Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2025-087 Awarding Bid for EH Young SIgn Sculpture Base to Gunter Construction Co.
RESOLUTION NO. R-2025-087 A RESOLUTION AWARDING THE BID FOR THE EH YOUNG SIGN SCULPTURE BASE AND APPROVING THE AGREEMENT BETWEEN THE CITY AND GUNTER CONSTRUCTION COMPANY FOR SUCH PROJECT WHEREAS, the City issued a request for bids for the construction of improvements for the EH Young Sign Sculpture Base (Project No. 352-024]) ("Project"); and WHEREAS, the City received two (2) responses to its request for bid and the proposal submitted by Gunter Construction Company ("Gunter") in the amount of $102,997.00 has been evaluated by the City and recommended as the most advantageous proposal for performance of the project; and WHEREAS, the Board of Aldermen find it is in the best interest of the City to enter into a contract with Gunter 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 Gunter for the EH Young Sign Sculpture Base in the amount of $102,997.00 is hereby accepted and approved; and FURTHER THAT an agreement by and between the City of Riverside and Gunter in substantially the same form as attached hereto in Exhibit "A" and incorporated herein by reference is hereby authorized and approved; and FURTHER THAT the project is subject to the requirements of Section 292.675 RSMo, which requires all contractors or subcontractors doing work on the project to provide, and require its on-site employees to complete, a ten (10) hour course in construction safety and health approved by the Occupational Safety and Health Administration (OSHA) or a similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program. Such training must be completed within sixty (60) days of the date work on the Project commences. On-site employees found on the worksite without documentation of the required training shall have twenty (20) days to produce such documentation; and FURTHER THAT the Mayor, City Administrator, City Attorney, and Finance Director are hereby authorized to execute all documents and agreements necessary or incidental to carry out the terms and conditions of such bid award and the City Clerk is authorized to attest thereto. PASSED AND ADOPTED by the Board of Aldermen and APPROVED by the Mayor of the City of Riverside Missouri the 17th day of June 2025. Kathleen L. Rose, Mayor Robin Kinca'd, City Clerk EXHIBIT "A" EH Young Sign Sculpture Base - Project Manual PROJECT MANUAL EH YOUNG SIGN SCULPTURE BASE PROJECT NO: 352-024 The City of Riverside, Missouri May 7, 2025 TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS _ADVERTISEMENT FOR BIDS INFORMATION FOR BIDDERS BID FOR UNIT PRICE CONTRACT BID FORM BID BOND EXPERIENCE QUESTIONAIRE AFFIDAVIT for WORK AUTHORIZATION AGREEMENT EXHIBIT A PERFORMANCE BOND EXHIBIT B PAYMENT BOND EXHIBIT C MAINTENANCE BOND EXHIBIT D STATE PREVAILING WAGE RATES (MISSOURI) EXHIBIT E TIME FOR COMPLETION EXHIBIT F SCOPE OF WORK EXHIBIT G TECHNICAL SPECIFICATIONS EXHIBIT H NOTICE TO PROCEED EXHIBIT I EXAMPLE-APPLICATION FOR PAYMENT FORM EXHIBIT J EXAMPLE-CHANGE ORDER FORM EXHIBIT K CERTIFICATE OF SUBSTANTIAL COMPLETION EXHIBIT L AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW EXHIBIT M ANTI-DISCRIMINATION AGAINST ISRAEL ACT CERTIFICATION EXHIBIT N CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT EXHIBIT 0 SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT EXHIBIT P ENGINEER/CONSULT. CERT. for Acceptance & Final Payment SPECIFICATIONS DIVISION 1 —GENERAL REQUIREMENTS Section Description 01015 CONTRACTOR USE OF PREMISES 01030 SPECIAL CONDITIONS 01040 COORDINATION 01051 CONSTRUCTION SURVEY AND STAKING 01060 STANDARD SPECIFICATIONS AND PLANS 01270 MEASUREMENT AND PAYMENT 01310 JOB SITE ADMINISTRATION 01320 CONSTRUCTION SCHEDULE 01330 SUBMITTALS 01410 TESTING LABORATORY SERVICES 01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE 01570 TEMPORARY TRAFFIC CONTROL 01732 DEMOLITION AND SITE PREPARATION 01810 AS-BUILT PLANS 01910 FLOOD PROTECTION AND CONTINGENCY PLAN DIVISION 2—SITEWORK Section Description 02230 CLEARING AND GRUBBING 02300 EARTHWORK 02350 EROSION AND SEDIMENT CONTROL 02520 CONCRETE 02820 SEEDING 03000 LIGHTING AND ELECTRICAL DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS CITY OF RIVERSIDE,MISSOURI ADVERTISEMENT FOR BIDS Separate sealed bids for the EH YOUNG SIGN SCULPTURE BASE (PROJECT NO: 352-024)will be received by the City Clerk at Riverside City Hall, 2950 NW Vivion Road, Riverside, Missouri until 10:00 A.M., on Thursday, June 5th, 2025, and then publicly opened and read aloud at Riverside City Hall. The Information for Bidders, Form of Bid, Agreement, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other Contract Documents may be examined at the office of the City Engineer at the above city hall address. Copies may 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 https://wwvv.riversidemo.gov/bids. The City reserves the right to waive any informality or to reject any or all bids. Dated: May 7,2025 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 EH YOUNG SIGN SCULPTURE BASE (Project No. 352-024) 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 June 5,2025,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"EH YOUNG SIGN SCULPTURE BASE (Project No.352-024)"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 without forfeiture of the Bid Security. 2. A Pre-Bid Meeting will be held on May 21,2025 at 10:30am. 3.Rejection of all Bids. If the City rejects all Bids,the City may:(1)re-advertise or re-solicit Bids following the City's normal bidding procedure;or(2)use an expedited Bid submission schedule when the City determines that the delay would not be in the best interest of the project or the City. BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY BECAUSE OF SUCH REJECTION, AND THE SUBMISSION OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. 4. Preparation and Submission of Bid. Each bid must be submitted on the prescribed form(s)and accompanied by: (1)Qualifications of Bidder(Experience Questionnaire)with Certificate of Good Standing (2)Affidavit of Work Authorization with E-Verify attached(2 pages) (3)Bid Bond (4)Bid Form All blank spaces for bid prices must be filled in, in ink or typewritten, and the foregoing Certifications must be fully completed and executed when submitted. On alternate items for which a bid is not submitted, a written indication of"no bid" on the bid form is required. No oral,electronic,facsimile or telephonic bids or alterations will be considered. A complete set of the bidding documents are on file for examination at the office of the City Engineer at Riverside City Hall or on the City of Riverside's website http://www.riversidemo.gov/bids. A copy of 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 6 THEREWITH, THAT CONTRACTOR HAS VISITED THE SITE OF THE WORK TO FULLY INFORM ITSELF AS TO ALL EXISTING CONDITIONS AND LIMITATIONS, AND CONTRACTOR HAS INCLUDED IN THE BID A SUM TO COVER THE COST OF ALL ITEMS OF THE WORK. The submission of a bid will constitute an incontrovertible representation by the bidder that the Bid Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work. Bids by a corporation must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign)and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address shall be shown below the signature. Bids by a partnership must be executed in the partnership name and signed by a partner,whose title must appear under the signature and the official address of the partnership must be shown below the signature. 5. Addenda and Interpretations. No interpretation of the meaning to the specifications, or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be addressed to: Design Engineer: McClure Engineering,Matt Eblen; meblen@mclurevision.com with a copy to: Resident Project Representative,City of Riverside:Noel Bennion;nbennion(c�riversidemo.gov and to be given consideration must be received by 5pm on May 30th,2025. 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. 7 8. Qualifications of Bidder(Experience Questionnaire). The City may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City all such information and data for this purpose as the City may request.The City reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. At a minimum,each Bidder must submit the following information with the Bid: Authority to Do Business in Missouri. Each bid must contain evidence of bidder's qualification and good standing to do business in the State of Missouri or covenant to obtain such qualification prior to award of the contract. Key Personnel. Identify the following Key Personnel proposed for the Project. (NOTE: Key Personnel must be committed to the Project for its duration,and may not be removed or substituted without the City's prior written consent.) GC Project Manager On-Site Field Superintendent QC/QA Manager Safety Officer For each of the Key Personnel,provide the following background information: • Years of employment with current employer; • Other projects this person will be involved with concurrently with the project; • Provide professional registrations, education, certifications and credentials held by the person that are applicable to the Project. Quality Assurance/Quality Control Plan. Provide a summary of Bidder's Quality Assurance/Quality Control Plan for this project • Describe key issues that might affect the Project schedule and how Bidder proposes to address them • Provide a statement regarding all work performed two(2)years immediately preceding the date of the Bid that contains either(a)any written notices of violations of any federal or state prevailing wage statute in which prevailing wage penalties were assessed against the Bidder or paid by the Bidder; or (b) a statement that there have been no such written notices of violations or such penalties assessed Statement of Assurances. Provide affirmation of the following items: • Statement that Bidder is current on payment of Federal and State income tax withholdings and unemployment insurance payments • Statement that the Bidder has not been rescinded or debarred from any bidding, contractual, procurement or other such programs by federal state or local entities. • Statement of Bidder's litigation and/or arbitration history over the past seven(7)years including final ruling. Pending cases must be disclosed with a notation that the matter is still unresolved. • Statement of Bidder's bond history over the past seven (7) years including any incidences of failure to perform. • Provide sworn affidavits as outlined in the Information to Bidders' concerning Bidder's participation in the federal work authorization program. 8 • Statement that there is no collusion or fraud with reference to illegal relationships of bidders and representatives of the City,bid pooling or strawbids 9. Bid Security. Each bid must be accompanied by a bid bond payable to the City for five percent(5%)of the total amount of the bid. A certified check made payable to"The City of Riverside"may be used in lieu of a bid bond. Attorneys-in-fact who sign bid bonds must file with each bond a certified and effectively dated copy of their power of attorney. As soon as the bid prices have been compared, the City will return the bonds of all except the three(3) lowest responsible bidders.The bid bond of the remaining bidders will be retained by the City until the earlier of(a)the 91 S`day after the bid opening, or(b)execution and delivery of the Agreement together with all bonds, evidence of insurance, work authorization affidavit and other documents required under the Agreement by the bidder to whom Notice of Award is given. The Bid Security shall be forfeited to the City if the bidder to whom an award is made fails to enter into the required contract or fails to deliver the required performance or payment bonds. 10. Liquidated Damages for Failure to Enter into Agreement. If the Bidder fails or refuses to execute the Agreement and deliver such additional documentation within ten(10)days of Notice of Award,any Bid Security shall immediately become due and payable and forfeited to the City as liquidated damages. Bidders agree that this is a fair and reasonable approximation of the actual damages incurred by the City for the Bidder's failure to honor its bid and that the liquidated damages in this Section are not penal in nature but rather the parties' attempt to fairly quantify the actual damages incurred by the City for the Bidder's refusal to honor its bid. 11. Time of Completion and Liquidated Damages. Bidder must agree to commence work on or before a date to be specified in a written"Notice to Proceed"of the City and to fully complete the project by 8/08/2025.Bidder must agree also to pay as liquidated damages, the sum of$500 for each consecutive calendar day thereafter as hereinafter provided in the Agreement and Contract Documents. No time extensions will be granted, except in case of unusual(unseasonable)weather conditions or additional work requested by the City. Bidder agrees that the sum of$500 per day is a fair and reasonable approximation of the actual damages incurred by the City for the Bidder's failure to complete the project within the time outlined above and that such liquidated damages in this Section are not penal in nature but rather the parties'attempt to fairly quantify the actual damages incurred by the City for such delays. 12. Conditions of Work. Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of its obligation to furnish all material and labor necessary to carry out the provisions of the contract.Insofar as possible the Contractor, in carrying out the work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 13. Laws and Regulations.The bidder's attention is directed to the fact that all applicable State laws,municipal ordinances,and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout,and they will be deemed to be included in the contract the same as though herein written out in full. 14. Method of Award-Lowest Responsible Bidder. If at the time this contract is to be awarded,the lowest bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the City as available to finance the contract; the contract will be awarded to the "lowest responsible bidder". If such bid exceeds such amount,the City may reject all bids or may award the contract on such items as identified by and deemed in the best interest of the City, in its sole discretion, as produces a net amount which is within the available funds. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 9 If this solicitation includes Bid Alternates, the City, in its sole discretion, may include any, all or none of the Alternates in determining the lowest responsible Bid. The City may include the Alternates in any combination and in any order or priority as deemed in the best interest of the City. The City may make this determination at any time after bid closing and prior to contract award. The City will act in the best interest of the City in determining whether to include any, all or none of the Alternates and the combination and priority of any Alternates selected. If additional funding becomes available after Contract award,the City may add any or all of the Alternates to the Agreement by Change Order. The City may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for portions of the work. Operating costs,maintenance considerations,performance data and guarantees of materials and equipment may also be considered by the City. The City reserves the right to reject any and all bids,to waive any and all informalities,and the right to disregard all nonconforming, non-responsive or conditional bids. In evaluating bids, the City shall consider the qualifications of the bidders,whether or not the bids comply with the prescribed requirements,and alternates and unit prices if requested in the Bid. The City may conduct such investigations as it deems necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications and financial ability of the bidders, proposed subcontractors and other persons and organizations to do the work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. The City reserves the right to reject the bid of any bidder who does not pass any such evaluation to the City's satisfaction. If the contract is to be awarded, it will be awarded to the lowest responsible bidder whose evaluation, in the sole determination by the City, indicates to the City that the award will be in the best interests of the project. 15. Obligation of Bidder.At the time of the opening of bids,each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the Contract Documents (including all addenda). The failure or omission of any bidder to examine any form,instrument,or document shall in no way relieve any bidder from any obligation in respect to the bid submitted. On request, City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his bid. 16. Federal Work Authorization Program Participation. Bidders are informed that pursuant to Section 285.530, RSMo, as a condition of the award of any contract in excess of five thousand dollars ($5,000), the successful bidder shall,by sworn affidavit and provision of documentation,affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection to the contracted services.The affidavit shall further provide that the successful bidder does not knowingly employ any person who is an unauthorized alien in connection to the contracted services. 17. Proof of Lawful Presence. RSMo 208.009 requires that contractors provide affirmative proof that the Contractor is a citizen or permanent resident of the United States or is lawfully present in the United States. Affirmative proof can be established through a Valid Driver's License; US Birth Certificate (certified with an embossed,stamped or raised seal issued by a state or local government—hospital certificates are not acceptable); US Passport (valid or expired); US Certificate of Citizenship, Naturalization or Birth Abroad; US Military Identification Card or Discharge Papers accompanied by a copy of US Birth Certificate issued by a state or local government. 18. Safety Standards and Accident Prevention. With respect to all work performed under this contract, the Contractor shall: 10 a. Comply with the safety standards provisions of applicable laws,building and construction codes, and the"Manual of Accident Prevention in Construction"published by the Associated General Contractors of America,the requirements of the Occupational Safety and Health Act of 1970(Public Law 91-596), and the requirements of Section 292.675,RSMo b. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees)and property. c.Maintain at Contractor's office or other well known place at the job site,all articles necessary for giving first aid to the injured,and shall make arrangements for the immediate removal to a hospital or a doctor's care of persons(including employees),who may be injured on the job site. d. Bidders are informed that the Project is subject to the requirements of Section 292.675,RSMo, which requires all contractors or subcontractors doing work on the Project to provide, and require its on-site employees to complete, a ten (10) hour course in construction safety and health approved by the Occupational Safety and Health Administration("OSHA")or a similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program. The training must be completed within sixty(60)days of the date of work on the Project commences.On- site employees found on the worksite without documentation of the required training shall have twenty (20)days to produce such documentation. 19. Prevailing Wage. Wage rates for the project shall be not less than the prevailing wage rates for Platte County currently in effect as determined by the Division of Labor Standards of the State of Missouri,pursuant to RSMo 290.210 et seq. The Contractor will forfeit a penalty to the City of$100 per day, or portion thereof, for each worker that is paid less than the prevailing rate for any work done under the contract by the Contractor or any Subcontractor. 20. Reserved. 21. American Products. Pursuant to RSMo 34.353,any manufactured good or commodities used or supplied in the performance of the contract(or subcontract) shall be manufactured or produced in the United States, unless determined to be exempt as provided in state law. 22. Transient Employers. Pursuant to RSMo 285.230, every transient employer (employer not domiciled in Missouri) must post in a prominent and easily accessible place at the work site a clearly legible copy of the following: 1) Notice of registration for employer withholding issued by the Missouri Director of Revenue, 2) Proof of coverage for workers' compensation insurance or self-insurance verified by the Missouri Department of Revenue through the records of the Division of Workers Compensation; and 3) Notice of registration for unemployment insurance issued to such employer by the Division of Employment Security. Contractor shall be liable for a penalty of$500.00 per day until such notices required by RSMo 285.230 et seq. are posted. 23. Current City Business License. The successful bidder, and all subcontractors, shall obtain a current city business license prior to beginning construction. 24. Sales Tax Exemption Certificate. The City will supply the Contractor with a Project Exemption Certificate for use in purchasing materials and supplies used on the project. The Contractor shall, in preparing its bid,omit from its computed costs all sales and use taxes related to the purchase of materials or other tangible personal property incorporated into or consumed in the construction of the Project. 25. Non Discrimination and Equal Opportunity. Contractor shall ensure that all employees are treated equally without regard to their race, color, religion, sex, age, handicap or national origin. The City hereby notifies all bidders that socially and economically disadvantaged business enterprises will be afforded full opportunity to 11 submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religion, sex, age, ancestry or national origin in consideration for an award. The City of Riverside is an equal opportunity employer and encourages minority,women and disadvantaged contractors to submit bids. 26. Security for Payment and Faithful Performance. Simultaneously with delivery of the executed contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract. The Bond furnished by bidder shall contain the requirements and conditions set forth in and shall comply in all respects with Section 107.170 RSMo and other applicable legal requirements. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the City and shall have a rating of at least"A-"from Best's in an amount equal to one hundred percent(100%)of the contract price that does not include the cost of operation,maintenance and money. Attorneys-in-fact who sign contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 27. Signing of Agreement. When City gives a Notice of Award to the successful bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement and all other Contract Documents. Within ten (10)days thereafter Contractor shall sign and deliver at least three(3)counterparts of the Agreement to City with all other Contract Documents attached and signed as required,together with the required bonds,evidence of insurance, city licenses and work authorization affidavit and documentation. Within ten(10)days thereafter City will deliver all fully signed counterparts to Contractor. The City may issue a Notice to Proceed with or at any time after delivery of signed counterparts to Contractor. 12 BID FOR UNIT PRICE To: City of Riverside,Missouri Project: EH YOUNG SIGN SCULPTURE BASE Project No. 352-024 Date 6/5/2025 Proposal of Gunter Construction Company (hereinafter called "Bidder") a corporation/partnership/individual/or other entity organized and existing under the laws of the State of Kansas , a corporation/partnership/ or individual doing business as Gunter Construction Company To the City of Riverside,Missouri(hereinafter called"City") To Whom It May Concern: The Bidder, in compliance with your invitation for bids for the construction of the above referenced project having examined the specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction•of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the contract documents,within the time set forth therein,and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents,of which this proposal is a part. Bidder hereby agrees to commence work under this contract on or before a date to be specified in written "Notice to Proceed"of the City and to fully complete the project within sixty(60)consecutive calendar days thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of $500 for each consecutive calendar day thereafter that the project is not complete,as provided in the Contract Documents. Bidder agrees that the sum of$500 per day is a fair and reasonable approximation of the actual damages incurred by the City for the Bidder's failure to complete the project within the time outlined above and that such liquidated damages in this section are not penal in nature but rather the parties'attempt to fairly quantify the actual damages incurred by the City for such delays. Bidder acknowledges receipt of the following addendum(s): Bidder agrees to perform all of the project work described in the scope of work,for the unit prices contained in the attached Bid for Unit Price attached hereto. The total bid amount is: ($ 102,997.00 13 r a The unit prices attached shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Changes shall be processed in accordance with Article VII of the Agreement. Bidder understands that the City reserves the right to reject any or all bids and to waive any informality in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid,bidder will execute the formal contract attached within 10 days and deliver a Surety Bond or Bonds as required by the Agreement. The bid security attached in the sum of 5%of Bid Dollars ($ 5%of Bid ) is to become the property of the City in the event the Agreement and all Contract Documents,including the Performance and Payment Bonds are not executed within the time above set forth,as liquidated damages for the delay and additional expense to the City caused thereby. THE UNDERSIGNED BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY OF RIVERSIDE, MISSOURI BECAUSE OF SUCH REJECTION,AND THE FILING OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. Respectfully submitted: (SEAL- if bid is by a corporatln) (!)& By Name: Christina Gunter Title: President Street: 520 Division Street City, State,Zip: Kansas City, KS 66103 Phone: 913-362-7844 14 BID FORM BID FOR UNIT PRICE CONTRACTS (Pricing) CONTRACTOR: Gunter Construction Company EH YOUNG SIGN SCULPTURE BASE (PROJECT NO: 352-024) ITEM BID ITEM DESCRIPTION QTY. NIT UNIT PRICE PRICE EXTENSION 1 culpture Footing and Wall 1 LS $81,500.00 $81,500.00 2 ighting and Electrical 1 LS $21,497.00 $21,497.00 TOTAL BID $102.997.00 Item NO. I • See attached drawings and specifications. Item NO.2 • See attached drawings and specifications. Please note that if the total price of the contract is less than$75,000,prevailing wage is not required. Any contractor bidding less than$75,000 total is not required to include prevailing wage in the cost. 15 • BID BOND (Bid Security) KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, Gunter Construction Company as PRINCIPAL and Amerisure Mutual Insurance Company as SURETY, are held and firmly bound unto the City of Riverside, Missouri, ("City") in the sum of Five Percent of Amount Bid Dollars ($5% ) ("Bid Security"), for the payment of which sum well and truly to be made, we hereby jointly and severally bind ourselves,our heirs,executors, successors,and assigns, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas Principal has submitted a bid dated June 5 , 20 25 , to enter into a contract in writing for the 2025 EH YOUNG SIGN SCULPTURE BASE(Project No. 352-024); NOW, THEREFORE, IF said Bid shall be rejected,or in the alternate, IF Principal shall not withdraw the bid within the period specified therein after the opening of bids,or, if no period be specified, within ninety (90)days after the bid opening,or in the alternate, IF said Bid shall be accepted and the Principal shall execute and deliver a contract in the form of contract attached hereto, properly completed with all attachments and requirements pertaining thereto, and shall furnish a bond for the faithful performance of said contract,and for the payment of all persons performing labor or furnishing materials in connection therewith,shall in all other respects perform the agreement created by the acceptance of said Bid within ten(10)days after such Contract Documents are presented to Principal for signature,or in the alternate, In the event of the withdrawal of the Bid within the period specified, or the failure to enter into such contract within the time specified,then the Bid Security shall immediately become due and payable and forfeited to the City as liquidated damages. Principal and Surety agree that this is a fair and reasonable approximation of the actual damages incurred by the City for the Principal's failure to honor its bid and that the liquidated damages in this section are not penal in nature but rather the parties'attempt to fairly quantify the actual damages incurred by the City for the Principal's refusal to honor its bid. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by the extension of the time within which the City may accept such Bid;and said Surety does hereby waive notice of any such extension. 16 40, 4, IN WITNESS WHEREOF,the Principal and Surety have hereunto set their hands and seals,and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers,the day and year set forth herein. Gunter Construction Company PRINCIP L By:_ �� (Signature) Printed Name:_ l�Y lV Si1.�I,G_ e1.LXT I Title: vt Date: C0/6/0\S I hereby certify that surety is duly licensed to issue bonds in the State of Missouri and in the jurisdiction in which the Project is located. Amerisure Mutual Insurance Complrly SURETY �� C By._ 1, BcW r yca.rl (Signature) Printed Name: C. LaVonne Engeman Title: Attorney-in-Fact Date: June 5, 2025 SURETY POWER OF ATTORNEY MUST BE ATTACHED 17 AMERISURE A\W RISURE MUTUAL L,SE'RANC'E COMPANY %���V R ETY AMERISURE LNSURANCE COMPANY AMIERISL'RE PARTNERS LNSCRANCE COMPANY POWER OF ATTORNEY KN.-ow ALL MEN BY THESE PRESENTS:That Amensure Mutual Insurance Company Amensure Insurance Company and Amensure Partners Insurance Company are corporations duly organized under the laws of the State of Michigan therein collectively the Companies ).and that the Companies do hereby make constitute and appoint C.I.a'bnne Engrman Bid Bond Gunter Construction Company The City of Riverside.Missouri of rn.,..,stie,«,,,.u,.,AD...b..rw.lsvmeg,..its tune and lawful Attorney,si-m Fact each in their separate capacity if more than one is named above to sin execute seal and acknowledge for and on its behalf and as its act and deed bonds or others anti ngs obhgatot'in the nature of a bond on behalf of each of said Companies as surety an contracts or suretyship as are or may be required or permitted by lass reesilanon contract or otherwise prosrded that no baud or undertaking or contract or suretyship ip executed under this authority,shall exceed the amount of ONE HUNDRED MILLION($100,000,000.00)DOLLARS This Power of Attorney is granted and signed by facsimile under and by the authority of the following RefOlutiotls adopted by the Boards of Director,of Amensure Mutual Insurance Company Amensure Insurance Company and Amensure Partners Insurance Company at meetings duly called and held on Febniary 17.2022 "RESOLVED that any two of the President & Chief Executive Officer the Chief Financial Officer&Treasurer the Senior Vice President Surety the Vice President Steely.or the General Counsel&Corporate Secretary be and each or any of them hereby is authorized to execute.a Power of Attorney qualifying the attorney-in-fact named in the given Power of Attorney to execute on behalf of the Company bonds undertakings and all contracts of surety and that President&Chief Executive Officer.Chief Financial Officer&Treasurer or GeneralC'aratwl&Caporate Secretary each or any of them hereby is auth onzed to attest to the execution of any such Power of Attorney and to attach therein the seal of the('oriipany FURTHER RESOLVED that the signature of such officers and the seal of the(ompaus may be affixed to any such Passer of Attornes an to anycertnlcate relating thereto electronically digitally or by lacsutule and ant such Power of Attorney or certificate bearing such electronic digital or facsimule signatures or electronic dngnfal or Lacsumk seal-hall be binding upon the Coitq.uiy ahem so affixed and ui the future with regard to any bond undertaking or contract of surety to which it is attached FURTHER RESOLVED.that any work caned out by the attorney-in-fact pursuant to this resolution shall be valid and binding upon the Company 14L`1µ1 4 "y ze`.•••0R�c By Sbt,F0 i . woe' 4rf�. i ° 4e Michael A Ito Senior Vice President Surety 4.44 tK: 1 .N ` SEAL :raj SEAL �, 1 • SEAL ,� o, a�i Y � a� kr p'A6 �'t Bv Aaron Green Vice President Surety -- kx.� .t•tiio►:*, IN WITNESS WHEREOF.Amensure Mutual Insurance Compare Amensure Insurance Company and Amensure Partners Insurance Company have caused their official seals to be hereunto affixed and these presents to be stoned by their authorized officers thus 26th day of April 20 23 Ameristire Mutual Insurance( ompauy Atnerisure Insurance( oinpatn Ainerisare Partners Insurance( ornpans State of Minors County of Kane On this 261tidav of April ,2023,before me a Notary Public personally appeared Michael A Ito of Amensure Mutual Insurance Company Amensure Insurance Company and Amensure Partners Insurance Company and faarw(hen of Amensure Mutual Insurance Conpan•.Amensure Insurance Company. and Amensure Partners Insurance Company personally knossu to me wino beure by rase duly sworn acknowledged that they signed the above Power of Attorney as officers of and acknowledged said urstruineiu to be the voluntary act and deed of their respective compares orwcwL sax► .ta.�� Y pVh Wr.F.MIue,ttnoaorLIMOS M Kenny Notary Public in co.raanos oiwis+IMAMS I.Christopher M paude the duly elected Chief Financial Officer&Treasurer of Amensure Mutual!nsurance Ccxnpanv Amensure Insurance Company and Amensure Partners Insurance Company do hereby certify and attest that the above and foregoing is a tau an?,correct copy of a Passer of Attorney executed by said Companies sslnch remains rn full force and effect IN\VITNFSS WHEREOF I have set my hand and affixed the seals of the Companies this 5th clue al. _ June 2025 Christopher M SprmmS• Chief Financial Officer&Treasuri 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. Gunter Construction Company Christina Gunter (Company Name) (Primary Contact Name) 520 Division Street Kansas City, KS 66103 (Address) (City, State,Zip Code) 913-362-7844 913-362-7845 christina@gunterkc.com (Phone Number) (Fax Number) (E-mail) Federal ID Number 43-1596391 or SSN: (Check all that apply) l General Contracting ❑ Paving ❑ Landscaping ❑ Demolition ® Electrical ❑ Other: ® Earthwork ❑ Plumbing ® Other:Masonry&structural concrete Name of State(s)in which incorporated: Kansas Date(s)of incorporation: 11/19/1991 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: CERT-04072025-0042 Date: 4/7/2025 Name of the following officers: Christina Gunter Stephanie Gunter (President's Name) (Vice-President's Name) Stephanie Gunter Stephanie Gunter (Secretary's Name) (Treasurer's Name) Date of Organization: 11/19/1991 Type of Partnership: General Limited Association Corporation 120 18 Names and addresses of all partners(use additional sheet if necessary): (Name) (Address) (City,State,Zip) (Name) (Address) (City,State,Zip) 1. How many years has your Company been in business as a contractor under your present business name? 15 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: Tiffany Construction Inc. Architectural Restoration Inc. 3. How many years' experience in the proposed type and size of construction work has your Company had: (a)as a general contractor 34 ; (b)as a subcontractor 0 4. List the three most recent projects your Company has completed similar in scope to the proposed work: Project Name or City Please see the attached. Contact Name Phone Contract Amount$ When Completed? Description of Work Project Name or City Contact Name Phone Contract Amount$ When Completed? Description of Work 19 I xn.00 A ' Completion date Protect Owner Owner Name Owner Phone* Project Name and Description Project Location Contract Amount IN PROGRESS City of Kansas Ci MO Completion Date. ty Uday Manepalli 816-914-8775 Sidewalks FY23-24 CWA Citywide at-Region trip hazards and remove KCMG Multiple Locations $ 5,176,326.40 February 2026 General Services Departmentand replace of sidewalk panels. IN PROGRESS City of Kansas City MO ppDate'bon D• � Parks and Recreation Department Keisha McCoy 816-513-7613 63rdDrive Street&Zoo Rebid Kansas City. O 64130 S 3,137,226.20 IN PROGRESS Completion Date. City of Olathe,Kansas Zach Baker 913-971-9009 Sunset&Rdgeview Intersection Improvements- Sunset&Ridgeview 2024 Installation of new traffic signals. Olathe,KS 66061 S 680,931.00 IN PROGRESS General JM Fahey Construction KC Streetcar Man Street Extension-South Terminus-Adjustment of Completion Dab Kansas City Street ConstructorsBill Rash 816-763-3010 �and es valves City Wide Multiple Locations $ 621,270.00 manhol2025 , IN PROGRESS Kansas City Streetcar Main Street Extension-demolition and removal of 27th to Slat Main Street Completion Date. Kansas City Street Constructors Richard McCullough 818-244.9871 2025 bus shelters.installation of benches and trash cans. Kansas City,MO 84112 f 282.821.00 Completion pate. State of Kansas Lee Alvarado 785-296-3566 KDOT P&G Levee December 2025 Department of Transportation(KDOT) Trail AnnardW Wyandotte County,Kansas $ 873.235.50 General.Kear Civil Corporation Topeka FOE Fuel Farm-Building and site concrete of a new Fuel Farrn 2024 Metropolitan Topeka Airport Authority Jake Libby 623-580-1100 Unclassified excava ion,concrete sidewalks,concrete paving.fuel tank 6510 SE Forbes Ave $ 1,235,815.68 (MTM) oedestas fuel conteinent slabs, Topeka,KS 66619 SE Community Canter Pool Renovation-demolition and removal of existing pool inside existing Natatorium.excavate/remove rock under new pool,couplets roof repairs.construct new pool including new surge City of Kansas City,MO pit, e new Pod equipment,new pool accessories,demo/replace replace 4201 E.63rd Street 2024 Parks and Recreation Department Scott Overbay 818.769.5870 equipment in Mechanical Room,instal an new pool piping/plumbing. $ 3,245 443.83 completely remodel multipurpose roomikiUron,First Aid Room,complete Kansas City,MO 64130 repairs in restroomsAockar rains(steam rooms),repaint inside of Natatorium.furnish/install new HVAC equipment,construct new exterior MH/pump and oudas pipe and exterior improvements. Ridgeview&Santa Barbara Traffic Signal Improvements-Installation of new traffic sgnab,removaYnplace median island, add a separate tell- Ridgeviaw Road&Santa Barbara Boulevard 2024 City of Olathe,Kansas Zech Baker 913-971-9009 turn lane,demolish existing sidewdrs/ADA,new integral $ 438,851,82 sidewalk/retaining wan,excavation,final grading.sod instaMakon, Olathe.KS 66061 pedestrian signals with tragic signal,and pavement markings. Reconstruct T-Hangers Kilo and Lana at Johnson County Executive 2024 Johnson County Airport Commission Airport-Demo/removal of 2 existing T-harpers,pavamentlfourdatdn 15335 Plfum Road Johnson County,KS Larry Peet 913-715-0590 dem:Aibon/removal.lane stab/tuition,new footings and reinforced S 3,819,096.71 concrete slabs for T-hangars,harya Wistal new T-harpers,electrical Olathe,KS 66062 and fire wall,water line service and landscaping Raytown SD-Three Traits Playground Renovation 2024 Raytown Quality Scfdods Sandy Cochran 816-442-7700 Demo existing playground and safety surfacing. Demo unexpected home 8812 Gregory Bid. foundation,instal new sidewalks and curb. Instal new ploy equipment Raytown,MO 64133 S 308.794.00 and safety surfacing. MN and overlay existing asphalt coal and resatpe. 2024 City of Rayrnore,Miasoun Trent Salsbury 816-892-3007 N.Cass Signal&Intersection Improvements-Concrete sdmvtlts. N Cass&S Dean Ave concrete curb and gutter Raymore,MO 84083 S 796.213.75 2024 General Ryan Companies US,Inc. Nick Woodard 515-309-8533 KC Plaza II-Ryan Companies-Offsite Improvements- Unclassified Kansas City Country Club Plaza $ 958,637.38 excavation,concrete sidewalks.concrete curb and gutter Kansas City,MO 64108 2024 General KOMPAN Camilla Martin 797-205�734 Homestead Park Playground-Installation of new playground equipment Riverside.MO $ 128.520.69 City of Riverside,MO ,installation of new shelter house. 2024 General.KOMPAN Canaria Marini 797.205$734 Hamesteed Pak Playground-Installation of new playground equipment Riverside,MO City of Riverside,MO foundations/surfacing/concrete,installation of new shelter house. $ 128,520.89 Holmes Park Playground Upgrades Design-Build-Removal of existing City of Kansas City MO playground.excavation/grading/installation of playground equipment 6952 Holmes 2024 Parks and Recreation Department Scott Overbey 816769-5870 foundations/surfacing/equipment,concrete pavilion surface adjacent to Kansas City,MO 64113 $ 440.913.00 new playground,new sidewalk and ADA correction. Dome.Access Garage.Conveyor and Hopper Support Platform 1769 Market Street 2024 Port Authority of Kansas City,MO Richard Grenville 816-559-3726 Rehabilitation-Repair concrete hopper support structure,repair storage Kansas City,MO 64105 $ 756,765.65 domes re•osnt conveyor 2023 City of Kansas City,MO Ra Alewine 816-513-6984 W 79th Street Sidewalks•Washington to Summit-Storm pipe,grading, Washington to Summit General Services Department demolition,concrete network,signage Kansas City,MO 84114 $ 139,928.08 2023 Kansas City Area Transportation Authority Leaa George 816-809-4086 Main Street/Troost MAX Marker Foundation Removal-Removed KCATA Various Station Locations S 68,274.00 (KCATA/RdeKC) concrete foundations, concrete sdewaka • EV3040-1010 Traffic Safety Improvements City of Kansas City,MO Reconstruction of the Portland Cement Concrete Sidewalks.Walkways. • 2024 General Services Department Uday ManepaNi 816-914-8775 Cabs,Driveway Entrances.Appurtenances and ADA Ramps at various KCMO Multiple Locations S 6,538,516.90 city-owned facilities in Jackson Clay Platte and Cass Counties 2024 City of Kansas City,MO EV3038-ICAO for Sidewalk,Driveway and ADA Repair Services in General Service*Department Utley MepdN 816-914-8775 Jackson Clsv Platte and Cass Counties KCMO Multiple Locations $ 5.925.570.11 2024 City of Kansas City,MO Uday Manepalli 816-914-8775 EV2955-IDIO Small Construction KCMO Multiple Locations S 1.032,170 35 General Services Department EV2597-ICAO City Wide Concrete Sidewalk/Walkway Repair and 2024 City of Kansas City.MO Uday Manepalli 816914-8775 Maintenance Services- concrete removals and replacements Concrete City Wide MuMpie Locations E 4.449.606 80 General Services Department trails,sidewalks.structural concrete.paving repairs,storm piping,guard rails-site amino.site tumishinas,and stream. --Designeuild-Playground Improvements for KC Parks 2021-22-Design City of Kansas City,MO and construction of 11 new playgrounds throughout Kansas City with new 2023 Parks and Recreation Departmentequipment, acng Rodney Riffle 81ti-513.7679 safety suit KCMO Perks Multiple Locations S 3.798,727 69 ,ribbon curbs,sidewalk and ADA access and Zona Rosa-2023 Sidewalk And Curb Maintenance 7210 NW 86th Terrace 2023 Trademark Property Company Tony Harrison 816-656-8665 Demo and replace 1.845110 curb and gutter 8.566 sf of 4"sidewalk 359 Kansas Oily,MO fi4153 $ 318.182.00 of x(ADA ranwe General Capital Electric Withers Rd&Hoe Dnve Traffic Signal Improvements- Unclassified Withers Rd and Holt Drive 2023 City of liberty,Missouri David Haggard 816-283-6843 excavation,concrete sidewalks,concrete curb and gutter Liberty,MO 64068 $ 71.005 13 2023 City of Kansas Ciry,MO Uday Manepalli 818-914-8775 Traffic Calming FY22 Citywide Vision Zero-installation of speed Dumps. KCMO Multiple Locations $ 1.425,297 00 General Services Department concrete curb and gutter.and traffic calming construction devices. ~City of Kansas City.MO Swope Park Connector Trail -New Wail to conned the Heart of America Swope Park Connector Trail2023 DepartmentLisa Treece 816-513-7619 $ 908.088.00 Parks and Recreation Gott Complex to the Eddy Balentine Trail Kansas City,MO 64103 Metropolitan Community College-Penn Site Improvements-Penn Valley ATSI-Demolition, lewor n,sk. 2944 Troost Ave 2023 . Valley Basil Lister 816-492-1288 architectural.structural,fire suppression,plumbing,mechanical, Kansas City,MO 64109 $ 1,598,164.90 electrical access control technoioov and utilities 2023 General JM Fahey Construction Bill Rash 816-763-3010 Red Bridge Road Street Complete-Concrete'dews*, and WomaN Road and Red Bodge Road $ 181,870 87 Cry of Kansas City,MO driveways. Kansas City,MO 64114 2023 Linda Hoe Libra Linda Hal Drainage Improvements ry David C ampbell 913-385-2670 Decorative rock storm channel with drainage pipe and manholes. 51139 Cherry Street $ 419.216 00 Masonry bridge over channel New sidewalk Landscaping Kansas City,MO 64110 2023 Stae of Department of Transportation(KDOT) Kendra M/kr 913-577-8229 Impnsas rovements alk Improv US-2M4M ST&US-245ter DR-Sidewalk Tonganoxie.Kansas 66086 $ 245,402 27 2023 Board of Police Commissioners Jeffrey Epstein 816-949-1540 KCPD Dog Kennel Concrete Pad-Instal concrete dog kennel pad for 9616 Jarboe Street $ 3,226.00 Crty of Kansas City,MOKCPD. Kansas City,MO 64114 Kansas City Area Transportation KCATA Service Line Ventilation Improvements-Remove existing roof 1350 East 17th Street 2023 Authority(KCATA/RideKC) Less George 818-809-4088 top supply and exhaust fans and install new supply and exhaust system Kansas City,MO 64108 $ 513,971.95 2023 Gerleral.Core Electric Homer Shay 913-359-6990 Kansas Speedway Venzon Trench-Remove and replace concrete 400 Speedway Blvd. $ 24,225.00 Kansas Speedway Corporation pavement Kansas City,KS 66111 2023 Kansas Speedway Corporation Gary Lee 913-328-3332 Kansas Speedway Pickbbalt Posts-Install of Picklebst footings.posts, 400 Speedway Blvd. $ 5.456.00 and netting. Kansas City,KS 66111 400 2023 Fourier Network Solutions David Mortis 217-372-0224 Kansas Speedway Communication Rough Ineedw $ 244,592.39 Kansas City, S 86111 2023 City of Riverside,MO Travis Hoover 816-372-9004 Honzons&41st Intersection Improvements-Intersection Improvements. Horizons Parkway&NW 41st Street $ 499,055.80 signal arms.signage,paving,grading,end landscaping Riverside,MO 64150 2023 Hawksbuay Home Owner Association Ern Bane 816-414-5300 Hawksbuay HOA Pool Parking Lot 6610 NW 103rd Street $ 64.988.86 North Kansas City,MO 64154 Dr Martin Luther King Park Parking Lot City of Kansas City,MO New concrete parking tit with striping and light poles Expansion of Woodland Ave&Dr.Martin Luther King Jr.Blvd 2023 Parks and Recreation Department 2023existing William Warren 816-719-0159 exist Asphalt parking lot with asphalt overlay and striping Sidewalks, $ 764.124.00 curbs and landscaping New racquetball court with court markings.10. Kansas City.MO 64130 foot tall chain link fencing and new backboard New storm drain 2023 Signature Flight Support MKC Chris Castillo 816-806-7584 Downtown Airport Tie Downs 10 NW Richards Road ` S 12.368.73 Kansas City,MO 64116 2023 General.Primetirne Contractors Alan Lye* 816-394-3915 City Market Concrete Repairs-Remove end replace concrete and brick 20 E 5th Street $ 149,248.62 City of Kansas City,MO _ curbs,ribbon curbs and ramps. Kansas City,MO 64106 - 2023 General nsD Trail D-East of&Along 1-435,South of Tom Watson Prkme Contractors Alan Lyel 816-394-3915 Brush Creek Trail Construction-Form and pour bridge abutments S 43,248.00 City of Kansas City.MO Parkway City of Mission,Kansas Broadmoor Park Trail Improvements- Unclassified excavation.concrete Broadmoor Park 2023 Mission KS Parks and Recreation Penn Alrthorney 913-722-8210 sidewalks,concrete curb and gutter Mission,KS 66202 $ 306.935.00 Exhxbv A Baseline Improvements Town Fork Creek-4 New stormwater retention City of Kansas City,MO ceps,1,533 SY of 10 wide concrete trail,1,832 LF of 15'•30'Storm 51st Street-Swope Pkwy.To Agnes Ave& 2023 Wrier Services Department Andrew Kimeu 81&7853810 �' Sewer,water main relocation,Green Stornwveter Infrastructure,Trail Paseo Blvd. Troost Ave.From E.6fNtt St to E.70th St S 2,871,72807 lighting,landscape,and decorative boulders Kansas City.MO 2023 City of North Kansas City,MO Anthony Sands 816-527-5958 Armour Road Complete Street-Curb sidewalk,sidewalk ramps and Armour Road $ 1,479,061.08 pavement markings. North Kansas City,MO 64116 General'Capital Electric 87th Street S Antioch Road Traffic -Unclassified excavation, W.87th Street 8 Antioch Road 2023 City of Overland Park,Kansas Dominick Prtnstar 818-329-8282concrete sidewalks.concrete urb and r Kansas City Area Transportation 7730 Sidewalk Ugutter. Overland 7730Prospect Perk,Kansas 66212 $ 57,537.50 2023 Bill Yord 816-728-7069 Prospect p{pa0es-Construction of a new concrete Ave. Authority(KCATA/RideKC) sidewalk along the West frontage side of Prospect Ave. Kansas City,MO 64132 $ 50,870.00 2023 Site Improvements for PortKC-Woodswedur Terminal-Mass 1769 Market Street 2023 Pat Authority of Kansas City.Masoun Richard Grenville 816-559-3726 concrete excavation,mess concrete storage pads,site grading with Kansas City,MO 64105 S 1,151,771.36 gravel 2023 1819 Baltimore Lofts HOA Terry Langford 818.926.9949 1819 Baltimore Concrete Replacement Rt-Remove and replace 1819 Baltimore Ave. concrete sidewalks,curbs and ADA ramps. Kansas City,MO 84108 S 109,203.50 Traffic Signal Installation-135th Street and Rosana Road Overland Park- 2022 General'Capital Electric Line Builders Rick Cammack 816-329-8235 ADA Sidewalk and signal improvements.Remove and replace ADA non- 135th Street and Rosetta Road City of Overland Park,KS compliant pedestrian sidewalk,ramps,sub and gutter and lighting Overland Park,KS 88213 S 88.949.00 pedestrian odes Gi 2022 e1erat Stercycle Jason Rat 851-212-1012 Stericycle Drainage Improvements-Drainage improvements to existing 3140 N 7th Try General:M Con,LLC king let.Warehouse siding and lighting improvements Kansas City,KS 88115 S 198.351.15 2022 St.Joe Concrete Work-Concrete pavement,driveways,sidewalks and Woodbine Rd and Karnes Rd City of St.Joesph,MO Bryan Ford 785-989-4550 tea. St Joseph,MO 64506 $ 50,280 00 2023 City of Kansas City.MO EV3038Manepelk 81&9148775 EV3038-IDIG for Sidewalk.Driveway and ADA Repair Services in General Services Department Jackson,Clay,Platte and Cass Counties. KCMG Multiple Locations $ 5,697,480.86 City of Kansas City,MO 2023 �Services Department Manepaik 818-914.8775 EV2955-lDIQ Small Construction KCMO Multiple Locations S 1,041,013.95 EV2597-IDIO City Wide Concrete Sidewalk/Walkway Repair and 2023 City of Kansas City,MO Uday Menepali 81&814-8775 Maintenance Services-concrete removals and replacements.Concrete Cif • General Services Departmenttrails,sidewalks,structural concrete,paving repairs,storm Y Wide MuN ipb Locations S 8.911.242.5t ppvg,gwaro rals.site grading site furushirloa and seeding C d Kansas City,MO Rehabilitate Relief Wells Phase 3-Installation of 7 new relief wells, 2022 Mike Waller 816-243-3071 poured in place concrete manhole structures,levee excavation and 700 Northwest City, Lou Holland Drive S 2 176 568 00 Aviation Department backbit seeding Kansas City,MO 84118 2022 Kansas Speedway Greg Scott 913-328-5080 Kansas Speedway Concrete Repairs-Demo existing trees.curb and 400 Speedway Blvd. fence. Instal 6900 st of colored and stamped concrete Kansas City,KS 66111 S 181,663.00 General.Emery Sapp and Sons.Inc Bradley's Crossing Phase II Wes Walls-modifications to 3 existing Bradley's Pkwy S 219th Stree 2022 Cth of Peculiar,MO James Downing 818-221-3500 S 21.459 00 Peculiar,Missoun 80478 Shawnee Mission Pkwy&Goddard St Shawnee,KS 88203 ADA Sidewalk and Signal Improvements-Remove and replace concrete Shawnee Mission Pkwy&Nieman Rd.Shawnee.KS 66203 2022 City of Shawnee,KS Kevin Manning 913-742-6280 curb and gutter,sidewalks,ramps,pedestnan signal lighting and Shawnee Mission Pkwy&Flint St.Shawnee.KS 66203 S 354 437.05 electrical items for ADA Compliance. W 67th Street&Long Ave.Shewiee,KS 86216 W 65th Street S Maurer Rd,Shawnee,KS 66217 2022 Unified Government of Wyandotte County Dave Clark 913-573-5721 6th St&State Ave Traffic SignalReplacementSignal-Traffic 6th Street&State Ave KS Replacement,storm drain, m asphalt paving,andpaveent marking. Kansas City,KS 86101 E 629.851.68 2022 General,Black S Mcdona10 Jason Constant 816-ZOS8132 Traffic Signal Installation at N Flintlock Road S NE 90th Street-remove N Flintlock Road&NE 90th Street S 53.940.00 City of Kansas City.MO Si replace median,curb,sidewalk and ADA ramps:asphalt paving Kansas City,MO 84157 2022 Kansas Speedway Corporation Darren Cook 913-328-3332 Treewei Replacement-Demolition and concrete sidewalk Speedway Bald. Kansas City,KS 66111 $ 28,792.40 Route K8 2022 City of Parkvile,MO Aysen M.Abel Bib-741-7676 sewer 9 improvements-Roadway widening,sidewalks and tree,atom 8129 MO-Routs 9 improvements,retaining wet,concrete pavement,net&overlay. Parkvdm,MO 64152 S 4,271.887 29 Street Bottling,traffic signals.and Iardscapnio. 2022 MC Realty Group David Hottel Private Replace Deteriorated ADA Ramp Panels Beacon Drive Kansas City,MO 64133 S 2'200.00 City of Kansas City.MO Perimeter Fence Upgrades-Charles B Wheeler Downtown Airport- 900 Retards Rd. 2022 KCMO Aviation DepartmentMike Wager 816-243-3038 S 1,415,692.84 Extend and relocate runways Kansas City,MO 64116 NE 76th Street Improvements-Roadway improvements at NE 78"Street 2022 City of Gladstone,MO James Edmiston 816-436-2200 from N.Oak Trafficway to N.Brooklyn Avenue and al relate N.Oak Traakway To N.Brooklyn S 2,675,364.07 appurtenances including curb and gutter,sidewalk,drive approaches, Gladstone,MO 64118 sewer and water services and asohalt. Miami County-Grading&Surfacing&Traffic Signal-Reconstruct 2022 Kansas Department of Transportation Lee Alvarado 785-296.7940 intersection at Hedge Lane and Baptiste Drive.construct RCA extending drainage,new traffic signal and configuration,Adding ADA ramps and BBaptiste Dr and Holy In,Paola,KS 88071 S 120.143. dun lanes 2022 Kansas Speedway Corporation Gary Lee 913-328-3332 KSC Structural Engmeenng-Structural Concrete Repairs 400 Speedway Kansas City,, 66111 S 71,781.00 KS E etl:h,t A 6455 2022 Hearst Television-KMBC Edward King 816-760-9231 KMBC Parking Lot and Approach Concrete Repairs Winchester Ave. $ 54,697.00 Kann Kansas City,MO 64133 2022 General:Superior Bowen Construction Mathew Bowen 816-301-4881 KCMO Asphalt&Concrete Restoration 2022- Asphalt and concrete City Wide Multiple Locations S 302.928.00 City of Kansas City,MO restoration City of Kansas City,MO Independence Plaza Park Improvements-Installation of playground and 2200 Independence Ave 2022Men 816-513-7632 $ 1,309,859.12 Richard Parks and Recreation Department Futsal court in existing Independence Plaza Park Kansas City,MO 64124 2022 City of Olathe,KS Aaron Waska 913-971-9108 Hedge Lane Lift Station-Construction of new Sanitary Sewer Pump Hedge Lane and Dennis Ave $ 897.445.27 Station and facility infrastructure. Olathe,KS 66081 Chouteau Parkway and 1-35-Roadway and Trail improvements City of Kansas City,MO NE Chouteau Pkwy 8 1-35 2022 Parks and Recreation Department James Wang 816-513-7632 including.asphalt street work,storm sewer.concrete trail,retaining wall, Kansas City,MO 64117 $ 2,993,092.11 barrier wall,traffic/streetlight modifications and landscaping. 95th Street Wolcott W WTP•Demolition of existing asphalt and gravel 2022 General Gamey Construction Frank Schilling 816-278-5950 road.tree clearing.placement of 7.350 CV of fill dirt,aggregate road 9404 Main Street.Kansas City,KS 66109 $ 619.108.08 Unified Government of Wyandotte County base and 10 inches of asphalt paving for a 2,000 ft long 23 ft wide roadway, . City of Kansas City,MOAve20-21 CWA GO Bond South Sidewalk Repair-Remove and replace Kensington Av &E 43rd Si. 2022 General Services Department Uday Manepalli 816-914-8775 curbs.sidewalks.driveways,and inlets South of the river at multiple Kansas City, 84130 $ 2,006,305.16 locatipns. 2022 City of North Kansas City,MO Anthony Sands 816-527-5958 16th Avenue and Clay Street Parking Lot-Construction of New Parking 16th Avenue 8 Clay Street $ 1,341,037.03 Lot North Kansas City,MO 64116 10th&Minnesota Traffic Signal Replacement-Removal and 2022 Unified Government of Wyandotte County, Devin Tiebout 913-573-5413 replacement of the existing signal at the intersection of 10th St& 10th St&Minnesota Ave $ 746 943.80 KS Minnesota Ave along with sidewalk.curb and gutter replacement,new Kansas City,KS 66101 stnoin5 and restoration, 2022 City of Kansas City.MO Kimberly Pemberton 816-513-2741 107th Street Sidewalk-Bristol to Greenwood Rd-installation of storm Bristol Terrace&E 107th St $ 597.780.30 General Services Department pipe,curb inlets,and concrete flat work. Kansas City,MO 64134 2021 General.KC Sign Express Aaron Dubin Phillips 66 Sign Foundation-Construction of sign base footing,curb& 199th&Homestead $ 88 000.00 gutter repairs,parking lot striping. Edgerton,KS 66030 Board of Police Commissioners Concrete Dog Kennel Pad(KCPD)-Install concrete dog kennel pad for 9611 N Laurel Ave 2021 City of Kansas City,MO Trine Canady 816-234-5332 KCPD. Kansas City,MO 64151 $ 2.248.00 General:Mark One Electric Waste Water SCADA-Interior demolition,interior office finishes, 2021 City of Kansas City MO Joseph Matti 816-303-4186 concrete ramp work. 7300 Hawthorne Rd.Kansas City,MO 64120 $ 240.211.28 Verona Columns Fountain Improvements-Remove and Replace existing Ensley Lane and Overkill Road 2021 City of Mission Hills.KS Jennifer Lee 913-362-9620 flagstone,coping stones,fountain sculptures basin walls.floor and epoxy Mission Hills KS.66208 S 126.374.53 Goofing. 2022 City of Kansas City.MO Uday Manepalli 816-914-8775 EV2955-IDIQ Small Construction KCMO Multiple Locations $ 1,283.796.60 General Services Department EV2597.IDIQ City Wide Concrete SidewalklWalkway Repair and City of Kansas City,MO Maintenance Services- concrete removals and replacements Concrete 2022 General ServicesDepartment Uday Manepalli trails,trails,sidewalks,structural concrete.pavingCity Wide Multiple Locations $ 6.370 837.13 repairs.storm piping,guard rads site grading.site fumishinos.and seeding. - _ Traffic Signalization and Roadway Widening at 175th Street and Lone S Lone Elm Rd&W 175th St 2021 City of Olathe,KS Zach Baker 913-971-9009 Elm Road-Adding turn lanes to Lone Elm Rd along with supporting Spnng Hill.KS 66062 $ 620,675.82 traffig signals and pipework. 2021 The Masters Home Owners Association Derek Fickenscher 816-678-2669 The Masters Trail-Grading for drainage Improvements.pipe.remove 8110 NW Masters Lane,Parkville,MO 64152 $ 11 718.00 and replace trail. T•Hangar-New installation of 6 Hanger Steel Building,foundation and 2021 City of Higginsville,MO Donna Brown 660-584-6771 concrete areas around the building.Replace asphalt areas and crack 11667 Airport Road Higginsville,MO 64037 $ 756,527 50 seaing as needed. 2021 City of Roeland Perk,KS Greg Patten 816-823-7331 Roeland Park Storm Drainage-Install new storm sewer pipe and inlets. W 55th St and Roeland Dr. $ 191,932 24 Remove existing and be in to new. Roeland Park,KS Rock Creek Channel Improvements-Construct mechanical stabilized earth retaining walls and modular block walls within a creek bank area 2021 City of Mission,KS Celia Duran 913-676-8381 under a Nationwide Federal Floodplain Permit.Reconstruction of Martway Street&Roeland Dnve $ 4295.143 00 impacted road improvements in surrounding impacted neighborhood and Mission,KS 66202 commercial areas,native plantings.storm sewer installation,curb and (totter and asphalt Pavement _ Renovate Building 46-Fort Leavenworth-Demo of existing structures. 2021 General Atherton Construction Kendall Jasperson 702-889-3600 reconstruction of commercial elevator shah,exterior building concrete. 711 McClellan Ave Building 46 $ 343,918.00 US Army Corps of Engineers Fort Leavenworth.KS 66027 parking lot,sidewalks and parking lot areas. . QHR Outdoor Classrooms-Construct two 20'x 30'metal shelter 2021 Queen of the Holy Rosary Wea Church Mark Andrasik 913-879-7059 structures with metal roofs, concrete slabs and concrete sidewalks. 22705 Metcalf Ave,Bucyrus,KS 66013 $ 185.223 00 Provide electrical power and lighting. Construct 12-space asphalt narking lot Grade and seed adiacent grounds MODOT Route 7 Jackson County ADA Improvements-ADA 7 Hwy North 8 Duncan Rd 2021 Missouri Department of Transportation Nyasa Rogers 816-347-4143 Improvements on sidewalks and intersections Replacing turn lanes with Blue Sprang,MO 64014 $ 608.193 25 ADA approved concrete entnes,pedestnan lighting and traffic control. Exmma A MoDOT Route 7 Jettison County-Signal improvements and added Intersection turn lanes on 8M. .379 mites of reconstruction of a major 2021 Missouri Department of Transportation James Plkrm 816-353.8353 intersection to add overhead Mac signals,turn lanes,stem sewer, SW South Ave and Route 7 Hwy sidewalks curb and gutter,asphalt pavement.ITS and signal installation. Blue Springs.MO 64014 S 903,939.98 conrrwcW entrances,striping and traffic control signing,and railroad riah(of was work. _ 2021 Mlssoun Department of TransportationMODO7 Route 350 Jackson County Intersection Improvements-added Route 350&Gregory Blvd Joseph Moses 816-347-4143 turn lane,concrete paving,curb and gutter,ADA and traffic f 279.680 25 knorovemeds Raytown.MO 84133 Untried Government of Wyandotte County, Minnesota Ave,Roadway Improvements-Installation of storm sewer, 2021KS David Clark 913-573-5000 replacement of sidewalks and ADA ramps,new medians and asphalt 600 Minnesota Ave Kansas City,KS 66101 S 1,692.914 45 Intersections with traffic lighting,new street lighting,fencing Lacknan Road-Installation of storm sewer,new concrete trails with 2021 City of Lenexa,KS Ben Clark 913-477-7795 integrated form Wed retaining and herd 'replacement of 9500 Lackmen Road,Lenexa,KS 86219 S 2.133,950 00 sidewalks and ADA ramps,new asphalt intersection with traic lighting, , _ now street kohino - DesigMBuid a playground and perk area inspired by Dr.MLK JR's.ova 2021 City of Kansas City,MO Richard Alan 818-513-7713 rants tourney and funded by-The 15 and Me Ms omses Foundation'. 1800 Swope Parkway Includes excavating,grading,concrete traitbrick pavers,poured in place Kansas City,MO 64130 S 1,502,935.58 play surfacing.play equipment,supra,and landscaping. 2021 City d Kansas City.MO Davidson Elementary School-Adding sidewalk,ADA's,repiacsg curb. N.Wayne Ave&NE 52nd St General Services Department Udsy Mamepalk 81&914-877s stormtrnd replacing ��. Kansas City,MO 8411e s 392.253.38 2021 Grandview C-4 School District Michael Killeen 816207�19 Butcher-Greene Playground Improvements-Remove and replace parking in with new playground area,equipment-curb and 5302 E 140th Street Grandview.MO 84030 $ 205.454 00 ,gutter,edewalks.asphalt fencing.landscaona and angina. ADA 19-(4)Kansas CityCommunityCenter-Concrete renovations,site 1600 John Buds O'Neil Way,KCMO 64106 2021 General The WYsn P Jack Reasbeck 816-434-3196 grading,demo,concrete curb and gutter,sidewalks.ADA reconstruction. 5940 NW WakJkanis Dr,KCMO 64151 S 473.064 00 City of Kansas City,MO 8200 The Paseo,Kansas City,MO 64131 Storm Sewer Improvements,exterior concrete reconstruction. 3801 Roanoke Rd.Kansas City MO 84111 2021 City of Riverside.MO Noel Bamfon 816-741-3993 2021 Tremont Sculpture Base-Excavate and install foundation way foundation for city NW Argosy Pkwy&NW Tremont Traffic-way provided sculpture. Riverside,MO 64150 S 48.787 00 6626 NW Hidden Valley Drive KCMG 84152 8529 NW Hidden Valley Dine Parkvae 64152 2021 Platte County Planning and Zoning Dan Erickson 816-858-3338 2020 Storm Drainage Maintenance Protect-Remove and replace 12630 Deer Trail Parkvae 64152 existing storm sewer at sax locations. 8405 NW Colony Dnve KCMO 64152 f 257.325 32 8502 NW Quail Run Drive KCMG 64152 o O 64152 CM of Kansas City,MO 107th Street Side -Install NW Khan Road CM Bristol Mano Vasquez 818-513-8984 walk pipe,inlets,new curb,^�'sidewalk. 107th St.•Blue Ridget to Britsttolot Pudic Works Department concrete pavers. Kansas City,MO 64145 S 7,403,452 47 di EV2597-ONO City Wide Concrete SidewWk/Wafkwy Repair and 2021 City d Kansas City,MO lJdey Marispalk 816-914-8775 MasconcreteiWwhce Services-concrete removals and rsplecwrar'Ns.Concrete City General Services Departmenttrails,sidewalks,structural concrete.paving repairs.storm piping,guard Wide Multiple Locations S 3,893,783.90 rasa.sits redsn sate fumigants.and seeds. Walnut St.knprarateMs,3rd to 5th St-The demolition and removal of City of Kansas City,MO concrete samosas,drives,brick pavers and storm saver,and 2020 Public Works Department Randy Aawine 816-718-2862 installation at connate sidewalks,drives,landscape planter beds,storm 20 E 5th Street,Kansas City,MO64108 $ 2.506.688.00 slate,storm water detention system,atectrtcal,lighting,boards,bike racks and snaps at River Market 2020 Kansas Department of Transportation James Schneider 620-672-0763 VahN Toltec Installation•Installation of ADA concrete paving rid slippage 28325 W 136th Street Olathe,KS 86081 S 14.735 00 for access to rntodne 2020 The Masters Home Owners Association Kirk Clore 816-678-2669 The Masters Trek-Remove and replace concrete trei. 8055 NW Masters Lane,Prkvls,MO 84152 S 9,140 00 2020 General:Tasco LLC Randy Said 816-269-9507 Stream Bank Stabilization-Installation of a siakg bean arid toe wall to 252 SW Wsrierprk Crcr City of Les m's Summit,Missouri Cedar Creek Lee's Summit,MO 64081 S 87,904.53 Genera Rotliwei Construction,Inc Public Road Work onOuikTrp i153•ROW AlignmentModilkelbn 1401 Armour Rd 2020 QulkTro Terry Wersr 816.226-8808 consseg d Stone Sewer,MODOT Berner,Concrete Pavement Drive North Kansas CM.MO 84118 S 565,128 00 Entrances.ADA Ramps,Curb,Permanent Markings&Sigi ege Pavement 2020 HD Supply Construction Soppy,Ltd Anthony Calks 816-214-7150 Repairs at HD Supply-Remove and replica concrete 1907 Warren Street Kansas City,MO 84116 f 85.730.110 2020 Jackson Courtly,MO Barbers Casamento 816-881-3267 Metal Shale Structure.sates 3d x30•shade structure. 9896 Longview Road Kansas City,MO 84134 S 44,500.00 — McCoy 2020 General ABCresave Zadh Herren 913-583-3332 feet d 4"perforated -Supply and install 400 liner City of Kansas City,MOperforated N12 Bte with sock and embedded n clean stone to Asa CAE MO 841n28� S 12.450 00 _ exisim made General:P B.Hodab Co.Inc. KSLEN Fuel Island Sump end Concrete Repass for UPS-The 2020 UPS Teresa Maxwell 913-438-1500 demolition.removal and replacement of concrete curbs,drives and 14650 Sant Fe Trail Drive Lenexa,KS 88215 S 107,684 77 reinforcement for Meina stations General.Brown and Root Industrial KCI Guardrail Repair and Maintenance Shop-demolitions of bus 2020 Services Ryan Taylor 816-231-2178 maintenance pit and installation of concrete paving 125 Pans Street Kansas City,MO 64153 $ 30.580 00 • City of Kansas City MO KCATA East Village Mobility Hub Package 5A 2-Transit Center Building 2020 Kansas City Area Transportation Authority David Schaecher 816-348-0380 &two way conversion on Charlotte Street.site work.concrete&asphalt 13th and Charlotte,Kansas City.MO S 9.068,683.70 paving,conductive concrete. site lighting,canopy parking lot landscaorna General Brown and Root Industrial KC Fire Department-Removal and installation of concrete paving work at 2020 Services Ryan Taylor 816-231-2178 fueling station 6640 East Traffic-way.Kansas City.MO 64129 $ 80.085.00 City of Kansas City,MO Johnson County Northeast Office and North Central Mwlt-Service Center 12425 W 87th Street Lenexa KS 8 2020 Board of County Commissioners of JOCO Rick Gehlbach 913-706-6382 ADA Paving-Remove and replace sidewalk and pavement at two JOCO 6000 Lamar Ave.Mission,KS $ 139.304.00 office buildings in order to bring them up to ADA compliance General RS Electric Utility Services Hybrid Beacon.81st and Metcalf Ave Overland Park,KS Concrete 2020 City of Overland Park Dustin Dunham 800-540-1938 sidewalk,curb 8 gutter and ADA ramps along with some concrete 81 st 8 Metcalf Ave Overland Park KS $ 5,438 00 _demolition at the intersection of 81 st and Metcalf. Groat Street Improvements-Reconstructing a 4 block neighborhood street and intersections driveways sidewalks.curb and gutter,asphalt 315 East Prospect Street. 2020 City of Cameron,MO Drew Bontrager 816-632-2177 pavement,utility relocation coordination and storm sewer construction $ 1,107,061.00 the entire length of improved roadway all while keeping 100%access to Cameron.MO 64429 homeowners and business owners in the area Gentry 11 th-12th Street-Installation of storm sewer new curbs E 11 th Ave 8 Gentry 2020 City of North Kansas City MC) Pat Hawver 816-274-6004 between l lth and 12th Ave Demo and installation of drive entrances North Kansas City MO 64118 $ 139 307 50 and sidewalks General Cornell Roofing City Wide Roof Repairs- 2020 Cityof Kansas City MO Andrew Christ 816-252-8300 Misc demolition and concrete work KCMOI City Wide T8M General Services Department 2020 Unified Government of Wyandotte County Jack Webb 913-573-8362 'City Park pavilion-Roof reconstruction and masonry repairs 2601 Park Dr Kansas City KS 66102 $ 11408000 and Kansas Ciry,Kansas 2020 General Neighbors Construction Fletcher Harder 913-827-2609 Berkley Riverfront Parking Reconstruction of concrete commercial 701 Berkley Parkway in Kansas City.MO $ 77.195 00 entrance,new ADA ramps and concrete gad 2019 EH Young Riverfront Park Improvements-Revitalization of park. 1001 Argosy Casino Parkway 2020 City of Riverside MO Noel Challis 816-741-3993 'new concrete trails Pickleball court.new drive lanes through the park. Riverside,MO Si 2.246.985 00 stnping fencing,handrails dog park and shade structures Project Name or City Contact Name Phone Contract Amount$ When Completed? Description of Work 5. What other important projects has your Company completed'? Project Name or City Please see the attached. Contact Name Phone Contract Amount$ When Completed? Description of Work Project Name or City Contact Name Phone Contract Amount$ When Completed? Description of Work 6. List at least two engineering firms with whom you have worked,and the name of the individual who was your primary point of contact: Engineer-Taliaferro&Browne, Inc. Engineer Contact- Brent Stills Gunter Contact-Jerry Baker Engineer-Stand Structural Engineering Engineer Contact-John Funk Gunter Contact-Tom Marten 20 • r 7. Have you ever failed to complete any work on a project or defaulted on a contract? If so,where and why?(attach additional pages if necessary) No 8. Name of your Surety Company,and the name and address of your agent you expect to use in the event this contract is awarded to you: Surety Company-Thomas McGee Group Agent-Eric VanBuskirk Address- 120 W 12th St Ste 100, Kansas City, MO 64105 9. What is your present bonding capacity? 20 Million 10. List each and every incidence of failure to perform that resulted in a claim under a Performance or Payment Bond: No 11. The construction experience of the Key Personnel in your Company is required. At a minimum, information regarding experience and qualifications of the following positions must be provided: GC Project Manager,On-Site Field Superintendent,QC/QA Manager, Safety Officer. NAME Garrett Moyer Position Project Manager Years of construction experience: 6 Magnitude&Type of Work General Contractor In What Capacity? Project Manager Years of Employment with Contractor: 2 Other projects this individual will be involved with concurrently with this project: Please see the attached. Education,professional registrations, certifications and credentials held by individual applicable to the Project: Please see attached resume. 21 r t NAME Mark Hasler Position On site Field Supenntendent,QA/QC Manager&Safety Officer Years of construction experience: 36 Magnitude&Type of Work General Contractor In What Capacity? On-site Field Superintendent, QA/QC Manager& Safety Officer Years of Employment with Contractor: 5 Other projects this individual will be involved with concurrently with this project: Please see the attached. Education,professional registrations, certifications and credentials held by individual applicable to the Project: Please see attached resume. NAME Position Years of construction experience: Magnitude&Type of Work In What Capacity? Years of Employment with Contractor: Other projects this individual will be involved with concurrently with this project: Education,professional registrations,certifications, and credentials held by individual applicable to the Project: 12. List the major items of equipment which you own,or which will be used on the project: Quantity,Description,&Capacity Age in Years Condition Please see the attached. 22 Owned Equipment List Equipment Hyundai Excavator Trackhoe'05(76300) Cat 325-07 Cat Excavator(16503) JD 50G(Mini hoe)(76305) CAT 305-07CR-(16504) 299D Cat Skid#0P3R03298(16301) CAT 305-07CR-(16505) 299D Cat Skid#0P3R03337(16302) CAT 306-07CR Excavator-(16506) 299D Cat Skid#0P3R03342(16303) CAT 306-07CR Excavator(16507) 299D Cat Skid#0P3R03075(16304) Cat 308-07 Excavator 2021-(16508) John Deere 50G Compact Ex,2015(Mini hoe)(16305) CAT 306-07CR Excavator(16509) 299D Cat Skid#0P3R03299(16306) Cat 306-07 Cat Mini(16510) 299D Cat Skid#0P3R03340(16307) Cat 306-07 Cat Mini#06G610565(16511) 265-05 Cat Skid#0LR402405(16308) Wacker Roller(76341) 265-05 Cat Skid#0KR403951(16309) Padfoot Compactor DynaPac(76342) 953C CAT Loader'02(76310) RD-1290A Wacker Roller 2017(76343) D39P-1 Komatsu Dozer (76312) Sullair 175 Air Compressor(76350) D51 Komatsu Dozer(76313) Doosan Air Compressor(76351) 319DT JD Trk Skid Loader(76323) Cat HH65 EP Breaker(76371) Cat 299D3 Skid Steer 2021(16330) Kent FX55 Hydraulic Breaker Cat 299D Skid Steer 2021(16331) 72"SB Hopper Broom(76372) Cat 299D3 Skid Steer 2021(16332) Cat-BU118 Broom(76375) 289D3 CAT Skid(16333) Soft Cut Saw(76373) 299D3 CAT Skid(16334) Gomaco Curb Machine(76380) 289D3 CAT Skid-(16337) Total Station-R500(76381) 299D3 CAT Skid-(16339) Heat King Mobtile Heater(76385) Wacker Trench Roller TRLXSC3(16345) 2023 Ford F-650 Dump Truck(16255) 2019 Cat CP34 Vibratory Compactor(16346) 013 Equipment Trailer(76280) Cat CB348 Utility Compactor(16347) 2014 Maxey Trailer#9959(76283) Curb Roller(16348) 1998 Redi Haul Equipment Trail(76285) Cat HHB-6 Breaker(16377) 16 Maxey Car Hauler(76286) Topcon Hiper V Base/Rover Kit 3D-GPS(16386) 06 Utility/Form Trailer iCR70 5"R500 Total Station(16387) 2019 Maxey Trailer(76289) Cat Broom#P7G00254(16388) 2019 PJ Dump Trailer(76290) 7 Cy Bedding Box S/n#KC70314(16401) 2020 Maxey Buggy Hauler(76291) SC75 Track Buggy(16402) Roller Screed(76356) HYD Power Pack Striker(16404) Pipe Laser Green Beam#20032971(76382) 9CF Steel Drum Honda Mortor Mixer(16405) • 13. List below the contracts to which your company, any principal in your company, or any prior companies owned by a principal in your company were a party during the previous seven(7)years that involved litigation of any type,arbitration,mechanics lien claim or other claim in an amount over $10,000(include pending cases with a notation that the matter is still unresolved): City of Lenexa 14. On a typical project,what percent of the work is completed by your own forces? 80 % What percent by subcontract? 20 %. List subcontractors you propose to use on this project and their responsibility in this contract. Subcontractor Name Contract Responsibility %of Contract (1) AAA Fast Construction LLC Stone Veneer&Cap 25% 7010 NE 52nd St,Kansas City, MO 64119 816-838-3817 Address State Zip Phone Number (2) Black& McDonald Site Electrical 13% 6900 Executive Dr, Kansas City, MO 64120 816-483-0257 Address State Zip Phone Number (3) Address State Zap Phone Number (4) Address State Zip Phone Number (5) Address State Zip Phone Number 15. Is your Company current on payment of Federal and State income tax withholdings and unemployment insurance payments? Yes If the answer is no,please provide detail: 23 r i 16. Has your Company,or any principal in your company,been rescinded or debarred from any bidding, contractual,procurement or other such programs by federal,state or local entities? No If the answer is yes,please provide detail: 17. Has your Company received any written notices of violations of any federal or state prevailing wage statute in which prevailing wage penalties were assessed against your Company or paid by your Company during the last two(2)years? No If the answer is yes,please provide the detail of each and every such notice: The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City in verification of the recitals comprising this Experience Questionnaire and agrees to hold any such person, firm or corporation harmless for providing any such information to the City of Riverside.The undersigned agrees that there is no collusion or fraud with reference to illegal relationships of bidders and representatives of the City, bid pooling or strawbids. Dated on behalf of said Company this 5th day of June 20 25 . By: `f\5 - Name: Christina Gunter Title President State of Kansas _ ) )ss County of Wyandotte ) BEFORE ME,the undersigned notary,personally appeared Christina Gunter who being duly sworn,deposes and says that he or she is the President of Gunter Construction Company ,that he/she has been authorized by such company to complete the foregoing statement,and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to me before this 5th day of June ,20 25 My commission expires: G No Publi 2o2d lLli:' KP'�/�06 AFFIDAVIT for WORK AUTHORIZATION (as squired 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 caucP 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(hX3). State of Kansas ) County of Wyandotte ) ss: BEFORE ME, the undersigned notary, personally appeared Christina Gunter , who, being duly sworn,states on his/her oath or affirmation as follows: 1.My name is Christina Gunter and I am currently the President of Gunter Construction Company (hereinafter "Contractor"), whose business address is 520 Division Street, Kansas City, KS 66103 ,and I am authorized to make this Affidavit. 2. 1 am of sound mind and capable of making this Affidavit,and am personally acquainted with the facts stated herein. 3.Contractor is enrolled in and participates in a federal work authorization program with respect to the employees working in connection with the following services contracted between Contractor and the City of Riverside:EH YOUNG SIGN SCULPTURE BASE(Project No.352-024). 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. \j\k Signature of Affiant Printed Name: Christina Gunter Subscribed and sworn to before me this 5th day of June ,20 25. kied6SUCAL Notary Public *PLEASE NOTE: Acceptable enrollment and participation documentation consists of the following 2 pages of the E-Verify Memorandum of Understanding: (1)a valid,completed copy of the first page identifying the Contractor;and (2)a valid cop%of the signature page completed and signed by the Contractor,and the Department of Homeland Security—Verification. M‘i GOMM icS► Cri'1. Fop( . q .20D, 2,,a2 ttti/I��A. Cq,�Ae TAip 2 5 c`,' !�� j' 'fir G d,� AVBI� ,"co tt�` •� -4�OF KP�,0ii fy Company ID Number: 361543 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security(DHS)and the Gunter Construction Company (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.G. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor)to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 . , Men rhy ‘4k. - ‘,.,* Company ID Number: 361543 Approved by: Employer Gunter Construction Company Name (Please Type or Print) Title Christina Gunter President Signature Date Electronically Signed 10/01/2010 Department of Homeland Security—Verification Division Name(Please Type or Print) tritle USCIS Verification Division Signature Date Electronically Signed 10/01/2010 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 V riFseit e y Company ID Number: 361543 Information Required for the E-Verify Program Information relating to your Company: Gunter Construction Company ompany Name 520 Division Kansas City,KS 66103 Company Facility Address Company Alternate Address County or Parish WYANDOTTE Employer Identification Number 431596391 North American Industry Classification Systems Code 237 Parent Company Number of Employees 10 to 19 Number of Sites Verified for 1 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 :.':.I .“ i .. i. ,.lea'I,.-. .. ..rl'� II{' 1i. W I I: : ".., ' . 1 I . OF MISSOQ&,ISS01,. , TE �, _:, ):-.... , 1 Srri\ - 0ECB..ET�hil1 ,..„...... ..,,,, � Ar >` i%% 880�1- ^; .-r ?� Denny Hoskins • >-; Secretary of State n ; CORPORATION DIVISION . :?'! >'... CERTIFICATE OF GOOD STANDING - }` I,DENNY HOSKINS,Secretary of State of the STATE OF MISSOURI,do hereby certify that the > records in my office and in my care and custody reveal that ` ' } GUNTER CONSTRUCTION COMPANY using in Missouri the name j_'•7--4 ~� i 2:41) GUNTER CONSTRUCTION COMPANY F01294849 }-`.§%... a KANSAS entity was created under the laws of this State on the 14th day of February,2013,and is >C I Good Standing, having fully complied with all requirements .' of this office. Y a 1 >-,... IN TESTIMONY WHEREOF,I hereunto set my hand and �N��04,1k ; • - cause to be affixed the GREAT SEAL of the State of .•� THE `11% 1=' Missouri. Done at the City of Jefferson, this 7th day of 441'Q/s****,f mil' �I : ' I >,, ' April, 2025. :1,:.�`*********'�*9"),7 •` ID t%$ft.-ifja i >':., 0 'co % )"r1 d ::-,-; ''' -z- D (—ko. ,...,- ., 4%4.1 5 ‘ , „;.,. 4....- p.4, >, s c etas\ of Mate i� 'fO, ell �CI r i. "tocccx* 1,�•. 2 . *C 7: Certification Number:CERT-04072025-0042 ,i‘‘ J.""`,�b -- �/ .._ � .] ;..,I I 'r•Ii i.3 I II::',,r.Ir , ,I II:j i I..ti): It 'IF,.,I.,r j I..I,.•y I.,I. ` \ I \ / ,, ' , \ It / t / \ l \ / \ I \ ,I \ , \ / \ I \ I ' / ' ' \ I \ . , , \ ,A n A A A 'C A. , . ' x, A A A. .K c-' g.' .,. A A .^. .r'. WBE KCMO, Kansas, Missouri DBE INDOT, KDOT, MODOT, ODOT,TXDOT G U N TER SBE, SDB, WOSB CONSTRUCTION COMPANY I June 5, 2025 City of Riverside, MO 2950 NW Vivion Road Riverside, MO 64150 RE: EH Young Sign Sculpture Base Company Overview and History A. Authority to business in Missouri: Please see attached AIA Document A305 Contractors Qualification Statement& Certificate Number CERT-lN61433 Certificate of Good Standing B. Key Personnel: Position Name Years of Employment Credentials GC Project Manager Garrett Moyer 2 year see attached resume On-site Field Superintendent Mark Hasler 5 years see attached resume QC/QA Manager Mark Hasler 5 year see attached resume Safety Officer Mark Hasler 5 year see attached resume C. Quality Assurance/Quality Control Plan: • Key issues that may affect the schedule would be coordination with the city to determine final colors and safety of the public. • Gunter Construction has not received any written notices of violations of any federal or state statute nor had any penalties assessed regarding any work performed within the last 2 years from today's date. D. Statement of Assurances: • Gunter Construction is current on payment of Federal and State income tax withholdings and unemployment insurance payments. • Gunter Construction has not been rescinded or debarred from any bidding, contractual, procurement, or other such programs by federal, state, or local entities. • Litigation pending-City of Lenexa • Gunter Construction has an excellent bond history; we have never failed to perform. • Bidder's participation in federal work authorization program-Please see attached sworn affidavit • There is no collusion or fraud with reference to illegal relationships of bidders and representatives of the City, bid pooling or strawbids-Please see attached Anti-Collusion Affidavit Sincerely, Christ a Gunter (-1-1- President 1520 Division Street, Kansas City, Kansas 66103 P: 913-362-7844 F: 913-362-7845 • •• 4 GARRETT MOYER Garrett Moyer has been with Gunter Construction Company for 2+years, He currently Resides in Olathe Kansas. and will have other projects running concurrently with 18th Street Pedestrian Mall allowing Garrett to have 70%commitment to the project. Please see below for Professional registration,education, certifications and credentials. QUALIFICATIONS Extensive experience in heavy construction projects, water treatment plants, pump stations, project management, estimating,and contract negotiations. PROFESSIONAL EXPERIENCE GUNTER CONSTRUCTION COMPANY Project Manager 2022-Current • Responsible for procuring,negotiating and managing construction projects and construction management work.Including Structural Concrete,Flatwork,Building Shells,Pump Stations,Trail Projects,Excavation, Street Projects,and Design Build Projects,Heavy roadway,Site,and Redevelopment projects. Responsible for quantity take-offs and bid pricing for these projects. Developing and maintaining project schedules; Coordinating submittals,change orders,schedules,and manpower;track and manage construction progress, scope,billings,invoices,job cost/budgeting and correspondence between Owners,Subcontractors,and Superintendents. CROOKHAM CONSTRUCTION Jr Estimator/Jr Project Manager 2019- 2022 • Assembled and awarded approximately$10.3 million in bid sales in current fiscal year • Establish and maintain communication with general contractors,sub-contractors and vendors • Read and decipher bid drawings • Perform accurate takeoffs and pricing in a timely manner • Transfer estimates into accounting software for material and labor tracking • Build budget playbooks and cost codes for field use • Maintain digital file system Kansas National Guard Specialist/Interior Electrician 2020- Present • Serving the community and country when needed • Specific job training for interior electrician • Held leadership positions throughout basic training and AIT • Actively cross training and taking leadership roles EDUCATION Pittsburg State University May 2013 Bachelor of Science in Psychology • Concentration in Human Resource Development American Military University • Pursuing MBA with emphasis in analytics August 2022 Mark Haslar Mark Haslar has been with Gunter Construction Company for 5+years, He currently Resides in Olathe, Kansas and will have other projects running concurrently with IDIQ Large Capital Improvements allowing Mark to have 70%commitment to the project. Please see below for Professional registration,education, certifications and credentials. PROFESSIONAL EXPERIENCE GUNTER CONSTRUCTION COMPANY Field Superintendent Current • Responsible for overseeing road construction projects,and interior projects;managing Sub-Contractors and Employees;keeping employee's time and job records;maintaining maintenance records on heavy equipment;managing daily,weekly and monthly logs;working closely with Inspectors on each jobsite to keep the work per code;managing expenses for each job and staying in budget;managing the scheduling on the job to make sure the jobs are completed on time. LITHO Foreman • Responsible for set-up,pours for slab on grade • Project coordinate with other sub-contractors:mechanical,electrical,&plumbers(MEP)and placement foreman to advise of any changes/updates to keep the pours on schedule • Maintained/Provided 2-week schedule ahead of time to sub-contractors:mechanical,electrical,&plumbers (MEP) • Read blueprints • Communicates effectively with management • Assist team with maintaining an organized work environment Jobs Completed: KU Project CECO Carpenter • Read blueprints • Carpenter and Pans • Communicates effectively with management • Assist team with maintaining an organized work environment Job Completed:Cerner Project Crookham Construction,Tonganoxie, Kansas Supervisor • Read blueprints • Communicate effectively with management • Answer customers complaints or concerns in a professional manner • Assist team with maintaining an organized work environment • Coordinate schedules to best utilize workflow • Coordinate schedule for inspections • Schedule and order all material for jobs • Add mixtures to concrete accordingly based on weather conditions and specs • Weekly meetings to educate personnel • Responsible for 8 to 12 men • Operate mini x/backhoe for excavating R.A. Knapp Construction,Kansas City,Kansas Concrete Superintendent • Read blueprints • Communicate effectively with management • Responsible for concrete to include partial and full depth patches on highways • TM ` ir'• • Assist in the setting up of portable concrete plants to include maintenance,setup and calibrate volume metrics mixtures • Responsible for 18 personnel for placement of concrete on highway • Set-up/fabricated/welded trucks and trailers accordingly for each specific job to maximize efficiency • Operated wheeled front-end loader,hoe,mini x,skid steer,sky track,drove semi with a trailer • Interacted with KDOT/MODOT Inspectors on a continuous basis Summit Concrete Carpenter/Finisher • Read blueprints • Responsible for layout and placement for rebar and structural foundations • Operate sky track,mini-x,and skid steer Education&Skills Background • Proficient in organization,scheduling,and general office responsibilities • Ability to read blueprints • Ability to read and understand grade • Experience in flat work and structural concrete • Understanding of add mixtures in concrete • Set-up and calibrate volume metric mixtures • Class A CDL with medical card • OSHA 10&30 • Operate numerous pieces of equipment • Experience on total station • Experience in welding • Diesel mechanic in military(U.S Army) • Hasler's Concrete o Owner: 13 years o Residential&Small Commercial:foundations and tiatwork AGREEMENT BETWEEN CITY OF RIVERSIDE, MISSOURI AND Contractor: Gunter Construction Company FOR COMPLETION OF EH YOUNG SIGN SCULPTURE BASE Project No. 352-024 RESOLUTION NO.: 2025- Q$ 7 CONTRACT PRICE: $102,997.00 26 AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR EH YOUNG SIGN SCULPTURE BASE Project No: 352-024 THIS AGREEMENT, made and entered into as of the 17th day of June, 2025, by and between the City of Riverside,Missouri("City"),and Gunter Construction Company("Contractor"),shall govern all Work to be provided by Contractor for City on the Project. WHEREAS, City, under the provisions of Resolution No. 2025- Q?7 , duly approved on the 17th day of June, 2025 and by virtue of the authority vested in City by the general ordinances of City, intends to enter into one or more contracts for the Project; and WHEREAS, the Mayor is authorized and empowered by City to execute contracts on behalf of City, and the City Administrator ("Administrator") is authorized to perform Administrator's functions set forth in this Agreement; and WHEREAS,Administrator may designate one or more engineers, architects, or other persons to assist Administrator in performing Administrator's functions under this Agreement; and WHEREAS, City desires to enter into an agreement with Contractor to obtain labor, services, materials, supplies, tools, equipment, supervision, management, and other items as set forth in this Agreement; and WHEREAS, Contractor represents that Contractor is equipped, competent, and able to provide all the Work, in accordance with this Agreement; NOW THEREFORE, in consideration of the mutual covenants and consideration herein contained, IT IS HEREBY AGREED by City and Contractor as follows: ARTICLE I DEFINITIONS As used in this Agreement and the other Contract Documents, the following words and phrases shall have the respective meanings set forth below. Any capitalized terms used but not defined in this Agreement shall have the meanings given to such terms in the other Contract Documents. A. "Administrator"has the meaning set forth in the recitals of this Agreement. B. "Application for Payment" has the meaning set forth in Article VI, Paragraph A of this Agreement. C. "City"has the meaning set forth in the preamble of this Agreement. D. "Change Order" means a change to the Project, which has been approved in accordance with the terms of this Agreement, specifically including, without limitation, the requirements set forth in Article VII of this Agreement. 27 E. "Contract Amount"has the meaning set forth in Article III,Paragraph A of this Agreement. F. "Contract Documents" has the meaning set forth in Article V, Paragraph A of this Agreement. G. "Contractor"has the meaning set forth in the preamble of this Agreement. H. "Design Engineer" means the following Design Engineer to the City of Riverside, Missouri: McClure,Matt Eblen; meblen@mclurevision.com. I. "Notice to Proceed"has the meaning set forth in Article IV,Paragraph A of this Agreement. J. "Project"means the building, facility, and/or other improvements for which Contractor is to provide Work under this Agreement. The Project may also include construction by City or others. K. "Resident Project Representative"means the following employee of the City of Riverside who shall manage the Project on behalf of the City: Noel Bennion-nbennion@a,riversidemo.gov 816- 451-8227. L. "Subcontractor"means a person, firm or corporation supplying labor and materials or only labor for the Work for,and under separate contract or agreement with, the Contractor. M. "Substantial Completion"means the stage in the progress of the Work where the Work or designated portion is sufficiently complete in accordance with the Contract Documents so that the City can occupy or utilize the Work for its intended use. N. "Work"or"Work on the Project"means work to be performed at the location of the Project, including the transportation of materials and supplies to or from the location of the Project by employees of the Contractor and any Subcontractor. Work shall include all labor, services, materials, supplies, tools, equipment, supervision, management, and anything else necessary to accomplish the results and objectives described in Exhibit F (Scope of Work) and Exhibit G (Technical Specifications) to this Agreement and the other Contract Documents, in full compliance with all requirements set forth in the Contract Documents, subject to additions, deletions, and other changes as provided for in this Agreement. The Work may refer to the whole Project,or only a part of the Project if work on the Project also is being performed by City or others. ARTICLE II THE PROJECT AND THE WORK A. Contractor shall provide and pay for all Work for the Project. B. Contractor represents that it has evaluated and satisfied itself as to all conditions and limitations under which the Work is to be performed, including, without limitation, (1) the location, condition, layout, and nature of the Project site and surrounding areas, (2) generally prevailing climatic conditions, (3) labor supply and costs, and (4) availability and cost of materials, tools, and equipment. 28 City shall not be required to make any adjustment in either the Contract Amount or the time for performance of the Work because of Contractor's failure to do so. C. The Resident Project Representative shall act as the City's representative during the construction period, shall decide questions which may arise as the quality and acceptability of materials furnished and Work performed, and shall interpret the intent of the Contract Documents in a fair and unbiased manner. The Resident Project Representative may recommend, but cannot approve Change Orders resulting in an increase in time of performance or payments due to Contractor. The Resident Project Representative will make visits to the site and determine if the Work is proceeding in accordance with the Contract Documents. The Contractor will be held strictly to the intent of the Contract Documents in regard to the quality of materials, workmanship, and execution of the Work. Inspections may be at the factory or fabrication plant of the source of the material supply. The Resident Project Representative will not be responsible for the construction means, controls, techniques, sequences, procedures or construction safety. D. Contractor may be furnished additional instructions and detail drawings by the Resident Project Representative, as necessary to carry out the Work required by the Contract Documents. The additional drawings and instructions thus supplied will become a part of the contract drawings, and the Contractor shall carry out the Work in accordance with the additional detail drawings and instructions. ARTICLE III CONTRACT AMOUNT A. Provided Contractor performs all Work in accordance with the Contract Documents and complies fully with each and every obligation of Contractor under the Contract Documents, City shall pay Contractor the sum of One Hundred Two Thousand Nine Hundred Ninety-Seven Dollars ($102,997.00). This amount shall include all costs, permit fees, profit, overhead, expenses, taxes, and compensation of every kind related to the Work, and shall be referred to as the"Contract Amount." B. The Contract Amount is subject to final determination of Work performed at unit prices set forth in the Bid 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) fmal 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, 29 equipment, supervision, management, or anything else required by the Contract Documents for the proper and successful completion of the Work shall be paid for outside of or in addition to the Contract Amount. The Work set forth in the Contract Amount shall be itemized in Contractor's Bid for Unit Price Contracts. All Work not specifically set forth in Contractor's Bid for Unit Price Contracts as a separate pay item is a subsidiary obligation of Contractor, and all costs, permit fees,profit, overhead, expenses, taxes and compensation of every kind in connection therewith are included in the Contract Amount set forth in Contractor's Bid for Unit Price Contracts. D. THIS AGREEMENT IS SUBJECT TO THE CITY ORDINANCES, AND NOTHING IN THE AGREEMENT SHALL BE CONSTRUED AS CREATING AN OBLIGATION OR DEBT BEYOND THE CITY'S FISCAL YEAR,AND IN THE EVENT THAT IT DOES,PERFORMANCE OF THE CITY'S OBLIGATIONS UNDER THE AGREEMENT IS EXPRESSLY SUBJECT TO APPROPRIATION OF FUNDS BY THE CITY YEAR-TO-YEAR DURING THE DURATION OF THE AGREEMENT. THE TOTAL PAYMENT UNDER THIS AGREEMENT SHALL NOT EXCEED THE APPROPRIATION CONTAINED IN THE APPLICABLE RESOLUTIONS OR ORDINANCES ADOPTED BY THE BOARD OF ALDERMEN AUTHORIZING THE WORK AND CONTRACTOR SHALL NOT SEEK, NOR BE ENTITLED TO, PAYMENT EXCEEDING THIS AMOUNT UNLESS CITY DIRECTS CONTRACTOR TO PERFORM ADDITIONAL WORK IN ACCORDANCE WITH THIS AGREEMENT,AND CITY ENACTS ANOTHER RESOLUTION OR ORDINANCE AUTHORIZING THE AMOUNT CITY AGREES TO PAY UNDER THIS AGREEMENT. ARTICLE IV PROGRESS OF WORK/SUBMITTALS A. COMMENCEMENT OF WORK.The date of beginning and the time for completion of the Work are essential conditions of the Contract Documents. Contractor shall commence performance of the Work on the date indicated in a written notice ("Notice to Proceed") that shall be given by City to Contractor. B. TIME FOR COMPLETION. Contractor shall achieve Substantial Completion, as defined in Article I hereof,no later than 60 Calendar Days from Notice to Proceed. The Contractor will proceed with the Work at such rate of progress to ensure Substantial Completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the City, that the contract time to achieve Substantial Completion of the Work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the Work.No extensions will be granted,except in case of unusual(unseasonable)weather conditions or additional work requested by the City under Change Order. Following Substantial Completion, Contractor shall proceed to complete all uncompleted Work items as promptly as permitted by weather conditions or any other conditions affecting completion of the Work. C. LIQUIDATED DAMAGES. If Contractor fails to achieve Substantial Completion of all the Work as set forth in the Contract Documents,Contractor shall pay City$500.00 per day,as liquidated damages and not as a penalty, for each calendar day after such date, until Substantial Completion of all the Work is achieved. Contractor agrees that the sum of $500.00 per day is a fair and reasonable approximation of the actual damages incurred by the City for the Contractor's failure to complete the Project within the time outlined above and that such liquidated damages in this section are not penal in 30 nature but rather the parties' attempt to fairly quantify the actual damages incurred by the City for such delays. Recovery of liquidated damages is not City's exclusive remedy for Contractor's failure to achieve Substantial Completion in accordance with this Agreement. Specifically,but without limitation, City may exercise any of its default or termination rights under this Agreement under all circumstances described herein, including but not limited to Contractor's failure to achieve Substantial Completion in accordance with Paragraph B above. Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due to unforeseen causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or the public enemy, acts of the City, acts of another contractor in the performance of a contract with the City, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and abnormal and unforeseeable weather provided that the Contractor has given written notice of such delay to the City within five(5)days of the event causing such delay. D. TIME OF THE ESSENCE. Time is of the essence in the performance of the Work and any other Contractor obligations under the Contract Documents. Contractor shall upon commencement of construction work daily to complete the Work except for Saturdays, Sundays, holidays, and days of inclement weather. This Paragraph does not preclude Contractor from working Saturdays, Sundays, holidays,or days of inclement weather. Contractor shall give the City at least 48 hours notice if intending to work on Saturday, Sunday,holidays or days of impending inclement weather. E. CONSTRUCTION SCHEDULE. Promptly after the execution of this Agreement, and in any event before commencing performance of the Work, Contractor shall submit to City for approval a construction schedule that specifies the dates on which Contractor plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. Upon City's written approval of the schedule, Contractor shall comply with it unless directed by City to do otherwise. Contractor shall update the schedule on a monthly basis or at more frequent appropriate intervals if required by the conditions of the Work and the Project. With each Application for Payment under Article VI of this Agreement, Contractor shall submit an updated, current schedule. Neither the original schedule nor any update shall exceed time limits for the entire Project under the Contract Documents. F. PHOTOGRAPHS OF PROJECT. The Contractor shall furnish photographs of the Project site in the number,type,and stage as enumerated below: 1. Pre-Construction photos-minimum of 15 ground level digital shots 2. Construction photos of significant changes-minimum of 15 ground level digital shots 3. Post Construction photos-minimum of 15 ground level digital shots G. DELAY IN PERFORMANCE. In the event the City determines that performance of the Work is not progressing as required by the Contract Documents or that the Work is being unnecessarily delayed or will not be finished within the prescribed time,the City may, in the City's sole discretion and in addition to any other right or remedy City may have,require Contractor, at Contractor's sole cost, to accelerate Contractor's progress. Such acceleration shall continue until the progress of the Work complies with the Contract Documents and clearly indicates that all Work will be completed within the prescribed time. H. SUSPENSION OF WORK. The City may suspend the Work or any portion thereof for a period of not more than ninety(90)days or such further time as agreed upon by the Contractor,by written 31 notice to the Contractor which shall fix the date on which Work shall be resumed. The Contractor will resume the Work on the date so fixed. The Contractor will be allowed an increase in the contract price or an extension of the contract time, or both, directly attributable to any suspension I. DRAWINGS AND SPECIFICATIONS. The intent of the drawings and specifications is that the Contractor shall furnish all labor, materials, tools, equipment and transportation necessary for the proper execution of the Work in accordance with the Contract Documents and all incidental Work necessary to complete the Project in an acceptable manner,ready for use,occupancy or operation by the City. In case of conflict between the drawings and specification,the specifications shall govern. Figure dimensions on drawings shall govern over general drawings. Any discrepancies found between the drawings and specifications and site conditions or any inconsistencies or ambiguities in the drawings or specifications shall be immediately reported to the Resident Project Representative in writing,who shall promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after discovery of such discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk. J. SHOP DRAWINGS. Contractor shall submit to Resident Project Representative for review all shop drawings, samples, product data, and similar submittals required by the Contract Documents. Contractor shall be responsible to City for the accuracy and conformity of its submittals to the Contract Documents. Shop drawings shall bear the Contractor's certification that it has reviewed, checked and approved the shop drawings and that they are in conformance with the requirements of the Contract Documents. Contractor shall prepare and deliver its submittals to City in a manner consistent with the construction schedule and in such time and sequence so as not to delay performance of the Work. Portions of the Work requiring a shop drawing or sample submission shall not begin until the shop drawing or submission has been reviewed by the Resident Project Representative. Review of any Contractor submittal shall not be deemed to authorize deviations, substitutions, or changes in the requirements of the Contract Documents unless express written approval is obtained from City specifically authorizing such deviation,substitution,or change.When submitted for the Resident Project Representative's review, any shop drawing which substantially deviates from the requirement of the Contract Documents shall be evidenced by a Change Order. If the Contract Documents do not contain submittal requirements pertaining to the Work, Contractor agrees upon request to submit in a timely fashion to City for review by Resident Project Representative any shop drawings,samples,product data, manufacturers' literature, or similar submittals as may reasonably be required by City. Contractor shall perform all Work strictly in accordance with approved submittals. Resident Project Representative's review does not relieve Contractor from responsibility for defective Work resulting from errors or omissions of any kind on the reviewed submittals. A copy of each shop drawing and each sample shall be kept in good order by the Contractor at the site and shall be available to the Resident Project Representative. K. MATERIALS, SERVICES AND FACILITIES. It is understood that except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature,and all other services and facilities of any nature whatsoever necessary to execute,complete,and deliver the Work within the specified time. Materials and equipment shall be so stored as to insure the preservation of their quality and fitness for the Work. Stored materials and equipment to be incorporated in the Work shall be located so as to facilitate prompt inspection. Manufactured articles,materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. Material, supplies and equipment shall be in accordance with samples submitted by 32 the Contractor and approved by the Resident Project Representative. Materials, supplies or equipment to be incorporated into the Work shall not be purchased by the Contractor or by any Subcontractor subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. L. INSPECTION AND TESTING OF MATERIALS. All materials and equipment used in the construction of the Project shall be subject to adequate inspection and testing in accordance with generally accepted standards, as required and defined in the Contract Documents. The Contractor shall provide at the Contractor's expense the testing and inspection services required by the Contract Documents. The City shall provide all inspection and testing services not required by the Contract Documents. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested or approved by someone other than the Contractor, the Contractor will give the Resident Project Representative timely notice of readiness. The Contractor will then furnish the Resident Project Representative the required certificates of inspection, testing approval. Inspections, tests or approvals by the Resident Project Representative or others shall not relieve the Contractor from the obligation to perform the Work in accordance with the requirements of the Contract Documents. The Resident Project Representative and the City's representatives will at all times have access to the Work. In addition, authorized representatives and agents of any participating Federal or State agency shall be permitted to inspect all Work,materials,payrolls,records or personnel,invoices of materials and other relevant data and records. The Contractor will provide proper facilities for such access and observation of the Work and also for any inspection or testing thereof. If any Work is covered prior to inspection by the Resident Project Representative it must, if requested by the Resident Project Representative, be uncovered for the Resident Project Representative's observation and replaced at the Contractor's expense. If the Resident Project Representative considers it necessary or advisable that covered Work be inspected or tested by others, the Contractor,at the Resident Project Representative's request,will uncover,expose or otherwise make available for observation, inspection or testing as the Resident Project Representative may require, that portion of the Work in question, furnishing all necessary labor,materials, tools and equipment. M. CORRECTION OF WORK. The Contractor shall promptly remove from the Project site all Work rejected by the Resident Project Representative for failure to comply with the Contract Documents, whether incorporated in the construction or not,and the Contractor shall promptly replace and re-execute the Work in accordance with the Contract Documents and without expense to the City and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. All removal and replacement Work shall be done at the Contractor's expense. If the Contractor does not take action to remove such rejected Work within ten(10)days after receipt of written notice,the City may remove such Work and store the materials at the expense of the Contractor. N. SUBSTITUTIONS. Whenever a material, article, or piece of equipment is identified on the drawings and specifications by referenced to brand name or catalog numbers, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacitates, quality and function shall be considered. The Contractor may recommend the substitution of material, article or piece of equipment of equal substance and function for those referred to in the Contract Documents by referenced to brand name or catalog number, if, in the opinion of the City,such material,article or piece of equipment is of equal substance function to that specified, the City may approve, in writing, its substitution and use by the Contractor. Any cost 33 differential shall be deductible from the contract price and in such event the Contract Documents shall be modified by Change Order.The Contractor warrants that if substitutes are approved,no major changes in the function or general design of the Project will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the contract price or contract time. O. LANDS&RIGHT OF WAY. Prior to issuance of Notice to Proceed,the City shall obtain all lands and rights-of-way necessary for the carrying out and completion of Work to be performed pursuant to the Contract Documents, unless otherwise mutually agreed by the Contractor and City, in writing. The City shall provide to Contractor information which delineates and describes the lands owned and right of way acquired. The Contractor shall provide at its own expense and without liability to the City any additional land and access thereto that the Contractor may desire for temporary construction facilities, or for storage of materials. P. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all boundary surveys and establish all base lines for locating the principal component parts of the Work together with a suitable number of bench marks adjacent to the Work as shown in the Contract Documents. From the information provided by the City,unless otherwise specified in the Contract Documents,the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pipe locations and other working points, lines, elevations and cut sheets. The Contractor shall carefully preserve bench marks, reference points and stakes and, in case of willful or careless destruction, shall be charged with the resulting expense and shall be responsible for any mistake that may be caused by their unnecessary loss or disturbance. Permits and licenses of temporary nature necessary for the prosecution of the Work shall be secured and paid for by the Contractor unless otherwise stated in the supplemental general conditions. Permits,licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City,unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the Work as drawn and specified. If the Contractor observes that the Contract Documents are at variance therewith, the Contractor shall promptly notify the City in writing, and any necessary changes shall be adjusted as provided in Article VII changes in the Work. Q. SUBSURFACE CONDITIONS. The Contractor, before bidding the Project, has the responsibility to become familiar with the Project site and the conditions under which Work will have to be performed during the construction period. Excavating for foundations of surface structure: buildings, bridges, tanks, towers, retaining walls and other types of surface structures. The Contractor shall promptly, and before such conditions are disturbed (excepting an emergency), notify the City by written notice of subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents. Contractor shall also be required to notify City of any unknown physical conditions at the site of unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents at the location of the Project. The City shall investigate the conditions,and if it is found that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for, performance of the Work, the Contract Documents may be modified by Change Order as provided in 34 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 fmal payment. Excavating for below-surface structures: water mains, sewers, power and telephone cables and other types of below surface structures. No extra compensation will be paid for rock excavation or varying geologic features encountered on the Project,unless so shown as a bid item in the Bid Form for bid. If man-made hazards are encountered by the Contractor, excluding utilities, which are not visible from the surface, such as buried concrete foundations, buried garbage dumps that cannot be by-passed and requires additional Work consult the Resident Project Representative. R. SUPERVISION BY CONTRACTOR. The Contractor will supervise and direct the Work. The Contractor will be solely responsible for the means,methods,techniques,sequences and procedures of construction. The Contractor will employ and maintain on the Work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor or the Contractor's representative at the site. The supervisor shall have full authority to act on behalf of the Contractor and all communications given to the supervisor shall be a binding as if given to the Contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the Work. ARTICLE V CONTRACT DOCUMENTS A. The following documents, and any other documents that are attached to, incorporated by reference into, or otherwise included in them, and all Change Orders, are hereby incorporated into this Agreement, and form the entire agreement between City and Contractor, and are referred to as the Contract Documents: 1. INFORMATION FOR BIDDERS 2. BID FOR UNIT PRICE CONTRACTS 3. BID FORM 4. BID BOND 5. EXPERIENCE QUESTIONNAIRE 6. AFFIDAVIT OF WORK AUTHORIZATION 7. This AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR 8. PERFORMANCE BOND 9. PAYMENT BOND 10. PREVAILING WAGE RATES - STATE OF MISSOURI DIVISION OF LABOR STANDARDS 11. TIME FOR COMPLETION 12. SCOPE OF WORK 13. TECHNICAL SPECIFICATIONS 14. NOTICE TO PROCEED 35 15. APPLICATION FOR PAYMENT FORM 16. CHANGE ORDER FORM 17. CERTIFICATE FOR SUBSTANTIAL COMPLETION 18. AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW 19. ANTI-DISCRIMINATION AGAINST ISRAEL ACT CERTIFICATION 20. CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 21. SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 22. ENGINEER/CONSULTANT CERTIFICATE for Acceptance&Final Payment B. Contractor represents that it has examined and become familiar with the Contract Documents in their entirety, that any and all ambiguities, inconsistencies, and conflicts observed by Contractor have been called to City's attention in writing and have been resolved in writing to Contractor's satisfaction. Except for actual conflict between provisions in the Contract Documents, making it impossible for Contractor to comply with all provisions of the Contract Documents, the Contract Documents shall be cumulative,and Contractor shall comply with all provisions of all Contract Documents. In case of actual conflict, Contractor shall notify City of the conflict in writing and then shall comply with such provisions of the Contract Documents as City directs. ARTICLE VI PAYMENTS A. Prior to submitting its first application for payment in accordance with the terms hereof in substantially the form attached hereto as Exhibit I (an "Application for Payment"), Contractor shall provide City with a schedule of values dividing the Work, and the Contract Amount, into workable categories in a form acceptable to City.Each Application for Payment shall be based upon the percentage of actual completion of each category,multiplied by the dollar value of such category. B. On or about the first day of Contractor's monthly accounting period, Contractor shall submit an Application for Payment to the Resident Project Representative. In addition to the amount of payment requested in the Application for Payment, each Application for Payment shall list the original Contract Amount,the amount Contractor has invoiced City to date,the amount Contractor has received to date,total additions to and deletions from the Contract Amount pursuant to approved Change Orders, and an itemization of any further additions to or deletions from the Contract Amount that Contractor claims. Contractor shall identify each Subcontractor and supplier whom Contractor intends to pay from the requested payment and shall state the amount Contractor intends to pay each such Subcontractor and supplier.An Application for Payment shall not include a request for payment for any portion of the Work that was performed or furnished by a Subcontractor or supplier if Contractor does not intend to pay such Subcontractor or supplier from such payment, nor shall the Application for Payment include a request for payment for any Work performed deemed unsatisfactory by City. Contractor shall include with each Application all supporting documentation as City may require. The City shall, within fifteen(15) days, review and approve such Application for Payment, or return the Application for Payment to the Contractor indicating in writing the reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the Application. Within fifteen(15) days 36 of its receipt of payment from City, Contractor shall pay all Subcontractors and suppliers to whom payment is owed from the amount paid to Contractor. C. All payments under this Agreement shall be made only upon the approval of Resident Project Representative and Administrator. Resident Project Representative shall review each Application for Payment and certify for payment such amounts as Resident Project Representative determines are due Contractor. From the total amount certified,City shall withhold five percent(5%)as retainage until final completion and acceptance of the Work. The five percent (5%) retainage may be reduced by Change Order if fmal completion and acceptance of the Work is delayed due to unforeseen circumstances and the Work is usable for its intended purpose by the City. If reduction in the retainage is approved, the remaining retainage shall be an amount equal to or greater than 200% of the estimated amount necessary to complete the Work. D. The City Finance Department, upon presentation of an Application for Payment, shall prepare a check for the sum certified to be due (exclusive of retainage), payable out of the funds in the City Treasury available for Contractor under the authorizing Resolution or Ordinance approved by the Board of Aldermen. Payment shall be made to Contractor after the Board of Aldermen review and approve the payment and authorize the Mayor and the Finance Department to sign and deliver the check. E. Neither Administrator or Resident Project Representative's approval certificate nor payment made to Contractor shall constitute acceptance of any part of the Work.Contractor shall remain obligated to perform all Work in accordance with the Contract Documents. F. With each Application for Payment, Contractor shall submit a signed certificate of receipt of prior payments and release of claims and rights in connection with prior payments,in a form approved by City. City may, at its option, also require a similar receipt and release of claims and rights from each Subcontractor or supplier performing any Work, prior to making any payment to Contractor. The Subcontractors'and suppliers'receipts and releases shall be in a form approved by City and shall indicate that(except for retainage)all debts for Work performed or materials supplied included on any previous Application for Payment to City from Contractor have been satisfied and that the Subcontractor or supplier waives and releases any and all claims or rights in connection therewith. G. Contractor shall not be entitled to final payment for the Work until Contractor submits a fmal Application for Payment, all requirements of the Contract Documents are complied with, and Resident Project Representative issues his or her certificate to that effect. The Engineer's Certificate of Acceptance will be on the form attached hereto as Exhibit P. City, within thirty (30) days after the delivery of Engineer's Certificate of Acceptance, shall pay Contractor all remaining funds which Contractor is due under this Agreement. H. Acceptance of fmal payment by Contractor shall release City from all further obligations to Contractor, except as to such amounts, if any, Contractor has identified in its final Application for Payment as claimed by Contractor. All claims not identified in the final Application for Payment are waived. Any payment, however final or otherwise, shall not release the Contractor or its sureties from any obligations under the Contract Documents or the Performance and Payment Bonds. I. City may withhold final or any other payment to Contractor on any reasonable basis, including but not limited to the following: 37 1. Unsatisfactory job progress, 2. Defective Work, 3. Failure to make payments to Subcontractors or suppliers, 4. Reasonable evidence that all Work cannot be completed for the unpaid balance of the Contract Amount, 5. Damage by Contractor or Subcontractors or suppliers to property of City or others, 6. Contractor's breach of this Agreement, or 7. Contractor's failure to provide requested documentation. J. The Contractor shall,at the request of City,furnish satisfactory evidence that all obligations to Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, tools and all supplies incurred in the furtherance of the performance of the Work have been paid, discharged or waived. If Contractor does not pay Subcontractors or suppliers for labor and/or material properly provided, City may, but shall not be required to, pay Subcontractors and suppliers directly. Any payments made to Subcontractors and suppliers shall be charged against the Contract Amount. City shall not be liable to Contractor for any such payments made in good faith. This provision shall not confer any right upon any Subcontractor or supplier to seek payment directly from City. K. Notwithstanding any other provision for payment contained herein, in the event the Missouri Department of Labor and Industrial Relations has determined that a violation of Section 292.675 RSMo has occurred and that a penalty shall be assessed, the City shall withhold and retain all sums and amounts due and owning when making payments to Contractor under this Agreement. ARTICLE VII CHANGES/CLAIMS A. City,without invalidating this Agreement,may at any time and without notice to any surety, order additions to, deletions from, or other changes to the Work. Upon receipt of such an order, in writing, Contractor shall proceed as and when directed in the order. Contractor shall not proceed with any addition,deletion,or other change without a written order.No oral direction or order shall constitute authority for Contractor to proceed with any addition,deletion,or other change. If Contractor undertakes any addition,deletion,or other change without a written order from City,Contractor shall not be entitled to any increase in the Contract Amount or the time for performance of the Work, and Contractor shall be solely and completely responsible for the acceptability to City of the addition, deletion, or other change. B. If a change to the Work causes a net increase or decrease in the cost of Contractor's performance,the Contract Amount shall be increased or decreased as follows: 1. If the Work is covered by unit prices set forth in Contractor's Bid for Unit Price Contracts, by application of such unit prices to the quantities of the items involved; or 38 2. If the Work involved is not covered by unit prices set forth in Contractor's Bid for Unit Price Contracts,by a lump sum as to which Contractor and City mutually agree prior to the commencement of performance of the change. C. If a change to the Work causes an increase or decrease in the time required for Contractor's performance, an equitable adjustment to the time for performance shall be made. D. A change in the Contract Amount or the time for performance of the Work shall be accomplished only by written Change Order, which shall state the increase or decrease, if any, in the Contract Amount or the time for performance.No course of conduct or dealings between the parties,nor express or implied acceptance of alterations or additions to the Work, and no claim that City has been unjustly enriched by any alteration or addition to the Work, whether or not there is, in fact, any such enrichment, shall be the basis of any claim to an increase in any amounts due under the Contract Documents or a change in the time for performance of the Work. E. Agreement on any Change Order shall constitute a final settlement of all matters relating to the change in the Work that is the subject of the Change Order, including but not limited to all direct and indirect costs associated with such change and any and all adjustments to the Contract Amount and time for performance of the Work. F. If Contractor is delayed or interfered with at any time in the commencement or prosecution of the Work by an act or neglect of City,an employee,officer,or agent of City,or an architect or engineer 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. I. The Contractor acknowledges and agrees that each lump sum line item in this Agreement includes all labor,materials,equipment, and services necessary to fully complete the described scope of work as shown in the plans,specifications,and other Contract Documents.The Contractor further agrees that it has reviewed the project documents and has made its own estimates of quantities and conditions. The lump sum prices shall not be subject to adjustment due to quantity variations, estimating errors, or any other factors unless: 1. The Owner initiates a written change to the scope of work, drawings, or specifications; or 39 2. There is a material and unforeseeable differing site condition as defined under applicable law or under the terms of this Agreement. Requests for additional compensation not meeting one of the above criteria shall be deemed included in the original lump sum and will not be considered by the Owner. 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 INSURANCE written on an occurrence basis, and agrees it's coverage will not contain any restrictive endorsement(s) excluding or limiting ongoing and completed operations, personal & advertising injury, blanket contractual liability or cross liability, independent contractors, broad form property damage, bodily injury, and agrees it's coverage will not contain any restrictive endorsement(s) excluding explosions, collapse, and underground with a minimum limit of$3,000,000 each occurrence. If a general aggregate limit applies, either the general aggregate limit shall be twice the required per occurrence limit or the general aggregate shall apply separately to this project(ISO CG 20 03),or if there are multiple locations(ISO CG 25 04). 2. COMPREHENSIVE BUSINESS AUTOMOBILE LIABILITY INSURANCE for all owned,non-owned and hired automobiles and other vehicles used by Contractor with a combined single limit of$1,000,000 minimum. 3. WORKERS COMPENSATION INSURANCE with statutory limits required by any applicable Federal or state law and Employers Liability insurance with minimum limit of$1,000,000 per accident. 4. BUILDER'S RISK - Unless otherwise provided, Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located,property insurance written on a builder's risk "all-risk", including testing, when required, or equivalent policy form in the amount of the initial Contract Sum, plus value of subsequent Contract modifications and cost of materials supplied or installed by others, comprising total value for the entire Project at the site on a replacement cost basis without optional deductibles. The Contractor shall be solely responsible for any deductible amounts. Such property insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the City has an insurable interest in the property, whichever is later. This insurance shall include interests of the City, the Contractor, subcontractors and sub- subcontractors and suppliers in the Project. Such coverage shall name the City as a loss payee as their interest may appear. 40 If the project does not involve new or major reconstruction, at the option of the City, an Installation Floater may be acceptable. For such projects, an Installation Floater shall be obtained that provides for the improvement, remodel, modification, alteration, conversion or adjustment to existing buildings, structures, and equipment. The Installation Floater shall provide property damage coverage for any building, structure, or equipment damaged, impaired, broken, or destroyed during the performance of the work, including transit, installation, and testing at the City's site. 5. CLAIMS-MADE POLICIES -If any of the required policies provide coverage on a claims-made basis: • The retroactive date must be shown, and this date must be before the execution date of the contract or the beginning of contract work. • Insurance must be maintained, and evidence of insurance must be provided for at least five(5)years after completion of the contract of work. • If coverage is canceled or non-renewed, and not replaced with another claims- made policy form with a Retroactive Date prior to the contract effective date,the Consultant must purchase"extended reporting"coverage for a minimum of five (5)years after completion of contract work. • If the services involve lead-based paint or asbestos identification/remediation, the Contractors Pollution Liability policy shall not contain a mold exclusion, and the definition of Pollution shall include microbial matter, including mold. 6. UMBRELLA OR EXCESS LIABILITY may satisfy minimum liability limits required above for Commercial General Liability (CGL) under an Umbrellas or Excess Liability policy. There is no minimum Per Occurrence limit of liability under the Umbrellas or Excess Liability: however, the Annual Aggregate limit shall not be less than the highest Each Occurrence limit for either Commercial General Lability or Business Auto Liability. Contractor agrees to endorse the City its officers, agents, volunteers, lessees, invitees and employees, covered as an additional insured on the Umbrellas or Excess Liability and the Certificate of Insurance states that the Umbrella or Excess Liability provides coverage on a"Follow-Form"basis. B. Prior to construction starting,Contractor shall furnish the City with certificates of insurance evidencing the required coverage, conditions, and limits required by this agreement and make the City, its officers,agents,volunteers,lessees,invitees,and employees,covered as an additional insured on each policy of insurance that Contractor is required to maintain under the contract documents and provide the appropriate additional insured endorsement(s). Each additional insured endorsement shall expressly afford coverage to the additional insured's not only arising out of the named insured's operations or work but also arising out of the named insured's completed operations.All insurance shall be written by an insurer or insurers acceptable to City and with a minimum financial rating not lower than "A-" in Best's Insurance Guide, latest edition. C. City's receipt or review of any certificate of insurance reflecting that Contractor or one of its subcontractors or suppliers has failed or may have failed to comply with any insurance requirement of the contract documents shall not constitute a waiver of any of City's insurance rights under the contract documents,with all such rights being fully and completely reserved by the City. 41 D. Contractor hereby agrees to waive rights of subrogation which any insurer of Contractor may acquire from Contractor by virtue of the payment of any loss. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation. The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the City for all work performed by the Contractor,its employees, agents,and subcontractors. E. Similarly, Contractor shall require insurance with the same coverage and limits from its subcontractors and suppliers,and their insurance policies shall be endorsed to name the same additional insureds as required of Contractor. F. All completed operations coverages shall be maintained by Contractor and its subcontractors or suppliers for five (5)years following the completion of the Project. G. Any coverage available to the City as a named insured shall be secondary, so that the coverage to the City as an additional insured on the policies maintained by Contractor and subcontractors is primary, including any umbrellas or excess policies. H. No provision of this agreement shall constitute a waiver of the member's right to assert a defense based on sovereign immunity, official immunity, or any other immunity available under law. For any claim or suit seeking damages from the Missouri municipality scheduled in this endorsement because of"bodily injury", "property damage", or "personal and advertising injury" caused by "your work", the coverage provided herein does not apply to any claim or "suit" which is barred by the doctrines of sovereign immunity,qualified immunity,and/or official immunity although defense of such actions will be provided. No provision of this condition of coverage, endorsement, or this policy, will constitute a waiver of this company's right to assert a defense based on the doctrines of sovereign immunity, qualified immunity, and/or official immunity. I. If the contractor maintains broader coverage and/or higher limits than the minimums shown above,the City requires and shall be entitled to the broader coverage and/or the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. J. If Contractor is a transient employer as defined in Section 285.230 RSMo,Contractor must post in a prominent and easily accessible place at the Work site a clearly legible copy of the following: (1)the notice of registration for employer withholding issued to such transient employer by the Director of Revenue; (2) proof of coverage for workers' compensation insurance or self-insurance signed by the transient employer and verified by the Department of Revenue through the records of the Division of Workers' Compensation; and(3) the notice of registration for unemployment insurance issued to such transient employer by the Division of Employment Security. Any transient employer failing to comply with these requirements shall,under Section 285.234 RSMo be liable for a penalty of$500 per day until the notice required by this Paragraph are posted as required by law. K. Any self-insured retention(SIR)must be declared to and approved by the city prior to any work being performed under this agreement. When the SIR exceeds$25,000,the city may require proof of ability to pay all claims handling and defense costs, such as an audited fmancial statement or bond. Any SIR is the sole responsibility of the contractor or sub-contractor, if any. The city reserves the right 42 to deduct from the final payment to the contractor any unsatisfied SIR which would result in a lien against the project. All SIRs will be shown on the Certificate of Insurance. ARTICLE IX INDEMNITY A. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless City, its employees, officers, and agents, volunteers, invitees, and lessees, 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. 43 B. Contractor represents and warrants that no payments have been or shall be made, directly or indirectly,by or on behalf of Contractor to or for the benefit of any officer,employee,or agent of City who may reasonably be expected to influence the decision to requisition issue or take any action with respect to this Agreement. Contractor shall allow a mutually agreeable nationally recognized certified public accounting firm to examine, at City's expense, such of Contractor's books and records as may be necessary, in the accountant's reasonable opinion, to verify Contractor's compliance with this Article. C. No official of the City who is authorized in such capacity and on behalf of the City to negotiate, make, accept, or approve, or to take part in negotiating, making, accepting, or approving any architectural, engineering, inspection, construction, or material supply contract or any subcontract in connection with the construction of the Project, shall become directly or indirectly interested personally in this Agreement or in any part hereof.No officer, employee, architect, attorney,engineer,or inspector of or for the City who is authorized in such capacity and on behalf of the City to exercise any legislative, executive,supervisory,or other similar functions in connection with the construction of the Project,shall become directly or indirectly interested personally in this Agreement or in any part thereof,any material supply contract, subcontract, insurance contract, or any other contract pertaining to the Project. ARTICLE XII RECORDS REGARDING PAYMENT For a period of at least two(2)years after final payment to Contractor,Contractor shall maintain, in accordance with generally accepted accounting principles, such records as are necessary to substantiate that all Applications for Payment hereunder were valid and properly chargeable to City. For lump sum contract Work, the records shall demonstrate that the City was billed at appropriate times for proper percentages of completion and for payments to Subcontractors and suppliers. For any Work, including extra Work, not charged on a lump sum basis,the records to be maintained hereunder include but are not limited to all contracts,subcontracts,material bills,correspondence,accounting records,time sheets, payroll records, canceled checks, orders, and invoices pertaining to City's account. City or its representative shall, upon reasonable prior notice to Contractor, be given the opportunity to audit these records at any time during normal business hours to verify the accuracy of Contractor's invoices and charges. ARTICLE XIII NOTICES A. The following persons are designated by the respective parties to act on behalf of such party and to receive all written notices and Applications for Payment: If to the City: If to the Contractor: Noel Bennion Name: Christina Gunter 2950 NW Vivion Rd. Title: President City of Riverside, MO 520 Division Riverside, MO 64150 Kansas City, KS 66103 nbennionariversidemo.gov Email:christina@gunterkc.com 44 with a copy to: McClure Matt Eblen 1700 Swift St, Suite 100 North Kansas City,MO 64116 meblen@mcclurevis ion.com B. Any notice required by the Contract Documents to be given in writing or that either City or Contractor wishes to give to the other in writing shall be signed by or on behalf of the party giving notice. The notice shall be deemed to have been completed when sent by certified or registered mail to the other party at the address set forth herein,or delivered in person to said party or their authorized representative. C. Contractor's designated representative shall be available to meet with City at any time during the performance of the Work and shall have full authority to act on Contractor's behalf on any matter related to this Agreement and/or the Work. ARTICLE XIV DEFAULT AND TERMINATION A. If Contractor fails to comply,becomes unable to comply,or with reasonable probability(as determined solely by City)will become unable to comply with any of Contractor's obligations under the Contract Documents, including but not limited to (1) failure at any time to furnish sufficient labor or supervision,sufficient materials or services(including but not limited to insurance and bonds)complying with the Contract Documents, or sufficient or properly operating tools, equipment, or other items necessary for the performance of the Work, (2) failure in any respect to prosecute the Work with promptness and diligence, (3) causing any stoppage of, delay in, or interference with any work of City or any others on the Project, (4) abandonment by Contractor of all or any part of the Work, or (5) bankruptcy,insolvency or general assignment for the benefit of creditors by Contractor,Contractor shall be in default, and if the default is not corrected to City's satisfaction within seventy-two (72) hours of delivery of a written notice to Contractor to correct such default,City may, in addition to any other right or remedy City may have,terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and finish the Work by whatever method the City may deem expedient to correct the default, at Contractor's expense. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If such costs exceed the unpaid balance due to Contractor, the Contractor will pay the difference to the City. B. If City exercises its right to take over and complete any part or all of the Work,City and its designees shall have access to and may take possession of Contractor's materials,tools, equipment,and other items at the Project site,en route to the site,or in storage or being manufactured or fabricated away from the site, as may be necessary to prosecute the Work taken over by City, and may employ Contractor's employees or former employees, all without any liability to Contractor. 45 C. Contractor shall be liable for and shall pay to City all costs and expenses of whatsoever nature incurred by City as a result of any default by Contractor, including but not limited to the cost of labor,supervision,materials,tools,equipment,services,overhead,travel,and legal and accounting fees. Contractor also shall be liable for and shall pay to City all charges, liabilities, fines, penalties, losses, damages,and claims sustained by or assessed against City as a result of any delay or disruption resulting from any default by Contractor. The total amount of such costs, expenses, charges, liabilities, fines, penalties, losses, damages, and claims may be deducted by City from the amount, if any, otherwise due Contractor, and Contractor shall pay City the full amount of any excess of such total over the amount otherwise due Contractor. D. No right or remedy conferred upon or reserved to City by the Contract Documents is exclusive of any other right or remedy provided or permitted in the Contract Documents or by law or equity,but each right or remedy is cumulative of every other right or remedy, and every right or remedy may be enforced concurrently or from time to time. No exercise by City of any right or remedy shall relieve Contractor from full and absolute responsibility for all of Contractor's obligations under the Contract Documents. E. No failure or delay of City to give notice to correct any default of Contractor or to exercise any of City's rights or remedies shall waive or excuse the default, and City shall remain free to pursue all rights and remedies. No failure of City to insist, in any one or more instances,upon the performance of any of Contractor's obligations under the Contract Documents shall be deemed or construed as a waiver or relinquishment of City's right to insist upon strict performance of the obligation in any future instance. F. If through no act or fault of the Contractor,the Work is suspended for a period of more than ninety(90) days by the City or under an order of court or other public authority, or the City fails to act on any request for payment within thirty (30) days after it is submitted, or the City fails to pay the Contractor substantially the sum approved by the Resident Project Representative and Administrator, then the Contractor may after ten (10) days from delivery of written notice to the City terminate the Agreement and recover from the City payment for all Work executed. G. The City, without terminating the service of the Contractor or written notice to the Surety, through the Administrator may withhold, without prejudice to the rights of the City under the terms of the Agreement, or on account of subsequently discovered evidence, nullify the whole or part of any approved partial payment estimate to such extent as may be necessary to protect the City from loss on account of(1)defective Work not remedied, (2)claims filed or reasonable evidence indicating probably filing of claims, (3) failure of Contractor to make payments property to Subcontractors or for material or labor,(4)a reasonable doubt that the Work can be completed for the balance then unpaid,(5)damages to another contractor, or(6)performance of Work in violation of the terms of the Contract Documents. ARTICLE XV TERMINATION FOR CONVENIENCE Notwithstanding anything contained herein to the contrary,City may,at any time,for any reason, and without Contractor's being in default, terminate Contractor's performance of any part or all of the Work for City's own convenience by giving written notice to Contractor. Upon receipt of notice of termination for City's convenience, Contractor shall, to the extent directed by City, stop Work and turn 46 over to City or City's designee materials and equipment purchased for the Work. City shall pay Contractor, in accordance with the Contract Documents, for only so much of the Work as is actually performed as of the termination for convenience.City shall not be obligated to Contractor for any further payment, including but not limited to prospective overhead or profit on unperformed Work. If a termination by City of Contractor's right to proceed on the ground of default by Contractor is determined later to have been improper,the termination automatically shall be converted to a termination for City's convenience, and City's obligation to Contractor shall be limited to payment to Contractor as provided in this Article. ARTICLE XVI COMPLIANCE WITH LAWS A. Contractor shall comply strictly with all federal, state, and local laws, ordinances, rules, regulations, orders, and the like applicable to the Work, including, but not limited to any applicable prevailing wage and prompt payment laws and all U.S. Army Corps of Engineers guidelines, rules, regulations, and criteria for Work within or adjacent to a flood control project area. Contractor shall secure all permits from public and private sources necessary for the fulfillment of Contractor's obligations under the Contract Documents. B. With each Application for Payment submitted by Contractor to City, Contractor shall include (a)a signed statement, in form acceptable to City, showing, for each weekly payroll period that ended during the period covered by the Application for Payment, the name, address, social security number,occupation,and craft of each worker employed by Contractor in connection with the Work and, for each such worker, the number of hours worked each day, the total hours worked during the payroll period, the gross amount earned, an itemization of all deductions, and the net wages paid and (b) a corresponding statement from each Subcontractor of any tier that employed any workers in connection with the Work during the period covered by the Application for Payment. C. This Agreement shall be governed by and construed in accordance with the laws of the State of Missouri. ARTICLE XVII LABOR STANDARDS PROVISIONS A. MISSOURI PREVAILING WAGE LAW. Not less than the prevailing hourly rate of wages established by the Missouri Department of Labor and Industrial Relations Division of Labor Standards,as set out in the wage order set forth in Exhibit D attached to and made a part of,shall be paid to all workers performing Work under the Agreement. An Affidavit of Compliance with the Prevailing Wage Law as set forth in Exhibit L shall be completed by Contractor and every Subcontractor employed on the Project prior to final payment. The Contractor will forfeit a penalty to the City of$100 per day (or portion of a day) for each worker that is paid less than the prevailing rate for any Work done under the contract by the Contractor or by any Subcontractor. B. EXCESSIVE UNEMPLOYMENT. During periods of excessive unemployment (any month immediately following two consecutive calendar months during which the level of unemployment in the state has exceeded five percent(5%)as measured by the United States Bureau of Labor Statistics) only Missouri labors(persons who have resided in Missouri for at least thirty days and intend to become 47 or remain Missouri residents) and laborers from non-restrictive states (persons who are residents of a state which has not enacted state laws restricting Missouri laborers from working on public works projects in that state, as determined by the Labor and Industrial Relations Commission), may be employed under the contract, except that other laborers may be used when Missouri laborers or laborers from nonrestrictive states are not available, or are incapable of performing the particular type of work involved, if so certified by the Contractor and approved by the City. C. UNDERPAYMENT OF WAGES. In case of underpayment of wages by the Contractor or by any Subcontractors to laborers or mechanics employed by the Contractor or Subcontractor upon the Work covered by this Agreement, the City, in addition to such other rights as may be afforded it under this Agreement shall withhold from the Contractor, out of any payments due the Contractor, so much thereof as the City may consider necessary to pay such laborers or mechanics the full amount of wages required by this Agreement. The amount so withheld may be disbursed by the City, for and on account of the Contractor or the Subcontractor(as may be appropriate), to the respective laborers or mechanics to whom the same is due or on their behalf to plans, funds, or programs for any type of fringe benefit prescribed in the applicable wage determination. D. LIMITATIONS ON EMPLOYMENT. No person under the age of sixteen(16)years and no person who, at the time, is serving sentence in a penal or correctional institution shall be employed on the Work covered by this Agreement. ARTICLE XVIII EQUAL EMPLOYMENT OPPORTUNITY The Contractor will not discriminate against any employee or applicant for employment because of race, color,religion, sex,or national origin. The Contractor will take affirmative action to ensure that applicants and employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, employment, upgrading, demotion,or transfer;recruitment,or recruitment advertising;layoff or termination;rates of pay or other forms of compensation; and selection for training, including apprenticeship. ARTICLE XIX SUBCONTRACTS,ASSIGNMENT,OR TRANSFER A. Except with the prior written consent of City, Contractor shall not assign this Agreement or any money due or to become due Contractor or issue a subcontract or purchase order to any person or entity for any or all of the Work. City's consent to any assignment, subcontract, or purchase order shall not relieve Contractor from any obligation under the Contract Documents, nor shall it create any obligation from City to any assignee, Subcontractor,or vendor. B. Each subcontract or purchase order issued by Contractor for any of the Work shall be in writing and shall provide that City is an intended third-party beneficiary of the subcontract or purchase order. C. The Contractor shall be fully responsible to the City for the acts and omissions of its Subcontractors,and of person either directly or indirectly employed by them, as the Contractor is for the acts and omissions of person directly employed by it. 48 D. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the Work to bind Subcontractors to the Contractor by the terms of the Contract Documents insofar as applicable to the Work of Subcontractors and give the Contractor the same power as regards terminating any Subcontract that the City may exercise over the Contractor under any provision of the Contract Documents. Nothing contained in this Agreement shall create any contractual relation between any Subcontractor and the City. E. Each subcontract or purchase order issued by Contractor for any of the Work shall provide that it is freely assignable by Contractor to City. Contractor hereby assigns to City all its interest in any present or future subcontract or purchase order issued by Contractor for any or all of the Work. This assignment shall be effective upon acceptance by City in writing and only as to the specific subcontract(s) and/or purchase order(s) that City designates in the writing. This assignment may be accepted by City at any time, whether before or after final payment to Contractor, and may not be withdrawn by Contractor without City's written consent. ARTICLE XX SEPARATE CONTRACTS A. The City reserves the right enter into other contracts in connection with the Project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their Work, and shall properly connect and coordinate the work with theirs. If the proper execution or results of any part of the Contractor's Work depends upon the work of any other contractor, the Contractor shall inspect and promptly report to the Administrator any defects in such work that render it unsuitable for such proper execution and results. B. The City may perform additional work related to the Project or the City may enter into other contracts containing provisions similar to these.The Contractor will afford the other contractors who are parties to such contracts (or the City, if the City is performing the additional work) reasonable opportunity for the introduction and storage of materials and equipment and the execution of work, and shall properly connect and coordinate the Work with theirs. C. If the performance of additional work by other contractors or the City is not noted in the Contract Documents prior to the execution of the contract, written notice thereof shall be given to the Contractor prior to starting any such addition work. If the Contractor believes that the performance of such additional work by the City or others involves it in additional expense or entitles it to any extension of the contract time the Contractor may make a claim thereof as provided in Article VII. ARTICLE XXI ACCESS TO SITE/CLEANING UP A. Contractor shall ensure that the Work, at all times, is performed in a manner that affords reasonable access,both vehicular and pedestrian, around the site of the Work and all adjacent areas. B. Representatives of City may inspect or review any Work performed by Contractor, and consult with Contractor, at any time. City's inspections or reviews shall not constitute acceptance or 49 approval of Work unless specifically stated in writing. Contractor shall meet with City at the request of City. C. Contractor shall at all times,during performance of the Work,keep the Project site clean and free from debris resulting from the Work. Prior to discontinuing Work in an area,Contractor shall clean the area and remove all rubbish and its construction equipment, tools, machinery, waste, and surplus materials. Contractor shall make provisions to minimize and confine dust and debris resulting from construction activities. If Contractor fails to comply with cleanup duties within twenty-four(24) hours after written notification from City of non-compliance, City may implement cleanup measures without further notice and deduct the cost from any amounts due or to become due Contractor. ARTICLE XXII COMPETENCE Contractor represents and warrants that it maintains all necessary licenses, registration, competence,and experience to perform all the Work. ARTICLE XXIII WARRANTY A. Contractor shall exercise high professional skill, care, and diligence in the performance of the Work, and shall carry out its responsibilities in accordance with customarily accepted good professional practices. The Contractor shall guarantee all materials and equipment furnished and Work performed for a period of one (1) year from the date of completion and acceptance of the Work. The Contractor warrants and guarantees for one (1)year from the date of completion and acceptance of the Work that the completed Work is free from all defects due to faulty materials or workmanship. The date of completion for all scopes of work shall be the last date of acceptance of all Work in this Agreement. Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repair of any other damages that were caused by defects in the Work, at its own expense. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor fails to make such repairs,adjustments or other Work that may be necessary by such defects,the City may do so and charge the Contractor the cost thereby incurred. In emergency where,in the judgment of the City, delay would cause serious loss or damage, repairs and replacement of defects in the Work and damage caused by defects may be made without notice being sent to the Contractor,and the Contractor shall pay the cost thereof. The Performance Bond shall remain in full force and effect through the warranty period. Neither final payment, Engineer's Final Certificate, nor any other provision in the Contract Documents shall affect Contractor's obligation to complete the Work free of defects in workmanship and material. B. Contractor shall remain solely responsible for the performance of the Work as required by the Contract Documents, notwithstanding any suggestions or observations made by another person or entity with respect to the Work. C. This Article does not establish a period of limitation with respect to any obligation of Contractor under the Contract Documents,and does not limit the time allowed by law for any action for breach of such obligation. 50 ARTICLE XXIV STORAGE OF MATERIALS AND EQUIPMENT The Contractor shall provide at its own expense and without liability to the City any additional land and access thereto that the Contractor may desire for temporary construction facilities,or for storage of materials. Only materials and equipment that are to be used directly in the Work shall be brought to and stored at the Project site by Contractor. After equipment is no longer required for the Work, it shall be promptly removed from the Project site.Protection of construction materials and equipment stored at the Project site from weather, theft, and all other casualty or damage is solely the responsibility of Contractor. ARTICLE XXV TAXES A Missouri Sales Tax Project Exemption Certificate (Missouri Department of Revenue Form 5060)will be provided by the City for the purchase of any materials or personal property incorporated into or consumed in the Project, pursuant to RSMo 144.062. The Contractor will pay all other sales, consumer,use and other similar taxes required by the State of Missouri or other taxing jurisdiction. ARTICLE XXVI SAFETY A. Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with performance of the Work and shall take reasonable precautions for the safety of, and shall provide reasonable protection to prevent damage, injury, or loss to(1)employees and other persons at the Project site or who may be affected by the Work,(2)materials and equipment stored at on-site or off-site locations for use in performance of the Work, and (3) other property at the Project site or in its vicinity, such as trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall give notices required by and comply strictly with applicable laws, ordinances, rules, regulations, orders, and the like bearing on safety of persons or property or their protection from damage, injury, or loss. The Contractor will erect and maintain, as required by the conditions and progress of the Work,all necessary safeguards for safety and protections. The Contractor will notify owners of adjacent utilities when prosecution of the Work may affect them. The Contractor will remedy all damage, injury or loss to any property caused directly or indirectly,in whole or part,by the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone whose acts any of them may be liable. C. The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of its prosecution of the Work. The safety provisions of applicable laws and building and construction codes shall be observed and the Contractor shall take or cause to be taken, such additional safety and health measures as the City may determine to be reasonably necessary. D. Pursuant to Section 292.675 RSMo, Contractor shall provide a ten (10)hour Occupational Safety and Health Administration (OSHA) construction safety program for all employees who will be 51 on-site at the Project. The construction safety program shall include a course in construction safety and health that is approved by OSHA or a similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program as required by Section 292.675 RSMo. Contractor shall require its on-site employees to complete a construction safety program within sixty(60)days after the date Work on the Project commences. Contractor acknowledges and agrees that any of Contractor's employees found on the Project site without documentation of the successful completion of a construction safety program shall be required to produce such documentation within twenty (20) days, or will be subject to removal from the Project. Contractor shall require all of its Subcontractors to comply with the requirements of this Paragraph and Section 292.675 RSMo. E. Contractor shall forfeit to the City as a penalty two thousand five hundred dollars ($2,500.00), plus one hundred dollars ($100.00) for each on-site employee employed by Contractor or its Subcontractor, for each calendar day, or portion thereof, such on-site employee is employed without the construction safety training required herein. The penalty described in this Paragraph shall not begin to accrue until the time periods herein have elapsed. Violations of this requirement and imposition of the penalty described in this Paragraph shall be investigated and determined by the Missouri Department of Labor and Industrial Relations. F. If City deems any part of the Work or the Project site unsafe, City, without assuming responsibility for Contractor's safety program,may require Contractor to stop performance of the Work or take corrective measures satisfactory to City, or both. If Contractor does not adopt corrective measures, City may perform them or have them performed and deduct their cost from the Contract Amount. Contractor shall make no claim for damages, for an increase in the Contract Amount, or for a change in the time for performance of the Work based on Contractor's compliance with City's reasonable request. ARTICLE XXVII AUTHORIZED EMPLOYEES Contractor acknowledges that Section 285.530 RSMo prohibits any business entity or employer from knowingly employing, hiring for employment, or continuing to employ an unauthorized alien to perform work within the State of Missouri. Contractor therefore covenants that it is not knowingly in violation of subsection 1 of Section 285.530 RSMo, and that it will not knowingly employ, hire for employment,or continue to employ any unauthorized aliens to perform Work on the Project, and that its employees are lawfully eligible to work in the United States. ARTICLE XXVIII INDEPENDENT CONTRACTOR Contractor is an independent contractor,and neither Contractor or any Subcontractors, suppliers, employees, or agents shall be deemed an employee or agent of City for any purpose. 52 ARTICLE XXIX CONFLICT Contractor shall promptly upon discovery notify City of any conflict,ambiguity or inconsistency in the Contract Documents, or between any Contract Document and actual field conditions, and City shall resolve such conflict, ambiguity or inconsistency in its sole discretion. ARTICLE XXX PERFORMANCE, PAYMENT,AND MAINTENANCE BONDS The Contractor shall within ten (10) days after the receipt of the Notice of Award furnish the City with a Performance Bond and Payment Bond in forms set forth in Exhibits A and B in an amount at least equal to one hundred percent(100%)of the contract price, conditioned upon the performance by the Contractor all undertakings,covenants,terms,conditions and agreements of the Contract Documents, and upon the prompt payment by the Contractor to all persons supplying labor and materials in the prosecution of the Work provided by the Contract Documents. Such bonds shall be executed by the Contractor and a corporate bonding company licensed to transact such business in the state in which the Work is to be performed and named on the current list of"Surety Companies Acceptable on Federal Bonds"as published in the Treasury Department Circular Number 570 and shall have a rating of at least "A-" from Best's. The expense of these bonds shall be borne by the Contractor. If at any time a surety on any such bond is declared a bankrupt or loses its right to do business the state in which the Work is to be performed or is removed from the list of Surety Companies accepted on Federal Bonds,Contractor shall within ten(10)days after notice from the City to do so,substitute an acceptable bond(or bonds)in such form and sum and signed by such other surety or sureties as may be satisfactory to the City. The premiums on such bond shall be paid by the Contractor. No further payment shall be deemed due nor shall payment be made to Contractor until the new surety or sureties shall have furnished an acceptable bond to the City. Contractor shall provide a maintenance bond in accordance with Exhibit C and in an amount equal to 50% of the cost of the Work, which shall be in effect for a term of two (2) years from the date that the Owner issues a certificate of substantial completion for such improvement covered by the bond, conditioned upon the faithful performance of the provisions, terms and conditions of this contract. The maintenance bond shall name the Owner as an oblige. ARTICLE XXXI SEVERABILITY Should any specific provision of this Agreement or other Contract Documents be found to be unenforceable, the remaining provisions shall remain in full force and effect. ARTICLE XXXII NO PRESUMPTION AGAINST THE DRAFTER No presumption or inference against the City shall be made because of the City's preparation of this Agreement or other Contract Documents. 53 ARTICLE XXXIII DISPUTES/ATTORNEY FEES A. If a dispute arises out of or relates to this Agreement or other Contract Documents, or the breach thereof, and if the dispute cannot be resolved through negotiation, City and Contractor shall first try in good faith to resolve the dispute by mediation before resorting to litigation. Unless City and Contractor agree otherwise,the mediation shall be administered by the American Arbitration Association under its Construction Industry Mediation Rules. B. In the event of litigation between Contractor and City concerning the Project or this Agreement or other Contract Documents,the prevailing party shall be entitled to recover from the other party its reasonable attorney fees, costs, and expenses arising from such litigation. ARTICLE XXXIV TITLES The titles given to the Articles in this Agreement are for ease of reference only and shall not be relied upon or cited for any other purpose. Specifically,but without limitation,the titles shall not define or limit any of the provisions of any of the Articles. ARTICLE XXXV PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Agreement shall be deemed to be inserted herein and this Agreement shall be read and enforced as though it were included herein,and if through mistake or otherwise any such provision is not inserted,or is not correctly inserted,then upon the application of either party this Agreement shall forthwith by physically amended to make such insertion or correction. All such laws, orders and regulations are applicable to this Project and are made a part hereof by reference. ARTICLE XXXVI ENTIRE AGREEMENT This Agreement and the other Contract Documents constitute the entire agreement between the parties with respect to their subject matter. Any prior agreements, understandings, or other matters, whether oral or written, are of no further force or effect. Subject to Article VII of this Agreement, this Agreement and any other Contract Document may be amended, changed, or supplemented only by written agreement executed by both of the parties. THIS AGREEMENT shall be binding on the parties only after it has been duly executed by City and Contractor. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] 54 I IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their authorized representatives. APPROVED AS TO FORM: ATTORNEY: By: Qfti4 'v A---k.A, Attorney, P0i A l .c (4i b COUNTERSIGNED BY: CITY PURCHASING AGENT:: By: Brian . Koral City dministrator CITY OF RIVERSIDE: BY: .0fl d a een L. Rose, Mayor ATTE// Robin Kincaid, ity Clerk CONTRACTOR: - Gunter Construction Company ,,, (Signature) Printed Name: Christina Gunter Title: President ATTEST: gleptaxi . /(A)tt---v SECRETARY, Stephanie Gunter, Vice President (Name Printed) 55 EXHIBIT A Bond No. 8055509 PERFORMANCE BOND FOR THE FAITHFUL PERFORMANCE of each of the terms and stipulations of the AGREEMENT between the CITY OF RIVERSIDE and CONTRACTOR, for construction of EH YOUNG SIGN SCULPTURE BASE (PROJECT NO: 352-024), dated June 17,2025 , 2025, designated Resolution No. 2025-CP, in every particular, Gunter Construction Company, as Principal, and Amerisure Mutual Insurance Company ,as Surety,hereby firmly bind themselves and their respective heirs, executors, administrators, successors, and assigns,jointly and severally, unto the City of Riverside, Missouri, ("City") in the total aggregate penal sum of One Hundred Two Thousand Nine Hundred Ninety-Seven Dollars($102,997.00)lawful money of the United States,by these presents: THE CONDITION OF THIS OBLIGATION is such that in the event Principal shall faithfully and properly complete the Work required by the Contract Documents described in the Agreement and perform all of its duties, obligations, covenants, and conditions pursuant to the terms of the Contract Documents during the original term thereof, and any extensions thereof which may be granted by the City, including, without limitation, all warranty obligations and duties and if the Principal shall satisfy all claims and demands incurred under such Agreement,and shall fully indemnify and hold harmless the City from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the City for all outlay and expense which the City may incur in making good any default,then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED FURTHER, Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work or to the specifications. PROVIDED FURTHER, that it is expressly agreed that the bond shall be deemed amended automatically and immediately, without formal and separate amendments hereto, upon amendment to the Agreement not increasing the Agreement price more than twenty percent(20%), so as to bind the Principal and the Surety to the full and faithful performance of the Agreement as so amended.The term"Amendment", wherever used in this bond,and whether referring to this bond or the Agreement,shall include any alteration, addition,extension,or modification of any character whatsoever. 56 The Performance Bond above is accepted by the City thisl7th day of June , 2025. Gunter Construction Company CONTRTTO S PRINCI L By: (Signature) Printed Name: C 43 G* Title: c , gct I hereby certify that (1) I have authority to execute this document on behalf of Surety; (2) Surety has an A.M. Best rating of A- or better; (3) Surety is named in the current list of Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and Acceptable Reinsuring Companies: as published in Circular 570 (most current revision) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury; and (4) Surety is duly licensed to issue bonds in the State of Missouri and in the jurisdiction in which the Project is located. Amerisure Mutual Insurance Company SURETY BY: C.AUJOittS EiWnlar (Signature) Printed Name: C. LaVonne Engeman Title: Attorney-in-Fact Date: June 17, 2025 Note: • Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT. • If Contractor is a partnership,all partners must execute the Bond. SURETY POWER OF ATTORNEY MUST BE ATTACHED 57 EXHIBIT B Bond No. 8055509 PAYMENT BOND KNOW ALL PERSONS BY THESE PRESENTS: that Gunter Construction Company a Corporation, hereinafter called Principal, and Amerisure Mutual Insurance Company , hereinafter called Surety,are held and firmly bound unto the CITY OF RIVERSIDE,MISSOURI("City"),and unto all persons,firms and corporations who or which may furnish labor,or who furnish materials to perform as described under the Agreement and Contract Documents more fully described below and to their successors and assigns in the total aggregate penal sum of One Hundred Two Thousand Nine Hundred Ninety-Seven Dollars ($102,997.00) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that WHEREAS,the Principal entered into a certain Agreement with the City, dated the 17th day of June , 2025, for the construction of EH YOUNG SIGN SCULPTURE BASE(PROJECT: 352-024)approved by Resolution No. 2025-Og7 NOW,THEREFORE,in the event Principal shall pay the prevailing hourly rate of wages for each craft or type of worker required to execute the Work required by the Contract Documents described in the Agreement in the locality as determined by the Department of Labor and Industrial Relations of Missouri or by final judicial determination pursuant to the provisions of Sections 290.010 to 290.340 and 290.550 through 290.580, inclusive,of the Revised Statutes of Missouri, and shall timely pay to the proper parties all amounts due for material, machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums, workers' compensation, and all other kinds of insurance, on such Work, and for all labor performed in such Work whether by Principal, Subcontractor, or otherwise, then this obligation to be void, otherwise to remain in full force and effect,and the same may be sued on at the instance of any Subcontractor,material supplier, laborer, mechanic, or other interested party, in the name of the City of Riverside, to the use of such parties, for any breach of the considerations hereof. Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work to be performed thereunder shall in any wise affect 58 • its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work. The Payment Bond above is accepted by the City this 17th day of June ,2025. Gunter Construction Company CONT � AS AL By: ,C1'/10 (Signature) Printed Name: \(\( , Title: ‘ Us5L I hereby certify that (1) I have authority to execute this document on behalf of Surety; (2) Surety has an A.M. Best rating of A- or better; (3) Surety is named in the current list of Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and Acceptable Reinsuring Companies: as published in Circular 570 (most current revision) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury; and (4) Surety is duly licensed to issue bonds in the State of Missouri and in the jurisdiction in which the Project is located. Amerisure Mutual Insurance Company SURETY By: �• Z�� � (Signature) Printed Name: C. LaVonne Engeman Title: Attorney-in-Fact Date: June 17, 2025 Note: • Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT • If Contractor is a partnership, all partners must execute the Bond. SURETY POWER OF ATTORNEY MUST BE ATTACHED 59 EXHIBIT C MAINTENANCE BOND TWO YEAR MAINTENANCE BOND Bond Number: 8055509 CITY OF RIVERSIDE,MISSOURI PROJECT: EH YOUNG SIGN SCULPTURE BASE(PROJECT:352-024) KNOW ALL MEN BY THESE PRESENTS, that we the undersigned Gunter Construction Company, hereinafter referred to as "Contractor", and Amerisure Mutual Insurance Company Corporation organized under the laws of the State of Michigan and authorized to transact business in the State of Missouri , as Surety, are held and firmly bound unto the City of Riverside, Missouri hereinafter referred to as"Owner"in the penal sum of fifty one thousand four hundred ninety-eight dollars and fifty cents($51,498.50),lawful money of the United States of America for the payment of which sum, well and truly to be made, we bind ourselves and our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. THE CONDITION OF THE FOREGOING OBLIGATIONS IS SUCH THAT: WHEREAS,the above bonded Contractor has, on the 17th day of June ,20 25 , entered into a written contract with the aforesaid Owner for furnishing all materials, equipment, tools, superintendence, labor, and other facilities and accessories, for the construction of certain improvements as designated, defined and described in the Contract Documents;a copy of which is made a part hereof by this reference. NOW, THEREFORE, if the said Principal shall construct the improvements in such manner that the same shall endure without need of any repairs (whether resulting from defective materials or defective workmanship)for a period of two (2)years from and after the date of acceptance by the City of Riverside,then this obligation shall be void, otherwise to be in full force and effect in which case Contractor and Surety shall be responsible for the prompt payment of the penal sum to the City for such repairs and/or maintenance including any incidental costs associated therein, including but not limited to the costs of consultants and/or engineering investigations,testing, analysis and any other costs incurred to determine the cause of defect and/or the necessary repair and maintenance and attorney fees incurred in the collection of this Bond. PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract Documents, or the work to be performed thereunder, shall in any way affect its obligation on this bond and it does hereby waive notice of any change, extension of time,alteration,or addition to the terms of the Contract Documents,or to the work. IN TESTIMONY WHEREOF,the said Contractor has hereunto set his hand,and the said Surety has caused these presents to be executed in its name, and its corporate seal to hereunto affixed, by its attorney-in-fact duly authorized thereunto so to do,at Kansas City Mo on this the 17th day of June ,20 25 . 60 Amerisure Mutual Insurance Company Gunter Construction Company SURETY COMPANY CONTRACTOR BY see below (SEAL) BY (SEAL) Y6e c&viker,Ytt,SlCkRit BY C.�ia�Q,nw C7% 7WAI(tEAL) C. LaVorine Engeman, (Attorney-in-fact) BY n/a (SEAL) Accompany this bond with the Attorney-in-Fact's authority from the Surety Company (certified to include the date of the bond.) 61 AMERISURE AMERISURE MUTUAL INSURANCE COMPANY V RElY AMERISURE INSURANCE COMPANY AMERISURE PARTNERS INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL\IEN BY THESE PRESENTS:That Amensure Mutual Insurance Company,Amensure Insurance Company and Amensure Partners Insurance Company are corporations duly organized under the laws of the State of Michigan(herein collectively the -Companies"). and that the Companies do hereby make,constitute and appoint C. 1,aVonne Engeman 8055509 Gunter Construction Company The City of Riverside,Missouri Thomas McGee snetei "°°°rwsi of Strategies .its true and lawful Attorney(s)-in Fact.each in their separate capacity if more than one is named above.to sign.execute. seal and acknowledge,for and on its behalf and as its act and deed.bonds or others writings obhgaton•m the nature of a bond on behalf of each of said Companies. as surety,on contracts or suretyship as are or may be required or permitted by law,regulation.contract or otherwise.provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of ONE HUNDRED MILLION ($100,000,000.00) DOLLARS This Power of Attorney is granted and signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of Amensure Mutual Insurance Company-Amensure Insurance Company and Amensure Partners Insurance Company at meetings duly called and held on February 17,2022. "RESOLVED.that any two of the President&Chief Executive Officer,the Chief Financial Officer&Treasurer.the Senior Vice President Surety,the Vice President Surety.or the General Counsel&Corporate Secretary be,and each or any of them hereby is authorized to execute.a Power of Attorney qualifying the attorney-in-fact named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety.and that President&Chief Executive Officer.Chief Financial Officer&Treasurer or General Counsel&Corporate Secretary each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company: FURTHER RESOLVED that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to anycertificate relating thereto electronically/digitally or by facsimile.and any such Power of Attorney or certificate bearing such electronic'digital or facsimile signatures or electronicidrgntal or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond. undertaking or contract of surety to winch it is attached, FURTHER RESOLVED-that any work earned out by the attorney-in-fact pursuant to this resolution shall be vand and binding upon the Company." S U R q w .�ij�RS,•t NSA•• s (0171877.,,SJ....... ......N 1 POR P`:Ppp PO � ,'QQ.�R 4j.9�o r�t�; :moo *0•n�S Michael A.Ito,Senior Vice President Stirety 4.ce".0 SEAL y: SEAL :s ? SEAL ;" woo •o' Ed` 1968 ar im. 2000 0, .d.iCHIG^?.•✓\a { •+�'�ifCh11 G!+: I By. 4.dJ� �CHIGP:�•d �. +/! !s a ?,t Aaron Green,Vice President Surety �1++ b ry * *J a,��y` wV•� "wM W„•r IN WITNESS WHEREOF.Amensure Mutual Insurance Company,Amerisure Insurance Company and Amensure Partners Insurance Company have caused their official seals to be hereunto affixed and these presents to be signed by their authorized officers this 1 St day of January 2025 Amerisure Mutual Insurance Company Amerisure Insurance Company Amerisure Partners Insurance Company State of Illinois County of Kane On this 1st day of January .2025.before me.a Notary Public personally appeared Michael A Ito-of Amensure Mutual Insurance Company Amerisure Insurance Company and Amerisure Partners Insurance Company and Aaron Green of Amensure Mutual Insurance Company.Amensure Insurance Company and Amensure Partners Insurance Company.personally known to me,who being by me duly sworn.acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. nsia L SEAL \ I.RI KIWI' rEorigry rueuc,awn Or�rron ' M.Kemiy.Notary Public so co► :4nm URNS 1EAariasE I Christopher M.Spaude.the duly elected Chief Financial Officer&Treasurer of Amerisure Mutual Insurance Company,Amensure Insurance Company and Amensure Partners Insurance Company.do hereby certify and attest that the above and foregoing is a tune and correct copy of a Power of Attorney executed by said Companies.which remains in full force and effect. IN WITNESS WHEREOF.I have set my hand and affixed the seals of the Companies tins 17 ill day of June __1025 � 27 SEAL k, m 2000 ,ee Chnstophe:- Spaude,Chief Fmsncial Officer&Treasurer EXHIBIT D PREVAILING WAGE RATES Special Wage Determination: Prevailing hourly rates of wages follow, as determined by the Division of Labor Standards, Jefferson City, Missouri. 62 Missouri Division of Labor Standards WAGE AND HOUR SECTION OF THE ST 4'1.k5,...'`,!!r'it a 1 0 .,F,4.4% ill y y_ occcx_ '/0 MICHAEL L. PARSON, Governor Annual Wage Order No. 31 Section 083 PLATTE COUNTY In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection in triplicate with the Labor and Industrial Relations Commission, P.O. Box 599, Jefferson City, MO 65102- 0599. Such objections must set forth in writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. Original Signed by Todd Smith, Director Division of Labor Standards Filed With Secretary of State: March 8, 2024 Last Date Objections May Be Filed: April 8, 2024 Prepared by Missouri Department of Labor and Industrial Relations Building Construction Rates for Section 083 PLATTE County "Prevailing OCCUPATIONAL TITLE Hourly Rate Asbestos Worker $70 89 Boilermaker $33.79* Bricklayer-Stone Mason $62.40 Carpenter $64.93 Lather Linoleum Layer Millwright Pile Driver Cement Mason $33.79* Plasterer Communication Technician $65.26 Electrician(Inside Wireman) $70 09 Electrician Outside Lineman $33.79* Lineman Operator • Lineman-Tree Trimmer Groundman Groundman-Tree Trimmer Elevator Constructor $33.79* Glazier $33.79* Ironworker $69.26 Laborer $47 89 General Laborer First Semi-Skilled Second Semi-Skilled Mason $53.08 Marble Mason Marble Finisher Terrazzo Worker Terrazzo Finisher Tile Setter Tile Finisher Operating Engineer $63.82 Group I Group II Group III Group III-A Group IV Group V Painter $33.79* Plumber $77.57 Pipe Fitter Roofer $60.39 Sheet Metal Worker $75 86 Sprinkler Fitter $33 79* Truck Driver $33.79* Truck Control Service Driver Group I Group II Group III Group IV *The Division of Labor Standards received fewer than 1,000 reportable hours for this occupational title.The public works contracting minimum wage is established for this occupational title using data provided by Missouri Economic Research and Information Center. "The Prevailing Hourly Rate includes any applicable fringe benefit amounts for each occupational title as defined in RSMo Section 290 210 ANNUAL WAGE ORDER NO. 31 3/24 Heavy Construction Rates for Section 083 PLATTE County **Prevailing OCCUPATIONAL TITLE Hourly Rate Carpenter $33.79* Millwright Pile Driver Electrician (Outside Lineman) $33.79* Lineman Operator Lineman-Tree Trimmer Groundman Groundman-Tree Trimmer Laborer $51.05 General Laborer Skilled Laborer Operating Engineer $60.01 Group I Group II Group III Group IV Truck Driver $53.04 Truck Control Service Driver Group I Group II Group III Group IV Use Heavy Construction Rates on Highway and Heavy construction in accordance with the classifications of construction work established in 8 CSR 30-3.040(3). Use Building Construction Rates on Building construction in accordance with the classifications of construction work established in 8 CSR 30-3.040(2). If a worker is performing work on a heavy construction project within an occupational title that is not listed on the Heavy Construction Rate Sheet, use the rate for that occupational title as shown on the Building Construction Rate Sheet. *The Division of Labor Standards received fewer than 1,000 reportable hours for this occupational title. Public works contracting minimum wage is established for this occupational title using data provided by Missouri Economic Research and Information Center. **The Prevailing Hourly Rate includes any applicable fringe benefit amounts for each occupational title. ANNUAL WAGE ORDER NO 31 3/24 OVERTIME and HOLIDAYS OVERTIME For all work performed on a Sunday or a holiday, not less than twice (2x) the prevailing hourly rate of wages for work of a similar character in the locality in which the work is performed or the public works contracting minimum wage, whichever is applicable, shall be paid to all workers employed by or on behalf of any public body engaged in the construction of public works, exclusive of maintenance work. For all overtime work performed, not less than one and one-half (1%) the prevailing hourly rate of wages for work of a similar character in the locality in which the work is performed or the public works contracting minimum wage, whichever is applicable, shall be paid to all workers employed by or on behalf of any public body engaged in the construction of public works, exclusive of maintenance work or contractual obligation. For purposes of this subdivision, "overtime work" shall include work that exceeds ten hours in one day and work in excess of forty hours in one calendar week; and A thirty-minute lunch period on each calendar day shall be allowed for each worker on a public works project, provided that such time shall not be considered as time worked. HOLIDAYS January first; The last Monday in May; July fourth; The first Monday in September; November eleventh; The fourth Thursday in November; and December twenty-fifth; If any holiday falls on a Sunday, the following Monday shall be considered a holiday ANNUAL WAGE ORDER NO. 31 3/24 EXHIBIT E Time for Completion EH YOUNG SIGN SCULPTURE BASE (Project No.352-024) Time for Completion: 60 Calendar Days from Notice to Proceed 63 EXHIBIT F SCOPE OF WORK for EH YOUNG SIGN SCULPTURE BASE (Project No. 352-024) Contractor shall perform the following Work as more fully set forth in the Contract Documents: All Work necessary to construct the EH YOUNG SIGN SCULPTURE BASE as shown on and in accordance with the Technical Specifications and/or Drawings referred to in Exhibit G to the Agreement. The Work in the Project shall include but is not limited to the following: • Demolition and Site Preparation • Construction Staking • Erosion Control • Earthwork • Concrete • Conduit Installation • Lighting and electrical • Flood contingency plan • Site Restoration, Seeding and Planting Contractor to provide all equipment, labor, and material necessary to perform the Project construction and related work as shown in the Contract Documents. The Work includes, but is not limited to, the following: 1. Schedule and Coordinate all necessary inspections. 2. Contractor shall coordinate with all utilities prior to the work starting, including contacting underground locator services. 3. Include all temporary utility fees and permits. 4. Include 3`d party Special Inspections as required to demonstrate compliance with project specifications, including but not limited to compaction and material testing. 5. Include all surveying, layout and field engineering required for the performance of this work. 6. Provide digital photographs of the preconstruction, construction, and post construction site (see Article IV Progress of Work/Submittals(F) for specifics) 7. Provide all weather provisions to meet the schedule set forth in the contract documents. 8. Provide clean up associated with the contractors work. Site is to remain free of debris during the construction process. 9. Provide all traffic control as required throughout the construction process. 64 EXHIBIT F SCOPE OF WORK—Project Location 04, � ' ;�, „. -, ' ��' Via. ' 9'NJGy 9 r,,t RgMA� Y s ••• .....44:20 s. 41 C J ►a (Q R • H'ly 0., 4, IEfF R y t t , O 14, M .' .'_ Project . ', 2 t Location �- ► - . .sus., *_, t ,,,,..., ,,......ii, „... " - pRu""�PK ;� i ' 4. r - . , .. x. /44,44?" 1 Y ' _ �,.f2 eta ' - c* x 65 EXHIBIT G TECHNICAL SPECIFICATIONS EH YOUNG SIGN SCULPTURE BASE (Project No. 352-024) 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 01051 CONSTRUCTION SURVEY AND STAKING 01060 STANDARD SPECIFICATIONS AND PLANS 01270 MEASUREMENT AND PAYMENT 01310 JOB SITE ADMINISTRATION 01320 CONSTRUCTION SCHEDULE 01330 SUBMITTALS 01410 TESTING LABORATORY SERVICES 01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE 01570 TEMPORARY TRAFFIC CONTROL 01732 DEMOLITION AND SITE PREPARATION 01810 AS-BUILT PLANS 01910 FLOOD PROTECTION AND CONTINGENCY PLAN Division 2—Site Work Section Description 02230 CLEARING AND GRUBBING 02300 EARTHWORK 02350 EROSION AND SEDIMENT CONTROL 02520 CONCRETE 02820 SEEDING 03000 LIGHTING AND ELECTRICAL ADDENDA: No. n/a Date No. Date 66 EXHIBIT H CITY OF RIVERS! MISSOURI Upstream from ordinary. NOTICE TO PROCEED DATE: PROJECT: EH YOUNG SIGN SCULPTURE BASE PROJECT NO.: 352-024 • RESO: 2025- (approved June 17th, 2025) TO: Contractor: Gunter Construction Company (address) 520 Division Kansas City, KS 66103 You are hereby notified to commence work on or after the 30th day of June 2025 in accordance with the Agreement dated June 17th, 2025. The date of substantial completion is 08/29/2025. The project shall be completed and ready for final payment by 09/12/2025. 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 , 2025. 67 EXHIBIT I APPLICATION FOR PAYMENT Continuation Sheet for Application for Payment (Contact Capital Projects and Parks Manager,Noel Bennion with the City of Riverside for an electronic version nbennion(a,riversidemo.gov- or by calling 816-451-8227) CITY Of PAY APPLICATION NO. RIVERSI Date Prepared: Project No. City of Riverside Page Number:1 of 2950 NW Vivion Road Project Name 1r of Pgs Attached: Riverside Missouri,64150 A Original Contract Amount: E Value of Work to Date: $ - Pros sc...oraau.,.-nu:of...competed ea ca., B Net change by Change Orders: G Value of Completed to Date: $ - (=F a D) C Present Contract Amount(line 1 kJ-line 21 $ - D Value of Stored Materials to Date: $ - N Net Amount: $ - (di-E) Percent Retainage: $ - I Less Previous Payments: $ - emu of ad orealoal pay appc pymtst Amount Due this Application: $ - K Balance to Finish Project,Including Retainage $ - I=C-I•1) %Project Complete to Date' NDIVJOI CONTRACTORS CarnNOation for payment Tne anaersgned CONTRACTOR celtifes that;tl all previous ON-SITE PROJECT Manager: progress payments reserved hoe OWNER on account of"Work Construction Manager: done Urger the Contract refereed to above nave been appued to dscttarge in full all obligations of CONTRACTOR Incoked ENGINEERS Cer011tatlon for Payment Name Printed: connect.) Work covered by current and prior Appkcatnns In accordance watt the Contact Documents based on on-sie for Payments(2)tee to an Wart.materials and equipment observations and the data comprtslog tds apploatan the Slated. Incorporated In Said WOrk a Otlle.Tttte astern it or Covered by this Engineer Cerdfle5 fa the Owner that to the best of the Appticaton for Payment'.oil pass to Oener at tone a oaynlent Engineer's kn0.Nedge artamabon and belief the'rVOrk has Date. _ free and clear of at:liens.Chars securer interest and progressed as indt^_ated the quality of the Wale sin encumbrances(except&urn as are covered by Bond acceptable cordance wen the Contract Documents and the to OWNER indented-yam OWNER against any sucn fen Cairn Contractor s nnuded to payment of the AMOUNT securmy interest of encumbrance;and(3)all'Work covered by CERTIFIED S Ins Appication to,Payment K4l a[ladante kWh the Contract CITY OF RIVERSIDE.MO Documents Engineer: _ City Engineer: Contractor: Name Prated 'rays Hower Sg^.ern Date Name Printed. Signed City Administrator: Signed Date 5rlai:Koial cred Date Phone No. Adders,: Address: 68 EXHIBIT J CHANGE ORDER (Contact Capital Projects and Parks Manager,Noel Bennion with the City of Riverside for an electronic version nbennion(a,riversidemo.gov or by calling 816-451-8227) CRY OF CHANGE ORDER NO. Date Preps.. RIVERS!Q Contractor Name: Project Name: Page%umber •or Project Number: e of ogle Abachec Contract Date: The following cnarges to the original contract amount were required to cover cost insured by Project Location:Rtwtside,Missouri he Contractor a to reflect sawhgs reaped by Fe Contractor as a result of a change in the --" _ actual constructed quantities San to estimated quantities shown on the Bid Proposal. REQUIRE)CHANGES IN PRESENT CONTRACT Contact or Contract or Contract or New a New a New a Lire neon No Preorous Prenals Previous Unit hem Description a Reason for Change Order Masted Adjusted Adjusted lh Quantity i nPrce I N Otertly Unit naunt tit Price Amount._. _._.._.. S0.00 93A0 S0.00 $0.00 S0.00 50.00 $0.00 $0.00 $0.00 $0.03 $0.00 _ $0.00 Previous Total $0.00 A4hetad Total $0.00 Net Charge 50.00 Statement or coarse Original Contract Amount B0.00 Net Amount of Previous Aditors and[Mao bons $0.00 Net Contract Amount Pna to This Request SO.00 Amount of This Request $0 00 New Contract Amount $0.00 Percent Change in Contract Amount #DIV/Ot DESIGN ENGINEER: CITY OF RIVERSIDE.MISSOURI: (impend City Engineer: Name primes Travis Hoover squad Data Sgned City Administrator: Dee Brian Karat Signed Dale CONTRACTOR: ON-SITE PROJECT MANAGER CONTRACTOR'S Certltcatlon for Change Order: ON-SITE PROJECT MANAGER Certification for Change Order: The undersigned CONTRACTOR condos meted changes In accordance with the Ccrtract Documents the onSite obserehors.end deserted ebo'.e are nacassery m order br der CONTRACTOR to me data car pissed des chenge order Inn msite trisect manager cadres proceed with esecuton or the contract locum ants and that the to the owner tat to the test of the onSite project managers trewieage. roues stated above we correct sun respect to the work intents ins and Inner tfe eooe-Untaxed changes are necessary in Doe,to amclpled brides or,,change order proceee wnh the executor orthe contract dYlanena errs net the Mires stared atom!are_cvreet'MT respect to tore Acre and.paten under this change creel Company Company Name Parsed Name Panted Signed Signed Dab Date 69 CITY OF EXHIBIT K RIVERS MISSOURI Certificate of Substantial Completion (to be completed after substantial completion of the project) Project Name: EH YOUNG SIGN SCULPTURE BASE Project#: 352-024 Requestor of Project: City of Riverside This [tentative] [definite] Certificate of Substantial Completion applies to: ❑ All Work under the Contract Documents: 0 The following specified portions of the Work: Date of Substantial Completion The Work to which this Certificate applies has been inspected by authorized representatives of the City, Contractor, and the Engineer, and found to be substantially complete. The Date of Substantial Completion of the Project or portion thereof designated above is hereby declared and is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. A [tentative] [definitive] list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. The responsibilities between the City and Contractor for security, operation,safety, maintenance, heat,utilities,insurance and warranties shall be as provided in the Contract Documents except as amended as follows: Amended Responsibilities Not Amended The City's Amended Responsibilities: Contractor's Amended Responsibilities: 70 The following documents are attached to and made part of this Certificate: This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of Contractor's obligation to complete the Work in accordance with the Contract Documents. Executed by Engineer (Print& Sign) Date Accepted by Contractor (Print& Sign) Date Accepted by the City (Print& Sign) Date EXHIBIT L AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW (to be completed at conclusion of project) I, ,upon being duly sworn upon my oath state that: (1)Iamthe of ; (2)all requirements of Section 290.210 to 290.340.RSMo,pertaining to the payment of wages to workers employed on public works projects have been fully satisfied with regard to this Contractor's work on EH YOUNG SIGN SCULPTURE BASE(Project No.352-024); (3) I have reviewed and am familiar with the labor standards provisions and prevailing wage rules established by the Missouri Department of Labor and Industrial Relations Division of Labor Standards; (4) based upon my knowledge of these rules, including all occupational titles set out in the applicable regulations, I have completed full and accurate records clearly indicating: (a)the names,occupations,and crafts of every worker employed by this Company in connection with this Project together with an accurate record of the number of hours worked by each worker and the actual wages paid for each class or type of work performed, (b)the payroll deductions that have been made for each worker,and (c)the amounts paid to provide fringe benefits, if any,for each worker; (5)the amounts paid to provide fringe benefits,if any,were irrevocable paid to a trustee or to a third party pursuant to a fund,plan,or program on behalf of the workers; (6)these payroll records are kept and have been provided for inspection to the authorized representative of the City of Riverside and will be available,as often as may be necessary,to such City and such other regulatory agencies as may be deemed necessary; (7)such records shall not be destroyed or removed from the State of Missouri for one(1)year following the completion of Contractor's work on this Project; (8)when in effect,the requirements of Sections 290.550 through 290.580 RSMo.Pertaining to excessive unemployment were fully satisfied;and (9)there has been no exception to the full and complete compliance with the provisions and requirements of the wage orders applicable to the Agreement and Contract Documents. The matters stated herein are true to the best of my information, knowledge, and belief. I acknowledge that the falsification of any information set out herein may subject me to criminal prosecution. Contractor Signature Printed Name Subscribed and sworn to me this day of ,20 Notary Public My Commission expires: 72 EXHIBIT M ANTI-DISCRIMINATION AGAINST ISRAEL ACT CERTIFICATION Pursuant to RSMo. §34.600,a public entity shall not enter into a contract to acquire or dispose of services, supplies, information technology,or construction valued at$100,000,or with a contractor having ten or more employees,unless the contract includes a written certification that the person or company is not currently engaged in,and shall not,for the duration of the contract,engage in a boycott of: Goods or services from the State of Israel; Companies doing business in,or with,Israel Companies authorized by, licensed by,or organized under,the laws of the State of Israel;or Persons or entities doing business in the State of Israel. For a definition of the term"boycott",please refer to RSMo. §34.600.3. By signing below,the entity agrees and certifies that it does not currently,and will not for the duration of this contract,engage in any of the types of boycotts listed above. Contractor: ()AAR By. Name: Christina Gunter Title: President 73 EXHIBIT N CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT (to be completed at conclusion of project) EH YOUNG SIGN SCULPTURE BASE (Project No.352-024) STATE OF ) ) SS: COUNTY OF ) The Undersigned, of lawful age,being first duly sworn,states under oath as follows: 1. I am the of who is the general CONTRACTOR on the above referenced project. 2. All payrolls,material bills,use of equipment and other indebtedness connected with the Work for this Project have been paid and all Claims of whatever nature have been satisfied,as required by the Contract. 3. ( ) Prevailing wage does not apply;or ( ') All provisions and requirements set forth in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes,pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with these provisions and requirements and the Annual Wage Order contained in the Contract in carrying out the Contract and Work. CONTRACTOR has fully complied with the requirements of the prevailing wage law as required in the Contract and has attached affidavits from all Subcontractors on this Project,regardless of tier,affirming compliance with the prevailing wage law as stipulated in the Contract. 4. CONTRACTOR certifies that each Subcontractor has received full payment for its respective work in connection with the Contract. 5. This affidavit is made in behalf of the CONTRACTOR for the purpose of securing from the City of Riverside, Missouri,the certification of completion of the Project and receiving payment therefore. CONTRACTOR By Title On this day of , 20_ before me appeared , to me personally known to be the of , and who executed the foregoing instrument and acknowledged that (s)he executed the same on behalf of as its free act and deed. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal on the day and year first above written. My commission expires: Notary Public 74 EXHIBIT 0 SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT (to be completed at conclusion of project) EH YOUNG SIGN SCULPTURE BASE (Project No.352-024) STATE OF ) SS: COUNTY OF After being duly sworn the person whose name and signature appears below hereby states under penalty of perjury that: 1. I am the duly authorized officer of the business indicated below (hereinafter Subcontractor)and I make this affidavit on behalf of Subcontractor in accordance with the requirements set forth in Section 290.290, RSMo. Subcontractor has completed all of the Work required under the terms and conditions of a subcontract as follows: Subcontract with: ,Contractor Work Performed: Total Dollar Amount of Subcontract and all Change Orders:$ 2. Subcontractor fully complied with the provisions and requirements of the Missouri Prevailing Wage Law set forth in Sections 290.210,RSMo through 290.340,RSMo. Business Entity Type: Subcontractor's Legal Name and Address ( )Missouri Corporation ( )Foreign Corporation ( )Fictitious Name Corporation ( )Sole Proprietor ( )Limited Liability Company Phone No. ( )Partnership Fax: ( )Joint Venture E:mail: (J Other(Specify) Federal ID No. I hereby certify that I have the authority to execute this affidavit on behalf of Subcontractor. By: (Signature) (Print Name) (Title) (Date) NOTARY Subscribed and sworn to before me this day of ,20 My Commission Expires: (Signature) 75 EXHIBIT P ENGINEER/CONSULTANT'S CERTIFICATION For Acceptance and Final Payment (to be completed at conclusion of project) City of Riverside,Missouri Project Name: EH YOUNG SIGN SCULPTURE BASE Project No: 352-024 Contractor: Contract Date: Date of Completion and Acceptance: The Contractor has notified me that he has completed all work in accordance with the Contract Documents and that it is functioning properly. I hereby certify that a final inspection of all work under the Contract Documents was conducted by me and to the best of my knowledge;the work has been completed in accordance with the drawings and specifications and is functioning properly. I have approved all payment estimates, and prepared and received approval of all change orders. I have received the required certifications; instructions for operating the equipment, manuals, and other documents that are applicable to this project from the Contractor and have delivered them to the City. The City is now responsible for the security,operation, safety,maintenance, and insurance as applicable to the project. The Contractor will warranty all specified work for a period of one(1)year(or a longer period if governed by Missouri Statutes) from this date of completion. Notification has been given to the proper Government agencies that the work is completed. I recommend, under the provision of the Contract Documents that the Work be accepted and that final payment be made. Executed by the Engineer on this day of ,20 • Signature: (SEAL) Typed Name: cc: Contractor 01015 CONTRACTOR USE OF PREMISES The Contractor shall confine all construction activities to the limits of the project right-of-way and easements. Any additional easements and access to private property that are desired outside the project limits are the responsibility of the Contractor. If the Contractor desires access to private property that is outside the project limits,the Contractor shall obtain a written agreement between the Property Owner and the Contractor and submit this written agreement to the City prior to accessing the private property. 01030 SPECIAL CONDITIONS A. Examination of the Site: Bidders may visit the site and inform themselves of all conditions presently existing. Failure to visit the site will in no way relieve the successful bidder from the necessity of furnishing all materials and performing all work required to complete the work in accordance with the specifications. B. Measurements: Any dimensions provided shall be verified by the Contractor. Any discrepancies between the specifications and the existing conditions shall be referred to the Owner for adjustment, before the work is performed. C. Protection of Monuments: The Contractor must carefully preserve bench marks, references or stakes and in case of willful or careless destruction, shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. D. Breakage and Damage: The Contractor shall be responsible for any breakage, damage or other injury to existing or new facilities caused directly or indirectly by the Contractor's operations and shall replace, at Contractor's own expense, in a manner approved by the Owner any such broken or damaged material. E. Delivery of Materials: The delivery of all materials, equipment, and miscellaneous items entering into the construction of the work is a part of this contract, including freight and hauling charges both to and from transportation points. Payment of charges for the above items shall be made by the Contractor, except items designated as being provided by the City. An amount covering all charges for freightage and delivery of items shall be included as a part of the contract price and in no case will an extra be allowed for such charges. F. Storage of Materials: All materials delivered to the job shall be stored so as to keep them in first class condition and free from deterioration or contamination. G. Coordination: All contractors, subcontractors and trades shall cooperate in coordination of their several works, but the principal responsibility for coordinating the project as a whole and the operations of the contractors and subcontractors shall lie with the Prime Contractor. H. Blasting: No blasting will be allowed on this project. 78 01040 COORDINATION: A. All construction activities shall be coordinated with all utility owners and the City of Riverside. Contractor shall be responsible for notifying all utility owners with facilities within the project limits prior to construction so the utilities can be located and identified. B. All construction activities shall be coordinated with adjacent property owners affected by construction of the project to assure access to their properties. Driveways to adjacent properties shall be accessible at the end of each working day. C. The Contractor will be responsible for notifying the Resident Project Representative a minimum of 48 hours in advance in writing of the dates when construction will begin and end. The City will notify the school district, fire, and police departments, and the local newspapers. D. The Contractor shall be responsible for obtaining all necessary permits and paying for any and all inspection and permit fees as required by the City. The City has obtained the 408 permit from the U.S.Army Corps of Engineers. Terms of the permit shall be followed by the contractor. E. Project Coordination Meetings: In addition to the above said coordination responsibilities, the Contractor shall attend construction progress meetings with the Resident Project Representative on a monthly basis (at a minimum). Additional meetings may be held as needed. No direct payment will be made for this item but shall be considered subsidiary to other bid items. F. The Contractor shall coordinate his/her work to ensure that the Work is complete and to ensure efficient and orderly sequence of installation of construction elements. G. In the event certain parts of work are assigned to subcontractors,the Contractor shall be responsible to ensure each subcontractor completes work and that all interfaces between trades are properly addressed. All subcontractors shall also coordinate their work with the Owner through the Contractor. H. The Contractor is solely responsible for all Assignments of Work among subcontractors. I. The Contractor shall be responsible for assigning and coordinating work and ensuring that suppliers and installers are familiar with all requirements in Contract Documents relating to each item of work, regardless of location of information in Contract Documents. 01051 CONSTRUCTION SURVEY AND STAKING A. General: This item shall be provided by the Contractor. 01060 STANDARD SPECIFICATIONS AND PLANS A. General: The work shall conform to the plans and contract specifications as outlined. In case of conflict, the specifications listed in this document shall take precedence over those listed in the stated Standard Specifications. 79 B. Standard Specifications: Except where noted otherwise, the work shall conform to the latest edition of the Kansas City Metropolitan Chapter of APWA Standard Specifications and Design Criteria, Division II (APWA Standard Specifications) available at the following website: https://kcmetro.apwa.org/resources/specifications/. C. Standard Plans: The work shall conform to the latest edition of the Kansas City Metropolitan Chapter of APWA Standard Plans when referenced in the construction documents. The referenced APWA Standard Plans are available at the following website: https://kcmetro.apwa.org/resources/specifications/. Other standard plans and specifications may be referred to and therefore adopted into these specifications. 01270 MEASUREMENT AND PAYMENT A. The quantities as given in the Bid Form are not guaranteed to be the exact or total quantities required for the completion of the Work shown on the drawings and described in the specifications. Increases or decreases may be made over or under the Bid Form estimated quantities to provide for needs that are determined by the Owner during the process of the Work. Contract unit prices shall apply to such increased or decreased quantities. The Bidder is warned against unbalancing his bid, since the unit prices will apply to deductions as well as additions. The Owner has the privilege of omitting or adding to any unit items in the Bid Form. B. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise, on account of any difference between the amounts of Work actually performed and materials actually furnished and the estimated amounts thereof. The Owner will not pay for or be responsible for unused materials which may have been ordered by the Contractor in accordance with the estimated quantities listed in the Bid Form. C. It is the intent of the Contract Documents that all costs in connection with the Work, including furnishing of all materials, equipment, supplies and appurtenances; providing all construction plant, equipment, and tools; and performing of all necessary labor to fully complete the Work, shall be included in the unit and lump sum prices named in the Bid Form. No item of Work that is required by the Contract Documents for the proper and successful completion of the Contract will be paid for outside of or in addition to the prices submitted in the Bid Form. All Work not specifically set forth in the Bid Form as a pay item shall be considered a subsidiary obligation of the Contract, and all cost in connection therewith shall be included in the process named in the Bid Form. D. If item does not appear in the Bid Form, or if said item is a part of another item listed in the Bid Form, it will not be measured for payment. E. Whenever in the Bid Form there is a discrepancy between unit prices and extensions or totals, the unit prices will govern, and the extensions or totals will be corrected accordingly. F. Items for payment will be measured in accordance with the stipulations of these specifications and as further shown on the drawings. Pay limits given are maximum, and where actual 80 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 construction activities are underway, for the duration of this project. B. The Contractor shall designate, in writing, the duly authorized representative(s) at the preconstruction meeting. The duly authorized representative(s) will be the official liaison between the Owner and Contractor regarding the signing of pay estimates, change orders, workday reports and other forms necessary for communication and project status inquiries. Upon project commencement, the Owner shall be notified, in writing, within five (5)working days of any changes in the Contractor's representative(s). 01320 CONSTRUCTION SCHEDULE A. General: The Contractor shall prepare and maintain a construction schedule for the duration of the project. B. Baseline Schedule:The Contractor shall prepare a baseline schedule to be presented to the Owner for review at the pre-construction meeting. The baseline construction schedule shall be in a form approved by the Owner and shall include at least the following information for each significant work item during each phase of the project: 1. Beginning date of Project. 2. Ending date of Project. 3. Beginning Date of Each Phase. 4. Completion Date of Each Phase. The Owner will review the proposed progress schedule and may require the Contractor to revise the same if, in the Owner's judgment, revisions are required to provide for completion of the project within the Contract Time. C. Schedule Updates: In addition to submitting a baseline project schedule, the Contractor shall update the project schedule prior to each monthly construction progress meeting. The updated schedule shall show the original baseline schedule, the actual work progress and the estimated 81 completion of each significant work item for each phase of the project. The updated schedule shall be distributed to the City at each progress meeting. D. Payment: No direct payment shall be made. 01330 SUBMITTALS A. Shop Drawings: A minimum of two (2) copies each of manufacturer's shop drawings and data sheets shall be submitted to the Owner indicating the necessary installation dimensions,weights, materials and performance information. The shop drawings shall be distributed as follows: One (1) copy for the City and one (1) copy for the prime Contractor. The Contractor shall supply additional copies as necessary for any subcontractors. Submittals for equipment and materials shall include reference to indicate where it is to be used; whether by tag number, specification paragraph, or description of use. Approval of shop drawings will be for conformance with the design concept of the project and for compliance with the information given in the Technical Specifications. The approval of a separate item, as such,will not indicate approval of the assembly in which the item functions. Submittals: Required submittals include but are not limited to the following: 1.1 Stone Veneer Sample 1.2 Stone Veneer Shop Drawings as necessary 1.3 Fill Material A. Source for Material B. Moisture-Density Relationships 1.4 Concrete Mix Design (For Each Mix used on the Project) A. Source of Materials B. Concrete Manufacturer's Name C. Testing Laboratory Name D. Results of the Mix Design 1) Compressive Strength 2) Air Content 3) Slump 4) Cement Content 5) Water Content 6) Fine Aggregate a)Gradation Test Results b) Soundness Test Results 7) Coarse Aggregate a)Gradation Test Results b) Soundness Test Results 8) Additives as called for in plans or specifications 9) Certification of Reinforcing Steel 82 1.5 Silt Fence A. Manufacturer's information showing compliance with KCAPWA. 1.6 Utility Conduits A. Certification that all materials used are in compliance with specifications included herein. 01410 TESTING LABORATORY SERVICES A. General: Work under this item shall consist of furnishing all materials, labor and equipment necessary for a private testing laboratory to provide the material testing for items incorporated into the project. The tests, frequency and reports required to confirm contract compliance shall be as specified in the KCAPWA Standard Specifications unless otherwise noted below or on plans: One copy of the test results shall be submitted to the Owner electronically within 24 hours of the test completion. The testing lab must be agreed upon by the Contractor and the Owner. B. Payment: No direct payment shall be made. This item shall be considered subsidiary to the bid items of the materials being tested. 01524 WASTE AREA, MATERIAL STORAGE AND SITE APPEARANCE A. General: The Contractor shall make his own arrangements for material and equipment storage areas and non-soil waste area. The Contractor shall keep the site clean and free of all refuse,rubbish,scrap materials,and debris as a result of construction activities so that at all times the site of the work shall present a neat, orderly and workmanlike appearance. This includes the removal of earth and debris from streets and roads that resulted from the Contractor's activity. The Contractor shall restore the site of work and adjacent disturbed areas to the condition existing before work began as a minimum. B. Payment: No direct payment shall be made. 01570 TEMPORARY TRAFFIC CONTROL �. General: Temporary traffic control on this project shall be done in accordance with Section 616 and all referenced sections of the Missouri Standard Specifications for Highway Construction (current edition)as published by the Missouri Highways and Transportation Commission. This section shall cover all temporary traffic control devices as detailed on the plans or as directed by the Owner in charge of construction. 83 B. Temporary Traffic Control Devices: All temporary traffic control devices shall be in conformance with "Part 6 of the Manual on Uniform Traffic Control Devices (MUTCD)," Current Edition and its latest revisions. C. Payment: No direct payment shall be made. 01732 DEMOLITION & SITE PREPARATION A. General: This item includes,but is not limited to,the removal and disposal of landscaping items, signs, fences, pipes, existing storm sewers, end sections and appurtenances, and all other items designated for removal in the plans or as directed by the City Engineer. All items that are inside the construction limits, including those not listed or shown on the plans, shall be included in this item. Demolition shall be done in accordance with Section 2101 of the APWA Standard Specifications. 1. Sawcut Existing Pavement Full Depth: Where portions of the existing pavement are to be removed, the existing pavement shall be cut with a concrete saw to full depth. If the • remaining pavement is chipped or cracked during sawing and removal, it shall be re- sawed behind the limits of the chip or crack. No additional payment will be made for the replacement of pavement damaged during construction other than that shown on the plans. B. Workmanship: All removals, except for suitably sized broken pavement, shall be properly discarded off the project limits and shall not be re-used or used as an embankment material within the project limits. C. Payment: No direct payment will be made. 01810 AS-BUILT PLANS A. General: Contractor shall prepare as-built plans using the construction drawings provided by the City. As-builts shall include mark-ups for any changes made during the construction. B. Payment: No direct payment will be made. 01910 FLOOD PROTECTION AND CONTINGENCY PLAN A. General: Contractor shall submit an Interim Flood Protection and Contingency Plan in accordance with USACE guidance attached at the end of Division 1. B. Contingency Plan: Contractor shall select contingency plan per USACE guidance that best fits the needs of this project.The Riverside Quindaro Bend Levee District(RQBLD)will review and approve the contractor-submitted contingency plan. A template letter to send to RQBLD is included. C. Payment: No direct payment will be made. 84 INTERIM FLOOD PROTECTION AND CONTINGENCY PLANS 1. General. High water conditions may occur while construction is in progress. Plans and specifications for the proposed work must address measures to maintain the integrity of the levee during these periods. Common measures include dewatering,construction of ring levees,and emergency backfilling of open excavations. Sandbags and pumping can also be used to supplement the effort. Driven sheet piling should not be used for temporary flood control purposes. Preferably,work within the critical area of the flood protection project should be scheduled during dry periods of the year. Excavation in the critical area is to be avoided between April 1 and August 1 of any year. However, waivers to this restriction may be obtained from the Corps of Engineers for periods not to exceed 30 days,provided antecedent conditions and potential river stages are favorable. A waiver request will require a contingency plan addressing high water conditions. 2. Temporary Flood Control Methods. 2.1. Dewatering. The dewatering option is more typically used on larger projects,on excavations within a levee embankment,or where construction access is limited landside of the flood control project. When excavation proceeds during high water,the dewatering system should be capable of maintaining the piezometric levels to minimum depth of 2 feet below the bottom of the excavation during a 100-year river stage event. At least one piezometer must be installed near the excavation to monitor the piezometric level. If this level cannot be maintained,provision must be made in the plans to backfill the open excavation to the original ground surface. Additional guidance on dewatering is discussed in the topic DEWATERING. 2.2 Ring Levee. A ring levee should be used when excavation within the levee embankment will lower the level of protection below the design level of protection. This option is commonly used if satisfactory impervious material and construction access is available to build an embankment. 2.2.1. The ring levee should be constructed riverward or landward of the flood protection structure to a height equal to the 100-year river stage event, in urban areas where the design level of protection is 500 year. If the design level of protection of the levee is below 100 year,the ring levee should be constructed to the height of the existing levee. 2.2.2. The crest width of the ring levee should be 8 to 10 feet and side slopes should be constructed at 1 V on 2.5H. A 5 feet wide impervious zone should be constructed on the riverside slope. The levee crown should be surfaced with 5 inches of compacted crushed rock surfacing to facilitate continuous access on the levee crown in emergency situation. 2.2.3. Stability analysis should be performed for the ring levee embankments. Procedures to analyze CONTINGENCY PLAN-1 slope stability of a temporary ring levee should conform to the topic SLOPE STABILITY. 2.2.4. The toe of the ring levee should be offset from the open excavation a distance equal to the depth of the excavation. The alignment transition between the ring levee and original levee should not exceed a rate more severe than 1 foot offset to 3 feet of length. 2.2.5. Materials and compaction requirements for construction of the ring levee are the same as those discussed in the topic EXCAVATION AND BACKFILLING. 2.3. Backfilling. Provision to backfill the excavation during high water periods may be an adequate measure for excavations on the landside or riverside of the flood control project,especially if the work is planned during low river flow periods. Plans and specifications should include a contingency plan that addresses emergency backfill capabilities such as availability of adequate impervious fill material,type and availability of backfill equipment,and when emergency backfilling operations would be initiated during a flood period. The stockpile of the emergency fill should be shown on the construction drawings. No stockpile material is allowed on the levee slopes or crown. Typically, it is recommended that excavation work should cease and backfilling start when the river level reaches a point 3 feet below the bottom of the excavation. The contingency plan should state that the rate of emergency backfill exceeds the rate of the rising river level. 3. Contingency Plan. A contingency plan should include all necessary data related to actions to be taken in case of river exceeding the flood stage. The contingency plan should include all proposed measures to protect the area with a reduced level of protection due to construction activities. 3.1. The river stage should be monitored and the river elevation at which the contingency plan will be activated should be determined. 3.2. The contingency plan should include all material and equipment to be used to activate the plan,and the location of the stockpiled materials. CONTINGENCY PLAN-2 [Date] Jason D. Davis P.E. Affinis Corporation 8900 Indian Creek Parkway, Suite 450 Overland Park KS, 66210 MRLS L-385 Excavation Waiver/Flood Contingency Plan EH Young Park Sign QL 205+40 Dear Mr. Davis: On [DATE], [CONTRACTOR] requested a waiver to the backfill requirements of United States Corps of Engineer(USACE)at the Quindaro Levee Unit approximately 42-ft left of centerline at levee station QL 205+40 (see attached request below). As requested, I am writing to secure a waiver from the excavation restrictions during the flood season because permanent backfill has not been completed for the subject line project. Summary of work to be completed from present to [INSERT DATE]: 1. Excavation. [INSERT PROPOSED EXCAVATION AND BACKFILL WORK FOR DATE INSERT RANGE PROVIDED.] DATE 2. Backfill and compaction to USACE requirements.[INSERT PROPOSED INSERT EXCAVATION AND BACKFILL WORK FOR DATE RANGE PROVIDED.] DATE [CONTRACTOR NAME] will monitor daily the Missouri River levels while [CONTRACTOR NAME] is working near the levee. Missouri River stage will be monitored using the Hannibal gage (Missouri River at Kansas City gage). The river stage will be determined from the website: https://water.noaa.gov/gauges/kcdm7 River stage during excavation activities will be determined from the following information: • Hannibal gage (Gage No. 06893000) elevation =706.68 • Hannibal gage river mile=366.1 • Riverside Levee 'trigger'elevation =753.5'-3' =750.5 ft - Normal grade at project=757.0' -Grade at bottom of excavation=753.5' • Assume river slope 0.9 ft/mile • River mile=372.1 • The distance from the Hannibal gage to the excavation site is 6.0 miles. A 0.9ft/mile slope yields a 5.4 ft conversion factor from the Hannibal gage to EH Young Sign excavation. • Activation of the Flood Contingency Plan(Trigger Stage):The Hannibal gage reading(trigger stage)that corresponds to an elevation of 748-ft at the excavation site is:750.5—5.4—706.68=38.42 ft Based on the above calculations, excavation and repairs will not take place if the Missouri River elevations are forecasted to approach or exceed elevation 753.5 ft at river-mile 372.1. The contractor shall maintain sufficient stockpiles of soil on site for emergency backfill of a minimum 3 feet of excavation base. Any excavation to be left unattended overnight will be backfilled completely prior to the contractor vacating the area. Excavation work shall cease and backfilling start when the river level reaches a point 3 feet below the bottom of the excavation (elevation 750.5-ft). The rate of emergency backfill shall exceed the rate of the rising river level. Once the high-water event is over,emergency backfill should be removed and replaced with backfill specified in the construction documents. Backfill material and equipment used to activate the flood contingency plan are located at the following location [INSERT LOCATION]. The following contact information is applicable to this project: 1. [CONTRACTOR NAME] 24 Hour Contact Information a. POC Name— Cell Phone: (555) 123-4567 Office: (555) 123-4567 b. Secondary POC Name, Cell Phone: (555) 123-4567 Office: (555) 123-4567 [CONTRACTOR NAME] 24 Hour Customer Service—816-471-5275 2. Local Emergency Response—911 a. Police/Fire:816-741-1501 b. Sheriff: 816-858-3521 c. EMS: 911 3. Riverside Quindaro Bend Levee District Contact Information: a. Primary: 816-587-1125 b. Secondary:816-985-8869 4. U.S. Army Corp of Engineers a. 24 hour telephone number: 816-426-6320 If there are further questions or additional information is required, please contact either myself at (555) 123-4567. Regards, CONTRACTOR POC NAME DIVISION 2 - SITEWORK 02230 CLEARING AND GRUBBING A. General: Clearing and grubbing shall be done in accordance with Section 2101 of the KCAPWA Standard Specifications. B. Payment: No direct payment will be made. 02300 EARTHWORK A. General: Contractor shall complete earthwork according to plans. Placement and compaction shall be verified through inspection and testing. B. Payment: No direct payment will be made. 02350 EROSION AND SEDIMENT CONTROL A. General: Erosion and sediment control shall be in accordance with KCAPWA Standard Specifications Section 2150. 1. The Contractor is responsible for providing sufficient control of sediment and erosion to prevent migration of sediment off the construction site throughout the duration of the project. 2. All sediment escaping the project site and entering the downstream ditches shall be removed immediately at the expense of the Contractor. If the existing vegetation is damaged by the sediment,or by the removal of the sediment, it shall be replaced with like vegetation at the expense of the Contractor. B. Payment: No direct payment will be made. 02520 - CONCRETE PART 1 GENERAL 1.1 SECTION INCLUDES A. Concrete foundations. 1.2 MIX DESIGN A. See attached drawing for specifications. 1.3 SUBMITTALS A. Submit under provisions set forth in General and Special Conditions and Division 1 of these specifications. B. Product Data: Provide data on mix design,joint filler, admixtures, and curing compounds. 86 1.4 QUALITY ASSURANCE A. The Contractor is responsible for placing concrete when conditions are conducive to proper curing. A. Perform work in accordance with KCAPWA Standard Specifications and the requirements of the City of Riverside,Missouri. C. Obtain materials from same source throughout. PART 2 EXECUTION 2.1 EXAMINATION A. Verify that subgrade is compacted as specified in Section 02300, Earthwork and ready to support paving and imposed loads. City Engineer or 3rd-party inspection shall approve all reinforcement and conduit placement before concrete pouring. 2.2 PREPARATION A. Moisten base to minimize absorption of water from fresh concrete. B. Notify City a minimum of 24 hours prior to commencement of concreting operations. 2.3 CLEANUP A. The Contractor shall be responsible for removal from the site of excess concrete, rock, dirt, debris and any broken concrete. Clean up shall take place as work progresses. B. Contractor shall be responsible for the repair of any existing pavement, curb, sidewalk or driveway damaged or disturbed during construction to the satisfaction of the City. C. Contractor shall be responsible for providing concrete washout meeting KCAPWA standards or provide a portable concrete washout unit. END OF SECTION 02520 02820 SEEDING A. General: Contractor shall seed all disturbed areas in accordance with APWA Standard Specifications Section 2401. B. Payment: No direct payment will be made. 87 03000 LIGHTING AND ELECTRICAL A. General: Contractor shall provide and install lighting and equipment as shown on lighting details drawing and below specifications. B. Electrical: Contractor to provide all electrical wiring from lighting to quazite (or equivalent) box(minimum 64"x 11"x 11")as noted on the drawings. Contractor to provide conduit shown on drawing from quazite box to underneath wall. City will work with a separate contractor to make the connection from the quazite box, through the Contractor-provided conduit to the power source. C. Lighting: Contractor to provide and install lighting and electrical items shown on attached plans and manufacturer specifications. Artist to provide 2 LED up-lights for the sculpture. Contractor to connect these lights to the circuit for the letter lighting. D. Payment: Per lump sum bid item. 88 Signwave° 3 Silicone High Output KEU NARROW VIEW FLEXIBLE LIGHTING SYSTEM 0RoHS `0"` 24V DC RW t COMPLIANT I Description I Specifications The perfectly flat top of SignWave 3 High Series SW3SHO Output provides greatly reduced side-viewing Temp/Color 2200K-5000K angles and concentrates the incredibly bright illumination onto a single direct-view surface. Input Voltage 24V DC Lumens per Foot 152-244' Watts per Foot 4.57 I Features Beam Spread 160° • Dimmable CRI 80+ • 50,000 Hour Life Max Run Length Unlimited,Power every 20FT* • Flat Profile for Streamline Projects Dimensions 0.62"(16.0mm)x 0.68"(17.0mm) • Horizontal or Vertical Bending Option Dimming Options PWM,Triac,0-10V,DMX,Hi-lume • IP68 Option Operating Temp -4°F(-20°C)to 113°F(45°C) • UL-Listed for Indoor and Outdoor Use • Factory-Installed Power Feed I Bending Options • Injection-Molded Flush End Caps • For Use with 24V Power Supplies HORIZONTAL VERTICAL Dimensions 0.68• (17.1mm) HORIZONTAL VERTICAL BEND DIAMETER BEND DIAMETER 0.62• 4-0 6.0mmr 11.81• 11.81• (300mm) (300mm) *See Series Data for more information "To mitigate risks associated with thermal expansion and contraction, outdoor applications are limited to 9ft fixture lengths. 1/4 I SW3SHO I quotes@kelvix.com 1800.789.3810 Specification&Instruction Subject to Change I 040725CM K \E\I_,VI }C. I Product Code Builder Series Length Temp/Color Bending SW3SHO — — SW3SHO—Signwave 3 Silicone High Output xx.xx—Length(in) 22K—2200K VR—Vertical 27K—2700K HZ—Horizontal 30K-3000K dbK—,35UUK 40K—4000K 57K—5700K Feed Point Feed Length Rating — — IP68 B—Bottom Feed S—Standard(111 IP68—IP68 Rated SL—Side-Feed Left xx.xx—Length(in) SR—Side-Feed Right E—End Feed Example:SW3SHO-36-22K-VR-B-S-IP68 I Series Data CCT 2200K 2700K 3000K 3500K 4000K 5700K Lumens Vertical Bend(VR) 183 213 220 244 249 253 (Im/ft) Horizontal Bend(HZ) 183 213 220 244 249 253 I Ferrule I Feed Locations 0.47 02.0mm) LIGHT SURFACE 1.18" .--(30.0mm)— DryWire ferrule located 4.53'(±0.39")from the cable connector. Protects against damage END FEED(E) SIDE FEED(SL/SR) from water ingress inside cable wire. Please note that any attempt to remove the anti- wicking ferrule will result in the voiding of the warranty. BOTTOM FEED(B) 2/4 I SW3SHO I quotes@kelvix.corn I 800 789 3810 Specification&Instruction Subject to Change I 040725CM /n� KLv/i/x. I Accessories Aluminum Serrated Channel Unit Number SW-K-AL-CH-SR-2M I Material Aluminum Length 78.75"(2m) 0.82" (20.8mm) Width 0.80"(20.2mm) U Height 0.82"(20.8mm) Internal Width 0.64"(16.3mm) 0.80" ~(20.3mm)� Aluminum Serrated Clip Unit Number SW-K-CLP-AL-SR I Material Aluminum Length 0.79"(20.0mm) 0.824 (20.8mm) Width 0.80"(20.2mm) —064' Height 0.82"(20.8mm) 1. Internal Width 0.64"(16.8mm) 0.80' ~(20.3mm)� Aluminum Serrated Flex Channel Unit Number SW-K-CH-AL-FLX-1 M I Material Aluminum Length 39.30"(1 m) 0.82" (20.8mm) Width 0.80"(20.2mm) U Height 0.82"(20.8mm) ._- Internal Width 0.64"(16.3mm) 0.80• �•. ~(20.3mm) Side Mounting Bracket Unit Number SW-CLP-RA ji Material Aluminum : i Length 0.78"(20.0mm) 2.75" Width 0.98"(25.0mm) 1. Height 2.75"(70.0mm) Must be paired with channel 0.78" 0.98" 3/4 I SW3SHO I quotes@kelvix com 1800.789.3810 Specification&Instruction Subject to Change I 040725CM F< EE: L-\y | >< I Feed Options Bottom Feed (IP68) m� �.63, o�7"_ UnUwumbr, B l Unit Width 003 (150mm) Unit Height MO (299mm) ' o��| j ^ '----------- — *0.47 Side Feed Right/Left (IP6O) Unit Number SR/SL Unit Width 0.70^(275mn) 0.74T *0.47' Unit Height 0.74"(2.91mm) \0.7n76.43 �--^ End Feed (IP68) �2' Unit Number E Ti Unit Width 0.62"(15Jmn) 0.6 *o�*r�� f� | Unit x� ��Height O�� O7mm) ^ �43-" End Cap (IP68) 0. . Unwum�x EC � � Unit O�2 �57mm) «�y � - Unit Height 0.66'(1 6.7mn) ' 4/41uw3u*u | qumem@kewxcom1800.789.380 Specification u Instruction Subject m Change|u*mu5Cm Mini HLV96 96 WATT-24 VOLT I K E L-.\/ I X' CLASS 2 POWER SUPPLY 0 RoHS ,0 c-nss nn[te Dry_O_ Damp Wet0 COMPLIANT o Rated'•.•' Rated`� Rated I Description I Specifications The HLV96-M is a versatile 96W power supply Series/Ordering Code HLV96-M for lighting applications,with a 120-347V AC Input Voltage 120-347V input. Its compact,linear design is suitable for all environments,with an IP66 rating for Output Voltage 24V DC Constant Voltage various locations.Engineered for consistent Max Wattage 96W voltage output and robust protection,it offers flicker-free performance and supports Dimming Options ELV,MLV,0-10V,Triac multiple dimming methods,including 0-10V Operating Temp -31°F(-35°C)-131°F(55°C) dimming down to 0.1% Storage Temp -40°F(-40°C)- 185°F(85°C) I Features I Dimensions • Universal AC Input Voltage(120-347V) r • Linear Form Factor,Compact Design --.1 1.36" • Flicker Free,Spec-Grade Smoothness. -4 I(34.5mm) Title-24 Compliant 8.07•(205mm) o • IP66 Design for Indoor and Outdoor 8.50"(216mm) Installations,Dry,Damp,and Wet Location UL Approved • Constant Voltage Universal Dimming:ELV, MLV,Triac,or Isolated 0-10V down to 0.1% _ o • 5-Year Warranty �� � 1.26' ' - - — (32mm) Conforms to UL8750 Certified to CAN/CSA Standard C22.2 NO.250.13 1/6 I HLV96-M I quotes@kelvix.corn 1800.789.3810 Specification&Instruction Subject to Change 1082124RY r/----- K \ELvIX I Series Data Model Rated Input Rated Input Voltage Max Output Rated Output Wet Name Voltage (Triac Dimming) Power Output Current Voltage Location Note TRIAC+ HLV96-M 120-347V AC 120V AC U,i _ OOmA DC Yes 0-10V PWM Style Output I Specification Parameters Symbols Test Conditions/Comment Min Type Max Units Input Input Voltage VIN 108 382 VAC Rated Input Voltage VIN RATED120 347 VAC Input Frequency fiine 47 50/60 63 Hz Full Load,VIN=120V AC 1 Input Current IIN Full Load,VIN=277V AC 0.4 A Full Load,VAN=347V AC 0.36 Cold Start,VIN=120V AC 30 Inrush Current 'INRUSH Cold Start,V,N=277V AC 65 A Cold Start,VIN=347V AC 82 ViN=120V AC,60Hz 0.5 Leakage Current IL GEViN=277V AC,60Hz 0.6 mA V,N=347V AC,60Hz 0.75 General Characteristics 30°%o—100%Load,VrN=120V AC 0.9 Power Factor PF 50%—100%Load,VAN=277V AC 0.9 PF 65%—100%Load,VAN=347V AC 0.9 30%—100%Load,VAN=120V AC 20 Total Harmonic THD 50%—100%Load,VIN=277V AC 20 % Distortion 65%—100%Load,VIN=347V AC 20 Full Load,VIN=120V AC,Steady State 87 88 Efficiency rI Full Load,VIN=277V AC,Steady State 89 90 % Full Load,VIN=347V AC,Steady State 89 90 Turn On Delay Time Tor_deiay Cold Start 0.5 S 2/6 I HLV96-M I quotes@kelvix.com 1800.789.3810 Specification&Instruction Subject to Change I 082124RY e-- KE L VIX" I Specification Parameters Symbols Test Conditions/Comment Min Type Max Units Output Output Voltage Tolerance tour No Dimming 3 % No Load Output Voltage Tolerance tNOLOAD No Load,No Dimming 1.5 % Output Current 'OUT 0 4000 mA Output Power POUT 96 W Line Regulation VDur-LINE 1 % Ripple Voltage VOUT-LINE Full Load,(pk-to-pk)/Average 5 % Output Voltage VOVERSH00T Turning Power ON 10 % Overshoot 0-10V or Resistor Dimming The 0-10 V or resistor dimming can be used to dim the output voltage via a standard commercial wall dimmer(0-1 CV DC)or an external control voltage source (0.10V DC)or external resistor.The unit can be compatible with both sink and source current dimmers. Absolute Maximum VoIM 0 10 V Voltage on 0-10V Pin Source Current on IDIM 200 uA 0-10V Dimming Pin Light On VDIM-ON 0.6 V Light Off VDIM-OFF 0.5 V Dimming Voltage for VDIM-MAX 8 V Full Bright Leakage Voltage VLEAKRMs Voltage between DIM-and Ground 10 V. Triac Dimming The unit is compatible with leading-edge and trailing-edge dimmer. Input Voltage VIN-TRIAC DIM120 VAC Dim Output Voltage VOUT-TRIAL PWM Output 0 100 %out of VOUT Suggest Load Range PSUGGEST VIN=120V AC 10 100 % Protection Over Voltage VDVP Latch mode 28 36 V Over Current Hiccup mode 4000 4500 mA If the case temperature exceeds OTP Over Temperature TDTP point,the output voltage of the driver 194 203 212 °F is automatically reduced. Over Power CC/CV mode Short Circuit The unit can recover automatically after fault conditions are removed. 3/6 I HLV96-M I quotes@kelvix.corn 1800.789.3810 Specification&Instruction Subject to Change 1082124RY KEt_VIX I Specification Environment Storage Temperature TSt°rage Humidity:5%RH to 95%RH -40 185 Ambient Operating T -31 122 °F Temperature a Max Case T� Hot spot on case 194 °F Temperature Operating Relative Ha Non-condensing 10 90 Humidity Acoustic Noise Measured from 1 m without dimmer 24 dBA Cooling Convection cooling IP Rating IP66-Dry,Damp,and Wet Location UL approved Others Life Time TUfe Full Load,176°F case temperature 50 kHrs MTBF TMT8F Full Load,77°F case temperature 200 kHrs Net Weight WNET 450 g Warranty 5 Years Warranty at T <_176°F Flicker IEEE 1789(?1°%dimming),Title 24 Safety Compliance CJJUL UL8750,CAN/CSA-C22.2 No.250.13 EMC Requirements Standard Conditions Electromagnetic Compliance EMI Emissions FCC Title 47 Part 15 Class A Voltage Fluctuations and Flicker IEC 61000-3-3 IEC 61000 4 2 ±8kV Air Discharge,±6kV Contact Discharge ±4kV Common Mode(12 0),±2kV IEC 61000-4-5 or ANSI/IEEE C62.41-2002 Differential Mode(2 0),5 strikes/1 minute interval(40 total strikes) 2.5kV Ring Wave,test at 300,7 strikes/1 Immunity ANSI/IEEE C62.41.1-2002 minute interval,Common and Differential Compliance Mode,56 total strikes IEC 61000 4.11 >95%dip,0.5 period;30%dip,25 periods; 95%reduction,250 periods ±2kV Direct couple to Line input,5kHz IEC 61000 4.4 repitition rate,15mS duration,300mS period.7 coupling paths,1 minute per path(14 total combinations) Note Unless otherwise specified,all the above parameters are measured at ambient temperature of 77°F and rated voltage. 4/6 I HLV96-M I quotes@kelvix.com 1800.789.3810 Specification&Instruction Subject to Change I 082124RY K `E�L..VVII )< I Charts Dimming Curve (Full) HLV96-M Dimming Curve 120% 100% 4 80% • 60% P E 40% c 20% • 6 5 4 3 2 1.•• 0 0-10V Voltage(V) Dimming Curve (Exploded) HLV96-M Dimming Curve 1 4% 1 2% a' a 1.0% • 08% • a 06% E E 0.4% 'c 0.2% `\ 00% \` 1.4 12 1 CR 06 04 0.2 0 0-101/Voltage(V) 5/6 I HLV96-M I quotes@kelvix.com 1800.789.3810 Specification&Instruction Subject to Change 1082124RY K \E\L \/ IX I Wiring Diagram Primary Side Dimming (120V Only) Phase DIM-(Gray) Dimmer cr "DIM+(Violet)lul I �. Cap Wires Hot(Black) 24V DC-(Blue) I l_'Neutral(White) N. DC+(Red) � ' _547 Ground(Green) „ I 24V DC LED Strip Ught(s) 100-120V AC V HLV96-M Secondary Side Dimming (0-10V) 0-10V DIM+(Violet) Dimmer 'DIM-(Gray) N._ Hot(Black) 24V DC-(Blue)Neutral White �i ,ti T . 24VDC+(Red) I-' ®, :2 07 NGround(Green) ~"` E 24V DC LED Strip Light(s) 120-347V AC ? HLV96-M 6/6 I HLV96-M I quotes@kelvix.com 1800.789.3810 Specification&Instruction Subject to Change 1082124RV DRAWINGS --------------------------------------- 1.' RALL PLAN NEW ! \ �yIAPTUNE ELEVAT�QN ALL DE urloLFAcH LUASTEAs�cPE EDGES usIDE OF PLATE TO DRAIN TSO,aKIPJ r HlYt) rdTIES@,6.DC , l eta '1 J.OL sTArvOASR. 11 H.OrcLASTER VERTs wI 11 nS HARs pd TIES @t[• I SEE ARTIST DRAWINGS FOR A,UIf ii•1 \ STEEL PLATE THI.'�.KI IE55`BAchFILLED SOIL PER IJOTEs t• O nz .6 ED A NH-E2 S WI STO H LED ANCHORS wI srp HOLES 3 7 t\'PICAI. ANCNON 0E81pN � •''a f a yLA$T i�cINFORGN6 Rs @,6 D.c EA WAYTOPANp DOTTOM F to nIIN ry -s • J� r Ih I +•nE4L. r •� 5 /1E 61T_� NEW -� SC -all u-fiX{_TMHELWMahn PUN F-lii-�.Lu—i 1 r--11 r-11 rl ��— uNplsruaDEp ExISTINc 111L !II• PER ra,w 1 fOQym Rf1.Nf _ N6 .a 1'•,d n.L�•7w.ma.��e m,Ame�aea wPsm�e TOP OF —UL SHALL BE SLOPED TO DRJIWCSTONE EIPER FA APPEFRANCE OF STONE VENEEP FACE nM. V' TONE VENEERROOT�pLgOITII�iG6RWITomp HIN MORTSIMILARARAEDINPLACE ATCHPERIMETER OF WALL NCEICOLGR OF THE TF-ONT ROUSTCNENIALAIOBOHT AT E L FILL sHOW1I TO P.ICHT .—AIL Is URE BASE STONE SHALLOMPLETELY CONFINED W'ITHII I THE BE CCN JLLY MORTARED LOT PER, NETER OF THE CONCRETE cRETE WALL-1-1 NO AIR STRUCTURE FILL I IEAR SURFACE GAP ALLOWED D, BE ADECHFTE FOR SELECTED Pc° ,. IDS XFIHISHEDF ROEsRIR LOPIrIO AWAY AY EA @ CE O c EA DACRFILLED SOIL PER NOTES C6' STANIII `i oK�: i F Ill- 11 IX STIRRUPS@12 SPALINO £p�TE WiV� �C]jQt[ f,ro 1' • 1'•Q' ;=c— 0y Orr ,M•4 Y •V6Y1 —ng r-1, conneclealb bbasM1oula be 110 McCLURE" W,W8'..— Columba M065201 wlce I•rYbrq•N.w •• rr•y. rl•••nNiY•Yr N• Ir`•>•nN lwNw u,•rw ••seVi••• M•ccfti neb+ ••Y^A•w.r•.. r.•r a.n . w W tw N•r•YYYA• FOVN�,• V r.�•.'1• •irYrC ••sY•••. reslw.sL••I�• r•rtr•rENa••Yvrrl t<or Nis wr' r n'Il\ V,M__ I.(4ter cf.," lull I.rl •al.tirlq N."m W. crrrMEDb lY 01.Igt9 Y rittT I[410YL1 RRN�tTI, T411 IMI IQIIY 1:l,IIYFDr• IK tMN v b! /TLAWS t4WAI[ wocr TE vu[aw ES LCI.M YrYt4lN.D1PM roY,lt ant .,Yr.q,r. puV •iN ry M IC!sssl AEE 1.4 Kwu"L t,oj-o D4 NMI.Eiut[pIDDYLn W .?S, J(T[ Wlll MYE {Y!•. INt W tllr4 V NGNt 41 Kr�a4cILD EOEt TDE lbir N.) ra,oc n s. yt4,/tl�plf WiIOEDE14rDYgly:tirll ACitTDYrZ MIi.•,K KI rulL V ll QtIGr�IcltE ICYC[IAI,tt YEI,4•�D CUrCKTF fIK,rIl1E[ l+b.Ol f 4l YrCotR 11 14f YODDTTDV Iryl YTEE\ rK1ra:,0 r1D•E)E , S' 1tMfq •r44r 1�fDD [1ii\ YStE OKIq e. IK#DTlDV 01TK EVE rIrYg E41,M rp•Vfin.[t0l•t/rIC.RID\V'RI�[ LN iKCff✓04K N,IaY[L4r/Gt I/EYr:'DGYDf IOTNE TDPO,MW6MMt ED N 5. gYV:I JtP1,q IDp},Yl lPf OirY[D to PF 25EPARATPARPTE ua[ LL LMII.41lia 1141 E ([/IfED M THE LEVEE DISTRICT tlrLN[nIrDO.MOT,OIfRYKI MATERIALS N1\MpP -IERAIITTEO wnHINIT fJDriI qqL Yrf,EYYIf!lCYIri 0 MADE FOR :OIIES E%IBTIIIG THE I PE4•KtM HE wql, r: YC tz CAYrYW\E TWrIOY[MZ M,MtW4rpY.glldr70*01 IYU4•MK,f. Mft IrlllY Ot EEE.Tpf LO ,v"]• [rO.YVILIf� Yp,nIEpDKVtI OlUt MT,nU1rS YliEIEW IFrI LN Yil1Di[Dyp4.T,4 VAa.c .,..ff• tJ 474 r141,l YWtlp EIIEDIpIY•.: •� 2 ,d. .grctrl[Atry,Ip [YIW,r16M fMLl EfR• IN STANDING •• L.14010Y.l CO.t'r•f`: tfVdlDl•DEYtE11 •.�. - W le _ V4U.YA\rAA1♦•i:�.I ))Wrcilll Y•a USED • Q t'tYYIITED - .• ,5 In YLIIM45CtYEf. � b4LNFILL.1K,r� }I(� ,�. •. N a Iw04cnD~n•: •,•Eric P RItOLµ7[i•' aV"PBSPENLENT rFlMvfrrllltre•�.. ! w � ID OPTIMUM .^MIY}(C: '. VJ4,LNC c•n'R.. _ .V .Ir.l •. ,. Z Q IfIR 4V.. •. . ELO1K ilppp CGrt,� R.WIE,I �.•r[YZf YL \TMq+a N of Meta OPTIMUM •' SD.It[rll K:A�<;tI•, rr W1, : of LLi anm.:,' Mo1sIN, .•Ya lrwr, �.� u- 0 SHALL RE IarR.,. •• SHALLSURFAN NO 1.'uLIV. w •I d•.••. •`VIl, rr£lNlliO iK l[K\JiG,tq[L /\ _ > w 1 • ANPLY515 .: .r YDYIfIlD IOI1 t[[Ef[KEWIVAW a_y U LL � 0 •9 OaECTEp LEVEE sLp��y1P STILL WITHIN ME cRRICAL RnEET o ,.RAV.vN I•C �. SH DERAL STATE ANp LDCAL['E�ply AN RRERI0. Z100 EN 1 " In 10" Lettering (4" depth) Amended Electrical lAhnflir-t-Ari nriver Mounted of Wall. RE: is Requirements 1.511 1 Lighting Channel Detail Silicone for exterior use Serrated Channel Light Fixture Light Fixture Channel Notch Exit for Power Source Side Exit for Power to Fixture (top view of capstone) I Notes: Connect to Photocell 1) Light to extend 6" past letters on either side. Overall length of letters, depending Controlled Circuit on spacing is approximately 153". Lighting length approx. 165". 120V 2) Artist will provide 2, LED uplights for the sculpture. Contractor to connect these lights to the circuit for the letter lighting. Soil Fill 3) Contractor to provide Quazite underground enclosure assembly minimum 6 4" x 11" or equivalent. Contractor to run conduit and wire to Quazite box. E.H. Young Riverfront Park - Sculpture Sign - Lighting Details DATE(MM/DD/YYYY) AcoR D CERTIFICATE OF LIABILITY INSURANCE 6/6/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). _ PRODUCER CONTACT NAME: RSC Insurance Brokerage, Inc. PHONE FAX P.O. Box 818035 _(A/c,No,Ext):816-842-4800 (Nc,No):816-472-5018 Cleveland OH 44181 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIL X INSURER A:Phoenix Insurance Company 25623 INSURED GUNTE-1 INSURER B:Travelers Indemnity Company of Connecticut 25682Gu 520 Division ConstructionrtretCompany INSURERC:Travelers Property Casualty Company of America 25674 520 Street — Kansas City KS 66103 INSURER o:American Casualty Company of Reading, 20427 INSURER E:Charter Oak Fire Insurance Company 25615 INSURER F: COVERAGES CERTIFICATE NUMBER:2029814012 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP MILIMITS LTR INSD, VD POUCYNUMBER (MM/DD/YYYY) (MM/DDIYYYY) E )( COMMERCIAL GENERAL LIABILITY Y DTCO9M578171C0F25 1/1/2025 1/1/2026 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $300,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X MT: LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY Y BA9M3663712526G 1/1/2025 1/1/2026 (Ea COMaccidBINEent)D SINGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS _ X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY ^ AUTOS ONLY (Per accident) C X UMBRELLA LIAR X OCCUR Y CUP6P7385742526 1/1/2025 1/1/2026 EACH OCCURRENCE $8,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $8,000,000 DED i X RETENTION$1n,nnn $ A WORKERS COMPENSATION UB9M5497652526G 1/1/2025 1/1/2026 x PER OTH- ATUTE ER __ AND EMPLOYERS'LIABILITY Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Installation Floater 7063737067 1/1/2025 1/1/2026 Limit 2,500,000 Ded 1,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project:EH Young Sign Sculpture Base,Project No:352-024;Contract Amount:$102,997. The City of Riverside,Missouri is named as Primary and Non-Contributory additional insured with respect to this project when required by written contract. Waiver of Subrogation where permissible by law. Written 30-day notice of cancellation applies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Riverside, Missouri ACCORDANCE WITH THE POLICY PROVISIONS. City Hall 2950 NW Vivion Road AUTHORIZED REPRESENTATIVE Riverside MO 64150 r/ I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD