF !.. (� o 0' and below ! ) El ;so SF 40/04p,„_,,..iii J Total SF = 5,889 EXHIBIT G HOMESTEAD PARK IMPROVEMENT PROPOSAL,SHOP DRAWINGS & SPECIFICATIONS Homestead Park Improvements (Project No. 226-024) Shop Drawings and Specifications provided by KOMPAN, Inc.are incorporated by reference. KOMPAN Proposal attached in following pages. Park Site Address:4803 NW Homestead Rd,Riverside,MO 64150 42 � OMNIAKOMPAN< PAR TOERS Let's play Page 1 of 5 Sales Proposal Quote No. 5P129753-8 City of Riverside Customer No. CO17421 Noel Bennion Document Date 02/01/2024 2950 NW Vivion Road Expiration Date 04/01/2024 Riverside,MO 64150 Sales Representative Brent Magruder Email BreMag@Kompan.com Project Name US286014 Home Stead Park No. Description Qty Unit Unit Price Discount% Net Price OMNIA Partners Contract#2017001135 Homestead Park-Option 2 KSW936-CUSTOM 3 Bay Swing:2 infant,1 basket,2 basic seats 1 Pieces 9,390.00 45.00 5,164.50 20249021 M18302-12P Motorcycle Seesaw-Greenline 1 Pieces 4,560.00 57.00 1,960.80 In-ground 60cm PCM111831- PCM111831 VARIANT MEGADECK,UPPERDECK 1 Pieces 62,460.00 65.00 21,861.00 CUSTOM 20249022 I GXY9020 3 5-3 71 7 Enif-Terra 1 Pieces 31,400.00 65.00 10,990.00 In-ground 90cm A822137-06 CHAIN COVER 10 Pieces 44.00 100.00 CRCD NO.1900000030 PCM400531-0602 FOUR TOWERS WITH NET&BRIDGES 1 Pieces 44,840.00 65.00 15,694.00 MODERN,PE SLIDE,IN-GROUND 60CM KOMPAN,INC.1605 W Howard Lane Ste 101 I Austin,TX 78753 USA I Phone No.1-800-426.9788 E-Mail Contact@KOMPAN.com I www.KOMPAN.us SWIFT Code NDEAUS3N(Nordea Bank,NV 1 Bank Account No.USD 718 155 3001 ;Routing No.026010786) • KOMPAN . OMNIA PARTNERS Let's play Page 2 of 5 Sales Proposal Quote No. SP129753-8 City of Riverside Customer No. C017421 Noel Bennion Document Date 02/01/2024 2950 NW Vivion Road Expiration Date 04/01/2024 Riverside,MO 64150 Sales Representative Brent Magruder Email BreMag@Kompan.com Project Name US286014 Home Stead Park No. Description City Unit Unit Price Discount% Net Price PCMS-CUSTOM ADA Cliff Rider 1 Pieces 44,380.00 63.00 16,420.60 725358 10111 GXY96001 2-3 71 7 Supernova-Grey/Lime Green 1 Pieces 9,890.00 65.00 3,461.50 In-ground 90cm PCM804-090Z MINI HAMMOCK 1 Pieces 1,740.00 65.00 609.00 IN GROUND 90CM A822137-06 CHAIN COVER 1 Pieces 44.00 100.00 CRCD NO.1900000030 PCM000121-0601 PLAY COUNTER 1 Pieces 1,880.00 35.00 1,222.00 CLASSIC,IN-GROUND 60cm A822137-06 CHAIN COVER 11 Pieces 44.00 100.00 CRCD NO.1900000030 INSTALL SPECIAL Installation of Kompan equipment based on PW 1 Pieces 110,777.80 20.00 88,622.24 incl installation of water fountain(prov by city) FREIGHT Freight 1 Pieces 17,902.30 17,902.30 Surfacing US-EXCAVATION Excavation of 5885 SF up to 4"deep 5,885 Sq.Feet 3.40 15.00 17,007.65 Includes equipment rental;level removed soil US-MISC-SERVICES Grading of excess soil 1 Pieces 1,153.85 15.00 980.77 KOMPAN,INC.1605 W Howard Lane Ste 101 I Austin,TX 78753 I USA I Phone No.1-800-426-9788 E-Mail Contact@KOMPAN.com I www.KOMPAN.us SWIFT Code NDEAUS3N(Nordea Bank,NY I Bank Account No.USD 718 155 3001 I Routing No.026010786) KOMPAN r. 9j4NVRRS Let's play Page 3 of S Sales Proposal Quote No SP129753-8 City of Riverside Customer No. C017421 Noel Bennion Document Date 02/01/2024 2950 NW Vivion Road Expiration Date 04/01/2024 Riverside,MO 64150 Sales Representative Brent Magruder Email BreMag@Kompan.com Project Name US286014 Home Stead Park No. Description Qty Unit Unit Price Discount% Net Price US- Concrete Work as per project requirements 1 Pieces u,33l au 15.00 5,387.69 — CONCRETEWORK Concrete pad 18x18+walkways US- Concrete Curbing/linear Feet 315 Feet 27 95 15.00 7,456.84 CONCRETECURBIN G 6"x 6"curb US-CUSTOM- Custom Subbase-up to"4"inches compacted 5,885 Sq.Feet 9.11 15.00 45,570.50 SUBBASE stone and Grading PIP installed by others Shads US-TPP-CUSTOM Steel Hip Shelter 1 Pieces 14,723.08 15.00 12,514.62 16X16 EH Steel Hip Shelter House EXTRA SALES Extra freight costs for shelter 1 Pieces 1,930.00 1,930.00 FREIGHT INSTALL SPECIAL Installation of shelter 1 Pieces 16,153.85 15.00 13,730.77 US-ENGSTAMP- Engineered Stamped Drawings 1 Pieces 750.00 750.00 DRW-3 US-MISC-SERVICES Maintenance Bond 1 Pieces 6,663.00 6,663.00 EXTRAS Payment and Performance Bond 1 Pieces 6,509.73 6,509.73 Notes Please read attached General Assumptions and Exclusion document for information on Install/Sitework. Installation based on Prevailing Wage Equipment is as per Site Plan K1.0-01/15/2024 Please allow 11-13 weeks for product delivery upon order placement Assumes site to be accessible&install ready Excludes sitework products,&services not listed KOMPAN,INC.1605 W Howard Lane Ste 101 I Austin,TX 78753 I USA I Phone No.1-800-426-9788 E-Mail Contact@KOMPAN.com www.KOMPAN.us SWIFT Code NDEAUS3N(Nordea Bank,NY I Bank Account No.USD 718 155 3001 I Routing No.026010786) • KOMPAN . OMNIA Let's play Pace 4 of 5 Sales Proposal Quote No. SP129753-8 City of Riverside Customer No. C017421 Noel Bennion Document Date 02/01/2024 2950 NW Vivion Road Expiration Date 04/01/2024 Riverside,MO 64150 Sales Representative Brent Magruder Email BreMag@Kompan.com Project Name US286014 Home Stead Park No. Description Qty Unit Unit Price Discount% Net Price Water hookup and final compaction of stone base by others Description Qty Retail Price Discount Net Price No.of Products 32 Subtotal-Products 226,231.08 136,333.06 89,898.02 Subtotal-Sitework 36,598.60 4,490.34 32,108.26 Subtotal-Installation 187,632.46 33,571.26 154,061.20 Subtotal-Freight 19,832.30 19,832.30 Total USD 302,409.51 Business Agreement OMNIA Partners Contract Payment Terms 50%Prepayment,50%Net 30 days Installation Site Address Homestead Park 4803 NW Homestead Rd, Riverside,MO 64150 KOMPAN,INC.1605 W Howard Lane Ste 101 I Austin,TX 78753 I USA I Phone No.1-800-426-9788 E-Mail Contact@KOMPAN.com I www.KOMPAN.us SWIFT Code NDEAUS3N(Nordea Bank,NY I Bank Account No.USD 718 155 3001 I Routing No.026010786) OMNIA' KOMPAN� PARTNERS Let's play Page 5 of S Sales Proposal Quote No SP129753-8 City of Riverside Customer No. C017421 Noel Bennion Document Date 02/01/2024 2950 NW Vivian Road Expiration Date 04/01/2024 Riverside,MO 64150 Sales Representative Brent Magruder Email BreMag@Kompan.com Project Name US286014 Home Stead Park Note that the color and texture of products and surfacing made with recycled content are subjected by the differences from the used recycled raw materials.Therefore,minor differences in the appearance and texture can occur. Applicable sales tax will be added unless a valid tax exemption certificate is provided.This amount is only an estimate of your tax liability. Your acceptance of this proposal constitutes a valid order request and includes acceptance of terms and conditions contained within this Master Agreement,which is hereby acknowledged. Acceptance of this proposal from KOMPAN is acknowledged by issuance of an order confirmation by an authorized KOMPAN representative. Prices in this quotation are good until expiration date,shown in the top of this document.After that date,this proposal may be withdrawn. KOMPAN Products are"Buy American"qualified,and compliant with the Buy American Act of 1933 and the"Buy American"provision of ARRA of 2009. Prevailing Wage and Payment&Performance Bonds are not included unless stated in body of Sales Proposal. If Payment&Performance Bonds are needed,add 2.2%of the entire sales proposal. KOMPAN Authorized Signature: Accepted By(signature): Accepted By(please print): Date: KOMPAN,INC.160S W Howard Lane Ste 101 I Austin,TX 78753 I USA Phone No. 1-800-426-9788 E-Mail Contact@KOMPAN.com I www.KOMPAN.us SWIFT Code NDEAUS3N(Nordea Bank.NY I Bank Account No.USD 718 155 3001 I Routing No.026010786) EXHIBIT H CITY OF RIVERS! MISSOURI Upstream from ordinary. NOTICE TO PROCEED DATE: PROJECT: Homestead Park Improvements ' PROJECT NO.: 226-024 ORD/RESO: (approved ) TO: Contractor: (address) You are hereby notified to commence work on or after the_ day of , 2024 in accordance with the Agreement dated The date of substantial completion is 06/21/2024. The project shall be completed and ready for final payment by CITY OF RIVERSIDE BY: Brian E. Koral,City Administrator Receipt of the above NOTICE TO PROCEED is hereby acknowledged BY: (Signature) (Printed) (Title) (Company) this the day of ,2024. 43 EXHIBIT I 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(•7a,riversidemo.gov or by calling 816-372-9028) pn�CITY OF PAY APPLICATION NO.S Date Prepared: z`•Oir'' Project No. City of Riverside Page Number I of 2950 NW Vivian Road Project Name R of Pgs Attached: Riverside Missouri,64150 A Original Contract Amount: F Value of Work to Cate: $ • Mao,.ssn.ao.aw n.,•«a.a.e coasts wn a Net change by Change Orders- G Value of Completed to Date: $ • l=F+DI C Present Contract Amount(tine 1./.t ine 21 $ D Value of Stored Materials to Date: $ - N Net Amount $ • l-i-El Percent Retainage: $ 1 Less Previous Payments'. $ • heal ONMeor0u pay+op/pyma! Amount Due this Application: $ - K be,aK...tortrimly Pro)eca.Includ-rig Aetai nag, $ • lsC-I-I) %Project Complete to Date' ODIV/0! COINIIYCIDee Certlecatlar for portent toe tattlers/nett CONTRAC r OR tertian user ltl at peeps ON-SITE PROJECT Manager: popresd payments!served KO OWNER on account or Wont Como-ocean Member: donne coder IIw!:tsarl'r O'••w!'r above,haw teen ammo O ancnesge ss toe as cope OU a 0..AI I NACTOR Intutreb m ENGINEEII's Certrlcateon for Paynrnt Name Pooled avec m..m Won co.ereo A curer and poor Apptalens to Accordance wen Ine.:nnrral Documents Dated on on s.e lor Payments(21 Mlle'o an Wort.relents whit egrpMnl observalvms and Ilr dab tdmprdap uN app.cuhon ow $toned: %OWNo A SW Ww•Sr Organs.Had alb CO.,. Dos Emmen relates Ato�ale Omer%at to me Dell of the AppeYan the Palasenl e e pass'p Darer a.tine el posn ere espy is t Oe rldms0lgn and totes are Wort nabs Date de. K r r -,If.agst M W po n sressen as r abed m are e waits I Wu.*.n .arr.m sacs asdep m n moon Walla.try euadacepane cadence won Die Ca*01.Documents.rta'.ne ! IDOAVG ere00 oywg DMER apamf eed lte0 tea Clam Contra for rs Mhled b oaamenl W me AMON1i 5ec0Ny mle.ess es e1tYWasdi etle 1)l11.Wore co rsv by CERTI'EDS Ms war aeon RI r'aralele Se enema:nee Well Inn Con'rat I CITY OF RIVERSIDE.MO Doc un ants Engineer. City Engineer: Cooetrector: Name P^riled Trans Home, Signed Date Name Ponied "_-- Sigred City Administrator: $igned Dale Brian Kola Sogrsed Date Dale phone No. Address: Address 44 EXHIBIT J CHANGE ORDER (Contact Capital Projects and Parks Manager,Noel Bennion with the City of Riverside for an electronic version nbennion(a,riversidemo.gov or by calling 816-372-9028) Cm Of CHANGE ORDER NO. oteneen RIVERS Contractor Name: Prclecl Name: Page Nunter. el Prole,Number a ofr}a Ab Vane Contract au: The roaawtng change;0:rte o,gm,Y(0003C1 amount were reQuo'et t0 over Cast nlcu,'ea murtcl Coc•Non. i versrde.lassoun by the Contractor or to:erect sastn$s'eakted oy the Contractor as a result of a change n the actual ConstruC:el auannCAs mom`se estimated quanlNms shown on the 64 Proposal aeOrafp teed)a vet stet CoNtRact Conbatl or Contrail or Conlrad or Rom Dacrvoon&Reason Chape Order item oatow anti Olen boot.not reason for New Or New 0 New ix- e Una Item No Previous PIMous Previous. line N Adjusted AdluSted AQ.61ed OWN* Unit ewe An1011rN OuanatY CAge CmeiI 1)%mutated c,Cuf 21 ih1knet.Sne CondiOns 3)Norinearporated plaralsptcs Unit PrIC! Amount SO 00 SO 00 SO 00 SO 00 SO 00 SO 00 S000` SO CO SO 00 SO 00 SO 00 SO 00 Previous Total SO 00 A busted Total SO 00 Net Change S0.00 .ute,.lcnt.A..,...1 Oro5ect Cprdtact Amwnt SO 00 Nel Amount of Previous Adtldrorts aria Deductions SO 00 Net CO/Watt Amount Prof to This Request SO 00 • Amount or Th,s Request SO 00 New Contract Amount SO 00 • Percent Change n Contract Amount "WO, DESIGN ENGINEER: CITY OF RIVERSIDE,MISSOURI: ca.o.., City Engineer: Nano,P,... Travis Hoone `vial On. sPwd City Administrator pact Bran Nora: Sgn.d Cw. CONTRACTOR: ON-SITE PROJECT MANAGER: CONTRACTOR'S CarttltDAtbon for Chanel Omit, ON•SITE PROJECT MANAGER CNrtdtcanon rar Chartae Orttar The under ay.CONTRACTOR:etas toM al dnngea .:ny eso c.o n at CCcrorr itt.n 11. sae ce.coted.00me are nezu✓oy n antler,or Me COMrRoCIOR,a the del cer.prsng me Wipe order me on-Ye GlaNd manage,ronMes roceadwwe.edubn al Mg wend documents.M met me to lee Owed but to Me Ma el One on-.moan,mruge.'s uuwMge .Wee salad viola ale vmd vise rasped A the won .tics....<'.r',se•..a ON*.✓e,e.est..r......,s r.towee rear lea auege tier w►ee..:.*,'o,w eseteut x,ee.n a,.-eat tic.Yett et en,0 twr r.1.n•elf.-I roe.itn.—ea+N'"•-e. t,r•rM: Phni•An.d Na/.Per. San. Sae. 45 CITY OF EXHIBIT K RiVERSI�� MISSOURI Certificate of Substantial Completion (to be completed after substantial completion of the project) Project Name: Homestead Park Improvements Project#:226-024 Requestor of Project: City of Riverside This [tentative] [definite] Certificate of Substantial Completion applies to: 0 All Work under the Contract Documents: 0 The following specified portions of the Work: Date of Substantial Completion The Work to which this Certificate applies has been inspected by authorized representatives of the City, Contractor, and the Engineer, and found to be substantially complete. The Date of Substantial Completion of the Project or portion thereof designated above is hereby declared and is also the date of commencement of applicable warranties required by the Contract Documents,except as stated below. A [tentative] [definitive] list of items to be completed or corrected is attached hereto. This list may not be all-inclusive,and the failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. The responsibilities between the City and Contractor for security,operation,safety,maintenance, heat,utilities,insurance and warranties shall be as provided in the Contract Documents except as amended as follows: Amended Responsibilities Not Amended The City's Amended Responsibilities: Contractor's Amended Responsibilities: — 46 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 47 EXHIBIT L AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW (to be completed at conclusion of-project) 1, ,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 Homestead Park Improvements(Project No.226-024); (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: 46 EXHIBIT M 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: )G.an.P.., _Ln By: Name: ,` Lora—.,s Title: irt.c8•-.....i 49 EXHIBIT N CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT (to be completed at conclusion of project) Homestead Park Improvements (Project No.226-024) 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. (3) Prevailing wage does not apply;or (:) All provisions and requirements set forth in Chapter 290,Section 290.210 through and including 290.340, Missouri Revised Statutes,pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with these provisions and requirements and the Annual Wage Order contained in the Contract in carrying out the Contract and Work. CONTRACTOR has fully complied with the requirements of the prevailing wage law as required in the Contract and has attached affidavits from all Subcontractors on this Project,regardless of tier.affirming compliance with the prevailing wage law as stipulated in the Contract. 4. CONTRACTOR certifies that each Subcontractor has received full payment for its respective work in connection with the Contract. 5. This affidavit is made in behalf of the CONTRACTOR for the purpose of securing from the City of Riverside, Missouri,the certification of completion of the Project and receiving payment therefore. CONTRACTOR By Title On this day of 20 before me appeared , to me personally known to be the of . and who executed the foregoing instrument and acknowledged that (s)he executed the same on behalf of as its free act and deed. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal on the day and year first above written. My commission expires: Notary Public EXHIBIT 0 SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT (to be completed at conclusion of project) Homestead Park Improvements (Project No.226-0241 STATE OF ) SS: COUNTY OF After being duly sworn the person whose name and signature appears below hereby states under penalty of perjury that: I. 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 290340,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) 51 EXHIBIT P ENGINEER/CONSULTANT'S CERTIFICATION For Acceptance and Final Payment (to be completed at conclusion of project) City of Riverside,Missouri Project Name: Homestead Park Improvements Project No: 226-024 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. 1 have approved all payment estimates,and prepared and received approval of all change orders. 1 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. 1 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 52 EXHIBIT Q 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. I324a(hx3). State of ) County of ) ss: BEFORE ME, the undersigned notary, personally appeared , who, being duly sworn,states on his/her oath or affirmation as follows: 1. My name is and I am currently the of (hereinafter "Contractor"), whose business address is ,and I am authorized to make this Affidavit. 2. I 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: Homestead Park Improvements(Project No.226-024). 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. Signature of Affiant Printed Name: Subscribed and sworn to before me this day of ,20_ Notary Public *PLEASE NOTE: Acceptable enrollment and participation documentation consists of the following 2 pages of the E-Verify Memorandum of Understanding: (1)a valid,completed copy of the first page identifying the Contractor;and (2)a valid copy of the signature page completed and signed by the Contractor,and the Department of Homeland Security—Verification.