INVITATION TO BID Retaining Wall

Similar documents
INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

INVITATION TO BID EMPLOYEE BUILDING ACCESS SYSTEM PROJECT#: LD16-016

INVITATION TO BID DES PERES PARKS AND RECREATION CHAIN LINK FENCES Project #: PK & PK17-201

INVITATION TO BID OUTDOOR POOL LARGE UMBRELLAS

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

COUNTY OF OSWEGO PURCHASING DEPARTMENT

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

COUNTY OF COLE JEFFERSON CITY, MISSOURI

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR GARAGE DOOR MAINTENANCE SERVICES

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

CONSTRUCTION CONTRACT EXAMPLE

PROPOSAL LIQUID CALCIUM CHLORIDE

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Albany, New York

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

ADVERTISEMENT FOR BIDS

Request for Proposals. The Town of Ogden is accepting Proposals for the following:

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

SUBCONTRACTOR AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

City of New Rochelle New York

City of Albany, New York Traffic Engineering

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

PLEASANTVILLE HOUSING AUTHORITY

RFP GENERAL TERMS AND CONDITIONS

SAMPLE SUBCONTRACTOR AGREEMENT

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI

REQUEST FOR QUOTATION

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

Alabama State Port Authority

St. George CCSD #258

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

Workforce Management Consulting Services

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

AGREEMENT BETWEEN OWNER AND SELLER

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

COUNTY OF COLE JEFFERSON CITY, MISSOURI

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

INVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library

REQUISITION & PROPOSAL

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

TOWN OF HARRISON PLANNING BOARD PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT JANUARY 1, 2019 THROUGH DECEMBER 31, 2019

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

West Ridge Park Ballfield Light Pole Structural Assessment

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

W I T N E S S E T H:

CONSTRUCTION CONTRACT

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

QUOTATION ONLY -- NOT AN ORDER

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

MASTER SUBCONTRACT AGREEMENT

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

Request for Bid/Proposal

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

Watershed Educational Campaign Project

INTERIM WAIVER AND RELEASE UPON PAYMENT. The undersigned mechanic and/or materialman has been employed by Pattillo Construction

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

Transcription:

INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining wall in Des Peres Park, 12325 Manchester Road, Des Peres, Missouri. Sealed bids will be accepted until 2:00 p.m., Wednesday February 22, 2012 at which time they will be opened publicly and read aloud in the Council Chamber in Des Peres City Hall. Bids should be submitted to: Des Peres City Clerk Des Peres City Hall 12325 Manchester Road Des Peres, Missouri 63131 Bids may be delivered in person, by carrier or by mail. It is the sole responsibility of the vendor to see that his/her bid is received in proper time. No late bids will be considered. Bids must be submitted in a sealed envelope clearly marked Des Peres Park Retaining Wall. Include the date and time of the bid opening on the front of the envelope. Questions regarding this bid should be directed to Steve Braddock, Park Superintendent, City of Des Peres, by calling (314) 835-6158.

CITY OF DES PERES Des Peres Park Retaining Wall I. INSTRUCTIONS TO BIDDERS Please Read All Instructions Carefully 1. Bids submitted in accordance with the specifications contained herein will be received by the City of Des Peres until 2:00 p.m., Wednesday, February 22, 2012. All sealed bids should be delivered to the Des Peres City Clerk at 12325 Manchester Road, Des Peres, Missouri, 63131. 2. Bid proposals will be opened publicly immediately following the deadline of 2:00pm Wednesday, February 22, 2012 in the Council Chamber of Des Peres City Hall, 12325 Manchester Road, Des Peres, Missouri, 63131. 3. The City reserves the right to reject any or all bids, to waive any technicalities and to select the bid deemed by the Mayor and Board of Aldermen to be in the best interest of the City. 4. Bid proposals are to be contained in a sealed envelope, plainly marked Des Peres Park Retaining Wall. Include the name of the bidder and date and time of the bid deadline on the front of the envelope. 5. Bid proposal forms (attached) must be completed and signed. Failure to complete the forms attached is cause for rejection of bids. 6. Contractors should contact Steve Braddock, Park Superintendent for a site visit prior to submitting the bid at 314.835.6158. 7. Estimated completion time must be included in bid proposal. The City desires the wall to be completed no later than April 1, 2012. 8. All specifications listed are intended to be preferred function and performance specifications. No specifications should be construed as representing any particular brand of material. Bidders should propose to furnish materials that comes closest to meeting the details of the specifications. Where deviations are necessary, bidder must specify such deviation in the Bid Response Form, stating why the materials he/she proposes will render equivalent reliability or performance. Failure to detail all such deviations will provide a basis for rejection of the entire proposal. 9. The City of Des Peres is exempt from all sales tax. Exemption certificates will be furnished upon request. 10. Questions regarding this bid request should be directed to Steve Braddock, Park Superintendent for the City of Des Peres, 12325 Manchester Road, Des Peres, Missouri, 63131, 314-835-6158. 11. No fax or verbal bids will be accepted. Contractors are responsible for the timely delivery of bid packages to the Des Peres City Clerk at city hall. A postage meter mark is not sufficient evidence of mailing any bid package.

II. TERMS AND CONDITIONS 1. The proposed materials must be NEW. Reconditioned or remanufactured materials will not be considered. 2. All material is to be delivered to 12325 Manchester Road, Des Peres, Missouri, 63131. Contractors shall coordinate delivery with the City of Des Peres staff. 3. The City of Des Peres reserves the right to cancel all or part of orders if shipment is not made as promised. 4. Materials and/or equipment must be shipped FOB to Des Peres City Hall, 12325 Manchester Road, Des Peres, Missouri, 63131. All shipping charges must be prepaid. 5. Warranty information must be provided and include warranties for material and workmanship. 6. Any bid proposal may be withdrawn prior to the closing time for receipt of the bids; but no bid proposal shall be withdrawn for a period of ninety days after the closing time for the receipt of the bids. 7. All conditions and specifications are incorporated by reference in any purchase order issued or contract signed. 8. Signature of bidder on Bid Response Form indicates that he/she has examined the information herein and is familiar with requirements as to equipment, supplies and labor of such undertaking; and he/she has prepared, examined and checked the Proposal to ascertain that no mistake or error is contained in the Proposal, and that he/she will make no claim for correction or modification after the closing time for the receipt of the bids. 9. Bid proposal forms (attached) must be completed and signed. Failure to complete the forms attached is cause for rejection of bids. A non-collusion affidavit and affidavit of compliance with Section 285.500 R.S.Mo., Et Seq. must be submitted with the bid. 10. All specifications listed are intended to be preferred function and performance specifications. No specification should be construed as representing any particular brand of materials. Bidders should propose to furnish materials that come closest to meeting the details of the specifications. Where deviations are necessary, bidder must specify such deviation in the Bid Response Form, stating why the supplies he/she proposes will render equivalent reliability or performance. Failure to detail all such deviations will provide a basis for rejection of the entire proposal. 11. The City of Des Peres is exempt from all sales tax. Exemption certificates will be furnished upon request. Vendor has authorization to use State Contract pricing if applicable. Prices quoted are to be firm and final; and prices shall be stated in units of quantity specified with packing, shipping and draying charges included. Any and all discounts for which the City of Des Peres qualifies should be applied and included in the bid. 12. Payment will be made through normal purchase order and invoice procedures. Before this payment is made, the Contractor shall furnish to the City a complete itemized bill, the appropriate

lien waivers, and an affidavit of compliance with State prevailing wages rates and a certified copy of the payroll for this project. The City will make payment within thirty (30) days after the completion of the work and acceptance of the work. 13. Contractor must be properly licensed with federal, state and local governments and agencies. The Contractor shall comply with, and is bound by, the provisions of Missouri statues section 292.675 regarding completion of Occupational Safety and Health Administration construction safety program and any amendments thereto. It is agreed to by the Contractor that it will comply with all the terms and conditions, and requirements of the Americans with Disabilities Act (ADA), including not only in hiring practices but its employment practices and all the requisite accommodations necessary there under to comply with the ADA, as amended or as may be amended. 14. Prevailing wages paid to all workers shall comply with the wage rates established by the Missouri Division of Labor Standards. The Contractor shall comply with, and is bound by, the provisions of Missouri statues pertaining to the payment of wages on public works projects contained in sections 290.210 through 290.340, section 290.550 through 290.580, section 285.530 (RSMo 2000), and any amendments thereto. 15. Each bid shall be submitted on the attached Bid Response Form and Affidavit of Compliance with Section 285.500 R.S.Mo., Et Seq., which shall be signed with the full name of the company submitting the proposal. The proposal shall be signed by an authorized agent or officer of the company, stating his/her title, along with the complete mailing address and telephone number stated. Affidavit of Compliance with Section 285.500 R.S.Mo., Et Seq. must be signed and notarized. 16. Bidders shall read thoroughly and understand the specifications in relation to the bid which is submitted. If the bidder has any questions concerning the true meaning or intent of the specifications or any of the requirements stated herein, he shall request interpretation, in writing; and an addendum will be mailed to those whom specifications and other relevant material have been issued. Failure to have requested an addendum covering any such questions shall not relieve the bidder from performing the work in accordance with the intent of the specifications. 17. Questions concerning these specifications should be directed to Steve Braddock, Park Superintendent, at 314-835-6158 or sbraddock@desperesmo.org 18. No fax or verbal bids will be accepted. Contractors are responsible for the timely delivery of bid packages to the Des Peres City Clerk. A postage meter mark is not sufficient evidence of mailing any bid package.

1 SPECIFICATIONS III. GENERAL PROVISIONS OF THE SPECIFICATIONS 1. Remove existing block wall. 2. Excavate for adequate drainage and construction of the new block wall. 3. Design and build according to manufacturer s specifications. 4. Install footings according to manufacturer s specifications. 5. Place, pin or glue natural colored Keystone or equivalent block to be according to manufactures specifications. 6. Caps to be cut, placed and glued with no gaps between blocks. 7. Recommended fabric, drain pipe and clean rock to be placed behind entire wall. 8. Backfill top, edges and any low areas, with topsoil, caused by excavation or construction. 9. The wall is approximately 100 in length and 35 tall, at the highest point. The contractor is responsible for exact measurements. 10. The city will keep any reusable blocks from the existing wall. 2- CHANGES AND EXTRAS The City may make changes within the general scope of the Contract by altering, adding to or deducting from the Work, the Contract Sum being adjusted accordingly. All such changes in the Work shall be executed under the conditions of the Contract. No extra work or change shall be made except pursuant to a Change Order from the City in accordance with the General Conditions. Any claim for an increase in the Contract Sum resulting from any such change in the Work shall be made by the Contractor in accordance with the General Conditions. Any adjustment in the contract sum resulting for authorized extra work or change in work shall be determined based on unit prices previously specified, to the extent that such unit prices are applicable. If such unit pricing is not applicable, the adjustment in Contract Sum shall, at the option of the City be determined by an acceptable lump sum properly itemized and supported by sufficient substantiating data to permit evaluation, or by an acceptable cost plus percentage or fixed fee. 3 INDEMNIFICATION, INSURANCE AND BONDS The Contractor agrees that he shall and will indemnify, hold harmless and defend the City, his agents, servants and employees from and against any and all losses, damages (by judgment or settlement), charges and expenses (including reasonable attorney's fees) which they or any one or more of them may incur or sustain by reason of any claims or causes of action for personal injury or injuries, including death, to any person or persons whomsoever (including the officers, agents, servants or employees of the Contractor or of any subcontractor) including but not limited to such claims or causes of action arising out of, or in any way connected with, or occasioned by the work performed by the Contractor or subcontractor, their respective agents, servants or employees under or pursuant to this contract. Without limiting his liability under this contract, the Contractor shall procure and maintain at his expense during the life of this contract insurance of the types and in the minimum amounts stated below: 1. Workmen's Compensation Insurance in full compliance with the Workmen's

Compensation and Occupational Disease laws of the State of Missouri. 2. Comprehensive General Liability: Bodily injury, including death Property damage - $3,000,000 per person - $3,000,000 per occurrence - $3,000,000 per occurrence - $3,000,000 aggregate 3. Comprehensive Automobile Liability: Bodily injury, including death - $3,000,000 per person - $3,000,000 per occurrence Property damage - $3,000,000 each occurrence The Comprehensive Liability Policy shall include blanket contractual liability coverage or a contractual liability endorsement covering the liability assumed by the Contractor under this agreement with limits not less than those specified in sub-paragraph 2 hereof. The certificates of insurance to be furnished hereunder shall reflect such coverage. Said insurance shall be written by a company licensed to do business in the State of Missouri and satisfactory to the City. Before commencing any work hereunder, certificates evidencing the maintenance of such insurance shall be furnished to the City and shall contain the following statement: Insurance evidenced by this certificate will not be canceled or altered except ten (10) days after receipt by the City of Des Peres, Missouri of written notice thereof. Contractors shall not subcontract the performance of any part of the work without requiring the subcontractor to procure and maintain insurance in the forms and amounts approved by the City, and likewise said subcontractor shall pay wages specified by the Missouri Division of Labor. 4 - CONTRACTOR'S RESPONSIBILITY Nothing in these specifications shall be construed as placing the work under the specific direction or control of the City or relieving the Contractor from his liability as an independent contractor and, as such, he shall be solely responsible for the method, manner and means by which he shall perform his work, including, but not limited to supervision and control of his own personnel and scheduling of the work required to insure its proper and timely performance and he shall exercise due care to prevent bodily injury and damage to property in the prosecution of the work. Until the work is accepted, it shall be in the custody and under the charge and care of the Contractor, and he shall take every necessary precaution against injury or damage to the work by the action of all the elements, or from any other cause whatsoever. The Contractor shall restore and make good at his own expense all injuries or damages to any portion of the work before its completion and acceptance. Issuance of any estimate or partial payment to the contractor for any part of work done will not be considered as final acceptance of any work. The Contractor agrees to assume and shall have full and sole responsibility for compliance with all Federal, State or Municipal laws and regulations in any manner affecting the work to be performed by the Contractor and subcontractors, including, without limiting the generality to the foregoing, the laws

of the State of Missouri relating to the "Safety of Construction Works in Certain Cities," as amended or as may be amended. The Contractor shall, at a minimum, pay wages and benefits in accordance with annual wage order identified. A copy of the wage order must be posted on site in a location available to employees engaged in work on the site. The Contractor, and each subcontractor, shall submit certified copies of their current payroll in conjunction with submittal of payment requests setting forth the names and addresses of each worker; the class or type of work; rate of pay: daily and weekly hours; deductions made; and actual wages paid for each class and type of work performed by each worker on this project. The Contractor, and any subcontractors, shall be subject to a penalty of One Hundred Dollars ($100.00) per day for each worker employed by them on the job who is paid less than the prevailing wage provided in the wage order. 5 - PROSECUTION OF WORK The Contractor shall be responsible for all work under this contract whether performed by the Contractor or a subcontractor. The Contractor shall provide the name of a competent and reliable superintendent who at all times shall have the full authority to act on behalf of the Contractor. Contractor shall not commence work until a Notice to Proceed has been issued by the City of Des Peres. Such notice to proceed will not be issued until the city has received and approved all documents required in the general terms and conditions including construction schedule, traffic plan, staging plan, Insurance Certificate and if required Performance and Payment Bonds. After commencement of the Work, the work shall proceed continuously unless otherwise provided for in the approved schedule. The Contractor shall report to the City as such intervals as the City may reasonably direct, the actual progress of the Work compared to the Construction Schedule. If the Contractor falls behind the Construction Schedule for any reason, he shall promptly take, and cause his Subcontractors to take, such action as is necessary to remedy the delay, and shall submit promptly to the City for approval a supplementary schedule or progress chart demonstrating the manner in which the delay will be remedied; provided, however, that if the delay is excusable, the Contractor will not be required to take, or cause his Subcontractors to take, any action which would increase the overall cost of the Work (whether through overtime premium pay or otherwise), unless the City shall have agreed in writing to reimburse the Contractor for such increase in cost. Any increase in cost incurred in remedying a delay which is not excusable shall be borne by the Contractor. Nothing herein shall be construed as placing the work under the specific direction or control of the City or relieve the Contractor from his responsibility or liability under this contract. The Contractor shall be solely responsible for the method, manner and means by which he or his subcontractors perform their work including, but not limited to, the supervision and control of personnel, scheduling of the work and in exercising due care to prevent bodily injury to employee or the general public and damage to property in prosecution of this work. Any discrepancies or questions pertaining to the extent of the work shall be submitted immediately to the Director of Parks and Recreation. Performance of the Work hereunder may be terminated by the City by giving three (3) days prior written notice to the Contractor if the City, in its sole discretion, decides to discontinue or suspend construction.

In the event of such termination, the Contract Sum shall be reduced in an equitable manner by agreement between the parties or by arbitration pursuant to the Construction Industry Arbitration Rules. 6 - PAYMENT The Contractor shall be entitled to one final payment only. Before this payment is made, the Contractor shall furnish to the City a complete itemized bill, the appropriate lien waivers, and an affidavit of compliance with State prevailing wages rates and a certified copy of the payroll for this project. The City will make payment within thirty (30) days after the completion of the work and acceptance of the work. Final payment shall not relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting there from, which shall appear within a period of one year from the date of final acceptance. 7 - WORKING CONDITION The Contractor, during the construction period, may leave essential equipment in The Lodge at a location approved by the Parks Superintendent. The Contractor shall be responsible for damages to any city property including turf, trees, curbs, existing pathways, signs, etc. The Contractor shall secure the work site against possible injury or harm to others. 8 - SCHEDULE COORDINATION All work will be coordinated with the Parks Superintendent. Work will be completed before April 1, 2012. Should any unavoidable delays cause the Contractor to go beyond this deadline, the Contractor shall notify the City in writing, and the contractor shall be extended as the City deems reasonable. Should the Contractor go beyond this date for no justifiable reason, the Contractor agrees to be held liable for and have deducted from his pay, one hundred dollars ($100.00) for each calendar day beyond the deadline. 9 - CLEAN-UP All waste materials, workmen debris, lunch bags, etc. shall be cleaned from the job site each day. Should these items not be satisfactorily removed, the City reserves the right to charge the Contractor's final bill appropriate costs for such cleaning. 10 - WARRANTY Bidders shall supply a Statement of Warranty for bid.

BID FORM Date Submitted: TO: CITY OF DES PERES, MISSOURI I, Of Name of Company Address E-Mail Address Phone Number Name of Manufacturer of Block Hereby submit our bid for retaining wall in Des Peres Park in accordance with specifications and instructions to bidders set forth herein. Materials for the retaining wall $ Labor for removal and installation $ TOTAL PRICE (include labor and materials) $ Please mark the envelope with Retaining Wall, Do Not Open PROJECT TO BE COMPLETED APPROXIMATELY DAYS AFTER AWARDING OF BID. (Signature) (Print Name)

NON-COLLUSION AFFIDAVIT I,, authorized representative of Corporation hereby guarantee: I. That in connection with this procurement, A. The prices in this bid have been arrived at independently, with consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such prices with any other bidder or with any competitor; B. The prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening directly or indirectly to any other bidder; or to any competitor; and C. No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. II. The undersigned further states: A. He is the person in the bidder s organization responsible within that organization for the decision as to the prices being bid herein and that he has not participated, and will not participate in any action contrary to I-A through I-C above, or: B. He is not the person in the bidder s organization responsible within that organization for the decision as to the prices being bid herein but that he has been authorized in writing to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate, in any action contrary to I-A through I-C above, and as their agent does hereby so certify; and he has not participated, and will not participate in any action contrary to I-A through I-C above. III. It is expressly understood that the foregoing statements, representations, and promises are made as a condition to the right of the bidder to receive payment under any award made hereunder. For Corporations (Name - indicate if corporation, partnership or sole proprietor) C (Corporate Seal) (Office held in bidder organization) ATTEST: SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF, 2012.

Affidavit of Compliance with Section 285.500 R.S.Mo., Et Seq. For all Agreements in excess of $5,000.00. Effective January 1, 2009 STATE OF ) ) ss. COUNTY OF ) Before me, the undersigned Notary Public, in and for the County of, State of, personally appeared (Name) who is (Title) of (Name of company),(a corporation), (a partnership), (a sole proprietorship), (a limited liability company), and is authorized to make this affidavit, and being duly sworn upon oath deposes and says as follows: (1) that said company is enrolled in and participates in a federal work authorization program with respect to the employees working in connection with the contracted services; and (2) that said company does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. The terms used in this affidavit shall have the meaning set forth in Section 285.500 R.S.Mo., et seq. Documentation of participation in a federal work authorization program is attached to this affidavit. Signature Name: Subscribed and sworn to before me this day of,. Notary Public My commission expires: