Loading...
HomeMy WebLinkAboutR-2024-088 Award Skatepark Renovation Bid to Evergreen Skateparks, LLC RESOLUTION NO. R-2024-088 A RESOLUTION AWARDING THE BID FOR THE RENNER BRENNER SKATEPARK RENOVATION AND APPROVING THE AGREEMENT BETWEEN THE CITY AND EVERGREEN SKATEPARKS, LLC FOR SUCH PROJECT WHEREAS, the City issued a request for bids for the construction of improvements for the Renner Brenner Skatepark Renovation (Project No. 224-030) ("Project"); and WHEREAS, the City received one (1) response to its request for bid and the proposal submitted by Evergreen Skateparks, LLC ("Evergreen") in the amount of $604,000.00 has been evaluated by the City and recommended as the most advantageous proposal for performance of the project; and WHEREAS, the Board of Aldermen find it is in the best interest of the City to enter into a contract with Evergreen to perform the Project; NOW THEREFORE BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE MISSOURI AS FOLLOWS THAT the proposal of Evergreen for the Renner Brenner Skatepark Renovation in the amount of$604,000.00 is hereby accepted and approved; and FURTHER THAT an agreement by and between the City of Riverside and Evergreen in substantially the same form as attached hereto in Exhibit "A" and incorporated herein by reference is hereby authorized and approved; and FURTHER THAT the project is subject to the requirements of Section 292.675 RSMo, which requires all contractors or subcontractors doing work on the project to provide, and require its on-site employees to complete, a ten (10) hour course in construction safety and health approved by the Occupational Safety and Health Administration (OSHA) or a similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program. Such training must be completed within sixty (60) days of the date work on the Project commences. On-site employees found on the worksite without documentation of the required training shall have twenty (20) days to produce such documentation; and FURTHER THAT the Mayor, City Administrator, City Attorney, and Finance Director are hereby authorized to execute all documents and agreements necessary or incidental to carry out the terms and conditions of such bid award and the City Clerk is authorized to attest thereto. PASSED AND ADOPTED by the Board of Aldermen and APPROVED by the Mayor of the City of Riverside Missouri the 2nd day of July 2024. Kath en L. Rose, Mayor ATT ST: - _e;__c_cv Robin Kincaid, ity Clerk TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS ADVERTISEMENT FOR BIDS INFORMATION FOR BIDDERS BID FOR LUMP SUM BID FORM BID BOND EXPERIENCE QUESTIONAIRE AFFIDAVIT for WORK AUTHORIZATION AGREEMENT EXHIBIT A PERFORMANCE BOND EXHIBIT B PAYMENT BOND EXHIBIT C MAINTENANCE BOND EXHIBIT D STATE PREVAILING WAGE RATES (MISSOURI) EXHIBIT E TIME FOR COMPLETION EXHIBIT F SCOPE OF WORK EXHIBIT G TECHNICAL SPECIFICATIONS EXHIBIT H NOTICE TO PROCEED EXHIBIT I EXAMPLE - APPLICATION FOR PAYMENT FORM EXHIBIT J EXAMPLE- CHANGE ORDER FORM EXHIBIT K CERTIFICATE OF SUBSTANTIAL COMPLETION EXHIBIT L AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW EXHIBIT M ANTI-DISCRIMINATION AGAINST ISRAEL ACT CERTIFICATION EXHIBIT N CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT EXHIBIT 0 SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT EXHIBIT P ENGINEER/CONSULT. CERT. for Acceptance & Final Payment TECHNICAL SPECIFICATIONS DIVISION 1 —GENERAL REQUIREMENTS Section Description 010200 GENERAL REQUIREMENTS 01015 CON TRACTOR USE OF PREMISES 01030 SPECIAL CONDITIONS 01040 COORDINATION 01051 CONSTRUCTION SURVEY AND STAKING 01060 STANDARD SPECIFICATIONS AND PLANS 01270 MEASUREMENT AND PAYMENT 01320 CONSTRUCTION SCHEDULE 01330 SUBMITTALS 01410 TESTING LABORATORY SERVICES 01550 EROSION AND SEDIMENT CONTROL 015639 TEMPORARY TREE AND PLANT PROTECTION DIVISION 3—CONCRETE Section Description 03 11 00 CONCRETE FORMING 03 20 00 CONCRETE REINFORCING 03 30 00 CAST-IN-PLACE CONCRETE 03 30 10 PORTLAND CEMENT CONCRETE 03 37 00 SPECIALTY PLACED CONCRETE 03 37 13 SHOTCRETE 03 60 00 GROUTING DIVISION 5—METALS Section Description 05 50 00 METAL FABRICATIONS 05 52 13 PIPE AND TUBE RAILINGS DIVISION 31 —EARTHWORK Section Description 31 10 00 SITE CLEARING 31 22 00 GRADING 31 23 00 EXCAVATING, BACKFILLING AND COMPACTING DIVISION 32—EXTERIOR IMPROVEMENTS Section Description 32 11 24 AGGREGATE BASE COURSE 32 91 13 SOIL PREPARATION 32 92 00 TURF AND GRASSES DIVISION 33—UTILITIES Section Description 33 46 00 SUBDRAINAGE SYSTEMS DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS CITY OF RIVERSIDE,MISSOURI ADVERTISEMENT FOR BIDS Separate sealed bids for the Renner Brenner Skatepark Renovation(224-030)will be received by the City Clerk at Riverside City Hall, 2950 NW Vivion Road, Riverside, Missouri until 10:00 A.M., on Thursday,June 27, 2024, and then publicly opened and read aloud at Riverside City Hall. A pre-bid meeting will be held on June 11 th at 10:30 A.M. at Riverside City Hall. The Information for Bidders, Form of Bid, Agreement, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other Contract Documents may be examined at the office of the City Engineer at the above city hall address. Copies may be obtained at the office of Drexel Technologies, Inc. Planroom, located at 10840 W. 86th Street, Lenexa, KS. 66214, (913) 371-4430. Such documents will be at the contractor's expense. Such fee shall be non-refundable. Contract documents can also be viewed or downloaded at (https://planroom.drexeltech.com). The Information for bidders and advertisement can be viewed on the City of Riverside's website https://www.riversidemo.gov/bids. The City reserves the right to waive any informality or to reject any or all bids. Dated: May 17,2024 CITY OF RIVERSIDE,MISSOURI INFORMATION FOR BIDDERS The City of Riverside,Missouri(the"City")invites sealed bids on the forms contained in the Bid Package and Contract Documents for the Renner Brenner Skatepark Renovation (Project No. 224-030) 1. Receipt and Opening of Bids. Bids will be received by the City at the office of the City Clerk,Riverside City Hall, 2950 NW Vivion Road,Riverside,MO 64150,until 10:00 a.m.on June 27,2024,at which time all sealed bids will be publicly opened and read in the presence of one or more witnesses. The envelope(s)containing the bids must be sealed,clearly marked on the outside of the envelope"Renner Brenner Skatepark Renovation (Project No. 224-030)"and addressed to the City Clerk at Riverside City Hall. The City reserves the right to award the contract by sections, to accept or reject any and all bids, to waive any technicalities or irregularities therein, to determine in its sole discretion the lowest responsive and responsible bidder,and to award the contract on such basis. Any bid may be withdrawn at the request of the bidder for return of the bid packet submitted by filing a written request with the City Clerk prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 90 days after the actual date of the opening thereof without forfeiture of the Bid Security. 2. A Pre-Bid Meeting will be held on June 11th at 10:30am at Riverside City Hall. Please RSVP to nbennion@riversidemo.gov for a zoom link. 3.Rejection of all Bids. If the City rejects all Bids,the City may: (1)re-advertise or re-solicit Bids following the City's normal bidding procedure; or(2)use an expedited Bid submission schedule when the City determines that the delay would not be in the best interest of the project or the City. BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY BECAUSE OF SUCH REJECTION, AND THE SUBMISSION OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. 4. Preparation and Submission of Bid. Each bid must be submitted on the prescribed form(s)and accompanied by: (1)Qualifications of Bidder(Experience Questionnaire)with Certificate of Good Standing (2)Affidavit of Work Authorization with E-Verify attached(2 pages) (3)Bid Bond (4)Bid Form All blank spaces for bid prices must be filled in, in ink or typewritten, and the foregoing Certifications must be fully completed and executed when submitted. On alternate items for which a bid is not submitted, a written indication of"no bid" on the bid form is required. No oral, electronic,facsimile or telephonic bids or alterations will be considered. A complete set of the bidding documents are on file for examination at the office of the City Engineer at Riverside City Hall. A copy of the bidding documents may be obtained from Drexel Technologies, Inc. Planroom (https://planroom.drexeltech.com), located at 10840 W. 86th Street, Lenexa, KS. 66214, (913) 371-4430, upon payment of a non-refundable sum for each complete set. An additional charge may apply for mailing of bidding documents. CONTRACTORS SHOULD READ AND BE FULLY FAMILIAR WITH ALL BIDDING AND CONTRACT DOCUMENTS BEFORE SUBMITTING A BID. IN SUBMITTING A BID, THE BIDDER WARRANTS THAT IT HAS READ THE BIDDING AND CONTRACT DOCUMENTS AND IS FULLY FAMILIAR THEREWITH, THAT CONTRACTOR HAS VISITED THE SITE OF THE WORK TO FULLY INFORM ITSELF AS TO ALL EXISTING CONDITIONS AND LIMITATIONS, AND CONTRACTOR HAS INCLUDED IN THE BID A SUM TO COVER THE COST OF ALL ITEMS OF THE WORK. The submission of a bid will constitute an incontrovertible representation by the bidder that the Bid Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work. Bids by a corporation must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign)and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address shall be shown below the signature. Bids by a partnership must be executed in the partnership name and signed by a partner,whose title must appear under the signature and the official address of the partnership must be shown below the signature. 5. Addenda and Interpretations. No interpretation of the meaning to the specifications, or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be addressed to: Design Engineer: Mears Design Group, Troy Mears; troym(a mearsdesigngroup.com with a copy to: Resident Project Representative,City of Riverside: Noel Bennion; nbennion@riversidemo.gov and to be given consideration must be received by 5pm on June 20`h,2024. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the Bid Documents which, if issued, will be provided at the Drexel Technologies, Inc. Planroom (https://planroom.drexeltech.com), not later than three(3)calendar days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. Addenda may also be issued to modify the Bid Documents as deemed advisable by the City. At the time of Bid submission, each Bidder shall verify that it has considered all written addenda. No one is authorized to make any clarifications, interpretations or modifications or give any instructions to the bidders during the bidding period except as described in this Section. 6. Substitute Material and Equipment. The contract,if awarded,will be on the basis of material and equipment described in the drawings or specified in the specifications without consideration of possible substitute of"or- equal"items. Whenever it is indicated in the drawings or specified in the specifications that a substitute"or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the "effective date of the Agreement". 7. Subcontracts. As part of the experience questionnaire, the bidder shall submit to the City with the Bid a list of all proposed subcontractors to be used on the project. The list shall indicate those portions of the work each subcontractor will be performing. The Contractor shall also submit a list of suppliers of major materials to be used on the project. The list shall indicate which materials each supplier is furnishing. The Bidder must be capable of demonstrating to the satisfaction of City that bidder has the capability at the time of submission of the bid to manage or perform all of the Work required to be performed on the project by Contractor under the Agreement. 8. Qualifications of Bidder(Experience Questionnaire. The City may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. At a minimum, each Bidder must submit the following information with the Bid: Authority to Do Business in Missouri. Each bid must contain evidence of bidder's qualification and good standing to do business in the State of Missouri or covenant to obtain such qualification prior to award of the contract. Key Personnel. Identify the following Key Personnel proposed for the Project. (NOTE: Key Personnel must be committed to the Project for its duration,and may not be removed or substituted without the City's prior written consent.) GC Project Manager On-Site Field Superintendent QC/QA Manager Safety Officer For each of the Key Personnel,provide the following background information: • Years of employment with current employer; • Other projects this person will be involved with concurrently with the project; • Provide professional registrations, education, certifications and credentials held by the person that are applicable to the Project. Quality Assurance/Quality Control Plan. Provide a summary of Bidder's Quality Assurance/Quality Control Plan for this project • Describe key issues that might affect the Project schedule and how Bidder proposes to address them • Provide a statement regarding all work performed two(2)years immediately preceding the date of the Bid that contains either(a)any written notices of violations of any federal or state prevailing wage statute in which prevailing wage penalties were assessed against the Bidder or paid by the Bidder; or (b) a statement that there have been no such written notices of violations or such penalties assessed Statement of Assurances. Provide affirmation of the following items: • Statement that Bidder is current on payment of Federal and State income tax withholdings and unemployment insurance payments • Statement that the Bidder has not been rescinded or debarred from any bidding, contractual, procurement or other such programs by federal state or local entities. • Statement of Bidder's litigation and/or arbitration history over the past seven(7)years including final ruling. Pending cases must be disclosed with a notation that the matter is still unresolved. • Statement of Bidder's bond history over the past seven (7) years including any incidences of failure to perform. • Provide sworn affidavits as outlined in the Information to Bidders' concerning Bidder's participation in the federal work authorization program. • Statement that there is no collusion or fraud with reference to illegal relationships of bidders and representatives of the City,bid pooling or straw bids. 9. Bid Security. Each bid must be accompanied by a bid bond payable to the City for five percent(5%) of the total amount of the bid. A certified check made payable to"The Treasurer of the City of Riverside"may be used in lieu of a bid bond. Attorneys-in-fact who sign bid bonds must file with each bond a certified and effectively dated copy of their power of attorney. As soon as the bid prices have been compared, the City will return the bonds of all except the three (3) lowest responsible bidders. The bid bond of the remaining bidders will be retained by the City until the earlier of(a)the 91st day after the bid opening, or(b) execution and delivery of the Agreement together with all bonds, evidence of insurance, work authorization affidavit and other documents required under the Agreement by the bidder to whom Notice of Award is given. The Bid Security shall be forfeited to the City if the bidder to whom an award is made fails to enter into the required contract or fails to deliver the required performance or payment bonds. 10. Liquidated Damages for Failure to Enter into Agreement. If the Bidder fails or refuses to execute the Agreement and deliver such additional documentation within ten(10)days of Notice of Award,any Bid Security shall immediately become due and payable and forfeited to the City as liquidated damages. Bidders agree that this is a fair and reasonable approximation of the actual damages incurred by the City for the Bidder's failure to honor its bid and that the liquidated damages in this Section are not penal in nature but rather the parties' attempt to fairly quantify the actual damages incurred by the City for the Bidder's refusal to honor its bid. 11. Time of Completion and Liquidated Damages. Bidder must agree to commence work on or before date listed on the submitted bid and incorporated into a written "Notice to Proceed" of the City and to fully complete the project with 120 calendar days.Bidder must agree also to pay as liquidated damages,the sum of$500 for each consecutive calendar day thereafter as hereinafter provided in the Agreement and Contract Documents.No time extensions will be granted, except in case of unusual (unseasonable) weather conditions or additional work requested by the City. Bidder agrees that the sum of S500 per day is a fair and reasonable approximation of the actual damages incurred by the City for the Bidder's failure to complete the project within the time outlined above and that such liquidated damages in this Section are not penal in nature but rather the parties' attempt to fairly quantify the actual damages incurred by the City for such delays. 12. Conditions of Work. Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of its obligation to furnish all material and labor necessary to carry out the provisions of the contract.Insofar as possible the Contractor, in carrying out the work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 13. Laws and Regulations. The bidder's attention is directed to the fact that all applicable State laws,municipal ordinances,and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout,and they will be deemed to be included in the contract the same as though herein written out in full. 14. Method of Award-Lowest Responsible Bidder. If at the time this contract is to be awarded,the lowest bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the City as available to finance the contract;the contract will be awarded to the"lowest responsible bidder". The City desires a low(est) responsible bid that is also prompt,and will evaluate bids accordingly taking these two criteria,in addition to the others listed in City Code Section 135.100, in account in determining what is in the best interest of the City.If such bid exceeds such amount, the City may reject all bids or may award the contract on such items as identified by and deemed in the best interest of the City, in its sole discretion,as produces a net amount which is within the available funds. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. If this solicitation includes Bid Alternates, the City, in its sole discretion, may include any, all or none of the Alternates in determining the lowest responsible Bid. The City may include the Alternates in any combination and in any order or priority as deemed in the best interest of the City. The City may make this determination at any time after bid closing and prior to contract award. The City will act in the best interest of the City in determining whether to include any, all or none of the Alternates and the combination and priority of any Alternates selected. If additional funding becomes available after Contract award,the City may add any or all of the Alternates to the Agreement by Change Order. The City may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for portions of the work. Operating costs,maintenance considerations,performance data and guarantees of materials and equipment may also be considered by the City. The City reserves the right to reject any and all bids,to waive any and all informalities,and the right to disregard all nonconforming, non-responsive or conditional bids. In evaluating bids, the City shall consider the qualifications of the bidders,whether or not the bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid. The City may conduct such investigations as it deems necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications and financial ability of the bidders, proposed subcontractors and other persons and organizations to do the work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. The City reserves the right to reject the bid of any bidder who does not pass any such evaluation to the City's satisfaction. If the contract is to be awarded, it will be awarded to the lowest responsible bidder whose evaluation, in the sole determination by the City, indicates to the City that the award will be in the best interests of the project. 15. Obligation of Bidder.At the time of the opening of bids,each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the Contract Documents (including all addenda). The failure or omission of any bidder to examine any form,instrument,or document shall in no way relieve any bidder from any obligation in respect to the bid submitted. On request, City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his bid. 16. Federal Work Authorization Program Participation. Bidders are informed that pursuant to Section 285.530, RSMo, as a condition of the award of any contract in excess of five thousand dollars ($5,000), the successful bidder shall,by sworn affidavit and provision of documentation,affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection to the contracted services.The affidavit shall further provide that the successful bidder does not knowingly employ any person who is an unauthorized alien in connection to the contracted services. 17. Proof of Lawful Presence. RSMo 208.009 requires that contractors provide affirmative proof that the Contractor is a citizen or permanent resident of the United States or is lawfully present in the United States. Affirmative proof can be established through a Valid Driver's License; US Birth Certificate (certified with an embossed, stamped or raised seal issued by a state or local government—hospital certificates are not acceptable); US Passport (valid or expired); US Certificate of Citizenship, Naturalization or Birth Abroad; US Military Identification Card or Discharge Papers accompanied by a copy of US Birth Certificate issued by a state or local government. 18. Safety Standards and Accident Prevention. With respect to all work performed under this contract, the Contractor shall: a. Comply with the safety standards provisions of applicable laws, building and construction codes, and the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970(Public Law 91-596), and the requirements of Section 292.675,RSMo b. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees)and property. c.Maintain at Contractor's office or other well known place at the job site,all articles necessary for giving first aid to the injured,and shall make arrangements for the immediate removal to a hospital or a doctor's care of persons(including employees),who may be injured on the job site. d. Bidders are informed that the Project is subject to the requirements of Section 292.675, RSMo,which requires all contractors or subcontractors doing work on the Project to provide, and require its on-site employees to complete, a ten (10) hour course in construction safety and health approved by the Occupational Safety and Health Administration("OSHA")or a similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program. The training must be completed within sixty(60)days of the date of work on the Project commences.On- site employees found on the worksite without documentation of the required training shall have twenty (20)days to produce such documentation. 19. Prevailing Wage. Wage rates for the project shall be not less than the prevailing wage rates for Platte County currently in effect as determined by the Division of Labor Standards of the State of Missouri, pursuant to RSMo 290.210 et seq. The Contractor will forfeit a penalty to the City of$100 per day, or portion thereof, for each worker that is paid less than the prevailing rate for any work done under the contract by the Contractor or any Subcontractor. 20. Reserved. 21. American Products. Pursuant to RSMo 34.353,any manufactured good or commodities used or supplied in the performance of the contract(or subcontract) shall be manufactured or produced in the United States, unless determined to be exempt as provided in state law. 22. Transient Employers. Pursuant to RSMo 285.230, every transient employer (employer not domiciled in Missouri) must post in a prominent and easily accessible place at the work site a clearly legible copy of the following: 1) Notice of registration for employer withholding issued by the Missouri Director of Revenue, 2) Proof of coverage for workers' compensation insurance or self-insurance verified by the Missouri Department of Revenue through the records of the Division of Workers Compensation; and 3) Notice of registration for unemployment insurance issued to such employer by the Division of Employment Security. Contractor shall be liable for a penalty of$500.00 per day until such notices required by RSMo 285.230 et seq. are posted. 23. Current City Business License. The successful bidder, and all subcontractors, shall obtain a current city business license prior to beginning construction. 24. Sales Tax Exemption Certificate. The City will supply the Contractor with a Project Exemption Certificate for use in purchasing materials and supplies used on the project. The Contractor shall, in preparing its bid,omit from its computed costs all sales and use taxes related to the purchase of materials or other tangible personal property incorporated into or consumed in the construction of the Project. 25. Non Discrimination and Equal Opportunity. Contractor shall ensure that all employees are treated equally without regard to their race, color, religion, sex, age, handicap or national origin. The City hereby notifies all bidders that socially and economically disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religion, sex, age, ancestry or national origin in consideration for an award. The City of Riverside is an equal opportunity employer and encourages minority,women and disadvantaged contractors to submit bids. 26. Security for Payment and Faithful Performance. Simultaneously with delivery of the executed contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract. The Bond furnished by bidder shall contain the requirements and conditions set forth in and shall comply in all respects with Section 107.170 RSMo and other applicable legal requirements. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the City and shall have a ratinE of at least"A-"from Best's in an amount equal to one hundred percent(100%)of the contract price that does not include the cost of operation, maintenance and money. Attorneys-in-fact who sign contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 27. Signing of Agreement. When City gives a Notice of Award to the successful bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement and all other Contract Documents. Within ten (10)days thereafter Contractor shall sign and deliver at least three(3)counterparts of the Agreement to City with all other Contract Documents attached and signed as required,together with the required bonds,evidence of insurance, city licenses and work authorization affidavit and documentation. Within ten(10)days thereafter City will deliver all fully signed counterparts to Contractor. The City may issue a Notice to Proceed with or at any time after delivery of signed counterparts to Contractor. BID FOR LUMP SUM To: City of Riverside, Missouri Project: Renner Brenner Skatepark Renovation Project No. 224-030 Date 6/24/24 Evergreen Skateparks Proposal of (hereinafter called "Bidder") a corporation/partnership/individual/or other entity organized and existing under the laws of the State of Oregon , a corporation/partnership/ or individual doing business as Evergreen Skateparks To the City of Riverside, Missouri(hereinafter called "City") To Whom It May Concern: The Bidder, in compliance with your invitation for bids for the construction of the above referenced project having examined the specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the contract documents,within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents,of which this proposal is a part. Bidder hereby agrees to commence work under this contract on or before a date to be specified in written "Notice to Proceed"of the City and to fully complete the project within one hundred twenty(120)consecutive calendar days thereafter as stipulated in the specifications.Bidder further agrees to pay as liquidated damages, the sum of$500 for each consecutive calendar day thereafter that the project is not complete, as provided in the Contract Documents. Bidder agrees that the sum of$500 per day is a fair and reasonable approximation of the actual damages incurred by the City for the Bidder's failure to complete the project within the time outlined above and that such liquidated damages in this section are not penal in nature but rather the parties' attempt to fairly quantify the actual damages incurred by the City for such delays. Bidder acknowledges receipt of the following addendum(s): 1 &2 Bidder agrees to perform all of the project work described in the scope of work, for the lump sum contained in the attached Bid for Lump Sum attached hereto. The total bid amount is: ($ (oc \ 0dO The lump sum price shall include all labor,materials,bailing,shoring,removal,overhead,profit,insurance, etc.,to cover the finished work of the several kinds called for.Changes shall be processed in accordance with Article VII of the Agreement. Bidder understands that the City reserves the right to reject any or all bids and to waive any informality in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid,bidder will execute the formal contract attached within 10 days and deliver a Surety Bond or Bonds as required by the Agreement. 0 The bid security attached in the sum of 5 ° 'f"tiir tt,d,su-.i h vicktbollars ($ —)3O 2,-C.)V ) is to become the property of the City in the event the Agreement and all Contract Documents,including the Performance and Payment Bonds are not executed within the time above set forth,as liquidated damages for the delay and additional expense to the City caused thereby. The undersigned Bidder proposes and agrees hereby to commence the Work of the Contract Documents by 3 1 120 LS . A written Notice to Proceed will be issued by the City for such date. / Bidder agrees to fully complete the Work within 120 calendar days. THE UNDERSIGNED BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY OF RIVERSIDE,MISSOURI BECAUSE OF SUCH REJECTION,AND THE FILING OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. Respectfully submitted: (SEAL-if bid is by a corporation) el By Name: t;L41A v'f..' .. k. Inn Title: n M*j y Street: 5 32.1 S Co 9 ACC G City,State,Zip: :ftWk a.ca , 6112-0 CO Phone: 03\ } —C.t 3 3 • CtNI \rUch () w 11 �6mr✓ Wte. ear lto k� oUr SChtdUc c&tloVJ5 BID FORM BID FOR LUMP SUM CONTRACT (Pricing) CONTRACTOR: . ),(e. 6n p(tr�, UL- RENNER BRENNER SKATEPARK RENOVATION (224-030) 1 Skatepark Construction Lump Sum $ b4 totD The City of Riverside has been coordinating with the nonprofit,Wildflower Wellness,to add features to this skatepark that will assist visually impaired skaters.These features could include,but not be limited to: 1) Stamped concrete and ceramic tile borders along the edges of the skatepark and key transition points.If ceramic tiles are incorporated,they will be commercially manufactured and provided to the skatepark contractor. 2) High visibility paint along edges,stairs or other locations where it would aid a visually impaired person with navigation. The City desires the skatepark contractor to work with Wildflower Wellness to approve installation details and change order selected features into the contract These features will be funded by Wildflower Wellness. BID BOND (Bid Security) KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Evergreen Skateparks, LLC as PRINCIPAL and Merchants Bonding Company (Mutual) as SURETY, are held and firmly bound unto the City of Riverside, Missouri, ("City") in the sum of Five Percent of Total Bid Dollars ($ 5% of Total Bid ) ("Bid Security"), for the payment of which sum well and truly to be made, we hereby jointly and severally bind ourselves,our heirs,executors, successors,and assigns, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas Principal has submitted a bid dated June 27 , 20 24 , to enter into a contract in writing for the Renner Brenner Skatepark Renovation(Project No. 224-030); NOW,THEREFORE, IF said Bid shall be rejected,or in the alternate, IF Principal shall not withdraw the bid within the period specified therein after the opening of bids, or, if no period be specified,within ninety(90)days after the bid opening,or in the alternate, IF said Bid shall be accepted and the Principal shall execute and deliver a contract in the form of contract attached hereto, properly completed with all attachments and requirements pertaining thereto, and shall furnish a bond for the faithful performance of said contract,and for the payment of all persons performing labor or furnishing materials in connection therewith, shall in all other respects perform the agreement created by the acceptance of said Bid within ten(10)days after such Contract Documents are presented to Principal for signature,or in the alternate, In the event of the withdrawal of the Bid within the period specified, or the failure to enter into such contract within the time specified,then the Bid Security shall immediately become due and payable and forfeited to the City as liquidated damages. Principal and Surety agree that this is a fair and reasonable approximation of the actual damages incurred by the City for the Principal's failure to honor its bid and that the liquidated damages in this section are not penal in nature but rather the parties'attempt to fairly quantify the actual damages incurred by the City for the Principal's refusal to honor its bid. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by the extension of the time within which the City may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF,the Principal and Surety have hereunto set their hands and seals,and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers,the day and year set forth herein. PRINCIPAL: Evergreen Skateparks, LLC (Signature) Printed ame: �►ne, Title: 0% Qi(' Date: /2 iz I hereby certify that surety is duly licensed to issue bonds in the State of Missouri and in the jurisdiction in which the Project is located. Merchants Bonding Company(Mutual) SURETY By:Q_ (Signature) Printed Name: Terah Lane Title: Attorney-In-Fact Date: June 12,2024 SURETY POWER OF ATTORNEY MUST BE ATTACHED CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfulness,accuracy,or validity of that document. State of California ) County of Orange ) On (9 6.:;11.Duaq before me, Kim Luu ,Notary Public, personally appeared Terah Lane Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s_) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing ••� KIM LUU Commission#2472703 paragraph is true and correct. • d "6". _ Notary Public-California jcpeE County esDEC7,2yo � E WWITNESS my hand and cial seal. Signature: Si Lure of Notary Public Place Notary Seat Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could present fraudulent and reattachment of this form to another document. Description of Attached Document Type or Title of Document: Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies) Claimed by Signer(s) Capacity(ies)Claimed by Signer(s) Signer's Name: Terah Lane Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): LI Partner: ❑Limited El General ❑ Partner: ❑Limited El General ❑ Attorney in Fact ❑ Attorney in Fact ❑ Trustee El Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: El Other: Signer Is Representing: Signer Is Representing: �^%+�%�/�~VqV/%v/\hVA�^V^V/v/:~V~V~V~V~hV^Vh TVnA^Y^V^VnV~V^V~V~V^nllr�i^V~4~Y~VI.%W~Vi\�~V/V/:n'1v1�%ii+f rVVVVVVVV V`..VVVV:..yV + ^VVVVVVV`Rev. 1-15 MERCHAN-i BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC_, both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, Heather Saltarelli;Jeri Apodaca;Jessica Alvarado;Kevin Cathcart; Kim Luu;Leigh McDonough;Mark Richardson;Mike Parizino;Rachelle Rheault; Terah Lane;Teresa I Jackson their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 3rd day of February , 2024 ••'•••.....'••• •.•' MERCHANTS BONDING COMPANY(MUTUAL) .•'•+PZ� NqI•e•• •.*O�NG CO!1jA•• MERCHANTS NATIONAL BONDING, INC. ;gig •40EtP0/4-•0: :g0.•OIIPO/9 .9 • d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY -O- 0:0 • • :r--:= .o- rn. • v'• 2003 ;c :y•: 1933 �. : By /43d�.• : Jd. �ti• . 7Ce,‘ '•• '••.......•:;��:• '• .�• •• ••• \'� •' President STATE OF IOWA •••.•��•��*����•.••• ••• .•' COUNTY OF DALLAS ss. On this 3rd day of February 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. r.y S' Penni Miller z ,d�4 Commission Number 787952 `� • n24t• • My Commission Expires - iCWA January 20,2027 �_ Nota b (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 12th day of June . 2024 ••,.........•• •••--•• •�10Nq •'• ENO Co.•• iZi =i 2 -0 0 i i :Q.-. 1933 0.3• Secretary . ;v 2003 0- .sJ. •�ti: ;d' \•• '• (9'.., • ,,v, ••_, •.•: N." .•3� . ••".(.•4.* POA 0018 (1/24) PRE-QUALIFICATIONS FOR SPECIALTY SKATEPARK CONSTRUCTION Skateparks are not considered standard concrete flatwork; they require unique shapes, such as concave and convex features and finishes, and the sculptural blending of compound radius curves. All must be completed with precision for the skate facility to function properly. To be considered a qualified and responsible Bidder,the Bidder shall provide documentation establishing that the Bidder and/or subcontractor has satisfied the experience requirements listed below: 1) The skatepark specialty contractor, or subcontractor, has completed a minimum of seven (7) CAST-IN-PLACE CONCRETE SKATEPARKS within the past 5 years under listed company name. 2) Shall have experience in renovating and resurfacing concrete skateparks. Please provide three (3)examples of cast-in-place skateparks with dates of completion. 3) Shall have experience of completing at least five (5) 10,000 sf or larger skateparks in the last five(5)years as a specialty sub-contractor or contractor with the inclusion of a bowl with pool coping,street features and intermediate area. 4) Installation of storm drainage systems in conjunction with skatepark components. 5) Shaping of earthwork to specified radius. 6) Experience creating concave and convex shaped concrete elements containing precisely shaped compound radius curves. 7) Experience in application of vertical and horizontal shotcrete work, including horizontal and vertical radius transitions that include compound radius curves and blends, formed concrete, grinding rails,and associated concrete reinforcement as needed. 8) Skilled with the installation of steel coping edges,smooth flowing seamless transition areas,and smooth trowel concrete finish work. 9) Layout, fabrication,and construction of the steel coping. 10)Installation of concrete flatwork between bowled areas. DOCUMENTATION OF PROJECT EXPERIENCE The following forms shall be completed by each bidding skatepark specialty contractor and/or subcontractor. FAILURE TO COMPLETE THIS FORM WILL RESULT IN THE REJECTION OF THE Bp. ` ,Specialty contractor prequalification statement " pecialty contractor information xperience questionnaire SPECIALTY CONTRACTOR PREOUALIFICATION STATEMENT (To be completed by each Bidder and submitted with Bid) The intent of the City is to pre-qualify skatepark builders for this project who must have prior specialty skatepark construction experience. This prequalification is required for specialty skatepark items only. Other work normally performed by a general contractor(site grading, drainage,paving,concrete flatwork, etc.)that is considered site work does not require prequalification. This statement will determine the specialty contractor's qualification for this project. In addition to skatepark construction experience, firms must also demonstrate an ability to meet minimum guidelines as set in the TECHNICAL SPECIFICATIONS of the Contract Documents. Submission of this questionnaire does not constitute qualification. Qualification may be denied for any reason the Owner deems necessary for the successful completion of the project. SPECIALTY CONTRACTOR INFORMATION Evergreen Skateparks LLC COMPANY NAME (Full Legal Name) 5327 SE 69th Ave Portland, OR 97206 STREET ADDRESS MAILING ADDRESS (If Different Than Above) Catherine Coulon evergreenskateparks@gmail.com 503-807-0103 CONTACT PERSON E-MAIL PHONE# 45-2995554 FEDERAL TAX ID NO. APPLICATION SUBMITTED BY: Catherine Coulon owner (Name) (Title) SPECIALTY CONTRACTOR(SC) INFORMATION 1) If the SC is a corporation,please provide the following: State&Date of Incorporation: Contractor License#and Classification: Secretary/Treasurer's Name: 2) If the SC is a partnership, please provide the following: State &Date of Partnership: Oregon - 2011 Contractor License#: 1.94960 General Partner(s)Names Catherine &William Coulon 3) If the SC is sole proprietor, or individually owned,please provide the following: State, & Date of Ownership: Primary Owner's Name &License#: Please Check YES \ • 1 r.' 1) Have you ever operated under any other names in the past? If so,name of organization 1 I 12) Has any owner,officer or partner of your organization ever been an owner, officer or partner of this or any other organization that failed to complete a construction contract or been charged liquidated damages? If yes, please provide additional information on a separate sheet. IX 3) Has your organization ever been denied,debarred,or suspended by a government agency regarding licensing or award of contracts? If yes, please provide additional information on a separate sheet. XII4) Does the organization owe back taxes to the IRS? If so,how much? If yes,please provide additional information on a separate sheet. IXI 5) Has your organization ever failed to qualify as a Specialty Contractor of any project? If yes,please provide additional information on a separate sheet. [XI 1--j 6) Has your organization constructed at least 10 cast-in-place skateparks? State of Oregon OFFICE OF THE SECRETARY OF STATE Corporation Division Certificate of Existence 3368370 I, LAVONNE GRIFFIN-VALADE, SECRETARY OF STATE and Custodian of the Seal of said State, do hereby certify: EVERGREEN SKATEPARKS LLC is Organized under the laws of The State of Oregon and is active on the records of the Corporation Division as of the date of this certificate. In Testimony Whereof, I have hereunto F � set my hand and affixed hereto the , ,` . Seal of the State of Oregon. Tom. \\,, el:lily-Lc_ 614A-(14C4de- LAVONNE GRIFFIN-VALADE, SECRETARY OF STATE Issued Date: 6/17/2024 }ti Come visit us on the Internet at:https://sos.oregon.gov/business i, :� 1 or use the QR code to check their current status. EXPERIENCE OUESTIONNAIRE (To be completed by each Bidder and submitted with Bid) Attach Certificate of Good Standing for State in which incorporated. If not incorporated in Missouri,also attach Certificate of Authority to do Business in Missouri. Certificate Number: Date: 1. How many years has your Company been in business as a contractor under your present business name? 13 2. List all other prior business names and locations under which you or any partner,principal or other officer of your company has ever done business: .1I�. 3. How many years'experience in the proposed type and size of construction work has your Company had: (a)as a general contractor 13 ;(b)as a subcontractor 13_? 4. Provide a list of all concrete skate park construction projects that are in progress by your organization, or which are complete but have not been open and in operation for a period of at least one year. The projects listed must have a construction agreement. PROJECT INFORMATION REQUIRED — Please provide all information requested & utilize additional sheets as necessary. Project Name: Warren Skatepark Project Location: Warren, Michigan Contact Name: Anthony Casasanta Address: 1586 258-2008 Phone: Email: acasasanta@cityofwarren.org Project Size Skating Area Only: 45,000 _ SF Coast.Value: $2.4 million %Complete: 60 10/15/24 Evergreen Skateparks/Mears Design Completion Date: __ Designer/Engineer: Description/Scope of Work: 35,000 ft2 skatepark with bowls, skate paths& integrated trees and landscaping +a10,000 ft2 pump track Firefly Skatepark Eagle Mountain, Utah Project Name: Project Location: Contact Name: David Vitek Address: Phone: 801-440-8877 Email: david@candlelighthomes.com___ Project Size 13,000 630000 100 Skating Area Only: SF Const.Value: , %Complete: Completion Date: 4/1/24 Designer/Engineehvergreen Skatepark + Mears Design Group Description/Scope of Work: 10,000 ft2 skatepark with a bowl, flow &street paths + a 3,000 ft2 beginner Area/mini skatepark Project Name: Lawrence Skatepark Project Location: _Lawrence.Kansas._____—.___ Contact Anthony Shuler Centennial Park Name: Address: Phone: 785-764-8162 Email: ashuler@Q lawrenceks.orq Project Size Skating Area Only: 5,000 SF Const.Value:$236,925 %Complete: inn Completion Date: 1/5/24 Designer/Engineer: Evergreen Skateparks Description/Scope of Work: 5,000 ft2 addition to existing skatepark including demolition 5. Please provide three(3) examples of renovating and resurfacing concrete skateparks. Experience in similar cold-weather climates is desired. Project Name: Lawrence Skatepark Project Location: Lawrence, Kansas Contact Anthony Shuler 785-764-8162 Name: Phone: Contract Amount: $236,925 When Completed: January 2024 Description of Work: 5,000 ft2 addition to existing park including demolition Crested Butte Skatep k Crested Butte, Colorado Project Name: p _ roject Location: Contact Name: Janna Hansen Phone: 970-901-7535 $804,000 August 2023 Contract Amount: When Completed: Description of Work: Pour over/renovation of existing bowl, demolition, and 12,000 ft2 expansion Telluride Skatepark Telluride, Colorado Project Name: Project Location: Contact Name: Stephanie Jaquet _ Phone: 970.728.5359 Contract Amount:$614,000 When Compte` c�022 Description of Work: Demolition &disposal of large portion of existing park, tie into old park & 10,000 ft2 expansion 6. Please list experience completing at least five(5) 10,000 sf or larger skateparks as a specialty sub- contractor or contractor with the inclusion of a bowl with pool coping,street features and intermediate area. Crested Butte Skatepark Crested Butte, Colorado Project Name: Project Location: Contact Name: Janna Hansen Phona70-901-7535 $804,000 August 2023 Contract Amount: When Completed: Description of Work: Pour over/renovation of existing bowl, demolition, and 12,000 ft2 expansion Telluride Skatepark Telluride, Colorado Project Name: Project Location: Contact Name: Stephanie Jaquet Phone: 970.728.5359 Contract Amount: $614,000 When Completesay . 2022 Description of Work: Demolition &disposal of large portion of existin park, tie into old park& 10,000 ft2 expansion Project Name: Meridian Skatepark Project Location: Meridian, Idaho Contact Name: Mike Barton Phone: 208-440-8742 $634,000 May 2023 Contract Amount: When Completed: Description of Work: 15,000 pts circular skatepark with a bowl, track and street_ Features throughout 7. List at least two engineering firms with whom you have worked,and the name of the individual who was your primary point of contact: Firm Name: City of Warren Engineef natact Name: David Wirth coffPhone: 586-759-9300 Email: dwirth@cityofwarren. g Firm Name: Contact Name: Phone: Email: 8. Name of your Surety Company,and the name and address of your agent you expect to use in the event this contract is awarded to you: Alliant Kevin Cathcart Surety: Agent Name: Address: 18100 Von Karman Ave. Irvine, CA 92612 9. What is your present bonding capacity? Present Bonding Capacity: $5 million 10. List each and every incidence of failure to perform that resulted in a claim under a Performance or Payment Bond: 1) N/A 2) 3) 11. The construction experience of the Key Personnel in your Company is required. At a minimum, information regarding experience and qualifications of the following positions must be provided: GC Project Manager,On-Site Field Superintendent,Head Concrete Finisher. Name: Ben Hiavacek Position: Project Manager Years of construction experience: 7 Magnitude&Type of Work: concrete In What Capacity? mason, project managerAesigner__ Years of Employment with Contractor: Other projects this individual will be involved with concurrently with this project: Education,professional registrations,certifications&credentials applicable to the Project: Riverside designer ---- Name: Position: Lance Spiker -Superintendent-f-safety officer- Years of construction experience: 25 Magnitude&Type of Work: -__concrete In What Capacity? Project manager, journeyman Years of Employment with Contractor: 8 Other projects this individual will be involved with concurrently with this project: Education,professional registrations,certifications&credentials applicable to the Project: ACI nozzleman Name: Lance Spiker Position: Lead Finisher Years of construction experience: 25 Magnitude&Type of Work: concrete In What Capacity? Project manager, journeyman Years of Employment with Contractor: 8 Other projects this individual will be involved with concurrently with this project: Educatio rofessional registrations,certifications& credentials applicable to the Project: Ai nozzieman Name: Position: Years of construction experience: Magnitude&Type of Work: In What Capacity? Years of Employment with Contractor: Other projects this individual will be involved with concurrently with this project: Education,professional registrations,certifications&credentials applicable to the Project: 12. Attach a separate sheet of the major items of equipment which you own,or which will be used on the project including quantity,description,capacity,age in years,&condition. 13. List below the contracts to which your company, any principal in your company, or any prior companies owned by a principal in your company were a party during the previous seven(7)years that involved litigation of any type,arbitration,mechanics lien claim or other claim in an amount over $10,000(include pending cases with a notation that the matter is still unresolved): N/A 14. On a typical project,what percent of the work is completed by your own forces? 100 % What percent by subcontract? O %. List subcontractors you propose to use on this project and their responsibility in this contract. Subcontractor Name Contract Responsibility %of Contract (1) Address State Zip Phone Number (2) — --Address Stale Zip Phone Number (3) Address State Zip Phone Number (4) Address State Zip Phone Number (5) Address State Zip Phone Number 15. Is your Company current on payment of Federal and State income tax withholdings and unemployment insurance payments? Yes If the answer is no,please provide detail: 16. Has your Company,or any principal in your company,been rescinded or debarred from any bidding, contractual,procurement or other such programs by federal,state or local entities? No If the answer is yes,please provide detail: 17. Has your Company received any written notices of violations of any federal or state prevailing wage statute in which prevailing wage penalties were assessed against your Company or paid by your Company during the last two(2)years? No • If the answer is yes,please provide detail: The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City in verification of the recitals comprising this Experience Questionnaire and agrees to hold any such person, firm, or corporation harmless for providing any such information to the City of Riverside.The undersigned agrees that there is no collusion or fraud with reference to illegal relationships of bidders and representatives of the City, bid pooling or straw bids. Dated on behalf of said Company this 2-7 day of J" 20a-Y By: 00.41.,e(I he. 0.1LJl_C( Name: 0=0 ,i,((IJ_ Title Qlrl iV2- State of A4 Af ) -.tam S ) ss County of /1A cV BEFORE ME,the undersigned notary,personally appeared C^tim e^w t• �G ci (o i" who being duly swum,deposes and says that he or she is the (jc%-. '- of Ciee �e•Ar , ' r -t r ,that he/she has been authorized by such company to complete the foregoing statement,and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to me before this 2-I6day of J v-- , 209-y My commission expires: Notary Public Howard Carter Notary Public in Oakland County, Michigan My commission expires 8-30-2027 Acting In Macomb County List of tools, machinery, and equipment used on the job: • Cat 305 Excavator - 2022 • Cat 239D skid steer- 2022 • TK40 Concrete pump • Single drum Roller • Sullair air compressor • Trimble • Laser • Stick welder • Generator • Jumping Jack • Plate compactor • Soft cut machine • TS 420 demo saw • Back pack blower • Max Rebar Tier • Grinder • Skil saw • Roto hammer • Sawzal • Impact driver • Concrete vibrator • Power washer • Wire feed welder • Power trowel • Jack hammer • Various Concrete hand tools Qua 'ty Assurance/ Qua ity Contro plan Key issues that may affect schedule and quality: Weather Problems: Adverse weather could delay completion of this project a number or weeks. Tasks like hydroseeding may have to be delayed until more favorable weather in the spring if skatepark construction occurs during the winter months. Solutions: We employ techniques such as ground heaters, insulated tarps, tents, and concrete accelerators to ensure quality concrete construction during adverse weather, such as rain or cold temperatures. We work year long in different climates across the country and are practiced in exercising these techniques regularly throughout the year. Seeding could be removed from our scope of work. Scheduling conflicts Problems: Delays with projects ahead of Riverside in the schedule Solutions: Evergreen meticulously reviews and revises it's schedule every week and create a dependable and efficient schedule that projects out up to two years in advance with options for alternative plans. We do everything in our power to accurately predict our construction schedule. This preparation enables us to quickly adapt to scheduling conflicts that may be out of our control, such as another contractor delaying a project, or a municipality needing to push off construction for some reason. Scheduling jobs a year in advance will always be a bit of a guessing game, but we are successful year after year at completing all projects on time and on budget. Sub-contractors Problems: Working with many different sub-contractors could cause delays in the completion of the skatepark or issues with project quality. Solutions: Evergreen is a wholistic design/built firm with all skatepark construction tasks being executed by a full-time staff of skatepark craftsmen. All tasks within the construction scope other than reseeding the park and possibly installation of the shade structure will be performed by Evergreen's dedicated staff. Using our dedicated staff also creates a culture of repeatable high quality results on our projects. We never have entrusted the outcome of our projects to any skatepark sub-contractors. We have a system of project management in place that places multiple tiers of quality control on site to oversee construction, with designers, project manages, site foremen, and assistant managers on site throughout the project. AFFIDAVIT for WORK AUTHORIZATION (as required by Section 285.530,Revised Statutes of Missouri) As used in this Affidavit,the following terms shall have the following meanings: EMPLOYEE:Any person performing work or service of any kind or character for hire within the State of Missouri. FEDERAL WORK AUTHORIZATION PROGRAM: Any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or an equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, under the Immigration Reform and Control Act of 1986(IRCA),P.L.99-603. KNOWINGLY:A person acts knowingly or with knowledge,(a)with respect to the person's conduct or to attendant circumstances when the person is aware of the nature of the person's conduct or that those circumstances exist;or (b)with respect to a result of the person's conduct when the person is aware that the person's conduct is practically certain to cause that result. UNAUTHORIZED ALIEN:An alien who does not have the legal right or authorization under federal law to work in the United States,as defined in 8 U.S.C. 1324a(h)(3). State of flA (C k U/\ ) County of ''\a c0 ) ss: BEFORE ME, the undersigned notary, personally appeared Ladl e•-•we Cat,I ar , who, being duly sworn,states on his/her oa or affirmation as follows: 1.My name isQel t10. qQIWV` and I am currently the OWfn'e{ of rreg1 StZaYcn f.5 (hereinafter "Contractor"), whose business address is 43 Cl USE; (Mk" 1 e. 11.4to...ck cA-124, ,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: Renner Brenner Skatepark Renovation(Project No.224-030). 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. (Alt,0,...A.' Signature of Aft}�Ptt�,1 J _ CO l �, Printed Name: `4:t`�'�Q V lye 't, `OJA/ , Subscribed and sworn to before me this 2-A day of 7t..h� ,20,4: �_rn.....1 — 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. Howard Carter Notary bl i O CountyPu ,Michigan e x Niy commissioMaco rb Coaklandunty 027 Acting In ,S-Verify Home Cases Reports Resources 0 Catherine Coulon v My Company Account My Company Profile Company Information Company Name Doing Business As(DBA)Name Evergreen Skateparks Company ID Enrollment Date 1227087 Aug 31,2017 Employer Identification Number(EIN) Unique Entity Identifier(UEI) 452995554 DUNS Number Total Number of Employees 10 to 19 NAICS Code Sector 238 Construction Subsector Specialty Trade Contractors Edit Company Information Employer Category Employer Category Federal Contractor without FAR E-Verify Clause Edit Employer Category Company Addresses Hiring Sites Physical Address A We have implemented a new policy and require more 5327 SE 69th Ave information for existing and future hiring sites. Portland,OR 97206 Melling Address Number of Sites Same es Physical Address 1 Edit Hiring Sites Edit Company Add Company Access and MOU My Company is configured to: Memorandum of Understanding Verify Its Own Employees View Current MOU AGREEMENT BETWEEN CITY OF RIVERSIDE, MISSOURI AND Contractor: Evergreen Skateparks, LLC FOR COMPLETION OF Renner Brenner Skatepark Renovation Project No. 224-030 RESOLUTION NO.: 2024- CONTRACT PRICE: $604,000.00 AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR Renner Brenner Skatepark Renovation Project No: 224-030 THIS AGREEMENT, made and entered into as of the day of July, 2024, by and between the City of Riverside, Missouri ("City"), and Evergreen Skateparks, LLC ("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 2nd day of July,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. E. "Contract Amount"has the meaning set forth in Article III,Paragraph A of this Agreement. F. "Contract Documents" has the meaning set forth in Article V, Paragraph A of this Agreement. G. "Contractor"has the meaning set forth in the preamble of this Agreement. H. "Design Engineer" means the following Design Engineer to the City of Riverside, Missouri: Mears Design Group, Troy Mears; troym@mearsdesigngroup.com. I. "Notice to Proceed"has the meaning set forth in Article IV,Paragraph A of this Agreement. J. "Project" means the building, facility, and/or other improvements for which Contractor is to provide Work under this Agreement. The Project may also include construction by City or others. K. "Resident Project Representative" means the following employee of the City of Riverside who shall manage the Project on behalf of the City: Noel Bennion - nbennion@riversidemo.gov 816- 372-9004. L. "Subcontractor"means a person, firm or corporation supplying labor and materials or only labor for the Work for, and under separate contract or agreement with, the Contractor. M. "Substantial Completion" means the stage in the progress of the Work where the Work or designated portion is sufficiently complete in accordance with the Contract Documents so that the City can occupy or utilize the Work for its intended use. N. "Work"or"Work on the Project"means work to be performed at the location of the Project, including the transportation of materials and supplies to or from the location of the Project by employees of the Contractor and any Subcontractor. Work shall include all labor, services, materials, supplies, tools, equipment, supervision, management, and anything else necessary to accomplish the results and objectives described in Exhibit F (Scope of Work) and Exhibit G (Technical Specifications) to this Agreement and the other Contract Documents, in full compliance with all requirements set forth in the Contract Documents, subject to additions, deletions, and other changes as provided for in this Agreement. The Work may refer to the whole Project, or only a part of the Project if work on the Project also is being performed by City or others. ARTICLE II THE PROJECT AND THE WORK A. Contractor shall provide and pay for all Work for the Project. B. Contractor represents that it has evaluated and satisfied itself as to all conditions and limitations under which the Work is to be performed, including, without limitation, (1) the location, condition, layout, and nature of the Project site and surrounding areas, (2) generally prevailing climatic conditions, (3) labor supply and costs, and (4) availability and cost of materials, tools, and equipment. City shall not be required to make any adjustment in either the Contract Amount or the time for performance of the Work because of Contractor's failure to do so. C. The Resident Project Representative shall act as the City's representative during the construction period, shall decide questions which may arise as the quality and acceptability of materials furnished and Work performed, and shall interpret the intent of the Contract Documents in a fair and unbiased manner. The Resident Project Representative may recommend, but cannot approve Change Orders resulting in an increase in time of performance or payments due to Contractor. The Resident Project Representative will make visits to the site and determine if the Work is proceeding in accordance with the Contract Documents. The Contractor will be held strictly to the intent of the Contract Documents in regard to the quality of materials, workmanship, and execution of the Work. Inspections may be at the factory or fabrication plant of the source of the material supply. The Resident Project Representative will not be responsible for the construction means, controls, techniques, sequences, procedures or construction safety. D. Contractor may be furnished additional instructions and detail drawings by the Resident Project Representative, as necessary to carry out the Work required by the Contract Documents. The additional drawings and instructions thus supplied will become a part of the contract drawings, and the Contractor shall carry out the Work in accordance with the additional detail drawings and instructions. ARTICLE III CONTRACT AMOUNT A. Provided Contractor performs all Work in accordance with the Contract Documents and complies fully with each and every obligation of Contractor under the Contract Documents, City shall pay Contractor the sum of Six Hundred Four Thousand Dollars ($604,000.00). This amount shall include all costs, permit fees, profit, overhead, expenses, taxes, and compensation of every kind related to the Work, and shall be referred to as the"Contract Amount."The Contract Amount is detailed by scope and trades in the Schedule of Values as required by Article VI. B. 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. C. THIS AGREEMENT IS SUBJECT TO THE CITY ORDINANCES, AND NOTHING IN THE AGREEMENT SHALL BE CONSTRUED AS CREATING AN OBLIGATION OR DEBT BEYOND THE CITY'S FISCAL YEAR, AND IN THE EVENT THAT IT DOES, PERFORMANCE OF THE CITY'S OBLIGATIONS UNDER THE AGREEMENT IS EXPRESSLY SUBJECT TO APPROPRIATION OF FUNDS BY THE CITY YEAR-TO-YEAR DURING THE DURATION OF THE AGREEMENT. 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 120 Calendar Days from Notice to Proceed. The Contractor will proceed with the Work at such rate of progress to ensure Substantial Completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the City, that the contract time to achieve Substantial Completion of the Work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the Work.No extensions will be granted,except in case of unusual(unseasonable)weather conditions or additional work requested by the City under Change Order. Following Substantial Completion, Contractor shall proceed to complete all uncompleted Work items as promptly as permitted by weather conditions or any other conditions affecting completion of the Work. C. LIQUIDATED DAMAGES. If Contractor fails to achieve Substantial Completion of all the Work as set forth in the Contract Documents,Contractor shall pay City$500.00 per day,as liquidated damages and not as a penalty, for each calendar day after such date, until Substantial Completion of all the Work is achieved. Contractor agrees that the sum of $500.00 per day is a fair and reasonable approximation of the actual damages incurred by the City for the Contractor's failure to complete the Project within the time outlined above and that such liquidated damages in this section are not penal in nature but rather the parties' attempt to fairly quantify the actual damages incurred by the City for such delays. Recovery of liquidated damages is not City's exclusive remedy for Contractor's failure to achieve Substantial Completion in accordance with this Agreement. Specifically,but without limitation, City may exercise any of its default or termination rights under this Agreement under all circumstances described herein, including but not limited to Contractor's failure to achieve Substantial Completion in accordance with Paragraph B above. Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due to unforeseen causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or the public enemy, acts of the City, acts of another contractor in the performance of a contract with the City, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and abnormal and unforeseeable weather provided that the Contractor has given written notice of such delay to the City within five (5) days of the event causing such delay. D. TIME OF THE ESSENCE. Time is of the essence in the performance of the Work and any other Contractor obligations under the Contract Documents. Contractor shall upon commencement of construction work daily to complete the Work except for Saturdays, Sundays, holidays, and days of inclement weather. This Paragraph does not preclude Contractor from working Saturdays, Sundays, holidays,or days of inclement weather. Contractor shall give the City at least 48 hours notice if intending to work on Saturday, Sunday,holidays or days of impending inclement weather. E. CONSTRUCTION SCHEDULE. Promptly after the execution of this Agreement, and in any event before commencing performance of the Work, Contractor shall submit to City for approval a construction schedule that specifies the dates on which Contractor plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. Upon City's written approval of the schedule, Contractor shall comply with it unless directed by City to do otherwise. Contractor shall update the schedule on a monthly basis or at more frequent appropriate intervals if required by the conditions of the Work and the Project. With each Application for Payment under Article VI of this Agreement, Contractor shall submit an updated, current schedule. Neither the original schedule nor any update shall exceed time limits for the entire Project under the Contract Documents. F. PHOTOGRAPHS OF PROJECT. The Contractor shall furnish photographs of the Project site in the number,type, and stage as enumerated below: 1. Pre-Construction photos-minimum of 15 ground level digital shots 2. Construction photos of significant changes,-minimum of 15 ground level digital shots 3. Post Construction photos - minimum of 15 ground level digital shots G. DELAY IN PERFORMANCE. In the event the City determines that performance of the Work is not progressing as required by the Contract Documents or that the Work is being unnecessarily delayed or will not be finished within the prescribed time,the City may, in the City's sole discretion and in addition to any other right or remedy City may have, require Contractor, at Contractor's sole cost, to accelerate Contractor's progress. Such acceleration shall continue until the progress of the Work complies with the Contract Documents and clearly indicates that all Work will be completed within the prescribed time. H. SUSPENSION OF WORK. The City may suspend the Work or any portion thereof for a period of not more than ninety(90)days or such further time as agreed upon by the Contractor,by written notice to the Contractor which shall fix the date on which Work shall be resumed. The Contractor will resume the Work on the date so fixed. The Contractor will be allowed an increase in the contract price or an extension of the contract time, or both, directly attributable to any suspension I. DRAWINGS AND SPECIFICATIONS. The intent of the drawings and specifications is that the Contractor shall furnish all labor, materials, tools, equipment and transportation necessary for the proper execution of the Work in accordance with the Contract Documents and all incidental Work necessary to complete the Project in an acceptable manner, ready for use, occupancy or operation by the City. In case of conflict between the drawings and specification, the specifications shall govern. Figure dimensions on drawings shall govern over general drawings. Any discrepancies found between the drawings and specifications and site conditions or any inconsistencies or ambiguities in the drawings or specifications shall be immediately reported to the Resident Project Representative in writing,who shall promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after discovery of such discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk. J. SHOP DRAWINGS. Contractor shall submit to Resident Project Representative for review all shop drawings, samples, product data, and similar submittals required by the Contract Documents. Contractor shall be responsible to City for the accuracy and conformity of its submittals to the Contract Documents. Shop drawings shall bear the Contractor's certification that it has reviewed, checked and approved the shop drawings and that they are in conformance with the requirements of the Contract Documents. Contractor shall prepare and deliver its submittals to City in a manner consistent with the construction schedule and in such time and sequence so as not to delay performance of the Work. Portions of the Work requiring a shop drawing or sample submission shall not begin until the shop drawing or submission has been reviewed by the Resident Project Representative. Review of any Contractor submittal shall not be deemed to authorize deviations, substitutions, or changes in the requirements of the Contract Documents unless express written approval is obtained from City specifically authorizing such deviation,substitution,or change. When submitted for the Resident Project Representative's review, any shop drawing which substantially deviates from the requirement of the Contract Documents shall be evidenced by a Change Order. If the Contract Documents do not contain submittal requirements pertaining to the Work, Contractor agrees upon request to submit in a timely fashion to City for review by Resident Project Representative any shop drawings,samples,product data, manufacturers' literature, or similar submittals as may reasonably be required by City. Contractor shall perform all Work strictly in accordance with approved submittals. Resident Project Representative's review does not relieve Contractor from responsibility for defective Work resulting from errors or omissions of any kind on the reviewed submittals. A copy of each shop drawing and each sample shall be kept in good order by the Contractor at the site and shall be available to the Resident Project Representative. K. MATERIALS, SERVICES AND FACILITIES. It is understood that except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature,and all other services and facilities of any nature whatsoever necessary to execute,complete,and deliver the Work within the specified time. Materials and equipment shall be so stored as to insure the preservation of their quality and fitness for the Work. Stored materials and equipment to be incorporated in the Work shall be located so as to facilitate prompt inspection. Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. Material, supplies and equipment shall be in accordance with samples submitted by the Contractor and approved by the Resident Project Representative. Materials, supplies or equipment to be incorporated into the Work shall not be purchased by the Contractor or by any Subcontractor subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. L. INSPECTION AND TESTING OF MATERIALS. All materials and equipment used in the construction of the Project shall be subject to adequate inspection and testing in accordance with generally accepted standards, as required and defined in the Contract Documents. The Contractor shall provide at the Contractor's expense the testing and inspection services required by the Contract Documents. The City shall provide all inspection and testing services not required by the Contract Documents. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested or approved by someone other than the Contractor, the Contractor will give the Resident Project Representative timely notice of readiness. The Contractor will then furnish the Resident Project Representative the required certificates of inspection, testing approval. Inspections, tests or approvals by the Resident Project Representative or others shall not relieve the Contractor from the obligation to perform the Work in accordance with the requirements of the Contract Documents. The Resident Project Representative and the City's representatives will at all times have access to the Work. In addition, authorized representatives and agents of any participating Federal or State agency shall be permitted to inspect all Work,materials,payrolls,records or personnel,invoices of materials and other relevant data and records. The Contractor will provide proper facilities for such access and observation of the Work and also for any inspection or testing thereof. If any Work is covered prior to inspection by the Resident Project Representative it must, if requested by the Resident Project Representative, be uncovered for the Resident Project Representative's observation and replaced at the Contractor's expense. If the Resident Project Representative considers it necessary or advisable that covered Work be inspected or tested by others, the Contractor, at the Resident Project Representative's request,will uncover,expose or otherwise make available for observation, inspection or testing as the Resident Project Representative may require, that portion of the Work in question, furnishing all necessary labor,materials, tools and equipment. M. CORRECTION OF WORK. The Contractor shall promptly remove from the Project site all Work rejected by the Resident Project Representative for failure to comply with the Contract Documents, whether incorporated in the construction or not,and the Contractor shall promptly replace and re-execute the Work in accordance with the Contract Documents and without expense to the City and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. All removal and replacement Work shall be done at the Contractor's expense. If the Contractor does not take action to remove such rejected Work within ten(10)days after receipt of written notice,the City may remove such Work and store the materials at the expense of the Contractor. N. SUBSTITUTIONS. Whenever a material, article, or piece of equipment is identified on the drawings and specifications by referenced to brand name or catalog numbers, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacitates, quality and function shall be considered. The Contractor may recommend the substitution of material, article or piece of equipment of equal substance and function for those referred to in the Contract Documents by referenced to brand name or catalog number, if, in the opinion of the City, such material, article or piece of equipment is of equal substance function to that specified, the City may approve, in writing, its substitution and use by the Contractor. Any cost differential shall be deductible from the contract price and in such event the Contract Documents shall be modified by Change Order.The Contractor warrants that if substitutes are approved,no major changes in the function or general design of the Project will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the contract price or contract time. O. LANDS & RIGHT OF WAY. Prior to issuance of Notice to Proceed, the City shall obtain all lands and rights-of-way necessary for the carrying out and completion of Work to be performed pursuant to the Contract Documents, unless otherwise mutually agreed by the Contractor and City, in writing. The City shall provide to Contractor information which delineates and describes the lands owned and right of way acquired. The Contractor shall provide at its own expense and without liability to the City any additional land and access thereto that the Contractor may desire for temporary construction facilities, or for storage of materials. P. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all boundary surveys and establish all base lines for locating the principal component parts of the Work together with a suitable number of bench marks adjacent to the Work as shown in the Contract Documents. From the information provided by the City,unless otherwise specified in the Contract Documents, the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pipe locations and other working points, lines, elevations and cut sheets. The Contractor shall carefully preserve bench marks, reference points and stakes and, in case of willful or careless destruction, shall be charged with the resulting expense and shall be responsible for any mistake that may be caused by their unnecessary loss or disturbance. Permits and licenses of temporary nature necessary for the prosecution of the Work shall be secured and paid for by the Contractor unless otherwise stated in the supplemental general conditions. Permits,licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City,unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the Work as drawn and specified. If the Contractor observes that the Contract Documents are at variance therewith, the Contractor shall promptly notify the City in writing, and any necessary changes shall be adjusted as provided in Article VII changes in the Work. Q. SUBSURFACE CONDITIONS. The Contractor, before bidding the Project, has the responsibility to become familiar with the Project site and the conditions under which Work will have to be performed during the construction period. Excavating for foundations of surface structure: buildings, bridges, tanks, towers, retaining walls and other types of surface structures. The Contractor shall promptly, and before such conditions are disturbed (excepting an emergency), notify the City by written notice of subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents. Contractor shall also be required to notify City of any unknown physical conditions at the site of unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents at the location of the Project. The City shall investigate the conditions,and if it is found that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for, performance of the Work, the Contract Documents may be modified by Change Order as provided in Article VII. Any claim of the Contractor for adjustment hereinafter shall not be allowed unless the required written notice has been given; provided that the City may, if the City determines the facts so justify consider and adjust any such claims asserted before the date of the final payment. Excavating for below-surface structures: water mains, sewers, power and telephone cables and other types of below surface structures. No extra compensation will be paid for rock excavation or varying geologic features encountered on the Project,unless so shown as a bid item in the Bid Form for bid. If man-made hazards are encountered by the Contractor, excluding utilities, which are not visible from the surface, such as buried concrete foundations, buried garbage dumps that cannot be by-passed and requires additional Work consult the Resident Project Representative. R. SUPERVISION BY CONTRACTOR. The Contractor will supervise and direct the Work. The Contractor will be solely responsible for the means,methods,techniques,sequences and procedures of construction. The Contractor will employ and maintain on the Work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor or the Contractor's representative at the site. The supervisor shall have full authority to act on behalf of the Contractor and all communications given to the supervisor shall be a binding as if given to the Contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the Work. ARTICLE V CONTRACT DOCUMENTS A. The following documents, and any other documents that are attached to, incorporated by reference into, or otherwise included in them, and all Change Orders, are hereby incorporated into this Agreement, and form the entire agreement between City and Contractor, and are referred to as the Contract Documents: 1. INFORMATION FOR BIDDERS 2. BID FOR LUMP SUM 3. BID FORM 4. BID BOND 5. EXPERIENCE QUESTIONNAIRE 6. AFFIDAVIT OF WORK AUTHORIZATION 7. This AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR 8. PERFORMANCE BOND 9. PAYMENT BOND 10. PREVAILING WAGE RATES - STATE OF MISSOURI DIVISION OF LABOR STANDARDS 11. TIME FOR COMPLETION 12. SCOPE OF WORK 13. TECHNICAL SPECIFICATIONS 14. NOTICE TO PROCEED 15. APPLICATION FOR PAYMENT FORM 16. CHANGE ORDER FORM 17. CERTIFICATE FOR SUBSTANTIAL COMPLETION 18. AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW 19. ANTI-DISCRIMINATION AGAINST ISRAEL ACT CERTIFICATION 20. CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 21. SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 22. ENGINEER/CONSULTANT CERTIFICATE for Acceptance & Final Payment B. Contractor represents that it has examined and become familiar with the Contract Documents in their entirety, that any and all ambiguities, inconsistencies, and conflicts observed by Contractor have been called to City's attention in writing and have been resolved in writing to Contractor's satisfaction. Except for actual conflict between provisions in the Contract Documents, making it impossible for Contractor to comply with all provisions of the Contract Documents, the Contract Documents shall be cumulative,and Contractor shall comply with all provisions of all Contract Documents. In case of actual conflict, Contractor shall notify City of the conflict in writing and then shall comply with such provisions of the Contract Documents as City directs. ARTICLE VI PAYMENTS A. Prior to submitting its first application for payment in accordance with the terms hereof in substantially the form attached hereto as Exhibit 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(15) days, review and approve such Application for Payment, or return the Application for Payment to the Contractor indicating in writing the reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the Application. Within fifteen (15) days of its receipt of payment from City, Contractor shall pay all Subcontractors and suppliers to whom payment is owed from the amount paid to Contractor. C. All payments under this Agreement shall be made only upon the approval of Resident Project Representative and Administrator. Resident Project Representative shall review each Application for Payment and certify for payment such amounts as Resident Project Representative determines are due Contractor. From the total amount certified, City shall withhold five percent(5%) as retainage until final completion and acceptance of the Work. The five percent (5%) retainage may be reduced by Change Order if final completion and acceptance of the Work is delayed due to unforeseen circumstances and the Work is usable for its intended purpose by the City. If reduction in the retainage is approved, the remaining retainage shall be an amount equal to or greater than 200% of the estimated amount necessary to complete the Work. D. The City Treasurer,upon presentation of an Application for Payment, shall prepare a check for the sum certified to be due (exclusive of retainage), payable out of the funds in the City Treasury available for Contractor under the authorizing Resolution or Ordinance approved by the Board of Aldermen. Payment shall be made to Contractor after the Board of Aldermen review and approve the payment and authorize the Mayor and City Treasurer to sign and deliver the check. E. Neither Administrator or Resident Project Representative's approval certificate nor payment made to Contractor shall constitute acceptance of any part of the Work. Contractor shall remain obligated to perform all Work in accordance with the Contract Documents. F. With each Application for Payment, Contractor shall submit a signed certificate of receipt of prior payments and release of claims and rights in connection with prior payments,in a form approved by City. City may, at its option, also require a similar receipt and release of claims and rights from each Subcontractor or supplier performing any Work, prior to making any payment to Contractor. The Subcontractors' and suppliers'receipts and releases shall be in a form approved by City and shall indicate that (except for retainage) all debts for Work performed or materials supplied included on any previous Application for Payment to City from Contractor have been satisfied and that the Subcontractor or supplier waives and releases any and all claims or rights in connection therewith. G. Contractor shall not be entitled to final payment for the Work until Contractor submits a final Application for Payment, all requirements of the Contract Documents are complied with, and Resident Project Representative issues his or her certificate to that effect. The Engineer's Certificate of Acceptance will be on the form attached hereto as Exhibit 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: 1. Unsatisfactory job progress, 2. Defective Work, 3. Failure to make payments to Subcontractors or suppliers, 4. Reasonable evidence that all Work cannot be completed for the unpaid balance of the Contract Amount, 5. Damage by Contractor or Subcontractors or suppliers to property of City or others, 6. Contractor's breach of this Agreement, or 7. Contractor's failure to provide requested documentation. J. The Contractor shall,at the request of City,furnish satisfactory evidence that all obligations to Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, tools and all supplies incurred in the furtherance of the performance of the Work have been paid, discharged or waived. If Contractor does not pay Subcontractors or suppliers for labor and/or material properly provided, City may, but shall not be required to, pay Subcontractors and suppliers directly. Any payments made to Subcontractors and suppliers shall be charged against the Contract Amount. City shall not be liable to Contractor for any such payments made in good faith. This provision shall not confer any right upon any Subcontractor or supplier to seek payment directly from City. K. Notwithstanding any other provision for payment contained herein, in the event the Missouri Department of Labor and Industrial Relations has determined that a violation of Section 292.675 RSMo has occurred and that a penalty shall be assessed, the City shall withhold and retain all sums and amounts due and owning when making payments to Contractor under this Agreement. ARTICLE VII CHANGES/CLAIMS A. City,without invalidating this Agreement,may at any time and without notice to any surety, order additions to, deletions from, or other changes to the Work. Upon receipt of such an order, in writing, Contractor shall proceed as and when directed in the order. Contractor shall not proceed with any addition,deletion,or other change without a written order.No oral direction or order shall constitute authority for Contractor to proceed with any addition,deletion,or other change. If Contractor undertakes any addition,deletion,or other change without a written order from City,Contractor shall not be entitled to any increase in the Contract Amount or the time for performance of the Work, and Contractor shall be solely and completely responsible for the acceptability to City of the addition, deletion, or other change. B. If a change to the Work causes a net increase or decrease in the cost of Contractor's performance, the Contract Amount shall be increased or decreased as follows: 1. If the Work is covered by unit prices set forth in Contractor's Bid, 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, by a lump sum as to which Contractor and City mutually agree prior to the commencement of performance of the change. C. If a change to the Work causes an increase or decrease in the time required for Contractor's performance, an equitable adjustment to the time for performance shall be made. D. A change in the Contract Amount or the time for performance of the Work shall be accomplished only by written Change Order, which shall state the increase or decrease, if any, in the Contract Amount or the time for performance.No course of conduct or dealings between the parties,nor express or implied acceptance of alterations or additions to the Work, and no claim that City has been unjustly enriched by any alteration or addition to the Work, whether or not there is, in fact, any such enrichment, shall be the basis of any claim to an increase in any amounts due under the Contract Documents or a change in the time for performance of the Work. E. Agreement on any Change Order shall constitute a final settlement of all matters relating to the change in the Work that is the subject of the Change Order, including but not limited to all direct and indirect costs associated with such change and any and all adjustments to the Contract Amount and time for performance of the Work. F. If Contractor is delayed or interfered with at any time in the commencement or prosecution of the Work by an act or neglect of City,an employee,officer,or agent of City,or an architect or engineer or separate contractor engaged by or on behalf of City, or by changes ordered in the Work, an act of God, fire, or other cause over which Contractor has no control and that Contractor could not reasonably anticipate, the time for performance of the Work shall be equitably extended, provided that Contractor gives notice as provided for in Paragraph G below. G. Any claim by Contractor for additional time or money for the performance of the Work, including but not limited to any claim based on or arising out of an addition to, deletion from, or other change to the Work and/or delay to or interference with commencement or prosecution of any of the Work, shall be submitted to City's designated representative within five (5) working days of the beginning of the event for which the claim is made or on which it is based. If any claim is not submitted within the five-day period, it shall be deemed waived. H. No change or claim,nor any delay or dispute concerning the determination of any increase or decrease in the amount of time and money for the performance of the Work, shall excuse Contractor from proceeding with prosecution of the Work, including any Work as changed. ARTICLE VIII INSURANCE A. Contractor shall, at all times during the performance of any of the Work, purchase and maintain not less than the following insurance coverages and amounts at the contractor's expense: 1. COMMERCIAL GENERAL LIABILITY INSURANCE written on an occurrence basis,and agrees it's coverage will not contain any restrictive endorsement(s)excluding or limiting ongoing and completed operations, personal & advertising injury, blanket contractual liability or cross liability, independent contractors, broad form property damage, bodily injury, and agrees it's coverage will not contain any restrictive endorsement(s)excluding explosions,collapse,and underground with a minimum limit of$3,000,000 each occurrence. If a general aggregate limit applies, either the general aggregate limit shall be twice the required per occurrence limit or the general aggregate shall apply separately to this project (ISO CG 20 03), or if there are multiple locations (ISO CG 25 04). 2. COMPREHENSIVE BUSINESS AUTOMOBILE LIABILITY INSURANCE for all owned, non-owned and hired automobiles and other vehicles used by Contractor with a combined single limit of$1,000,000 minimum. 3. WORKERS COMPENSATION INSURANCE with statutory limits required by any applicable Federal or state law and Employers Liability insurance with minimum limit of$1,000,000 per accident. 4. BUILDER'S RISK -Unless otherwise provided, Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, property insurance written on a builder's risk"all-risk", including testing, when required, or equivalent policy form in the amount of the initial Contract Sum, plus value of subsequent Contract modifications and cost of materials supplied or installed by others, comprising total value for the entire Project at the site on a replacement cost basis without optional deductibles. The Contractor shall be solely responsible for any deductible amounts. Such property insurance shall be maintained,unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance,until final payment has been made or until no person or entity other than the City has an insurable interest in the property, whichever is later. This insurance shall include interests of the City, the Contractor, subcontractors and sub- subcontractors and suppliers in the Project. Such coverage shall name the City as a loss payee as their interest may appear. If the project does not involve new or major reconstruction, at the option of the City, an Installation Floater may be acceptable. For such projects, an Installation Floater shall be obtained that provides for the improvement, remodel, modification, alteration, conversion or adjustment to existing buildings, structures, and equipment. The Installation Floater shall provide property damage coverage for any building, structure, or equipment damaged, impaired, broken, or destroyed during the performance of the work, including transit, installation, and testing at the City's site. 5. CLAIMS-MADE POLICIES - If any of the required policies provide coverage on a claims-made basis: • The retroactive date must be shown, and this date must be before the execution date of the contract or the beginning of contract work. • Insurance must be maintained, and evidence of insurance must be provided for at least five(5)years after completion of the contract of work. • If coverage is canceled or non-renewed, and not replaced with another claims- made policy form with a Retroactive Date prior to the contract effective date,the Consultant must purchase "extended reporting"coverage for a minimum of five (5)years after completion of contract work. • If the services involve lead-based paint or asbestos identification/remediation, the Contractors Pollution Liability policy shall not contain a mold exclusion, and the definition of Pollution shall include microbial matter, including mold. 6. UMBRELLA OR EXCESS LIABILITY may satisfy minimum liability limits required above for Commercial General Liability (CGL)under an Umbrellas or Excess Liability policy. There is no minimum Per Occurrence limit of liability under the Umbrellas or Excess Liability: however, the Annual Aggregate limit shall not be less than the highest Each Occurrence limit for either Commercial General Lability or Business Auto Liability. Contractor agrees to endorse the City its officers, agents, volunteers, lessees, invitees and employees, covered as an additional insured on the Umbrellas or Excess Liability and the Certificate of Insurance states that the Umbrella or Excess Liability provides coverage on a"Follow-Form" basis. B. Prior to construction starting, Contractor shall furnish the City with certificates of insurance evidencing the required coverage, conditions, and limits required by this agreement and make the City, its officers,agents,volunteers,lessees,invitees,and employees,covered as an additional insured on each policy of insurance that Contractor is required to maintain under the contract documents and provide the appropriate additional insured endorsement(s). Each additional insured endorsement shall expressly afford coverage to the additional insured's not only arising out of the named insured's operations or work but also arising out of the named insured's completed operations. 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. C. City's receipt or review of any certificate of insurance reflecting that Contractor or one of its subcontractors or suppliers has failed or may have failed to comply with any insurance requirement of the contract documents shall not constitute a waiver of any of City's insurance rights under the contract documents,with all such rights being fully and completely reserved by the City. D. Contractor hereby agrees to waive rights of subrogation which any insurer of Contractor may acquire from Contractor by virtue of the payment of any loss. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation. The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the City for all work performed by the Contractor, its employees, agents, and subcontractors. E. Similarly, Contractor shall require insurance with the same coverage and limits from its subcontractors and suppliers, and their insurance policies shall be endorsed to name the same additional insureds as required of Contractor. F. All completed operations coverages shall be maintained by Contractor and its subcontractors or suppliers for five (5)years following the completion of the Project. G. Any coverage available to City as a named insured shall be secondary, so that the coverage to the City as an additional insured on the policies maintained by Contractor and subcontractors is primary, including any umbrellas or excess policies. H. No provision of this agreement shall constitute a waiver of the member's right to assert a defense based on sovereign immunity, official immunity, or any other immunity available under law. For any claim or suit seeking damages from the Missouri municipality scheduled in this endorsement because of"bodily injury", "property damage", or "personal and advertising injury" caused by "your work", the coverage provided herein does not apply to any claim or "suit" which is barred by the doctrines of sovereign immunity,qualified immunity,and/or official immunity although defense of such actions will be provided. No provision of this condition of coverage, endorsement, or this policy, will constitute a waiver of this company's right to assert a defense based on the doctrines of sovereign immunity, qualified immunity, and/or official immunity. I. If the contractor maintains broader coverage and/or higher limits than the minimums shown above, the City requires and shall be entitled to the broader coverage and/or the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. J. 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. K. Any self-insured retention (SIR)must be declared to and approved by the city prior to any work being performed under this agreement. When the SIR exceeds $25,000, the city may require proof of ability to pay all claims handling and defense costs, such as an audited financial statement or bond. Any SIR is the sole responsibility of the contractor or sub-contractor, if any. The city reserves the right to deduct from the final payment to the contractor any unsatisfied SIR which would result in a lien against the project. All SIRs will be shown on the Certificate of Insurance. ARTICLE IX INDEMNITY A. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless City, its employees, officers, and agents, and any architects, engineers, or other design professionals engaged by or on behalf of City, from and against claims, damages, losses, and expenses, including but not limited to attorney's fees,arising out of or resulting from the performance of the Work, provided that such claim, damage, loss, or expenses is attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property(other than the Work itself),but only to the extent caused or allegedly caused by the negligent or willful acts or omissions of Contractor, a Subcontractor or supplier, or anyone directly or indirectly employed by them, or anyone for whose acts they may be liable,regardless of whether such claim,damage,loss,or expense is caused in part by a party indemnified hereunder. This obligation is not intended to, and shall not, negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person as set forth in this Agreement. B. In claims against any person or entity indemnified herein by an employee of Contractor, a Subcontractor or supplier,or anyone directly or indirectly employed by them or for whose acts they may be liable, the indemnification obligation shall not be limited by a limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or a Subcontractor or supplier under workers' compensation acts, disability benefit acts, or other employee benefit acts. ARTICLE X PATENT LIABILITY Contractor agrees to defend, indemnify, and hold harmless City, its officers, employees and agents from and against any claim, action or suit that may be brought against them for Contractor's infringement of any Letters Patent in the performance of this Agreement or any breach or violation of trademark or proprietary or trade secret rights of others, as well as against any judgments, decrees, damages, costs and expenses sought, adjudicated, or recovered against any of them, on account of any such actual or alleged infringement. ARTICLE XI COVENANT AGAINST LOBBYING AND UNDUE INFLUENCE A. Contractor represents and warrants that it has not employed or retained any company or person,other than a bona fide employee working for Contractor,to solicit or secure this Agreement,and that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to void this Agreement without liability and, in its discretion, to deduct from the Contract Amount, or otherwise recover, the full amount of such fee, commission,percentage, brokerage fee,gift, or contingent fee. B. Contractor represents and warrants that no payments have been or shall be made, directly or indirectly,by or on behalf of Contractor to or for the benefit of any officer,employee, or agent of City who may reasonably be expected to influence the decision to requisition issue or take any action with respect to this Agreement. Contractor shall allow a mutually agreeable nationally recognized certified public accounting firm to examine, at City's expense, such of Contractor's books and records as may be necessary, in the accountant's reasonable opinion, to verify Contractor's compliance with this Article. C. No official of the City who is authorized in such capacity and on behalf of the City to negotiate, make, accept, or approve, or to take part in negotiating, making, accepting, or approving any architectural, engineering, inspection, construction, or material supply contract or any subcontract in connection with the construction of the Project, shall become directly or indirectly interested personally in this Agreement or in any part hereof. No officer, employee, architect, attorney, engineer,or inspector of or for the City who is authorized in such capacity and on behalf of the City to exercise any legislative, executive,supervisory,or other similar functions in connection with the construction of the Project, shall become directly or indirectly interested personally in this Agreement or in any part thereof,any material supply contract, subcontract, insurance contract, or any other contract pertaining to the Project. ARTICLE XII RECORDS REGARDING PAYMENT For a period of at least two(2)years after final payment to Contractor,Contractor shall maintain, in accordance with generally accepted accounting principles, such records as are necessary to substantiate that all Applications for Payment hereunder were valid and properly chargeable to City. For lump sum contract Work, the records shall demonstrate that the City was billed at appropriate times for proper percentages of completion and for payments to Subcontractors and suppliers. For any Work, including extra Work, not charged on a lump sum basis,the records to be maintained hereunder include but are not limited to all contracts,subcontracts,material bills,correspondence,accounting records,time sheets, payroll records, canceled checks, orders, and invoices pertaining to City's account. City or its representative shall, upon reasonable prior notice to Contractor, be given the opportunity to audit these records at any time during normal business hours to verify the accuracy of Contractor's invoices and charges. 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: Noel Bennion Name: 2950 NW Vivion Rd. Title: City of Riverside, MO Street Address: Riverside, MO 64150 City, State Zip: nbennion@riversidemo.gov Email: with a copy to: Mears Design Group Troy Mears P.O. Box 23338 Portland, Oregon 97281 troym@rnearsdesigngroup.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. ARTICLE XIV DEFAULT AND TERMINATION A. If Contractor fails to comply,becomes unable to comply,or with reasonable probability(as determined solely by City)will become unable to comply with any of Contractor's obligations under the Contract Documents, including but not limited to (1) failure at any time to furnish sufficient labor or supervision,sufficient materials or services(including but not limited to insurance and bonds)complying with the Contract Documents, or sufficient or properly operating tools, equipment, or other items necessary for the performance of the Work, (2) failure in any respect to prosecute the Work with promptness and diligence, (3) causing any stoppage of, delay in, or interference with any work of City or any others on the Project, (4) abandonment by Contractor of all or any part of the Work, or (5) bankruptcy,insolvency or general assignment for the benefit of creditors by Contractor,Contractor shall be in default, and if the default is not corrected to City's satisfaction within seventy-two (72) hours of delivery of a written notice to Contractor to correct such default, City may, in addition to any other right or remedy City may have,terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and finish the Work by whatever method the City may deem expedient to correct the default, at Contractor's expense. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If such costs exceed the unpaid balance due to Contractor, the Contractor will pay the difference to the City. B. If City exercises its right to take over and complete any part or all of the Work, City and its designees shall have access to and may take possession of Contractor's materials, tools, equipment, and other items at the Project site,en route to the site,or in storage or being manufactured or fabricated away from the site, as may be necessary to prosecute the Work taken over by City, and may employ Contractor's employees or former employees, all without any liability to Contractor. C. Contractor shall be liable for and shall pay to City all costs and expenses of whatsoever nature incurred by City as a result of any default by Contractor, including but not limited to the cost of labor, supervision,materials,tools,equipment, services,overhead,travel,and legal and accounting fees. Contractor also shall be liable for and shall pay to City all charges, liabilities, fines, penalties, losses, damages,and claims sustained by or assessed against City as a result of any delay or disruption resulting from any default by Contractor. The total amount of such costs, expenses, charges, liabilities, fines, penalties, losses, damages, and claims may be deducted by City from the amount, if any, otherwise due Contractor, and Contractor shall pay City the full amount of any excess of such total over the amount otherwise due Contractor. D. No right or remedy conferred upon or reserved to City by the Contract Documents is exclusive of any other right or remedy provided or permitted in the Contract Documents or by law or equity,but each right or remedy is cumulative of every other right or remedy, and every right or remedy may be enforced concurrently or from time to time. No exercise by City of any right or remedy shall relieve Contractor from full and absolute responsibility for all of Contractor's obligations under the Contract Documents. E. No failure or delay of City to give notice to correct any default of Contractor or to exercise any of City's rights or remedies shall waive or excuse the default, and City shall remain free to pursue all rights and remedies. No failure of City to insist, in any one or more instances, upon the performance of any of Contractor's obligations under the Contract Documents shall be deemed or construed as a waiver or relinquishment of City's right to insist upon strict performance of the obligation in any future instance. F. If through no act or fault of the Contractor,the Work is suspended for a period of more than ninety (90) days by the City or under an order of court or other public authority, or the City fails to act on any request for payment within thirty (30) days after it is submitted, or the City fails to pay the Contractor substantially the sum approved by the 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 of default by Contractor is determined later to have been improper,the termination automatically shall be converted to a termination for City's convenience, and City's obligation to Contractor shall be limited to payment to Contractor as provided in this Article. ARTICLE XVI COMPLIANCE WITH LAWS A. Contractor shall comply strictly with all federal, state, and local laws, ordinances, rules, regulations, orders, and the like applicable to the Work, including, but not limited to any applicable prevailing wage and prompt payment laws and all U.S. Army Corps of Engineers guidelines, rules, regulations, and criteria for Work within or adjacent to a flood control project area. Contractor shall secure all permits from public and private sources necessary for the fulfillment of Contractor's obligations under the Contract Documents. B. With each Application for Payment submitted by Contractor to City, Contractor shall include (a) a signed statement, in form acceptable to City, showing, for each weekly payroll period that ended during the period covered by the Application for Payment, the name, address, social security number,occupation,and craft of each worker employed by Contractor in connection with the Work and, for each such worker, the number of hours worked each day, the total hours worked during the payroll period, the gross amount earned, an itemization of all deductions, and the net wages paid and (b) a corresponding statement from each Subcontractor of any tier that employed any workers in connection with the Work during the period covered by the Application for Payment. C. This Agreement shall be governed by and construed in accordance with the laws of the State of Missouri. ARTICLE XVII LABOR STANDARDS PROVISIONS A. MISSOURI PREVAILING WAGE LAW. Not less than the prevailing hourly rate of wages established by the Missouri Department of Labor and Industrial Relations Division of Labor Standards,as set out in the wage order set forth in Exhibit 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. 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. ARTICLE XXIV STORAGE OF MATERIALS AND EQUIPMENT The Contractor shall provide at its own expense and without liability to the City any additional land and access thereto that the Contractor may desire for temporary construction facilities,or for storage of materials. Only materials and equipment that are to be used directly in the Work shall be brought to and stored at the Project site by Contractor. After equipment is no longer required for the Work, it shall be promptly removed from the Project site. Protection of construction materials and equipment stored at the Project site from weather, theft, and all other casualty or damage is solely the responsibility of Contractor. ARTICLE XXV TAXES A Missouri Sales Tax Project Exemption Certificate (Missouri Department of Revenue Form 5060) will be provided by the City for the purchase of any materials or personal property incorporated into or consumed in the Project, pursuant to RSMo 144.062. The Contractor will pay all other sales, consumer,use and other similar taxes required by the State of Missouri or other taxing jurisdiction. ARTICLE XXVI SAFETY A. Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with performance of the Work and shall take reasonable precautions for the safety of, and shall provide reasonable protection to prevent damage, injury, or loss to(1)employees and other persons at the Project site or who may be affected by the Work, (2)materials and equipment stored at on-site or off-site locations for use in performance of the Work, and (3) other property at the Project site or in its vicinity, such as trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall give notices required by and comply strictly with applicable laws, ordinances, rules, regulations, orders, and the like bearing on safety of persons or property or their protection from damage, injury, or loss. The Contractor will erect and maintain, as required by the conditions and progress of the Work,all necessary safeguards for safety and protections. The Contractor will notify owners of adjacent utilities when prosecution of the Work may affect them. The Contractor will remedy all damage, injury or loss to any property caused directly or indirectly, in whole or part, by the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone whose acts any of them may be liable. C. The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of its prosecution of the Work. The safety provisions of applicable laws and building and construction codes shall be observed and the Contractor shall take or cause to be taken, such additional safety and health measures as the City may determine to be reasonably necessary. D. Pursuant to Section 292.675 RSMo, Contractor shall provide a ten (10) hour Occupational Safety and Health Administration (OSHA) construction safety program for all employees who will be on-site at the Project. The construction safety program shall include a course in construction safety and health that is approved by OSHA or a similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program as required by Section 292.675 RSMo. Contractor shall require its on-site employees to complete a construction safety program within sixty(60)days after the date Work on the Project commences. Contractor acknowledges and agrees that any of Contractor's employees found on the Project site without documentation of the successful completion of a construction safety program shall be required to produce such documentation within twenty (20) days, or will be subject to removal from the Project. Contractor shall require all of its Subcontractors to comply with the requirements of this Paragraph and Section 292.675 RSMo. E. Contractor shall forfeit to the City as a penalty two thousand five hundred dollars ($2,500.00), plus one hundred dollars ($100.00) for each on-site employee employed by Contractor or its Subcontractor, for each calendar day, or portion thereof, such on-site employee is employed without the construction safety training required herein. The penalty described in this Paragraph shall not begin to accrue until the time periods herein have elapsed. Violations of this requirement and imposition of the penalty described in this Paragraph shall be investigated and determined by the Missouri Department of Labor and Industrial Relations. F. If City deems any part of the Work or the Project site unsafe, City, without assuming responsibility for Contractor's safety program, may require Contractor to stop performance of the Work or take corrective measures satisfactory to City, or both. If Contractor does not adopt corrective measures, City may perform them or have them performed and deduct their cost from the Contract Amount. Contractor shall make no claim for damages, for an increase in the Contract Amount, or for a change in the time for performance of the Work based on Contractor's compliance with City's reasonable request. ARTICLE XXVII AUTHORIZED EMPLOYEES Contractor acknowledges that Section 285.530 RSMo prohibits any business entity or employer from knowingly employing, hiring for employment, or continuing to employ an unauthorized alien to perform work within the State of Missouri. Contractor therefore covenants that it is not knowingly in violation of subsection 1 of Section 285.530 RSMo, and that it will not knowingly employ, hire for employment, or continue to employ any unauthorized aliens to perform Work on the Project, and that its employees are lawfully eligible to work in the United States. ARTICLE XXVIII INDEPENDENT CONTRACTOR Contractor is an independent contractor, and neither Contractor or any Subcontractors, suppliers, employees, or agents shall be deemed an employee or agent of City for any purpose. ARTICLE XXIX CONFLICT Contractor shall promptly upon discovery notify City of any conflict, ambiguity or inconsistency in the Contract Documents, or between any Contract Document and actual field conditions, and City shall resolve such conflict, ambiguity or inconsistency in its sole discretion. ARTICLE XXX PERFORMANCE, 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 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] IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their authorized representatives. APPROVED AS TO FORM: ATTORNEY: V1A'\Y By: Attorney, )tt.v( l\ . C4 h t.1 e) COUNTERSIGNED BY: CITY PURCHAS By: B E. oral ty Administrato CITY OF RIVERSIDE: By: 4,0,e,..„)4A., Kathleen L. Rose, Mayor • . ,EST: • Robin Kincai ,City Clerk CONTRACTOR Evergreen Skateparks By:_ 02,4-1-A.Luti- --- (Signature) Printed Name: Catherine Coulon Title: owner ATTEST: SECRETARY, William Coulon (Name Printed) IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their authorized representatives. APPROVED AS TO FORM: :ORNEY. P‘ NY Attorney, c)C(Yç i\ . &AL?) COUNTERSIGNED BY: CITY PURCHASING AGENT: By: Brian E. Koral City Administrator CITY OF RIVERSIDE: By: /O.'t.Atef-eAk.),4'- ? ' Kathleen L. Rose, Mayor .`, • .ATT T: Robin Kincai , City Clerk CONTRACTOR: By: (Signature) Printed Name: Title: ATTEST: SECRETARY, (Name Printed) 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 Renner Brenner Skatepark Renovation (224-030), dated July , 2024, designated Resolution No. 2024- , in every particular, Evergreen Skateparks, LLC as Principal, and 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 Six Hundred Four Thousand Dollars ($604,000.00) lawful money of the United States, by these presents: THE CONDITION OF THIS OBLIGATION is such that in the event Principal shall faithfully and properly complete the Work required by the Contract Documents described in the Agreement and perform all of its duties, obligations, covenants, and conditions pursuant to the terms of the Contract Documents during the original term thereof, and any extensions thereof which may be granted by the City, including, without limitation, all warranty obligations and duties and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and hold harmless the City from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the City for all outlay and expense which the City may incur in making good any default,then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED FURTHER, Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work or to the specifications. PROVIDED FURTHER, that it is expressly agreed that the bond shall be deemed amended automatically and immediately, without formal and separate amendments hereto, upon amendment to the Agreement not increasing the Agreement price more than twenty percent (20%), so as to bind the Principal and the Surety to the full and faithful performance of the Agreement as so amended.The term"Amendment", wherever used in this bond,and whether referring to this bond or the Agreement,shall include any alteration, addition, extension, or modification of any character whatsoever. The Performance Bond above is accepted by the City this day of ,2024. CONTRACTOR AS PRINCIPAL By: (Signature) Printed Name: Title: 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. SURETY By: (Signature) Printed Name: Title: Date: Note: • Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT. • If Contractor is a partnership, all partners must execute the Bond. SURETY POWER OF ATTORNEY MUST BE ATTACHED EXHIBIT B PAYMENT BOND KNOW ALL PERSONS BY THESE PRESENTS: that Evergreen Skateparks, LLC a limited liability corporation, hereinafter called Principal, and 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 Six Hundred Four Thousand Dollars ($604,000.00) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that WHEREAS, the Principal entered into a certain Agreement with the City,dated the day of July ,20 ,for the construction of Renner Brenner Skatepark Renovation (224-030) 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 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 day of , 2024. CONTRACTOR AS PRINCIPAL By: (Signature) Printed Name: Title: 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. SURETY By: (Signature) Printed Name: Title: Date: Note: • Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT • If Contractor is a partnership, all partners must execute the Bond. SURETY POWER OF ATTORNEY MUST BE ATTACHED EXHIBIT C MAINTENANCE BOND TWO YEAR MAINTENANCE BOND Bond Number: CITY OF RIVERSIDE,MISSOURI PROJECT: Renner Brenner Skatepark Renovation(224-030) KNOW ALL MEN BY THESE PRESENTS, that we the undersigned Evergreen Skateparks, LLC, hereinafter referred to as "Contractor", and Corporation organized under the laws of the State of and authorized to transact business in the State of , 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 dollars ($302,000.00), 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 day of July, 2024, 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 day of ,20 • SURETY COMPANY CONTRACTOR BY (SEAL) BY _(SEAL) 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.) 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. EXHIBIT E Time for Completion Renner Brenner Skatepark Renovation (Project No. 224-030) Time for Completion: 120 Calendar Days from Notice to Proceed EXHIBIT F SCOPE OF WORK for Renner Brenner Skatepark Renovation (Project No. 224-030) Contractor shall perform the following Work as more fully set forth in the Contract Documents: All Work necessary to construct the Renner Brenner Skatepark Renovation as shown on and in accordance with the Technical Specifications and/or Drawings referred to in Exhibit G to the Agreement. The Work in the Project shall include but is not limited to the following: • Construction Fencing • Demolition and Site Preparation • Construction Staking • Erosion Control • Earthwork • Concrete Paving • Stormwater Infrastructure • Skatepark construction • Site Restoration, Seeding and Planting Contractor to provide all equipment, labor, and material necessary to perform the Project construction and related work as shown in the Contract Documents. The Work includes, but is not limited to, the following: 1. Schedule and Coordinate all necessary inspections. 2. Contractor shall coordinate with all utilities prior to the work starting, including contacting underground locator services. 3. Include all temporary utility fees and permits. 4. Include 3`d party Special Inspections as required to demonstrate compliance with project specifications, including but not limited to compaction and material testing. Proof rolls shall be coordinated with City Engineer, Travis Hoover. 5. Include all surveying, layout and field engineering required for the performance of this work. 6. Provide digital photographs of the preconstruction, construction, and post construction site (see Article IV Progress of Work/Submittals (F) for specifics) 7. Provide all weather provisions to meet the schedule set forth in the contract documents. 8. Provide clean up associated with the contractors work. Site is to remain free of debris during the construction process. EXHIBIT F SCOPE OF WORK—Project Location Renner Brenner Site Park, 2901 NW Vivion Rd, Riverside, MO 64150 EXHIBIT G TECHNICAL SPECIFICATIONS Renner Brenner Skatepark Renovation (Project No. 224-030) The following Specifications govern Contractor's performance of the Work: ENUMERATION OF SPECIFICATIONS AND ADDENDA: Following are the Specifications and Addenda governing the work, which form a part of this contract, as set forth the Contract Documents: DIVISION 1 —GENERAL REQUIREMENTS Section Description 010200 GENERAL REQUIREMENTS 01015 CONTRACTOR USE OF PREMISES 01030 SPECIAL CONDITIONS 01040 COORDINATION 01051 CONSTRUCTION SURVEY AND STAKING 01060 STANDARD SPECIFICATIONS AND PLANS 01270 MEASUREMENT AND PAYMENT 01320 CONSTRUCTION SCHEDULE 01330 SUBMITTALS 01410 TESTING LABORATORY SERVICES 01550 EROSION AND SEDIMENT CONTROL 015639 TEMPORARY TREE AND PLANT PROTECTION DIVISION 3—CONCRETE Section Description 03 11 00 CONCRETE FORMING 03 20 00 CONCRETE REINFORCING 03 30 00 CAST-IN-PLACE CONCRETE 03 30 10 PORTLAND CEMENT CONCRETE 03 37 00 SPECIALTY PLACED CONCRETE 03 37 13 SHOTCRETE 03 60 00 GROUTING DIVISION 5—METALS Section Description 05 50 00 METAL FABRICATIONS 05 52 13 PIPE AND TUBE RAILINGS DIVISION 31 —EARTHWORK Section Description 31 10 00 SITE CLEARING 31 22 00 GRADING 31 23 00 EXCAVATING, BACKFILLING AND COMPACTING DIVISION 32—EXTERIOR IMPROVEMENTS Section Description 32 11 24 AGGREGATE BASE COURSE 32 91 13 SOIL PREPARATION 32 92 00 TURF AND GRASSES DIVISION 33—UTILITIES Section Description 33 46 00 SUBDRAINAGE SYSTEMS ADDENDA: No. Date No. Date No. Date No. Date No. Date No. Date EXHIBIT H CITY OF RIVERSI MISSOURI Upstream from ordinary. NOTICE TO PROCEED DATE: PROJECT: Renner Brenner Skatepark Renovation PROJECT NO.: 224-030 RESO: (approved ) TO: Contractor: (address) You are hereby notified to commence work on or after the day of , 20 in accordance with the Agreement dated The date of substantial completion is / /20 . 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. 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 nbennionna riversidemo.Eov or by calling 816-372-9028) CTTY OF RIVERSI PAY APPLICATION NO. Date Prepared: Project No. City of Riverside Page Number:1 of_ 2950 NW Vivian Road Project Name 9 of Pgs Attached: Riverside Missouri,64150 A Original Contract Amount: F Value of Work to Date: $ - tiro.Schedule&val„es row ofratcn.olaeeee Wei a Net change by Change Orders: G Value of Completed to Date: $ - (=F♦D) C Present Contract Amount(Line 1 e/-Line 2) $ - D Value of Stored Materials to Date: $ - H Net Amount: $ - (di-E) E Percent Retainage: $ = i Less Previous Payments: $ - patal el al Penurt Pe/apq/maw Amount Due this Application: $ - K Balance to Finish Project.Including Retainage $ - (oC-I-1) %Project Complete to Date' SDIV/0! CONTRACTOR'S Certnccabon for payment The urdersgnein CONTRACTOR certifies that(1)an prevot. ON-SITE PROJECT Manager: progress payments receneo from OWNER on account of Work Construction Manager: none under the Contract efer,eu to above have been app.ed is discharge in full a1 otngatnns of CONTRACTOR incurred r- ENGINEER'S Gerd/Wagon for Payment Name Printed connection Olin Wort covered by current and prior Appleations In accordance antic tie Contract Documents based on on-sue for Payments.(2)tile to at Work malenals and equipment observations and the data composing Ih5 application the Scored incorporated in said Work or otherwise cored,n or covered W tubs 6lgareer cen:Aes to the Owner Mat to the best W Me Application for Payment r.1 pass to Owner at nme of payment Engineer's knowledge Information and belief the'Work has Date free and clear of a!'.lien(tarts Senart)/nterest and progressed as indicated the quakth of the Work IS in encumbrances(except such as are covered by Bond acceptable accordance wen the Contract Documents and the to OWNER indemnifying OWNER against any such ken[tarn Contractor 5 omitted to payment of the AMOUNT sec arty interest or encunorance)and(3)all WOO(covered try CERTIFIED s tics Application for Payment 5 in accordance with the Contract CITY OF RIVERSIDE.MO Documents Engineer: City Engineer Coectractor Name Punted Trav-:!I' v-i Signed Date Name Punted. - Signed _ _ City Administrator: Signed Date titian Korai *Pod Date Date Phone No. Address: Address: EXHIBIT J CHANGE ORDER (Contact Capital Projects and Parks Manager, Noel Bennion with the City of Riverside for an electronic version nbennion(&,riversidemo.gov or by calling 816-372-9028) CITY OF CHANGE ORDER NO. Cate Papered RIVERS MissoURt Contractor Name: ►noted Mena Page Nuneer Ia Prefect Number: a of Pgs Alex hied CmRnct Dena: The blowing changes to tie anginal contract amount were required to cover cost incurred by Panted Locaedn;Riverside,Missouri the Contracbr or to reiect savings realized by the Contractor as a result of a change in the actual corsntMd quantities from tine estimated quantities shown on the Bid Proposal. REQUIRED CHANGES IN PRESENT CONTRACT Contract or Contract or I Contract or New or New or New or Line tem No. Previous PrMlws Previous Unit tem Description&Reason for Change Order Adjusted Adjusted Adjusted Quantity Unit Price Amount Quantity Unit Pnce Amount i0.00 - S0.00 i0.00 S0.00 S0.00 $0.00 $0.00 S0.00 $0.00 $0.00 S0.00 S0.00I Previous T I $0.00 Adjusted Total $0 00 Net Change $0 00 Statement of Contract Qignal Contract Amount S0.00 Net Anoint of Prevtors Additions and Deductions 50.00 Net Contract Amount Prior to This Request 50.00 Amount of This Request a $0.00 New Contract Amount $0.00 Percent Change in Contract Amount r #DIV/0! DESIGN ENGINEER CITY OF RIVERSIDE,MISSOURI: compen), City Engineer: Noma Primee _...— Travis Hoover Sgmd �^_.. stand City Administrator: sari Brian Koral Signed Dare CONTRACTOR: ON-SITE PROJECT MANAGER: CONTRACTOR'S Certification for Change Order: ON-SITE PROJECT MANAGER Certification for Change Order: The undeagrred CONTRACTOR certif.that all changes In accordance with the Contract Documents.the onSte obsenetiom and dascnbed store are necessary m oder Ar the CONTRACTOR to the data canpnsirg Urns change order.the on-she protect manager carries proceed oath execution of the contract documents and that the to the Ownr drat to the best at the an-site prgect managers knowteoge aloes stated*bore are correct oath respect to ifre wok iradnnatnn and betel the above referenced changes we necessary In order to anticipated under this change order proceed with the execution of the contract documents and that the aloes stated Noose are correct oath respect to the work anticipated under this change artier Company Company Name Primed Name Pnnle? signed Sgnec Date Dare CITY OF EXHIBIT K RIVERSIQE """°"R Certificate of Substantial Completion (to be completed after substantial completion of the project) Project Name: Renner Brenner Skatepark Renovation Project#: 224-030 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: 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 EXHIBIT L AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW (to be completed at conclusion of project) I, , upon being duly sworn upon my oath state that: (1)Iamthe 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 Renner Brenner Skatepark Renovation (Project No.224-030); (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: 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: By: Name: Catherine Coulon Title: owner EXHIBIT N CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT (to be completed at conclusion of project) Renner Brenner Skatepark Renovation (Project No. 224-030) STATE OF ) ) SS: COUNTY OF _ ) The Undersigned, of lawful age,being first duly sworn, states under oath as follows: 1. I am the of who is the general CONTRACTOR on the above referenced project. 2. All payrolls,material bills,use of equipment and other indebtedness connected with the Work for this Project have been paid and all Claims of whatever nature have been satisfied,as required by the Contract. 3. ( ) Prevailing wage does not apply;or ( ) All provisions and requirements set forth in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes,pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with these provisions and requirements and the Annual Wage Order contained in the Contract in carrying out the Contract and Work. CONTRACTOR has fully complied with the requirements of the prevailing wage law as required in the Contract and has attached affidavits from all Subcontractors on this Project,regardless of tier,affirming compliance with the prevailing wage law as stipulated in the Contract. 4. CONTRACTOR certifies that each Subcontractor has received full payment for its respective work in connection with the Contract. 5. This affidavit is made in behalf of the CONTRACTOR for the purpose of securing from the City of Riverside, Missouri,the certification of completion of the Project and receiving payment therefore. CONTRACTOR By Title On this day of , 20_ before me appeared , to me personally known to be the of , and who executed the foregoing instrument and acknowledged that (s)he executed the same on behalf of as its free act and deed. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal on the day and year first above written. My commission expires: Notary Public EXHIBIT 0 SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT (to be completed at conclusion of project) Renner Brenner Skatepark Renovation (Project No. 224-0301 STATE OF ) ) SS: COUNTY OF ) After being duly sworn the person whose name and signature appears below hereby states under penalty of perjury that: 1. 1 am the duly authorized officer of the business indicated below (hereinafter Subcontractor)and I make this affidavit on behalf of Subcontractor in accordance with the requirements set forth in Section 290.290, RSMo. Subcontractor has completed all of the Work required under the terms and conditions of a subcontract as follows: Subcontract with: ,Contractor Work Performed: Total Dollar Amount of Subcontract and all Change Orders: $ 2. Subcontractor fully complied with the provisions and requirements of the Missouri Prevailing Wage Law set forth in Sections 290.210,RSMo through 290.340,RSMo. Business Entity Type: Subcontractor's Legal Name and Address ( )Missouri Corporation ( )Foreign Corporation ( )Fictitious Name Corporation ( )Sole Proprietor ( )Limited Liability Company Phone No. ( )Partnership Fax: ( )Joint Venture E:mail: ( )Other(Specify) Federal ID No. I hereby certify that I have the authority to execute this affidavit on behalf of Subcontractor. By: (Signature) (Print Name) (Title) (Date) NOTARY Subscribed and sworn to before me this day of ,20 My Commission Expires: (Signature) EXHIBIT P ENGINEER/CONSULTANT'S CERTIFICATION For Acceptance and Final Payment (to be completed at conclusion of project) City of Riverside, Missouri Project Name: Renner Brenner Skatepark Renovation Project No: 224-030 Contractor: Contract Date: Date of Completion and Acceptance: The Contractor has notified me that he has completed all work in accordance with the Contract Documents and that it is functioning properly. I hereby certify that a final inspection of all work under the Contract Documents was conducted by me and to the best of my knowledge;the work has been completed in accordance with the drawings and specifications and is functioning properly. I have approved all payment estimates, and prepared and received approval of all change orders. I have received the required certifications; instructions for operating the equipment, manuals, and other documents that are applicable to this project from the Contractor and have delivered them to the City. The City is now responsible for the security, operation, safety, maintenance,and insurance as applicable to the project. The Contractor will warranty all specified work for a period of one (1)year(or a longer period if governed by Missouri Statutes) from this date of completion. Notification has been given to the proper Government agencies that the work is completed. I recommend, under the provision of the Contract Documents that the Work be accepted and that final payment be made. Executed by the Engineer on this day of , 20 Signature: (SEAL) Typed Name: cc: Contractor DIVISION 1 - GENERAL REQUIREMENTS SECTION 010200— GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. All work contained in this Section is considered specialty Skateboard Park construction. Only those contractors that meet the minimum experience requirements contained in the QUALITY ASSURANCE Section of this specification may perform this work as specified herein. B. This section identifies the qualifications that the Bidder shall meet prior to the award of the contract. C. Complete qualifications (paragraph 1.8 SUBMITTALS) and this form must be turned in WITH THE BID. 1.2 REGULATIONS A. The work shall conform to requirements of the American Concrete Institute (ACI) and International Building Code (IBC) and/or Uniform Statewide Building Code (USB) for concrete finishing, as supplemented and modified on drawings of herein. 1.3 REFERENCE STANDARDS: A. The Concrete Finishing shall conform to requirements of the following Reference Standards or as modified and supplemented on drawings hereinafter 1. American Concrete Institute (ACI) Specifications for Structural Concrete for Buildings ACI 301 2. ACI Recommended Practice for Cold Weather Concreting, ACI 306 3. ACI Recommended Practice for Hot Weather Concreting, ACI 605 4. Comply with ASTM F2480 Standard Guide for In-ground Skatepark 1.4 QUALITY ASSURANCE: A. Skateboard Parks are not considered standard concrete flatwork. Where indicated to be exposed, Skateboard Park concrete is architecturally finished concrete represented in the form of complex and unique shapes. Typical Skateboard Park features will incorporate concave and convex transitioning between surfaces, which require the specified finishes to sculpturally blend along compound radius curves. It is critical that Skateboard Park concrete work be completed with a high level of precision for the skate facility to function properly and safely. Special care must be taken to provide the specified finished surfaces without gravel pockets, and other defects/defacements. The SKATEPARK DESIGNER shall inspect concrete after removal of forms and before concrete repair work begins. Concrete that does not meet the requirements of the specifications shall be rejected by the SKATEPARK DESIGNER and removed and replaced in its entirety by the Contractor at the Contractors expense. 1.5 MEASUREMENTS AND PAYMENTS Renner Brenner Park 010200 - 1 May 2024 Skatepark Renovation GENERAL REQUIREMENTS Bid Set A. Quantities: As shown on Drawings. It is the responsibility of the Contractor to verify the quantity of each bid item prior to submission of bid. 1.6 COORDINATION A. Ordering Materials: Order and schedule materials in ample time to avoid delays in construction. If an item is found to be unavailable, notify the CITY OF RIVERSIDE immediately. 1.7 FIELD ENGINEERING A. Property lines and existing improvements are indicated on Drawings. Contractor shall establish primary construction control lines and be responsible for accuracy of the layout of his work. Verify all lines, levels and dimensions shown on Drawings. Report any errors or discrepancies to SKATEPARK DESIGNER before proceeding with the work. Verify location of all underground utilities with local utility company. 1.8 SUBMITTALS A. CONTRACTOR "QUALIFICATIONS" EXPERIENCE 1. To be considered a qualified and responsible Bidder, the Bidder shall provide documentation establishing the "Bidder and Designated Superintendent and Crew" have satisfied the experience requirements listed below. At a minimum, the Bidder shall provide resumes of the Lead Superintendent. At a minimum qualified Lead Superintendent must be present on-site throughout the entire project construction: a. Shall have constructed a minimum of (7) seven concrete cast-in-place skateparks within the past (5) five years under listed company name. b. Shall have experience in renovating and resurfacing concrete skateparks. Please provide (3) three examples of concrete cast-in-place skateparks with dates of completion. c. Experience of completing at least (5) five skatepark 10,000 sq. ft. or larger in the last (5) five years as a specialty sub-contractor or contractor with the inclusion of a bowl with pool coping, street features and intermediate area. Provide list of completed skateparks with references. d. Installation of storm drainage systems in conjunction with Skateboard park components. e. Shaping of earthwork to specified radius. f. Experience creating the following in facilities specifically intended for skateboarding: cast in place concave and convex shaped concrete elements containing compound radius curves that must be precisely shaped in order to function as intended. Renner Brenner Park 010200 - 2 May 2024 Skatepark Renovation GENERAL REQUIREMENTS Bid Set g. Shall have experience with integral colored concrete implementation and concrete skateable art elements. h. Experience in application of vertical and horizontal shotcrete work, including horizontal and vertical radius transitions that include compound radius curves and blends, formed concrete, grinding rails, and associated concrete reinforcement as needed. i. The Contractor shall be skilled with the installation of steel coping edges, smooth flowing seamless transition areas, and smooth trowel concrete finish work. j. Experience in layout, fabrication, and construction of the steel coping. k. Experience in installation of concrete flatwork between bowled areas. I. List skatepark construction experience in cold weather climates. 1.9 PROTECTION A. Protect persons and adjacent materials and finishes from dust, dirt and other surface or physical damage during finishing operations, including materials driven by wind. 1.10 REPAIRS: A. Immediately after the removal of forms inspect all surfaces for defects. B. Repair or patch defects only after defects are inspected by the SKATEPARK DESIGNER and then only with the SKATEPARK DESIGNER'S permission. Do all cutting and repair within 48 hours after removal of forms; cure repairs same as the new concrete. 1.11 FINISHES FOR UNFORMED SURFACES: A. Screed all slabs, for whatever finishes, to true levels or slopes, work surfaces only to the degree required to produce the desired finish; do no finish in areas where the water has accumulated until they have been drained and excess moisture has dried. Carefully finish all joints and edges with proper tools, unless otherwise specified. B. Hard Trowel Finish: After floated surface is firm enough to receive steel trowels, trowel at least two complete passes, or until the last stage before blackening. Leave no trowel marks discernible to the touch. Do not use excessive water, especially on the last pass. C. Light Broom Finish: Concrete walkway as identified on plans. 1.12 CURING: A. Protect concrete surfaces against rapid drying. Apply clear spray-on cure agent after final finish is achieved. Keep sealed with cure agent for necessary amount of time to Renner Brenner Park 010200 - 3 May 2024 Skatepark Renovation GENERAL REQUIREMENTS Bid Set reach concrete strength and inhibit moisture loss after placing per manufacturer's recommendation. B. During the Curing: In addition to the initial overnight curing, continue final curing operations until the cumulative number of days or fractions thereof (not necessarily consecutive) occurs, during which time the temperature of the air in contact with the concrete is above 50 degrees F, equals 7 days. Curing period considered done when compressive strength is reached. If high-early strength concrete has been used continue final curing operation for 3 days total time, calculated as before. Take care to prevent rapid drying at the end of the curing period. Early removal of forms will not be approved when forms are removed during the curing period. 1.13 INSPECTION: A. Contractor shall notify SKATEPARK DESIGNER that they are starting concrete finish repair work at least 5 days prior to the beginning of work. 1.14 PROTECTION AND SITE SECURITY FROM VANDALISM: It shall be the contractor's responsibility to protect the site from theft and vandalism. 1.15 CONCRETE JOINTS A. Cleaning: The entire joint shall be thoroughly cleaned and wetted prior to the application of additional shotcrete. B. Reinforcement: Make joints perpendicular to the main reinforcement. Continue reinforcement across joints. C. All control and construction joints and saw cuts to be sealed and caulked (limestone gray polyurethane sealant). 1.16 CONCRETE CURING AND PROTECTION A. Curing Agent: Apply curing agent, blankets. or plastic after final finish is achieved. CONTRACTOR to remove cure agent at end of cure period and power wash all walls prior to final acceptance. 1.17 REJECTIONS A. Defects in the shotcrete including lack of uniformity, exhibits segregation honeycombing, or lamination or which contains any dry patches, slugs. voids or pockets shall be rejected by the SKATEPARK DESIGNER. The CONTRACTOR in charge of the specific scope of work shall remove and replace the mockup for the SKATEPARK DESIGNER'S approval at no additional cost to the CITY OF RIVERSIDE. Renner Brenner Park 010200 - 4 May 2024 Skatepark Renovation GENERAL REQUIREMENTS Bid Set B. Radial wall finishes shall consist of smooth, hard, uniform surface of smooth trowel with a level tolerance of 1/10" within 10 feet when tested with a 10-foot steel radial straightedge placed on the surface horizontally and vertically. Grinding the surfaces will not be an acceptable means of achieving the intended radii and uniformity shall be approved by the SKATEPARK DESIGNER. If rejected, the CONTRACTOR in charge of the specific scope of work shall remove and replace for the SKATEPARK DESIGNER'S approval at no additional cost to the CITY OF RIVERSIDE. 1.18 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS A. General Reference Points: Before starting work, locate all general reference points. Take such steps as necessary to prevent their dislocation or destruction. If destroyed or disturbed, replace as directed. B. Project Construction Limits: The contractor is to confine his activities to the Owner's property and to that portion of the project reasonably adjacent to the actual construction area. Clean-up of work area is required at the end of each day's work. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. 1.19 TEMPORARY UTILITIES A. Contractor to provide own job trailer. Verify Trailer location with Owner's Representative. 1.20 BARRIERS A. Construct necessary barricades, fences, railings, signs, and temporary enclosures as required during construction period. Remove barriers prior to final completion and repair surfaces damaged by erection of barricades. 1.21 SUBSURFACE WATER CONTROL A. Perform pumping, trenching, damming and underdraining necessary to keep site free from water during construction. Dispose of water in manner acceptable to the local regulation, taking care to ensure that no existing water disposal facilities are impeded, clogged, damaged, or interfered with. 1.22 TRAFFIC REGULATION A. Restrictions: The Contractor shall so conduct his operations as to cause the least possible obstruction and inconvenience to the Owner. B. Traffic control required to adhere to (MUTCD) Manual of Uniform Traffic Control Devices requirements. Review with Owner's Representative prior to starting work. 1.23 PROJECT IDENTIFICATION SIGNS Renner Brenner Park 010200 - 5 May 2024 Skatepark Renovation GENERAL REQUIREMENTS Bid Set A. Project Signs: None Required 1.24 STORAGE AND PROTECTION A. Storage: Contractor is responsible for storing materials as to ensure the preservation of their quality and fitness for work. Stored materials shall be located so as to facilitate prompt inspection. B. Protection: Contractor is responsible for adequate protection of all materials to be used on project from damage and where applicable. intrusions of moisture. 1.25 FINAL CLEAN-UP A. Upon completion of any portion of work, promptly remove temporary facilities generated by that portion of the work including surplus materials, equipment and machinery if so, directed by the SKATEPARK DESIGNER, or the CITY OF RIVERSIDE; upon completion of the work, completely remove remaining temporary facilities. The Contractor shall also clean up street, and adjacent work areas. 1.26 PROJECT RECORD DRAWINGS A. Project Documents: Maintain at job site one copy of all Drawings, Specifications, Addenda, approved Shop Drawings, Change Orders, Field Orders, other Contract modifications, and other approved documents submitted by Contractor in compliance with various sections of the Specifications. B. Project Record Drawings: 1. Upon commencement of project, obtain and clearly mark one complete set of drawings ''Record Drawings" to be maintained neat, clean, protected and marked clearly with red pencil showing all deviations from the drawings. 2. Information given shall include, but not be limited to, the location of underground utilities and appurtenances, irrigation lines and equipment, provided under this contract, referenced to permanent surface improvements. 3. Keep Project Record Document current. Do not permanently conceal any work until required information has been recorded and required inspections have taken place and been signed off and dated. 1.27 PROJECT COMPLETION SUBMITTALS A. Upon completion of the Project and prior to final acceptance, submit to the CITY OF RIVERSIDE an original set of Project Record Drawings. 1.28 GUARANTEES A. Provide written certification that all work has been completed in strict compliance with Drawings and Specifications before requesting final inspection. Renner Brenner Park 010200 - 6 May 2024 Skatepark Renovation GENERAL REQUIREMENTS Bid Set 1.29 FINAL PUNCH LIST A. CITY OF RIVERSIDE AND SKATEPARK DESIGNER Representative shall prepare punch list when notified by Contractor that work is completed. CITY OF RIVERSIDE AND SKATEPARK DESIGNER Representative will conduct one final inspection only. (Note: Failure of CITY OF RIVERSIDE OR SKATEPARK DESIGNER Representative to include any items on punch list does not alter responsibility of Contractor to complete work in accordance with Contract Documents.) Deliver all items called for herein under various specification sections to CITY OF RIVERSIDE Representative at completion of work. END OF SECTION 010200 Renner Brenner Park 010200 - 7 May 2024 Skatepark Renovation GENERAL REQUIREMENTS Bid Set 01015 CONTRACTOR USE OF PREMISES The Contractor shall confine all construction activities to the limits of the project right-of-way and easements. Any additional easements and access to private property that are desired outside the project limits are the responsibility of the Contractor. If the Contractor desires access to private property that is outside the project limits, the Contractor shall obtain a written agreement between the Property Owner and the Contractor and submit this written agreement to the City prior to accessing the private property. 01030 SPECIAL CONDITIONS A. Examination of the Site: Bidders may visit the site and inform themselves of all conditions presently existing. Failure to visit the site will in no way relieve the successful bidder from the necessity of furnishing all materials and performing all work required to complete the work in accordance with the specifications. B. Measurements: Any dimensions provided shall be verified by the Contractor. Any discrepancies between the specifications and the existing conditions shall be referred to the Owner for adjustment, before the work is performed. C. Protection of Monuments: The Contractor must carefully preserve bench marks, references or stakes and in case of willful or careless destruction, shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. D. Breakage and Damage: The Contractor shall be responsible for any breakage, damage or other injury to existing or new facilities caused directly or indirectly by the Contractor's operations and shall replace, at Contractor's own expense, in a manner approved by the Owner any such broken or damaged material. E. Delivery of Materials: The delivery of all materials, equipment, and miscellaneous items entering into the construction of the work is a part of this contract, including freight and hauling charges both to and from transportation points. Payment of charges for the above items shall be made by the Contractor, except items designated as being provided by the City. An amount covering all charges for freightage and delivery of items shall be included as a part of the contract price and in no case will an extra be allowed for such charges. F. Storage of Materials: All materials delivered to the job shall be stored so as to keep them in first class condition and free from deterioration or contamination. G. Coordination: All contractors, subcontractors and trades shall cooperate in coordination of their several works, but the principal responsibility for coordinating the project as a whole and the operations of the contractors and subcontractors shall lie with the Prime Contractor. H. Blasting: No blasting will be allowed on this project. 01040 COORDINATION: A. All construction activities shall be coordinated with all utility owners and the City of Riverside. Contractor shall be responsible for notifying all utility owners with facilities within the project limits prior to construction so the utilities can be located and identified. B. All construction activities shall be coordinated with adjacent property owners affected by construction of the project to assure access to their properties. Driveways to adjacent properties shall be accessible at the end of each working day. C. The Contractor will be responsible for notifying the Resident Project Representative in writing of the dates when construction will begin and end. The City will notify the school district, fire, and police departments, and the local newspapers. D. The Contractor shall be responsible for obtaining all necessary permits, and paying for any and all inspection and permit fees as required by the City. E. Project Coordination Meetings: In addition to the above said coordination responsibilities, the Contractor shall attend construction progress meetings with the Resident Project Representative on a monthly basis (at a minimum). Additional meetings may be held as needed. No direct payment will be made for this item but shall be considered subsidiary to other bid items. F. The Contractor shall coordinate his/her work to ensure that the Work is complete and to ensure efficient and orderly sequence of installation of construction elements. G. In the event certain parts of work are assigned to subcontractors, the Contractor shall be responsible to ensure each subcontractor completes work and that all interfaces between trades are properly addressed. All subcontractors shall also coordinate their work with the Owner through the Contractor. H. The Contractor is solely responsible for all Assignments of Work among subcontractors. I. The Contractor shall be responsible for assigning and coordinating work and ensuring that suppliers and installers are familiar with all requirements in Contract Documents relating to each item of work, regardless of location of information in Contract Documents. 01051 CONSTRUCTION SURVEY AND STAKING A. General: This item shall be provided by the Contractor. 01060 STANDARD SPECIFICATIONS AND PLANS A. General: The work shall conform to the plans and contract specifications as outlined. In case of conflict, the specifications listed in this document shall take precedence over those listed in the stated Standard Specifications. B. Standard Specifications: Except where noted otherwise, the work shall conform to the latest edition of the Kansas City Metropolitan Chapter of APWA Standard Specifications and Design Criteria, Division II (APWA Standard Specifications) available at the following website: http://kcmetro.apwa.net/chapters/kcmetro/specifications.asp. C. Standard Plans: The work shall conform to the latest edition of the Kansas City Metropolitan Chapter of APWA Standard Plans when referenced in the construction documents. The referenced APWA Standard Plans are available at the following website: http://kcmetro.apwa.net/chapters/kcmetro/specifications.asp Other standard plans and specifications may be referred to and therefore adopted into these specifications. 01270 MEASUREMENT AND PAYMENT A. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise, on account of any difference between the amounts of Work actually performed and materials actually furnished and the estimated amounts thereof The Owner will not pay for or be responsible for unused materials which may have been ordered by the Contractor in accordance with the estimated quantities listed in the Bid Form. B. It is the intent of the Contract Documents that all costs in connection with the Work, including furnishing of all materials, equipment, supplies and appurtenances; providing all construction plant, equipment, and tools; and performing of all necessary labor to fully complete the Work, shall be included in the unit and lump sum prices named in the Bid Form. No item of Work that is required by the Contract Documents for the proper and successful completion of the Contract will be paid for outside of or in addition to the prices submitted in the Bid Form. All Work not specifically set forth in the Bid Form as a pay item shall be considered a subsidiary obligation of the Contract, and all cost in connection therewith shall be included in the process named in the Bid Form. C. Payment will be made as the sum of the following: 1. Lump sum payment for each item so listed in the Bid Form, at the contract lump sum price therefore. 2. Any special payment or adjustment,plus or minus,as provided for in the Agreement. 01320 CONSTRUCTION SCHEDULE A. General: The Contractor shall prepare and maintain a construction schedule for the duration of the project. B. Baseline Schedule: The Contractor shall prepare a baseline schedule to be presented to the Owner for review at the pre-construction meeting. The baseline construction schedule shall be in a form approved by the Owner and shall include at least the following information for each significant work item during each phase of the project: 1. Beginning date of Project. 2. Ending date of Project. 3. Beginning Date of Each Phase. 4. Completion Date of Each Phase. 5. Scheduled percentage of completion at the end of each calendar month. 6. Scheduled percentage complete for each phase at the end of each calendar month. The Owner will review the proposed progress schedule, and may require the Contractor to revise the same if, in the Owner's judgment, revisions are required to provide for completion of the project within the Contract Time. C. Schedule Updates: In addition to submitting a baseline project schedule, the Contractor shall update the project schedule prior to each monthly construction progress meeting. The updated schedule shall show the original baseline schedule, the actual work progress and the estimated completion of each significant work item for each phase of the project. The updated schedule shall be distributed to the City at each progress meeting. D. Payment: No direct payment shall be made. 01330 SUBMITTALS A. Shop Drawings: A minimum of two (2) copies each of manufacturer's shop drawings and data sheets shall be submitted to the Owner indicating the necessary installation dimensions,weights, materials and performance information. The shop drawings shall be distributed as follows: One (1) copy for the City and one (1) copy for the prime Contractor. The Contractor shall supply additional copies as necessary for any subcontractors. Submittals for equipment and materials shall include reference to indicate where it is to be used; whether by tag number, specification paragraph, or description of use. Approval of shop drawings will be for conformance with the design concept of the project and for compliance with the information given in the Technical Specifications. The approval of a separate item, as such, will not indicate approval of the assembly in which the item functions. Submittals: Required submittals include but are not limited to the following: 1.1 Aggregate (other than those used in pavements or structures) A.Gradation Test Results B.Soundness Test Results 1.2 Fill Material A. Source for Material B. Moisture-Density Relationships 1.3 Concrete Mix Design(For Each Mix used on the Project) A. Source of Materials B. Concrete Manufacturer's Name C. Testing Laboratory Name D. Results of the Mix Design 1) Compressive Strength 2) Air Content 3) Slump 4) Cement Content 5) Water Content 6) Fine Aggregate a) Gradation Test Results b) Soundness Test Results 7) Coarse Aggregate a)Gradation Test Results b) Soundness Test Results 8) Additives as called for in plans or specifications 9) Certification of Reinforcing Steel 10) Certification of Fly Ash (if used) 1.4 Steel A. Certification that all materials used are in compliance with specifications included herein. 1.5 Rebar A. Certification that all materials used are in compliance with specifications included herein. 1.6 Curing& Sealing Compounds A. Certification that all materials used are in compliance with specifications included herein 1.7 Joint fillers A. Certification that all materials used are in compliance with specifications included herein. 1.8 Paint A. Certification that all materials used are in compliance with specifications included herein. 01410 TESTING LABORATORY SERVICES A. General: Work under this item shall consist of furnishing all materials, labor and equipment necessary for a private testing laboratory to provide the material testing for items incorporated into the project. The tests, frequency and reports required to confirm contract compliance shall be as specified in the KCAPWA Standard Specifications unless otherwise noted below: One copy of the test results shall be submitted to the Owner electronically within 24 hours of the test completion. The testing lab must be agreed upon by the Contractor and the Owner. B. Payment: No direct payment shall be made. This item shall be considered subsidiary to the bid items of the materials being tested. 01550 EROSION AND SEDIMENT CONTROL A. General: Erosion and sediment control shall be in accordance with KCAPWA Standard Specifications Section 2150. 1. The Contractor is responsible for providing sufficient control of sediment and erosion to prevent migration of sediment off the construction site throughout the duration of the project. 2. All sediment escaping the project site and entering the downstream ditches shall be removed immediately at the expense of the Contractor. If the existing vegetation is damaged by the sediment,or by the removal of the sediment, it shall be replaced with like vegetation at the expense of the Contractor. B. Payment: Payment will be made according to the bid form. SECTION 015639 - TEMPORARY TREE AND PLANT PROTECTION PART 1 - GENERAL 1.1 SUMMARY A. Section includes general protection and pruning of existing trees and plants that are affected by execution of the Work, whether temporary or permanent construction. 1.2 DEFINITIONS A. Plant-Protection Zone: Area surrounding individual trees, groups of trees, shrubs. or other vegetation to be protected during construction and indicated on Drawings. B. Tree-Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction and defined by a circle concentric with each tree with a radius 2 times the diameter of the drip line unless otherwise indicated. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: 1. Include plans, elevations, sections, and locations of protection-zone fencing and signage. showing relation of equipment-movement routes and material storage locations with protection zones. C. Samples: For each type of the following: 1. Organic Mulch: Sealed plastic bags labeled with composition of materials by percentage of weight and source of mulch. 2. Protection-Zone Fencing: Assembled Samples. 3. Protection-Zone Signage: Full-size Samples. D. Tree Pruning Schedule: Written schedule detailing scope and extent of pruning of trees to remain that interfere with or are affected by construction. 1.4 INFORMATIONAL SUBMITTALS A. Certification: From arborist, certifying that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged. B. Maintenance Recommendations: From arborist, for care and protection of trees affected by construction during and after completing the Work. Renner Brenner Park 015639 - 1 May 2024 Skatepark Renovation TEMPORARY TREE AND PLAN PROTECTION Bid Set C. Existing Conditions: Documentation of existing trees and plantings indicated to remain, which establishes preconstruction conditions that might be misconstrued as damage caused by construction activities. 1.5 QUALITY ASSURANCE A. Arborist Qualifications: Certified Arborist as certified by ISA, licensed arborist in jurisdiction where Project is located, current member of ASCA, or registered Consulting Arborist as designated by ASCA. 1.6 FIELD CONDITIONS A. The following practices are prohibited within protection zones: 1. Storage of construction materials, debris, or excavated material. 2. Moving or parking vehicles or equipment. 3. Foot traffic. 4. Erection of sheds or structures. 5. Impoundment of water. 6. Excavation or other digging unless otherwise indicated. 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. B. Do not direct vehicle or equipment exhaust toward protection zones. C. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones and organic mulch. PART 2 - PRODUCTS 2.1 MATERIALS A. Backfill Soil: Stockpiled soil mixed with planting soil of suitable moisture content and granular texture for placing around tree; free of stones, roots, plants, sod, clods, clay lumps, pockets of coarse sand, concrete slurry, concrete layers or chunks, cement, plaster, building debris, and other extraneous materials harmful to plant growth. 1. Mixture: Well-blended mix of [two parts stockpiled soil to one part planting soil. 2. Planting Soil: Planting soil as specified in Section 329113 "Soil Preparation." B. Protection-Zone Fencing: Fencing fixed in position and meeting one of] the following requirements: 1. Plastic Protection-Zone Fencing: Plastic construction fencing constructed of high- density extruded and stretched polyethylene fabric with 2-inch maximum opening in pattern and supported by tubular or T-shape galvanized-steel posts spaced not more than 96 inches apart. High-visibility orange color. Renner Brenner Park 015639 -2 May 2024 Skatepark Renovation TEMPORARY TREE AND PLAN PROTECTION Bid Set a. Height: 48 inches. 2. Gates: Swing access gates matching material and appearance of fencing. to allow for maintenance activities within protection zones. C. Protection-Zone Signage: Shop-fabricated, rigid plastic or metal sheet with attachment holes prepunched and reinforced; legibly printed with nonfading lettering. PART 3 - EXECUTION 3.1 EXAMINATION A. Erosion and Sedimentation Control: Examine the site to verify that temporary erosion- and sedimentation-control measures are in place. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. 3.2 PREPARATION A. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. B. Tree-Protection Zones: Mulch areas inside tree-protection zones and other areas indicated. Do not exceed indicated thickness of mulch. 1. Apply 2-inch uniform thickness of organic mulch unless otherwise indicated. Do not place mulch within 6 inches of tree trunks. 3.3 PROTECTION ZONES A. Protection-Zone Fencing: Install protection-zone fencing along edges of protection zones in a manner that will prevent people from easily entering protected areas except by entrance gates. B. Protection-Zone Signage: Install protection-zone signage in visibly prominent locations in a manner approved by Architect. C. Maintain protection zones free of weeds and trash. D. Maintain protection-zone fencing and signage in good condition as acceptable to Architect and remove when construction operations are complete and equipment has been removed from the site. Renner Brenner Park 015639 - 3 May 2024 Skatepark Renovation TEMPORARY TREE AND PLAN PROTECTION Bid Set 3.4 EXCAVATION A. General: Excavate at edge of protection zones and for trenches indicated within protection zones according to requirements in Section 312000 "Earth Moving" unless otherwise indicated. B. Trenching within Protection Zones: Where utility trenches are required within protection zones, excavate under or around tree roots by hand or with air spade, or tunnel under the roots by drilling, auger boring, or pipe jacking. Do not cut main lateral tree roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots as required for root pruning. C. Do not allow exposed roots to dry out before placing permanent backfill. 3.5 ROOT PRUNING A. Prune tree roots that are affected by temporary and permanent construction. Prune roots as follows: 1. Cut roots manually by digging a trench and cutting exposed roots with sharp pruning instruments; do not break, tear, chop, or slant the cuts. Do not use a backhoe or other equipment that rips, tears, or pulls roots. 2. Temporarily support and protect roots from damage until they are permanently redirected and covered with soil. 3. Cover exposed roots with burlap and water regularly. 4. Backfill as soon as possible according to requirements in Section 312000 "Earth Moving." B. Root Pruning at Edge of Protection Zone: Prune tree roots by cleanly cutting all roots to the depth of the required excavation. C. Root Pruning within Protection Zone: Clear and excavate by hand or with air spade to the depth of the required excavation to minimize damage to tree root systems. If excavating by hand, use narrow-tine spading forks to comb soil to expose roots. Cleanly cut roots as close to excavation as possible. 3.6 CROWN PRUNING A. Prune branches that are affected by temporary and permanent construction. Prune branches as directed by arborist. 1. Prune to remove only[ injured,] broken, dying, or dead branches unless otherwise indicated. Do not prune for shape unless otherwise indicated. 2. Do not remove or reduce living branches to compensate for root loss caused by damaging or cutting root system. 3. Pruning Standards: Prune trees according to ANSI A300 (Part 1). B. Cut branches with sharp pruning instruments; do not break or chop. Renner Brenner Park 015639 -4 May 2024 Skatepark Renovation TEMPORARY TREE AND PLAN PROTECTION Bid Set C. Do not paint or apply sealants to wounds. D. Chip removed branches and dispose of off-site. 3.7 REGRADING A. Lowering Grade: Where new finish grade is indicated below existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. B. Raising Grade: Where new finish grade is indicated above existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. C. Minor Fill within Protection Zone: Where existing grade is 2 inches or less below elevation of finish grade, fill with backfill soil. Place backfill soil in a single uncompacted layer and hand grade to required finish elevations. 3.8 FIELD QUALITY CONTROL A. Inspections: Engage a qualified arborist to direct plant-protection measures in the vicinity of trees, shrubs, and other vegetation indicated to remain and to prepare inspection reports. 3.9 REPAIR AND REPLACEMENT A. General: Repair or replace trees. shrubs, and other vegetation indicated to remain or to be relocated that are damaged by construction operations, in a manner approved by Architect. 1. Perform repairs of damaged trunks, branches, and roots within 24 hours according to arborist's written instructions. 2. Replace trees and other plants that cannot be repaired and restored to full-growth status, as determined by Architect. 3.10 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove excess excavated material, displaced trees, trash, and debris and legally dispose of them off Owner's property. END OF SECTION 015639 Renner Brenner Park 015639 - 5 May 2024 Skatepark Renovation TEMPORARY TREE AND PLAN PROTECTION Bid Set SECTION 031100— CONCRETE FORMING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Forms for stair risers, stringers, and landing slabs. 2. Forms for curbs, walks, ramps and gutters. B. Related Sections: 1. Section 033010, Portland Cement Concrete. 2. Section 032000, Concrete Reinforcing: Steel reinforcing. 3. Section 033000, Cast-In-Place Concrete: Site cast concrete. 4. Section 055000, Metal Fabrications: Concrete anchor bolts and steel pipe sleeves. 1.2 SYSTEM DESCRIPTION A. Design Requirements: 1. Design formwork to support structural loads and hold concrete to correct size, alignment, and shape. 1.3 SUBMITTALS A. Product Submittals: 1. Submit product data for formwork accessories. 2. Submit shop drawings for architectural concrete wall patterns and reveals. B. Quality Assurance Submittals: 1. Submit design drawings for structural concrete formwork. PART 2 - PRODUCTS 2.1 COMPONENTS A. Smooth Vertical Concrete Forms: 1. Smooth Plywood: Plyform, B-B, Class I. 2. Cylindrical Forms: Smooth faced, wood fiber. B. Textured Vertical Concrete Forms: 1. Textured Form Liners: Fiberglass reinforced polyester, 302 by Greenstreak, or matching texture by L.M. Scofield or Symens. 2. Disposable Textured Form Liners: Polystyrene by The Burke Company, or approved equal. C. Horizontal Concrete Forms: 1. Pan Forms: 16 gage galvanized steel. D. Form Accessories: Renner Brenner Park 031100 - 1 May 2024 Skatepark Renovation CONCRETE FORMING Bid Set 1. Recess Cones for Exposed Form Ties: 1 inch deep and 1 inch diameter. 2. Concealed Form Ties: Adjustable metal ties. 3. Chamfer Strip: 1 inch radius. 4. Form Joint Tape: Closed cell PVC foam. 5. Reglets: Galvanized steel. 6. Expansion and Isolation Joint Fillers: Expanding cork, 1/2 inch thick, ASTM D 1752, Type III. 7. Expansion Joint Filler Cap: 1/2 inch deep, 1/2 inch wide, 941 by JEF, Inc., or approved equal. 8. Tongue and Groove Keyed Joint Fillers: Reinforced asphalt core between asphalt saturated felt liners, 1/4 inch thick with 1 inch deep and 2-1/2 inches at base of trapezoid, full depth of concrete slab, 10 feet long, with punched holes 24 inches on center for stakes and 30 inches on center for dowel bars. 9. Construction Joints: 1 inch deep. 2-1/2 inch minimum at base of trapezoid, 24 gage galvanized steel or plastic keyway. 10. Control Joint Forms: 1 inch deep, PVC, JEF Zip Joint by JEF Inc., or approved equal. 11. Footing Waterstops: Bentonite clay strips. PART 3 - EXECUTION 3.1 PERFORMANCE A. Site Fabrication of Formwork: 1. Comply with requirements in ACI 117, ACI 301, and ACI 347. 2. Camber and reinforce forms to meet 1/4 inch in 10 feet maximum deflection. 3. Install chamfer strip at vertical external corners of exposed concrete. 4. Coat formwork with form release agent prior to placing reinforcing steel. 5. Install sleeves for penetrating pipes. B. Installation of Joints: 1. Install keyed joints at center of slabs on grade and anchor with steel stakes at 24 inches on center. 2. Install keyed joints between footings and retaining and foundation walls. 3. Install construction joints at locations which will not impair concrete strength or appearance. 4. Install footing waterstops on footing concrete 3/4 inch inside the exterior wall formwork panels. 5. Install wall waterstops at retaining and foundation wall cold joints. 6. Install isolation joints in floor slabs at penetrating items. 7. Install expansion and control joints in slabs on grade at spacing indicated on Drawings. 8. Install exterior expansion joints at not more than 30 feet on center. C. Site Fabrication of Shoring: 1. Fabricate shoring with wedges or adjustable jacks. 2. Camber forms for anticipated deflections. 3.2 COMPLETION Renner Brenner Park 031100 -2 May 2024 Skatepark Renovation CONCRETE FORMING Bid Set A. Adjusting and Cleaning Forms Prior to Placing Concrete: 1. Verify dimensions and location of joints and adjust forms and joints as required to meet design tolerances. 2. Clean interior form surfaces prior to placing concrete. 3. Apply water to base aggregate prior to placing concrete. B. Adjusting Forms After Placing Concrete: 1. Examine form dimensions and adjust forms to meet required tolerances. C. Formwork Removal: 1. Remove forms and shores in conformance with Section 3.7 in ACI 347. 2. Do not pry against concrete surface during removal of formwork. END OF SECTION 031100 Renner Brenner Park 031100 - 3 May 2024 Skatepark Renovation CONCRETE FORMING Bid Set SECTION 032000 —CONCRETE REINFORCING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Reinforcing bars for cast-in-place concrete. 2. Welded wire fabric for cast-in-place concrete. 3. Spiral reinforcing for concrete columns. 4. Tie wire and reinforcing supports. 5. Polypropylene fiber reinforcing for concrete slabs. B. Related Sections: 1. Section 031100, Concrete Forming 2. Section 033000, Cast-In-Place Concrete 1.2 SUBMITTALS A. Product Submittals: 1. Submit shop drawings for reinforcing steel. 2. Submit mill test reports for Grade 60 reinforcing bars. PART 2 - PRODUCTS 2.1 COMPONENTS A. Steel Reinforcing: 1. Standard Bars: ASTM A 615, Grade 60. except Grade 40 for ties and stirrups. 2. Weldable Bars: ASTM A 706, Grade 60. 3. Column Spiral Bars: ASTM A 616, Grade 50. plain. 4. Wire Fabric: ASTM A 185 and UBC Standard No. 26-6, 6" x 6" - W1.4/W1.4 in flat sheets. B. Reinforcing Accessories: 1. Tie Wire: 16 gage, double annealed iron. 2. Reinforcing Couplers: Capable of developing 125 percent of the specified yield strength of reinforcing. as manufactured by Lenton or Fox-Howlett. 3. Chairs, Spacers. and Hangers: Galvanized steel for interior concrete and plastic coated steel for exterior concrete. 4. Dowels: Epoxy-Coated steel rebar in diameter and length as indicated on Drawings. 5. Dowel Caps: Crimp or welded type, 5 inches minimum length, F46 by JEF, Inc., or approved equal. 2.2 FABRICATION A. Shop Fabrication: Renner Brenner Park 032000 - 1 May 2024 Skatepark Renovation CONCRETE REINFORCING Bid Set 1. Comply with CRSI Manual of Standard Practice, MSP-1, ACI 301, ACI 315, and ACI 318. 2. Attach identification tag to each bent reinforcing bar. 3. Shop bend reinforcing around small openings not more than 1 in 10. PART 3 - EXECUTION 3.1 PERFORMANCE A. Installation of Reinforcing Steel: 1. Comply with CRSI Manual of Standard Practice, MSP-1. 2. Comply with UBC and ACI 318, Chapter 7 for minimum concrete cover over reinforcing steel. 3. Stagger reinforcing bar splices 48 inches minimum at alternate bars. 4. Lap continuous deformed bars 36 diameters and not less than 24 inches. 5. Reinforce corners and intersections with 24 inch by 24 inch corner bars. 6. Install two Number 5 bars around wall openings larger than 30 by 30 inches. B. Installation of Fibrous Reinforcing: 1. Add fibrous reinforcing to interior concrete floor slabs on grade as recommended by fiber manufacturer. C. Installation of Reinforcing Accessories: 1. Wire tie reinforcing as indicated in CRSI Manual of Standard Practice. 2. Install reinforcing couplers and splices in reinforcing. 3. Locate and support reinforcing with metal chairs, bolsters, spacers, and hangers as required. 3.2 COMPLETION A. Adjusting and Cleaning: 1. Replace damaged and defective reinforcing steel. 2. Remove dust from reinforcing prior to placing concrete. END OF SECTION 032000 Renner Brenner Park 032000 - 2 May 2024 Skatepark Renovation CONCRETE REINFORCING Bid Set SECTION 033000— CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Site cast concrete for footings, foundation walls, retaining walls, load bearing walls, columns, floor slabs on grade, composite floor slabs, composite roof slabs, stair treads, and stair landing slabs. 2. Finishing, hardening, and curing site cast concrete. B. Related Sections: 1. Comply with requirements in "KCAPWA" Standard Specifications. 2. Comply with ASTM F2480 Standard Guide for In-ground Skatepark. 3. Section 321124, Aggregate Base Course. 4. Section 033010, Portland Cement Concrete 5. Section 031100, Concrete Forming 6. Section 032000, Concrete Reinforcing 1.2 SUBMITTALS A. Product Submittals: 1. Comply with "KCAPWA" Standard Specifications. B. Quality Assurance Submittals: 1. Comply with "KCAPWA" Standard Specifications. 1.3 SITE CONDITIONS A. Environmental Requirements: 1. Maximum Wind Velocity for Unprotected Concrete: 15 mph. 2. Temperature Range for Ambient Air During Concrete Placement: 40 to 80 degrees F. 3. Temperature Range for Ambient Air During Epoxy Bonding Grouts: 40 to 85 degrees F. 4. Precipitation: None forecast for 8 hours after placing unprotected concrete. B. Substrate Conditions: 1. Maintain concrete substrates free of excessively dry, soft, muddy, or frozen subgrade soils. PART 2 - PRODUCTS 2.1 COMPONENTS A. Concrete Materials: 1. Portland Cement: ASTM C 150, Type I or II and IA or IIA. 2. Standard Aggregates: ASTM C 33. Renner Brenner Park 033000 - 1 May 2024 Skatepark Renovation CAST-IN-PLACE CONCRETE Bid Set 3. Lightweight Aggregates: ASTM C 330. 4. Seeding Aggregates: 3/8 inch to 5/8 inch diameter round. 5. Small Aggregates for Colored Hardener: 3/8 inch diameter. 6. Air-Entraining Admixture: ASTM C 260. 7. Chemical Admixtures: ASTM C 494, Type A, water reducing or Type D, water reducing and retarding. 8. Mineral Admixture: ASTM C 618, Class F or Class C. B. Concrete Accessories: 1. Exterior Curing Compounds: Solvent based acrylic, ASTM C 309, Type 1, Clear, Spartan-Cote by The Burke Company, J-21 Acrylic Cure, Seal & Dustproofer 19 by Dayton Superior, Clear Seal 150 by A.C. Horn, Master Seal by Master Builders, Kure-N-Seal by Sonneborn. 2. Clear Acrylic Sealers: Aggre Glaze by The Burke Company, Traz by Chem- Masters, J-25 Acrylic Sealer Gloss 25 by Dayton Superior, Horntraz by A.C. Horn, TIAH by W.R. Meadows, Sono-Glaze or White Roc-9 by Sonneborn, Thoroglaze H by Thoro System Products. 3. Nonmetallic Dust-On Floor Hardeners: Quartz sand hardeners, Nonmetallic Quartz Sand by The Burke Company, Floorcron Natural color by Gifford-Hill, Colorundum, Type 2, Natural color by A.C. Horn, Mastercron Ready-mixed by Master Builders, Harcol Redi-Mixed, Natural color by Sonneborn, Hydroment Nonmetallic Floor Hardener. 4. Emery Corundum Hardeners: Minimum 58 percent aluminum oxide, 24 percent iron oxide, and not more than 4 percent silica, Moh hardness 9/8, ACI Class 5, minimum compressive strength 12,000 psi in 28 days, Emery Tuff by Dayton Superior Corporation as distributed by JASCO, Portland, OR, or approved equal. 5. Exterior Nonslip Aggregate: Not less than 95 percent pure aluminum oxide, Nonslip aggregate by Gifford-Hill, Alundum by Norton Company, Frictex N.S. by Sonneborn. 6. Acrylic Bonding Agent: ASTM C 932, Burke Acrylic Bondcrete by The Burke Company, J-40 Bonding Agent by Dayton Superior, Hornweld by A.C. Horn, Weld Crete by Larsen, Intralock by W.R. Meadows, Latex Bonding Agent by Sika, Sonocrete PB by Sonneborn, Thorobond and Acryl 60 by Thoro System Products. 7. Epoxy Bonding Agent, Concrete to Concrete: ASTM C 881, 100 percent solids, epoxy resin and hardener, 881 LPL Epoxy by The Burke Company, Concressive 1001 LPL by Adhesive Engineering. 8. Epoxy Bonding Agent, Concrete to Reinforcing Steel: ASTM C 881, 100 percent solids, epoxy resin and hardener, Concressive 1441 by Adhesive Engineering, or approved equal. 9. Patching Compound: Two component cement base and acrylic polymer compound, 5,000 psi in 28 days minimum compressive strength, Burke Acrylic Patch by The Burke Company, Epolith Patcher or Sonopatch by Sonneborn. 10. Polyethylene Moisture Retaining Membrane: ASTM D 2103, Clear or white, 6 mils thick. 11. Reinforced Laminated Paper Moisture Retaining Membrane for Pedestrian Traffic Areas: ASTM C 171, Orange Label Sisalkraft by Fortifiber Corp., or approved equal. 12. Reinforced Laminated Paper Moisture Retaining Membrane for Non-Traffic Areas: ASTM C 171, Sisalkraft SK-10 by Fortifiber Corp., or approved equal C. Proportion Adjustments: Renner Brenner Park 033000 -2 May 2024 Skatepark Renovation CAST-IN-PLACE CONCRETE Bid Set 1. Mix designs may be adjusted when material characteristics, site conditions, weather, test results, or other circumstances warrant a revised mix design. 2. Submit revised concrete mix design to Owner's Representative. D. Mixing Procedures: 1. Comply with ASTM C 94. 2. Mix full load of concrete for 3 minutes at high speed upon arrival at site. 3. Mix concrete for an additional 5 minutes after adding water. E. Concrete Mix Requirements: 1. Maximum Aggregate Size: 3/4 inch. 2. Maximum Slump for Footings, Walks, Curbs, Exterior Slabs, and Floor Slabs: 4 inches + 1/2 to - 1 inch. 3. Maximum Slump for Walls, Columns: 3 inches + 1/2 to - 1 inch. 4. Entrained Air for Exterior Horizontal Surfaces: 6 percent + or - 1 percent. 5. Minimum Compressive Strength: fc = 4,000 PSI (3,500 psi in 28 days). 6. Water Reducing Admixtures: Type A or D. PART 3 - EXECUTION 3.1 PERFORMANCE A. Preparation: 1. Notify Owner's Representative 24 hours prior to placing concrete. 2. Remove ice and standing water from formed surfaces. 3. Remove soft soils from subgrade and footing trenches. B. Cleaning for Epoxy Bonding of Structural Topping Slabs: 1. Remove grease, wax, and oil contaminants with detergent or degreasing compound and follow with mechanical cleaning. 2. Remove weak or deteriorated concrete by grit or water blasting. 3. Remove dirt, dust, latent material, and curing compounds by grit blasting or as recommended by manufacturer. 4. Finish concrete with vacuum cleaning. C. Cleaning for Epoxy Grouted Dowels: 1. Blow holes out with oil free compressed air. 2. Remove moisture, rust, dirt, oil, grease, protective coatings, and galvanizing from dowels in accordance with grout manufacturer's instructions. D. Concrete Placement: 1. Consolidate concrete with hand rodding and mechanical vibrating. 2. Level slabs to Class B, 1/4 inch in 10 feet. 3. Tool radius exterior slab and curb edges. 4. Tool form or saw form slab control joints. 5. All control and construction joints and saw cuts to be sealed and caulked (limestone gray polyurethane sealant). 3.2 FINISHING VERTICAL CONCRETE A. Comply with ASTM F2480 Standard Guide for In-ground Skatepark. Renner Brenner Park 033000 - 3 May 2024 Skatepark Renovation CAST-IN-PLACE CONCRETE Bid Set B. Rough Form Finishing Concealed Vertical Concrete Surfaces: 1. Comply with ACI 301, paragraph 10.2.1, remove fins and projections exceeding 1/4 inch in height and patch tie holes and surface defects. C. Smooth Form Finishing Exposed Vertical Concrete Surfaces: 1. Comply with ACI 301, paragraph 10.2.2, remove fins and projections and patch tie holes and surface defects. D. Smooth Rubbed Finish for Exposed Curbs, Walls, Soffits, and Columns: 1. Comply with ACI 301, paragraph 10.3.1, within 24 hours after form removal, wet and rub exposed surfaces with carborundum brick or other abrasive until uniform color and texture are produced. E. Grout Cleaned Finish for Exposed Curbs, Walls, Soffits, and Columns: 1. Comply with ACI 301, paragraph 10.3.2, mixing 1 part portland cement and 1-1/2 parts fine sand with sufficient water to provide grout with consistency of thick paint and mix white cement with gray cement until grout matches color of surrounding concrete. 2. Wet concrete surfaces, spray or brush apply grout, and immediately scrub the surface with cork float or stone. 3. Remove excess grout, while plastic, with rubber float or burlap sack and after surface whitens from drying, rub concrete surface vigorously with clean burlap. 4. Keep concrete surface damp for 36 hours after rubbing. F. Sandblasting Wall and Column Concrete Surfaces: 1. Provide a smooth rubbed finish as specified in subparagraph 3.2.C. above and sandblast to match finish on mock-up or field samples. 3.3 FINISHING HORIZONTAL AND INCLINED CONCRETE A. Comply with ASTM F2480 Standard Guide for In-ground Skatepark. B. Floated Slab Surface to Receive a Troweled, Broomed, Seeded, Dry Shake, Colored hardener, and Washed Aggregate Finish: 1. Comply with ACI 301, paragraph 11.7.2, begin floating when concrete surface has stiffened sufficiently to permit float finishing. 2. Check planeness of surface with a 10 foot straightedge at two angles during the first floating, level concrete to Class B, 1/4 inch in 10 feet, and refloat immediately to a uniform sandy texture. C. Slab Finishing: 1. Trowel to Class A, 1/8 inch in 10 feet, for slabs on grade and to Class B, 1/4 inch in 10 feet, for slabs on steel deck and steel stair landings. 2. Provide a broom finish for exterior walks and ramps complying with ACI 301, paragraph 11.7.4, by drawing a broom or burlap belt across the surface to give the slab a course transverse scored texture. 3. Provide a troweled nonslip double coat dry shake finish for skate park loading docks in areas indicated on Drawings, complying with ACI 301, paragraph 11.7.7. 4. A chemical retarder may be sprayed on floated concrete surface to extend the Renner Brenner Park 033000 -4 May 2024 Skatepark Renovation CAST-IN-PLACE CONCRETE Bid Set working time for exposure of seeding aggregate. 5. Hand trowel around score lines at textured colored hardener finished concrete to provide smooth score lines after removal of metal forms. D. Curing Procedures: 1. Spray apply exterior curing compound on exterior horizontal concrete surfaces at manufacturer's recommended rate. 2. Apply sheet covering over interior concrete slabs scheduled to be covered with resilient and carpet flooring. 3. Apply interior concrete curing and hardening compound at manufacturer's recommended rate on interior concrete slabs scheduled to remain exposed. 4. Apply 3 coats of interior fluosilicate hardener to dry concrete in diluted proportions recommended by manufacturer for porosity and finish of concrete, 14 to 28 days after concrete pour, and remove dried surplus hardener by scrubbing and mopping with water. 5. Apply 60 pounds of dust-on hardener per 100 square feet on loading dock slabs and workshop slabs. 3.4 COMPLETION A. Field Quality Control: 1. Test cured cylinders prior to removing shoring under structural concrete. B. Surface Repairs for Exposed Concrete Vertical Surfaces: 1. Clean, dampen with water, and brush the patch substrate with bonding agent. 2. Fill voids and rock pockets with patching compound and compact in place and screed as recommended by patching compound manufacturer. 3. Finish exposed concrete surfaces to match adjoining surfaces. 4. Remove and replace the concrete if defects in color and texture of surface cannot be repaired. C. Surface Repairs for Interior Concrete Floor Slabs: 1. Grind or fill interior floor slab surfaces to remove defects of sufficient magnitude to show through the intended floor covering. D. Protection: 1. Protect new uncured horizontal concrete with barricades. 2. Protect concrete from frost damage until protected by soil backfill or until cured for 28 days. 3. Protect concrete from physical damage or reduced strength caused by air temperatures below 35 degrees F. and above 75 degrees F. during curing period, complying with recommendations in ACI 306R and 305R respectively. 4. Protect concrete from shrinkage crack damage until protected by curing procedure. END OF SECTION 033000 Renner Brenner Park 033000 - 5 May 2024 Skatepark Renovation CAST-IN-PLACE CONCRETE Bid Set SECTION 033010—PORTLAND CEMENT CONCRETE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete curbs, ramps, stairs, slabs, ledges and walks. B. Related Sections: 1. City of Riverside Standards and "KCAPWA" Standard Specifications. 2. Comply with ASTM F2480 Standard Guide for In-ground Skatepark. 3. Section 03 1100, Concrete Forming: Formwork for cast-in-place concrete. 4. Section 03 2000, Concrete Reinforcing: Reinforcing for building concrete. 5. Section 03 3000, Cast-In-Place Concrete: Site cast building concrete. 1.2 SYSTEM DESCRIPTION A. Design Requirements: 1. Design formwork to support structural loads, hold concrete to correct size and alignment, and meet tolerances indicated in ACI 347 and ACI 301. 2. Comply with ASTM F2480 Standard Guide for In-ground Skatepark. 3. Finish concrete curbs and walks with Class B tolerance, 1/4 inch in 10 feet maximum variation. 1.3 SUBMITTALS A. Product Submittals: 1. Submit product data for concrete curing and hardening materials. 1.4 SITE CONDITIONS A. Temperature and Weather Requirements: 1. Do not place concrete when temperature or weather will affect performance or appearance of concrete. 2. Minimum Ambient Temperature: 35 Degrees F. B. Substrate Requirements: 1. Do not place concrete on muddy or frozen substrate. 2. Remove mud, dirt, and ice from formwork surfaces. PART 2 - PRODUCTS 2.1 MATERIALS A. Forms and Formwork Accessories: 1. Exposed Plywood Forms: Plyform, Class I or II. 2. Lumber and Steel Forms: Smooth face lumber or steel. 3. Chamfer Strip: 1 inch radius. 4. Steel Pipe Sleeves: ASTM A 53. Renner Brenner Park 033010 - 1 May 2024 Skatepark Renovation PORTLAND CEMENT CONCRETE Bid Set 5. Expansion and Isolation Joint Fillers: Self-expanding cork, 1/2 inch thick. ASTM D 1752, Type III. 6. Form Joint Tape: Closed cell PVC foam with pressure sensitive adhesive on one side. B. Concrete Reinforcing: 1. Steel Reinforcing Bars: ASTM A 615, Grade 60, except where indicated grade 40 on Drawings. 2. Welded Wire Fabric: ASTM A 185, size as indicated on Drawings. C. Concrete Materials: 1. Portland Cement: ASTM C 150, Type I or II. 2. Aggregates: ASTM C 33. 3. Water: Clean. free of oils. acids, organic material. 4. Air-Entraining Admixture: ASTM C 260. 5. Water-Reducing Admixture: ASTM C 494, Type A, water-reducing or Type D. water-reducing and retarding. 6. Mineral Admixture: ASTM C 618, Class F or Class C. D. Solvent Based Acrylic Curing Compound: 1. Industry Standard: ASTM C 309, Type 1, Clear. 2. Acceptable Compounds: Spartan-Cote by Burke, J-21 Acrylic Cure, Seal & Dustproofer 19 by Dayton Superior, Clear Seal 150 by A.C. Horn, Master Seal by Master Builders, Kure-N-Seal by Sonneborn. E. Water Based Acrylic Curing Compound: 1. Industry Standard: ASTM C 309, Type 1, Clear 2. WB 150 or WB 300 Cure and Seal by Euclid Chemical. F. Nonslip Aggregate: 1. Product Data: Not less than 95 percent pure aluminum oxide. 2. Acceptable Oxide Aggregates: Nonslip aggregate by Gifford-Hill. Alundum by Norton Company, Frictex N.S. by Sonneborn. G. Bonding and Patching Compounds: 1. Acrylic Bonding Agents: ASTM C 932. 2. Epoxy Bonding Agents: ASTM C 881. 3. Patching Compounds: Two component cement base and acrylic polymer, with minimum compressive strength of 5,000 psi in 28 days. H. Concrete Curing Membranes: 1. Polyethylene: ASTM D 2103, clear or white, minimum 6 mils thick. 2. Reinforced Laminated Paper for Pedestrian Traffic Areas: ASTM C 171, Orange Label Sisalkraft by Fortifiber Corp., or approved equal. 3. Reinforced Laminated Paper for Non-Traffic Areas: ASTM C 171, Sisalkraft SK- 10 by Fortifiber Corp., or approved equal. 2.2 MIXES (SKATEPARK) Renner Brenner Park 033010 - 2 May 2024 Skatepark Renovation PORTLAND CEMENT CONCRETE Bid Set A. Proportioning: 1. Comply with ACI 211.1 and UBC Section 2604. 2. Proportion concrete in accordance with ACI 301, Article 3.8. 3. When using Method 3, proportion concrete with a maximum water/cement ratio of 0.46. 4. Maximum Pozzolan Weight: 18 percent of cement weight. B. Proportion Adjustments: 1. Adjust concrete mix designs when material characteristics, site conditions, weather, test results, or other circumstances warrant a revised mix design. 2. Do not use revised mix design until accepted by Owner's Representative. C. Mixing Procedures: 1. Comply with ASTM C 94. 2. Mix full load for 3 minutes at high speed upon arrival at site. 3. Mix additional 5 minutes after adding water. D. Mix Requirements: 1. Maximum Course Aggregate Size: 3/4 inch. 2. Maximum Slump: 5 inches + 1/2 to - 1 inch. 3. Entrained Air: 6 percent + or- 1 percent. 4. Minimum Compressive Strength: fc = 4,000 psi (3,500 psi in 28 days) 5. Minimum Cement Plus Pozzolan Content: 550 pounds per cubic yard. 6. Water Reducing Admixture: Type A or D. PART 3 - EXECUTION 3.1 PERFORMANCE A. Notification: 1. Notify Owner's Representative 48 hours prior to placing concrete. 2. Do not place concrete until Owner's Representative has examined formwork and reinforcing steel. B. Protection: 1. Coat aluminum conduit embedded in concrete with protective material or prime paint prior to concrete placement. C. Surface Preparation: 1. Clean and adjust forms, joints, and embedded items. 2. Check reinforcing placement and reinforcing support items and adjust reinforcing prior to placing concrete. D. Site Fabrication of Formwork: 1. Comply with requirements in ACI 301 and ACI 347. 2. Fabricate corners and intersections flush without visible offsets. 3. Fabricate, camber, and reinforce forms to meet 3/16 inch in 8 feet maximum deflection. 4. Fabricate solid blocking behind formwork panel joints. Renner Brenner Park 033010 - 3 May 2024 Skatepark Renovation PORTLAND CEMENT CONCRETE Bid Set E. Installation of Formwork and Joint Materials: 1. Install expansion joints between existing and new concrete and as indicated on Drawings. 2. Install chamfer strip at exposed external vertical corners. 3. Install isolation joints where items penetrate concrete slabs. 4. Apply form coatings and release agents to concrete contact surfaces of removable formwork. F. Installation of Reinforcing: 1. Lap continuous grade 60 bars 30 or 36 diameters and not less than 24 inches, except where indicated otherwise on Structural Drawings. 2. Lap continuous grade 40 bars 24 diameters and not less than 24 inches. 3. Stagger reinforcing splices 36 inches minimum. 4. Cover reinforcing with concrete to comply with building code. G. Concrete Placement: 1. Comply with ACI 301 and 304, placing concrete in a continuous operation within planned sections. 2. Comply with ASTM F2480 Standard Guide for In-ground Skatepark. 3. Consolidate placed concrete using mechanical vibrating equipment with hand rodding and tamping. 4. Work concrete around reinforcement, embedded items, and forms. H. Installation of Anchor Bolts: 1. Set anchor bolts for structural plates with anchor bolts double nutted to CDX plywood or oriented strand board templates. 2. Set anchor bolts for equipment with anchor bolts double nutted to templates furnished by equipment manufacturer. Adjusting, Removing, and Reusing Forms: 1. Adjust formwork after pouring concrete, to eliminate excessive deflection. 2. Remove forms when concrete has attained its required strength. 3. Clean concrete contact surfaces and reapply form release agents prior to reusing forms. 3.2 FINISHING VERTICAL SURFACES A. Finishing Concealed Vertical Concrete Surfaces: 1. Provide rough form finish, complying with ACI 301, paragraph 10.2.1. 2. Remove fins and projections exceeding 1/4 inch in height and patch tie holes and surface defects. B. Finishing Exposed Vertical Concrete Surfaces: 1. Provide smooth form finish complying with ACI 301, paragraph 10.2.2. 2. Remove fins and projections and patch tie holes and surface defects. 3. Provide smooth rubbed finish for exposed curb and walk edges, complying with ACI 301, paragraph 10.3.1. 4. Within 24 hours after form removal, wet and rub exposed curb and walk edges with carborundum brick or other abrasive until uniform color and texture are produced. Renner Brenner Park 033010 -4 May 2024 Skatepark Renovation PORTLAND CEMENT CONCRETE Bid Set 3.3 FINISHING HORIZONTAL AND INCLINED CONCRETE SURFACES A. Floated Slab Surface: 1. Provide floated slab surface to receive a hard troweled finish, complying with ACI 301, paragraph 11.7.2. 2. Begin floating when water sheen has disappeared and surface has stiffened sufficiently to permit float finishing. 3. Check planeness of surface with a 10 foot straightedge at two or more angles during or after first floating. 4. Cut high spots and fill low spots during floating to level concrete to 3/16 inch in 8 feet tolerance. 5. Refloat immediately to a uniform sandy texture. B. Skate Park Finishing: 1. Provide a light broom finish for exterior walks complying with ACI 301, paragraph 11.7.4. 2. Provide a hard troweled finish for skatepark complying with ACI 301, paragraph 11.7.6. 3. Provide a hard troweled finish for skatepark slabs, ramps/banks, transitional areas, ledges and curbs in areas indicated on Drawings, complying with ACI 301, paragraph 11.7.7. C. Horizontal Concrete Finishing Requirements: 1. Tool radius exterior [slab, walk, ramp, and curb] exposed edges. 2. Saw cut, strip form or tool form crack control joints. 3. All control joints and saw cuts to be sealed and caulked (limestone gray polyurethane sealant. 4. Finish concrete horizontal surfaces to tolerances specified in Articles 11.7, 11.8, and 11.9 in ACI 301. D. Curing Procedures: 1. Cover exposed surfaces with concrete curing membrane and keep concrete and form surfaces wet for 48 hours minimum, complying with recommendations in ACI 308. 2. As soon as finished concrete is free of surface water, apply curing compound at manufacturer's recommended rate, on exterior concrete surface. 3.4 COMPLETION A. Repairing Exposed Vertical Concrete Surfaces: 1. Clean, dampen, and brush-coat concrete patch areas with acrylic or epoxy bonding agents. 2. Fill honeycomb voids and rock pockets with patching compound. 3. Compact and screed patching compound in place as recommended by patching compound manufacturer. 4. Finish exposed concrete patches to match adjacent surfaces. 5. Strike off excess patching compound at exposed surface. 6. If defects in color and texture of concrete surface cannot be repaired, remove and replace the defective concrete. Renner Brenner Park 033010 - 5 May 2024 Skatepark Renovation PORTLAND CEMENT CONCRETE Bid Set B. Adjusting and Cleaning: 1. Remove and replace damaged and defective concrete. 2. Broom clean exposed horizontal surfaces prior to Substantial Completion. C. Protection: 1. Barricade area containing fresh concrete slabs, stairs, ramps. curbs. and walks for 24 hours minimum. 2. Cover fresh concrete with 1/2 inch thick, plywood or oriented strand board for 48 hours minimum where exposed to public, pedestrian, and animal traffic. 3. Protect concrete from shrinkage crack damage until protected by curing procedure. 4. Protect concrete from physical damage or reduced strength caused by air temperatures below 35 degrees F. during curing period, as recommended in ACI 306R. 5. Protect concrete from physical damage or reduced strength caused by air temperatures above 75 degrees F. during curing period, as recommended in ACI 305R. END OF SECTION 033010 Renner Brenner Park 033010 - 6 May 2024 Skatepark Renovation PORTLAND CEMENT CONCRETE Bid Set SECTION 033700—SPECIALTY PLACED CONCRETE (SKATEPARK) PART 1 - GENERAL 1.1 RELATED WORK SPECIFIED ELSEWHERE A. Comply with ASTM F2480 Standard Guide for In-ground Skatepark. B. Cast-in-Place Concrete: Section 033000 PART 2 - PRODUCTS 2.1 MATERIALS A. Non-Shrink Grout: 1. Non-shrink grout shall be Sika 212, Euco N-S, Five-Star, or approved equivalent non-metallic cementious commercial grout exhibiting zero shrinkage per ASTM C-287 and CRD-C-621. Grout shall not be amended with sand or cement and shall not be reconditioned with water after initial mixing. Unused grout shall be discarded after 20 minutes and shall not be used. B. Cast-in-Place Concrete: 1. Concrete shall be supplied from a central ready-mix plant regularly engaged in the production of concrete, and delivered by rotating drum truck. 2. Concrete mix for cast-in-place concrete shall be 3,500 psi design strength at 28 days, 570 pounds of cement per cubic yard. Maximum aggregate size is 3/4-inch. Concrete shall be air-entrained with admixture to 5 to 7 percent air. Slump shall be between 3" and 5". 3. Reinforcing steel shall be new billet steel conforming to ASTM A615, Grade 60. 4. Tie wire shall be 16 gauge conforming to ASTM A-82. 5. Curing compound shall be of the white liquid membrane forming type and conform to ASTM C309, for exterior concrete. 2.2 CONSTRUCTION A. Concrete Float System: 1. Materials delivered and stored at either the manufacturing facility, staging area, or jobsite shall be properly stored on dunnage or by other appropriate means to prevent direct contact with the ground and unnecessary damage. 2. The manufacturing facility shall be designed to provide the proper environment and physical conditions necessary for float casting. The facility shall provide adequate work space, equipment, level casting surfaces, and protection from direct sunlight, wind, moisture and freezing. 3. Forms: a. Floats shall be cast in steel forms, with a smooth, true surface. Renner Brenner Park 033700 - 1 May 2024 Skatepark Renovation SPECIALTY PLACED CONCRETE Bid Set b. Forms shall be designed in such a way to prevent unsightly finished surfaces or definite lines that could result in crack planes. Any rough edges. form marks, or defects shall be cleaned. ground smooth, or patched. c. Float forms shall have a tolerance of not more than 1/8-inch from the dimensions shown on the shop drawings. d. Concrete shall be vibrated internally and/or externally to assure a smooth dense finish. The placement will be such that the concrete float is monolithic with no cold joints in any part of the finished float. 4. Concrete Reinforcement: a. Rebar shall be grade 60, conform to ASTM 615, and shall be epoxy coated after bending in accordance with ASTM A-775. 5. Concrete Mix Design: a. Prior to the manufacturing of any flotation units, the concrete mix design shall be approved by the City. b. Concrete shall have a minimum twenty-eight (28) day compressive strength of 3,500 psi, per ASTM C-94. Floats made of concrete with less than specified strength may be rejected by the Owner. c. The mix shall contain a minimum of 564 pounds (six sacks) of Portland Cement per cubic yard, either Type I or Type II modified. and low alkali. Type Ill cement may be used if the Tri-Calcium Aluminate of the cement is certified by the manufacturer to be between five (5) and eight (8) percent, and alkali content (Na20) and (K20) is less than 0.6 percent. d. The theoretical concrete unit weight shall not be more than 120 pounds per cubic foot. e. Coarse and fine aggregates shall conform to ASTM C-33-88, ASTM C-330 lightweight aggregates for structural concrete. f. All concrete shall be air-entrained from five (5) to seven (7) percent and shall be tested in accordance with ASTM C-138, C-173. or C-231. g. Water/cement ratio shall not exceed 0.45 for lightweight concrete. h. Slump range shall be three (3) inches to six (6) inches when tested in accordance with ASTM C-143-78. 6. Through-Rod Connections: a. The minimum dimension for all through-rods for structural attachment is 3/4-inch thread diameter. b. All through-rods shall be placed within PVC sleeves cast in the float units. The inside diameter of PVC shall be 7/8-inch. c. All cast in inserts will be galvanized steel, 3/4-inch diameter, with a welded loop or horizontal restraining bar. d. Walers shall be securely fastened to the concrete floats using galvanized through-rods, plate washers, spur locker washers, and nuts. e. A minimum of four (4) through-rods per float unit are required, with a minimum average of one (1) through-rod per two (2) lineal feet of float length. f. Through-rods shall be placed through each float unit within six (6) inches of each end of that unit, within six (6) inches of each lumber splice and through all four holes of each pile hoop. Renner Brenner Park 033700 - 2 May 2024 Skatepark Renovation SPECIALTY PLACED CONCRETE Bid Set g. No connecting device shall protrude beyond the fascia into the berth area. Any connecting device protruding above the surface of the deck shall have a low, rounded profile. 7. Deck Finish: a. The float deck surface shall be trowel finished with a steel trowel and a slip- resistant finish applied transversely to the walking surface. b. Contractor shall establish finishing methods and procedures to insure an even and consistent troweled finish on all transition and deck surfaces. c. All top edges shall have a 3/8-inch tooled radius with a minimum 1-1/2 inch wide smooth hard steel finished face. d. Outside top edges and corners shall be filed smooth. 8. Curing, Handling and Storage: a. Except as otherwise approved, floats shall be cured for a minimum of seven (7) days before transporting or assembling. b. The Contractor shall select his own method of curing and be responsible for the result, except that all curing shall be under cover and with complete protection from direct sunlight, wind, and freezing for a period of three (3) days. c. Contractor shall take care in establishing handling methods to avoid damage to floats during form removal, storage, assembly and installation. d. Storage of flotation units shall be on level surfaces, and it shall be the responsibility of the Contractor to determine how high to stack units to avoid damage. Care shall be taken to avoid damage caused by overstacking. e. Floats shall be protected against damage from any cause. f. Any damaged units shall be rejected and removed from the assigned job. 9. Cracks: a. Cracks located below the structural deck that do not indicate migration to the deck surface may be repaired with the approval of the City's Representative. b. Cracks which are open or which exceed two (2) feet in length shall be V- cut out and patched with a non-shrink patching compound approved by the Owner. c. Excessive cracking in a single flotation unit shall be cause for rejecting that unit. Any frequently recurring pattern of cracking shall be considered indicative of inadequate design or improper handling. It shall be corrected by replacement and appropriate changes in design or procedures. d. Rock pockets exceeding one (1) inch in diameter and/or 3/8-inch in depth and/or honeycombing, shall be patched with an approved non-shrink grout of a color similar to the cured concrete. Any pockets which expose mesh or rebar shall be chipped out, cleaned, filled with an approved epoxy patching compound. 10. Float Weight: a. The weight of the complete flotation units shall not vary from the theoretical weight or mean weight of all similar units by more than six (6) percent. b. Submit program to verify actual float weights, quantity to be weighed, and method of recordkeeping. Renner Brenner Park 033700 - 3 May 2024 Skatepark Renovation SPECIALTY PLACED CONCRETE Bid Set 11. Float Identification: a. All floats are to be clearly identified on one side and one end between the bottom of the waler and the waterline with the date of manufacture, specific float type, and job number. 12. Lumber: a. All timber walers and bullrails shall be of Coast Region Douglas Fir; "No. 1" or better per West Coast Lumber Inspection Bureau (WCLIB) grading rules no. 16, paragraph 123 or paragraph 124 as applicable. b. Lumber shall be fabricated accurately to provide uniform gaps and butt joint connections. Lumber splices shall not exceed 1/2-inch between adjoining ends. c. All walers, fascia, spacers, plywood, or any other member which is subject to foot traffic, shall be flush with the concrete walking surface. 13. Lumber Treatment: a. All lumber shall be pressure preservative treated with ACZA to .6 pound retention. b. All lumber will be cut to length and bolt holes drilled prior to pressure treatment as far as is possible. c. Tie bands used for delivery must have plates between the bands and the wood to prevent crushing. Bundle identification shall be done so as not to stain lumber surfaces. d. All field cuts and bored holes exposed after pressure treatment shall be brush coated with the preservative solution. e. Incise wood members prior to treatment. 14. Steel: a. All structural steel channels, angles, and plates shall be fabricated from mild steel conforming to ASTM A-36. 15. Hardware: a. Bolts. nuts, washers, and through-rods shall be mild steel, in accordance with ASTM A-307, and have a minimum of 1-1/2 inch of thread. b. All hardware shall be hot dipped galvanized in accordance with ASTM A- 123-78. PART 3 - EXECUTION 3.1 INSTALLATION A. Deliver to project site and install configuration as shown on the drawings. B. Protect from damage before and during installation. 3.2 CAST-IN-PLACE CONCRETE A. Consolidate concrete during and immediately after depositing, with mechanical high frequency internal vibrators. Renner Brenner Park 033700 -4 May 2024 Skatepark Renovation SPECIALTY PLACED CONCRETE Bid Set B. All concrete shall be in final position in the forms within 140 minutes after the addition of the cement to the aggregate. Concrete mix which exceeds this time limit shall be immediately rejected by the Owner and shall not be placed in the forms. C. Protect concrete from rain during finishing and sealing operations. D. Finish slab with steel trowel smooth finish. E. Finish exterior concrete slabs with broom for non-skid finish. F. Cure concrete by using curing compound of the white liquid forming type and conform to ASTM C309. Wet burlap, canvas or other additional protection acceptable to the Owner may be needed to keep the concrete moist for a minimum of seven (7) calendar days. G. Protect concrete from freezing for a seven (7) day minimum curing period. END OF SECTION 033700 Renner Brenner Park 033700 - 5 May 2024 Skatepark Renovation SPECIALTY PLACED CONCRETE Bid Set SECTION 033713 — SHOTCRETE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Wet-mix shotcrete. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Design Mixtures: For each shotcrete mixture. C. Shop Drawings: For shotcrete installation. 1. Detail fabrication, bending, and placing of reinforcement; number and location of splices. 2. Indicate locations of proposed construction joints. D. Samples: For each exposed product and for each color and finish specified. 1.3 INFORMATIONAL SUBMITTALS A. Material certificates. 1.4 QUALITY ASSURANCE A. Standard: Comply with ACI 506.2, "Specification for Shotcrete." unless otherwise indicated. B. Comply with ASTM F2480 Standard Guide for In-ground Skatepark. PART 2 - PRODUCTS 2.1 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A615/A615M, Grade 60 deformed. B. Plain-Steel Wire: ASTM A1064/A1064M, galvanized. Renner Brenner Park 033713 - 1 May 2024 Skatepark Renovation SHOTCRETE Bid Set 2.2 SHOTCRETE MATERIALS A. Portland Cement: ASTM C150/C150M, Type I or Type III. Use only one brand and type of cement for Project. 1. Fly Ash: ASTM C618, Class C or Class F. 2. Slag Cement: ASTM C989/C989M, Grade 100 or Grade 120. 3. Silica Fume: ASTM C1240, amorphous silica. B. Blended Hydraulic Cement: ASTM C595/C595M, Type IP, portland-pozzolan cement. C. Normal-Weight Aggregates: ASTM C33/C33M, from a single source, and as follows: 1. Combined Aggregate Size: ACI 506R or ASTM C1436, Grading No. 1 sieve analysis. D. Synthetic Fiber: Monofilament or fibrillated polypropylene fibers engineered and designed for use in shotcrete, complying with ASTM C1116/C1116M, Type III. E. Admixtures: ASTM C1141/C1141 M, Class A(liquid) or Class B (nonliquid), but limited to the following admixture materials. Provide admixtures for shotcrete that contain no more than 0.1 percent chloride ions. Certify compatibility of admixtures with each other and with other cementitious materials. 1. Accelerating Admixture, Conventional: ASTM C494/C494M, Type C or Type E. 2. Pozzolanic Admixture: Fly ash, slag cement, and silica fume as limited in "Portland Cement" Paragraph in this article. 3. Coloring Admixture: ASTM C979/C979M, synthetic mineral-oxide pigment or colored, water-reducing admixture, free of carbon black; color stable, nonfading, and resistant to lime and other alkalis. 4. Air-Entraining Admixture: As limited in "Shotcrete Mixtures" Article. 2.3 CURING MATERIALS A. Absorptive Cover: AASHTO M 182, Class 3, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. dry, or cotton mats. B. Moisture-Retaining Cover: ASTM C171, polyethylene film or white burlap-polyethylene sheet. C. Curing Compound: ASTM C309, Type 1, Class B; clear, waterborne, membrane-forming curing compound. 2.4 SHOTCRETE MIXTURES A. Design Mixtures: Prepare design mixtures for each type and strength of shotcrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 506.2. Renner Brenner Park 033713 -2 May 2024 Skatepark Renovation SHOTCRETE Bid Set B. Cementitious Materials Replacing Portland Cement: Use fly ash, pozzolan, slag cement, and silica fume as needed to reduce the total amount of portland cement, which would otherwise be used, by not less than 40 percent. C. Limit water-soluble chloride ions to maximum percentage by weight of cement or cementitious materials permitted by ACI 301. D. Design-Mixture Adjustments: Subject to compliance with requirements, shotcrete design-mixture adjustments may be proposed when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant. E. Shotcrete Mixture: Proportion mixture to provide shotcrete with the following properties: 1. Compressive Strength (28 Days): 4000 psi. 2. Air Content: Add air-entraining admixture at manufacturer's prescribed rate to result in normal-weight wet-mix shotcrete having an air content before pumping of 7 percent with a tolerance of plus or minus 1-1/2 percent. 3. Synthetic Fiber: Uniformly disperse in shotcrete mix, according to manufacturer's written instructions, at a rate of 5 lb/cu. yd.. PART 3 - EXECUTION 3.1 STEEL REINFORCEMENT A. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that weaken shotcrete bonding. 3.2 APPLICATION A. Apply shotcrete applied by wet-mix process and according to ACI 506.2. B. Apply temporary protective coverings and protect adjacent surfaces against deposit of rebound and overspray or impact from nozzle stream. C. Apply dry-mix shotcrete materials within 45 minutes after predampening and wet-mix shotcrete materials within 90 minutes after batching. D. Deposit shotcrete continuously in multiple passes, to required thickness, without cold joints and laminations developing. Place shotcrete with nozzle held perpendicular to receiving surface. Begin shotcreting in corners and recesses. 1. Remove and dispose of rebound and overspray materials during shotcreting to maintain clean surfaces and to prevent rebound entrapment. 2. Remove and dispose of cuttings during the trimming or rodding process to prevent unconsolidated material from falling onto lower reinforcement. Renner Brenner Park 033713 - 3 May 2024 Skatepark Renovation SHOTCRETE Bid Set E. Maintain reinforcement in position during shotcreting. Place shotcrete to completely encase reinforcement and other embedded items. Maintain steel reinforcement free of overspray, and prevent buildup against front face during shotcreting. F. Do not place subsequent lifts until previous lift of shotcrete is capable of supporting new shotcrete. G. Do not permit shotcrete to sag, slough, or dislodge. H. Remove hardened overspray, rebound, and laitance from shotcrete surfaces to receive additional layers of shotcrete; dampen surfaces before shotcreting. I. Do not disturb shotcrete surfaces before beginning finishing operations. J. Installation Tolerances: Place shotcrete without exceeding installation tolerances permitted by ACI 117, increased by a factor of two. K. Cold-Weather Shotcreting: Mix, place, and protect shotcrete according to ACI 306.1. Protect shotcrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. L. Hot-Weather Shotcreting: Mix, place, and protect shotcrete according to ACI 305.1 when hot-weather conditions and high temperatures would seriously impair quality and strength of shotcrete. 3.3 SURFACE FINISHES A. Finish shotcrete according to descriptions in ACI 506R. B. Natural Finishes: 1. Gun Finish: Natural undisturbed finish as sprayed. 2. Rod Finish: Rough-textured finish obtained by screeding or cutting exposed face of shotcrete to plane with cutting rod, edge of trowel, or straightedge after initial set. Do not push or float with flat part of trowel. 3. Broom Finish: Rough-textured finish obtained by screeding or cutting exposed face of shotcrete to plane with cutting rod, edge of trowel, or straightedge after initial set; followed by uniform brooming. 3.4 CURING A. Protect freshly placed shotcrete from premature drying and excessive cold or hot temperatures. B. Begin curing immediately after placing and finishing but not before free water, if any, has disappeared from shotcrete surface. C. Curing Exposed Surfaces: Cure shotcrete by one of the following methods: Renner Brenner Park 033713 -4 May 2024 Skatepark Renovation SHOTCRETE Bid Set 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with water, continuous water-fog spray, water-saturated absorptive covers, or moisture-retaining covers. Lap and seal sides and ends of covers. 2. Curing Compound: Apply uniformly in continuous operation by power spray according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. a. Apply curing compound to natural gun and flash-coat finishes at rate of 1 gal./100 sq. ft.. 3.5 REPAIRS A. Remove and replace shotcrete that is delaminated or exhibits laminations, voids, or sand/rock pockets. 3.6 CLEANING A. Immediately remove and dispose of rebound and overspray materials from final shotcrete surfaces and areas not intended for shotcrete placement. END OF SECTION 033713 Renner Brenner Park 033713 - 5 May 2024 Skatepark Renovation SHOTCRETE Bid Set SECTION 036000— GROUTING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Non-shrink non-metallic grout. 2. Non-shrink metallic grout. 3. Epoxy grout. B. Related Sections: 1. Section 055000 - Metal Fabrications. 1.2 SUBMITTALS A. Product Submittals: 1. Submit product data for grout materials. B. Quality Assurance Submittals: 1. Submit building code required compression test reports for structural grout. 2. Submit manufacturer's installation instructions for structural grout. 1.3 SITE CONDITIONS A. Environmental Requirements: 1. Do not place grout when temperature or humidity will affect the performance or appearance of the grout. 2. Do not place grout on dirty, wet, or frozen substrates. PART 2 - PRODUCTS 2.1 MATERIALS A. Nonmetallic Nonshrink Grout. 1. Industry Standard: ASTM C 1107. 2. Type: Shrink resistant, nonstaining, noncorrosive. 3. Minimum Compressive Strength: fc = 5,000 psi in 28 days. 4. Acceptable Grouts: Upcon by Bostik Construction Products, Nonmetallic Grout by Burke, Euco N-S Grout or Euco Dry Pack Grout by Euclid Chemical, Conbextra S by Fosroc Preco, Sealtight 588 by W.R. Meadows, Masterflow 713 by Master Builders, SikaGrout 212 by Sika, Sonogrout and Sonogrout G.P. by Sonneborn, Five Star Grout by U.S. Grout. B. Epoxy Grout: 1. Industry Standard: ASTM C 881. 2. Type: Premixed, packaged, two component, epoxy resin. 3. Minimum Compressive Strength: fc = 6,000 psi in 28 days. 4. Acceptable Grouts to Bond Plastic Concrete to Existing Concrete: Concressive Renner Brenner Park 036000 - 1 May 2024 Skatepark Renovation GROUTING Bid Set 1001 LPL by Adhesive Engineering, Upcon Epoxy Grout by Bostik Construction Products, Medium Viscosity 881 LPL Patch and Bond Epoxy by Burke. High Strength Grout by Euclid Chemical, Probond 812 medium viscosity by ProKrete Industries, Sikadur 32 Hi-Mod by Sika. Sonobond by Sonneborn. Five Star Epoxy Grout by U.S. Grout. 5. Acceptable Grouts to Bond Concrete to Reinforcing Steel: Concressive 1441 by Adhesive Engineering, 881 LPL Topping and Crack Grouting Epoxy by Burke. PART 3 - EXECUTION 3.1 PERFORMANCE A. Surface Preparation: 1. Remove loose aggregate and coating materials from substrate surfaces prior to placing grout and anchoring cement. 2. Support bearing plates above cleaned bearing surfaces with double nutted anchor bolts and wedges. 3. Position and plumb supporting steel members then tighten double nutted anchor bolts. 4. Cut off part of wedges and shims which protrude beyond the edge of base and bearing plates. B. Installation of Epoxy Grout: 1. Coat existing concrete contact surfaces with epoxy grout at spalled concrete areas prior to filling with plastic cement. 2. Fill space between existing drilled and dowel sleeved concrete and new reinforcing bars and dowels with epoxy grout. 3.2 COMPLETION A. Grout Testing: 1. Test nonmetallic nonshrink grout in accordance with ASTM C 109. 2. Test epoxy grout in accordance with ASTM C 579. Method B. B. Adjusting and Cleaning: 1. Replace damaged and defective grout and anchoring cement work. 2. Remove excess materials from the site. C. Physical Barrier Protection: 1. Cover fresh grout and anchoring cement for 24 hours minimum. 2. Cover fresh grout and anchoring cement with plywood or oriented strand board where exposed to public, pedestrian. and animal traffic. END OF SECTION 036000 Renner Brenner Park 036000 - 2 May 2024 Skatepark Renovation GROUTING Bid Set SECTION 055000—METAL FABRICATIONS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes Factory Fabricated Items: 1. Fittings for handrails and railings. B. Section Includes Custom Fabricated Steel Framing: 1. Threshold and seismic joint angles. C. Related Sections: 1. City of Riverside Standards and "KCAPWA" Standard Specifications. 2. Section 033000, Cast-In-Place Concrete 3. Section 055213, Pipe and Tube Railings PART 2 - PRODUCTS 2.1 COMPONENTS A. Steel Framing Materials: 1. Steel Plates, Shapes, Bars: ASTM A 36 and UBC Standard 27-1. 2. Round Steel Tubing: ASTM A 500, Grade B, Fy = 42 KSI, welded at concealed locations, and seamless at exposed locations. 3. Steel Pipe: ASTM A 53, Grade B, Fy = 35 KSI, Schedule 40, Type S, seamless at exposed locations, Type E at concealed locations, except where indicated otherwise on Drawings. 4. Checker Plate Steel: Minimum 3/16 inch thick, four way steel plate. B. Bolts and Electrodes: 1. Standard Bolts: ASTM A 307, Grade A. 2. High Strength Bolts: ASTM A 325. 3. Electrodes: AWS A5.1, E60XX or AWS A5.1 or A5.5, E70XX. 4. Concrete Expansion Anchors: ICBO approved, zinc plated in accordance with ASTM B 633, hot-dipped galvanized in accordance with ASTM A 153, or A151 304 stainless steel FS FF-S-325, Group II, Type 4, Class 1, Sup-R-Stud by Diamond, Inc., Kwik-Bolt II or Sleeve Anchor by Hilti Fastening Systems, Inc., Red Head Wedge Anchors by ITW Ramset, Rawl-Stud by Rawlplug Co., Inc., or approved equal. 5. Masonry Anchors: Sleeve Anchor by Hilti, Red Head Sleeve Anchors by ITW Ramset. 6. Anchor Bolts: Galvanize exterior bolts and bolts exposed to moisture in accordance with ASTM A 563, Class C. 7. Nuts: ASTM A 563, Class 2A fit before galvanizing. 8. Plain Washers: Round steel FS FF-W-92. C. Malleable Iron Set Screw Pipe Fittings: 1. Industry Standard: ASTM A 47, Grade 32510. 2. Factory Finish: ASTM A 153, hot-dip galvanized, with 2 ounces of zinc per square Renner Brenner Park 055000 - 1 May 2024 Skatepark Renovation METAL FABRICATIONS Bid Set foot. 3. Set Screws: Zinc plated. 4. Acceptable Fittings: Kee Klamp by Kee Industrial, or approved equal. D. Handrail Fittings for Schedule 40 Steel Pipe: 1. Acceptable Fittings: Cast or Malleable iron fittings by Julius Blum, Braun, or Wagner. 2. Pipe Diameter: 1-1/2 inches inside, 1.90 inches outside. 2.2 SHOP FABRICATION PROCESS A. Fabrication Requirements: 1. Comply with UBC Standard 27.2, AISC Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings, and AISC Specifications for Architecturally Exposed Structural Steel. 2. Fabricate items to dimensions required by field measurements and shop drawings. 3. Use welds for shop connections and bolts for field connections, except where indicated otherwise on Drawings. 4. Preassemble items in shop and disassemble units only as required for shipping and handling. 5. Mark assembled components for field assembly and coordinated installation. 6. Use materials of size and thickness indicated or, if not indicated, as required to meet structural requirements. B. Welded Steel Connections: 1. Form exposed connections with flush hairline joints. 2. Comply with AWS Structural Welding Code D1.1. 3. Fabricate assemblies to meet UBC Standard 27-6 with welded joints using shielded metal-arc process (SMAW). 4. Shop weld joints with 3/16 inch minimum welds, unless indicated otherwise on shop drawings. 5. Grind exposed welds smooth. C. Bolted Connections: 1. Provide anchor bolts for connecting to other work. 2. Drill and tap steel as required to receive bolted connections. 3. Make bolt holes 1/16 inch larger than nominal bolt diameter. 4. Do not furnish bolts with threads within sheer plane of the bolt. 5. Furnish beveled washers for bolt heads and nuts bearing on sloped flanges. 2.3 SHOP FABRICATED ASSEMBLIES A. Fabrication of Structural Framing: 1. Fabricate custom fabricated bolts, plates, tie rods, anchors, dowels, and welded steel shapes for framing, supporting, and anchoring wood framing. B. Fabrication of Bearing Plates: 1. Fabricate loose bearing plates for steel items and equipment bearing on concrete or masonry. 2. Drill bearing plates to receive anchor bolts. Renner Brenner Park 055000 -2 May 2024 Skatepark Renovation METAL FABRICATIONS Bid Set PART 3 - EXECUTION 3.1 PERFORMANCE A. Preparation: 1. Furnish inserts, anchors, setting drawings, templates, and instructions for items to be embedded in concrete and masonry substrates. B. Field Fabrication: 1. Perform required cutting, drilling, and fitting. 2. Fit components to form tight hairline joints. 3. Apply prime paint to damaged galvanized and prime painted steel surfaces. 4. Field weld where required by shipping size limitations as indicated on shop drawings. 5. Field weld joints using shielded metal-arc process (SMAW) complying with UBC Standard 27-6. 6. Grind exposed field welds smooth. 7. Install bolted connections as detailed on shop drawings. 8. Comply with UBC Standard 27-7 for high strength bolts. C. Installation Requirements: 1. Comply with AISC Manual of Steel Construction and UBC Standard 27-2. 2. Set work accurately in location, alignment and elevation, measured from established lines and levels. 3. Align members to tolerance as indicated in AISC Specifications for Structural Steel. 4. Install temporary bracing to support fabrications indicated to be supported by concrete and masonry structures. 5. Anchor fabrications to substrates with threaded fasteners. D. Installation of Bearing Plates: 1. Set bearing plates on cleaned bearing surfaces, using wedges and anchor bolts as required. 2. Secure bearing plates and anchor bolts complying with requirements in Section 03 6000, Grouting - Skatepark. 3.2 COMPLETION A. Adjusting and Cleaning: 1. Replace damaged and defective members. 2. Adjust alignment when members are installed more than 1/4 inch from design dimension. 3. Remove pits, bumps, and irregular weld grinds from exposed surfaces. 4. Touch up damaged shop primer on exposed steel after installation. 5. Clean field welds, bolted connections, and abraded areas, and apply same type primer paint as used in shop. 6. Remove dirt and oil from metal items scheduled for field finishing. B. Metal Protection: 1. Apply protecting material to face of metal in areas of potential galvanic activity between contacting dissimilar metal materials. 2. Maintain factory applied cover to protect abrasive stair nosings until Substantial Renner Brenner Park 055000 - 3 May 2024 Skatepark Renovation METAL FABRICATIONS Bid Set Completion. END OF SECTION 055000 Renner Brenner Park 055000 -4 May 2024 Skatepark Renovation METAL FABRICATIONS Bid Set SECTION 055213—PIPE AND TUBE RAILINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Exterior steel stair handrails and railings. B. Related Sections: 1. City of Riverside Standards and "KCAPWA" Standard Specifications. 2. Section 036000, Grouting. 3. Section 055000, Metal Fabrications. 1.2 SYSTEM DESCRIPTION A. Structural Requirements: 1. Design handrails and railings to resist design load of 200 pounds in any direction at any point on the railing or 50 pounds per lineal foot whichever is greater without deflection in excess of L1180 and without permanent member deformation. 2. Use AISC Manual of Steel Construction, Eighth Edition for steel railing structural requirements. PART 2 - PRODUCTS 2.1 MATERIALS A. Steel Materials: 1. Structural Steel Plates, Shapes, and Bars: ASTM A 36. 2. Steel Bars: ASTM A 108, Grade 1045. 3. Cold-Formed Steel Tubing: Round, square and rectangular, ASTM A 500, Fy=42 KSI, Grade B, Seamless. 4. Hot-Formed Steel Tubing: Round, square and rectangular, ASTM A 501, Fy=36 KSI, Seamless. 5. Steel Pipe: ASTM A 53, Type E, Electric Resistance Welded, Fy=30 KSI, Grade A. Standard Schedule 40, 1-1/4 inch inside diameter, 1.66 inches outside diameter, except where indicated otherwise on Drawings. B. Connecting Materials: 1. Standard Bolts: ASTM A 307, Grade A. 2. Steel Welding Electrodes: AWS A5.1, E60XX. 3. Aluminum Welding Electrodes: Aluminum alloy as recommended by pipe manufacturer. 4. Concrete Anchors: ICBO approved FS FF-S-325, Group II, Type 4, Class I, Sup- R-Stud by Diamond, Inc., Kwik-Bolt II by Hilti Fastening Systems, Inc., Red Head Wedge Anchors by ITW Ramset, Rawl-Stud by Rawlplug Company, Inc. 5. Masonry Anchors: Sleeve anchor by Hilti, Red Head Sleeve Anchor by Phillips. 6. Epoxy Adhesive for Drilled Anchors: Concresive Epoxy Cartridge by Master Builders, Inc. or HV by Hilti Fastening Systems. 7. Brass Adhesive: Brass Lock. Renner Brenner Park 055213 - 1 May 2024 Skatepark Renovation PIPE AND TUBE RAILINGS Bid Set 8. Concealed Fasteners: As furnished by aluminum handrail manufacturer. C. Finishing Materials: 1. Shop Primer for Painted Exterior Steel: Polyamide epoxy 2. Paint Finish: Rust-oleum or approved equal (color: black, SKU 7578838). 3. Protective Coating: Rust-oleum or approved equal (crystal clear, SKU 7701830). D. Fittings for Steel Pipe: 1. Fitting Material: Cast or Malleable iron. 2. Acceptable Fittings: Schedule 40 steel pipe fittings by Braun, Tsco International, or Wagner. E. Anchoring Cement: 1. Type: Premixed, packaged, shrink resistant. 2. Minimum Compressive Strength: fc = 4,000 psi in 28 days. 3. Acceptable Anchoring Cements: Burke Stone by Burke, K-Ment by Euclid Chemical, Embeco 153 by Master Builders, Thorogrip by Thoro System Products. 2.2 FABRICATION A. Fabrication Requirements: 1. Drill and tap railings as required to receive hardware. 2. Finish required anchors for connecting to other work. 3. Install closer plate or hemisphere cap on railing ends. 4. Provide for thermal expansion of exterior handrails and railings. 5. Form exposed connections with flush hairline joints. 6. Preheat ASTM A 108 steel to not less than 400 degrees F prior to welding. 7. Form railing post sleeves from PVC or hot-dip galvanized steel pipe. B. Shop Finishing: 1. Commercial blast clean railing surfaces to meet SSPC SP-6 requirements. 2. Heat railings to 400 degrees F. as recommended by coating manufacturer. 3. Pretreat surfaces with iron phosphate as recommended by coating manufacturer. 4. Apply zincrich gray colored TGIC polyester coat to 3.5 mils thick. 5. Apply TGIC polyester finish coat to 3.5 mils thick as recommended by coating manufacturer. PART 3 - EXECUTION 3.1 PERFORMANCE A. Substrate Preparation: 1. Perform cutting, drilling, blocking and shimming of substrate as required for installation. 2. Verify location of solid blocking and structural framing to support floor mounted handrails and railings. B. Installation Procedures: 1. Set handrails and railings accurately in location, alignment, and elevation, measured from established lines and levels. 2. Secure handrails and railings with concealed anchors and set screws except Renner Brenner Park 055213 -2 May 2024 Skatepark Renovation PIPE AND TUBE RAILINGS Bid Set where exposed screws or bolts are indicated on Drawings. 3. Anchor handrails and railings to structural members, solid wood blocking, concrete, and steel plate blocking. C. Installation of Railing Standards: 1. Set railing standard in concrete opening not less than 1/2-inch diameter greater than outside diameter of railing standard. 2. Set railing standard in anchoring cement. 3. Comply with requirements in Section 03 6000, Grouting. 3.2 COMPLETION A. Adjusting and Cleaning: 1. Replace damaged and defective members and adjust alignment of railings and rails. 2. Remove pits, bumps, and irregular weld grinds from exposed surfaces. 3. Apply primer and paint on exposed steel handrails and railings. 4. Clean field welds, bolted connections, and abraded areas, and apply type primer paint as used in shop. 5. Touch up finished steel. 6. Remove dirt and oil from railings and rails prior to Substantial Completion. END OF SECTION 055213 Renner Brenner Park 055213 - 3 May 2024 Skatepark Renovation PIPE AND TUBE RAILINGS Bid Set SECTION 311000 - SITE CLEARING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing existing vegetation. 2. Clearing and grubbing. 3. Stripping and stockpiling topsoil. 4. Removing above- and below-grade site improvements. 5. Disconnecting. capping. or sealing site utilities. 6. Temporary erosion and sedimentation control. 1.2 MATERIAL OWNERSHIP A. Except for materials indicated to be stockpiled or otherwise remain on-site property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.3 FIELD CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from CITY OF RIVERSIDE. 2. Provide alternate routes around closed or obstructed trafficways if required by CITY OF RIVERSIDE. B. Salvageable Improvements: Carefully remove items indicated to be salvaged and store on-site. C. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. D. Do not commence site clearing operations until temporary erosion- and sedimentation- control and tree-protection measures are in place. Renner Brenner Park 311000 - 1 May 2024 Skatepark Renovation SITE CLEARING Bid Set PART 2 - PRODUCTS 2.1 MATERIALS A. Satisfactory Soil Material: Requirements for satisfactory soil material are specified in Section 312200 "Grading" 1. Obtain approved borrow soil material off-site when satisfactory soil material is not available on-site. PART 3 - EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Verify that trees, shrubs, and other vegetation to remain or to be relocated have been flagged and that protection zones have been identified and enclosed according to requirements in Section 015639 "Temporary Tree and Plant Protection". C. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition, as acceptable to CITY OF RIVERSIDE. 3.2 EXISTING UTILITIES A. Locate, identify, disconnect, and seal or cap utilities indicated to be removed or abandoned in place. 1. Arrange with utility companies to shut off indicated utilities. B. Interrupting Existing Utilities: Do not interrupt utilities serving facilities occupied by CITY OF RIVERSIDE or others, unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Architect not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Architect's written permission. 3.3 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs, and other vegetation to permit installation of new construction. 1. Grind down stumps and remove roots larger than 3 inches in diameter, obstructions, and debris to a depth of 18 inches below exposed subgrade. Renner Brenner Park 311000 -2 May 2024 Skatepark Renovation SITE CLEARING Bid Set 2. Use only hand methods or air spade for grubbing within protection zones. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches and compact each layer to a density equal to adjacent original ground. 3.4 TOPSOIL STRIPPING A. Remove sod and grass before stripping topsoil. B. Strip topsoil to depth of 6 inches in a manner to prevent intermingling with underlying subsoil or other waste materials. C. Stockpile topsoil away from edge of excavations without intermixing with subsoil or other materials. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust and erosion by water. 3.5 SITE IMPROVEMENTS A. Remove existing above- and below-grade improvements as indicated and necessary to facilitate new construction. 3.6 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off-site. B. Separate recyclable materials produced during site clearing from other nonrecyclable materials. Store or stockpile without intermixing with other materials, and transport them to recycling facilities. Do not interfere with other Project work. END OF SECTION 311000 Renner Brenner Park 311000 - 3 May 2024 Skatepark Renovation SITE CLEARING Bid Set SECTION 312200— GRADING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Cutting, filling, compacting, rough grading, and finish grading to contour the existing subgrade and fill soils for subgrade support of skatepark areas, sidewalk areas, and planting areas. B. Related Documents and Sections: 1. City of Riverside Standards and "KCAPWA" Standard Specifications. 2. Section 31 1000, Site Clearing 3. Section 31 2300, Excavating, Backfilling, and Compacting 4. Section 32 1124, Aggregate Base Course 5. Section 33 4600, Subdrainage Systems C. Allowances: 1. Comply with requirements in Section 31 2300, Excavating, Backfilling, and Compacting. 1.2 SYSTEM DESCRIPTION A. Density Test Requirements: 1. Comply with requirements in Section 31 2300, Excavating, Backfilling, and Compacting. 1.3 SUBMITTALS A. Product Submittals: 1. Comply with requirements in Section 31 2300, Excavating, Backfilling, and Compacting. 1.4 QUALITY ASSURANCE A. Grading Conference: 1. Prior to cutting, filling, compacting, rough grading, and finish grading to contour site soils, meet at the site with Owner's Representative and independent testing laboratory representative to review location of utility and site drainage lines and procedures for protecting site improvements and inspecting and testing soils during grading. B. Temperature and Moisture Requirements: 1. Do not cut, fill, and grade soils unless ambient air temperature is above 34 degrees F. and soils are within moisture limits. 1.5 SITE CONDITIONS A. Existing Utilities: Renner Brenner Park 312200 - 1 May 2024 Skatepark Renovation GRADING Bid Set 1. Consult with Owner's Representative and utility company representative if uncharted or incorrectly charted subgrade utility lines are encountered during cutting. 2. Do not interrupt existing active utility and drainage lines serving facilities to remain, except when permitted in writing by Owner's Representative and when temporary alternative utility services are provided. 3. Provide temporary utility services for occupied buildings when permanent utility lines are interrupted. B. Scheduling: 1. Do not cover site improvements with soil and aggregate materials prior to acceptance of required inspections and tests. 2. Remove soil and aggregate materials covering damaged, defective, uninspected, and untested subgrade site improvements. PART 2 - PRODUCTS 2.1 MATERIALS A. Soil Materials: 1. Imported Subsoils, S1: Selected local borrow, free of debris. clay lumps larger than 3 inches, rocks larger than 2 inches, and sample test reports conform to ASTM D 2487, Group Classification Symbols CL, ML, or OL. 2. Imported Subsoils, S2: Selected local borrow, free of debris, clay lumps larger than 3 inches. rocks larger than 2 inches, and not classified. 3. On-Site Subsoils, S3: Existing subgrade soils. reasonably free of debris, clay lumps larger than 4 inches, rocks larger than 3 inches, and less than 50 percent retained on a Number 200 Sieve (washed analysis) with moisture content within 3 percent of optimum at maximum dry density, and sample test reports conform to ASTM D 2487, Group Classification Symbols CL, ML, or OL. 4. On-Site Subsoils, S4: Existing subgrade soils, reasonably free of debris, clay lumps larger than 6 inches, rocks larger than 6 inches, and not Classified or moisture tested. B. Aggregate Materials: 1. Medium Aggregate, A6: As indicated in Section 32 1124, Aggregate Base Course. 2. Medium Aggregate, AT As indicated in Section 32 1124, Aggregate Base Course. 3. Medium Aggregate, A8: As indicated in Section 31 2300, Excavating, Backfilling, and Compacting. 4. Medium Aggregate, A9: As indicated in Section 31 2300, Excavating, Backfilling, and Compacting. C. Fabric Materials: 1. Erosion Control Fabric: 19 mils thick, 6.5 ounces per square yard, nonwoven continuous filament polypropylene, Propex 1199, 1325, 2006 by Amoco or 700X by Mirafi. 2.2 EQUIPMENT A. Excavating and Compacting Equipment: 1. As indicated in Section 31 2300, Excavating, Backfilling, and Compacting. Renner Brenner Park 312200 - 2 May 2024 Skatepark Renovation GRADING Bid Set B. Imported Soil and Aggregate Source Tests: 1. As indicated in Section 31 2300, Excavating, Backfilling, and Compacting. PART 3 - EXECUTION 3.1 PERFORMANCE A. Verification of Conditions: 1. Examine subsoil and existing site conditions. 2. Verify location of existing below grade utility lines and underground structures. 3. Owner's Representative will examine imported fill materials prior to site placement. B. Protection: 1. Comply with requirements in Section 31 2300, Excavating, Backfilling, and Compacting - Skatepark. C. Preparation: 1. Establish and maintain property, building, and paving lines and elevations. 2. Set and maintain stakes at building corners and paving edges. 3. Remove surface water from exposed soils and transport water to site drainage systems acceptable to Owner's Representative. 4. Remove and replace or air dry subgrade soil which exceeds optimum moisture content by more than 3 percent. 5. After removing excess moisture, grade and compact subgrade soil. 6. Slope soils to prevent surface and subsurface water from flowing into excavations and from flooding surface soils at the site and surrounding areas. 7. Apply water to moisten soils or aerate soils to dry substrate and fill materials to achieve a moisture content within plus or minus 3 percent of the optimum moisture content at relative dry density as determined by Modified Proctor Test, ASTM D 1557. 8. Do not place fill on substrate soils which yield more than 1/2 inch under pressure from Substrate Compaction Test Equipment. D. Soil Removal: 1. Comply with requirements in Section 31 2300, Excavating, Backfilling, and Compacting - Skatepark. E. Temporary Bracing: 1. Comply with requirements in Section 31 2300, Excavating, Backfilling, and Compacting - Skatepark. F. Trenching: 1. Trench subsoils for footings, drainage, and utility lines as indicated in Section 31 2300, Excavating, Backfilling, and Compacting - Skatepark. G. Placing and Spreading Backfill: 1. Place and spread backfill as indicated in Section 31 2300, Excavating, Backfilling, and Compacting - Skatepark. Renner Brenner Park 312200 - 3 May 2024 Skatepark Renovation GRADING Bid Set H. Placing Imported Structural Fill: 1. Place imported structural fill below interior concrete slabs on grade, paving surfaces, walking surfaces, and where required to supplement on-site fill. 2. Place imported structural fill below footings where required to supplement on-site fill. 3. Place imported structural fill during presence of Owner's Representative. I. Placing Drainage Gravel Backfill: 1. Place drainage gravel, A4 backfill as indicated in Section 31 2300, Excavating, Backfilling, and Compacting. 2. Place coarse drainage gravel, A4 backfill around perimeter foundation drains as specified in Section 33 4600, Subdrainage Systems. 3. Place drainage gravel, A4 backfill in underfloor slab trench drains as specified in Section 33 4600, Subdrainage Systems. �. Installation of Geotextile Erosion Control Fabrics: 1. Install geotextile erosion control fabric to control erosion on grades sloping more than 2 horizontal to 1 vertical. 2. Lap edges and ends of geotextile fabrics not less than 4 inches. 3. Anchor geotextile fabric as recommended by fabric manufacturer. K. Grading: 1. Grade soils to levels indicated, with uniform slopes between the indicated elevations. 2. Rough grade subsoil below aggregate base course to plus or minus 1-1/2 inches above or below elevations indicated on Drawings. 3. Finish grade subsoil below aggregate base course to plus or minus 1 inch above or below elevations indicated on Drawings. 4. Do not finish grade soils to slope more than 2 feet horizontal in 1 foot vertical. 3.2 COMPLETION A. Site Tests and Inspections: 1. Comply with requirements of City of Riverside Standards and `KCAPWA" Standard Specifications. 2. Proof roll subgrade with substrate compaction test equipment in presence of Owner's Representative. 3. If soil areas compress more than 1/2 inch under load of substrate compaction test equipment, remove loose soil and backfill as directed by Owner's Representative. B. Maintenance of Moisture Content and Density: 1. Repair compacted soil materials and adjust finish grades where subgrade, fill, and backfill settles or becomes damaged by construction traffic, excess moisture, or freezing temperatures. 2. When directed by Owner's Representative excavate unsuitable substrate soils in footing excavations and replace with granular backfill over full width of the excavation and compact in layers not exceeding 6 inches in loose thickness with Light Compactors. 3. During wet weather. place 4-inch lift of imported structural backfill aggregate at bottom of footing excavations and compact to 90 percent of maximum density at optimum moisture content in accordance with Modified proctor test, ASTM D 1557. Renner Brenner Park 312200 -4 May 2024 Skatepark Renovation GRADING Bid Set 4. Recompact or remove and replace soils not meeting required density. 5. Soils removed because of excess moisture may be stockpiled or spread for air drying. C. Disposal: 1. Remove waste material from the site. 2. Remove unusable excess excavated subsoil material from the site. D. Daily Cleaning: 1. Remove soil material spills from existing roads, walks, and paving NOT INSIDE DESIGNATED WORK AREA. 2. Remove soil materials from existing surface water drainage trenches. END OF SECTION 31 2200 Renner Brenner Park 312200 - 5 May 2024 Skatepark Renovation GRADING Bid Set SECTION 312300— EXCAVATING, BACKFILLING AND COMPACTING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavating, backfilling, and compacting of soils for building, paving, and planting soils and aggregates. B. Related Documents and Sections: 1. City of Riverside Standards and "KCAPWA" Standard Specifications. 2. Section 31 2200, Grading: Cutting, filling, compacting, rough grading, and finish grading to contour the existing subgrade and fill soils for subgrade support of planting berms, site structures, paving areas, and planting areas. 3. Section 32 1124, Aggregate Base Course: Aggregate base for building pads, paving bases, and curb, gutter, and walk bases. 4. Section 33 4600, Subdrainage Systems - Skatepark: Foundation, roof, and under slab drains. C. Allowances: 1. If additional excavation is required by existing conditions and not a result of the Contractor's negligence, measure additional Work for additional excavation as directed by Owner's Representative. 2. Pay for additional excavation and related backfill on a unit price basis. D. Definition of Rock Excavation: 1. Removal of rock by systematic and continuous drilling and blasting or equipment of a larger size than standard power excavation equipment. 1.2 REFERENCES A. Definition of Rock: 1. Material which, by actual demonstration, cannot be reasonably excavated with standard power excavation equipment. 2. Owner's Representative may waive the required demonstration if material is well defined rock. 3. Rock is a method of removal and not a geological formation. B. Definition of Standard Power Excavation Equipment: 1. Trench Excavator: Track mounted hydraulic excavator from 52,800 to 72.500 pound class equipped with a single shank ripper for excavating trenches. 2. Mass Excavator: Caterpillar D-8 dozer with single tooth ripper or equivalent equipment. C. Definition of Boulders: 1. Floater rock fragments exceeding 3/4 cubic yard in volume and cannot be reasonably removed, broken, and loaded into standard haul units (dump trucks). 2. Materials excavated under rock excavation shall not be considered boulders. Renner Brenner Park 312300 - 1 May 2024 Skatepark Renovation EXCAVATING. BACKFILLING & COMPACTING Bid Set 1.3 SITE CONDITIONS A. Temperature and Moisture Requirements: 1. Do not excavate, backfill, or compact soils unless ambient air temperature is above 40 degrees F. and soils are within moisture limits indicated in Geotechnical Report. B. Existing Utilities: 1. Consult with Owner's Representative and utility company representative if uncharted or incorrectly charted subgrade utility lines are encountered during excavating. 2. Do not interrupt existing active utility and drainage lines serving facilities to remain, except when permitted in writing by Owner's Representative and when temporary alternative utility services are provided. 3. Provide temporary utility services for occupied buildings when permanent utility lines are interrupted. C. Scheduling: 1. Do not cover site improvements with soil and aggregate materials prior to acceptance of required inspections and tests. 2. Remove soil and aggregate materials covering damaged, defective, uninspected, and untested subgrade site improvements. PART 2 - PRODUCTS 2.1 MATERIALS A. Soil Materials: 1. Imported Subsoils, S1: As indicated in Section 31 2200, Grading 2. Imported Subsoils, S2: As indicated in Section 31 2200, Grading. 3. On-Site Subsoils, S3: As indicated in Section 31 2200, Grading. 4. On-Site Subsoils, S4: As indicated in Section 31 2200, Grading. B. Aggregate Materials: 1. Medium Aggregate, A6: Selected structural course aggregate, conforming to "Greenbook" 2021 edition, with 3/4 inch maximum aggregate size and not more than 5 percent passing a 200 sieve (washed analysis). 2. Medium Aggregate, A7: Selected structural course aggregate, crushed rock, conforming to "Greenbook" 2021 edition, Sections for aggregates. 3. Medium Aggregate, A8: Washed angular crushed rock, 100 percent passing a 3/4 inch sieve, and not more than 12 percent passing a 200 sieve (washed analysis). 4. Medium Aggregate, A9: 3/4 or 5/8 to 1/4 inch, clean washed medium sized drain gravel with not more than 5 percent passing a 200 sieve (washed analysis). 2.2 EQUIPMENT A. Excavating Equipment: 1. Wet Weather and Trench Excavators: Track mounted hydraulic excavator from 52,800 to 72,500 pound class equipped with a single shank ripper for excavating trenches. Renner Brenner Park 312300 -2 May 2024 Skatepark Renovation EXCAVATING, BACKFILLING & COMPACTING Bid Set 2. Dry Weather Mass Excavators: Caterpillar D-8 dozer with single tooth ripper or equivalent scraper and dozer equipment. B. Compacting Equipment: 1. Heavy Weight Compactors: Self propelled or tractor towed compactors including steel wheeled, segmented, vibrating rollers. 2. Medium Weight Compactors: 48 inch diameter drum, smooth steel wheeled vibrating rollers. 3. Light Weight Compactors: Manually guided vibrating plate compactors. 4. Substrate Compaction Test Equipment: 10 cubic yard rubber tired haul unit (dump truck), filled with soil or aggregate. C. Trenching Equipment: 1. Self propelled 50 HP (gross) Class or larger ride on trencher with rock boom and anti back flex chain with rock and frost teeth or mixed rock and frost cupped teeth. 2.3 SOURCE QUALITY CONTROL A. Imported Soil and Aggregate Source Tests: 1. When required by Owner's Representative, Owner will employ an independent testing laboratory to perform moisture content and density of soil tests in accordance with ASTM D 1557, Modified Proctor. 2. When required by Owner's Representative, Owner will employ an independent testing laboratory to perform moisture content and density of aggregate tests in accordance with ASTM D 698, Standard Proctor. PART 3 - EXECUTION 3.1 PREPARATION A. Verification of Conditions: 1. Examine subsoil and existing site conditions. 2. Verify location of existing below grade utility lines and underground structures by reviewing utility locate markings on soil, curb, and paving surfaces. 3. Owner's Representative will examine imported backfill materials prior to site placement. B. Protection: 1. Protect existing streets, walks, and curbs from wheel and track damage by covering with heavy timber dunnage and temporary soil materials. 2. During extended wet weather, cover exposed soil materials sloping steeper than 2 horizontal to 1 vertical with vapor retarding sheets. 3. Protect excavations and trenches from erosion by freezing temperatures and water drainage. 4. Protect stockpiled soil materials from contamination with adjacent soils. 5. Surround open excavations and trenches with portable folding barricades and connect barricades with reflective barrier tape. 6. Provide amber flashing warning lights at 20 feet on center and mount on portable folding barricades around open excavations and trenches. 7. Protect site improvements, utility lines, and building foundations from damage caused by excavating, trenching, backfilling, and compacting adjacent soils. Renner Brenner Park 312300 - 3 May 2024 Skatepark Renovation EXCAVATING, BACKFILLING & COMPACTING Bid Set C. Preparation of Subgrade and Soils: 1. Comply with requirements in Section 31 2200, Grading - Skatepark. 2. Remove ground water from bottom of excavations and trenches with dewatering system and transport water to site drainage systems acceptable to Owner's Representative. 3. Apply water to moisten soils or aerate soils to dry backfill materials to achieve a moisture content within plus or minus 3 percent of the optimum moisture content at maximum dry density as determined by Modified Proctor Test, ASTM D 1557. 4. Do not place backfill on substrate soils which yield more than 1/2 inch under pressure from Substrate Compaction Test Equipment. 3.2 SOIL AND AGGREGATE REMOVAL A. Soil Removal: 1. Remove excavated soils encountered to obtain required subgrade elevations. 2. If unsatisfactory soil materials are encountered at design elevations, continue excavation until substrate conditions are satisfactory to Owner's Representative. 3. Do not excavate closer than two horizontal to one vertical slope below existing footings. 4. Do not excavate closer than two horizontal to one vertical slope without providing excavation supports complying with MI-OSHA Standards for Construction Industry, including site observations by a qualified person as defined in MI-OSHA. 5. Slope sides of excavations and trenches as required by soil conditions to prevent settlement. 6. Slope sides of temporary excavations not more than 1 horizontal to 1 vertical. B. Temporary Bracing: 1. Provide temporary structural bracing to maintain excavations and protect adjacent property until excavations are backfilled. 2. Shore and brace sides of excavations and trenches where adequate sloping of soils is not possible because of space restrictions. 3. Contractor may use sheet piles, uprights, stringers, and cross braces as required to support excavation and trench side walls. C. Trenching for Footings: 1. Trench for footings 18 inches minimum below original grade and 18 inches minimum below finished grade. 2. Clean footing excavations of loose material by hand shovel prior to concrete placement. 3. Provide firm, natural, undisturbed soil surface below footings. 4. During wet weather backfill footing trenches with 4 inch layer of Medium Aggregate A8. D. Trenching and Bedding for Utility and Plumbing Lines: 1. Remove and stockpile soil materials to obtain required subgrade depth and width to install utility and plumbing lines. 2. If trench is over excavated, restore grade by placing, spreading and compacting Medium Aggregate A8 bedding in layers not exceeding 9 inches. 3. Place 4 inch minimum thick Medium Aggregate A8 bedding on leveled trench bottom before pipe and conduit lines are installed. 4. Spread and level bedding aggregate so pipe and conduit is uniformly supported Renner Brenner Park 312300 -4 May 2024 Skatepark Renovation EXCAVATING, BACKFILLING & COMPACTING Bid Set along the barrel before compaction. 5. Excavate bell holes at each joint to permit assembly and inspection of the entire joint. E. Removing Rock: 1. Comply with requirements in Section 31 2200, Grading. 3.3 BACKFILLING AND COMPACTING A. Placing and Spreading Backfill: 1. Contractor may use on-site subsoils for S3 structural and landscape subsoil backfill, when subsoils are applied in dry weather, and applied within 3 percent of optimum moisture content. 2. Place and spread backfill materials to meet required elevations in uniform lifts not exceeding 9 inches in loose thickness for compaction by Heavy Compactors and not exceeding 6 inches in loose thickness for compaction by Light Compactors. 3. Place and spread clayey silt and similar fine grained soil backfill materials to meet required elevations in uniform lifts not exceeding 9 inches in loose thickness for compaction by Heavy Compactors and not exceeding 6 inches in loose thickness for Light Compactors. 4. Place backfill at trenches and retaining walls as soon as work permits. 5. Place backfill adjacent to foundation walls on both sides simultaneously. B. Placing Initial Backfill Aggregate at Pipe and Conduit Lines: 1. Test pipe and power conduit lines prior to installing haunching aggregate. 2. Install haunching aggregate in lifts of not more than 6 inches in thickness, to spring line of pipe and conduit and compact on both sides using Light Compactors. 3. Bring lifts up together on both sides of pipe and conduit and carefully work under pipe and conduit by slicing with a shovel or other approved procedure. 4. Compact the bedding aggregate from flow line to horizontal centerline of pipe and conduit to ensure that firm support is obtained to prevent any lateral movement of the pipe and conduit during the final backfilling. 5. After completion of testing and haunching, backfill uniformly around conduit and pipe lines to 6 inches above pipe and conduit with Medium Aggregate A8 bedding in 6 inch lifts and uniformly compact on both sides with Light Compactors. 6. Place continuous colored tape markers on top of compacted bedding aggregate. C. Placing Imported Structural Backfill: 1. Place imported structural backfill below interior concrete slabs on grade, paving surfaces, walking surfaces, and where required to backfill adjacent foundation and retaining walls. 2. Place imported structural backfill below footings to fill areas of excess excavation in the subgrade. 3. Place imported structural backfill during presence of Owner's Representative. D. Placing Site Soil Backfill: 1. Place site soil backfill below paving and walk surfaces more than 10 feet from the building during dry weather. 2. Place site soil backfill below landscape areas more than 2 feet from the building during dry weather. 3. Place site soil backfill during presence of Owner's Representative. Renner Brenner Park 312300 - 5 May 2024 Skatepark Renovation EXCAVATING, BACKFILLING & COMPACTING Bid Set E. Placing Backfill Aggregates: 1. Place course drainage gravel, A4 backfill around perimeter foundation drains as specified in Section 33 4600, Subdrainage Systems - Skatepark. 2. Place course drainage gravel, A4 backfill in underfloor slab trench drains as specified in Section 33 4600, Subdrainage Systems - Skatepark. 3. Place course drainage gravel, A4 backfill not less than 12 inches wide continuous adjacent to foundation and retaining walls more than 12 inches high where soil is exposed to surface or ground water. 4. Place course drainage gravel, A4 backfill behind foundation and retaining walls 24 inches wide minimum from top of drain line bedding aggregate or from base of wall footing to 12 inches below finished grade as specified in Section 33 4600, Subdrainage Systems. F. Installation of Geotextile Fabrics: 1. Separate aggregate backfill from clays, silts, sands and other fine grained soils with geotextile filter fabric. 2. Install geotextile filter fabric over existing soils prior to placing coarse drainage gravel, A4 or medium aggregate, A9 to separate aggregates from fine grained soils. 3. Wrap geotextile filter fabric over aggregate backfills and secure fabric edges and ends prior to covering with fine grained soil backfills. 4. Lap edges and ends of geotextile fabrics not less than 4 inches. 5. Install geotextile erosion control fabric as recommended by fabric manufacturer. G. Placing and Spreading Concrete Slab Base: 1. Place concrete slab aggregate base as indicated in Section 32 1124, Aggregate Base Course - Skatepark. H. Compaction of Fill and Backfill: 1. Compact each layer of structural fill and backfill, disturbed subsoil and bedding aggregates below structural fill and backfill, and concrete slab base, and concrete slab leveling course aggregates to 90 percent of maximum density at optimum moisture content as determined by Modified proctor test, ASTM D 1557. 2. Compact each layer of landscape fill and backfill, bedding aggregates below landscape fill and backfill within 3 feet of foundation and retaining walls to 90 percent of maximum density at optimum moisture content as determined by Modified proctor test, ASTM D 1557. Fill and Backfill Requiring 90 percent Compaction: 1. Below foundations. 2. Below interior floor slabs. 3. Upper 3 feet below grade. 4. Below pavements, within 3 feet below finish grade. 5. Interior footing backfill. 6. Utility trench backfill, upper 3 feet below pavements, walks, and interior floor slabs. J. Fill and Backfill Requiring 90 percent Compaction: 1. Below pavements, more than 3 feet below finish grade. 2. Retaining wall and basement wall backfill. 3. Utility trench backfill, more than 3 feet below pavements, walks, and interior floor Renner Brenner Park 312300 -6 May 2024 Skatepark Renovation EXCAVATING, BACKFILLING & COMPACTING Bid Set slabs. 4. Utility trench backfill in landscape areas more than 6 inches above pipe or conduit. K. Fill and Backfill Requiring 85 percent Compaction: 1. Landscape Fill. L. Backfill Requiring Use of Light Compactors: 1. Utility trench Backfill. 2. Within 3 feet of embedded foundation walls and retaining walls. M. Grading: 1. Grade soils as indicated in Section 31 2200, Grading. 3.4 COMPLETION A. Site Tests and Inspections: 1. Comply with requirements of City of Riverside Standards and °KCAPWA' Standard Specifications. 2. Perform soil moisture content and density tests, continuous observation of backfill and compaction Work and proof roll subgrade as indicated in Section 31 2200, Grading. B. Maintenance of Moisture Content and Density: 1. Comply with requirements in Section 31 2200, Grading. C. Disposal: 1. Comply with requirements in Section 31 2200, Grading. D. Daily Cleaning: 1. Comply with requirements in Section 31 2200, Grading. END OF SECTION 31 2300 Renner Brenner Park 312300 - 7 May 2024 Skatepark Renovation EXCAVATING, BACKFILLING & COMPACTING Bid Set SECTION 321124—AGGREGATE BASE COURSE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Aggregate base for skatepark and sidewalk as indicated on drawings. B. Related Documents and Sections: 1. City of Riverside Standards and "KCAPWA" Standard Specifications. C. Allowances: 1. Comply with requirements of City of Riverside Standards and "KCAPWA" Standard Specifications. 1.2 SYSTEM DESCRIPTION A. Density Test Requirements: 1. Comply with requirements of City of Riverside Standards and "KCAPWA" Standard Specifications. 1.3 SUBMITTALS A. Product Submittals: 1. Comply with requirements of City of Riverside Standards and "KCAPWA" Standard Specifications. 1.4 QUALITY ASSURANCE A. Paving Base Conference: 1. Prior to placing aggregate base course, meet at the site with Owner's Representative to review limits of base course work and procedures for protecting site improvements. 1.5 SITE CONDITIONS A. Temperature and Moisture Requirements: 1. Do not place or grade aggregate base course unless ambient air temperature is above 35 degrees F. and subgrade soils are within moisture limits. B. Scheduling: 1. Do not cover utility lines or subgrade soil and aggregate materials prior to acceptance of required inspections and tests. 2. Remove aggregate base and leveling course materials covering damaged, defective, uninspected, and untested subgrade soils, backfill aggregates, and below grade utility lines. PART 2 - PRODUCTS Renner Brenner Park 321124 - 1 May 2024 Skatepark Renovation AGGREGATE BASE COURSE Bid Set 2.1 MATERIALS A. Aggregate Materials: 1. Medium Aggregate, A6: Selected structural course aggregate, conforming to "KCAPWA" Standard Specifications, with 3/4 inch maximum aggregate size and not more than 5 percent passing a 200 sieve (washed analysis). 2. Medium Aggregate, A7: Selected structural course aggregate, crushed rock, conforming to `KCAPWA" Standard Specifications, Sections for aggregates. 3. Medium Aggregate, A8: As indicated in Section 31 2300, Excavating, Backfilling, and Compacting - Skatepark. 4. Medium Aggregate, A9: As indicated in Section 31 2300, Excavating, Backfilling, and Compacting - Skatepark. PART 3 - EXECUTION 3.1 PERFORMANCE A. Verification of Conditions: 1. Examine subgrade soil for moisture content, density, and existing site drainage conditions. 2. Verify complete installation and inspection of required below grade utility lines and underground structures. 3. Owner's Representative will examine imported aggregate base course materials prior to site placement. B. Protection: 1. Comply with requirements of City of Riverside Standards and "KCAPWA° Standard Specifications. C. Preparation: 1. Comply with requirements in City of Riverside Standards and "KCAPWA° Standard Specifications. D. Placing and Spreading Concrete Base Course: 1. Place Medium Aggregate, A7 base course on prepared substrate in a single layer to not less than 4 inch depth below new interior concrete slabs on grade. 2. Place Medium Aggregate, A7 base course on prepared substrate to not less than 4 inches deep below new exterior concrete curbs, walks, stairs, and ramps on grade. 3. Place Fine Aggregate. A9 leveling course to not less than 2 inches deep on top of vapor retarder below interior concrete slabs on grade. 4. Place Fine Aggregate, A9 leveling course to not less than 2 inches deep on top of soil substrate below exterior concrete curbs, walks, stairs, and ramps on grade. 5. When compacted base course is 6 inches thick or less, place base materials in a single layer. 6. When compacted base course is indicated more than 6 inches thick, place material in equal layers, except no single layer more than 6 or less than 3 inches in thickness after compaction. Renner Brenner Park 321124 - 2 May 2024 Skatepark Renovation AGGREGATE BASE COURSE Bid Set E. Compacting and Grading of Aggregate Base Course: 1. Compact each layer of concrete slab base, course aggregates to 90 plus percent of maximum density at optimum moisture content as determined by Modified proctor test, ASTM D 1557. 2. Grade aggregate base courses to levels indicated. 3. Finish grade top of aggregate base courses below concrete slabs, curbs, footings, and walks to not more than plus 1/4 inch above or minus 1/2 inch below the elevations indicated on Drawings. 4. Finish grade top of aggregate base courses below asphaltic concrete paving to not more than 0.05 feet above or below the elevations indicated on Drawings. 3.2 COMPLETION A. Site Tests and Inspections: 1. Comply with requirements of City of Riverside Standards and "KCAPWA" Standard Specifications. B. Maintenance of Moisture Content and Density: 1. Comply with requirements of City of Riverside Standards and "KCAPWA" Standard Specifications. C. Disposal: 1. Remove waste material from the site. 2. Remove excess aggregate base course materials from the site. D. Daily Cleaning: 1. Remove aggregate base course material spills from existing roads, walks, pavements, and surface water drainage trenches. END OF SECTION 321124 Renner Brenner Park 321124 - 3 May 2024 Skatepark Renovation AGGREGATE BASE COURSE Bid Set SECTION 329113 — SOIL PREPARATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Soil materials. 2. Preparing planting areas. B. Related Sections: 1. City of Riverside Standards and "KCAPWA" Standard Specifications. 2. Division 1 Section 01 0000, General Requirements. 1.2 REFERENCES A. Definitions: 1. Noxious Weed: Includes Blackberry, Canada Thistle, Dandelion, Horsetail, Morning Glory. Nut Sedge. Poison Oak, Rush Grass, Annual Bluegrass, Bermuda Grass, Brame, Crabgrass, Johnson Grass, Nut Grass, Quack Grass, and other plants designated as a noxious weed by authorized State and county officials. 1.3 SUBMITTALS A. Quality Assurance Submittals: 1. Submit certification of quantities of topsoil, and soil amendments delivered to the site. 2. Submit one copy of certificates of inspection for soil amendments as required by governmental authorities. 3. Submit one copy of manufacturer's or vender's certified analysis of soil amendments. 1.4 QUALITY ASSURANCE A. Qualifications of Topsoil: 1. Prior to delivery of topsoil, submit written statement giving location of property from which topsoil will be obtained, City's Representative will inspect site. 2. Include in written statement, names and addresses of property owners, depth of soil to be stripped and two-year history of crops grown from similar soil. B. Regulatory Requirements: 1. Meet State of Missouri licensing requirements for the application of herbicides. C. Packing and Shipping: 1. Deliver commercial fertilizer in original containers with labels indicating weight, chemical analysis and name of manufacturer. Renner Brenner Park 329113 - 1 May 2024 Skatepark Renovation SOIL PREPARATIOIN Bid Set D. Storage and Protection: 1. Store fertilizers and lime in dry place and protect from contamination by herbicides. 2. Protect soil materials from deterioration by surface moisture erosion, freezing temperatures, and chemical contamination during storage and handling. 3. Protect existing and new improvements from damage and staining. 4. Provide protective cover and barriers as necessary to prevent damage and staining. 1.5 SITE CONDITIONS A. Environmental Requirements: 1. Prepare soil only when topsoil is not in a wet, mud, and frozen condition. B. Scheduling: 1. Schedule preparation of seeding and sodding areas within 48 hours prior to application of seeding and sodding. PART 2 - PRODUCTS 2.1 MATERIALS A. Existing Topsoil: 1. Verify existing site topsoil prior to beginning work. Project site soil test is required from certified soil testing lab. Identify location of soil sample on site plan for review by City's Representative. B. New Imported Topsoil: 1. Fertile, friable, natural loam, surface soil, free of subsoil, clay lumps, brush, weeds, roots, stones larger than 1 inch in any dimension and other material harmful to plant growth. 2. Free of noxious weeds as designated on State of Missouri Dept. of Agricultures Noxious Weed List. 3. Obtain from well drained site. C. Garden Mulch 1. Free from noxious weed seed, foreign materials, and chemicals and substances harmful to plant life. D. Compost 1. Compost, as approved by CITY OF RIVERSIDE. E. Commercial Peat Moss: 1. Dried horticultural peat moss, coarse, shredded, acid reaction pH 4.0-5.0, water absorbing capacity 1100 to 1200 percent moisture content approximately 30 percent, containing no more than 2 percent ash or foreign matter. F. Commercial Planting Fertilizers: 1. Comply with State of Missouri fertilizer laws, uniform in composition, granular or pellet form, dry, free flowing, and bearing guaranteed analysis of manufacturer. Renner Brenner Park 329113 -2 May 2024 Skatepark Renovation SOIL PREPARATIOIN Bid Set 2. PF1: Organic base fertilizer with minimum 10 percent nitrogen, 6 percent phosphoric acid and 4 percent potash, 50 percent nitrogen in slow release form, Webfoot Slow Release 10-6-4 by Pacific Agro Company. 3. PF2: Nitroform 38-0-0. 4. PF3: 16-7-12 (+iron) controlled release. 5. PF4: Superphosphate 0-45-0. 2.2 EQUIPMENT A. Fertilizer Spreading Equipment: 1. Power Operated Spreaders: Rotary or drop distribution equipment. 2. Manual Operated Spreaders: Hand operated distribution equipment. 2.3 SOURCE QUALITY CONTROL A. Laboratory Analysis: 1. Provide imported topsoil analysis by recognized laboratory made in accordance with methods established by the Association of Official Agriculture Chemists. PART 3 - EXECUTION 3.1 PERFORMANCE A. Site Verification of Conditions: 1. Examine site for conditions which will adversely affect execution, permanence, quality of work, survival of plant material, and survival of grasses. 2. Verify that grade and slopes of lawn areas are acceptable to CITY OF RIVERSIDE prior to beginning soil preparation. 3. Report existing conditions detrimental to completion of soil preparation work. 4. Begin Work required in this Section only after conditions are satisfactory. 3.2 PREPARATION A. Protection of Existing Site: 1. Protect utility lines, storm drainage lines, site improvements, and underground utilities. 2. Stake location of underground utilities and avoid excavation in these areas beyond safe limits. 3. Hand excavate where required to avoid utility line damage. B. Stockpiling: 1. Stockpile and protect imported planting soil mix on site in designated location. 2. Stockpile and protect acceptable existing topsoil on site in designated location. C. Preparation of Existing Topsoil: Renner Brenner Park 329113 - 3 May 2024 Skatepark Renovation SOIL PREPARATIOIN Bid Set 1. Remove stones, mortar, concrete, asphalt, and debris larger than 1 inch in diameter to a depth of 6 inches below finish grade. 2. Remove branches, wood chips, roots, and material harmful to plant life to a depth of 6 inches below finish grade. 3. Remove or spray as required to eradicate noxious weed growth and roots. 4. Achieve complete removal or kill. 5. Kill achieved by working soil is permissible for annual non-noxious broadleaf weeds. 6. Place three inches of humus. 7. Apply lime at 75 pounds per 200 square feet and lightly rake to incorporate into soil. 8. After raking, apply 16-7-12- fertilizer at 10 pounds per 1000 square feet. 9. Till to a depth of six inches, thoroughly mixing components. D. Preparing Planting Areas: 1. Spread six cubic yards compost and 40 pounds of commercial fertilizer for each 1,000 square feet of planting bed area. 2. Till soil amendments into existing topsoil to a minimum depth of 4 inches. 3. Float existing amended topsoil to 2 inches below finish elevations indicated on Drawings. 4. Slope planting beds with 6-inch crown or slope 2 percent minimum. 5. Apply garden mulch at 3-inch consistent depth. 3.3 COMPLETION A. Adjusting and Cleaning: 1. Restore prepared areas to specified condition where eroded, settled, or compacted after mixing of soil amendments and fine grading prior to landscape planting and seeding. 2. Remove excess topsoil and soil amendments from adjacent paving, curb, and walk surfaces. 3. Provide protective cover and barriers as necessary to prevent damage and staining. 4. Remove debris, topsoil, fertilizer, limestone, textural soil amendment, and soil mixes from curbs, walks, paving, and other improvement surfaces daily. 5. Broom and hose down curb, pavement, and walk areas daily as necessary to maintain clean surfaces. 6. Transport surplus materials to a legal disposal area. END OF SECTION 329113 Renner Brenner Park 329113 -4 May 2024 Skatepark Renovation SOIL PREPARATIOIN Bid Set SECTION 329200 — TURF AND GRASSES PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Seeding. 2. Hydroseeding. 1.02 DEFINITIONS A. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. B. Planting Soil: Existing, on-site soil; imported soil; or manufactured soil that has been modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. See Section 329113 "Soil Preparation" and drawing designations for planting soils. 1.03 RELATED SECTIONS A. Division 1 Section 01 0000 "General Requirements". B. Division 32 Section 32 8400 "Irrigation" C. Division 32 Section 32 9113 "Soil Preparation" D. Division 32 Section 32 9300 "Trees, Plants and Ground Covers". 1.04 INFORMATIONAL SUBMITTALS A. Certification of grass seed. 1. Certification of each seed mixture for turfgrass. B. Product certificates. 1.05 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape Installer whose work has resulted in successful turf establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. 2. Personnel Certifications: Installer's field supervisor shall have certification in one of the following categories from the Professional Landcare Network: a. Landscape Industry Certified Technician - Exterior. b. Landscape Industry Certified Lawncare Manager. c. Landscape Industry Certified Lawncare Technician. 3. Pesticide Applicator: State licensed, commercial. Renner Brenner Park 329200 - 1 May 2024 Skatepark Renovation TURF AND GRASSES Bid Set 1.06 DELIVERY, STORAGE, AND HANDLING A. Seed and Other Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of compliance with state and Federal laws, as applicable. B. Sod: Harvest, deliver, store, and handle sod according to requirements in "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" sections in TPI's "Guideline Specifications to Turfgrass Sodding." Deliver sod within 24 hours of harvesting and in time for planting promptly. Protect sod from breakage and drying. PART 2 PRODUCTS 2.01 SEED A. Grass Seed: Fresh, clean, dry, new-crop seed complying with AOSA's "Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: 1. Quality: State-certified seed of grass species as listed below for solar exposure. 2. Quality: Seed of grass species as listed below for solar exposure, with not less than 85 percent germination, not less than 95 percent pure seed, and not more than 0.5 percent weed seed: C. Grass-Seed Mix: Proprietary seed mix as follows: 1. Products: To be determined by City of Riverside. 2.02 FERTILIZERS FOR HYDROSEEDING SLURRY A. Fertilizers for dry seeding is included in soil preparation and specified in Section 32 9113 "Soil Preparation". B. Fertilizer for hydroseeding: Commercial-grade complete fertilizer of neutral character, consisting of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: as recommended by soil tests required in Section 329113 "Soil Preparation" or, if no soil testing was performed then [1 lb/1000 sq. ft.] [16 percent of actual nitrogen, 16 percent phosphorous, and 16 percent potassium, by weight; 22 percent of actual nitrogen, 5 percent phosphorous, and 10 percent potassium, by weight]. C. Slow-Release Fertilizer for turf postfertilization: Granular or pelleted fertilizer consisting of 50 percent water-insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 22 percent nitrogen, 5 percent phosphorous, and 10 percent potassium, by weight. Renner Brenner Park 329200 -2 May 2024 Skatepark Renovation TURF AND GRASSES Bid Set 2.03 EQUIPMENT A. Hydroseeding Equipment: Use equipment for application of fertilizer, seed and fiber mulch slurry that complies with the following: 1. Has a built-in agitation system with operating capacity sufficient to agitate, suspend and homogenously mix specified slurry; 2. Has a pressure spray distribution system providing a continuous, nonfluctuating discharge of slurry uniformly on Planting Area surfaces. 3. Has slurry distribution lines large enough to prevent stoppage. B. Dry Seeding Equipment: as necessary to provide even distribution of seed. 2.04 FERTILIZERS A. Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character, consisting of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: 1 Ib/1000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. B. Slow-Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water- insoluble nitrogen, phosphorus. and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. 2.05 MULCHES A. Straw Mulch: Provide air-dry. clean, mildew- and seed-free, salt hay or threshed straw of wheat, rye, oats, or barley. B. Sphagnum Peat Mulch: Partially decomposed sphagnum peat moss, finely divided or of granular texture, and with a pH range of 3.4 to 4.8. C. Muck Peat Mulch: Partially decomposed moss peat, native peat. or reed-sedge peat, finely divided or of granular texture, with a pH range of 6 to 7.5. and having a water- absorbing capacity of 1100 to 2000 percent, and containing no sand. D. Compost Mulch: Well-composted, stable, and weed-free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1- inch sieve; soluble salt content of 2 to 5 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 2.06 PESTICIDES A. General: Pesticide. registered and approved by the EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. Renner Brenner Park 329200 - 3 May 2024 Skatepark Renovation TURF AND GRASSES Bid Set PART 3 EXECUTION 3.01 TURF AREA PREPARATION A. General: Prepare planting area for soil placement and mix planting soil according to Section 329113 "Soil Preparation". B. Reduce elevation of planting soil to allow for soil thickness of sod. C. Moisten prepared area before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. D. Before planting, obtain Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. 3.02 SEEDING A. Sow seed with spreader or seeding machine. Do not broadcast or drop seed when wind velocity exceeds 5 mph. 1. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 2. Do not use wet seed or seed that is moldy or otherwise damaged. 3. Do not seed against existing trees. Limit extent of seed to outside edge of planting saucer. B. Sow seed at a total rate of 5 to 8 lb/1000 sq. ft. C. Rake seed lightly into top 1/8 inch of soil, roll lightly, and water with fine spray. D. Protect seeded areas with slopes not exceeding 1:6 by spreading straw mulch. Spread uniformly at a minimum rate of 2 tons/acre to form a continuous blanket 1-1/2 inches in loose thickness over seeded areas. 1. Anchor straw mulch by crimping into soil with suitable mechanical equipment. E. Protect seeded areas from hot, dry weather or drying winds by applying compost mulch within 24 hours after completing seeding operations. Soak areas, scatter mulch uniformly to a thickness of 3/16 inch, and roll surface smooth. 3.03 HYDROSEEDING A. Hydroseeding: Mix specified seed, pre-emergent herbicide, commercial fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slurry with fiber-mulch manufacturer's recommended tackifier. B. Spray-apply slurry uniformly to all areas to be seeded in a one-step process. 1. Apply slurry at a rate so that mulch component is deposited at not less than 1500-Ib/acre dry weight and seed component is deposited at not less than 5 to 8 lb/1000 sq. ft. for Shade Mix and 10 lb/1000 sq. ft. for Full Sun Mix. a. If preapproved by Owner to seed after October 1st, increase seed quantity by 1 lb per week per 1000 sq. ft. up to a total of 14 lbs per 1000 sq. ft. Renner Brenner Park 329200 -4 May 2024 Skatepark Renovation TURF AND GRASSES Bid Set C. Apply slurry using sweeping, horizontal motion of spray distribution system. D. Do not allow slurry to contact adjacent Planting Areas, plants, structures or surfaces through overspray. wind drift or any other cause. Do not seed within 2 feet of base of trees. 3.04 TURF MAINTENANCE A. General: Maintain and establish turf by watering, fertilizing, weeding, mowing, trimming, replanting, and performing other operations as required to establish healthy, viable turf. Roll. regrade. and replant bare or eroded areas and remulch to produce a uniformly smooth turf. Provide materials and installation the same as those used in the original installation. B. Mow turf as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than one-third of grass height. Remove no more than one-third of grass-leaf growth in initial or subsequent mowings. 3.05 SATISFACTORY TURF A. Turf installations shall meet the following criteria as determined by Architect: 1. Satisfactory Seeded Turf: At end of maintenance period, a healthy, uniform. close stand of grass has been established. free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. and bare spots not exceeding 5 by 5 inches. 2. Satisfactory Sodded Turf: At end of maintenance period, a healthy, well-rooted, even-colored, viable turf has been established, free of weeds, open joints, bare areas, and surface irregularities. B. Use specified materials to reestablish turf that does not comply with requirements and continue maintenance until turf is satisfactory. END OF SECTION 329200 Renner Brenner Park 329200 - 5 May 2024 Skatepark Renovation TURF AND GRASSES Bid Set SECTION 334600—SUBDRAINAGE SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Retaining wall drainage. 2. Planter drainage. 3. Under floor slab drainage. 4. Landscape drainage. 5. Pedestrian walk drainage. B. Related Sections: 1. Section 31 2300, Excavating, Backfilling, and Compacting 2. Section 03 3010, Portland Cement Concrete 3. Section 03 3000, Cast-in-Place Concrete. 1.2 SUBMITTALS A. Product Submittals: 1. Comply with requirements of City of Riverside Standards and "KCAPWA" Standard Specifications. 2. Submit product data for catch basins, catch basin frames, drain grates, and storm sewer pipe. 3. Submit product data for perforated drain pipe, nonperforated drain pipe, and geotextile filter fabric. 4. Submit product data for drain tubing and slotted surface drains. B. Quality Control Submittals: 1. Comply with requirements of City of Riverside Standards and "KCAPWA" Standard Specifications. 2. Submit one copy of site test reports for water exfiltration tests on installed nonperforated sewerage and drainage systems. 3. Submit one copy of the City of Riverside standard Certificate of Inspection for each drainage system. C. Closeout Submittals: 1. Submit Project Record Documents for drainage systems with record of invert elevations and dimensions from drain lines to property and building lines. 1.3 QUALITY ASSURANCE A. Regulatory Requirements: 1. Conform to requirements of governing agencies for drainage system. PART 2 - PRODUCTS 2.1 PIPE COMPONENTS (REFER TO DRAWINGS) Renner Brenner Park 334600 - 1 May 2024 Skatepark Renovation SUBDRAINAGE SYSTEMS Bid Set A. Corrugated Polyethylene (PE) Drain Tubing: 1. Industry Standard: ASTM F 405. 2. Tubing Components: Corrugated polyethylene drainage tubing, slotted with drain filter and nonperforated. 3. Tubing Joint Accessories: Coupling, reducing coupler, tee, 90 degree ell, 45 degree wye, and end plugs. 4. Solvent Cement: ASTM D 2235. 5. Acceptable Tubing: ADS Drain Guard by Advanced Drainage Systems, Inc. (N- 12, double wall) or Agri-Flow by Hancor. B. Corrugated High-density Polyethylene (HDPE) Drain Pipe: 1. Industry Standard: ASTM F 405. 2. Piping Components: Corrugated high-density polyethylene drainage tubing, slotted. 3. Piping Joint Accessories: Coupling, reducing coupler, tee, 90 degree ell, 45 degree wye, and end plugs. 4. Fitting shall conform to AASHTO M252M, AASHTO M294, or AASHTO F2306 5. Acceptable Tubing: ADS by Advanced Drainage Systems, Inc. (N-12, slotted/dual wall), Hi-Q by Hancor (slotted/dual wall) or approved equal C. PVC Small Diameter Sewer Pipe: 1. Industry Standard: Gasket bell end pipe, ASTM D 3034, SDR 35 from PVC components of ASTM D 1784. 2. Diameters: 4, 6, 8, 10, 12, and 15 inches. 3. Rubber Gaskets: ASTM F 477. 4. Fittings: Manufacturer's standard. 5. Solvent Cement: ASTM D 2564. D. PVC Drain Pipe: 1. Industry Standard: ASTM D 2729, bell end pipe. 2. Standard Pipe Diameter: 2, 3, 4, 5, and 6 inches. 3. Perforated Pipe Diameter: 3, 4 and 6 inches. 4. Solvent Cement: ASTM D 2564. 2.2 ACCESSORIES (REFER TO DRAWINGS) A. Skatepark Floor Drains: 1. Refer to drawings. B. Landscape Area Drains: 1. Refer to drawings. C. Aggregate Backfill and Geotextile Filter Fabric: 1. Bedding, Haunching, Initial Backfill Aggregate: Initial backfill aggregate as indicated in Section 31 2300, Excavating, Backfilling, and Compacting. 2. Drainage Aggregate: Drain gravel as indicated in Section 312300, Excavating, Backfilling, and Compacting. D. Geotextile Erosion Control Fabric: 1. Thickness: 19 mils. 2. Weight: 6.5 ounces per square yard. Renner Brenner Park 334600 -2 May 2024 Skatepark Renovation SUBDRAINAGE SYSTEMS Bid Set 3. Acceptable Fabrics: Propex 1199, 1325, 2006 by Amoco, 700X by Mirafi. E. Reinforced Concrete Manholes: 1. Regulatory Requirements: Conform to City of Riverside Standards. F. Location Tracer: 1. Wire Size and Type: No. 18, insulated copper. 2. Insulation Cover Color: Green. G. Exterior Cleanouts: 1. Access Box: Heavy duty cast iron. 2. Covers and Flanges: Secured, cast iron. 3. Cutoff Sections: Serrated. 4. Plugs: Threaded bronze. 5. Mounting: 18 inches square by 6 inches thick concrete pad at grade. 6. Acceptable Cleanouts: 58860 by Josam or approved equal. PART 3 - EXECUTION 3.1 PERFORMANCE A. Protection: 1. Cover exposed ends of drain and sewer lines during construction work to protect lines from debris. B. Preparation: 1. Trench soil as required for installation, inspection, and backfill compaction. 2. Install PVC pipe sleeves under walks and paving as indicated on Drawings, or as required to provide pipe access under Work. 3. Fill trench with bedding aggregates to height required for 0.5 percent continuous slope in drain tubing, drain pipe, and storm sewer pipe, unless otherwise indicated on Drawings. C. Installation of Perforated Drain Pipe: 1. Install drainage aggregate 4 inches minimum thick on top of pipe. 2. Install perforated pipe systems in sizes and locations indicated on Drawings with ells, tees, wyes, couplers, and end plugs as required. 3. Continue perforated pipe to nonperforated pipe distribution lines. 4. Install perforated pipe at 2 percent continuous slope (ADS single wall) 0.5 percent or higher continuous slope (ADS double wall N-12). 5. Install drainage aggregate to spring line of pipe and tamp in place. 6. Install drainage aggregate to 6 inches over and around pipe and tamp and vibrate. 7. Pull filter fabric over drainage aggregate, lap fabric edges 12 inches minimum and tie loose edges of fabric with 18 gage tie wire. 8. Install location tracer wire over non-metallic pipe. 9. Backfill and compact subsequent lifts in accordance with Section 31 2300, Excavating, Backfilling, and Compacting. 10. Solvent weld perforated PVC drain pipe joints in accordance with ASTM D 2855. D. Installation of Non-perforated Drain Tubing: Renner Brenner Park 334600 - 3 May 2024 Skatepark Renovation SUBDRAINAGE SYSTEMS Bid Set 1. Install bedding aggregate 4 to 6 inches thick in trench and excavate bedding for base of tubing and tubing bells. 2. Install drain system in sizes and locations indicated on Drawings with ells, tees, wyes, couplers, and end plugs as required. 3. Solvent weld drain tubing joints. 4. Continue foundation drain lines to storm sewer manhole. 5. Install haunching aggregate to spring line of tube. 6. Install initial backfill aggregate to at least 6 inches over tubing and tamp and vibrate to required density. 7. Install location tracer wire over non-metallic tubing. 8. Backfill and compact subsequent lifts in accordance with Section 312300, Excavating, Backfilling and Compacting. 3.2 COMPLETION A. Testing Requirements: 1. Notify Owner's representative 24 hours before conducting tests. 2. Test in large sections before covering above the spring line. 3. Continue to monitor water test levels during backfilling and compacting. B. Adjusting and Cleaning: 1. Repair or replace defective lines and system components. 2. Excavate and recompact backfill where settlement damages site improvements. 3. Replace or repair walks, paving, site. and landscape improvements damaged by backfill settlement. 4. Remove excess soil materials from paving, walk, and landscape areas as soon as backfilling is complete. END OF SECTION 334600 Renner Brenner Park 334600 -4 May 2024 Skatepark Renovation SUBDRAINAGE SYSTEMS Bid Set