HomeMy WebLinkAboutR-2024-117 Agreement with Rosehill Gardens Inc for Horizons Trees RESOLUTION NO. R-2024-117
A RESOLUTION AWARDING THE BID FOR THE HORIZONS TREES AND
APPROVING THE AGREEMENT BETWEEN THE CITY AND ROSEHILL GARDENS
INC FOR SUCH PROJECT
WHEREAS, the City issued a request for bids for the installation and maintenance of the 48th
Street Rain Garden (Project No. 628-024) ("Project"); and
WHEREAS, the City received four (4) responses to its request for bid and the proposal
submitted by Rosehill Gardens, Inc ("Rosehill") in the amount of $114,992.50 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 Rosehill 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 Rosehill for the Horizons Trees in the amount of $114,992.50 is
hereby accepted and approved; and
FURTHER THAT an agreement by and between the City of Riverside and Rosehill in
substantially the same form as attached hereto in Exhibit "A" and incorporated herein by reference
is hereby authorized and approved; and
FURTHER THAT the project is subject to the requirements of Section 292.675 RSMo,
which requires all contractors or subcontractors doing work on the project to provide, and require
its on-site employees to complete, a ten (10) hour course in construction safety and health
approved by the Occupational Safety and Health Administration (OSHA) or a similar program
approved by the Missouri Department of Labor and Industrial Relations which is at least as
stringent as an approved OSHA program. Such training must be completed within sixty (60) days
of the date work on the Project commences. On-site employees found on the worksite without
documentation of the required training shall have twenty (20) days to produce such
documentation; and
FURTHER THAT the Mayor, City Administrator, City Attorney, and Finance Director are
hereby authorized to execute all documents and agreements necessary or incidental to carry out
the terms and conditions of such bid award and the City Clerk is authorized to attest thereto.
PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside
Missouri the 1st day of October 2024.
1)t}0-,4,11-e
Kathleen L. Rose, May r
'ATTEST: •.
•
,Robin incai , City Clerk
��3}; / ems
EXHIBIT "A"
Horizons Trees - Project Manual
PROJECT MANUAL
HORIZONS TREES
PROJECT NO: 628-024
The City of Riverside, Missouri
August 23, 2024
•
TABLE OF CONTENTS
DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS
ADVERTISEMENT FOR BIDS
INFORMATION FOR BIDDERS
BID FOR UNIT PRICE CONTRACT
BID FORM
EXPERIENCE QUESTIONAIRE
AFFIDAVIT for WORK AUTHORIZATION
AGREEMENT
EXHIBIT A TIME FOR COMPLETION
EXHIBIT B SCOPE OF WORK
EXHIBIT C TECHNICAL SPECIFICATIONS
EXHIBIT D NOTICE TO PROCEED
EXHIBIT E EXAMPLE-CHANGE ORDER FORM
SPECIFICATIONS
DIVISION 1 —GENERAL REQUIREMENTS
Section Description
01015 CONTRACTOR USE OF PREMISES
01030 SPECIAL CONDITIONS
01040 COORDINATION
01060 STANDARD SPECIFICATIONS AND PLANS
01270 MEASUREMENT AND PAYMENT
01310 JOB SITE ADMINISTRATION
01320 WORK SCHEDULE
01330 SUBMITTALS
01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE
01570 TEMPORARY TRAFFIC CONTROL
Division 2—Site Work
Section Description
02220 PLANT LAYOUT
02230 PLANTING
02350 MULCH
02820 TRASH AND LITTER REMOVAL
02830 PRUNING/DEADHEADING
02840 WATERING
02850 WEEDING
DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS
CITY OF RIVERSIDE,MISSOURI
ADVERTISEMENT FOR BIDS
Separate sealed bids for the HORIZONS TREES (628-024) will be received by the City Clerk at
Riverside City Hall, 2950 NW Vivion Road, Riverside, Missouri until 10:00 A.M., on Friday,
September 20,2024, and then publicly opened and read aloud at Riverside City Hall.
The Information for Bidders, Form of Bid, Agreement, Plans, Specifications, and other Contract
Documents may be examined at the office of the City Engineer at the above city hall address. Copies
may also be obtained at the above city hall address. The Information for bidders and advertisement can
be viewed on the City of Riverside's website http://www.riversidemo.gov/rfps.
The City reserves the right to waive any informality or to reject any or all bids.
Dated: August, 30, 2024
5
CITY OF RIVERSIDE,MISSOURI
INFORMATION FOR BIDDERS
The City of Riverside,Missouri(the"City")invites sealed bids on the forms contained in the Bid Package
and Contract Documents for the
HORIZONS TREES
(Project No. 628-024)
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 September 20,2024,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 "HORIZONS TREES (Project No.
628-024)"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.
2. There will be an optional Pre-Bid Meeting at 10:30 a.m. on Friday, September 6, at City Hall, 2950 NW
Vivion Road,Riverside,MO 64150.
3. Refection of all Bids. If the City rejects all Bids,the City may: (1)re-advertise or re-solicit Bids following
the City's normal bidding procedure;or(2)use an expedited Bid submission schedule when the City determines
that the delay would not be in the best interest of the project or the City.
BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY
BECAUSE OF SUCH REJECTION, AND THE SUBMISSION OF ANY BID IN RESPONSE TO THIS
INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS.
4. Preparation and Submission of Bid. Each bid must be submitted on the prescribed form(s)and accompanied
by:
(1)Qualifications of Bidder(Experience Questionnaire)with Certificate of Good Standing
(2)Affidavit of Work Authorization with E-Verify attached(2 pages)
(3)Bid 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 or on the City of Riverside's website http://www.riversidemo.gov/rfps. A copy the bidding documents
may be obtained from Riverside City Hall,Telephone 816-741-3993.
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
6
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:
Resident Project Representative,City of Riverside: Noel Bennion; nbennion@riversidemo.gov
and to be given consideration must be received by 5pm on September 13,2024.
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 mailed by the fastest delivery method available via registered mail or
overnight delivery, and may also be mailed electronically or faxed to all prospective bidders recorded as having
received the Bid Documents,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
7
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
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.
• 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. Time of Completion. Bidder must agree to commence work on or before a date to be specified in a written
"Notice to Proceed"of the City and to fully complete plant installation by 11/30/24 and all maintenance activities
by 12/31/25. This bid is for 2024-2025. However,the maintenance contract may be renewed for up to 3 additional
1-year periods upon mutual terms and agreement of the parties.
10. Conditions of Work.Each bidder must inform himself fully of the conditions relating to 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
8
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.
11. 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 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.
12. Method of Award-Lowest Responsible Bidder.If at the time this contract is to be awarded,the lowest bid
submitted by a responsible bidder does not exceed the amount of funds then estimated by the City as available to
finance the contract; the contract will be awarded to the "lowest responsible bidder". If such bid exceeds such
amount,the City may reject all bids or may award the contract on such items as identified by and deemed in the
best interest of the City, in its sole discretion, as produces a net amount which is within the available funds.
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.
13. 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.
9
14. 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.
15. 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.
16. Safety Standards and Accident Prevention. With respect to all work performed under this contract, the
Contractor shall:
a. Exercise every precaution at all times for the prevention of accidents and the protection of persons
(including employees)and property.
b. Maintain at a 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.
17. 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.
18. 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.
19. Current City Business License. The successful bidder, and all subcontractors, shall obtain a current city
business license prior to beginning work.
20. Sales Tax Exemption Certificate. The City will supply the Contractor with a Project Exemption Certificate
for use in purchasing plant materials for the project. The Contractor shall, in preparing its bid, omit from its
computed costs all sales and use taxes related to the purchase of plant materials incorporated into or consumed in
the work of the Project.
21. 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.
10
22. 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 two
(2)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 evidence of insurance, city
licenses and work authorization affidavit and documentation. Within two (2) 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.
11
BID FOR UNIT PRICE
To: City of Riverside,Missouri
Project: HORIZONS TREES
Project No. 628-024
Date 9/19/2024
Proposal of Rosehill Gardens (hereinafter called "Bidder") a
corporation/partnership/individual/or other entity organized and existing under the laws of the State of
Missouri , a corporation/partnership/ or individual doing business as
corporation
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 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 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 by 11/30/24.
Bidder acknowledges receipt of the following addendum(s):
None
Bidder agrees to perform all of the project work described in the scope of work, for the unit prices contained
in the attached Bid for Unit Price attached hereto. The total bid amount is:
($114,992.50
The unit prices attached shall include all labor, materials, bailing, shoring, removal, overhead, profit,
insurance, etc., to cover the finished work of the several kinds called for. Changes shall be processed in
accordance with Article VII of the Agreement.
Bidder understands that the City reserves the right to reject any or all bids and to waive any informality in
the bidding.
12
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 2 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)
By Rosehill Gardens
Name: Robert Malone
Title:Project Manager/Officer
Street: 311 E 135th Street
City, State,Zip: Kansas City, MO 64145
Phone: 816-222-5210
BID FORM
BID FOR UNIT PRICE CONTRACTS
(Pricing)
CONTRACTOR: Rosehill Gardens
HORIZONS TREES(628-024)
Item Unit Total
No. Bid Item Description Size Quantity Unit Price Price
1 PLANTING
Sugar Maple Acer saccharum'Legacy' 14 EA $425 $5,950.00
A #20
Heritage River Birch Betula nigra'Heritage' 11 EA
B (Cully)multi-stem #25 $400 $4,400.00
Betula nigra'Heritage' $400 $1,200.00
c Heritage River Birch 3 EA
(Cully) 12-14'
D Tuliptree Liriodendron tulipifera 2.5"
5„ 15 EA $425 $6,375.00
Platanus X acerifolio'
London Planetree Morton Circle' 16 EA $425 $6,800.00
E (Exclamation!) 2.5"
F White Oak Quercus alba 2" 13 EA $425 $5,525.00
G Swamp White Oak Quercus bicolor 2.5" 16 EA $425 $6,800.00
H Shingle Oak Quercus imbricaria 2.5" 13 EA $425 $5,525.00
I Chinkapin Oak Quercus muehlenbergii 2.25" 7 EA $425 $2,975.00
J Pin Oak Quercus palustris 2.25" 4 EA $425 $1,700.00
K Shumard Oak Quercus shumardii 2.25" 7 EA $425 $2,975.00
EA $400 $6,800.00
L Bald Cypress Taxodium distichum 2.5" 17
American Basswood Tilia americana 10 EA
M 'Boulevard' 2.5" $425 $4,250.00
American BasswoodTilia americana
A i 4 EA
N 'McKSentry' 2.5" $425 $1,700.00
0 Hackberry Ce/tis occidentalis 2.25" 10 EA $425 $4,250.00
P Kentucky Coffeetree Gymnocladus dioicus 2.5" 7 EA $425 $2,975.00
Q Eastern Red Cedar Juniperus virginiana 2.5" 15 EA $350 $5,250.00
R Bur Oak Quercus macrocorpa 2.5" 4 EA $425 $1,700.00
2 Double Ground Hardwood Mulch 11.5 CY $35 $402.50
3 Pruning 1 LS $0 $0
4 Tree Gator Bags-15 Gallon(2 per tree) 372 EA $35 $13,020.00
5 Watering(per time for all 186 trees) 50 EA $330 $16,500.00
6 Weeding(all trees) 36 EA $220 $7,920.00
BASE BID TOTAL:
$114,992.50
EXPERIENCE QUESTIONNAIRE
(To be completed by each Bidder and submitted with Bid)
FAILURE TO COMPLETE THIS FORM WILL RESULT IN THE REJECTION OF THE BID.
Rosehill Gardens Robert Malone
(Company Name) (Primary Contact Name)
311 E 135th Street Kansas City, MO 64145
(Address) (City, State,Zip Code)
816-222-5210 816-941-4777 rmalone@rosehillgardens.com
(Phone Number) (Fax Number) (E-mail)
Federal ID Number: 44-056 7353 or SSN:
(Check all that apply)
I Plant Installation ❑ Invasive Plant Removal ISI Mulching
® Watering ❑ Pruning/Deadheading XI Weeding
Name of State(s) in which incorporated: Missouri
Date(s) of incorporation: 1976
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: NSA Date:
Name of the following officers:
Gary Weidenbach Curtis Stroud
(President's Name) (Vice-President's Name)
(Secretary's Name) (Treasurer's Name)
Date of Organization: 1914
Type of Partnership: General Limited Association
Names and addresses of all partners(use additional sheet if necessary):
Gary Weidenbach 311 E 135th St. Kansas City, MO 64145
(Name) (Address) (City, State,Zip)
15
Curtis Stroud 311 E 135th St. Kansas City, MO 64145
(Name) (Address) (City, State,Zip)
L How many years has your Company been in business as a contractor under your present business
name? 110 Years
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:
None
3. How many years' experience in the proposed type and size of work has your Company had: (a)as a
general contractor 110 ; (b)as a subcontractor 110 ?
4. List the three most recent projects your Company has completed similar in scope to the proposed
work:
Project Name or City City of Overland Park, KS
Contact Name Bailey Patterson Phone 913-387-9227
Contract Amount$1,000,000.00 When Completed?Spring 24
Description of Work Street Tree Planting
Project Name or City City of Prairie Village, KS
Contact Name Bridget Tolle Phone 913-634-8827
Contract Amount$55,000.00 When Completed?Fall 23
Description of Work Street Tree Planting
Project Name or City City of Lawrence, KS
Contact Name Tyler Fike Phone 785-979-0878
Contract Amount$40,000.00 When Completed?Spring 24
Description of Work Street Tree Planting
16
5. What other important projects has your Company completed?
Project Name or City Cerner- Innovation Campus
Contact Name JE Dunn Construction Company Phone 816-767-0931
Contract Amount$3,500,000.00 When Completed?2020
Description of Work Landscape & Irrigation installation.
Project Name or City Prairiefire Development- Overland Park
Contact Name Merrill Companies Phone 913-338-3800
Contract Amount$ 1,300,000.00 When Completed?2022
Description of Work Landscape & Irrigation installation.
6. Have you ever failed to complete any work on a project or defaulted on a contract? If so,where
and why?(attach additional pages if necessary)
No
7. The experience of the Key Personnel in your Company is required. At a minimum, information
regarding experience and qualifications of the following positions must be provided: GC Project
Manager,On-Site Field Superintendent, QC/QA Manager, Safety Officer.
NAME Gary Weidenbach Position President/Owner
Years of experience: +35
Magnitude&Type of Work CEO & Landscape Designer
In What Capacity? Owner
Years of Employment with Contractor: +35
Other projects this individual will be involved with concurrently with this project:
17
Education, professional registrations, certifications and credentials held by individual applicable to
the Project:
Degree in Landscape Architecture from South Dakota State University.
NAME Jason Gebauer Position Project Manager/Officer
Years of experience: +25
Magnitude&Type of Work Project Manager
In What Capacity? Manages Crews, Project layout&Billing
Years of Employment with Contractor: +25
Other projects this individual will be involved with concurrently with this project:
Project load varries throughout the year.
Education, professional registrations, certifications and credentials held by individual applicable to
the Project:
Degree in Biology from Avila University.
NAME Robert Malone Position Project Manager/Officer
Years of experience: +20
Magnitude& Type of Work Project Manager and Commerical Estimator
In What Capacity? Bidding on commerical project and project administration
Years of Employment with Contractor: +14
Other projects this individual will be involved with concurrently with this project:
Project load varries throughout the year.
Education, professional registrations, certifications and credentials held by individual applicable to
the Project:
Degree in Landscape Architecture from Kansas State University. LEED AP
18
8. List the major items of equipment which you own or which will be used on the project:
Quantity, Description,& Capacity Age in Years Condition
Dingo 10 Years Good
Work Truck 10 Years Good
Water Truck 6 Years Good
9. 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):
None
10. On a typical project,what percent of the work is completed by your own forces? 95 % What
percent by subcontract? 5 %. List subcontractors you propose to use on this project and their
responsibility in this contract.
Subcontractor Name Contract Responsibility %of Contract
(1)None
Address State Zip Phone Number
(2)
Address State Zip Phone Number
(3)
Address State Zip Phone Number
(4)
Address State Zip Phone Number
(5)
Address State Zip Phone Number
11. Is your Company current on payment of Federal and State income tax withholdings and
unemployment insurance payments? Yes
19
If the answer is no,please provide detail:
12. 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:
The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any
information requested by the City in verification of the recitals comprising this Experience
Questionnaire and agrees to hold any such person, firm or corporation harmless for providing any
such information to the City of Riverside.The undersigned agrees that there is no collusion or fraud
with reference to illegal relationships of bidders and representatives of the City, bid pooling or
strawbids.
Dated on behalf of said Company this 19 day of September 20 24
By: Rosehill Gardens
Name:Robert Malone /e,6v, N
Title Project Manager/Officer
State of ciiyainsas )
ss
County of c, iDk,Y'l5t7N--) )
BEFORE ME,the undersigned notary,personally appeared / 'T 1 t a ILQ._
who tng duly sworn„deposes and says that he or she is the of
A\ '�O- C .e.n3 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. ,, I
Subscribed and sworn to me before this 1C\ day o ytit -�' r,20ca�.°4
•
My commission expires: Notary Public
r dgi"".' CHRISTINA SUE ZANG
c —:MOUSY i MyAppointmme Expires
c......„ %
_ ,
20
z x
` it __ !it #t �..__.ti 1! t �....__:.�._ { tit. }t ___._.... _.. II ,
sKcEoFrIssoU
OF ji,i ,ST P.".
,..*,
1' -, _.
,.
*J.' ,_ i..4, GZP o % t;
,. ofI',, Al•. el j
i "4., `,
++i l
I1 Is80'[1 ,1
�- - John R. Ashcroft
Secretary of State
CORPORATION DIVISION t^
CERTIFICATE OF GOOD STANDING
y s " 7 I,JOHN R.ASHCROFT, Secretary of State of the State of Missouri,do hereby certify that the records in i
my office and in my care and custody reveal that
(0 ROSEHILL GARDENS,INC.
rti 00103573 `"•^ 1
AO, L ', was created under the laws of this State on the 1st day of November, 1961,and is in good standing,
having fully complied with all requirements of this office.
s 1.
ig. aA
IN TESTIMONY WHEREOF,I hereunto set my hand and �•"` S' k�� '
_ O _ I„. 1
cause to be affixed the GREAT SEAL of the State of �***,* * 1
:::.4::,..,
, Missouri. Done at the City of Jefferson, this 4th day of „W '* ** *�** '� +`��`��
September, 2024. ,r��' + i(li 1 ,,i lit
( v 5, or' ri,,,, ( 00 . vo
,,,,i,..,tzt!ft r @Cr@tftTy Of e e ���� �u��^` ' a.
5 3�CCCX ���y!.. t
Certification Number:CERT-09042024-0105 `‘Vt1INN. .,"1
,a ¢!.i t't ,i A t! F""'i't, , ,' —` _ 7 31 s + t•*llei l '"
AFFIDAVIT for WORK AUTHORIZATION
(as required by Section 285.530,Revised Statutes of Missouri)
As used in this Affidavit,the following terms shall have the following meanings:
EMPLOYEE:Any person performing work or service of any kind or character for hire within the State of Missouri.
FEDERAL WORK AUTHORIZATION PROGRAM: Any of the electronic verification of work authorization
programs operated by the United States Department of Homeland Security or an equivalent federal work authorization
program operated by the United States Department of Homeland Security to verify information of newly hired employees,
under the Immigration Reform and Control Act of 1986(IRCA),P.L.99-603.
KNOWINGLY:A person acts knowingly or with knowledge,
(a)with respect to the person's conduct or to attendant circumstances when the person is aware of the nature of the person's
conduct or that those circumstances exist;or
(b)with respect to a result of the person's conduct when the person is aware that the person's conduct is practically certain
to cause that result.
UNAUTHORIZED ALIEN:An alien who does not have the legal right or authorization under federal law to work in the
United States,as defined in 8 U.S.C. 1324a(h)(3).
State of ctiNfir, 5
County of 4:: -r t' `c {\) ss:
BEFORE ME, the undersigned notary, personally appeared ' O'r' M«K..(51(k__., who, being duly
sworn,states on his/her oath or affirmation as follows:
1.My name is Rlae,a li la and I am currently the t jcc i-1 p,c. ;tr/ //•`Ltr of
rekt) (hereinafter "Contractor"), whose business address is
31/ /5 S1''1 64 1 MO 6 Y(ty 5— ,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: HORIZONS
TREES(Project No.628-024).
4.Contractor does not knowingly employ any person who is an unauthorized alien in connection with the
contracted services set forth above.
5.Attached hereto is documentation affirming Contractor's enrollment and participation in a federal work
authorization program with respect to the employees working in connection with the contracted services.
Further,Affiant sayeth not.
Signature of Affiant
Printed Name: R0 4vr t'4,ICI
Subscribed and sworn to before me this X.714 ky of 4t/ jt,yt hr ,201/.
"`j.) -44-ka•A-f2 :1/
Notary Public �.
*PLEASE NOTE: Acceptable enrollment and participation documentation consists of the f lowi 2 pages of the E-Verify
Memorandum of Understanding: (1)a valid,completed copy of the first page identifying the Contrac or;and (2)a valid copy of the
signature page completed and signed by the Contractor,and .._ •• . . ..— rification.
/''`•`r'" CHRISTINA SUE ZANG
- - M Went Expires
minx"•���;,:� :mow .
AGREEMENT
BETWEEN
CITY OF RIVERSIDE, MISSOURI AND
Contractor:Rosehill Gardens, Inc.
FOR
COMPLETION OF
HORIZONS TREES
Project No. 628-024
RESOLUTION NO.: 2024-
CONTRACT PRICE: $ 114,992.50
22
AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR
HORIZONS TREES
Project No: 628-024
THIS AGREEMENT, made and entered into as of the day of October, 2024, by and
between the City of Riverside,Missouri("City"),and Rosehill Gardens,Inc.("Contractor"),shall govern
all Work to be provided by Contractor for City on the Project.
WHEREAS,City,under the provisions of Resolution No.2024- ,duly approved on the
day of October, 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. "Invoice"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.
23
E. "Contract Amount"has the meaning set forth in Article III,Paragraph A of this Agreement.
F. "Contract Documents" has the meaning set forth in Article V, Paragraph A of this
Agreement.
G. "Contractor"has the meaning set forth in the preamble of this Agreement.
H. "Notice to Proceed"has the meaning set forth in Article IV,Paragraph A of this Agreement.
I. "Project"means the building, facility, and/or other improvements for which Contractor is
to provide Work under this Agreement. The Project may also include construction by City or others.
J. "Resident Project Representative"means the following employee of the City of Riverside
who shall manage the Project on behalf of the City: Noel Bennion—nbennion@riversidemo.gov 816-
372-9028.
K. "Subcontractor"means a person, firm or corporation supplying labor and materials or only
labor for the Work for, and under separate contract or agreement with,the Contractor.
L. "Substantial Completion"means the stage in the progress of the Work where the Work or
designated portion is sufficiently complete in accordance with the Contract Documents so that the City
can occupy or utilize the Work for its intended use.
M. "Work"or"Work on the Project"means work to be performed at the location of the Project,
including the transportation of materials and supplies to or from the location of the Project by employees
of the Contractor and any Subcontractor. Work shall include all labor, services, materials, supplies,
tools, equipment, supervision, management, and anything else necessary to accomplish the results and
objectives described in Exhibit B (Scope of Work) and Exhibit C (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 work
period,shall decide questions which may arise as the quality and acceptability of materials furnished and
24
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 work means, controls,techniques, sequences, procedures or work 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 One hundred fourteen thousand nine hundred ninety-two dollars and fifty
cents($114,992.50). This amount shall include all costs, permit fees, profit,overhead, expenses,taxes,
and compensation of every kind related to the Work,and shall be referred to as the"Contract Amount."
B. The Contract Amount is subject to final determination of Work performed at unit prices set
forth in the Bid for Unit Price Contracts completed by Contractor. The quantities of unit price Work set
forth in Contractor's Bid for Unit Price Contracts are estimates only, are not guaranteed, and are solely
for the purpose of comparing bids and determining an initial Contract Amount. Unless otherwise stated
elsewhere in the Contract Documents, (1) determination of the actual quantities and classifications of
unit price Work performed will be made by City and (2) final payment for all unit price items set forth
in Contractor's Bid for Unit Price Contracts will be based on actual quantities as determined by City.
The Contractor is responsible for verifying the unit quantities before excavation and/or installation at the
Project site. Contractor shall identify and notify the City of any variance in unit quantities in excess of
ten percent (10%) of the amount set forth in Contractor's Bid for Unit Price Contracts IN ADVANCE
of performing the Work. Any increase in quantities of materials or Work performed as a result of over-
excavation by Contractor will not be compensated.
C. Payment of the Contract Amount shall be full compensation for all labor, services,
materials,supplies,tools,equipment,supervision,management,and anything else necessary to complete
the respective items in place, in full compliance with all requirements set forth in the Contract
Documents. All costs, permit fees, profit, overhead, expenses, taxes, and compensation of every kind
related to the Work are included in the Contract Amount. No labor, services, materials, supplies,tools,
equipment, supervision, management, or anything else required by the Contract Documents for the
proper and successful completion of the Work shall be paid for outside of or in addition to the Contract
Amount. The Work set forth in the Contract Amount shall be itemized in Contractor's Bid for Unit Price
Contracts. All Work not specifically set forth in Contractor's Bid for Unit Price Contracts as a separate
pay item is a subsidiary obligation of Contractor, and all costs, permit fees, profit, overhead, expenses,
25
taxes and compensation of every kind in connection therewith are included in the Contract Amount set
forth in Contractor's Bid for Unit Price Contracts.
D. THIS AGREEMENT IS SUBJECT TO THE CITY ORDINANCES, AND PAYMENT
SHALL BE LIMITED TO THE AMOUNT OF PARTICULAR APPROPRIATION FOR THE WORK
BY THE BOARD OF ALDERMEN. THE TOTAL PAYMENT UNDER THIS AGREEMENT
SHALL NOT EXCEED THE APPROPRIATION CONTAINED IN THE APPLICABLE
RESOLUTIONS OR ORDINANCES ADOPTED BY THE BOARD OF ALDERMEN
AUTHORIZING THE WORK AND CONTRACTOR SHALL NOT SEEK,NOR BE ENTITLED TO,
PAYMENT EXCEEDING THIS AMOUNT UNLESS CITY DIRECTS CONTRACTOR TO
PERFORM ADDITIONAL WORK IN ACCORDANCE WITH THIS AGREEMENT, AND CITY
ENACTS ANOTHER RESOLUTION OR ORDINANCE AUTHORIZING THE AMOUNT CITY
AGREES TO PAY UNDER THIS AGREEMENT.
ARTICLE IV
PROGRESS OF WORK/SUBMITTALS
A. COMMENCEMENT OF WORK.The date of beginning and the time for completion of the
Work are essential conditions of the Contract Documents. Contractor shall commence performance of
the Work on the date indicated in a written notice ("Notice to Proceed") that shall be given by City to
Contractor.
B. TIME FOR COMPLETION. Contractor shall achieve Substantial Completion of all
maintenance activities, as defined in Article I hereof, no later than 12/31/25. Contractor shall achieve
Substantial Completion of all plant installation activities, as defined in Article I hereof, no later than
11/30/24. The Contractor will proceed with the Work at such rate of progress to ensure Substantial
Completion within the contract time. It is expressly understood and agreed, by and between the
Contractor and the City,that the contract time to achieve Substantial Completion of the Work described
herein is a reasonable time,taking into consideration the average climatic and economic conditions and
other factors prevailing in the locality of the Work. No extensions will be granted, except in case of
unusual (unseasonable) weather conditions or additional work requested by the City under Change
Order. Following Substantial Completion, Contractor shall proceed to complete all uncompleted Work
items as promptly as permitted by weather conditions or any other conditions affecting completion of
the Work.
C. TIME OF THE ESSENCE. Time is of the essence in the performance of the Work and any
other Contractor obligations under the Contract Documents. Contractor shall upon commencement of
work,work daily to complete the Work except for Saturdays, Sundays, holidays, and days of inclement
weather. This Paragraph does not preclude Contractor from working Saturdays, Sundays, holidays, or
days of inclement weather. Contractor shall give the City at least 48 hours notice if intending to work
on Saturday, Sunday, holidays or days of impending inclement weather.
D. WORK 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 work
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
26
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 Invoice 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.
E. PHOTOGRAPHS OF PROJECT. The Contractor shall furnish photographs of the Project site
in the number,type, and stage as enumerated below:
1. Pre-work photos -minimum of 15 ground level digital shots
2. Installation/significant change photos-minimum of 15 ground level digital shots
3. Post-work photos-minimum of 15 ground level digital shots
F. DELAY IN PERFORMANCE. In the event the City determines that performance of the
Work is not progressing as required by the Contract Documents or that the Work is being unnecessarily
delayed or will not be finished within the prescribed time,the City may, in the City's sole discretion and
in addition to any other right or remedy City may have, require Contractor, at Contractor's sole cost,to
accelerate Contractor's progress. Such acceleration shall continue until the progress of the Work
complies with the Contract Documents and clearly indicates that all Work will be completed within the
prescribed time.
G. SUSPENSION OF WORK. The City may suspend the Work or any portion thereof for a
period of not more than ninety(90)days or such further time as agreed upon by the Contractor,by written
notice to the Contractor which shall fix the date on which Work shall be resumed. The Contractor will
resume the Work on the date so fixed. The Contractor will be allowed an increase in the contract price
or an extension of the contract time, or both, directly attributable to any suspension
H. DRAWINGS AND SPECIFICATIONS. The intent of the drawings and specifications is
that the Contractor shall furnish all labor, materials, tools, equipment and transportation necessary for
the proper execution of the Work in accordance with the Contract Documents and all incidental Work
necessary to complete the Project in an acceptable manner,ready for use,occupancy or operation by the
City. In case of conflict between the drawings and specification,the specifications shall govern. Figure
dimensions on drawings shall govern over general drawings. Any discrepancies found between the
drawings and specifications and site conditions or any inconsistencies or ambiguities in the drawings or
specifications shall be immediately reported to the 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.
I. 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 work 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
27
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.
J. INSPECTION AND TESTING OF MATERIALS. All materials and equipment used in
the work of the Project shall be subject to inspection and testing in accordance with generally accepted
standards, as required and defined in the Contract Documents. 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.
K. 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 work 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.
L. 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.
M. 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 work
28
facilities, or for storage of materials.
N. 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 work 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.
O. 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 work period. 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. 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.
P. 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 work.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
29
given to the supervisor shall be a binding as if given to the Contractor. The supervisor shall be present
on the site at all times as required to perform adequate supervision and coordination of the Work.
ARTICLE V
CONTRACT DOCUMENTS
A. The following documents, and any other documents that are attached to, incorporated by
reference into, or otherwise included in them, and all Change Orders, are hereby incorporated into this
Agreement, and form the entire agreement between City and Contractor, and are referred to as the
Contract Documents:
1. INFORMATION FOR BIDDERS
2. BID FOR UNIT PRICE CONTRACTS
3. BID FORM
4. EXPERIENCE QUESTIONNAIRE
5. AFFIDAVIT OF WORK AUTHORIZATION
6. This AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR
7. TIME FOR COMPLETION
8. SCOPE OF WORK
9. TECHNICAL SPECIFICATIONS
10. NOTICE TO PROCEED
11. CHANGE ORDER FORM
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. Invoice format shall be aligned with Bid Form by listing quantities, areas, and tasks
completed in each area.
B. On or about the first day of Contractor's monthly accounting period, Contractor shall
submit an invoice to the Resident Project Representative. 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 Invoice shall not include a request
for payment for any portion of the Work that was performed or furnished by a Subcontractor or supplier
30
if Contractor does not intend to pay such Subcontractor or supplier from such payment, nor shall the
Invoice include a request for payment for any Work performed deemed unsatisfactory by City.
Contractor shall include with each Invoice all supporting documentation as City may require. The City
shall, within fifteen(15) days, review and approve such Invoice, or return the Invoice 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 Invoice. 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 Invoice
and certify for payment such amounts as Resident Project Representative determines are due Contractor.
D. The City Treasurer, upon presentation of an Invoice, shall prepare a check for the sum
certified to be due, 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. 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 Invoice as claimed
by Contractor.All claims not identified in the final Invoice are waived. Any payment, however final or
otherwise, shall not release the Contractor from any obligations under the Contract Documents.
G. 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.
H. 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
31
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.
I. Notwithstanding any other provision for payment contained herein, in the event the
Missouri Department of Labor and Industrial Relations has determined that a violation of Section
292.675 RSMo has occurred and that a penalty shall be assessed, the City shall withhold and retain all
sums and amounts due and owning when making payments to Contractor under this Agreement.
ARTICLE VII
CHANGES/CLAIMS
A. City,without invalidating this Agreement,may at any time and without notice to any surety,
order additions to, deletions from, or other changes to the Work. Upon receipt of such an order, in
writing, Contractor shall proceed as and when directed in the order. Contractor shall not proceed with
any addition,deletion,or other change without a written order.No oral direction or order shall constitute
authority for Contractor to proceed with any addition,deletion,or other change.If Contractor undertakes
any addition,deletion,or other change without a written order from City,Contractor shall not be entitled
to any increase in the Contract Amount or the time for performance of the Work, and Contractor shall
be solely and completely responsible for the acceptability to City of the addition, deletion, or other
change.
B. If a change to the Work causes a net increase or decrease in the cost of Contractor's
performance,the Contract Amount shall be increased or decreased as follows:
1. If the Work is covered by unit prices set forth in Contractor's Bid for Unit Price Contracts,
by application of such unit prices to the quantities of the items involved;or
2. If the Work involved is not covered by unit prices set forth in Contractor's Bid for Unit
Price Contracts,by a lump sum as to which Contractor and City mutually agree prior to the
commencement of performance of the change.
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
32
and indirect costs associated with such change and any and all adjustments to the Contract Amount and
time for performance of the Work.
F. If Contractor is delayed or interfered with at any time in the commencement or prosecution
of the Work by an act or neglect of City,an employee,officer,or agent of City,or an architect or engineer
or separate contractor engaged by or on behalf of City, or by changes ordered in the Work, an act of
God, fire, or other cause over which Contractor has no control and that Contractor could not reasonably
anticipate, the time for performance of the Work shall be equitably extended, provided that Contractor
gives notice as provided for in Paragraph G below.
G. Any claim by Contractor for additional time or money for the performance of the Work,
including but not limited to any claim based on or arising out of an addition to, deletion from, or other
change to the Work and/or delay to or interference with commencement or prosecution of any of the
Work, shall be submitted to City's designated representative within five (5) working days of the
beginning of the event for which the claim is made or on which it is based. If any claim is not submitted
within the five-day period, it shall be deemed waived.
H. No change or claim,nor any delay or dispute concerning the determination of any increase
or decrease in the amount of time and money for the performance of the Work, shall excuse Contractor
from proceeding with prosecution of the Work, including any Work as changed.
ARTICLE VIII
INSURANCE
A. Contractor shall, at all times during the performance of any of the Work, maintain not less
than the following insurance coverages and amounts:
1. COMMERCIAL GENERAL LIABILITY - Contractor shall provide coverage for
Contractor, City, Doorlink Manufacturing, its employees, officers, and agents, and
any architects, engineers, or other design professionals engaged by or on behalf of
City against claims for damage to property and/or illness of, injury to, or death of any
person or persons related to or arising out of the Work. Such coverage shall name the
City, and Doorlink Manufacturing together with its employees and officers, as an
additional insured and have not less than the following limits:
a. Each occurrence $1,000,000.00
b. General aggregate $2,000,000.00
c. Products/completed operations aggregate $2,000,000.00
d. The following coverage shall be included:
• Blanket contractual liability
• Products/completed operations
• Personal/advertising injury
• Broad form property damage
33
• Independent contractors
• Explosion, Collapse, and Underground Damage
2. OWNERS PROTECTIVE LIABILITY — Contractor shall purchase, maintain and
deliver to the City and Doorlink Manufacturing for operations of the Contractor of
any Subcontractor in connection with execution of the agreement Owner's Protective
Liability insurance in the same minimum amounts as required for Commercial
General Liability Insurance above.
3. AUTOMOBILE LIABILITY - Contractor shall provide coverage for Contractor,
City,Doorlink Manufacturing, its employees,officers,and agents,and any architects,
engineers, or other design professionals engaged by or on behalf of City against
claims for bodily injury and/or property damage arising out of the ownership or use
of any owned, hired, and/or non-owned vehicle and shall include protection for any
auto, or all owned autos, hired autos, and non-owned autos. The coverage shall have
not less than a combined single limit of$2,000,000.00 for each accident.
4. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY-This insurance
shall protect Contractor against all claims under applicable state workers'
compensation laws. Contractor also shall be protected through employer's liability
coverage against claims for injury, disease, or death of employees which, for any
reason,may not fall within the provisions of a workers' compensation law.The limits
shall not be less than the following:
a. Workers' Compensation Statutory
b. Employer's Liability:
• Bodily injury by accident $1,000,000.00
• Bodily injury by disease $500,000.00 each employee
B. All insurance shall be written by an insurer or insurers acceptable to City and with a
minimum financial rating not lower than "A-" in Best's Insurance Guide, latest edition. All insurance
shall be written on an occurrence basis, and all aggregate limits shall apply in total to the Work only.
Each policy providing general liability coverage or automobile liability coverage (including any
umbrella or excess policy that provides any required general or automobile liability coverage) shall
provide contractual liability coverage for all indemnity obligations of Contractor under the Contract
Documents. Each policy providing general liability or automobile liability coverage (including any
umbrella or excess policy that provides any required general or automobile liability coverage) shall, in
form satisfactory to City, (1) name as additional insureds City, its employees, officers, and agents, and
any architects, engineers, or other design professionals engaged by or on behalf of City, and(2)provide
that it is primary to any other insurance maintained by any additional insured, which other insurance
shall be excess or contingent. The insurance provided to the additional insureds shall apply, without
limitation,to injury or damage caused by Work included in the products/completed operations hazard.
C. Contractor shall maintain the products and completed operations coverage for not less than
one (1) year after the date of final acceptance by City of all of Contractor's Work.
34
D. Contractor shall obtain property insurance upon the entire Work for the full cost of
replacement at the time of loss. This insurance shall list as named insureds City, Contractor,
Subcontractors,and suppliers.This insurance shall be written as a Builder's Risk/Installation Floater"all
risk" or equivalent form to cover all risks of physical loss except those specifically excluded by the
policy and shall insure at least against the perils of fire, lightning, explosion, wind storm, hail, smoke,
aircraft and vehicles, riot and civil commotion, theft, vandalism, malicious mischief, debris removal,
flood, earthquake, earth movement, water damage, wind, testing, and collapse. This insurance shall,
without limitation, insure portions of the Work stored on or off the Project site or in transit,when at the
risk of City, Contractor, or a Subcontractor or supplier. Contractor shall be solely responsible for any
deductible amounts. This insurance shall remain in effect until final payment has been made to
Contractor or until no person or entity other than City has an insurable interest in the property to be
covered by this insurance, whichever is sooner. City and Contractor waive all rights against each other
and their respective employees, agents, contractors, Subcontractors, and suppliers for damages caused
by risks covered by the property insurance provided for in this Paragraph,except such rights as they may
have to the proceeds of the insurance.
E. All policies and certificates of insurance shall provide no less than thirty (30) days' prior
written notice to City in the event of cancellation, expiration, non-renewal, alteration, or reduction
(including but not limited to reduction by paid claims) of coverage or limits contained in the policy or
evidenced by the certificate of insurance. Contractor shall furnish City a certificate or certificates and
copies of policies, all satisfactory to City, evidencing that Contractor has all the required insurance and
is in compliance with this Article.The certificate or certificates and copies of policies shall be delivered
to City's designated representative not less than seven (7) days before Contractor first performs any of
the Work. All policies except Workers' Compensation and Employer's Liability shall contain a waiver
of subrogation in favor of City, its employees, officers, and agents, and architects, engineers, or other
design professionals engaged by or on behalf of City.
F. Contractor also shall maintain any additional insurance coverages and any higher limits
provided for elsewhere in the Contract Documents and shall furnish City any additional insurance
documentation provided for elsewhere in the Contract Documents.
G. If any part of the Work is subcontracted,each Subcontractor,or Contractor on behalf of the
Subcontractor, shall maintain liability and worker's compensation insurance coverages and amounts
satisfying all the requirements of this Article. Certificates and copies of policies, satisfactory to City,
evidencing the required insurance and compliance with this Article shall be delivered to City's
designated representative not less than seven(7)days before the Subcontractor first performs any of the
Work.
H. If Contractor is a transient employer as defined in Section 285.230 RSMo,Contractor must
post in a prominent and easily accessible place at the Work site a clearly legible copy of the following:
(1)the notice of registration for employer withholding issued to such transient employer by the Director
of Revenue; (2) proof of coverage for workers' compensation insurance or self-insurance signed by the
transient employer and verified by the Department of Revenue through the records of the Division of
Workers' Compensation; and (3) the notice of registration for unemployment insurance issued to such
transient employer by the Division of Employment Security. Any transient employer failing to comply
with these requirements shall,under Section 285.234 RSMo be liable for a penalty of$500 per day until
the notice required by this Paragraph are posted as required by law.
35
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.
36
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,work,or material supply contract or any subcontract in connection
with 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 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 Invoices 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 Invoices:
If to the City: If to the Contractor:
Noel Bennion Name: Robert Malone
2950 NW Vivion Rd. Title: Project Manager/Officer
City of Riverside, MO Street Address: 311 E 135th Street
Riverside, MO 64150 City, State Zip: Kansas City, MO 64145
nbennion(a,riversidemo.gov Email: rmalone@rosehillgardens.com
37
B. Any notice required by the Contract Documents to be given in writing or that either City or
Contractor wishes to give to the other in writing shall be signed by or on behalf of the party giving notice.
The notice shall be deemed to have been completed when sent by certified or registered mail to the other
party at the address set forth herein,or delivered in person to said party or their authorized representative.
C. Contractor's designated representative shall be available to meet with City at any time
during the performance of the Work and shall have full authority to act on Contractor's behalf on any
matter related to this Agreement and/or the Work.
ARTICLE XIV
DEFAULT AND TERMINATION
A. If Contractor fails to comply,becomes unable to comply,or with reasonable probability(as
determined solely by City)will become unable to comply with any of Contractor's obligations under the
Contract Documents, including but not limited to (1) failure at any time to furnish sufficient labor or
supervision, sufficient materials or services (including but not limited to insurance) complying with the
Contract Documents, or sufficient or properly operating tools, equipment, or other items necessary for
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, 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.
38
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.
39
ARTICLE XVI
COMPLIANCE WITH LAWS
A. Contractor shall comply strictly with all federal, state, and local laws, ordinances, rules,
regulations, orders, and the like applicable to the Work, including, but not limited to any applicable
prompt payment laws. Contractor shall secure all permits from public and private sources necessary for
the fulfillment of Contractor's obligations under the Contract Documents.
B. This Agreement shall be governed by and construed in accordance with the laws of the
State of Missouri.
ARTICLE XVII
LABOR STANDARDS PROVISIONS
A. 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.
B. 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.
C. 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,
40
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
41
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 equipment, tools, machinery, waste, and surplus materials.
Contractor shall make provisions to minimize and confine dust and debris resulting from work 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
42
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. 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 work 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 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 plant materials, 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 work.
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
43
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
44
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
RESERVED
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.
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.
45
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 Agrement 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 wtittenT a -oono 'urther 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-botla of the parties.
THIS AGREEMENT srfraal be binding on the parties only after it has been duly executed by City
and Contractor. -
[THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK]
46
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their
authorized representatives.
APPROVED AS TO FORM:
ATTORNEY::
By: P ArlA---v
Attorney, Ia.✓1 C ok Un'2 D
COUNTERSIGNED BY:
CITY PURCHASING AGENT:
By: \11 P.Xmft,
Bri.4. E.Kora
Ci Admini ! .tor -'
CITY OF RIVERSIDE: r. .'
' ti� .a ..�.f' t
By 7 .. }
,.. Ze
Ka een L. Rose, Mayor T:. j��/'� •'
Robin!cite 4 City Clerk
CONTRACTOR:
PeAe iiffC7gr 14
By;A1 /✓
L.----
(Signature)
Printed Name: Rip ljt t l iii,D t41*-52--
Title: r4jcc i- A rwv l'/ni+ `Ic.,eT'
TEST:
__AA)<::ANS.
SECRETARY, 0.....„h 1 . zourt
(Name Printed)
47
EXHIBIT A
Time for Completion
HORIZONS TREES (Project No. 628-024)
Time for Completion:
Installation of plants shall be completed no later than 11/30/2024
All maintenance work shall be completed by 12/31/2025.
This bid is for 2024-2025. However, the maintenance contract may be renewed for up to 3 additional 1-year
periods upon mutual terms and agreement of the parties.
48
EXHIBIT B
SCOPE OF WORK for
HORIZONS TREES (Project No. 628-024)
Contractor shall perform the following Work as more fully set forth in the Contract Documents:
All Work necessary to install the HORIZONS TREES as shown on and in accordance with the Technical
Specifications and/or Drawings referred to in Exhibit B &C to the Agreement.
Contractor to provide all necessary equipment, labor, and material necessary to perform the Project 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 plant layout.
4. Provide digital photographs of the pre-work site, installation, & post-work sites (see Article IV
Progress of Work/Submittals(F) for specifics)
5. Provide all weather provisions to meet the schedule set forth in the contract documents.
6. Provide clean up associated with the contractors work. Site is to remain free of debris during the
work.
7. Provide all traffic control as required throughout the work.
49
For balled-and-burlap trees,gently poke a stiff wire through the
burlap next to the tree trunk until you hit a root.Note the distance
Figure 1 between the top of the root ball to the first root.Check in two
more locations around the trunk to make sure you've located the
Planting in top major roots.Leave the burlap in place to do this to make
uncompacted soils moving the tree easier.The distance from the top-most root to the
bottom of the ball is the correct depth to dig your hole.Carefully
remove the excess soil from the top of the root ball once it is in the
planting hole.Container trees should have the soil carefully
,i
removed from the top,exposing the root flare,and then planted.
For staking wire Remove I
ensure some excess
Root flare
slack for tree soil
movement. Use
flexible strap to •..a:"• `'_
\ protect tree trunk.
11 'i Steel fence post
3"depth i i i 1 or similar
hardwood mulch '; I) I I Figure 2- Removing excess soil
as specified 1 11 I t< from root ball
- -k:3
II 't
II I
.I II
....• .•1":��' a 1Iti ?`..
.
T t ... o.I L4
Backfill soil : i r.-Y �L�•..=.:1 . Grade level
II II
u
Figure 3
Planting Instructions: Planting in
Remove all tags,labels,and strings.Remove the wire compacted soils111111
3"depth
basket from around the root ball or any container hardwood mulch
holding the root system.Remove the burlap from at as specified
least the top half of the root ball to prevent wicking of /
moisture from the soil.
If there is excess soil on top of the ball remove it
according to instructions(see Figure 2).
Make sure the tree is straight before backfilling.Use the If planting in compacted
same soil that came out of the pit.Finely chop the soil soil, use this detail for
and remove any stones or debris.Fill the hole halfway, hole excavation. All other
watering thoroughly as you go,then finish backfilling. instructions from Figure 1
Work the soil around the ball gently so that no air apply for planting trees.
pockets are left.Firm the soil so the tree is vertical and
adequately supported,but do not pack the soil. n n
11
For the first watering, saturate the entire backfilled I I I I
soil with water. A slow, gentle soaking is best. Add i 1 I I E
more soil, if needed,to compensate for settling. i I II
Cover smoothed soil with 3 inches of mulch as specified. I i I1
Shape the mulch into a doughnut 3 feet wide,leaving a i i It
small gap near the trunk.Do not mound mulch onto the 0--�
I
trunk of the tree.Mounding encourages root girdling, I i I I
which can weaken and kill trees. II II
i if
oge
Exhibit B - Planting T ti
Instructions/Details Backfill soil
Root ball Grade level
Tree details and instructions from the Missouri Department of Conservation publication, "How to Plant a Tree."
EXHIBIT B
SCOPE OF WORK—Tree Layouts
51
A Acer saccharum F Quercus elba K Que cus shumardn M0**- 7 5 0 3 7.5 7 5 15
p Gymnocladus dwicus
0
'Legacy Qty= Qty=2 Qty=1 Qty=1 SCALE 1 = 75
„„„,
Q t.,
,,„,....,,,,,.,...„.„.„,„...,
B Betula nigra'Hentage' G Quercus bicolor L Taxodium drsbchum Jumperus virgimana ,,ryry//""pp ry''�_p STREET!
p `
(Cully)MS `tV 1 f':i a;8 t f 4. Lw. '
Qty= Qty= Qty= Qty=15
z
C Betda mgra'Heritage' I„ Quercus imbncana M Tiba amencana Quercus mQty=pa `1 w �, ,
(Cully) 'Boulevard' »' " .v`5` 1"k.
Qty Qty=2 Qty 2 R Qty=1 w y ,
,` p., r. Linodendron tubptera I Quercus muehlenbergu N Tiba amencana Trees to b e planted o n
Qty=2 Qh'=2 McKsen Qry=1
top of existing berm.
E Platens X acentol,a' J Quercus palustns O CeRis occidentalis _
Morton Code'
(Exclamation') Qty=1 Qty=2
Qty=2 .
Quantities listed are for this sheet.
1 I y k,,hb p K
34 Trees, placed approximately 40' on center Exhibit B - Tree Layouts, Page 1 of 5
'Es El ... �.,.4 fJn dr ti! .°,e
+' J I ' c !t t, 4a n,II p t�I�. ' ' I�e � �,,ii t �� "l ..4, ,tr 'J r
J, x a
� / 1
„. „. } his I<�r .h
ExISr ;{ c.XI:r rxlcr
t
I.;
W�yk y �� #`I $ ,q�r# .,.{`}p..EXIST II1: 050110 r..'307 5`1 +t / .� Cxl6i E.Xliit E 6 iR 4'
E\I T
6XIs 1'-
EXIST t"xq, t E.I., te 1i t '<
1.- ,'/,�1�';� -__— .. may .. w I. x 1.., '#1 t,. r F,. 5
'
I( A Acer saccharum F ``^ f "` Quercus alba K Quercus shumardn p - Gymnocladus drorcus
Legacy' Qty Qty=6 Qty=6 Qty=1 Adjust tree spacing to t s
allow view of building
�. Q
"' Betide B (Cully)Ms�'Heritage' Q Quercus bicolor Taxotlrum drshchum Jumperus vl gmrana directional s i g n a g e at :
E',IST Qty=3 Qty=8 Qty=6 Qty i
EUST pc
,r driveways and avoid
E+.IS1 ,
_� C Betide mgra'Flentage' H Quercus rmbncana M Tiba amencana Quercus macrocarpe irrigation lines. ,r i' i r
Ems) \
q (Cully) 'Boulevard' ho
i 1l. ) Qty=1 Qty=6 Qty=3 R Qty=3 — A 1:, ,c r.
r. 4+a \, a; �. irOR
tu'
d 0 Lrnodendron tulpdera I Quercus muehlenberge N Trba amencana 4 '" - t ;
'McKSentry'
Qty=7 Qty= Qty=3 i .i :..
g`
E Platanus X acen/olla' Quercus palustns 0 Celhs occ,dental,s 1`h,,
' Morton Circle'
tae., (Exclamation') Qty=3 Qty=3 I...._ ...... L.._..._? 5,
Qty=9 Ewa . exlSr
Exl:,r Quantities listed are for this sheet. na ` * W
e_xl r
m-
F- Y"fie ee a t I5I E\I 1 1 I.:i Aft
q 4 9 Z. #
4 M 0 ,. N>F"_'. I N -5 Z N} (H ;t1. 1 t H ',. F !. 4 r \ F L `J }/f t L\ „ K Y 1< y
L ! - k. ( A A a
•
\
l�/y/. p�/C/y rtr� + r.
J r
# .. . t s ,,. : -r ,,>, q LA 'air. TM, `"-5',-, _ ,,-r--),�Y"'" ',,,7, . -":`"" 7,`
. :d ',✓ �i� " '- '' 1. � "' ��' y'#v.� t a�xYs'+a>F.I it,r,�,; �%;w h
t`'.-r .. , #?x ,,. �' , t r ; Mij- a$,,711,; "Cr ". k a i-. .',, ''' `'
:
444
`,`�` 4.. . z.
74 Trees, placed approximately 40' on center 1 0 5 1 2 Exhibit B - Tree Layouts, Page Tof-5--
MP75 0 37.5 75 150
SCALE 1 = 75'
A Acer saccharum F Quercus alba K Querous shuma di p Gymnocladus dorcus
Legacy Qty=3 QtY= QtY= Qty=
Q
B Betula nrgra lien
G Quercus bicolor Taxodrum d�shchum Junrperus v,rgmrana
(cony)Ms Qty=3 Qty=3 Qty=6 Qty=
c Betula mgra'Hentage' H Quemus rmbncana M Trl�a amencana Querous macrocarpa
(Cully) Qty=2 Qty= 'BoulevaN'Qty= R Qty=
D Lrnodendron tulipifera I Quercus muehlenbergu N TrhaKSentry amenc'ana
'Mc
QtY=f Qty= Qty=
E Platanus X acenfoba' J Quercus palustns Celtrs ocaidentalrs
Morton Circle'
(Exclamation') City= Qty=
Qty=
Quantities listed are for this sheet.
`t 4.., 3 ,. or..Y-.v a .,uro,9�IKa 0 8r . i ', o1 $ I £41 ! 4 t1111 t.
t t` j' �
S" .yy. � R
Yl
p
.. ,..aw
^ ,r
g. i
,$' ' 2
18 Trees, placed approximately 40' on center 1 0 .5 1 2 Exhibit B - Tree Layouts, Page 3 of 5
p75 0 37.5 75 150
SCALE 1" = 75'
A Acer saccharum F Quercus alba K, Quercus shumardu P Gymnocladus diorcus
'legacy' Qty=3 Qty=3 Qty= Qty=2
Q
Betula mgra'Hentage' G Quercus bicolor L Taxodrum dishchum Jumperus argimana
1 0 .5 1 2 a (Cully)Ms Qty
=3 Qty=3 Qty=3 Qty=
\
p
75 0 37.5 75 150
SCALE 1" = 75 c Betula mgra'Hentage' H Quercus rmbncana M Tiba amencana Que cus macrocarpa
(Cully) 'Boulevard'
Qty= City=2 Qty=3 R Qty=
Lmodendron tul pdera Quercus muehlenberga Tiba amencana
"`�i aiaa D 1 N 'McKsentry'
;wa: � Qty=3 Qty=2 Qty=
E Platanus X acenfolia' J Quercus palustns Celbs occ�dentahs
Morton Circle'
(Exclamation) Qty= Qty=3
Qty=3
Quantities listed are for this sheet.
J
t!1 d:.
IFp
r.B
�:" If
I ..,-.- _J , ,
'i
33 Trees, placed approximately 40' on center Exhibit B - Tree Layouts, Page 4 of 5
A Acer saccharum F Quemus alba K Quercus shumardii F Gymnocladus d,orcus
Legacy' Qty=3 Qty=3 Qty= Qty=2
Q
Beata mgra'Heritage' G Quercus lucolor Taxodmm d�shchum Jumperus vrrgimana
1 MN me51mom
2 9 (tour)Ms Qty=3 Qty=3 Qty=3 Qty=
p
75 0 37.5 75 150
(Cully)
SCALE 1" = 75' c Bekaa mgra'Heritage' H Quercus rmbncana M Tdia amencana Que cos macroca pa
'Boulevard'
Qty= Qty=2 Qty=3 R Qty=
�, ,
s;
D Lrnodendmn tuhpifera I
Quercus muehlenbergn N Tiba amencana
'McKSentry'
i Qty=3 Qty=2 Qty=
P
if.
',It (( _ E Platanus X acenPoha' Quercus palustns Q CePos occMentabs
Morten Circle'
`,.. c (Exclamahonr) Qty= Qty=3
„� oo ... Qty=3
��»`"'f Quantities fisted are for this sheet.
ter M _.,
r.
i.
�
f � � E a �
n
h
i P
t�H �
to
k
".. 1 ,{,,,+*.
r �r
27 Trees, placed approximately 40' on center Exhibit B - Tree Layouts, Page 5 of 5
EXHIBIT C
TECHNICAL SPECIFICATIONS
HORIZONS TREES (Project No. 628-024)
The following Specifications govern Contractor's performance of the Work:
ENUMERATION OF SPECIFICATIONS AND ADDENDA:
Following are the Specifications and Addenda governing the work, which form a part of this contract,
as set forth the Contract Documents:
SPECIFICATIONS:
Division 1 —General Requirements
Section Description
01015 CONTRACTOR USE OF PREMISES
01030 SPECIAL CONDITIONS
01040 COORDINATION
01060 STANDARD SPECIFICATIONS AND PLANS
01270 MEASUREMENT AND PAYMENT
01310 JOB SITE ADMINISTRATION
01320 WORK SCHEDULE
01330 SUBMITTALS
01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE
01570 TEMPORARY TRAFFIC CONTROL
Division 2—Site Work
Section Description
02220 PLANT LAYOUT
02230 PLANTING
02350 MULCH
02820 TRASH AND LITTER REMOVAL
02830 PRUNING/DEADHEADING
02840 WATERING
02850 WEEDING
ADDENDA:
No. Date
52
EXHIBIT D
CITY OF
RIVERS!
MISSOURI
Upstream from ordinary.
NOTICE TO PROCEED
DATE:
PROJECT: HORIZONS TREES
PROJECT NO.: 628-024
ORD/RESO: (approved )
TO: Contractor:
(address)
You are hereby notified to commence work on or after the day of , 2021 in accordance with
the Agreement dated
The date of substantial completion is 11/30/2024. The project shall be completed and ready for final
payment by 12/31/2025.
CITY OF RIVERSIDE
BY:
Brian E. Koral, City Administrator
Receipt of the above NOTICE TO PROCEED is hereby acknowledged
BY:
(Signature) (Printed)
(Title) (Company)
this the day of , 2021.
53
EXHIBIT F
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)
-IT' CHANGE ORDER NO. PageNrober. iof_
RI V ERS I ?k of Pgs ACadwtl
Contractor Name: Date Prepared
Project Nate:
Project Number
Contract Date: The following changes to the ongmai contact amount were required to corer cost incurred by the
Ptgect Location Riverside,Missouri Contractor or to reflect savings reahaed by the Contractor as a result of a change in the aneual
constructed quanbses from the estimated quantities shown on the Bid Proposal.
COt03H or Contractor Contractor
Line ern No Previous Prmicus Previous REOIJRED CHANGES IN PRESENT'CONTRACT
Own* UN Price Amore
Teem Desmpman&Reason for Change Order(Please oes0ce Hein below and then idiom with reason for Chaps Omer) 'teaa New or Neva
Unit 11 Requested M City 2)Unknown Ode Carus 3)Not incorporated n ptxsrspss Merged Adjusted kluged
0.0 $0.00 Unt Price Arrant
10.00 LS $0m
faro $000
soot $0 00
soot sow
$o.00 se m
sung se m
Previous Total $000 3000
Agitated Total 3000
Net Chartpe $0 00
Statement of Contract
Orgsru Contract Amount $0 00
Net Amount of Previous Addoars and Deductions $000
Net Contract Annsnt Prior to Ths Request SO 00
Amount of This Regsest $000
New Contract Amount SO.00
Peres.Change or Contract Amosee *MAD
DESIGN ENGINEER: CITY OF RIVERSIDE.MISSOURI: �y�
ta
ngl y Travis Hoover 7¢1M Daa
Sane Premed COy Admnagator
4ed.. Greg Mils ogned are
Dote
CONTRACTOR: ON-SITE PROJECT MANAGER:
CONTRACTOR'S Certification for Change Order ON-SITE PROJECT MANAGER Certification for Change Order.
Tne and sij d CONTRACTOR pMnes that al charges in accordance oft the Cowan Documents.he on-see absevabonm,and
emoted atom are necessary a rat,tar Me CONTRACTOR a Cie data oompsry the d.Tnpr order.the an-sloe protect manager aenifes
emceed wet eeewdm or he otrzas docianeria.act trio tie to the Owlet that to to best of the o project managefs it earetedge.
e r¢e steed mwe Mn cones a*n recd'n re rem eon nfanrtston and beet Me above Mee td changes am necessary n artier to
atw.spded weer era change goer crowed mei the exeauoan of the contract doannelts.and as Ow eatees
stated abode an correct wan respect 00 the wore anticipated under des gage oder
r,an' Cannaey.
None Pn£ect Nan,Prated
tigrod Dowd
Oaa: are
54
DIVISION 1 - GENERAL REQUIREMENTS
55
01015 CONTRACTOR USE OF PREMISES
The Contractor shall confine all work 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.
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 sites of the work are a part of this contract,including freight and hauling charges
both to and from transportation points. Payment of charges for the above items shall be made by
the Contractor. An amount covering all charges for freightage and delivery of items shall be
included as a part of the contract price and in no case will an extra be allowed for such charges.
F. Storage of Materials: All materials delivered to the job shall be stored so as to keep them in first
class condition and free from deterioration or contamination.
G. Coordination: All contractors, subcontractors and trades shall cooperate in coordination of their
several works, but the principal responsibility for coordinating the project as a whole and the
operations of the contractors and subcontractors shall lie with the Prime Contractor.
01040 COORDINATION:
A. The Contractor shall be responsible for obtaining a Riverside City Business License.
B. All work 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 work so the utilities can be located and identified.
56
C. The Contractor will be responsible for notifying the Resident Project Representative in writing
of the dates when the installation work will begin and end.
D. Project Coordination: The Contractor shall communicate by email or phone at least monthly
with the Resident Project Representative regarding maintenance items completed. No direct
payment will be made for this item but shall be considered subsidiary to other bid items.
E. The Contractor shall coordinate his/her work to ensure that the Work is complete and to ensure
efficient and orderly sequence of installation of work elements.
F. 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.
G. The Contractor is solely responsible for all Assignments of Work among subcontractors.
H. 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.
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: Plants provided shall comply with the American Standard for Nursery
Stock(ANSI Z60.1-2014).
C. Plans: Attached plans shall be used to outline planting and landscape maintenance areas.
01270 MEASUREMENT AND PAYMENT
A. The quantities as given in the Bid Form are not guaranteed to be the exact or total quantities
required for the completion of the Work shown on the drawings and described in the
specifications. Increases or decreases may be made over or under the Bid Form estimated
quantities to provide for needs that are determined by the Owner during the process of the Work.
Contract unit prices shall apply to such increased or decreased quantities. The Bidder is warned
against unbalancing his bid, since the unit prices will apply to deductions as well as additions.
The Owner has the privilege of omitting or adding to any unit items in the Bid Form.
B. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise,
on account of any difference between the amounts of Work actually performed and materials
actually furnished and the estimated amounts thereof. The Owner will not pay for or be
57
responsible for unused materials which may have been ordered by the Contractor in accordance
with the estimated quantities listed in the Bid Form.
C. It is the intent of the Contract Documents that all costs in connection with the Work, including
furnishing of all materials, equipment, supplies and appurtenances; providing all installation,
plants, equipment, and tools; and performing of all necessary labor to fully complete the Work,
shall be included in the unit and lump sum prices named in the Bid Form. No item of Work that
is required by the Contract Documents for the proper and successful completion of the Contract
will be paid for outside of or in addition to the prices submitted in the Bid Form. All Work not
specifically set forth in the Bid Form as a pay item shall be considered a subsidiary obligation of
the Contract, and all cost in connection therewith shall be included in the process named in the
Bid Form.
D. If item does not appear in the Bid Form, or if said item is a part of another item listed in the Bid
Form, it will not be measured for payment.
E. Whenever in the Bid Form there is a discrepancy between unit prices and extensions or totals,
the unit prices will govern, and the extensions or totals will be corrected accordingly.
F. Items for payment will be measured in accordance with the stipulations of these specifications
and as further shown on the drawings. Pay limits given are maximum, and where actual
quantities of work items are less than as computed by said pay limits,the Contractor will be paid
only for the actual quantities.
G. Payment will be made as the sum of the following:
1. Final authorized quantity of each item in the Bid Form multiplied by the contract
unit price therefore.
2. Lump sum payment for each item so listed in the Bid Form, at the contract lump
sum price therefore.
3. Any special payment or adjustment,plus or minus,as provided for in the Agreement.
01310 JOB SITE ADMINISTRATION
A. The Contractor,or a duly authorized representative to act for the Contractor, shall continually be
present at the site of the work, whenever work activities are underway, for the duration of this
project.
B. The Contractor shall designate, in writing, the duly authorized representative(s). The duly
authorized representative(s) will be the official liaison between the Owner and Contractor
regarding the signing of pay estimates,change orders,workday reports and other forms necessary
for communication and project status inquiries. Upon project commencement, the Owner shall
be notified, in writing, within five (5) working days of any changes in the Contractor's
representative(s).
58
01320 WORK SCHEDULE
A. General: The Contractor shall prepare and maintain a work 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 prior to beginning work. The baseline work schedule shall be in a form approved by
the Owner and shall include at least the following information for each significant work item
during each phase of the project:
1. Beginning date of Project.
2. Ending date of Project.
3. Beginning Date of Each Phase.
4. Completion Date of Each Phase.
The Owner will review the proposed progress schedule,and may require the Contractor to revise
the same if, in the Owner's judgment, revisions are required to provide for completion of the
project within the Contract Time.
C. Schedule Updates: In addition to submitting a baseline project schedule, the Contractor shall
update the project schedule each month. 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.
D. Payment: No direct payment shall be made.
01330 SUBMITTALS
A. Submittals: Required submittals include but are not limited to the following:
1.1 Shredded Hardwood Mulch
A. Type
1.2 Gator Bags
A. Type/Brand
1.3 Trees
A. Provide tree tags and list of trees from nursery
01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE
A. General: The Contractor shall make his own arrangements for material and equipment storage
areas and non-soil waste area.
The Contractor shall keep the site clean and free of all refuse,rubbish,scrap materials,and debris
as a result of work activities so that at all times the site of the work shall present a neat, orderly
and workmanlike appearance. This includes the removal of earth and debris from streets and
59
roads that resulted from the Contractor's activity. The Contractor shall restore the site of work
and adjacent disturbed areas to the condition existing before work began as a minimum.
B. Payment: No direct payment shall be made.
01570 TEMPORARY TRAFFIC CONTROL
A. General: Temporary traffic control on this project shall be the responsibility of the contractor to
ensure that pedestrians and vehicles,where necessary, are routed safely around the work zone.
B. Payment: No direct payment shall be made.
60
DIVISION 2 - SITEWORK
61
02220 PLANT LAYOUT
A. General: The Contractor shall be responsible for locating all plants as shown on the plans. Plant
layout shall be approved by the Resident Project Representative prior to planting.
B. Payment: No payment shall be made.This item subsidiary to planting.
02230 PLANTING
A. General: Planting shall be completed in a manner that provides the best chances of plant survival
for the installed plants and according to the planting detail provided in Exhibit B. Plants shall be
guaranteed for a period of 1 year from date of project acceptance by Project Representative.
B. General:All areas not currently mowed will be mowed by the City prior to planting taking place.
C. Plant Quality: Project Representative reserves the right reject any and all plant material delivered
to the site that does not meet the American Standard for Nursery Stock(ANSI Z60.1-2014).
D. Payment: Payment will be made according to the Bid Form, Unit Price Items for Planting. Tree
staking is subsidiary to planting.
02350 MULCH
A. General: Place 3"of mulch around each tree in a ring 3' in diameter.
B. General: Mulch"volcanoes"around trees will not be acceptable. Mulch around trees should be
installed as a"donut"with space between the trunk of the tree and the mulch.
C. Payment: Payment will be made according to the Bid Form, Unit Price.
02820 TRASH AND LITTER REMOVAL
A. General: Trash and litter removal should be minimum as City staff includes this in our regular
work schedule. However, if trash is found around trees while the Contractor is on site watering,
please remove and properly dispose of the trash.
E. Payment: No direct payment will be made.This item shall be subsidiary to watering.
02830 PRUNING
A. General: Contractor will be responsible for manual removal of all sucker and foreign growth
from the base and lower trunk of trees within the project area twice annually in the Spring and
Fall.
B. General: All pruning shall be according to standard industry practices.
62
C. Payment: Payment will be made for the pruning activities as shown on the Bid Form, Lump
Sum.
02840 WATERING
A. General: Contractor will be responsible for providing and installing two TreeGator 15-gallon watering
bags per tree.
B. General: Contractor will fill bags with water using a contractor-provided watering tank or truck weekly,
as needed, after planting and through the conclusion of the maintenance period. As requested by the
Contractor,the City will provide a Missouri American Water(MAW)backflow device for the contractor
to obtain water from any fire hydrant near the watering areas.The backflow device fees will be paid for
by the City. Contractor will be expected to return the device to the City or MAW prior to final contract
payment.The backflow device allows Contractor to obtain water free of charge.
C. Payment: Contractor will keep record of watering completed. If there are weeks that the Contractor
determines watering is not necessary due to natural precipitation or other factors,watering will not need
to occur.The Unit Price listed on the Bid Form shall be one watering for all 186 trees. Payment will be
per time according to the Bid Form, Unit Price. It is anticipated that there will be a minimum of
50 waterings. If more or fewer waterings are needed,the contract price will be adjusted
accordingly.
02850 WEEDING
A. General: Contractor will be responsible for all weed removal from tree mulch rings within the
areas shown on the plans. It is the preference of the City that weed removal be manual whenever
possible. Use of herbicides will require pre-approval from the Resident Project Representative.
B. General: Weeding activity shall take place from March 1 —November 30, once per week, for a
total of 36 weeks.
C. Payment: Payment will be made under Weeding as shown on the Bid Form, Unit Price.
63